Loading...
HomeMy Public PortalAboutORD12746 r s, i i k BILL NO. 98-2 SPONSORED BY COUNCILMAN McDowell ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE ' MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BUCHER, WILLIS & RATLIFF FOR AIRPORT RUNWAY RESURFACING PROJECT. WHEREAS, Bucher, Willis& Ratliff has been selected as the firm best qualified to provide professional services related to the Airport Runway Resurfacing project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Bucher, Willis & Ratliff is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement F F with Bucher, Willis& Ratliff for Airport Runway Resurfacing Project. f Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. y. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: APProved: a `1 ,u Presiding Officer Mayor l ATTEST: APPROVED AS TO O ' yf r , An 1 i City Coun7ifoF ty GN t. • ,}.fir f. ' }' =7 ., .. •.. nt "^i'??'+'A'Kt;ay+' .^i� .9 M5 ; 3 r • Y I l SUPPLEMENT NO.1 TO CITY OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES 1 . JEFFERSON CITY MEMORIAL AIRPORT ; ORIGINAL CONTRACT DATED MAY 15,1998 i f THIS SUPPLEMENT made and entered into this da of S . 1995. BY AND BETWEEN the City of Jefferson,a municipal corporation of the State of Missouri, with offices at 320 East McCarty Street,Jefferson City,Missouri,hereinafter referred to as the"City" and Bucher,Willis&Ratliff Corporation(BWR)a corporation of the State of Missouri with offices at 7920 Ward Parkway—Suite 100,Kansas City,Missouri hereinafter called the"Consultant". WHEREAS,the City is desirous of making additional improvements to Taxiways A,A-1,,A-4, B,and the general aviation apron. The locations of the additional improvements are shown on the attached Exhibit"B" r` WHEREAS,the City,in accordance with section 2 of the original contract,has requested the 44 1 ,Y } consultant to provide additional professional services for the added improvements and has agreed t to compensate the Consultant for those additional services. oil t NOW, TTIEREFORE, in consideration of these premises and the mutual covenants, herein contained,the parties hereto agree to the following changes to the original contract: r ; EXHIBIT A SCOPE OF SERVICES :i F A. BASIC SERVICES n No change +� B. SPECIAL SERVICES }5 1. Field Survey—Engineering Design i No change r 2. Pavement Evaluation—Design a j No change ;1 3. Add"Construction Change No.1 Design" The consultant shall design the additional work identified in Exhibit`& This design,work t ' shall include modifying the existing plan sheets and preparing additional plan sheets as needed. The additional work consist of the following: £; 1) An asphalt overlay of portions of Taxiway A,Al,A4 and,B. 2) A slurry'seal of the asphalt portions of the general aviation apron and part of Taxiway A. The consultant shall also prepare a construction change order to'add the additional work { to the existing construction contract. iJ C. CONSTRUCTION SERVICES 1 No change 1 IN/HIOWVIWK'WIWli4000 — ' }Y� 'E y •U•.VL .r7i5. f.y M.J-.(y,c.y. f L .:ri Y.?'f ..i i. .. ..�.....G.. y 1 � i SAN SCHEDULE No change FEES BASIC SERVICES 1. Preliminary Phase Lump Sum $ 3,210.55 i ai 2. Design Phase Lump Surn $31,057.74 3. Bidding Phase Lump Sum $ 4,611.30 Subtotal Basic Services Lump Sum. $38,879.59 i B. SPECIAL_SERVICES 1. Field Survey-Engineering Design Lump Sum $ 4,442.99 2. Pavement Evaluation—Design Lump Sum $ 5,770.00 3. Construction Change No. 1 -Design Lump Stun $ 2,590.00 Subtotal Special Services Lump Sum $ 12,802.99 Subtotal Basic and Special Services Not to Exceed $51,682.58 1 C. CONSTRUCTION SERVICES 1. Construction Services Not-to-Exceed 37 000.00 TotalProfessional Fees. .................................................. $88,683.00 CONTRACT SECTION 8.Compensation The total compensation and reimbursement to be paid to the consultant is revised by deleting the amount of$86,093.00 and replacing it with the amount of$88,683.00. '. This Supplement No. 1 shall be binding upon the undersigned parties, their successors, , partners,assigns,and legal representatives. All other stipulations of the Original Agreement dated ' May 15,1998 will remain in effect. E `+ IN WITNESS WHEREOF,the parties hereto have caused this Supplement to be signed by their r duly authorized officers in three(3)counterparts,all of which shall be deemed an original,on the day, i and year first above-written. A CITY OF EFFERSON,MISSOURI By: By: } z� Title: City Clerk Title: Mayor _ _ _ CONSULTANT: m ATTEST: B HER, LLIS A IFF CORPORATION o By, B All C.Gerald ja r,P Donald L, p er.,P.E. ' Title: Project Manager Title:Principal,Vice President.Ai�ort Services , g _1 f J , W Q LL n. � s J � v Eo j,.: ". ,: yT�T�TitlTyT,yT1TJ• Q .J Q ' w w lri�.�.fl.{1T�TjT1Tj,TjTi • y � l s 1 1 y1 1 ,' litA. J.J.1 Q, rr { J cr ct a 0. �f W W 1- 1 } 1 t � kE.}•z i S LdJ.W,4., N� 4 j 3 di e LL LLJ W Q 14L LJr L L F t Y 2 Q. 1 { i W'W x k ly '.LL 10 q, \ f, aw'x""M`<'WMMN,�4n'1t•N'i+w.MMr/�A�+� .' 'n,.,e nw. .S§r4.`t 14 � . �'w' . i,1 S S fi i .. �•�,�++! ^- '4S 'y t,��•r n^s"ti.'���*��yyS 4"t <� gj`' " b4g'`,f4'�'j "+ x J J} 1 itR`�a'�k�.2`h'.-cv'.,z.``e'F•'n r5""Yy�3t }i ' "t '£ s �f .. t�,{� t �. { r:'; �z7T-w CIT y OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT, made and entered into this Is day of May, 1998, by and (between the City of Jefferson, a municipal corporation of the State of Missouri, with offices at 320 East McCarty Street, Jefferson, City, Missouri, 65101, hereinafter referred to as the "City," and Bucher, Willis & Ratliff Corporation, a corporation of the state of Missouri,with offices at 7920 Ward Parkway - Suite 100, Kansas City,Missouri, 64114-2021, hereinafter referred to as the "Consultant," WITNESSETH: THAT WHEREAS, the City desires to engage the Consultant to render certain technical and consulting services as to the Rehabilitate and Overlay Runway 12/30 Reseal Joints Runway 9/27 Project hereafter described in Exhibit A; and THAT WHEREAS, Consultant has made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for the performance of services by the Consultant. NOW THEREFORE,for the considerations herein expressed,it is agreed by and between the City and the i Consultant as follows: 1. Scongof Services r, The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in Exhibit 4 A, attached hereto and incorporated herein by reference. ! •� i 2. nt.o. Q . r Deletions o Services. ,. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 8 hereof. The Consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form.and approved by the Director of Public Works and shall be accepted and countersigned by the Consultant or its agreed representatives. I The Consultant will perform any additional work requested by the City which is not specifically covered in the scope of work as defined herein at a reasonable fee or compensation to be agreed to between the City and the .I Consultant at the time any such service may be required. i 3. arm of contract j ` This Contract shall remain in force from the date of execution until June 1, 1999, unless sooner terminated under paragraph 9 hereof or unless extended by agreement of the parties. 4. ('nnsu1tant's Resgonsibil_itie& The Consultant shall perform for or furnish to the City engineering and related services in all phases of the ;`. Project to which this Contract applies as hereto provided. The Consultant shall serve as the City's prime design professional. The Consultant may employ subconsultants as Consultant deems necessary.to assist in the performance or furnishing of professional engineering and related services hereunder. The Consultant shall _ not be required to employ any subconsultants which are unacceptable to the Consultant. The standard of care for all professional engineering and related services performed or furnished by the `* Consultant under this Contract will be the care and skill ordinarily used by members of the Consultant's e'. profession, practicing under similar conditions at the same time and in the same locality. The Consultant C;\Ire A\amlraM\I)ri m ki \Lucher willu i nlldMelrrt IU:M•flnel.wlwl ��� N 1 t 1 !' y rvx'} f 4 t t .< fi makes no warranties, expressed or implied, under this Contract or otherwise, in connection with the Consultant's services. J 5. Cites Responsibilities, The City,as part of this Contract,shall provide the Consultant with the following: A. Arrange for access to and make all provisions for the Consultant to enter upon public and private property as required fro the Consultant to perform his services. B. Assist in approvals and permits from all governmental entities having jurisdiction over the project and such approvals and consents from others as may be necessary for completion of the project. C. Designate in writing a person to act as the City's representative with respect to the services to be rendered under this Contract. Such person shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions. D. Give prompt written notice to the Consultant whenever the City observes or knows of any development that affects the scope or timing of Consultant's services,or any defect in the work of contractor(s). E. Pay publishing cost for advertisements of notices,public hearings, request for bids, and other similar items. The city shall pay for all permits and licenses that may be required by local, state or federal authorities;and shall secure the necessary land,easements and rights-of-way required for the project. ( F. One(1)co py of existing i rp ort Plans,legal boundary surveys and maps,original reproducible Airport Layout Plans(ALP)drawings or the electronically reproduced ALP drawings on floppy disk suitable for operating on AutoCAD Release 13.0, reports or other data the City may have Ion file with regard to this project. ( G. Available information relating to environmental conditions at the property, including any C permits, clearances, investigations, and remediation required for federal, state, and local agencies identified by environmental consultants for the City in currently available reports. i H. All information,data and reports as are existing,available and necessary for the carrying out of the work,shall be furnished to the Consultant without charge by the City,and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. Fi. Personnel to be Provided. F The Consultant represents that the Consultant has or will secure at its expense all personnel required to perform the services called for under this Contract by the Consultant.Such personnel shall not be employees of the City or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. None of the work or services covered by this Contract shall be subcontracted without the written approval of the City, unless the amount of the subcontract is less than Seven Thousand Five Hundred Dollars($7,500.00). 7. .Notice to Proceed.f The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed in accordance with the schedule contained in Exhibit A. ii C:�tnd�amtnrL�mf rrvird\bother wdlw 4 ntldMntnw'l tlYJli finnl MINI - 2 - �� •. 45 i . v r4 yF F"tt� s�i3' . i6i"`t zs! ( i 3. Comllensat' The City agrees to pay the Consultant in accordance with the rates set forth in Exhibit A which shall constitute full and complete compensation for the Consultant services hereunder. Such compensation may be paid in progress payments. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered from the Consultant certifying that the Consultant fully performed all work to be paid for in such progress payments in conformance with the Contract. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this Contract exceed the sum of Eight}-Six Thousand Ninety-Three Dollars($86,093..00)for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this Contract and the work actually required. S. Failure to Perform. CVM_gellntiQn If, through any cauee,the Consultant shall fail to fulfill in timely and proper manner its obligations under this Contract,or if the Consultant shall violate any of the covenants, agreements,or stipulations of this Contract, the City shall thereupon have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5)days before the effective day of i such termination. The Consultant or the City may terminate this Contract upon thirty(30)days prior written notice. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this Contract � j. j shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. i 1 10. Assignment. r The Consultant shall not assign any interest in this Contract, and shall not-transfer any interest in the same (whether by assignment or novation),without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this Contract,including the right to change or delete activities from the Contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this {; Contract, though the City will attempt to so notify any such assignee. 11. Q!Qnfi nti la ity a Any reports, data or similar information given to or prepared or assembled by the Consultant under this Contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. ; 12. NondjLwadn rination. The Consultant agrees in the performance of the Contract not to discriminate on the grounds or because of race, creed,color,national origin or ancestry,sex,religion,handicap,age or political affiliation,against any employee of the Consultant or applicant for employment and shall include as similar provision in all subcontracts let.or awarded hereunder. 1 13. indenendent Contractor. The Consultant is an independent contractor and nothing contained herein shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the City. 14. Benefits apt.Avail The Consultant shall not be entitled to any of the benefits established for the employees of the City nor. be -'i covered by the Workman's Compensation Program of the City. C.\1me34vmt7Mr\peuf nervirwrV.urhsr rdli.krrUJMnU,rt l!kkf.linnl.r{NI 3 , ' rt �{«s t Ykt<t !.yy,y}d1t+''ri4 : 5 tiTTTATTT'{ �} r 15. Liah=YA The parties mutually agree to the following: (a) 1n no event shall the City be liable to the Consultant for special, indirect or consequential damages,except those caused by the City's negligence liability arising the City shall be limited to he with a breach of this Contract. The maximum amount of money to be paid or received by the City under this Contract. (b) The Consultant shall indemnify and hold the including ldea h, and damage to proper lohsses i h and liabilities arising out of personal injuries, 1 are caused by the negligent acts,errors and omissions of Consultant for which they would be 4 otherwise legally liable, arising out of or in any way connected with this Contract. 16. DoCUMCBI& Re roducibles of tracings and maps prepared or obtained under the terms of this Contract shall be delivered P ' upon request to and become the property of the City upon termination ar completion of the work.Copies of basic survey notes and sketches,charts,computatiWithoutrestrictions oprepared r lxmtations on their user this Whe Contract su h copies be made available,upon request,to the City are requested,the City agrees to pay the Consultant its costs of copying and delivering same. 17. Nonsohcitation. a fide 1 The Consultant warrants that he has not employed or retained s Lontract,and that he has not paid or agreed employee working solely for the Consultant,to solicit or sec to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, i commission,percentage,brokerage fee,gigs,or any other consideration,contingent upon or resulting from the award or making of this Contract. For breach or violation to deduct from the Contract price or consideration, _...,\ annul this Contract without liability,or,uch fee,c commission,percentage,brokerage fee,gifts,or contingent fee. or otherwise recover the full amount of 18. Books and I QMXds. papers,accounting records,and The Consultant and all his subcontractors shall maintain all books,documents,pap other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 19. D JAYS. ` i beyond the reasonable control of the The Consultant shall not be liable for delays resulting from causes j Consultant;the Consultant has made no warranties the Consultant lablelfor.indirectxorrconseq consequential in this Contract; and under no damages. 1+f 20. All notices required or permitted hereunder and required to be in writing may be given by first class mail }..,. .., addressed to the City of Jefferson, c/o Director of Public Works, at 320 East McCarty Street, Jefferson nsas City, 65101, and. Bucher, Willis & Ratliff Corporation, 7920 Ward Parkway - Suite 100, Missouri, Missouri,64114-2021. The date and delivery of any notice shall be the date falling on the second full day after Q the day of mailing. 21. L&- +n Govern._ This Contract shall be governed by the laws of the State of Missouri as to both interpretation and performance. r .. . - 4 . i C:\tnci\runtrnrb\pn[�nrvu'mVmchnr willu&ruhfMnlrnrt 1lkMl•finnl.wlnl t � it I �� t .. S ..«+.. ....w., ,.: ..>.._ •. .'..__.._..�.__.__,.�.�. .. .._____..�.. .. ._,., ?i-•-,.--.__..�.,, r..�.�..l�r fit, n?�il F,�r;,ib�^iFrjL} C, ��Fli'vJr14'vM '• �s'� rt 22. En> ineer's Opinion of Probable ProiectCost and Constr >ttrtinn �o�*±. Since the Consultant has no control over the cost of labor, materials,equipment or services furnished by others, or over the Contractor(s)methods of determining prices, or over competitive bidding or market conditions, his opinions of probable Project Cost and Construction Cost provided for herein are to be made on the basis of his experience and qualifications and represent his best judgment as an experienced and qualified professional engineer, familiar with the construction industry; but the Consultant cannot and does not guarantee that j proposals,bids or actual Project or Construction Cost will not vary from opinions of probable cost prepared by i him. However,the Consultant represents that he will use reasonable engineering case and judgment commonly I exercised by an engineer in the same or similar circumstances in making and transmitting such cost estimates ! to the City. 23. Certification Regarding Debarment u p=sion. Inelai_bility a�tl `�oluntav Exc➢�wsian I The Consultant certifies,by submission of this Contract, that neither it nor its principals is presently debarred 4 suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this S transaction by any State department or agency. The Consultant further agrees by submitting this Contract i that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where any lower tier participant is unable to certify to this statement, it shall ` attach an explanation to their proposal. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this i r day of May, 1998. t� CITY OF JEFFERSON,MISSOURI CONSULTANT t BUCHER,WILLIS & RATLIFF =` COR,POR.ATION �r Mayor Title: �t'1 y+�t:�,.� — ' ATTEST: i AT'T'EST: CL ' ity Cler Title:��, APPRO AS 4TFr Ale F I. ity Cou a or r%4 U r , t t� .. J. r C;4nei\wndectm\pndeervkc \hucherwilli.&rethAn,nimlIIrJN.finel.w141 S { tt -r-- rd y 4'. 5 EXHIBIT A l ' SCOPE OF SERVICES t A. BASIC SERVICES , 1. Preliminary Phase a. Site inspection and coordination with the City and the Missouri Department of Transportation (MoDOT). b. Project formulation, review project scope and budget with the City and MoDOT. , C. Attend one(1)meeting in Jefferson City,Missouri, with the City to discuss the project scope .4 and budget. j 2. Design Phase a. Attend progress meetings,with the City,in Jefferson City,Missouri. The following meetings are anticipated: Preliminary Design Review Final Plans,Specifications and Estimate Review ' b. Prepare Construction Plans and Contract Documents/Technical Specifications for bidding the project,"Rehabilitate and Overlay Runway 12/30 Reseal Joints Runway 9/27. 4f 1) Construction Plans shall include the following: Title Sheet N" General Airport Layout Plan � s Safety Plan Typical Pavement Sections General Notes and Summary of Quantities Runway Plans and Profiles Pavement Marking Plans and Details Joint Sealing Details Crack Repair Details Miscellaneous Ancillary Details 2) Prepare Contract Documents/Technical Specifications that are consistent with good engineering P ractices and accepted design criteria,and satisfy project specific needs. ir 4 3) Calculate plan quantities and prepare preliminary engineers' opinion of probable construction cost and project budget. t L 4) Submit Preliminary Plans, Contract Documents/Technical Specifications, and engineer's opinion of probable construction cost, and project budget to City(two(2) copies)and MoDOT(one(1)copy)for review and approval. b) Finalize Plans and Contract Documents/Technical Specifications.with consideration = of preliminary plan review comments. } z Fr) Submit Final Plans,Contract Documents/Technical specifications,and filial engineer's' opinion of probable construction cost, and project budget to City(two(2}copies) x; MoDOT(one(1)copy) . "' = K�l� Y b. n 3U 3 Bidding Phase r a. Assist the City with.advertisement for bids. The Engineer shall prepare the. advertisement and send the"Notice to Bidders"to prospective contractors (The City ' i shah place the advertisement in the appropriate media.) C:\4aalempsrtr�yro(oerv3rnVYUCherwilla rotli ampoof■erviemiliftwpil dry I' Yc t..4 ... ,'_ z 'hJi�a>`r < < 1 r � t f , EXHIBIT A b. Print and distribute Plans and Contract Documents/Technical Specifications to plan holding houses and prospective bidders. C. Answer questions and clarify points pertaining to the Plans anti Contract Documents/Technical Specifications during the bidding phase. d. Attend and conduct a prebid conference at Jefferson City,Missouri. (' e. Attend the bid opening and assist the City with receipt of bids. f. Tabulate and analyze bid results,prepare project budget, and make recommendation of contract award. 1 uments for award to successful bidder. g. Prepare Contract Doc i B. SPECIAL SERVICES 1. Field Survey-Engineering Design a. Perform field surveys as required for project design.The surveys will conoist of the following: f 1) Establish runway centerline. 2) Establish construction benchmarks. 4' ' 3) Obtain elevations every fifty(50)feet and cross sections every one hundred(100)feet jalong centerline. Each cross section shall consist of nine (9)elevations. 4) Obtain additional elevations and cross sections for the runway and taxiway -ti intersections with Runway 12/30. Cross sections every twenty-five (26) feet for [ approximately two hundred feet in each direction along Runway 9/27. ; r; 2. Pavement Evaluation-Design a. Perform pavement evaluation as necessary. Pavement evaluation will consist of the following: 1) For Runway 12/30 conduct a GPR survey(3 lines at 6,000 feet each)and FWD testing (3 lines at 40 test/line). 40 cores of the existing pavement on Runway 12/30. 2) Obtain approximately forty( ) g P d' 3) Identify layer thickness,back calculate layer strengths,perform structural evaluation f and develop rehabilitation alternatives. ; 4) Visually inspect Runway 9/27 pavement and report on findings. ' C. CONSTRUCTION SERVICES } 1. Preliminary ,i a. Prepare copies of Plans and Contract Documents/Technical Specifications for use by the rt ( Contractor during construction. j b. Attend and conduct a preconstruction conference. Minutes of the conference will be prepared `i and distributed to the attendees. 2. Provide on-site construction observation,material testing and observation management: e+ a. Provide basic horizontal and vertical control for construction staking by the Contractor. .a, Ili t� C:\trot l'\cmlrnctu4i'urwervtcex\lwchcr williu&rul:iq\apo,if,wrvk». RON w1„1 F'W{fr ; ' ..+..+:.H-.a Ww*+'++:»M«.1.YrwtvAuwfr:iry .. ..c s....<. .,.t ,. .3 n.a. r_ :. ...,. i I . - '1 •'1{'N --;: .� .. 3F'wL Y` _ .. ,...irk F e.'. . '• i MIDIT A b. Provide full-time construction observation services, including preparation of daily reports, weekly reports, material test results and other reports as required by the City or MoDOT to document the prosecution and progress of the Project. C. Review shop drawings and material certification submittals from the Contractor. d. Provide observation and testing of construction materials. e. Prepare Contractor's progress estimates and City's request for reimbursement of funds. f. Prepare change orders and supplements necessary for construction of the project. g. Attend and conduct a final review of the project with City and MoDOT representatives. 3. Project Closeout Phase ! 4 a. Prepare and submit black line prints of the record drawings to the City(two(2)sets)and to MoDOT(one(1)set). b. Prepare the documents relating to engineering design and construction services for ro'e• Closeout. project SCHEDULE r� A� . .:.: ... ....: .. BASIC SERVICES -� 1. Preliminary Phase i as required � t 2. Design Phase: as required (a) Meetings (b) Plans and Specifications (1) Submit Preliminary Plans and Specifications 30 calendar days after receipt ofNTP (2) Submit Final Plans and Specifications 10 calendar days after receipt of review comments from item A.2.b.(1) i 3. Bidding Phase as required SPECIAL SERVICES 1. Field Survey-Engineering Design 20 calendar days after receipt of NTP 2. Pavement Evaluation-Design 20 calendar days after receipt of N'1'P + „Y 3. Additional Special Services as required CONSTRUCTION SERVICES �. z ' Construction Services as required t: ;y The Contract time as set forth herein does not include review time by the City or participating agencies ' C:\1re AcWtMle\pnd eervinw\bueher Willi.0 rwtlifr\ qie of mmirow IINkl.wpl tii '?w...w..mMn<.,•....cue sr..::.,.�.n;....«+,...r.e . a t EXHIBIT A FEES BASIC SERVICES 1. Preliminary Phase lump sum $3,210.66 2. Design Phase lump sum$31,057.74 3. Bidding Phase lump sum$4,611.30 SUBTOTAL BASIC SERVICES lump sum$38,1379.59 SPECIAL SERVICES ' 1. Field Survey-Engineering Design lump sum$4:,442.99 2. Pavement Evaluation- Design lump sum$5,770.00 SUBTOTAL BASIC SERVICES lump sum$10,212.99 SUBTOTAL.BASIC AND SERVICES lump sum$49,092.58 CONSTRUCTION SERVICES Construction Services not to exceed$37,000.00 TOTAL PROFESSIONAL FEES not to exceed$86,093.00 A. The Consultant shall not proceed with the services described herein until written authorization in the form of a Notice to Proceed is received from the City. B. For Basis Services and Special Services, partial payment shall be made to the Consultant for those portions ? of the services completed. The Consultant shall submit to the City a monthly statement showing an estimate of completion, and the portion of compensation requested for each element and phase of the services. The request for partial payments will not be in excess of the value of the services completed at the time the statement is rendered. 4 C. For engineering services applicable to Construction Services,the City shall compensate the Consultant on the basis of payroll cost times a factor of 2.592 plus the fixed payment for services rendered by owners and employees assigned to the Project. f D. The fixed payment to the Consultant for services as outlined in Construction Services, shall be $4,497.09 and the total payment to the Consultant shall not exceed$37,000.00 unless the construction contractor(s)exceeds a period of fifty-five (55) calendar days. If the construction period exceeds fifty-five (55) calendar days, the + Consultant can renegotiate the fixed payment and not-to-exceed amount. The renegotiated fixed payment and ! not-to-exceed amount will be estimated based upon direct salary costs, labor and general overhead, out-of- r pocket expenses, and profit similar to those used in this Contract. E. The Consultant will have the option of using an independent laboratory and/or the Consultant's field laboratory 1 { for all material testing. A daily charge of$400.00 per day will be charged for the Consultant's field laboratory for each day the laboratory is used on the Project. The procedure for the laboratory testing will be determined at the time construction and the availability of the Consultant's laboratory. A daily charge of$40.00 per day j will be charged for the Nuclear Moisture/Density Gauge (Troxl.er)for each day the Nuclear Moisture/Density Gauge is required on the Project. The charge for the laboratory and Troxler does not include the cost of testing + personnel. -• ;+ C;4nci�enYtr�cu4�nr<.a�virr.\l�u,•hat willu k rv/Id1�w�y�x i.(rrvr�n�llkM1 w�Nl � . i. �1i Mtn,��•Y =`':3 ..: y.. a ..� '.'•' V EXHIBIT A, � The travel on and off the Project site required of the Resident Engineer/Observer will be compensated at the rate,of$0.32 per mile. It is intended that, under normal working conditions, the Resident Engineer/Obeervor will reside in the Jefferson City, Missouri area. Travel expenses and labor will be charged to and&oin tho t' Consultant's Kansas City,Missouri office. ¢ '' G. For engineering services applicable to Construction Services, the Consultant will submit monthly statements to the City for payroll costs and all other expenses incurred on the Project and will include a pro rata share of the fixed payment in proportion of the statement amount to the not-to-exceed amount. yF H. Cost other than personnel services incurred by the Consultant will be documented in the written statement and ' will be at the cost to the Consultant from the vendor. I. Progress payments shall be made to the Consultant within thirty(30)calendar days of receipt of proper billing ` statements. � f Vl t J I Y y u it t ' 4K 1{. y I } Y' 1 — tr�£ 4 C Urwi%cwd ra""k \!wlue willir It tatl Mampo of wry km ItXNLwli!1 tT to Mr� .d.-{c'sup=`±.€+> +f•r+!+..,t^�w..+rsk..+.acakn>:-Nls�«r a.-F :•i'� sr -rak k'�-tet: S'V,r� ^ru+5 .,.aq 'ii�.{•f 'cp f"i"nrlFF ! "" { .f e—^-+-'^Y .1 , d s a s,4 �'�7fCyF fp t� kc^° G g�g'h;,'"f{,zk,i [4{( SV4 ,�'ki•.��� 'Y6"S�,S.�Vfwr k/`'�a� e �t I .� � t _ t r`� t� ..`il� r t'# �. •:,�t`.4 ti'HT i�,i�� �t `'',.,,t},�a.. ,y+�.r�. •z ;.. y 1 . � � � }F 4 .'n a tt .t�i<`K� v '�.;�e y�s'S. t§pft *�'n�:r'3�Fi r'# 1i, } i, t{ ..Y t +f.Y t,#' ..r i .5 , a2;j;,''�Yit }: rc4x7ti.� ti�._ ,rj.•,°. .. . . , „ . . Y.'.: Z' dot . s -�IBIT A I 11 . . �.:_ .11 �� ,1. - Rehabilitate Runways 12/30 and 9%27 �'' Jefferson City Memorial Airport ,. 11 Bucher,Willis&Ratliff F x Project 98193 N ..11 I Design Notice to Proceed - Pavement Evaluation Comvje l�!!av ,7� q "I I .Prdminar„v P1arL�So�cifications an WP-d tune 10. 199} I . Final Plano,Specification. and atimate CorngletP 6, 1998 Advertise for Bids j L 1998 Q�en Bids ju�22,i m I Award Contract �.11g;S�. .?,2�3�$ J Construction Notice to Proceed �er"8-------1998 I,11 r.:,,,. Construction Comi lete November .1 J48 ,r , .. yak +i „1 .. I ... is ;' '\ . . .. .. { , �{ t I V r . S1 ... .1.E . � ` { . t , }.i , 11 3 .. .11 . f" t 1. x r . f � Zj d - I! < �� r , f n F `r++"k F kt d � ir ' �'} a y. r F 1 ]r r;dks Z t r t i _ ' 'y�P > F} r. r ,i r {t rrrf a<c�. i { ' y� } k �, ;z i �. r t I. ' 1 1 '; i4 }}p ' j t�y:i I ..,';�v F1' ft}' . , .. 1 3, f. , j �.I. � a : //''.. ,t ' ; {G } �� t : 1 11 i{ yy I ?4z a z 2.1 r i r r �,�I. i�.s, .s� a .. i. 't J' "2; .*", z, tom z.. '{�k1 Y� - ; F r' a �� x..�1. ..� ! *•� r xy t:. i 1vfr>xr .z v t" t tK'-t�'r r It.- T V� J' `fix ,ir'7 J {. i , :p ;c, d ', f., . hag ' � :. rr '1 {. r 1 J t d} 3,. 1��t:5 r M :t'a P{; �s i r:, t J ", Y ,� t r t ". k 1, ,t .. t EMIBTT A �su 842AEp%WnWJE"ZWK4 1 DERIVATION OF CONSULTANT PROJECT COSTS _1 JEFFERSON CITY MEMORIAL AIRPORT JEFFERSON CITY,MISSOURI 13ASIC AND SPECIAL SERVICES APRIL 10, 1998 s 1. DIRE-- QUAL RY GO -S I. F Partner 11 $50.35 Project Manager 69 $553.85 Architect I 33.65 2,321.85 Design Engineer 0 0.00 0.00 Const.Manager, 2.9 9 19.13 4,629.46 J ` Structural Engineer 28.85 259.65 Mechanical Engineer 0 0.00 0.00 Electrical Engineer 0 0.00 0.00 Technician . 0 0.00 0.00 228 18.15 r Draftsperson 0 4,138.20 0.00 1 Secretary 49 0.00 ". 2-Person Survey Crew 29 11.60 568.40 35.20 1,020.80 Total Direct Salary Costs . _ $13,492.21 rt 2• LABOR AND GENERei enea��:ISTesA i w�-..�...■+ Percentage of Direct Salary Costs @ 159.20 $21,479.60 3. OUT-0RPO KET YDC1�c■-e- 4 a. Mileage 2100 Miles b. Meals $0.32 /Mile = $672.00 C. Motel 3 Days $21.00 /Day = $63.00 d. Com uter 1 Nights 0 $45.00 /Night= $45.00 p 140 Hours e. Materials and Supplies $10.00 /Hour=$1,400'60 F = $520.00 . Total Out-of-Pocket Expenses 2 700.00: '. t. t It 1,2 and 3 $37,671 81 k 5 ; # PR--� 1'. 15%of Item 4 Subtotal n ti SUBGONTRl1CT I+neT�= '. a. Pavement Evaluation Testis b. Pavement Cores(20 a 6"Dia.) $4,520 00 ` C. $1,250.00 7• TOTAL COST• $0.00 Items 1,2,3,5 and 6 J-1 $49,092.58 r r�" t � r i�t�r•� Gj4'Y t 7 n 0t1•,iy.'v, as i i EXHIBIT A JEFFERSON CITY MEMORIAL AIRI�QRT "— JEFFERSON CITY,MISSOURI . i APRIL 10,1998 3: CONSTRUCTION SERVICES FOR 55 CALENDAR DAY .,, ON-SITE OBSERVATION AND MANAGEMENT SERVICES i 1- DIRECT SALARY COSTS i TITLE HOURS RATE/HOUR COST($) Principal 8 $50.35 $40280 Project Manager 16 33.65 538.40 . ,3 Observation Marta er .85 g 84 28 2,423.40.. t Design Engineer I 4 $19.13 $76.52 Observer reg.time 344 17.35 5,968.40 Observer overtime 20 26.40 528.00 Tecluucian reg..time 4 17.00 68.00 € Secretary it 11.00 121.00,' . ' Total Direct Salary Costs $10,1'26.52 .." 2 ; , l LABOR AND GENERAL ADhaNISTRATIVE OVERHEAD Percentage of Direct Salary Costs @ 159.20 $16,121.42 ?� 4...,:. . 3`•' OUT-0F-POCKET EXPENSES Mileage- ............ $ 5500 at $0.32 1 �� Meals:.............. 41 at 861. 21.00 00 Motel..: ,s ............. 41 at 45.00 1,845.00" Troxler 15 at 40.00 600.00 Total Expenses ! z $5,066.00 4. SUgTOTAL OF ITEMS 1,2 AND 3 $31,313.94 5 PROFIT a 15% ; �r . ' $4,697$09 6 SUBCONTRACT COSTS(ASPHALT TESTING) $988.97 t, 7 TOTAL.COST(Items 4,5 plus 6) " p $37,000.00 ` z s 5Ak"...:A 7 .t f 1lfL Y J" *ry7e•� t""^ f .y' �A'P , tr'r � ' -:c.<' r , - ��r•*��s,tsfi�.tdkr?t d-7.— -7 N�6p��`t� �� n 01 ( ° a. tA h�",,.,i•�ai .^p 'a,r: , aX_t _ +` f 1 •i .., �\..+. ..: L,:.x 5.t i i ,Sc,R,.-.tix..�vM.iF f J EDMIBIT A rX i.: M ! Op$ Ug .. R CC N� 00 08 � !� N N N N N ° CL N M i . . .. • � � � 80p S O pOp O O � ! '�r N N C .. co 08 N m 0 08 08 O G p . F N t0 O O 11 co uj 0 O CO p W tN► �i N ca N h u°► J ' i �V 0. ul J 08.Zac ,Za age °Ml., K , w (fV �o Ol C°l• NOs P01 OCp. 00 °8 p0� •$ r �• O. tpG Qp� l'7 cOv �C4 ii`` .. . .. - co wco to 00tl m 08 08 08 a, N .0 J .. N N N O N W N R . vs . N 4 :l s +.sa t': r i . M .CL8 to N N aj s L (Q (A H .. ICL pip eM •N a n fa•, rt ,��SI .. • §�j W _ "•' �� . Yid 8� 0. .O�' }�� � 4 ' cc . . ik. '-r'' .�•. 0.F .. O 1°- O`p �o, LLl�O 12 e3 e4 C4, ri , ti 1 s ; hr 1 f 4pN � C¥ Tia l r S s 7Z 7 Al r � s.} tj tai s s; a'fi ti 4r e > t "t .:•. ' .. • .1rn'Btti � d}�{}= .i�1��`rf. ks i ...t•. ''., i . , �� � .. ., y � � js i s �=7� 4 7rt ..r ��S . - - ,,t,. � �� i� � -I - ..SON' MISS®O RI 1.r �7. rl�r. Cv rl /: t t 4 }, L{ 't 11 r- Cantract Dncumenfis/Se�ificati©ns for . :,s i< .: :' 1G.!t . '. IZehabilitate�C�v7r�ay IZ�uiwa ,12 �0 , . , : Reseal points Fir Riulw �r ? 27 t . • f i :A.,11 -r. !" .. �Y-11 1. . 1 ,, r ,. a. y� ., Y J, ' 1 T• r: f P CITYG1R�AL, A.IRPC�RT , , J TEFF'ER CTTY y". Y 1 r,i ,Vk f:' ty,�. : 111 ° { r .A:.I.R: Proy�ct ITT .; ;;1. o �g2-4UB r� , , , - � �".: ,,, , �, ,-:,�X: " ;-�-.:�,�.'t ':��j ­ �i I, .! t 1:.: .. y { ... 1 , r rn . il .yE �,t3 t �. O-n /':' t i tj ti;11 t, t ) �sl r" f t h} ,Op - ,KIAP�KYER a , a _ t :i .4� i, r;''J,t t F J6 .J { -e. tt.. r: YY ? �' Q� : =i9: Iudy�%1998. ` }�}, i'� 1,, E` 752 -6 w ) r l . E 0 t d I R y L, i. rt: K # s s Is�i: �Yw fry i t ,. tie nv, t # ,{ ,•� a, s �< A �j � �/-► �° t J t` a P{yU 4 ' a S'�'�or �f.6���'±��j\�`�` :r: , Jz ; +� Z71' Gf 11.11 S ii /���� 111 t Jtti4 Si �YS 1^Jf,' n at>- t - /y Sr .. y s. st4 .� f t#r.r,s z {1 {. i r " r t fr � ?*,y,te; r "'Y S 7 7 :3- ' t', t 1,'. r .,.t f { t f.: r; 1e °P r�- ; j.,ar..,. " - n'4ytf"t/ J e .at' �t .1 y. .. C .4, } �St s Y }. y iYiN Y.4: jt r' '. 3.ji fY 5 S4 .16 qe,+f%:+ r s..r •rfz"},s sl#rh,7; e"ttH.15 . .t }i-, tr ( al. +' t t' f t:f t a ?.. tt '„txt $ r+ 1. F C +y t t 5 V S u r 5 d t s r. n a� L '� s, sr 5!',t 'i+' :S lfc;i: , 3. - .fit r .47i>ti,.P'Lt�Y p7}«F }t'"� S }�.� t N t {'.. s z r y + t 4 y 14T.4, 1M 1 +i N� ,5 1 ,: , z1 i r t �- `f» t #' t P�.' S 1 t .�� t Js r f d r.r7°T 't A `1 4'` f '�� '• t'" oq i f s3''1 ,% iy r a,,� S,. f' ;) ' 3 .�.' 7,a �.: A ;'• ! . r,£.3`'}i-' .r A.'ii bS a. W' � 1,Gti 3 V 5.��y 'a v`ty .,l a { 1, e. t {1 i"`1'. e) .2 h-iw t 7!' 3rf+h S yl t ae'' *rt yn,;e 1 a 77r" S1s�. til .?` ,. .v sr .t t J 'C:: 'i f J F. s-. r .S 2T11T'1'f�{;!'4 {fi Y; { yt- :( Y £if.>5, �.:7 .tc r i 'i r -5 ...+5'. ;.s,-fiq;�i st i'•..:•f'�').'w}i7-Si� i '�t� ; ` rt � Y i l: t �Nr f { t k .A {j }9Y �.rig 0u tj)Y f' �t »ti 3 u•3 ,� F 3'. r , . �r� ,r,�Y} 1 +�.�,i4nr r h�.;i j.]: fi si. �< ft Y ! .) x 1 y �dS mod' .° t }ti 'ry� xk .• . 11 -.s.'tb �rvb F. •.!L=,ye �I}t: », 1 , 7 c •j t + { 7 r 4 ,aC r S 3 a 7 tt,t.z Z ��r"c . rji`tt"iCs`.t),i °'47}p" 3n 11. -'.W7E t'ee-•'}}rr5F�4'}�i.r. r y�7 rr,�rE t. }i r x .: r 1. cif 7.. s t«5) t f�� r r ' .l } J f...1.J.:i;"t"tti s.a; :jt E..t r �,F: =y�+.4 I.Y r " ri1 rTf ,..'R-iiiQ i ,ii u,d�k'si F:�:L$r: �(rr i wt of t .S ..-,";;f,•�f...f;':',ij:y a�'Fr''»"N .it�kY.S L 1.6. rJ. . .f I r �. ^f � ,y E42 a f 4 J f!G StN frt ( �, • 1ST ,y lj r i', rx , {S t ! J`' I '«"1,;•, ®�®®®��Ji • H + 5�J f S 'ltv. ,J �• { t >�iYF' . �,tt�M Ft r ( f S \ r ! L' Yrk 1l K' -P., 1 r t,�:� t_rta'^,tu¢t+;.,4-- ��:-.7�" .tlr"' i. t ;COMP r >,to a;?. aar .t4=.Y v�3�`a'' y;'t'�'• .,'�s•i j .1. r. r C7RA�'IC�N 3n,�,;r i }�.ar }�, r!X .Xj�v 1`.y. t t t" t... t J t. 1I .§, ,4 '' Eat ii Y i ,, 4,.,f jy-,1 �4fi'.�,y.rJ4 'iF`�f,7 3 . ;.#� f #e ""' { ; f r I + f 5, e i! ly' 9`ti i'i !J r`�d{� '*a Yu y t} a `y - s r 't t. r<.. r4-1?FiF``#�a 't, M-1't' .�+m•� ��!;�,s„ i f i c t ^, i i y Jt.t#re !# fir '&Y" e� '��.ttl' i t t ' y i " r 1,) 4 ,S.Y`J a , ' a-1 w.-tS.a� 1 �' r 3. 4} f3 Y,r J S Jrgt 1�`l ` ?a Y # r r 1. H ,. t t'r:, i' yf t Yilfy'#�YJ R Jai 9a e l��,r1"frt t`- `"�•1. i i I h f i } ,i f i. 5 fr �t �: y ir4 �'.1 .t.�`33 rjrw {4Y y Wks' t 1 Y i ,'Sy} TY {i t 4 16.3?'}#{t ,yot , y n Ja1E`i 5 YF�1 "'.srzgtyr� L, S r� f? 4 7: t h 0. E, k t .t.,ts 3 ttS .. 1 , .is�e r yr4++ t{t ,47� s�ipi la { ty�, '...,'� ., ., t i r•' �' 7 f i4 S. ,x t r.. f 1 �� � fi`=L 3d'"'ir�: d �� § t } .. ,1. „ .,. .. .,,, , > J 1 :r ,f 'r , tt ` s�+,�rrjlJ7'' 'f�n� L 11..-.,._ ..r.,'ax,.sa r.,r a ..3.. ,.i«u, , ,� ,t.U° i�vlgal: ,1,U4 3s "l 11. - .�,�. ------ a�P 3 ++ S i 1 FABLE OF CONTENTS y $ nom•• F!agn Number •1. Table of Contents TOC-1 to ToC-2 2. Notice to Bidders NTB-1 3. Information for Bidders IFB-1 to IFB-6 4. Bid Form * BF-1 to BF-4 5. Bid Bond * BB-1 6. Anti-Collusion Statement * ACS-1 7. Contractor's Affidavit * CA-1 6:'Minority Business Enterprise Statement MBES-1 s> 9. Statement of Minority Business Utilization Commitment * MBUC-1 to MBUC-2 t; 10. Affidavit of Compliance with Prevailing Wage Law APW-1 11. Prevailing Wage Determination 12. Affidavit of Compliance Public Works Contracts Law AOC-1 13. Excessive Unemployment Exception Certification EUEC-1 14. Construction Contract CC-1 to CC-5 15: Performance, Payment, and Guarantee Bond PI3-1 to PB-2 y t PART 1 - General Provisions 1-1 to 1-45 i PART'2 - Special Provisions : 2-1 to 2-6 PART 3- Mobilization - 31 . x v PART 4-;Temporary Marking, Lighting and Barricades 4-1 " PART.5 Cleaning`and Sealing Existing Joints,. 5"1 to 5-4 (« INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF Blaj . TOC-1 r. 1 ; "1V3%AFP%WMN5r90jM0NnMo0c �A r � Y•��^";f.y/�,�£�','Alt�lt�;s�Fl�^•a�fsC1}�r"i,r. ,iv-) `11rY..Yy YS`s'.r#.: r }?`� ix'y�,.xa`1�. 1�.+F w*"q�:f: Y .''yf , +i <.f. (' 1�e�'^"�.{ yaj , i < 1 et } ,i f SR ..11 GS .. , .. . " . . . . . 3 .:'S d .. 1 Y�,�y t ' . .1 A- . Wiika �.6 ..^_..—.. ... .... ...........,....""' °"..._..—._°___.._­_—y.—...`.Y._._—. F+.G " >�a d i :6,r i,,a§2t":r t ,3y . - . . . !.i 4: '±t i { T r x ?j 'y:, ). x �-1,,,,, �W ; t ' TABLE OF COK1TPKTS`COIVT'�?.�,�r'.I,'.,_,r 0r.,�""r­�,r r.'-.,",�1�.�,,��,�",,;,r�r�-I L jj��.��";_�V�",. x t� t t,� a fi'` z �e Number �'I ft xw2x, fl} PART 6— Item P-101 Surface Preparation V y �, 114 f!-1 to 6-4 dtu� S+e»Utz, i :, . r,i a, ", z,� PARS'7 Item P-152 Regrade Existing Ditch 7-1 to 7-3 �$ ' A J f� i'j, +tr �4 r z, PART $— Item P-401 Plant Mix Bituminous Pavements 8-1 to 8-12 x,tj33t $P t' I I ` )t i�t.i 5 S5)y.f SAi S . I Z r PART 9— Item P-603 Bituminous Tack Coat ,� ,- {�t1 ,�,t ; ' s,ik 9-'I to 9-3 ' t k ,. 3J PART 10— Item P-620 Runway and Taxiway Painting 10-1 to 10-4 t'r r x r�`` .�`s { t � ,j""-,~ ,� , rP. PART'11 — Item P-629 Modified Asphalt Emulsion 11-1 to 11-4 ? t yy ti f . ..A? ,+1 ern *a ��s'4 Slurry Seal Surface Treatment 4> -s�}h 4y Y' i : �L J.fW tJ' S W r PART 12— item T-901 Seeding ,. 1 .Y,4�4 t )'.. �_ t; F 12-1 tt� 12-5 T" 5'tt ,. I r rI I I '- k h s, PART 13— Item T-903 Mulching a t 13-1 to 13-3 �. 1 ,ADVISORY CIRCULARS: _i. s�' 31 . .a, " k-` ' �� 150/5340-1 G : %�I , .31 { ¢ ` Standards For Airport Markings ii . z.' GX1, , 150/5370-2c . Operational Safety on Airports During.Construction : ' -' ""T:,' a r }.t, , }k. , I .. ✓r�:f t . ?7,: 'Y I y r s . t: n. - tn P Y _ , J i . I 111 .. is 2.( r ' fir , ' :.. I . ,< Y,,r,r ` 2774'SS:P ) f4 t 1 + ' , 1 ` _Jr,. Sr t .. t KN i ,) �,5 1 t ' a? s r . I r Tac ';... Y:xry " + ., t ", .. f 2 r r V89.I1/1flhWPC45I'pa1FTOMflvA000 � . � . I r . '.+ 0aS t., ; �f h 5 k r .i & ",61=+t �s 7•+.qd iCY H li xr � dl ill .S 1 , k n •_ :; +'{y } s�'r a s fir' Y c ��) s� c ;f'; :;—l . � .M+AC a " f,h� .,,' rG aV t t 4w i .. n c F... n . `' a«. }'` tip i3{. 1 lyx;' .^ f J.' )x 1'. _ y73k`�gg4 # ,A4k x ) t , 4 t Y r . 1 , + ) ) t . . rapt yh� Y a ; ..:1 I" .. t i .1 s Yt t a , i 'i: r 1 .}7 ' ) $ ..i4 x(+,� y, ,- ' t'� t t j t � n : e 2.. e� YF', iv i V : 'Y cu x 4, .l . Y 1 J `^ -0 I I I I r. I. r. I. t!• ) :r: ,>Sr't :tt .a' .itn-i S.k. . ,; !" Qe,,lt.wk+•4 y't J,. .. l: NOTICE TO BIDDEIRS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 p.m., on Thursday, August 6, RAF 1998. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. AIR 982-4013, Jefferson City Memorial Airport" will include the furnishing of all material, labor, and equipment to Rehabilitate/Overlay Runway 12-30 and Reseal Joints for Runway 9-27. A pre-bid conference will be held at 1:30 p.m., on Friday, July 31, 1998 in the Conference Room, Jefferson City Memorial Airport Terminal Building, 500 Airport Road, Jefferson City, Missouri 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, " specifications, and contract documents. Plans and Specifications are on file and may be examined at the Jefferson City Department of Public Works, .320 East McCarty Street, Jefferson City, Missouri; at the Airport Manager's Office, Terminal Building, Jefferson City � Memorial Airport; and at the office of the Consulting Engineers, Bucher, Willis & Ratliff Corporation, 7920 Ward Parkway, Suite 100, Kansas City, Missouri 64114. Plans and Specifications are also on file at F.W. Dodge Report, 5700 Broadmoor, Shawnee Mission Kansas 66202; F.W. Dodge Report, 777 East Battlefield, Suite 1026, Springfield, Missouri 65807; F.W. Dodge Report, 1750 South Brentwood Blvd., St. Louis, Missouri 63114; Construction Market Data, 4800 Lamar Avenue, Suite 104, Mission, Kansas 66202; and r „ t Minority Contractors Association of Greater Kansas City, 3030 Truman Road,"Kansas City, Missouri 64127. Questions concerning this project should be directed to Bucher, Willis & ,.,,. Ratliff Corporation in Kansas City, Missouri at 816-363-2696. Copies of the contract documents required for bidding purposes may be obtained from the " { Consulting Engineers, Bucher, Willis & Ratliff Corporation, 7920 Ward Parkway, Suite 100, t j; Kansas City, Missouri 64114. A non-refundable deposit of Forty Dollars ($40.00) will be s° required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Two Dollars ($2.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount is k equal to five (5) percent of the total amount of the bid must accompany,each proposal. fir;iF A'one-Y ear Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to: deterrrmine which is the lowest and best bid and to approve the bond. I }k � . NTB 1 Y' i c „ 90193%AEP%Wft'%S[CS%ntON ENOax JuIV20.X896' t i ���^, 3�pf},f +,:L: •,f b. ii {{�+`c-e,(:e•r ,F +u ..'G;L;71n .v..a.,,t .."f .. ..,N'... . .. i _ r.. ;,it .' fLt ,=i 1'��A:> rn++*i.-,a C".rs'.• . Y4t M. I F ,V 1 r ^Y k t. INFORMATION FOR BIDDERS SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled "Project AIR 982-4013, Jefferson City Memorial Airport" in accordance with the plans and specifications on file with the Department of Public Works. The proposed work for this project will include the furnishing of 811 8 mater! labor, and S equipmant to Rehabllitate/Over*Runway 12-30 and Reseal Joints for Runway 9.27. 11B-2 INSPECTION OF PLANS SPECIFICATIONS AND SITE OF WORK ? The bidder is required to examine carefully the site of the prop osed work, specifications, supplemental specifications, special provisions, and contr ct docum n�s� before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. �x 1113-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any y part thereof, which affect the cost, quality, quantity, or character of the project, }' he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, �t} hat an interpretation be made and an addendum be issued by the City, which shall then be delivered bidders to whom Plans and Specifications have been issued. All addenda issued shall become�o all of the contract documents. Failure to have requested an addendum covering an Part the interpretation of the Plans and Specifications shall not relieve the Contractor from questions delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. l , I' I8-4 QUALIFICATIONS OF BIDDERS r The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information for this purpose as the City may request. The City reserves the right to reject any bid if the avid ncte .7 submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is' r< properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. IS-5 EO UIVALATERIAL � ors Wherever definite reference is made in these Specifications to the use of an `' ' y particular maternal or a equipment, it is to be understood that any equivalent material or equipment may,be used which,wi ll, 1 perform adequately the duties imposed by the genaral design, subject to the approval of the Ci#y. h. 4 IFB- 1 991 V3%AEP%WFC%seE0%nwnrrMWC June 8. { � 1996 . ro r ����_ ;����Yr��i�+aa�•�°��,°':is,�t1�+�'c.�* to r > ; .1 t l r 18-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. n �iaisxe Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as " .,{rt fi`•,. ,�..'..t- , .. liquidated dated dama g es for such failure or refusal, the security deposited with his bid. t , j# 119-7 PREPARATION OF BIDS Y Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed _ bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the Sri°; y fF F bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to s is bids will render them informal and may be considered cause for their rejection. `{ Extensions of quantities and unit prices shall be carried out to the penny. s�. r` IB-8 PRICES >> The price submitted for each item of the work shall include all costs 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 ` ° >f= .� 4.•' of goods and materials for this project. The contract for the project will authorize and direct�the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over $500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's safes tax exemption and h for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid t w prices submitted for those items shall include the cost of such taxes. , 1113-9 APPROXIMATE OUANTITIES ` {b { In cases where any part or all of the bidding is to be received on rrt= 9 a urnt price bask, the quantities z stated in the bid will not be used in establishing final payment due the successful Contractor.. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price" 'r bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities,while made from the best-information',available, are-.a roximate only. Payment of.the'Contract will be based.on actual number of units installed on the complete work., t lid ,<� '' IFB-2 'fN119AAEP%WrC ffZS%FR0MV D.DOC , .. . r y` June 8.,1998 f YCh N�` i 9€:s. hfF>ipitC�,^c.!x�;cir'x r ',+ �—x,.t c. ... .. �. 5�, f .Y� �..+t icy f$ �t a "• "• y i i E <t r IS-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and t shall include the costs of all labor, materials, tools and equipment to construct the item as.described }t herein and to the limits shown on the Plans. r :K IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. AIR 982-40B, Jefferson City Memorial, Airport". IS-12 ALTERNATE BIDS �+ In making the award, if alternate bids have been requested,the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed.for the opening, without f prejudice to himself. No bidder may withdraw his bid fora period of ninety (90) days after the scheduled closing time for the receipt of bids. k . . No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS The City reserve the right to reject any or all bids, to waive any informality in the bids received; or r to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. I8-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder x or bidders shall refuse or neglect to come to the office of the Director of Public Works and to execute fi the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as a hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the r F deposit. "4 I8-16 PERFORMANCE AND PAYMENT BOND 1 r ' t A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. .A form for the bidders use is contained in these Contract Documents. z ' y The issuing Surety shall be a corporate Surety Company or companies of recognized standing. licensed to do business in the State of Missouri and acceptable to the City of Jefferson. a E IFB 3 r urtfl 8: it x i W,0 00110, i x:. t ;,. . ,G. a,k JCS s.r=.r.` ., t� i,wh K,'-;; /r-z`snFa✓K t.ts4.� a, '. r ..,y x if k t r F i r r S, u / i.� f q'.: .�___ ''l __ 'r4, ., a: ,: i,.•'S'Y-''.'ti'a:T 3 f, 18-17 INDEMNIFICATION Ark, INSURANCE r n" The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense In f � defending said claims, or suits, including court costs, attorney fees ai any act or omission of the Contractor and/or his subcontractors, their respective expense agents, servants r or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. 18-18 BID SECURITY RETURNED TO SUCCESSF IL SID DER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time in whic the amount of the deposit will be refunded by the City. h case { 18.19 NONDISCRIMINATION iN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and su in employment practi ces. bcontractors not to discriminate IB•20 PREVAILING WAGE LAW ' The principal contractor and all subcontractors shall pay not less than the r p availing wage hourly rate for each craft or type of workman required to execute this contract as determined by'the Department of Labor and Industrial Relations of Missouri, u { inclusive of the Revised Statutes of Missouri, 1959 and sections 290.210 through 290.340 x Determination included herewith.) as last amended in 1993. (See IB•21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date'of final acceptance. In addition, the equipment furnished by the Contractor shall be uarant 'Y t free from defects in design. 9 eed to be S Within the,guarantee period and upon notification of the Contractor by the City, t f promptly make all needed adjustments, repairs or replacements arising out fd defects Contractor shall judgment of the City become necessary during such period. which, in the The cost of all materials arts, p labor, transportation, supervision, special tools, and supplies required i f`Y` for replacement of parts, repair of parts or correction of abnormalities shall be paid b the Co i r' 1 rt or.by his surety under the terms of the Bond. y ntractor F '�rcl r ti IFB -41 x fc1 li W193NAMWM SPEC5%mNTIND.000 a June a. :ft 'It1 Wy R x r The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City r Y y gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with.due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or,adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. .f 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 vWthout r giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his ,r surety under the terms of the Bond. IB-22 NOTICE TO PROCEED ; A written notice to begin construction work will be givers to the Contractor by the City of Jefferson j within ten (t 0)days after the Contract is approved by the City Council. The time for completion of r the project shall begin to run on the date established in this notice. YY: IB-23 WORK SCHEDULE t a{� To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to air traffic and inconvenience to the public,the Contractor shall, !. } at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence in which various operations of work are to be performed, ;.. I8-24 CONTRACT TIME The contract time shall be 55 calendar days. IB-25 LIQUIDATED DAMAGES r Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar { day until the work is complete, should the project riot be completed within the contract time.. 1 „ IB-26 POWER OF ATTORNEY j Attomeys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dazed copy of their power of attorney. IB-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the ' bidder's address, and the name of the project for which the bid.is being submitted. If forwarded by p g , mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as ` follows: I FB 5 Jt�hY 21:f 9y8 k �u ;.: Y yr � f"•t t•„ +(h f ).l qo 4 (' I t . . - 't, U t��' t Ai ..M F { b. . F,. ,..,. ,, . 4 1 �.-*� I-. 1 .,1I 1.:1..0 I":�I.��,­"�_,-;�1,1':I,,,I:�I .,�..:I t I I,�'1I.I1'1�',­� I 0.I ���—.� 1 ..I I��, �. Purc{heaing Agent fit,' City of Jefferson, AAA `<�' y 320 E. McCarty Street V` Jefferson City, MO 65101 tik r7t 'a I .. ' �`,�. °: For the.convenience of bidding this project, a "BID PACKET" has been included with the project l , , manual. ' This packet contains the necessary forms to be submitted with the bid proposal. The �. "I'ti, contents of this packet include the following: ' ' ;'11� i ' 1) BID FORM 11"' '' 2) BID BOND 'j '; 3) ANTI-COLLUSION STATEMENT' -' 1 11 4) CONTRACTOR'S AFFIDAVIT r ttt 5) MINORITY BUSINESS UTiLIZ.4TION COMM9TMEPlT f `',a . i t , is . . `i'' i s � i 11 i to END OF INiFORIVIATION FOR BIDDER i .. ... 2 . tl. � .. tb ' , ,1;,li,�1:tt,��". a '..'."dilift"��.,�, %,:.:­1� - I ,� � . : I I 1 _,7­1, r t :' �. I C .1 � . . .t I ', . , . i .. ti 11 r i r .t .. t ilk, t T ) t ) r r l Y. y r ,. R Pi f,.i 1 c a . i. !I. x , 7 ayr. z f h.f�,`,'^F`r { txY tip y .0 {r x }. s.�1.�_,I; t F ��}t S r i r yx 'x '-,y i i t' r 7. ! ti' � � i F � !e yy-l�5 ` ]Sy ) i' f r (7 li ;'.',,t.- ', �.Jae- 11 7 , W{e ' 1 �S t G 11_ . 3•°,.Sj J .r tut �} 14 .r. t °'�L }f�f�1,iE."ll} t .. }, v fit. * :, .. -'1 .�, ;1�:;!7,�!`i- ­ 0 *I,;%%;�: �::,�"� , , AFB �6 k F. +;, t 7 ..11 11! i. , �i i t{ J W�r�.f�l�e.�t�e�� � 1 { tk' t ,it F.y° ne ' 1 ui t1' ., k S' ti i S t y f t A! ); t`h .�,,.,n •.!¢ ,•, ri ``-7 $.1 t: y. ;,�,.�V,' o�.C!;+ n?,N�'v�*' -+;,.....tr:Y>i�,i,.t ,. ,�a.�ws.�.+;t,,.',..,jy, r,j'Siir .a-! a) a 1..: r 11 11 11' .. r , . ^ .t. .. .t t.Nr .. iS., ��y J, , r �tm� ,' , ail ) t Jw. i I � t, IT. g, i il I! '.qi r + .fit t .' I. , E. p.I" t� 4 ; YZ "�4Yfr't s t $ .t. i ,. , " . �'.S t t: yxli 1.S, ,f;'.,1�� ryF a r .�} 1 2 i i t ar r1 t � '§ y 5x`!.fj',�r r f 3 t y a - .7 rr ;, JitU °.F' vtt 1 f a '�� 'y r t i E rr .-f +.rU.. ,.. t 4 .+ t ? ! r F t' a t ,� r� 5 a t .� t t r., ':: t �v , 4 1 �' �r.1 ,r:t'i;e.,. ,Ti{_, :,e>1 .r.�..:. „x� }•;i y .,. 1 xt, _:i )1' r y1b J! fad.,llc 44, 1 b''�11 j BID FORM Name of Bidder JPz�r on 7 - . o Address of Bidder 2_2_0 IG•{ tit -� ��?��. �: 5� �'.c U� `"1 G To: CITY OF JEFFERSON I 320 East McCarty Street f Jefferson City, Missouri 65101 k s THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda ' thereto; and being acquainted with and fully understanding (a) the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the. location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that ` he will accept in full payment sums determined by applying to the quantities of the following t items, the.following unit prices and/or any lump sum payments provided, plus or minus any ' special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings.and described in the � specifications, and that increases or decreases may be made over or under the,Contract ► `estimated quantities to provide for needs that are determined during progress of the work and that prices:bid shall apply to such increased or decreased quantities as follows F � ' i BF - 1 arn�Er.NfCtcPE�\FltQNTL\ODCC June 8.1998,. i.' 4 '� iii 2 o- y�<+-. i ;� :, 6 :ari 4f��3. 3.�$Y��.'�",i F+t't+rr.�+ 1 .'.•r:€•- II - .r } .. w.. 1 + 7 w e W g $ g g g 8 g C p8p CY $ 3 p$ ° r, O N M p l7tT N N r tff1) r et rn W c; t0�5 1A F) N j M 0) �J n W N! N W N 46 0 Got, y i �ro f a h° n $ aD N v o n g y r, o $ N C N n a a) °' ui n `a y N '-' O N .v G O r N I (A M .. C to (/j j# J J .I J fA U N O m t6. } ! C7 In to W O r O C O Q C In t{ to `' i,� Ill N N O t Q N r N Oj co N r N i N LL c ` CD U c m m o Q � o _ M ro N r r w y m �n O) x N c M C ro y CL c ry m n m z U U.�p ro m d LL O N N C j / U C C M C m LL >° 0 01 07 C m co ? c OC ro ir ro r o f,, ... L" �H1 c c m e m C� g = '4W .y. Ch Am '00-B�D .`�.� ENN nmC WOO op h o c o °c Y M mop rnQ tu •-o� GO, c'�2 0,'2,!2 3 eo3ai rota m vc > a `0 v c� t° v° o oW m e o�U S m rod-- o H tnclu �c� L°eLn acc v�cp � >�c ti �"i" '.;.: —°m� � gym`° mmo' Umeo �mw mmm c M" °' ,. � � fnULL 'fl,�mpp Q� V> '-u�a dvm mVh Otm1« m� Cmm �c (!i� ¢� a= QA �: xn n❑ pa c �t_L SRC c cfn ora c c t m � cA� H o m E=? `ni_m a,,m �_,° m ° oy �a au F- tL a c Ea p m C m m^ !`'=c > Nom,: m e)f•._.,. 0�=O ��Ors! 7.T.'> >. `^'Z 7�° 7 roc^ cc b�3 �cm cco occ icct mc; c co ro ? 'c r �ptL ►-pW Up0 U�Z Npt- u pv> >pu Up0 W5, a:=) mp►3- m:)rr, anti rn�0 Q�i Z j ! LL p , .- .- ,_ r o o N N , d a a d d d d a a a CL ¢ p a �Z°' r r fit, 1 1 1 AiLTEl MATS 810 AND SUBCONTRACTORS k i ThedCOMM a n7eY proNid+a fQr aitr�rrtat�for atoRa�ae+a+eri ' r shall $fate in the sga�ces below whethar hm lnnttnn n ti ����iecmtion. I pI or'r+einbrced concrete Pipe for Storm g od metai " r rya whore all alternate is allowed. Wed. ! P, + If the Bidder Intends to use subco � a list them. ntt'ac:tara in the purse of the construction, he shall Y UG Striving Yac. j , Nelson 1[nduatrial BArv3ces Vaszoe Brothers Inc. AP Centrasl—Companies Diviaio�y Don SclwnieYiere gxc�avatin , ate lases Sall — g Ca• • Sic - TIME OF COMP t_E770N ' . Y The Undersigned hereby agmes to co�nplsts the Project within subject to the stipulations of the regulations of the Contract an the S( e�ia�P calendar days, s p rovision% It,lg understood and agreed that if thls bid l€3 ` aWIICabte sWe takes and that said taxes shalt paid b prices he C nt teed abov® include'all y Contractor. Th® undrnalgnsd, ,aa 81dder, hereby deolares thsY the on € ` the bid as principal or ly peroons or firms interested in principals is or are named herein and that no other persons or flans I Om herein mentioned have any interest in this bid or In the Contract to be entered into; and this bid Is made without connection with an 1 ;.��r a bid; and that it is in all respects fair and in good faith without comp or parties mfg collusion or fraud. i ' The undersigned agrees that the accompanying bid deposit shall become the Y r property of ' Y the C3wner, should he fail or refuse to execute the C{ontmct or furnish Bond as called for # r t X in the specifications within the time provided. ` ff:wrritt�rn notice of the acceptance of this bid 18 Mailed, telegraphed, or delivered to the } s :. . i uncereigned wthin sixty(60) days after the date of opening of bids, cr any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days afit®r the..date e such rnailing graphing, or delivering of such notice of , t®le , execute and deliver a Contract in' ; the form of Contract a � ,, �.• � >w ttached. .v Sj3fYYQ N tt •�t'"<) I 1 t l e{ t BF 3 r. r , s tk0,0—1 iy r FY f P4 „ } Tile and be mal�d hq designntoe hk8 ofd,to which such nottoa of ec e109mPhed. or delivered• epumm may, Jiffaraoa Asphalt C as , PV Hoc 104888 gat jet city, MO 65110-486.4 ' It Is understood and a reed 9 that this bid May be withdrawn at w scheduled time for the opening of t�idffi or any authorized any time prior to the p® ponemAnt thereof. u Attached hereto is a Bid Bond for the glean of U • k Dotttsrs (cashier's check), make Payable to the of --� �i efts�an } Signature of Bidder. l..r If an individual ------- - • doi,�lg business as :,• a It a w p rtnership, f member of firm. s� by i if corporation, Jeffersaft An halt an #4: ” by i Title _ rporata s*cretarp/Pre acte - ti 4 Business Address of E3' Po n Ste- iddeP ox 104r868� Jefferson Cit NO �i511Q= � it Bidder is a corporation, supply the following In forrytation: � State in which Incorporated Missouri ' 4 Name end Address of ( its: President Elliott E. Former Jr, i , 7 2703 Sebellridge, J'efferersn:Cyty9„ Mp 6,5109 E Y r Secretary Mscbael S. Huff , _.._ 813 Weste= Air, itfferean City, 5 09 >' 4 r M� 6 1 .: f l., ...fir DatA_ August 27, 1998 BI',. q 1 .. : y. 4 Junes.i9se �, }}.'�`. .y{t 'Y F t f 6M 1,r.�.x. •. r.4 it rs. 5 t. �..^`^^�' '?9tt��y��� . M 1 x a , i i t i BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned .�_ as Principal, and —as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI as owner, in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this day of The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled: "Project No. AIR 982-408, Jefferson City Memorial Airport" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said ' Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created b the acceptance of said Bid, y then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. , IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. _(L.S.) SEAL Principal By: _ k BB -. 1 f WIV3%Aep%wmsrus�xoNTmD.00c June a-1998 '. :.f ;•, i. �14.��Sn.P ty}, tsrr� x � 3 r :: ' .. I I MD BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310, KNOW ALL BY THESE PRESENTS,That we, JEFFERSON ASPHALT COMPANY INC. Route 2 2207 Idlewood_Road. Jefferson Citv MO 65101 PO Box 104868, Jefferson City, MO 65110-4868 as Principal, hereinafter called the Principal. and the UNITED FIRE & CASUALTY COMPANY of 118 Second Avenue SE, Cedar Rapids, IA 52407 (319) 399-5700 ,a corporation duly organized under the laws of the State of Iowa ,as Surety,hereinafter called the Surety,are held and firmly bound unto CITY OF JEFFERSON, MISSOURI as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Amount - - - - Dollars(S 5% of Bid Amount ) , for the payment o which sum well and truly to be made, the said Principal and the said ` ty, bind ourselves, our heirs, executors, administrators, successors and assigns.Jointly and severa„ , firmly by these resents. .�� � � g "Y P Y[ WHEREAS,the Principal has submitted a bid for REHABILITATE / OVERLAY" RUNWAY 12-30. RESEAL JOINTS `x RUNWAY 9-27. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid.and give such bond or bonds as may be specified in the bidding or Contract Documents with f I good and sufficient sure for the faithful performance of such Contract and for the prompt payment of labor and material furnished in g t3' P P P P Y R the prosecution thereof; or in the event of the Failure of the Principal to enter such Contract and gi,,e such bond or bonds. if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with anothe-parry to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. I ' Signed and sealed this 06 day of Au ust 1998 1 JEFFERSON ASPHALT COMPANY, INC. (Seal) Witness Principal (/ .. t Witness Title ` UNITED FIRE & CASUALTY COMPANY y r R T x B�V �"'•�'•J 4� THOMAS M. ENGLISH Attorney-in-Fact IN S•COSs:GEEf 6:97 .�,';Ksy 4 = ,. , ...*.. ..�-ter.. ,,,�.-�...*+•r"'" .. 1 , •:>'3. _ . UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA {, CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company ° See Certification) 31 i KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, s corporation duty organized and existing under the laws of the State of Iowa, and having its principal officw in Cade Rapids. State of lows, does make, constitute and Iy{ appoint ERIC VAN BUSKIRK, OR J. DOUGLAS JOYCE, OR LINDA L'. NUTT, ALL OF KANSAS CITY , NO OR LAWRENCE S. KAMINSKY , LENEXA, KS, OR CHRISTINE A. HOLLOWAY , ,raw . OF OLATHE, KS, OR EUGENE A. KLEIN, OR THOMAS P. LATE, OR THOMAS M. ENGLISH, ALL OF OVERLAND PARK, KS, OR MICHAEL T. KELLY , OF PRAIRIE VILLAGE, KS, ALL INDIVIDUALLY of PO BOX 419013 KANSAS CITY NO 64141 its true and lawful Attorney(s)-In-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory Instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as If such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the arts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shalt expire MAY 11th 2000 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duty adopted by the Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings." I Section 2,Appointment of Atlornaydn•Pact.'The President or any vita President,or any other officer of the Co.T+p"if,may,from time to time,appoint by written certificates atioresys•Indact to act In behalf of the Company In the execution of policies of Insuronee,bonds,undertakings and other obligatory instruments of Ilk@ nature.The signature of any officer outhoriz*d hereby, and the Corporate seal,may be affixed by facsimile to any powerof attorney or spacial power of attorney or earl111catlon of either authorized hereby;such signatura and seal,when W used,being adopted by the Company as the original signature of such officer and the original soal of the Company,to be valid and binding upon the Company with the same force lV and affoct es though manually alftxad.Such attorneys•In•fact,subject to the limitations set fo}th in their respective certificates of authority shall have full power to bind the Company by their signatura and execution of any such Instrumonls and to attach the seal of the Company thereto.The President y' of any Vice President,the Board of Directors or any other officer of the Company may at any tima revoke alt power and authority previously given to any attorney-in-fact. z + IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents ` to be signed by its vice president and its corporate seat to be hereto affixed this 11th day of MAY ,aD. 1998 ` CO"CUTE UNITED FIRE & CASUALTY COMPANY XIAL � X03 Un By g Vice Presiden State of Iowa, County of Linn, ss: On this 11th day of MAY 1998, before me personally came JEFFREY A. CHAPIN to ma'known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice, President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above 'instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporatod seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto Pursuant to like authority, and acknowledges same to be the act grid deed of said corporation. C E SHERYL A.McVAY, NAUry Public Illy OoMMISSION EXPIRE Marche 20M My commission expires MARCH 4 ,IiH2O00 CERTIFICATION I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the BY-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY; and that the same are correct 3 transcripts thereof, and of the whole of the said originals. and that the said Power of Attorney has.not .been revoked and is , } . now'in full force and effect In testimony whereof 1 have+ hereunto subcribed my mrne d affi ad the corporate se of the said Company this 6th day.of August 199 j3. COIII�'OUi Ss&L I ��t. Secretary i;SD 3?6ib (RED . 6-98) wi�i'��'T'"I�i"K>��+',t��.t �@5��1�r�yrx,g '}a iz} s•.%a:; 'r.t ',:lS.r-' Iv>.i,t .^��'• .=:I i.. ,:s. .. ' . �r:. 5 i...,: +r:.yF.r. P'.cz,,:.r q � Irt .;. { tf .1•a�.�' '. a M 1 r My' • A a i • • t • t. lY 1 I , I .ate ..�.....��.,� ......_.�__..._.._._..._.._d__.._._.....__................._ ......,._.. .. ... .. _..._ ... .. .. ....__._...._......._......._._...._.._..__....�_....__�-__._ ...._....- j ANTI-COLLUSION STATEMENT STATE OF Mi Sgc>a r i . r r COUNTY.OF Cote,, i r-hA � S. �u " being first l� duly sworn, deposes and says that he is r (o) e4a.[LA of TLE OF PERSON SNING NAM- OF IB DDER that all statements made and facts set out in the bid for the above project are true and n t'y7 correct;.and that the bidder (the person, firm, association, or corporation making said bid) r has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. !i Affiant further certifies that bidder is not financially interested in, or financially affiliated'with, t' s any other bidder for the above,project. . �?S{i witgl i. (BY� �: r (BY)� Swom to before me this _day of __r_.,19. � t m $b� NOTARY PUBLIC K 41fr� ' M LYy WILLIAMS ,t NOTARY PUBLIC STATE OF MISSOURI r COUNTY OF COLE x MY COUVISSION EXPIRES:LARCH 28o 20MI �, �k Mycommission expires: "o?� x;, r ACS -,1 x{" ii, i �at��r•.w'msrca�r�oamc June8.'1998 , h. t i1b �4�:' td+l�eti-'fS'�' •':2...5.+ ti"t,..h". sa;L`•;41 ,:l�erh7's `'%:• sr3,t, .+.,:./' .:,j >, t. R: w, i .......-^,"'.," 4 .}. tS ..)ai ly�. .. ., ,,ti .... trf k4�.:>�a� k�1wr{t'�.. '"�"v�t^�.g,�. �•N�7J' �1 , } '1 CQON�OR'S AFFIDAVIT it ;i This. affidavit is hereby made a, part of the Bid; and an executed copy thereof shall , accompany each Bid submitted. K ' STATE OF M�53e)ur -- ) N f COUNTY OF Coh - - -) ` 1 The undersigned, I P,hQP t of lawful age, being first duly sworn states upon oath that he is of x , F f ✓t i )C \ [��S�r, ��41I WV\� OIL). the contractor submitting the attached bid, that he knows of his own knowledge and states, it to be a fact that neither said bid nor the computation upon which it is based include any Fy amount of monies, estimate or allowance representing wages, moneys or expenses, however,designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. II ' AFFIAW/;'�" / t1 I Subscribed and sworn to before me, a Notary Public, in and for the County and State f aforesaid, this day of � .�.�" , 19_x. c VON OTARY PUBLIC xt My Commission Expires: .20o r f M, r i LYN WILLIAM y` y :E NOTARY PUBLIC ST,�TE OF MlS�OURI in 7tc . s COUNTY OF.COLE 3 3 My �OMiu.$SION EXPIRES: MARCH 29 =1 4 GA 1 ` A A Adk`" tl 4Y t 1A1-AAxr,wrC%Srcc5Srn0vrL%*D1= . . Jude 9.1998.. .r l c1¢f y yn rsz 't VIP_ 1 {•3f>_1;3.847+}}'f'i' qa.. q�aS...:.%:'"'U r x �hF 7. 7RE,tvt yt r�.3 i y 1 i '.k to �AtpLxr) j rt c 4 ', W,sj'ti5.t','�J'.'•tr. ki''�i t `1 t r t 1 ^'1„ .z: xl. � .,, r •tt y MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City.contracts shall take the following affirmative steps to assure that small, women owned,and minority business are utilized when possible as sources of tt suppliers, services, and construction items. 1. Contractor's will.submit the names and other information if any, about their MBE sub- r contractors along with their bid submissions. 14 2, Sufficient and reasonable efforts will be made to use qualified MBE sub-contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will to solicited whenever they are potential sources. " 5. When economical) feasible Contractors will divide total requirements into smaller Y � q t tasks or quantities so as to permit maximum small, women owned, and minority business participation. ' r 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. S. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. 4- f . t MBES -'1 �t ' f ,i. 1KIX11AE1'1WPC%SP[CS\tRpt{1T@JD.000 t Y J L _ June 8r 1998 Wi Ai s'r s. ' t z t w , b c4r r gz iy' ti �5j6v ,5r13 j t + ,i r -' • z �r -..rid+'' ! '�)ti�'''',^ r i n ti 3 •wow-"_".�.. •mew�a f ',� _ t 9 t, Yh,z .:.t•' {A.:7.'!i. ... ;t,-t,e MINORITY BUSINESS �tT1LIZA?14N!�OMMITMENT t A. The bidder agrees to expend at least two (2) %of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this commitment, the term "Minority t° t ..Business Enterprise" shall mean a business: { 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. {f "Minority Group Member" or "Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black (a person having origins in any of the'black racial groups of Africa); „ 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, A South or Contra! America, or the Caribbean Island, regardless of race); *f ,. 3. Asian American (a person having origins in any of the original peoples of the, a, Far East,Southeast'Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America.); i 5. Member of other groups, or other individuals, found to be economically,and socially disadvantaged by the Small Business Administration under Section t 8(a) of the Small Business Act, as.amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. {� k y r> Minority Business Enterprises may be employed as contractors, subcontractors, or r suppliers. it (t t 1 V 1,st x s" 21A, MBUC 1. �(3 C # qt smn�av�wtsr �FnocttrErtnnoc t June 8.,1908: Y , $ # dye° 7x:' a kttt w5• K«Jw >"' f' es '1t t •t o :� &x r�. � AY '�y4 a6 '1 5u 4 t y 71 i i K r7�s tY g j f t S i B. The bidder must indicate the Minority Business Enterprise(s) ro osed for utilization proposed as part of this contract as follows: Name and Addresses Nature of Dollar alu® of QLMiooritV Flans PartL 5a lfticivadon r - t W.W. petroleum/mideeet Fuels oil Hauler 1;242.66 - _ Total Bid Amount: $5 349 Total: • Percentage of Minority Enterprise Participation: i C. The bidder agrees to certlf`y that the minofttcy firm(3) an' aged to provide materials or services In the completion of this project: (a) Is a bona fide MI nority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. i A roster of bone fide Minority Business Enterprise firms will be furnished by the City r of Jefferson. The bidder will provides written notice to the Uaison Officer of the City of Jefferson Indicating the Minority Business Enterprise(s) it Intends to use In conjunction with this contract. This written notleo is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding cormmd with the bidder for matertals or services should be provided to the MBE Coordinator At the time ft bidder's contract Is submitted to the M13E Coordinator.. Breach of this commitment constitutes a breach of the biddef s contract, if awarded. D. The undersigned hereby certified that he or&M has read the temps of this commitment Arid is authorized to:bind the bidder to the commitment herein set forth. fr E OF UlA '!-iORIZED OFFiCEPI 43.h, DATE r t SIGNATURE AUTHORIZED OFFICER at 1 ; , M BUC 2 Juln 0.11i40' a, * .�` Cs#� +� ,49istGa: � }rh�if Ro r , t r ; r 55 t AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LrAW t , Before me, the undersigned Notary Public, in and for the County of 4 State of , personally came and appeared z s NAME POSITION of the _ ! - NAME OF COMPANY i (A corporation) ( a partnership) (a proprietorship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of F " wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 5, Section 014, Callaway County in carrying out the contract and work in connection with Project No. AIR 9$2-40B, Jefferson s.. City Memorial Airport, located at Jefferson City in Callaway County, Missouri, and 1 r completed on the day of SIGNATURE Subscribed and sworn to me this _ day of i t h NOTARY PUBLIC My,commission expires: } � ' r s }4 r STATE OF MISSOURI ) r )ss , i COUNTY OF v t { .,r APW - 1 'ty v .'MIYJ%AEPIWPC\SPECS\FRONTENO.000 Auoust 25.1998. .. � .. ' ? -• ..t. .�' ��..i.•i,,.•.tr_�r,ivt2q%_lSr'3��1c 7:c+�V.r„ti+'S?C�.�'pt'• :+hwl .*.1'�i..jyit%:,!• ;r.., '.a,, • • r •` ti _ «~�'t'ifs;=.4i: =:..-.i•`r�4�gl;;.i _• ` • r4i . �•.)v'_ Division ca or, Standards WAGE AND HOUR SECTION sssrsu r RECEIVED s sosss o o : JUN 05 .1998 =oa on a�rwul 1 DUCEfER,1!IUS s runiFF =j 3. KANSAS CITY, h10 MfiZCC MEL CA1 IVUiAN, Governor Annual- ., , rd No � K Section 014 - '� � _ .�'���AX SOU ... _, _ __• - .- � In accordance with Section 290.282 RSMo 1994, within thirty (30) days after a certified copy of this Annual Wage Order has been flied 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, M® :" 65102.0399. Such objections must set forth In writing the specific grounds of objection. Each . r objection shall certify that a copy has been'famished to the Division of Labor Standards, P.A. Box 449,Jefferson City, MO 85902.0449, and to the party which requested this Annual Wage Order pursuant to 8 CSR 20.5.010(9).A certified copy of the Annual Wage Order has been flied with the Secretary of State of Missourl. ek [Pa L een A. Baker, Direetor, Islon of Labor Standards 4MAR 61998 Filed.With Secretary of state: , , . APR Last Date Objections May Be 1lie, 1998 s STATE Pc+epared by lrifsaour! DePartrnent'Of Iabo. and h1duslel Reiadon3 ( z 'Mkt- `i��`,t�t�+i'4Si��.�.�'•`A�kt�`�^•aa ew3`i'.f�he+w°; '4att CGS+ .4; 3� t rt m + +i L. , ,....r' 1.'. 2 {i Building Construction Rates for Section 014 CALLAWAY County ec Ive basic ver- z OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates 1 Asbestos Workers $25.91 55 60 $8.34 Boilermakers $21.075 _57 7 $9.715 Bricklayers-Stone Mason $16.60 59 7 $4.50 Carpenters $16.53 60 7 $4.67 + Cement Masons $18,04 9 3 $3.02 q `•`., Electricians(Inside Wireman) $20.34 28 T 5.70+13% Communication Technicians USE ELECTRICIANS INSIDE WIREMAN RATE Elevator Constructors a $25.08 26 54 $6.92 Engineers-Portable&Hoisting- Group Hoisting- Group I $19.52 86 3 $8.86 Group 11 $19.52 86 3 $8.86 Group III $18.27 86 3 $8.86 ( Group III-A $19.52 E6 3 $8.86 t Group IV $20.22 86 3 $8.86 Group V $21.52 66 3 $8.86 Pipe Fitters b $24,50 91 3 $10.53 Glaziers $16.75 35 32 $5.67 Laborers(Building): i General $14.00 110 7 $4.70 First Semi-Skilled $14.35 110 7 $4.70 r Second Semi-Skilled $14.35 110 7 ^ $4.70 Lathers-Metal,Wood USE CARPENTERS RATE Linoleum Layers&Cutters USE CARPENTERS RATE Marble Masons $16.60 59 7 $4.50 Millwrights $17.53 60 7 $4.67 Iron Workers $16.62 11 8 $9.67 I Painters $16.25 18 7 $1.00 Plasterers Ir " Plumbers $17.11 94 5 $2.96 b x24.50 91 3 $10.53 Pile Drivers $17.53 60 7 $4.67 Roofers $19.10 12 4 $4.89 Sheet Motel Workers $18.58 40 23 $7.17 r� T Sprinkler Fitters $23.12 33 19 fi Terrazzo Workers $6.35 tiM $16.60 59 7 54.50 Tile Setters $16.60 59 7 $4.50 Truck Drivers-Teamsters Group 1 $16.40 101 5 $3.50 ` Group II $17.05 101 5 $3.50 ,� t3< Group III $16.55 101 5 $3,50 Group IV $17.05 101 5 $3.50 Well Drillers USE BLDG.CONSTRUCTION ENGINEERS GROUP II RATE lWelders-Acetylene&Electric pf(i� d 1k Fringe Benefit Percentage Is of the Basic Hourly Rate 1 `L 4I.�,Y Y � V r 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.5 .r cti t u Building Construction Rates for Section 014 CALLAWAY County Footnotes ( CCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates PY. 1\ i tv Welders receive rate prescribed for craft performing operation to which welding is incidental. t, Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown b ; on Building Construction Rate Sheet. acation: Employees over 5 years - 8%; Employees under 5 years -6% All work over$3.5 million Total Mechanical Contract-$24.50, Fringes-$10.53 r All work under$3.5.million Total Mechanical Contract-$23.41, Fringes$5.53. 3o-t n i i t I t tJ xt - ` t. ANNUAL WAGE ORDER NO.a 3198' p� is LT iYt t rt '• ��45 4x>"�M1''T ., �' 3 f .. :MI,F�'�f-"", 'T.r�P`+.•.+CY�7¢t'{:�"S'�i+"��c�♦�,4t {;t _ aLYM f t zE r CALLAWAY COUNTY OVERTIME RAVES -BUILDING CONSTRUCTION OVERTIME RATES ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL WORK DAY ONLY WHEN SPECIFICALLY INDICATED 114 THE APPLICABLE OVERTIME RATE. ' NO. 9: Eight (8) hours shall constitute a regular work day that may being as early as 6:00 a.m. and end no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/2)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 z and holidays shall be compensated for at double the regular rate of wages. The work week for the cement masons is Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work, from 8:00 am. to 5:00 p.m. from Monday to Friday. Time and one-half(1%2) shall be paid for first two(2)hours Monday through Friday and the first eight(8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 am. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one (1) work week, shall be paid for at the rate of one and one-half(1'/2) times the regular hourly wage scale. When a holiday falls during the regular work week, all work performed by employees anywhere in excess of thirty-two (32) hours during one (1) work week shall be paid for at the rate of one and one-half(1%2) 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- alf(1%2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times e regular hourly rate. i NO. 118: Means a work week shall consist of forty (40) hours beginning Monday and ending on Friday. Any i hours worked over forty(40)in this payroll period shall be paid at the rate of time& one-half(1'/2). Saturday work will bepaid at time& one-half(1%2). Sunday and recognized holidays shall be paid at double (2) time even if the holiday falls on Saturday. Saturday can be a make-up day, if needed, at straight time pay (provided it is not a holiday). r NO. 26: Means a regular working day shall consist of eight (8) hours, between 7:00 a.m. and 5:00 p.m., five (5) days per week;'Monday to Friday, inclusive. Work performed on Saturdays, Sundays and before and after the ' regular.warking day on Monday to Friday, inclusive, shall be classed as overtime,and paid for at,double (2).the rate of single time. Holidays shall be paid at the double(2)time rate of pay. " I. is : AW5014,OT AN1r1L1AL WAGE ORDER NO: 5 PAGE I OF 5 PAGES . viJ „,,j, Rt + fin ii t qtr 1� 4 I S'7a Ly .. .. . .. � r e ��`f. ' CALLAWAY COtTi�1TY O�.TIINdE RATES -I�UYI.JI3ING CONSTRUCTION _"` ' �5'a,`�.' CAI kr,•' OVERTIlviE RATES ARE REQ'L1ll�1� TO BE FAIO FOIL WORK FER.P'ORMEG OUTSIDE TILE NORIviAL ;�yf= OVERTIIVIE R1� ;� 1 ` t;� WOR.IC IIAY ONLY W'1TEN SPECIFICALLY'IrJT3I�t�TEI7 E'd'I'HE AF�PLICABLE C3`�'ERTIME RATE. �-_� 'i�+�ORK I�AY�C/NL �: � , � , ,. t;,,}5 � m. shall constitute a dav's work five(5)days a �� `` � N4.28;. Means eight(8)hours.betwe�n 7:OO�a.m.send 5:30 p. .� ��� NU•g�:'�Mr�� ;�,r i� week,IVlonda .throe , Fnda uzelusive,shall constitute a work week, The Etn la er has the o lion fora,. '�� ' f Y 8h Y � P Y P � hours of�v'` p�t� workday/workweek offour(4)ten(14)hour days(4-10's)Pmvided: �4 ��'��� hours of wair�t��tp�9", ,{ 'c; �"3 an;Sunday, c►bs�cve+ �� ,. �.`� x' -The project must be for a minimum of four('6)tonse�utivc days.. � _ ` ��� double�2,)�e straigl �� �:� j -Starting time may be within one(l)hour either side of 8:00 a.m. . . ,, ; .- �. -Work week must begin an eiL'rer. a Monday or Tuesday: If a Holiday falls within that week it shall be a �4_ 1WII, g�;,.'1Vleaas ei� �'; consecuti�✓e work day. (Alternate: If a holiday falls in the middle of a week,then the regular eight(8)hour s `f,� ]Friday inclusircE,s �' schedule maybe i�aple3nented). ,.' . _ wtuzani the con }' -Any time worked in excess of any.ten (I�) hour work day (in a 4-10 hour 'work week) shall be at the �} of'pay. .'The::first ,. x' appropriate overtime rate. -Saturdayshall:tze.p ;, through:Fnda'�►send shall be aid at one�c one- ,. double(�)trtn�rate �; All work outside of the regular wnrkiayg hours as provided.,Monday through Satwday, p `; t �' Half(I%)times,the employee's regular rate of;pay. All worlr.perfi�nned from 1 x:00 a.m, Sunday through 8:00 am. � ;-� � '� x 1Vlonday and recognised holidays shall be paid ai double(2)the stxaight time hourly.rate of pay. , ; IOTm.S9:r;�1lTearis�tha `� N0.33.s, lVieans the standard work da .shall constitute ei t 8' hOU1s of work between the Hours of 6:04 a.m and :�., Y 8h. ( J outside of the elan 6:Aa g.in.,or shall conform to the practice on the joli site. 1~our(4)days at ten(IO)hours a day may be worked as :`�, tutlie and'one-half(I ' �: strai t time,Monda throe Frida ,and need not be consecutivq. All overtime,exc t far Sunda s:and boa s �' ��= r .,` .. . Y 8h Y eP Y ;t� ratir of cl�ublt~(��t .. f � shaU.be at the rate,oftime and axie�half(1%a). Overtime worked on Sundays.and holidays shall be at double (2) �. ..,., .. �:;;f yS iO r CgnS�ltl�tQ�a 5 Y � tune. andard Work day:S 4£1) haurstpc�r vir'ee leiA. 35: ;1dleans forty (40) hours Monday through Friday, shall constitute the normal work oveek. Workk shall be ; _a � 1.�� �° °; . . ,. �.: down for any�� ; ' scheduled between the.hours of b:40 a.rn, and x:30 p.tn. Work ixi excess of fo (�4 hours per week and,eighi"�$) ,Wo � ) Ei�iployer,�be' rk. Hours p"er day,and on Saturdays and Sundays,shall be paid at the rate of one&one-half{1'/s)times the normal rate , - �� .When the` Fie'day° :, Work perfor�ed_on recogbized holida�+s shall be paid at the rato of two (2),tirxies the normal rate. Saturday shall a: � � r �. Mdrtda�!'through'l~' i be a vbluntary'make-up day if inclement weather occurs ding the work �aveek and hours are lost. ARake=up days :�'� ,� ` :f then Saturday ay� „.�� � shall be paid at the normal rate. ' , . �� (8)hours or forty,(4 �r � NO�,,,40: Means the re lar workiyi` week shall consist of five 5 consecuti.�ve 8 hour da s'labor on the ob �u � � 44 ��.' ` . , � gu g, ( ) ( ) , Y J � t iVCI.`6(1: Mi t+�n� �t11 beginnutg.with Monday and erid�ng with Friday of each week.'Fflur,{4) I4-hour days may:'ronstitutet�e regul�r,�;; throe °Ft� :.4-If� ,�', ,� `. work week. The regular working clay shall consist of eight(8)hours,labor on the job beginning as early as,704 `, � r � eight (8)°par:day�or f �� a:m. and ending as late as 5:30 p.m, All,full sir part time labor Iverfdrmeo during such,hours shall be recognized as ,';i� Friday:: SATUR,t)-. ;°,r `� ' regular working hours and paid for at the regular hourly rate. Al!bouts worked on Saturday and all hours worked � , � �; through;Fridaya for t''.t � , �in excess of eight,(8)hours but not more than twelve(12,)Hours during the regular working week shall tie paid for :;� be worked t;s�rn r�°A ' , at tuxte and one-half(1%7)the regn�lar xiourly rate. All hours worked an Sundays and lioli�iays and all hours � ���� used to stake tai tim 5�} r` : -' worked in excess'of twelve 12 hours durin the xe lar workin da shall be aid�at two(2)times there lar '� �h;� '" � �f �` ����� ( ) g � S Y P �' � � � to`incletn�t wGath� ��}'`` _` hourly rate:: In the event of rain, snow,cold or excessively windy weat�he�r on a regular working day, Saturday; u= ' ; inorN than tin 10 �,� { ) kk'�;,°; r may be designated as a"make-up".day,; Saturday.may also be designated as a "make-up" day, for an.employee ``,4.� � , :� Friday will�bcptud� '"y����" who has missed a day of work for per:�onal or other reasons..Pay.for"make-up" days shall be at regular rates. ` �� r �� ��=�? regular sloth day an r ���x �, `�VV �: �� �- 'Y4� e regal ,orlcda Y ���,,x `� F'�� or ct�layed`ane yt,�F . r s �idays;:shal��be c ,�� �,.� AA4z ,..;-, .�. AWSO.l4.OT � � � �� � .. .E�TNLAL��i!/3►CTE,OR.�lR NO. 5,.� � � ��.� PAGE 2 OF S PAGES.; .. ..:..;, �AW5014 OTC *,'���.�'�f.'�-,�s' �� , .� kk. � 5ra, ir.:�. �k�' �, wr�..r!+-+-,y-�.+«•»„„...,., r.»,..«.. •+cM}yyw.J4tt.a•.T++°"....� .... ..._ .»u-e...�... a:l.y..i .�.. 4 Y aE .!r.x-" j �p» e.11+N�e74.'u � .I: ��' �-v3' �t�d"Slti- '�4.�,� fir �� �µf x e Fry {'`' 4. �� /r /. tr Y Yk�,a r�:s f 'r � � � � � �YF+ ���,,y.P�a 1r ,LS4 i tt 1 � ... � � � �i'r �`bL �� S � � � � r f� t.T if" f r ,t F f �Z.1 �k` Wit, sY.��' /t j `�1 .�'T,..:iill�4^1 f; ff:f'., t..: i..,..:. i:. ,r. i �� � , s-:; 1i �. �. � a S 3 rl.�-� �r" _� � - '�1.�Yl WililltlL�.�ia�Ywo.m�i�a�awt.rYar�a.osaw��..�rr.�-.r.. _______ .. •,_,..,.t....,r+, dF�+cE.�r;.1.t��.�i�� CALLAWAY COUNTY OVERTIME RATES -BUILDING CONSTRUCTION :NORMAL OVERTIME RATES ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL TE. . WOE{DAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. da s a X NO. 55: Means the regular work day shall be eight (8) hours between 6:00 am. and 4:30 p.m. The first two (2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (l 0) hours of work on Saturday, shall be paid at one& one-half(1 J2) times the straight time rate. All work performed on Sunday, observed holidays and in-excess of ten (10) hours a day, Monday through Saturday, shall be paid at double(2)the straight time rate. gshall be a NO 57: Means eight (8) hours per day shall constitute a day's work and forty fight(8)hour Friday inclusive, shall constitute a week's work. The regular starting time shall e48:00 am.per When circumstances° wan-ant,the contractor may change the regular workweek to four(4)ten-hour shifts at the regular straight time rate udl be at the of pay. The first two (2) hours of overtime worked Monday through Friday and the first eight (8) hours on Saturday shall be paid at the rate of time and one-half(I%2). All time worked in excess of ten (10) hours, Monday through Friday and eight(8)hours on Saturday and all time worked on Sunday and holidays shall be paid for at the one& one- double(2)time rate of pay. gh 8:00 am. NO.59: Means that except as herein provided, eight, 8 hours a da � P d, gh ( ) y(which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked :UO.a.m. and outside of the standard eight (8)hour work day and on Saturday shall be classified as overtime and aid the rate of endworked as time and one-half(I%2). All time worked on Sunday and holidays shall be classified as overtime and aid at the holidays rate of double(2)time. The Employer has the option of working either five(5)eight hour days or four 4 ten of double (2) Y ( ) hour days to constitute a n°nmal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the andard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 .m. F :... 40 h P °m' Vork shall be ) ° Per week shall constitute a weeks work, Monday throw Thursday,Y gl► y, uaclusave. In the event the job is �d"eight(8) down for any!reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the nonral rate. Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. aturday shall When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, ,!ake-up Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, days 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. t the job NO. 60 Means the Employer shall have the option of working five 8-ho 10- hour regular, g 8-hour days or four 10 hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than ya � eight (8) per day or forty (40) per week shall be paid at time and one-half(I Y2 the hourly rate !� � ) y Monday through I Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty (40) hours, Monday ' usworke paid for r through Friday,or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may b'e be worked as a make-up day at the straight tine rate. It is agreed by the parties that the make-up day is not to hours P Y be fibs regular used to make up time lost due to recognized holidays. If an Employer is working 10-hour days and loses a day due , to inclement weather, he may work ten (10) hours on Friday at straight time. Friday ust be scheduled ':Saturday more than ten (10) hours at the straight time rate, but all hours worked over the forty Y heduled for,gh �?eriaployee rty (40) hours Monday through Friday will be paid at time and one-half(1%2) the overtime rate. All Millwright work performed in excess of the afar rates. regular work day and on Saturday shall be compensated for at time and one-half (I V2) the regular Millwright 8v g t rate. The regular workday starting of,8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 'n.x;tilt . or delayed one (1) hour to 9:00 a.m. All work accomplished on Saturdays and holidays, or days observe days, shall be compensated for at double 2 the re Y d as . ( ) regular rate of wages for carpenters. OF S PAGES Awsoia.or ANNUAL WAGE ORDER NO. 5 PAGE 3 OF S PAGES y': 3 F! CALLAWAY COUNTY OVERTIME RATES-BUILDING CONSTRUCTION OVERTIME RATES ARE REQUIRED TO lair: PAIL FOR WORD PERFORMED OUTSIDE THE NORMAL OVERTIME WORK DAY ONLY WHEN SPECIFICALLY IN'D1CF.TED IN THE APPLICABLE OVERTIME RATE. W: WORK BA"k'. y z�' NO. 86: Means the regular work week shall consist of five (5)days, Monday through Friday, beginning at 800.': P1() 110: am.and ending at 4:30 p.m. All overtire work performed on Monday through Saturday shall be paid at time and. t 3 ` one-half I h the howl rate. All work , az� work week'shal 1 ( ) y performed on Sundays and holidays shall be paid at double(2)the hourly Saturtla ex ' Y+ �P rate. pay,for the week double 2 th NO. 91: Means eight (8) hours shall constitute a da s work in a time frame be ' as early as 7:00 am. and ,, ( ) }'' glg t (40) hours,.NIO . ending as late as 5:30 p.m. The work week shall,be forty(40)hours beginning Monday as early as 7:00 a.m. and t$F ar any part there) ending Friday at 5:30 p es.m. Employe shall receive double(2)time for over eight (8)hours in a work day or or of working fi ve over forty(40)hours in a work'week from Monday through Friday. Saturdays, Sundays and recognized holidays . work five(5) ei i shall be paid at the double(2)time rate of pay.. f hour per week elects to work fa� NA.94: Eight(8)hours shall constitute a regular work day that may being as early as 6:00 am. and end no later than 5:30 m. All work performed in excess of the regular work day and on Saturday shall be compensated at one (40)ho'u' rs.-,per P•. P Su Y Y P Employer is wo { and one-half(1%2)tithes the regular pay..In the event time is lost during the work week due to weather conditions; Friday at stright' the,Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday nz; straight tune rat and holidays shall be,compensated at double the regular rate of wages. 1: one-half(1%2)av ` NO. 101: . Means eight (8) hours a day:shall constitute a standard work day, and forty(40) hours per week shall t .. constitute:a week's work, which shall•begin on Monday and end on Friday. All time worked outside ' the VI' standard work day and on Saturday shall.be classified'as overtime and paid the rate of time and one-half(1 ) r, (except as herein provided). All time worked on Sunday,and recognized.holidays shall be paid at,the rate { double(2)time. Starting time maybe as early as 6:00 am.,and end as late.as 5:30 p.m. The Employer'has. th optfon of working either five (5) eight-hour days or four(4) ten-hour days to constitute a normal forty (40)rho { work week. When a four(4) ten-hour day work week is in efFectohe standard work day shall be.consccutave t (10)hour periods between the hours of 6:30 am:and 6:30 p.m. Forty(40 hours } per week shall constitute a week's r work Monday through Thursday, inc_lvtsive. In the event the job is down for an reason beyond the Em �o Y Y� j y y p gees control, then Friday and/or Saturday ma Yy, at the option of the Employer, be worked as a,make-up day; t h time not to exceed ten (10) hours or forty (40) hours per week. All work over ten 10 hours in one day fo t ) y rty r (40)hours in a 4-10's work week shall be paid at the overtime rate of time and one-half(1%2). When using a'five f (5)day eight(8)hour•work week,and the job is dawn for any reason beyond the.Employer's control,then Saturday r y at the option'of the Employer,be worked'as a.make-up day; straight time not to exceed eight'(8) hours forty hours per week. ' rtY 4. ) T. t T`r-str L ,131ay, 5j F Aw5014.0r ANNUL WAGE(31tTJER N0::5 i'AGE 4 aF S PAGES AwS0i4'07 � t X14 >t '"�+.`:.n#uasr�aiMdy'N�X�y�t�tC+>rt'}al eS?y, 1�.�1.'��L,s?*,�;.e.Cr"a, •F..4r«.a,°r,��3«.•1::3 6a. .r 4.::'.Wt{j; yi:,t ,,..--"'+ ',.:.I { r�ii1 4'. .. . . .. er''~ i.�Y'��.,ts(}a e} i:�;+i l �Y t'E �,�i: •'..F ,�Sx_a;:+yr" pr k�,t�'�i C '.t{,. t it ti 4 pia y t3 + w c 1t 113Y1�SZS . •4 ' .. 11 � t CALLAWAY COUNTY OVERTM E RATES -BUILDING CONSTRUCTION t NQR,MAI.. OVERTIME RATES ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL Y1`E• WORK DAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME R* ATE. g-at 8:00 NO. I10: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The gat firrtx and work week shall commence at 8:00 am. on Monday and shall end at 4:30 p.m. on Friday. All work performed on )the hourly Saturday,except as herein provided,shall be compensated at one and one-half(1%2)times the regular hourly rate of Pay for the week performed. All work performed on Sunda and on P y recognized holidays shall be compensated at 't double(2) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty °1 �' and (40) hours, Monday through Friday, or any part thereof by and reason of inclement weather(rain and mud), Saturday ate, or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option ,day or for of working five eight (8) hour days or four ten (10) hour days Monday through Friday. If an Employer elects to holidays work five (5) eight (8) hour days during any work week, hours worked more than eight 8 ( ) Per day or forty (40) ! hour per week shall be paid at time and one-half(1%2) the hourly rate Monday through Friday. If an Employer elects to work four(4) ten (10)hour days in any week, work performed more than ten (10) hours per day or foray f .'°d no,later ., (40) hours per week shall be paid at time and one-half (1%) the hourly rate Monday through Friday. If an atone Employer is working ten (10) hour days and loses a day ue to inclement weather, <:Conditions, y they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the ton Sunday straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1%2)overtime rate. a;. week shall tide of the ;the{rate , r s "4 yt(40) hour, �rcuttve tell 4e,a, eek's , Etoployer's �y, straight - _ lay fir.forty. - , usntng-a fiye z satnrasy, t 8)hours or, r ti , 1 i, tyh r{ 'r va 'mot t, t • , b! r s PAGES T A wsoi4:oT ANNUAL WAGE 01tI?ER N4.°S th* f 1PAGE S OF'S PAGES i h Lv v �+ 1.z,^ „5,,,��r;,ItF to 9.�iT1+rv+u`,a. klu r s.'s a 1 , .,, :.,n- ..f>.,Fk r.•{a .. '. .. , r 3,r t irz t, art`k �i'r�Frra'r�: a• r r t . 4, ; F. . CALLAWAY COUNTY HOLIDAY RATE SCHEDULE - BUILDING CONSTRUCTION NO 3'All work done on New Year's Day,Decoration Day,July.4th,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day hall 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 �, oliday. NOA:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day shall be + s' ,paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monda will be observed as the recognized ' Y gnized holiday. If i any of the above holidays fall on Saturday,Friday will be observed as the recognized holiday. NO 5: All work performed on New Year's Day,Decoration Day(Memorial Da y),Independence Day(Fourth of July),Labor Day, {` Thanksgiving Day,Christmas Day,or days observed as such,shall be paid at the rate of double(2)time. When a holiday falls on a Saturday,the preceding Friday shall be observed When a holiday falls on a Sunday,the following Monday shall be observed. No #�# ' work shall be performed on Labor except to save life or property. Where one of the holidays specified falls or is observed during I 1 the work week,then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one- ,. half(I'%). I Y NO.7:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the Monday. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. W • ` NO.8:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas,or days observed as such,shall be paid at the double time rate of pay. ' NO. 19i All work done on New Year's Day,Memorial Day,July 4th,Labor Day,Thanksgiving Day,and Christmas Day shall be paid at ,• the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However;the employee shall notify his or her Foreman,General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday nd all work y perforated on said day shall be at the double(2) d AlftkM6 rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered the holiday and all work performed on d day shall be at the double(2)time rate. k NO.23:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. I� • NO 32:All work done on New Year's Day,Memorial Day,Fourth of July,Labor Day,Thanksgiving Day,the Friday after l Thanksgiving,and Christmas shall be paid at the double time rate of pay. When one of the above holidays falls on Sunday,the r' following Monday shall be observed and when one of the above holidays falls on Saturday,the preceding Friday shall be observed. NO.54:All work done on New Year's,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday after . T Thanksgiving 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.Saturday. When a holiday falls on Sunday,it shall be observed on Monday. NO 60: All work done on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day),Independence Day (Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on ` Labor Day except when triple(3)time if 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. 2 f _ 02 1 s. , AW5014.HDY ANNUAL WAGE ORDER NO.S t , --t. '4X '. (t; .nMq:'i;��.ii+n i,ti.wY: .., .. .. ..... . ., ........, , R .. .'. g T � � jay' r.,'i" 1` • ..�i}`, f' ft Pw Tt ti •� �...-- -...�—.-....:a:'..__i E. .._.�-- —- is_. _ .. .. .. ,,..+r...:..,,. ,t... �1 ... .",'.�?i.. " Heavy Construction Rates for Section 014 CALLAWAY County tSy *EEffffective 8SlC ver- i OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates CARPENTERS z Journeymen $20.48 7 5 $4.80 f Millwrights $20.48 7 5 $4.80 t + 14 Pile Driver Worker $20.48 7 5 $4.80 OPERATING ENGINEERS } fY Group l $18.70 5 5 $8.83 } Group II $18.35 5 5 $8.83 tt Group ill $18.15 5 5 $8.83 Group IV $45.00 5 5 $8.83 Oiler-Driver $15.00 5 5 $8.83 Att. LABORERS 7 c 2 f erol Laborers $17.80 2 4 $5.05 d Laborers $18.40 2 4 $5.05 5 A TRUCK DRIVERS-TEAMSTERS Group.l $18.57 2 4 $4.40 Group it $18.73 2 4 $4.40 Group III $18.72 2 4 $4.40 HT Group IV $18.84 2 4 $4.40 ?f[ f s x �i t 1 ANNUAL WAGE ORDER NO.S 3/98 � f � w t n�11� 7. .�. fi• t ' f i t I • tY3, 'J:.,niT{t..�.:.n,...,.•_as r: +F..I?,•.;k s....:.Z:,'.r 1..'t '.n ...r..'....., ,....., ,, ' ,. ,.. ,vl > I }` :v� .Lbw+w�or�.......`+.—...........��....�»............_......................._....._....,. ............ ........ ... ...._. ..... .. ...... ._.... _. .... .. _. ...._. ...__....__.........�..._ ........,.—....................... r�._... .,.bra}4fk T HOLMAY RATE SCHLE ULE HEA%'1i' SONS RUCTION No. 7: All work done on New Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day, shall be paid at the double time rate of pay. No work shall be done on Christmas.Day, Fourth of July or Labor Day. When any of the above holidays.fall on Sunday,the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. NO. 8: All,work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as such, shall be paid at double(2)the hourly rate. When any of these holidays fall on Sunday,the Monday following shall be observed as such holiday. NO. 9: All work done on New Year's Day, Decoration Day, July 4�, 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. 10: All work done on New Year's Day,Memorial Day,Fourth of July,Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a holiday.-occurs on Saturday it shall not be observed on either the previous Friday or the following Monday. Such days shall be regular workdays. If such a holiday occurs on Sunday, it shall be observed on the following Monday. NO. 11: Means all work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day,Veteran's Day,Thanksgiving Day, Christmas Day, and any additional holidays which may be mutually agreed upon shall be paid at the double (2) time rate of pay. Whenever any such holiday falls on:a Sunday,the following Monday shall be recognized and observed as the holiday. NO. 12: All work performed on New Year's Day,Decoration Day,Independence Day, Labor Day; Thanksgiving Day, and Christmas Day, or days observed as such, shall be paid at the rate of time and one-half(1%z). No work shall be performed on Labor Day, except in case of jeopardy to life or property. This rule,is applied to protect Labor-Day. When one of the above holidays falls on a Saturday,the preceding Friday shall be observed;when the holiday falls on a Sunday,the following Monday;,shall be observed., Where.one of the specified holidays falls or is observed during the { work week,then all work performed over and above thirty-two(32)hours in that week,shall be paid at the rate of time and one-half (1%z). 10. 13:. All,work perfonied on recognized holidays shall be paid at the double.(2) time rate of pay No work shall,be performed on Labor Day except to save life or property. The following holidays shall be observed: New Year's Day Memorial Day,Fourth of 3uly,Labor Day,Veteran's ;Day,,to be.observed November_ 1'l (or'a mutually agreed date of the Friday after Thanksgiving if `b other craft's working on ro j eet),:Thanksgiving Day and Christmas Day.: An holiday.' ,," which occurs on a Sunday shall be observed the following Monday. Hoiah.� ANNNNNNTUAL WAGE ORDER NO.:S 3/98 ilk * 't'A49`f is�dSevPw`2ei.'iYSssfer' •l '. 3:,? t9a?3.t^a'+tttiw: t.ut.ni: -:,cKP:'d.. ,' .i..s.�t, .#.:t r :> eit to 1. iqW a y' t S/ ? i P t. 3 i t � �1w4 Cx92a0' 3tS i l 4 i I I i 1 IDAy RAC SCE�IEII'd1L1E-HEAVY COPiSTRUCTIOI�t i him. 1: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor. Day, ND.:1?; Iel+lcens � Veteran's Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. • When,any of these holidays fall on Serarday, the Monday following shall be observed as such n. f(1 )sill b p t holiday. k orlcfah� r Saturdays: Rfi Ind endence Eirnployer we ;w No. 2: All work prrformfA on New Year's Day, Decoration Day (Memorial Day), ep =h E Day (Fourth of July), Labor Day, Thanksgiving Day, Christmas Day, or days observed "as such, paving crew only S shall be paid at the rate of time and one-half(1%). When a holiday falls on Saturday,Friday.shall all hours ul�tcess i li"S, be observed. When a h ` x (1'�i) Tfthe lirnpY oliday falls on Sunday, Monday shall be observed: No work shall be performed on Labor Day except to save life or property. Where one of the holidays specified falls tr ( sttow,stet or is observed during the work week,then all work performed over and above thirty-two(32)hours complete tt 'forly in that week shall be paid at the rate of time and one-half(1'r4). i leiA. 18: A+Ita a No. 3: The followin days are recognized � performed�vcr an� g y gnizesl as holidays: New Years Day, Memorial Day, } Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a �d one.half'.(1'�)1 Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day halydays A �york� except in case of jeopardy to work under construction. TI&rule is applied to protect Labor Day. a eve the wstartu, r f , When a holiday falls during the normal work week,Monday through Friday, it shall be counted"as - g =eight(8)hours toward the forty(40)hour week;however,no reimbursement for this eight(8)hours i is. to be 'paid to the workmen unless worked. If workmen are required to work the above lltQ:Ili Means thj enumerated holidays,or days observed as such,they shall receive time& one-half (1%s)the regular 5'�p' QI rate of pay,for such work. hoursp`�x werlc,tVI� rate,except as Pm� t. . f , '; • ° a rate:iaf E d`�o: 4: -All work performed on New Year's Play, Memorial Day, Independence Day, Labor Day, " s `with FrY. Thanks vin Da Christmas Day, or"da s observed as such, shall be aid at the:double trine rate �' �` Iii g Y� Y� Y p the rate'of,tuii'e art 1 t of pay. When a holiday falls on a Sunday,Monday shall be observed. r forty, ref dvee No.S. All work performed on New Year's Day,Decoration Day(Memorial Day),Independence` regu1 '.hourly'rate. Day(Fourth of July),Labor Day,Thanksgiving Day,Christmas Day,or days observed as such, b wEek due to lncl r, shall b6' aid at the rate of double(2)time: When a holiday falls on a Saturday,Friday shall be .' Saturday(up`jto 40: ,, ,: Mike;-:up holrc�ys. observed. Wlaen a holiday falls on a Sunday,Monday shall be observes. No work shall be � .. performed on Labor except to save life or property. Where one of the holidays specified falls or is_ ., ' s . :observed during thetwork week,then all work performed over and above thirty-two(32)hours in llO,,�OMeans ti IYXonda to gnday, f that week shall be paid at the rate of time and one-half(1%s). !� +, ..j,,:;, s excess Qfcirty(40 1\'o. 5: -:All.workAone on New'Yeaes'I3ay, Decoration Day,Fourth of Jul Labor Da Veteran's ' the work `Qrrsi Y' y' f e ur m r<< #a, qP b �k I3ay,Thanksgiving.and Christmas shall be:compensated at the double(2)time rate of pay: When a _, k liohday occurs on Saturi, it shall not be t�bseaved on either the revious Fnda or the followin ;,'" berng fwt�r)s:, "SA y, f P , Y g 3 Monde over etgliil y. Such days shall-be a regnular workday.t If such a holiday occurs`on''Sunday ;itall:be 1 f , 7 _ _ two )h <4 , observed on the follov�►in$Monday. Na w,rork shall be performed on,Labor'Day a�erregular;q } r ,k js regular wc;rcy: k °=Atshall:be�clouble;�2) f{ 1 r , Hoiiahiy: wS ANNIUA WAGE ORDER NQ. S M + .. .r 3/78•` t '. 't y f:. r U h , a�5 `r H�t :�f't. � �'�� r2"eKia•Shy`'Ys+,`i�-SS'�b+`.Y:#r.Y+:;;xrrY.iyr,a....+ .,�....-... ..,...,+ °..K.. ,..,.-k}.=r,{�' .k� - ::5 ,;'. ".;AIX'. 1 , s MRTII►tE_ILA°!' CHfEDUx�E - k1EAVX CONSTRUCTIOIj NO. 17: Means eight(8)hours shall constitute the regular work day and forty(40) hours a work week,Monday through Friday. The Employer shall establish the starting time between 6:30 a.m. and 9:00 a.m. Time and one- ` }: alf(1%)shall be paid after eight(8)consecutive hours worked aft er the established starting time and for hours r worked before the established ta starting tune. Time and one-half(I%2)shall be paid for work performed on s g rK > Saturdays. Work performed on Sundays and Holidays shalt be paid a4 the double(2)time rate of pay. The n Highway and Road Work.ma have the o tion to schedule the work week for his Employer when working o gh y . Y p r paving crew only from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with b" all hours in excess of ten(10)hours in any one day to be at the applicable overtime rate of time and one-half If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather g' (rain,snow,sleet falling),the Employer shall have the option to work Friday at the straight time rate of pay to falls complete the forty(40)hours. lows h NO. 18: Means a regular work week shall consist of not more than forty(40)hours of work and all work ay performed over and above eight(8)hours per day and forty (40)hours per week shall be paid at the rate of time and one-half (I%2). Workmen shall receive time and one-half(1%2) for all work performed on Sundays and E holidays. A work day is to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other conditions beyond the reasonable control of the Employer prevent work, in which : Y event,the starting time may be delayed,but not later than 12:00 noon. f � I . . NO. 19: Means the standard work day shall consist of eight(8)hours of work scheduled between 7:00 a.m.and ya 5:00 p.m. from Monday to Friday, inclusive. All hours worked in excess of eight(8)hours per day, forty(40) hours per week,.Monday through Saturday shall be paid at the time and one-half(1'h)rate of regular.hourly rate, except as provided elsewhere. All work performed on Sundays and recognized holidays shall be paid at D f e rate of two(2)times the regular hourly rate. The employer has the option of working four(4)ten(10)hour ays,with Friday and Saturday as a make-up day due to weather related loss of time. On the four-ten schedule,. the rate of time and one-half(1%2)the regular hourly rate will be paid on all hours over ten(10)per day and over forty(40)per week, all work performed on Sundays and recognized holidays shall be paid at two (2)times the regulaz hourly rate. MAKE-UP DAY: In the event the contractor is unable to work forty(40)hours in a work e, :week,due to inclement weather, Saturday may be used as a make-up day. All make-up hours worked on " r Saturday(up to 40 hours) shall be paid at the straight time rate of pay. The make-up day may not be used to , make-up holidays. nr 1S, ;r r ;. N0.20:.Means eight(8)hours shall constitute a day's work between the hours of 7:00 a.m. and 5:00 p-icon- from , m Monday to Friday, inclusive. The work week shall be forty(40)hours,Monday through Friday. Any work in t' orI'sr excess of forty(40)hours in one week.shall be paid at the applicable overtime rate. At the Employer's option rti + :,the.work can consist of five(5) eight(8)hour days or four(4) ten hour days. In case of bad weather, or a ,5 equipment breakdown,Friday may be used as a make-up day if four tens are being worked. If five eights are i�hen;a t= rQ being worked, Saturday maybe.used as a make-up day. If th.e Employer works five eight hour days, all time i7tan ., over eight hours in one day will.be paid at the overtime rate. Time and one (1%2) shall be paid for the first . r two(2) ho of overtime work on any regular work day and any work performed before regular starting time. and offer regular quitting time and for the first ten(10)hours on Saturday. All v�rork in excess often (10)hours rep ar work day'and ten(10)hours on Saturday andall work performed on Sunday and recognized holidays' tfr rir a$r t,yk shall be double.(2),time. ° 4 rf ;r ifa Z W,�' ANNUAL`WAGE ORDER NO. 5 3x98::: x 5 i 140, 10., Means the replar work week shall consist of five 11-hour days,Monday through Friday. The , Employer may have the option to tschedlule his work week fwm Monday through Thursday at ten(10 hours per N��• ���er r, day at the straight time rate ofp with all hom irk excess of ten(10)hours;,in any one day to be pai�At the is le overtime rate. If e Employer er t to w M da throe '1'hur and is st ed duo,to. fQ h9� appl ab soh rripl elm s work on y gh y opp c� h wlemem weather(rain,snrrvu,$feet fain )y the''Em layer A&]] have the option to work Friday at the straight "- dim 1t ��f&Oita 1E tirrie eyrie of to late his,forty(44� i say overtime work pay p rcy urs. Al nkes+< perforated on 5s;tturday, lhall be paid.syt time and or#6,half(l the hourly rate, Work petfowted on Sundays and Holidays shall be paid at doable(2)the hourly rats. any otto day ►: a. i:. NO, f 1 t Memo the regular w+ rk day haii consist of ei t 5)hirttrs that shall begin between the hours of 7.00 �� y ( Friday sdtr8l�11 a.m. and 5:00 tr:m,,M6nc9tiy through Friday, The Employer hairy schedule his workweek fmrn Monday ttarough Thursday it ten(1 b)hours pw da at the straight time rate of ay with all hours in excess of ten(t d)hours in �e� any one day to beat the plicable overtime rate. if the Empfoyer elects to work f corn Monday ugh Thursday and is stopped ue to Inclement weather,(rain, snow, sleet falling)he shall have the option to work � elects to wont Mo Friday st the straight time rate ofpay to complete his forty 40)hours Time and one-half(1%'shall be paid for (40) u w+r . all overtime hours worked during the week.,Monday througl Friday, arsd for tell work performed on Saturday. l rt ulI- '"Al Double time shall be aid f6r all time worked holidays, : F dtiyy bye aut�e p i p ke nn Sandra) and recognized holid y may be worked as • day at.,sttraii�ht time NO. 12" Meares a regular work week shall consist ofnot more than forty(40)hours of work tend all work � es work ed as:e�s4 performed over and above tent(10)hours per day,and forty(40)hours per week shall be paid at the rate of time � Work.performed r.ij &one-half(I'Yi), Workers shall receive time and one.half(Bi)for all work performed on recognized holidays. holiday s or dmytto Where one of the9 holidays falls or is observed during the workweek, then all work performed over and above' y i thirty-two,(32)hours shall be pe.id at time and cane-half(1 { NO. os Netar�"0i NO#' 13i' Means that time and one-half(1 r§) shall be paid for the first two(2)hours overtime Monday throu�la p�i� + Friday and the first eight(5).hours on Saturday, All other overtime hours Monday through Friday and on. Saturday shall be paid at the'doubie (2)timme ante. Double(2) time is also paid for Sundays and holidays. irr►e rate;cf'ps yr� e and afl f: N0" 14t Means 5)hours shall constitute the regulaar workda with starting time as es;trly as 6:30 M. ' clehraGnt w+cath r f Employees shall be paid one and one-half(1 Is time the replar rate ofwages for All hours worked in excess of eight(5)hours per day ofa work week which is to be in on Monday. Time sand one-half(114) shall be paid for � td eom�)ete hid fbi°t y Saturdaay work, Rouble(2)time shall be paid for all Sundays and recognized holidays, hee�e the'option`po . (1�gj ah�ii be;'paid NO. IS: Means the replar work week shall consist of five(3)days, Monday through Friday beginning at 5;00 Sundays and.rcco a,m, and endin at 4:30 p,m, All overtime work erformed on Monday through Saturday shall be paid at tithe ( and one-half(flh) the hourly rate. All work peribmied on Sundays and holidays shall be paid at double(2)the 11a. �;: Mean ci hourly rate, } over eight($)h�, 1 1�O.16s Hearts ei ht 5 hours shrill cons Behedul cl on''r'�fo l �j E ( ) titute the regu lar work day, between the hours of 6,30 a,m, and 3.34, ,m, In a five(3)day work week cif Monday through Friday-except when the ern layer elects to work four l0- schedule is�pioy t p eour days, The Employer may have the option tai schedule hid work week from Monday through Thursday at Work over ten.El0) , t n (l b)hours Per,dray at the straight time rate of PRY with all hours in excess of ten(10)hours in any one da ,to y Employ i,,14 start bepaidd at the appplicable overtime rate, Ifthe Emplo er electi to work;front Monde throu Thurnda end s stopped due to Inclement weather rain, endw, sleet Ellin the em to ek rna a y y = tnisat:st }►tints;�t ( g) p y y h ve the o ti"on to work.Frida at +_, to F p that work+i>`tsek in the straiggh���t time rate dfpay to complete the (40) hour workweek, Howe vor should a holida occur;Monday thr�u h Thursda ,the employer shall have the option to work Friday.at the straight time rate ofpay to tom hie x paid'tt4 ime�imtl a the( 0)hours. ime and one-half°(1 JVj)shall be paid forwork performed'in:excrsg ofeight (5 :hours in an��:- holid*yin In.til�lah s 3t-'s'. hour.work week day or in ertcess of ten 10-hours in a 10-hour worl` dtty,or outside the hours. inviting si regular eight�8)Motu toev wont day,Nlandayy s rnpgh ridey, Time and one•lt 1f(1%)shall be�old ('or u!syrk'performed ors Saturdays; iri:t�et H�eak�1%i`4 d fi Double(2)tirtte shall be paid for,�ork perforrrted on Sundays and holiday, �waR , i hNytly,�M'! A1�11Vil At;'W/��CiE v1�DER r1d, 5 t�9b': , �+ ' .,t+�. .•srnava.i rvxC+:,.+,.,nmstrh,: xRx,.,;i.YfF'Srq,.4 ?",t .. .. ._ _ ti .` {, t r y' F QVERTIt RATE.SCHEDULE • HEAVY CONSTRUCTYON • 11'©.�: Means eight w 1 ,��10):hoursper ght (8)hours shall constitute the regular work day and forty(40)hours a work week,Monday fi :patdat ti�i`e.. ough Friday. The Employer shall establish the starting time between 7:00 a.m. and 9:00 a.m. Time and one- , due to, if(I%)shall be paid for work performed on a regular work day before the regular starting time and after the at the;strrght; gular quitting time. Double(2)time shall be paid for work performed on Sunday and holidays, At the Satlir+day,shall discretion of the Employer, Saturday can be used fora make-up day. The Employer when working on highway be;paid at and road work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten(I O)hours per day at the straight time rate of pay with.all hours in excess of ten(10)hours in anyone day to be at the applicable overtime rate. If the Employer elects to work from Monday through z Thursday and is stopped due to inclement weather rain snow, sleet falling)he shall have the option hours of 7:00 (rain, g) ption to work on�laythrough Friday at the straight time rate ofpay'to complete his or her forty(40)hours. �,0)hours in ugh N0.7: Means the regular work week shall start on Monday and end on Friday, except where the Employer ion t elects to work Monday throu o work h k Y g Thursday,ten(10)hours per day. All work over ten(10)hours in a day or forty ' `ll.,be paid for .(40)hours in a week shall beat the overtime rate of one and one-half(1%2)times the regular hourly rate. The Yn;Saturday. regular work day shall be either eight(8)or ten (10)hours. If a job can't work forty(40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer,Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up ' wo day at straight time (if working 5-81s). Make-up days shall not be utilized for days lost from holidays. Except e rate of time as,worked as a make-up day,time on Saturday shall be worked at one and one-half(I%2)times the regular rate. holidays. work performed on Sunday shall be paid at two (2)times the regular rate. Work performed on recognized y holidays or days observed as such, shall also be paid at the double(2)time rate of pay. f and above E 1 r { NO 8: Means eight (8) hours shall constitute a regular workday, Monday through Friday. Time and one-half y hrough (I%2) shall be paid for work performed in excess of eight (8) hours on any regular workday. An Employer may and on have the option to schedule his workweek from Monday through Thursday at ten (10)hours per day at the straight 11. ys time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate of e and one-half.(1%). If an Employer elects to work from Monday through Thursday and is stopped due to ,?n inclement weather(rain, snow,sleet falling)he s excess of g) hall have the option to work Friday at the straight time rate of pay I be' aid for to complete his forty(40)hours. however, should a holiday occur,Monday through Thursday, the Employer shall paid have the option to work Friday at the straight time rate of pay to complete his forty hours. Time and one- m'( ) half Mi) shall be paid for work performed on Saturdays. Double (2) time shall be,paid for work performed on annin' ,at 8:00 Sundays and recognized holidays. aid at time. uble(2)the. gip; g; Means eight (8) hours shall constitute a normal day's work Monday through Friday. Any time worked f o�•er eight(8)hours per day or forty(40)hours per week will be paid at time and one-half(I%2)rate. Work may be . and S 30` scheduled: on a four (4) days a week (Monday through Thursday) at ten (10) hours a day schedule. If such rk`four:l0 schedule is em to •ed then Friday p ) , y may be used as a make-up day when hen time is lost due to inclement weather. All jhursday at work over ten (10) hours a day or over foray (40) hours a week must be paid at time and one-half(1%2). If an y one day.to, ; Employer.has started the work week on a five-day, eight-hours a day schedule, and due to inclement weather �day,.and:is ' misses any time, then he may switch to a nine or ten hours a day schedule at straight '7 riday at Y , trarght time, for the remainder of ;t,M64 da that work week in order to make up the lost time(10-hour make-up day).. All work performed on Saturday.shall be �;tn ro`ritpjete paid at time and one-half(I%2). Double (2) time shall be paid for all time worked on Sundays and recognized r5 rJr`Silt8 r ° holidays. In such instances where a recognized gnized holiday is observed during the work week, it shall be counted.as rig's regular' eight(8)hours towards a forty(40)hour.work week,then all work performed over and above thirty-two(32)hours � �turdays` rn that eel.would be paid at the rate of time one-half(1%:). r ANNU tU'�'�'AGE ORDER NO. S .3 98 tsar r . . �y� b r y t J' k.SiRti; :x, vrr.• .. 'y 1. �,— ...., a -rs. .__. -- _..-. _ .. ... ..... ..is . .[ .... .. i - r t OVIRTI TH 8DULR - NBAVY C999TRUCTaON ,q:,a;` Means eight (8) howl shall constitute a normal day's v►ork Monday through Friday. Projects ma}.tie i worked on the basis of a ten (10).hour per day, four(4) days,a week schedule (Monday"through Thursday). These rates:ar }_ a: hounc worked over ten.(10) hours per day or forty (40) hours per week shall be paid at time & one-half(1'i �'he are`no pro��isions for 1triake-up days on IFriday or Saturday,work on these days will be paid at time and one- D F Au `:. .i half(I 04 On projects working dive (S) day, eight (g hour schedules Friday),­. t, rankli gh O (Monday through there is a . , r proi►lsion-called"S0 hour widow for forty(40)hours worked°' If inclement weather causes a curtailment of work Maconwlvteri� for projects operating under this;5-8's schedule the employer ma invoke the "50 hour window for fo " rhelps; Y iV Y ` hours,' revision. 'The Employer` eau work the St`Franois, } P carpenter employees up to ten (10) hours per day at straight tmae, { until the employee reaches forty(40)hours in that week. Any time worked over the daily,make=up schedule(9''r Shelby;Sulli� 10 hours per day) and Batty (40) hours per week, would be paid at time & one-half(I%). The ability,of:the ` Employer to alter their work schedule fmm the regular eight(8)hours per day to nine(9)or ten (10)hours per day, ( at straight finite, is only applicable after tht Employer on that job site has lost work flours which are to be made up Occupational by.„the.expanded daily work hears. Time bne-half(1%)shall be paid for work performed on Saturdays: Double P ; (2) tame shall be paid for work performed on Sundays and recognized holidays. In such instances where s 1 recognized holiday is observed during the work- � 8A Y �� g week, it shall be counted as eight (8) hours toward a forty:(40) hour'woik week,then all work performed over and above 32 hours in that week would be paid at the rate of tune dt. one-half 1 i4 . c ( ) Journeyman L� I:ineman taper N0.1 `Means a regular work week of forty(40)hours will start on Monday and end on�Friday. The regular,work Cnaundman day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty 40 hours Monday. _. P g , rtY ( ) •day t throujh Friday,or any partthereaf,by reason of inclement weather, Saturday or any part thereof may be worked as tt crake-up;day at the sight time to complete forty(40)hours of work in a week. Employees who ar pait w 8'ul up y, notwithstanding the.fact that they tray rat have been employed the en ' Ocou { ` of a re ar,crew on a melee» day, patronal x , ,`eek, shalt work Saturday at the straight titxe rate. Tune � one-half(1'r4)shall be paid for all hours in excess ea t` 8 f ours da (if work 'Stl8's er tars 10 hours • 8h ( ) P Y ( , g } ( ) per day (if working 4-10 s), or forty (40) hours,pea , s w►ceh, Monday thib �gb�Friday, For all time worked on Saturday (unless Saturday or,any portion of said day, s 1 ' Hrorked as maD,e-u tQ cots fete fn hours time and one-half 1 h shall be aid For all time worked on Sunday i Journeynairs.L� P. P. . .. rtY ). ( ) P • • Lineman eri h and recognized holida��s,double(2)time shall be paid. , ,y Groun ate ` r Tai;►. :1\seans a regular work week shall consist of not more than forty(40)hours of work and all work perforroe�d 8 . . . <R 5 o�►er Arid above ten(10) hours per day and forty(40) hours per week shall be paid at the rate of time & one half 3 aR " (I%) Work shall receive time and one=half(1'�)for'all work performed on Sun 110' and 4 30 .r�ri. ' �'�fitre onc;of the hohdaj�s falls or is obsen►ed dlurin the work v�► and li cOIlStptUtf'tl3C S week, then all work erfarmed aver and above. " Hurt}-taro X33)hours shall bz paid at tisr�e and one-half(1%�. P. shall be paid at t � optr�►n tOtply� 1lp. 4 ` Maass a rc�gular.�'orl: erk shall consist of not more than forty Saturda acrid alt �i' rtY (40) hours of work, Monday through z a per day and fa 40 hours wee outside the:` e ?� ork perffcimud over arid above ten (1Q) booms rty ( ) per t paid at'the rate of time. one�half 1 K W6*men shall receive time and one-half(1 fs)far,all work i holidays,'or-dad ' )' ' perfonmM on t I] y 4 t fit?. S. Means a'regul�r p�p I_abar r: �i-� "� Y{Qy be"MWYY9yt7Y V���. T . ursday Cif working 4,10's) or Monday s), 'I•in'ie & case-k�alf(1�§) is paid w �nrking in excess of ten IO hours' P >s, ( ) per;day Crf shallbtctieb 1� °irys 4.10'sj and on Friday Saturda}•unless Friday and�or Saturday is used as a niakeWup day. Tune Bt on ,, half(l ) is paid �� �� •ing in excess of eight (8) hours per day (f working 5-81s), and on Saturday unl Sa udae is used as a nuke-eip dkV. All SundaY%%V&-sUl receive double(2)time pay. , . , I rr .firr �y�{. ice/ ANNUAL AGE ORDER NO.5 WM5's", 'c!`?ii'+ �< : � -..`•" .=,!' a acct `' i.J�e::�i`�9 ��w � aim '' , 4,V tit {9 r e OUTSIDE 11 LECTRICIANS ects a be , ^x"`'' y These rates are to be used in the following counties: itrii zmd ones Adair,Audrain,Boone.Callaway, Camden, Carter,Chariton, Clark,Cole, Cooper,Crawford, em U a Dent,Franklin, Gasconade,Howard Howell Iron,Jefferson Knox Lewis,Lincoln Linn t�f y 010 Macon,Maries,Marion,Miller,Monit�eau,Monroe,Montgomery,Morgan, Oregon,.Osage, , ) Perry,Phelps,Pike,Pulaski,l?utnam,Rolls,Randolph,Reynolds,Ripley, St. Charles, " St.Francois, St. Louis City, St..Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan,Texas, Warren, and Washington e(9 or 8t tilty.of the hours per day COMMERCIAL WORK be'm eup h Occupational Title �rs'.'Doublc Basic Total • Hourly ts;,��►�here a Y Fringe ,a forty(40) Rate Benefits 0 ftune& Journeyman Lineman 523.71 S2.00+40% = Lineman Operator $21.23 $2.00+40% Groundman $16 regular work .81 $2.00+40% urs M6n` ay Ae' UTILITY WORK be;wlced ar r• zgrepift 4:< aail& Occupational Title Basic Total the eit an exeess Hourly Fringe r bbd Pte; Rate Benefits f say day is Journeyman Lineman $23.29 S2.00+34% an}Sunday Lineman Operator S20.10 $2.00+34% ,t r f Groundman S15.55 $2.00+34% poed OVERTIME RATE: Eight(8)hours.shall constitute a work day betty e;,&"one-half y een the hours of 7:00 a.m. ed 1;olI Ays. and 4:30 p.m. Forty(40)hours within five(S)days, Monday through Friday inclusive, shall ,f t constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, and above shall be paid at time and one-half(I V2)the regular straight time rate of pay. Contractor has the xF option to pay two(2)ho per day at the time and one-half(1%2) the regular straight time rate of pay between the hours of G:OO a:m: and 5:30 p.m.,Monday through Friday. Work performed :' ytiu+ough outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal all be holidays, or days celebrated as such, shall be paid for at the rate of double (2)time. .rt ti"ty 'j. t �pter'fo{yid on 3`r.�.�'3`roL32'"hac.ti.' . , ,. . �• ,.'. ..,'. .e•. .. t .' ., - .i " 'c HOLIDAY RATE: All work performed on New' Year's Day Memorial, Fourth of July > , u Labor Day,Veteran's Day,Thanksgiv ing Day, Christmas Day,or days celebrated as such,shall.; y Y,U$h be paid at'the double time.rate o pay. .i�l'hen one of the fore din r�.da t ' . : g g holidays falls on Sunday, y' ., shall be celebrated on the following Monday: Tvate4,8� one- E t urday iinl r ' o«sTt,r►NVs _ 'UAL " A GE ORDER NO. S Jv � rk ee 3/98. , iq p NN r F ,'ice a„t,.S•. it 1. .t1 .1 t( :,/�" k Ft- Jr .l, 1 f { ! !k ,. A. PREVAILING WAGE LAW f Check Off List � "001 1 i t 4 t is the statutory policy of the State of.Mis uri " '. ry Po cy so" that a wage of no less than the prevailing hourly rate of wages ;rcµ� for work.of a similar character in the locality in which the work .is performed, shall be paid to,all workers . employed by'or on behalf of any public body engaged in public works exclusive of maintenance work." Section ` t``A 290.220 RSMo. Because of the strict penalties prescribed for the failure to comply with the procedure required , by law in order to effectuate this policy, the,following is suggested as a primary "Check Off List" to be used by every person charged with any responsibility;under the law. t � Before.Co®tract is Let s rr A. Request the Division of Labor Standards to determine the prevailing hourly rates of pay, as contained in the Annual Wage Order,for workers to be employed in the type of work called for in the contemplated public works before railing for bids. Section 290.250, 290.325. (Division of Labor Standards, P.O. Box 449, Jefferson City, Missouri 65102. Area Code 573-75)-3403). (Request Form PW-3). B. Provide Project Notification Notice PW-2 prior to beginning any work. It is suggested that it be submitted at the time a project is bid to assure that it is received in a timely manner. C. When a public body has solicited bids upon a public works project within the scope of"the prevailing wage Iaw without having first secured a wage determination, the project must be'rebid h with the wage determination incorporated in the bid 'specifications. sP Art D- Specify in the resolution or ordinance and in the call for bids for the "contract, what is the prevailing hourly rate of wages in the locality for each type of worker needed to execute the contract and also the general prevailing rate for legal holiday and overtime work,all as determined by'tbe Division of Labor Standards. Section 290.250. l E. Insert in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages; specified shall be paid to all workers performlin ' work under the contract. "'Section'' 290.250. r. Insert in the contract a stipulation that the contractor shall forfeit as a penalty to the state, county, city ty and'coup ty, city,towndistrict, or other political sub-division on whose.behalf.the contract is t, made or awarded,ten dollars for each-worker employed, for each calendar day, or portion thereof such worker is paid less than the said stipulated rates for any work done under said contract, by rT the contractor or by any subcontractor under them. Section 290.250. G Require in all contractor's bonds that the contractor include.such provisions as will guarantee the X ` 'y y t faithful "performance:of the. prevailing hourly wage clause as provided by contract: Section L t J 290.250. s ' Forward PW 100010 the Division of Labor Standards upon contract award: r.. t -�- Revised 6/96 . i , {fit r° "•` -�^+i! �".......�"T..,•^t. .far? Rk'YSY,r',.,. d. j�,.Lx++ yt ��Y -,, 25uzut A¢ { t i �y t • ]F It � t e '%fie Conuvd is 89 Fetformud A. Take cc of am convisints of au v, 3-dxtkm of prmisioos of flic pmt$ War LAW- "'I AMON, kvesti a14Zt+�7{iild 290.M. ne DINiuce of Labor S��vixi�ll r A+lake sure$,Ckady log'of&H v'a zn$ Wye rates to be pasd t0 t6ll $ ` ` of the rarnpoye.d u4rda to exe�ate the contract a omd+ tbt P+ is key poxged a prr i rat nand ea 1y ate place at t1:e s tl =dby each ter subcontractor engaged in�3he publie works project Under Ilse proKisa me re. 'OnS of this liw snd { sUH be that scoch notice shall r+exnaii�fates during the foil tune tlsat nay wosictr �m tm the public works. Section 290. 5. i t 1 C. Accurate records pertaining to wages paid all workers employed on the contract shall be kept within the state by the contractor and each subcontractor, for a period of one year following x , conVIction of the public wow. won,29 290. z, dk t D. Notify the Division of Labor Standards when a violation of the law is discovemd so that rwe s# z' notice of the violation can be made and the Attorney Genera!alerted.Section 290.333. III � Before Contract fs I:W1y P i ; a �s A. Before final payment is made an affidavit must be filed by the contractor stating that be has A* y i complied with the Prevailing Wage Law. No pay�rcnt can be made unless and until this a f idsvit is filed in proper form and order..Sections 290.290;290.325, k ' L ? B. Withhold and retain therefrom ail sums and amounts due and owing as a resuh ofany vio9mtio©of s e vail, :W � th Prey ang, age Law.:Section..90.250. Of course; before proceeding with any public works,project all statutes pertaining to the payment,of wages on .: ' public works projects contained in Sections 290.210 thru 290.340,RSMo 1994 should be careMly consulted. If we rnn be."of further assistace;e,.please wrote or call tlye.Prevailing Wage Section of the I2ivision of Labor ' Standards. „• DIVISION OR LA130R STANI3ARD5 Prevailing Wage Section ' (573);751-3403 or'S00-475-2130. lrRti l'(. tir rjl 't P ( -2- Rwfsd 6/� Y; 5 St .. t t li s 3 '1 V +�.55 wvw, .. 1JPfNjkE➢+tk ++tM.4444Ka5IPw`"qld+hl.P✓."h'fW'+ink+^l?+v4hiv..x'efSyJ'i'k {::e:e;fp. 5vi.:,:x' + . .. WY 1 a.,r:...u.......l.. tad _..,,...,.,_,�,__,r r. _. •, . ..:, ,._,. ,>:.... . .. ..... .. _ :dad i f 8 CSR 30-3.040 Classifications of Construction Work PURPOSE: The Department of tabor and Industrial Relations has the responsibilin- a z under section 290.260, RSMo to determine the prevailing hour/r rata of wages to he p paid to workers engaged in work of a similar character. This rule etitahlixher rid sffl •ations r?f construction Work ,fur the department to use in determining lire ? i prevailing hourfr�rata o wager for work of a similar character, P 8 re a (1) All public works construction, for which the prevailing hourly rate of � ` wage of workers are to be determined,shall be classified as either-- kept (A) Building construction;or 4 4•n8 (B) Highway and heavy construction. (2) Building construction shall mean the following: Or (A) Building;structures, including modification, additions or repairs, or both, to be used for shelter, protection, comfort, convenience, entertainment or recreation' or for protection of people or equipment. al '} (B) Buildings at an airport project, such as terminal buildings, freight buildings and any other construction necessary for the operation of the airport facilities; } t I ; � (C) Stadiums, athletic fields, dressing rooms, bleachers and all other l buildings needed in connection with an athletic or entertainment facility; of; ; (D) Entire buildings that arc built abovtoground in connection with highway, subway or tunnel projects, such as tool stations or housing for f wages on mechanical equipment; ot�sultt�i. (E) Excavation for the building itself,.including backtilling inside and t autaide the buildin on af:h$bor g; j. ' (F) Storm and sanitary sewers inside the building and to the curb line; f '(G) Work in'connection with telephone, electrical, water, oil, gas or fuel lines, or other utility or communication lints inside a building and to the curb line; M� a� (H) Sidewalks„other than those that are poured in connection with a .. 1• street or.road:praj act, .. .`.:Drivewaysthat'are built to serve abuilding;. S ; wised 8/96 gR s r , v tt +J + 4F 1 � ai� ��11C7'`,+'F )xj J'`` J;1.,J'{t ' ,::>,. r :v!... '�,.r"• : . --— W , t rLs�t r l i, •, . :. " I I I � I t . - •, . :.._.,....,.,............rte,.. 1,,4.."__1. • .:`•,3 � .. ..-,.r H' ,. .., .. . . �. .. . . i3 }`'{I . ... ;" `t 't 1; ^? � N , { �, (J) Parking tots connected to a building and all structure. built $,c X s, &1 ►td.t E P,4 4 parking facilities; 1 T�1. [ +t i I :„ i, . ' ;: (K) ` Retaining,walls built in conjunction with a building project; ,•: p+ 11 Fw `� �11 i ` (LY Demolition of i buittlingts)as part of the site preparation for A” ���: .,.; ,;� . ' -1NO�;�FICATio� V , building cobstttution; ;111. �'f;�i�} t `' y:r (M) Landscaping of building sites or the planting of ail:shrubbery that� `h 1,I � ,��*� �'" x, incidental to building cfionstruction as detRned in section(� end r "`i .- ,, t �y` /may 7_ N.., (N) Work on water and wastewater treatment plants within the f6ce r+tip ' ,,j line. "" I 11. 1 ,2. ".t9 ,, ` (3) highway and heavy construction shall mean the fo9lowin : n-J •.1.` (A) Work in conjunction with roads, streets, parkways atiey� and ? " s sx k.1 . highways including, but not limited to, grading, paving, curbing, signs, fences, V, county 11 11 3; t : guard rails,bridges, fighting.rethinin' walls and landscapinS; ___11, " 1othC�44 Name otS ' (1�) Work on viaducts, overpasses, k } rpa.�ses, underpasses, drainage projects, xf at+ or+cx , aqueducts, irrigation projects, flood control projects, reclamation projects,I 1. + ., ;11' ., :recrvoic fiftratiun and su +� ,... filY rojccts,�.atcr power, duct lancs,.distcibution lines, P P a Atk� 00W 0410, pipe lines, foc6cs, di3ces, levees,' revetments projects, exsludimg wcirlC'sjxxificaity =:i ' } ;1 _ .. ,,11 i'a defined as building construction; . . . L1 F►fQR49R ,9l 10.tt 11 . h <, -- (C) Work' in connection with underground construction on tanncls and c2 q!@ tAl"Of f M {. S11a1�S; - aQf �pit+ lit=t� r l lY��4d$X<�A�i17RbI Aar MIIRC9�10(tc ��' ' (D) Railroad work in its entirety, including elevated railroads; i +11 "fin��1 $ ( U` V , w E Main and side sewers; t ,. Y ... , ) � jf �Iiy t.f .,: 11 1 + "; : r f (F) Work' in connection with airports, such as runways, roads and ,r §� 3 ,t. 1K ,but c�cc strcct.� luding that which is listed as building construciion; _$ 34' ?PI : t !_�n f 4' ..Fad (G) Work`in connection with tcicphone, electrical, waicr, bit, gad or k ti �'u�`� fuel lines,or and other utility or communication lints front;ihc.curb title; , '; ' ,, ' .11, ''t : ! . Jr i - .,: l i. i `k,I r: f.:1.A. ;. (H) Sidewailcs w hen oared i J 11 r� incidental,to a d prroject; ,t rfi: p stract or roa °ta $ , . . . '. : .FJ to 1.'k ' (I) Parkin lots not incidental to f` °`}` �' J x � t "af "' g a budding construction project;aad >; t ,4 L, t 11.ti;RS {�s t ,. tt cs,. ,,. :Y' , fl r#? i j , j, ; , lye f' ,� A i' 2_ 1.' {,. i (1), . Demolition of all buildings as parC.of site` rc" ration. for n . l ,' �}' r {' Fit =qf ,_�, p � y E �i 13 SNill i 11R BpvR►�l ,;� highway and heavy construction as is otherwise defined in section{3)• � ..�;..,.,.,i 11� , �nv t 1:t "' ,:.F:'. .. _ ' .;eta .s'l;?t ' yF �' �I �llgl=I�It�INE,�P EF, Y-',Ki fi .. 7r rs rf ij",t pA 1� h v:I :. , . 0M.."""i ,.��,', ��.!,.�?,t_­g", �,Y,;�*� (, .5"-. e;. F err 11 a4r ,:irk , ti'_ �. z Rik"..S. ti 11, '9,--:,,;yF, tai.jI , fi' X � F, ,11. 4 �x! �t£Y i�. 4F F l5 a �e't r [p. - - I I I , _ s �Jtfi� {' " J Le j r kF.t i; r I ntisttis� r.'s+cur'a%.w-,art,',—, rr>:�+ws l'w�n.a.�lrt"orxo� _::re,< - } "'S'�r if a;.'xi 1.rtaeh c «! w�vr..t,� , "- '�tw �{t sY� �, y.* b\ �t ? , ° mat, w`t# .i i ArfZ? t tt (f 'r 4f.i t S ��fr n 4 t� ti ,,,'..r"' °tiY y e,. �, t. vt `t 11 1 < 4 *?� F _, rv' d.7s . fyt :: fiz{ 9 r , t .tf ..;� •r .. " � xJ r� ti .J ., ��� ''. K,rj4 Yi 'K jE. '' y r t r '' %y.. 7ft �,t� t I t F $f V J �,¢p,�$#� � t zt t ' l' � r tt a. + s r n t, � Jam., f '..k,F,"yc o1r3te,; t K; l i .tf + J ' .'.' , , , s�.� t. •. . s ._z y7 3 PREVAILING WAGE PROJECT NOTIFICATION MAIL ONE COPY ONLY ANNUAL WAGE ORDER NG..� TO: Division of Labor Standards P.O. Box 449 Included In Bid Soecitications 1 Jefferson City, Missouri 65102-0449 of NOTIFICATION IS HEREBY MADE ON THE WORK DESCRIBED BELOW, PURSUANT TO SECTIONS 290.210 'THROUGH A4 :i. 290.340 AND 290.550 THROUGH 290.590 REVISED STATUTES OF MISSOURI. 1. Date of Notification 2. Popular or Descriptive Name of Project 3 Project Number 4. Estimated project cost of completion which shall be the estimate of the costs of the total construction contracts to be awarded S S. Exact Location of Project• •Specify Name of County and [� City,Village or District County Clty or Village Township 2: 6. Official Name of Public Body Soliciting Bids 7 Name of Agency of the Public Body Soliciting Bids 1 8. Anticipated date for Socditing or Advertising for Bids 10. Anticipated Date for Awarding of Contract QS y:. j Proposed Date for Commencement of Work on Project 11. Estimated Date of Completion of Project t' rx , 12 General Description of Type of Facility and Facilities which will Constitute the Completed Contract SQ For Example Two-story brick and concrete block school building about 200 ft.by 400 ft.with concrete floor,wood roof deck on wood laminated beams and I includes Plumbing,Heating,and Electrical work.Outside work includes Excavating.Black Topping,Grading,Sidewalks.Fencing,Driveways.Parking Area, and Miscellaneous work. r�k . r� r ' 1 i 13 Will the Federal Government or any of its Agencies furnish by.loans or grants any part of the funds used in this contract? []Yes No' f} Yes,will the federal government or any of its agencies also prescribe a schedule of prevailing wage rates? � Yes n No ' +�s * 14 Name of person making notification P 9 Signature le Organization Phone Number .. : , Street Cny(Post elute) Slate Zip Code Form PW-2(1-94) s ;,.. t',7 zt "' .a ..,N..—:.-r•-•--�--•..,,..,.,�-•��:„;_„_..�„�y'::^"'rya t+. r � t .N: t Form PW-2.2 .2- 17. CHECK ANTICIPATED TRADES On OCCUPATIONAL NEEDS ❑ 1. ASBESTOS WORKERS TRUCK DRIVER,Differentiate as to size and 1 type of truck. I ❑ 2. BOILER MAKER ❑ 3. BRICKLAYER OR STONEMASON ❑ 4. CARPENTER ❑ 34. ❑ 5, CEMENT FINISHER [335. ❑ 6, ELECTRICIAN(INSIDE.WIREMAN) ❑ 36. E] 7. ELECTRICIAN(OUTSIDE LINEMAN) ❑ 37. TRAFFIC CONTROL SERVICE DRIVER ! ❑ 8. COMMUNICATION WORKER POWER EQUIPMENT OPERATORS ❑ 9. ELEVATOR CONSTRUCTOR ❑ 38. AIR COMPRESSOR (' ❑ 10. GLAZIER ❑ 39. BACKFILLER u ❑ 11. IRONWORKERS,All Types ❑ 40. BLADE GRADER fi' ❑ 12. LABORER,GENERAL ❑ 41. COMBINATION TRACTOR$HOIST ❑ 13. AIR TOOL OPERATOR ❑ 42. CRANE,DERRICK,DRAGLINE ❑ 14. MASON TENDER ❑ 43. DISTRIBUTOR ❑ 15. MORTER MIXER ❑ 44. FINISHING MACHINE t ❑ 16. PIPELAYER,Concrete or Clay ❑ 45. FIREMAN ❑ 17. PLASTERER TENDER ❑ 46. OILER ❑ 18. FORKLIFT ❑ 47. MASTER MECHANIC �' ❑ 19. LATHER ❑48. MATERIAL HOIST ❑ 20 MARBLE SETTER ❑ 49. FORK LIFT ❑ 21 PAINTER,BRUSH ❑ 50. MIXER-ON BUILDINGS ❑ 22. PAINTER,SPRAY ❑ 51. MOTOR GRADER ❑ 23. SIGN PAINTER ❑ 52. PILEDRIVER ❑ 24. PILEDRIVERMAN ❑ 53. POWER SHOVEL ❑ 25. PIPEFITTER ❑ 54. PUMP ❑ 26. PLASTERER ❑ 55. ROLLER 1 '.` ❑ 27. PLUMBER ❑ 56. SCRAPER ❑ 28. ROOFER ❑ 57. TRACTOR OR BULLDOZER(under 40 H.P.) :�' ❑ 29.,.SHEET METAL WORKER ❑ 58. TRACTOR OR BULLDOZER(Over 40 H.P.) ❑ 30. SIGN HANGER ❑ 59. TRENCHING MACHINE +� ` ❑ 31. SOFT-FLOOR LAYER ❑ 60. WELL.DRILLER ❑ 32. TERRAZZO WORKER ❑ 33.. TILE SETTER 18. ENTER ADDITIONAL ANTICIPATED TRADES OR OCCUPATIONS NEEDED II+, ;b+aid wy+}N.xx'nKl+r..r'r?+Si_i+?%L.�w.riS;::,' :*e:i' �CS'.z:h�F+iiau ,n,n.•'. .... ..,. ,+ .. .. .. .. . ... ..,.. . ,. ,+ -'.""r`-r^'r 1.- *t:�; 4 ;;{.w'+ kyt?4t Y Y Il r tt Y" JJ ` DIVISION OF LABOR STANDARDS k P.O. Box 449 Jefferson City, Missouri 65102 instructions to Public Body: This form is to be used whenever you have a public .E` works project that is covered by the Missouri Prevailing wage Law. You should fw have already requested an Annual Wage Order from the Division of Labor Standards, and incorporated the entire Annual Wage Order into your bid specifications. (See RSMo 290.250) . You should have also notified the Division of your prevailing wage project on Form PW-2. When you award the contract, complete the following form in its entirety, and submit to the Division at the address above. Date Project No.--� Annual Wage Order No. Name of Public Body Awarding Contract Street Address City County State Zip Project Name/Description (as indicated on Project Notification form PW-2 previously submitted) Project Location .Street City County State Zip Code General Contractor Name Street City State Zip Code At Bid Price . J All Subcontractors (Write N/A, if. none) Name Address Bid Price See law pertaining to the payment of all wages on all public works projects r4: (Sections 290.210 340 RSMo) These statutes must be strictly complied with under penalty of law. M0625-0143 (1-97) r - Form PW 1000 (Revised 1.97) .s } y .s. 4 i�r r s t d . K der i . . AFFIDAWT C®RMMuNC1E IATM ' H E PR EVAII ING WAGE LAW Before me,the undersigned Notary Public,in and for the County of . , State of r , personally came and appeared(name and title) of the name of company) (a corporation) (a partnership) (a proprietor-ship) and after being duty sworn did depose and say that all provisions and requirements set out in CChapter 290, Sections 290.210 through and including } 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on #t public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements with Annual Wage Order No. Section E issued by the Division of Labor Standards(Name of project) F A1111111h, Ash, PRIM located at(name of institution)_ in County,Missouri, and completed on the day of , 19 }t Signature l r' Subscnbed and sworn to me this day of ' 19 My commission expires 1 g 6 Notary Public 'k s x• i �x as zi i tf (Revwaad 07) R�.+°� 4`�.t��. .mot. � Ut+�radR r t .iit, .�R bt..;. (t ..ut . .:... ',,. -. .t! .:?:•e;�: r } i f i yl��j 4 rt. k 8 CSR 30-3.060 Occupational Titles of Work Descriptions • PURPOSE: The Department of Labor and Industrial Relations is required to determine the prevailing hourly rate of'wa es to be g paid to each worker engaged in construction on a public . works project,relative to the type of work performed by each worker. This rule describes by occupational title the type of work performed in the construction of a public works project in Missouri and sets forth the procedures to be followed in identifying each occupational title utilized on a public works project. N `r (1)Each occupational title defines name the � by type of work performed in the construction of a public works project. The description of work designated for a particular occupational title is not intended to be jurisdictional in scope or nature,and is not to be construed as limiting or prohibiting workers from engaging in construction work fal`ing within several occupational titles. I y (2)Each occupational title of work description shall be based upon the particular nature of the work performed,with consideration given to those trades,occupations or work generally } considered within the construction industry as constituting a distinct classification of work. In determining occupational titles and scope of work definitions,the department shall consider the Y .. t, following: (A)Collective bargaining agreements; a 4' (B)Dictionary of Occupational Titles,as published by the United States Department of Labor, and (C)Opinions of experts from organized labor and the opinions of contractors and contractor ' k associations as they relate to the custom and usage applicable to the construction industry in r Missouri. (3)Any person wishing to add, delete or modify an occupational title of work description shall submit to the director of the Division of Labor Standards a written request containing the proposed changes. Proposals shall contain the following information: (A)Occupational title; (B)A description of the physical duties to be performed by workers under the title; (C)A copy of any`current collective bargaining agreements that are relevant to the proposal,°if ht any. (D)Evidence of hours worked and wages paid.w performing work under the title, including fnnge.bcne is paiif any; f4, (E)Identification of the cnt y( )w acs here the wosk ou was performed• r 4 t t f a»rl.rmPet,,Jx„L�.,11 �'er, ',. 4 .t 8 k 13 F. P'} ' r/5 �'.)J:2• 4 t i' fi ' F • - c (F)Evidencc that the proposed occupational title of work description is for type or clast of w ' work that is commonly utilizers by the construction industry on building or heavy and highway o f �. construction insects in Missouri;and ' � (C)Griner inforr,+ Oon'concerning the proposed addition 'dolctiott or modification as the director .,' ' ei'dtrti of the Mistion'ofLabor Standards mad►dexrn.atlaiisablc under the circumstances. ho (4)Interested parties who wish to submit wage information to be used in establishing the prevailing hourly rate of wages for a particular class or typo of work are required to identify tho, work according to the a�pplict9hle'occupgtinnai title of Work description stet forth in this tube Hours ofwork-reported to the deparoncnt staall net be used to establish the prevailing hourly rate : �' (ever of wages if dw,party submitting the hours of work fails to identify the work under one(1)of the occupational titles recognized by this Me. 'i►(j ' (5)Any question as to the proper classification of work should be resolved before the work in AilO guicstion:is commenced. Interested parties are encouraged to contact the Prevailing Wage 5ection,of.the Division of Labor Standards for an interpretation of these rules and for R k �, _ �Y�: eA►��itt� detcrrrairaaiion of the asppropriate occupational title of work description,relative to the class$or type of work to be performed. auf` 0 ' (6)The occupational titles of work descriptions for each type or class of work contained)sere are prttMa k presuanpaivcly valid through out the entire.state;of Misrmouri. Within a given locality.`through an x trqui� x objection to a wage dctcrininzationti' st interested party may assert that an occupational title(s)of work description does not apply to a given locality and that a different occupational title(s)of 1;" 4 Y ; work description should apply to that locality. The party shall have the burden of F stt�tgh� proving by a preponderance of the evidence the inapplicability of the occupational title(s)of wnrk description within that locality.but small be Afforded the opportunity to do so in a hcarilcg Z:'kisirs o6;t an objection to the wage determination before the Labor and Industrial Relations w .°Alit (7)Occ.upatiowl titles of work d roions may be obtained the pxsnment by written 4 rii 4 y bid fr h dt ' reyue i to the asir for of the Division of Labor Standards,P. Bole 449,Jefferson City. M4 4Ypld9in� 65102. F 3,IWO (8)The occtgrtional titles of work descriptions set forth here arc as follows, 4 a (A)A broas Worker/Heat 2nd Frog�s��r)a�x=-�► r ppliss to workers who apply irtattlation FF' materials to,atecbNiM stystms go reface km or absorpaion of beat,prevent rraoisturc � conds�sation and w dot xr I swnd amd prevent vit�rastions. The workers remavc all insulatiam j muuieria+Is froaranects cal*%tans ceft 'W"JI � z, un ,m , *%ern is being sscra+ppgd.Tbc w ,r> } { fat wvrsihin t�,o�title ogi icm n'!cI>ut1�; . tl�t1D5:7t�i2 .The bWWing of enc �. , preperat .rracltading tf Ios aaea/d bam�g po}Jrt►rshanc pbytsl p1mmic.NUa Sis o tai a tior'an ww +f mratcnats used as a s trstc,aasd uW,as then l irpsasl�tlon. Thy tr facttlle ftabr riion ' I�lli�,L�loldilAg.hwidlmg,CfDCldrOr➢;.taprayulg,pCfwin J!"Aing.harlgingt,a;ppllcats la, ;jr+= kiL r< Rte S;4.i t .. .frr��rs`•�.� vi � l �: 4 �i s4r i=:. _jttu}'l .+.•-w,...sw^av�eedu:,AUU3\SU+:ttax::+cf.;aext.e.,�„n•,�•s�..,. ....-...... ,_ <u.,n .P y�4 _ ' '��t r (,ji;^. i`t9`+T 3 1 ;+ i i _ :¢"` sy�i'�ItA >1 .• a +' s,., f..a�,,Z,. S ,jt 1. IVNI .i 1,l if .--;1... '+".r"glw #tr.;:T'c# ak ,� #u +t t �, .'��j`cr'�bi,}>v.t.i^?,�..`.r =t .i',_:;.�....• ..: ... ;,. .... . , .' . ..,,, . l.r.;,'. ....al.:.... ,,tx.. ... .r..i•t�eir�� r; adjusting,alteration,repairing,dismantling.,reconditioning,corrosion control and testing of heat or frost insulation,such as asbestos;cork,mineral wall,infusorial earth,mercerized silk, flax, k t fiber, fire felt, asbestos paper,asbestos curtain,asbestos miilboard,fibrous glass, foam glass. styrofoam,polyurethane,polystyrene,mdtals,plastics, fibrous matter, roving and resins,and the # erection of scaffolding up to fourteen feet(14%working platform; r 2.The covering,including encapsulation,of boilers,tanks, refrigeration units,evaporators, turbines, fittings,valves, ducts, flues,vats,equipment, hot and cold pip's or any other hot or cold surfaces with the insulation materials listed in this rule, used for the purpose of thermal insulation;fire stoppagei fireproofing; radiator protection,sound deadeners and the lagging ' !fie (covering)on piping;and z 3.The removal of all insulation materials from mechanical systems,unless the mechanical system is being scrapped,whether they contain asbestos or not(pipes,boilers, ducts, flues, brecchings). j All cleanup required in connection with this work,shall include the sealing, labeling and dropping of scrap material into the appropriate containers. (After drop, final disposal is fix} considered to be the class or type of work falling within the occupational title of work description for second semi-skilled laborer.); (B)Boilermaker—Applies to workers who assemble, erect and repair boilers, tanks, vats and pressure vessels according to blueprint specifications, using handtools,portable power tools and n equipment. The work falling within this occupational title of work description includes: ARMS 1.Locating and marking of reference points for columns on plates or foundations, using master' straightedge, squares,transit and measuring tape; " r 2. Using rigging or cranes to lift parts to specified positions; r 3. Aligning structures or plate sections, using plumb bobs,levels,wedges, doss or tumbuck{cs; 4. Drilling,reaming, chipping,caulking and grinding of structures and sections and bolting or welding them together, S. Setting of drums aiyd headers and installation of tubes; 4. 4 6. Cleaning up as necessary in connection with this work;and ^, 7.Riveting,acetylene burning, rigging,fitting-up,impact machine operating, unloading and .J handling of material and equipment where power equipment and rigging are required; f (C)Bricklayers and Stone Mason-Applies to workers.who prepare, lay,set,bed,point,patch' It Y 4 grout;`eaulk,cut,fit,plumb,align, level,anchor,bolt or weld brick,stone masonry,precast. r , 3r {n aggregate panels and all types of artificial or imitation masonry. Also,the workers install ��Vane 3 ,. . ; k expansion joint materials in brick,stone masonry,precast`a re to t. 4 gg ga panels and all types of " artificial orimitation masonry. The work falling within this occupational title of work description :includes: ..; is .+... ., �, 0100* —1^" Ca t 1 V�n ".t`�.f f'�(y i' i 1r ➢F 1 .i i J _ . t { + t l.-Ths unloading of brick,stone masonry,precast;aggregate panels and all types of self cial or � C: imcsttort masonry when:power equipment and rigging are rewired; • �tet1.9 5 2.The ri�asonry paving xttd rip•'ipping of all types,with or without mortar, F ;sst�b ck kl 3.The reinforcing of masonry,including placing,tying and setting of rods; " ' ntegi .•;` 4.The, lication of insulation inatertals to or to masonry walls; � < in S.The cauiloing of abutting masonry oPenin in masonry walls,expansion joints and false joints ,tt s in all types of masonry; 9Th 6.'Thvivaterproofing of all.types of mssot";and hsn `7.The cleaning, tuckpointing,sandblasting,strsm cleaning and Gunite work on all types of s chtii masonry; cotta (D)Carpenter i4pplics to workers who construct,erect,install and repair structures;�structural ­SAN members and fixtures made of wood,plywood,wallboard and materials that take the place of wood such as plastic,metals,coin osites, fiberglass.and Transite sheeting and Cenresto Board, 9' f.. p p g `' rw wall. t using oarpctitcr hand tcols and power tools. The work falling within this occupational,title of , wiark description,includes: a�thcr lnstal� 1 The,layout of buildings or structures on the site or plot. The installation of aluminum expansion,loints for building§and bridge structure as well as concrete strike-off machines, wire. r ` 2:The making and'settin of all concrete forms.(cxc t curb forms on hea construction),.r. iF including establishment of building lines or flow lines(box culvert bridges including footing `rI ILT ion forms., Thc making of all forets used in tilt-up construction. The layout,installation and ' ��� rr�tal Cc6Struction``for wall forms and footing fbans,all block-outs,wood or steel, layout and tb wind I installation of all embedded items, y 3.The building and handling of scaffolds used by carpenters to work from. All scaffolding, ft[e d constructed or assembled,fourteen feet six inches(14'6 1;and'higher for normal or sptxialtyr t i uso:�--re,a€dicss of purpose; l3: J + K 4.The building of rough wooden structured such as concrete fortes,scaffolds,wooden bridges, rt{ ' tresttcs,,cof fcr dams,tunnel and sew e support;we#sling and burning; Arc us Thc sciectioat df ificd` .of lunbcr or other material spec tYllx s. Prepare layout,using rule rF f ti Miming square and tali c o:Mark cutting and asscsnbltng lines on rnatcrials;using`pcncil;chalk. k,y s l�' 'h" wind ins Ing gauge. Shane materials,to."prescribed mcasurx�nents,using saws,chisels and ptancs ssemtle,cut'and sly rrys+tenals and fasten therci togephcr'with nails,dowel itrs or F S : P • ( : nj ifta�ttd ri , i oct fratrec�vork f'or.structures. Vert trtt.-Hess of st:tacsurt with lamb bob srid ca ter's = ' r t cvel A 1 'd rative chn tea.a is P P R PP.Y 1 ., . g �p s d•yh'y0C?tr .. '' /- yJ Sias. fj} Z . �E' rAr,Mw` `r`x1ti;H;t:h«:rsr.Ga:'YiF'.' .r,. Y.,. ^i '.'.{•. + e ry „trd;3PyjC�C.{F S�� y{t + .. •.'! r4 t� 'Y ` ' ��-'r._x'�'°..j,,, AtSk• t .'y .t. !!r a. �s i �' i roc zh�,rt4'r �r oq I .. :• .i .L: ' .. s4 t; i .ii tr• I"A4 i f 6.The installation of ladders, handrails, platforms walkways, and Y Pl gangways made of wood as well as shoring and lagging. Install doors and wood and metal windows and bucks, including hardware(bucks are rough frames in which t� � htch finished frames are inserted) in building framework and brace them with boards nailed to framework. Install pallet racks and metal shelving. Install i subflooring in buildings. Install insulation such as batt, board, safing, thermal,styrofoam,sound attenuation, fiberglass when the installation of the insulation material is not being applied as an { integral part of the roofing system. Nail plaster grounds(wood or metal strips)to studding. Fit t r and nail sheathing on outer walls and roofs on buildings. Install beams and trusses of wood laminate; is 7.The making, handling and setting of all frames,sash,blinds, trim and other fixtures(for example, cabinets, bookcases and benches), when made of wood or any wood substitute. The handling and assembly of chairs,seats, bleachers and benches and other furniture in theaters, halls,schools and other places of assemblage on floors of any kind. Install protection screens, chalk boards, toilet partitions(plastic laminate,solid plastic). Caulking of fixtures and countertops including Corian tub and shower enclosures; irA) 8.The installation of wood and.metal studs and exterior panels; 9.The handling,cutting,sawing, fitting of drywall (sheetrock)and lead-lined drywall whether for walls,ceilings, floors,soffits or any use,no matter how installed—nailed,screwed, glued or otherwise(interior. exterior). Lead-lined drywall is used in X rays to avoid radiation exposure. Install corner guards and wooden and plastic column covers; ?. r 10. The handling and installation of acoustical and egg crate ceiling systems in its entirety(hanger wire,grid,molding,tile)whether vertically or horizontally installed; { 11.The installation of all builders hardware in r , eluding door tracks of every description. The installation of all weather strips. The making, fitting and hanging of fly screens for doors, windows and other openings; 12. Installation of wood and hollow metal doors, rollup garage doors, overhead doors or rolling fire doors,automatic doors,channel iron door bucks,glass sliding and bi-fold doors;and d ..: 13.The installation of access flooring,computer floors and raised or elevated floors. Install modular headwall units and laboratory casework and fume hoods; (IE;)Cement Mason---Applies to workers who perform work on concrete where finishing tools are used. The work falling within this occupational title of work description includes: 1:The setting of screeds;the rodding(buildings),shaping, smoothing and f nishing' the . }, y surfaces of freshly poured concrete floors,walls,sidewalks,curbs,steps and stairways , the finishing of extruded barrier tails or any other concrete surfacer uirin finish in usin r > aF, 09 g g. g handtools or power tools,including'flcats,trowels,screeds and straightedge; F". 12, t x� . .. r,� I ' .' '� ,t*'6w..# w+ :,x..,.•..ra,.,:.rx ro ,._ c f ..«rc rc+:,r'�-CgX--�,,,.,.w..{ µy- . z 1 it 1' a i its.: rt " I t .y'.... ':t.. 1t .. ; .... �,.: M\- 't�.. 1. _ ,y� .. �l J.•. � '.'..� 1' e' `;j � �:.�'b'C��Gf 61!°4�eitt'aC f�a � t1E`e1tr�II a .�� '!�. �l f" .. � � �4YfMfit��!��1 V!� �\R ��M�/���IYR>tY. tL'�Ri� 't`���� :,�'3:�} t . f a ' ��i..� ,1 ..:. y, lrf a :t t a �,'. �i ��, � ..�."T�.ar� ti�'xr��sf p+�'nat. s a�p���a�Ore caatn�s tQ Cc and � � { r F�;t� � �y+at���."�°'°T' r :t`' w�p;A,i'tz�t�C'�te9l �taG:�'�. . art.�� fl�gy, # i.�rd���...� ,+ � ,�.� �s�t1�2�!6if CtA{� a�tlae issstattatwc�and i� O�C�9�X�'- � `au�h t�Qc „s �: bid eggs at der-��;V�to a�suca,, for ra�tz air linings aft died {� x, �'. . � fig ar crmrrdia� �.l,�ii �� it�la' -• � , 6.���ar motes IIYi$fae a�rcdi�vctmal�Q31' 8tf�ty to patchrng, ,��' ; , a$��tt9fauQm� F , � 7.'�tte:cutting tei;�e�tts nrith cvnccrte saw for thr ca�atrd afcracks is brtiidits$s and sidewall�, ' a; �=)f t �� ' '' � a�rivcvrays, cnrcbs amd gutters cantigaous trr btuldi>Dgs;and � '���� ��! t t �. :O4'Y7iN7/M4�t�� .�,.:;;� g.The setting of cancrc`te�,,gutter and sidev��alk farms one(1)bo®rd high up to twelve ineh� � �1° ,,�s/l�{�':. A . �} r �SAl7A1AtittrtlQ t �(�')Comr9tirrti�dr�tt,(�ter��+orzic�I'ekcomenuairation)1'etrltai�>�Applics to wrorkers who � { �:�ttt�+t,�.�Fott �' in�tally rs>s�ert;repair and scrv�ce elcxtronaic and telccaantnunicatian systems. 'The warlc falling 'a " C,;P�d�+�t ;} z.; vritltiat the�apat➢oml title of�Communicatian(�Icctrotaial Yelceommunication)Tceltmcian. : . ' ;.'`;j �ti v�6��t��;{�t*'Rp F ' ;,:L,t�'tt���t� Y, +� r�clud�: : a s _ , wt .� � ,1 �)a � � ie { � ., � �• �', �• � 1 itistalling,repairing and servicing of radsa,telcvisia,t ar�d recording systems and devices; ;� 't ; .�,�tr�(� �t x r .i s}►stcros fear paging,intercommunication,p�iblic address,wiped music,cloctc.��'sec�a�i nand �� � � � +'`F'� �`���� ty ,, �'�` .; '� surt►ciliaacc stems ana mobilc.radio sterns;fuc,alarm and bu t A���+�int�isij sY. �+ rgtar alarm systems: ,� �r�'�ti�.i�I�$ta� 2 'UViring oflow'-voltage surface v+�iring and wiring in:nonmetallic caa�duits and incideotal : . ,. :. . � p�P�►�ta�,�(t� { kt > `' � sh�cldcd metallic•conduit runs of no lon er than ten feet IQ' nar fa cr ih�n one inch 1" � '� � � � �� : .. fcquircd in con,�unct�on with the work lied in.this rule;.(. . � �? ��)}�1�it� ) rg f )when ' ri ,, tr '�yti�'i a •'i 3 instali�ng,repairing;servicing,or a combination of these,of thc�Main Distribution Frame . s A; ��� ,r 4t i { � `- ; (PtrYDF)dvherc tne.perrriaricnt s�erts�d�fines entering a bwlding tcrminate•and where tl�c ' � ° Y . G' �Q�dItD tit. .`+. .. � � � �' �. 5 s ror.,i,�,'.ta3v� ,� subscrrbcr'r Imp muelnplc cablrng,and trunk multiple cabling originate. It is usually iocated,ort She ' ')�; �,L�f�l)f�t��, <;<t g2oti�ld fl©fir of a building;. ' ` :> t+t � , � "�r5�a91rti '=r irin 5cryrcin ';o�a�combination of.the . 7 ' �-.., .,:,� .. d�#� x g+.��P,a &� $ se,of thelntermediatc:Drstribttltan { �� � ,�;,a,,;.;5��}t���� ��.u� �, Frames(JDP�,which provrdes�flcxibility in allacafing th�,subscriber�s number to the line unil�or. '� ��'`�`�'`� � �' -. f�rr ._ cqu��p�nca�gti�n_Rhc office that iS to bc;associatcd with.the par�icularxlxrec. ;These frames arc.located j::��: � _ fi, .�f' �diyyr�+d:Ct `: : �:�.,,:, `,'an easfi1D:i'loar of a building, '.; 2 � ��. :�,�� ��_';� ��{�� :��,. .$a°'�tl�.Y � �:�� , �:lostallrrn ',rc � irin sz':. rctn or c > �� ::. �,,.�.;; ��+a ,. ;.,�, J?�„ �,, .�Xt �, a ombmatton of these#of the sab nets blacks �� Tho it .�A d��®I�t � �.�{ z � 1f� ,» , .. .. >�.: , .... - . , .. ` t '<. � �. r,�'.R'* tae»d'��.`_`' ,,. . r .{�.�: �saakpnnels arc connecting deyrces where large feed cables terminate at:the distribution fratttes, , .,:i;� f„ �` s,v w,� .� � , . �?+ + sy G. {.7 � - a e: Y� 5. a'�S. �{ '0� t .v..a$d s, ':-d?its S�S4.,`Y.u ax,i��.�!' fi �t+{ _ r.+r ::--11u.::.:�`is �..{, u:+o-n..ae c'r 1�F"�ir ..� �.� - � ,; � .� :' t �'t:�;''t'' �' �� �) , I �A� �. �'a h+. a i� � se '. ' �• � � { � + �r�••�= x.� n+�.i,,Y•b�t(437�d�`Eity' �. #ate°r,,. •. � I Y I 'F'z' I '„T is ,+. < i .1 � .. � � .. ,:Y:A.5. y,,+fist .. �1. � � � f��' '�-^ � ',����vi � � a a d^-5{ { r � ���` � err .. � ����, � �:1 .. �� ����r�}�"S�S '�1r��8}yiy� "�tr t:c '+ )\ ` t t y i �� i+: t��. tt `a� �,fi t tt b � y{-ad t s f {� Mfi fi \+�I a 4;) ZF � � ' t ! 7 t'. � � � �, ! 's.�ry�r.^.)� ..rr s.:r.,, �f !71.•. :. .,�� t+. .It. ..,r', { {a•i> .f.,i'�.7 x.,...�i t`.N7e pLt.sir. 'x.MN' 6. Installing,repairing common equipment or key service unit, or a combination of these. This equipment consists of a backboard assembly and an equipment mounting frame,which arc utilized for connecting external telephones; X* i Y 7. Installing,repairing,servicing of the instruments, terminals and sets;or a combination of these. This equipment is at either end of a circuit,or at a subscriber's or user's terminal; $. Installing,repairing,servicing,or a combination of these, of the ancillary or add-on equipment such as bells,buzzers, speakerphones, headsets,automatic dialers,recorders;and 9. Installing,repairing,servicing of the telephone cable, or a combination of these: Telephone '. cable includes: network channel service cable;riser cables between floors of a building; distribution cables installed on cach floor of a building in the floor or the ceiling, and inside wires between the telephone and the connection to the distribution cable; r:. (G)Electrician-Encompasses Two(2)Subciassifications as follows, Inside Wircman and Outside Line Construction./Lineman: 1.Inside wireman—kpplies to workers who are responsible for installation,assembly, construction, inspection, operation and repair of all electrical work within the property lines of 3 any given property(manufacturing plants,commercial buildings,schools, hospitals,power plants,parking lots). This scope of work shall begin at the secondary site of the transformer i when the transformer is furnished by the local utility and the service conductors are installed underground. When service conductors arc installed overhead in open air from wooden poles, 1 Ask this scope of work shall start immediately after the first point of attachment to the buildings or structures. The work falling within this occupational title of work description includes: r A. Planning and layout of electrical systems that provide power and lighting in all structures. E This includes cathodic protection systems utilized to protect structural steel in buildirogt and i parking structures; f B. Handling and moving of any electrical materials, equipment and apparatus on the job site ; r where power equipment and rigging are required; ' .. C. Welding,burning,brazing; bending,drilling and shaping of all copper,silver,aluminum,angle the } { iron and brackets to be used in connection with the installation and erection of electrical wiring J !, u and,cquipment; D. Measuring,cutting,bending,threading,forming,assembling and installing of all electrical raceways(conduit,wireways,cable trays), using tools,such as haeksaw,pipe threader,power .' saw and conduit bender;, �ts t >, �tr <> , E Installing wire in raceways(conduit;wireways,9roughs,cable trays). This wire may be service 't .7 '�; conductors,feeder'wiring,subfeeder wiring,branch circuit wiring; ?. ,S } c< 4 b` CRT, 7{ t wi 1r #,„� ` t .� 4 . . ,N.r,..•..nr..rv,a r .,. ,,. ..>.y,:.. rtv'r::.. ,.. ... _... ,..-,. is u4 jry;rl A„t {�-1. � .1 'fr t:t } }, Y « n a .�k.'S$b-tit .t' Vuf:. 1 :7}''....+ ,.r•..:. "'- ! .'i , ,r, ,:.. a • .:, :.i. t ! r + p?' i� F.Chasing and channeling necessary to complete any electrical work,including the fabrication } and installation of duct banks and manholes incidental,to electrical,electronic,data,,fiber optic and telecommunication installation; G. Splicing wires by stripping insulation from terminal leads with knife or.pliers,twisting or soldering wires together and applying tape or terminal caps; H. Installing and modifying of lighting fixtures. This includes athletic field lighting when installed on stadium structures or supports other than wooden poles,or both; I. Installing and modifying of all electrical/fiber optic equipment(AC-DC motors,variable frequency drives, transformers,reactors,capacitors,motor generators, emergency generators, UPS equipment,data processing systems,and annunciator systems where sound is not a part thereof); J. Installing of raceway"systems,utilizing conduit,conduit bodies,junction boxes, device boxes for switches and receptacles..This also may include wiring systems utilizing other methods and materials approved by the National Electrical Code(MC cable,AC cable, BX or flexible metal. tubing or electrical nonmetallic tubing); K. Installing of main service equipment, distribution panels,subpanels, branch circuit panels, motor starters.disconnect switches and all other related items; L.Installing and wiring of instrumentation and control devices as they pertain to heating, ventilating,air-conditioning(HVAC)temperature control,energy management systems, building automation systems,and electrically or fiber optic operated fire/smoke detection systems where . other building functions or systems are controlled; M M. Installing conduit or other raceway greater than ten feet(I U)when used for the following: fire alarm systems,security systems,sound systems,closed circuit television systems or cable television systems, or any system requiring mechanical protection or metallic shielding(telephone systems); N.Testing continuity of circuit to insure electrical compatibility and safety of components. This includes installation,inspecting and testing of all grounding systems including those systems designed for lighting protection;and 0. Removing electrical systems,fixtures,conduit,wiring, equipment,equipment supports or materials involved in the transmission and distribution of electricity within the parameters of the building property line if reuse of any of the existing electrical.system is required..This may include the demolition and removal and disposal of the electrical system; 2.,Outsidc`lme construction/lineman—Applies to workers who erect and repair transmission polcs`(whethor built of wood,metal or other material).fabricated.metal transmission:towers, outdoor,substation s,switch racks,or similar electrical structures,'electric,cablcs.and related ,x an auxiliary equipment.for_high-voltage transmission and distribution powerlincs used to conduct #'} 15 %IJ Nk t : a L t e r t energy between generating stations,substations and consumers. The work(overhead and j underground)falling within this occupational title of work description includes: A. Construction,repair or dismantling of all overhead and underground electrical installations. The handling and operation of all equipment used to transport men,tools and materials to and from the job site. The framing,trenching,digging and backfilling of vaults, holes and poles and anchors(by hand or mechanical equipment), guying, fastening to the stub-in on concrete footings or pads,assembling of the grillage,grounding of all structures,stringing overhead wire, installing `1 underground wire, splicing and installation of transformers;and B. Construction and repair of highway and street lighting and traffic signal systems,cathodic protection systems and ball field lighting systems;and C. Lineman operator-operates equipment used on the outside line portion of a project. The lineman operator assists linemen in the performance of their work but does not climb or work out `> of any type of aerial lift equipment. The lineman operator does not perform any work that requires the use of hand tools; D. Groundman-work performed on the ground to assist the journeymen outside-line construction/lineman on work not energized. Groundmen use jack hammers, air drills,shovels, picks, tamps, trenching equipment and other such tools for excavating and/or compacting din or rock on she outside line portion of a project but do not use hand tools; 3.The occupational title of electrician may include in a particular wage determination the subclassifications of lineman operator, groundman powder man,groundman, or any combination of these, pursuant to section(6). The description of work and corresponding wage rates shall be :s established pursuant to the proceedings set forth in section(6); t, M.,Elevator Constructor—Applics to workers who assemble and install electric and hydraulic freight and passenger elevators,escalators,dumbwaiters and moving walks. The work falling i' within this occupational title of work description includes: 1. The handling, unloading and hoisting of all equipment to be assembled or installed by workers performing work within this occupational title of work,description,from the time that equipment arrives at,or near the building site; 2.,The wrecking or dismantling of elevator plants, to include elevators, escalators,dumbwaiters, ' moving walks and all othei equipment to be reused and assembled or installed by workers performing work within this;occupational title of work description; 3:7 he sinking,drilling,boring,digging cylinder wells or backfilling for hydraulic lifts, hydraulic rw s elevators,ar;acrntiv lifts• v 4.The.layout,erecting and assembling of all elevator equipment(for example, electric, hydraulic, r steam,,belt,compressed air and hanaipowercd elevators;dumbwaiters,residence elevators, 1 parking garage eievators);'and the assembly of all escalators,moving walks and link belt carriers, +{yfr x f $� rj Fes+ ,af jT + Alit Kla b'r itl�+k�'at ec. aa,s`uL'{:yh.a.r.t. u M t,.a r f,; xa c. k e , u > io +r.✓1br -✓n': 1Y ..a 97;, �aSn'i c., r .,._ :,.}.;' s... i a c .:r + F + r +i:17y�`L°: yt' .. 1 _ r a t .. '} .. .. j `.i Z l.' , . 1. 4 l \, .. 5.The erecting and as bly of alt thcaier sta a and curtain ui ent and guides:and n m fa sit°' `' t ; g eQ g rigging,'.g them,organ con,�oic and orch�ctra elevators: ` . ar .io 1 . "'I {... ti.The installing of all wtrtrtg,conduit and racewa s from the first � 10 .- 4 y point of attachment of mam ` _' feeder terrtinais on the controJlcr to olhcr apratus and operating circuits; x 1., ;r w"� € I.Thuoperating of tcmporarY tars•and i' ' { - , � x.,, I:'S }} ;. `' 8. The installing of all elevator enclosures,fronts, facias,sills, frames and buck.; _' " . . .1-111 2 `Itcin� 1 , ,; (I)Gtazoer Appliss to workers who select cut rc, - i ,prepare,handle, install or remove a!1"windoW" kraut,11, , glass,s,plate and all other types of glass, including structural glass,mirror glass, tempered and �— .1.laminated glass,safety or protection lass all B , types of insulating glass units,alt plastics or outer ;_� ,1.similar materials when used in place of glass and when set or glazed with putty;moulding rubber, .,: 3.R" } ccrnent, 99 bead and a!1 types of mastic,or other materials used in place of same. The workers �yer%pm perfamting work within this occupational tide of work description install three materials in �s t windows, 9ouvcrs, oars, y gh �$. -, M 11, FA d rtitians.sk li is and on building fronts,walls,ceilings and tables, ; whether the materials are set in wood,stone.cement or metal of ail ry j tawcrs� ''t types. Thc work faliin� at play within the occupational title of work description includes: 4 ( x pt�ttior 11 c Ay } I.The rn,�lling of mirrors of all types; ; . J' 3 '`I— �,d.'�itlG� "3 ..; 1. . . : . .. r':1. I . 2.The marking of an outline or pattern on glass and cut glass with a glacscutter, '` F; . brick;v. x' `.. f 3.The breaking oPFof excess g1as,5 by hand or with a notched tool: S 7Ir � , f A. The ft�t��nin of Mass w one;; iota good sash with giaxict's points,and the spreading smooth of` udc ! putty around fhc edge of panes vaith a knife to seal joints; t t ` S.Thc installin6 of metal window and door frames into which lass nets 5: �� i r{ ' 8 pa are to be fitted or " t: Mudw ", sliding windows.The bolting of metal hinges,handles,locks and other hardware to prefabricated _ 'n d' `� 11 glass doors " . ,. . d ?` seta➢111 . 1 . '.%25'D} ..'r t 4 ', building 6:The installing of n�.irror or structural glass on building fronts,wails,ceilin�es or tables,using '` '` °z mastic,screws or decorative moulding; ; sF 'b ' ,:: tie"Pjui, mcrai r 7.The installing ofinetal-framed glass enclosures for showers,bathtubs and skylights;and 11 " � ; iR , y' g tt . t 1.'{,{ $.Thc instaihng,cutting and removal ofall windo ►glass,plate and all other lCBI types of glass; i 7 k�r,t including stt�cctural glass,mirror glass, tempered and laminated glass,safety or protection gtasti, ;` tW �� talitypes of insutatin - r�, t 4 5F 11 1. g glass unit,,all plastics or other similar materials when'utcd in place of glass; s ` �` and when set or.,glazed w+itM putty,molding rubber,cement, lead and all 4 �q 11 d rypcs`of ii9astic,or other Yr �� `11 material used to�+tstce of same• �x`PF, ,t x r,t 1:'... 6 _ , i ! t.:terf�i '+'',% t �y L r t,yi {•1�i,;a V, = 1" .'`� 1 t ' ' '_=tir 1. "t 4 , ,�. !,.9 �;�zt.,,� "� e 4 t .. .. ,I , C ,, I it lr ? { �z, P!! t 1 £`r. w „ , t,i. �r , 11 1: I 1T ? v F '1. i�xF 3. .,; St } 'i......,� to .:.+.+., o.....,:. _..._ ,,...,._..._... Kt : Sf id."k/!' , ed a > \' .. .,.,......, : �..w.:,.ww.»«....a,ra� .var,•s7y ,�,..'..'-" tt r.,.^..r,`1s ,•,, .i 4s1{yy t` 7.'.. d ZR .i Jr ' .... .... ,..-•---', s .:5`,?..11 I . . . . _ t. w Its �d t Ft a .. 7 r�� 31'`x,1€Yfx Lx! . , ,. art , ` 1 A i . . '' r '-i yr +�jw ��'tM,+,},Z t qx� Ali d` ! �a t J.r } ') ) .�' f tr.; i. 1,1% i t t ,i I 'fit iSr'' .1 �� '{t �t tr .rf ar FS 1� r.'r .. : r , f P tt ' t .,�4 4k h+.,� x a} 'h rJt r 3 r 6 y t f i ,r' ✓1 ',r v ,yrG rbr,11 I s� „,�i k }r vfKiY�f n y '11.n 5 ft J£a ilx}1. 4= :k."s'Fx,4RF"°Y `2'rC;$7?:: Z� + }?fi T["5 t{ t .''t } >' S '?.,b;Y �M Su''1 P _ ,��� :,f..rb t.�.-+,.� ,f ?�.L I j (J)Ironworker.:applies to workers who crfortn work in P connection with field fabrication, erection, or both,installation,removal,wrecking and dismantling of structural,architectural and Vsq reinforcing iron and steel,amamental lead,bronze, brass,copper and aluminum,and plastics or other materials when.used in place of them. The work failing within the occupational title of ' ,Q work description includes: u 1. Structural,The unloading,erecting,bolting-up,plumbing-up, welding and installing of ,t y structural steel,including any field fabrication; r 2. Reinforcing. The unloading,carrying,placing and tying of all concrete reinforcing,such as re- bar, wire mesh, expanded metal or post tensioning cable(including the tension process)or prestress cables when installed on the job site; 3. Rigging.The unloading,moving, handling,placing and setting of electrical machinery and equipment when rigging or power equipment, or both, is used(with the exception of setting of °Yt electric motors). The assembly and erection of radio and television and other structural steel t a towers(with the exception of electrical transmission towers). The unloading, handling, moving and placing of machinery to be assembled or dismantled, erected or installed to its approximate u ' position(over the anchor bolts); 4. �Vindows. The installation of metal windows(with the exception of store fronts display windows), curtain walls and metal panels. The caulking of metal-to-metal joints and metal-to- J - brick; F_ K'r 5.Doors: The erection of curtain type doors(overhead rolling-type doors), heavy industrial doors when made of metal, fire doors and exterior metal hinged doors that cant'a fire s;J ur+dcrwriters label are erected by iron workers; 6.Sheeting and decking. The installation of shceting which is attached to metal framework ' including metal floor decking; r • .. 7. Metal buildings. The erection and installation of structural steel and sheet metal packaged buildings when the come in a g y package unit, such as Butler,Delta,Varco Pruden or other name brand packaged buildings. The installation,of all doo' windows and insulation(when installed_ "t r to conjunction with sheeting)in the packaged buildings, The installation of metal siding and ` .. metal roof decking,regardless of the fastening method or the object to which it is fastened; b r;� Elevators. "The installation of elevator doorsifor gates manually operated and all elevator t enclosures,fronts, facias, sills,freiimes and bucks; ;x Nr c t 9. Precast. Th e unloading and installation/erection of precast bridge girders,single T's,double, T's,top'pa�ncls and tilt-up slabs;and r? X AN E 10: hcr. The installation of all catwalks,stairways and hand rails made'of aluminum,bronze or.` i�G�d � s t z. ;zty'T ti any tYpe,of me al,glass or plastic. The installation of ornamental iron,such as revolving doors, h gases.handrails window g nlls,jail and cell work and chain link fences. The installation of dry ' f )[ ° ; 113 iPn �'� t S` .� r t ,x.h' Fix.vc•.i��} ? Y't 5�,.,` .. f'"r�,pf.inr '''S:. f �,;, �t,Fai._z^.. ... "'z.2 �� >i- r d }• .it ' r , . } { :xY t; ::, � ,, r x � r:, S � .. .. ', .. .. ' el:� ' 'li �'�`� ., ',�E:� .. - .. t ;; stbrag+r bins;happers,chttts�and ce�nrvcyors'whcxe sand on,coal os:arty;dry..componcnt�is stared: �, . � or~trnnsft�rred:'.Thr:�xtian;installation;c�cmmrai..wrockingmnd dismsntlin�ofbridgcsi, t ,� ;;; , u�� `} �riudttct�cableways;tt�tttwaytc�rrtoirarail tr�tian systems The e�ra�tion;insxatlstion;. . . �� � , �t ;f f83fIJl tnClUdtn s..'I'lic. ark �� t�tnanral;.wrockii'tgatic�disrr�tfinga4'Oc�rtts;motes;mt.�tt�f6rc� &S(� �'P�)� �; ttg°of frames itr su orr c�f.t�ailetsR.Thc� `'' r� ;.q �', ° ,> ,3 . crectton;.instellatioty remtova l .wroelcettgattd`da�ttarttGi l r� � J �. irastaf lation of mezaf•siding and tt�dal nnof d�ekistg,rcgatdtrss of the fastCning method .or,the.� - ; � � � �'�' .�, �� , olijrct�to which it is ftstcned Ths lutndlin bu�ming;welding and tyinq�<of xll tttaterials�ttsed�to� ' ' Pte; �~ i � �.. .t �t�. , ,. �. reinforce concrete sttltctt YhC'tttsa0letion and cscctian of TV and�miesownvc�towcrs;.sclfr supporting.towers or p}uy tawers. the install�,tian at"mttat guardrails with mctai`pasts'and 1 � �'. 5 K b� hcghway at�n8gc,• .. {ciittin�` .,, (�d)xT:mtiaretti—Consists of p�vidin�routinemanuaf labor. This�work.encomgassegsev+cral . ` � ,: st,hclassifications;withthe:sittcandwadc.des�riptiancatt�idaredin'light,of"v►+hethcrtheg�ublic w °��. words proj�t p�-rtains to huif ding constt�tizm or he$vylhigtewgy constn�tiott.. ,� ba' - � �� r 1 I3riailding,�constnjctic�n. 'Y't te�subtitlxs��ling.withirr.tiie c�cccugational:titfe:o�wark d+escripiion. ;� ' � for tatiorcr;�a��li�ilx to building cor�stnt�tion,.arc a�foilows< j i Aid G'eneralAla6ot�: The worlr falling.withinthia stl btitla'ofwurk.descriptiomincliuics.' fr � �:�' `' (l�)�t�cing,:inLliuicd'in anc of the following crategones:.flagmcn�.tieatrrs,-n^►atcriat ptant:ma�, �� d � � ` rar¢cnter tcttdcr, lon" `;sigtt�lman;wrrrxlser(oldlaew str�tciures);,form',liundlcr:or.p�osthal+� � dtggcr ,�`ren �; `�. � ;b , (�lI}'.Clcaaiing,•and ciezting of alQ dc6ris fi�all craft,,lauding:and�unloading..convcyi�, .� `> distritiutfng;:cott.�tr�tion rnatexi�l liy�hand and collcctingand hoisting�delris;,.f�ckfiUing,.gtardin� r. a�. ,, " b and taitd.�calsisng;'hy E�tamd;; _ s �,�<, } �' ;� t`IIYI Covering o#'taatkx,sttt�turt�and material`piles witl'abtatptruliiys�as other trtateaiata:. Ching: l � � ; -� of'masonry and°oth'cr type�►a9t�and:wittdtaws: Signaling cad'hai�tin�concrete:bucliets a�ter. � 4 ;r � � b� all�athcr.matcnal fiandIc��workt�felting within the occupatiottel title of woak.descri�ticm far � � i laborer, , � .. , : ' ,` �; � � .. � ; ; ,,. ( };I'rovid�ntg drintei>Yg water: 3�amrJtliitg'med cleaning of concrctc chute.. Ci+�aiiag of etss�rate �'t ,: sgsiits�md�c6ti��vv l"iarcd`toad ate tegnired. Perrforrnancc'of viwrk n�cecssaiy;i�r�cd'ying; ! +� ��, Y d�f'�c�s n���osacrererxetsc�liy'iea ,�rntght�s aggm6.cnshiftu�.affim�whetr.l�iaii�:t+o�rts, '�N ,t� ;;, rrre rtot:useclf.. .�eY�txmaticr anat ;Ag lrreat+�rr,�air'raatt�Pttas,•.moco�buggies:pump(retniavni� ' . , b- � " . ���'J _ ��'wvai�),:c��cc��set-+�' and'nar�.zfe,�,a,.ehi�ing tool.a�ator,.COnrrete:mixer operator " `�. ' ,'` ., (t�taa>:d� �9ltla<1�g;!1w+aQ�' � �►?+ - r 'F b F i ��F 3�?i� 4 � � l��g AQ3f7,.�i!}��=.fttY d+i��uttat clan ttltOSy.headef ttne�oar TaytAg.af', �'> ` ��' ?f � � .��aitt�t�o�RrFahcse;far the rt�tttg.of�tt�o�water,�.yca t�� a { ��� ` . ��,. �antg taie�e�tuat tines�.ongm�t etude:tt�' ry t r � '. �� s �tiYt ate.t�I tfN�c' careg.�ttte butidtag;ar tfte; �',T E1�coimcrtraer auts�r 4� ' ,' `,�. e� �y'"(��' �� _ yy ` d�5 utj�� t Lf4R►S/Mtl �� ,�. .! �l. .. jj�.. ��ar -" � r .t ^ ��,, 'fit ,� Ftit t t i ,.r r� 14 ��,erg . ;.. ., •: � ' b �iRy\A.J.S��b�� ., i. � U j �� � Y m $r ��:�� r b �° � f.' J � f t � .. .' �� l� �t3 v.. ,.. .. .,.. ,�„ N � Y ,. ', ,, F}t ,!r} rSrr;'�" r.Tt is at �i � r'X � i�:lY."^r+Sw`G}N':^%• ._va.�ae•�.. �.x5.w.-r,z�r.t.;�'i: �:..a,mtrT57cf+'^tsttzs :ri.4uvunne..tkrt�YP+4'�s�' �.�'�^'"" br ��i ;"`=��.r.t �. ^/"'++++y+!rug4�+�#M�i!'aF��4�*r's�t7j�.�i.�"+d2,G+3�b�{F�J.yk� __. _.. r P 4,r�'r���� �r y �4 1 ' ` � b r +< �r�,t,�t�'4t•{4 r,,� h, t 4 ,��.. ;�� ::""'ter' .'4;�?; '0.� 'fin`' 7 �-� I.,b t rt }}*}4`` X51 t� i! _. irt':., �, r T�i �`r r t �.� [� �kr�r �tr U :ti.t b d � { .r �: . �� r ra.�.rY b� � ' ' � a� � _ ,t r l.r;,v�f�, 'j�Y;��-�h4..,r�a ?�S 4'`�c<t},,-'4i o f f b '.- t �.�. H. � \ t �p��rt+ r ��kt � , , b. y`8$�fJ.�._„,fi'K5w z �,t e.._. ..t{...t<, ,.. ,, la r , ::� i .:,'� .:� '; ,' .. f,, w � f -t. F vy r r — fi�, .s, .,Y�,�.ea.,.l.., .4.. «,:t�'.�'an f 1 I Ytoted B. First semiskill laborer. The work falling within this subtitle of work description includes: hod- # carriers, plasterers and cement mason tender,.;(who assist bricklayers,plasterers and cement t masons). The mixing,packing,wheeling and tempering of mortar and fire clay. The mixing, handling and conveying of all other materials used by bricklayers,plasterers and cement,masons (for example,brick,tile,stone and cast stone),whether done by hand or using a forklift(walk e� t behind or similar types). Building of scaffolds, trestles, boxes and swinging staging for but bricklayers,plasterers and cement masons;and C. Second semiskill laborer. The work falling within this subtitle of work description includes: ` concrete pump set-up men and nozzle men, the layers and bottom men, on sewers and drains,. cutting torch and burning bar(demolition),trench or pier holes twelve feet(12')or over,wagon drill,air track or any mechanical drill,powder man, tamper, one hundred pounds(100 lbs.)or ie #s over, laborers working for mechanical and electric contractors(including but not limited to digging of all trenches,ditches,holes,paving of concrete and cleaning of all trash),paving f°t ^, breaker,jackhammer and vibrator, laser beam man for sewer, grade checker for roads and railroads,asbestos removal (except mechanical systems that are not being scrapped and any type of roofing where the roof is to be relayed),hazardous waste removal, disposal work, or any x combination of these; 2. Heavy/highway construction. The subtitle falling within the occupational title of work a T r description for laborer,as applicable to heavy/highway construction,are as follows: olc A. General laborer. The work falling within this subtitle of work description includes: carpenters tenders, salamander tenders, dump man,ticket takers,flagman, loading trucks under bins, , ry{ hoppers and conveyors, track men,cement handler,dump man on earth fill} Georgia buggie man, material batch hopper man,spreader on asphalt machine material mixer man (except P ( p on man ti4 holes),coffer dams, riprap pavers—rock,block or brick,signal man for materials handled by i laborers, scaffolds over ten feet (10')not self-supported from ground up, skipman on concrete tng{ paving,wire mesh setters on concrete paving,work in connection with nonpressurized pipelines, or�� such as nonpressured sewer,water,gas,gasoline,oil,drainage pipe,conduit pipe,tile and duct far lines and other nonpressurized pipelines;power tool operator;work performed by hand in connection with hydraulic or general dredging operations, form setters(curb and gutter), puddlers(paving only), straw blower nozzleman,asphalt plant platform man,chuck tender,. crusher fcxder, men handling creosote tics or creosote materials,men working with and handling R g epoxy matcrial(s), topper of standing trees,feeder man on wood pulverizers, board and willow ols� mat,wcavers and cable tiers on river work, deck hands,guardrail and temporary signs,pile'dike AV�al and revetrrrent work,all laborers working on underground tunnels less than twenty-five feet(25') F r where compressed air is not used,abutment and pier hole men working six feet(6')or more j ' d below'ground,men working in coffer dams for bridge piers and footings in the river,Barc o. ` tamper,Jackson or any other similar tamp,cutting torch man,liners,curb,gutters,ditchliners, . x;F hot mastic kcttleman, hot tar applicator,hand bladc operators and mortar men on brick or block manholes,rubbing concrete,air tool operator under sixty-five pounds(65 ibs.),caulker and lead man,chain or eoncrete.saw under,fifteen horsepower(15 HP).,The.unloading,handling and. # xr carrying of concrete reinforcing bars,by.hand,to the areas in which they are used,wrecking, ,f stripping,drsmantling,'cleaning,moving and oiling of all concrete forms; digging and laying':,, R Y. { sewer tile and e f9.`+11t 'l1 i x tr 20 i ry . . �� � r �%yt'.,��•pd�R2+..`'t.7#RiTtyd'rlki`+at a+it •. •i a..r.. _.«,,ern..y. ,,tr-.• _..• t .. <n+ S.'_y 6.r.. .•�::.:1 t a"•'.,... Eb L. 't y t b J W Jr.• ' 4 i. 1 LL.�r { 4 ,Skilled laborer, The work falling within this subtitle of work description includes, vibrator s lc,Thai MAN$11phalt miter,head pipe layer on sewer work,batterboard man.on pipe and ditch work, cliff �} a4 1010 workin from Bosun's Chairs,scaffolds or latforms on dams or power plants over tort feel(ta' hi'h�ir.tool o rotor av r ix - p strin line man on concrete J k pe a s ty five pounds(65 IN,), g �r�diu psiNin 860he llke'.undblast man, laser.beam man,wagon drill,churn drill,air track drill and all p1atar v other similar typo drills,Jackhammers and other pneumatic hammers and tampon,©unite nozzle man,Pressure grout man, screed man onus visit►.concrate saw fifteen (15)Hp and over, grade checker,atrin,giine man on electronic,,grado control,manhole builder, dynamite titan,powder min,wolder, tunnel man welarblaster one thousand pounds per square Inch(1000 psi)over, _ Asbastos(except mechanical systems that are not being scrapped), hazardous waste removal; 4-'t'ha t dispow. or atfty combination of those; u { { „ 44. he (L)Lather~--Applies to workers who erect horizontal metal framework to which laths are r famlancd, using nails, bolts,studgun,or a combination of these,drills holes in floor and coiling : t3 The and d.rtves ends of woodon or metal studs into holes to provide anchor for furring or rockboard 1111113.. The occupational title of lather applies to workers who nail,clip or faston;all types of 0 :}M wood.wiro and metal laths.plasterboard, wallboard rockboord sum shoetrock and ' acoustical materials which take the place of same to walls,ceilings and partitions of buildings to, oattli0ii ; provide supporting base for plaster, fireprogfing or acoustical material. The occupational title of buildln, work description fbr lather applies to workers who erect All metal plastering accoaseries which arcvovcrcd or"rye as ground,or both,guard,stock or screed for plaster materials, including Y; idtq oaa wire Mesh, the work falling within the occupational title of work description includes: � sttt�t b X : t<hq(!vol s I, The 1681611169 of carrying bars and purlins(pieces of horizontal timber), light iron and motel' bol g,l'o furring(thin strips of wood or metal to creato air space)of all descriptions, such as rods, r 6lroad ehanweln;fiat iron,T-bar,lH-bar and other ceiling barn or nysterns for the receipt of lath and l '` ctattlat: �t t borir�lQ. .. hr ti4 2;10 wiring Ofplesterer channels to overhead structural framework to provide support for ( p plarsrar or iecotastical ceiling tile;and 77// 6t('wprlc ;Y 11he nailing,q pltastcr grounds(wood or metal strips)to studding to provido a guide for ihosa ' ac,tfray t Wonccr#parfarnting work fulling within the occupational title of work description for plasterer; � aq@titlat� worrP p s r} (M)Linoleum Layor and Cutter--Applies to workers who mautsurq,cut, sew,tnNko«upend ems►tAPGrAN,hy-and install and seal and wax materials to be cemented, tacked or athcrwisa f: t.,, told t applied Wits baso,wherigvor it may be, These motorIsla may be used as shock-absorbhij sounds 1 tih rr Ab orbing or donative coverings. With the excepNoti oi'torrazaa,magnesite end lat+ x built-u f° f)c►ors,Cho ssturlals include oil cloth matting,Nnerti,CA tot;synthetic turf, linoleum,vinyl, . p ,,F �o r n M .` } / . plastic,rbfiber,cork;mastio�asphalt,maatipave,,dle,wood tile,interlocking and tltaghotio Clio, Y nbl x cl lk acrd b rtilol board;nonslip or abrasive mated Also rosilient,:docorative 54"Amleas siarfttrq , r; ;r r coatiti „r+tonaJithle,eoueritjgai shall ttaen all rintllient such- (monolithic roatnless rrtAteriaat As .. f r yy-- �A ''e1`�xyo:polyC#l�ylwao�plastics and Choir derivatives,eotdponants Carte systems)and all other floors, �caxerin�roh :walls,countorra,table tope and ceilings, The work fallitrg Mthln the srupasitrnral11116of work”description,includes;K s : igar sl,r i p tt 7 a}T t „ Z! ,. �T a ; ..•. r • ' � " ... ii . tit , i r' , j: ij , 2`, .. tY". ! 4x+^'iV�•.D+v+dp Mfg4CT. 'w,(s+y'P>a'X/Mi41+7MtN+GfNtgt ," .. %• ..;; 3rtk{F, - .}•'`r'1 r;i iL St�'xf 7*f lit J r t l 7 S 1 v ,tgti"r,�.J2�lT;te} vh, t t. a �, i , tI}►.n f { l,The handling of materials at the point of installation; Z.The perforniing of all necessary preparation and finish work+such as sweeping.scraping, f sanding,or chipping dirt and irregularities from base stjtfaces and filling cracks with putty, 11 plater,,or cement grout to form smooth,clean foundations,drilling holes for sockets and pins; 3..The installing of underlayrnent,sanding and filling.fitting of metal edgings,metal corners and caps and fitting devices fair.attachment of these materials; 1 4.The spreading of adhesive cement over floor to cement foundation material to the floor, ,1 S.The laying of covering on cement; and 6.The rolling of finished floor to smooth it out and press cement into base and covering; r (N)MiRwright---Applies to workers who design, build,or repair mills or mill machinery; hoist, dismantle, erect,assemble, line and adjust all machines used in the transmission of power in buildings, factories or elsewherc: unload machines used in the transmission of power in f buildings; factories or elsewhere,where power equipment and rigging are required. The work ' falling within this occupational title of work description includes: the setting of all classes of engines,direct drive motors, dynamos,turbines,generators and air compressors and pumps. The F assembling,sctting and packing of all compressors and pumps. The placing of all pulleys, sheaves and fly wheels on the listed equipment. The making and setting of al templates and 5 bolts for all machinery tiequiring same. Drypacking for sole plates. Installation of truck and tnilroad scales. Installation of trash compactors. Installation of all types of conveyors. The rutting and threading of all bolts. The handling and operating of all acetylene and devices fo r heating,welding and cutting when used in connection with millwright work; (0) Operating Engineer- The workers who perform work falling within the occupational title t of work description for operating engineer/portable'and hoisting operate',monitor and control, repair,modify,assemble, erect,oil,service each or all electrically or electronically, hydraulically r or any power-operated equipment. This occupational title encompasses several subclassifications,with the title and work description considered in light of whether the public works project.pertains to building construction or heavy/highway construction. � t 1.Building construction.The subtitles falling within the occupational title of work description for ` operating engineer,as applicable to building construction,are as follows: 4 A fro 1---This subtitle applies to workers who' up PP operate,monitor and control,repair,modify, asset erect,oil,service each or all electrically or electronically, hydraulically or any power- opera set forth as follows:crane(for example,crawler or truck); dragline—slam ` shot 7adall;OertrCk tall h-_g► types);skimmer 5coo ;power shovel or backhoc over one(l crrbtc" P t > yard;pile driver(fore iamfple,land or floating); Whirley;mechanic and we der hydraulic,self- f �tr 1propellcd Create; stinger.or cherry picker crane, myitch boat;concrete portabie plant/concrete mince paver;cableways; ; Ys � L S ,1 n t'+r as.., ra•..;:ce v.rn;r arr....t. _ w ......_.0, wow ai,',� r.'}{:�' :::.++.r.•:tw••�+.?rsm>7`+'di_}fwr~,`T�{�,y j:&�� ti... 1 � ' n , }{�µ A t " a �rx v 4-A 4 _ t, .y is;tc to .. r rt _ • : r:. t A"fv,,G`ri7d;��4N�,r't.�xf .t. .lyr'4,.•3 s. t :4i .e .'+: a 'r ii ..t'r� 3 fF < — f t= � j� s ' B.Group 11--This subtitle applies to workers who operate,mottitor and control,repair,modify, :" K r x assemble,errv.,oil,service each or all electrically or electrically,hydraulically or any power- d � ;4 operated equipttett set,fonle as follows:asphalt paver and spreader/concrete spreader,asphalt 7� _ Platt mix r�r operators;asphalt plans operator,backfillers;back hoe(tutdrr one(1)cubic ytjrd); p ` 4 Barber4seen loader(similar type);bladQ--pow er.all types;boats=-mower;boilers;boring _ . Y art s, machine(all typM including tuinicl boring);brooms-power operated,(all types);concrete saw 3 {c' tl111ttc (self -propelled);chip..spreader(front man);clef plane Operaaoor%combination concrete hoist and y= 5 mixer such as mixormobile;crab—power ted;crusher rock;ditching machine b—�po ' opera dozer/dredges;finishing machine;'fremen on rigs;flex plane;floating machine; form grader; �: • `;,. l s Lad-A- greaser; hoist operator(all types);hopper--imwcr operated;hydra hammer(all type 1, { Vator—sixnilar type;loaders—all types,including skid-steer(for example,bobcat); locomotives h „ (all types);curb finishing machine;mucking machine;orange peels;pumps(all types);push cats; t rollers(ail types);scoops(all types except skimmer scoop);self-propelled rotary drill;air iltRii corn ressors(alit P Yd�)�side boom;siphons,jets and jennies;welding machine;sub�rader pro or M testhole machine; throttle man tractors over fifty(50)HP;air tugger with air compressor; anchor P la,cin barge;A thos force feeder loader(self-propelled);bull float;pipe cleaning/wrapping drae�r�, machine;conveyor,heaters,fuel fired with forced air;quadtrack;tie tamper;vibrating machine; well drilling machine;forklift(except masonry forklift); C.Group I11--This subtitle applies to workers who operate,monitor and control,. repair,modify, C Gfoul { assemble,erect,oil,service each or,all'electrically or electronically, hydraulically or any power= sri sy operated equipment set forth as follows: tractors(under fifty(50)HP); distributor(bituminous); Op�'�tor� 1 scissor lift;small machine.(operator);mud jack;winch truck operator;pug mill operator; ib ui elevator-push button;A-frame truck;mixers;oilers; j 27 _ dittlf tl r. D. Group III-A--This subtitle gpplies to workers who operate,monitor and control, repair; j f pl tt 1.�11� modify,assemble,erect, oil;service each or all electrically or electronically,hydraulically or any power-operated equipment set forth as a masonry forklift; :- " pparalpr' h E.Group IV This subtitle applies,to workers who operate,.monitor and control, repair,modify. rsc*m ol er erects oil,service eachor all ekxtricagy or electronically,hydraulically or any power ratd set forth as a self- r Iled flooc sw er and e P propelled eeP , ,. s op9t0ae�s s, { F.Group V"-'1�`tis subtitle applies_to workers who operate,monitor and control,repair,.modify; 4 assanble,erect,oil,service each or all electrically or electronically,hydraulically or any,power= �•r�ilaf= fix, 4 operated cqutpmettt set forth as'follows:elevator—auto;air pressure oiler,air pressure, Weer.' riodily, :_TV CPO ' 2,tleavy/tii way construction.The subtitles f ailinig within the occupational title of work dcscnptton for.operatrag engineer,as applicable to heavy/1>igliwe2+won,are as'follows' tC7tOUp Y° 13S St1�1t3taC 7ippheS.lo workers Who te,lit16�11tdMl a>D�COrltrol i , � repair nwd fy, is119 CIIDIC�, ssrvicc each or all electoral jy ,f, ,•.a electnooiciq Iry►dta►silica! ' oitaated etqu a>reatt s forth as follow-aspbalt finaslnrag maclyme 1�� ; �l NR IY� ctr any ptga►er r. y ti><j(1ar �• g i i spre�dr ;soh plant cuAtsole operator;ate;antoc !`'aeon paverrrde ' ,} operator..(all tom);6t"operator(all types);boilers--two(2);central�concrete p1s�t ' ; n ator Clamshell Operator coDlCme mma paver,Crane or Derrick or opsnt IT�eerrick t�clts, ✓' fSr J 7 tf Jk S gyp'i i ��t v^�.i,. z i-.�, r r Kn" a'tur'M1ttpn`H.�Ct�iY.s" *�2M� , +°�K row �v,• ..rr..,, 'tSR�o%t:t m. ,'...i =�J,S r,. :' 1:. tt r eaf t e`t�i� }i {u �> C r 3 ;r �t.ay.r•u� r` r< S' ._ ��_�— -- i z.t,. 5 tiA7, _r,Yhr t fi ditching machine; dozer operator; dragline operator;dredge booster pump; dredge engineman; dredge aperator; drill cat with compressor mounted on cat; drilling or boring machine rotary self- propelled; higftloadcr including skid steer(for example,bobcat); hoisting engine-3wo(2)active drums,faunchhanunct wheel; locomotive operator---sthndard gauge; mechanics and welders; m'ucking:machine piledrivcr operator;Pitman crane operator;push cat operator, quadtrack; scoop opera'tar--all types; shovel operator; sideboom cats;skimmer scoop operator; trenching d: machine operator; truck crane; B.Croup I1—This subtitle applies to workers who operate,monitor and control, repair, modify, assemble, erect,oil,service each or all electrically or electronically, hydraulically or any power- operated equipment set forth as follows:A,-frame truck;asphalt hot mix silo;asphalt plant { fircrr�an,drum or boiler;asphalt plant mixer operator;asphalt plant man;asphalt roller operator, backfiller operator; Barber-Greene loader; chip spreader;concrete mixer operator,skid loader; concrete plant operator;concrete pump operator; crusher,operator;dredge oiler; elevating grader operator; forklift; greaser—flect;hoisting engine--one(1); locomotive operator—narrow gauge; _ multiple compactor,pavement breaker;powerbroom---self-propelled;power shield; rooter, side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle man. tractor operator—over fifty (50)HP;winch truck; C. Croup 111--This subtitle applies to workers who operate, monitor and control, repair, modify, assemble, erect,oil,service each or all electrically or electronically, hydraulically or any power- operated equipment set forth as follows: boilers—one(1); chip spreader(front man); chum drill operator;clef plane operator. concrete saw operator seif-propclled;curb finishing machine, distributor operator; finishing machine operator; flex plane operator, float operator, form grader E h- operator;pu,bmill operator; roller operator,other than hi g type asphalt; screening and washing; � plant operator; siphons and jets;subgrading machine operator;spreader box operator, self- ` propclled(not asphalt); tank car heater operator--combination boiler and booster; tractor i" operator fifty(50) HP or less; Ulmac, Ulric or similar spreader, vibrating machine operator,not hand; r J. Group IV This subtitle applies to workers who operate,monitor and control, repair,modify, t as cmble, erect,oil, service each or all electrically or,electronically, hydraulically or any power- ' operated equipment set forth as an oiler; and s E. Oiler-driver:This subtitle applies to workers who operate,monitor and control, repair, r modify, assemble, erect,,oil, service each or all electrically or electronically, hydraulically or any . 7 power-operated equipment set forth as follows: fireman--rig;maintenance operator, 4 (p)Paini<er inc tides: —The work falling within the occupations!title of work description for painter ,;} R 1 ';Preparatron'of sucfaces 'rhe washin$,,cleanin,g,pointing and lapin ofd all regard]g drywall, g ess of R tifta' 4, matcnal'%sard;and srnoothmg of�urfac`es, using sandpaper,.brushcs or steel wool. 7'he rcrnoval w of`oid paint or ,other coatings From surfaces, using paint remover,scraper, wire brushing, " R sandblasting, water blasting,,Iiquid steam or by!any other similar process. The filling of nail c k` • holes,craks and joints with putty,plaster or other fillers; C •its N WNW .ant t N •4 Y r? ' < �3 - S $ The �;..r 2:Color matching and mixing.' The application of paint,varnish,stain, enamel,lacquer,vinyl, ; lasca�tt wallpaper and other materials of whatever kind of quality applied to wails or ceilings with paste 1j F= or adhesive, using brushes,spray•gun'(spray painter)or pant rollers. The application of 9:T6i; a` polyurethane clastomcrs,vinyl plastics,neoprene, resin,palytstcr and,epoxy as waterproofing or > ? taths:si�c w; } rAttxtiejc coatings to an kind of surface(except roofs)whe>D a lied with brushes,spray guns P gs Y P PP of any pl`' or rollers . 3.Texturing and decorating. The erecting of scaffolding or Setting up of ladders to p>rrforttt the Sttvr�lat y work above ground level. The paperhanging of walls and ceilings with decorative wall coverings ` made of fabric,vinyl or paper. The preparing of the surface to be covered by applying sizing, !tl e which seals the surface and makes the covering stick better. The removal of the oiti covering by ; :• in` I�ste soaking,steaming or applying solvents. The patching of holes'and other imperfections before Y applying the new wall covering. The measuring of the area to be covered;the cutting of the l Vie:p covering into strips of the proper size,the checking of the covering for flaws and the examination of the pattern so it can be matched when the strips are hung. The preparation of paste or other, adhesives according to manufacturers'directions, and the brushing or rolling it on the covering. i 1 The The placing of the strips on the wail or ceiling, to match adjacent patterns. The smoothing of the 14 `I'hc c strips to remove bubbles and wrinkles; the trimming of the to and bottom with a razor bla'dc;" g p ,:. t . r w t: and the painting or taping of highway striping, or both; and t n ct orQ ahr/0tl%,are ' I 4.Cleanup.The cleanup of tools and equipment required in connection with work falling within`. ar?�:,4. r 15`4h s this occupational title; (Q)Plasterer to workers who apply gypsum,'Fortland cement 'stucco imitation stone and kindred materials and products to interior walls,ceilings and partitions and to exterior walls of buildings;and finish those materials and products. The work falling within the occupational. � } title of work description includes: occapatio 1.The spreading of plaster over laths,masonry or any other base, using trowel;and smoothing the plaster with darby,and float for uniform thickness; ?.The application of the various manufacturers'brand names of thin coat or faster veneer; mcCrial r PP F. r ',t{ fir, y 3.The application of all bonding agents and masticate s � Y 4:The:roughing of undercoat with wire or metal scraper to provide Bond for succeeding coat of f plaster; s rem.A Jt .. r t YI n i r rim fy IN 5:The application of all malieable plastic materials And epoxy tnaterials; tc say y4 ` Yt' 6 The s0k to lace of plasterboard,insulation board,s ofoam and bead-board,ground, tuft t� g . P . F 4 :l locks,>patent.dots`cork plates,brownstone and acoustical tile,fiberglass rctnforcement and (,iyj f'Y'• •11 3 '7v SS:r Y y L. G.Y ,•i i 3 fimsh'cd products; `c`t)'t j' i. .S•.. -L 1 9y"S!'' Y(w i f...�+�"�tii�''fi#p•�r`!• gb£tS�K } The;'nlastcnng of joiitts,•:nail holes and bruises on wallboard; f r � r L.i f A n ri yj "WOW �w�.�'n&'4?�e z�6„'s�`'� t t St��rst 'y t Est ,r'r ` sK%t�J3ttt} � YI'll r{•!.fir ✓t fi .{ c a. l•� t' sr t1" ld7r J1<;r ii 'r t r _ F ,. .5!. C +• r'�a,�I t.,i i�� i i r i �! II:"The grouting;and filling of door bucks, runners and similar installations, n con i i e plastering operations, t ton +ith nor, F �} t 4:The application afscratchcoat, browncoat and finish coat of plaster to wood, metal or board laths successivel y to all ceilings and walls when finished with terrazzo or tile,and the application ofany,plastir, material to same; , 'erMtc t 10. The fiirepraofing of all building assemblies with plaster materials,sprayed fiberglass or " 1116S similar materials,whether applied to gypsum,metal lath or directly; by1• The application of crushed stone, marble or ceramic chips and broken glass where embedded in >. Plaster. or similar materials, ed - 1 t®n 12. The placing of acoustic blocks with any plastic material, regardless of thickness; g 13. The placing,by any method, of plaster or composition caps and ornaments; Cthe.. , 14. The creating of decorative textures in finish coat by marking surface of coat with brush and Y trowel or by spattering it with small stones(stucco),where plastering bath, are uticd; equipment or materials, or i and 15. The operation and control of all types of plastering machines, including power trowcls and floats;_ ;- ls (R)Plumber—Applies to workers who install and repair domestic potable water lines gravity waste di osal , g tty 'p, systems inside the curb or fence lines,plumbing fixtures,such as: bathtubs,sinks and toilets---and appliances such as,dishwashers and water heaters. The work falling within the F occupational title of work description for plumber includes: 1.Assembling and installing,piping systems, fiactures and equipment for the transportation of {f! domestic water and smw,agc. Piping systems installed in structures(for example,buildings;" industrial plants)to the first Y,T or connection located outside the building; i 2. Cutting. threading and bending pipe. joining pipes by use of screws, bolts,.fittings,solder. welding, brazing and caufkin I 6 or any other method of making joints in the plumbing industry; f 3. Assembling. installing and re fairin valve ' ' 1 g s,pipe fittings and pump. Testing the piping. ." system. Installing and repairing plumbing.fixtures,such as sinks,bathtubs,water heaters and , f y , water softeners;and vt d C uthng holes its floors and walls,for pipes with point and hammer,core dri ll, or both i'rle®r,iv er The work falh (S) g within the occupational title of work d { driver incluudes i ascription for pile ; t" S +h .. 3� .. I ''.k, o-,i•.a-fl:,,,x i tv ,nRra ., < t . , _ v L : , 3 f 1r c; rt x t s t.. x t y Q yY t; it !. The handling., layout,driving, cutting and splicing of wood,metal or concrete piling regardless ofputpoxc(fcir example,sheets, ]-beams,pile caps and welding to piling); f q 11h a assembly,disassembly and rigging of the pile driving equipment; and 3.The conduct of underwater diving that is incidental to pile driving work; (T) Pipe Fitter-Applies to workers who fabricate install and repair piping systems to include: 7 water and waste processing systems; heating and air-conditioning systems,pneumatic controls and pneumatic delivery systems;powerhouse and all pressurized piping systems; gas, oxygen ':, systems;gasoline systems not for public sale. The work falling within this occupational title of work description includes: ; 5' 1. Piping systems installed in structures(for example,buildings,gs,industrial plants and the like); to j 2.Cutting, threading and bending pipe.Joining pipes by use of screws, bolts, fittings,solder, welding and caulking, or any other method of making joints in the pipcfitting industry; 3. Assemblin&, installing,and repairing valves,pipe fittings and pumps. Testing the piping 1 system. Cutting holes in floors and walls for pipes with point and hammer, core-drill,or both; 4.,Installing of distribution lines(for example, water mains,sewer mains, oil and gas lines); S. Welding of steel pipe joints and joining pipes with screws,bolts, fittings, solder,caulking or " any other method for making joints in the industry;and ! 6.Joining ductile iron and plastic pipes by using any method for making joints in the induct ` when the pipe will be under pressure; ry' ~ (U) hoofer/Waterproafer Applics to workers who apply and install any and all tyP es of : roofing materials, other than sheet metal. The work falling within this occupational title of work description includes: 1.The installation of slate and tile and all substitute materials taking the place of slate and tile used for roofing including flat or promenade slate,with necessary metal flashing to make water- i t. tight; f 2.The cementing in, on or around slate and tile roofs. The laying of felt or paper beneath the " slate and tile. The dressing,punching and cutting of all roof slate or file either by hand or machinery; 'r 3.The instapation of all forms of plastic,slate,slag,gravel;asphalt and composition roofing, a rock asphalt mastic when used for dam and waterproofing;roofin and chemically P rp g;prepared paper; compressed,paper, �. y pt�cpared paper,and burlap with or without coating. The installation of all dam resisting preparations regardless of the method of application in or outside of building:' The ' ,P �y ...,, 27 , r�`'7}§ 7 b l pc + P f! I 11 t t . installation of damp courses,shecting or coating on foundation work and tarred roofs. The laying of the tile or brick,when laid in'asphalt or pitch tar, 4.'The installation and application of new materials used in roofing,water-proofing, encapsulation and conw..inment process including all forms of elastomeric or plastic (elastoplastic),or both,roofing systems,both sheet and liquid applied,whether single-ply or multi-ply. The installation of aggregates or stone,used as a ballast for inverted roofing membrane assembly,or roof of similar construction where insulation is laid over the roofing membrane. The scaling and caulking of scams and joints on these elastoplastic systems to insure water-tightness. The applying of liquid-type elastoplastic preparation for roofing,damp or ` waterproofing when applied with a squeegee,trowel, roller or spray equipment whether applied inside or outside of a building. The priming of surfaces to be roofed,damp or waterproofed, whether done by roller,mop,swab,three(3)-knot brush or spray systems. The waterproofing of all types of preformed panels; 5. The application of all types of spray-in-place such as urethane or polyurethane,and the coatings that are applied over them; „b.The application of roof insulation,when the insulation material is applied as an intcgral pan of the roofing system,whether the insulation material is applied as the first, last or any other layer in between 7. The operation and servicing of all kettles,bulk tankers,stationary heating tankers and other typcs:of equipment and tools used to accomplish this work(including heating systems for the operation of the equipment);and compressors for applying roofing material components, roof and mop carts, hydraulics, tools and equipment,be it hand or power,needed to apply waterproofing, insulated and roofing materials; 8:The handling, hoisting and storing of all roofing,damp and waterproofing materials;and 9.The tear-off,removal, or both, of any type of roofing,all spudding,sweeping,vacuuming. ti+ cleanup,or a combination of these,of any areas of any type where a roof is to be relayed; (V)Sheet Metal Worker—The work failing within the occupational title of sheet metal worker F includes: <{ 1.The handling,conditioning,assembling,installing,servicing, repairing,altering and dismantling of the duct work for the heating,ventilation and air-conditioning systems regardless of the materials used and the setting of all equipment and all supports and reinforcetnents in. connection with the system; f 2 'I he installation of expansion and discharge valves,air filters,and water filters in heating, ventilation.and air-conditioning systems; rts x 3 Thc_teSting and.balancing ofair-handling equipment and duct work- , , 28 AK s ,, .,.,._ s':.=, ,. .r,„,•. ^,- is `�sx�tS7��'fs+ �r*+tN�'a+�'r� "d x:�l"'{ et��±2'� �� T! ��•s.t� t�' is�"_°��. 'S: 'n c,S r � +. r+• r ?u tit�.rrl,,t��:/'i!.".7 �t�t`�5a '�".' i IV 1 4.The.forming,rolling,drawing,stamping or pressing of sheet metal shingles,sheet metal tile,` F} sheet metal brick,sheet metal stone and sheet metal lumber,when specified for use as roofing, - acttityt� siding,vrAtcrproofing,weather proofing, fire proofing or for ornamental or any other purpose; t<i S.The perfartining of sheet metal work specified for use in connection with onincidentel to 3 �4 ap�ttten ,� steeples,domes,'rninarets,lookouts,dormers,louvers, ridges,copings, roofing, decking, hips, a ' waiormin f, z valleys,,gutters,outlet$,roof fan es, lashin id gravel st leader heads`down spouts 8� t4#11�:sT mans,balustradas,skylights,cornice moulding,columns,capitals,panels,pilasters,mullions, {s' aptd; sard spandriis and zany,and all.other shapes,forms and design of sheet metal work specified for use for y� ► waterproofing,,we+athe roofin fireproofing,ornamental,decorative or display purposes, or as rJp t�. P g sP Y P rP trim on exterior of the buildings; _ �4 Mx), i 4 gcct4�o 6..The installing of sheet metal ceilings with cornices and mouldings of plain,ornamental, enameled, glazed or acoustic tylx; f 011h ics� I.'Tbe;it;st # 7.The installing of side walls,wainscoting of plain,ornamental,enameled or glazed types, �� -tKt�ftlS i including sheet metal tile; x�, r st rf�' B.The application of all neccessary woad or metal furring,plastic or other materials, to which they Fri*� on aila�cddi are directly,applied;,: gtherttt;tttfsa �_. 9. The performing of work t specified for use in connection with or incidental to direct. 3.s'fhtr ail indirect or other types of heating,vcmtilating,air-conditioning and cooling ` B g systems(including ¢f� ` risers, aCkS,.ducts,.ci strips,fitting,,dampers,casings,recess boxes,outlets,radiator enclosures, rtlict1 rArt ,a <a exhausts,ventilators,frames,grilses, louvers,registers,cabinets,fans and motors); n�ar0e�'grl 10:The alit washers, filters,air brushes, housings,air-conditioning chambers; or wtty:`�i4iici 11.The setting and hanging of air-conditioning units,unit heaters or air-veyor systems and air ntcrioir, rt handling systems regardless of material used; F f, fountains,s ` 12.The assembling and,sctting UP,of cast.iron y Parts,warm air furnace,all stoker, gas and oily 4, `hsp`fitiis burner equipment.used in connection with warm air heating,all sheet metal hoods,casin wall, S ,� �TN'.,ft stacks,;sircake pips;trunk lines,cold.air intake,air chambers,vent pipss,`frames, registers ,t dampers and.* lJlatJOn devices; rY I tr$u .i' t watt tICSCr� Ott ,: 3.The installing of eq�ipi�cnt utilized in the operation of kitchens including ranges,canopies, y, steam tables,.Work.tabicsr dishwashers;coffee'uens,,soda fountains,warming closets,sinks S,Thccarir� dramboard a, „•., . g?! ►gc chutes,Incinerators and.refrigerators; k 1 1 ►=' xw 14 The installin oftubin , i #,t g tubing, and fittings,used in connection with or incideltal toa r5ip+ltd p., coppe mitt�iug +o11t,'I'I:ainstallation of fume hoods;metal toilet nsliictal s➢ielving;and partitions, etal l p �`� �''� ons,m ockets, lain = ,a a� x I3 The,handlin movie ,hoisting and.storing of all sheet metal materi als �,._ ` a [tv 9 h on th power equlpn�enta►�d rtgg &are rexluired; In elob site,where 29 ` at. , t r 4 7 r x. s. ._i.r.4,:t ujf>.N-+bS$a ' t j , tt (W)Sprinkler Fitter—Fire Protection--Applies`to workers who perform the installation, ;. adjustments and corrections;repair and dismantling of all fire protection and fire control systems Alf 'IT and the installation of all fire piping for tubing,appurtenances and equipment. The work falling ! within the occupational title includes:The handling and installation of all piping and ` t { } appurtenances pertaining to sprinkler equipment;including both overhead and underground water mains,fire hydrants and hydrant mains,standpipes and hose connections to the sprinkler systems,sprinkler tank heaters,air lines and thermal systems used in connection with sprinkler ;f and alarm systems, tank and pump connections,and fire protection systems using mulsifyre, r t spray; water, fog,carbon dioxide(CO.,),gas and foam and dry chemical systems; (X)Terrazzo Worker-Marble Mason The workers performing work falling within the occupational title of work description far terrazzo worker-marble mason includes: { 1,The installating of marble,mosaic,venetian enamel and terrazzo;the cutting and assembling F of mosaics and art ceramics; the casting of all terrazzo on the job site;all rolling of terrazzo , work, 2.The preparing,cutting,layering or setting of metal,composition or wooden strips and grounds l on all bedding above concrete floors or walls;and the laying and cutting of metal,strips, lath or other reinforcement,where used in terrazzo work; '3 = 3.The installing of cement terrazzo,magnesite terrazzo,dex-o-tex terrazzo, epoxy matrix terrazzo,exposed aggregate. Rustic or rough wash of exterior or interior of buildings. The mixturing or applying of any other kind of mixtures of plastics composed of chips or granules of marble, granite,blue stone, enamel,mother of pearl,quartz,ceramic colored quartz and all other t. kinds of chips or granules when mixed with cement, rubber,neoprene,vinyl,magnesium chloride <� � ? or any other resinous or chemical substances used for seamless flooring systems. The applying r of binding materials when used on walls, floors,ceilings,stairs,saddles or any other part of the f . interior or exterior of the buildin or other work not considered a part of the buildin such as :v. t g• Pa g i fountains,swimming pools; ' 4.The finishing of cement floors where additional aggregate of stone is added by spreading or sprinkling on top of the finished base and troweled or rolled into the finish and then the surface ' ' rr ground by grinding machines(When no additional stone aggregate is added to the finished mixture,even though the surface may be ground,the work falls within the occupational title of work description for cement masons.);and , ,p4 $, w }€r 3.The carving,cutting and setting of all marble,slate, including slate backboards, stone, }; albereen,carrara,sanionyx,vitrolite and similar opaque glass,scagiioa,marbleithic and all' i artif ciai,imitatio n or case rnarble.of whatever thickness or dimension. This shall apply to all K interior worm such as sanitary,decorative and other purposes inside'of buildings of every ti description�+hereyer required,including all polish; honed or sand finish; Y file Setter--App to workers who a PP 1 the to floors,walls,ceilings,, stair treads, Fromena.dc roofdecks,garden walks,swimming pools and'all places where tiles may be used to form a frnished'surface:for practical use,sanitary►finish or decorative purpose: (Tile`includes all Y u r a�yy•+"e.r .'._ .. . is[ .. r . . ... { � #tiAi Cp 5 �y1{T ,. v'# "�•r Y P r ^i z r Z r�k `,+,�??"�" t$Fr. , ! . r.-..:. >v .y+.,.,..Y:.r�,reRr'"^ I F r Y If ` rr fN sa �k x ! $ w ' .•,ciJf 'Prrik��'�l'4 ' .. i YA Y t+ :. 1 'Y. ft i[ ;.<�! . S.5`'i •,+. , .�� .. .. �..�,. . �t,S� !f x :,k�'.1 �.i.. 7� .. , lj� ~` ij, i #t .. Y .. �� ..': -�&iaq p�u�y E�e�A to the ttie radttstty,sathCr g4axead Or wngia�ed,all compasmon � : +C:�,�,r �` �mix:a01 trtilut��tcru�in waits up to and i»ctuding,fi inches by twtxtty � ` � ���;"tnoc � i�h�c.by,t�vp irs (��"..x�x 1")( bias rhea nine inches by clewcn inches 'u � A except q�'y ..� �� + �9"� I l"�end�1i t�irct�iri the form of ect,piusttics and metals that�e erse�d as a finished � � : i 1F �, �ur�se,) �'�worb taltirlg within this occu�tionai title of.worlc description iaciudc�: .� D:�Gt llr � ^' � � � ��� sac f .: ,: ', �. pwc �z ;. ... ., ., ..6: .. 1 j?0►u.euttittg shaping Qfr rile with saws,file cutters and biters;and ;�, i,1 ,, ;, �� �� ' 2,Thy pi�sitioning of rite atnd to it with a trov►►cl handle to affix file to lasaer or adhesive. Tnncl��, a�� PPmB P .�� : base;artd � j „ 'r° �, �� � Trtack river- �r 7 �. � ) A 't' m:ter/X'rafPec Control Sarvit;e T6rivRr-The workers who peri'orm work r:. ,� falling within thy*accupatianal title of work description for truck driver-teatttster includes the op¢rat�,,repair mad servicing of mechanical equipmcnt< This occupational title enccmtpas5cs � scvednl subclassifications,with the title and work description considered in ligfit of whether the Public works pcojsrt pertains to building construction or htravy/highway construction: � ; '�' : J r,Buitdirrg Construction. The subtitles falling within the occupational title of work descriptiort� � � � � fQr truck:driver�tcam�ro as applicable to building construction,`arc as follows: s:: , A, rroa� t -This subtitle lies to workers who o erase, monitor,control,r `` 'Ir P app p epair,modify, . asscrrtlrle;erect►ail and service the following equipment: Flat Bed Trucks Single Axle,Station - ,_ ;� Wtigaas, Ptck-up Trucks.l�oterial Trucks Single Axle,Tank Wagon Single Axle: �°� � �� r : � `F' : + 4 i 4 � : , �,Group it-;'➢°his sttbtitl�1applies to workers who operate,monitor,control,repair,modify, �` + t` � � gs�►pblc,;crccl,ail a�service the foifa�vin$equip�ncnr. Agitator and Transit A�lix-'Trucks: :. �l 7 ., � , � �� C��ir�up all -This.ttiabtitle, lies to workers who operate,monitor,control,rcpair;�r»odify, � �� � � + � ,: asti��bDe��:sr�t,oi9 rind service the following cgtupment:Flat Bed Trucks Tandem Axis,.• <, ,q;reicultitcd'ias3mp�C'ruelcs,Material Trucks Tandem Axlc,Tank Wagon Tandem Axic;and .; �� � �s }, D,,�rqup iV., This s.tbtle applies to workers who operate,monitor,control,repair,modify, � �: �;, ,:. , '� � ss�trtblo;:6rect,oil���servvice the,!'ollc�wing equipment:Semi and/or Pala Trailers.Winch,:Fork � ' ,� ; � Yy=�=y ,, , {' :, . utid�Steta:Trucks,.d�iatriputor AtiYers and Operetors,Tank Wagon 5ani-Trait�r;,Enslcy_1t1�'e�ons; , ,: '�, �� ' 1 ��+mpst�raE �6alt*`Tr�rrks,Sp�edacc;Euclids and other,similar equipment,A-Frame and Dcmck � � ` ;� s,� f vx 'Trutas:;; Float oi•h�iw�Boy and Boam Truck. . , �:r. , ;� � , � ,Ir -y ` -� ��'�1Sa �,l�l W� a t,i.- vy , Rh ;y_Can�sttvctipn. �Thc subtitles faking within rho occupahoriaf�t�tio Work � ' 3� . , # +' dc�crtpti,P,n far ilk Atiytsr-tea�ttter,is applicable to.heavy/hi�hWay�construatian,�arc as foliaws::� �:�. <, : }� °�fk��}�`�r�r� �,� �` r,� }. `� 1, i �� � � ��; � i,}Q �t, r , 1� 4, l� C�iPA ��,'rh1I6 6i��9t�tl¢8 li6S to vVQ Ctt;WbQ 0 1 m � '-��xt ,'�; ` : ,: t . , �,:� � .. +,,.. Pp, t� pere a oniRor,+cantrol,repair;niiodi .: rt � � �Sr. .. : : .,. [Gy ��,; `��° t>t�otmbla;ether'tail i�n�ss;ry c�thc;follow'o ui � + 3 �t�> � ,�. t. g;eq ptvtent.:Flat Bed Trucks Singlc-Ax1e,�Stahon �, � _� :���,K��� ����'��h;A�l, � r, ,. J' ,r1F� � � lA�ti�utts,:Pick-up'1'ruckS, Material Trucks Single Axis;Tank Wagon Singlc.AxlC; `�+ � , : :f ��,� fti�=y};} I ..t � e`r' r.� � � z: � � r��` .s ki ° :t.sa t�+Ye1 ��F� �"�' v ..• �.. . {SFr.,..; �.: �:. .. ;. .'�: �' �y , 1..5 � s { r c r; � G F=+a'��'r�ia C y ,, -&'-��9t ,.II ,:This subtitle� I'es t .works, w E � � "���'N{I� � :t,�.t. !� r �A.,� ::.,, Pp t rs hoop rnonit r,c 1,� it rnodt � a� �, �4, ,;,. , o eretc, a ontro reps ' 't,"� ` �atQmblir,,croat,oil gu�d itonrico,the:following.oqu;p net; for attd Transit M �' '` r�r`1 r��-'``;��t � � � � Agita ix=Trucks;< E >r v ,���-+ �, tit ♦� .+ � .. � � ... .. � � . '{ f, ,rP .r++*d tL�.�'��`ps['2� � ...'d o' ,,� .3 .. - � '�r � ti' r/ �'. fit. t i jS L1 ' a ,s c .fir.. C ` t ."'R.;js. 3 H '`r' i+'. '.': F �^t r{,�NA�.+!IM^Fe4fWw/' � �..' ., -...,a,ir..:� i .avR+gw' i2�i���:.�.�<l:f+?;tai�'�. ,{A�.w: a �� -r s � .mhy,�rt �{,'��yrn�'t.�y � � ' .,rFa4� .. :l. .t..:{ ' e{��� ��.�� .r S� � it ` i � ,. � '. t m � ,c �v,,,.,.i�+.tit _`,, Sy�a'�x?�'*'s`� 1 +. �y,� r.. z �id � t 5+, + �r Sw •'F , _. , ., .:! t � I A v-. .. .�:]] . k• "=P"•r. , , r�' .,� ,. .fix .7' f { JJ 5 t 1 h :§r t k..t` ii'�'d`��rp R= ' err r �� 1r �"'�� k ,+ #� ��t?Y�»H.^+..'k4'�`f^Jx`+'�,�,�c,.:,S� � , Jr.. ,.+a' ' .�.:� {4� .. :l z .,.{ t.t�' y,y.ligr�� -'waEir�iaiw�i�ac.:.r� �.� ��....� / __ -.,�:i to_.., _tr.. ,w F9�.�...,.,.a,rts,.....'�,,.tlls�.a�lYSr.4Yr tt. �, r 5 .. .. ,. 6 I v . - _.. .� _- ...—« .....«... ........... ......1--... ., ...... .. i .. ._........,..._...._..--_.-._.._ ... e ...�, _.»..._......��-..._ Y z"., ..� ­111 : I I I I ­. . I I I � I I 1..,�,�, � .1, , � . I I : I I I � � . I . . � s I I I I I I . I I .1- . I 1 . � � . ' ' � � - I I � � "�� " .1 . k � � I � I I � ., . :. � - I I I . �i­'�.,�� I - - � -.iJ;;�k�-,i-.-'I r_, �I I��.. . : .I I:-'I_�,:_.,1 r:�,��_:���,1. ��L_,­,-.-'i�-�,,,_-1�;,�."4:_.,"-,.1-,�;-__�,�" ',_1;,,,.,,�,�,.�­..'-�'�1_c��";,:,:r*,.,i,­i,-j.-�.."�"��;::�­,'r,;":",.,l-l',_,i I�,.�­""�"�!1l",�-­­!,; :1*.:.,I�I.,�I�'I�I:I�*I I�I,,,'I,�:',�.:.-,I I .:,I�,:.I�:-�—��._�I. :%.1I,":.I,"�_,'I,.,o!�.0��.:'__.���'�'I., ,.�;,��.�.1,�I�:'�iI�1.".-.-1­�,:I',1.I�..,..I.,:I,�1 1,"-_1,. -�,���I­,�:,�.I I�:,�.I 1,.I.I.;% 1.�,��I I�,I.�11.::"I I._.::-,'.,I.I�4:.I I,1 I�����"I.., I I I q 1 I.�1,,-'��.I,.I I I I I I I I I I I. I�I I I I I�.I I I I :��,.I I I.�I I.��­1.I­.� �c��, . .. . C. Croup III -This subtitle applies to workers Who operate,monitor,control, repair, modify, Iy assemble, erect,oil and service the following equipment: Flat Bed Trucks Tandem Axle, Articulated Dui mp Trucks, Trucks Tandem Axle,Tank Wagon Tandem Axle; and ''' _ ' � I I .I I D, croup Ill This subtitle applies to workers who operate,monitor,control,repair,modify,I I I. I I .I I I. � - 11. .1� - ,;z1 assemble, erect, oil and service the following equipment: Semi and/or Pole Trailers,Winch, Fork �.I and,Steel Trucks, Distributor Drivers and ...��.,-�,�,I I I I'..I.-I ,I I�I­-I.. �I�I S�perators,Tank Wagon Semi-Trailer, Insley Wagons, °*a;;'I Dumpstcrs, Hall-Tracks, Specdare, Et�clids and other similar equipment,A-Frame and Derrick it ' f, ` "Trucks, Float or Low Boy and Boom Truck. '' . I .. Y . . . . y: e .. .. . 3 t . , .11 i � _ 1 s ` ' ' . . .. . i - _ _ . y{r ,1 I i J.. � . i f� ik . t' -1 0 1 sI. 4 , ,",�_ :�, ,0" ", � , , , , . ". �„ I 11. . ;1 1. 1 _ ; 'f3 ti k r .f;� 1 i ? r'. i t " .. . �� .. r + ' lF r.t n,' 'f n 1 i { " .. .. ,. 4 , � { i 'i ,t iM1 + 3 .. ti t t ti 4 d :y F`x .. ' � 2�; rfpt f roc riq i t''s E< s. ,.. 1 .? ':t.. ' +' a t' a . ... I S , r i t+ c i .r-`c .. " t Y Su �i1`� , : , .. - ,. $r , tuts Y"' .. ' < ° } ,' .. ' . S4 i ¢at', '„ ¢ � r t `+4x3 tM in 1 :r i �t,.�i 11 1A ,Kr' S { i Skr��' II"'Ftf SI Jt -, 4 1� �'tt 11 fY ,� t Y';'' ..11"�,)' ;�t 4t5 ' .?YS y, j a M1 , b S q t �l 1:_ 5 .,� t o- 3. S.•. 1} �.: ..0 q..^,n. .E.. i .. 6 V P t J:' ! 7 i M1:t 1 r 5 �#�d �' 1r J .ft7K X 9 iF7" { t Y ��� `5 i"� t s x.gyp,, i '' :""' r. .;, .. : 4 t #�r�r�a, Y .. n �.,." I �f� f ii' ry i i' 4{ tll 11 'I f+ i i`' " c � t ,11 f •,Y�' ih �bi.t,�h*`4. '1. Y.�e�wi."t'�-h.y,3�1.+eN"'S".ZY 4 rt}v Y V I (t„ !f{.Ir. }.' 7' t t TJSS.. #;.�'ZY ltd' f.wr5 ? 1 .. � zz��+.�� .d. }; v. T-L+ i SiJi. > r t,'M�f�.;'4i'7Ya 'Xi++�.�~c 'S-S_4, :S: �S . , i 'S t t k.ti'v� M1. Fy. t t f. {. �+.. N., L...•"4 L } Sf^ El jtX/ titb h(f �'y 1 ,' ySy i��, a .1a a t s h S!�`(° i ti �^"_^'^'..'• y.a. Y�ttF dt#' r?.k�'i ' a f + ,... t. ' I ti 32i h'7 ej; qh ei>ti. s�'E(� }.+� 3�1k i.,i e s .sit 1' ,{, , + ,., Ir if <a: �J'rSi'1..1 E R 5 4 F 3 f '.1 i+ ,` 3 i7 Y h i, t , .j, ., it } �'�' Aar! of , t. .�E fl i.''ir{;i�U W 3 t pia i} , vy e .� i1 a12r .J M1 .7 ItR3.y a Sig f 5 J i t to ' [.t y 1' i , i baM1r.�!t 11� r li 'a, 7�t t�4v.n n;x`o f, <rlI.. t 'its i T Kf. "�' y ; F4 AEFIOAI/IT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW F . g �t-�.i 011a�l S. �I�,t ,1 1, the undersi n®d, , of lawful age, first being duly swam, state to the best of my information and belief as follows: f 1. That I am employed as I(Q=le 2 Cr fl 1 - , by «. L Jefferson Asphalt Comaanv „ 2. That Jefferson Asphal Company L_was awarded a public works contract for '{ Project No. AIR 982-40B, Jefferson City Memorial Airport. 3. That I have read and am familiar with Section 290.290 RSMo (1993 Supp.) an t act relating to public works contracts, which impose certain requirements I upon contractors and subcontractors engaged in a public works construction, !•: project in the State of Missouri. ' 4. That Jefferson Asphalt Company has fully complied with the provisions u and requirements of Section 290.290 RSMo (1993 Supp.) s FURTHER AFFIANT SAYETH NAUGHT. f A FVIIANT Subscribed and sworn to before me this day of , 19 . ,y NOTARY PUBLIC } fI y My Commission Expires: s t }F, ; , r ' STATE OF MISSOURI ) MI x 4S4 )ss LYN WIIIIAYS - NOTARY PUBLIC STATE OF COUNTY OF ) VISM t COUNTY OF COLE .r .. h; NY COMMON EXPIRES;Y AW 1 . 1 . Eg Auaus126 9A1V3%AEP\W"PECS%F90N tM00C 998 >. StY s.,.� zsr. a � �,M•:1tF`t�r,,r ��r�y„,��$"�«.G��ix��'r 11::?w ;^ ��r 5�:�; k��+y �'i�s71`�;{!�6�, }� L- ' . •�5F , r 1; t l r ya? - .r - ._ �_. o r"` — "__ - 1-_._- - ., :a' .. ..- ,lfa • .,.... ?.fix 4, EX_ CES IVE UNEMPLOY ENT EXCEPTION CERTIFICATION i I, the undersigned, of lawful age, first being duly swum, state to the best of my information and belief as follows: 1. That I am employed as by _Jefferson Asphalt Company. t 2. That Jefferson Asphalt Company_ was awarded a public works contract for Project No. AIR 982-40B, Jefferson City Memorial Airport. f 3. That ) have read and am familiar with Section 290.290 RSMo (1993 Supp.) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of ? since no Missouri laborers or laborers from non-restrictive states are available or capable of performing r�� • c FURTHER AFFIANT SAYETH NAUGHT. AFFIANT }1 i Subscribed and sworn to before me this day of , 19 l ! re K Y NOTARY PUBLIC ; My Coiremis'sion Expires: _ L IN APPROVED BY: r{ DIRECTOR OF PUBLIC WORKS, CITY OF JEFFERSON MO iy F a 1't EUEC 3 Y -k r+r•i "Y819AAMWK\5PEC3\FR0NLFNUO0C Aupust 26.1993 r 3lIM*X�, ?tirc1Y v1#4t,t . to ,.' •'.: �i , I i i i i f i CONSTRUCTION CONTRACT ' } t THIS CONTRACT, made and entered into this 9th day of September , 1998, by and between Jefferson Asphalt CompanX hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements:. Project No. AIR 982-4013, Jefferson City Memorial Airport. i NOW THEREFORE, the parties to this Contract agree to the following: 1. B�lanner and time for Completion. The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and b to perform, said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within fifty five (55) calendar days from the date Contractor begins work. See paragraph 80-02, Notice to Proceed, Page 1-28 of these specifications. 2. Prevailing Wages. All labor utilized in the construction of the aforementioned improvements shall be paid a wage of no less than the "prevailing hourly rate of ' wages" for work of a similar character in this locality, as established by Department of ` Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 5, Section 014, Callaway County in which the rate of wages is set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed i under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor, 'i shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates `forany, work done under this contract, by the.Contractor or any subcontractor under the Contractor. 3..:Insurance. Contractor shall procure and maintain at its own expense during.the life of this contract: r (a)`Workmen's Compensation Insurance for all of its employees to be'engaged in,work under this contract. CC-1 s 3 vnJsnNAerXwrc�srECSi,txorrrovaooc Audust 26.1998 �;➢i7 �JJNa'MmNg4.fi1±i4�aGl4t i w4, le ! c .., . ,r. t* � .,,r..... :. 4 f k � � �t• r t E#r1C j.',. c•�St ; fie)�` � t1 2 ) f .i ,.: ,. 7' `` ytz #IY iFifi� i hyt .,y t i `z i F t (b) Contractor's Pu Liability Insurance in an amount not less than $1,000,000 for all claims arising out of a single occurrence and $100,000 for any one person in a ?"~ single accident or occurrence, except for those claims govemed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in I a single accident or occurrence. (d) Owner's Protective-Liability insurance - The Contractor shall also obtain at its own expanse and deliver to the City an Owner's Protective Liability Insurance Policy ` naming the City of Jefferson as the insured, in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in A single accident or occurrence, except for those claims governed by the provisions of the � Missouri Workmen's Compensation Law, p RSMo. No policy will be accepted Is Chapter 287, which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. { (e) Subcontracts - in case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a),:(b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard The insurance required under Sub- "`; paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any spacial hazards which may be encountered j in the performance of this contract. l . N IS: 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 whose subcontractor has employees working on the project, unless the { general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone t directly or indirectly employed by the Contractor. r 4 Contractor' Resco2rasiibdl l S t`or ubcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and.of persons either directly or indirectly employed by them, as Contractor is for the acts And omissions of persons it directly employs. Contractor shall cause appropriate . P, . 4 rovisrons to be inserted in all subcontracts relating to this work, to bind all subcontractors ^� to Contractor by.all the terms herein set forth, insofar as applicable to the work of subcon- F' CC 2 1MI97UEMWIC'\SPE6\FRitNiEND.000 .• � - .. r' June B.11988 �,.���i'`M�Kdi�.rl+drewi.�i.«w.wrs4wt..c, ea,,,•.... .r �« r p.i. .. ... .. . 4 ' .ter,.. ._.:._._....:_..___._._��__..__....___w____.._._._.__...___..:..__._ ... . . . . ... .......... .._ ,.. . __ ... ___..._.__.._ _.. __..___._._....__...__.._._.... __. __._...._._._... f'z i I tractors and to give Contractor the same power regarding termination of any subcontract ' as the City may exercise over Contractor under any provisions of this contract. Nothing j contained in this contract shall create any contractual relations between any subcontractor f and the City or between any subcontractors. 5. Liquidated Damages. The Director of Public Works may deduct $500.00 from any amount otherwise due under this contract for every calendar day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the worts by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part t or the parr of its agents. 6. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to the Contractor, without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt, or if Contractor should { make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the / City or fail to observe or perform any provisions of the contract. x 7. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights { .of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. Indemnify. The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages; received or sustained by any person or persons, or their property, by Contractor, its servants, agents or subcontractors in the construction of said work, or by any negligence or careiessness in the performance of the same, or on account of any actor omission of Contractor, its servants, agents, or subcontractors, or arising out of the award of this contract to Contractor. CC 3 f M193%AMWK%$f"C51FWNTENQPOC .. . June 9.1998 7� t .r...n.r........-.... ..F t..�. 4 4 y1, 2 Fx»•5.1 rat .....�...... t _._.e.,._. S,1 A 4% ..4 'L . . , x �s y e ttti.�.. .1: f i •i�a 7 V y4 qi } 9. .Mentfor tabor and Ma erials. The Contractor agrees and binds itself to pay for all' labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. ' 10. Sullies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1936 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 11. Pyment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated September 9. 1998 which are #' by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials fumished hereunder. The total amount of this contract shall not exceed Five Hundred Sixty_Two Thousand One Hundred Thirty Three Dollars and Forty Nine Cents ($562,133.49). 12. Contract Documents. The contract documents shall consist of the following: ' a. This Contract f. General Provisions b. Addenda g. Special Provisions , C. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawings and/or sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if r attached hereto or repeated herein: , 13. Nondiscrimination. The Contractor agrees in the performance of this contract not . j ' to discriminate on the ground or because of race, creed, color, national origin or ancestry, " ,.. sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all ' subcontracts let or awarded hereunder. 4 r, 4 Notices. All notices required to be in writing may. be given by. first class,,mail k4, addressed to the.Director of Public Works, City of Jefferson, 320 East McCarty, Jefferson pity'Ci , Missouri 65101, and Contractor Jefferson Asphalt Company, 2207 Idlewood Rd t r Jefferson City. Missouri'65109. The date of delivery of any notice shall be the second full day after the day of its mailing. 1s rf J . a {{ 15. JtaristJlctlors. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. CC 4 ' N19.1\A&\%TC\SPEa\rRONnNrtoor Au4ust 26.1998 ' wo L t. of a (Y L a'.f k Y I .. . ' � .. l...��. +f " .. w Y. . . i � .. i I I�1 I 1 I�I..�I"1-1�I.-..I. .I 1 I�,�1.I �11 I I'-I..;i�,�,I:.:.-I-� 1;-I�-�"­I:,.�I-...I I,1I 1­.�.I.�1�:.I I- I inI I_I���,1 I I 1�,�:�I:I.I I.���I�I�I��I I I ..I I I I.I I 1­I ��,.���I,;�I I .�I I". �11�1 I 1 I��I. I.I 1 I�.I.� �I I I:.I.I 1w I�I .I I 1�1 1��1,­1­.I�I I.I 1 I:1��I��,�1,,I:11 I­"­I I 1.­:.,- 16. N ES f'IMONV' HEREOF, the parties have�tjereunto set their hands and seals this 7, da of , 19_` 4 . .. 1 - �;­­,.�4�,�:�.- .:.,i.�1 I I � :_ I , """ ,I , I I � I ­ 1 I I I I � I I � ­ j :.' l," , � I - I 1.' ' 1- I I .1 - 1 . e�,I L ��� I I 111.. .��I 1 111:. 1�1.� I� � 1��I., � I � . I CITY OF JEFFERSON, MISSOURI . � . I ­:I� _� ,. . I I 11!!!f" , �� "' i i I:- APPROVED TO FO M: ATTEST: 2 s'� ,I I I I I � (k/Z' G� ,j C un or City C erk ' I i . CONTRACTOR . ;:: ; " 1.11�. 2'.. . � I . 1. �. - 21 A A ._o/_ 9. iic�i— I I — 11 �I . I I 11�1,_,'-�.1�-�'4"-,i;' Title:/( t_ 3�d / P�.�..-t-• .�►4,3 ,. . "' _'.,0 I I � I I � . I i I � � . :1" I ".I I 1- � . �, 151,11,. { ATTEST: 2!C!�,:=,:4 c/�A.d.+.-� 1 Title: c ,,:,..� ,-*^-�^°� �''11 �( �^ .�� 11 s j 'u� }15�; YY - }nW {}c r ((( , a Y _F f c r . ..t Vk t S'f ttll yi : 1 y3 j, { �1 w ) '� f t {; _ .� �a� .. ;t ,V 1 .'.T,-'Y .. . }� sa r1� F r { s ... - .. - % r; }Y F[ Y + Yn! S L i t .; l y �I d . F E 3t a f S ;: Jt.. } t, �'� �, �' y. ` CC _ 5 }4 ~L} ��. } { :.1 _ Y• r. i lt��� r June 8 1998 :%} y8 YS\Al1t1WfC1S1'BLS\FAONTf1JR000 C a.'5t 0.: r 4 r : , 7r t�,o° .,itt`� s'.. f� r. .1 r .w n.+et ..w te1L� .+t�d 4t'e}ekt s'e�S.�.{'#i�i SA}.=.t' i�''"`y't 4s s4k* '�:� t:sy� ra,11 1 prr+`y.� °ors ?r rr G Yip { ...�.,1 I i �y...J.�^tiYjr �n7 bi , ,s." ; .,-ij F ) i r. *`3 �31 f�, 4 e 33I, 7i{kla, Sri",4, S 5t4(s j'i y� .tt Y .+{ } - } Vt'}:1 .% A 4 iS� yak j Y i ;,�SH t5c rti ft (t a' s .. - �: 1 ' �d t� 4 {.' t si I.yi F.1II I'�,r hr k as �,,..... 4 t { 7 K7. r ti ril s 3 ri l id i' °,Y�j°oZ't, ,, }t ,, t f ..•{yi a! t i.. } :t +� � r' �.{ . 7 +. s f=" �sf`r �z f Y' x er t! , r . J p. +, '. [[��ii pi Fl•�tUJ L{I '�� y .{'1 r r 7 .13 ! ii zt 2 1,; ,: mob: a6Yo-$'am'.rs�S'Itk.tti w ^'hi� ,14F' N$r•: i,......+Tfr.is t ..,,',. t t r .s s .it t g r�r�11���'fM1�1l�OI� coati u..a ;3. ': ' ;'�:a. — { :�..:`� ,r'. r?r_...� .,c -, {r ,.+la,.�`:.Sr 10 cc> PERFORMANCE,,PAYMENT AND GUARANTEE_BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Jefferson Asphalt Company JEFFERSON.P.SPHt�t.T COM-PP Ifd(%• hereinafter, referred to as "Contractor" and UNiTt�FIRE & -N COMFANY a Corporation organized under the laws of the State of.�_. and authorized to transact business in the mmsow State of_ ��_as Surety, are held and firmly bound unto the OEFFERSON CITY, MISsn11 hereinafter referred to as "Owner" in the penal sum of Five Hundred Sixty Two Thousand One Hundred Thirty Three Dollars and Foft Nine Cants. ($ 562.133.49 _), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, _ administrators, successors, and assigns, jointly and severally by these presents. CONDITION THE OF THE FOREGOING OBLIGATION IS SUCH THAT; CON , WHEREAS, the above bounded Contractor has on the 9th day of September ;> 1998, entered into a written contract with the aforesaid Owner for famishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: at NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of t the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, ' f according to the true intent and meaning in each case,,and if said contractor shall replace ' . all defective arts, material and workmanship for period of one year after acce tance b ' P P P Y P Y ' the Owner, then this obligation shall be and become null and void; otherwise it shall remain !n full force.and effect. t PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, ; ` sustenances; provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal `cuiament arftols consumed or used in said work, groceries and foodstuffs, and � LF.( AI TED F I F E I CASUALTY REVIEWED C0.1q P A TJ Y 118 SECOND AVEXUE ` EE :PCB: BOX, 73909 PB - 1 CEDAR RAPIDS IA 5,2407 8 N ` ? 96193%A�WFC\SK0%FKWT0=Dc St 26.1998 1. k t' 4 all insurance premiums, compensation liability, and otherwise, or any other supplies or j ` materials used or consumed by such Contractor or his their, or its subcontractors in .,` performance of the work contracted to be done, the Surety will pay the same in any amount riot exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of(his/its) act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, b it attome - Y y m fact duly authorized thereunto so to do, at JEFFERSON CITy, MI on this the I.�day of g .:...�., &CASWWy C0~ `f SON PAPHALT COMPP.my, Vill SURETY COMPANY CONTRACTOR BY LNIAW - (SEAL) BY �. (SEAL) d ' BY BY Y Attorney-in-fact (State Representa ' ` SOURI REPRESENTATIVE i • (Accompany this bond with Attomey-in-fact's authority from the Surety Company certified to include the date of the bond.) WLr p: ' 1 is i. PB - 2 + " SgIlY7\AE!'\1VEC\SPECS\F7t0NfWD.DOC',,. .., June 9.1998 t 7 `t 3 UNITED FIRE & CASUALTY COMPANY # HOME OFFICE - CEDAR (RAPIDS. IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - Soo Certification) KWN ALL OMEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing � under,the, laws of the State of Iowa, slid having Its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint ERIC VAN BUSKIRK, OR J. DOUGLAS JOYCE, OR LINDA L. NUTT, ALL OF KANSAS CITY, MOOR LAWRENCE S. KAMINSKY, LENEXA, KS, OR CHRISTINE A. HOLLOWAY, OF OLATHE, KS, OR EUGENE A. KLEIN, OR THOMAS P. LATZ, OR THOMAS M. ENGLISH, ALL OF OVERLAND PARK, KS, OR MICHAEL T. KELLY, OF PRAIRIE VILLAGE, KS, ALL INDIVIDUALLY j of PO BOX 419013 KANSAS CITY NO 64141 Us true and lawful Attorneys)-in-Fact with power and authority hereby conferred to sign, seal and execute In its behalf all I lawful bonds, undertakings and other obligatory instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such Instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed The Authority hereby granted shall expire MAY 11th 2000 unless sooner revoked This powar of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the f Board of Directors of the Company on April 18, 1973. t °Artlale V - Surety Bonds and Undertakings.,, section 2.AppoMHmen of Altorneyan-Fact.Mia Prasldent or any vim President,or any other offcer of the Company, by wrlrtan t erlMates attorneysan fact to set In behalf of the Cam may.from bins to time,appoint obligatory instrumants of Mks nature.The Pant In the execution of policies of Mwrana bonds,undertakings and other powsrof attorney d spacial power of att signature al airy ottkxr authorized feroby,and the Corporate seal,may be aHbesd by facelmlke to any Y as orrey or rxrtlikatbn of either authorized hereby;such signature and seat,when to used,being adopted by the and react se it*odg msignalure of such officer and the original seal of the Company.to be valid and binding upon the company with tha sarna fora Many affbmd.Such 6ttornoy*4wIact,subject to the limitations sal forth In tMlr►apective arlffkates of authority shall have fun power to bind the Company by their signature and execution of any such Instruments and forth attach the seal of the Com or any Vlae President,the Board of Dlrectare a any other aHlar of the Company OY thereto.The Pnasidwt ## any attaneydu.fact. PAY may at MY time revoke ati powrr and authority provburiy,given to I.., IN WITNESS WFIEREOF, the UNITED FIRE & CASUALTY COMPANY has caused those presents to be signed by its vice president and its corporate P seal to be hereto affixed this 11th day of MAY AD. 1998 o(Lt;)n UNITED FIRE & CASUALTY COMPANY By State Of lows, Courtly of Unit, ss s Vice Preside ., On this 11th day of MAY ! l ] g9B, before me personally came JEFFREY A. CHAPIN to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids,. State of Iowa; that he is a Vice President of the UNITED FIRE & .CASUALTY COMPANY, the corporation described In and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that It was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto Pursuant to like authority, aria) acknowledges same to be the act and deed of said corporation. 0 $HERYL PL McVAY: r"t / ►t C AIY iatl5slorl SPIRES iYoUry"Public � . Mardi a' MY commission expires MARCH 4 JW2000 COMFICATION l; the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify hat I " ' + COPY of"th& Power of Attorney and affidavit, and the copy of the Section of the BY-Laws of said have ass set forth foregoing O'ower of �Attornoy, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereo/, and of tho whole of the Bald originals,, and that the said Power of Attorney has not been revoked and is now in full force and effect In,testimcny whereof I have hereunto subcribed my name d affi ad the corporate se of the.said' Company this 9t-b day of September 1998 Secretary. U(1 U"",3267b (REV., 6-98) f �W j SF f f 1 , PART 1 RA I S ,,. . . GEN a E L PROV SION INDEX TO GENERAL PROVISIONS f Section 10, DEFINITION OF TERMS +4'.: .. Section 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 Advertisement 20-02 Prequalification of Bidders 20-03 Contents of Proposal Forms 20-04 Issuance of Proposal Forms 20-05 Interpretation of Estimated Proposal Quantities 20-06 Examination of Plans,Specifications and Site 20-07 Preparation of Proposal 20-08 Irregular Proposals t 20-09 Bid Guaranty 20-10 Delivery of Proposal 20-11 Withdrawal or Revision of Proposals 20-12 Public Opening of Proposals 20-13 Disqualification of Bidders Secti on 30 AWARD AND EXECUTION OF CONTRACT W-01,, Consideration of Proposals 30-02 Award of Contract ff _' 30-03 Cancellation of Award ` 30-04 Return of Proposal Guaranty 30-05 Requirements of Contract Bonds 30-06 Execution of Contract 30-07 Approval of Contract ! 30-08 Failure to Execute Contract j Section 40 SCOPE OF WORK 40-01 Intent of Contract 40-02 Alteration of Work and Quantities y 40-03 Omitted Items ' 40-04 Extra Work Maintenance of Traffic 4r } 40-06 Removal of Existing Structures A 40-07 Rights in and use of Materials Found in the Work f 40-08' :. Final Cleaning Up, ,.. t Section 50 CONTROL OF WORK k 50-01 Authority of the Engineer, 50-02 Conformity with Plans and Specifications ` 50-03 Coordination of Contract,Plans and Specifications I 50-04 Cooperation of ;Ft v y f it 50"05: Cooperation Between Contractors y t r�f'�) 5•y =,s •j•`R t} °���" '14I2s,C°.3.Y`�?�.'�vh,cs ,S ,t:.�?�tsl''*Pakoay: jsz .,,2ir: <.a 1 1 .'` .F'��.: >.• �, .r'y�? :? , { F r c �.�`e;Sr,,—,— zx�—�:...�.��Ka c� ?� +��„�F.S�u�,sC'y �tr� '' S$r tam' i s r r u 3l�1x�44 ti4�`FS�•/4;+�g,[rl ? rA ; •r t f l-. i `y.4,:I!.„�,• t�T^�.,7� � � !y'riii,, . ? q 1fy,{a t '`{�N t ` / t a t � ;y •,' ':.y,4 i r J . e ..t h _ . . :J,. ;' - .: :Y .w.+e.......%I.,-.1..... ..._..-.._..__.__._......_..._.._..... a...._... ..._._............. ... ...._..__...�.__...«.-._..__..._._....._.._.._ '9f; _...._............- S . a. `f. . 50-05 Construction Layout and Stakes ;}' ;II, 6 6 . 50-07 Automatically Controlled Equipment .,T,. W-08 Authority and Duties'of Inspectors J y 5QJ�09 Inspection of the,Work ,� � � = e �� ';� 1 me�val of Unacc ptable and Unauthorized Work r . ., ` D-11 Load Restrictions k r Sr,r;0 t; 50-17., Maintenance During Construction ,. : ;�xt 66 a ` 50 Failure to Maintain the Vliark 'tic n 9QY! t,.; {11. :4 'ir. Yi/ �� Partial �yy Acceptance p.� �t i ..,Y} t'S, A EEE' Cr.ppt t' +. Y� .I St -15 lFir�tel A r > cc ptance f ,r s w SA�i6 Claims for Adjustments and Disputes '' ' ' t ,� `,6 `% , ; , r , 50-17 Cost Reduction Incentive � r�• . , 1 rt 1. 6) '. Y 1. , c ' Section fail 6 f_.o TTRO Op MATERIALS %`' � � � � t,l:! .. �.:. '(; 60�Q1 Source of Supply and : pp Y Quality Requirements `°� r � 6002 Samples,T Cited 9y, ,+ s� . °err ��y �� p eats and Specifications s 4Y1J'VJs iltF, CPtification of Compliance ba : 9:' }" 2' 1. f 60-04 Plant Inspection 1 4;� yy �c i $ < gectio ` Y ,ah d 'V,. 'I 50-05 $fiara� ' ge of Materials '` �� ' .!11: + 0-06 Unacceptable hfa I �f la� t .�,�n r ) .: ", C3(�-07 Chem r-Furnished IvIaterlals` "';.�".4t ?s' . . . t{y. x« d .J t t e� 6 t' Y x,I . r `: Section 70 3 LEGAL RECaA�'tt�RIS AND R135POIgEIIiILI'i" TO PUBLIC a !, , . � o c .,•'•r 1 U. Lames to be Observed' 4i"t s, r. {�. =1r r: 7(1- Per' Licenses and'Taxes �; � � :. Pa nted'I vices,Materials and Processes T ° - n 0-04 Resfioratiora of Surfaces Dls4urb r `'' Disturbed by Others n Fsderal ►id'Participation n;x '° F�, '-_' v "Y .. y E , r Sanitary,lH[ealth and �,r,s _t.. Safe ,,= r X0-07 Safety Provisions a r Public Convenience and Safety '! ;1. :' 0-f1S cades,.i�Varhing Signs and Hazard ; , r, - 4 , , � � + U Markin „� f 70-09 . of Explosives ga �, �`F 9. $� ?p ,6. 'i at�t fl ry 70-10 Protection and ResturaHon of Pro d r Property an La :> �}j, { 70�r1 Reap©nsibllity far Damage Claims ndseapeR; ,f } �x �� . 70-12 r� Third Party EefYBfi ry Clause ' 119 t ci`a ',y {�,P,t ', 1 � illllg Section Of the WO k't `{." J 's s ri f_r r �-��� O Traffic irk r+ by =ontractor°s R �;° { esgwnsibility for t (Mork � �!k:&,;0�, 70-15 {/.� �p .�� ,< 3 1�! .yJ IIt { ...-Cantractor�s�lF _ 7 d. a Y.f-�J+Y�`{3 . sponsibility for Utility ' J �' ����X > ¢� ty.Service and Facilities of �'rF�`^yr"f r ct IJ /U" �. �d4[l�'f .'t ' } r ' YC.g sy s 3'i•,/t� ''+ ft 'YG)'��1 .J.. .t ���wui 1�/� 11� Fig!tights-bf 41/a ;"J ,� ., a '.70^1/ . . t..1 t y�•{ } x 'r 1 ' Persofu l,LiabilIty of Public`^.�.M ' s, �z. ,r ,YG ; r 1 e7j if x31a {r:/ 15 �.y �+�il�.ial$ .,t'',,0 i, .jr'� t t< t�{�31+A>,;'`J ftt'?4t 4.)1�'t \t ° 3t .a `,1 I f 4<. i,/ '. of.Legal Rights ! z,'R,YrS. .�5�;." ''r3',4 Y'$$•. `°'rt' S111 1 4, 17 ti r, �r f 70-19 W ,., .:c p� I� tai PrOteCtian . . `o s f. yt£ v, Arcl �alogical and Historical Findings k _, � '�� ^'�tY6 tf Jv f.i �.I CC.,y ii pr'/�. ,(�► �'�,ryv� �y�+� S� �'J' .�;Jg .w ,J(� � ! t''' ,�S�t"t1an 1 i ��'1.J•7ECi„fyj� A;1�1�P y h � Y r *f4J 1?ip' ,tY+ Y 7 , 14 \r Y t t J �. . i °'s hI4 a 'a "'w y i 4,, c` 1 1t�! i' rlr t f. i• PROGRESS .f�K t'S ...'7i,4 i',Y,�v "'q`�,Kx��`ru'iiv. . ryJa,, ��?C51 P , :,. <. .L✓r _ r ;fu � �'t' w`„�F .,r"1tY2'. i{,r 0,1„'6/� �rY. ",,,t ! f $ , SubletllEing of Contract f, � NX, 9 .� t -N +tcaMyto"Iyiraceed t 4tJ yf yt'1 vi `� „ .k '�`( IJ�l. tai r �F T.��/"Prhl'"'. ',lC( .. 7' t`"4��4` ai''•if�'L, r `6.�:,t lion and Progre ss, '��` ,�•...;� �� `�` A i ;, g0. I�1 iritation of Operations r r � � ,s" - t . .a I 1. rati r 7�1 , �, n;t` #;`� 80- C �araer of Workman Method EkF I r,�t }i3 � -:.. t Methods and ui �� sty a E9 pffient tt -9. " I,t �Y` - ...�'t t`� \ � .. .. 1 l�G ., I to 34;9 t rt? 2+'.y�#;,aJ tE ry. X3.4 ift((�i R ,V § t t 0 Mik'is�.itlK..s.r. ,..:J .,, ..... .. .tr. i�'Tyt 1"G 1. kt �Y�a' I t �{ .s t s t4k pi 11 I y.h U ai,.ni yrj: r 'J%sis,'t.,yie + €Lt zt- t 'h {�.�,( ? ,.hit;;T;eta,;);., ti t'.r :, J . r +t 'gra: t t ,:a.. .); L .t .e<�+'.t 3.. eL;19 },° . 1 9.' E f't�.1 'a'CZU^ a r {�1 � qr + ' �.: r�,P?t`.,t'E•,rrf si. 5 �.i is i y. r n t �t7`�N r {?J`'�� .. fit; .ter � .1 � .r 1j��� .stwC n � { sr r K1\ r {v �. £s 4 s,F�Y 71 +iJt"yvtw Y \ ids'} J t`�,� t, t4 ,f 7 4,. ... ,-u" �)S ti l. a✓`a y�ytyy��}f j{d; `S.a� ..� � s 91 -T J -Twn. � F.,.r'�+r .....w.�..�. {' , 9,'±1tt• '1 .:'li: i?Te tz"� j 7 t 41,; '61, t « '` Yti\ J3��Y Sizr j 4,j P� h t r .,,{ i { t 4i. ur '3,\ UU Y: Iy. y 3A rF J . t, t it { \ '.t 4 �$ . s,r' w41. 1.1 !I N ���i ,}r+ +91#e y Xtin i• i�, ft 0 .i\`t�`lit. i J t I .. .4 y { 4:,1tK +.,>a• 2• ',wWir - a�.�o.�.. .1_� _ — _r !i i _ '\1,61 e.,.......,4,,,-,V,.,an?„x.�C.Sr, ez5rii :� 4., - -_ __ ----------.----,--.--7 --- a r . .. f I r .. 1. .. .. . . . . -"-;++W+.:...,.lip+ .r.r...--r-.�.w�rr..-.—T_..-.--....._.,.»+- .�..._..... -..--_1.-I—....__......_....v v.. - ... .... , ... .... .. .-....,.._. .. .-- „... .----..-......— . '.5:, . 1 t� e4 p;.tti Y .. ... ;f . . Y .. . 1',i- - +e �S 1 n i `, ,! 80-Q6 Temporary Suspension of the Work . s i€}riJ' 80-07 Determination and Extension of Contract Time 0 4 ,�=Ft 80-08 Failure to Complete on Time ,� 1F .-11 C x# �!" � 80-09 Default and Termination of Contract , 80-10 Termination for National Emergencies "� } Section.90 MEASUREMENT OF QUA ,1. d �l ° (, -''���1 90-01 Measurement of Quantities rs 90-02 Scope of Payment 1.``` 90-03 Compensation for Altered Quantities '% . }`�, 90-04 Payment for Omitted Items . 11 I � I ` 90-05 Payment for Extra and Force Account Work . � �:' 90-06 Partial Payments I 11 ,4 ' z 1 90-07 Payment for Materials on Hand , i �"t 90-08 Payment of Withheld Funds 11 5 5, I 11 r y.,°i ' 90-Q9 Acceptance and Final Payment 11 W3 �}{ ,yy �s ,. Section 100 y CONTRACTOR QUALITY CONTROL PROGRAM 11 x �,Y �. x y ' "£s 100-01 General ' .rqi ht . 100-02 Description of Program t . 100-03 Quality Control Organization �.C'g-u��'y 1l ;' ,'.. 100-04 Project Progress Schedule „�Ir f 100-05 Submittals Schedule �s ,rrf� '. 5 - Inspection Re Requirements 4 �' 100 06 q w 44i ti, 100-07 Quality Control Testing Plan ., ;! ''Z 4r' ' 100-08 Documentation �>'- tk 100-09 ' Corrective Action Requirements 1%11 P 11,' 'k .. 100-10 Surveillance by the Engineer :. i�. """, , 100=11 Noncompliance I Fs' i C `r' f I' tt 5� awl�r.t a "I �S'i L'i t �. t 1 .t 4 , x a� is W iq R to w'i x. tom.. r��r , 11:ems. ti 1iT :: � '� 1 ;:� i, Et�r r• 5 j,.t it • c I. •�. r f• �t tl5.11 llu 1.'3 i i .. k J; aie. ¢¢ X t is 1. ? F0' „1s ,t.t':t t y ; 3 :z # :.11.1111,��'.. 2 y..jiij �+hh 5 'lb_'ah )( f ! '� .. t .`3'�"j r 1. ' tP f,p.�ily f n S� S x a R;V•Y�x.I T�,' S'!rt '2i..a 5 S: l .,,1 1 K' } Y 4•t "yS r. W"Sr_._X;�j i"'i f 31 S- 1.�`ti l {t t a .. ! ! ' 7 d !11 -"' iR'' ,i& 'r*' 1 '.. _ .. ., •. g e. ..,r.t) { .t ,2 ,I ; Fti'S. ! +' t,}.`' �T Y 34c � €i� ,, t �,5 i Srt� *,,".>I t{'SY } >.', ti�l''� 9 4.° > 1. t s. S f e1 �r'r r 11 .. - "' Y }} . . .. s 'Fs 5 ,I. .t 1-3 . P;w l5 Y. } :: � " .'' 4 F. 44�� t ..$ r>'.r i Y C 'r :Iv1 Lr 4c..' } f f., ,Y 1 Y f�fV �.. stat l !.><it4 45�.,,.'K-•S tt'. }� .. of .+1/ ��yy-. i /. :,.$ 4 };,' Q' .. t t,�r't%':„,Z rm ati-',,'s >.,..n„'.i +f tie. }1 r fin h A ��`£t Y i';� a��� �o 4�� l i 5F �” .- _ - Y.- { f„}Y Yt$ a,5t' tJr. t !k 1• r } .'rA !' P -r 11 i�i�� "tiff.. ! x F'S i 1 "�l r`ay.}� , a t.J�f �:jr a+ ji rid i} v s I: a1 i• fi 1 }qs �yLY S1 ! } } E iky� S�Yizt yty51 �}s z t it.r t 14' ` yf 4.t .t W .L , 1 x% rr ; I i SEMON 10 czar + tion i ` DEFINMON OF T'EIiIb1S shall be cchgc l , Wherever the following terms are used in these Specification,in the Contract,in any documents or ���7 other instmrne nts pertaining to caimb etion where these Specifications govern, the intent and meaning shall be interpreted as follows: 2A 3. The American Association of State Highway and Transportation Officials, the ! - .successor association to AArSHO. 10-02 A,C � �ROAD. The right-of-way,the roadway and all improvements constructed thereon tea' c sheeting the airport to a public highway. , ' z 1 8 ` 10.03 A,,I.P. The Airport Improvement Program,a grant-in-aid program,administered by the Federal I ra .Aviation Administration. coarpn,o�;: y0-ti4l� S1EMII�TT. A public announcement,as required by local law,inviting bids for work ` ;t to be perfofined and materials t0 be ` Airport means an area of land or water which is used or intended to be used for the 20-05 landWg and takeoff of aircraft,and includes its buildings and facilities,if any. tt w' r' i0�fi . The American Society for testing and Materials. AML 10.07 AM.M. The acceptance,by the.Ownex,of the successful bidder's proposal. # 10L;,2' �, `• �0-tlS Any rndividuai partnership, fin bra, acting directly • , ,or lion,a or through a duly authorized)representative,who submits a proposal for the work contemplated. y t An area on the airport to be used,considered,or intended to be used for ahport buildings or other airport facilities or rights-of way together with all airport buildings and YEvery day shown on the calendar, Written order to Contractor'covering chin $ A �'ri the gel Plans. 'ties and ii*blis 41 45$�fiqns ,'��r'�roposal manta hang the basis of payment and C.oiitract traee j a if ,fCii the work affected by such chan&s. -The work covered by a chaiege order, n s8-11 be within the scopre of the contract. w#t, 14- 2 OR CO �'he written a aovesuig the work to be • t !r ��Va���° ;awa Wltl�[Oct allWii lug br+�t iS.not lia ted to. 1I 1Y . ti f t4a a oal;.'thee�formh+ce and P hit Pr a ayment Bond; `are aired y .. t' ' 7 ii+t lei its .!4F,yW,t`t�sj O $O e.cificanons and 47 coe itenta m Table � aIi� ��te its �e Plans,and X. .., + t it�t, , {�� - .. •yt '���z l � �,. n'ii�1�C. r Xnti- 3 J=EMMI ,�l specific unit oaf work for which a�pjM is corded C11 'TAE The IItUIII1ber.of Calldt days Or g ys,staff in y working the Proposal w r Allowed for. of the Contract, cxteres �� including authorized time ions. calendar date of tot If, r , "A" fd t ��� LSD sit 'fir i' �3e�,lk;' � rl � c S.. s+� , ,td•Mu � .r�. �, r�r .x; � � it i +' . r � n.. t t�tvs F �kU�y;"., I. �C;rx... t .� .'.�3 t: ,rm rr F t+': t<. -t 1... � ''�x..Y.��' 4 � � ".�>S«c.r y. -1-i s �-a�y�.,'�,_, r j .\,,• ':� .Ti'313art•fit @+7t 1 �� ;.3�, y7 ..�43.:rNVStzYiihi�`r��3� �5 . .'.. try X rx' yr Za u t t h f tP: NP +•pi�Et Jr+t t1 �� + r !' �1 „VJ�91 S 3° r •, d. :.• ..• � .._. '. ' � . �{ y7. I n Y , y completion is stated in the Proposal,in lieu of a number of calendar or working days,the Contract shall be completed by that date. 10-15 The individual, p artnershi p , firm, or cooperation 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. t and {{ 10-16 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or 1 subsurface waters are collected and conducted from the airport area. ,.,the 10-17ENCIN EER. The individual,partnership,firm,or corporation duly authorized by the Owner. � (Sponsor)to be responsible for engineering supervision of the Contract work and acting directly or ereon through an authorized representative. 10-18 EEUIl'MENT. All machinery, together with the necessary supplies for upkeep and I ederal maintenance,and also all tools and apparatus necessary for the proper construction and acceptable s completion of the work. 3 work 1019, WORK. An item of work not provided for in the awarded Contract as previously modified by change order or supplemental agreement,but which is found by the Engineer to be necessary to complete the work within the intended scope of the Contract as previously modified. �r rthe ': 10-20 F:A.A. The Federal Aviation Administration of the U.S.Department of Transportation. When { used to designate a person, F.A.A. shall mean the Administrator or his duly authorized representative. 10-21 FEDERAL SPECIFICATION. The Federal Specifications and Standards, and supplements, r' amendments,and indices thereto are prepared and issued by the General Services Administration a duly of the Federal Government. They may be obtained from the Specifications Activity, Printed Materials Supply Division,Building 197,Naval Weapons Plant, Washington,D.C. 20407. d for 10-22IIVSPECTOR. As used in these Specifications/Contract Documents, the term "Inspector" shall be and construed to mean "Construction Observer", an authorized representative of Owner or Engineer assigned to make all necessary observations and/or tests of the work performed or being performed; or of the materials furnished or being furnished by the Contractor. T4 i 10-�23I MhMON OF TERMS. Whenever, in these Specifications or on the Plan-; the words „ ,� ,� �e Plans, directed ,"required","permitted", ordered","designated","prescribed",or words of the like import are used;it shall be understood that the direction,requirement,permission,order,designation;or order, ?t ; prescription of.the Engineer is intended; and similarly, the words "approved", "acceptable", ��{,z ;t "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. a(:. �•Ott_i:: �n sf.< S .. ,. .. . 4. t4, the a ; ,� Any reference to a specific requirement of a numbered ns or paragra h of the Contract S ecificah o 4t a cited standard.shall be interpreted to include all general requirements of the entire section, deaidas ahon item,.or cited standard that may be pertinent to such specific reference: 10 241.ABORATORY. The official testing laboratories of the Owner or such other laboratories as l m the k >,'' '` ,may"be designated by the Engineer.VY" r� 10-25 LI 4 t G�i'TIN . .A system of fixtures providing or controlling the light sources used on or near the" >posaDj y airport or within the airport buildings. The field lighting includes all luminous signals, markers late of floodlight;and illuminating devices used on or near the airport or to aid in the operation of aircraft `landin 'at,taking off from,or taxiing on the airport surface. � y <ySXP� 1-5 , V Rt'�„�`� � {'{>,� '!" .r ..,Yt' .s�. !a ... ar:rs.rtt ....., t • .. ..µa: r , s.i� ,,.r.,.� ..^^^ �,r-.-... ,.� i his t:. 1.. k,X,f' 17:.z:: k'iY,t "L,3ta � A�v� X'., .. ... .A'.i�d:t. t it �,%-e.w'^•r'^`JX µ' i q { At r i'� 3+ ;s,} c✓7.te'�atyF.. ,(i. It ' :ii� �t f ale•r. #.r 4z, t r4 z' r4 �, 1z 1 ���t �� �I : , _ i . �;,. 4f' •, . 1t'.�'...'.. . �•� � � .. �.. _ �. .' .. ... .._. m ..... ......................... ... ....... . .... .. a.. ... .. .. .... ....... _........-.._..__..... ... 'I � r . 10--2f� , A major Coartract itefte shall be airy items that is ,, ' �. +' .; l#ste�!iiwv t�l''ropc�arl,the tvta+l cOSt of which�equal to or greater than 20 percent of the total amo�utt ,`, be,� ` J t 4. �'t�awvarded('vis#ract.' AU other it��shall be cw�idpxed minor Contract items. °�-��;� � , >:{ 'v ..�, � � ,'' . . ���7������� ' : IQ-�? ,�,�g►�• ,may�ubst spe�rified for use in tl�e constructi®n of the Contract work: s �f,�,�, } t'�g''�c}n �, �' . z =..,F,. .:.�V'.1i�7�iW��s� .. • Idf1.Iu�i .' i �y(//�'� le����..� � i..:,:. ?J.R7""7p ' �r€ch includes persans having orfg€ns fn amJ of the Black racial groups of Africa% � ���" t' ,. . � pn��s }. .., . . , ,Kf�r�fc A which ituludes persons of Mex€rarr,Puerto K€can,Cuban,Central or South _ 1(�-�Cg �lrrerfrnn,ar atlu►r S jJa�eish ar Portuguese culture or origin,regardless of race; .� .w�1 eater;n ai� �atit�e Amy,ufiiela includes persons who are American Indians,Eskimos,Aleuts;or Native ;� `��41�t1��Wi111�i'yl. �'f�lrlt:�iB�„ t�, which includes persans whose origins are from Burma, Thailand, � •..� s.: ` Malm�fa,lndorresr€a, S€ngapore, Brune€,Japan, China, Taits�n� Laos; Cambodia {Knmpuduaa), �' the tract _ t , � �'�tryarn,Korea;the F'hfl€pptnes,Samarr,Guam,the EI.S. Trust Territories of the Parifrc Islands � :` rc�st�ir�e�}�h3 '; :,' {,l��pulsd€c of PaluA), l3epu6lic of the Marshall Islands, Federated State 'of Micronesia, or 'the '� � ,� �aonrnunrtaaalth of the Iltarthern Marianas Islands,Macao,Flung Kong,Fij€,Tonga,KirY"brati,Tuvalu, ::,�Naur�u;a.�d � .� Asdn-Ind3Aan 11t��, which fncludts persons whose origins are Pram Indira, Pakistan, �burl�;;�'as �: �artgladesh,Sri Lanka,Bhutan,the Maid€ves Islands,or Nepal. ' `.� � ' .I11��9 T Ire Missouri l�partment of Transpo�tatum. {h'lten used to des€gnats a person,MaI,C)T'shall .' ;���5 � f����' :` � .tt�tan the Admfn€atrator or his duly authorized repregentatir�e. ` '� '�'! ' t, '��'!� lU-� �� Ejn�,�, For the purpose of these spec€fications,the terra "Movament Area"means ,,dms�o '�`;,: { f6o¢-�rrta'aiay¢,'t�axfroiaya�,and other areas of yin afrlrmt wh€ch are used fivr tax€€ng or hover taxi€ng,a€r tazfirig, j � ��p ' tic ;acrd lx►iding of a€r�craft,exa�lusive of lard€ng ramps and aircraft parking areas. . . ;z � � ', ° an,,,�.i• ail°31 {"Y�Plrt:?�'�'��. �3 writtesr notice to the Cohtra�rtor to begin lire actual cOaatract work �� ,_,,:� r �e�� j�vror ,� �a�l�+' Y age.�date: if applicable,the Notice to Proceed shall spate tfie date Or►which the f � " ry i,: .�1J�rw'�'T�YARF�F.�I.' .. .. � � ... �� ` ` � P 1 ICI,,Ar^ w'Y � 'p �':� r�. ,, .. .., ,.. ..; � :'r � �� � � �� � .. � �� � � aaraxded�l� ��6�y..//yy��//"//��,, �i. i i11 � .. �""�J p �!s�s�; �. � -•i tuX �v,'� a�p�,�'.���r �:.n. ':The term th�mer shall mean the of.the Fatst ,art og the contr � ti r a�n�ycsigt�►�ary;t®the C�ttr�t. For A.LP,contracts,the term��+onsor shall have the$awe ' llQ� , }yid�, li C3�,,.L�6� .'V�lh�i.♦�•, :1� .. .. :•. .. � � � � JT A'��f'r�R�f. Sc, ,tF�'� 5 • 1 ��-�� ���7°fu!aam�biar�$tlr�Ce eotlrse,base COUrse,and subbase course if ODit41der8d 4`�,j (x a,� $��� 5��k� > ��� ,'' `'�r} t Y t r{ �,� ,�, '',T�approved form of security furiiisheai the Contractor`and hiss ` �` r, 4' ;r�= by urety z ,i �:;1� ,z' �titi ���',' `� as`r� razor:tkrat l�wiU pay in fuU all bills and accounts for matsrla)a and labor used in the , . � � ,11� ill" "� r. {�r v, ��t5{���'b' I� `��`TF 611#��' � .. � .d, �' � � .�'�„ f ��.F�:u, � "4. 4 I ..t Y � �,{ i i.. ;.. ` '7, x(!*,�.°� The approved farm of seCtal'�ty fl]rI11811eS1 b :the -� �. � veal I ; fy<, , ''` , t�u�ty.�as a��uax' Y t�uet�e Contrtctor will oomptete tlhe wmrk in ac�orda�with efie•ter¢ns of 4hg `�� ��1', } f d �J. L dti i� `. � tt /.. .. ( 5 'rj ..f. �.VIaKV�14+ J .' �' '�" . .. -. .. .. � i � x�y�k��S'x 'y �Iy r11 � 5' � ��� 71 i'r �. `: �A •Vt ..icr �.. F 4 i .. .� � S �7 1. ... .. i �!t r ���VV� I V ' ((�� i�l+ i.Y s Sunda w •� +. ' � ! }.1� ,� i. ,,' , � �t.. 3.t . F ry f. ,, t�iJ� 1�ruYFF 1 i .. � � � 1 } 4"�. g¢` � � > t �'r '.i'rlfEa%.'..''1?'M k,r'L uyi�a � � � �.q�; � t' :hr ��`,r+r��r r I � y +M, ��� z�` '�- kvt+° v rx.��.,u�u;c�s;i�1.,r r `�'f s t �rat �^"r,�. �arx �,.a„ °u�� p �t1�f t � r' t s', `� K ��s.;� s.,•k:k<±�>t s �r�-�^`^' ., .`z�.' i* }� � &�r,�,5r�. r �;�tt:� 1 • f t , ,' 1 'a� x�F;?bra.��' V� {.�'rd�, y5 I11 tfi, , �"!''}� ...' ! ., '.. .. ... � .t3 AMY�• � ':�� i`�!! (� {�4�`�,+il '+le��ki is y, Iy rt it _ �, �s i., � y ' f'•- a�}z,-�t�,iy���{��f t f+ �sz rr t4 1 lr �.�r t _ � .. �,{ Nj t 3 Y A I ��� y t�� �ilt{1�ity,x�ti Y" t S. .r�f � + t r +1 .. ,' - } ✓ A'fr` ���"�tt � ,� � ax i t i. � fY."ra�tt {ls ta' '.3t i �., �� i dk.,'Ar � Y �...tt I!. 10-36 FAt6. The official drawings or exact reproductions,approved by Me Engineer,which show the that is location,character,dimensions and details of the airport and the work to be done and which are to x bunt be considered as a part of the Contract,supplementary to the Specifications. 10-37 PHM The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 0--38 . f 1_OML. The written offer of the bidder(when submitted on the approved proposal form) r to.perform the contemplated work and furnish the necessary materials in accordance with the Afrtat, provisions of the Plans and Specifications. South 10-39 P O L J. �, The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his proposal is accepted by the Owner. Native 10-408 NWAY. The area on the airport prepared for the landing and takeoff of aircraft. ! 1041,FECIIFICA,IIQN,. A part of the Contract containing the written directions and requirements Hand, ? for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect as if included in the slarids Contract physically. or,,tjft 1042 STRUCTU uvalu; . Airport facilities such as bridges;culverts;catch basins;inlets;retaining walls; ° clubbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes,li ghting fixtures and bases;transformers;flexible and rigid pavements;navigational aids;' :buildings;vaults;and,other manmade features of the airport that may be encountered in the work ± and not otherwise classified herein. RIE. The soil which forms the pavement foundation. 10-44SUP_ERINTENDENT. The Contractor's executive representative who is present on the work nmns during progress,authorized to receive and fulfill instructions from the Engineer, and who shall Ong; supervise and direct,the construction. t z 10-45$'IJPPI..ENMNTAL AGREEMENT. A written agreement between the Contractor and the Owner ' work covering: (1) work that would increase or decrease the.total amount of the awarded Contract,or any major.CContract item,by more than 25 percent,such increased or decreased work being within the " t scope of the originally awarded Contract,or(2)work that is not within the scope of the originally awarded Contract... t • I0-469RE'I�Y. The corporation,partnership, or individual,other than the Contractor,executing 3' ,payment or performance bonds which are furnished to the Owner by the Contractor. } fl r 1Q-47TAX1WAY Fox the purpose of this,document, the term taxiway means the portion of the t Sti r °' ',rh lnovement'area of an airport that has been designated by competent airport authority,for movement AI aircraft to and from the airport's runways or aircraft parking areas. ' 104811L Underwriter's I.,aboratories,Inc. ln y�,i�l�,} `, 10-4y WORK ':The furnishing of all labor,materials,tools,equipment,(and incidentals neces5ary.or; convenient to the.Contractor's" erformance of all duties and obligations im imposed b the Contract, end his �t r Plans and Specifications. 1? . P y ,j, -150'��IORKTNG DAY..A working day shall.be any day other than a legal holiday, Saturday, or Sunday on which'the normal working forces of the Contractor may proceed with regular work for 1-7 t ."w , ., if a t .,t+:•...:-+.h x a. a - �. .rft4'r..t Y•�+k �4.fir g#ly t t 4 i r J at least b hours-toward completion of the Contract. Unless work is suspended for causes beyond the Itl which the Contractor's forces en a e.in w+ rk r Contractors control,Saturdays,Sundays and holidays on g g r '1 regular work,requiring the presence of an inspector,will be considered as working days. ' -co M Ii is`t real ,3, v ' .. r intplii�t#ion SECTION 20 Uddex le PROPOSAL REQUIREMENTS AND CONDITIONS tt y f; E I t ,[ry., 20-01 ADVERTFSEIVTT. See Notice to Bidders. hereu > :SeW6ir`E40 ' 20-02 FREOU ,LIFICAjM OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his competency to perform the proposed work. Such evidence of competency, unless otherwise specified,shall consist of statements covering the bidder's past experience on similar work,a list of ceftiLtiy_e equipment that would be available. In addition,each bidder shall furnish the Owner satisfactory forms;'`He sl evidence of his financial responsibility. Such evidence of financial responsibility,unless oth=erwise materials.tol specified,shall consist of a confidential statement or report of the bidder's financial resourc.Res and 'proptaaL: liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or repartr .. gatisfie as t shall be certified by a public accountant. of prop At the time of submitting such financial statements or reports, the bidder shall further certify. Eori g ktigs 1 whether his financial responsibility is approximately the same as stated or reported by the public uidders: 1#i accountannt. If.the bidder's financial responsibility has changed,the bidder shall qualify the public ` pis. x accountant's statement or report to reflect his (bidder's) true financial condition at the time such dumer qualified:statement or report is submitted to the Owner. f;I, f6rl alit assu� {„ Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State ,, exaafuon Highway Division and is on the current"bidders list".of the State in which-the proposed work is "furrcis�,,ed bJ located. Such evidence of State Highway Division prequalification may be submitted as evidence r. of financial responsibility in lieu of the certified statements or reports hereinbefore specified �� +" Each bidder shall submit"Evidence of Competency"and"Evidence of Financial Responsibility"to ea�chY edr the.Owner with his bid proposal. `' ) pxopcxl Ir 20fD3t.^O O �.ROPOSAL,FORMS. The Owner will furnish bidders with proposal forms: il '�ei� AA:papers boctrid with or attached to the proposal forms are necessary parts`and must not 0i Vi - ,� Thee biWe'r-:� pi i ti 4 I i { nair[E'FLCfit 4` The�'ai*Specifications,,and other documents designated in the proposal form shall be considered `�+ 'part of the proposal whether attached or not. sitgiva�g;tk�e:'l � y 1 •, rilua+R..�ed �I 20.04 3 At OF k'ROZOS,+AL FORN 5. The Owner reserves the right m refuse to issue a proposal {+i x fa�i to a pros ve bidder should such bidder be in default for any of the following re asons '' it� i l Y A,J' a Failure to comply,with any. prequalificatlon regulations of the`C?e�vner, if such 20�0$ C� relations sire ciited,or ti�included,in the proposal as a requireiinent for bidding r r} b .,i~ ilure to pay,or satisfactorily settle,all bills due for labor and materials on former xm ,te' P Y Y S 0.Y� y f co tta xri force(�n►th the Owner)at the.time the Owner issues the proposal to a prospectide`bidaer,` rKt'+' Contractor default under previous contracts with the Owner. ^�; t cL Unsatisfactory work on previous contracts with the Owner. lit 1-8 rl F ( ' r�?P r ., ''"' :.,�: ...... ,. ., .: . .,:. .•. ,. ,. .. .... ... .G: ..., �,.aaet;'wri.:�ta .a .k w.:-.:..m.wo.:+:,... .er,,;,"ttincya,¢,w,,,,,,�.,,ei, � j €. . r +'i' 9..:, �,s.,a.�2a$v's'7'wn,�t r74 Vin. x z:c;.-::. t k•.. ? 20-05INxERPEMTION OF ESTIMATED PROPOSAL OVA An estimate of quantities of S! ; work to be done and materials to be furnished under these Specifications is given in the proposal. "? It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the Contract. The Owner does not expressly b lot P Y or Y implication agree that the actual quantities involved will correspond exactly therewith;nor shall the '$ bidder plead misunderstanding or deception because of such estimates of quantities, or of the ! character,location,or other conditions pertaining to the work. payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the ' Plans and Specifications. It is understood that the quantities may be increased or decreased as ? hereinafter provided that the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. idenc r �li.st f 20-06,EXAM OF PLANS,—SPECIFICATIONS, AND SITE. The Bidder is expected to list'of ! carefully examine the site of the proposed work,the proposal,Plans,Specifications,and Contract a cfo v. forms. He shall satisfy.himself as to the character,quality,and quantities of work to be performed, 'rwise ! materials to be furnished,and as to the requirements of the proposed Contract. The submission of :s stud a proposal shall be given prima facie evidence that the bidder has made such examination and is sports satisfied as to the conditions to be encountered in performing the work and as to the requirements f of the proposed Contract-,Plans,and Specifications. rhfy Boring logs and other records of subsurface investigations and tests are available for inspection of I bhr' bidders.' .It.is understood and agreed that such subsurface information, whether included in the: ublie' ! plans,specifications,or otherwise made available to the bidder,was obtained and is intended for the i n,such' owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible i for all assumptions, deductions, or conclusions which he may make or, obtain from his/her State examination of the boring logs and other records of subsurface investigations and tests'that are orris , furnished by the owner. dente.:: • 20-07–REPARATION OF PROPOSAL. The bidder shall submit his proposal on the forms furnished by'the Owner. All blank spaces in the-proposal forms must be correctly filled in where indicated for, ty"to each-and every item for which a quantity is given. The bidder shall state the price(written in ink or typed)both in words and numerals for which he proposed to do each pay item furnished in the �- proposal, In case of conflict between words and numerals,the words,unless obviously incorrect, firms `_, shall govern. ot'bwj� r " J • s The bidder shall sign his proposal correctly and in ink. If the proposal'is made by an individual,his name and post office address must be shown. If made by a partnership,the name and post office iere ii address of each member'of the partnership must be shown. If made by a corporation, the person r; - 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. .. posal r : Anyone.sigxdng a proposal as an agent shall file evidence of his authority to do so and that the • . , f r;� signature us binding.upon the firm or corporation. �sucti j ' 20-081RREGi ,AR PROPOSALS. Proposals will be considered irregular for the following reasons: 8� ]' 171. � :: f y., ��a : .. :.; .., .,, .. •. .'.. : '.. :. , :' .: ... '. ... a If the.proposal is on a form other than that furnished by the Owner,or if the Owner's- rarer V` " form is altered,or if any part of the proposal form is detached. b If there are unauthorized additions,conditional or alternate pay items,or irregularities of any kind,which make the proposal incomplete,indefinite,or otherwise ambi S guou . l" fool f t 75Faa�!'�, 'ta�32 titb i„nlu 7r ta v t..,rr " " _ _ •'` t`''"'R�M�,k�,c.!Yi '''[�tv ���i i 3� .5 StS.�ffi^ I n �t• i J , , t . i Jri #s c' U dw PVOPOMI 490 fit t�'i�ntAin of 13.vd�."tk*for eAcb pay i �in the�'T33�s t '�in the t :of ,+.ed� +►te pray hms,for whkh dw Mder is swi requked to huh = ry,K 1 ON if the `pry ` Qbey ✓ }54r 4������t t�t'arae iJtl�1�3�� r Ix ram wampanied by the priApotl VmwW1 Tedfkd by dhe Own/°.f, ,riMPOW tbw rw to w C ' if 4{� ► 'f ant t b*#b"Va'Of t tweesera)dconfwm to law's Om Win"penximft 3 ': to the kftng of consbuctim Contraidts, •i �,'�qvy S . it 10 Wit* collat L in tie smoum ")06w in the pry fimm such ate, or 20-10 ' b Pr��t 6 be plaed in a envelope =Ad+l Me Pwj9O r4w9mrj t71SftII of x �,arad nam and hahms r of t�9e i `1 'On ,�AWW e, Men WU by 0&0,psr,efflaW reV A"94 Me sue' mod! ,ma2'�k+erit aS f bmlkat�i a'e,old be,eu� in an addW"A env � wiO be l w d+er�1 � ��reed�r t� � �� ill } � t a�'�e elb�before the tie V'� u�aril , t b • 'PfcP%&r+eogive d#An the bid opaft tip*0 be r humd torte Udder w 60, 1� DE A bar srtay widxbawr OVY of ore pmpoW=d sL*wAW 1 for M*swal,by ratraeived by d*Owner in Mnii by WeSmm befofe t%e tfume % -w-' dW � #w 10=0 Apftffigd for/lpIfy{fi}t(M���► tai xed at drwr place in g7 bear' +cam !f Sx 20- i K1 " Pr�rpt�arks , &W at tl 'ar�#tre�c#i MUM, s�a, ,auk ottru�is�tere WOO"am. imetw to atte 4 Pr" OW have been wiW=wn wrwen or telegrapuc x r" r ued after Ow t Vedfi�ec9 for � M& wiU be rftmed to Ai bidda win be comidered d�P96qtid�for a of Me, t �' bilK7f; fl ►dDt �j�j nwre Own om propo*at hom t a �' COMP,Jim k`J Ui�. IWA•"�r'P�.M.►` t11M/.►f5f'• t,fz Sri t .. .. .. �, r ( rJr�a•�+. '�wetf49#U*iOA.xmongbidet. OkIdem f ab {sit �w As 3' itr 0Q!ioner Ate A'I V*e W&YIS'Comkiezed to be in"&hW t K Y L dAllbolixaori 3 } FAMAL RMW in thit mcUm fjy 1 SOCTWN A/fy� it AWARD AND V(ECU nON OF CONTRACT 1 s � {�w •A,. ... < '' 1a��'•� 4���1�Atl�' 41�g',e"�a�lFify'�j3.?:ter,r.vsPl.t .Furs.:'x�,ci:ti3r x.'1.i5.�i�+e .. 1 s..n ,•. .s, ,..n.. .... .;�rkY.v ,. .'i.+'- t }t �.; . r` l r ii Y s �aw�tw��uFi.�.r... __ ._—� �— _.� ____ _ l-- — — 9 •. ... .k.?(.- .. Yt t..r„ _ ....5f., ,,...i3r,ikF?. 3 i 1 i 1 Pns i> 30-01 I tDfiRATION OF PROPOSALS. After the proposals are publicly opened and read,they will be compared an the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a 1f discrepancy between unit bid prices inwards and tout bid prices written in numbers,the unit price , . written mi words shall govern. f, r ex� Until the award of a Contract is made,the Owner reserves the right to reject a bidder's proposal for any of the following reasons: ?' ties if $ a• If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSAL } ,f. of Section 20. bother b. If the bidder is disqualified for any of the reasons specified in the subsection titled =;o? DISQUALIFICATION OF BIDDERS of Section 20. Y In addition,until the award of a Contract is made,the Owner reserves the right to reject any or all aORe: proposals; waive technicalities, if such waiver is in the best interest of the Owner and is in of the conformance with applicable State and local laws or regulations pertaining to the letting of conmtruction contracts;advertise for new proposals;or proceed with the work otherwise. All such deed action shall promote the Owner's best interests, g� x 30-02 AWARD OF CONTRACT. The award of a Contract,if it is to be awarded,will be made within 3> f 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified ` r�'Y herein. 1 { i. :fors Award of the Contract will be made by the Owner to the lowest,qualified bidder whose,proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without ttm ; liability,to the bidder,except return of proposal guaranty,at anytime before a Contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled ` hire APPROVAL OF CONTRACT of this section. f idd�r 3G-04 Rh'TURN OF PROPOSAL GUARANTY. All proposal guaranties, except those.of the three 0 . lowest bidders,will be returned immediately after the Owner has made a comparison of bids as of this hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. s Proposal guaranties of the three lowest bidders will be retained by the Owner until such time the Owner enters into a Contract with the lowest bidder and receives the Contract bonds as specified in subsection �. tt t{ 30-05 REQUIREMENTS OF CONTRACT BONDS. z a'1 a 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the Contract,th e F successful bidder.shall furnish the Owner a surety bond or bonds which have been fully executed sb 'sett% by thebidder and his surety guaranteeing the performance of the work and the payment of all legal z ..rtiJ _ ss,t qrK i. ' ' c debts that may be incurred by reason of the Contractors performance of the work. The sure and the form of the bond,,or bonds shall be acceptable to the Owner. Unless otherwise specified in this On =, ' �}Frt � subsection,the surety'bond,.or,bonds shall be in a sum equal to the full amount of the Contract.: 3 7' ''30,-06 EXECUTION OF CONTRACT. The successful:bidder shall sign (execute) the necessary { agreements for entering into the Contract and.retum such signed Contract to the Owner,along with fully eXecttted surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS.of this section, within 15 calendar days from the date mailed or otherwise delivered to-the successful bidder. If the Contract is mailed;special handling is recommended. y�. Y 4 tF;t '�t. 1A , f +,.Jas ,it� YI .�' i•�' 'r Ind St ' i s �. ,t __.__ ��, ' �I � F3 }N � � � � .^. - — ...«.-.�.f.._..��.�_-��..��..�._.....�_..�..«..-..tee«.....-.-...._.»....-.-.'-..�..._._--......._.._-..._._ _._. .............. . .......... ... ...... .............._._ _-._..._.._.-_..�.��_.-_--.....-_..�_.-...._...�_..._�.....��...�w..:..o.. � i{ 3�-+Q7.Al'PROV�,�OF f�)N�ACT. Upon receipt of the Contract and Contract bs�nd sir 4xi��da that '� L ` �, °� have been e�►-ecuted by the suc�,essful bidder,the Owner will complei�e the execution of the Contract ,�. .:��+� �;` °' ici aa�r►rdarace with local laws or ordinances,and return the fully executed Contract tai the Ct�ntractar. ` t���d (,'�C� �,a 1?elivery of tke fully executed Contract to the Contractor shall constituae the Owner's approval tQ a � ;,� '� ;;� be bound by the suc�ce��shil bidder's proposal and the terms of the Contract. �` � S* t ,, ;� ` !! ��F ��:�CECC�'t'S CONTRACT. Failure of the successful bidder to execute the Contract ;* Y '' `� ��, ' �� � and fuxnish u�►acceptable surety bond or bonds within the 15 calendar da}►period specified in the � �' f } subgec�tian titled EXECE,I?'ION QF CQIV?'RACT of this section shall be just cause for caneepldNan of �� the award and forfeiture of the proposal guaranty,not as a penalty,but as liquldallon of damages � � ,����;'� S i of the Chvner. ;�€ P,4�p��f�1`� -����� s, ;it��'�oa�tt�1� ' SECTION 4A - ., �, W %n` �� SCOPE OF 1�110RK `;ltd, 1'0 #1 � ANT OF CO CT. The intent of the Contract is to provide for construction and ' completipn;in every detail,of the work described. It is further intended that the Contractor®hail " �' � furnish all lobar,materials,equipment,totls,transportation,and supplies required to complete the �,; t>i-��:� � work:in accordance with the Plans,Specifications,and terms of the Contract. - t � , � ��j'i�ft ��r �'4 s"' sir'��r-:' k ; 40�U2 A�LT�TION OF VVORIC AND OUANr��S, The Owner reserves and shall have the rigt►t t �h ���#� � ��s? ��d to rztake';�ur� alterations in the work as may be necessary ar desirable to cam late ttre wsirk P � S : �tappi �t, ,`"< f ' originally intended in an acceptable manner: Unless otherwise specified herein,the Engineer ehall `�' ilia and is.hereby authorized to make such alterations in the want as may increase'ar d @creaatt�h�` � j { � �� .. fill` +# :.� � t .� 3 origu�all�r Awarded Conniract quantities,provided that the aggregate of such alteratioru�"dt�e flat j 3 :. ,� ,�j�� ��, �:� cluazege the total Contract cost or the total oast of any major Contract item bg�more than 2$percent �' `` �'``' > tataD. cost�being . .. . Isascci on the unit prices and estimated quantities in tY�e awarded Ca»tract), , � � t� 'F� .e�tteratricr�'which dA not exceed the 25 percent limihation shall not irnalidate the Contract �e sure artsi the Contractor a �`��'ase t � �t ,�#� ���;;'t. �'% grees to accept payment for such alterations as if the altered work �' 34` � hadl been a part o£the original contract. These alteratioru;which are for work withfn the dal '` '� ` r' �1 j���}' �''��`, iin.. C�..','.'vr. V� 1i ��w {+t r1P'�14p � sm�of the Contract shall be�vered by"Change Orders"issued the En " 8 .} - � ,�����' by gcneer. Ch�r� a ord ear fdr � altered�work shall,irstiude ext�ions of Contract time where, in the Ixngineer's oyirtian,..such t moons aJne cos�nxnensurate with the amount and difficult of added work. � '' ,, a�� .�lt :� 1} �y' i �E ��� � y. t3�7'�tub. b ,` t Sl�r1d tlr+o aggregate amount of altered work exceed Qne?5 g�ercent lirt�ita flan he�,elnb�efo.�$pec11 ! ': �� '�`"��� � i j t " {' S�Jl+t�t'e7GCe5S altered tia►ork Shall be covered by „� laments Owr� ������� tt Co�trac�oar ara s�,'pp Sr' If the ate the ,�� , ,� _t��tf } t; unable- to agree. on a unit amt for any C"antrac# ite=m that req� -�_ ay' `. .�` � , , �� � iii�n Analre�A��� reserves the right to terminate the C'ontrart with r rea a - ' ' ' ,,'� �`r{' � for 1tS COIIIpjetlan, � {R, si � V t � �� P � �� -�.: a t s.� .fig{ 1� I, �"" ��';,s „ � � �S ���/ASol3(7►T SltaJl tflL�flfdL'1�1� :,. 1 �fN..pj,���� s �s � >re. �ry!�V��' t.�� /� �� � � �.yy.�r� '�'/J/�/�!/J�/NS�i/{�/W� � �l�t `4 l7 a� ,,.x t � �. '7 ! f f� � ���t1i ���WI YRIi/L �y� �►'s��q /� � MMIYiI � � �i, 2� �i�#�}�f.S�. ..I{" �ifJ�N/IY//�� i�/Y���M(�/AAr1�++j �� t X{ } S J'G {n{ ,r^ 3Q. �',K(7� � !���� ���ii4.i.t•7 W�.�y�a�� r {������r�y� �J�''°.� ��r�/��i/�T'. �� � r7p ':12�, �!�� S i�'3. �y ../,,�� �}��KiF{i N/bPiMJL�y VJ Nw/�ryGy7*j� ,9,��j(��/ ��yyt�j�(�j�/,}j� <i Sy�f i isk � � �' iii�fl ��ia7 � a/K.j�»�Jt^*!'^�M�8�iV1M6M.+v.vil•it�� i1 'z 4��� ``� �j.� ]�'i'�! .A i �� ./ /MIY��1�7�ii6/� �yy/yy� J��L s�,,�, ' X.J � FE �. :lY,y � N�L ttay2 + i j y 7�� y�� f �"�"^"�' �����// iO'H/� �' .,E r 7 � �Yp. Rt t ��� dl �.� ` .�. �"iA�:9�3'��,i ,. ����'��++ �� !'1 � r � t i "15 tt'+� �Ya 1,,1 t?4 T � r ftd� tl! E�fC Ol! �f i �.. .� `Aye�{ //{t� .ai ' t ��`ri i j.r �_ { � � ♦ �����'r'�",G/'Ir7�N!y,Ni' A tl � °�c'f ��}�[ 1 ���. .,., 'r �' �,t a fs�N�';� � -� ��, � � i. [urssocOGi �� �v� as t f x �� ��� C r ;. ' � '��p����g .�o7T7L711 iA C.i7[iiliCC3,� '*�,,�"1.��y i � �� � � �A r` ., -r c ,+.t f�P3. � ��_"'Yi� � �)»�I '�'�'.4f,F '�.r[JSieiwR.�i�'� � � tit r x �p� �% �1 r —'7 ����I 1�-�� 1� l ���i � itf � .. sC+t`;' t -.X .y `' "^jfi"4.;}y �yy��lthu5�ly�Z,'� '�.`�<f; �g...t: �" Fkt {>�+".?}°t�" i ��� 7. r s a,-.J�Y"31 Yit+�fy.� Oft '.�.�.�,�"'ten—.�....^ - � "'"1�-K�n: R g .'�� ' . C,x„�� i ..n �`t t- k,�=�:ir�y�S x� r fizz , .. � .s cs ,r ��j�ji `}� .sir ���; ,i ! � �. � � �... � � � .. t: 4 , r .. a .r � � t �. ..r .:..� ...�r -'.. .. :. , ".. r that tract Should a Contract item be omitted or otherwise ordered to be nonperformed,the Contractor will be act°r. paid for all work performed toward completion of such item prior to the date of the order to omit at'to ;^=fir. such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. f 40-04 E 'T_RA WORK. Should acceptable completion of the Contract require the Contractor to !� perform an item of work for which no basis of payment has been provided in the original Contract on of or previously issued change orders or supplemental agreements,the same shall be called "EXTRA S WORK". Extra work that is within the general scope of the Contract shall contain agreed unit prices ' for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the Contract time that,in the Engineer's opinion,is necessary for completion of such extra work. When determined by the Engineer to be in the Owner's best interest,he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. and shall: Extra work that is necessary for acceptable completion of the project,but is not within the general the scope of the work covered by the original Contract,shall be covered by a Supplemental Agreement r as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. . ght.: Any claim for payment of extra work that is not covered by written agreement (change order or irk supplemental agreement)shall be rejected by the Owner. shall. the . 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the Contract that the safety of not aircraft,as well as the Contractor's equipment and personnel,is the most important consideration. cent. It is understood. and agreed that the Contractor shall provide for the free and unobstructed ' &ct)`_ movement of aircraft in the movement areas of the airport with respect to this own operations and the ase operations of all his subcontractors as specified in the subsection titled LIMITATION OF ,work' OPERATIONS of Section 80. It is further understood•and agreed that the Contractor shall provide �eial for the uninterrupted operations of visual and electronic signals(including power supplies thereto) r for used in the guidance of aircraft while operating to, from, and upon the airport as P g p p specified m the such : subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACIL,TTIES OF OTHERS in Section 70. �6edr f With respect to his own operations and the operations of all his subcontractors,the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; ? res A,: vehicles;storage areas;and any work area or conditions that may be hazardous to the operation of O the`, 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 tns of 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 F Rlract A gki and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall saw furnish erect, and maintain barricades,warning signs;flagmen,and other traffic control devices in All ref rgasonabip confiormith►with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office),unless otherwise s peedfied herein._The Contractor small alsa`construct and maintain in a safe condition any temporary connections necessary- or ingress to and.egress from abutting property or intersecting roads,streets or highways. Unless w °an iT otherwise,specified herein, the Contractor will not be required to furnish snow removal for such ental � ; existin ,roach street,or highway. t' )n 01f'=.' y� rs j tra 1-13 iZ_ t. Is r , The Contractor shall make his own estimate of all labor, materials, equipment, and incidentals necessary,for providing the maintenance of aircraft and vehicular traffic as specified in this subsection: The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly,but shall be included in the various Contract items. 40-06 OVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines,grades,or grading sections shall be removed by the Contractor,unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place..reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly,but shall be included in the various Contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the Plans,the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately, determined by the Engineer in accordance with the provisions of the Contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section,it is intended that all existing materials or structures that may be encountered (within the lines,grades,or grading sections established for completion of the work)shall be utilized hi the work as otherwise provided for in the Contract and shall remain the property of the Owner when so utilized in the work. Electrical and Mechanical equipment to be removed shall be salvaged and returned to the Owner,unless otherwise shown on the Plans. 40'-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines,grades,or grading sections,the use of which is intended by the terms of the Contract to be either embankment or waste,he may at his 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, .a - b. Remove such material from the site,upon written approval of the Engineer;or, c. Use such material for his own temporary construction on site;or, >a d. Use such material as intended by the terms of the Contract. Should the Contractor wish to exercise option a,b,or c,he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to:exercise op. on a,b,or c, the Contractor` r,• `` shall be paid for the excavation or removal of such material at the applicable Contract price: The Contractor shall replace,at his own expense,such removed or excavated material.with an agreed f equal .volume of material that is acceptable for use in constructing embankment, backfills, or othir'W se to.the extent that such replacement material is needed to complete the Contract wdrk: The' I1j4�+ Contractor shall not be charged for his use of such material soused in the work or removed fro,om the', I:w! site: l� Should the Engineer approve the Contractor's exercise of option a,the Contractor shall be paid,at �!. the applicable Contract price, for furnishing and installing such material .in accordance with' requirements of the:,Contract item in which the material is used. t.' 1-14 + ! r } z l It is understood and agreed that the Contractor shall make no claim for delays by reason of his exercise of option a,b,or c. The Contractor shall not excavate,remove,or otherwise disturb an material structure or art of y , p a structure which is located outside the lines,grades,or grading sections established for the work, except ywhere such excavations or removal is provided for in the Contract,Plans,or Specifications. 40-0B FINAL LEANING 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 s 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. SECTION 50 CONTROL OF WORK 50-01'ALTTHOFM Y OF THE ENGZr1EER. The Engineer will 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 will decide all questions which may arise as to the interpretation of the Specifications or Plans relating to the work,the fulfillment of the Contract on the part of the Contractor,and the rights of different contractors on the project. The Engineer will " determine the,amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the Contract. 50-029QNFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions,material requirements,and testing requirements that are specified(including specified tolerances)in the Contract,Plans,or Specifications. If the Engineer finds the materials furnished,work performed,or the finished product not within reasonably close conformity with the Plans and Specifications but that the portion of the work affected will,in his opinion,result in a finished product having a level of safety,economy,durability, and;workmanship acceptable to the Owner,he will advise the Owner of his determination that the affected work be, accepted and .remain in place. In this event, the Engineer will document his determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the Contract price for the affected portion of the work. The Engineer's determination and recommended Contract price adjustments will be based on good engineering judgment and such Jests or retests of the affected work as are,in his opinion,needed. Changes in the Contract price shall f be covered by Contract modifications(change order or supplemental agreement)as applicable. r Yf: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 f W'. „corrected by and at the expense of the Contractor in accordance with the Engineer's written orders:: 4 For khe purpose of fihis 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 the requirements of the Contract,Plans,and Specifications during the Contractor's 1-15 IN y � tt : 4+IF prosecution of the work,when,in the Engineer's opinion,such compliance is essential to provide an .r 50-06 acceptable finished portion of the work. � cvtt.5h'itt�iAts For the purpose of this subsection, the term"reasonably close conformity°is also intended to provide na1�d• id the Engineer with the authority to use good engineering judgment in his determinations as to Errgtr;acl, acceptance of work that is not in strict conformity but will provide a finished product equal to or K better than that intended by the require ments of the Contract,Plans and Specifications. 5"1 eq4nien 50.03 COORDRM=OF CONTR CT,EUNJ AND SPECIFICATIONS. The Contract, Plans, won Specifications,and all referenced standards cited are essential parts of the Contract requirements. etnods for A requirement occurring in one is as binding as though occurring in all. They are intended to beY operational complementary and to describe and provide for a complete work. In case of discrepancy,calculatedr dimensions will govern over scaled dimensions: Contract-Technical Specifications will govern over 50-08 Contract General Provisions,Plans,cited standards for materials or testing,and cited FAA advisoryJ; authir"` ..,�3�1 circulars; Contract General Provisions shall govern over Plans, cited standards for materials or ;��r or any part testing and cited FAA advisory=circulars;Plans shall govern over cited standards for materials or its#. used: 'Impt testing and cited FAA advisory circulars. , Taisptors as fore The Contractor shall not take advantage of any apparent error or omission on the Plans:or s' , Specifications. In the event the Contractor discovers any apparent error or discrepancy,he shall Ixr.-,pectors e. immediately call upon the Engineer for his interpretation and decision,and such decision shall be ` :r ofn►fau1 final. , °� . SpeClfiCa ioi d} k :referred to'# 50-44 COOPERATION OF CONTRACTOR. The Contractor will be supplied with four copies each of r 7 , N;54=a 5", 9. taf Plc the Plans and Specifications. He shall have available on the work at all times one copy of each of the ,. .� Plans.and Specification.-,. Additional copies of Plans and Specifications may be obtained by the "t to u�^peco� Contractor for the cost of reproduction. be fuhe+ �Y complete ar, The Contractor shall give constant attention to the work to facilitate the progress thereof,and he shall Eh cooperate with the Engineer and his inspectors and with other contractors in every way passible. The Engineer will allocate the work and designate the sequence of construction in case of ,°"• or uncover i controversy between contractors. The Contractor shall have a competent superintendent on the shatU:resto, work at all times who is fully authorized as his agent on the work. The superintendent shall be ,r l work;this e }; capable of reading and thoroughly understanding the Plans and Specifications and shall receive and L� of the 'cover, fulfill instructions from the Engineer or his authorized representative. f �+ wox�,sq eXp of the coves Y 50-05 COOPERATION BETWEEN CONTRACTOR. The Owner reserves the right to contract'for fF and perform other or additional work on or near the work covered by this Contract. : n ` ,� Any,work :;9 of the When separate contracts are let within the limits of any one project,each Contractor shall conduct ,Y ?4 irepaent his=work so as not to interfere with or hinder the progress of completion of the work being, i`'k Axe was to' Performed by other contractors. Contractors working on the same project shall cooperate with each R '" other as directed. y f Slwesthe ti c facil3it ,r 1..5 "t 1 �fa�,iii11i40 S Each Contractor involved shall assume all liability,financial or otherwise, in connection with h� xs` ` x _ a; Contract and sliall'protect and save harmless the Owner from any and all damages or clainitia that y p' �ttlTtr Ct`,.a +t',r : may arise because of inconvenience,delays,or loss experienced by him because of the resence and ' Y p a , operations of other contractors working within the limits of the same project. r jY conorrn t ;5�4 The Contractor shall arrange his work and shall place and dispose of the materials being used sfl as , not to`interfere with the operations of the other contractors within the limits of the same project. He �inacta ,L ; CO shali'join his work with that of the others in'an acceptable manner and shall perform it in proper. k' se uence to that of the others. r eft Y q 1-16 ii +�{$ • t .ill f f 4 ��,7�d�Y.,'='4Y) • `...� I ;•.� .. . . .. .. � _':i8 vt+.�;�'{1v�{rte��Ga�zt���s'}�i�'k,�s�!�, �., z ,.. � 's'E—r " az► 50-06SONSTRI M- ION YOUT AND STAKES. The Engineer udll establish only horizontal and vertical control for the Contractor, and the Contractor shall set all additional stakes for the layout and construction of the work. The Engineer will fitrnish additional information,upon request of the Contractor, needed to layout and construct the work. The Contractor shall "take available, when requested by the Engineer,adequate hells to perform the as-built survey. or 50-07A1_aQM 'r-�L1,Y C NMOLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the Contract and a breakdown or malfunction of the automatic controls occurs,the equipment may be operated manually or by other ts. methods for a period of 48 hours following the breakdown or malfunction,provided this method of tie operations will produce results wluch conform to all other requirements of the Contract. `{heed `ver; 50-08 AUTHOI. ITY AND DDS OF INSPECTORS. Inspectors employed by the Owner shall be ry authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation,fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the Contract. ?, Inspectors are not authorized to issue instructions contrary to the Plans and Specifications or to act i as foreman for the Contractor. or hay Inspectors employed by the owner are authorized to notify the Contractor of his/her representatives } of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decisions. of.. { 50-D9 INSPECTION OF THE WORE. All materials and each part of detail of the work shall be subject 4 ;. to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a ..,w' complete and detailed inspection. If the Engineer requests it,the Contractor,at any time before acceptance of the work,shall remove of : or uncover such portions of the finished work as may be directed. After examination,the Contractor ' shall restore said portions of the work to the standard required by the Specifications. Should the work thus exposed or exanuned prove acceptable,the uncovering,or removing,and the replacing of the covering or snaking good of the parts removed will be paid for as extra work;but should the r7 work so exposed or examined prove unacceptable,the uncovering,or removing,and the replacing of the covering'or making good.of the parts removed will.be at the Contractor's expense. t ' j r for { Any work done or materials used without supervision or inspection by an authorized representative t ;r of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's trot :, representative failed to inspect after havh-ig been given reasonable notice in writing that the work clew was,to be performed. Should the:contract work.include relocation, adjustment,,or any other.modification.to existing . facilities,not the property of the(Contract)Owner,authorized representative of the Owners of such facilities shall have the right to.inspect such work. Such inspect shall in no sense make any facility It hss;r; r Owner a party to the Contract, and shall in no way interfere with the rights of the'parties to this Contract. 50-10 KEM_OVAL OF UNACCEPTABLE AND TJNAUI'I IORI7ED WORK. All work which does not. conform to the requirements of the Contract, Plans, .and Specifications will be considered unless otherwise determined acceptable b the Engineer as provided in the subsection unacc�p�ble, P Y P titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. , r ' 1-17 7 /td , t � i z III ;x Unacceptable work,whether the result of poor workmanship,use of defective materials,damage accept it ai ` though carelessness,or any other cause found to exist prior to the final acceptance of the work,shall uaut be removed immediately and replaced in an acceptable manner in accordance with the provisions provl'�iori K, of the subsection titled CONTRAC`TOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer,work done beyond the lines shown on'the the eritn' ' flans or as given, except as herein specified, or any extra work done without authority,'will be and came considered as unauthorized and will not be paid for under the provisions of the Contract. Work so and'S done may be ordered removed or replaced at the Contractor's expense. Contra+cto f' Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made If,'liawvevi under the provisions of this subsection,the Engineer will have authority to cause unacceptable work grter to be remedied or removed and replaced and unauthorized work to be removed and to deduct the Carilrcta costs(incurred by the Owner)from any monies due or to become due the Contractor. has been LOAT2 ItWRICTlON . The Contractor shall comply with all legal load restrictions in the notify th r hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. 5U- 1i additions; The operation of equipment of such weight or so loaded as to cause damage to structures or to any Flans, os other type of construction will not be permitted. Hauling of materials over the base course or surface writing a course under construction shall be limited as directed. No loads will be permitted on a concrete he;bases pavement,base,or structure before the expiration of the curing period. The Contractor shall be opportune 1 y responsible for all damage done by his hauling equipment and shall correct such damage at his own Contata expense: :: Conti . - w�die coo 1 5i)-I2 jy j�TT ANCE 1~!L ?�iG CONS"TRI;JC'�ON. The Contractor shall maintain the work during the-cliftn I: construction and until the work is accepted. This maintenance shall constitute continuous and { effective wank prosecuted day by day,with adequate equipment and forced so that.the work.is _ �.considera 3 maintained in satisfactory condition at all times. y { N*ftiu In AM case.of a contract for the placing of a courw upon a course of subgrade previously ccnstruc6ed, t papn�et 1 / the Contractor shall maintain the previous course or subgrade during all construction operations. All costa of maintenance work during construction and before the project is accepted shall be. r F� included in the unit prices bid on the-various Contract items,and the Contractor will not be paid as p additional amount for such work. S...F., 5K1-13 EAlt�t3h' 'I� AhNTAIN THE[r1fiORK Should the Contractor at any tim fad.to maantaar the" bbl. work- as-provided in the subsection titled T3� CONSTRY3CTTON'of.thass `: R� AM 1 { f section, the Engineer will immediately notify the Contractor of such auuticaxnpM Such 4 s a n�th�atim shall specify a re+8.�oxhabhe hale within which the Contractor shall be required fio y . txh MCV hS&Ctory maint ii Na ice cW�I.i0ft 1Alc{iLI�C��'pe d will give due�.\AO.yi �L1YYY,�iYR. ' ki.1{f. I ���y�����yy�� �wa �t! f it i i. 7 eyi.7 eywy that . lsby' i►Mi. r We Qrh,'�.�: (�.,�..�.,�y�, ... :. .. .y,�,,,�. 1S SE �.VlE�7lhRWl fad to is t1w .r+r1,J t`C9 t t 4 work ileEmay for 0*Owner to emect such Msa6SfaCtJQi�1'�htlteYl�HICe�, 1g on � ;;4i� c w the eat ,that eausts. My msintenancevoat�uared by:the ,shall be dedh cted froszh � ;'3 �`� �> ins En w4r%ks due or to .due,th a Contactor. 1 t �y�. ,mot. 1...� the p of thde pnb�e[t tllc.�.R7li�¢>�LS+b�a u ' Iyf�a�,t�an t.�/� ��y /�f , .V� a M�Yil3{�o poi im of the��{i�G Q . o .� J` �y�My�y�. �p�i1�' ii . �y� �.p�i���.��s' ,/� _.�.j j�'y]�� �j;��,� �.P•-Liv►ry♦lam-NVR� 7YR \V" iliiY�C iii�i��{At YlilL. al gl�. fl��C1 u �that the uxnt his been sata�fail�cm�Ah c+� 'hthA the Contract,he male 3 1 7. I �y<i wr Y;S it '17 <p r .z ._ : - - - r e r.i..���,�.,,,::_ •P. �n t .tr rYi ti ha'li{.t,r r l r r r ram '. t 1 \!F�ky�3iV�4yf4 11'i ���i�� �1/'!•���P�Y/lllri�l•Petro�i� ..rte � - .. .... .' .,....a.. ... .:..rC i sl accept it as being completed,and the Contractor may be relieved of further responsibility for that Itnit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the Contract. 50-15 F1�N AM -AbLCE. Upon due notice from the Contractor of presumptive completion of n � i the En project,the,entire p , Engineer and Owner will make an inspection. If all constructs 1?e : Pe on provided for and contemplated by the Contract is found to be completed in accordance with the Contract,Plans, s° and Specifications,such inspection shall constitute the final inspection. The Engineer will notify the x, Contractor in writing of final acceptance as of the date of the final inspection. made. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the WO1e Engineer will give the Contractor the necessary instructions for correction of same an �t the ' d 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 Z° e has been satisfactorily completed. In such event,the Engineer will make the final acceptance and � n. notify the Contractor in writing of this acceptance as of the date of final inspection. lieve' 50-16CLAIMS FOR ADTUSTMENT AND DISPUTES, If for any reason the Contractor deems that additional compensation ss due him for work or materials not clearly provided for in the Contract, Y Plans, or Specifications or previously authorized as extra work, he shall notify the Engineer in writing of his 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 Contractor for keeping strict account of actual cost as required, then the Contractor for 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 an calendar days, submit his written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection.shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. SECTION 60 id an } CONTROL OF MATERIALS n the 60-01 SOURCE OF SUPPLY AND QUALITY REOU1REIVIENTS. The materials used on the work shall conform to the requirements of the Contract,Plans,and Specifications. Unless otherwise specified, such i su�:h materials that are manufactured or processed shall be new (as compared to used or 1edY ' :"reprocessed). ,the In order to expedite the inspection and testing of materials, the Contractor shall furnish complete p . W , statements to the Engineer as to the origin,composition,and manufacture of all materials to be used an ,Y in the work.:Such statements shall be furnished promptly after execution of the Contract but, 'in all #`n"3 ' eases,prior to delivea of such materials. romp. `4 y S At the Engineer's option, materials may be approved at the source of supply be t "�` pp Y fore delive is 't } w s#arted. 'If it is found after trial that sources of supply for previously approved materials d not etor,, produce specified products,the Contractor shall furnish materials from other sources. s i 1-19 : j t A T. 5. z The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition,where an F.A.A.specification for airport lighting equipment . is in the Plans or Specifications,the Contractor shall furnish such equipment that is: ShatRld.tw t 'J a. Listed in the F.A.A. Advisory Circular(AC)150/5345-1,Approved Airport Lighting ; / t .Equipment,that is in effect on the date of advertisement;and, rtaiteirlal01 t equal!"U S1 Produced by the manufacturer qualified (by F.A.A.) to produce such specified and } listed equipment.. Engir r of certifica , . ► 60-02 LES.TESTS AM CTTEI?SPECIFICATIONS. All materials used in the work shall be t , inspected,tested,and approved by the Engineer before incorporation in the work. Any work in 60 L which untested materials are used without approval or written permission of the Engineer shall be source,?an, c performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not inspected be paid for and,if directed by the Engineer,shall be removed at the Contractor's expense. Unless methods 01 otherwise designated,tests in accordance with the cited standard methods of AASHTO or ASTM matetial'or i' which are current on the date of advertisement for bids will be made by and at the expense of.the w 4; Owner. Samples will be taken by a qualified representative of the Owner..All materials being used Should they E are subject to inspection,test,or rejection at an time nor to or during incorporation into the work. i bl �P rel Y prior g' rp Copies of all tests will be furnished to the Contractor's representative at his request., producer m i t / t a., The Contractor shall provide and pay for.the quality tests and mix designs for each,type of concern.thE 4 + material:required (P-209, P-401, P-501, etc.). If a mix design does not meet ±he requirements of the �r Specifications'or if the Contractor desires to change material sources,including as dement,the Contractor will be required to payfor the additional mix designs as well. j space.#hat>< should be c A The foist set of density tests in each lot or area will be paid for by the Sponsor. Additional tests required because.the initial density tests ailed shall be paid for the Contractor. This does not include ' t { f P �J z It rsundrs4 rdensity tests taken with a nuclear densi2Y machine unless the testing laboratory is charging for individual = tested and;a :.tests or additional machine rental time is incurred because the Contractor failed to obtain compactions Proctor Have tlie:irig +r{ , tests required because the Contractor changed aggregate sources shall be paid for by the Contractor. Contract,Pl r ct,. 60-03CERTIFICATION OF CO TART The Engineer may permit the use,prior to sampling and KGS testing, of certain materials or assemblies when accompanied by manufacturer's certificates of u ,and'. q compliance stating,that such materials or assemblies fully comply with the requirements of the lie i >ISpectec .Contract. The certificate shall be signed by the manufacturer. Each lot of such materials "of o crn'but prom F.'i st t' assemblies delivered to the work nnust be accompanied by a certificate.of:compliance rn which tfie l0itaterials tc Iot rs clearly identified.. t 11�atenals or assemblies used on the basis of certificates of compli ance maybe sampled and tested ,. ^ d y " t iii+ r'.tq5 {t k 1 J at;any t><rne axed if found not to be in conformity,with Contract,requiirements wiU bo sub10d,101""'. r t ut yvri ertion whetlier:in' lace ,rel ornot. + �; :, form'and distribution of of com fiance shall 1 �`ruftf.• p be as approved b eer 5d �3 i y the Engm stnrra ;T When a material or assembly is specified b brand Warn '''< Y 1� Y e ar:equal and the'Contractor+elects to C! t�� ar'� h ttxrershi the specified brand name' the Contractor shall be required to furnish the manufacturer's ro 1 certrfiicates of compliance for each lot of such material or assembly delivered to the work Such { \ certificate of compliancQ shall clearly identify lot delivered and shall certify;aslta e + ' eRt a. Conformance, to the specified performance, testing, :quality. :or dimensional i re' r " r requirements;and Qt. :r-2a �T f , �.v.tyi�haX.���+:Ka'yy`,.i +KF+•• { «..». .. -r „,...,- . ..... .,i '.. ��17.4�yl t�g � t .. '`� [' wKjM ..-c,".Y.q.a•...n. rM U..:4eA4+ ky, w.ti't^'h 4i,'P,�M1&a913i!Yl�r�+,��y�'.^ !!}ixlM :fl;: .` n fl C 3 r 4 111 i �i'_` r t b: Suitability of the material or assembly for the use intended in the Contract work. i Should the Contractor propose to furnish an "or equal" material or assembly,he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name >, material or assembly. However,the Engineer shall be the sole judge as to whether the proposed"or ♦` -" i equal"is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis � of certificates of compliance. } l rk in 60-04 PLANT INSk'ECTION. The Engineer or his authorized representative may inspect, at its ,be source,any specified material or assembly to be used in the work. Manufacturing plants may be ' not inspected from time to time for the purpose of determining compliance with specified manufacturing mess methods or materials to be used in the work and to obtain samples required for his acceptance of the f ` Tlyi' material or,assembly. 'u.5e Should the Engineer conduct plant inspections,the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. J b. The Engineer shall have full entry at all reasonable times to such parts of the plant that e _ concern the manufacture of production of the materials being furnished. of the c. If required by the Engineer,the Contractor shall arrange for adequate office or,working I1c1 i : space that may be reasonably needed for conducting plant inspections. Office work working space. should be con'venientl located with respect to the plant. tests• elude It is understood and agreed that the Owner shall have the right to retest any material which has been zndual. tested and approved at the source of supply after at has been delivered to the site. The Engineer shall have the right to reject only material which,when retested,does not meet the requirements of the Contract,Plans,or Specifications. 60-05 STORAGE OF MA17ERIA S. Materials shall be so stored as to assure the preservation of their ,tes quality and fitness for the work. Stored materials,even though approved before storage,may again of the: { be inspected prior to their use in the work. Sorted materials shall be located so as to facilitate their a1.s o f„ 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 Y n 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 t c'� vehicles shall be as directed by the Engineer. Private.property shall not be used.for storage purposes wWAout written.permission of the owner.or lessee of such property. The Contractor shall make all L 1 �rrangeitents and bear all expenses for the storage of materials on private property. Upon request; n the Contractor shall fun-tish the Engineer a copy-of the property owner's permission. R"storage sites,on private or airport property shall be restored to their original.condition by the . _ C',ontractor at his expense,except as otherwise agreed to (in writing)by the owner or lessee of the i 3,3,. ., ,t t ttler�S;r property: `Such .60 _E MAT ERIAIS. Any material or assembly that does not conform to the r, r re uire'hierits of the Contract,Plans,or Specifications shall be considered unacceptable . q p cce table and shall be P Sid rejected.,The;Contractor shall remove any rejected material or assembly from the site of the work; h .. ,y ; unless'otherwise.mstructed by the Engineer.. t; r 1-21 Lo - J r zF; _�. .. , , :•:� : `, �'. �� S �r�r�er�ia3�r,assay, �.of�+#udli larva men�cora�cted uy�+Cflx�#��or,sal ��.� �rt'ue�s.. �kr,l ' �e r��l�rrrped�o the siixe�a�vrvtk �su�h tara�e�s xhe�nr hms apprpv!ec��s use sn v�q�c. . ... r4. Y ����� ' Y' .. �� y. ,5p,�J► �tC�►s�',s�c+r shy�x�xaxsh a�i ma!teri4alz;r�squ�ed#Jo '� �}��,,.�,,,,{�pS s t�t-E6 lC�� �B ,�►,p�a'X�@�# ��N�lti°,'S�.heCLbT�!(�,a�y��o�'�tdl'3 +85�Sby ''�Yj7E�r. �YYla�el's i#'.J furxa�s�ed nna�g wild�e�.+de x�vsilable to tfi+e Ctir�ractvt,�t�l�e 1.oc�r�ti�n sP�t�r+sin. �� '' ,�� t� .��. sF �', � 4��iUrfy�,�irB3k�cxA�r4f,Yi the C>f���0�8$�Or##O A��±1'aQdik.s�tAr�P1,�, may;;, � � � hvS" .rt. �, `! < ?Jr]S#i6f�lt3��Viiet^!flJ�Cti tDR��4'r]�.�5 Shall��iCiC�a9t�tY1t�t�rut pa�.Ge #or�'�l � t � � ':' ,1: �1� l�T�1."r^!f!U]f3171�+�1�t��&terxal).8 ed,ed. ��'. /�(_f.�� ,, '�y�iNr�'r��lS��t�7 t�'li.�l hays bc�ex+ Y�r�#.o the��tDr1 S��i ±�oz�.ia'�Ctwr � ,�;'. � ', ' ' � raSakr�fas,may�3iemurrag+e,dt��ana,�e,lam,oar Q#�r�x�aes� y r�� ; � �,� moor's ha�d'liaa sftar,a �#ae�+i��n►�!!� i ,g, �,or�e o�ssu�a+Chn��er-�fi�rned nr,Lat�r�ai, t�4� �a� '�� frc�,ax�ry�s,dame Qr to b�dame t#Le C �Eor,atiy�€r�rr�ed by#�!�»►r�er�s t�a�� - ` , .stac�i,mss�du+e ba fih�e C.c>rttrado�r s hanu�ixag,ator�age,pr use�f Cl�r,�er�rt�nsi rn,atet�s� � ..d I i4 ��S � .. i,f� 1R?�iV�16p 4 SF�'fi�llll�� `` �. , `� � LIiGA.�,dt�LA'[�ICDI�'�A.l�h P'�3NSIRdI.i�'YTA F[!>3A.i+� �;� �gr3' f..�VI F fA'�� • ��7Me�il1#�C�iOr btI2�,U j �lT�y�A ���Xtl���9�A`. - ,`�,' r r ..,..,vi � � ,.t<,,,... +'` '' �dal.��✓s,+vrataeaes, at4�nS,�ud s�Qr,�de�srtmd�c�r�sA,f�;Or�tu�sls `� _. 7 �aa�vs, , re�uia . I,s' �,►Q�,+parr��ah in�y!w£a y affsc#the ������ ��1d at sil 4�es t� '�oa�tpiy � ..� �;� '��'s�!�A�� �� �� � ��+rxt�v.adt s�cf�.1��+'S,p�ius,�,�latmoiks,peers,�armd mss; 11 prcrt,�#mod.ix�ifg� � � '8' ��its�ls� r.� s��t t�s .Est. sera► s�,g�i+ �y�,�z li�sllty ,g �bz�sil� ;; - t ;:" } ,: i, � �ffi�ers ,or r #��' ;° lam:+�inl�t�or�i�F�y i 1a�r,and�ar�;�r��►lalaorr,Armor,Ar�1,�'+ee, �i+�r ley lak�s�iE�r'his �=�F A����! . , �q 3 !�iYl!� � •�^�r V►I�I�ii�F^J!+I.Ti�1'�'�J}M�� �4����FMy ;,.H ,�Sf.S�'U;i ft�0.Yxbi , ';` �f � �!1 r ,��'iNSr l+aas�s; movie Ell! rw�es r+ ssary ara�d �t�gclteil to l� 'ia►4Q►�ui _; ,� � l > k� �r ���t��e�� � { � 7(.I�I1�.M �... .. �Ayk�� N �TT�� l`�^/�`lMl�.�r�!� Ltd➢ t/P +Y,f )C ' t1��'.Prlvw. � f��Y�� �j . �' r '. �r � �Qx prss��+'s.'r�by 1t��p�t�r�t I,ar���3��,� .� , ;, =3 C��+ �� 3 ���i 13'd'iy t#�ir�i�i�y,Ar'��61 �► 414: � �.� °�,r �m°j1� i!�,j � ,y/�yu�lpg�Q i�Ay4.s�r���/r�ue /�t*��/!�l�ej,��j +�y�"�;_ttq��c��.ps���j'E/�ppy i►��,ps ��}�i/t/_c��dpd,���]3i� ;�� � ���� f' ' !�.:��?¢ice; 1r�r 7�'!'1!�1�F��.1',, -W�'7/y�. ,7y��J.:� MF TAI/x/�IfNVi►►r R!'fMr/1/1'�nf/i.�4��P��►'i�.MR4'.�ti!I7�R��M,/��®}�y����.�i ',, f` a� � 'X Y) � /��NiR�'JrfR t 1e�{A J...1: i �� ���+��Ar r the�+r��p��+lE�� 5< , � �'� 71��9 �� �x>� 4..sY :: ff. r �y,,� t r� ta',�s t.� ': r 'F ::- A�i������l����9������ ���1�,� !��y �a�j �f '� s - y� ��T(1 II{I 1^�iR'� a'7 �LN ���rL /fir a,tnC��tr�`�' _ ,. <`t4�� ` ) x� T.�� ��� lII��'IE� �����Rir���� .. 1�i+�R'����+�►fM�y Mi� �}7/M�Lry1��p�/�4 �.�J# ..� .111 � *y' J7 :�; ��t$±c�+���#a �'y�t�t�ty kA���,��.Prss'Nf�irY�1!'�; (( 1 1 r .:i r� ��,,e; ��C pt���t+e��y b�r��j'r F,A.A.,,�r ���,pr�.may ,. �-� ���h '�. ��iP'}�!+i�� �Ai�t'�A �altlhoR 't!A fiAli�TiR�/�1E�'�0!li�t�P� `lx 1''��n;n .` i,,� � z� t�`'�' `� �i'�r - �'"""l / +�� '�r'T'liD T R7' !R! �'�U�4rifMFi!�P�: i ��r -�T� �'�f 'dfl'Ar � the rU ���fiYli#}���t' r�i 8��3A�r��'YY��41C'�'. Ilu'. it �. f �'1�ro1 .c'tYl tee �� 'A)//�� 5 £ E� r I a F rtd 1, ,. � 1 r' t f i� I r .. .. p i ;.s yy �.: t 5�R f� FXx'° •'s4W4FM Y n.,..,.:.�. ...�... ,. .. .. ..... .. �. .. r. L k ,r . �•iT ta} a� mt si� �" ��� .:'�s-"� #�. 'Vcv[s i1.%(•tbr.>t�.:q�1Nia:s�MrwK.w.ar ... ..iF�r.v.���� �.sa4' rR#�. 'r"�'�5� iL,i {!t i � `'" _�;E �L.#t9x5MvG,Af sy�� , { � c , ,. :..---�' ����fl f b 1 s..i�,rr v�y.' fLf �+ i E ti Y� �r�Fxy�„ �': t, ✓ h �1 `U S f, ' H t ` f ��gt"'4K es;� .rt��t J�.�{t;}ix1 Y�''3 Xr ��, t. i.i r � 1t ,,.�. �. .�� 1 £{s c' r"3 "sit ai+.9zr'i#�i3F*",.�1�(1&}t..t;y � rx f 'ui"s it ',Ctor Shall owners by arranging and performing the work in this Contract so as to facilitate such construction, drk- reconstruction or maintenance by others whether or not such work by others if listed above. When t ordered as extra work by the Engineer,the Contractor shall make all necessary repairs to e work th which are due to such authorized work b others, t d to y unless otherwise provided for in the Contract, Plans or Specifications. It is understood and agreed that the Contractor shall not be entitled to make r' any claim for damages due to such authorized work by others or for any deli to the work resulting from such authorized work. Y g OrdVf anrl. >. m 70-05 FEDERAL AID PARTICIPATION. For A.I.P. Contracts, the United States Government has 1 ` agreed to reimburse the Owner for some portion of the Contract costs. Such reimbursement is made from time to time upon the Owner's(Sponsor's)request to the F.A.A.. In consideration of the United States Government's(F.A.A.)agreement with the Owner,the Owner has included provisions in this Yctt?r''s' Contract pursuant to the requirements of the Airport Improvement Act of 1982,as amended 1.d by the ttg the Airport and Airway Safety and Capacity Expansion Act of 1987,and the Rules and Regulations of CC the Federal Aviation Administration that pertain to the work. is makin raala � As required by the Act, the Contract work is subject to the inspection and approval of duly ' authorized representatives of the Administrator., Federal Aviation Administration, and is further i subject to those provisions of the rules and regulations that are cited in the Contract, Plans or �R Specifications, I No requirement of the Act,the rules and regulations implementing the Act,or this Contract shall be construed as making the Federal Government a party to the Contract nor will any such requirement w interfere,in any way,with the rights of either party to the Contract. .: itnd State tribunals . ` 70-06 SANITARY, HEALTH AND SAFETY PROVISIONS. The Contractor shall provide and csrt the` 1 maintain in a neat sanitary condition such accommodations for the use of his employees as may be cO PIY �' necessary to comply with the requirements of the State and local Board of Health or of other bodies s me or tribunals.having jurisdiction. rae; `on or'lusl` x Attention is duected to Federal,State,and local laws,rules and regulations concerning construction ` safety and health standards. The Contractor shall not require an worker to work in s Y urroundings 'tt ` or under conditions which are unsanitary,hazardous,or dangerous to his health or safety. Ytses,pY. E d lawful r 70-07PUl3LIC CONVFNIENCE AND SAFETY. 'The Contractor shall control.his operations and those of his subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances,safety shall be the most important consideration. e used or, J tf The.Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic tra for with respect to his own operations and those of his subcontractors and all suppliers in accordance � r w1th subsection MAINTENANCE OF TRAFFIC of Section 40 and shall limit such operations for the .{ f convenience and safety ty of the traveling public as specified in subsection LIMITATION OF t OPERATIONS of Section 80. 70-08 B I a jA RRICADE,S,WARNING SIGNS AND HAZARD MA RIQIVGS. The Contractor shall furnish; erecE;and maintain all barricades,warning signs,� g and markings for hazards necessary to protect the M right t �t: public'and ithe work.;When used during periods of darkness,such barricades,warnin si and `SELixi .zazard mar kungs shall be suitably illuminated..For vehicular and pedestrian traffic,the Contractor jyl rvlrx``of 4 k rF shall furnish;erect,and maintain all barricades,warning signs,lights and other traffic control devices '4f," ; iwreasonable conformity. with the Manual of:Uniform Traffic Control Devices for. Streets and Highways(published by the United State Government Printing Office). a tctlity tY Su { t 1-23 L , 1, t . (ty d t r• +s.'s When the work requires closing a movement area of the airport or portion of such area,.the i Contractor shall furnish,enact and maintain temporary mar and associated lighting conform' ' ! m the requirements of FAA Advisory Circular 150/5310-1.G Marking of Paved Area on Airports. q't .•. � 'characteri.b app The Contractor shall furnish,erect,and maintain markings and associated lighting of open trenches, excavations,temporary stock piles,and his parked construction equipment that may be hazardous r t s to the operation of emergency fire-rescue or maintenance vehicles on the a or pe ge cY airport in reasonable or acts gt _ conformance to FAA Advisory ircular 150/5370-2C, rational Safe on Airports Duriri ry Safety g ; Construction Activity. or,mounts O C1 ` The Contractor shall'identify each motorized vehicle or piece of construction equipment m yytt case reasonable conformance to FAA Advisory Circular 150/5370-2C. �� or claitas fo O'erect The_Contractor shall furnish and erect all barricades,warning signs,and markings for hazards prior r Contra` or. r ' to commencing work i which requires such erection and shall maintain the barricades,warning sgns; s d i P 6 ` and markings for hazards until their � dismantling is directed by the Engineer. •�',> , ?o4l ti Open flame type lights shall not be permitted within the movement area of the airport. jr,the Confiract t : 70-09 public ua`n IVES. When the use of explosives is necessary for the prosecution of the work, Cantrart to,;l `' "' ` the Contractor shall exercise the utmost care not to end ange r life or property,including new.work j: - provi.�tcins o The Contractor shall be responsible for all damage resulting from the use of explosives. 0-13 " AL explosives shall be stored in a secure manner in 7 compliance with all laws and ordinances,and i all such storage places shall be clearly marked. Where no local laws or ordinances apply,stora i Se . try com leh©nc shall be provided satisfactory to the Engineer and,in general,not closer than 1,000 feet from the on the plans, work or,from any building,road,or other place of human occupancy. s Upon pqr np] The Contractor shall notify each property owner and public utility company having structures or . ` yawner iitcc S jlr c facilities in proximity to the site of the work of his intention to use explosives. Such notice shall be g ; t given sufficiently in advance to enable them to take such steps as they may deem necessary to protect 11Ta Part onA their property from injury. F i a• Pow The use of electrical blasting caps shall not be permitted on or within 1000 feet of the rt suich un g P sry property. a'rp° or-mteriiitte r� 70-1Q r azrep tee o N PERTY The Contractor shall dance o tih be responsible for the presem, ationof ail ublic and ovate property,P P ' p perry,and shall protect carefully from t�ubance or dama ail land monuments and ' ro r marks until the.Engineer has witnessed Cb� des ge p pe tY s or otherwise referenced.their location and shall not move therm until directed: The Cticaci The Contractors be re Wor uw, t sponsible for all damage or in' of an t )mY to PmPeY. y character,during the of'de or h1 Prosecution of the work,resulting from any act,omission,neglect,or mascollduct in his manner or `v' �1) method of executing the work, or at any time due to effective work'or. materials, and said ? 1 f responsil�il�ty wrill notbe relea d:until:the:projectihalthave been let z comp ed,anti ac tied :, of When or where any direct or�indirect damage or injury.is done to'public or private pro b '`or an accotuit:of any-ac t,,omissio neglect, ' Y {r' consequence of the nonexe ceition thereo by the'C h shall restore at his.o£ the work; 'or:in actr g the his own expense,such in graperty to a-condition similaror.equal to that existing before such danla or' r repairing, ` &e,. injury done;by pairing, wilding,or otiierwise restoring as maybe directed,or he shall make good such damage x"2° or unlurY an acceptable manner. �.j• �j t yt • � ind�l;n.�t Y t x 1_24 ', t ' £a.. rsx••+"°' ""` .'"*"' yd+wt,.+-.v.tt.++.fiaee;ef�'r ew.•.+«xt+usraz+l-F,.•..u.... •••+���,,,,+`''r Fr '- to ,: .. '. r. Ct `tsh.9t`e.. .44kiS �I`pTS.f.i' F,t Yn't� i ':F t .. - x' • r �r e t 1 L-a j the 70-11 R SPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless b�min the Engineer and the Owner and their officers,and employees from all suits,actions,or claims of any l'ports, cluracter brought because of any injuries or damage received or sustained by any person,persons, j or property on account of the operations of the Contractor;or on accaunt of or in consequence of any enches _ ,; neglect in safeguarding the work;or through use of unacceptable materials in constructing the work; r rdokis .: or because of any act or omission,neglect,or misconduct of said Contractor;or because of any claims �na�bli or amounts recovered from any infringements of patent,trademark,or copyright;or from any claims bunng ; or amounts arising or recovered under the "Workmen's Compensation Act", or any other law, 1 ordinance,order,or decree. Money due the Contractor under and by virtue of his Contract as may t be considered necessary by the Owner for such purpose may be retained for the use of the Owner 4'ent An or,in case no money is due,his surety may be held until such suit or suits,action or actions,claim " . or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner,except that money due the Contractor will not be withheld when the is;pnor. Contractor produces satisfactory evidence that he is adequately protected by public liability and g signs, property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the Contract that it is not intended by any of the provisions of any part of the Contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the work; Contract to maintain a suit for personal injuries or property damage pursuant to the terms or r;want. provisions of the Contract. 70-13 OPENING SECTION OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor ea,and to complete portions of the contract work for the beneficial occupancy of the Owner prior to storage completion of the entire contract,such"phasing"of the work shall be specified herein and indicated 0zrithe on the plans. Upon completion of any portion of the work listed above, such portion shall be accepted by the ures`or owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. ,�all'�e • proms No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis,such openings shall be made when,in the opinion of the Engineer, axrpoirt ouch portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in.the work and shall not constitute either 4 acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any ur shall ;. damage to the portion of the work so opened that is not attributable to traffic which is permitted by 1 frown the Owner shall be repaired by the Contractor at his expense. y messed ' z The Contractor shall make his own estimate of the inherent difficulties involved in completing the x j Work under the conditions herein described and shall not claim any added compensation by reason rang ate " of delay orincreased cost due to opening a portion of the Contract work.: nnef 6r t � r t " id said 7014 CONTRA-- RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance �. " ` ` a`$ r" of tlie,entire cam leted work exce tin onl those ortions of the work acce ted in accordance with sizbsectian titled PARTIAL ACCEPTANCE of Section 50,the Contractor shall have the charge r k�fi4T:Jr Y Qr `1 ; _ and care thereof and shall take every precaution against injury or damage to any part due to the mr ficti on of.the elements or from any other cause; whether arising from the execution or from the- ,�a¢ of the work..The Contractor shall have rebuilt,rep aired,restored,and made good all injuries sum rJ nonexecuhan oast b' ;f `L or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear,.the a erase.thereof except as stated in paragraph 70-13 above, and dama a to the work due.to iamage , x xp f eP g �` unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, �r including but not restricted to acts of God such as earthquake,tidal wave,tornado,hurricane or other E : cataclysmic phenomenon of nature,or acts of the public enemy or of governmental authorities.. L " `. 1-25 � t �i W N -nom.—r 1r } 4 If the work is sus ended for any cause whatever,the Contractor shall be responsible for the work 70 �5 ,• . P to prevent damage to the work. The Contractor shall way upon' and shall take such precautions necessary p t rx tem ora structures,signs,or other facilities provide for normal drainage and shall erect necessary p rY 70r�7 at his expense. . During such period of suspension of work, the Contractor,shall irestablished sir ineXer,` ._r � 4A continuously maintain in an acceptable growing condition all living material in y upon the plantings,seedings, and soddniig furnished under this Contract,and shall take adequate precautions an'ciffi to protect new tree growth and other important vegetation growth against injury- iepretat 70-15 P 70 Z8 in subsection 70-04 RESTORATION OF SURFACES DISTURIBED BY OTHERS of this As the owner of an public or private utility service,F.A.A. ,shall xiot ' section,the Contractor shall cooperate with Y P .P or National Oceanic and Atmospheric Administration e1(� �ct�reconstruct or maintain such ? b� re or government agency that may be authorized by ; from the utility services or facilities during the progress of the work. In addition,the Contractor shall control 4 NQ ty t :die part o his operations to prevent the unscheduled interruption of such utility services and facilities. Owner`of. } qu ,"quue }} It is'understood and agreed that the Contractor shall, upon execution of the Contract, notify the s i owners of all utility services or other facilities of his plan of operations. Such notification shall be in The on 1 writing addressed to THE PERSON TO CONTACT as provided hereinbeforeo this section. copy Yatent'de E the subsection title.RESTORATION OF SURFACES DI<;TURBED 13Y OTHERS under an' of each notification shall be given to the Engineer. general written notification hereinbefore provided,it shall be the responsibility of' ?0- 9` In addition to the gen local lave the-Contractor.to keep such individual owners advised of changes in his plan of operations that <precantib would affect such owners. r { Prior to commencing the work in the general vicinity of an existing utility service or facility;the ; p{ r Contractor shall again notify each year such owner of his plan of operation. If,in the Contractor's 7a2Q'` opinion,the owner's assistance is needed to locate the utility service or facility or the presence of a I representative of the owner is desirable to observe the work,such advice should be included in the sl d6 s rep e notification. 'Such notification shall be given by the most expeditious means to reach the u ty 9.H>storic l' owner's.PERSON TO CONTACT no later than two normal business days prior to the Contractor's a commencement of operations in such general vicinity. . The Contr actor shall furnish a written Sliovxid.tl summary of'the notification to the Engineer. or olio" rect f z t ntractor's failure to give the two day's notice herein above provided shall be cause.for the s IOC°n The Co � d,'wl'• :"Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility: 9 if ;q.Y QQ 4.4' } Wil Where the outside limits of an underground utility service have been located and staked on the iaac➢�aeal k�3 gaound,the Contractor shall be required to use excavation methods acceptable to the Engineer within icovared `k 3 feet of s4ch outside limits at such points as may be required to insure protec9ion from damage due t' �roVifle 4 ; a to the Contractor's operations. �g Should the Contractor damage or interrupt the operation of a utility service or facility by accident `A l } ' he shall immediately notify;the proper authority and the Engineer and shall talcs all '} ' > 4 t'r r of otherwise, reasonable measures to prevent further damage or interruption of service. The Contractor,in such events,sluill cooperate with the utility.service or facility owner and the Engir+�eer continuously until s` , _ d service restored to the satisfaction of the utility"or facility owner.` x daimage has been repaired an ? gPR' The Contractor shall bear all costs of damage and restoration of service.to any'u,, ty service or t facility;due to his operation whether or not due to negli gence or accident. The Contract Owner n, :. reserves the right to deduct such costs from any monies due or which may become due to,Contractor, stC t" or his surety. t � Y < �r ryL rSrr t - 1-26 r ".` �+l•Y�SY,f� ' ��3'x"vrk•.cx <id-;u.w.a,,,e;•.:at r:;.a >,4:5.>r :i,� S dva.,,3:�.u�}+ '-*'" a >`�'�4�Zf��r ` t y NRFtt�t 4 c. i l{ti txy4,� x P b�i' t't9?,i+41�-�,;,,t�'M i .. .. .�..,..--^'• '6 r'. 1 � g ,M4 ✓t � t I' t t 70-I6_FU tNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of- i way upon which the work is to be constructed in advance of the Contractor's operations. aitd *17PERSONA7v LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the Contract provisions fished } or in exercising any power or authority granted to him by this Contract,there shall be no liability utian.5 upon the Engineer,his authorized representatives,or any official of the Owner either personally or as an officials of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. f f 70-1�.8 Jam}W�'ABM OF LEGAL RIGHT'S. Upon completion.of the work,the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance,however, then shall not preclude or stop the Owner from correcting any measurement,estimate,or certificate made before or after completion of the work,nor shall the Owner be precluded or stopped from recovering ntro from the Contractor or his surety,or both,such overpayment as may be sustained,or by failure on the part of the Contractor to fulfill his obligations under the Contractor. A waiver on the part of the Owner of any breach of any part of the Contract shall not be held to be a waiver of any other or the` subsequent breach. be ir► and' The Contractor,without prejudice to the terms of the Contractor,shall be Iiable to the.Owner for icopy: r latent defects,fraud,or such gross mistakes as may amount to fraud,or as regards the Owner's rights under any warranty or guaranty. r f ot, 70-19 EI�IIRONMENTAL PROTECTION. The Contractor shall comply with all Federal,state,and that> local lazes and regulations controlling pollution of the environment. He shall take necessary 2 tf precautions to prevent pollution of streams,lakes,ponds,and reservoirs with fuels,oils,bitumens; chemicals,or other harmful materials and to prevent pollution of the atmosphere from particulate the and gaseous matter. ' ctox's Eli70-20ARCHAEOLO�ICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection,the Contractor is advised that the site of the work is not within an roe district,or Y P P rtY�ty site,and does not contain any building,structure,or object listed in the current National Register of 1 ors, Historic:Places published by the United States Department of Interior. ' E Should the Contractor encounter,during his operations,any building,part of a building,structure, Ft or object which is incongruous with its surroundings,he shall immediately cease operations in'that r, location,and notify the Engineer. The Engineer will immediately investigate the Contractor's finding' �Ix nd will direct the Contractor to either resume his operations or to tY � p suspend operations as directed.' r the i i Should the Engineer order suspension of the Contractor's operations in order. to protect ,an uttht+a�`_ f archaeological or historical finding,or order the Contractor to perform extra work, suchrshall be e dui j ::covered by`an appropriate Contract modification (change order or supplemental agreement) as, provided'in the subsection titled EXTRA WORK of Section 40 and the subsection title`PAYMENT , ! FQIt EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. "If appropriate;:the:Comract � ` , ' iriodificati on`shall include an extension of Contract time.in accordance with;the subsection,titled k``�t 'DE"I'I CATION AND EXTENSION OF CONTRACT TIlViE of Section 80. 4 urttal wrietJ ' ;E" SECTION 80 _. j ce ©i ow: "5`t PROSECUTION AND PROGRESS actors ;t 80-0I LEI"1'Il�JG OF CONTRACT. The Owner will not recognize any subcontractor on the work., The:Contra�ctor shall at all times when work is in progress be represented either m person,,by.a y :y}F, �.. K1Tt��'�tiA ''�Cn�{i'af�a}v ru,,{ a N^R:a ;s;:. .::7, iv i„ ...... ... ..-r^ :x+s.5;•,:,s,k l4,S.V„ �s45t4- _ � , 1: i h ^.... r a ,. qualified superintendent,or by other designated,qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his Contract, said assignment shall be concurred in by the ' surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval,the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed will be issued by the Owner and will state the 1 date on which it is expected the Contractor will begin the construction and from which date Contract time will be charged. The Contractor shall begin the work to be performed under the Contract within 10 days of the date set by the Owner in the written notice to proceed,but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PRQSEC�JTION AND PROGRESS. Unless otherwise specified,the Contractor shall submit his progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor } slmil"provide sufficient materials,equipment,and labor to guarantee the completion of the project in accordance mith 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 agm' eer's request,submit a revised schedule for completion of the work within the Contract time and modify his operations to provide such additional materials;equipment,and labor necessary to meet,the revised schedule. Should the prosecution of the work be discontinued for any reason,the Contractor shall notify,the"Engineer at least 24 hours in advance of resuming operations. > ` ' For A.I.P.Contracts,the Contractor shall not commence any actual construction prior to the date on which the.notice to proceed is issued by the Owner. 80-04IIMITATTON OF OPERATIONS. The Contractor shall control his operations and the Operations of his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the MOVEMENT AREAS of the airport. When the,work requires the Contractor to conduct his operations within a MOVEMENT AREA of th ,airpvrt, th e work shall be coordinated with airport management at least 48 hours prior to y commencement of such work. The Contractor shall not close a MOVEMENT AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place;as provided;in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARIO NGS of Section 70 and as indicated in AC 15015370-2C in the Appendix. dVlien,the Contract work requires the Contractor to work within a MOVEMENT AREA of th e airport t� on an intermittent basis(intermittent opening and dosing of the MOB AREA),the Contractor shall maintain constantcommumcations as hereinafter specified;immediately obey all instructions to vacate•the MOVEMENT AREA;:immediately obey all instructions to resume work n' such ' MOVEMENT AREA. `Failure to maintain the specified communications or to obey instructions shall b, eatnse for suspension of the Contractor's operations in the MOVEMENT AREA until the .satisfactory conditions are provided. =The Contracior.will be responsible for all barricades and temporary lighting as required by MoDOT regulations or as directed by the Engineer. The Engineer will have the authority to request 8� ty eq est the Contractor to place additional,barricades; temporary marking,or temporary lighting as may be required to maintain the airireld`operations. . t 1-28 ��SL'*n��,��'�.5�{�w`'l;+r' StiT'I Yy tt-.•� .. . ;x rtr. -. .. .:-.,.... ':),t .., i'.<' .....:i., .:i:iFw.+.AK�u;«`Yr $ FtN;.. s. ..> Y. mica.+�.............�.�..._.._...,�---•--....�___.�._..._^_.____.___ ._.......... .....,. ._._.. .. .. .. .. .... . . .... ............ ....__ .-...._... .._.........�_..,.._._._....._.._.�..�.� 80,05CHARAER OF WORKMEN METHODS AND EQUIPMENT. The Contractor shall,at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the Contract,Plans,and Specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who,in the opinion of the Engineer,does not perform his work,in a proper and skillful manner or is intemperate,disorderly,threatening or utilizes abusive language shall,at the written request of the Engineer,be removed forthwith by the Contractor or subcontractor employing such person,and shall not be employed again in any portion of the work without the approval of the Engineer. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work,the Engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in,such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work,adjacent property,or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not .prescribed in the Contract, the Contractor is free to use any methods or equipment that will " accomplish the work in conformity with the requirements of the Contract,Plans,and Specifications. f 'When the Contract specifies the use of certain methods and equipment,such methods and equipment { shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the Contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it,will be on the condition that the Contractor will be fully responsible for producing work in conformity.with Contract requirements. If,after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet Contract requirements, the Contractor,shall discontinue the use of the substitute method or equipment and shall complete the remaming'work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality,or take such other corrective action as the Engineer may.direct. No change will be made in basis of payment for the Contract items "t involved nor in Contract time as a result of authorizing a change in methods or equipment under this subsection. '80-06 LE SUSPENSION OF THE WORK. The Engineer shall have the authority-to t" suspend the work wholly,or in part,for such period or periods as he may deem necessary due to unsuitable weather,or such other conditions as are considered unfavorable for the prosecution of ,z the,work,or for such time as is necessary due to the failure on the part of the Contractor:to carry out orders given or perform any or all provisions of the Contract. In the event that.the Contractor is ordered by the Engineer,in writing, to suspend work for some '3 unforeseen cause not otherwise provided for in the Contract and over which the Contractor:has no control; the Contractor may be reimbursed for actual money expended on the work during:the �f period of shutdown. No allowance will be made for anticipated profits. 'The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective ,i 1-29 � ... .'fie ` '{; .t �k7?����FY�-wiC,�.'t.^�k"s ez'ti,t?}'3q1 .. ..vk-i..- ..,t..; ,• e .. .— Y . �+--.f.... ..t- M'� pI T £Y Ate 4 3. i t\ " v date of the Engineer's order to resume the work.Claims for such compensation shall be filed with ' the Engineer Engineer's order to resume work. The Contractor r pines within the time period stated in the Engiai as destribe�d shall submit with his claim information substantiating the amount shown on the claim. The Engineer n � will forward the Contractor's claim to the Owner for consideration in accordance with local laws or T. th ordinances. No provision of this article shall be construed as entitling the Contractor to Jh t�ieticost of'th if compensation for delays due to inclement weather, for suspensions made.at the request of the ixt tnQ ` osr# t r S Contractor,or for any other delay provided for in the Contract,flans,or Specifications% `rp �! extensit►r;�1"�n be mach of the i If it should become necessary to suspend work for an indefinite period,the Contractor shall store all materials in such manner that they will not become an obstruction nor become damag-ed in any.way. b . He shall take every precaution to prevent damage.or deterioration of the work performed and days stated in f n provide for normal drainage of the work. The Contractor shall erect temporary structures where aII Sa+ rday8; necessary to provide for traffic on,to,or from the airport. 5 `' s�° effective dates of.the Cbritrac 80-OYDETERINA'TION AND E�CTEIV$ION OF CQN'Tq,CT TIME. The number of calendar or r r j working days allowed for completion of the work shall be stated in the proposal and Contract and At fills tame of shall be known as CONTRACT TIME. of:the actifally� ' pres�ssal,.such Should the contract time require extension for reasons beyond the Contractor's control,it shall be ,F xri of,± ontrat:`t`;tip adjusted as follows: '{ against the conk a. CONTRACT TIME based on WORKING DAYS will be calculated weekly b the ' xt Y Y' Engineer. The Engineer will furnish the Contractor a copy of his weekly statement of the number g� Coi�trai�:#works of working days charged against the Contract time during the week and the number of working days currently specified for completion of the Contract(the original Contract time plus the number of If tie Cantracro working days;if any;that Have been included in approved(CHANGE ORDERS or SUPPLEMENTAL C ► tra �al xc AGREEMENTS covering EXTRA WORK). may;atfa��rey tim u thengtner f r f' Thee.Engineer will base his�weekly' statement of Contract time charged on the followin x aihfin�g af�W, g ' considerations: : reari`for%exte ' beyezyd te`c�nni rt �" (1) No time will be charged for days on which the Contractor is unable to proceed with the 1i in such' utint principal item of wos�k under construction at the'time for at least six hours with the normal work ` effect,the s ` force employed on such principal item. Should the normal workforce be on a double-shift,12 hours J will be used. ;Should the normal workforce be.on a triple-shift, 18 hours will apply. Conditions _tA. beyond,: 'Contractor's control such as strikes;'lockouts, unusual delays in transportationon' ' +ef;�tii9 ` /{ ? temporary.suspension of the principal item of work under construction or temporary suspension of ;, aM €.?tdldta�ei the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, era i will not be charged against the Contract time. T e.arnes be , 'j i Pe .•,Biu3A{D�W�II,b @,d .n " (2) The Engineer will not make charges against the Contract time prior to the effective date ,a¢ tt of the notice to proceed. > t H i► g QVidi ( ) will be char s a f � 3 The Engineer 8th charges g"'i t"the Contract tune on ttie first:warking day.after P a the the effective date of the notice to proceed: a � �i� ,t . .i .%' .! .. .. ..r.,.' .. ,e .'r�r,•4�,. 4i�}a' i 'b ��"ia a�!,•r / # 4} (4) The Engineer will not make se charges against'the Contract time after the date of final ' �5�;,t• ' acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50 defa C °M,r; (5).SThe Contractor will be allowed 1 week in which to file a written protest setting forth �tm►traetrf� an has/her.objections to the Engineer's weekly statement. If no objection is filed within such specified r timQ,the weekly statement shall be considered as aicceptable to the Contractor. a, sl ?? ♦r .. Xt4//7'r �9 3 . i i 1-30 +p f I�`r�,artt���� 3, 4t c'. � 3 f.< Yc� t 4�„�� . aliu�y�aisr,�'�y��f;73;+ x �y" � fc+='�r•,b{t�yt�,� i.,:- (n rt`{ y�.� h`,•°..� :5.' i [.;=9{rf. ,mC'YJ.' e �. { 3 1 7 G ++s t t • 1 .a v' k The Contract time(stated in the proposal)is based on the originally estimated quantities ! 'a.•' :: as described in the subsection titled Interpretation of Estimated Proposal Quantities of Section 20. Should the satisfactory completion of the Contract require performance of work in greater quantities than those estimated in the proposal,the Contract time will be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in Contract time will not consider either the cost of work or the r extension of Contract time that has been covered by change order or supplement agreement and will ` be made at the time of final payment. � i" .. b. CONTRACT TIlVIE based on CALENDAR DAYS shall consist of the number of calendar d days stated in the Contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the } effective dates of the Engineer's orders to suspend and resume all work,due to causes not the fault ` of the Contractor,shall be excluded. t, d y. At the time of final payment,the Contract time will be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the '# proposal. Such increase in the Contract time will not consider either the cost of work or the extension s of Contract time that has been covered by.a change order or supplemental agreement. Charges f against the contract time will cease as of the date of final acceptance. a c. When the Contract time is a specified completion date,it will be the date on which all ' Contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his control to complete the work within the Coxitract time as specified,or as extended in accordance with the provisions of this subsection,he ' F may,at any tirxie prior to the expiration of the Contract time as extended,make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The Contractor's plea that insufficient time was specified is not a valid reason forexte.nsion of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor,he may extend the time for completion in such amount as the conditions justify. The intended time for completion shall then be in full force orl ; and effect,the same as though it were the original time for completion. 80-08FAILURE To COMPLETE ON'TIlAE. For each calendar day or working day,as specified in that any work remains uncompleted after the Contract time(including all extensions the(:ontract, t, and•adjustxnents as provided in the subsection titled DETERMINATION AND EXTENSION OF Ofd CONTRACT TIME of this Section) the sum specified in the Contract and proposal as liquidated ` damages will be deducted from any money due or to become due the Contractor or his surety. Such sums will be deducted not as a penalty,but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to com plete,the work in the time provided in his Contract. i PeriruttYr►g the Contractor to continue and finish the work or any part of it after the time fixed for its com}�I tioxi;or after the date to which the time for completion may have been extended,will in no ' way operateias a waiver on the part of its rights under the Contract: y. 7�i5iyS'yF.i��5,,t .°• �p � !f ,� t }' .. .'. .. , ... .., .i,. .. ,,.. ., t� 80- DEFAUi,T'AND TERMINATION OF CONTRACT. :The. Contractor will be considerecylIl default of his Contract and such default will be considered as"cause for the Owner to terminate the Contract for any of.the`following reasons if the Contractor: r a " Fails to begin the work under;the Contract within the time specified in the"Nohce,fo n ' Proceed",or " 1-31 64s. i r tbo t .x Y1 �� i,�- �'•F, w:tsry ..,.i'.:'. 5 . yrrp' T'1rx I"'S !' A ft ., l F4~ 5'., 5 �.�ss 3 t j - ,yf s{Zf' .44<�i z+ +,'•+'1y„1�,, 'ap r't''{�1 r '�".-ir §'k�lntr.t! }xz t�t�t 4J t R! k t .' . µ3t., :.k t ;.. ....., .., .' . — -. — _ — —_ ._._� �—•-- 1 t : , 1: { r- [s b. Fails to perform the work or fails to provide sufficient workers,equipment or materials i Acceptab to assure completion of work in accordance with the terms of the Contract,or ap a,c tu�al,�cos� 3 C. Performs the work unsuitably or neglects or refuses to remove materials or to perform r .:t zlesiga>ed=l anew such work as may be rejected as unacceptable and unsuitable,or ,4 d. Discontinues the prosecution of the work,or responsib roncerDin t e. Fails to resume which has been discontinued within a reasonable time after notice - 'r „y to do soy or. U Becomes,insolvent or is declared bankrupt, or commits any act of bankruptcy or J insolvency,or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days,or { 9"1 b�►-the:E h. Makes an assignment for the benefit of creditors,or ` t Measure ' a s i. For any other cause whatsoever,fails to carry on the work in an acceptable manner. The arietho furnished a ' Should the Engineer consider the Contractor in default of the Contract for any reason hereinbefore, ass'confo he will immediately give written notice to the Contractor and the Contractor's surety.as to the t` reasons for considering the Contractor in default and the Owner's intentions to terminate-the " Unless otl '{ Contract. horlr.eantali ' if the,.Contractor or:sure ' r ty,.within a:period of 30 days after such notice; does,not proceed in will 'the accordance therewith;.then the Owner will upon written notification from the Engineer of the facts " t �r of such delay;neglect,or:default and the Contractor's failure to comply with such notice,have full "Stitta� es Xr power'and authority without violating the Contract,to take the prosecution of the work ont of the coriAitions• u hands of the Contractor. The Owner may appropriate or use any or:all materials and equipment that } have been mobilized for use in the work and are acceptable and may enter into an agreement for the j 13 completion of said Contract according to the terms and provisions thereof,or use such other methods do ;ton £F k ;oL fQa as in the opinion of the Engineer will be required for the completion of said Contract' an acceptable manner: { volumes.o0 { t, �AIY costs and charges'incurred by the Owner,together with the cost of completing the work under ' • ` Contract;will be.deducted from any monies due or which may become due the Contractor. If such expense exceeds the such which would have been payable under the Contract,then the Contractor That . i, and the surety shall be liable and shall pay to the Owner the amount of such excess:' : J4 platapape of.nues. W10TERMItVATIS7N'FOR NATIONAL EMERGt. CI Omer will terminate Contract s or portion thereof by written notice when the Contractor is prevented from proceeding with the The teiin► tti ` construction Contract as a direct result of an Executive Order of the President with respect to the is n prosecution of war or in:the interest of national defense. as , f When the Contract,or any portion thereof,is terminated before completion of all items of'work in Ho +re r hz .. J the,Contract,payment willbe made forthe actual number of units or items of work completed at the '. j Coatitract pnce;or an mutually agreed from iterils of work partially completed or not started -,No claims or loss of anticipated profits shall be considered. vfi t'tt{ . .. •' .. , ... - e S j ''N'h 1tr F"��`�fi�' 3' Reimbursement for organization.of the.work,and other overhead expenses,(when not otherwisead-.. .,,.,' iiuluded m=the;Contract):and.'nnoving equi anent:and materials to and h tcce Ye. P from the job.wall.be P .. considered,the intent being that an equitable settlement will be made with the Contractor, reacily`and ti andall lou ` j�zt �.�]4rtk5rPS4°:v§?i•i+d>rs+m'aa9:em',Cr•tYcKtf.%wM.:,.v:w y.«... ..�., r..rn,�.c.r�'a+• r'+:.':✓.: i' ,yt .� tx, ti '�kzi�,�c'`L.�"C Iw„,�',��'1:.Y��r.:; t�7 ;y• tl f, ..)t.. .. r ��. � r Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work will,at the option of the Contractor,be purchased from the Contractor at r actual cost as shown by receipted bills and actual cost records at such points of delivery as maybe designed by the Engineer. Termination of the Contract or a portion thereof shall neither relieve the Contractor of his 4r { responsibilities for the completed work no shall it relieve his surety of its obligation for and t `i concerning dust claim arising out of the work performed. i. F. SECTION 90 or MEASUREMENT AND PAYMENT ' 90-01 MEA.SY TREMENT aE OUANTTITFS. All work completed under the Contract will be measured or' by the Engineer, or his authorized representatives, using United States Customary Units of ` Measurement. 4 hod of measurement and computations to be used in determination of quantities of material The met p furnished and of work performed under the Contract will be those methods generally recognized { as conforming to good engineering practice. e - e Unless otherwise specified, longitudinal measurements for area computations will be made ` hoxizontally,and no deductions will be made for individual fixtures(or leave-outs)having an area of 9 square feet or less. Unless otherwise specified,transverse measurements for area computations 7 I will be the neat dimensions shown on the Plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the Plans or as altered to fit field conditions. bet i Unless otherwise specified,all Contract items which are measured by the linear foot such as electrical f ducts,conduits,pipe culverts,underdrains,and similar items will be measured parallel to the base s or foundation upon which such items are placed. �b1e Volumes of excavation will be computed by the average end area method or other acceptable methods' - LI (, s11e tluclau�ss of fates and vanized sheet used in the manufacture of corrugated metal pipe,metal for yX ' lafie ipe culverts and arches,and metal cribbing will be specified and measured in decimal fraction s 1? '. _ p z f� Of inches. Tact The term"ton"will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which are,,,measured or proportioned by.weights shall be weighed on accurate, approved:scales by. . � . competent,qualified personnel at locations designed by the Engineer. If materi al is shipped by rail, H the car.weight may be accepted provided that only the.actual weight of material be paid fora However;car weights will not be acceptable for material to be passed through mixing plants. Trucks usecl;to.haul material being paid for by weight shall be weighed empty daily,at such times as the F Engineer directs;and each truck shall bear a plainly,legible identification mark. 'Materials,to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured.therein at the point of delivery. Vehicles.for this purpose maybe of any size or;type: acceptable to the Engineer,provided that the body is of such shape that the actual contents maybe' readily and accurately determined. All vehicles shall be loaded to at least their water level capacity. and all loads shall be leveled when the vehicles arrive at the point of delivery.. J 1-33 4 R , r i . sEtf�/t i riy , F 7 F .S. -r 4 1 rd It if t . .. . . Beam When requested b the Contractor and approved b the Engineer in writing,material specified to 4; r q Y Pp Y be measured by the cubic yard may.be weighed and such weights will be converted to cubic yards ' [ for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined b the Engineer and shall be agreed to b the Contractor before such method of Scale• Y gree Y w equipm measurement of pay quantities is used. A lYt 3 j "' i Scale gr, Bituminous materials will be measured by the gallon or ton. When measured by volume, sucht; unstalled x volumes will be measured at 60°F.or will be corrected to the volume at 60°F.using ASTM D 1250 u Y { for asphalt,or ASTM D 633 for tars. : Scales"ov j matexta>� Net certified scale weights or weights based on certified volumes in the case of rail shipments will tie !' be used as a basis of m asurementt,,subject to correction when bituminous material has been lost from the car or the distributor,wasted,or otherwise not incorporated in the work. M weight), 4 ' When bituminous materials are shipped by truck or transport, net certified weights by volume; materials. subject to correction for loss or foaming,may be used for computing quantities. =z All costs c Cement will be measured by the ton or hundred weight. lfurtuslzin Yry Weig Timber will be measured by the thousand feet board measure(M.F.B.M.)actually incorporated in the,vano' ' the structure. Measurement will be based on nominal width and thicknesses and the extreme length 7 of each`piece. Wher�ithe 4 � m tlV C, f The term"lump sum"when used as an item of payment will mean complete payment for the work " work vi�ill } .:describe in the Contract. re�rised,b �t sixr1tw, or, ,r When a complete structure or structural unit(in effect,"lump sum"work)is specified as the unit of �i authonzE ..measurement,the unit will be construed to include all necessary fittings and accessories. rT Rental of equipment:will be measured by time in hours of actual working time and necessary traveling time of.the equipment within the limits of the work. Special equipment ordered by"the` Engineer in connection with force account work will be measured as agreed in the change order or eharacter a supplemental agreement authorizing such force account work as provided in the subsection titles n PAYMENT FOR EXTRA.AND FORM ACCOUNT WORK of this section. .'When`standard manufactured items are specified such as fence,wire,plates,rolled shaped pipe r (price;bnd) r I ,y' 3r 1 roiudu t,etc.,and-.these items are identified by-gage, unit weight, section dimensions, etc.; such or ma terial identification witl;be.considered to be nominal weights or dimensions. Unless more stringently elsewhere { - controlled by tolerances in cited Specifiications, manufacturing tolerances established by the * r+' industri6;ipvolved will be accepted. Scales for weighing materials which are,required to be proportioned or pleasured and aid for w' 1 ' P by J4 ,4 wei t shall�l�e furrushea;erected;and maintained b the Contractor,or be cerli�d p►ermariently ,a 7 d< , installed comamercial scales Y ': 11 V f j ..,"l. f +++,AAA777MaF,:.• Scales shall be accurate withm one-half percent of the correct weight throughout the range of,use • y 7['he Cortract hall have the scales clhecked vender the:observa mspecto m s Lion of the' r before be`Sing �� work and at such other tinees as requested: The intervals shall be uniform in a throw ut the `. r r r sp �� gbe f graduaibed or marked length of the beam or,dial andshA not exceed one�tenthtof oiiie' scent of the ' y,y pe ' s `nonvnal sated capacsty o f the scale,but-not less than one pound- The use of spring b 0; ` alances will not , t lse peirmitted:f . Ccariti I � i 1-34 *" � c dr ^,. ....4-.aw.+. .v,+ew'+ntMakwwaxi�=uMHi3'7.f,,•,ia.:ey.,:.:�i3.:L=: � '.�� ,i cufi :i< x �-�{ ((((}}'tit ; r s/ .. .. ."� Ff�x't`�<e t lyn ti i�F ':1t .,�.. .. a.fb i f tw,•� i +, t. i s v ii / � 1 •, ..... ,t ...,4,41.I i.s.1` ::t,�,hYzt. {{ i Beams; dials, platforms, and other scale equipment shall be so arranged that the operator and 'to inspector can safely and conveniently view them. Scale installations shall have available,ten standard fifty-pound weights for testing e weighing th } X of equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. X50 Scales"overweighing"(indicating more than correct weight)will not be permitted to operate and all { materials received subsequent to the last previous correct weighing-accuracy-test will be reduced will by the percentage of error in excess of one-half of one percent. } lost 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 "e materials previously weighed and recorded. All costs in connection with furnishing,installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house;and for all other items specified in this subsection,for the weighing of materials for proportioning or payment,shall be included in the unit Contract prices for i.Q the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the Contract,they shall be the final quantities for which payment for such specified portion of the orb;: work will be made, unless the dimensions of said portions of the work shown on the Plans are ;`',:'r'•'r, . revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. r 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the Contract as full payment for furnishing all materials, for performing all work under the Contract in a complete and acceptable manner,and for all risk,loss,damage,or expense of whatever tt�e. character arising out of the nature of the work or the prosecution thereof,subject to the provisions o i e6 fsthe subsection titles NO WAIVER OF LEGAL RIGHTS of Section 70. When the'basis of payment"subsection of a technical specification requires that the Contract prices L (price bid)include compensation for certain work or material essential to the item,this same work cl or material will not also be measured for payment under any other Contract item which may appear elsewhere in the Contract,Plans,or Specifications. the 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal,the Contractor shall accept as payment in full,so far as Contract items are concerned, payment at the original Contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ' ALTERA'1�ON OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, N, F '' losss of expe�ted reimbursement,or loss of anticipated profits suffered or claimed by the Contractor , _ `_ which results directly from such alterations or indirectly from his unbalanced allocation of overhead bf ale: u and profit among the Contract items,or from any other cause. u z ��, � 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titles OMITTED ITEMS of. Sr?ction 40, the_Engineer shall have the right to omit from the work (order nonperformance) any item except ma or Contract items,in the best interest of the Owner. Contrast P rF 1-35 �,.''k 1 Y p C ?,U�,#7•�y't.::',lPi.:.Y,y... i s. .,.,e.,, :^s•;",�{."T a"3 '%�..t Utz c�� ' • J :�� : ;' i. !. F Sita�tld Er�ineer texnit+ar o a�zstpe� .anre zsf a C�r�-art.items�r�cn•Lion�i such xteoi�c+�n `�i the'vrurk the�aartractor shall�CCe"rt�aa�•ment an foil at the Ctmtract�riees.ftu•aim�+*t�k artua33� cozi�aleted and acceptable pxior to tt►e Er>girre�r's o tca om�ar raanl`''�'�'sum�Contra�:t item. r � a :���ro� l��x �''' ; � ,p►�xb�xna#erials axd�r�ed�the Cry tractor rxr rle`fi� d cui.tl�x*o�c pris�r too the tiara.�the . ..� fax s order'w�`II be paid for at±d�+e actual cast t�+t�C:cr�xactoa'and.shaiD tlaereupc�l:'�cume the ff���*�0'F ;i p�vpe�y,af't�e{3w�ear, -', . " ��: �mddition!o tfxe r�eiinbyirseSi�d f�ein provided,tfie�ataractor��lae��f�'air � z'� t,� r at�aaal gists inourr�ed fvr�e p$xrpose of pax the au�iteed ctm�►ct iteg►prita�'to the dais cif�hhe r { ��tgitaees'��ord�r. �u�i addit txrsts i;rrcvrred by the ConYra�ctar must be dir�t'tly related to afte - .9�e+k ` , deleted�tra£ct item and shaft be seed by oe:tif�e�d ��by tau'Contractor as tca the <�;;,� nature and amount of such costs. � be�ata�ai� o#tl �UdiSf'AYfN�E,I�TI• �R E�T�A ���� AC� T�„t�Vt)RK Extra work, performed in G ,. aacordaru�e with the subsect�an tied£�TRA V`rTC?RK off Section 4�4,will be paid for at the Contrail i'.A "X�N'l' prices or agreed prices specified iro the cizaxsge c►rder or suppl�tal agreement authorizing such '< ` � � :� extra vyork. wl�ri the�ord,er or agrneeinent auttx3rizixtg the extra work requires 't rem xu�t l� " that it kre done b'Y force a�ocount, such atcc�ouret shall be nu�asured and paid for based on l;iavidn�#l� (, ' e labor,equipsii�nt and xaa�plus a negotsabed and agreed upon allowance for overhead � iless iw i� #k, ' and pxofit. .. ;� lae dear. t� !: pa�*trle�et TQ; �:.e: f< a. �,� l�lo additional aIlowaru�will he made for general supexinfiendenee,� 'A " :_ ; u use�f small taolg,ar other oo�sts fos which no� allowance is herein provided. It is rsi � ; Er �;�r�ri# ��' ��' b. C,r�,p. ,� The Contracor and the Engineer sltiall compare records rrf the appruv�d ef+ � cost A�forge awrbiirit work at the end of each day. Agreement shall be indicated by signature of_the ' ^� dete:nattn+ed ` �i Contractor and the Engir�r or their duty authorized representatives. �`�*'s ; f NoF ,�sc. �� . No payment will be made for work perfonaned on a force account ba�.s until ' qh�'fir':ctti tl•�e Contractor has ft�ziished the Engineer with duplicate itemized statements'of the cast of such '` p�� �h?. '' ,.,. , forge account work detailed as follows: - �� � �. �� � � � 31 ,( (1) Name,classification,date,daily hours,total hours,rate,and extension for each laborer , :, ��� h t znd fozeinan. .,. z� awn;mil' u' t, ;� ,, �`� i (�) Designation,dates,daily hours,total hours,rental rate,and extension for each unit of � �' 1 �;�yn F �! c�iachin��y and equipment. , �. '1 {{ ;,�F� ' ; (3) !(�lantities of materials,prices and extensions. ,tl:t;yr ur on�:�pp :, 11 tr � .'. ;� (�4j :Transportation of materials. . , St St7 r "t .. .. � � - .. }it`d i". "��VfvS� +a .t'.rf � c �'t.. �,,,; .:., '} �5) iCost pf property damage,liability.and workman's compensation ir�surarice'premiurns, art ; ;1 ;` x ` ff33a . ` _ ,l tuarice contributions and social sectari tax. . : : � _ , :.3�:� ..�. i�� .,�,•c,.:� ♦>ar� .. �l��p Qy�e1�t�I16 . ry +f u� I�6., i,.�. j';,� 6#at� tits shall be�.accompanied and supported by re�eipted invoice for all aaterials"used'and � � � t ;; ;;` r{",,', txa�spQr�tion charges. However,i�f materials used on the fwrce a�count�wark are rat sp�cl�flcally '�: ` `�`�� ' ; � �'p�rchseed�Ax such work but are taken from the Contractor's stock,then in lieu of the invoices.the `� ' ��;�,' �� ` : ",�orits�atckar shall`furnish'an affidavit certifying that such materials were taken from his/her'sfock, s4} �''£� ;;�x'�<� �. t�f t1r>,e quantity claimed"was ecfilaUy used,aild�that the"price and transportation claimed represent � � " � the actusi coat to the Contractor. �<�- stoakpil�zl.i '�. ��< to use 4xo.�the� ,� ����� > x �; i r- t , � I �1< r��. ass* t , `� ��; 1-36 �� � ,.,� �� " { ��,� , �?4t , �� +l ^ltt �'keA`.d+�����u, K$'t�es�'��r�'..>�;�',c5a}s^[re 5.7�,m.>';vxi�^.�s� L �:-;�«a:<r t � rr � .,� ,rr ; `"f�1¢:r r� � ., .�rF�sL a ah� r ��� �. ���i � � t ', � ... ,,. :� i .4���� .� i f � .5iitd'"J '�t', r°�6 Y.:�t' l� r ,... � � � � °i>'�` � .� R a�� �"l�di�.�t����tt»A�y�r#.�,t ...< �w�..�.r.r�..��,. � _ _ �2�3 'c�',s Z�F if-t.� "v tr ..:. t 6 to ;. �� 2 � � { y � ��r ft � .:t � :1 r� _ t������ $ Ill i � � � � " � .. ,u� �y 2 4 � �' 'Y t �r ' K'sr',�y t''3 �'7'k�X� .+t(L 5 � y . � � , .�q� u' z s '+4Rk�`C'G� `,�4�ct'L..b£w.2ii �7t .F�� ��i1y,. Jr ,� yr �"{ I from 90-06LAMAL PAYMENT . Partial payments will be made at least once each month as the work algy . progresses. Said payments will be based upon estimates prepared by the Engineer of the value of iterri t the work performed and materials complete in place in accordance with the Contract, Plans, and Specifications. Such partial payments may also include the delivered actual costs of those materials of the stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON e the HAND of this Section. No artial,payment will be made when the amount due the Contractor since the last estimate is less for all than Five Hundred Dollars. to°the• From the total of the amount determined to be payable on a partial payment,10 percent of such total to the amount will be deducted and retained by the Owner until the final payment is made except,as may be provided(at the Contractor's option)in the subsection titled PAYMENT OF WITHHELD FUNDS of this Section. The balance(90 percent)of the amount payable,less all previous payments,will be s' d 1n certified for payment. Should the Contractor exercise his option,as provided in the subsection titled retract PAYMENT OF WTT *1ELD FUNDS of this Section,no such 10 percent retainage will be deducted. ; $ such es. When not less than 95 percent of the work has been completed the Engineer may,at his discretion and with the consent of the surety,prepare an estimate from which will be retained an amount not head less than twice the Contract value or estimated cost,whichever is greater,of the work remaining to g; be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. die 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 of the determined by the Engineer to be a part of the final quantity for the item of work in question. E No partial payment shall bind the Owner to the acceptance of any materials or work in place as to qua y or uanti ty• All partial payments are subject to correction at the time of final payment as as until sash provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this Section. t l 90-07PAYMEN'T FOR MATERIALS ON HAND. Partial payments may be made to the extent of the. tabore delivered cost of materials to be incorporated in the work,provided that such materials meet the t requirements of the Contract,Plans,and Specifications and are delivered to acceptable sites on the ( airport property. Such delivered costs of stored or stockpiled materials may be included in the next urntf j partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner,acceptable to the.Engineer at � or on an approved site. i b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and t quality of such stored or stockpiled materials. The Contractor has furnished the Engineer with satisfactory evidence that the material z a x :arid transportation costs have been paid. i d The Contractor has furnished the Owner legal title(free of liens or encumbrances of any t kind)to the material so stored or stockpiled., 'staff e The:'Contractor has furnished the Owner evidence that the material.so stored or sift 7 7 L 17. stockpiled is insured against loss by damage to or disappearance of such materials at any time prior` #o Ilse in the work. 1-37 ,; y U � h Xh r .'1 1 iJ,.`, Y }��.'.Yr ..tA..-i-:.� .'.i'"i F d ... e. •., .., rt .. .. .. r ., ,.I dl 'ryfti { It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his responsibility for furnishing and placing such materials in accordance with the requirements of the Contract,Plans,and Specifications. f In`no•case will the amount of partial payments for materials on hand exceed the Contract price for - =� such materials or the Contract price for the Contract item in which the material is intended to be I00-01: used. Contract` vth } ' No partial payment will be made for stored or stockpiled living or perishable plant materials. conita�uct ,j The Contractor shall bear all costs associated with the partial payment of stored or stockpiled ►ltltou ' materials in accordance with the provisions of this subsection. elsewher ' accorYip r< 90-08 PAS TI'OF WTPHILELD_ FLU . At the Contractor's option, he may request that the Owner accept(in lieu of the 10 percent retainage on partial payments described in the subsection that will: f. tilled PARTIAL PAYMENTS of this Section)the contractor's deposits in escrow under the following conditions: a• j a. The Contractor shall bear all expenses of establishing and maintaining an escrow k b. account and escrow agreement acceptable to the Owner. spa:ttificad ±r b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 ;x cvaitroL percent retainage that would otherwise be withheld from partial payment ; �s t The Contra t, C. The Contractor shall enter into an escrow agreement satisfactory to the Owner: uncwstani E r r or product d. The Contractor shall obtain the written consent of the surety to such agreement. Pry h rf tO BCIfiC l k 9MACCEPTANCE AND FINAL PAXI�. When the Contract work has been accepted in ' accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50,the. The quality ' Engineer will prepare the final estimate of the items of work actually performed. The Contractor ¢ti catia Y Pe shall approvec the Engineers final estimate or advise the Enginm of his objections to the final,<�� testuitg seg estimate which are based on disputes in measurements or computations of the final quantities to be t r paid under the Contract as amended by change order or supplement agreement The Conti and t' 100.02 DI Engineer shall resolve all disputes(if any)in the measurement and computation of final quantities V, j to be paid within 30 calendar days of the Contractor's receipt of the BTiru er's final estimate. If, such 30-clay period,a dispute still exists,the Contractor may approve the Engineer`s estimate under:,.. > :z perfotm in protest of the quantities in dispute and such disputed quantities shall be considered by the Owner ►seg+er6n z as a claim in accordance with the subsection titled CLAIMS FOR ADjUSTMENI'AND DISPUTES oj 1uub� of Section 50. i ,� . • : f�ealclaolsal,.,J After the Contractor has approved,or approved under protest the Engine er`s final find"''r�ee�utd 4. payment will be processed based on the entire or b.Y ilia undisputed sum.in rase of a al under PPS xf a protest.:deter,anine to be due the Contractor.less all previous:payments and all{a:uounts to be deducted under the provisions of the Contract. All prior partial estimates and payments shall �f } snbjecfi to correction in the final estimate and payment.- F � a if the Contractor has filed a Chian for additional compensation wider the £� provWom of the'subSea$M ft titled CLAIld15 FOR ADj�AND D�of Section.90 or under the provisions of this f subseedcan,such claims will be corridered the The { ` by Owner in accordance with local laws or ordnna nces. d�trala ' Upon final adjudication of such claims,any additional t de f Pay ti�rmiared to be due the C�tract�otr will be paid pursuant to a supplemental,final estimate. ,r a r ar 41. 1-38 • '. oio ��f S tt��k�i�v� ,iti�{^����f$a��zf�a=���i3m��er`*+ir�s rya`>;r�',yt,�" .:'�,�,. 'c .. , a' _ . � � �• r , Aix,3`''1`�'�t Lirp•drt.�S'i� .�}.{ i r . . ... . ... ..J .' ed:or _ SECTION 100 t%res� >! ± CONTRACTOR QUALITY CON'T'ROL PROGRAM to bie 100-01 GENERAL. When the specifications require a Contractor Quality Control Program, the Contractor shall establish,provide,and maintain an effective Quality Control Program that details I the methods and procedures that will be taken to assure that all materials and completed ' y` construction required by this contract conform to contract plans,technical specifications and other requirements,whether manufactured by the Contractor or procured from subcontractors or vendors. "ilec�l: Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications,the Contractor shall assume full responsibility for accomplishing the stated purpose. t41 The intent of this section is to enable the Contractor to establish a necessary level of control 'ort that will: a. Adequately provide for the production of acceptable quality materials. s i w` l b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. 'es or.` Allow the Contractor as much latitude as possible to develop his or her own standard of 10. r control. The Contractor shall be prepared to discuss and present,at the preconstruction conference,his/her f understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control t. Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. ted u'►' ; The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance Lk , 1 1 testing requirements are the responsibility of the Engineer. 4 to b4 100-02 DESCRIPTION OF PROGRAM. j 1 f'liMi, a. General Description. The Contractor shall establish a Quality Control Program to iaritd& perform inspection and testing of all items of work required by the technical specifications,including those: erformed.b subcontractors. This ° , p y Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials,workmanship,construction,finish,and ; functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests i s required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. kiF b. Quality Control Pro am. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production' } r construction,er off-site.fabrication. The written Quality Control Program shall be submitted to the it, ;y3 Y ngineer,for review at least 5 days prior to the pr+econstruction conference. } The Quality Control Program shall be organized to address,as a minimum,the following:items: A A:tira 4 a. Quality control organization; x; 1-39 e 4 0 2 IJ a f Y i a 1 t -ri 1.� rt. 4!. .. +'.�� .wax--�- ......_. .J.._..-.__......_..._._�.._._._ .. ..._.._, ... Pt -. ............ . �.. .. .. .. .. . . , .ti � .. -;�� ' ��xt ,.x. , y'i �fi ,'� b. Pro ect ra ess schedule; � N �� 1 P 8r t � c. Submittals schedule• ��� � �� d. Inspectiort requirements; <. .4.t �` ,�. } 7 � � .. ,�� � � � '� r 4It, M ��`�,� n r5� V��YYI e. Quality'control testing plan; s ��-� £ Documentation of quality control activities,and _r; �� ! $�° :��lt�ABin g. Requirements far corrective action when quality control and/ar acceptance criteria ire ,� not met.' ,��� 1���i�'etl' } �F �-�'G,�19ht . ? ���,� r The Contractor is encouraged to add any additional elements to the Quality Control Program that �"� tta he/she deems necv:ssary to adequately control all production and/or construction processes required I . by this contract. •; tt�ediaa �� , 100-03 �1ALITY CONTROL QRCANI7 Tj[�p The Contractor's appr�aprlal ��' Quality Control PragrAm shall r�. hi�lii+N��c� ' be impiemenfied by the establishment of a separate Quality control organization. An Ur anizatianal �: chart shall be de�•eloped to show all quality control personnel and how these personnel integrate �� � ��tlxp�xtlr� '� Fd with other management/production and construction functions and personnel. �# .t f ,. i � 'lid t�eli¢� ' �� '�7� the;iie�+�wt. R The organizakional'chart shall identify all quality control staff by name and function, and shall r �. r 5 :.indicate the total staff required to implement all elements of the Quality Control Program,including ' "` jc ,, inspection and testing for each item of work. If necessary,different technicians can be.utilized for ' specific inspection and testing fwnctions for different items of work. If an outside organization ar 3,, �l�al�d� 4I�, . � independent testing laboratory is used for implementation of all ar art of the � � ����` "'��'::;.,� f Program:the ersonnel assi P Qtaality Control � � ,�, �i s��:�,2�. p geed shall be subject to the qualification requirement of paragraphli)0- ,; 5� i��h�QPl� 03a.and 100-03b. The organizational chart shall indirafie which personnel are Contra�rtar employees . �` '� ,4 f ,��' ; and which are provided by an outside organization. �: `.<� 7 .1 ;`,;' . � " t ;,�i.: � Certlfl�a�is�1 I The uali control or anization shall consist of the followin minimum � �� _ able i �} q ty g o E a. PlOeram Ad_mlr+lCtl'attlr � '�� '4 :, 'y��•,�I �,� The Program Administrator shall be a ftaU-time employee df � �f¢� ,pal kr 7 the Contractor,or a consultant engaged by the Contractor. The Program Administrator shall have • � :fit,' ��'�x°'' $ a atuiimum of five years of experience in airport and/or highway construction and shall have had r;r�� .� P q ty xperience on a r 'ect of a com arable "�`: end �"�'1� rior uali control e P � A �� p sate and scope as the contract. ;.x��'` ' �� h� '� .:Additional qualifications for the Program Administrator shall , �' r�:quireinent, include at least one of the fallowing 4 �"��� ir�� �+LC�i<i ,x� if F1Yl'1F11 ` 5 fit,` �.; .. :1. Professianai Engineer with one ear of a' tR . tdt,�f.�� Y ..Engineer. y arport paving experience acceptable to the �`-� M� �� <L ; ' d Y ti ���,� � � ,� �`'�� ���p�h �'� � Engine�r"�n-Training'with two years of airport pavia�g experYer�ce acceptable to t}te �` �� �"v��a�i 2�� 4"� .. 4. .Y nil f t >• ..1 �y it f t � i ip/t ;s> .�� .i. � :..�...�.':�. .'. - �� teal. ltC��NpNd� '" 2' r .�'. � :.:�3�.An individual wide � artd , �.., ..,,, `., `� 7,f,�� ��,- ���° r}, three years of faighway /ar a a 4��� ,��� ;,.�. �' r to:the.Rnganeer and wash a BacllelOr of$caenCe ��P trallg experience acceptable ,� a g :,;' EChIt010 an, � ' �� �' '�: T gy or Consl=ucti Degree in Ci ErYgine¢�g, Civil F�stgLteering �'Y" ��� , £,��,���, �a��, �i C � � ', i } h',i '� 4 Construction Materials Technician certipxed at Level � � ,� ' � the National r ��. �tf. �.��, y Certification in Ea►gineering Technologies(NICETY. �' Institute for � �; °' I 5�� �.t � '�3�.iS�Y/y�.�i. I Ykhtt�A 4 t ' K �} ���f.. IT t � f � � 1-40 � n `: } a rF7J � 'r'�. e `t SAY'} zt$ a4Uh�� ;I '�FiT! �'4 ��M6a'3+�}F�'iES?9lTi4i.d'bE',9`fw4F. ,,r€.'rS,f�`t�. . ,.1.. ..:a.,.,.'.q .. ,F 4:� `{�4 cv���y, j;J 7! t} r '� -rte:; '`��} jLt.,�r} 11 'ti+� `��`t z r i;;f } {5th st .� �y � .. . .'t�; .'f,�.,5 fit, t �, �{y } .: ,�""i�� � .:E t}'"a r�����,yr y�. ��,t f� .� �. . . ., � 4 3F`�Yk`"'tt�-�'rY�� �_�at ev �:,� rc��Y r��..:��77:: �� �.� �t t ��� ' .7 7�E �'S.tN.�1 �'�Mii'i4ff 2°'� s��'�. . y1 '���f��'�7,�P�� u ls.� r ,� .}}..�, F •F. ��'F Ft,�<<t .�' E�.F�,c'i:�+�n�5c�-,i_,S{? 4�i,...rv..°S ; :�'.. �,. 4 � .. .. � � ,.. S. Highway Materials Technician certified at Level III by NICET. r 6. Highway Construction Technician certified at Level III by NICET. r s 7• A NICET certified Engineering Technician in Civil Engineering Technology with 5 years b , o#highway and/or airport paving experience acceptable to the Engineer. { " The Program Administrator shall have full authority o institute an and all actions n I tY y necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control A Program on more than one project provided that person can be at the job site within two hours after r being notified of a problem. uired b. Quality Control Technicians A sufficient number of quality control technicians necessary f to adequately implement the Quality Control Program shall be provided. These personnel shall be ' s- } either engineers, engineering technicians, or experienced craftsmen with qualifications in the 1 appropriate field equivalent to NICET Level II or higher construction materials technicians or En shall highway construction technician and shall have a minimum of two years of experience in their area `ti�nal of expertise. gm t. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: ��''shall _ 1• Inspection of all materials,construction I ,.ed for ,pant,and equipment for conformance to the technical specifications,and as required by Section 100-06. or 'ontrml Performance of all quality control tests as required b the technical s q ty q y specifications,and rh 20d}= Section 100-07. yees { Certification at an equivalent level, by a state or nationally recognized organization will be. { 'i acceptable in lieu of NICET certification. ` c. Staffing Levels The Contractor shall provide sufficient qualified quality control ` Yee n� personnel to monitor each work activity at all tunes. Where material is being produced in a plant 1 h.•ive' for incorporation into the work,separate plant and field technicians shall be provided at each plant #` re 1►ad and field placement location. The scheduling and coordinating of all inspection and testing must A;71 match the type and pace of work activity. The ` ty• Quality Control Program shall state where different { technicians will be required for different work elements. nuxng X ri !' 100-04 PROTECT PROGRESS SCHEDULE. The Contractor shall b su mit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path f8 t Method(CPM),PERT,or other format,or as otherwise specified in the contract. As a minimum,it shall provide information on the sequence of work.activities,milestones dates,and activity duration s a The Contractor shall maintain the work schedule and provide an update and analysis of the progress ' � 1 Y schedule on a twice monthly basis,or as otherwise specified in the contract. Submission of the work } schedule shall not relieve the Contractor of overall responsibility for schedule, sequencing, and rtabile f F s , coordinating all work to comply with the requirements of the contract. 66-05- StJBM1TTALS SCHEDULE The Contractor shall submit a detailed listing of all submittals 4 r (e.g:,mix designs,material certifications)and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number, to r i 1 - " x . , l x 4 i zf dt,:n k� b. Item description; ' c. Description of submittal; t ! Aye 1 d. Specification paragraph requiring submittal;and "; ,� ' ♦i ' e. Schedule date of submittal. ;"$�� 1�YY►► r 100-05 Quality control inspection functions shall be organized Qu ty p� , to provide inspections for all definable features of work as detailed'below. All inspections shall be P P� nnspec t ! documented by the Contractor as specified by Section 100-07. Inspections shall be pareformed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the followin g minimum 8 f C 'ii`,li�lilGlll. req uirements-, �, terms o�'_tlz a._During plant operation for material production,quality control best results and periodic and " inspections shall be utilized to ensure the quality of aggregates and other mix components,and to Y t{ j adjust and control mix proportioning to meet the.approved mix design and other requirements of J the.technical specifications. All equipment utilized in proportioning and mixing shall be inspected fie y� ' to ensure its proper operating condition. The Quality Control Program shall detail how these and lrf{ t r TMx�u,3 other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be *y s a utilized to ensure the quality of all materials and workmanship. All equipment utilized in pla Ong, +a1iluks t u� ! finishing,'and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan Pe P� P . dimensions,lines,grades,and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. ; r � 100-07 OUALTI'Y CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical { specifications.'The testing plan shall include the minimum tests and test frequencies required by each technical specification Item,as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. y� x $$ 9 The testing plan can be developed in a spreadsheet fashion and shall,as a minimum,include the y following-.fr. R t ,''. . .;:• _: m �tr 5�t�`p }gyp n r�ti . t .. .'a S p=ecnficatnon item number(e.g,P-401), y 4w r. b%Item description(e:g.,Plant Nlix Bituminous Pavements xb ' c Test type(e.g.,gradation,grade,asphalt content) ;F ) 4 d. 4�'{ s • x}} Test standard(e.g,'ASTM or AASITO test number,as applicable); ,a { ` -r S.'r r t/.�ka k.,rk�cy5•�r„'J h 7 4 `t i i c37xYV Ya A e. Test frequency(e.g.,as required by technical specifications or minimum frequency�rhen r6quiretnents are not stated);. Yes L Responsibility(e.g. 'plant technician) g. Control requirements(e.g.,target,permissible deviations). 1-42 x . ° °✓ r i�xf J v �`tpd 3 �. , 1. ra t/'I U d- { Si a t r ti The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-0$ DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required e�i . � q - r inspections or tests have been performed,including type and number of inspections or test involved; results of inspections or tests, nature of defects, deviations, causes for rejection, etc.; propose remedial action;and corrective actions taken. 'tints �: These records must cover both conforming and defective or deficient features,and must include a _ tun statement that all supplies and materials incorporated in the work are in full compliance with the ' terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be c verified and signed by the Contractor's Program Administrator. `d to ;. is of , Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to,the following records: F yid a. Dail Ins ection Re Y—� ports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form be acceptable to the Engineer. These technician's daily reports shall provide factual 'evidence that g, continuous quality control inspections have been performed and shall,as a minimum,include the ., t . foll owing: and 1. Technical specification item number and description; 2. Compliance with approved submittals; am;` ' cal:',.' 3. Proper storage of materials and equipment; 4. proper operation of all equipment; 5. Adherence to plans and technical specifications; 6. Review of quality control tests;and 7. Safety inspection. The daily.inspection reports shall identify inspections conducted,results of inspection,location and T =3z{ f nature of defects found,causes for rejection,and remedial or corrective actions or proposed: h 4�` _ ,, �,lt�r�'? ,3 {The:daily.inspection reports shall be signed by the responsible quali ty control technician and the Program Administrator. The Engineer shall be provided at least one co of each daily y inspection report on the work day following the day of record. } f b Dai1v Test Reports. The Contractor shall be responsible for establishing a system which z t will%.,record all.quality: control test results. Daly test reports shall document the following information: rays ' 1. Technical specification item number and description; ry ` 1-43 h r A� ;t�j�*�'�?�-�'•��tztt,x�?:�.�-r➢3 �t.�.. x err..-.:. .•, r... ......-. .., t S � r..u. t�,� y�t 1 I 2. Test designation; 3. Location; 4. Date of test; 5. Control requirements; 6. Test results; 7. Causes for rejection; 8. Recommended remedial actions;and 9. Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications,the Contractor shall maintain statistical quality control charts. The daily rest reports shall be signed by the responsible quality ' control technician and the Program Administrator. :100-09 CORRECTIVE ACTION REQUIREMENTS The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed,or believed, to be out of control(out of tolerance)and detail what action will be taken.to bring the process into control. The requirements for corrective action shall.include both general requirements for operation of the Quality Control Pro gr am as a whole,and for individual items of work contained in the technical specifications.', ,'., l®r The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective actions and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. <: When applicable or required by the technical specifications,the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. r 100-10 SURVEILLANCE BY THE EN INFER, All items of material and equipment shall be subject to surveillance by the Engineer at the point of production,manufacture or shipment to determine if the Contractor,producer,manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and ` plans. In addition,all items of materials,equipment and work in place shall be subject to surveillance by the Engineex at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of:performing quality control mspections of either on-site or off:site.Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. ' a. The Engineer will notify the Contractor of any no with any of the foregoing requirements. The Contractor shall,after receipt of such notice,immediately take corrective action: Any notice,when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work,shall be considered sufficient notice. , 1-44 ',�>f .;x _ ?`, ` �"•�' .. :3x.,;9°.Jvr�'N +x��':�`+Sx� . TH k �'.'?+�r7 �,.s I-ti .y I f •.7 rid4°i: �•> i 4 ", I . y.,,f. .. f . s .s'-" . . y f?�' .. I ibw..I I _..T..-....._..._._...,_:_.....—._,_....`.,._,...._..._...._..__.._.._,..__...,...._,._.._1....._._... .. .. —"""u.,_.._,._, _._ ._,-..._. .._._e.._ ......,.._,-.I): I 1 h"t t . . .. ;� .1.b-.' In cases where quality control activities do not comply with either the Contractor's I Quality Control Program or other contract.provisions, or where the Contractor fails to properly o., : operate and maintain and effective Quality Control Program, as determined by the Engineer, the < - Engineer may: 1. Order the Contractor to replace ineffective or unqualified quality control personnel I 1.or subcontractors. . .2. Order the Contractor to stop operations until appropriate corrective actions is I r; taken. t� a ;"q� . +,Z: t`. .. .. .. e. .. . ,� t:. k i } ;: .. • . c . ,f ..' y+ y) 2 C�. � �y ! . .. , I t. . . i ',1 fk . .. is i.:. '! .. ' 4 I '` .. :. X, ; l .. : ,Y�t t '' . { y '. ...11 �t .: r �t ,� 11 iF t , t, ., - Y: C f t .. � , ° k , .,:-! 9k tf 4 �� yt I, ti r ' .r J s. !1 e' ` ": ! k 1 ��tiT r :!, ,. 1.111.t d OR x -3 h ..F I y��x4 £ ..'v� } yY ! ¢ :< tt ,Y A t t., ,�k > �.,.t!r x .{, a ! t d a i t t a n ' , �{ �r , i.I. ,Y k {,T r ? �. .. 4 k Y 11 r j G{��x`" y' ! {F 1Y4yr_i 1. } 't t:: . 1"t.5i 2 r t: i tv.!���F ! :} ! t,: , x i ..11 3 '' i , y. ; j q 1-45 YI tk:£ � .t d w ywy^., k t f 3» .{ i �b . � v.+6J'�).. "h✓r +dy. I ,f m s 0—7 44} S,ty t r 'j S �' +4 t) f / f i :,Y 5 p x t 11 t f`y ... "} J'L S5Y!x,iT a pYl f "� ! X, ,.,t .!' -t �{,t1J+'n.}fnr.t,;���(fd�44x i J( :, {. i ti'twkA+£" !'k'. x�'+ a Yx Ls .,y T y 1' Cyr Sy tft lY! 11 2 } { f�� y '1 +9 1 __ , �..,:.;.:,,uhf....... ...SS,!,"" 1.�'a'111 i, ;r -PART 2 SPECIAL PROVISIONS 4 Z. 1 4 ) 2.1 GENERAL DESCRIPTION. These Special Provisions with the accompanying Plans, l Specifications and related documents as hereinafter listed cover the requirements of the Owner for construction of improvements to the Jefferson City Memorial Airport. The airport is located about f 1 mile north of the Missouri River east of Highway 63. The work consists of rehabilitation/overlay Runway 12-30 and reseal of joints for Runway 9-27 at the Jefferson City Memorial Airport. >, 2.2 CONTRACT SPECIFICATIONS The Specifications which are bound herewith and which shall govern the materials furnished and the work to be performed in construction of the work under the Contract based thereon,are identified and indexed in the Table of Contents at the beginning of this volume of the Contract Documents. 31. r 2.3 FLANS. The following Construction Plans accompany and supplement these Specifications, SC i .r't a and are made a part of this Contract: INDEX OF SHEETS ea¢Dfl , �{ , Sheet No. . Title 4.1 m�,rt{r.�y, 1 Title Sheet . {' 2 General Airport Plan and Safety Plan �f 3 Summary of Quantities,General Notes and Typical Sections 4-7 Runway 12-30 Plan and Profiles 8 Taxiway Transitions and Spot Elevations 9 Runway 9-27 Transition and Spot Elevations 10 Runway 12-30 Marking Plan Runway 9-27 Marking Plan 12 Pavement Marking Details +{, ' 13 .Grading Plan kt r 2.4,: COPIES OF PLANS AND SPECIFICATIONS. The Contractor will be furnished without cost " to him four(4)copies of all Specifications and four(4)sets of all Plans enumerated in the foregoing r, paragraphs 2.2 and 2.3,together with any and all addenda thereto. The Contractor shall keep one copy of all such Specifications and Plans constantly accessible on the work. �r Additional copies of such Specifications and Plans,in excess of the number furnished without charge r`AQ to'the.Contractor,'may be obtained by him from the Engineer on the following basis: " Plans and Specifications...................................................... .$40.00 Individual Full Size Plan Sheet: ......$2:00 per sheet Each Book of Specifications ............... ............. ....... .. ..............$15.00 feyy.a#s y s ?,.!5 . LIQUIDATED DAMAGES. Should the Contractor fail to complete the work within .the. t > N required number.of calendar days,or within such extra time as may have been allowed by ext .nsion. 5. the Owner will deduct from any monies due or coming due the Contractor,the amount indicated in the Proposal for each calendar day that the work shall remain uncompleted. This sum shall be i considered and treated not as a penalty but as fixed, agreed and liquidated damages due the Owner from the Contractor for reasons of inconvenience to the public,,added cost of engineering, •Y 2- 1 h' `s f��1� # ' \\KCAIIf!\I�11N\MipU[R�•tR400C 3;1 ([ �Tr.$i 'R' -� '+v'• {°+�.""7': ."r�t..SrFwsS ,?.j,ts2' a >.?y .:s v .< J , i. v't , , t i . t :y r t administration,supervision,inspection and other items which have caused an expenditure of public k i funds resulting from his failure to complete the work within the time specified in the Contract. occurrent �� +t 2.6 WATER. All water required for and in connection with the work to be performed shall be provided by the Contractor and at the Contractor's expense. 3 1 f ` 2.7 . All power for lighting operation P Y ration of Contractors plant or equipment,or,for an other :.. ` use as may be required in the executionof the work to be performed under the provisions of these ,,:;H,r (1),�oitrn Contract Documents shall be provided by the Contractor at his expense. `occitrren f 4 2.8 CONSTRUCTION STAKING. The Contractor shall furnish,all stakes, string lines, and (2)J?rti equipment necessary to properly set all stakes and string lines which are applicable to the work aggregat { covered by this Contract. The City of West Plains shall establish only horizontal and vertical control for the Contractor,. The Contractor shall set all stakes and layout for construction of the work.; ;.:z. ., ht 210 - 2.9 D NSE OF SUM. In case any action at law or suit in equity is brought against the Owner �� or any officer or agent thereof,for or on account of the failure,omission,or neglect of the Contractor Property L to do and perform any of the covenants,acts,matters,or things by this Contract undertaken to be done or performed,or for the injury or damage caused by the negligence or alleged negligence of ' 2.10.5 :S2 �r ? the Contractor or his subcontractors or his or their agents,or in connection with any claim or claims r { based on the lawful demands of subcontractors,workmen,material men,or suppliers of machinery r The.Contr: t ; PP • 3 and parts thereof,equipment,power tools,and supplies incurred in the fulfillment of this Contract; � idea i the Contractor shall indemnify and save harmless the Owner and officers and agents of the Owner, N rlaah`1ha of and from all losses, damages,costs,expenses,judgments,or decrees what ever arising out of such ; i`a ll#sllang t1; action or suit that maybe brought as aforesaid. � 4 'Flue u�inuri 2.10 M-I ANCE s: Pndp .D 1 y, r tale ErN t 2.10.1 GENERAL: '' 2 i1D ` The Contractor shall secure,pay for and maintain during the life of the Contract,insurance o#such i The/alave types and amounts as necessary to protect himself,and the City,against all hazards enumerated r'ela�tiv#~too: herein. All policies shall be in the amounts,form and companies satisfactory to the City. 3 `C The insuring company shall deliver to the City certificates of all insurance required,signed by an authorized representative and stating that all provisions of the following specified requirements are complied with MWIM ,se i t All certificates of insurance-required herein shall state that ten(10)days written notice will.be g�iven �r's#: p'. " ery.zt T t a' f {/ to the City before the policy is canceled or changed.All certifications of insurance shall be delivered...' t to the City!prior•to`the time any operations under this contract are started. '•r ` ' °''` " All of said Contractor's certificated of insurance shall be written in an insurance company authorized `; t (S to do business in the State of Missouri.' x`ra #tt w ' 2.102 °� � n(•' :'. Ft '"t . f .' ..".. '. .'. ,, M ,f i� s ty ft t3�f��t� _I ' ,3 (1)°Bodily-Injury Liabthty/insurance coverage providing limits for bodily Jnjuries,including death, ai<<� doh eto of not less than r rson and$100 �vatthl3�a<3i1 per pe ,000 per occurrence.: tfi � S2 f " Tf !x♦E xfi t tfs` �t 2-2 fi,Ve / ' ib1310V1t11WfClttf [C►RGDOC ,,, �i {1�;r t! 'F/ t . t) r f ;unso*t�RW�4�ar N�� i �'1 3 !`s..+row•lsrraarrce. ..... .._.. .,.. tt.. e . ' :t:.l: � .73 t... Fie �, i!� �.� y :t. h. >,r�tt,3Clt�; `�D•�{ i e T�` td #� M,.'s„s;'�#1 /1 �'E�s+. !r"'7{{cls ttlE 1 {"t tt,f � •' i . ry,sx,3D� i i t t ' '^7t 1 M1t j '�lrt t I' I, bizc (2) Property Damage Liability insurance coverage for limits of not less than$1,000,000 per one d occurrence nor less than$1,000,000 aggregate to limit for the policy year. be: ` 2.10.3 COl`�'1'R°CTOR'S PROTE('TM BODILY LNURX LIA.BIL ITY&PROTECTIVE PROPERTY D M AGE TI.>laBIl�t'rY INSURANCE. OVE_FRXG OP RATI_TVO S Ol±S� 'ONTRACTORS) . °ese (1) Contractors contingent policy providing limits of at least$100,000 per person and$1,000,000 per occurrence for bodily injury or death. I and (2) Property Damage Liability providing limits of at least$1,000,000 per occurrence and$1,000,000 I ak; aggregate. h4rol. k. <<; 2.10.4 CONTRACTUAL LIABILITY ne'r ctgp: Property Damage coverage with$1,000,000 aggregate limit. tip be. o 2.10.5 OWNER'S PROTECTIVE LIABILPI'Y AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Properly Damage fact, insurance issued in the name of the Owner and the Engineer as will protect both against any and all ether. claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and t' .. Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. t 2..10.6 EXCLUSIONS r The,above requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no exclusion Fsuch q T relative to: ; a�at�ed k } (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this by +; requirement on subject project.) 4�itre ' • �T u� (2) Injury or destruction of property below the surface of the ground,such as wires,conduits,pipes, mains,sewers,etc.,caused by the Contractor's operations. Wen r2 of, or:structural injury.to, any building or structure on or adjacent.to the C�,ty's - premises,or injury to or destruction.of property resulting therefrom,caused b the`removal of other p g Y buildings,structures,or supports,or by excavations below the;surface of the ground. LIABILITY & AUTOMOBILE PROPERTY DAMAGE BILE BODIL �j�,jRY x) r `s� y T iAR17:TrY INSURANCE Z `"{ a' Contractor shall carry in his name,additional assured clauses protecting City,Liability.Insurance deat �T a ' 7 with Bodily Injury or Death Limits of not Less than $100,000 per person and $1;000,000. per, t 2-3 MIN ":7� awinMUtiwrcwcasrac•rwpoc ' t. ..n-v.l^ ) ••.•.,•.. •' y,.,..,� I .. .i r..,M r�r-.� i.�.',t'r t.k; s,.,.,. r<,.ciT :el�r.t:..:T :x.:...: ' S, ,:. . y,:,,. .+:'!;u'+X'y, y"�+�S,Y�is,�5 3..t:...•.x,. • is i. .��;: a' '+ x f .1 s r ;j' qa�.�t .x' •� �'x �k�,. �z�-��-,'u tC"�s :fit T� , � A f Y rt. t { and y� of sum IT ,v+ Itaed car and oon-evir&d AM ,"Wr Sibiu D_ "'lr a i%ib GBH t1w M--of 8'tI�t1YY[odes am and off 1b site o�1�� �a;, pra'se and Yf VG'�g �a v+s prot�it&tea a a a alb ems t „ and in �v.... r� in}titiiitt,4 to and &a&of Wod=M engapd in w� thL��' 3 ' ad� d* (ombacWr. s carry omupafiQr �' d VhTTlft StdtufDfSt tLt and { alplager's Uabffity wifit a limit of$16OX0 per - The "AlZ fie" ex sh&be VIP fn cue aA►y of empkives is rwt protected under the 6� "s�tisae Staterte,the d t4P1r4aa# CxNarsaff shall provW and cause such conft3ctirnr to provide�e�s listl ca�age as vet him amt asYy chiats resulting frame to and death of wvrkao�n engaged0 wwk und"this coast. a�trr tl�b r k .. risks 0f �';� Thia'ire�rareoe sha+lhirtsure and protect the Contractor and the Crty framQ aft il�e i phy$ l Iwo ar darseage to materials and equgmwrt% not�card uri der&n�r's�k b oe,whea in wad or storage areas,daring i�dung g and unto the ! r :Q 6i,W* t t WG'l�C�aCC�#8d.' It shall be of the"All.Risks"type,with amrage d+esigrued for the p 1 t {Which nay occM in,dw particular work tnduded in this contract. The coverage shall be for an annomtstt not less tltatt the value of the work at comple tiort. Im the vahm of ttne material ande`.e ? filee aggregate value of i{f Y egt>&pnv!nt imisued under ftil Ws Risk In�arance. The value sban include ggrega ��'� C1ty-F�lrle2�ee E!t$t Tt and materials to be erected or h6talled by the Corttractor not otherwjw irmned under Benders Risk Irmmance. Rd� Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made �? ` b payable to the Contractor and the City as their interests may appear. , �r If the ag egate.vah of the C"rty-furnished and.Contractor-firnislied equips t is less than X10 y such maybe be covered under.Builder's Disk Insurance,and if so covered,this Llstallation ,t �$ § Y The Onoutat of u 4 latex Insurance may be omitted:'. 2:1010 ACTOR'S RIFONSBIL.IT�'FOR OR`F�R actualnottl '" PI is the considerations in this agreement heretofore stated,In addition,to Contractor's other ,i ` iY;: t `$ ab) g lions, the.Contractor assumes full responsibility'f :,all loss or damage frown any.cause ' Y i ` '! , J ' wrjtab�oe�'etr tools awned by the n►edtartics,any,.tool nu�ctriztiery,egdpnuedtr aP veluces f` arl�,,��,,,., u �inaterial a►ert:6i his or 4h 4 oft p� . . Lx•,, rnr`,xerite�d le1i► the Contractor s, his;agents, sub-contractors, }{�( � ;t0 A",oar.,othar temporary and stagutg;plr+o�ectivi�Eeseces, � ' 5tI�213Ct11r+E•S,SCaffOldl<lg_ ,_ r to walk,.hooks. Mw Contractor shall also assume responsibili ty,for all ic�ss or damage caused a by,° r gout of or i dd It to larceny,:theft or.any cause whatsoever (except as hereinbefore r<s� },' pravlded�;ty tht'atsuctute ore which the.work of this contract and any`a�odificatl�s;a�itr'rahons n 5t � a mow. er► thereto,:iis to b done,and to materials'and labor cortinected'or to tae used as a part of :> fallt �lhey vt) ti-a rc perrnasienfmaterials,and supplies necessary,to&;e work: t t. e 2-4, Elk° r �1t11ft1Af l'\Y!►C1g1b1NiGtMd000 +1 �� �' z �T ` . 1 w?`r' .t't.4„ '�x``�A.< z .R ,� .-r '� .,Y,.n4`i4t,#-'T�«EFSr<'"�RS)}[ 1 ski t 'd .s...� +{x•'ir' > 4'b vrd ,ki4 t , 2.10:11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY ` n save harmless the City and Engineer and their officers and The Contractor shall indemnify and s ty Y agents,of and from all losses,damages,costs,expenses,judgments,or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts,matters,or things by this contract undertaken to be done or performed,or for amts the injury,death or damage caused by the negligence or alleged negligence of the Contractor or his i .in subcontractors or his or their agents,or in connection with any claim or claims based on the lawful demands of subcontractors,workmen,material men,or suppliers of machinery and parts thereof, ltd equipment,power tools and supplies incurred in the fulfillment of this contract. { #, 4 i 2.10.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE 'age Upon the occurrence of any event,the liability for which is herein assumed,the Contractor agrees s in to forthwith notify the City,in writing such happening,which notice shall forthwith give the details 1 as to the happening,the cause as far as can be ascertained,the estimate of loss or damage done,the •3 names of witnesses,if any,and stating the amount of any claim. 2.11 GENERAL GUARANTY. Neither the final certificate of payment nor any provision in the of Contract nor partial or entire use of the improvements embraced in this Contract by the Owner or ► , .` . . ;Risk the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any of damage to other work resulting therefrom which shall appear within a period of 12 months from the date of final acceptance of the work. The Owner will give notice of defective materials and work with reasonable promptness. r�nod' 2.12 EXTENSION OF CONTRACT TIME. The Contractor is requested to bring to the attention of F the Engineer, by letter, during the progress of the work, the occurrence of events which the n;ade Contractor considers may warrant extensions of time under the conditions of the Contract. If the EU F: Contract is not completed within the time stipulated,the Contractor shall at the conclusion of the E work, present to the Engineer a written statement presenting.his view upon all matters of time IDM extensions. Ilatica s='t The amount of all extensions of time for whatever reason granted shall be determined by the Engineer with due consideration given to working seasons and working conditions. In general,only actual and not hypothetical days of delay will be considered. The owner shall have authority to grant additional extensions of time as they may deem advisable and justifiable. { ?c) Promptly after the award of the Contract, the Contractor shall submit for approval to the Engineer rauce� a written program of construction outlining the proposed operations and the order of completion of the various parts in sufficient detail to demonstrate to the Engineer the adequacy of the progress dd to co mplete the construction within the time provided. No payment shall be made to the Contractor {,j on any estimate until such a program has been submitted and approved. y� Should it become evident at any time during construction that construction operations will or may arE of fall behind the schedule of this first program of construction, the Contractor shall upon request z 4 3ifra`' promptly submit revised written schedules setting out operations,methods and equipment,added amount of labor,or of working shifts,night work,etc.,by which lost time shall be made up,and shall confer with the Engineer until an approved modification of the original program shall have been R4 ` 2-5 tz 1 s�wiu�n�wpcwca�c•rRacoc t� ,,t�' ' S.t >�'` t a.Y { s';• �r ,�y,�i'>t.a �'" a ...j-r'+"�c r' f�'lt, � . k , . '� 4 ,�y?f'y343i4f'� 7rg} 1` .• .. � fi1 a,r.2�}y+'�"�1"�`�l.� a l{ ,ic,�°'wry�b'S +q..wo..-.. -...... _ _....,_........ .. � 13..x. ..�.- �' f z 4 i a 4��y}r j1k 1•�'r �,.'t r � �� � .. - I JMr�.L. � �__-.......,................_.._.._...�-...._.� .....��....-�.,......_...._..��..._,..... r .. �f,, f `1'-,' f` � secured:'No a ants on any estimates shall be made to the Contractor after such request is made ��5 d� '3 i �''�' � ..' �`'* s,t `, until a moda'fi program has been provided by the Contractor and approved by the Engineer. � �� 1, odifications � r z ' {'� ' Execution of the work according to accepted program of construction,or approved m .4. z, ,� t ,tr.* riot lirni+�d, t ` `' f thereof,shall be an obligation of the, Contract. �'� `' • .� �' ` i � , : .; to the�Qle1 �,�, .<�, � � . � `'��� warf C t���th� ', F ; ; Should the Contractor fail to coYnplete the work on the required calendar date as stipulated in the ;=y�;F;. arici�ritratic ., . '` ' Proposal or within such extra time as may have been allowed by extension,the Engineer will deduct ,;. ,fir �. items an.�the '�' •` ' from any monies due or Gaming due the Contractor,the amount stipulated in the Proposal of said :: ,�; � ` exbex�sian of same that the work shall remain uncompleted. This sum shall be considered and treated !( •: � ry� 1 not as penalty but as fviced,agreed and liquidated damages due to the Owner from the Contra�•tor � I�iob�i t"� '� ' by reason of interference with business;convenience to the public, added cost of engineering, administration, supervision and other items which have caused an expenditure of public funds ta) . ;, , 4 resulting from his failure to camplete the work within the time specified in the Contract. . r,• � r f � (b, Permitting the Contractor to rnntinue and finish the work or any part of it after the time fixed for its 41�f percent.: � �: •;: � completion,or after the date to•which the time for completion may have been extended,shall inns t; :�, , ` i:4 way operate as a waiver on the part of the Owner®f any of its rights under the.Contract. `, ��? fc) � is . : ,�trA�- percent.. �� �� ` Neither by the act of taking over the work nor by the annulment of the Contract nor by requiring the Y : ` rt s "` '. �t � Surety to rnmplete the Contract shall the owner forfeit the right to recover liquidated damages from :z�'; ��) � `' � the;Contractor or his Sure for failure to com late the Contract within the s ecified time. ,��`ti' ,� � ! ty _ P P ; �..5 percent:'. s , �13 �jJS"T C�j�,�. Adequate precaution should be taken to insure that excessive dust does not , �_ '� ? become airborne during construction. No separate.payment will be made for performing dust-. - :.��� w}.Y �`t � � •� eorttrol or,for the water used for this purpose,but the cost of these.ifieins shall be subsidiary tc�other � 3¢ ;�rt�';:.i � •items in the Contract. t ,;t� ,y :, } +,: 5� f�:; i 2.14 . The Engineer°s project representative shall not have � u# . "; ,; ' `f responsibility far the construction cite.conditions, including safey►, operations, equipment; or � S� �� �'� � i i :� personnei.other than employees of the Engineer. The.Contractor is responrsible to construct the � <.�U '�` fat,, , .� project in conformance with the Plans and Specifications. The Contractor has the responsibility for : f°`t}��. - ' , safety;safety precautions and safety programs an the site. He has.the responsibility and duty to ; -r� � ,:` :;` ' provide a safe working environment for his employees or.employees of others over whom he has•.,. "�;� � '. `supervision,direction and control as well as providing a safe environment for those who are required, �z'� ', ;K ,� � or are permitted:to•have access to the bite including but not exchisive to engineer and,owner { ��;� ��:; ` �, , personnel. � ' � �_;;� � � - � ,� r, , , ! ��, s ,µ ?eo 52�iJ .�3 � i f ) �' �f (. (IY��r ! 1�,�ff� I7 ii.{,�µ'��ax;..7. !_ ... •F+ c .. �r t;.� C t�t. i�i f 't ��tAl�.. :Yi'.:..''`�•'.i ���I g Y.i 7 r 1 S :� y.,.r�(T � I r�t'< f .� f Y i} •`�i 'f Y.JJ �{,'t k A X�S2��' ��:j i4 [i�� t�t•�t ��' ,•' .. .f°at i�� ,i A t:.'�_ t, '...} �� '� rya t � 5�'t :c7. .. �r.� � t'ja fit.� f .�. � ' t .t- r.. .�����, r •" '��. :•� �. � ,. � '1:, f �t C�.. � ,.T'a .1'+ } t� i 'rte f1f t • > ,,. .t�, : i � la �' Y�• � 'r F r .�5.. `�: f ..i: ,t t •} ..r. a, 1r 'SS i'} '• A' A.�t. .. 'i 1.. 4�"�'�' !�� , � s y.,1' ��,, ,' d ``f , ` t; y Sr�t y t { a� f.i r t A ��• f�.: .b�. t t��, a'``?9... 1�"' t �� > f l'i � i � 5 a �,t r a' � �y� '.y. ,. �� �, .Vii . i�7 � nt\ .y .�' t 3tl ���7`s rt � .. .: � � � � � Y��a4� 'r" ark' �a; �. M1 7 Q�'HR�� w>�i r },��s r �vr. tt''�r ry,ni. 1. ,,� � � � �t�mnv�tnwtna�ea�wtcnc000c ,. ... ' 4' r is ('. � � �t� �a,�� ! I t y r t J ��' �T TGTY+'w•.p•✓�•'N!Y•fq{1[ .. .p l,. ,�,� � � 5 alt t x •`S n . zir}?1 f .:��k'�'�' ' �'q.``�i��YS'tnLa'itwsR?,:IAVY"Site#aei+N`r.c�tir.^`'rir'n� ,L 4.;.,:fiiiA:.� tlt,' � .... v<.rh �t�f ri5. ,•,� .__.�._ _ ... � �' c ..a .u.,r, 2sv�..rF'�1. ��� i � , +=�. H:. w r , v L h ..l .'. .. '. ` �r �Ay�tlrf yp h, f t y '� '.. .,. � .. .. � .. tfY �a���$T!,"y,t)r.?S r.,{*"�.�'� t �� - t -�,. 1�' E � � t � Y.. �5�i f.�•rl�t}t'.li.x r Ii t, 'i.,�, T"4�tti��j��;�f.'rY�t t,}.' ± F r f t��i � .. ... i�, rt t�x,ns� t 4 i.dvt4r a 2,.: 3•. sir` c �.,., ..: •:` � .° � $t III I 4# _ __ -_ , I - I .. III t ` 3 . ... .. . . _. __......_.._.-.. __._- . ........ .. .... rs. . . . I PART 3 i i made MOBYt,YZATION 1. r. 1.11{gtloYtS t 1. DESCRIYTTON: ,T1tis item shall consist of preparatory work and operations includin ;but I g I �� x ?. not limited to,those necessary for the movement of personnel,equipment,supplies,and incidentals 1. �� ``art to the project site;for the establishment of all offices,buildings, and other facilities necessary for 11 :� work on the project except as provided in the contract as separate pay items;and for all other work" I 11 Suet and operations which must be performed or costs incurred prior to beginning work on the various � .. bf I I items on the project site. tad E{ 2. BASIS OF MEASUREMENT AND PAYMENT: Based on the contract lump sum price for , ctoir "Mobilization",partial payments will be allowed as follows: i I 11 rmg; funds _ . i (a) When 10 percent or more of the original contract amount is earned,25 percent. .Sr, for its (b) When 25 percent or more of the original contract amount is earned,an additional 25 m no percent. . ; 2 Ilk' ..11 (c) When 50 percent or more of the original contract amount is earned,an additional 25 Y r. �. percent. i t i 1, 11 om i (d) When 75 percent or more of the original contract amount is earned, the final 25 ;„ 't t percent.11� h} , ,,,s., .. I { ..i 1.-11 other ,� ,, 1 . .1W , . . . I I :,:i�0 ' a�! have t>.Or .. C#the I Y hi tt.J 'J,v' .. :.I A. has k r,, ��, 4 I 11 M t .. .. .. 11 Mf k2 f j . W Iler { f,, l%t p . " - " .. }' �,rl, T1.-1t z I .11�, " . 3 �#.­-,.?,��'­"­­ 7 11 j .6p[�to x jS'y@1�1t t,I 11 't,tY' t V,"jn r y.1. r�ltwi. ` ` Stt t "e �:r{.: ' 1 .�,, "11 it t. s +11 5f � i -1rt a f�i s' .. ,� `.Y t s J ay - 9 Yl 3 „� r .. pt S+i�+g°r ... 1. .' t i I" -I -1— � I "�,I?,iio ''I I I I I I :; t. t-.47. ti tt,� .. .. s Trtt • t, Ef I t,�ft!,` .. .. i IMF i.1 -t t.,W 4fpt(c c SN"I9]%A@1W?C.3?1K3"JLDW ' . .t i A Y( 3 I 11 y aL'47„t A. t .11. ,� y., . . .. 2 11 fe^d"5'f?iff. (` :;s I': {�S .Y Sfi i.ry,tt{,4^".w.k=sF 6 .Y:'iS5?df1�It�i,c n+;t»rE }fiN e+''.gy ,k ,.y,..t:'a: E ^'^.. ,i:: sx a} k s w f t'+f.+ t it-tr t.,...3'i -7'1^" �° : >:' 7 i4s. �um11HE t _ fr IO AL¢� MY + v.^}# td 4 s 4' 'st t �,C iR J i -r c q `fzi,g Ldp 7 t < i 1 Yt gl ti ,IV#; C it 1J h ",{ l4 Jf 7ti ;�h ; 2,. r f, tt . N 11 , {$ �14 ,J q r `�. _'1 S�i'" 1??t, . 1'i _.R , . 11 I, .. A.tw2",>t.. I. PART 4 i i TEMPORARY MARKING,LIGHTING AND BARRICADES �,p�- f-4 . . *' .�� ,.,�, �11— . t' f t r 1. DESCRIP`nON: This item shall consist of all temporary marking,barricades and lighting shown on the safety and phasing plans,and required in accordance with FAA AC 150/5370-2C. This 11 .t- tem shall include all materials labor,installation,maintenance and removal to provide temporary `' markings from diluted paint,fabric,plastic,plywood or snow fence,temporary'relocated threshold ��a',i, I light assemblies,low profile barricades,and temporary measures for blacking out or powering down tz� ,, runway lights in closed pavement areas. , t ;f R, ,1. 2. BALI F MEASUREMENT AND PAYMENT: Based on the contract lump sum price for I i-,`> "Temporary Marking, Lighting and Barricades", partial payments will be made based on the Paa a estimated percent completion of the project. �, c< I t' 9 r S I `�'t . i 3 l # " i,,i fir'' . �t jJ . . ,f .. .. . bjt I Y3 , ' ..�' I t t ", .. , 1 : .. .. }. i. ,. 'S�x t 'ry 4 t ! v - . ''I .'!. .j , .. . . R { .. . _ .. t s.'. t wFS t� s S _ ... 1 11 I # sf 11,' ` S�iir ty4 f y� J f4'#4 i 7'ir i' ... j i 11 Y }e t c '�t1 x�y'�.,Za y r 4! r. Ny tt. ff t.: t ,�'`�t f Ff t'a i �;. 'z:w' :.x k}? , 'S f 3 i s .rt #1. ft S tr'R�� t t, ; �,. z , , r s;f FYn'", ! ti^,,'t+'i�t�'� i .:4 - i4.. }si�7fy ^a t �'��',h t t', 'i `r ?'.;1 .� is f Y'' I `y'a ty of 1` f .. l :.h t, 9 t i ., t 1. j.., . . 1 f' DtR 4'y g #• t '2 j i.. - s " i t f. ;a ', (A. -�R c. �, fy s l� '1`1{! 5 9 Y a. t It rte :-at .„ i'It,'-is;i; } ( SN119.MPJ-V1K1V6Cf110i1'p1AtDW � 4�.1 �� I!.-1. 16 a...�.. u i r; t TM-1 �j• ^�,*N s' .t r Y., s1l"r.r....Fr Y F>+tf+.�tk, h �ts��.(.k1 ,y at� .,.i,,.K. t"WO. F r ,.�:.. {hf.ar"s;?7,?s�' m, s., ""e� 5..c.r r ,,y.`a ' .nr tiW, y 6 t v ,3( (, :fVs 3 �,. n, KSr�•�T..T.w+F�v 1 ' 11� ! i It t y rn-�r+"'w�a '' >'�' .11 }} w''s i<a 1.f 7L t }S .r y z r r✓2 1 ,. Ht ,.:. r r� t— 11 I. ii 1 .s1ry �:YY .�rt y y f t 9 r 11 t Q 5. i y !�' . ., 4 � R m 1+e d' ds �a »�4t<.( [ t �. ,; � 4 p.y,:an'"11 t 11, � �f C kt� •l r. h Nt.-IfjaFslu.ti_,t .i ks. .: - s �,} .,j ta, .R S .F '= �Y y t. r '.; 1 ,r �f i San ... .t ... .,—t... a..f... . ...... ,...�..7yi i PART 5 �N i CLEANING AND SEALING EXISTING JOINTS i N" DESCRIPTION. This section covers the cleaning and sealing of existing joints and random cracks in the existing PC Concrete Pavement on Runway 9-27: Y 2. MATERIALS. # 2:1 Joint Sealant. The joint sealant used on the runway and taxiways shall conform to j ASTM D3405, Joint Sealants, Hot-Poured for Concrete and Asphalt Pavements. Application Temperatures for sealants shall be as recommended by the manufacturer. r 2.2 Separating and Blocking Media. Separating and blocking media used to seal off the lower portion of the joint shall be readily compressible,nonshrinkable,nonreactive with the sealant, ' and nonabsorptive, such as extruded butyl or polychloroprene,foam rubber. The material must } withstand the high temperatures of hot-poured sealants without damage. 2.3 Primers. The use of primers when recommended by the manufacturer of the f, proposed sealant is authorized in accordance with the manufacturer's instructions. 2.4 Certification. Manufacturers'certifications shall be submitted on the joint sealant and ' separating media to the Engineer for approval before use.on the project. Each shipment of sealant. `} shall be delivered to the jobsite in the manufacture r's original sealed container. Each container shall be marked with the manufacturer's name,batch or lot number,and the date of manufacture and be accompanied by the manufacturer's certification showing that the sealant matches the previous W�W) approved material. 2.5 Delivery and Sto, rave. Materials delivered to the site shall be inspected for damage.. I unloaded,and stored with a minimum of handling. Materials shall be handled in such a manner that joint sealant materials will not be damaged. Storage facilities shall be provided by the Contractor t, at the jobsite for maintaining materials at temperatures recommended by the manufacturer. t a ; 3.: EQUIPMENT. All machines,tools, and equipment used in the performance of the work i /f required by this section shall be inspected and approved by the Engineer prior to use and shall be f r maintained in a satisfactory working condition. i t 3.1 Tractor-Mounted Routing Tool. Routing tool for removing old sealant from the joints ! ` hall be of such shape and dimensions and so mounted on the tractor than it will not damage,, he 4� sides.of the joints and can be adjusted to remove the old material to varying depths as specified by `` ;the Contracting Officer. The use of rot or V-shaped tools ary impact routing devices will.not be . r .iytl . f perrrutted for cleaning joints,but may be used to clean and enlarge random cracks. , . 3.2 Concrete Saw. A selfr-propelled power saw with water-cooled diamond or abrasive's saw blades shall be provided for cutting joints for the widths and depths specified or for refacing` z'�t 1 �Y� ,a joints where surface films of old sealants cannot be readily removed by sandblasting: s k aj } FY 3.3 Sandblasting Ecpment. Sandblasting equipment shall include an air:com ressor, R hose,and venturi-type nozzles of sufficient capacity to furnish air at a rate of not less.than 150 cfm and to maintain a line pressure of not less than 90 psi at the nozzle while in use. The'com ressor` shall be equipped with traps that maintain th e compressed air free of oil and water: P 5-1 $ 9} t SS fiz SST *} ..Y ONO t ��T, ,9{1.Yt�P� k`��°,�"'wtt���tl tk:wi,:};y '�� }t r°.: H t'.::;n. �Y.._rr l c .. .. ✓ i ' .,' .:... � � t r 1WO�i�. r tart M�i�k r�..^:?";�'i' "4� } s� I i t .'il r .:pit r.-• , s '• ^xa:{ i"s,�'t ;?.'r�,iaix"�:w.,aG .^" i1j t • 3t 1f i lj4y; y ,l 1 :7 3.4 Hi h-Pressur W t g g_3e�Jgl. High-pressure water jet equipment shall include trailer- ,. mounted water tank,pumps,high-pressure hose,wands with safety release cutoff controls,nozzles, f' and auxiliary water resupply equipment. Water tank and auxiliary resupply equipment shall be of sufficient capacity to permit continuous operations. P ` P tY P p amps,hoses,wands,and nozzles shall be of ; such design,and operate at such waste pressure and rate of discharge,to clean the bottom and both } walls of the joint,and the pavement surface on both sides of the joint for a width of at least 1/2 inch. t1. A pressure gauge shall be mounted at the pump which will show at all times the pressure in pounds per square inch at which the equipment is operating. 1 3.5 SealingEguipment. The heating apparatus for sealers shall consist of a heating kettle or tank,constructed as a double-boiler,with a space between the inner and outer shells filled with E oil,asphalt, or other material for heat transfer. The heater shall be equipped to provide positive l3 temperature control of the sealing material. Direct methods of heating shall not be permitted. The !� material shall not be heated in excess of the temperature recommended by the manufacturer. Once the material has been heated,it shall be maintained at an even temperature until placed into the joint. 1� The joint-pouring equipment shall consist of a hand-pouring pot or a mechanical-pouring a` f kettle mounted on wheels with a pouring shoe, or the pouring shoe may be mounted on a { swivel jointed discharge line at the rear of a truck on which the mixing or heating unit is carried. The applicator shall be adirect-connected pressure type extruding device with nozzle shaped for insertion into the joint to be filled. The applicator unit shall be designed so the sealant will j circulate through the delivery base and return to the inner kettle when not sealing joints. '. } 4. CONSTRUCTION METHODS. 4.1 Preparation of Existi A —fig. o'nts. The Contractor shall remove all existing sealant to the specified depth,clean the joint faces,remove all deposited or foreign material,and install separating media. a. Removing Egg Sealant. The sealant shall be completely removed to the depth required in Table 1 plus any additional depth required for the separating media. It may be necessary to widen the joint with a grooving machine so the joint sealant will develop satisfactory bond with the concrete. All joints less than 1/2 inch wide shall be widened to a minimum width of 1/2 inch and to a minimum depth of 1 inch. All loose sealant remaining in ! the joint shall be completely removed. Table 1 Depth of Sealant Removal Width of Existing joint Depth of Removal* y 1/2 Inch 7 3/4 Inch 1lnch 1 Inch 1-1/4 Inch 1-1/2 Inch 1-3/4 Inch { " Depth required for new sealant reservoir. In depth as necessary for separating media or bond breaker tape. 1 t r; `: s:�vei9�wnhwrc�srECS�Jflwrs.noc . 5-2 i Y �i b. Refacing of Joint. Refacing of joints shall be accomplished using a power-driver concrete saw with diamond or abrasive blades to remove all residual old sealant and a minimum of concrete from the joint faces to provide exposure of newly cleaned concrete and,if required, to widen the joint space to the width and depth shown on the drawings. A sufficient number of used or dummy blades shall be mounted on the same arbor as the current blade to assist in straight-line sawing and to provide stiffness to avoid blade distortion. Immediately following the sawing operation,the joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. C. Sandblast Cleaning. After the existing sealant is completely removed,the exposed concrete joint faces and the pavement surface extending approximately 1-2 inch from the joint edge shall be cleaned by sandblasting. Multiple passes shall be used until the surfaces are free of any traces of the old sealant. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of sand and water. The Contractor shall be responsible for keeping sand used in the cleaning operation within the work area. Any sand blown outside the work area shall be cleaned by the Contractor. At the completion of the project, the Contractor shall sweep all work sections to the satisfaction of the Engineer. d. Bgh-Pressure Water Tet Cleaning. The in-place sealant shall be removed from both joint faces and to the depth shown on the drawings, using the high-pressure water jet equipment specified in paragraph EQUIPMENT. Depth of removal shall be sufficient to accommodate any separating and blocking medium used to maintain the depth of new sealant to be installed. All loose old sealant not removed by the water jet will be completely removed by blowing with compressed air. Loosening of the sealer with a router to facilitate water jet cleaning is permissible. e. Installing Separating Media. Separating media shall be installed in the cleaned joints. The purpose of the separating media is to provide the proper size sealant reservoir for"optimum sealant performance. The Contractor is responsible for providing the correct size separating and blocking media to be installed in the different width joints and random cracks. 4.2 Pre_n:aring Random Cracks. Random cracks shall be cut,grooved,or sawed to a width of 1-2 inch plus or minus 1/16 inch and a depth of 3/4 inch plus or minus 1/16 inch. Existing joint sealant shall be removed and the joint cleaned as specified for existing joints. Separating media shall be installed as required. 4.3 Rate of Progress. The work required for the removal of existing joint sealant, widening and/or deepening of joint openings,if required,and refacing of joint walls may proceed at any rate of progress determined necessary by the Contractor and approved. At no time will the Contractor have more than 20,000 linear feet of joint cleaned before starting sealing operations. The final stages of joint preparation which include sandblasting of the joint faces,air pressure cleaning of joints,and placement of separating media,shall be limited to only the linear footage of joint that can be sealed during the same workday. 4.4 Time of Application. Joints shall be sealed immediately following the sandblast cleaning of the joint walls and following the placement of separating media. The concrete walls of the joint shall be surface dry,and the atmospheric temperature and pavement temperature within the joint opening shall.both be above 50°F at the time of application of the sealant. Open joints ready for resealing that cannot be sealed under the conditions specified herein, or when rains interrupt °.y sealing operations,shall be recleaned prior to installing the sealant. • 6:\18193\AEP%WMSPEC5%JO1N75.000 :. .. . 5-3 r. r { fit .I I �I 4.5 Placing Joint Sealant, No joint sealant shall be installed until the cleaned joints have been.inspected and approved by the Engineer. Unless otherwise directed, the joints,shall be xY completely filled from the bottom up to within 1/4 inch plus or minus 1/16 inch of the pavement ' F i�I { surface. , Excess or spilled sealant shall be removed from the pavement by approved methods and 1 „2 shall be discarded. Traffic shall not be permitted over newly sealed pavement until authorized by. ; ! { the Engineer. ove tar r '+ 00 at 4.6 Trial joint ant Ii]�ll�n. Prior to the cleaning and resealing of joints for the -xr 1 ' entire project,the Contractor shall select a length of not less than 400 feet of joint in an approved ' location and clean and reseal the joint with the specified sealant in a manner proposed for resealing9.. '1 L a joints for the entire project. Following the resealing of the 400-foot trial length„and before any other y ' joint is resealed, the trial joint installation shall be inspected to determine that the sealant and installation meet the requirements specified. If it is determined that the material or installation do f` not meet the specified requirements,the Contractor shall remove the sealant and reclean and reseal 101 the joint at no additional cost to the Owner. After approval of the 400-foot trial joint,all other joints ' shall be cleaned and resealed in the same manner. 4.7 Final AcceFtance. Sealant which is not completely bonded to the concrete surfaces. a x :rF1gor of the joint walls,or develops cohesive failures within the sealant,or contains voids or entrapped air, _;{ ! l li > or fails to set to a tack-free condition within 3 hours will be rejected. Sealant may be rejected at any. x+e ►bal.t ' time prior to final acceptance of the project. Sealant which is rejected shall be removed froin'the " b ' exCeeil joint,wasted,and replaced in a manner satisfactory to the Engineer at the Contractor's expense. . tote ► c� z Y 5. METOD OF MEAMCleaning and sealing existing joints will be measured by the linear feet completed as specified and accepted rt of, y �y/yq�v� x ro 1 6. : BASIS OF PAYMENT. Payment for cleaning and sealing existing joints will be made at the sal i Contract unit price per linear foot. This.payment will be full compensation for furnishin g all ' n dr►d the F materials,labor,equipment,tools,and incidentals necessary to complete the item. r, I Payment will be made under: , 4 Ss air x. Clean and Seal Existing Joints(Runway 9-27) —per linear foot 7.,: MATERIAL ASTM D3405 joint sealants,hot-poured,for concrete and asphalt pavements tv,a: axii� L } i) x,01^ re.: 4 4 , , ai R%"J93%A[MWPC%6?=%10 M D0C !> t Yrt r 5-4 Yt Y 71 si 4v Vp {_ 5 a Ft4 t } " WQ M,- 'f t wXit i at 3 C t t A xi flo PART 6 zee " 1 ITEM P-101 {f'j SURFACE PREPARATION 77} ' 101-1. DE�CRIPT7iONr This it shall consist of preparation of existing pavement surfaces for overlay and slurry seal and removal of existing pavement for full depth pavement repair. The work ` shall be accomplished in accordance with these specifications and the applicable drawings. P ' 101-2. EQUIPMENT. All equipment shall be specified hereinafter or as approved by the Engineer. g ` The equipment shall not cause damage to the pavement to remain in place. aYtd " 101-3. OC NSTRt�CTION METHODS. 101-3.1. Removal of Existing Pavement: a. Concrete: The existing concrete to be removed shall be freed from the pavement to ! ' remain unless jackhammers are used for the complete removal. This shall be accomplished by line drilling or sawing through the complete depth of the slab one font inside the perimeter of the final 1 cis , removal limits or outside the load transfer devices,whichever is greater. In this case, the limits of " removal would be located on joints: If Line drilling is used, the distance between holes shall not f; exceed the,diameter of the hole. The pavement between the perimeter of the pavement removal and 'r the saw cut or line-drilled holes shall be removed with a jackhammer. Where the perimeter of the I ass 3 r$ ..., I Yemoval limits is not located on�the joint,the perimeter shall be saw cut 2 inches in de pth or 1 A the slab thickness;whichever is less. Again,the concrete shall be line drilled or saw cut the full depth by, ' of the pavement 6 inches inside the removal limits. The pavement inside the saw cut or line shall be h if the material is to be wasted on the airport broken by methods suitable to the Contractor; owever, site, it shall be reduced to a maximum size designated by the airport owner. The Contractor's #Rw ' • removal operation shall not cause damage to cables,utility ducts,pipelines,or drainage structures r under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport I N Owner. b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the f t{f full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset one foot from the joint in the preceding layer. This does not apply if the removed pavement is to be ` s ,-}'� replaced with concrete or soil. If the material is to be wasted on the airport site,it shall be broken . to a maximum size as designated by the airport Owner. Preparation of Transverse Cracks. 20" wide Geotextile Stress Relieving Membrane (PavePrep or approved equal) shall be placed over transverse cracks according to the manufacturer's specifications or as directed by the Engineer. Transverse cracks'h"or less in width do not have to be cleaned f r, "} and filled prior-to placing the stress relieving membrane. Transverse cracks wider thane"shall be cleaned and filled with a mixture of emulsified asphalt and aggregate prior,to placing Stress Relieving Membrane: ij':�e? C"t' j� '42i h 5 t'• A5 A' ..:. ... 1� 101-3.3. Prenara 'on of Other Cracks.Cracks,in which the Geotextile Membrane is NOT required �Ya as to be placed in bituminous`pavements to be overlaid with asphaltic concrete or slurry sealed shall be.: cleaned of existing joint and crack sealer,debris,and vegetation: Any excess joint or crack sealer on the surface of the'pavement shall also be removed from the pavement surface. if vegetation is a problem a soil sterilant shall be applied.Cracks and joints wider than 3/8 inch shall be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestoine,volcanic ash, �t sand,or other material that will cure to form'a hard substance. The combined gradation shall be as follows: a � tint � 1 6-1 NN ��"j)�l.t o =S f C. .trMUmwiew[na wt ar �w ... , ^I =.fit y .t i r't- i .bas»•+...r«..—._._._......... ......... __�...,�..._._.� ..r..�_..._•__ ___........_. ... ... ... ..._._ __.... .... .. .. .. _.. _ ..._.. ....., .._...__._..........__....__.__—._____.__..��_. d r TABLE 1 t tt tt +taaft AGGREGATE GRADATION x;zy _� sJaald b� t . SIEVE SIZE PERCENT PASSING : No.4 100 J �' No.8 90-100 pla AST No.16 65—90 1 w.till nue'b No.30 40-60 Ff ahead of No.50 25-42 111.1 No. 100 15--30 No.200 10-20 { or sf X coYltl"(5 . Up to 3%cement can be added to accelerate the set time. The mixture shall not contain more QBAt�?th. :than 20%natural sand without approval in writing from the Engineer. ' ed aire� T'he,proportions of asphalt emulsion and aggregate shall be determined in the field and may measure.'. , be varied to facilitate construction requirements. Normally,these proportions will be approximately► one part asphalt emulsion to five parts aggregate by volume. The material shall be poured into the joints or cracks or shall be placed in the joint or crack and compacted to form a.voidless man' The �'�UM that v�ill c f joint.or.cracks be filled within 0 to 1/8 inch of. surface. Any material'spillied outside the ail sitiv, width of the joint shall be'removed from the surface prior to constructing the overlay. Whete , concrete overlays are to be constructed,only the excess joint material on the surface and vegetation ; in the joints need to be removed. 201-3.3. Removal of Paint and Rubbgr. All paint and rubber over one foot wide that will affect the bond of the new overlay or slurry seal shall be removed from the surface of the existing sectYOa :shy pavement. Chemicals,high pressure water,heater scarifier(asphaltic concrete only),cold milling, . . Can�a%�ct i r - or sand'ulasting may be used. Any methods used shall not cause major damage to the pavement. ., i 1 Itilalox dannage is defined as changing the properties of the pavement or removing pavement over z 1%8 inch deep. .If chemicals are used,they shall comply with the state's environmental protection , f } f� � ! regulations:'No material shall be deposited on the runway shoulders. All wastes shall be di, osecl 11W?an f of in areas indicated in this specification or shown on the plans. This specification shall not be used ' x+:� { s..r r for removal of rubber deposits to improve skid resistance or obliterate traffic markings where aw ' �. t< gverlay or slurry seal is not to be constructed: . n u Sts F'. s ae�u t i 101 3 4.`Concrete P ve ement Repair Jet r ti kMi*f..y.= ,st f i ' ` i2s5;.°° • 41 t f."A.:t .;7." -Full Depth Pavement Repair-Concrete:The failed areas shall be removed as specifijid in y te. 4f l pa agraph,101 3.1x. All failed material iaicluding, tuminous:surface,concrete and subgtade shall' t i t t rr �'e3 N removed ` �onerete pavement niay be replaced with material;meeting."the requirements a Missqur: , HigWay aW Transportation Department(MqM)3 d.Specrficatro azxement Concrete y. . 50 t tancXar i ' n Section 1 P z� k �c tither materials and methods of construction shall comply with'the other a t' icable trbf::"' r• t j,' .. . . . , r1x5 rq - � r •�ttr',i` TO PP sections of this , ,. It b CQSac 'on Re �,rements. The subgrade under axeas.to be paved shall be compacted ' " a.depth,of 6'inches.and to a density of no# Less than 95`percent of the maximum densiyt�y�-as determined by AST'M D-698. }f .�1rutNMhwYtnMl1K 6 ? fY3fr' _ f )r1; f if•!„b 7',4 a1: -ass i 1 r No payment will be made for suitable materials removed,manipulated,and replaced in order to obtain density. Any removal,manipulation,aeration,replacement,and recornpaction of suitable materials necessary to obtain the required density shall be considered incidental to the excavation and embankment operations,and shall be performed by the Contractor at no additional cost to the project. p ro1 ' If the Contractor, through negligence or other fault, excavates below the designed lines, he shall replace the excavation with approved materials,in an approved manner and condition,at his own expense. i The in-place field density shall be determined in accordance with ASTM D 2922, ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches(100 mm)in their greatest dimension } ' will not be permitted in top 6 inches (150 mm) of the subgrade. The finished grading operations, { conforming to the typical cross section,shall be completed and maintained at least 1,000 feet(300 m) i ahead of the paving operations or as directed by the Engineer. 101-3.5 Cold Milling. a. Patching: The machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain. The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The area shall be laid re ;. out with straightedges in increments of 1-foot widths. The area to be milled shall cover only the r failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. lY ` b. Profiling, Grade Correction, or Surface Correction. The machine shall have a + muumum width of 10 feet. It shall be equipped with electronic grade control devices on both sides j e_ that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. ! A positive method of dust control shall be provided. The machin e shall be capable of discharging re,.- the millings in a truck or leaving them in a defined windrow. ion i . 101-4. METHOD OF MEASUREMENT. i . a. General: If there is no quantity shown in the bidding schedule,the work covered by this g section shall be considered as a subsidiary obligation of the Contractor covered under the other tit Contract items. Only accepted work will be measured. ver b. Crack Sealing: The unit of measurement for crack sealing shall be the linear foot of crack t cleaned and filled in accordance with this specification. c,Pavement Marking Removal: The unit of measurement for pavement marking removal shall be the square foot. f e. Full Depth Pavement Repair. The unit of measurement for full depth concrete pavement repair shall be the square yard,and shall include sawcut,removal of the existing bituminous and concrete pavement to the specified depth;new concrete pavement, base course,smooth and deformed dowel bars, bituminous tack a coat as well as subgrade scarification and compaction. Unsuitable subgrade removal and replacement,when hyf required,will be measured and paid for by the cubic yard. The proposed 3112"nominal bituminous surface course overlay will be measured and paid for separately in accordance with Item P-401,Plant Mix Bituminous. . a .Pavements r thu3 ;' } g. Cold Milling: The unit of measure for cold milling shall be the number of square yards. The average depth of the cold milling shall be determined by the Engineer and the.Contractor prior #O ?r to accomplishment of the work. When surface correction is required,if the initial cut doesn't correct 6-3 � ��E M+s1AV1lTMFVR[AFMIIXt .. 0- 9 7. E. r 1 .4 t{�' s i _ ... . .t " 1: t .. ... .�...... ... .. .. �. .. I � � �� t the condition,the Contractor shall replane the area and wi11 be paid only once for the total depth of •° � ' ` � k. }. " s � a►ittit►�, The quantity shat!be divided into the followin cafe Dries: '� n � �� ��x a�- ,�,�„ t .�` � (a)0 t0 1 ', r ,r r r i r t� t��.� � inches rte ��; ;, ��� >,rr � t� � 5 $�.��' r r S r 3 r ��; .�, � h, Crack Reduction Gtl�ra 77te unit of»►easare r Crack Redttctivn I►►feria er{Pav r } sl►atd' �s� ,� , � f� f����'�4r ' �� � y �' eP ���j: t, � .r� �� � ' , bt the n►►tuber of tinrar fect ptnc�ed and nccci►ted,' - f � �I �5� � � �. }'t�5a +{ it .} .r N yn 777.. f � �. Payment shall be made at contract unit price for the unit of measurement ue t, �,.�_ -;`+aYa'u�a:'ht�,� � eperiHed hereinhefare, This price shall be full com nsation for fur�z►is��jlj(�jQ all materials and for ill l'>`� t. � r`,'" ;. f. preparation,hauling,and placing of the material and for all labor,equipment,tools,and incidentals .F ,F r�� � ";� .x 4ty'� Zvi .SA Ff 1h1 '!ry . ' ' } necessary!o complete this item. {s��: s T;,. , a x ' . f. N' 1j,c r l ���. ! Payment wilt be made under: , �; , r ��fC}r t�:pr. � Crack Sealtng(Runway 12-30,Taxiways A,A] and A4) ---per linear foot. �' "�+ n �c�u���.s� 7 s�r h � 20"Wide Crack Reduction Interlayer(Runway 12-30) --per linear foot � ' ��:�; ,. ,� P7x' r f. :i 1 r�'��o�rrr�V'f -d�6'C"�e'. r Full depth Pavement Repatr �per square yard ,,��� ,,. r, � � Cold Milling(0•.t� l �„) . . --� er uare and „ : ���; � �,}�;,,, , ,F j � p sq Y ������� are�,$�e•a � _ �� � �v R�isti • Pavement Marks Removal �� � � t � � � r square foot z�-���_ :7 (.��,rf �.� , . j �..YfL1 y r :Unsuitable Subgrade Removal and Re lacement � '.7���' '` °��` 4 n ` _ p ..e per rabic yard f �,Q} '� t� ��- �� � n� �. t i''` , ,r { � , � � c, .� k j .. h � ..h3 .. cf �,���•�• �� � .. � � � � .. ,. 4� •t � ..�.,4 ^;x �'�i4��"t � .,. �S`'':":7�{fi�z "ti, ��. .({ � .r �.�y i i}s. t �'� rl � �. r:�� ��' � �'� .. � .r. � .. �7'M��>fl..� t zr�7Y.�fi����.Xf�.},�'>,!' d �`'t�' r� t ! �e.e'-,*�`��4"� � ir.y nt.n 44� xr�,��,»jf�}`�>%f� $L qj..r ��x�'S� j i r+, lf�,y�ty •iF �lv � � { �.�f° 1 t IA�. N Y 3a1�_!"f •t• r •• r+.e��7,'i}�. Y, }k r�.,�'4 Hr it �''-, { J r��yt t rt :�� �'S r } f1�} ,��+a-;}S?9r��� r ' ., � t 'z� �.r-�•h S ���1 4Y1 �lj'�'��+tr^i�,'Sch•,'�,•a� 0� ! :Ir r �^r. ,c ) ?� 'u }ty�t 4;�^" 2' ��:�.•���'et,�� `Y rc�. �� ii. +.� 4 �.� F r{�.�...IN'' �+ S Y 1 � t i k',� t r���i ��7,ta`��� ¢'': ' s,+:a�3'', .,.M1 �.'�� �, � ._ .{.'. �'; ..-�l�t.�t3�, a }�_,.i� � 'ttc,y�;jttJS" �.. `` .. 5 r}�rT f'' � _ � �� � � .. � t � 7 �:'�j3fisF r.'f ;r! !{{+�� t �� � � c ,�� { � � � � '"J` 'i�rro- �;� ti� i` -:� '4 � h ����ll}}i r �5, t �'f d� A � ,.., .. � � .. r'�'`Fi�'k qr t .�;5 S Fi 7•' � �F�fY� n,.Fa.Me+on'wrant�a�f� 6��! ,, �,;_'� � Jt y e �.. �x74y„?, +. >�t .f +fl .. .. _..� �� ��}���� ?'. �� ��t� Sir ��ytc �_° 4 rfi�' � •,r+war-«t.+mrrrxrx:r,y�.x� .. .. is S'�'" ''• 7i� n t'#�.7aaNQrfii}G,rev.5r15.'ik 'N�...sn*o-'.uo�.�x.�,.. ..._._.._...:...,,..,.� ' 7 r ���<�`+"X` +.kq .t� �. �' •} '°»`z'�l''. ,a� .,,,�;st'.'r,.� .s ,��.r,.,,r-�' .,�:.i.> �� .at rnr.t,et,����, `:��� ��,Mf��,�,r ' �7r, Ti� k� '�Y" � �. fx:,a ,.. .. s .r c _ x•,`.r.y{:�'fr7�.e�5'" ti �,a... .i �� r .,�.lR �a,�'£.Yt�e t � ." :� C��h•� ...r....� � _�.._... � rs?•. ✓t >Y } '`.i r �Y`;,a"�:txi'S.�'z,- %��•''�"� C - � yd„J > t�. # r .J: • �''• r `b 1.._t� ..a� �r tip.. �[.. ., _ ,. y �j �`. � t. ' ',�.- ... s ,yt,.r$p",� is f •+ F,'x r - � . . � :.:rfi �A� • '� ee rr r X�s t j 7 ��tp�`j7 'f`u;� �•Y t' r �a i �' ne ... .... .� S.f:.tu::wi.( th of PART 7 ITEM P-152 AML REGRADE EXISTING DITCH Shall 152-1.1 DESCRIPTION. This item covers excavation,disposal,placement,compaction,seeding and Vas: ,,, �v' mulching of all.materials within the limits of the work required for areas of drainage in accordance �� fi with these specifications and inconformity to the dimensions shown on the plans. ,,9 z talc I 152-1.2 Classification. All material excavated shall be classified as defined below: ,1 a.Regrade Existing Ditch. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet;seeding and mulching;or any other type as shown on the plans. r{ 152-2. CONSTRUCTION METHODS. r z r 152-2.1 General. Before beginning excavation,grading,and embankment operations in any y,a, ;` ,1 area,the area shall be completely cleared of all heavy vegetation. The Contractor shall grade existing drainage area to properly drain to existing inlet and drainage 4 system as specified on the plans. The suitability of material to be placed in embankments shall be r r subject to approval by the Engineer. All unsuitable material shall be disposed of off Airport Property j by the Contractor. t. When the Contractor's excavating operations encounter artifacts of historical or , archaeological significance,the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. iU t Those areas outside of the pavement areas in which the top layer of soil material has become ` compacted,by hauling or other activities of the Contractor shall be scarified and disked to a depth o£4 inches(100 mm),in order to loosen and pulverize the soil. t , If it is necessary to interrupt existing surface drainage,sewers or under-drainage,conduits, r f utilities,or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities,are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall,at his/her own expense,satisfactorily repair or pay the cost of all "t damage to such facilities or structures which may result from any of the Contractor's operations dining the period of the contract. The Contractor may use any type of earth-moving,compaction,and watering equipment he may desire ' ;; �x ti or'has at his disposal,provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer in' . { J�Rtil,l,`J ns� accordance with the total calendar.days or working days specified for the construction. The Contractor shall . : furnish,operate,and maintain such equipment as is necessary to control uniform density,layers,section,and r , smoothness of grade. � "k�tr ' s�+ai�uenwrc�srccsr•w.noc .. H Y. 7-1 R r r y vx Mil k y t t 4'. # 152-2.2 Ditch&grading. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment,subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of off Airport Property by the Contractor. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated,the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated,the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. i Excavation shall be performed to the lines,grades and elevations shown on the Plans or as directed by the Engineer. Field cross sections were surveyed and quantities were calculated on the basis of these cross sections. The Contractor agrees,on commencement of excavation,to the groundline shown on the Plans and the finished grading lines shown in the plans(or as revised by change order)as the basis for measurement of pay quantities for ditch regrading. All material encountered within the limits indicated shall be removed and disposed of as directed. In cuts,all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut-and-fill slopes shall be uniformly dressed to the slope,cross section,and alignment shown on the plans or as directed by the Engineer. All ruts or rough places that develop in a completed grade shall be smoothed and recompacted. 152-2.3 Haul. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.4 Tolerances. On runway safety areas,intermediate and other designated areas,the surface shall be of such smoothness that it will not vary more than 0.10 foot(0.03 m)from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials,and reshaping. ! 152-3. METHOD OF MEASUREMENT. 1: 152-3.1 The quantity of"Regrade Existing Ditch"to be paid for shall be grading,fertilization. and seeding,mulching,showing an adequate stand of grass,completed and accepted. M"19MAEMMOSMONP-132MC r 7-2 X71 ; 1! ):.• ... .. t.;' `i _ .I-1f. t I . . '11 . ' j`5«k a4 y+. .... ,,_ .,.1.",..:.,11.11;, 111,1.:: . ._ „ ., .. .. .. _ -tr='�}. I :r:. 2 ' 152-4. EASIS OF PAYMENT. ' . . . i 11..1' 152-4.4 Par"Re ade Existirt Ditch" a ent shall be made at the conhact Lum Sum nce x 10 gr g p Ym p p k . This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. . . ,, . . . Payment will be made under: 11 I;,.. Regrade Existing hitch --Lump Sum V'% . . . ..1.. ;., r ;. , t_.. . . - . ,. . . <7 (. 11. � ', 1-1:, ..,,. — ' ,t .. .. .,. .. xi,: .. k� .. ", ___: ....l t!. .. '.Y ' t:. � ill �'r .5: %} -1' - : D 1,;. I�" ";. : I � � I � '. I �. I � � I I . . }. t - i '1. �t .. _ ,.t` : .. . P . . ... .. ..11 i -"i Yw t .. .,: ... 3iyf( i "' zt'h' .+, ik! .. � t a t 2 t - - :',Jl E ! ..i. ) {t �r r t t �Y '. t i5 k a i s,1 k i` f t 5, `r $ t .-%111-M,.k `{' G.>'! t t' r ° `S 11+ t is r �' !. 1 t ' 7 „� y: }F } t t j ^ A ` io �, ! Y f a e •4 I t t l t� tS:1. t' i t .t i t /'(fit £ !' \ t t r t. 3: ^fib ` .:t '.d .j'.% X11 .. s' &\SMI93\AEP\WIC\SFF�\P 1S200C ` t tC E.5 y et ix � }t o .aate« ` , 7-3 1. !. s r N.4 it c. , k le 114'.1= ' S ratv`a6rrtd ^t�..s�Y.+`spit,�.knMtw.e Mviw w.,r�x, 5 £. { c M.is,.d"^1;--. '3'aa1H ».T.+•td r t .:. t\'t. t w.tr`Y F.i•t a., S`;'cZC r�f� ,�c.Sfik,.ldtul,11 Yrx°v,4 b.1„�rt w J }.. s:C4,'r}�.c �cti syi, a. 't'�k f2=i, ➢.. �t�a'r r 'irt,ry: �n�titt�i'., pi^}r,};!{er�z. a{ a` 111. p4 r 34hr a � S{F Y �.y4.,g S `}`{ iY3 ��yy 11' i'"o�Fy ar i ,y o!w �1 ! t t. ..�' , i +' rR,Y4k '�`� ),y, tt, t t t i r r 11 1i" *"y" ti E j ry. : 4 i' ,r,��t �'>'!tSC`!t� 1tt .'�""Y' f 'Aet !4 ',! (viz. b �M �>Cti ! t �4 .y 't SFr s :' t S j7 i r 7az.t 11 J2 ; 1 S F t t , 'r�t :Y {;4.$}'.�N;fs �k�.'^5 t&.; j 1 rF .! " t ! o- U �.tk i e .y 11 S. ,�_ _ — .� -t—��_� a r. ,..a<.! ." ;X.t ,c'� tSt �).6:_.�+�`l,. R'3.'\ink'., ..' .4 F III � K ITEM P-401 $}. PLANT MIX BITUMINOUS PAVEMENTS F 401-1.0 This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these F� df a specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the.plans. Each course shall be constructed to the depth, typical section, or elevation required by the , z plans and shall be rolled, finished, and approved before the placement of the next course. The mixture shall meet the requirements of the 1996 Missouri Standard Specification for Highway Construction (MSSHC), Section 401 - - Plant Mix Bituminous Pavement. All construction methods, testing, and acceptance criteria will be in accordance with the standards referenced herein. t` MATERIALS 401-2.1 AGGREGATES. Coarse and fine aggregates for plant mix bituminous pavement shall it conform to the requirements of the 1996(MSSHC),Section 401,as follows: The percentage of deleterious substances in coarse and fine aggregates shall be determined in accordance with the following methods. 'L a. Coarse Aggregate istR, Apparatus. ,.z. M (1) Containers.—containers of such a size and shape to contain the sample. (2) Sieve—one no.4 sieve to divide the sample. { (3) Water source to wet sample for observation. ' (4) Balance—balance accurate to within 0.5 percent of the weight of sample to be weighed. Procedure. 1 3 The sample shall be tested in an"as obtained"condition. The original sample obtained shall be k : t�Hft sieved over a No. 4 sieve and the.material passing shall be discarded The material remaining kR !S AF tY r shall be used to determine the percent of deleterious substances based on the weight of plus No. 4 materials. The samples may be rinsed at the time of examination but should not be soaked or allowed to stand in water. The individual particles comprising the sample shall be examined ` � r " piece,b pi ands arated into the various constituents in accordance with the descriptions 61"M f ; , pi y P eP P shown below. Recommended minimum sample sizes of plus No. 4 material,are shown ut'the following tabulation: ' Q. t Y ,� 3,.sr43iti y Maximum Size(1) Sample Size inches v ;- mm rams 3/:. 19.0 3,000 1h 12.5 .2;000 ' (1).Maximum size is defined as the smallest sieve through which 100 percent of the material will pass. 4', 5S1M\981"\AEP\WPC\9TJMP-401.D0C Fq Ityri'L�,,z�� e rrt4 ., ��f ^S.UTa& iS�J�4� i':iAF Y i, i t _ k IL t The age r f deleterious sdintawes in,coarse aggregate shall be calculated as follows. � ' . �,► 100 •tip 1'M P Permatage of deleterious substanam. ? p. 1W 'Weight of test sample for dwe portion retairued on the No.h sieve. a� Y {e C -- Actual weight of deleterious substancie- Desaiption of Constituent Materials Cawaprising the Classification of Deleterious tiubstancm ti tK: i J Deli RmL it 401, 1 (1) Shaly Rock. A rock that is generally cantaminated with shale to a high degirm Color may �3'n , r but d�rock usually has a dull gray appearance and is fly uniform in appearance. Also q The o r may occur in the form of nzs shale lines or seams closely spaced throughout the particle, lv+e, HM giving a laminated or streaked appearance• r 7 r (2) Cap plus 20 print, A rack particle wish a line of demarcation of a layer or "cap"of shale or �usually but may be found on two faces, in eidw case the �.�y rock which occurs on one face, sunos±�ation of percent of"caps"exceeds 20 percent of the volume of the rode pamc3e. (3) %r Extremely soft rock. A rock which s�be readily broken with the fingers. In some rases,due to r size or shape of the rock it cannot be broken,however,small areas can be spalled or dapped off nit ' s with the fingers. r ,> (4) Chem Chart which is soft and hi a should be a midered deleteriousr - In 1. F .. Shale. A fiinel graiY.ed rock formed by the consolidation of clay,mud,or silt; generally having a finely *s , ! Sn�tl ,i stratified or JAii11Ll4ted structure. _ tither.Foreign Matnial. .Clay'lumps, mud balls, lignite,coal other former Imteraal 3 ;.roots Sticks and gn r 4s s# riot related to the inluirent nnaterial being inspected. �`�•?ti, is :. i .1� a ��t d b {�{ ���G�y -Fine AMV V �{ 1 t `Liglt reigi t Particle Content including Coal and Lignite in pine b,�, n rr< di � 1 iC t , .. tt '1' d 4L .4 -..Ff.4'L•jt3'd�'. 'r'y.h The lightweight particle content including coal and.lignite in firoe aggregate is to be determined" according to AASHTO T 113 using a solution of.zinc drloride and water. The Heavy liquid shall'have a '. .. ; $pedfic gravity;of 2.00+%-0.01 at the beginning of the test and shall be maintained within that rangle : h `f' x Burin'the test. 9„ Percent Other Deleterious Substances,Clay Lunips,And Shale in line Aggregate. . Eca b The other deleterious substances;da lum and:shale in fine a Y 1�% aggregate shall be.visually'determined 4 {" artd.separated into the constituents required by the specification �cvloen an examination of the sam le ! p V•kcnxvr +u„n,n��mwras�anr+a ooc 8-2 pwpwed *v �k3«"`is is 'r tst r �} - ii r II� prepared for sieve analysis indicates a need for exact determination of deleterious content. The ,r percentages of deleterious substances shall be calculated as follows: z^ — C x 100 { W iV t , t x Where: " I P = Percentage of deleterious substances. W — Weight of test sample. C — Actual weight of deleterious substance. kr Hess. Sieve Analysis. Coarse and fine aggregate shall be tested in accordance with AASHTO T 27. 401-2.2 BITUMINOUS MATERIAL. Bituminous material shall conform to the requirements of the ` 1996(MSSHC),Section 401. The grade of the asphalt cement shall be AC-20 or PG 64-22. Jpay vary Also The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped P �e� to the"project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. �f shale:or 401-2.3 MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall r case the submit certified,test reports to the Engineer for those materials proposed for use during construction.' ` . The certifications)shall show the appropriate AASHTO test(s) for each material, the test results,and a statement that the material passed or failed. tes,due to i. PP' The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. t In lieu of the above testing requirements, the contractor may Provide current test reports verified in writing by the Missouri Department of Transportation (Central Laboratory or District Materials). zY a` Y COMPOSITION n material 401-3.1 COMPOSITION OF MIXTURE The plant mix bituminous pavement shall be composed of a ' :mixture of well-graded aggregate and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture ". meets the grading requirements of the job mix formula (W). a, 4013.3 jOB MlIX FORMULA. No bituminous mixture for payment shall be produced until a job mix!: ed formula has been approved in writing.by the Engineer.. The bituminous mixture shall be designed in iall' ave a accordance with the 1996 MSSI-IC, Section 401.3, Composition of Mixtures,using gradation BP 1.' The a hat za�itge J ,proposed mixture shall be compacted and tested by the laboratory in with AASHTO T 24,5 !yk ay k n accordance 1 rat (ASTM D-4559 Resistance to Plastic Flozo of Bituminous Mixtures Using Marshall Apparatus, and shall i7, Y meet the'-'requirements:in Tables 1 and 2. The materials testing and job mix formula will be the res onsibili of the Contractor. P ty ie sample n ?p 'i V i \\KCAXM\IOBMM\"193\AEP\WPC\SPEMP4M.00C 8 3 y N. 2+� . •,.•ti :,xc';.t..�t,:_rft.� :r...��c�{tr4x�.%757iaN"r'"'E.'r w.ws..w ,, .. ..„. .. .« ,t .....,.:a i ..; .,k.t F r^.."`" n: t r.4. -.•rr^.^•-.._........�_....._,--r'--- `r'YS-b�. ..�s.»"oYiMa. H! tia N :rI jl! ✓'A'l;�`�k4,.:vh Italy, 4 :!t :�. t•11. f't�!f t ty SI TABLE i y fear , y ;r Marshall Design Criteria the mafL . ° Criteria 4 Test Pr Y r: , `5 �5► No. of Blows l; o0 3.5 3.7 g / Air Voids 7 {I 4 �'IF lyS %Voids in Mineral Aggregate See Table ty 1f r.ra rth { P sv�>fP �y TABLE 2r, 1 Minimum Percent Voids in Mineral A gregate ' p Minimum Voids ,# Maximum Particle Size In Mineral ' Aggregate, ! trt:sol} Percent Two zanc 1 , In. Min Percent i , as Wt writ er 12.5 13.5 �xxh r parag 44 N4 19 12.5 t s f wi =S 4 The.job mix formula shall be submitted in writing by the Contractor to the Engineer teas .10 day's prior to the start of paving operations. The job mix formula shall have been developed no more than 3_ ? t�11 S F i months prior to submittal and shall include as a minimum ' { i 'A V4 `• P a Percent passing each sieve size for total combined gradation,individual gradation of all aggrregate:" , stockpiles,and percentage by weight of each stockpile used in the JW.,. b., Percent of asphalt cement. j �botl , r .. �' .. .. .. .. '• vt �. rye c Asphalt viscosity or penetration grade. is n at E tt j f apt } n Number of blows of hammer compaction per side of molded specimen + Mixing temperature. I '!Compaction temperature. a t g Temperature of mix when discharged from mixer. }` ` } m A{ A t }• ' , .o-.4 yb =5.t"' -jyt j� { 1!! 47'1 F 7'k}��_;�"� �' Temperature -.viscosity relationship of asphalt cement. i Plot f''the combined gradation of.the Federral Highway Administration (FHWA) 45 power n s� gradatioxi cilrVe �� �;,; r. �tl�r{ t� •`� z i . . f i�'� r =r f 1 r.F,�:�x�� `� xz J.'­Cpaplucal pluts"of air voids,and voids in mineral aggregate versus asphalt cement. � x�s.r> �' ;pt`�' ; :}. , ,. ... '.r ."it r,.Tt. h-SY'.. .'tx.r iKyf,4� „4+�`�• .tzlfu �y k rnPercant natural sand• �'y��s ; .. t .c + ... s 5' '�.. ?iaH �., t• It t.t t } 1.. A:­,,1.j ;The"Contractor shall submit samples to the Engineer, upon request for.job mfx formulaf verificatcon t ti t testing. The job mix formula for each mixture shall be in effect until modified .in writing 'by the' en eer. Should a change in sources of materials be made a new 'ob mix formulai must be approved, ` ` t �.. by the engineer before the new material is used. A current job mix that has been approved by MoDO' :" � ' :�cc�in,.lc+ea�►���n,o��mr+ec�4eesr�ro�aoe s-4 2•.� t t� ik .. )1 •'•t�i�kr ,r .!,-k}fi7 'F' �x,3`4: t�� � .. r r+.,"^.+ xa.adai•.�r`'!fiim� :i=w 1:�:n;;rA su,<sv'x'�.c +.„x:+ !s .. i,. i,`..7".v='" .s� }i- „ y ".+1 y14"r t Y'�(1 +(f•AA fi���Clc u�s,q-41 Az"tr .. .. .. .. •'"r l�lw� t } � R ��" ��i,Y�'.F'dP1a_,, kti�}ir :,, ,�:'�h.. nt..<. .:' `:.". �' _— `•.. .. �.,. .r..,_ o. ... ,t� t.+U.sS��� rt t 1s, 1 i for highway use may be approved for use on this project as long as it meets the BP-1 requirements and I the material sources have not changed. 401-3.3 RECYCLED ASPHALT CONCRETE. Recycled cled halt concrete shall not be used. 401-3.4 : TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity ` t of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section 300 feet long and at least 20 feet wide placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint is defined as an exposed construction joint at least 4 hours old. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder f exn. er o the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Two random samples of mixture shall be taken at the plant and tested for aggregate gradation and asphalt content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance with paragraphs 401-6.5a and 5b. Four random finished randomly selected cores shall be taken from the pavement mat and tested in accordance with paragraph 401-5.1a(2). Random sampling shall be in accordance with the procedures contained in ASTM D 3665. Mat density shall be evaluated in accordance with paragraph 401-5.2b(1). a.days reahan 3' The test section shall be considered acceptable if: l) gradation and asphalt content are within the action 4 limits specified in paragraphs 401-6.5a and 5b;and 2) the mat density meets or exceeds 96%. gg $� If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix l � _ formula,plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, r both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an s 1 acceptable section has been constructed and accepted by the Engineer. The initial test secti on, whether f acceptable or unacceptable,and any subsequent section that meets specification requirements, shall be f paid for in accordance with paragraph 401-8.1. j Yf 1 Job-mix control testing shall be performed by the Contractor at the start of plant production and in ( { ` conjunction with the calibration of the plant for the job mix formula. It should be recognized that the ! aggregates produced by the.plant may not satisfy the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using lanx- roduced aggregates. S ecimens should be prepared and the optimum bitumen content P P eP P determined in the same manner as for the original design tests. poW� rnf= 4019.5 TESTING LABORATORY. The laboratory used to develop the job mix formula shall meet ,:s i ° the requirements of ASTM D 3666. A certification signed by the manager of the laboratory stating that °� ," it meets these requirements shall be submitted to the Engineer.prior to the start of construction. The f uya'° r " yxti£ rtification shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising.technician, and testing technicians. �cdt}on r �g ', e �N=S.rYr f b. A listing of equipment to be used in developing the job mix. a raved t , L " x� �%uc�xrr\posu►+n%vxi+n%,►ir\wvc\srECS\r4oi.ax 8-5 ,, - . r �& �P,� Y wi4k r .}f Y ( C. A copy of the laboratory's quality control system. d Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program. e. Evidence that the laboratory is accredited, for the test methods required herein, by a nationally recognized accreditation organization. • The engineer may accept a job mix formula developed by a MoDOT laboratory. Prior to accepting a MoDOT approved mix, the engineer shall visually inspect the finished product on the MoDOT project for which the job mix was approved. CONSTRUCTION METHODS 4014.1 CONSTRUCTION METHODS. All construction methods will be per the 1996 MSSHC Sections 403.9 to 403.19.2 inclusive. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor. Testing organizations performing these tests shall meet the requirements of ASTM D-3666. All equipment in Contractor-furnished laboratories shall be calibrated by the testing organization prior to the start of operations. j 'a. Field Place Material. Material placed in the field shall be tested for mat density. (1) Mat Density. Each core sample for density determination shall ,be taken in accordance with 1996 MSSHC Sections 403.21 to 403.21.3 inclusive. Core locations will be determined by the engineer on a random basis in accordance with procedures contained in ASTM D 3665. (2) - Testing. The bulk specific gravity of each cored sample will be measured by the engineer in accordance with ASTM D 2726 or D 1188, whichever is applicable. The percent compaction(density) of each sample will be determined by dividing the bulk specific gravity of each sample obtained from the day's production by the bulk specific gravity of the laboratory compacted sample. (3) Acceptance. Acceptance of field placed material for mat density will .be determined by the engineer in accordance with the requirements of paragraph 401-5.2b.of this specification. r 401-5.2 ACCEPTANCE CRITERIA a.:.' General Acceptance will be based on the following characteristics of the,bituminous r� mixture and completed pavement,as,well as the implementation of the Contractor's . . .Quality Control plan and test results: Mat density (2) Thickness ; e Smoothness (4) Grade \1KCA7(P2\JOMSIlIM\MiG\AV\WPC\MTMP4M.WC 8.6 I.7 ff' S`WYi,�r#'.hu�tr'N'al(!�9'e ..,k ..-!..fir F }t a a.z.<f) rt, r;+"-}. F y ` = ,j F F LtPf r s k; 5 41 +' l 1 P. Acceptance for mat density will be based on the criteria in paragraph 401-5.2b(1). Thickness will be evaluated by the engineer for compliance in accordance with paragraph 401-5.2b(2). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(3). Acceptance for grade will «z be based on the criteria contained in paragraph 401-5.2b(4). The engineer may, at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the engineer, and if he can demonstrate in the laboratory, in the presence of the engineer, that such material was erroneously rejected,payment will be made for the material at the contract unit price. b. Acceptance Criteria (1) Mat Density. If the density of the day's production equals or exceeds 96%,"the day's production shall be acceptable. If the density is less than 96%, then payment shall be made in accordance with paragraph 401-8.1a. (2) Thickness. Thickness shall be evaluated for compliance by the engineer .in accordance with Sections 403.21 to 403.21.3,inclusive, of the 1996 MSSHC. (3) Smoothness. The finished surfaces of the pavement shall not vary more than 1/ inch for the surface course. The day's production shall be evaluated with a 12- foot (3.6 m) straightedge. Measurements will be made perpendicular and parallel to the centerline at distances not to exceed 50 feet(15.2 m). When 15% of all measurements within the day's production exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow,at least one inch of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off. Material used in building the pavement above the specified grade shall not be included in the quantities for payment. The Contractor shall correct pavement areas not meeting these tolerances by removing and replacing defective work. If the Contractor elects to construct an overlay to correct the deficiencies, the minimum thickness of the overlay shall not be less than twice the size of the maximum size aggregate. The corrective action shall not violate grade criteria, and butt joints shall be constructed by sawing and removing the on ' al pavement so that the thickness/maximum size aggregate ratio is complied with. Grade. The finished surface of the pavement shall not vary from the grade lute t elevations and cross sections shown on the plans by more than lr4 inch (12,70 'k mm). The finished grade of each day's production will'be determined by running levels at intervals of 50 feet (15.2 m) or' less longitudinally'and _ b, transversely to determine the;elevation of the completed pavement. When more than 15 percent of all the measurements within a day's production are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least one;inch of asphalt concrete to be placed. Skin patching for correcting low areas shall not A be permitted. High points may be ground off. 401 5 3 ;.RESAMPLING PAVEMENT ��KCNCi���ooSt+9p�l�1+o�,l %WPCNSPEMP_4M.00c 8-7 • t`3 Yr .. .. .. .r !';. rs A. t 1j� ,ae s ',t�'Y •"�; f�,R; }=''.�,s {i ,y t a t3a�Y �ifky, :s 1 , f ' a, General. Resampling of a lot of pavenunt for mat density will bey allowed if e ` mals4ure, ffld Contractor requests, in writing, within 48 hours after receiving the written het tesults x deval f ' from the engineer. A retest will consis t of all the sampling and testing procedu ?'!t contained in paragraphs 401-5-18. Only One rmmpling per lot will be pt`rrnitted. (1) The cost for resampling and retesting shall be borne by the Contractor. xu 75 b. : Payrctent for Resampled Lots. Payment for the resampled day's production shall accordance with paragraph 401-5.1a, �: ' f�L CONTRACTOR QUALITY CONTROL r 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section100 of the General Provisions. The program shall address all elements which affect the quality of the pavement,including,but not limited to: a. Mix design dg b. (Aggregate grading C. Quality of materialsf , r. i � A . Stockpile management d rt e. Proportioningr '=ra t f.' Mixing and transportation g. Placing and finishing l.. _ h. joints v.. i. Compaction ,t j. Surface smoothness x` , ' ... 1 401-f,2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt t located at the plant or job site. It shall be available for joint use by the Contractor for quality control ] a 4 t"ftg and by the engineer for acceptance testing and trust have adequate equipment fo! the �+;�� forrrtence of tests required by these specifications.. The engineer shall have priority In use of them equipment necessary for acceptance tasting � s j4j.FF. 4 t'i �t 71W effective,working area of the laboratory shall be a minimum of 150 square fact (1.4 square t�itat rn� } r vvith:a ceiling height of not lose than 7.5 feat (7.3 misters). Lighting shall ba adttcluata to illtarnindt0 All:,, woxking$real. It shall be equipped with heating and air conditioning unit to maintain a tttnapar�t�r4 of:7p degr+i F 5 degrees(21 degrees C*2.3 degrees G). 1 'p Laboratory facllities shall be kept clean and all equipment shall be. maintained In ro r +workin y P Pe ' � +eeclitio�►, The engineer shall'be permitted unrestricted access to inspect the Contractor's labrat�ty fa lityr-std witness quality;control 4ctivit�ea, >'I'ha engineer will advise the Contra�r In writing pt soy noted defidencles:con,�rn3ng the':laboratory facility; equipment,.sup lies ar testin eraonncl attd' KX�41�} ' ► �� pr Maes When the deficietwW:are serious:enough to ie adversely aff+ectin fast KasuBts, } ` ' y I5 ve0 } oration of the rataterlals into the work shall be iiuspended Immediately and.will not be it t9 restatne until tlw.defidencles are satisfactorily corrected. 94D1-�r:B;:; QU��►LAT'tl'C�AITRC)i TESTING, 'The Contractor shill perform rill quality contr©1.tests };r aecoUry to control the production and construction promoes•applicable to theme t►psei(ictti©ns and tut' `��� { set fs�rth to the.Quality Control Program, 'The tasting program shall include, but not necortsarlly, _ limited to, tests for the control of asphalt content, aggregate gradation; Wmperatttrea, vt►g agate ,t t AxR1WI4fv111)fNlg1Al71WPCj1LCr1IA97W { t N+.+.+�� ,,,, , :*Y !^`at4,�1 Fi 7.,..s.1.J�t�{t.�.ry.4l�.JCX.14¢�,`•,�'JF .1�.. � r Fj r. 5} `the " moisture, field compaction, and surface smoothness. A Quality Control t.? ul+ts`: Q ty Testing Plan shall be developed as part of the Quality Control Program, a. Asphalt Content. A minimum of two extraction tests shall be performed per lot in ' accordance with ASTM D 2172 for determination of asphalt content. The weight of ash t g. portion to the extraction test, as described in ASTM D 2172, shall be determined as part in of the first extraction test performed at the beginning of plant production; and as part of Y , every tenth extraction test performed thereafter, for the duration of plant production. }} ' The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The use of the nuclear method for determining asphalt content in accordance with ASTIVI D 4125 is permitted,provided that it is calibrated for the specific mix being used. a ►ce vnth tY b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from . mechanical analysis of extracted aggregate in accordance with AASHTO T 30 and ASTM \, C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from t the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve0 using actual batch weights to determine the combined ty aggregate gradation of the mixture. C. Moisture Content of Aggregate. The moisture content of aggregate used for production f "`t shall be determined a minimum of once per lot in accordance with ASTM C 566. ` { d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. r3' e. Temperatures.. Temperatures shall be checked, at least four times per lot, at necessary °0' �OY locations to determine the temperatures of the dryer,the bitumen in the storage tank, the t far ,the mixture at the plant,and the mixture at the job site. Ltse d the In-Place Density Monitoring, The Contractor shall conduct any necessary testing to ensure that the specified density s being achieved. a meirrs) tY $ A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. ph �gera4ure g.. Additional Testing. Any additional testing that the Contractor deems necessary to ANIV # control the process may be performed at the Contractor's option.. r ; "r 7 workijng h Monitoring., The engineer reserves the right to monitor any or all of the above testing. " ►bo�toiyL` 401-6 4' SAMPLING. When directed by' the.engineer, the Contractor shall sample and�test any " d" material;which appears inconsistent with similar material being sampled, unless such material. is , r; voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in 'extfited ti accordance with standard procedures specified. u i {� 401 `6.5 MIX TOLERANCES. The Contractor's production mix shall remain within the.tolerance " "is i 'F identified in Table 2 foraggregate radation and asphalt content. The job mix formula target values 'anid`s gradation shall be used as indicators of central tendency for the following test parameters with associated Action and ya; Suspension Limits: i��r, \\KCNIPt\pDS144!\4l141\AkP\WIC\SIEC51P�O1.DOC 8.9 ,.i � ,�u.,, \I�� s vti1.'4.r2i�"�ffc^}e'=�s .l.,.:Kx n t+.•. n r Zrtyn4 a ( 3 j. , P. , r t r t{ Table 2-Limits for Individual Measurements ° Rl- Sieve Action Limit S ion Limit inch r 0.19 0� { x { 0% ( r ins 12.5•nun +/-6% +/•9% f .,. ` No.4 4.75 mm) +/-6% +/-9% No.8 2.37 manj 596 +/-7-5% No.200 0.075 mm 4,/-2% +/-396 r y , Asp Ccmtent +/-Q.S9�0 +/-0.70% ' r METHOD OF MEASUREMENT 'T21.1D. 4017.1 MEASUREMENT. Measurement shall be tons of bituminous surface placed. BASIS OF PAYMENT „ T2.45,1D �h 401-5.1 PAYMENT. Payment for an accepted:day's production of bituminous pavement shall be Yk t � �r�W made at the contract unit price per ton for bitiminous surface course adjusted according to paragraph,':1 401-8.1a and 8-1b. The price shall be compensation for furnishing all materials, for all preparation, A ;gig,and placnag of these materials,and for all labor,equipment,tools, and incidentals n� to :z ' complete the item ;T-164/n A. Basis of Adjusted Payment for Density. The contract unit price for the mixture 's represented by each set of cores will be adjusted based on Table 3. ; Y `T16l5�1�� TABLE 3. PRICE ADJUSTMENT SCHEDULE Field Density' Pay Factor t Percent of Laboratory Percent of ;a Com acted Specimens Contract Unit Price ' 95.5 to 100.0 1000/ .� O y f ? 95.0 to 95.4 97m/0 .r r 94.5 to 94.9 94% t 94.0 to 94.4 j 80/ T287�X3:. ! ' "° 93:5 to 93.9 °o 93.4 and Below �4 `�'o " k 0% 5 � t !�r r. 9&T36 `No cores shall be taken later' than the day followin` la any av at Y)ifir t r Y gP / cement for y p emet purposes. :All R, Yr T mixtures with less than:93.4 percent compaction shall be removed and:re laced with'a roved t !t: '� P r 'PP �N ff} + 'nuxture ,� t , k A'; .rG ,r £ ..tsr 5x r '' 'lr., f Y i; p SKJ•.{y,,y` dV��� A .1♦ 't- .`t�:. .t t '` �1' ��{�•�,\L�li`�"y('.f. � .Pa t. Pa ent will be ma Yin Y d�:uanders r .yqf� 't Item P-401-31a Bi us S Course. tumino Surface r ton,f �t6'r.l Y {t ! ' s .'f ^: � i ita - � 4��h„ iir. t• oa 8.10 '' ��yfi rfr' 3\1N11!\AEP\WPC\lY6C4\140t OnC �S�d itf A 4 1!\f f�NlPl ok r v tIAW+t+•.t—.'.M'�yM.W.FMNM .......�,.4,.au:r+..,,,�..o- n+ > t"' ��akkaitl {ue45�yro t+r•u3ur.+.r;�ru.✓sa„w.». .,...� �t �j t�r✓��k���Y�l 1 � .. t .. .. 1. S 1:i`: F , I t a TESTING REQUIREMENTS r Test Method , . AASHTO/ASTM T96/C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of , f the Los Angeles Machine T27/C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates T255/C 566 Total Moisture Content of Aggregate by Drying • ----/D 75 Sampling Aggregates T275/1)1188 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens -/D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures T245/13 1559 Resistance to Plastic Flow of Bituminous Mixtures Using sr s Marshall Apparatus hall be ' .. ag7raph T209/13 2041 Theoretical Maximum Specific Gravity,and Density of arahon, ' i Bituminous Paving Mixtures sary to T164/D 2172 Quantitative Extraction of Bitumen from Bituminous . f Paving Mixtures � rraacture T166/1)2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface-Dry Specimens --- -/D 2950 Density of Bituminous Concrete in Place by Nuclear Method 5 --/D 3665 Random Sampling of Paving Materials -/D 3666 Inspection and Testing Agencies for Bituminous Paving Materials T287/1)4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ' T89&T90%D 4318 Liquid Limit,Plastic Limit, and Plasticity Index of Soils T30/D 5444 Mechanical Analysis of Extracted Aggregate 1' + T85/C 127 S ecific Gravity and Absorption of Coarse Aggregate `4 T113/ C 123 Lightweight.Pieces in Aggregate m di)i: � r ��KC�uzvoes��,n�ve,�n�,+�r�wrc�s�ECS�r�oi,00c 8;-11 + v F $ d x 4 r2,,i ,,,4J+l vla✓2Nf.w -y., .;r Lf i .,,k:. }+. }:,. Jd�.i+F,;;,.:'•......—�rA'+".'y."...,.. ..it^R" +;.fa�Ar.+,u,y,.��^r.....•!'f+4'= `. w�iCi� w a�pJ�Ys r 'S r1 S e S } r4 b }f , 1 ' 1q ilf . , fd`: t } 1 1 .i,. `n? I 11 ,j ` .' ,''.. t. . . ` .;t � ' ,T ..... , ,. ,.. . •.a t(1 11 I �i m I 3{ ys r 1` MATERIAL REQUIREMENTS rt, t x � , `cam"` '� try 3 hrr7 . ;x T40/ ----- Sampling ,Ili. `, �,, a {F gig}. �i . r j �'1' ' ft .. .A , t .!1 '.� ` T55/D 95 Water in Petroleum Products and Bituminous Materials r tt7� x5 s1 Ili ,11 - :.11 i�}if',rul!� .. by Destillahon : r`Vi A, t } t iF4 t' iay ii Jxr` :,'`S 1 . r T48/D 92 , ` Flash and Fire.Points by Cleveland Opera Cup , < SH� ,, 1�'11 1 r;�e� 6 P; T201/D 2170 TCu�ematic V�sCos of Asphalt ,. :v, � .yt }! � ".; °9 tl ttraer� F i l ;f T202/D 2171 Viscosity of Asphalts by vat.uum Capillary Viscometer # �p�yn 'i} yrs �7{fo7-f4,j I., I, t ,_ V T49/D 5 .Penetration of Bituminous Materials 't ff I,. f. a i.. }: T51/D 113 Ductility of Bituminous Materials r, s�3t 11. tortttrcilirt , s: T44/D 2042 Solubility of Bituminous Materials _ bye t, T179/D 1754 . Effect of Heat and Air on Asphalt Materials [Thin-Film Oven Test), rya },+ ;,�,Y t.I 11 . . r 11 (,, y. MPI/- Standard Specification for Performance Graded Asphalt T3inder , �� 7` ,., :r tX ,?�,?�y„,'1. a, 1t °5, If t } SS !: 1 ".% t :+1ti L'1 ' �'} �i L 1. Id �k i ' j #faM1 .}1�{��^t y i':;.�i it r ,'k #tf:.� t �i . t - � r Cu act I B j r. ti, is v Y ' F.r'. ,'r t 't I '1'. ,,� t 1�j!}MCr ix Y y}� `t`� `' jJ V .�, i r v Jz S +,' F., i t iS C 1 "1 ­.'. .x1 x 4 ,'1 7 ,ci,.'.;..11 )y r `�11 „r 1 *• 4 y. .: � ,_ '1. I i 5x ; `«kl }” •, }1. v d F. .1' f, t s , _ >,+3!t.°ls �k., wv i 3 1,%7' Y}=',M1r i f, lf.�'ifr 11�''« t 4}.'4 Fr)' 'tr{{Z!r',T� .. ;1.+.�`w 1""Y I !. '.1: S ti r `� t (,: b.}f�'dj`.dd<�r(7,� ,1.;•*�-): S.S, 3 f Y is O 'r_F { ,;:i rt >'?"•g j„,�=3A,• r'tr`fi�' — ld+ .{ :'Y l.' .Y t {'.:� 1 �'. .l'"r. } 11-1 ,i •J r�4'• S nnl!�•. `t�'y<. .'a:: t; M1 3,'.t.: s s r `3 iti JXt'q,5'.`^.)1.:�`:7G° 1:. t '� t f3+"�,'`' ,{{ 'Ikn ,�' ;:i: `•tat' «1'.r 'M, c n 7 t -t - 1 ' _ .. 1 }.5t` ! la z ,Yvi.x x '1 '. .'.4',11.r.. L�t t .t,' ,!d st, J 1t r ,, i�.' .� et , �`r` .j;" l,, .re}x.541? >^4i 1.xtr ! 5 „" ,} r r i �yy lx , y(,t'.11 rX'f''4:;t t ' s , , n `�S j + .ter,{ R 5 5`— o. yt-.iK s a., '. Mt {}fir' {y,: ,KY.E 1 (,i I 's .Yi7'p) •' ,�t ri'+.r?i�r:., .,q 1 ' ,qi� t.' qr y'11. Ik5).�? 1 t 7 1.:. .. t t �..,, '14 ..7f;.+F'''t ., .., �1.tL,.�,I:; 9 st..., ... It r.e,"� 1t .`yx „�n 1F1F_.+"uCC� ai+ 1'f ' f p. �'it f ..J4 t 1 4 x•� l,,YY Yp '�ky f r;.' Xi, �, &tiff , S ��t, , 'iqy sI 11 1�1 .'si . . .. yY,.{�� Cti,' t 4 f tx. ,.)k�! �'i tt.�.. 14A s,r t.•., ..�,!14x sI)6v lM, %961O A P�WTC�6APM?4MAQC .,8<-1�.. ', . .; r t a�I, t t'..t{t I�, M. . r, y i :,1 ., , M1 ',t } {' �, :k ,'v',.gy{g� `fj..Lt tf 1„1. 4£t� h- Y ( 1� c.� .. r�i�`K'�8 ,4 5•S� ,t j�}? i� '��`7�Yy} _� '���11,,t ��xiV . 2 y”•:i,v§ .,:e :: +,x:sutcf: :a✓k y;o er;, S ra��t ry S� 7r }� 1 'etw ~ �+ .� I ?f' :..,tnv!�.%.1':£, '.'•F' `M-" �. `.^` _.,, �..<'�.': af'+?• '� ' 3LP��yw r �X k r r }Sire E' } t i, {�).n4!'Y E1 f '� �16� s F 7 Ayt *� c r R.,.cf , t [3 ...:-"""`. {-'F• rr 5 i .1 ta, jt x i`+ t4'L})r 1 T .� '__ 4 S s{- >F r f 4 �f v Y' .tiff. t`ea't y�r jf t ,L :r�? ...t r 1.�S�a x MIN,J ,`art h '1't s T 4,i.�tt17 [b �1 yti 1,y 1-1 vjksx btu-1�c �d'�tu„ '1,, i'' t `? f- P ti e ra'jY .5; f,ii t�!r`"';�,r i z t i :t .. r �. .? c 71 t),r, r t Y�kl1"`!+:d.�A�7 tCn t�v` M1v.Y C }.' Y l.I ya +!� g�;fiSi�b`t x. F y e+..t J` s t. ;x .. , s'.. t : ..1x Ft ( t, { K d .� _. ,. ... cure.,w.,.r,.d.�i�.K`,34«i ,: I PART 9 ITEM P-603 INOUS CIC OAT BITUM TA C 603-1 DESCRIPTION. This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. The tack coat shall be applied only to areas directed by the .r Engineer. r . 603-2. MATERIALS. 603-2.1 Bituminous Materials. The bituminous material shall be either cutback asphalt, ' emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. F t, Ti I •° Y � Table 1 er Y Bituminous Material Application Tem erature j !me and Grade Specification Deg.F Deg.C s .:.Emulsified Asphalt I SS-1,SS-1h ASTM D 977 75-130 : 25-55 CSS-1,CSS-1h ASTM D 2397 75-130 25-55 f A Cutback Asphalt RC-70 ASTM D 2028 120-160 50-70 Tar t t RTCB 5,RTCB 6 AASHTO M 52 601-120 , 15-50 603-3 CONSTRUCTION METHODS ,7 t ' $ YZ 603-3.1,Weather Limitations: The tack coat shall be applied only when the existing-surface P t is dry and the atmospheric temperature:is above 60°F(15°Q. The temperature requirements may .. be�waived,but onlywhen so directed by the Engineer. E t 1 603-3.2.Epuipigtent. The Contractor shall provide equipment for heating and applying the bituminous material . 4� t k e ft Y . « The distributor shall be designed,equipped,maintained;'and operated so that bituminous matenal at even heat maybe applied uniformly on variable widths of surface at file specified rate.,,: 11 '{ The allowable.variation from the specified rate shall not`exceed•10.percent istributor equipment I \\KGXPI\1ODSIM 91193\A EP%%VPC\SPE(3\P-MDOC {¢t 9 .1 .7 4r. J �. t^'ate, ,1f'4<. .l".+ .f11•�iq.:�r.+rtM.-Nn::. ...IX!a tTn, ....1 .a et. r.'f^' 1 i Yyj 't dY7 S . 1 i shall include a tachometer,pressure gages,volume-measuring devices or a calibrated tank,and a thermometer for measuring temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally a and vertically. P 1 { rj � '`. If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be r started and stopped on building paper. The contractor shall remove blotting sand prior to asphalt concrete laydown operations at his expense. ; fi CO - z A power broom and/or blower shall:be provided for any required cleaning of the surface to be treated. w t�{a� CC 603 u7s��. _ 603-3.3 . Immediately before applying the tack coat,the full width of surface to be treated shall be swept with a power broom and/or airblast to remove,all t fs0. loose dirt and other objectionable material. Taus pow �i+�&!�[O . Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer i ltd f : and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated ' } before any of the overlying mixture is placed on the tacked surface. 5 I,at w' The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard(0.24 to 0.72 liters per squarer meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved b the Engineer rior to a application. v PP � PP y P PP � Following the application,the surface shall be allowed to cure without being disturbed for i ,a such period of time as may be necessary to permit drying out and setting of the. tack coat. Tliis , .if 1 ,� iptr y£11 ri1 ' period shall be determined by the Engineer. The surface shall then be maintained by the Contractor ( ; Until the next course has been placed. Suitable precautions shall be taken by,the Contractor to �x. Protect the surface against damage during this interval. t 1 t� , .. .F 603-3.f4 .Bituminous 1ldakdAl—Contractor's R ,pon_cibili i Samples of the bitumirQOUS material that the Contractor proposes to use,together with a statement as to its source and character' must be submitted and approved before use of such material begins. The Contractor shall 3 .the manufacturer or producer of the bituminous material to furnish material subject to this annd�all .. other pertinent requirements of the contract. (Wy satisfactory materials so demonstrated by. 1 �� rw a r' ; tests,shall be acceptable. J t f _ : The Contractor shall furnish the vender's certified 'test reports for each carload;or eq�aevaleritr of bituminous material shipped to the project. The tests reports shall contain all the data required by the Ad;5`' ` applicable specification. If the Contractor applies the material prior to receipt of the tests reports,pay»rent fors gat rj '3 x the material shall be withheld until they are received. If the material does not pass the specifications it shall r bee replaced at the contractors expense. The rePort shall be delivered to the Erighwer n before permisswn r is;granbed,for-use,of the material, .The ftn'n' S of the vendor s {certified test,,,repisrb for;the h 4 }r r r 5jt .y 1f a k :.} t 'fu bituminous material shall not be interpreted as a basis for final acceptance: All such"test ices st> It be subject to verification by besting samples of material received j for use on the project. 603-3.5lght and Weigh Bill Before the final es timate is allowed,the Contractor shall file N , when railroad shi me " 7 ` ' with:the Engineer receipted bills w p nts are made;and certified weigh bills when � materials;are received in any Other.Manner, of the bituminous materials ,';' z• ;�3' xr, actually used in the . � r�3{r ; constructionovereci by the contract. The Contractor shall not remove bituminous materialfromthe = '° `� � � ,J t ,1 x ?f Yf P,3lJ. Yr + ;r tank.car or storage tank until the initial outage and temperature measurements have bin taker},by 4 Y' ' \\KGIIO'2\7011516\fQ19]\AEflMq'C1S1'p6\P'fOS00C 't�'1 ,h kt1` `.{�r ' i#.�i�����A4` }:' tic g-2 r=\ f I "�y�WI1'�.Y,+ +t'^'`,�v'st�)i1i$i ir+':>}k�a'l. �;'>��.•:s...ssnc;;,a•.^sr.:...e .,,,... '..5:,-r,.i t y Fj t , 2f. .. •ktA'.:11 .�' '.. t. {t, t. r the Engineer, nor shall the car or tank be released until the final outage has been taken by the And Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 603-4. METHOD OF M .ASi tREMENT. ncrete 603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall € be corrected to the volume at 60°F(15°C) in accordance with ASTM D 1250 for cutback asphAIt, s " ASTM D 633 for tar,and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. l i Sy 7: ii 603-5. BASIS OF PAYMENT. ►ve all 603.5-1 Payment shall be made at the contract unit price per gallon of bituminous material. 't This price shall be full compensation for furnishing all materials,for all preparation,delivery,and application of these materials, and for all labor, equipment, tools, and incidentals necessary to eer- complete the item. r F; Payment will be made under: r Bituminous Tack Coat per gallon. ; ifin5 y t k iJ s s {_ MATERIAL REQUIREMENTS r ASTM D 633 Volume Correction Table for Road Tar $ actor.: # tar fiot; a ASTM D 977 Emulsified Asphalt i r ASTM D 1250 Petroleum Measurement Tables ` ASTM D 2028 Liquid Asphalt(Rapid-Curing Type) . ASTM D 2397 Cationic Emulsified Asphalt x,�e�F k• t mu p ..: k' t r � try ' AASHTO M 52 Tar for Use in Road Construction t � f � ' t Asphalt Institute Temperature-Volume Corrections for Emulsified J Manual MS-6 Asphalts �IaQtP +' tot, r:l Table IV-3 iriyyj���,_�rt nyl`,.�r r;��.r'. l {"' � �`aKCwxmpasi+��+ei���er�wmsrECS�rir000c Y 9-3 4 r k kx t 1 n a rof s t 1t %qtr.}4y5.vs .v G, tb 1 h 5 + rt a f C ",2*#TTfa"' '�ri�n ?th tl�r' ft �- K ,fi i•., ;:., ..'t f e SECTION S, 4 ITEM P-620 4 RUNWAY AND TAXIWAY PAINTING 620-1. 1-ESCRIPTION. This item shall consist of the painting of numbers,markings and stripes on the surface,of runways,and taxiways in accordance with these specifications and at the locations shown on the plans,or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterborne and Solvent base in accordance with the requirements of paragraph 620.2.2 a&d. Paint shall be furnished in black-37038,white-37925 and Yellow-33538 or 33655 in accordance with Federal Standard No.595. Paint shall be furnished in T R—Fast time for no-pick-up when tested in accordance with ASTM D 711. Type a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D. b. EPDXY. (Not Used) c. M ETHACRYLATE. (Not Used) d. SOLVENT BASE. Paint shall meet the requirements of Federal Specification TT-P-85, or TT-P-110. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed.Spec.TT-B-1325,Type I,Gradation A. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. 620-2.4 SILICA SAND. (Not Used) CONSTRUCTION,METHODS r. 62042 WEATHER LIMITATIONS. The painting shall be.performed only when the surface is dry, x and when the surface temperature is at least 450 F(7°Q and rising. Markings will not be applied when the pavement temperature is greater than"120°F. . 620-3.2 EQUIPMENT. Equipment shall,include the apparatus necessary to properly clean the existing surface,a mechanical marking machine,a.bead and/or silica sand dispensing machine,and such auxiliary hand-painting equipment as may be necessary to,satisfactorilycomplete the job. • The-mechanical marker shall be an atomizing spray-type marking machine suitable.for application of traffic paint. It shall:produce an even and uniform film thickness at the required r • �:systv�e�wrc�srECSr.sm oa: < <5 10-1. �f r a�i"'�'`'d���t'R�.� +k?+"ri3ei�•nxs: vt ...,.c.'.; + . .i t•' t 4t � Jr .. X14f7. __ _ _ _—_ y .4�1' �. - ,. J,� c''y' • ,. r�y,��.mad.�afaply xxu�k�gs of�£c .+c�vss aec^tia�s az�r�a�r-cc�t �s���h�zat r�:� �`' ,��p- '�K w�3i�.����er spxa�r. fir ,, �t -�.r��, �� C��5.1�,.��. I�z��a:u�Iia�y?�E�e appli;�c�vif tae paaa�,�e. facre t -. ;���rztr se �l.;la��,e,�,r�thes f ��+�s�rl s�erls�� ,. -�4lli Ott` . � � �zMI paveet•'I�ae to�� i l��� � �.: - � ; t I3N�;�+4f� Aaet�w,Is�5 tecjW[+wd�fl t �!,��3S'�.�&lt2tL1ClE.��a`17►�ZTi�3't £►, v !1�" { x � ' .,� , 3+ �1 9 �f����>p' ltti��Utld �:�p�'V !Yl� s� :' ��. .. � �����ate pled of cttt`�zztatrxill.. Sa��r��' � >sl�agl be tamed �' , t fA rye��t�fi�,als. "� t � �3I���3.��� �QF�/�Etf:I.�''�Ct�• Tl'le p'1�:��3ti►St'.d� shall be laid c)t2t 1I1 id's s"117�Of#�p�2T'�t � , �g��t�tl1. �S��iti!'dtS�3f:n'az'ldngs.���shown�on�X""""�'. n f ,f+ !�?±�".3.'��4t'1?LlaCI�,T'�, l'�a/sx# U be appl led at'the lo�vz►s and��e�d's�eat�' ate a13d bpal�Itg :1�'"a 'r � ��BOA'�'?+@ p�i�S.' Patnt shall not be�applxe�d until the layoa�.t and,�rox�tsana pf��l'aa�e ;;� � �"� �;. .�Fpx�n'�. t��Y,ixte�. j'�� � t 3��Per�irt�e paint shin bye used fur txutrkin�.on bitumirwr�s�ue�tsent. .�vlaent, paint shall I� p'� nfi� � used for nt�trka�ng�n.existing rrmcrete paz�enunt. ^� i _ { Tkae paia�t shall be rnix+ad in acoardan�e-with the maratafacturex s instaructiut�ts azbci applied to the , pa� l�t wfth a ztu�z?�fing mach�rr�e at a rat�{s)'shown an tabi�e lbelow. The addition of thinner will , `, 1'trVt bye p�z��#t�l, l�lazl $s�n the new bftuminous surface course shall be applied in two coats. The r ' .� fit'st€mat shall bQ,at�%,of tl�zate shown in tabi+e below withoait glass beads and the second coat s ` � �tlall�st�`'/��f tt�zat�in table below wsth glass beads..The first coat sr�y be applied 24 hours e _' .� sft�a�pla+c�tauent�f,o�ezlay.A peri�c�d Qf Fifteen(15)days shall elapse between the applicatioxt of the #it�at mat�aaid the application of the.second chat. ;/ J �� , ,'' , , Afti�I.ICA'Ji't�l'�l RA►TF.S FC�R PAINT,i�LASS BF./41�5,AIhTD SILICA SAKI) ;�'i � } � � t',sbtt Tyra 1'Ataot 4tass Beads,Type[, Mass Beads. Stlica Sand Byt+argle4t per 1Gradatlon A Type ltd pounA�pergallon ��� F �ellan,ttzlssl pounds pat gallon of poo�nds per gallon of of paf�t—IbJgsl.� ; �geaatE raal�ta yRr patAt�lbJgal. paint—IbJgaL tKilogcaa�a per liter r� s (Ktlogams par liter (Kilograms perlltsr oi'paint-�3�g/!! a �t , , � � _, lit�tt,en it of patnt--kg/I) od psiat•-kg/1) x .� T4 } „ �!bJ 1.4»inimum N/A N/A WeOarbArns tilt lei'/g.0.M.xim�m g+ ,�tz 12.8 m°/!) (0.96 kg/1) �:�._ '� � ' �, ttiAlY+�nt t3aaa 'd113 It'liyt.Maximum 71bJgab q�lnimuaa N/A NIA a��} '-� `�i a,;� . ,. � (0.98 Icg/1) � $" t 4 'dot :" .. '.: a h f � � ,',� �}��d��s t)f the xnaxktnga shall not vary from a straight line more than'1/2 inch(12'mm)in SO feet � � ` ' � r �` '� r ;r� ��; A X16 m�,Ancl tha ciltnensionQ shall be within a tolerance of plus or minus 5 Percent. ' �` ,,, ; , {�' �` ' � s�lass l��t�t;shall be distributed upon the marked arses at the locations shown on the plans to reasive �� �`{�`` �� 1 i r �;�, ����� bees lt;��dtately�efter�epplicatiarr of the Feint. A dispenser shall be"furnishi)id;tivhich � � r �� },�,3„�� `�-� ,` ��pXOpslrly'"d�sid fpr attAChme�t to thr ar►arktng nnachine and suitable for dispensing glass beads ' � " t/ � �r q �la�b�Ada shall tilt applied at th+a rates)shown in Table 1: Glees beads shell'adhere to thQ eared �� : { � � ; ” #',, > paint gi! il11'marki�ng oparatibns shell cease until corrections are made: Mass beads shall nit`ba �� ` Y, '` i�Pplied t©blaebc�ait�t. � n j � S �� '�1�s, �� �1wIv�SR�t'1W!'�wi'1�51�1ix1!'• �Q'2 t k\rd,Sau��wM[� f' i, , !1 �! � YV • $ f {'; b C t .'!� tea.... e���ac L �' ,. �� , ra i r c ,. � ,�, t r J � n i,. t' `x' e C �Y, f � : All emptied containers shall be returned to the paint storage area for checking by the Engineer. The �[ "^, r containers shall not be removed from the airport or destroyed until authorized by the Engineer. ce shall a the bond 620,3.6 PROTECTION. After application of the paint,all markings shall be protected from damage b kung and until the paint is dry.All surfaces shall be protected from disfiguration by spatter,splashes,spillage; ' w or drippings of paint. METHOD OF MEASUREMENT 3= �' 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting,performed in accordance with the specifications and accepted by the Engineer. is >. 4 BASIS OF PAYMENT spate$ , 620-5.1 Payment shall be made at the respective contract price per square foot for runway and re have£ taxiway painting.This price shall be full compensation for furnishing all materials and for all labor, , equipment,tools,and incidentals necessary to complete the item. shall:be Payment will be made under: Item P-620-5.1-1 Pavement Marking,(Reflectorized) per square foot • e t T1 ie , TESTING REQUIREMENTS °ind�raat ' hours T "� ASTM C-146 Chemical Analysis of Glass Sand k ASTM C-371 Wire-Cloth Sieve Analysis of Non la y p stic Ceramic Powders ASTM D-92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D-711 No-Pick-Up Time of Traffic Paint ASTM D-968 Standard Test Methods for Abrasion Resistance of Organic e7 r Ear' ' " Coatings by Falling Abrasive t 'u, ASTM D-1652 Test Method for Epoxy Content of Epoxy Resins s sbr ASTM D-2074 Test Method for Total Primary,Secondary,and Tertiary Amine Values of Fatty Amines by Alterative Indicator Method ASTM D-2240 Test Method for Rubber Products-Durometer Hardness > ' r t 3, ASTM G53 Operating Light and Water-Exposure Apparatus(Florescent UV { k° Condensation Type)for Exposure of Nonmetallic Materials ' #� k Federal Test Method Paint,Varnish,Lacquer and Related Materials;Methods of `='�n` ;t 'Standard No.141 Inspection,Sampling and Testing �3b�ad�R u.r MATERIAL REQUIREMENTS. ASTM D-476 Specifications for Titanium Dioxide PigYnents .. ' i"r. -n ..t .. "� Code of Federal Regulations 40 CFR Part 60,Appendix a &%9P93%AMWPC%Sn 5%P-WDbC µ 3 Y J A y 'z ��tf'f4��'+��s*3t ��`�,^'s Sz:.'rt— �•?,:'>= c z "::+,. �, t rf:,, .. .. , �� ' . .. 5 4"tai E �S t? ' ✓'�,i z { � D 'rt•.x 2 rYa ' '�l ". t.I.Yi t .. iLl . ,}:' ' _. " , f '�I i 1.r 29 CF1t Part 2914.1200 y,�.11 ., _ �; i t is 1, rs 11 � �, , . l TT-B-1325 Buds(Glass Spheres)Retroreftective r r ' ,, Fed.Spec. , f, Q1¢A f ,�7 Mase 3 1.{ : Paint,'1°raffic,attcl Airfield l�Rarldx►gs,Salve 3 nx ' �,;;�� N�tr , Fed .Spec.TT-P-gS _ 6. 11`%' t TT P 110 paint,Traffic Black(l�Toa�eflectorized} ' �' , ! Fed.Spec. �. , < : .11 Airfield 1Vlarlcing z TT-P-1952 Paint,'�'ralfic and . Fed.Spec �,:`} ,. +1° `.' ] Y: 1���� ,ty S .. > t, pederal Standard 595. Colors used in Gavemment Procurement �. I_�t,� 1. �. �1-' , �,, ;'s - . s ,,,°s. sr � i .- ., .11 ,n' t $, - r 11'll r F' r t i ', ,1 k xs,I 11 I�t )Al I ..�' �t 3 1 Etj.., . ,i at r:, }t {,yvl4 I r rye c..Lkx>..:y?.11. Y"°a r ti $bt , ' a 2'.. ,. ,,,.1��-* : I . 0, "''- `rir ,f ,its'` , r.itj `tits.tt :s% �. r I. r r c 4 0, v� ,T !�• KI F: wi t.:"r 1.` . . �k �I NYC ..• r Fro•,C.. f; < k .. li Y fl,, ..ail ta'i N .r t,11 J -1 .2 . i. a, �F 11, r, .. .. .e rg� +`-;, •C X C 2 S :} f (.,. fl -,1 t i lrr{,.r�, t •, �' i� z-,1.t r r x r D• ° �}�$ 'fit 4 y �I s r. r: 1 ny. .t yerl 'tY,N 1 , L tt ' M- r1 }.'. &D ,n. 1`'J J>t. 11}t . . ,`ii.,.'SJ :1 Vr �5t'.�.y't'Ek,(.�.y yrr 11 O v>t*JI. i � . . hyl-J�; i4Y II Ji�',J'g-,�;V r r?. t t f.� ( y .3.x., 1, f I'l di J '. 47c. 4 t r }:Srir.. r F ,�y„i i.�%a t'D' a )r. z <t �7:' ; +�' a .rti,i}L�?: i '4'F�r, �'' Ga< s� ( .i,,..., r�• Iti. '+yu�IL' i _ t. r' y r"r ty,'`* '4 r';t;:•r.^r r t vE�i ::s } i j 1F. r if,rr V 1 ^r ,t-. '”,s,�r t_ 'L A t 1. k , .F 1} j ''" �t�''FdJ 5 � ' .�,e• {} , }:: r t..' ..x .:::` :.,,- ':r't.�, �,x„ t .:;iii t S'�:t s,r:�rup:Nt. D My4 ..rr.+§r_ '.. ;is -: x .j.4.',S .�".e,,-;c',t i.'. 'I 11�. n;4 t 1 � +'tD`}f { `s r J t')i .. D 1',e r! .i, , X3'4. f .. s f N>:,t,?� .s• I.r 1 t 1...�r,'. .Ir F.I�.'M 1. i. r t.> .:i:ai"' v :�.. >E'ti Gr'` i —,y1 t}'1 ;� r'�•y .t' 7'�<Rs�. I� Y i s ?k: fa .. 1d ti.. 1N.1-i .l . .. 1q} "I: r't r. " ,' ��i,r <I" r. _ 1 ;.r:t,I;y,t-. �i+.X ,;� IJt 1u`�r � k: �' }'D,ai".r r .c. S �r i t Y tSJ 4' 2 }}'y +i'2� r ti'rY `iS }' •/t '; f - ) +SC ' 3'. £ r.l f v to Ir >'{ t• & L ,�NR z ` � r �i,6 { .�,. d'F- 5 ,i E r ':, , ;1..t i.i° r t, i.^ri�:v'>.::.'� IY, E,t'., s.: :. , .. ....• ! s 1�.-. _ . . . 5r.tdti\-,-- ' 1 xjf't1 s '.'t, }'fit�V a J {t Si ^7 r37 � ^.fit 4 .1 t� ��K ` a 10-`4' <� r n�11+.el:r' „ ' fir• ' "!� °!§,r 'n f t rp *�;dt' d �',"} z ,• + +if8 r., 'r^" '9r'ss¢rf ? -' r,a; >sZ�,�,�Laity.. i r .r f ..f.. '-'"'s'S:••�".•J x t ��^p'".a r ;i S:j '�7`.. �_� Drs �., : i 1 I�r: t,t 1.3 ins.:i"r �. "a.' 'R . pl.INI.a•}* .ij „?'k.,. ,..f _ " . - ..tx'"�+ fy;x<�`:` '.s+.. ��ij:ih•/`.,r� t x x -A t,.�.. !r+},'`�"}iy+ ;,;Y;, .y„ ,a`',- I tea. c 1 N ,k s, v x s ,tJ. :�tl a 1; ,11 ,fp � wP y r% 'ter Jk X Sjx L c at s[i� '�Y E s Si av 1'+: t4`S c �7 s,. 2 y .'1f' s• r1 '4• It '} ...i• sCCFaD�• za/:�ei;} t4'-.'St `f,t.% D ti,r�,:.'Jl S• X, � {.<t1A s-'t+ °>,kas�:ti,r' �' - 'r r;r^.�x}�3��+' z ;' { j (sY } 5 r 7.•f,c 'y^,�"{ 4' hy-LSG.:Itz,; ar �1 r,.}'S.i'.'�.�;�.Tl,",. ''f-.�,+cJ.$�ct > it p? }r'��;,I + 4r"td. N k' t t - :,11 5 t;.r•13y 7s,r; L• rI 9f .R zs, }k _ 1 f 1.t�y.rl, �+ '7 J b 11''}k`Y eu +7 5 a aI I C t V ..,� !� / lit4uri 4>? 4 L�k,",'--rs��s tt,K s„ r�" k - • 7 y �t t S+,`,}r �.tri+t.r' Yom.,-.. •.! 1k' J l f r N Y } - / .�--. _ —Cl, ,:,.ti .rv::,t.:.Jux�,it,,.w,ck:.ri vaY.-:f4L. PART 11 t = ITEM P-629 MODIFIED ASPHALT EMULSION SLURRY SEAL SURFACE TREATMENT 629-1- DESCRII''TFON. This item shall consist of a modified asphalt emulsion designed for, sealcoating asphalt pavements. The slurry seal mixture MicroPave, Ultra Seal, or an approved equivalent with sand, properly proportioned, mixed, and spread evenly on the existing wearing course in accordance with these specifications and shall conform to the dimensions shown on the plans or as directed by the engineer. r 629-2. MATERIALS. 629-2.1 Agglegate. The aggregate shall be silica sand and/or black beauty sand or approved equivalent. Gradation limits shall be 20/40 mesh or 30/60 mesh as approved by the engineer. Sand shall be clean and free of vegetable matter, dirt, dust, and other deleterious substances. For each gallon of asphalt emulsion the slurry shall contain the following: Four(4)pounds of black beauty sand or four(4)pounds of silica sand plus j two(2)pounds of black beauty sand. If a total of six pounds of sand per gallon is used,2%mfcrolock or approved equivalent shall be added to the mix to accommodate the 2 pounds of additional sand. . AThe appropriate material certifications or laboratory tests will be furnished to the engineer for his/her approval.= Table 1 PROPERTIES OF BLACK BEAUTY AGGREGATE Hardness(Mohr Scale) 6-7 Bulk Density 75-100 pcf Specific Gravity 2.70 min, t Moisture Content 0.5%max. ' Conductivity 25 microSiemens max. Free Silica 1%max. Specifications/Physical Properties Solids Content (with 41bs.sand per gallon) 62%:t 2% f_ Ash Content 45%t 5% i Solubili ty in CS 2 48%±2% or t Solubility in Trichloroeth lens . 5 y 27% 8% r ' ' Specific Gravity 1.16±0.1 t Cone Penetration Q 77'F=,dmm 385 t 45 (ASTM D217) (depth in millimeters) Polymer/Asphalt Ratio ° ; 3/°min. .. .. &%"110%AEr%WKW'ECS\?Ni EI°C 0. i 4 Via+ .. . .._. •. V �53•r P�' d�F 7 d .r� + ,+ ,. ';f .. ...,+. ',..:- .n.:: :.:.L t t t .. .Y ,,..,.,....*•�'"tt , �riaF fdz r >. �S 629-3. CONSTRUCTION METHODS. > ' wtiting. t` x 629-3.1 yea er Umitations. No slurry shall be applied(a)when freezing temperatures are " r anticipated within 48 hours;(b)when the surface to be sealed or air temperature is 55°F(13 °C)or below arch P fN%, tn :and` y i falling;(c)in the period following a rain,while puddles of water remain on the surface;or(d)when rain,is: ,o f imminent. ii ;,. befL e MA de,a.. 629-3.2 fquipment and Tools. All equipment, tools, and machines used nun: the k✓ „ r Dash ely r performance of this work shall be maintained in satisfactory working order at all times. Descriptivef=: , information on the slurry mixing and applying equipment to be used shall be submitted to the i Engineer for approval not less than 10 days before work starts. nix tlesi mix aesig a. Siurry Mixing Euuoment. The slurry mixing machine shall be acontinuous-flow i unit capable of accurately delivering a redetermined proportion of aggregate,water,and mixin tip } modified asphalt emulsion to the mixing chamber and of discharging the thoroughly mixed product k �4,axlC.in , on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients ;, wi U bi�loc i together and discharging the material to the spreader box or applicator device without segregation. ; ,PYarixples .,app ca b. &M SQrea i gF upment. Attached to the mixing machine shall be a tuts shall mechanical-type squeegee distributor equipped with flexible material in contact with the surface to are unacc ' prevent loss of slurry from the spreader box/applicator device. It shall be maintained to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. There shall be a ,, lateral control device and a flexible strike-off capable of being adjusted to la the slurry at the y P g ) Y �'Y ,i�t ` of 0.2 gall specified rate of application. The spreader box/applicator device shall have an adjustable width. to d 1B ga The box shall be kept dean,and built-up modified asphalt emulsion and aggregate on the box shall �� thin mats not be permitted. surfaoe prewettin c. Auxiliary Equipment. Other tools or equipment such as brushes,hand squeegees, flowing w hose equipment,tank trucks,water distributors and flushers,power blowers,barricades,etc.,shall " `desired eo f be provided as required. :{ time of mi. - of t6.spn 629-3.3 Equipment Calibration. Each slurry miring unit to be used on the project shall _ cracks is o 1 be calibrated in the presence of the Engineer prior to construction. Previous calibration x�tove at a: k I documentation covering the exact materials to be used may be accepted by the Engineer provided aggregate they were made during the calendar year. The documentation shall include an individual calibration .the a of each material at various settings, which can be related to the machines metering devices. No w' fines'fom } machine will be allowed to work on the project until the calibration has been completed and/or tliealutay F � accepted..- 629-3.4 a a ring Existing Surface. Prior to placing the slurry seal coat,unsatisfactory 7 3 tI ! areas shall be repaired and the surface shall be cleaned of dust,dirt,or other loose,foreign mteer, a ante, ' grease, oil, or any type of objectionable surface film. Any standard cleaning method will be , acceptable except that water flushing will not be permitted in areas where considerable cracks are t present in the pavement surface. �v ' } seakrngP , ., Any painted stripes or markers on the surface to be treated shall be removed before el applying the slurry seal per Item P 101,subject to' direction of the en ' gineer. e�p�,1q l,f All cracks shall be cleaned,treated with weed killer i necessary, " f ry,and properly filled per Item ` before applying slurry seal. r t %%KCAAn%KWtM�MUa A WrCWM u,avooc 11 -2 M a suanon �f ..w....wee.-0N,rRlrrair.:a,3e+x°V.nt'Tnrrr\r rd;{iul.:.K;+C:.r•'.....w. ..a,..w,^„a .t.n. . ./)..:,... .: :z. ., ,. �,lty'^ w i 4 f •• 1 zf LL , I 629-3.5 Cow on of Slurry x. No slurry seal for payment shall be placed until a mix design has been approved by the engineer. A signed copy wri ting by the Contractor to the Engineer at least 10 days rior tmix the of shall be operations.mitted in s are v and The report must indicate the propo rtions of aggregates,mineral filler(mm and max),water in is (min and max)and asphalt based on the dry aggregate weight. It shall also report the quantitative effects of moisture content on the unit weight of the aggregate(bulking effects). The mix design shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made,a new design mix shall be established before the new material is used. The rate of application for each element of the mixture shall be specified in pounds per square yard. hve P 9 y r th e ' The rcent of aggregate ggregate passing each sieve shall not vary more than f 4.0 percent from the MIX design formula. The residual asphalt content shall not vary more than f 1.0 percent from the . mix design quantity. and 629-3.6 Test Sections. Test sections shall be placed prior to the start of the slurry seal u�t work in the presence of the Engineer. The areas to be tested will be designated b the Engineer 'on. ; will be located on the existing pavement. Test strips shall be made by each machine after cration. Samples of the slurry seal shall be taken and the mix consistency and proportions verified. The rate a of application will also be verified. If any test does not meet specification requirements,additional . ( to tests shall be made at the Contractor's cost until an acceptable test strip is placed. Test sections that are unacceptable shall be removed at the Contractor's expense. loss ` a 629-3.7 Application of Slurry S��al C.'oat• First coat shall be applied by squeegee at the rate of 0.2 gallons per square yard. Second coat shall be applied by spray or squeegee at the rate of 0.1 th- to 0.15 gallons per square yard subject to the approval of the engineer. The seal shall be applied two, thin coats in a coverage range of 0.3 to 0.35 gallons of emulsion per square yard for both coats combined nThe surface shall be prewet by fogging ahead of the slurry spreader/applicator device. Water prewetting the surface shall be applied at such a rate that the entire surface is damp with noapparent ' flowing water in front of the slurry spreader/applicator device. The slurry mixture shall be of the E desired consistency when deposited on the surface,and no additional elements shall be added. Total time of mixing shall not exceed 5 minutes. A sufficient amount of slurry shall be carried in all p arts of the spreader/applicator device at all times so that complete coverage of all surface voids and on cracks is obtained. Care shall be taken not to overload the spreader/a licator device ed ,move at a slow.and uniform rate not to exceed 5 miles per hour. No lumping,ballin ,or unmixed. ed aggregate shall be permitted. Any oversized aggregate or foreign aterials shall g n the aggregate prior to delivery to the mixing machine. No segregation of the emulsion and aggregate a e fr ° fines from the coarse aggregate will be permitted. If the aggregate settles to the bottom of the mix,, or ,the slurry will be removed from the pavement surface. A sufficient amount of slurry shall be fed to t th e surface to keep a full supply against the full width of the squeegee. The mixture shall not be permitted to overflow the front sides of the spreader/applicator device. No excessive breaking of' �' the emulsion will be allowed in the mixing machine. No streaks, such as caused b oversized aggregate,shall be left in the finished pavement. y ire Adjacent lanes shall be lapped at the edges a minimum of 4 inches to rovide complete P P sealing of the overlap. All edges shall be feathered with hand squeegees. ' Longitudinal joints shall be constructed either when the slu in the riy previous lane. is in d completely liquid or a complete 'cured condition. Longitudinal construction joints shall be smoothed with squeegees if necessary to obtain a good joint. The fresh slurry seal application shall be protected by barricades and markers and Y pemutted to dry for 24 to 72 hours,subject to the Engineer's eer's dete ' gth determination of cure time needed. Any damage to uncured slurry will be repaired at the Contractor's expense. . iKC.urnroeaw.wnu.cnwrcwccswr.00c 11 -3 5: it : „. _--- - _..._.... .r� ._.__ ..��..___ .-_ '::�;. . , + +l ,..,, :;: ,. a� In areas ovhere the spreader/applicator device cannot be used,the slurry shad be applied �, by means of a hand squeegee. Any joints or cracks that are not filled by the slurry mixture shall be ,.; � ,:a x ' ? ” filled by using hand squeegees. No excessive buildup or unsightly appearance shall be pernutted �`� i t �}' ' � on.longitudinal or transverse joints. Upan completion of the work,the seal coat shall have no holes, _; ;' t 3��; , � bare spots. or cracks through which liquids or foreign inatber could penetrate to the underlying ;:- x ��'�� �.: x4,�� :�x Pavement-.�finished surface shall present a uniform and skid-resistant texture satisfactory to the �� ��. �"All wasted and unused material ar3cl all debris shall be removed from the site prior to fatal t,�} � x p ,�rc s aaeeptartce. 1{. , } 629-3.8 F..mulsion�aterial Contractor s Respo� Samples of tl�e emulsion that the Contractor proposes to use,together with a statement as to its source,must be submitted and ��' - 94 approval must be obtained before using such matr�rial. The Contractor shall furnish tltie Engineer a ;"� shcrvrrn os marttsfacturr'r's certif ed report for each can�ignment of the emulsion. ?7�e test reports shal,T arntain all �� !hr data required by the applttuhle sp�Caation. If the t:orchactar applies the material prcar to receipt of the � - ':1@� '" test reprrrtf,p�cyment for tice matrrial shall t+e ruithhtlal untcT they are reraeiaed. If the material dais cwf pass !hr spaci�arrtiores it sharp be re,�arted at the Corttr�ac:tar's ex�rrese. The martufactures''s oertifi€d rapport shall ��1�- �, ,� not be inberprebed as a basis for final ac+aeptanoe. ,All such reports shaII be to�r+erif>cation by besting samples of the emulsion as received for use on die project. � :, � :p � fur=uslted t. �_ � MEI'13t3i�o� � ���8i.. '.,� ,. `{_ � . 629-9f.I The slurry seal application si`�Il be mea�red by flue square yard. � ,� ,:SF ,, _ � I�rt�tbr 628.5. EcASfS QF FAYA�TT. Paya�►ent w�11 be made at the E:ontract unit pr6oe Pte'�i�3�� for the slurry seal These F�shall be full asmpensatian for fiur>i�ng aD materials and for aII �� '' x besting,preparation,mixes and applying these rraafierials,and for all laba�r,equips tools;,'� ' '^ irnexleattak zaeoessarg�aomplebe the item. . �� � . !} t j v k � l , �ayIISEi1t w7Zl be azade under: ,'� '�,��� d � � `-l� � � � liaisfae J � "i Y } ` 4t, f�Y'tY i. AS"lI'lA��88 of'�g�re,�3te5'by USe ipf SOIdIEffiL Sulfatiae or � �� �uvi ' ,, �' Plrtagn�irrt Sulfate: a tF.. �� � .�,t .r , . �d C?i2g Ccavitg acrd�,as3 o�F gone '� fix,_ �,}� z �`� ,r:((�., _, ASS.C� . Roe to abr dE Sam�e C Abbe bye Ilse . l ,;;f�.FQ ,s . � .. of tlae x.05 AF -. .: ��i � t,.s,S{. . ,. it +: ��1rT1L74.1.dw71Ft � .�i�� �j�' ���i� � � �a .�� }�t'�r'-}aY�' .. �, .. �+ ,� � 1��.p���' {JX���..WiJi�.J �':.. .�S f tti � f �'u"�'t 'ai�Yj S�`t4� +�►Tt17f1�CS3T �7C.i➢Ll �i���a��A rSr i ��ka�, � �... � .. .. t�r4 t -� '�i ��j � . . � .�i L'i�idsi.��ii�16C�.G4� � .. j � �� t f�'�� 1 � zxt y i�. �i£ ��* .s �4 „ , #.,. A ,. Cl /���� k��iyAl �� .. ,y?tt'f �,, ,� �F''i@ � '�-�T @l�l�A�'�E�-� ►fit' � ����� ttA { S't .. 1e � r.. i � � J it t't�$��4 y-t � 'r3I�1T2 L�1i�1A1f ff{�,�1�,'tfifC:9l711Mp{�' ���{�' ..i i1 l� {� J A���at'f'. S`k ��ia'' � �k%��'� t�z�+r�Srts�rc'l.14�i2+t�+�t..33�ao:,L;�.�s'k ;tF' ;t�.4.0.: t�. ,tx'i;.� rri.i..�: .e., .,a.Y„ ..... , a�: � - 1„�-. .' � f .��, rY �. � : .E )At .. .ti;. l � � Y � # }, ”r u < ,fit`=�� ''; - z � :, �hii���ti i t�i{RY i t t '�2 ri '� � ..' .. .. � � � � i tt ���!/ ;��J FR� {{ �. _" — -- ... � ....1;1. plied,. MU lie PART 12 itted holes, ITEM T-901 ,rlymg t w SEEDING. 1� :;'{ :401-1. DESCRIPTION t}iait ' and 901-1.1 This item shall consist of soil preparation,liming,seeding and fertilizing the areas J eer`a shown on the plans or as directed by the Engineer in accordance with these specifications. n dtl tof the Mulching,when required,shall be in accordance with Item T-908. t: pass shall 901-2. MATERIALS. "by 901-2.1 Seed. The species and application rates of grass, legume, and cover-crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. jjj-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number,net weight,percentages of purity and of germination and hard seed,and percentage of yea maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the L. r Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has and been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This r :'s statement shall include: name and address of laboratory,date of test,lot number for each kind of seed,and the results of tests as to name,percentages of purity and of germination,and percentage of weed content for each kind of seed furnished,and,in case of a mixture,the proportions of each kind of seed. Seeds shall be applied as follows: tee or� • Minimum Rate of Minimum Seed Germination Application r R Seed Purity(Percent) (Percent) (lb/acre) tJse`` Tall Fescue,K-31 95.0 85.0 30 s Red Top 95.0 85.0 . 6 rr Seeding shall be performed during the period between March 1 to April 15 and August'20 ' to September 15 inclusive;unless otherwise approved by the Engineer. 901-2.2 Lime. Lime shall be ground limestone containing not less than 85 1/6 of total carbonates,,and shall be ground to such fineness that 90%will pass through a No.20 mesh sieve and 50%will pass through a No.100 mesh sieve. Coarser material will be acceptable,providing the rates y Of app ca on are increased to provide not less than the minimum quantities and depth specified in w4' the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high g a-6 fopr magnesium lime shall contain at least 10%of magnesium oxide: Lime shall be applied at the rate of S\Wg9]\AMWPC%S1U;5%TJALDOC. tt i 12_ 1 . R 1 4 5 r:'q S. a I h [ I ton ] effective neutralizing material per acre. All liming materials shall conform to the f , requirements of ASTM C 602. i 901-2.3 F rtilize Fertilizer shall be standard commercial fertilizers supplied separately or Ifft6u or in mixtures containing the percentages of total nitrogen,available phosphoric acid,and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet thek again= t requirements of Fed.Spec.O-F-241 and applicable state laws. They shall be furnished in standard ,f containers with name, weight, and guaranteed analysis of contents clearly marked thereon. Noy cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. uniformly paragraph a The fertilizers may be supplied in one of the following forms: . ;s_ a. A dry, free-flowing fertilizer suitable for application by a common fertilizerP inunedia spreader; in the, n minting or b. A finely-ground fertilizer soluble in water, suitable for application by power 3.JS seeding is ri sprayers;or crop shall ti c. A granular or pellet form suitable for application by blower equipment. ` immediatell Fertilizers shall be 12-12-12(or equivalent)commercial fertilizer and shall be spread at the ? to 97 kg per . , rate of[850 J pounds per acre. to 2001i&in 90124 Soil for Repairs. The soil for fill and topsoiiling of areas to be repaired shall be at least 901- ` of equal quality.to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones,roots,stumps,or other materials that will interfere with subsequent # ' sowing of seed,compacting,and establishing turf,and shall be approved by the Engineer before rlequu )b3 being placed. usin specified in 901-3. CONS,� UIOLI MET'FiODS 901-3.1 Advance Preparation and Cleanup. After grading of areas has been completed and tank app before applying fertilizer and ground limestone, areas to be seeded shall be.raked or otherwise (190 IWO x r cleared of stones larger than 2 inches(50 mm)in any diameter,sticks,stumps,and other debris which IRP ra�„T s. might interfere with sowing of seed,growth of grasses,or subsequent maintenance of grass-covered capab)6,6f k areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone,the Contractor shall ie air such The r P damage: This may include filling gullies,smoothing irregularities,and repairing other intadental htempes iinti damage.: . .. in a l :wha ntrz�e: 15 n>mii soli An area to be seeded shall be considered a satisfactory seedbed without additional treatment �� � ( �, Y accesale if it has latently been thoroughly loosened and worked to a depth of not less than 5 inches(125 rem) as a result.of grading operations and,if immediately prior to.seeding,the top 3 inches(75 mm)of soil �p v isloose,friable;reasonably free from large clods,rocks,large roots,or other undesirable matter,and r if shaped to the required grade. - J 34sE.f .x r q a tat Y, However,when the area to be seeded is sparsely sodded,.weedy,barren and unworked,or beladv at`j Y ` e packed and hard,any grass and weeds.shall first be cut or otherwise satisfactorily disposed of,and alv r, co anne+ , "$ the,soil then scarified or otherwise loosened to a depth not less than 5 inches(125 mm). .Clods shall x cancon#of. i z be broken and the top 3 inches(75 mm)of soil shall be worked.into a satisfactory seedbed by diseing, =tYP1 or by use of cultipackers,rollers,drags,harrows,or other appropriate means. q ' fro nozzlesaha?�I ^ S\Ml'f0\AETWI'C1SnCS\Ta01D0f: .. &bICNO\llt�'\�11',181'BC 12-2 ,Il �Ct4St f{ 4 �a '"'4.ir•.kcnt'fas.i�-i�r?1fa.1Sx.�RitS�k t "'' .r1F::.R-,ti�' a.in.:^`s, ..-a..., „.... :...�+":i :w:::..:+ a).o-.:::;exi ..a.+.�,?"'r .�,s.',i`_.E�. »iiy(d! yn7rS�1' x s II 1 to the 901-3.2 D Application Method. or a. Liming. Lime shall be applied separately and prior to the application of any i �ety fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be worked into the top 3 inches (75 mm) of soil after which the seedbed shall �4f`ttie lard again be properly graded and dressed to a smooth finish. ",,No b. Fertilizing. dvance preparations$ p p ons and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 leer :. immediately after fertilizing,and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes,either alone or in mixtures,shall be inoculated before mixing or sowing,in accordance with the instructions of the manufacturer of the inoculant. When power seeding is required at other than the seasons shown on the plans or in the special provisions,a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be. immediately compacted by me&ns of an approved lawnroller,weighing 40 to 65 ounds r f $ p per foot(60 , µat the to 97 kg per meter)of width for clay soil(or any soil having a tendency to pack),and weighing 150 to 200 pounds per foot(223 to 298 kg per meter)of width for sandy or light soils. R „ ` t 901-3.3 Valet�►p�lica+�on Method. Adak t a. General. The Contractor may elect to.apply seed and fertilizer (and lime, if before required)by spraying them on the previously prepared seedbed in the form of an a u and b using the methods q eous mixture Y $ and equipment described herein. The rates of application shall be as L specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water and tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle which operator. The container or tank shall also be equipped with a mechanical power-driven agitator vexed capable of keeping all the solids in the mixture in complete suspension at all times until used. $and such The unit shall also be equipped with a pressure pump capable of delivering 100 gallons(380 ental liters)per minute at a pressure of 100 pounds per square inch(690 kPa). The pump shall be mounted in,a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle.. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch 1 �tment (15 mm)solids. The power unit for the pump and agitator shall have controls mounted d so as to be �•mmj accessible to the nozzle operator. There shall be an indicating pressure gauge connected and of soil mounted immediately at the back of the nozzle. r,and '4' k The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it s s, 'can.be rotated through 360 degrees horizontally and inclined vertically from at-least 20 degrees d,or below to at least 60 degrees above the horizontal. There shall be a quick-acting,three-way control if,and: valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator s shall can control and regulate the amount of flow of mixture delivered to the nozzle. At least three Tsang," l different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 .to 100 feet (6 to 30 m). One shall be a close-range ribbon nozzle $ one a #{.F medium-range ribbon nozzle,and one a long-range let nozzle. For case of removal and cleaning,'all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. 12-3 f e Y r t y I 1 blMti.r. .__... .w+ .w....n.......r—rr.�—,-............r......_......_.....a..._......,_._ ... ._-.-..... .. ..s_._.._._...._ .. .... ... ... ..... .. .. - .at..rS+ti..11 .. I .r ...__..� _._....._..... ..rte...-.+:.+i:!-r " In order to reach areas inaccessible to the regular equipment,an extension hose at least 50 : Wl feet(15 m)in length shall be provided to which the nozzles may be connected. season,its density t c. Mixtures. Lime,if required,shall be applied separately,in the quantity specified, rom fete prior to the fertilizer and see P p $ ding operations. Not more than 220 pounds(100 kg)of lime shall be of such s yz added to and mixed with each 100 gallons(380 liters)of water. Seed and fertilizer shall be nixed , together in the relative proportions specified,but not more than a total of 220 pounds(100 kg) of these combined solids shall be added to and mixed with each 100 gallons(380 liters)of water. All water used shall be obtained from fresh water sources and shall be free from injurious t . 90: chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. 901 g, gA� The Engineer may take samples of the water at the source or from the tank at any time and have a - laboratory test the samples for chemical and saline content. The Contractor shall not use any water g from any source which is disapproved by the Engineer following such tests. Pa All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were 1 mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. .i d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried,the lime shall be worked into the top 3 inches (8 cm),after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime,if required,shall already have been worked im The mixtures shall be applied by means of a high-pressure spray wluch shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never.be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniforml Y and at the ± . x ; prescribed rate and to guard against misses and overlapped areas.-Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known, area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and , observing the quantity of material deposited thereon. ` On surfaces which are to be mulched as indicated by the plans or designated by the F.ngn�Eer r , seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, • � fr on surfaces on which mulch is not to be used,the raking and rolling operations will be required after the soil has dried. f 3# 901-3.4 b&intenance of Seeded . The Contractor shall for the duration of the project, protect seeded areas against traffic or other use by warning signs or barricades;as approved by the i ' " yrs.th'> Engineer-:,Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow,water as directed,and otherwise muttain a ux 4 :i seeded areas in a satisfactory condition until final inspection and acceptance: f the'work � 'v � Seeded areas which fail to show an adequate stand o ass ,within .3 ,4 t r, f grass four weeks shall ba raked, N , ; x t, refertilized,reseeded,and remulched until a uniform turf is established. A stand of grass shall be'consufered x.41 t=X " { • = .. z, 1xF ' adequate if.the.seeding specifaaations have been adhered to and all requirements therein for materials ; application rates,etc.have been met and if scattered bares is are no larger than Po one s uare g q foot and do not, d gut f MIMM total more than three percent of the seeded area. F VI i rf z �u •j t�k41. . r . 1 M+i �� �'s (i} ' '?.`�'. S��re'z:�i+l5dna .v::-:,m.,'4:>i;.. ..: r .,:;,R.,.,...... .-,.. .r ,.._r.. ,, .,i,.a<= .4yr,iv .�...>•,�.{ �-++'. fr' 7 YYi, ., ®�' !M' � !rQllii�lilllil�n l 7 ..to Q 7t1 ,Y, ..1 t FL ''-• r .. .. . . `+rm..r-_.-_ , .� ,—�._...- °_.,_.._e._.�._ ... -. .. . .... ..... _... .....__._......... ......_""---.— -""-•-'•" _Y._.. :.. . .. .... .. ... .. .. :.,. .. .,:r:'. .p. L,. i F I I I , I . i ' .5 When either the dry or wet application method outlined above is used for work done out of season,it will be required that the Contractor establish a good stand of grass of uniform color and " density to the satisfaction of the Engineer. If at the time.when the contract has been otherwise . r '�' completed it is not possible to make an adequate determination of the color,density,and uniformity ?e - , cif such stand of grass,payment for the unaccepted portions of the areas seeded�out of season will iced be withheld until such time as these requirements have been met. !, .I 11 of 901-4. METHOD OF MEASUREMENT. taus { 901-4.1 The quantity of seeding is subsidiary to PART 7 Regrade Existing Ditch any I 4 901-5. BASIS OF PAYMENT. f. .11 e a` . . ater` ' - .901-5.1 Payment shall be subsidiary to PART 7"Regrade Existing Ditch" i r E Payment will be made under: I uy 4 ere Subsidiary to"Regrade Existing Ditch' --Lump Sum 1; . I a MATERIAL REQUIREMENTS I 11 es 1 11 11 11 ASTIvI C 602 Agricultural Liming Ililaterials ; . ;,.,t ,. f. on - AS D 977 Emulsified Asphalt !11 "� : . `a the Fed.Spec.JJJ-S-181B Agricultural Seeds _ � rb�.': <3 1. �: " Fed.Spec.O-F-241D Commercial Mixed Fertilizer s 1. i , ritlte d%hies< ` . .11 Am, .. 3s 11 .. 1 b ... e of „ ;v andi. 1y - - ;. t _.... . Z v•.. . .. ' t'. . r 'r t � .. . .. : f: tear, k Y war;' ,,1. y . t • .. .. ' t a ti. .r. i,-, .t.i s4 +11 i .z .; s �` p.r . �^ w A�Y'Q d.. f r t .. f 1.f O. f t ..r;irk"c'e,T �. t i r 1 1 -I tarn, ` t�d4° { S( r I� 4'11 r'ef��f o- ","3,{ 't;r y�t t 1 t 2 t sf � '', y XPf�t� ; r i r , >2 r 11 �.f t fit^YX4 c �f t yt { } j a f ff ��t F ,'1 rs, { F sf 1f/1i/t`71 s: tt}y,�y'F t�1r t t1.i. .. , f`7 4xY 4� Y t is 1.t t iA'�� '`r .. .. . . . . r7. .:r o-�' i s\1MIri1Aq'�WI'C�SPECS\T•9111.UOC"' , ' 1. �?� a 12 5`. i� '.1./i ;'�,,j, J yi .f�hl:,,, d. rti• '�r �r.s�..,w.w'�f h x Y r r..:2.>' xts c c,. 2 ++' $k ,i: i r Y" Y t I -�h`"i,. Y y, tis YaF;. r j>E...t 'w � tT'r 1.'V`P 1 .:.Y Y .r.. � �t y, .l✓}Cs b Y'r .a i` •1t-',1. I t sy,I t ,t 'i ? Ff t 4_ '? s.;. 1 a t. n s,.. .� t �, t� � t t �5 t k r .iiq'I'll S r1, if .. (1 f t f� 3�l 3 :. w •19 i {>2i Jai'' t tY .. ?e 1 t t z! ;.rat ti I —1 iG` rA� r7Y`.1rS:n :'•t!... ,f.;cf. - t I ., t-. f C.�,ir�1. PART 13 t ITEM T-908 MULCHING 1 ,r 908-1. DESCRIp'I'ION. t 908-1.1 This item shall consist of furnishing, hauling, placing, and securing'mulch on • 'f kt; surfaces indicated on the plans or designated by the Engineer. ' 908-2. MATERIALS. 908-2.1 Mulch Material. Acceptable mulch shall be the materials listed below or any ` approved locally available material that is similar to those specified. L.ow grade,musty,spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable.• Mulch materials,which contain matured seed of species which would volunteer and be detrimental 1 to the proposed overseeding,or to surrounding farm land,will not be acceptable. Straw or other f mulch material which is fresh and/or excessively brittle,or which is in such an advanced stage of decomposition as to smother or retard the { _ ; planted grass,will not be acceptable. a. Hay. Hay shall be native ha sudan - { y, grass hay,broomsedge hay,legume hay,or similar hay or grass clippings. •t b. Straw. Straw shall be the threshed plant residue of oats,wheat,barley,rye,orri ce ;.: n from which grain has been removed. , f c. Hay Mulch Containing Seed. NOT USED i � . d. Manufactured Mulch Cellulose-fiber or wood-pulp mulch shall be products commercially available for use in spray applications. f` e..,Asphalt Binder. Asphalt binder material shall conform to the requirements of ' ." ASTM D 977,Type SS-1 or RS-1. ' 908-2.2 Ins ection. Within 5 days after acceptance of the bid,the Engineer shall be notified. of sources and,quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used._These samples may be used as standards with-, ; the approval of the Engineer and any.materials brought on the site which do not meet these standards shall be rejected. 908 3 CONSTRUCTION METHODS, ti 908-3.1 Mulchin .Before spreading mulch,all large clods,stumps,stones,brush,roats,and tt i other foreign material shall be removed from the area to be mulched. Mulch shall be app liedF immediately after seeding. The spreading of the mulch may be by hand methods,blower,or other ' mechanical methods,provided a uniform rnn covering is obtained. 1( Mulch material shall be-furnished,hauled, and.evenl a lied on the area shown°on the pIans,or designated by the Engineer. Straw or hay shall be spread over the,surface.to+a'ixrniform . thiclrness at the rate of 2 to 3 tons per acre(1800-2700 kg per acre)to provide a loose depth of not less k .. fiv .f ,S:\9019T\AflhWPC\SI'E6\TAOl pOC . s o 13-1 1 � � wfis$aw§£* s ». wam s ii •r ':?iLd, ''G.M''nr T c' !f F i. {Z J Z Y t Lei,, ji i' 3 than 1-1/2 inches(37 cm)nor more than 3 inches(75 mm), Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95%of the mulch in place on the slope shall be 6 inches (150 mm) or more in length. When mulches applied by the blowing method are cut,the loose depth in place shall be not less than 1 inch(25 mm)nor more than 2 inches 00� (50 mm). 908-3.2 Securing Mulch. The mulch shall be held in place by light discing, a very thin covering of topsoil,small brush,pins,stakes,wire mesh,asphalt binder,or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods,it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his/her operations. If the"peg and string"method is used, the mulch shall be secured by the use of stakes or wire pins driven into the ground on 5-foot (150 m) centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch,after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. 908-3.3 Care and Revair. a. The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs,as approved by the Engineer,and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When,in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by,the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the satisfaction of the Engineer,no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. c. If the"asphalt spray"method is used,all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance: The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons (32 liters)per 1,000 square feet(100 square meters), or as.directed by the Engineer, with a minimum of 6.0 gallons (24 liters) and a maximum of 10 gallons(40 liters)per 1,000 square feet(100 square meters)depending on the type of mulch and the effectiveness of the binder securing it. Bituinhious binder material may be sprayed '=4 on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated.at a distance of not less than 4 feet (120 cin) from the surface of the mulch and uniform distribution of the bituminous material shall be required. A pump or. an air compressor of adequate capacity shall be used to insure uniform distribution of the ;x bituminous material. a d. If the"asphalt mix"method is used,the mulch shall be applied by blowing,'and' the asphalt binder material shall be'sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gall ons(32 liters)per 1,000 square u a> feet(100 square meters)or as directed by the Engineer,with a minimum of 6.0 gallons(24 liters)and S%VAIV3%AMWPC%5rECS%T4XVX 13-2 ro' . r '&".rurxa+x4ts-n in�9i�IyS "t-'.,: pp f:e` i lit:a sr', !. ....:•:: . .., a +. r .. .3'. .. ... ., .,+.`:;°:j.l",1. . {u� !I 1 .�. .. - .. y 1.`-'' < . .v' W f.. �f.1 I + i ..ffiiY �!•' t J,4c1T Cf'z k . k a mAkinnum of 10 gallons(40 liters)per 1,000 square feet(100 square meters)depending on the tyke . . of mulch and the effectiveness of the binder securing it. ay 908-4: METk OD OF MEASUREMENT. I,. -I I I-���(I I,�I--'i.�.,,I w,­D,.���-�,-�I�I,�:1��-,1,1:-�,1.,�.--�1:,.1�,I.1.-d—I -�I..-1�-;,-�:1,,:..-�--e�,-.�;.��,I,-,.� 908-4.1 The quantity of Mulching is subsidiary to PART 7 Regrade Existing Ditch .I I f I 90.1 8-5. BASIS OF PAYMENT. , , 908-5.1 Payment shall be subsidiary to PART 7"Regrade Existing Ditch".'I I. - . . : Payment will be made under: Subsidiary to"Regrade Existing Ditch" --Lump Sum ! MATERIAL REQUIREMENTS . . ASTM D 977 Emulsified Asphalt r i 111.. { . . .r- :-1 . 11 .. z y -J-,,, ��, .. f r ,.J I 11 i„ . L t,•;' I .. .� I �. ." 1 ' .. ! .: , . .- . ., ., .. ", .. .St K :.. r'. ,1. t .. .. ,. - ,% y.; ,I. _ I (. ,. .. IIe1 .. :rrp ti s t r .� 'a }` t Y iS .. , •r �VF '.S ,t y t{, i °t . d. 11_Srt ..s f ,t, r ltf it t ,. .11-y 1 � - t ' r5r•% P / •Y 4 r ... :, t It I� ( ! ,L'C t� ,t e.. t 11 r r &\7M19i\AFP\WI'C\Si'E6\T-70&DOC °` < t. 11 SZ �} �j t $1? e 11 1 13-3. } 4�,y- ri� Y, } J 6 fxt.r {t y S 4 `' i'aila-xt 4ipooa*'*,,.. „-xd 4 6+W«ti.a��..rrf:.a.;,� G<+:, .� s .. .'� y °t� jPlz I 7 t "&{ �� r�{E ''+d kavW:-r..V .,t.'�.^n 'V,s.cQaiz I LV S vr:3•,. r t G' +»e• ,t d 1:.z E 11 V, "I-IAI� >f d a E I v <.1.h t 1 5 I ( t. 1{ , jir 11, o- 3a, �, ,y; t r c r} 1 S �� t ` 7Y p��1 try tr t i f .° a� t� dr9t,11 I r xy y k t t i f !} ��� S�'k4 a,. " .t - t d ; f rti14C1g� z,.j �s t,,} i.,1 t• t (' 77 1. � , , y 1 i�t$+ r3 C+'tytf� .r 3 xf5`.. ��r"rr"�:x"d S t F' I yS1 ?i. L>< ! ztY. }A'} rJ� t Z.t..:., t? _ ii: _ - -� _✓r ,L -,- t} 1 c� r r — — <....� s,.�:. „Y..se Vic: ri t ,. ,.. 4 t f U.S. Department Advisory � •7� of Transportation �.: Federal Aviation # Administration Circular d Subject: STANDARDS FOR AIRPORT MARKINGS Date: 9/17/93• AC No: 150/5340-1 G r g r t ! Initiated by: AAS-300 Change: I. PURPOSE. This advisory circular (AC) contains d. Vehicle roadway markings. the Federal Aviation Administration (FAA) standards for markings used on airport runways, taxiways, and e. Nonmovement area boundary markings. aprons. f. Ground receiver checkpoint markings. xt t 2. CANCELLATION. AC 150/5340-1F, Markin g g. Taxiway edge markings to delineate taxiway of Paved Areas on Airports, dated October 22, 1987, from adjacent pavement intended for use b• aircraft.. is cancelled. h. An alternate configuration for runway thresh- ���} 3. EXPLANATION OF CHANGES. This AC has old markings. been written in a new format to more closely define the essential requirements for each type of marking. In i• Markings for a blast pad or stopway or taxi- #`5� r addition, new standards have been included as follows: way preceding a displaced thershold. �t�K ry• t ; 1t` 4. METRIC UNITS. To promote an orderly transi- 1 Y i a. Markings for holding positions at taxiwa / p y y lion to metric units, the text and figures include both taxiway intersections. English and metric dimensions.The metric conversions b. Surface .painted holding position, direction, are based'on operational significance and may not be and location si ns. g exact equivalents. Until there is an official changeover � ' 4 ° t• to the metric system, the English dimensions should be C. Geographic position markings. used. 4 f LEONARD E. MUDD 4 ' j Director, Office of Airport Safety and Standards wi t rj Y 222222 �hN Ntn7° v4`{ 1. i t ,�1 E x y3Si ""' � !,' '„ 'T�i I tt�... t`j 3 S'jt': '„x.•t''e � y�F1.' �. 6 • t C { yb {r 3 � f be I x .�t�f�+t?Sa,T{h fi�7.�... 1r .,,i•.: ,. 4 t � r 1 s' rat' 9127/93 AC 150/5340-1 G CONTENTS CHAPTER 1. MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS :I SECTION 1. GENERAL 1. Purpose .........................................................................................»............................................................... 1 2. Definitions .........................................»...........................»..........»................................................................ 1 3. Marking practices ........».....................................».... SECTION 2. RUNWAY MARKINGS 4. Application I 5. Runway marking precedence ..........................................»...»....................................................................... 1 i . 6. Runway designation marking ....................................................................................................................... 2 7. Runway centerline marking .»........»»...............»...............»»...».....»...»...».»..».»..».............................».... 3 8. Runway threshold marking 9. Runway aiming point marking ............................»......................»»......................»..................................... 3 10. Runway touchdown zone marking .................».....»........................................................... 3 11. Runway side stripe marking 12. Runway threshold bar ...........».....................»..........».......,.»...»..........................»...................................». 4 13. Demarcation bar .............................». ......... 9 14. Arrows and arrowheads ....................................................».»...................................................................... 9 15. Chevrons »....».....•.............»»......................................................................................................................... 9 i 16. Runway holding position markings on runways ............».......................................................... ............ 9 17. Runway shoulder markings .....:........»................... ...»»..... 14 ...».....»............................................................... SECTION 3. TAXIWAY MARKINGS 18., Application 15 19: Taxiway centerline marking .................................................................•.............»........................................ 15 20. Taxiway edge marking ...... .........................................................................»............. 15 21. Runway holding position markings on taxiways ........................................ ............................................. 15 22: Holding position markings for ILS/MLS critical areas . ................................ ....»... ........... .................... 23. Holding position markings for taxiway/taxiway intersections .......... ... . 17 24. Surface painted holding position signs .........................................»........ ....................................................................................................... 21 t � 25. Surface painted taxiway direction signs . ....................... ..................................... 21 26. Surface painted location signs ...................................................................................................................... 21 27. Taxiway shoulder markings ......................................................................................................... ............ 23 28. Geographic position markings .................................................•.. SECTION 4. OTHER MARKINGS 29. Application ............................»..................................... 30. Vehicle roadway markings ........ ..... ....»...»................»............... ................................................... 25 31: VOR receiver checkpoint markings .. ........................................... ... . .....:... ......... 5 ` ............. ..... 7 32. Non-movement area boundary marking ..... ....... A ..................................................................................................... •• 27 Y ( s "33: Marking of temporarily relocated thresholds 4 � .yam � . . � � ,i ,. ,. !•�� .( 'L Y` }' r 't ,�!1``��.s Y: 'c�{y!u •°6''y K w ;$�{,;,�:«F.. .,..�.., .. .• ..:. ._ ...�....,. .{.•vs4::, :y.,,. ': ..�.. di: ;•� ,,�*cG4 tf..NC`w,� a�ll:� 4��it}� ?;,�e. ..�•y`;J tc�rb'ttss�y_y£t }.�r,:, *rl�"} r . �j ,,., , . t, . . k ;ir',i I ' ,-`'` . . . . . J11kMl�+.wr.r+�.+... .•wY.,.... �-.,�.��.....���_..-- »w.- ......._,... I .. ...... ... ,... .�..'......a..."..... r..� _- .. _...�..,...:..... �..."-..r.... - r ...lu.. ,. ''t' .. r r,,....... a 111. 11 ..... . . . . . S: 11 I,.. AC ISW5240-1G 9;27193 .. 34. Marking and lighting of permanently closed runway and taxiways.•.................••.................................... �7; 1 35. Temporarily closed runways and taxiways.................................................................................................. 28`. i. rrr I. i 36. Closed airports.............................................................................................................................................. 28 4 ' V 37. Heliport marking........................................................................................................................................... 28 i. i i"" 38, Venipon marking................J.............«,...................................•..«...«....................,•--..........»........,,...,......., 28 ` 39. Marking for arresting gear .. « .«,,,,»«,«,««„««1,Y««,««•»»«.«»««•f•1»«.«««•,.««•«,«,1„«.«•«»»«,«.•• 28 �-j a40. Hazardous areas..........«........«.........»...........«...«.............................«.....:..,...........«..........................I......... 28 ref I "I � t= } CHAPTER 2. (RE SERVED) MARKINGS FOR LARGE AIRCRAFT PARKING , U� ,. , �t ,:z POSITIONS , ,, t = t .' tl j CIiAPTER 3. iRESERVEt9) MARKINGS FAR UNPAVED RUN�IPAV5 t`�'_ x it, f {} _ XO".*{ ,v, , . J APPENDIX ' ,, , tPP 1\ Appendix 1. Inscriptions for Signs and Geogtapitic Position Mat�Cin : ,4 1` ,� �b Pecs) `` ,, r. .. . .. ..... .. lam{ tv. z t X .. .. p''"'h! y4,. . FIGURE=S '" .. , .. k, £F - Figure I- Pnacision instrument nmway markings , ..•»..«.«�»..,.:.....»...... S. '' ` °' Figure 2. TTonprecision instrument runway and visual runway maskings.•«.«..........««..». FS ^x�x x lFigure 3: Example O Conflicting markings on crossing runways _ ...... 6` F ` Figure 4. Runway designation ntrnterals and letters«.........»...».....�.«.»»».»««...«...».......«««..................««.....: ' 8 ' figure 5. ' Displacul threshold markings «».......... «........ i� t' '' lci a 6. ..... .............. ..».«...«....................................,, gtr Maskings for taxiway aligned with runway ......«. .......«, l l J , Figure 7. Markings for blast pads and stopways»........................»..,»..........................,.........................,........... 12 . x` figure 8: Marking for blast pad or stopway or taxiway preceding a displaced. ... ....................«.-.. 13 Figure 9. Run%yay•shoulder markings ...........«•••••••«•••.••••««.-•. x ' 7 Figure 1Q. Mae9cing details ««.......................«...................................................... ........««...... lei.. F t 5 ,� igure'lI; Taxiway markings ..................................................... ......««.«.. ».....«..................0......«..... 18 4,i" i . ( Fig= 12. Taxiway centerline marking mathods............................«... ...............«.......«....« 151. } . q,1 '' Fil; 13. Surface paintal signs .»....................«,..... 20 r 13. F tine 14: 'taxi ..............»............................... «.....»................:.: 22 . , g way shoulder markings ...,.«.«.....».....» 1�5 ; Figure 13: Geographic poli markin..•...:.............«.«..:......:..................«.»...... ........ ...«.,............:......... 23 ' "tin gs " r ; Figure 16. Vehicle roadway markings ................................... ..................... .......•.,...:..,.»»•»• . 24 , x Fgare 1?. VOR receiver checkpoint markings ..........«.,....,. •• x FigtCre l B.: Closed tarnway artd taxiway markin.«......«.:.....:..».................................«.«..........» ,......«. «J...• 27 4j-,­j j L xx. Figura A -i. ' Pavement markings ABCDEPC31i......................:.................................... ..- 29 r T, n ,«« F A-Z...»..«»....«.....».....««.«»»....................................: 3.. .... �,. r g 1'aven>ent maskings 11KLMNOP ..«.«««..... «..«...............«...« .. j '; t a rJOttre A-3 "dVK�rrrtuit mar�digs Qaen7 i V A ..«.«««.............«. .•..,..»...............„ F':? +� �k` 4 Figarrrr~ A,-4 Pavettl�stt marugngt Y212345G ..,.. ......« ...». z 4 irhF a .:, Ig tr�r A .7n i�tG�iGAi gs IQiV«.»«»..•w««e•.-..«•«..............««.««,««•« o ri w 1. y .. .. ;•I`r lull' n rl a w"a . s ,Y,,., •. �.,I ,. .. s., N'R +' .. : , : a ,r t, .Z..Y's i i }qJ , .1 .It ia,F t} t .. 4 v . . qui "Y tF 5 iV. �YY � s "' n 4'd ll /ti ,.. ( E d4 a { ., i ..t' {jjj b c t iii all. • 4 !W', ,: I! ¢riIr:)5°«.+z".7v �xwen3anoara.z..:e.rs..p" I'\ H 113 .. � st'?.a { . 6 "f .. rvt pYti '7dj r t T :I: x -i si':f 2 .}. 3i t� F 'F cs 14'o x t }, S 14 .r}�t1.•+, v tt '. ,` Y 4 i `�i i_ „ f '.F . 1 t?„q ...... ki t :'at. - I T� pt i, :"r ""r. a k .Jxr3L 1. Y' S 4 qty x I t ''. f i I9 J r . t ',t S., ' i c fr�.: ., :y , ft j ?° s pi t t j Fb s r t yt x&. -rY. 3. s' SK,''a(F' ?' e { , Yt f s f,, �i.�, s t� t i '�'y +�3rf�' 'z �:..,i yt{ t t.�9iy ; y :.�,. - 't( luti� t '.t, f? . �� ' :,:4�.�;, d',lfr ; yt 7 .! _f4� 1 t i r ....f,:. '... ... 1 .l.w {..(.. wT; ,.ft1 %na of S.:.. . TTable 9. stun °%ble 1- r 4I I I PI I�TAblc 3 . Tib 4« Table S• I 0 i, Z f' N tr :. ,:, . I � I I ;� " ,W�ii_�­­_ �. lw� Fr i r a . .x Rr lA' t , ,, rf ;� 4 x� 2 ,� !. i ; r a i (i 7 . gf Lr,_; '. '� _i �' � t_, tI L�L '; , I r I I t r 1�'kY.? �" ,. x x. �, r.. > � , . a. xr e . tt "�f , c. y az i" t , tK. if�y: . 1 Y',*'�.F t 4.' r ttF,I.:? �2 5+W. 3+ �. ` 4 � t�`.� f yi } . v fid sq e r! r� V2 k,,.,j}iy,11.j� I . t { t ' , „�i.,�{im k I : -: . ,{i ti SF; _.. - . �� .. . ,'��-,���,1..I,,',.:,�1­I'�-:I,I-,,I,,,�.;­t�"1l,,,�,',.I,,����.-,"�t��'l�,.���,';..I I,�:-�'­�..��,,'::!I I�l.���I,�I,,1&-g,':­­;�1�:­I,_�,.:l­W m:�.l"i_,.­7„*l.,:'I,�1q,*�.'.,,:I I I,,_�,l:,z�"�-,��..,-:I.-I��1l�I,.­',�,.-.-2-.k'"��.,�,a A�1",��.1 I.I.,I,;;:ol,.�­",,t,:���'�.�lI._I,"_x I�,�"I 1�,;1I,.��,t l...,.,��.I I-.,�I�.,,�;,I,�,,.,,.-.;I.:�.I.*,.',"1.:7.t,�I�.��o,.*��.���.lt,I�:,',,.­.�,.,�-I,;.:,,:'7,.I:;�5:�:"'O,,�l,I;j.I��-­�.:"-I.I.�,I�I.":'��,1���0�.-"t t,-I.0..I.�.1,.-�:I.i'-,,.'..-I,I�..4,­.��.,,���-I 7�..,�4,��4:.I,.--"I,,,".t;,,'1 . a� . _ _ , .- ____. _... . ._. `'4 I­;: - -.I 1__.. _._ .. "!�r,¢ w r - � :.i' [..1.�I 1.:_'1�I 1t1��I 1 lI 193 ' 9127/93 AC 150!5340-'1 G :7 TABLES 28 . ?.R Table 1. Runway marking elements ..................................................................................................................... 4 2STable 2. Threshold stripes required for Configuration B .................................................................................... ' . 2$ �'��$<� Table 3: Pairs of TDZ markings required when installed on both runway ends ..... , 28 Table 4. Location of holding position markings for taxiwayhtutwa ....................................... 9 1 2$ and runway/runway intersecdons ............................... ................................................................... 16 Table 5. . Perpendicular distances for taxiway intersection markings from ......................................................... centerline of crossing taxiway 17 .......................».............................................................. ............. ,y .. _ .. .. .. :t 1 ). j . x . I ' ­ I. - . . ' m - t t,, I' ' i 4 2 , , . ? n .'.,,.• . .,. c . F i? . . , ] M1 5' t: , ,, {1111 IO " ' I I { I1 . I2t 13 14 f1$ I I9 { 20 I-I,:-I I,��J,I.-1:.".-_1-I,.1,�:�!,.t�I I:1,�,,-0,,I-,,­��I I.,"1,.I�,1,I II,I'-I��1 I I.I.1�,,,�-t.-I,I,.'�.,,.�,."­,'I p.�r,.��:I,I.,.'l:J.��- ,� �I,.�,.,%�,,��,­.1,.I:I I,..,.,:,I:I.I,.�,�,,.�.�,,,�l�.O,.1,,,,.,,:,-,.I i I 4I l,;"�...,�-,I�"t.I.I��,�'�4 22 r . 23l, :„ r�r ti: h j4'j x ! 26 27,,, ” 1 r#, A -;, ti 5 29 3 ; 4 fi , 5P C r., xt , ,s, I pvr k , yi y , f {f 't., { .'t.l14A .I. '{ of 0 :} . . f, s , J,tt °x; q .j t t , fi t i v': 4'f42- k '� s + '� } aY in 1 '. rt E `Ya v (and vi) {f , kl i' t ' ' I. ,5)*,f. £ . . i e f r, .",y' vti.''r.y Jri r'u�.1"s7{f&.ih�;."'rr43�T�s'"s°"'. s yc ,g..> a..,.:p?�» 'r }tf ,u ".;. . � )i r ,s. {�y" iI I _ .. *J 'R t 9 I. Y t } f 4 , i - r z } .h �� 4F f k# y9 !Sr Ott _ ,s /c SP5 `t , - i t r ; $K f { t f r y 1.LsV:"r.1 Vic.; .. ,,t_ - .� ,E I `7. ,f 1 .r1r 1. __ k'{JL..F..lr,..i�, -ti. .. .r4, .s�•.n�.S.KA t 9/27/93 AC 1 SO/S340.1 G r CHAPTER 1. MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS SECTION 1. GENERAL I. PURPOSE. This chapter provides the standards e. Runway Threshold. The beginning of the for markings used on paved areas (runways, taxiways, runway that is available for landing. ' aprons, and roadways) on airports. Markings for air- craft parking positions on aprons are addressed in f. Visual Runway. A runway having no' Chapter 2. straight-in instrument approach procedure. 2. DEFINITIONS. The following definitions apply 3. MARKING PRACTICES. To increase the con- to terms used in this AC: spicuity of markings on light-colored pavements, par- a. Displaced Threshold. A threshold that is titularly in low visibility conditions, the contrast of the . located at a point on the runway other than the des- markings can be increased by outlining with a black ibmated beginning of the runway. border at least 6 inches (15 cm) in width. Outlining is also effective for highlighting holding position mark- b. Nonprecision Instrument Runway. A run- ings. Striated markings may be used in areas subject way having an existing instrument approach procedure to frost heave and may also be used for temporary utilizing air navigation facilities with only horizontal markings in nonfreeze areas. Striated marking consists guidance for which a straight-in or side-step nonpreci- of painted stripes 4 inches (10 cm) to 8 inches (20 cm) sion approach procedure has been approva in width separated by unpainted stripes. The width of r C. Precision Instrument Runway. A runway the unpainted stripe may not exceed the width of the t having an existing instrument approach procedure uti- Painted stripe. Since this method results in reduced F lizing air navigation facilities with both horizontal and mar>vng conspicuity, more frequent maintenance is re vertical guidance for which a quired to provide an accepts a marldng system. Stri- gu precision approach pro- ated marking is not used on Category II or III run- txdure has been approved, ways. Glass beads. meeting the requirements of Fed- d. Relocated Threshold. The point that is the eral specification TT-B-1325. Beads (Glass Spheres) beginning of the runway when a paved area not avail- Retroreflective, may be used to increase the conspicu- able for either landing or takeoff exists prior to (the ity of markings on taxiways or aprons but not on run- approach side of) the threshold. ways. a I� SECTION 2. RUNWAY MARKINGS 4. ' APPLICATION. Table 1 identifies the marking Regulation (FAR) Pan 139. Certification and Oper- elements.for each type of runway as shown in figures ations: Land Airports Serving Certain Air Carriers. 1 and 2. The two ends of a runway having different represents an acceptable means of complying with that F r approach categories, i.e., visual vs. r nprecision instru- regulation. meat, may have different markings. The markings on r + a runway may be upgraded to include elements that are S. RUNWAY MARKING PRECEDENCE. x not required. For example, side stripes, touchdown Where runways intersect, the markings on the runway , 4 zone markings, etc.,could be"installed on a visual run- of the higher precedence continue through the intersec- k` way..If a runway, tins a displaced threshold, blast pad, lion, while the markings.of the runway of the lower t stopway', or wide,shoulders additional marking ele- precedence are interrupted except that the runway tj menu may be necessary. The standards for each run- threshold marking, designation marking, aiming point way_.marking element are provided in paragraphs 6 marking and touchdown zone markings are relocated j, FS through 17. Use of these standards for marking run- along the lower precedence runway to avoid the inter , . ways on airports certificated under Federal Aviation section area. Where aiming point markings are relo- 4 { ay .�XJ ',i?`, .�" ti;' T r -�' iia .1.r h 4?,Y? •.;..:.. ... .....r. .. ,.x. +., ,. ,. ..usy ttk, ��tffl s �. #t t3 } .. ..... __.. �.�—... ... Xi t i 7Y i AC 15015340.1E s,'27r93 SIV193 Bated, the threshold will also have to be relocated to is supplemented with a letter. A single-digit runway retain the required distance from the threshold to the designation number is not preceded by a zero. On a sruagsnctu_ aiming point marking (see figure 3 for an example). single runway. dual parallel runways and triple parallel deignsr For intersection of runways of the same precedence � order. the preferred runway (lowest approach mini- runways, the designation number is the whole numbs r A j•; nearest one-tenth of the magnetic azimuth. when ; neaic mums or most often used) is considered to be of a -t deli higher ence order. Far nankin viewed from else direction of approach. For example gna g 1 g purposes. where the magnetic azimuth is 183 degrees. order of precedence,in descending order. is as follows: the run- way designation marking would be 18: and for a mag rxdis," � a. Precision instrument runway.Category III, netic azimuth of 87 degrees. the runway designation drrsir b. Precision instrument runway,Category II. marking would be 9. For a magnetic azimuth ending •• " such as 185 de C. Precision instrument runway.Category I. in the number S, grew. the runway i designation marling can be either 18 or 19. On four `: r d. Nonprecision instrument runway. or more parallel-vmways, one set of adjacent runways d i e. Visual runway. is numbered to the nearest one-tenth magnetic azimuth l'2 p an 6. RUNWAY DESIGNATION MARKING and the other set of adjacent runways is numbered to the next nearest one-tenth of the magnetic azimuth. 7i a. Purpose. A runway designation marking identifies a runway by its magnetic azimuth. (1) In the case of parallel runways. each run- J way designation number is supplemented by'a letter. in b. Locadon. Runway designation markings, as lrttent shown in figures 1 and 2, are located on each end of the order shown from left to right when viewed from !, a runway. : the direction of approach. as shown in the following ? examples: :b . c. Color. •Runway designation markings acre , locaz nI whin. (a) Far two parallel runways'having a snag-, nu,�,iay it y designation neuc azimuth of 182 degrees, the runways d. Charade istics, A runwa desi ',would be•- marking consists of a number and on parallel runways designated "18L," "18R.,, Table 1. Runway Marking Elements Q ny, .. i. 641,1 lien ; Marking blement Visual runway Nonprecision Precision instrument r I acc rdM instrument runway runway, and tunes mi fz Designation (par. fa) X X X 36 inches Centerline (par. 7) )( i ; grid l iii X X Threshold (par: 8) X' X X ?n r Aiming point (par: 9) X Z X .. d.'t X w bttlTlfflgr", Touchdown:zone (par. 10) I 1 z Side Stripes(par 11) X x r i Ax;t „s S fx/ 5 '3tii� On runways used.or intended to be used,by intemationalcommeraal eransport s, ;f;„ < �pj,� �,f'S .. ''.•, .: ... } �! •4 ' on runways 41.00 t feet 0200 m)or longer used by jet aircraft. tx r S tat SS Y NWI�►i) V$t' 7 t :It LFf. f ...j3 i t} r t ✓,rJ..� { tI r V � R1 f V” Ail 7 f i .' _ - ... it }.; 1f�' ,,.• r " 0• i 4t h tubk 3t. { 3 7 Nl +. C✓zit�'.{. Xi e.FfY� ��1i� l ' 2 .rr '.,4 It t •1 1 I� r�iuliR�lb:a+txa? �-�'"�'�9+i%r:�t�.x,r.4,"F•tr�.,K.s;:,i,: 3 ^i;n' _.w:;., y.,,a' :�,. . . t ` ' t'�*�a�n �'3`ct , � f ,' tt.,.� ,:.: ',. ,'. ,.,, ..., .. .. s+•+ .+acid rd�f"�;�•�f�Sz+'c.: i4 sl ' t 5 o.-`Flt't'.t.•tr r .{r .. .P .�f 3 ,iw 9/27/93 AC 150!5340.1 G (b) For three parallel runways having a runway centerline as shown in figure 1. The stripes are a magnetic azimuth of 87 degrees, the n[nways would be 150 feet (45 m) long and 12 feet (3.6 m) wide and lel ' designated "9L," "9C," "9R." spaced 3 feet (1 m) apart, except for the center space ber (c) For four parallel runways having a nag- Which is 16 feet (4.8 m). For runways less than 150 netic azimuth of 324 degrees, the runways would be feet (45 m) in width, the length of the markings is not t j designated "32L," "32R," 4433L," 4433R.0' changed, but the width of the markings, spaces be- n. tween markings and distance of markings from the (d) For five parallel runways having amug- runway edge are changed proportionally. For runways 8- netic azimuth of 138 degrees, the runways would be greater than 150 feet (45m) in width, the width of the r on F1 designated "13L," "1311," "14L," "14C," "14R." markings and spaces between the markings may be in- creased creased ro rtionall y or additional stripes (e) For six parallel runways having a mag- netic azimuth of 83 degrees, the runways would be added to both sides. designated "8L," "8C," "8R," "9L," "9C," "9R." (2) Configuration B. For this configuration, th (2) The numbers and letters are in the form the number of stripes required is related to the runway to and proportion shown in figure 4, width as indicated in table 2. The stripes are 150 feet (45 m) long and 5.75 feet (1.75 m) wide and spaced 7, RUNWAY CENTERLINE MARKING. 5.75 feet (1.75 m) apart except the center space is 11.5 n- a. Purpose. Runway centerline marking identi- feet (3.5 m). The stripes extend laterally to within 10 iin fies the physical center of the runway and provides feet (3 m) of the edge of a runway or to a distance M. alignment guidance during takeoff and landing oper- of 90 feet (27 m) on either side of a runway centerline, rig• ations. whichever results in the smaller lateral distance. b. Location. A runway centerline marking is 9. RUNWAY AIMING POINT MARKING. located along the centerline of the runway between the runway designation markings. a. Purpose. An aiming point marking serves be.`;: as a visual aiming point for landing operations. C. Color. Runway centerline markings are white, b. Location. The beginning of the aiming point marking commences 1,020 feet (306 m) from the d. Characteristics. A runway centerline mark- threshold. 4, ing consists of a line of unifomtly spaced stripes and gaps. The stripes are 120 feet (36 m) in length, and c• Color. Aiming point markings are white. the gaps are 80 feet (24 m) in length. Adjustments to length of the stripes d• Characteristics. •An aiming point marking the len g pes and gaps, where necessary to consists of two rectangular markings, 150 feet (45 m) accommodate the runway length, are made near the in length, located s is g symmetrically on each side of the runway midpoint. The minimum width of the stripes runway center line as shown in figure 1. The width of 36 inches (90 cm) for precision instrument runways, each marking is 30 feet (10 m) for a runway width of 18 inches (45 cm) for nonprecision instrument runways 150 feet(45 m) or greater. The lateral spacing between and 12 inches (30 cm) for visual runways. the inner sides of the markings is 72 feet (21.6 m) for 8. RUNWAY THRESHOLD MARKING. a runway width of 150 feet (45 m). For runway widths less than 150 feet (45 m), the width of the markings, a. Purpose. A threshold marking identifies the and the lateral space between markings, is decreased in beginning of the runway that is available for landing. proportion to the decrease in runway width. Where b. Location. The stripes of the threshold touchdown zone markings are provided, the lateral marking start 20 feet (6 m) from the runway threshold. spacing between the markings should be the same as c. Color. Threshold markings are white. that of the touchdown zone markings. d. Characteristics. The threshold markings 10. RUNWAY TOUCHDOWN ZONE MARK- may have either of the characteristics in (1) or (2) ING. below, but after January 1, 2008, only those character- a. Purpose. Touchdown zone markings iden- istics in (2) will be acceptable. tify the touchdown zone for landing operations and are s (1) Configuration A. The runway threshold coded to provide distance information. 7 marking consists of eight longitudinal stripes of unr- b. Color. Touchdown zone markings are r form 'dimensions disposed symmetrically about the while. 3 t� i .r ,5 AC 15015340-I G 9127193 Table 2. Threshold Stripes Required for Configuradon B RJ !3 Runway width Number of stripes 60 feet (18 m) 4 75 feet (23 m) 6 100 feet (30 m) 8 150 feet (45 m) 12 200 feet (60 m) 16 c. Location and Characteristics. Touchdown c. Color. Runway side stripe markings "are zone markings consist of groups of one. two,and three white. rectangular`bars=symmetrically arranged in pairs about the runway .centerline as shown in.figure 1. For run- d- Characteristics. The stripes have a mini- ways less than 150 feet (45m) wide, the markings and mum width of 3 feet (I m) for precision instrument spaces are reduced proportionally, but the lengths re- runways and are at least equal to the width of the run main the same. .For runways having touchdown zone way centerline stripe on other runways. The stripes`ex markings on both ends, those pairs of markings which tend to the end of displaced threshold areas which are extend to within 900 feet (270 m) of the runway mid- used for takeoffs or rollouts, porni are eliminated. No touchdown zone markings are ` eliminated where installed on only one end of the run- 12, RUNWAY THRESHOLD BAR. way. Table 3 lists.the touchdown zone markings re- quired when installed on both runway ends, a• Purpose. A threshold bar delineates the be ginning of the runway that is available for landing 11. RUNWAY SIDE STRIPE MARKING. when there is pavement aligned with the runway "on the a. Putp�use. Runway side stripes provide a vis- approach side of the threshold. ual contrast between, the runway and the surrounding b. Location. A threshold bar is located on the retrain and delineates the width of the paved area that landing runway at the threshold. is intended'to be used as a runway. b. Location. Runway side stripes consist of c• Color. The threshold bar is white. , continuous stri pes located on each side of the runway. d. Characteristics. A threshold bar is l0 feet s The maximum distance between the outer edges of the (3 m) in width and extends across the width,of the stripes,is 200 feet(60m). runway. S! f{ 3 1t 4 " J WPM 4Y.ISrt's. ti'Al+ `4 r : t�s { 9/27/93 AC 150!5340-1 G EiF Y / 107) �q a < W n � (z 49 p in 1 LA w I Z_ Cn Of ' I l(1 Ak'? a H I zx rn o: W I Fii li Q3¢ W N N N (U 'N I W9/-1,4 W CL 00 I �� _? N �� M0 I Ln Q o� I A I N llT • N^ N r` I a i W z z W i Y O _J I q O C N by W �,- I �°n- z W N �z .aW, o I IN e U�I .:.1H � U').. n Z W Z Li CD T N o � � �O... a. .Q ;.i N� b4. J d' ! O� N W 1 W LL :s Nn S0 0t in H U V) L7 N Q`- p pq�>X CCUL Q F-OC SdN W Q L,t-H 1- ¢Wn NIr) W4. mQ� Ny-: WZ EJq C1 Ia.w ►5-u Zo:> Ln Ilk<Q. NNU'1> 5 Figure,I. Precision Instrument Runway Markings Fi CX f. � l. III �: � � � � � , 1I .. . �.,. �' :' tns y�`y r �j , ',�5 ,. ; sc � �a�a 9.'�Tt9�' sr2a,� ,: ,� ;°t i t:�s�� 1' �.r � y .-�a r r; �� � �� ��� �.� ; di '� ' ' +: ai �+z�1 `"� � �r �".�' �� sF; a � �, .�_ << ,z=+, �, t�NPR� j� R'iiPiWii� Q f.1 7 "'�' _,5";,� s +` z::` v } 1. ;t °f i � r � �:f-� 3 t � t �' t ,.�� .L � 154 � .�1 X l Ir f t 1 i'� 4 t i ! 1 j±�. ! 4� � ,M � � 'fit t ( 1.�"` t � t � A� r �t. '� � 't `ta, F th 'b �' � �� 3 t � p �� .j r � + � � t� �RE�IS C1 it Cj ry� � r C L �t� ' ' . �F �2 , , r N! t t� h, it I/1 � .. ,,t ...ftifi + /F,s•. r' �� ~ � _ ~ f . Stet"� ' ` tl ;try. r � r 2< J j,, t�, g ` W +h s 'x t r � � `� f t 7t..� �:rw f u. � � r, a� V'T;�,o v�r�'�''� { w 3 fl ��ts . / jj ±'$ `,sJ j � '� r i" �� � .. � �. t� iNrr'sEif4"}t� r ,'Y ,�13 4 a.�, .r ' Q 'f tl ..{ t :I Y� �r�r�°. � � � ..r ". r y ro � .a h� � � tf)� r �+..��.� y >„,} it U t r o q ', s A '� �k � ,�: � r . .t. f t r t` . , , 1 t. ��r :` `� - � - � `.�Iq�erc �. Nonpe�echlo� lnafrummt Runway •nd VlsuAl Runway Msrkle�s �..+ rf � �� 4 " ` rF Y j�',r �.. t t } , �i � .. p�f6f+.. � �ro ,++. ;�.�µ b6'!3 �:». r. ...... it r 4 tt tz ww;rn da f' y ��{ , °4 ti ) M r. tZ^^'!'�S�'t off,�tri ,.� � � ' � � � � � � � .. � ���'`�' "��'i�.��` +�� �° `tit air+i+}` f, �a �f r ��. ..'{' x r�3 � t r..: r� -e}�3T6'Sst"�`�.�c�.. ,ry�R�K,?��'�'N1Y'"' ;. key rr v}z:-t i r u 3. � ,. - _ � � _ o� 1 t-`r Irrt i - rtff.6 1 A i � ,. � � � � hl'' '1 1 I� 3 ri s��r ��l t4;si�i `- .. .,# t' � � .� � t �r i S t..t*�. ��� } xs r , . �.. - - � t 1 1 z/93 W27/93, AC 1 50!5340.1 G r r 1 i PRECISION RUNWAY-\ J 1 NONPRECISION i RUNWAV� � I EXAMPLE OF CONFLICTING RUNWAY MARKINGS. ' - i J S j 4 „,t,k.. f f � i y j t X PRECISION RUNWAY--\ r ` %= NONPRECISION $� RUNWAY�� L 4 �3 9 THRESHOLD OF THE, LOWER PRECEDENCE• RUNWAY i DISPLACED TO MAINTAIN THE: REQUIRED.:DISTANCE t` x , �' FROM THE AIMING POINT MARKING TO THE THRESHOLD. . ,E ; i 1.t t , Figure 3. Example or Markings on Crossing Runways y. ( r F tS tT `Fe�tkrTL j.2��3.;,w JFi�rr�`:�„� •;yF.�, .. .. - `; r .1��?4„�.;,,..}d a� te� T � � . 1 tr s{ }Jjt,",`" F' a. N:,f..�t�,t :t' ,• n 5 �'{ � 4zo 3 S .. fi i f A� 1�tl/S3d0.1G J,'Z�l33 r � , ....1Z7'i��...w A E3: `�pE1K� i I r '� J . I Wit .f � M � , 1 a yw z � es A � '�,�iT�. , + x� . M�+jl F f k Ofi �', t� � � � =� e ��. / � �- a... . t ss 1 '+ � �i.r.'Pli � � g�xiatizc�` fa '���� j � �- i;�.. �. used.inr ca � .,�'. rT _ _ �.. h�thi i /n � ��' _ c }, W zl ', ,� �4 U i �� � � � , �� � � � c w � i � � 51'y �.. � t .. A�a4m q �rr � � i � pj i.. ?$ t' a'l�Z .n . • + � .. i � p�. +1 �tr..ci'. � �i it .. �' .fi. �L t � �) � � a t �:i.1T fir. i Y f'4 SI � � 5. ' y 5 1' , 9 i, 'k�hj �t L (](� r i`r'*' �'' t mil.pr n ` � � //{{����►► .y' .. �'! tj`,�1,�#Ly� y�. i ��3gye,, �.1% Ix fl � �_ � � GL .��'�� ��.��� i '� '� t�.�9 � �,i 1.. �',,thf �� ..;7 r � �,� �3 ., ,: ,ft ��� � . ,. ' �. x«r'�a.t t � ��` A Figure 4, Runwsy Desl�nttbn Kumerels end Letters > +t� ) 'Af t5 Y � ' .. A icy .. 1 e s is I j � 5 7 t ��j415 'f'. � TK 71��SY�.'t ti� I 1ra'� i k. a� a` to`�. ,.. ..+...,,y, .g F� .._ �....,, .., `� � i Ax i t ,3 ) �> to .. � � t �r 5 r•eya�.�,i �S�j Y'�' ? + ,� S A f .�: ` '.r r' � .. ,..� ... .. .. �.... � r*S .4.a'rf:`�"`�'GZ,�� �.'y�"r� U" y m r 3 yAi`� ,�� _ _ �.0 ..' xz'. ,. + \ I ! +� �h't7.AYtf 4Y��13 yr �'y �S'�5. � , i�IIflt —_—- - _._.. .. .., � _ 3 9127/93 AC 1505340-1 G 13: DEMARCATION BAR. 15. CHEVRONS. a. Purpose. A demarkation bar delineates a a. Purpose. Chevrons are used to identify runway with a displaced threshold from a blast pad, pavement areas unusable for landing, takeoff; and taxi- stopway or taxiway that precedes the runway. ing. - b. Location. The demarcation bar is located on the blast pad, stopway or taxiway at the point of . b. Location. Chevrons are located on pave., intersection with the runway as shown in figure 8. ment areas that are aligned with and contiguous to the i r. Color. The demarcation bar is yellow. runway as shown in figure 7. d. Characteristics. A demarcation bar is 3 c• Color. Chevrons are yellow. feet.(1 m) wide and extends across the width of the, c blast pad,stopway or taxiway. d. . Characteristics. Dimensions and spacings of chevrons are shown in figure 7. 14. ARROWS AND ARROWHEADS. a. Purpose. Arrows are used to identify a dis- 16. RUNWAY HOLDING POSITION MARti- placed threshold area and are useful for centerline iNGS ON RUNWAYS. guidance for takeoffs and/or rollouts. Arrowheads are a. Purpose. These markings are installed on a . used in conjunction with a threshold bar to further runway where an aircraft is supposed to stop when the highlight the beginning of a runway where the use of runway is normally used 8.s a taxiway or used for chevrons is not appropriate. ( ' "land and hold short operations." ! b. Location. Where a runway threshold is per- . manently displaced, arrows and arrowheads are pro- b. Location. Holding position markings ..for vided in the portion of the runway before the displaced runway/runway intersections are located in accordance ; threshold (see figure 5). Where the pavement,area pre- with table 4 for the most demanding aircrafr using the ceding,a runway is used as a taxiway, arrowheads are runway. The location of the holding position markings I provided prior to the threshold bar(see figure 6). on runways at other than'runway/runway intersections c. Color. Arrows and arrowheads used in a must be determined on a case-by-case .basis by.;the displaced threshold area are white. Arrowheads used FAA. Also, any reduction to the minimum.distances t � on a taxiway prior to.a runway permitted in table 4 must be coordinated with there_ P y threshold are yettow. I ,. gional Flight Standards Division and Airports Division, i d. Characteristics. Dimensions and spacings of arrows and arrowheads are as shown in figure 5 and c. Color. Holding position markings on .thin- ` figure b, respectively. ways are yellow. . 3 Table 3. Pairs of TDZ Markings Required When Installed on Both Runway Ends Runway length Markings on each end r , 7990 feet (2936 m) or greater Full set of markings 6990 feet (2737 m) to 7989 feet (2935 m) Less one pair of maticiAgs' 9 5990 feet 1826 m ,to 6989 feet 2736 m . ( ) ( ) Less two pairs of markings 4990 feet (1527 m) to 5989 feet(1825 tn) Less throe pants of cnarkingS i 1 t , _ •� .f �� —r— T' `Y"�'N,f;p is ..i t _ i .. , i.. , n; t. 9i27/�3 AC Is4�S�aayG 9/27193 ..,/2M3.�.. Ln LOV w; } i a 'k7s.i t , O t ov ii >�• . 4c)I •� n q ; A n A�� t — A a y d I r 7 p Li ' N j 4 w [ C IN �ht a2 n vW+`a Wix Li w �a _ aN ,� X CL z ... i `G 0 4C j+a GTE a a s �+ v-�.a 3 i . N.., Li - yy Pf �. Cd y�� W G N n In <= i _ r'_ ti )u u to .. {a— V a t . o W xr m {:r t << h k 'r h t I 2 1�itYR .17X; yrx 'M l.• � � �;rS�4RS.�,y�y �, •i y, f fture S. Displaced Tbresbotd Markings � { , r• { � . �N �fi ! S" .....«� .t,cva,tiu �w,a.,+r.S.d .k,.d,.+-;u: ..,a. •,.....-. ,.. .. .. _.. .... to.t .L '��.�.�'f�" ;��Rt�i4 h� Ri��, G l i i W27l§3 9127/93 AC 150.'5340.1 G � I t <�I Q 7 W A 23jC cr. vi a. W tn� C W ev ti W m � v •- ft l Nona i �n I 1 I ` O } Z n i 2 J I t f' Z J W W O v ..�C }• O W o o c �• W U 3- o x� 3a W X� . Z W s.y Ld y a j viUW'- uz�QW �. Loo) o<av�,> I o Ol a o O Ln S z Z ' }O W Q 3....Qa a �ooaZex ° �� aa�aaa w r _ W 2 W W Dt Q ! S Q_,J Q: d J ' Q} J � a i r 1 Ir �Ln NNW ti Figure 6. Markings for T•axlwa�•Aligned with Runway �`�f } b�+J l ^'rwe•n}k(f _„ G yfi4.. AC 15015340.1 G 9127!93 f' �! I !t f � � N N N JN W �NQS Q> C W .. Lj } p� 'Q=U N T . . . Li 61 Lj Li LL In PI— t. J WW i I S W ,i J ` v Q J ,,�W CL 1 ` S LJQ Q 't. .tZ r Ln _. 1J W Lol- �) m U 2 N Q Q S C W H • W Ln p r J Z C W Y1�r X C W Q L,, V O 0: N U z~ 0 0ruW 6> IS a. Lj IC.Z�. JQ >.ir 3 W cYQ� .Sj ' �G S 4Ztn�Q Uce uo Figure 7. Mark Ings for B P p ast Pads aad Sto wtr s 12 i 9127193 AG 150.15340.1 r l Q 3 z Q ' LO <i z 3� U �1 <1 d J ^� A C/) WI W iL of 2 u- W U CL J Q cm � W Q Q, J rl L L° Q �n O CL Li} u F— _ Q: N £ J <CE £ h Q v Q m Q O. ZQ Z " ~Q CL Q i:m0 X tYOhI U3W < E — F- ¢OJ z �-- t Asap < � J Figure 8. Marking for Blast Pad or Sto wa •or Taxiway P ) ay Preceding a Displaced Threshold 7 k. j r AC 1SW5340-1G , . . d. Characteristics. These markings are iden- the limits of usable pavanent- Shoulder maikmgs arc l tical w taxiwayhunway holding position markings generally needed where pilots haste ezpenesacc d pmM shown in figure 10. The solid lines of these markings lems identifying the runway from the shoulder thereby +f�[ are always on the side where the aircraft is to hold. creating a need to delineate tht gwulft as'to usme 1$, C The madtings are installed pegrzdicww to the runway pavement. ld>az N t enterkine and interrupt all ttmway mwlangs sxoept for 4 it;gs b. tAKadon. Runway sbotaWer' ntas s ngs..sae x t the runway designation marking.,In the latter case. the mavlc> t'Fil located between the rtmway side,wipes arm'ziiz p�ire holding position markings sbauld.be moved so they do men:edge as attovvn in figure 9. ` ` to not interrupt the designation masking. { i auc s C. color. Runway shoulder murktnga arc yd t 17. RUNWAY SHOULDER MARMGS. low. tng'j Systt i a. Application. Runway shoulder markings are d. CharacterisficL Runway shoulder marlamgs : ' marlchrgs;'taxi9 y used. when needed..as a.Supplement to.runway.side Consist of.suipes Meet(I m) in widtl't and belt 100 taxiway. ` stripes is identify pavement areas con igttoas m the feet(30 m) apart. The snipes start at th¢ nutway.rtaid• I i3se on runway sides that are not intended for use by aircraft. point•art slanted at an angle of 45 degraes to the.iw4- Runway side stripes are usually sufficient in defining way centerline, and are oriented as shown in ifigwe 9. an ➢c rr ,�'dt AMA vides s vista3l c path. SHOULD RUNWAY �� `—�SHOUL.DER b 4 �ac�tLr x ""'i way taxiway: DWENSIQNS ARE EXPRESSED THUS: the etamerlritc o1 • 4` e'9' off"711-1-1.1 t d 4 edge of not.tn6 t-jm WDPOINT OF C, ,Sf RUNWAY ►� J• ga. CzfiG $h Y ` ue z taxiway:etirti 1 � .:l 'tflC1(�it-rDl►IGt'��Gef6f t. 8 Yt�nWa$�, to i ������VV. rtd�.�^..��, MAX. OQ' r:rt l � f 1. / + } ",you�.���'yyyS.}��,•Q..y�•, J! <F ..:I 11 .ts t! t:.. N•Ui{,a I � ! t Y THRESHOLD tiUNwA TtiRE • s .t r 1oUt,i: gtt firs . I nT �xt Figure 9. 12uavrav Shoulder M�rkIngs . ltd t N. ) I f f V • .r 1 A ti�� '1� i 5 4. SJ� �'ti yw 1'fY' I P. 1 '.,,.. 'tit's'<i:.n•}'.;:±.F44 �i 1...,.,r< [�T ..-e.^ t i ..wt"'rn.y i V� 7�s� t yyt sT;3*,j #-• {{ n«._...� ... .. ,� ! 4� ..rye A .mfg - j• ? i 1 x/93 9/27/93 AC 150!5340.1 G s:arc'. SECTION 3. TAXIWAY MARKINGS rok+- rib, I le 18. APPLICATION. All taxiways should have centerline. However, ' Y the width selected must be uni- i centerline markings and runway holding position mark- form for its entire length. The centerline is continuous I ings whenever they intersect a runway. Taxiway edge in length except where it intersects a holding position markings should be installed wherever there is a need marking (see figure 10) or a runway marking element to separate the taxiway from a pavement that is not in- (sue paragraph 19b(3)). tended for aircraft use or to delineate the edge of the I taxiway. Instrument Landing System/Microwave Land. 20. TAXIWAY EDGE MARKING. } ing System (IL.SAALS) critical arras, holding position { ' markings, taxiway/taxiway intersection markings, and a• Purpose. Taxiway edge markings are used I 4� ` taxiway shoulder markings should be installed as ap- to delineate the edge of the taxiway. They are pri- propriate. Use of these standards for marking taxiways ma�Y used when the taxiway edge does not cor- i& on airports certificated under FAR Part 139 represent respond with the edge of the pavement. Two types of ron g ; an acceptable means of complying with the re gil ation. markin s are used depending upon whether the aircraft 19. TAXIWAY CENTERLINE MARKING. is supposed to cross the taxiway edge. a. Purpose. Taxiway centerline marking pro- (1) Continuous Markings. Continuous taxi- vides a visual cue to permit taxiing along a designated way edge markings are used to delineate the taxiway path. edge from the shoulder or some other contiguous paved surface not intended for use by aircraft When b. Location. On a straight section of a taxi- an operational need exists, the continuous taxiway way. taxiway centerline markings are provided along the centerline of the designated taxiway. On a taxiway edge marking may be used to delineate the edge of the curve. the markings continue from the straight portion taxiway from a contiguous nonpaved surface. Continu- of the taxiway at a constant distance from the outside ous taxiway edge markings are not to be used in situa- edge of the taxiway, lions where aircraft would be required to cross them. (1) At taxiway intersections where fillets do (2) Dashed Markings. Dashed taxiway edge a not meet the standards of AC 150/5300-13, Airport markings are used when there is an operational need Design, current edition, and judgmental oversteering is to define the edge of a taxiway Dr taxilane on a paved required. the centerline markings continue straight- surface where the pavement contiguous to the taxiway through the intersection as shown in figure 12a. Where edge is intended for use by aircraft, e.g.. an apron (see f adequate fillets exist, the centerline markings follow figure 16). the taxiway curve, as shown in figure 12b, to permit l cockpit-over-centerline steering. b. Location. Taxiway edge markings are lo- cated on the taxiway at its defined edge. t` (2) On taxiways used as an entrance or exit to a runway. the taxiway centerline marking curves onto c. Color. Taxiway edge markings are yellow. the runway and extends parallel to the runway center- line marking for a distance of 200 feet (60 m) beyond d• Characteristic. Continuous taxiway edge the point of tangency, markings consist of a continuous double yellow line. { with each line being at least 6 inches (15 cm) in width, (3) For taxiways crossing a runway, either spaced 6 inches (15 cm) apart (edge to edge). Dashed straight across or offset and normally used as a taxi route, the taxiway centerline marking may continue taxiway edge markings consist of a broken double yel- low line, with each line being at least 6 inches (15 cm) s s across the runway with the following exception. For 8 Category III in width, spaced 6 inches (15 cm) apart (edge to edge). f g ry operations, taxiway centerline markings The lines are 15 feet (4.5 m) in length with 25 foot must continue across the runway for taxi routes des- for, ignated for use under these conditions. When crossing (7.5 m) gaps (see figure 10). a a runway, taxiway centerline markings will normally 11. RUNWAY HOLDING POSITION MARK- be interrupted for the runway markings. INGS ON TAXIWAYS. c.. Color. Taxiway centerline markings are yel- x' low. a- Purpose. These, markings identify the loca- ' d. Ch tion on a taxiway where an aircraft is supposed to stop Characteristics. A width of 6 inches (15 when it does not have clearance to proceed onto the cm) to 12 inches (30 cm) is acceptable fora taxiway runway. t t, , • i,. j ••-","7?�.4r�.`d�tv{y,.'AtR�'Y' XT' ,n tiii y,k>�� .y�..,.:.. _.,. 4 .'f .•..«'i,.... ..,....... ....... .. .... .. ., ........ .. -°'"..-t r ' t , • � .,i 4�„i.,.,rrr`•��.1v y<:l C....y}"S � X'v.�G� ' ... .. '. • .yi:(. ... vii VP, t AC 1 sOrS34a1 G 9:27193 Y 9127/93 4 Table 4. Location or Holding Position Markings for Taxiwav/Runwa} and Runway/Runway Intersection, T } ,' a Perpendicular distance from runway centerline to lneersctrng '" :. Aircraft approach category taxiway/runty_ay.centerline in feet (meters)', ` and (airplane design group) �'- Visual and nonprecision Precision instflsment 4 instrument _ A& B (i & 11) small airplanes only 125 (38) 175 (5 ) . , 250:(74) r A & B (1. 11, & ill) 200 (60) W A & B (ii) 250 (75) 250 (75). a Y i C & D (I through 1V) 250 (75) 250 (7S) C & D M 250 (75) 280 (85) i r z2. HOL I STIt W0 ;. + Increases for elevation above sea level are: LANAiYNf� a Aircraft approach categories A acrd B(Airplane design group Ill and M. For precision in3trurnerrt nan+rays.flue .- ,�FLEilS. distance is increased one toot for each 100 feet of airport elevation above 6.000 feet £' r b. Aircraft approach category C(Airplane design group Ill and 11l). For precision huturnen t runways,fhia distance Ty? trOA EOit S'.:C is increased one foot for each 100 feet of airport elevation above 3.200 feet Suppp `Q +.. C. Aircraft approach category C(Airplane design group h. For all types of runways.this distance is I" raased enter., foot for each 100 feet of airport elevation above sea level. f area ntedeJ 4 the arrspac d. Aircraft h category egory O(Airplane design groups I through V). For all types of rurnva)rs,,this di.terrce is increased one-foot for each 100 feet of airport elevation above sea level. -1 taxiways: t '.When a taxiway a nxswey intersects a precision instrument runway ai an angle of less than 65 degrees,it is necessary b thz peiirn et i increase ft distances in this column if any part of the critical aircraft vaxAd penetrate the obstacle free sane(See,AC 150/5300-i3.) f Y and a ho � 4 � ;estabhshed, 4 •, z case. the h1ck,to the r b. Location. Holding position markings should Except as specified,.in paacaglaph 16, holding posiiiatt be located on an taxiways that intersect runways in ac- markings should not be used Eor an y, sttuadon•:other 4 f r t `taxiway/;un ta11e41.r:The cordarice with table 4 based upon the most critical air- than those described in this paragraph., i �,'t }a.MIS crib ca craft ruing the runway. These markings we also la c, Color. Holding Y �, T1iG'}markiti y crossing dermtgh the runway ap- B posreion mark3clgs nnF . cared.an ,tauciwa s proach are so that an aircraft on the taxiway win not taxiways are yellow. 4 h ways cuttul a �,5 ' t peftetritte any of the following: the stuface used to lo- d: Characteristics. a runway hol+dur =�kh ru cafe the nniway Uirsthold.inner approach obstacle Eree flan markinigs ffire sht~wn iii ftgura JO.'The`sotisi'linen xt F `f M`.i ;r.;;' = 4�0 t zone,:' inner, aar�isiorlal obstacle Etas zone. and of these markksngs are Always,arr the lade wlr thy' trh p t���air �$�£ y dry .clearwsy. if located closer, such that afnicraft penetrate craft is to ho1d.,The tnarkirigs ace tnstallyd rcrldicx�l xi ,4 �t � t''° _ '� rw` the Termilw Instrument Procedures DIEM) surfaces, lar to the taxiway.:centerline.but tray be Can '4;![root higher minimums may result.' A discussion of these the Y}wdicular in unique situations stx.h 'as,>>tlltw , 3 ; t surfaces is contained in AC 150/5300-13. Locating traced in figure 11. In the a cases. it nzay be necessary' hold position markings.other than•in Accordance with to install additional holding`'position signs; cyig,'wagg the preceding criteria must be approved,by the. FAA. lights. etc. }l r t.. .L... j..fs qty f' 16 , �'xt 1 .. f x «.. �t ., • .. Fhr t 1 5 yf + .' {N, 4 .-+++,..f.-+r....!•+r5st.y#,3dcu4S;%L!.7�'cM��y +k'k4.(�r'�k'3ir`�stq�' �(.�':7Pr.ra=k-'r::w, "" x .. .t e,,,vt { i(, ::�;.';. .., w,k,�. L v +fir ., rda J ( o4"�f"�.•u,'��r�k jE 4 --.-..•w-�.-:-..M.-•.....-.... /..:4 v`L ! ��!•W.t'SC� ! Y JSA"�� Y q 1' tr� t 5 L l x}21✓r il. � t 27153 9/27/93 ` AC 150153140.1 G Table S. Perpendicular Distances for Taxlwa�• intersection Markings from Centerline or Crossing TaNIW2%' - Airplane design group I 19 III IV V Vx t 44.5 feet 65.5 feet 93 feet 129.5 feet 160 feet _ 193 feet (13.5 m) (20 m) (28.5 m) (39 m) (48.5 m) �(59 m) ' See AC 15015300-13, Airport Design , 22. HOLDING POSITION MARKINGS FOR IN- d. Characteristics. Holding position markings STRUMENT LANDING SYSTEM/MICROWAVE for ILS/ivII.S critical areas are as shown in figure 10. LANDING SYSTEM (ILS/MLS) CRITICAL AREAS. 23. HOLDING POSITION MARKINGS FOR Y TAXIWAY/TAXIWAY INTERSECTIONS. a: Purpose. These markings identify the loca- Lion on a taxiway or holding bay where an aircraft is • supposed to stop when it does not have clearance to a• Purpose. These markings identify the loca- enter ELS/MLS critical areas, The critical area is the lion on a taxiway or apron where aircraft are supposed area needed to protect the navigational aid signal or to stop when told to hold short of another taxiway or ) the airspace required for the approach procedure. apron. They should be used where there.is an Oper- ational l ational need to hold traffic at a taxiway/taxiway inter- b.. . Location. Holding g position markings for section,at a geographic position see paragraph taxiways entering ILS/MI„S critical areas are located at holding bay, as illustrated in figure 11, to define),the m the perimeter of the ILS/MLS critical area. Where the edge of the taxiway safety area to assure adequate distance between the taxiway/runway holding position clearance from taxiing ircraft. and the holding position for an I S[&ILS critical area g is 50 feet (15 m) or less, one holding position may be b. Location. Holding position markings for established, provided it will not affect capacity. In this taxiway/taxiway intersections are located for the most case, the taxiway/runway holding position is moved demanding ircraft using the a I. back to the II,S/MLS holding position and only the table 5. g grt in accordance with uan' taxiway/runway holding position markings are in- rc>iher;i stalled. The local FAA office will designate the ILS/ C. Color., Taxiway/taxiway holding position E MLS critical area boundaries for the airport operator. markings are yellow. { The markings are installed perpendicular to the taxi- �. i way centerline but may be canted from the perpendicu- d. Characteristics. The holding position mark_ { s Jar in unique situations such as illustrated in figure 11. ings for taxiway/taxiway intersections are as shown in post figure 10: c. Color. The MS/I4,S holding position mark- ings are yellow. 3�f .. Ric• — \ N I ' .t � ��.;�`� ��F a r ty ,.�s 31 pa vi' t��..<.a: .. si Xraw-� ,.•L+.�r.a. _ t I it Y F r ,yi4nt Po. Ki 't4 .r�fcr2. �t t z I �I it ,, , . ,;it e" . iI . i �, ,r-' , � .. . . r. 11. _ ;:t, !AC 18015a4Q•1G -- 9, ,'l93 �� ," '- '',! � 11 i L Ig�i 1. /(��'�! f 2 0 I..; .�;1,-.1�1� 4 l� 1 J A N V a v � � 591 } 5 I L,t Q Lj'7) i 0 a$ v. r (��j ��{Q��OVr/0.�. d bN'. a.. ,Kx i M ., '. '-i, y �y ` *: I tf. ��11 , a� ' 11 N II . J t l9 Nl tT F �',� Ir=' LL.. L1 P� n r � I I I wl �'�. � I I� L . .1 o . 71 { r, `J F e tto _ r. : o `a 11 CI s Y ve r,�, r t. { c .J i i L J f (H E= C a p ... v t' . : V, I od �- p, I , I, ­.. I �C .., . ,". -",L ( 6 :rr �` , i 7 11 i ' oc� o r!=20 L F. �O O I I I L . I L .1 1. L . :t�-,.' , ''! I I I ��"�J i* I'll . 1 : , T, L dl� N to� �, ,' o � & s: l rr H�$ A /1 y d E V v h A o w 12 - v� s �' ,,, _ ° '' '�' ., r W 'r NH 9 i^ E l B �D tjt t' .}'t� i 2 4i Y QN� V }�ff 1 i�99 tii I. �+ }f ill .. v ! Ift I 'L t M V N 4 1i'7 .4 ..� i f„sr ) 'T'i ..S 'RI'liG. xF "k; a 11 ``� • ,11 ;�,f - ,. .114 11 , S r q .+. ' c ' Figure 10. Marking Details ,11 L. . 1; ' ' j',,”rr ';5 ,,, , a x { , t + 1t1 j ..'...n.v„t,. ., „ ...,. f.3.. 11�v.,, '� :,t•.-... it.. {T ! t it:A�4 y� i' )r `+ :'^<HkhdR4;ft`t ,f 4'��o'fki "`ei1.5+.e�.': .r'::wrA-It�:r t -:d .. ,+�.9, ....+'Y}.t4sY^ti�ij y .�1+�n�n�wv+ *v`ir�� r ! L 1 r, ..... t, ` 'I j III ` V... '_f } .......y...... L l <.'' 4 - { r - - - �1. .1 { 4 .t 1 t i. 5' , Ql i 't�1 1 ."N.. , l .+. i 4 i r .}: L. __ _ - r i k, 7/93 9127/93 AC 150!5340.1 G i i � z N I YO p G 7 X J _N <�. A x a v sz z i c w <O > . ?W <0 Z Z ��FCC CL s z i W i �) f Z Z o E z Sm 1 v in a/:50 .„ W OWE WJ W OWa to W lti 1-l� UU Ui o— Qp Zo Q owQp N Qth 0 !— 003t Z O Wes= 0� SEEW W wn�< H O?Z QZw� _m WQ''t F=. WW YW W OJT It z c ►-p 3 WSW 000 W x OGtiU Z O.Z ZZ F-U O a.Q ct W r Z W m p O ar G I Z � O LLJ O � Z U a Z Figure 11. Taxiway Markings 19 J � • I t 1 . E 1 .'t T is i , c ,t _ iH�� 1. 1� R `, r F t z •. ,,. . .. . . ._.._.,...._w_.��4.�..._..__.....___._..__.w.... .._. ...___,. ,��_.... _._... ... _ __..... _ . .. _.. �fY�3,$f�'Y"h��"yR�CM,�.T.ty ef.�.. r i ... .... .. .... ,� .,.. .. ,.- ._ � .. .. .. .. ... � � � .... ... .. T{ AC 15016341D-1 G �3t23t93 4 ��t�T '=� .: 5 }y kt... � � F StGNV.� fY' �t�. � 1 *�4 f�SY�t il���tl ,,^^ � ��559 r � � i. ii�Erh4�i$Ibd ��t:' � _ 1 � � ��t 7{ y:F,s r Y� l�/N� t �;. � t: ;t ��A/,�fl� '&�. _ -t0 the:(h0ldin v � ;Holding posi 1 _ . :{. ' _ ,ways,; - t ' c. °Go9or Y���� {K � � ,� hp$htLibf kl2r� '' sin �io»,�m � ' � r �uml� �d"�� ` . ��d'u �, ... �aches (3$``. =a. � �tremiuesyc�the ' ® >ZS � �UIk�A�s �t "!`� t �Ori1 SIGWS� i ;� � e � � 3]$A3 �19l3Id:�� jjj' .w F— '�r =,��.p �Jp" � � � Y7� � � ��� � � � � � � �tJt� � �;,�.�,iV,I.I..�,. I�w!1, x5F r ..air � � �, .. �� � � S:C?d211�t�1� { t Y ,:�€ - y� � � � ` s�pplleanait sud ,. _ r �, , < s5 r 'Q i,,f w , J Is1 � � t Ditt�CB�islg�i'I1 z n tot C� .. .. d �Y. � ' �.{,. i �_ �'�"��.�� it}� ` � Z � ,. � � T .l i�"r� �S. ti-"�M•g'14th 7 Y � Gam, '� t ) i. n� tt: rirr ..-. a _ � S r � �Lt ��� z i � .ol�. Y y �.3 FI f 1J�py� '' ., {�. f(h c t 3., ,, � � .. � .s t ..��, ��' _ _ �4x.)g P� � lj.4.3 Sl ts�Qt�fzkstsro .1 !�r..y;,' E �(�. ' hs � ^ � ��� Z �� is � t} y� � ,�� [ f�t�rF h�� 1 .E7{s.l�t��'''±rg�ZY�;-�£���e� . �"�i�'• t �� J � . 6 � o` 7.A�` t4z '4" ,t»$ YYts��S� x� .rf. .�i�id% � :'. .' ��. 'C� Kr �rYS 1 i�� '4.rt t .� +`L3„�"01'.� . 55 �°O �: rJt ,d� , ns�ti $ � s�. �. �.. '�•y{ W � � _�'�� 3`Y r.. � t �St�"F� y !� ty`���.�t._� ��>>�irt N�t�s'�' _. h,}4�1 L i,' ��}�` . '�„ p�!� '�.f�/ � .' '!��t i' {tj �t��' 1. �$N.��.ni� � t ����.;ax f¢.d�`�°��' �}Yft'�'�^'�, z ;+� � .. � ��ii � :ii. � � .'r': §�4 � ;�.,�}�� dr� �yo �F ..lit��l{r � �a<�d is,>.?. ,�f,c ! , � �� � ��W .. �;,.� � �_ �, E � t t�m� i� { ., '1 i,,�t �tSz�a��i�i.y����' ki�tiiv; �. ���. �, � .� .e�.i�� t3��{s r� B:�a t 1�i�y� t :' � gggg ;�,� � ��. .. _ � .. � , �5`LA1 a t11a� d ?.l� irS ��a y? '�r W t ♦ �� ���. ., � � � � � "" � � � i ]f 1 �?�\ 1 - 1"t F�1 7'✓�)'i`'a.tijF ('�. �i L 1�Ct t � ,y Y 9Y �N� �.. t � } � 5 4 aw�� t s4,� i �g�}�ix��z �y r �' � .. � � � .�� �.. � � � }'t # 'dt z�,.t l,r. [a:t� t°`� !�< x,>{ ,r:. i � ( i�`� t Y �'#;;,A `�}a;j sty ,�s �Yrk YZ. .'U'azfwsy:..it�terlltl�'M��bcip.. t y 4 �1� ,r r ri � tt ���� s�r . ��'��.� ��p �Methods �fi f y�y'} fiY�'y . . y ( 'wN�� �''.fil2�S'j�¢�>pLr �*t fist.j c � � � � .. � . .�t tY�t� � S 1�.,.1 SrJ yi* �f r�u St9zt�i3� t � .. � � � � � �� zryL��,�+ .. ���{,s�; 2 maF.� s +�4'�PC mj ,y}.z r"{r, � i � � ...�:: ti. �.ti± t _ '., � is a. `` t� .. . ����v .lf„tl•. ) � �rfv�'�.-Y`'+�Y.i�g"�"".s.K"k �.�` i�it 3l w,rYr,},4±.::.f �F2�'''•�i+kc "rJ 4ra r �.<n t.. f,.. ` .. : r ! i^.j5;;•;t i Y mac:br -.�::'�i . �! sl^ri"'�t`xr'*..e5 � i R � s4!1'I't £� r lA{'9t( v \iyy.... f.. '� �v+.',,•' .. � � '- � � .t. ,.k f 1'K'r ,.>Y Sid' '"`r7° � t5. #�, A ] �,�� 3 �tl��:r.fi.;r." '�,��'"Eat�a,ti'Y,�a 4>ss YJ' ..� i; � r A'',3X��; ! .r t .. '"""S.a,.'4""�"r ''t�'�" T,x «"� x�x "_'�"' � � yt�°S1 P �ti�t� �i Jxr ro � r �i',- FJt t �q�y .� r d � -� t � T"R t t l i .. . I f .. i 't i , � }. `,E� ���� ���§�� 4 � Mfr ll , , a t r }+!h p,� .,'sM ��'t��r,?�rti It �f.yrc``t'r:°r t � f � } t t� , r 's4 r � zt t4dr��1�,'1�,��'t''`tr�.'''1 3 9/27193 AC 150!5340.1 G 24. SURFACE PAINTED HOLDING POSITION (2) When a surface painted direction sign sup- SIGNS. plements a direction sign installed along side of the a. Purpose. Surface painted holding position taxiway, the surface painted direction sign may be lo- signs supplement the signs located at the holding posi- cated at or anywhere between the distance specified in tion in accordance with AC 150/5340-18. This type of subparagraph (1) above and the point of divergence of marking would normally be used where the width of the painted centerlines. the holding position on the taxiway is greater than 200 c. Color. The surface painted taxiway direc ! feet(60 m). tion sign has a yellow background with a black in. b. Location. The surface painted holding posi- scription. tion sign is located on the left side of the taxiway cen- d. Characteristics. The inscription must have 1 terline on the holding side of and 2 feet (0.67 m) prior a minimum height of 9 feet (2.9 m) with a maximum to the holding position marking as shown in Figure 13. k height of 12 feet (3.67 m) being preferable. The in- Holding position signs should not be painted on nrn- scripdon must conform in appearance to the letters, ways. numbers, and other symbols in Appendix 1. Each taxi. c. Color. The surface painted holding position way designation must be accompanied by an arrow sign has a red background with a white inscription. showing the general direction of turn. The background d. Characteristics.. The inscription must have is rectangular and extends a minimum of 15 inches (38 a minimum height of 9 feet (3 m) with a maximum cm) laterally and vertically beyond the extremities of height of 12 feet (3.67 m) being preferable. The in- the inscription. A 6-inch (15 cm) wide vertical black scri tion must conform in a stripe separates each taxiway designation when more p appearance to the letters, than one designation is included on either side of the j numbers, and other symbols in Appendix 1. The back- ground is rectangular and extends a minimum of 15 centerline. ; ' inches (38 cm) laterally and vertically beyond the ex- ' 26. SURFACE PAINTED LOCATION SIGNS. , tremities of the inscription. 25. SURFACE PAINTED TAXIWAY DIREC- a. Purpose. Surface painted location signs are TION SIGNS. used, when necessary, to supplement the signs located along side the taxiway and assist the pilot in confirm- a. Purpose. Surface painted taxiway direction ing the designation of the taxiway on which the air- signs should be provided when it is not possible to craft is located. provide taxiway direction signs at intersections in ac- cordance with AC 150/5340-18 or. when necessary, to b. Location. The surface painted location sign s supplement such signs. is located on the right side of the taxiway centerline. b. Location. Surface painted taxiway direction c. Color. The surface painted location sign has signs are located adjacent to the centerline with signs a black background with a yellow inscription and yel-. indicating turns to the left being on the left side of the low border around its perimeter as shown in figure 13. taxiway centerline and signs indicating turns to the .d, Characteristics The inscription must have right being on the right side of the centerline as shown in Figure 13. Taxiway direction signs should not be a minimum height of 9 feet (2.67 m) with a maximum painted on runways. height of 12 feet (3.67 m) being preferable. The in- scription must conform in appearance to the letters, (1) When a direction sign is not installed numbers, and other symbols in Appendix 1. The back. along side of the taxiway, the surface painted direction ground is rectangular and extends a I minimum of 15 sign should be located at the same distance from the inches (38 cm), including the 6 inch (15 em) yellow intersection as the distance specified in AC 150/5340- border, laterally and vertically beyond the extremities 18. of the inscription. W 4M ,. • t 1 } . . ,. I .. - ,11 v alt '; .r . . , t 1 c J�IG"'1�1ts 9t7F�9E277t :. I ,, i � +r. ., 5 .#, Y .F an ` , {. _ u ;l. Y,} {� 3:. �'V I y,.a MR'rc1[i 11 tXTI� ' tat t j .. -�L'J Z v . r ,' Barb . �,, r n a 11„ � ,i � -61 \I t,a ��4F Cr� -7f �) 4 tow It ti�ram 11 V �,rh . F. — f ,il } r y 1. .g. �ta�1IXa! •r b ' i 's' -Y P� C 14. 0 r. r: ,,ky -- -- — c y a ' ;x ` . ��j „�, ,.tig, p -4 t ... .. f t c , , .r i i? ..1 ?: C .. tj© { ` rf.. � � '. t raga I 11 t Qt tF t 13,; R. ( f:� I. 4 .. ' k t� C S 1 •t a .q t t 7 ; ,,.”, .)) .. rL .fir a,f> t rt sa'�� - ili #:. , f " ± s 7 ■p ts5 r+ i . _ .. f , J' .�•'w ,r dr,r.l� �,y!�� p , Y r^y r ;a r ' T . . , j n t S y,,y y,,p,� �.y y I ,'rr4 r'K` Y"q•l' t r .fir ,�,"l!i 6LVP / i rf{SS:� �. 4w.,tt,3'r ffr4Y r 1. y �� r I r t.ti ly,�yf,{•tat = r.,{.�sa c i.i.,_. '�+#}'L I $ L '. ,, t ru ; t .� .. xi to ,,F iX 1_s,4 t i"ft i F.a�t 1 f Y7 Lam, d z f _ rr�t7 " I .� GRt t *r. _ tit xai' t t• {7'`rx},'xay ! ¢��+A t't r. .:, I j 5'a *�t ��WWJJ i t y Ors, `fit k s� 4"'t{. e'+..w..rr'...-w«n..c.«,.w,awxR -'ll.- r� r'ri 2..G4�' 'I X r f ,x°t ad{i#}IP4`£� d st dfi , �a , ie�t:.,. r:r.f.,: R� n�to dirt, ,l"I.{y .. Y'f<l P =I „ af.:yir1' , I K it ry r a -�- _ -.�z--. lr tl ; rf '..r, t 3. iii . .,tnsadi-r{S�.. 11* s.�£4 = "� { ''t : .. " .}.;v 'k a2 4r �Rf-I ,+t��s,}al'.d � tFt` ri. AT ` ,r„, i r g. �; y}, 1"I",c2 n S t � �k r�1.-+} i, ?y � ,� 1. �� , , , ', ,.,. . I . ' I I' �'I I, r, I ��r c .';siL.J tl •..,: rf�-5"". .... .. .. .lr r� _ 5 e., ttil. o}(t,11 iS._'�`I, �f. 9/27x33 AC 15Q/5340.1G i 27. TAXIWAY SHOULDER MARKINGS. maximum of 100-foot (30 m) spacing. On cumcs, the a. Purpose. Holding bays, aprons, and marks are placed a maximum of 50 feet (15 m) apart taxiways are sometimes provided with shoulder sta- between the curve tangents. The stripes are extended bilization to prevent blast and water erosion. This sta- to 5 feet (1.5 m) from the edge of the stabilized area bilization ma y PP have the appearance of a full strength or to 25 feet (7.5 m) in length, whichever is less. pavement but is not intended for use by aircraft. Usu- 28. GEOGRAPHIC POSITION MARKINGS. 4 ally the taxiway edge marking will define this area, but conditions may exist such as stabilized islands or taxi. NOTE: The interim standards set forth in this way curves where confusion may exist as to which paragraph are based upon current applications that side of the edge stripe is the full strength pavement. are being evaluated as part of the Surface Move- Where such a condition exists, taxiway shoulder mark- ment Guidance and Control System (SMGCS) es- 1 ings should be used to indicate the pavement is unus- tabiished in AC 120.57, Surface Movement and able. Guidance Control System, current edition. Stand- -ards for these type of markings may change aA ex. b. Color. Taxiway shoulder markings are yel- perience is gained in SMGCS operations. low. It is also acceptable to paint the stabilized area green. a. Purpose. Geographic position markings arc installed when points are necessary to identify the lo- c. Location and Characteristics. The sta- cation of taxiing aircraft during low visibility oper- bilized area is marked with 3-foot (1 m) yellow stripes ations. Low visibility o occur perpendicular to the edge stripes as shown in figure when the runway visible�n e� are those that 1200 14. On straight sections, the marks are placed at a feet(360 m)• g (RVR) is below 1200 RUNWAY PAVEMENT EDGE 50' (I mj MAX. ON CURVES YELLOW STRIPES 100' (30,m) 3' (1 m) WIDE MAX. ON EXTEND TO WITHIN STRAIGHT 5 FECT (1.5 m) OF SECTIONS PAVEMENT EDGE OR t r 25 FEET (7.5 m) IN L IS � WHICHEVER TAXIWAY EDCE MARKINGS Figure 14. Taxiway Shoulder Markings : 23 ;t Y- , v 1 �ftvi� X 4 is5� '3{,v { t ' I I �, I I I � .. ... J. ..1 �c i��rs�a�c �r�7rs� � srs�: i t n. t , �� 2 11be tt�� � r i` '' ' "� t ., . {� 7!' �t��� r � !?� ��� x tip;� e' t1.3 n} PRQM BLACK BORDER. � : , � r � . 6' U5 Cn) VIDF �r� ,a�t�'a DCSL d Y,.LLD4' �` HELP PQSlTIDN ,, - ,� tt., :,.� NARKIMiv. � � � r;� �r t STANDARD TAXIWAY!VAXiWQ4 . `` -^ .; �'� HQLDING pGSITIDn MARr;INuS !;� �'t :�;,; 1JITH 6• CI,+ c.,� FLAG: LJKS..`G `� . . ,. yytt 9' t2.7 n) �`�' ;, � AN►D BLACr: SFACES � '� , f.; � � �r� , � � .`�f trz � '_ '8ltr tt9bt�,;$S {° ��, o, .: MARKING CONSISTS 0� ►. ','� � , � � t �: � t BLACK: INS[RIF7;D;.. � _` � 4' (1.3 n) HjvN. Crr1TrF?a� ,� }'$o`r . truNER RING VHITE. Elry a f'lNl: CIRCLE cJIT� o' CIS cn) VIDE A VHITE INNLR RIND ANit ,... �y . ` / BLACK BORDER AS SHII+�n � g� 2' <Q.65 n) FRDrJ � � EDGE 0= YELLDv +:t� ��� �� �t TAxlva�' CENTERLINE ` a�afamr�.���rla� MARKIN;, axtVA� CENTERLINE wAti►;fry .' �--- T ASSDCIATETi V TK I G G�uRAPyI � - �JJ]]jj �'o�r'+af��� .. .. POSiTID�a asaR�:INGS Q�t GH; �,� ' cD�D�cD PwEKf_'N" tauntat,r � I � i ;�;,. Y DIi2ECTIDt�t D� . . VITH b"R,AC►' F'!I~ drtC2EgS'r' �<A� �$'t�,�-�1� � ?RAVEL CDNS�'ICUITt .ti;� r � � � ' ra �,�, � �� f'F fit; •'�, � �'1'fei i�` } r y �� .. �,���,,,, c' 7}'l�aae l�. Cseagtaphic Pvsitloa M �� """�"�*�It . ,,, - \ b. iocatiote: "Ibese maricicrgs ate located alttrig 6n0 RVR. then a t:learatece har�xaausreing of ttu+ee i"el�.. ` `'��� ���'���� t ; -��. 'Sl►9G�S�h� ?he ate� d�gnated in the ttirpoct's low lights tntut also ix i�sxal:exl iva txtn,�uraxn� .vwillt ,'`'�� T ,t` plan• y post a1Gd to the kft Of the tbC geographic pOSltlOn m�lring'autai lrptsiittg positl'ots ��� j ;�'� �"'�i��' 1 ��t taxiway.oea6etlit►s is the direr of When the }�.�fp}� ■/�� �M��E�uyyr,�wp �1�y R R/� �> ,' i �j:tah�t i 1 �� � matMNg.VN a f—_'_�� Y tlR.Y ,�' Hi ...�� - j gp� i�� �► ttssd by air traffic s7oord'enation Frith the bail ' {.. r aitp�t trafTr'.a�cxttrol ta+r�rs: � t �, � �� cmcittol ms a bolding pasitioa. � al'+kays be located, and the regional Fligfnt �ta�tiards Ps( lm'es Btaoctr � < �°,��' }� (T`3����.. in cottjuatciincs v►�ith anti pritx the hmddiag position `wiil deter where these nn�aiax�gs.a�timid: ``�,f '�'t�'='n +ui �f'`'r �'�6,. '��I ' marking as s��a izt frgure 15. Vl'hen ttre is _. ' '�'� 'position is ttrn need as a gsograpls _., .:„L� s3 „ �, -t t� u�tsllatinci of tie hodliue and cla�raace btv is � r`�a�"R t `bt�"��tOtfr �t� • � ') s)t� Z Y7JifQF.� •lR.,. � � � � � i t tf 4 � � r �J�"t�' a�crrt�1� �i ,+ � � p � s�atld tmt be' Q ) 'fie �t�ct z� is a t� t t �,�� � a� �,s �' r{i a tt�y` p03i>a0p fcr thG ZoW Y1Sl�. CIe Mrratit a of� ffOC4,�- � Wi1dn n� r y� � ,,����� ��' z". t r. t`�` i�f� but its be aQ Vl.ttt ,t y t f� 4���� t+ ` } r i r�t�� M1� y,5��� '�". ,. ¢ b�► y. y bocaxd x dt�Iso[d,iag posi- a;otoaete or'oc6tx: pnvea�fs,the t a �,� sh � ���` �a k w. tlOnT fix:. thffi the '�1�� y�� � � `` 1tlS'.i11' :` ' ..`�t a�.i� )�r , t�y�r�'�'�+�'�,��'��ta � !�;r•.; { .. ., � tM{ ttJytl{.X of� V y�WYi.,Wl�.�. �y�g. � � �� t t 1 ��� ` F i'�, d�1 t�3" ��'t'"' 4Y $ 3 s.��..ra.w �L� � .: �.','rQ'� l 'f T,3} fi tx "t' ! � t. k s , tiR1}�yy � � � � t �tNF �t i r i'.. t�'S '}•7y� u�"s �-.�, ..r ��y���e �]������{��p �� 8 is^b-�� � to a�6+n�rne`h v�ite*.m8:v�►zti pink�arci�.�rith�a�� r� �,t��; �� t , ��,,�,�`�. �� � x � ,, '"� � ��w4 a�"'.^,"i ^�".�"'O.�"".t�t t`�' S� � t�VL J 1 �� � � � t� S.>�� ��c,j �u +�� i�. r pi}� ir. � '' t ' � �, ph }. eel (13 to iaa ,r , .� � _ f y. � tlFe.mttddbe sis Sh�wre �'f' �� �v���, � � ��; S ., � � 4° � a �� per" $sfiaald tre 15. when caa ,,,,.}.,'�, y,, :'� � a a a���� .t ,t,�� ���,i� � Tl � ���•� ,�. '°'�^���.,11�i+�,7.Lf{G 4�{.Y�� y �k s}� � t. �: Jar F' {sKr� :u, t N t�,� t�M` 9oe P 8 � •p(�tsoa po<emeu�„ the r�►hite '��'��`.� _° � �.���.� � �$ aAti the blarjc Slt+t � t � y> ���� t>x<a ,r� �� _, ,.>+ i53ia 'V � � �� a till �'�. Lt.. the nrblle� beCQ�iC.4 the tW,tEt'i' ?ARrd f � t�t{r �y�'�������'y`4�i{�� �� �, rung ..1}' t tF"'� 1 7 t t u+�,l��tt '�'�.1,��� �".�, t ratic tAat as. tod.'for ttse �bilriD(� beiov� btl�AttCS tIIC ,?:�� �a�- .> �k {- x r .. ... .... .. , ., � � .. _""��+w'�`� _�+a.w'rr.�„ 7� � .) y�t f ;i4'i�y��{LT�� .���h�,y�t r� 2a.� � �. � .. .. � .. � t t . ; Svt�'i� ' , '' yt r��try'��„��t 4". S,, � � � �. 's�i t !tt .t�»i`4tl P ,��.2�� 7 r�w7c�p ttc�"r. �,r. } E "�Y, SK ��,x � .. � � � ' �I. zv`vet..i'�ti tt �s� �' ��j'��'�f{ ..Spii'i �. is � ��� r��?� }�� �t t„,, x,;��.+,� n �"j .t to fr "'� f i °r"rf}?�'`a }t !g� � {t.�� ! �{,• pi a�t ., v � it�` £E� t ,.t j y dts,�� y�r i°�?�vbm}�ige�F, "'�ry'W ....ti as .. t.%�.t: hs �L't•} a.�t.`: 5 uiiMiaLb�'Y,r,1x����$a����4'�i£L�is+S.'}s?�t��"�i,<srt�'.Ir "G'v+3'�fi.`e+.,'r t r�+....;t..,t4':='<ir„z.v wh ..,,Y?���r .. M�* ��� t a ��. .. .. .,��-i.ry.tt�.t'rd? k� � 7 � � � �s j � � tkr ..1 �tv.n- ��rx.D� ��vee}v�Cty i. ¢''S �..".. tt;, r�1 - � ,t ..._._, __, r.i .;i tr � t � h •'+ it'4 Lt's 3.:�r',�sF'i7d. �" zi 3 r ) � `st.;..a}a }Mir+e`sJ��'CS'tT,x`F:tf��J9+a�lf����t�;�yy,C� � C. 'i , i ���,ttt tvt Syr .. .. ��. .<7 c i :�i r 1 jt iy�,�! `; i�t� � ,.. ' .t , L�1,f�4� f 7 � ',i 7S 'v`��s e� w .��. 'fit � r ,. � +, , ; �z;`sa �. � , ,, , . . 4 c. .. r r.. �' . t j.�{)�r f .�. , I /93 9/27/93 _ AC 1 SO!5340-t G (2) Geographic position markings arc des- For example, the fourth spot on the route is located on ignated with either a number or a number and letter. Taxiway A7. The alphanumcnc designation for this The number corresponds to the consecutive position of spot would be "4A.•' The geographic position marking AWIL the marking on the route. When used the letter indi- is never designated with a letter followed by a number. t 3 . cates the letter designation of the taxiway on which the marking is located. If a geographic position marking is (3) The designation of the spot should be cen- located on a taxiway with an alphanumeric designation tered in the circle. The designation is black• has a i only the alpha portion of the designation should be height of 4 feet (1.3 m) and conforms in appearance used for designating the geographic position markings. to the numbers and letters in Appendix 1. ; SECTION 4. OTHER (MARKINGS � 29. APPLICATION. The markings in this section way wherever the airport's SMGCS working group or arc ��• appropriate, • the airport operator determines that the roadway edges 36. VEFQCLE ROADWAY MARKINGS. need enhanced delineation. The zipper marking con- sists of two dashed lines side by side with alternating a. Purpose. The standards for vehicle roadway dashes that are 12 inches (30 cm) wide and 4 feet (1.3 markings contained in this paragraph are used to delin- eate roadways located on or crossing areas that are m) in length• along each edge of the roadway as shown in figure 16. Details of ►he zipper marking arc also intended for use by aircraft. Markings for road- shown in figure 10. ways not located on aircraft maneuvering areas should conform, whenever possible. to those in the U.S. De- (3) Where a roadway crosses a taxiway. a partment of Transportation's Manual on Uniform Traf- solid white stripe 2 feet (.67 m) wide is provided fic Control Devices. across the approach lane at the distances specified in b. Color. Vehicle roadway markings are white. Table 5 to assure adequate clearance from taxiing air- craft. When the roadway is not located on an aircraft i c. Location. Vehicle roadways are delineated Y maneuvering area, a retroretlective stop or yield sign on aircraft maneuvering areas when there is a need to j should be installed on the right hand side of the road- , define a pathway for vehicle operations. A minimum way in conjunction with the solid white stripe. spacing of 2 feet (0.67 m) must be maintained between ; the roadway edge marking and the non-movement area 31. VOR RECEIVER CHECKPOINT MARK- boundary marking (see paragraph 32). INGS + u d. Characteristics. E a. Purpose. VOR receiver checkpoint mark- (1) Vehicle roadway markings consist of a ings allow the pilot to check aircraft instruments with f ei- solid line to delineate each edge of the.roadway and navigational aid signals. ith a dashed line to separate lanes within the edges of the n roadway. The edgelines and lane lines aria both 6 b. Location. VOR receiver checkpoints should in inches (15cm) wide"and the dashes for the lane lines be on the airport apron or taxiways (preferably the holding bay but never on a runwa at a ' are 13 fat (4.5 m) in length with a spacing of 25 feet Y) points selected � h., (7.5 m) between dashes. These markings are illustrated for easy access by aircraft but where other'airport trot in figure 16. fic would not be unduly obstructed. VOR receiver } checkpoints normally should not be established at dis- (2) In lieu of the solid lines. zipper markings tances less than one-half mile from the'facility nor. ! J may be used to delineate the edges of the vehicle road- should they be established on nonpaved area if- led r t red le S> I t `+ ` i". V c ;; . i I AC 150/5340.1 G 9127!93 j (; ROAD' AY EDGE }i�'KUr •"fa s STRIPES. WHITE. I CONTINUOUS �� I 6' (15 cep) WIDE ROADWAY LANG LINE RnAnWAY STnP 1 1Nr WHITE, 6' (15 Cm) WIDE, WHITE, p• (.67 n-) f DASHES 15'_(4 5_n)_LONG WIDE. ACROSS TkE a;#fi SPACES BE t WEEN APPROACH LANE- SEE DASHES 25' (7.5 n) LONG TEXT FOP ADDITIONAL REQUIREMENTS � A ROADWAY EDGE / STRIPES �SEI TWA WHITE. ZIPPER STYLE, / SEE FIGURE to FOR DIMENSION,^ TAXIWAY CENTERLINE y II Y MARKING NOT TO SCALC } � -101-AD—WAY'MARKINGS TAXIWAY EDGE MARKINGS SHOWN IN BLACK .(DASHED) SEE FIGURE 10-,, - as n Figure 16. Vehicle Roadway Markings c. Characteristics. VOR receiver checkpoints sight of the viewer in the circle. The inscription on the are provided with painted markings and an associated sign contains the sign. VOR station identification letters and the course selected (published) for the check. the (1) Markings. The checkpoint is marked words "VOR CHECK COURSE." and DME data with a painted circle of the size and characteristics (when applicable). TThe station identification and course. + shown in figure I7. The diameter arrow is aligned in numerals should be at least 7 inches (17.8 cm) high the direction of the checkpoint azimuth. and the other letters and numerals at least 3 inches (7,6 (2) Sign. The sign should have an overall cm) high. The color of the letters and 'numerals are black on a yellow back mounting height of'not less than 20 inches (50.8 cm) ' ground. An example follows: and not more than 30 inches (76.2 cm). It should be DCA 176-356 located,as nearly as practicable on an extension of the VOR CHECK COURSE diameter line and.faced perpendicularly to the line-of- DME XXX 26-, i 1k 4Y�1 9127/93 AC 150/5340.1 G x . 4r t• t• NOTE 7 NOTE 3 KM z NOTE 4 NOTES L PADYT W"ITE L PADIT YELLOW 3. PAINT YELLOW. ARROW TO BE ALIGNED TOWARD THE FACILITY 4. PAINT INTERIOR OF CIRCLE BLACK (CONS;'TE SURFACES OILYt CIRCLE BORDERED INSIDE OUT BLACKvim jr NE CEssARY FOR CONTRAST BID[ WtTN 6' Figure 17. Ground Recelver Checkpoint Markings 32.. NONMOVEMENT AREA BOUNDARY d. Characteristics. The nonmovement area MARKING. boundary marking consists of two yellow lines (one solid and one dashed). The solid line is located on the a. Purpose. Nonmovement area boundary markings are used when there is a need to delineate nonmovement area side while the dashed yellow line the movement area, i.e., area under air traffic control, is located on the movement area side. Each line is 6 from the non-movement area, i.e., area not under air inches (15 cm) in width with a 6 inch spacing between traffic control. This marking should be used only when lines. The dashes are 3 feet (1 m) in length with a 3 the need for this delineation is specified in the letter foot (1 m) spacing between dashes. The nonmovement .i of agreement between the airport operator and airport area boundary marking is shown in figure 10. traffic control tower which designates the movement 33• MARKING OF TEMPORARILY RELO- CATED 'THRESHOLDS. Information on the mark- { ing, as well as lighting, of temporarily relocated b. Color. The nonmovement area boundary s thresholds is contained in ,AC 150/5370-2, Airport marking yellow. Safety During Construction, current edition. aY i C. Location. The nonmovement area boundary 34. MARKING AND LIGHTING OF DERMA- c= marking is located on the boundary between the move- NENTLY CLOSED RUNWAYS AND T,4)aWAYS. ment and nonmovement area. In order to provide ade- For runways and taxiways which have been perma s quate clearance for the wins of taxiing aircraft, 8 g this nently closed. the lighting circuits are disconnected. marking should never c6incide with the edge of a taxi- The runway threshold, runway designation and touch- way. down zone markings are obliterated and yellow crosses 1t `27 . 1` . i. c OF f r ;s Y ti T f r:` ` _ , . ,,--�`, ,;,, t + AC ySn/53�10.1C; x/.^.7`/53 } �/... .. 1 __-_W_r,Wr__.__n_,� ,t are placed at each end and at 1,000 foot (300 m) into- disconnected so that they can. nat Ike iiiun',in�ted unless ; �: : vals: If the closed runway intersects an open runway, such illumination is needed un performs rnaintcnance � i crosses should be placed on the closed runway on both operations on or adjacent ut the runway, e.g., snow re- � , ""' � sides of the open runway. por taxiways,a yellow cross moval. �� � i is laced on the closed taxiway at each entrance. The r��.� , �' j ? p NOTE: Ths airport operator is responsible for dasr- :;, crosses shown in figures 18a and 1$c are normally �� �, used, but.the crosses shown in figtrrts 18b and 18d are mining the neui far a visual indicacion that a rm�way �. 1 more readily seen from aircraft on final approach and ar'taxiway is closed. In malting tlsis determination, ilia �:': may be used. airport opertator should conader such things as the, rea- ' 35. 9'EMPOitARILY CLOSED ItUN�i►AYS AND son for � ckrsure, dtaration of the ckrsttre, su{icld , 'TAXIWAYS. configuration. and the existence mid hours of opuadon ` + _ of the airport traffic control towar. �„ � � �. Whan it is necessary to provide a visual indi- cation that a runway is temporarily.closed. crosses are 36. CLOSED AIRPOI3�TS. , Whets aU runways site ` closed temporarily, the runways are marked'as in pars- � i placed only at each end of the runway.The crosses are � yellow in color and conform to the dimensions spxi- graph 35. and the aitgort Macon is turned ofC When _ all runways are closed pexrnanently, the runways are � fled in figure 18. Since the crosses are temporary, they marked as in para�ph 34, file airport beacon is dis- are usually made of some"easily removable maserial. . such as plywood or fabric rather titan painted on the connected, and a cross is placed in tltc seRnnented cir- ?t cle or at a central location if no segmented circle ex- pavemeru surface. Any materials used for temporary � ,i crosses should provide a solid appearance. 5inre these �• t crosses .will tuttally be placed over white runway 37. HELIPORT MARKING. Information an the � �. crtarkings. their visibility can be enhanced by a 6" (15 marking for heliports is contained in AC I50/�390-�. '` 5 ' crrt)black border. Heliport Design.current cditiots. "' a b. A raised lighoed cross may be placed on each 38. dERTIP01�'I' MARKING, Information on the �' ���> .� runway end in liGU of the rrtarirings described in pars- marking for vertiports is cAntained in AC 150/5390-3.' ;' t 35a u� indicate the runway is closed. The cross Yeti rt Dcsi , should be located within 250 feet (75 m) of the run- � t�cstrrent editiost. '1� i . 1, f way end. 39. MAItKIING 1FOT;� tR.RIZ;;STIi'dG GEAR. In- y -' �: formation on the n�arkin for arrestin ear is outs- ,r r ,, G Temporarily closed ta�ciways are usually treat- g & g DIMENB r, ,i ed as hazardous areas {see paragraph 40). However, as rained in AC 150/5?�g:Aircraft Anrstirig, Car' I'or; - . `� , :�'.� an alternative, a yellow cross that confonns to the di- Joint CiviVMilitary Airports.crurent edition, tr �� `� � � � i mansions in figttrt 18 may be installed at each' en= " °r 4©. HAZAItD0U5 AREAS. Marking of hazardous r itanf.0 to IIIC taxiway. �� ' areas, in which no part of an ait�r�aft may enter, are r:: � . ` d ,:.T'' �:� runway or taxiway will be closed due- marked:in accordance 'with AC.150/5370.2, �aieport `'" 1 I inv ..'nighttime, the runways lights will normally lee Safety Dtuing Construction,crtrrent edition. , .,, ;.,,,, y ,�s - '�� ; . ,. e r. .. ... f� n e ,�. ��{ ,rr- {slap .lv{�, r5 . . ... .t ... .,l s r f �' a r e .. { .r, ,.�,: r. "�'y t .. � .. .. .. r �� ., r -. t `<i .'..r r� 1�t�� 7 r� I ,,, / :. :,: .� l(, 7'ik. .� ft t �3., f .. � � � z �'�?4...'f }t� siY� ��s; � { k'" t�l }r x ' k � - rt,..�.,';+' �i, V t "�..L.,��(r,tl, xZ� 3yrrj{av .�.� � .�r(`-j 'fti<r. .t J� .. .. ;t'.�� t;�s l r �c r��� r t t� y Rc` .:{ i t' y ft U. . � � t .t i i'� �s �. ( ;,j .. r /(j Yom` F (; s a.! I 3 .�. t .t-, t ... ,j � t of a tit t � t ', dk�_ � r, i � s �t >� 71� s '� t� r i� i .4� t m t x�� i �t f ( t { Y s - �� � � � ' {r a �. .. �. .. .,s . :' .;'' ::�'{, .•"' .. .. ,. � ' i a5�� � � u➢.t a t "i}" .;�sr tv. t.,i:r.�,;ty'� it }r �`�� 'x �,1� �t Q 5 ?31 K1+ i 4 �t���� k s {,.tr. . � :ICs'^. .'..�y 2 z .} p k r�` ' ){f r f.2 ��r ` �,� � � !" : .. � � :, � �'.�y,ii?t �i it'a6,„•"(js ��� �rA`Y �'i�4^�-�a �'S��'Y'tk�t ,,�r:t a T. _S � f ,� 3, � x 5`, �ul , • —.....5..:. i I 9127/33 AC 150!5340-1 G 3 ><_.;, - t` f 48 14.4 n V FOR 7E]rrPORI,R1' CROSSES THIS EMMENSiON MAY BE x CHAN(W TO a FEET Y r, ' UNWAY CENTERLM NOTE: CR=ES ARE ALWAYS YELLOW (A) CLOSED RUNWAY N RUNWAY CENTERLINE 1r DINENSMNS ARE EXPRESSED (B) LTERNATE CLOSED RUNWAY fCi z rL THUS, firs e,94 DETERS 3 24 •• FOR TEMPORARY CROSSES THIS DIMENSION WAY BE ' CHANCED TO 4 FEET 9 � r r >55• N to s`t�fi TAXIWAY CENTERLDJE 5 ? f < IZ TAXIWAY CENTERLINE " , (C) CLOSED TAXIWAY (D) ALTERNATE CLOSED TAXIWAY Figure 18. Closed Runes ay and Taxiway Markings � {;N } 28 (and 30) ail F l ; � t r - L+-b: ,t<4 i 'a•''.,}7' 3�' t,.'i l<,i* . .g. .c .. ,. .t., .. .. ., ..: ,. .yr,.... +5' .. t .s: 3 j4 "" 7. rr t J4L�w J.�.� ?�`?` __.--___...._._�._.__...�. ._.�_ . ._ �'��,ir�#�h�.w'-��.u`,:,'i•r: '.,. n . . . -_ w..__._—,.__.._____-----.__.,---- __._.-..._._ . ..-- , - - _ __,:_... .-........... ...._._,. ._..____.._,__..,_._....___..__._..W._._" { i hb 1t...Nd'7V-1"a/ £--1'N' < 9/27/93 Appendix t #�, A");N is•'' ' ,: y I 1,.�.1 I!�1i 1 I.-��I p�I I I.I I I I.I-�1—:q�—.—:,1 1t,I,I I—I,,,1';:—I,":�,—i�,""1:1t:,:l I 1-�,-I,—I. .i.,t�;.I—:,.-L�,—_a',-,��f�"'�I'�"i,WI'--''-�,�I�—�-��w!�—I�:-A�7.';'.'..„ . I.*�1�: �1.'I'I.I.--I�.l.�.--:-I..,�—I�'I I I I i—I,I.�:�.�",...�I 1 1 I.I I.��I'I�I I I 1-I��I I I��I w+ r. I I 1.��:I —�I�—I I� 11_,I 1� . A I:�--1;.�1 1 11�. PPENDI�C 1—INSCRIPTIONS FOR SIGNS AND P.1"1.�I. 2 1 . POSITION MARKINGS . . The shapes of the letters, numbers, and symbols used in inscriptions for surface painted signs and geographic posi- tion markings are shown in Figures A-1 through A-S. . . r . . � ' .. 1 I I" I i . . . . . ' . .. .. I 11 , .. , .. .,. .,, 4. ,. .. .t. '3 .. ..:. . q> 4 _ � . - .. t - .. 1 I , _, ." i ,. . . i. sl = I ' , . , L - . ,. ., , " .. ; .,. ... : ' . ., ,. .. .. {� .:. - .. f' }}'-yC' S l t jj!{ 1� 4 r i �M3S�3 ,'A .. {1. .F; r tar f i t y:. St Y L .. .. _y ' . , . 1 . . , , :; . 1 (and 2} :.. - • .€:.{� r. 11 I ... ' / ;i; i:° ,a. ?�'yy�dcicaa tvrn:::xa..I 1 1 ,. . 4-r"-" ' I,pt...=:±" : ,_ a. fi S� + , a :' +rrybyir�stw � {p� .t 4 � I I.�w r r hl t..,v tlt� _ 1'. �"} 1 t 71 3 !w' 14 t Y „ T 3' L 1 ., t 'F } 4 { 9r v l i 4 r + a x 1. l i.til t , .. .;i ,.- ti 7 �.. 1,.11 P J Y Y'hle�} �1� {i 5 ! i ;, S,. P : t k� ,)7 4 1 . �riw'SRr t.rY..3.x:4 .a..v t i tl i t 1�� 11 . ^... , ■■a■arraa so son a 0 a■aa■a■■aa■■■arar� ra■ ■ ■ rr rr� �ra■■a■r�RI■a■a�i ■ i■//r. ■■■/■_ ■■ ■■ ■ ■ r �//r ■■■ r r■■ �a■ar■ I■■■s+: �■■■ Ala■ r■=■■W., '�a■aar �■arr: rrr ra■r■r -::: •��ararr r■Ir f �;•■■■r ■i■■■■Mra■r,::. !.t. ...�Ir■a p/a;.: ::���■,;►■ .�� enamel ■■rr.: :�ri■iria;:L a�11r■111 ■■■r no, it■■a■a■ ■ ■ MINE , 'ia■ ANEMONE, no . i EW ', � ■■a/ ,/; ::`.;::�.e■■a■rr■a�►rr ri-:,.:�:,�,:.;�:°:!.,a:�,rsr sa■r - Na■a///: : ����:: /■ NEW : ;.... �rrra iii :: ,aar �rra■■a"- ■ Mar ■■ ■■■� �� ■ ■r :: : Tarr r ■ra Mar: raaarr■ ■. :; ��i 111111111F. :, loom".. on ■a■■:: . ::: :•;r■rr' ' :•a■a ��lrarr.� �Ir■�■ra.. �iilr .�r■ rr■r :r■ai 1111■r. ■■■� a ■■a.. . :A■ am-■a■■Mara■■r■■■rrrrr■■`:r■■aara■aaa AMN /■/ones■■■a/r■r■■�a■■■NONE■■■a/r/NE ■/■■■a■Mar■aaaarrrM■■/■■■/■■r.�ar0/� ■■�: r■■ ■ ■ ■ ■■■ ra��r ■r■r ■■r ■■rr■ra ■■■■Naar : :■► :Naar ■■� �� ■r■' ■■■■■■ ■■■/■■■t ,. /.■/ y�i■fir: ■/r;; ■� ■a■ . ."�■■■��■ ■■■■aa■F• ,1Ora■aa�l` ■a■ ` . -MEN In _ -■■■■■a■t : ism■a■■■ ; r■a ;:: r■ ■■■ : la■■■ :Irr■■, . bra■■r ■: , .■//, ;Ara ■�■ ' Irma IN ■/■//■�■ . '�■ ■a■ ■/■■Err ■aar■■r �:. .■/. /rar: ., ''INN r■� .: r■■aa/a ; t■■• , lr■/ ..::I�rr ; :.:.fir■ ■/■ : �r■ra■r :> ■■r/■//i �■■ i■■■: , .. lle■ Orr<~::�■rrrrr :■ra■■■■I 1■/ Mrrr:::` ��r,:, . l/■ �/� ■..fir/■ ■■■■■rat . �! /rr■ ■■r A■on MEN■ , ':■■■ �■asrra , . • .: . �ara■ • � arr ' era ■a■rlll■■aa■■rraarrarra Mon■a■a■■aaar��e ■rrr■a■■ara■araa■raaa■ SOME ar■■aaaaa rrarrrraraaairrrarraaai■iai■ ■a�i a arrrrraea�.�. reearrrarruamr,.irr■ra■ria�ii►�, • /ri+r�a rar�en a iae�a n V■■a■rr' 0,No ■► : 1wUaMama am ara� MIEW ■■■ f ■■a■r� ®ea■r r■®r■r■a�... �rra�r■ ■■f'- �rArr�rraraiilogo a�:',.;'.=r■aa�onrraeo� an F./ ■aa® ii�Mon. :,. . �®m�Boni"..err■ar■ : O■■ no ■r■ ` ea■�era■ , now r '; Ar■■ was n: ■ON ,'■Wa■■rr. ;• :r■rr' ,, '` ., ■•aafgis■a.--. ar■wa■NN sign, err. er■rr■■� ' ■�■ aaarirf■ �B■ �rra■r�... _�■r■ ::�■a�rra rrl�aa■ ■ Atr!! ONE' ' ■�r■rra■ �■rte ':; .. . '.< laaawin aaoarr ■ �r ®®r ' ■rr: errrrrrr M■rr :. J1 ` �areir:� ' .�rri�■■rr ®� . ■■a : :®unman ` ■rrr ;;;: It: `; `■a■■aka �;. a�:■ ■ ■a "F rrS�I ■ir. ,ea■rrrr- .'a■■e�:' :e�- sir IS ,r`�>�A� � �� ONE:— rrw■' •:,er�■■rr •ira■�- w� •, '�:�rr3■ r:���::�� e�ia�taet r:a�®z . ■■■ : enow 7/a1;'�`"a ONE'":er: a,aelar; ,:'. a�r■rr■ ■®ai.; ■■r: :emrr ��r► irrra;::' erg:, . .ai�i�eia s:' NEW No ■ar . .1111011111k. �rar■ erg ■i■�ir•.^ , r :� isr ®®re ■r�l ■ar\ /r■r,■ no! ,.:D■®t ■;..� n h arra r®a MEN-, uomo� .dmo a■ i■■■r■rr■ r i:: .ie :'�i:�ar.rr. i■,■ass marm■■ rrrrmoom■rra ■�riaia ®®ar r® Nis � rrrr��i�■■r■r■ir■�irrri;����r:i��er���■ � �� r®r� ■ri 4rrt rya �rr �rrl; �' r:' ' ri� ~� NEW off'• ■■■ 1ae1.1 �rra ■rr lrf�p ■1 man lr�� !�® :are �■► �'" No aka ' r. r■ a■1.:= 'ir®I, ,1A1. :�/r®;.': .lr. IrN.,j.:.= FINS'®�a '',�,. ■r�° : t T. a.r, ^`jai- rrr If �e■r,. �.:.•, �If e�llr:�.' A ®® IF �r®a ®. r�e� r' • ®�` �� ' ��Ir �rl �'Ir.. „S. :,�lra� ®rr` 'gof �f� .."''- t` ■Ir �, fir® er® AIM an _ 1®` MEN". ■® �°� :.er►, '�r�l•:.;, ;. , - err: �:®� : ,, �.;,� � ! ; _�'arfi ar `ty: ® , ®rr EEWPL rr® �� ee�: :�rr: rill ,. .err® ON a rirare#rr�!®■.a.®a®®rraar�trra� l�WOO��a a■rr■■rrrir�forr■rrrir.���iiOiii.�r t , Y Gv ::l•f .. . v./.f r j I � ■rr 1111■■■ 1111■■r■■s■rm■000■■ ■mr�o11■■■ ■ rrr■r! ■■r=rr■■■■rr■■mmom■■■mi■e■■■■r ■11■rr 1111■ r ■minor : 111■11M r■I1mr :.VIIII■ 1111■ ■moor ro■■. : ■■■i �■■■� -1111■ ■11�/.:` ' :./► loom a■.' MOM.,. ��. �■■■■r''..re■■■ :� ■11111.' ��■r :1mr■` NOR . ■rr;' �rumJ■mer■ :■rmr■ ■■■� . ire:. . .x1111■ no ,■r■ .`::��■rrm■m■ error■ 11111m: Mosi� 1111■..:.' re■� . •rr11■ �■ ., �■■:. �■■■■■e■■�:�,� 1111■ 1111■ /rro orrr Amok .* �rrr ■MOM ■■ /■■1 .' A ME J■t■1� 'come 1111: ■ O ■r . ;, ■ ■11■■11 m■■ini l x'.::..:''_/1r■r�11�i L 1.: • m'1I■in■■■x■■m■■■`; .��X■11�: i:.';./�.:err■■rr■�■m■■r■11�xr.�r11. ►a1':.•':�::1;r■■■r11■1■�rfi■■�r:�.°°_;�';_-,'■i �11�11■r■■a own ror:::_ loom 1V.. . / ■ aw . r r ■ rr■ ■rm■ a ■MNI Roo ■ ■■ .;.Ne■■ .lip ■ ...■room i ■■■r :,.;rrrr■ r■ri , :.. lr■■m■ :�ror■ IN ■■■� ■1111■ • r■a : .1111111L .. :` 1111■■r■ r■rem. m■■■\. }: ..,err■ .: ■roe.:: �rr.r.` .�Irrr■re :i:�mM■o ■■■r=`e►imr1111�e11ro�o�rr11■1111■■oar■ror I�Imr■ 1111■■ 1/■■1111■■■■■■■■■■■=r■■■■■■�11■ 1111■ ■ ■■■�■m■■rr■■�■1111■�rr� ■r■■�■■��rr�■■ ® ,. mom'' , r■ r11 . '�■11■:. :gym■ :on 11 , rr� ,err r■ s NOW: 'm■■ ° :�11■►:. 1■■�: ., em■:. �� �� ■■1, ' 1er: 1111 ® ■m■ 1111■ 1rml''' :.lmrt. .. '1x11■f :f�. , �1:: .'.:I■Ol ® 1111■.: ''��■ X11111 ■■� :I■■■l. 1/ : /I , !■■11': ;:'mom � r■■:: ..�r■ 'err■ ..•pro rr' ';.:i■■�■.. ,� - 1111■ NEW: -:.�mr oomm� ' •.'ar!.•: iooro 0 IF '111 o ■1` j :gym■■ ■11■,....x:11■■ ../■■11 . : I/::, .' /■11■1 : 1� it.: '1■■� /r■■ ® N■■' : :11■■ /r■■; : // /■11111::..: .'=; .7mrr rm■ ��■ �■■ml 11 m■rri':, it 1 J ar■ ■ JUNE ® ■1111 X11■ �11m■l lr ;i■■r■� l t.: °1■11�/. �■■ '�r■ ,i■■r� �t irrrr� ;.,.,,::�� .:..i■m�r� t �r�1■■ - :�mmo�lo l MOEN. rr■ �s■ �r ■ t�rrr ' re ® ■11■ >,r■ ■■■�• :':' ' i11o11■a. ■ : ■o■ :: :,.;::;1111■ ■pmt 01F. �m�mm ■■■■m■ Jml �r.��'�., .•.11 gym■ ■ moo �� :■�■■■r: ■■11■� t■1 ao�■/ -, ■►;: tie �. ■■ro► ,.;_. . ...,' .:J■■■mrI , ,mmrmr■ :�■C . : ol�l�r.: _,_::1�■ ® ■■■N► IM■■Nrl: . lmmmrrm: :' _A mw 1m� 11■ ■rr■�. . .. r■m�r�li:. ie�m�o�o�... INN.' m■r ® �Ir11o�■t■■ 1111■■m■■e■■■■■■■11■■e■■on a ■ o�rmrr■■m■■m■■rr Emma r■■1111■■11111 ■r i■ A . Al : r : �r■i■■si�sii■a■rrr■■r■ �rrr�■ er■i��t ■r�;� ■■onam■■ai■■oia/o■s■ �a�1■il����!�■1�1�■i ot� ■■■, now gas Manor rson rer ■r. r.r� ®�► ■■•sI ®■/': : /■n: ■was- ;:`r,■��1 ;. , f .�i ■i ® , . ■■■& ®sF.. i■� ■s�1N. : i�I��►.., f'''�t��i ®®ro�i SEMI 1�■■■► 1■' `J MOURN /r■iil ..,: ti■■ : wool r■A■r . 'ff. /�■■■r/ . :i�ii��'; :■ roN sir:,:.,;,�iiii wool ■sri&., .0. :::: �s■■ssr. rs■ �/ . :.is■ri■/�� .' : ■■■ ■an;. ■■s■■ 1<ss , ::';lii i�� ' /i ::: �� ■uni ■■■■�► i�■s■Or �r■■■r�4 : :.rerr�■rir� ::: :se■■ sow, ■�sis� . �ANNEore. ► MOss■s■ ;■srirsr::,a � a■■■ i®■ SOIL �r�il' : �J. siilsi rl®L�! ■■■■■e:, ■r■a■�.. �■■■■r■�;: =.;ter■■r; - ::r■■■ 'ANN near soul mass■� ' �OSS■' Sri.■■ssssd ,, : srr'■1, .`;,lrili �■s ®®®p ■sass■ ARROW, Isis cirri il�rI ■asa�a:;. s■ sss■�:; . �r■rr , ■rr NOUN SERMON ■viii . ■■r■e: ■®s� sssts �tll�sssrsii i - :'.; :.r_s:v', ■■■i r�r �r■�rrr� ®s■� ■�■sin,■■s■r■■ssr■■r■�Sunni-NMI � rrrr■ ■®® - f.i■f■rs■iT ■i �Ai�■■ ■■i1 ■ssr, ■■ ■■■l rrs�s■■■r ::_iii ■■er• :■ram.. ■rr�e■F:•,� 1•rr ■ �� :l1�B■sly■ sslss. v',: :.+;�s ■ b. sing ■is• i� ■ass s� ri.rs a �i■m■sr ti =: I ■onn Ron J ■�s isms:' using si■ir ■r�° _ ' Now moon. son �s �'�» 3 so ■■■®®r: : i■®■ ter'■'�r.' i�i■rs rs■�, ` ■i■®■,:: - c .si��,cr •:r,r....' ■sssm�s� msoft , an Nor Emma SENN1� :,.srr it■■'■I�fi■ N sissarisi®sa l• :..s'�•® • ,s`:a®®s■■®sp®ue.. i®-i��i- �:•'-.•aJl■s slls 0■[s`•'e.'' r.■■r�,1':.�;-:;o:rr■s rs■r;�. :: ��s�■::.i.:':,e�■r■r s ones r■ ��s1r rr s ®srs .,�■■■®■eo: , ■i�r. moss s o s®s®. MA Oman � mmmm■nmmmm ■■■E■■s■s�■■�a A alm:n BEEN ii ®om®rui®®®rs■rsr■.■sr■rr�■�r.rr.■�now o�s i ®rsr■ss■r®■i ONE■■■r■i■iti■ir�ssr■�r®� it r r I ■■.:.►.. ANN■r%'' ia� Iowa NOON :.r :� ■■r� ■ : Via■ ■E■■■r: ,NOON., � ■a■� . ■■� Var aa�ir: :,;�■■�:::r aN I■ NOON■ �■■■■� ��rr :■■■� ■■r: ■r�ar�r i■rV:;aa�i 1� ■Oa■/ /■■■■� . CEO■1 �a/ a�N- :� at-. !a■ MEMO .�" -Jffmmm NONE IN NOME 11111110111111". .1 Am OMEN 1� la NONE � a■■■■■► .NN■■■r �■■■a■►_,. .. `' ..Ia■�■EEO ;jMffmMM NMI EMjL ■■ ■■■■■■■�■■ ■��■■■■■■■■■■■■�HE N■■■ •, ■■ ■■■■■■■■��■■■■■■■■■■■■■■■■■/�■■■■ 1■ ■■.■■��■r■■■■■■■■■■■■■■■■■■■■■■■NONE ■ ■■■■■■■■■■■�■■■■■■■■■■■■■■■■■■ N■.■■ MEN 0 NONE ■ NOON■N■■ ■ ■ ■ ■■■■/O■■■■E■■N■E■■■■■■.E■ r■■■■■■E ■■ i■ ■■aO/ .m■■■■N■EE■■omE■sa■ ONO Na■N��N■ KNEW -, NONE■ ■aE� :: :, aaEa ■■E�■aa■a■m■■■■m�■=E■■NErt■0 No '■ t■■r.:;. : t�■N■�■■■■■■■■■N■■■■■■■■■■■Eta■ ■ ■NEr�� t.�■EN■EEENENNE�■■■a■■■■■s■■rNRON ■■■a� �■aa■■■■ra■■a■■■■■a■E■■■■■N ■N■ ■■Oa■r■■■■MENNN■E�i■Er ■ ■■■■�: ION■■NN■ENN■■EE�■�O■ENNE NEE N NNE ■ iiii viii■iia�iaN■■■■■■■■■■a■■ ■■■■N■■■■■■■■■■limam■■■ '■ t■■■■t■■NON■■E�rN■MO■NfE�rrN�■■■■NO■ ■ ■■■■�■E■NN■Nay■■N■aaa■■..�■O■EaNE■■ MEN IN ■■■■Ea■a■■Na■Ea■aE■■*aEa.EEr■E■■�i■�■■ ■■■ ® ■■■r■■■t■O■■■E■O■■■■■N ■■t■�I■■r� N ■ �OMEN NONE ■ AdwM Ory USDeoamnery Fedee ,. cif loulu AdirniWsftafta ' sub, SAFETY ON AIRPORTS DO= 5/31/84 AC No: 150/537©-2C f DURING CONSTRUCTION la'tiated by: AA5-300 Change: r 1 . PURPOSE. This advisory circular (AC) sets forth the operational safety on airports during guidelines concerning operators is complying frith Part 1 construction, to assist airport 39, Certification and O � Airports .Serving Certain Air Carriers, of the Federal AviatioaiRa: Land (FAA), and with the requirements of Federally - egulaations Construction activity is defined as the y funded construction projects. } presence and movement of equipment,, and materials in any location which could infra personnel, movement of aircraft. For noncertificated airports and airrpe upon the a groat a�greemeats,. application of these provisions will help maintain hthe desired level of operational safety during periods cif construction. 2. CANCELLATION. AC 150/5370-28 Operational Safety on Airports With EmptaAois oa Safety During Construction, dated October 9, 1981', is canceled. 4 4 3• Ar`x.ATED 1tEADING MATERIAL. All references cited herein are available or inspection in any Federal Aviation Administration (FAA re ice. ) ginaal n }� x a. The Federal Aviation Regulations are sold by the Superintendent Documents (AC 00-44, Status of Federal Aviation Regulations currcnt Q tion, contains a price list and edi . F . ordering instructions). � t b. AC 150/5370-10, Standards for Specifying Constructioa a�' Air art; P s, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular s ''Cheeldist, current edition, contains ordering instruct i ions). .. w x BACEGRQIJND. Nations AC's which detail all majo r- elements t£ N efficient air rt des nts d�' fe,` Po design and construction are available. a x a xiorial :safety on airports may be degraded by. construction hazards nor err �.., conditions that develop after an air g :„ for' o i~mtioa. Port bas been opened or apPrOved Pe ?his At addresses that problem. NdTE•.: c } 4;u retie fed Federal aasistsace ( Airports which `have }} grants real or 4 �:. personal pro rty) aired .eir- ' i4 Ports certificated under FAIL Part 139 have'mandatoay requirements,rcalated stn is sub3ect. } th sx , s r: J 1 i r , eINI i k �" `"+Z+' "'1+�T�`��y.� J\` 1 ii`'i�" � S��Me S Y .. .. .t nr'nt^"J 4}4'�1 mfr""'^"•`q+-R.n,�.,•+.�•^'w..t rJ J. �r � V ! F 4 r' AC 150/5370-2C 5. GENERAL. a. The airport operator is responsible for full compliance with - th ments of FAR Part 139 for certificated airports and with the provisions a of f Federal grant eral agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports Offices Ce s have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for' R e g io nal Air p or tsAirports Divisions ns and District/Field Office3, current edition.) b. Each bidding document (construction Plan3 .and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback ! distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which mowing involve maintenance equipment---such as maChine3, 3nowplow3, lighting equipment--a3 well as emergency standbys for firefighting and rescue equipment. d• Where feasible and where operational safety, is not affected, the airport operator may ch0036 to keep open operational areas adjacent to construction f activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multi-year major redevelopment, a compre f hensive construction safety plan should be developed. This safet r deviations from the criteria outlined in appendix Y Plan may contain ' based upon a commitment by the airport operator and the uaersCtoo ro�das they are mum clearances possible between construction activities and aircraft withinethe limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport; in proximity to, or affecting aircraft operational areas or nav airspace, should be coordinated with the FAA and airport users initia such activities. In addition, basic res P Prior to initiating developed and disseminated to Sa3truet Construction personnel and Procedur�a should be f and for monitoring construction activitle3 for conformance Wirth AetetYrrepro procedures ment3. These and other safety considerations should be addressed in the earliea stages of project formulation and incorporated Construction areas located with.�a sateLpoareaadi requiring 3pecitgcation3. contractor should be clearly delineated.00 the a special attention by the ' should closely Monitor construction activity hro sect plan3. The si:rport .operator tinual eompliancO -with safety requiremeots.y +l8hout its duratlan to ensure son- a. Formal Notification.. A formal notification to latioa Tor certain airport projects. For instance, FAA partA1S73 Notice regu- Conatruction, Alteration, Activation, and Deactivation of Air orts ice of FAA be notified in writing whenever anon-Federally funded p , requires that project involves the q 2 Parr 5 y 3/.31/84 .aC. 130/3370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Constructions, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing anl, kind of construction or alteration of objects that affect navigable airspace, as defined in AFAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7+60-1, Notice of Proposed Construction or Alteration, should be Used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign,•preeonstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport Operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational mafety requirements into their planning and work schedules as early as practical. Also, respon= sibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to `detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from pre- design through final inspection. C. Safety Considerations. The following is a partial list of safety con- siderations which experience indicates will need attention during airport onstruction. (1) Minimum disruption of standard operating procedures far aeronautical activity. (2) Clear routes from firefighting and rescue stations-to active airport operations areas and safety areas. (3) Chain of notifieLtion and authority to change safety-oriented f, of the, construction plan. (�) Initiation, currency, and cancellation of Notice to Aireien (NOTAM13) (5) Suspension or restriction of aircraft activity on airport operatione areas. (6) Threshold displacement and appropriate temporary lighting and =arking. t (?) Installation and maintenance of temporary lighti closed or diverted aircraft routes on airport operationssa and marking for (8) Revised vehicular control procedures ar additional. e ui meat manpower.: q P and (9) Marking/lighting of construction equipment. Par. 6 3 I `fVeNhi",�Y'1't.F�s`tY.S:cY•C�r4�,�'�.'li�:k C+ tniti As` ..i L', .t-. .., ,. ,,..._. ....... r f3 a^ AC all VMS at . 6�3 Q. lCSte�4 of um � CIO r, tr ate. go�ms wet"C*Wr t we 6 sal 1deAzAr1=z1m of war ion pftvoawl md pww-,/ fd 4Y (201 50=rity COMUV1 s� ZOX rA+J� S&g4rX =34 M"oiooStd f .I'° St raw= viift �{x rrl ) J ~ l .. �yy }`-`�'-rt; tR f 623) �9 X11 , It t f .r i1D" 4 tftV='MT U.�tt� Ilk, d$ss'uputoo- Z11be :lo ea[' ft� :. t d2�� 1 6tfota o� ' arm- Erol' ► for ): f t � � �lfttiom i 1 { 1 jI lf1�9�15'� t'� i�II' '� � i '� ti ' gar fs SII�►o1vr�S/ i i�� �.. tt f t , s a is ass �►M areas. }Tt } ;��t .. .. ., .. �{{ � ..r..�/��/'� .��/�y�..r�' ��py{� /. .� � .�. }.y.�• . . ''c...:.. �{-�,�1� ) ��, it it g[�!_��. � ",♦�r4� � •rl .(29) CoordimUm giY/fJYi��i�IaMY'IM �NORi �B"Rr1V .'ri'Y 0 �f/4. �P MiN '� ,A gA'1°1y jm.S•}'<rk itt✓♦+�$ :.Y. '.I ::a ra{�iS��'s'+'. #{ *�� +P`* �t�ky�•,��.'�t�i /oC pro 9ft1" of "� ,. .v�(ii;ia ��iIR1��i+� §, r� ��. r ♦� 57 A S .�&.: 5/31/84 AC 150,1;3;c-_:: � t } (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when workingron, wat er lines.: (34) Provide traffic directors/wing walkers, etc., as needed u° d to assuru ,4 clearance in construction areas. d. Guidelines for Proximity of ConstrueLion A� Areas. tivity to Airport 0 tratian9 of The guidelines contained in appendix I arc for use in the pre r =: plans and specifications when construction activities are to be conductedtin��loca- tions which may interfere with aircraft operations. ? ' reeds of a They should be adapted to the particular project and should not be incorporated v e rbaspecifications. �im* into project 7. EXAMPLES OF HAZARDOUS AND MARGINAL hONDITIONS. Analyses Of incidents have identified many contributory hazards and conditions. Acredre�s and tative list follows: p en- a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, tampora and ,other obstacles is proximity► to airport operatic r"Y structures, operations areas 'and approach zones. a2C. Runway surfacing projects resulting in excessive lips greater than t inch .54t cm) for runways aad 3 inches (7.62 cm) for t runway edges and ends-, edges between old and new surfaces d. Heavy equipment, statioaa " operations areas or is safety are�•or mobile, operating or 'idle near airport r a e• Proximity of equipment or material which i may degrade radiate impair monitors i ng of navigational aids. d signals or r e r f. Tall but relatively low visibility units such as cranes like in areas such as safety areas and a , drills, and .the ` Pproach, zones. �tti®nal g• Improper or malfnnctiosing lights or unlighte dr airport p hazards. Holes, gbstacles, loose Port operations areas. pavement, trash, and other deb.-ia on or near airy #` $ main to Failure i' fain fencing during �r r , iatruaions iota the airport a8 construction• to deter human and animal` rport operation areas. Y J. Open trenches along sidm airport pavement. k. Improper marks thresholds. or lsghtlag.ot ruairaYsr taxiways and displaced~ G - ioYna] z 1. ; Attractfcns for birds'such as Lrash near.',airports. Brass seedia 8► Apr pondeder on: or t k Pa r 6 dr 6 T tj t r , t J i' t , , k i ��.. ., ,.. ' r Sk AC i5pl5�7a2c �;3z/s;» ;: ..4�� _�. Hay { ' �: �►t the highs; •;; m. Inadequate or improper methods of marking temporarily closed airport opera. �, lures, prttcy�° rand unsecured barricades. � �:, r :.� bons areas including improp�s assure aie�.,of � •. �; : , port +aaer-ti�. n. Ablitaratad mzrkings oa active operational screas. , two-�rar atitdio ' suitable; ?'stir NO?E: Safety area eacroaehments, improper ground rehiele operations, and radio''c�cimurii ,unmarked or uAaorered holes sad trenches in the riaia9.tp.ot aircraft aperatiactg sur-:. control `tAC): !saes are th0 three most roeurriag threats to satetr during construction. parts`, tito-may r or other ai 8. ASSURING OPERA2IOEYAL SAFETY. 'The airport operator is r�eaponsible for rememb9erad'�t th ,+.,.�: e3tabltshiag and .usiaa .procedures .for ..the immediate notification of ,airport. users training ®i'. v and the FAA of nay coaditloas adversely attectiag operational safety at the air- aideration:9;sh port. It construction operations require shutdown of a mavigatioaal aid troa� ser- - wo�kea�a, even rise for more than 2A hours or is excess of � Isoura daily ors coc:.weeutive days. a ,:,: _ X15-day ffi,aimum aotisu is desirable prior to tho facility shutdowc�. Alotitication, of ,; tA. IHSPBCTa© construction, rough pavement, weather-caused effects, bird hazards, and other con- � : .�, reprrseAtaitive • ditons atteeting the use of the airport is usually made by t�10TAE! issued by Flight . following tae • Service Stations. FAA Air Trattic facilities and Airports districtJtield otticrs ;: control prpgra mill assist in the notitieatioa process. Airaeen or other .persons engaged in r' sv3,ation aetirities are eneour y related airport conditions :to `� 11.:FI►A=�SAFETY aged to report aatot ' ' airport maaagemeat,• the FAA or through the use of the National Aeronautics and r ', tors `have wee' ! ' Space Administration's Aviation Safety Reporting System. t `' airports befor ` ` of come,�a +�£Z ,9. �•VEHIGL£S{AN AIRPART5. Vehicular aatirity on airport mo�eaeat areas should" b►e f �be tnvolred`'iA:• ` kept to a mlaimua�. Hhere vehicular traffic oa airport operation areas cannot be ` � avoided, it should be carefully controlled. A basic guiding principle: l� that the. a-.' �3e�riesr aircraitt always-has ..the right-of-way. Some aspects of vehicle control and flan--�� :_�� ueas.:� ��;'�:. titivation are discussed below, It should be recognized, howeerer, that every air- � kv� port presents 'dittereat vetiicle requirements and problems sad therefore needs bo � {Gi•�re�•a, � � ladividualiaed solutions so that vehicle traffic does not endanger aircratC ,_� ;Part of tha,�pla operattotas. n; �:•, � ' � e: Advise;• a. Visibility. :.:;Vehicles -which routiae2y operate on .airport operations sreasj - � Airw-ayFacil3ti should �� ma t/dkr ee lagged for � daytime sislrbility and, it appropriate, .lighted ' �,��' "' for aighttiae operations. . Vehicles which are not marked,. aad lighted should be.. ,t�. d� E�urc A � escorted by oae�.that is equipped with tam ors coast:ructioa 'ao p �"l' marking sad lighting devices. (See., r..K < ;: r f ,� : • ,. `�' ��AC 15A/521Q-5o Painting, Harklog, sad Lighting" of Vehicles Used ,on as...Airport; - ,� ' ;_ � a `����;�; �, eurraat..�ditioa.) ,1�' e.-. FAQ; _ � ' , • �b. . Identiticatioa. It is usually.. desirable to, be able to., dentify visually � �� saPet�r plaa�.; , j� speailic ,vehicles �'raa:"a diataasae. It is-recommended abet radio .equipped<vehicles` .. �°`. n, C�iGQr``�Qp';. i pe '' wh�:clr'iwoutia®lei` oparata oa airport operat4oas areas .be per�aseatly marked :rith � . x� �� FAR P,xrL t3�-'' ` '` idanftityiag characters oa the sides sad roof. (See AC 150/52105.)„•Vehicles. � "�� ' �. , pe or with" magAaCicall � ?�,,; ; ` :, < �$ �` iaaedin8 intermittent identification could be masked with': to y 3��$ , �,r, , �ittached markers which are eom®ercially available.. Hheseeer..possible, ;��ehi�le�t ;, ,,�,,_� , �; ;, � j� :�, • �xy` should be purchased;,with the'recommended markings and lighting. t,~" � , � er, 4 n �s} r �. ,• c ;kot�_ie�bilitY. Construction vehicles/equipment. sbould have:automatic .� �F�14� � ` ` '�, � °,fi : sigaabliag;4deriaes ;to.aound •ao:alar� when"�e�lag 3n reverse.' , � t4 �.����_ tEONA�tp`�� ��,ic�jDk E + ,y ,- ; , s�,; �� - Di'rector,�Qf is .. � � t j } .. t t t� ,,,� �, �x = ,�L��.�� Par 9 C �t r xtt � 6.. Par 7 � ,��-z��s��• 5 � k t ���',,, i k �; . �4 .� w Fn�N�,4s?iW.aa....��..��.�,,,,eanttt:7��HSWgc:+2�ki M4hMt?w fab uyxY:kus'@ L,.�ti,�:r"�5-*�/y..b �'.« •,�,? _ �i . *+TEA l�- � .. R Fail Y•'� ,i t,.a.c xk. 7v f .t � �� .�� .e, t t}`� i .�'t�.�}� � �t. .. , 5x .s . t � '� 1 r r r -ti,Ly .. ,.._.—._..._.___...�..1....._..•.�.__..._......-�. __._.... � vi� iii 7+�'� �.�y-a .�� ^`h`irz Yu�,�° 4TO { .r•r . P. ¢ c � i 3 aF�ti i,t., i 7, y. _ � � � .. is i 5/31/84 AC 150/5370-1C • E +s� _d. Movement. The co ntrol of vehicular activity on air port operations are as Ss F of' the highest importance. Airport management is responsible for developing proce- opera- dares, procuring equipment, and providing training regarding vehicle operations to unsure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to .the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or, other means suitable for the particular, airport., The selection of ai. frequency for two-way .,and ` , radio communications between construction contractor vehicles and the air traffic f sur- control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ! ports, two-way radio control between contractor vehicles and fixed-base operators or other airport users should avoid frequencies used by aircraft. It should be i remembered that even with the most sophisticated procedures and equipment, systematic era training of vehicle operators is necessary to achieve safety. Special con- r- aideration should be given to training intermittent operators, such as construction se.r-- workers, even if escort service is being provided. a 'ion of 10. INSPECTION. Frequent inspections should be made by the airport operator or a con- representative during critical phases of the work to ensure that the contractor is light following the prescribed safety procedures and that there is an effective litter ;. ice3 control program. na:sto 11., FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- E A'a tors have specific responsibilities regarding operational safety, on certificated airports .before and during periods of construction activity. Their particular area x of cancers will be directed towards construction within safety areas, and they will ld be be involv0d. in the following functions: t be at :the l a. Review of plans to determine limits of work and possible safety problem deny.. areas* air- b. Give special attention to the development of the safety s: A y plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and teas Airway Facilities of the construction activities and the safety plan. Lghted d. Ensure that users of the facilities have ample Rbe p warning of the proposed tS izgn3truction so that they may make advanced plans to change their operations. E FAA Airports engineers and certification inspectors should participate in ` the predesign and preconstruction conferences if the project involves a, complez sr. Y. k safety plan. Also, they should participate in construction inspections and in the iiosPection or the finished work to determine that there are no safety.t�iolations to ` abt!eles FAR Part tag. 34 . 3. .. : .. Cically fl . ` ' a 3 Lc Director. Office of Airport Standards „ 4 f Par 9 7 (an d 8) { t. S r-i3,K ow' v,-,u.. ,....,,._. ...Y .... ...,.,.. m a W h :j.%.S' ' .7 u."l9 ✓ t 1 .S' 4: +,? .}'� y;:,� Shy::+'af�,y�'y,g� 1 7`✓�:�.fit�.kY6'� ... .. ,�,r.�r1y-/ it ..: .aF, '''+. �'..t +e ,,}"'rv' .31,E y , " e rE 4 , r i s 3 j 5/31/84 AC /50/5370 :�6Ii -d. Movement. The control of vehicular activity oar ai�porL operations areas is of the highest importance. Air L opera. port management 13 responsible for developing proce- a dures, procuring equipment, and providing training regarding vehicle operations to `4se1rL ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal 1lght3, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way �r d ' ., radio communications between construction contractor vehicles and the air traffic tlg stir-- control (ATC) tower must be coordinated with the ATC toner thief. At nontower air- ports, two-way radio control between contractor vehicles and fixed-base operators or other airport users should avoid frequencies used by aircraft. IL should be remembered that even with the most sophisticated users trains p procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- ;air- 31deration should be given to training intermittent operators, such as construction om set- workers, even if escort service is being ys, a: n6 provided. "tion of 10. INSPECTION. Frequent inspections should be made b the er:�.:con- �: . representative during airport operator or a Ali ht n8 critical phases of the work to ensure that the contractor is B following the prescribed safety procedures and that there is an effective litter ffiees control program. n ons to 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding during operational safety on certificated n8 periods of construction activity. Their particular area of concern will be•d.irected towards construction within safety areas, and the will ul.d: be be involved in the following functions: y of be t. the ! a. Review of plans to deter E mine limits of work and possible safety problem ,id, n- { areas, rlr air- b. Give special attention to the development of the safety ` part of the plans and specifications. p Y plan which is a '• i c. Advise FAA elements such as regional Flight Standards, Air Traffic, and { areas y Facilities of the construction activities and the aafet ( ' Airwa ighted y plan. be, d. Ensure that users of the facilities have ample warning (gee coastruction. so that they may make advanced plans to change of the proposed cto nge their operations. eel FAA Airports engineers and certification. a. the predesi n and inspaetoi°s should g preconstruction conferences if the participate in fety plan. J! project Snvo],ves a complex X..' Aso, they should participate in construction inspections and in the h2�lea i Pection of,!,-,' finished work to determine that there are no safet ,# 4 Adt Part 139.'"' Y iolaioas to leshby , . ..: � • 2es tit ' 7 Lc 4 2s LEaranRn`,E. IMMU Director. Office cf Airport Standards Pas. 9 r (and 8) 7 ; �t zf rvi�i�Y'f ` t«3: yy�ate>:.,a ra. :3 f,ik t - ., �. .',a .: ,•.«-,•"„ 4 tw tt .y. .y eta i } { 5/31/84 AC 150153'10-2f- Appendix 1 i APPENDIX 1. SPECIAL SAFETY REQUIRVIENTS DURINv COkSTRUCTION i 1. RUNWAY ENDS. Construction equipment normally should not penetrate tt:e 20:1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the air- port operator, the FAA and the users. I 3. TAXIWAYS AND APRONS. Nor mAllyo construction activity set-back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use that the activity is first coordinated with the airport o provided Aerator, the FAA and the � users; NOTAM's are issued; marking and lighting provisions are implemented; and it r is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An ,f occasional g passa a of an aircraft with wingspan greater than 165 feet should be dealt with on a case-by-ease basis. s 4. EXCA6IATIOH AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, r lighted and marked. In addition, excavation and open trenches may be withia 200 feet of the runway centerline on a case-by ba„3is,yi.e.,cablesd ..` Tenches � i, F , pavement tie-ins, etc., with the approval of the airport caperstor, the AA and the users. b. Taxiways and Aprons. Excavation and open trr..nches may be permitted the edge of structural taxiway and apron pavements p ed d to { ` quately signed, lighted and marked. provided the drop-off is ado_ 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be within the construction activity areas defined in the Permitted f Ir -' y Preceding four sections. !' hr: MAXIMUM EQUIPMENT HEIGHT. Notice of Proposed construction. shall be submitted to the appropriate Airports district office for revieca 'construction equipment on airports. The prior to the placement of 'r Po guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all cx�aatruation plans r� aad. ,apeaitcations require direct coordination with the appropriate Airports i district, field, or regional office. In addition, airports shonl.d file FAA Forms 7460-1 when equipaent is expected tb Penetrate. any of the suk^taers 'defined mtx>,va� Pa=`aBraP� l 2 and • • 3• ` Airport operatora acre`,reminded that FA R Part 157 requires {{ Yfit: Prior.:.notice to construct, realign. alter, or activate any ruc?wa /htcrdi sassociated taxiwa for an y Ag`a�raa ,er' : Y y pro3ect which is non-Federally tundea ` } '�?• PROXIMITY:.OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. . Construction activit r° tf R ''in '.thd vl.eiraity. of`navigational aids requires .special consideration Y The effect of the activity and its permissible distance and direction from the aid must be eval ted. in each instance. A coordinated evaluation by then airport operator and the { 1 . , AC 150/5370-2C 5131 184 Appendix 1 FAA is necessary. Technical involvement by FAA regional Airports. Air Traffic, aeatertimltob IT J Flight Standards! and Airway Facilities Specialists is needed as well as construe- o r ' tiou engineering and management input. Particular attention needs to be manag given to ` s�pilgx� materials as wel] as to We aovement and par.�king of equipment which'taaS sbs+�icLa` e�f, interfere with line-of-sight fro© the tower or interfere with electronic egtisatona. (See AC 150/5300-2D, Airport Design Standards-=Site Requirements for Terminal Navigational Facilities. current edition, for critical areas of NAItAIDS.) a�a '�edT a V,Pal a. CONSTRUCTION VEEIICLE TRAFFIC. With respect to vehicular traffic. aircraft ' are �o� ufp safety during construction is likely to be endangered by four principle causes: h aeon! :3.A U16do increased traffic MUM, nonstandard traffic patterns, eebicles without radio com- lcog tibn ii' ttb • municatioa and-marking, and -operators untrained in -the airport's procedures. �i t Because each construction situation differsp airport management must develop and " f .: '�• 'rF�a rdn coordinate :a construction vehicle traffic plan with airport usersp air traffic onLtr,,,i control and the appropriate construction engineers and contractors. This plans °, rite barr#,aads:� %then signed by all participants becomes a part of the contract. The airport cm) rporL opera ;. for is responsible for coordinating and enforcing the plan. YSr tioa� mad praper�, - r � wi't;h t'laauhi�'�e f 9. LIMITATION ON CONSTRUCTION. {;' flags, h L9,g�t j a. Open-flame welding or torch-cutting Nom.= ag operations ahe+ul.d bs rohibiteid unless. taatiod„on>�al+oed adequate fire and safety precautions are provided and have,been approved by the t ,ja :t f airport operator. All vehicles are to be :,,,� tcdnCrol Lootat�,_ Parked and serviced behind the =nstruo- ezan �ery3ssuiii .. Lion restriction line and/or in an area designated by tbe`&irport operator. ', b.. - Open,•trenchesg - escavations, and stockpiled material at the construction f. :Staffs site should be prominently marked with ore ded , ? �shal age flags and :lighted with..flashing •' aatloa� ma " lsiuvi yellaw>light :Units (acceptable to the airport operator and the FAA) .during hoatrs.of x r_ r restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning ditioela'`�tyi4�atis' t areas. r exl,aL a9. t'.Ci`tpl c. .,Stockpiled material should be constrained in a manner to prevent, moveanent. ,. „u ! �uoh a condi�iari stripes,,Rerpet� i� result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. x; be 'iplaoe+d .°, p),anad a ®a�imum ro. NARXIi�G AND LIGHTI@IG or CLOSED OR FUZARDOUS AREAS ON AIRPORTS. The construe shoatlei tion specifications should include a - (7•S,m) 3.er lacr+gti! Provision requiring the�contractor to tiarre a { man on:<"Cail 24 •hours Per day for 'emerg©nom► maintenance of airport hasard lighting, ' ' and barricades. edges of9e . tali a; Per�anentls Closedtunways and Taziwava. tioisufl,i 'uitl4rp�r - have heart'.. t:or- runsraya, and . wbiab use b `airr ► 'L. perman•otly closed; the lighting: circuit:s should be,.disconnected . i�itb rna�ral 0 than, threshold:.markings,=r=way dens ignition mase'k3ago, and touchdown ao4oa 1 R6 r markiagm uhoold::.bs oAlit®ratod, and' crox3es should -b• placed at; •seh •nd 'at a 1,000�fooL (300 M)"intervals. 1�ith' tazltra s t.11% y 4P1 x ,Bi I�Q y _Cross is v ill�Ot�t the d®sed `taziiaay:` a . pla�o•d at each taitraAm• or¢ i soul b. : few rarilr Closed Rnn�rars and Taieiways. duri�L3C► Tenporarila, closed rgawa o -` treated 1M tb• • =nnor a�4 in pa h l C =1 4 , ra6r'aP t 0a except runway; markings. are;,xL sibli- tested• :Ra then, y croaaes usuall of the p yT i '�. ... .� to Orary. .t�pe .(Cons�O.lYted of gg z i 5 r U 3 I�P II 0011 ?t x 31/84 " �L • AC' 150/5370-2C Appendix 1 4 . ffiC, material such as fabric or plywood), and they are' required only at runway ends. construe ht crosses should be located on top of the runway numerals. Per temporary j gven to` ` � rking, the dimensions of the crosses may be reduced to permit use of standard wb� h i�sy . sheets of 4-by-8-foot 0.22 by 2.41 m) plywood. Temporarily closed taxiways are 'ions; usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways arc marked as in paragraph 10b, and the airport beacon is turned off. When all runways raft j, are closed permanently, the runways are marked as in paragraph 10a, the airport wee; beacon is disconnected, and a cross is placed in the segmented circle or at central did com- location if no segmented Circle exists. : ,r op and d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. p1Aa� { The barricades are supplemented with orange flags at least 20 by 20 inches (50 by rt '' 50 cm) square and made and installed so that they are always in the extended posi- �opera i y tion and properly oriented. For nighttime use, the barricades are supplemented ` with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's). The airport operator, should provide infor- unless' oration on closed or hazardous conditons to the local air traffic Control facility (control tower, approach control, center, flight service station) so that a NOTAM true can be issued. f. Stabilized Areas. eti®p Holding bays, aprons, and taxiways are sometimes pro- ided with shoulder stabilization to prevent blast and water erosion. This stabs- 'P nation may have the appearance of a full strength pavement but is not intended bourn ot: tt _or aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where Confusion may E { exist as to which side of the edge stripe is the full. stre th { such a condition exists, the stabilized area should be marked withe3efoot (1 Where sement stripes ,perpendicular to the edge stripesOn straight sections, the marks should att ', be placed at a maximum of 100-foot (30 m) s x, pacing. On Curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes .. ` should be extended to 5 feet, (1.5 m) from the edge of stabilized area or to 25 feet RstrYC t (7.5 m) in length, whichevef` is leas. � g. Runwayr Shoulder Markin. Usually the runway side stripes will indicate the t t Y edges of the full strengVs pavement. However, conditions may exist, such as excep- tionally wide runways, uftere there is a need to indicate the area not intended for use by aircraft. In Stich cases, chevrons should be used. ' Milli t 11., TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway . X35 ' 4 threshold displacements should be located outboard of the runway surface. ythese .. t os "ot could include outboard lights, Runway End Identification L ights `(REILS.)o and 7 markings. The extent.of the marking and lighting should ,be► directly' r, o 'the t r'f duration of the displacement as well as the t pe and level of•aircraft activity. Satz obis-� Y I; ! ry t { s ! tr 3 .(an c! 4), t f Y Y•7,� r. Y .: t f Y i t•f. i f � .i tS � t i 1 .h r �'1 1 r •. � 1 k t t, t •�r rt° t�'�. t k� .� i t �{G 2 � .,: ir.t �'�, "Cj s�3`"P�• , } y k, :. 4•�Fr '.r' .rr„Sf i .-t,S X '{ ,� t f r s < r.t r ,+ t •.t t t .+ s 4 ! r� tt 5 st ixFTt }1ry��MFr�+•an ti�k •t`t td ',r t � i tic. t: �,s t , �i�,f�ir" .+; ui++C 7 2 r ;t � s t t 'L�• 1 ."t ° f't n .i }' ''��;� �k`ytr�{�y�}��i�+ �: '" 1• > t + .� t � C I � y S,?� � f .!({� t �:. • � n9a 7�: ��:�1•yt.� 2 c�fi ,K � � r { ! { t J ' r t;'.,� f� s ie s• d `��t : <�Tt�,�F'�t•�.n kYt� ; � 1 .+.� 4. y.� '�rc t �j a.4 i' tct�. � fn p-xJ � 'r T .r: 2 ti e � ; ��s .. I '. F S.. '.. r � `".J"4+'r-i r t?•"t;trz!Ci�Z;w+?�•'. r,�a {'.f�J s n y; .t• aq�.� ' � � .�1��.1! ,. �.1.�5 ; }} fi `d '�I � t ' '.4 �b' .. �• d Y 1 t"'^�.'�*4r.ty t` f M1,f:• �M�'i"F��:w.j�l'32'S�:k ��.: ...G,. Ja �... � ��x �'Y'i �"l � ..: f Y [� � .�, .''r!��+.-..tic, .;.�t ,� #z t� a t :i r a atk t�yr f f �4 i,�. i pts}tre;�7�C'•r? 4�.7r�5,tJ,�fi+n.vx•?lti. ""y7'6 �'�F{�y->;S �'iT"T'• y.r'� ,t t I' �;i� Est �f t s y + 's ;4 .3w�. #k..� t.�.�.`w�_h^"E p7'rC•i„r�y it � c��•s •�.r �ysi��Qr�Jtz,�{y.rt.�*��15.rf SA� .�.2.� /�, f�, ) �.. i 6 ': t .0 + a `al r:3 n.�y..F�g�r,�s�a �yfu f:.. r r � w X"�7d r yfi3';,�y sc� `r � f � � � � i� t''• � � t �`�� + � � i�'��X 1 t 5Ft iy£�2}� >>axiom •h�2�J�� '�L � 'k�}aSJt'�C G<$ °"5K1 vj¢.,1ti t :G k:.t �t�y,;r r .d.�.; S r t �.:i! �'r 4 ,.t t. ., `�r l jry ;��d� ✓ Yy r�.;g°'r'� "h,�i, ��t'4.YY �i?� �1f X;yr_y�;°t�.�<}.�+#:.Y } � .:'S �0••�1 '( .h c F F ro r 2 �rf r �' �� �.•t'KYrY$.r d 9*,�.X�:q��� .,$,a ytrts.�� ai: {r3 �� ar yi '�+. c. + t 't� a a 3.°�# 2 fit, i .1,,+yt�'"S.fl��YaJ t �`•��'1, .« j�, t r`` S� �3h'^�' � Y xl J !� 1 � .'+ t t'.k' 1 ; i>yy,, � ���t�F���,�•`.`�5Lt.,�vi. i+t aP yr�.glr_F,. �� }s, r r x L i .c' � � = r f.. t, 5r C .i 2 j.�;1 titryl�7/2�� �r�•^r' „��.� h:�il`..�j X�� sa Y'a ° .yt � t f F? ; :�i.• �r z'� t�. r y �� Pk �(..�^t ' c ye nFi +it�}(rs4•��' 4t F.�>s� t 1 I t fi.J�,�'.Y4F ll S�+ib��`'t#'+� ��.r"i JYy��:4 S�•f i 4 `� ?ri •f j �n :^t G � {l r r �. h 'j. }�1 ,ia��5�! r < ' �, .L$" � :y7 A J '.., ��` i ,. .G Y; a ✓�.A'�� 'S ltt?{� `r'L yS... .Y.'�,3.*.ti rk.�...i:$:a:.:,..x.-iiw.;,,:1:. ..Y,,..;,::_k...,..�.,.,. . ,.., ..,. .., � .. �. + �i 2 i,s +k�,.3 1 S �'.�)fit r}�S_. "�t'��� ��� •.x. LAtO OePT ---- RECEIVED f n IN w Ie LEGAL DEPARTMENT CITY OF JEFFERSON June 5, 1998 Mr. Thomas B. Jones,P. E. Wastewater Utilities Division Director Department of Public Works 320 E. McCarty Street Jefferson City, MO 65101 y t JEFFCITY f Covington Gardens Wastewater Lift Station i a Jefferson City, Missouri ' B & McD Project No. 98-319-1 Dear Mr. Jones: Enclosed are the following as evidence of insurance coverage in accordance with Attachment "C"of our Contract: I , 1. Certificate of Insurance from Burns& McDonnell. 2. Insurance Binder for Owner's Protective Liability Insurance from Burns & McDonnell. You should receive a copy of the policy in the near future. 6 3. Certificate of Insurance from our subcontractor, Aplex, Inc.. i If you have any questions concerning this information,please let me know. t. Sincerely, 1 f l Stephen A.�Yonker, P. E. : nrsaetrs•ruuarters•eoias+nrurrs 9400 Word Parkway tf Kansas Cry,Hood 64114.3319 rz Tel.816 333.9400 f " Fax-816333-3690 http://www.6urasmcd.= i S .--v„ WWIft rx ft dy Y. ��� —_� __ – ii- "– �.� • ��� – _– : .. ,i v.., :,. .. . r. .. .w.. i t.t.Af d.. CERTIFICATE OF INSURANCE ►$SUS 28-9 $DrYr► PRODUCER 71 THIr CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE Lockton Companies DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE .0. Box 419351 POLICIES BELOW. City Mo 64141-6331 COMPANIES AFFORDING COVERAGE z COMPANY LETTER A CONTINENTAL CASUALTY (CNA) LETTERNY B INSURED 70093 BURNS & MCDONNELL ENGINEERING COMPANY C 1 LETTER CO., Inc./ATTN: DIANNE PRUSIA .�.-.- P.O. BOX 419173 COMPANY 7L Q KANSAS CITY MO 64141-0173 LETTER D [ ..� COMPANY E LETTER COVERAGES 23A ` THIS IS TO CERTIFY THAT THE D,NOTWITHSTANDING ANY IREQUIREMENT,TERM OR CONDITION OF ANY CONTRACT ABOVE POLICY CTT OR OTHER DOCUMENT WITH RESPECT TO INDICATED, THIS BY THE POLICIES DESCRIBED CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAOY HAVDE BEEN REDUCED BY PAD CLA MS.EIN IS SUBJECT TO ALL THE TERMS, POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO Co TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY) DATE(MMIDDIYY) w LTR GENERAL LIABILITY GENERAL AGGREGATE $2,000,000 A x COMMERCIAL GENERAL LIABILITY 300223689 12/01/97 12/01/99 PRODUCTS-COMP/OP AGG. $2,000,000 CLAIMS MADE x OCCUR. PERSONAL&ADV.INJURY $1�W,004 OWNER'S CONTRACTOR'S PROT. EACH OCCURRENCE $1 1 44�,ow FIRE DAMAGE(Any one(ire) S1 s 000,000 MED.EXPENSE(Any one person) $1��?00�__. " AUTOMOBILE LIABILITY COMBINED SINGLE $ , � 700223690 12/01/97 12/01/98 LIMIT 1,0001000 i ANY AUTO t x ALL OWNED AUTOS BODILY INJURY S s A X SCHEDULED AUTOS (Per person) XXXXXXXXXXX x HIRED AUTOS BODILY INJURY S x N014-OWNED AUTOS (Per accident) XXXXXXXXXXX GARAGE LIABILITY PROPERTY DAMAGE S XXXXXXXXXXX EXCESS LIABILITY EACH OCCURRENCE ~$XXXXXXXXXXX I AGGREGATE $XXXXXXXXXXX j UMBRELLA FORM Not Applicable OTHER THAN UMBRELLA FORM �w ----- - 1 X STATUTORY LIMITS t ( WORKER'S COMPENSATION .� EACH ACCIDENT A AND 304223688 12/01/97 12/01/98 $5001000. �f ! DISEASE—POLICY LIMIT $5001 000 1 i EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYE too j OTHER $1,000,0001 S 11000 A VALUABLE PAPERS 117316791 12/01/97 12/01/98 DEDUCTIBLE DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS t PROJECT# 98-319-1; (STEVE YONKER) CERTIFICATE HOLDER CANCELLATION r f SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE r.,CITY OF JEFFERSON CITY MISSOURI EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 7E)4('(@f���14XX4IX 20 EAST MCCARTY MAIL 1D—,DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE f s � EFFERSON CITY MISSOURI 65101 LEFT, ( �� A,7�►Y'tlflll�lRf2► ". ATTN: TOM JONES AUTH ZE0 EPRESENTATIVE ACORD 25•S(7/90) ORO CORPORATION 1 90 f r "_"�".....�'..._.._. . DATE(MMlDDY)CR PAACoR INSURANCE BINDER 06/02/98 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER No Ext: 913-676-9000 AM.;. COMPANY GIHDER� 21914 Exi): CNA Insurance C_o_m an 11VE IN .%ton Companies/Kansas City DAIS _ TIME DATE TIME O. Box 419351 i X AM X 12:01 AM Kansas City MO 64141-'6351 006/02198 _ 12:01 PM 1 08/02/98 NOON _ I THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY j CODE: SUB CODE: PER EYPiRIN4 POLICY$: s DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY(IncWdlnp Location) ! CUSTOMER 10: BURMC01 1 INSURED Covington Gardens Wastewater Lift Station Route C 6 Rock Ridge Road; Jefferson City, i City of Jefferson City, MO MO #98--319-'1 (S.Yonker) 1 320 East McCarty ! Jefferson City, MO 65101 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS _ AMOUNT DEDUCTIBLE COINS% PROPERTY CAUSES OF LOSS BASIC BROAD❑SPEC f ! a GENERAL LIABILITY INSURA GENEPJILAGGREGATE $1000000 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO $ CLAIMS MADE L_J OCCUR PERSONAL 3 ADV INJURY_ $ X OWNER'S A CONTRACTOR'S PROT �• EACH OCCURRENCE $1000000 • FIRE DAMAGE(Any one fin) $ • RETRO DATE FOR CLAIMS MADE: MED EXP(Any one parson) $ AUTOMOBILE LIABILITY �rw COMEINED SINGLE LIMIT $Ike ANY AUTO BODILY INJURY(Par person) $ ALL OWNED AUTOS BODILY INJURY(Par accident) $ ten, SCHEDULED AUTOS PROPERTY DAMAGE 3 HIRED AUTOS MEDICAL PAYMENTS $ N014-OWNED AUTOS PERSONAL INJURY PROT $ UNINSURED MOTORIST $ i $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT $ OTHER THAN COL: ! OTHER i GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO - OTHER THAN AUTO ONLY: EACH ACCIDENT $ _ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELFaNSUREO RETENTION i -- STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND EMPLOYEWSWBILITY DISEASE-POLICY LIMIT $ DISEASE•EACH EMPLOYEE $ SPECIAL Blasting, explosion and collapse coverage included. CCOO�NEDI�TIONSI COVERAGES NAME S ADDRESS MORTGAGEE ADDITIONAL,INSURED LOSS PAYEE 1 LOANS �r AUTIi0R0 EPRESE Ile ACORD 76-S(12193) NOTE:IMPORTANT STATE INFO TION 0 67ACHED PAGE CACORD CORPORATION 1993 a S� n; .. .. j . i CONDITIONS i This Company binds the kind(s)of insurance stipulated on the reverse side.The Insurance is subject to the terms,conditions and limitations of the pollcy(ies)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective.This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions.This binder is cancelled when replaced by a policy.if this binder is not replaced by a policy,the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. l ! r = 4 Applicable in California When this form is used to provide insurance in the amount of one million dollars(51,000,000)or more,the title ' of the form is changed from"Insurance Binder"to"Cover Note". i t f ? j Applicable in Delaware The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a lien on real -` property`shall accept as evidence of insurance a written binder Issued by an authorized Insurer or Its agent if fi ,,,, the binder includes or is accompanied by:the name and address of the borrower;the name and address of the ,'. lender as loss payee;a description of the insured real property;a provision that the binder may not be canceled , within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten(10)days prior to the cancellation;except in the case of a renewal of a policy subsequent to the closing of the loan,a paid receipt of the full amount of the applicable premium,and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 =r Applicable in Nevada i� Any person who refuses to accept a binder which provides coverage of less than$1,000,000.00 when proof Is +� required:(A)Shall be fined not more than$500.00,and(B)Is liable to the party presenting the binder as proof, r z. ' of insurance for actual damages sustained therefrom.: ACORD MS(12193) , � r V f `«l% .:.i`.< •4!f .1 Z it 77........ems°_=mss } s t . r i ` ACORU CERTIFICATE OF LIABILITY INSURANCkp' N2 X- DATE(MMIDDYY) FLE1 PRODUCER 06/02/98 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Naught-Naught / Jefferson City ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1441 Christy Drive HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 0 Box 1768 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. fesson City MO 65102 COMPANIES AFFORDING COVERAGE COMPANY Phon.N . 573-634-2727 FaxNo.573-634-7762 A General Accident INSURED COMPANY B INSURANCE R IEWED I COMPANY I Aplex, Inc. C �. Rt. 1 Box 221- A COMPANY Linn MO 65051 COVERAGES j THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO I TFF OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MIWDD/YY) I DATE(MMlDD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 A X COMMERCIAL GENERAL LIABILITY * CGL5024003 03/23/98 03/23/99 PRODUCTS•COMP/OPAGG 52,000,000 CLAIMS MADE ! X OCCUR PERSONAL 6 ADV INJURY S 110001000 i OWNER'S d CONTRACTOR'S PROT --� EACH OCCURPENCE $ 11000,000 FIRE DAMAGE(Any one hre) S 300,000 MED EXP(Any one Person) $ 5,000 AUTOMOBILE LIABILITY A X ANY AUTO * BA0253588 03/23/98 03/23/99 'COMBINED SINGLE LIMIT �S 1,000,000 I ALL OWNED AUTOS i SCHEDULED AUTOS BODILY INJURY(Per parson) S I ( HIRED AUTOS I , I BODILY INJURY I NON-OWNED AUTOS I ;(Per accident) S ? i PROPERTY DAMAGE S t I GARAGE LIABILITY AUTO ONLY•EA ACCIDENT_ S I j ANY AUTO ! OTHER THAN AUTO ONLY: EACH ACCIDENT!$ AGGREGATE 'S j EXCESS LIABILITY j EACH OCCURRENCE is 1,000,000 A _}{ UMBRELLA FORM CUB0147218 03/23/98 ' 03/23/99 ;AGGREGATE s 11000,000 I OTHER THAN UMBRELLA FORM I } 1 S WORKERS COMPENSATION AND WC STATU• OTH•' i 1. EMPLOYERS'LIABILITY I TORY LIMITS i ER ' I I 1 EL EACH ACCIDENT !s500,000 A 1 THE PROPRIETOR/ ��INCL WC0333361 ! I PARTNERS/EXECUTIVE �—�' 03/23/98 : 03/23/99 '1 EL DISEASE•POLICY LIMIT !S 500 000 OFFICERS ARE: I EXCL! ELDISEASE-EA EMPLOYEE'S 500'000 (OTHER r � � I j I DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS Prrect: Design & Construction of the Covington Gardens Lift Station near Jefferson City, MO # * Additional Insured: Burns & McDonnell Engineering Company Inc. and the City of Jefferson, MO. CERTIFICATE HOLDER CANCELLATION BURNOOZ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Burns & McDonnell Engineering Company, Inc. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 9400 East Ward Parkway OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Kansas City MO 64114 Atrr 9p EED REPRESENTATIVE / LACO ACORD 25•S(1195) 7ACORD CORPORATION 1988 ;' •