Loading...
HomeMy Public PortalAboutORD12144 Frr}*?SiX M2�4 7; < ' BILL NO: 94-79 SPONSOR: HAAKE ,r ORDINANCE NO. 12144 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH THE MISSOURI HIGHWAY AND TRANSPORTATION DEPARTMENT FOR A BLOCK GRANT AND A BLOCK GRANT AMENDMENT TO FUND IMPROVEMENTS AT THE JEFFERSON CITY MEMORIAL AIRPORT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk of the City of Jefferson, Missouri, are hereby authorized to enter into agreements with the Missouri Highway and Transportation Department for a state block grant and a block grant amendment to fund improvements at the Jefferson City Memorial Airport. Section 2. The agreement shall be substantially the same in form and content as those attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: _ � �,, 4d Approved• 4 Prq§Wng Officer Mayor ATTEST: W;q,i CleVk AdIlk 4L.«•i�"�.`�.w....;r�LL��...� I..cM.�'4....�s.F,.r `a�.`3.¢��^h�:..� �� ,,... .»tr!1 .�i3..1 .,�'�. :.n•...X tp& q'r MissOu n Highway and Transportation Department CAPITO l Ave-Ar JEHIERSON St-, P.O. BOX 270,leFFE.Z.Ctry, MO 65102()14)751.2551 FAX(Y14)751-6555 November 20, 1995 The Honorable Duane Schreimann Mayor 320 E. McCarty Jefferson City, Missouri 65101 Dear Mayor Schreimann: ' t RE: State Block Grant Project Air 935-40B G ' Jefferson City Memorial Airport Disadvantaged Business Enterprise Based upon the revised scope of work, the DBE goal for professional services has been adjusted from ten percent to zero percent. If you concur with this revision, please have this letter signed by the individual who signed the grant in the space below and return this original for our records. Paragraph 21 of the State Block Grant Agreement is hereby amended accordingly. A copy of this letter should be attached to and made part of your copy of the agreement. E Sincerely, Jo Mickes C ief Engineer im/ww/pr-tr Copy: Glenn Helm-FAA Accepted: Date /A - 3 S 1" Signature Title Al a Of a r OUR MFSSFON F3 f0 pROVjdE A pUAjjry 1RANSpORiAiFON SyS1EM 1j/4►RESpONdS r0 MISSOURIANS'dEeuNdS ANd ENhANCES rhE SiAiEt gRowrh Atvd pROSPERjry,M t y t,.s. _ •3}, t: +t tr3, }..l T .. S ( 11 • t r rt t /�Ll���S�t 2 tS i T• f a� _, i �7, j a4 i Miss un Highway and J5 Transoortation DAmy%artment 7` IP , CAp1To1 Ave,.%T JEffERSON ST., P.O. Box 270,JEffertsoN CiTy, M065;102(f14) 7512551 FAx(314)751.6555 January 24, 1396 The Honorable Duane Schreimann Mayor 320 East McCarty Street Jefferson City,MO 65101 .. Dear Mayor Schreimenn: r RE: State Block Grant Project No. AIR 93540B ,:. Jefferson City Memorial Airport Construction Observation Program .r Notice to Proceed We have reviewed the proposed Construction Observation Programs as submitted by the engineer it and the city. The city's proposed "not to exceed" cost of$6,315.70 for force account is acceptable. The proposed fee for construction engineering services by Bucher, Willis and Ratliff is acceptable subject to the alternate overhead rate of 132.77%. Also,'the enclosed standard for the construction observation program for nonpaving projects should be utilized instead of the one attached to the Supplemental Agreement#1. Please send us an executed copy of the revised Supplemental Agreement#1 to the engineering agreement for -u construction services. We are authorizing the City of Jefferson to give Strukel Electric, Inc. the notice to proceed with construction. Please supply us with a copy of the notice when it is issued. Sincerely, Glen Stratman Construction Inspector=Aviation ck Copy: Glenn Helm, FAA Enclosure Vult MISSWON JS To pwodE A quAMy rRANspomrlortl sYswm YkAr nEspoNds ro MISSOURIANs'dEMANds ANd EAAWES rhE srArr's gROWr,h ANd PRospERIry." i •. l sr. � rx4 s� r�.'t�.4„r�j�?'>i �t�k4 'rt d ' s.. r s ° 5 1'.:n�,t€€". ��a x�r .{. � �}�-.{• eY !,*.ihS,,f��. �f};l 7Y 1�,y,. N}+4 Jf R• '. ...'i,. � .:{d.h •y�. YAY 1 M1n4. '1 �Y JEFFERSON CI'T'Y MISSOURI 5. n CONTRACT DOCUMENTS/SPECIFICATIONS FOR JEFFERSON CI'T'Y MEMORIAL AIRPORT t t JEFFERSON CITY, MISSOURI mot` n >A:n4• State Block Grant Project No. AIR 935-46 B j Airport Lighting and Flood Repair August, 1995 or- v Wk �F 6YNTIAA � s BER :• •.., E-23274 ; ,��•.. �w.re .••� 1 's t. 191111® BUCHER, WILLIS RATLIFIF ENGINEERS a PLANNERS ARCHITECTS rtm 4 'bhrh �•X Yl,!s"�r" {J r* ;Y l '.` x t t Ns :.:.,+...•. i 7 t f •� `Y<y�7 s k'y�4k�i' ltJ e�i p C1�S rat r�'^�"��!,�A'' f"{�srg�y{d�lr{ ti�' ,� T � 7 .x 'a x� F `(�� �l�,Jk � •a t �+ 7h1{p`zJU J>! #t'<4iru„'wts", �'�'•:j rFi,� z�,•.w'.t✓+�cYt�'>i2 ay{�s zk`,3j� �-x'�`riSt�fS.iw'�} ''-+�ult +t'� t't�"r3'tr, ••��`'�»�;�6 "�"P+�n' !' �� �`'~ .-r� '.,rte tF Iti, � } is r ,'� �y4 C rJE 1 {a,I G}��z�r�it L � •'!a }� ',S Jy zti d haris'xrt`+tI t!e � s ;7`a �'�C4'�1 r}1 "}>� � t7" .i� ��f�;�y,� t '�i+t ttt{' �' a F,� A''•it +u J >. t�sir l�r rJ.r t a ti7. �` •L$ � ,y[ J'F' '�Y�C�,,r ��,� ;q S' t :'"?i' i M1;nr , �rri iS� 5 iiC,�s+�)+,�' c'�r" t ,,jA- +4Yt 5{3.r�y�...�"t� • � r d ���lt � �Sr.3Y`�4 t;iy1�'; v s +� yl aS"t .t'.��r f.5n. tr'r,,� } y>Fe:•'( c a ., j��� '• �' .✓ �4a,}, #�1`t i.t t t {tr +�. + q4� ".'S�t s�4rk k ` � �„s'- • 0 r �i. }�,}t y�"v' ���t1yF`- i.•-�r•, b1,4e`' y '�' I� r kfE '''t{4 (q°. tJ�3 �r ,�';,• 581�*x''sl 1x4 s: stpk t 1 ��r '` V• }ik. r w t���1�� t. F' yf. a ��,'wrl }xi: � c :•{,ni „11 JwYf ( t Y E NtT.dr 3` tp � TR r }%rwk�tyal.,�. pit}�, ,,.t .�• t t�,•, ¢ � vt .��^, .. xr . . '..... .t� ` ..t::•.11 i i 1. Sf '�:' 7t t mtt ..! 2' £'+, �Y .1+�♦f� �. _ .. _ �11V�__`.i. _ . _ � _ _..: ..rw. \ _. .. ,. .., . .,,.. f�.f:.e..,Rr. llr.i..•Au' _ ' �"' ,� •�,r' Ff�+'�; `1'+t�'�`+3�;.s°� tar'! f3 @.';a Y , ,. �}T� ytj vl� �fl� N". �'s�a,a yy �"1< � � ' .. ,� t •;{ 7 ! .a,,c,,< v +t} i .i .£ fiytr�.;�fi .�FSi 1 *'fk+�. I> �{ �'�•�' � I f7r. .t :}� A F ": r � u'� C�``J S 7 i t sx.�. i ...', r., !t4<'{t9;1 p r>s u y•'. I {! I,j" I I, p( *i.• �,Y �. � 'y C Tfl`; {.,t•�'i�q¢'' .ti)(a{Lf` z{1 4�+'itJtt•t 1'�,1 /`�A..�L�IJ y J 3 h 7v �T+.� vi � ",�(jh�'/:�.�'dye'}${ �kA}T$��y II+ ��....�� �" � �•.y�v=�4 �,�: 7,�� '4 cl}X� }u e'•�%y?�1"a�,a�,�>i'�}c i1 ���;,� c t'51��'r i` tk���,L�+e�'t'�K tSS{�.Is��$. Y'� �,�r{ �1 'az.s f+r ��r i �=G�,r}n f�'�a13jl:��u't3r.tsr�'Lt "v�k. Y,�Y•'t t.q f. :1`r ttfa4`: t f tAG Rn J L �.• ♦ 'ty slr..T/' •..Jr.4:..r.,, •l�, .�"`+:. 'e ��i(di?J..9 .,, R �. .:,�'• , 't, •° ' THIS CERTIFICATE IS IS5UED AS A DAATTER OF iWFORAAATtSIEt QNL"l i=,t ' '?�� PRQOI►c "'. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS ICEI TIFICAT �' Steve Elliott Insurance Agency, Inc. DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED By 7"P:• 809 N. Broadway, P.O. Sox 608 Pittsh _-••:,�, urg, KS 66762 COMPANIES AFFORDING COVERAGE . 'AaT COMPANY A ;., LETTER Continental Western Insurance COMPANY B 1� c° .e'� IN�UREO LETTER { COMPANY G+ t� Strukel Electric, Inc.. LETTER t 1375 N. Walnut Street COMPANY Girard, KS 66743 LETTER +� ;�''-s;• COMPANY LETTER E ;1 COVERAGES } k 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 b 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. ' ICO POLICY EFFECTIVE POLICY EXPIRATION LIMIT TYPE OF INbURAHCE POLICY NUMBER DATE(MMIDDIYY) DATE(MM1DD1YY1 a •'_:tea' I'.' GENERAL LIABILITY GENERAL AGGREGATE II 1,GOO,OOO � kt A X COMMERCIAL GENERAL LIABILITY PRODUCTS•COMPIOP AGG. $ 1,000,000 CLAIMS MADE X OCCUR. H-5121 7/16/95 7/26/96 PERSONAL 8 ADV.INJURY S 1 i 000,000 y f , 1 ,UUUEACH OCCURRENCE OWNER'S b CONTRACTOR'S PROT. GOO . 4' •. lr't? FIRE DAMAGE(Any one lire) S 50,CIO Q' XUU s Art i —_ ,___--• MED.EXPENSE(Any one person) II 5,OO ), AUTOMOBILE LIABILITY' +� COMBINED SINGLE r ANY AUTO 7/16/95 7/26'96 LIMIT s 1,000,000 H-5121 ' b # ALL OWNED AUTOS BODILY INJURY II •,�. : (Per person) .;➢ A1�:•,gyti " _ X SCHEDULED AUTOS s tr X HIRED AUTOS BODILY INJURY II 4 i< X NON-0WNEO AUTOS (Per acci0enl) �..'. r. GARAGE LIABILITY. !«j PROPERTY DAMAGE II 4' EXCESS LIABILITY � •EACH OCCURRENCE $ �! . ,z. . UTABRELLA FORM AGGREGATE S tY r OTHER THAN UMBRELLA FORM I STATUTORY LIMITS WORKERS COMPENSATION I" • . EACH ACCIDENT' S .100,000 1. A AND H-5121 7/16/95 7/26/96 DISEASE—POLICY LIMIT II . .: 500'000 ) "•r EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE OTHER BESCMPT101i OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER. ~CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED.POLICIES BS CANCELLED BEFORE THE. City ,o€ Jefferson City 320 E. McCarty ty . EXPIRATION DATE THEREOF. THE ISSUING COMPANY Will ENDEAVOR TO " of fersOn C;ty, N10 65151 MAIL A DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ' LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO,OBLIGATION.OR LIABILITY OF ANY KIND UPON THE COMPANY.ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE ACORD 25.5(7190D a)ACORD CORPORATION 18si0 iri<' 'I• :i."W:� tY '4y�F [ lF.t s" t. iat.'l� �.G,y i�- -;yff;,s;� r' ?� , .,�' k` �'' }.,:�`' (t'yc✓'-"!rs'y5'.n� t� �""#!=1 i ��y>`t'.,J' ��r. ,Ir^. 5hCC1 :,�4 � 1Y'•' 'Y' i�5�. L� ��� y�, 3 y Y Y 4�1�, �.t . � e ` {{�� <,fi .� � �r�,At�Y,1?�`'�..t .� ,:t�` ����}+���t.,.. _,�� �i" •tv`'r Ihr.• �T q t�;Z 1 v,a, ..�.� _...�f. t. A.. �. )d :%!� t ,i,?}'�`U• ,' l y ,t 4r t .,r �.,v.. 't 14+,�Y;�., �'�i�.�,'.�,. .,.:,1..�} Y `S+Ui�'A�. ..;�.t.t .i�R Fd'^"tl• p` ?+,'r� +f r>ay.r K c't ,��'`. r �x''`� wy�t ,�..• fT� s�+th7�+ {T k �j, N9,'• 1 CITY OF JEFFERSON,MISSOURI "r CONSTRUCTION TO THE JEFFERSON CITY MEMORIAL AIRPORT STATE BLOCK GRANT PROJECT NO.AIR 935-40B ,t ADDENDUM NO. 1 'a September 14, 1995 TO ALL PROSPECTIVE BIDDERS: A. You are hereby notified of the following amendments in the Contract I Documents/Specifications for the subject project: `` 1. BASE BID NO.1 is deleted from the project.Disregard all references to Base Bid No. f 1 in the Proposal and the remainder of the Contract Documents/ Specifications. 2. Delete the last sentence on page NB-8 of the Notice to Bidders beginning "It is anticipated..." and substitute the following: "It is anticipated a contract for Base Bid No. 2 will be awarded on or about r' October 3, 1995. A Notice to Proceed will be issued after sufficient time for material delivery and when weather conditions permit:' 3. Delete the last sentence on page P4 of the Proposal,beginning"All work designated as flood repair..." q; ' x 4. Delete the State and Federal wage rates following Section 2 and replace with the ' enclosed updated wage rates. S. It is anticipated that the majority of the Base Bid No.2 work will be completed with only short term daytime runway closures which will be coordinated through the Air 4? Traffic Control Tower. When Runway 9-27 is closed for construction of the inpavement lights at the Runway 12-30 intersection, or any other occasion which 4 , requires overnight closure of a runway,the City will provide the temporary closed runway markings and the Contractor will be responsible for installing and removing the markings. B., You are hereby notified of the following amendments in the Plans for the subject project. 1. BASE BID NO.1 is deleted from the project. Disregard all references to Base Bid No. 1 in the Plans. All bidders must acknowledge receipt of this addendum in the space provided in Item No. 14 on Page P-6 of the proposal. Failure to acknowledge receipt of an addendum may be cause for rejection of the bid. ACKNOWLEDGEMENT OF ADDENDUM: Upon receipt of this Addendum,you are requested to sign and return the acknowledgment form enclosed herewith by facsimile to: Bucher,Willis&Ratliff ATTN:Cindy Hileman 7920 Ward Parkway,Suite 100 Kansas City,Missouri 64114 FAX No' (816) 363-0027 i} 4 r Ns KO, 10 0 -i�.o'. -�JO- V IV ft",J-4 fql, �i5 1xv Al v,.- 96-1 W.,"'i ijWl Wil. 41'4 41- tr" 41 IW 'fir -gjAl ' .d`, 1pi °} , YLt""1""ri +'7k3{:�,�" it '��k 44'*``},h,'HgtEC{r�s,#4{}ga�fr air { '+ati"S,e4.S�y�7:kgcki.. �Ut➢}'}{a '!a+-t+'di sr ix JEFFERSON CITY,MISSOURI JEFFERSON CITY MEMORIAL AIRPORT A�t STATE BLOCK GRANT PROJECT NO. AIR 935-40B V NQTICE TO BIDDERS ;- Date:August 27, 1995 i F:1 if The City of Jefferson will receive sealed bids for the construction of various improvements to the ' Jefferson City Memorial Airport. Bids will be received until 2:00 p.m.prevailing time,on Monday, September 25, at the office of the Purchasing Department, City Hall, 320 East McCarty Street, at "aYx which time all bids will be publicly opened and read aloud. A prebid meeting for the project will be held Wednesday,September 13 at 1:00 p.m. in the lower conference room of City Hall. < The approximate quantities involved in the proposed work as described herein and set forth in the Constriction Plans are: " FAA "f Item No. Sec. Description Quantities Unit ` BASE BID NO.1 3 1. P-1,52 Compacted Embankment 40,520 C.X. 2. P-620 Pavement Marking 97,461 S.F. 3. T-901 Seedin 115 Acre �? ;x 4. T-908 Mulching 115 Acre 5. Temporary Markings,Barricades and Lighting 1 L.S. ' BASE BID NO.2 1. L-107 Lighted Wind Cones(2),Cable and Controls 1 L:S. rx 2. L-108 Underground Cable(1/C#8 AWG,5KV,XLP) 38,465 L.F. 3. L-108 Bare Counterpoise Wire(#8 AWG)and Trench 23,100 L.F. , 4. L-108 Cable Trench,Type 1 20,540 L.F. } 5. L-108 Cable Trench,Type 2 8,580 L.F. 6. L-108 Cable Trench,Type 3(In-Pavement) 200 L.F. 7. L-110 Rigid Steel Bored Duct 30 L.F. 8. L-125 High Intensity Runway Edge Light,Base 40 Each Mounted,Clear/Yellow Lens 9. L-125 High Intensity Runway Edge Light,Base 18 Each i Mounted Clear Lens NB-1 .r +y .� h ,i �iT}7,r� r� �t�.. � �,4ft .+:d 1 rt,a&14S ,;r+,.��1� �arfktw,:z� i�c :•.��'i.. ,k a"�,'k+�§. .�yly� �;}'if ��;L.j��,. �.. ,�. �es+n. m nwna*+•=a�r+-1..�..�r're a ,. . 4+, -+.r^--T 1-v_".'" �� �1----x a �rra. -.s. �Tr ,. ��11 x F RR FAA Item No. Sec. D -scri tion Quantities Unit 10. L-125 High Intensity Runway Edge Light,Semiflush 4 Mounted,Clear Lens (In-Pavement 2 Each t 11. High Intensity Runway Threshold Light,Base L-125 Mounted,Red/Green Lens 16 Each 12. L-125 Medium Intensity Runway Edge Light,Base Mounted,Clear Lens 8 Each 13• L-125 Medium Intensity Runway Edge Light,Stake s Mounted,Clear Lens 22 Each ti a, 14. L-125 Medium Intensity Runway Threshold Light, ( Stake Mounted,Red/Green Lens 16 Each L-125 Medium Intensity Taxiway Edge Light,Base 15. Y. Mounted,Blue Lens 2 Each Medium Intensity Taxiway Edge Light,Stake } 16. L-125 , Mounted,Blue Lens 32 Each c 17• L-125 Remove Existing Light 122 Each 18. L-125 REIL System,Runway 12 f, 1 L.S. r; 19. L-125 REIL System,Runways 9 and 27 1 L.S. 20. L-125 PAPI System,Runways 9 and 27 1 L.S. Y' ' 21• L-125 Re lace Guidance Si n Le ends(per module) 73 Each ! Plans and Specifications are on file and may be examined at the office of the Director of Public Works and at the office of the Consulting Engineers,Bucher,Willis&Ratliff,Consulting Engineers,Planners and Architects, 7920 Ward Parkway, Suite 100, Kansas City, ' Specifications y, Missouri 64114. Plans and are also on file at F.W.Dodge Report, 5700 Broadmoor; Shawnee Mission, Kansas 66202; Construction Market Data,4800 Lamar Avenue,Suite 104,Mission,Kansas 66202; Associated �. General Contractors, Inc., 632 West 39th Street,Kansas City, Missouri 64111;Associated Builders &Contractors,Inc.,5424 Antioch Drive,Merriam,KS 66202;and Minority Contractors Association of Kansas City,3030 Truman Road, Kansas City,Missouri 64127;Builder's Association of Missouri 209 Alameda Drive, Jefferson City, Missouri 65102. Questions concerning the Plans and Specifications for this project should be directed to Bucher,Willis&Ratliff,Consulting Engineers, Planners and Architects in Kansas City,Missouri at 816-363-2696. Plans and Contract Documents may be obtained from the Consulting Engineer, Bucher, Willis & Ratliff,Consulting Engineers,Planners and Architects,7920 Ward Parkway,Suite 100,Kansas City Missouri 64114. A charge of$30.00 will be required for each set of Plans and Contract Documents obtained. None of the charge will be refunded. The Proposal must be made on the forms provided in the Contract Documents and shall not be removed from the bound documents. Proposals submitted separate from the bound documents will be considered irregular and will not be considered. NB-2 'r ' "" �t"A:n+•aTi{it .i:,w'{�� �� tia� „.y}..�'P! `�rvh.c 1€ �iY�,{t:d 2" }'if�5 n z���d's'°t.''dt��s#+'�d-:4�yq�v�p�'*'Y.e'•.�y .'(( *'a ��a,yy<��r'Y�,,..,tY�� '!l�qb' 'CIE Each bid shall be accompanied by a cashier's or certified check,drawn on an acceptable bank,or an acceptable bidder's bond,in an amount not less than five percent(5%) of the total amount of the bid, payable to the City of Jefferson. The bidder to whom a Contract for work is awarded will be required to furnish Performance and Payment Bonds executed on the specified forms and acceptable to the City of Jefferson in the amount .<' of one hundred percent(100%) of the Contract price. The Contractor will be required to comply with the wage and labor requirements and pay minimum j x wages in accordance with the Schedule of Wage Rates established by the United States Department of Labor (Federal) and the Missouri Division of Labor Standards (State), and included in these => Contract Documents . 1 �1 Attention is called to the provisions for equal employment opportunity and non-discrimination. The bidder to whom a Contract for Work is awarded will be required to comply with all provisions of Executive Order 11246 of 24 September 1965, as amended by Executive Order 1375 of 13 October 1967 and of the rules,regulations,and relevant orders of the Secretary of Labor. This work will beq �a ; performed under an Airport Improvement Project State Bolck grant agreement between the City of � +'h Jefferson and the Missouri Highway and Transportation Department (MHTD). Said agreement requires the City of Jefferson to obtain approval from the MHTD for all Contract awards. The City of Jefferson will not award a Contract until the approval of such award is received from the MHTD. r, 41 CFR 60-7.8 A Certification of Nonsegregated Facilities must be submitted prior to the award of a Federally- x assisted construction Contract exceeding $10,000 which is not exempt from the provisions of the `F Equal Opportunity Clause. This Certification is included in the Proposal Form. aJ:� Contractors receiving Federally-assisted construction Contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction ' contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal s' Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 .5. U.S.C. 1001. Notice to Prospeetive Subcontractors of Requirement for Certification of Nonge� aced Facilities A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. J. r t1 Contractors receiving subcontrac awards exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: + The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. A Contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of$50,000 or more will be required to maintain an affirmative action program, the standards for which are continued in the advertised specification (41 CFR 60- 1.40). NB-3 �k 4 r F+"Ite:r.�''i.';G`•'�'i',ri7.•4i,:r,r r<: � l.'yt �m:t•paty t. �' }��ance Reports. Within 30 days after award of this Contract, the Contractor shall file a :.` Compliance Report (Standard Form 100)if: � i a. The Contractor has not submitted a complete compliance report within 12 months ?' sue preceding the date of award;and b. The Contractor is within the definition of "employer" in paragraph 11e(3) of the . instructions included in Standard Form 100. The Contractor shall require uire the subcontractor on an first-tier subcontract,irrespective of dollar amount,to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. ,Silfei and-He alth Standards It shall be a condition of the Contract,and shall be made a condition of each subcontract entered into pursuant to the Contract,that the Contractor and any subcontractor shall not require any laborer or : s mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined y' under construction safety and health standards promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act(83 Stat. 96). Noticp of Requirement for in to Ensure •q al .xment Opportunity ' Y cutiv _Order 11246.as amended).-Al CFR Part 60-4.2 a. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the ,`•cat s "Standard Federal Equal Employment Opportunity Construction Contract Specifications"set forth ' .= herein. b. The goals for minority and female participation,expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area,are as follows: ' GOALS FOR MINORITY GOALS FOR FEMALE PARTICIPATION IN EACH TRADE PARTICIPATION IN EACH TRADE 4.0% 6.9% These goals are applicable to all the Contractor's construction work(whether or not it is Federal or Federally-assisted)performed in the covered area. If the Contractor performs construction work in ` a geographical area located outside of the covered area,it shall apply to goals established for such ' geographical area where the work is actually performed. With regard to this second area, the ;`A Contractor also is subject to the goals for both its federally involved and nonfederally involved ` construction. The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),and its efforts to meet the goals. The hours on minority and female employment and training must be substantially uniform < throughout the length of the Contract,and in each trade,and the Contractor shall make a good faith effort to employ minorities and women evenly on its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project,for the sole purpose ` of meeting the Contractor's goals,shall be a violation of the Contract,the executive order,and the a� NB-4 t ' •�'+.d `''�'u! ,r �' :',•t'�t�¢{y��(s ta'�y��yp(' t �t�'rg�x f`�k{ ��7�'.t� 3 i� i�n�y�y's�� 4 ' ;�! ! t ?t 5n Rr 1i•i'4F ,�.p �IV.� f���t?¢, r�{�:'. � t Sa ,� if',,i{���4� � Ys � C �,•1 4 I h}`TG. 9 S 1 �Q 7 '•�^.',r t.i ;?7 t.f Yf ii �m ;«�,. tv ty � � r'15 ��' !#Yjr`�?.t.. {SSw�� ��f yak h t 7 .Y � P �� Y•.ZL. .+, { `' .; ` ,:'Fr. 4' _.ftS:'y{y .,j i"a"� r-;�:'�t Mi 1w�n"h gi YT, a e, is 3� w regulations in 41 CFR Part 604. Compliance with the goals will be measured against the total work hours performed. C. The Contractor shall provide written notification to the Director,OFCCP,within 10 working days of award of any construction subcontract in excess of 1 g y $ 0,000 at any tier for ' construction work under the Contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; estimated dollar amount of the subcontract;estimated starting and completion dates of the subcontract;and the geographical area a in which the subcontract is to be performed. `} d. As used in this Notice and in the Contract resulting from this solicitation,the"covered area"is the Jefferson City Memorial Airport,Jefferson City,Calloway County,Missouri. Trade Restriction lays 49 FR Par 3n The Contractor or subcontractor,by submission of an offer and/or execution of a contract,certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country 7 included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17,no contract shall be awarded to a contractor or subcontractor who is unable to b certify to the above. If the Contractor knowingly procures or of any product or service of a foreign country on the said list for use on the project the Federal Aviation Administration may direct, through the Sponsor, cancellation of the Contract at no cost to the Government. Further, the Contractor agrees that, if awarded a Contract resultin g from this solicitation, it will � incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. a The Contractor shall provide immediate written notice to the Sponsor if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the Contractor, if any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. NB-5 dd��++�, , } ;,W 7 3"'p.t M•Yi`t�, ��}pT�1(���y �jlP�v �Jy r 'r.>r..'!i,tdtgA�trnfkk%N.4Nt`4.Y. :k.t n•�i:w'vWd1 `IBmhWnr ...._.:i,.n.,. ....•... «., ,. MYIMXK`. �4'A"....r."v_ t 3. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of ' America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code,Section 1001. l�o�procurement List DOT will maintain a list containing the name,address,and type of business of persons and firms suspended,debarred, or voluntarily excluded under 49 CFR Part 29. A Sponsor may not award a. Contract to a Contractor nor may a Contractor award to a subcontractor who appears on the DOT Unified List regardless of which DOT element suspended,debarred,or excluded that individual or firm. Certification r �= Certification Reg r i g_De rm n , asp ne sion•Ineligibility an ary Volunt Exclusion 49 CFR ( � Part 29 ' � �� .t'f r , The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that � neither it nor its principals is presently debarred, proposed for debarment, declared ineligible, or • ' �F : voluntarily excluded from participation in this transaction by any Federal department or agency. �,.�• � ::. It further �.. agrees by submitting this proposal that it will include this clause without modification in. f xc4i all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the }' r• t bidder/offeror/contractor or any lower tier participant is unable to certify to this statement,it shall q, attach an explanation to this solicitation/proposal. x. ,. Preaward Compliance Review. . t ;� Upon the request of the Department of Labor,a Sponsor will not enter into Contracts or approve the ,. entry into Contracts or subcontracts with any bidder,prospective prime Contractor, or proposed r E subcontractor named by the Department of Labor until a preaward compliance review has been r # ' conducted and approved with a determination that the bidder, prospective prime Contractor or Y with the P subcontractor will be able to comply 1 provisions of the Equal Opportunity P q Clause. A bid may not be accepted by a Contractor whose name appears on the current list of ineligible 't Contractors published by the Department of Labor. '.` DBE Requirements t k„yam The City of Jefferson,in accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C.2000d et seq.)and 49 CFR Part 23,Nondiscrimination in Federally-Assisted Programs of the Department of }; Transportation, hereby notifies all bidders that it will affirmatively assure that disadvantaged rz business enterprises are afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,national origin or sex in consideration for an award. The bidder shall make good faith efforts,as defined in Appendix A of 49 CFR Part 23,Regulations of the Office of the Secretary of Transportation,to subcontract 10 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically ' disadvantaged individuals(DBE). In the event that the bidder for this solicitation qualified as a DBE, S � . NB-6 .9 } }�j .:;,(.;4�j.'t?«r:'�'�,s,'i.;,ski.'.,y �.�1.;{t�^�+•� ;�,•',�'. �`v .;t"�.a,^...tz�t'�y,}��r`;;�. ..Y ;1 2 �r�# .ly'•t a nx�•r a �b d'� f„ � `riz���d,,'`` � � /"'"5$t �iY{° ti.• t r i a }� H tr t x tC" tiU"�`S• 1( x .S 4t dX r 1 �i*?Y@ct�,,j', � r t � r A fKr, i�+, uu'�l t � .� `• �} .C,` �. r� .�' f t, T r � t G1• woa `r ,.i`f' C . . �'• i. .. �� t 4?stir � x � ,..r r ,y' Jt.r+` ,y+j, ,%'p- 'l f ���'i.t. •�• >xb,ka�,2� .��frriY��r`�tix ,rj . ,s�,,z R t X71 � ..:!..:.....,...'`� .•_....�.r..:s,:.,.��stt��kt#i �K? ur::w�d; 4' uals who are rebuttably presumed to be the contract goal shall be deemed to have been met. Individ socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans, and Asian-Indian Americans. The bidder will be required to submit ' information concerning the DBE's that will participate in this contract. The information will include <s: = the name and address of each DEE,a description of the work to be performed by each Warned firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein,it will be required to provide documentation demonstrating that it made good faith efforts,as defined in Appendix A of 49 CPR Part 23.45,Regulations of the Office of the Secretary of Transportation,in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. ` �'. _Veteran's Preference In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam-era and disabled veterans. However,this preference may be given only where the individuals are available and qualified to perform the work ' '•` to which the employment relates. f Buy Amebran C la use- Steel and Manufactured Products for Construction Contract a. The Aviation Safety and Capacity Expansion act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended r' "r pursuant to a grant issued under the Airport Improvement Program. The following terms apply: (1), 5teel arA-manufactured product s. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product v�lk �;,, P P produced in the United States, if the cost of its components mined, produced or r ,o manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components o€foreign origin of the ,.. same class or kind as the products referred to in subparagraphs(b)(1) or(2) shall be treated . t , as domestic. (2). Components. As used in this clause,components means those articles,materials,and supplies incorporated directly into steel and manufactured products. (3). Cost of Compon n S. This means the costs for production of the components,exclusive , r ". t xr of final assembly labor costs. •r b. The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the vr..lAT s .. performance of this contract,except those- . y (1) that the U.S. Department of Transportation has determined,under the Aviation Safety =; and Capacity Expansion Act of 1990,are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined,under the Aviation Safety and Capacity Expansion Act of 1990,-that domestic preference would be inconsistent with the public interest; or, y� (3) that inclusion of domestic material will increase the cost of the overall project contract 'by more than 25 percent: r�.r.. ty NB-7 a.a !t � 1 '�'a��..,� r i '�� }?n�I2+' ...�`��.Y,7 } �`+ � .j r .t '� t,.�?t".e 3 tl y?,P�ri{{A 5 .{.fit x ti is �. }aP� }}{ h5•a til�.s . • '� t r S �,"y tii•i i,yt §S). '1 ..4 3 �f ai,. h, to r4'+ 6 ` !`+'S+ tEt�'s .F4���`, _¢ty j Y�,��`��}f, 4� .�. d: +y`� �� t�$`• �i. yy.Li:ty�' � pH AK<.'�1'"�k•F4 �'�.�t���y ���'t�I !P W�rli✓'���, � f 11, rt ;+r"� t�. 7�' •rk`3;{�,•$.,.,t. is .«:T�;' t;�'s.{gip„�•.rt jv s..�,,.s�}�art,3..r��'!�; s�Lx �i�y' `�Y k.v�� },. �”. y��s��t,'`1.',:�n��� .' .y t z'�t i�T•; ] '44,6;.',y §?t ) '`�F <§M§t• i .t, ` � � ��.J! � Y . t S. }"efit'k4ya`:F6M4�n u Duy Ame ertifirate By submitting a bid/proposal under this solicitation,except for those items listed by the offeror in his proposal,the offeror certifies that steel and each manufactured product,is produced in the United States(as defined in the clause Buy American-Steel and Manufactured Products or Buy American- Steel and Manufactured Products for Construction Contracts) and that components of unknown r' origin are considered to have been produced or manufactured outside the United States. The list of articles,materials,and supplies excepted from this provision is included in these Contract Documents. 0 Additional Notices :l Liquidated damages for delay will be provided for in the Specifications. Partial payments will be made monthly. The bidder must supply all the information required by the bid proposal form, including the y proposed DBE subcontractors. The bidder shall submit a proposal for Base Bid No. 1 and/or Base Bid No. 2. Bids containing proposals for both Base Bid No. 1 and Base Bid No.2 will be evaluated separately. Any verbal interpretation of Plans or Specifications is not binding. Bid documents may be modified by written addendum only. ^ � Bids must be submitted on the specified form of bid and the successful bidder will be required to execute the specified form of Contract for Construction,Performance and Payment Bonds. The right is reserved,as the City of Jefferson may require,to reject any and all bids and to waive any informality in bids received. A� It is anticipated a contract for Base Bid No.2 will be awarded on or about October 3, 1995.A Notice to Proceed will be issued after sufficient time for material delivery and when weather conditions F}� permit. CITY OF JEFFERSON,MISSOURI { t By: /s/ Fig Phyllis Powell Title: City--Clerk h J ADDENDUM N0.1: 9/14/95 NB-8 {-t!{J!^c i l�.t`' Z .1 {r}I�I't! haw.:l 'C �N } :Ti'!4 ,+ }(� .:}:(4. r.A.F�•_: ( .f�,.t 1 2i c'.,�_�f I'':5'•' �� ,.•O[5�'�h .4 M- �'�,l�r 1N£.�b14� 19➢01c ��taSlf�}XFNZ t1{�I{�¢�}�fitflt+ea..crwrSxt:)�_....,.x...x✓«-.aN�c`irYdiKYI�FN�:l�l� y r F INSTRUCTIONS TO BIDDERS 5 p- t 1. Each proposal shall be legibly written or printed in ink,on the proposal form provided in this i bound copy of proposed Contract Documents. No alterations in proposals,or in the printed forms rx therefore,by erasures,interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the bidder; if initialed, the Owner may require the bidder to identify any alteration so initialed. No alteration in any proposal, or in the proposal form on which it is submitted,shall be made by the person after the proposal has been submitted by the bidder. The <.5 ! bidder shall complete the table provided to indicate the DBE subcontractors,proposed to fulfill the DBE requirement of the project. Any and all addenda to the Contract Documents in which a ��tiff er,shall accompany the proposal when submitted.proposal is based,properly signed by the bidd 4' Each proposal submitted shall be enclosed in a sealed envelope, addressed to the Purchasing Department,320 E. McCarty Street,Jefferson City, Missouri 65101 and identified in the upper left hand corner as follows: T•+f,i�,s A: Bid of(Name and Address of Bidder)for Construction Improvements to the ' Jefferson City Memorial Airport ' r State Block Grant Project No.AIR 935-40B To be opened at 2:00 p.m. on September 25, 1995. Proposals shall be delivered to the Purchasing Department on or before the time and date specified y •'... .{ a efi^. "ta' in the Notice to Bidders,at which time they will be publicly opened and read. " i �r,z All bids will be tabulated for the Owner by the Engineer. The Owner will then determine the lowest 4 responsible bid,after considering the recommendations of the Engineer,and then forward the bids ' received to the Missouri Highway and Transportation Department (MHTD)with a recommendation .�N that the Contract be awarded to the firm determined to be the lowest responsible bidder. After ;T r'z approval by the MHTD, the City of Jefferson will then enter into a contract with the Contractor. Bids maybe held b the City of Jefferson for period of not to exceed sixty (60)days from the date Y Y Y J p Y Y of the opening of bids for the purpose of reviewing the bids prior to awarding of the Contract. 2. Each proposal shall be accompanied by either a cashier's check,a certified check drawn on an acceptable bank,or an acceptable bid bond,in an amount of not less than five percent(5%) of the ' total amount of the bid, made payable without conditions to the "City of Jefferson", hereinafter t�;g referred to as the Owner, and the amount of the said Proposal Guarantee may be retained b and .;.;� 1� Y Y } forfeited to the Owner as liquidated damages if the proposal covered thereby is accepted and a , contract based thereon is awarded and the bidder should fail to enter into a Contract in the form ;+ ��t S prescribed,with legally responsible sureties,within fifteen (15)days after such award is made by the �t Owner. The proposal guarantee deposit of the bidder will be returned if and when his proposal is rejected. The proposal guarantee deposit of the bidder to whom a Contract is awarded will be returned provided and when said successful bidder executes a Contract and files satisfactory bonds as , hereinafter stipulated. The proposal guarantee deposit of the second and third lowest responsible bidder may be retained for a period of not to exceed sixty (60) days pending the execution of the " Contract and bonds by the successful bidder. 3. Each bidder shall furnish with his bid a statement of whether he is now or ever has been t, engaged in any work similar to that covered by the Specifications herein, the year in which such IB-1 Blowh� �.,. {r��6«1 ur 1 4� i �V k�S�7� i �J. 2r��'{ .� Rs t �} �ir , '#7�. t `!�� �' r ��H,pc ... i4 ; a-! t •il t. 'c�` . u_ ;tr� 4 $1} tt r, fi VrA 1 yt j $ eve to "•�'�i' t.'�fi�1,3e41�Si�4elk+tvaww" .'a.5.i..,.'.�V.4:�.' .,_.., ttdF��Nl�3�k� ,¢ work was performed and the manner of its execution,and giving such other information as will tend ` to show the bidder's ability to prosecute the required work. Each bidder shall also furnish,upon , request,a financial statement showing funds available for the immediate execution of the work and also a statement of plant and equipment which lie proposes to use and which is immediately available for execution of the work. Lists of plant and equipment shall be submitted in accordance } with the following form: d.' MINIMUM PLANT TO BE USED ON THE WORK Name Type Capacity Condition (Bidder shall attach page or pages of plant and equipment lists to his bid.) h\I A bidder may submit evidence that he is prequalified with the Missouri Highway and Transportation £' Department and is on the current "bidders list". Such evidence of State Highway Division F" �y prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. q: ;� Y; 4. Each bidder shall carefully examine the Plans,Specifications,and other Contract Documents, { 4= sball visit the site and fully inform himself of all conditions affecting the work or the cost thereof,and ' s }, shall be presumed to have done so and his bid shall be based upon his own conclusion from such •U t� �il:�P�� 1`U examination and his own interpretation of reports on borings and upon his own conclusions with _)r reference to sub-surface materials and conditions. Each bidder shall inform himself concerning all . Federal, State and Local laws, ordinances or regulations which may in any manner affect his ,13 proposed operations of construction, or those engaged or employed on the work or the material or ;F s X„ equipment. Should a bidder find discrepancies in,or on from, the Plans, Specifications or other Contract Documents, he should at once notify the Engineer and obtain clarification or interpretation prior to submitting any bid. Any interpretation of the proposed Contract Documents will be made only by addendum duly issued and a copy of such addendum will be mailed or , delivered to each person obtaining a set of such documents from the Engineer. The Owner will not = be responsible for any other explanations or interpretations of the proposed Contract Documents. i 5. Each bidder to whom a Contract for the work is awarded shall be required to furnish surety as follows: a. Performance and Payment Bonds. Surety bonds, each in a penal sum not less than 100 percent (100%) of the amount of the Contract as awarded, made payable to the Owner, as security for the faithful performance of the Contract, and for the payment of all persons,firms or y� 'Vs corporations to whom the Contractor may become legally indebted for labor, materials, tools, ;{ equipment,or services of any nature including utility and transportation services,employed or used k.s by him in performing the work. Such bonds shall be in the same form as those included in the Contract Documents and shall bear the same date as,or a date subsequent to that of the Agreement. " The current power of attorney for the person who signs for any surety company shall be attached to the bonds. The bonds shall be signed by a guaranty or surety company listed in the latest issue {'wc of the U.S.Treasury Circular 570 and the penal sum shall be within the maximum specified for such company in said Circular 570. b. The bonds shall be executed in five(5)counterparts on the forms bound herein, signed ki by a surety company authorized to do business in the State of Missouri,and acceptable as surety to the Owner. t . 6. All sales and use taxes, as well as other taxes that might lawfully be assessed against the Owner in the execution and performance of the proposed Contract and work covered thereby,are f. y�. IB-2 S + t� ') 5.�e ..x 'i•-t}r��,-'K . ............. • Y kr;,�A};'�� $2'� �rt1F 7 t rSF; t�t i y� h;t.�q^r�t �f F.�k a,{f�, t t 1�` ,Ys'"t a��}} � d`'j�`5,�� �'. ?c )nix{. .« iS,i fLC�•i t�+c�h i�t.,S,rp""r J•.y'y Y' i Vrr�i°'!x7I ,�, ��,.�'�:r���kt"�''� ��RJ 4z � fi � � t .tc�'h a' �':r r'r, �a>� tk y rrd r� 3, 1 a 4 ,t,S�t ,��•a ��. +t s�rvatjYa� rri, n:.:fr' ��.�?�a.ixrh ,i:n ;;yy :¢'rf,1�4� 5tx�,t��•r °i;t�f� j'.� i)'A .�,��},:!1i,T�ii.,����'c"'"1�y_+�j,•�a5, ;s�i=�t:� '"t,�f fr"t�'(aa }�'� r :i. ;'t` .�.. ':�. .� wi....i. 4Ya`:,�;. •7u�'� ..y •��.,. .,l�. 6��i.4.n t,., 4��..:9, ,�`.. ,�A,�. .w".C"tt;:•.'7a�..r ;�}`, t�'rs .1°'�!•�t*�' �p�x.,crzi+'�< A'�.-.�1 1 --'+"'n.€ :.1 ' ^+f+-` _r....,.._.r` 2 r. 3 G.. .N't i ?a t t � <'�f. .,i' ,� dS " pv{tt�x� `�"'i '1•dsa a S � 1 �� �N!K4�#:1lktdlAm r *1;`yr 'i..5 € i, At'.ys*�r7s� �r t;�3 to be paid by the Contractor for the work from monies obtained in satisfaction of his Contract. It is to be understood by all bidders that the bid price or prices submitted shall include the total cost of all such taxes. The Bidder to whom a contract is awarded will be issued an exemption certificate by the City,and will not be required to pay State sales tax on materials and supplies purchased for use in this project. p 7. No bidder may submit more than one proposal for each Base Bid. Two or more proposals : under different names will not be received from one individual,partnership,corporation or other entity. 8. No bidder may withdraw his proposal for a period of sixty (60)days after the date and hour " set for the opening herewith. A bidder may withdraw his proposal at any time prior to the expiration of the period during which proposals may be submitted,by written request of the same ti person or persons who signed the proposal. E 9. The Owner reserves the right to accept the bid which,in its judgement, is the lowest and best bid;to reject any or all bids;and to waive irregularities or informalities in any bid submitted. Bids srk received after the specified time of closing will be returned unopened. � t s� 10. None of the Instructions to Bidders, Proposal, Performance and Payment Bonds,Contract ' s Agreement,General Conditions, Special Conditions, or Specifications shall be removed from the ° 4" ; bound copy of the Contract Documents prior to filing the proposal contained therein. 11. Each bidder shall sign his proposal, using his usual signature and vin his full business partnership or o address. Bids by partnerships shall be signed with the artnershi b y an authorized representative and designation of the person signing. Bids by corporations shall be signed with the name of the corporation,followed by the signature and designation of the president,secretary,or t ;.< "t other person authorized to bind it in the matter. The names of all persons signing should also be typed or printed below the signature. A bid by a person who affixes to his signature the word ' "president","secretary";"agent",or other designation,without disclosing his principal,may be held to be the bid of the individual signing. When requested by the Owner,satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. 12. Attention of bidders is particularly called to the requirements concerning the payment of not ` less than the prevailing wage and salary rates as set forth in the Contract Documents and the k x conditions of employment with respect to certain categories and classifications of employees. 13. The prevailing wage and salary rates of pay,set forth in the Contract Documents and bound #` ' herein,are the minimums to be paid during the life of the Contract. It is therefore the res onsibilit P Y : of bidders to inform themselves as to local labor conditions,such as the length of work day and work week, overtime compensation, health and welfare contributions, labor supply and prospective ' changes or adjustments of rates. ) 14. The airport sponsor hereby notifies all bidders that it will affirmatively assure that .s Disadvantaged Business Enterprises (DBE)are afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,national origin,� or sex in consideration for an award. This will be done in accordance with Title VI of the Civil Rights Act of.1964 (42 U.S.C. 2000d et s ), 49 CFR Part 23, Participation by Disadvantaged Business Enterprises in Department of Transportation Programs,and 49 CFR Part 21,Nondiscrimination in Benefits For and Services to the Public. IB-3 , 11. `.r ,r ;, �.r�;, •+:. a' t�'A tty'�3�,..L;;;r C�,� '��,yy t;ia�'.:r�•x,. X�,tlr, r.�•;t°�'a�?;;..'i��SiSZ't�'Yr,�{ � t;}""cq� '� •p;� 3(+s 's` �'h. 2�.%Y'' Yf �i•b t S,�4 )'s;7'r�I S'� p"�:t 11 j yr d(lr t g�t'�dJ;,+�Ft. t r`pyl!' F. � .� � P, i'dia'C.5"'�r41 ``��,'�`'} yyip'?t=.}kx +�t5s'��e,y,tS�r i'i•��y} '�*�a � f p{�t i 1 , +,t. •r 'r,.r �f:'* -y��n� �tNr'tar �riY14�r� k- �r 4�G�'11!t � ��{'ix��}'r f+S �';^��� J '' i ti t .`? + { �' h� }its x•J4+° .r k i }i t ,F .'�a 7 ���'• F c y S` ^, l` �! N k Failure to carry out the DBE obligations and requirements described in these contract documents and in any referenced regulations constitutes a breach of contract. 15. Attention of bidders is particularly called to the requirement of ensuring that employees and ` applicants for employment are not discriminated against because of their race,color,religion,sex, or national origin. j 16. The Engineer is Bucher,Willis&Ratliff,Consulting Engineers,Planners and Architects,7920 Ward Parkway,Suite 100,Kansas City,Missouri 64114,Telephone (316) 363-2696. i r IB-4 tc&, „4f `x., t rS.n' �' {i�eKk�uJWt•`,iFl>'4.`thk:N4•ia<w.,,«—:�.... i v°.L.,.+i::u,.i.r.'wa.',',eilstfeiV' t , IMP, IZI5®]Z=1 ACEi� RT t�rt`mENTEIZP i E (DBF)g_ EUI_ r►R ,f; CONTRACTOR RESPONSIBILITIES: The Contractor shall agree to the below stated Department of Transportation policy and disadvantaged business enterprises obligation and further agrees to insert the following clauses a,b,c,in any subcontracts. ^l, a. Policy: It is the policy of the Department of Transportation (DOT) that disadvantaged `.' business enterprises as defined in 49 CFR Part 23 (which includes firms owned and controlled "•! minorities and firms owned and controlled by women) shall have the maximum opportunity to t <,r participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently,the DBE requirements of 49 CFR Part 23 apply to this agreement. •: b. DBE Obligation: The Contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of t" contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance ' with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum Opp ortunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race,color, or national origin, p ,� gin, or sex in the award and performance of DOT-assisted contracts. Compliance: All bidders,potential contractors, or subcontractors for this DOT-assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation,as set ;k PrY G . forth above,shall constitute a breach of contract which may result in termination of the contract or ,. ^,K, such other remedy as deemed appropriate by the Sponsors. �:t �t',,1 �tp 2• DBE GOALS: The airport Sponsor has established,in connection with this Contract, + � the goal �• Of 10 % of the original contract amount for the utilization of small business concerns owned and ' controlled by socially and economically disadvantaged individuals (DBE's). This goal remains in 'Y effect throughout the life of the Contract. The bidder shall make good faith efforts,as defined b the Regulations of the Office of the Secretary of Transportation,to meet the DBE goal by subcontractin r at least ten percent of the dollar value of the prime contract to small business concerns owned and ^" p controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE,the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include +;. women,Blacks,Hispanics,Native Americans,Asian-Pacific Americans,and Asian-Indian Americans. { 3. ELIGIBILITY OF DBE's: Those firms currently certified as DBE's by the Missouri Highway and Transportation Department(MHTD)are eligible to participate as DBE's on this contractA lis of these firms can be obtained from the State, the Consulting Engineer, or the Sponsor. Firms certified as DBE's by other states,or U.S. DOT recipients are subject to the Sponsor's acce tanci A ,t r bidder may request a review of a potential DBE prior to the bid opening. The bidder should allow ten working days for the Sponsor's determination regarding certification of the potential flow nr Y 5• "= Previous acceptance of a DBE by the .FAA,MHTD or Sponsor does not ensure acceptance on this project. 4• COUNTING DBE PARTICIPATION TOWARDS DBE GOALS: DBE participation toward attainment of the goal will be computed on the basis of the subcontract prices agreed to between t Contractor and subcontractors for the Contract items or portions he the DBE Participation Form and attachments. Credit will only be given for use of DBEshown on's that are certified or accepted according to this Specification. DBE participation shall be counted toward 1 meeting the DBE goal in accordance with the following: ° t� , DBE-1 M?A i }` 5• a°�l�.C3`a'1 1t 3!t+i �^+ ^G° v s`k t r AF f. ry Y t t '*s r C +.�,. h r 3'"+-{',jL'. t�rS.$ •.F f. '� { } ° tits a�a. 5''ct jt ti is N L + 1 L``y,, tEr z}� 'Y 1 aY s"!y�' Y r•s t f �,qT.r L r1 .vee,r v Y � /, �.+.�'^„ °.. .' t .�` '�1 ,t�•� s%,�,r�'r�' n wsb rt� 4k �� n; ,its°y 1 �y; rr 1.• -r ,'y7'• } �• s � x !�!�vr{�t � r•d•}Yz trt;,a �;li fi^S tf"��r�+�tt ��'ti���°��� �" �� � Ji�}, r+ ` ti ih t•, ;1�.'.."' fr,..£*.L3�,q� �h. +i �.,�` ty+�}. u !I 7r fi Y' :!`.;�.✓ V�,�''� y_«Y ,ri' ,-pS.fd�s f r •' ,yC, 1 .'g. ''s'�' s ' TI. 7,. r r( 7 491i+`•:r�N• 'S s}r.t `14 ,j M'ti� RR �s�'•�i4syy'^ '�'r#Y�kUf3�; .t s.,�Yw;r , t r�, ,, . �: t+. �.. r-). .r" ,br. t rip.. .. c 7`�§•t.C4 s. t4 I !if ti r. i }� r .. ,.� &..'t ,t 1 f a. Commercially Useful Function: The Sponsor shall count toward the DBE goal only those t expenditures to DBE's that perform a commercially useful function in the work of the Contract. A DBE performs a commercially useful function when it is responsible for execution of a distinct element of work by actually performing,managing,and supervising that work. To determine if a DBE is performing a commercially useful function, the amount of work subcontracted, industry practices,and other relevant factors will be evaluated. If consistent with industry practices,a DBE Y ' shall enter into a subcontract or other contractual written agreement. A DBE Contractor may k subcontract a portion of the work up to the amount allowed under standard subcontracting contract ' i..j ` provisions of normal industry practices. A DBE is presumed not to be performing a commercially r xk useful function if the DBE is performing outside these guidelines. P y: w b. Materials and Supplies: The Sponsor shall count toward the DBE goal the expenditures for materials and supplies obtained from DBE suppliers and manufacturers as described below. The ` DBE's must assume the actual and contractual responsibility or the provision :. supplies: Y p on of the materials and 1. The entire expenditure to a DBE manufacturer will be counted toward the DBE goal. A manufacturer must operate or maintain a factory or establishment that produces on the premises the materials or supplies that are obtained by the Contractor. Al 3 's ?, i!2r`fi;�;i, qtr T, a 2. Sixty percent of expenditures to a DBE regular dealer will be counted toward the DBE goal. A regular dealer must perform a commercially useful function in the supply process PP Y P :,r,�,, F, including buying the materials or supplies,maintaining an inventory and regularly selling materials ;�;.:�x=• < �: to the public. Bulk items such as steel, cement, gravel, stone and petroleum products need not beF; r: kept in stock,but the dealer must own or operate distribution equipment. `P 3. No credit will be given toward the DBE goal if the prime Contractor makes a direct payment to the material supplier. However,it will be permissible for a material supplier to invoice t' the prime contractor and the DBE jointly and be paid by the prime Contractor making remittance to . ' the DBE firm and material supplier jointly. 4. No credit,toward the DBE goal,will be given for the cost of materials orequipment used in a DBE firm's work when those costs are paid by a deduction from the prime contractor's payment(s) to the DBE firm. ^' c. Owner-Operator Trucking: The Sponsor shall count toward the DBE goal, the entire delivery fee paid to DBE owner-operators performing trucking for the contractor if they appear on the contractor's payroll and separate records are furnished to the Sponsor documenting the x. expenditures. The records shall include for each owner-operator; their social security number; '4� driver's license number;vehicle registration number;current vehicle license number; truck number; and a complete record of the contract fees paid to them. d. Joint Venture: When a joint venture contract is involved, the Sponsor shall count towards the DBE goal that portion of the contract total dollar value equal to the percentage of ownership and ± control of each DBE firm within the joint venture. Such crediting is subject to the Sponsor's acceptance of the joint venture agreement. The Bidder must furnish the joint venture agreement with the DBE Participation Form. The joint venture agreement must include a detailed breakdo wn of the following: 1. Contract responsibility of the DBE for specific contract items of work, 2. Capital participation by the DBE, DBE-2 1 s '4 i C"� a � 'tid"�''w'7 fie.w`��•7 r1 s`'�At-{y j1'.}• "r•ISF r.s,"3 t{ � a c �.'y d f :It's}' �jt ,�-.."e'S` i J' a7x• c:"; '� ! V•*.� c e { trltl{ 5 tri Y C. ..' I"#. t' .'{ ti Lt�",) y.�p+cr`�le�r .�p m.u� 'u 'ei t'� s s �'S t„��r,}� " r t is �•� i i+�.!{'� 1 aaY S M, r r 1 ' '�- Y� i,x4 +f�y'jE�M'.�)7hr3' �f •'G ¢! '{JYy1�JJ, .r ` �:4 ; r v� •`a'>aG e wr N ¢, d,q#,.1 n `is 'y�t�`,�' �* itty""��,���',i ��t,{�"S�,.�}F^�y�42b�1,�3" r �, •w i4 ir. v 'At1 j f R,!6 �t��: .. •5ti.t� f,..., .. tf Y. ��, .141v wr i s ti r ,y Y �xXt i i}. 0 ! ri t #J w :M i�� ) <c£ `s �4ii.: 3. Specific equipment to be provided by the DBE, {, 4. Specific responsibilities of the DBE regarding control of the joint venture, 5. Specific workers and skills to be provided by the DBE,and 6. Percentage distribution to the DBE of the projected profit or loss incurred by the g P j P ; a' joint venture. ` The joint venture must be certified by the Sponsor prior to the Sponsor submitting the proposal to P P z; the FAA. A copy of the Sponsor's certification letter must be submitted to FAA along with the DBE Participation Form. 5. AWARD DOCUMENTATION AND PROCEDURE: All bidders shall certify in the bid y 1� proposal their intent to meet or exceed the established goal or to demonstrate good faith efforts to x� meet the goal. Failure to make such certification or failure to demonstrate good faith efforts will render a bid nonresponsive. a. DBE Participation Form: The apparent successful bidder must submit with the bid the following information on the proposed DBE Participation Form attached to the Proposal. The Yi information shall demonstrate the contractor's intended participation by certified DBE's. When the " required information is not provided by the apparent low bidder the bid will be ruled nonresponsive p '4 and will not be considered. The information to be furnished shall consist of: M � 1. The names,addresses,contact persons,and phone numbers of the DBE firms to be used on the contract; . r. 2. A list of the bid items of work to be performed by the DBE and the ercent to be P a credited toward the DBE goal; 3. The dollar value of each of the DBE work items;and :1 �s 4. If the DBE goal is not met, a statement of why the goal could not be met and a ° demonstration of the good faith efforts taken to meet the DBE goal. r h b. Sponsor Evaluation: In selecting the lowest responsible bidder, the Sponsor will evaluate , the DBE information provided with the bid. The Sponsor may request additional DBE information and may the allow the bidders,up to seven (7) calendar days after bid submittal to supplement or ` resubmit information concerning their proposed DBE participation. Prior to awarding the contract the Sponsor will verify verbally and/or in writing that the information submitted by the apparent r successful bidder is accurate and complete. :i C. Good Faith Efforts: If the bidder is unable to meet the DBE goal,the bidder must submit evidence of good faith efforts taken to meet the goal. Good faith efforts conducted after the bid } opening will=be considered adequate to fulfill these bid requirements. Good faith efforts may , include but are not limited to: ti. 1- Efforts to select portions of the work for performance by DBE's,in order to increase s the likelihood of achieving the DBE goal. This can include, but is not limited to,breaking down contracts into economically feasible units to facilitate DBE participation. Selection of portions of work shall be at least equal the to the DBE goal. DBE-3 �, ## i�rc I; +�l�,�,Y'��a � r'��1��{ f y�'u�'� '�•d'''„�)�_`y 'K;ta 4' 1 { 3 a 1 q � Y- r,:t.i t.kz.. �� r..x.. �' ,tlr<F: .,t. A. ,m.r,•S} 'Y,w.`�..`:...4'a .wf.tr �"�-P'? A ,� ,�x�s, " , .t :hry ,>- r ,�,', .'p•xiw. .�,x,.: � F`- rt 'tr''��t+'gjt�„x-..'.ka ' °' 'k u.�.:k.,�.��....L�.4,rya• t.,�,! r; t Y fi 2. Written notification to individual DBE's likely to participate in the contract sent at least 7 calendar days prior to the bid opening. The notification shall list specific items or types of work and shall be sent to a reasonable number of DBE's qualified to participate in the contract. 3. Efforts to negotiate with DBE's for specific items of work including: (a) Names,addresses,and telephone numbers of DBE's who were contacted, i. the dates of initial contact and information on further contacts made to determine with certainty if `V the DBE's were interested. Personal or ho s a ' qq:`:. Xpected, lf... ' (b) Description of the information provided to the DBE's regarding the plans, specifications and estimated quantities for portions of the work to be P erformed; (c) Individual statements as to why agreements with DBE's were not reached; and ; (d) Information on each DBE contacted but rejected and the reasons for the x' rejection. 4. Efforts to assist the DBE's that i, red assistance in obtaining bonding,insurance,or s lines of credit required by the contractor. 5. Documentation that qualified DBE's are not available or not interested. ;• i? 6. Advertisements in general circulation media,trade association publications and 3: disadvantaged-focus media concerning subcontracting opportunities. 7. Efforts to use the services of available disadvantaged community organizations; .. M disadvantaged contractor's groups,local,state and federal disadvantaged business assistance offices; and other organizations that provide assistance in recruitment and placement of DBE's. f; ,j The demonstration of good faith efforts by the Contractor must prove the Contractor actively and aggressively sought out DBE's to participate in the project. The following actions would not be considered acceptable reasons for failure to meet the DBE goal and would not constitute a good faith effort. 1. The DBE was unable to provide adequate performance and/or payment bonds. xN.t 2. A reasonable DBE bid was rejected based on price. 3. The DBE would not agree to perform the subcontract work at the prime contractor's unit bid price. 4. Union versus non-union status of the DBE firm. y 5. The Prime Contractor would normally perform all or most of the work of the '! z included in this contract. ,. 6. The Prime Contractor solicited DBE participation by mail only. 6. POST AWARD COMPLIANCE: If the Contract is awarded on less than full DBE goal participation,the Contractor is not relieved of the responsibility to make a determined effort to meet : DBE-4 �•a. ,_! ''�.�a.:S�.'e ; � h���4,'4,�"�t�4 �J��� !"t�,��S','k,'lg'.R �'�t��,,x�'f,; r�°qv."��^t d �_ „[ ����f�,.t�t .�}•+�'i,i dY"'+ ''1j�S �i t�z �3'� {��l�is3 Y�'"'�r��A�� '�Y3 If' ,�z b N � ..,�h at '�,. ..:th. i .v,, r .�r�, .� .u.r _.)'' �� t° ..j 23:..Aa i� ..,,�,> .itr+t' q. �,'�}''.•!4:a`�' "! ON ""R 'dS r-4 j S r t fS S-.t 1 1.�t',,. :.• k „..) �» �.� �, 19 i ..h �aXr1 rt W the full goal amount during the life of the Contract. In such a case, the Contractor shall continue good faith efforts throughout the life of the Contract to increase the DBE participation to meet the contract goal. '`'° If a DBE is unwilling or unable to perform the work specified,the Contractor shall request from the }. Sponsor and FAA, relief from the obligation to use that DBE. If the Sponsor approves and a DBE a., contract shortfall exists as a result, the Contractor shall immediately take steps to obtain another certified DBE to perform an equal dollar value of allowable credit or make good faith efforts to do so. If a new DBE cannot be found, the Contractor shall submit evidence of good faith efforts within t 15 calendar days of the request for relief. The Contractor shall submit the new DBE's name,address, work items and the dollar amount of each item. The Sponsor shall approve the new DBE before the DBE starts work. If the Contractor fails to conform to the approved DBE participation or if it becomes evident that the remaining work will not meet the approved participation,then the Contractor shall submit evidence m showing either how the Contractor intends to meet the DBE participation, or what circumstances r have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence,then x X liquidated damages may be assessed for the difference between the approved and actual DBE participation. 7. RECORDS AND REPORTS: The Contractor shall keep records as necessary to determine t• compliance with the DBE obligations. The records shall include but are not limited to: �•� ;�� �� a. Record of DBE Participation: The names of disadvantaged and non-disadvantaged ';: subcontractors,regular dealers,manufacturers,consultant and service agencies; the type of work or '�' materials or services performed on or incorporated in the project;and the actual value of such work. b. Efforts to Utilize DBE Firms: Documentation of all efforts made to seek out disadvantaged contractor organizations and individual disadvantaged contractors for work on this project. All correspondence, personal contacts, telephone calls, etc., to obtain the services of DBE's should be documented. c. Final DBE Certification: Upon completion of the individual DBE firms's work,the Prime z Contractor shall submit a certification attesting to the actual work performed by the DBE firm and the amount paid the DBE firm. This certification shall be signed by both the Prime Contractor and t" the DBE firm. 7. SUBMITTAL OF BID: The Bidder shall complete the following DBE participation form and shall submit same with his proposal. ; r. ;A ti DBE-5 r 7 t�+Pn ;Y;wr.�:;:"�{�.�i °' :.!: " .. .4'S :"a4's4•c.:X>,� w, ?pA�, '�,�,} 1k�.-a n ;}.� yrY'`N+S+,,.r;"' ti' "i t-'t�;i� „?4`'tV1 4,: x .,!•.i'Y'h'$. �'�; , �r"sa�y. -¢ a t t: -` fih, ir' �i t �.;��:�. 'kFt r �• aS • .. .�� > t:. sit>C t s r s vF � �,•;� •.�� ,• t /� •A+ ,� jy}x}� FY j�rrq1�• t,^•Jf,r.�" �,�5 � ,?�tf�((}}1'.�•'``5�: yyKr $n Ri\r, g45�,��"�iti33` �'c-•i if t�:� 4 f �• G ,e li �.7�� : �`re's!••,;c. ��� t . 't u f .}!'• 14 fls;;'1 1 .r'.`.s i s '�E 't k'- 1r `:..t i�E"} tG - fv MIA 4r•.�t ' jl`�} 't t �� r 5r ,�./C i. t � '3' �Y .:'�"r j' .' +i' .t , .Y 1 c. x, 1'¢ r •rt � 4+ „ t• '. .7}' , ",: XVt., Y .:� . 4 '(l •,y dty ..:yP ,7Sr >4"fit: wi�� ti . •id.J it�'.3 '� :,cu �•w� i 4.Mr- )fi• t F t .' '. .�. ? • r 1 :, ;. .. ��t p .v'i„� r�. $ r5 �4 57.:,� �S, .p$ f �r a t r � r f' k � ,.r .j� B•t:°d {f . +BiIA�,�bf;Y, 1•' �5� +�t !�'+tat+ifiti�tsdkdilzsfira�xtl td!r,�M,s�,it.#txki.:wsNu-...;.;.....,.�7.._,s...».....�.cafi*.'r�wi�fW'fSeW �u'��6"'3.lQa��k�. ' DBE PARTICIPATION FORM Name of DBE Firm: _Centrex Electrical Supply DBE Contract Amount: $48,500.00 Percent of total contract:.IQ22.5_% DBE Firm Address: P.Q. Box 22219 St. Louis, MO 63156 :DBE Contact Person N ame: Carlton Ragsdale Phone: ( 3141;j.3,5-;394Q Is the DBE a: ❑Prime Contractor ❑Subcontractor ❑Manufacturer ❑Supplier Category of DBE: ❑Black ❑Hispanic ❑Native American ❑Asian Pacific ❑Non minority Woman ❑Other ... Work to be performed by DBE: �itpply Ft lricaI Mat Pr als ' DBE Certification Agency: MHTD Expiration Date: (Please include a copy of the latest DBE certification) Name of DBE Firm: DBE Contract Amount: Percent of total contract: % `+ w, DBE Firm Address: ,1 ..ly,•)fa DBE Contact Person: Name: Phone: :dh Is the DBE a: ❑Prime Contractor ❑Subcontractor ❑Manufacturer ❑Supplier ' Category of DBE: ❑Blackua;?.:,°',`T" ` CI Hispanic Li Native American ❑Asian Pacific ❑Non minority Woman ❑Other F• s�°;`Y1yl��1 Work to be performed by DBE: Y. ' Expiration Date: Y.x. DBE Certification Agency: (Please include a cou of the latest DBE certification) Stir' Name of DBE Firm: DBE Contract Amount: Percent f t o total contract: % •r;� �F�= 7"t 4e771 DBE Firm Address: DBE Contact Person: Name: Phone: Is the DBE a: El Prime Contractor El Subcontractor ❑Manufacturer ❑Supplier �h � Category of DBE: ❑Black ❑Hispanic O Native American ❑Asian Pacific Y:: �Kkyt•. ❑Non minority Woman ❑Other Work to be performed by DBE: ( `' •: DBE Certification Agency: Expiration Date: (Please include a copy of the latest DBE certification) .. _$Amount $DB .Credit % DBE Participation DBE Prime Contractors $ DBE Subcontractors $ $ % � DBE Suppliers* $48,500 X 0.60= $29,100,00 10,225 % DBE Manufacturers $ $ Total Amount DBE $ % DBE Goal $ *Only 60% credit allowed for a DBE suppliers. f DBE-6 r t ..,:. n :. yitr, ,. , � „4�t ""�„R"-'.'..rt ,l .r•�-t s+,."""""°"�^ �3tiMA3u»rzlawww.,,-.-^--1 n -r ..^r -r3 :r,,,y�,—„' " �rx.'�'t�4s`�F.•s�,.!!? ,�,.z to i' > !r�. � t. t .. .s t i .}1 ,,, ,'. . '. t t ,A+k++�.t� }k•,yr �FS�t��.i '1 J t r F r > •( � ,E f.. s 1 'a i r ] �xiC t.4}�°'�5'�t <<3ti�;�}_�•� r r2 � 6i� r 'i S �"�. 1� t.r Frr t 'f'�hhjy t6i �s4 tifiw,1rT r .t i � ktx�.�4 t�.r.'R F tW 1� f tSli� i S kci . v� r}'f t {4 �r��'2+J�}xr c 1 dt�k'ty1Yy #} k '• +�� �?N!* i����.1��'�tt °ke t:{ Y�_3k rr}rzf,i 4.fl•,{ 3 t,a j� .�, �; �, �r ��7�'�}���•yip r:.�( 4 t� f ( �4�� tl���4t�d�•};.•�r7�:f 13x.tf� �� �G�. `V 1.*�"1'n 1�Sn � F f�t. � +.i it}}i'i'41 kf� ,t'` �L'� PpF}[ '�rYi*�j ' . . � �a �� 'i� �' � ,;;1t{xS�,.�z�i a `'� r }�� }��.NSC it t,�i+•iv r , t }i t�t r.t� .r� �, �..t, .�1¢�! .i'�;{ t .E s s ��v' t },:�..r�i.�'.k n �, a 7'1 ti t*,N ,�,]d�"p ! 7 4 Card�p a t!•Y .i"r Y {�� gt+�;•;;'.�.XU,• F,�'r F}F �}� },�tr�9fi� �ttd{r elf fr�zr,'x, t�,}{4� ��t�.'�..i��{'„�`r�{�! ' ,�"�pF =' ?'ii�`t`�°t'a eft jitc,. 'S .��'�.pfg f�i i.��i} '?AY,�',�x,y r ._,�, •,F 4�{ � i".+. ��t�< :y�,i A�lE t t� � �•`1. ,F x 1. 9 r U.ih 4 ;t}='ht• ,y ''r} 2:!• ?.}_���*�).j�.�,±�`._t y1 t:� 3.�•y,}'� �t,., vL.F .a�:t�ltf t;�d4 ir.S.F ,:iFy:1.,.SF .t, ��.Y�i.FM ,.�t Mkt G�°�.n.;�'9'�y�'�§k' f`l'F���`'tt`�`F'�""46fs=7�'�•t t '�` � .},, . v � $# .r �t .r• to�r1. !. t H �1`is,;.,;��a '+fl' ,'.,,7 }tky�p Ma ` -as 4. �: ��' k91%� lt��:. E�Y'�t�e`� }?��tlT(.�i''�'°T�'.� .° � ,t `l�, ; "i.9 it�s�.`s� `�'"}.ae'��• ��'�s�, ` - T« ¢� i APPENDIX D List of Supplies/Materials that the U. S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Suf :icient (Jan 1991 Quality Acetylene, black. Diamonds, industrial stones Agar, bulk. and abrasives. Anise. Emetine, bulk. ' k Antimony, as metal or oxide. Asbestos, osite, chr s- Ergot, crude. am Y Erthrityl tetranitrate. olite, and crocidolite. Fair linen altar. Y Bananas. Fibers of the following Bauxite. Beef, corned, canned. types: abaca, abace, agave, a coir, flax Beef extract. , jute, jute burlaps, Palmyra and sisal'. Bephenium Hydrox na thoate. Y P Goat and kidskins. r , Bismuth. fi"n'ti Books' trade text Graphite, natural, crystal- line, crucible grade. ` technical , or scientific, Handsewinq needles. newspapers; pamphlets; Hemp yarn. magazines; periodicals; Hog bristles for brushes. printed briefs and films; Hyoscine, bulk. not printed in the United Ipecac, root, States and for which Iodine, crude. domestics editions are not Kaurigum. available. Lac. ,w Brazil nuts, unroasted. Leather, sheepskin, hair Cadmium, ores and flue dust. type• Calcium cyanamide. Lavender oil . ,µ Capers. Manganese. Cashew nuts. Menthol, natural bulk. Castor beans and castor oil. Mica. Chalk, English. uk Chestnuts. Microprocessor chips (brought Chicle. onto a construction site as Chrome ore or chromite. separate units for incor- Cinchona bark. poration into building , systems during construction rondelles, or other primary Cobalt, in cathodes, or repair and alteration of real 3 ore and metal forms. Nickel,Cocoa beans. kel, primary, in ingots, ., Coconut and coconut meat Pigs, shots, cathodes, or unsweetened, in shredded or forms; nickel oxide desiccated or similarly � and nickel salts. prepared form. Y Nitroguanidine (also known as Coffee, raw or picrite) . Colchicine alkaloid, raw,• Nux vomica, crude. Copra. ' Oiticica oil. Cork, wood or bark and waste. Olive Oil. Cover glass, microscope slide. Cryolite, natural. Dammar gum. Y' ES-1 ;a 1`<y� IN milli A d ;: .y APPENDIX p List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient ' and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) (CONTINUED) Olives (green) , pitted or Tungsten. unpitted, or stuffed, in Vanilla beans. bulk. Venom, cobra. Opium, crude. Wax, canauba. Oranges, mandarin, canned. Woods; logs, veneer, and Petroleum, crude oil, un- lumber of the following finished oils, and finished species: Alaskan yellow products (see definitions cedar, angelique, balsa, below) ekki, greenhart, lignum Pine needle oil. vitae, mahogany, and teak. Platinum and related group Yarn, 50 Denier rayon. metals, refined, as sponge, powder, ingots, or cast bars. Pyrethrum flowers. Quartz crystals. Quebracho. Quinidine. Quinine. Rabbit fur felt. Radium salts, source and special nuclear materials, Rosettes. Rubber, crude and latex. Rutile. 'y Santonin, crude. Secretin. Shellac. Silk, raw and unmanufactured. Spare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not available. Spices and herbs, in bulk. Sugars, raw. Swords and scabbards. Talc, block, steatite. Tantalum. Tapioca flour and cassava. r. Tartar, crude; tartaric acid and cream of tartar in bulk. Tea in bulk. Thread, metallic (gold) . Thyme oil. Tin in bars, blocks, arid . t pigs. Triprolidine hydrochloride. ES-2 . A ,, 11 k. r ,. .. •vk 1. t aF 'Irk}t; 1 0 >• f .�j •. .i.p F '�.a '�tt"i � t. A i•Y..� .f 'fir° '•rY T' �t �3n� + � v�F�� `+'re��F i�;a y�,'">xfft,a .*it.C!$`�,.'Li t � '.Uyy�t x.�:0.'j`C1"�n(?�,+e dj•�iY..F.;+NaM'f'iARy,W'�t�,,,�' Y'�4 TT �' •G.N 1 �. L ' APPENDIX n List of Supplies/Materials that the U.S. Government Has .: . Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) (CONTINUED) p Petroleum terms are used as follows: "Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids (under atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir and that are not natural gas products. "Finished products" means any one or more of the following ". petroleum oils, or a mixture or combination of these oils, f; to be used without further processing except blending by mechanical means: (A) "Asphalt" - a solid or semi-solid cementitious material that (1) gradually liquefies when heated, (2) has bitumins as its predominating constituents, and (3) " r is obtained in refining crude oil. .. (H) "Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from t' crude oil, such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" - a refined petroleum distillate that,. by its consumption, is suitable for use as a carburant in internal combustion engines. (D) "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - hydrocarbon gases recovered from natural gas or produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. ' lI�) "Lubricating oil" - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. "! ES-3 F ,�,,,<'d, .a• �.w,x"��''' k;�^Yi�:�i��$��;�F}4 �#r't;3j• 1r� f .S j'� r„ �Fy� i o x t �r L 5"-.13,.Y *;: i,�l A •'!• .{��f. f. �):�4 Y tat .k a,`G e•� h`�� }�t7`�. ?.� .�` }. 'al' `s '' .�'nS:, .;^ry r 'a� •,�d eta ,Ili ti�?F r<° ys„ '.}•t e' .-: . t :� ,2 ,r ! iF.ir4t'\ ,, `/'i .�`"'+�.{ �3. 3 , t r ry4n }'F'',n�•'yg�F'�'.Y'"' y" t `At.. �k fY•-�tl9a.�L)77�� I�}yr '111 ? t{ �,�rz �� �a y� `.. :t t!, >P, a,'!� �; ri' 'r� ' tt 1 ..k r��fi{ly k` .;j#.r�+ s.i.!:` :s'c ..+t tj fv'.�:�u 9 "+�lr' '�r}r^,"• `L '+I`F�'r ti`= A.u'v fit' �' th ".i: '.�1;��;` �: ,t t� nx r�tr{,"'is�z�i�'�{:F;'�u t .s'` (' . ,.;+ tk=t`r i ,,..5 rt,,s � ��tt t � tk� ic�fr.,�{3 �,s' } ..r7 4 ��{�ti',C „� +1.,• : .t 1 +s�4� :kb,�•. .r. �• tS r. .'�.. ,;., .� (t } :;4.'s•$$ +.ri�•lr�, y.y'�1,.�, .9��'.r w•r•"' �'y �h) C xi, t- "+,x*'?it �...�'.�`'�r.��yr� ! ,,,t.'.•'rr �Ar .•x(; < '}.�^A..le. .;''ctA{•�,ay 1,�.�,.gi�vx r'i{{t�1ic-•k� !s .��,.,„-:�+.iti�,}�t "4•.L �'t 'J'�.'- �t, �p 4•+ti<{•7!>,1.a d{y,•,d•UW/4 t.t's%`:-Z3(x°,.}tr.ri.t.. .i.t: A 3 ! li •t , °p'I:S€,t. .,71' rl t a rtt�':GF•k•.Rr.t,. vk'}:Jc,�'iYY,=.ir?.Y2!afAlau'ai`v'la�tD�d,, Kd• �'� •{:•5'rs�rYC' a'ti'�H,.�{'�14•.,�.:,..'L �•.s`"',i..A.,j, ,F t , ..��+,.•tilt :j fi i �n •• • • • • - ¢p� 1'1 ys } • J4 1 A [� �qj — UJ at Se •'Z'u !f, r ,• t.; (w r4�fff j •Lhe�� .'i�,J�P lr t ti°t , .r7;',,Yg:'''tihn?r.I,r•C':N y d yy�i':.,rw.3 s,$�?9:'v%.,t.,',,�',I•z r}t 1; r...,',!i t 5.f t. �=.,,'!1';!f;s?,?ai:++S t<i�,A f.t:n,r.ts)t;r r,t.1 ° -:.,'r,�r,;,{);srt�{',.r,t i'.}S.;,3 7..'S*'k�'7'$.n.1^i:a't's7 r.1:=)�ir l i,f r�.e C',�,•"r�SE}:�",-��x{'�)x7 x,;�!.,��Jjr�.a+r,}'��t t;'S rtti y'rr p.t r„l,.r),S,.f"A',.!i q'ri t i.,>.tt�€`r r°S'�j,t�i x 7'�Y p(,,Y>!t 22a:".1.r':.;+r'y;t i:,Yr,,i}-i,.t•:•},E'',r•..!j�1.,+c�,�.�t,y#r'',4.'x,6 r:k,'')��;��r.?trF�k.tt>,�X r:,l,iri'i r,'i�3«.t'f;,"&',.;u r+,1n af,r i.;:?>i,.y1.'',i x�t,t i�l:t,i��LJ�l 1,r'�sS„ql.�.,s.t a,,"a:,.�'rz'9x tsi�i t�.••:.,y1-}y,�4+�,4'v”'s.�r`+,'r,x!y iY r°,!�.4 G{."'•ti�Y";U'9°�rr ti'y h+',',4'q�,�..ar r(:t�t^t•�i.t'x f+.Yr t nF iit k.;�R�w?$,q�'.ti:,,I r7t•,.'{Art v.x'�ii��;.1rt(+!,:"?r u l-a It y�t�:i.;.b f f s,�.f•i.y*:1 yiyip�tI d�,°}-°,'f,'`.,c�*�''f,.`1,1`��t''�Sr�"1 ay.t'.5,-...=,'`;r".j O'.�1'S 3,�{f�i(K t�$':'y f�'�.+w,'`'��'�.'y�,p"4 p v'�s.�i"7.f{'Gr J..�,�,,�,tv,i(��°#;��n li.;t1y..�Y§.«'!.y.�y.�k^,t",.�{�'..,�ri r.'r..,:t�..;; 11"Tt:.;F,Rt{.,f 4r;,•!t;``[.;`}.l 4 t t.x;rt'��,�S}'�,.;r','.�}Ct t,C."�I 7:.i•yo.ry•T j.7 s:sA.NtzlS's+�^?�::";�r{1".,,}a.,e,.nl-y't.�-.�,�u{:t',I{Y.r 7..4,i�.�lta+•R:r�n w`'��.r'.+.i;ti,..4 3•,ay� 't',Y,•`F tf•���r;v'e}1l 7i4 r y.�r , +t t s A'!•t,'x t y Y Fe nv.�n, # > "Mom"S'r.,'G -- - t11 1 4 ' �, � �1 rti lf y f. t E•tt t y.l r :x.. •t: 7 i :t .�tlr, v rT �:ga.p l,r,t. ,t Cr;!xkC � .rN •.•ray!ais"�{�y,�e"�;'{°,�.. %.�•!x1l i��`'q� .+. 'F. t.��" 1K v+.'.''• :i ' ' •.t 1 ? -'t.+rw '''. t.)!x' CfF;. .raF'u�,T. .-dla.��t�r .'�,h � 77-t.:. d ',. c.,: i{ d `fir,�.hr ,� .r.`� ><1_.v� "•'�srnx^t3,.4 ��4}-,�',,.fi.,t, ,t J'�':.i 'r t+a.., v';�''?C{-5t, x .:1 j. t j, 'v.,L...ti�'jj'''e��i' .\.N S'.'t'^�i�:r �'dap„r+'".x� ,S•.�;<, L,F.r.w:" S('Fi l,• afJ.gnt,,cr„i ..w t .:t, s , {Y,P;i,? t .x' ,4,1•`; ..r." w,?' .S. ;e-,^' ;"3t,. ,i9 �..2.i�,I .,t�, ,:fix. {^ x.r,.,tt' +•?z+zi. r1 ,�:rt.,y :5,:t�,��Pr 'fie.cti� f,7 .ir: .,,. 1' 'yr '<': is, �tas'r '1 ti.'.r y,.;'�" .3•r1.l.pp ,,,.y,. "),�S"7" .fr r.$„r � 3•t,., Fr �': ! t'. ..!� ''7i: .v.;'1' .t.''t. Pa, a. .1:.trz y a.c.r. .15:'.,n ,:, ��'ra:;4.,t&�° tt''c. :?� :4:'.Fd::r•.,. ,� J. x... •,r, r ! 4 J"i .rt, 3,. s�;t,a, '}.i.�';�^,`-*-,SiT' k.{ ,} :try*'a,.,�:�Y''�ar. r �,.?'.:='t:;�'} :te•:,:,.,.,: i�� ,.�tx.-, ,i.,' ! o s:r, •;!r tt�!'� L,� s. ;,r.''t',» .%'�, w';�;r:,t.������'� •c..t1 "•: ,;n ..tt`. p lf�'�: taN'.t�; t 1' r l' r 1 t t ” ,r,r .7x ' .7t t FtV. 1l;y;,.�r '�r r�!tr f:,3tzN�%xt���te t,�5.7F 5' ,*S:•gr1•v'.1 � i t Y;Yi.SIf�+«.>r`•'�`ie4ri.�.,,al,+) ,y,�'+{G;'�1.•4y;4s;'i+.•r;',BH,.iX G t,t H. :, ' r rt i � 's `. �'t%, f't 4 + t.} ';:tom... .�.t. ''•'I��'�:,�Y.' '�? +ihf,R ,C �F ,,4k., ,:i1..fE� s•�h "��""Y,+4 Y r "'Ai'/��4 j'iy 2D ;c�',ljl r.��,v<'. -:� #�i rC .. ? r t '.'i ` "�;x� i, r t' ��', :Jx t*1• •.i ti t yr, r 1 .': '.rNlltwwbil NAY+. �3 c r� - S: v l t � r'��a'�f°�� �•{ 's�g /'(�m�s`P`�Y�", �,!�t", { :� L`�- § q i i:' 7J rj sv N �' •:�.I'` `���t�'F' ai K7 .34,�ur .}, { y,Y 'M1� }r. � � '.1, r t '. 5 tiY pp � C�A�=fin h{�5,. ' l- ,, .�� , A its• FlSy, Ine 'r ' .,. } i i. , E x.�,1 i 's�:�ry'YLb)t,��� K� CITY OF JEFFERSON JEFFERSON CITY MEMORIAL AIRPORT STATE BLOCK GRANT PROJECT NO.AIR 935-40B PRQ !QA -LEQRM TO THE HONORABLE MAYOR AND CITY COUNCIL JEFFERSON CITY,MISSOURI y:Y, 1. The Undersigned Bidder declares that he/she has read the Specifications and other Contract Documents, has examined and understands the Plans, has examined the site of the work and has determined for himself/herself the conditions affecting the work,and he/she proposes and agrees if this proposal is accepted, to provide at his own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances, and means of construction, and all M materials and supplies and to complete,ready for its intended purpose, the entire work and all parts 3, thereof described as included under the Contract herein bid upon, in the manner and items instructions as tlincluding i n all Engineer may incidental thereto,according to the Plans and Specifications and such 2. The Undersigned Bidder,in compliance with your Notice to Bidders dated August 27 1995 hereby proposes to do the work called for in said Specifications and other Contract Documents and shown on said ?Tans for the said work at the following rates and prices: Item FAA Description ro cimate Unit Extension No. Seec. Price 4 ty Y BASE BID NO i-DELETED Compacted Embankment 1. P-152 Unit Price i 40,520 C-Y. n Words $ $ DELETED Fa„� �.�i•� ;r.` Pavement Markin g 2. P-620 Unit Price in Words 97,461 S.F. $ $ DELETED Seeding 3. T-901 Unit Price in Words 115 Acre $ $ DELETED Mulching 4. T-908 Unit Price in Words 115 Acre $ $ DELETED >i rr, Temporary Markings,Barricades and �? Lighting ,' 5' Unit Price in Words 1 L.S. $ $ DELETED 5 TOTAL BASE BID NO.1 $ DELETED P-1 f?, `14 Y Srt �cs'f7� ,�' i �5 ��,�`cat .�` �t{ 1) t t t r� '`' �. , ! r Y ,, ...c.. •j' �� z-S t r p1:��, !�. „} •� .�-� .`��aJ A,* .� � ?,ax Y , i,y ti' � y r. 4a t � , .�F y i s t 1tr.. pit{ � '; ,�. t�"• � +'z „y���.'i.f ) Trvt. },. }) 'h t r a �.. r r. :L rt v �, .. 1F��+9��f�,X�.�C'�f '� c 9 `'��;5�. '+{,z' $f�ty ,G, .5.;.� �;k!�t4�,��133�r t k t �t r,'C:. i a f 1.�M C7{ , �r,,tf' ) r?�+v � fi��� 'a t�Y,�`�,p��,1,}�:�'(��?•hr�' �.tr ;. Y .:g °���r '��: 'd�� i, �G� t'2} , „�'p•�r s.� P rt t rrt :�; S ! '� � w ,k `�( � ! � ) t .fi ! t 'fs "•1{°4 ,�.wf''A d t .�t.}I rt '. ' 7 jai}4�.i �'' Sr f•'K '�:y+.'i { t y :4.T� a. S .f! ..,,i 17A�.. �.�4'{��pe tpt :�{': i t,c s�Y'f.nryi5r5\�+'��44'..r,jwKYJ •eft..'.y� 17.E !� t.'�+a:4��Wy�k,�ir;�';�• 4���'l�x t� o �, 0. t ') �. .1 ,d t it .;T7 .4„ ..�•, i,:,r..a. i',n l.."t 'I x �.., �'`.§t.: �S ;t a , r <,J.r�) 'Cn� .���, t?L f ?:1 v:i).'•iitt•yr�1 c �,. n } c S•� a:�'`s4 i T4 �. nx. Str IFS'.v �.��`.✓ ��i��.+.sttt',.��}. t 5�'`h,, �s�,r�n=z F t<k w'�" ,e r, a�` 5 }� + gg v i i t�j�S}f '�Y.�r��1r�� �t : �;tv t., a'`7.r.•:h.' cYr,. X ,.rd�a, r �'�+;+�'�: '�h',`.•`:•. 1 P „;�2,Y.. ,x4 j rt'trr 4 K� t�.i,J 1i�,�`§r.,,,�.}�� '��rr. t 4 ¢ w ..r.� n ;;' z'at ` � `pixc�t�t..r,.(.6t�C�'r:�;fs„fa+:•XS�` �:;f�. 3:.f;+,:�`Q{;;�it iR.YY;I” 1 13t,� t�4c,wf�'t +�,1t�s.�' { �R'� ��5,�� rt,zi'f�` 1�'+ ;gyp '�{5 ., �y 'r:tt�h {'•St `'R-u rj � ...Y r.S;... 7 .:•' T- ': 5:., t .1,si at! 1`+eSf:,.� ..! .' 7.�.�7flF� rx S i :,,,,i G�V r�.'7`ta� � +, as �J�` r'.`n }1 a. t } ' 7}y ��p �jl �c it �+�_ J + 4 tibr t! , ' —T� h .�,� ., ../' `bf!r• .ti—,.+w+T��.: k _ »-.r ..�.3 � +�°GL�-�t .R'" k�rrf • t `� 1 t u K r t hl:. + .1 Y * it'.� k.. �t� .t�.'.... Item FAA Description Approximate Unit Extension No. Spec. Price Qty Unit BASE BID NO. ?;. Lighted Wind Cones(2),Cable and t: >{. Controls 1. L-107 Unit Price in Words 1 L.S. $ 16,900.00 $ 16,900.00 ?: Sixteen Thousand Nine Hundred Dollars / Underground Cable(1/C#8 AWG, 5KV,Price in Words XLP) 2. L-108 Unit 38,465 L.F. $ .70 $ 26,925.50 Seventy Cents zKlr Bare Counterpoise Wire 08 AWG)and {' Trench 3. L-108 23,100 L.F. $ .65 $ 15,015.00 Unit Price in Words Sixty-Five Cents ' Cable Trench,Type 1 2' 4. L-108 Unit Price in Words � 1. `+ a:•.:.;, 20,540 L.F. $ .85 $ 17,459.00 ��• �Y�e Ei h -Five Cents ;s} £ ; Type 2 d� Cable Trench, �"����° '•_` `•f"' 5. L-108 Unit Price in Words 8,580 L.F. $ 1.00 $ 8,580.00 One Dollar Cable Trench,Type 3(In-Pavement) ', +" 6. L-108 Unit Price in Words 200 L.F. $ 25.00 $ 5,000.00 Twenty-Five Dollars ,} i Rigid Steel Bored Duct(21 7. L-110 Unit Price in Words 30 L.F. $ 11.00 $ 330.00 `. +'•.4 Eleven Dollars High Intensity Runway Edge Light, 's "# Base Mounted,Clear/Yellow L ` •:�: 8. L-125 ens Unit Price in Words 40 Each $ 500.00 $ 20,000.00 i Five Hundred Dollars High Intensity Runway Edge Light, Base Mounted,Clear ens �:• 9. L-125 L 18 Each $ 499.00 $ 8 982.00 Unit Price in Words r E Four Hundred Ninety-Nine Dollars High Intensity Runway Edge Light, d "• Semi-Flush Mounted,Clear Lens(In- fi a" 10. L-125 Pavement) 2 Each $ 1,200.00 $ 2,400.00 ,r Unit Price in Words '' Twelve Hundred Dollars . High Intensity Runway Threshold S`3 Light,Base Mounted,Red/Green Lens :. 11. L-125 Unit Price in Words 16 Each $ 520.00 $ 8,320.00 r : Five Hundred Twenty Dollars i Medium Intensity Runway Edge Light, Base Mounted,Clear Lens 12. L-125 Unit Price in Words 8 Each $ 425.00 $ 3,400,00 A;. Four Hundred Twenty-Five Dollars P-2 =A Cr r:. r} j ��'. �p� ",�,IP{.°e.;`3'r�"i o i i•+;r� ,.. R••'.+�..f r���^c;+•C, i t ��,z+° F. r �f Y N 'ic'f1 „t I t. .rSY y.r St } .1 S.f Cr.t r!>• K{y�{ r t zP s� ,w �� r,, ,� y�t�r`},� u{1 ,� � kif.A j y4 4i ra.r 3 1 ref � r t in t a. i�r�.•ti f, f� j,�a` �k ���. - � . �°'���' �- '��' CSC( (, t aY � f S .F 3 t t✓�li, � SuS. }. t t 'Sy ����:h 1gS'I��,t",.3;�1f ��• xl fs�l�, � A, 'r �r, r s, v 'y 4 i .,}�I't�i�},? �,�1.a ,+'�.ar ��t rv'�`'er�j.�"�!���t��}�ikk`�� •1�,r 8'c'���'t ;k,rMl��'g#'r7 jj�,� ��vrf��`�I'�t+'•'v Y 4>• 1' r i y(1 �r 4. �t• .Y1�`}` .v -t t�,�'� '+ x r o. , .r� '1 ... s 3 zs d.^'s ���M � �i6Cy I r� c(. t t<F ..,t/A .: .• 1.'.. 's iy�1.��y�,.•, �:�fr a.}T F'�jt�S t�� ra'`i,t �#�#y��y..,, �1MTIfi �'�''.�IIIYUNft+.++..:.2 .. ...,7...�✓,..J..ra:L�iiuAtlYtl�,'�541MU5. ,� r S 1 s�'. Item FAA Description A roximate Unit No. Spec. Extension Q Price Unit Medium Intensity Runway Edge Light, f 13, L-125 Stake Mounted,Clear Lens Unit Price in Words 22 Each $ 250,00 $ 51500.00 ' Two Hundred Fifty Dollars a_ Medium Intensity Runway Threshold L-125 Light,Stake Mounted,Red/Green Lens Unit Price in Words 16 Each $ 350,00 $ 5,600.00 Three Hundred Fif Dollars { ' Medium Intensity Taxiway Edge Light, } 15, L-125 Base Mounted,Blue Lens Unit Price in Words 2 Each $ 450.00 $ 900.00 ' Four Hundred Fiftv Dollars }` Medium Intensity Taxiway Edge Light, Stake Mounted,Blue Lens 76. L-125 32 Each $ 275.00 $ 8,800.00 5a Unit Price in Words Two Hundred Seventy-Five Dollars , ,X, Remove Existing Light 't'"}'`r Y� 17. L-125 Unit Price in Words 4 Dollars 122 Each $ 40.00 $ 4,880.00f For r. REIL System,Runway 12 18. L-125 Unit Price in Words 1 L.S. $ 25,000.00 $ 25,000.00 x Twenty-Five Thousand Dollars 1 �,..�W, REIL System,Runways 9 and 27 19. L-125 Unit Price in Words ' <s Thirty 1, L.S. $ 38,000.00 $ 38 000.00 -Ei ht Thousand Dollars ; PAPI System,Runways 9 and 27 lv; 20. L-125 Unit Price in Words ; I L.S. $ 44,000.00 $ 44,000.00 1 For -Four Thousand Dollars r"`* {l.'• Replace Guidance Sign Legends, ��' (per module) , < t 21. L-125 Unit Price in Words 73 Each $ 255.00 $ 18,615.00 ' Two Hundred Fi -Five Dollars TOTAL BASE BID N0.2 $ 284,606.50 t + 3. The Undersigned Bidder understands that the above quantities of work to be done are h, approximate only and are intended principally to serve as a guide in evaluating the bids. 4. It is understood that the schedule of minimum wage rates,as established by the Secretary of =G Labor and Missouri Division of Labor Standards and included in the Specifications,are to govern on this project,and the undersigned certifies that he/she has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 5• The undersigned Prime Contractor,if not a certified DBE,hereby assures that they will 1 sufficient and reasonable efforts to meet the DBE goals,that they will subcontract at least 10 permake x Of tile dollar value of the prime contract to DBE firms, and that they will include the DBE clauses required by the sponsor's DBE program in all subcontracts which offer subcontracting opportunities. The undersigned will complete and submit with the bid the DBE Participation Form contained in the DBE Requirements section of these contract documents,including a demonstration of a good faith effort if the DBE goal is not met. P-3S �' ' ``�Fty,( R'1„'�;� �i'9�ty'�,•:,.�r i4,,a rt 7.} t .� _ :} w � .!, t. ?'"t 'x;:;•..^,',r;.3.,',;T;,i�ii"'.` .� rd � =.G � c t3'�.a�ry Y i fv�J�_ �E e t .i t = #b t 1 t t��.�- .�t 4 4 e�'�F'3 ti � I�3r= �•�i. •1%= y _ s ���"�' }'�fa'��+r i � ;t�.!} �= f 1 e t '} :` Y� d ( b k C�4?+ to �ai� Jt�, +�& , t,� � '•1 ° �p �• ��.{�4�t�h'��wt fit)p'�s u,.t y�nt�rla>•�ct .y c 7 5 � �"�7� Y xtt"�^�� y . e L�+�'��.r�`r �,.yz����#s�a�/��.� � •fi��t4.k�� '�' S apggiS,.a4:?5'%yy�,�y'ti1�l.H,: 1fftUtatr: t t. .ykg3 ')ti. ��.K37 "� }j,'. 'Ad•'D N f 'i � �tJ !.5 l; �{`.11e✓i�j � �V' { �} t x'�3�^� x 1 ���} t t x s j , rf r Yt fi N � •� �,r�,,� � �rQ� d,`vli�l�.� n��i�r�� �#��}3+r��C'}:>�•�,t�r�t`a f t. (' 4t ; �}�j.kr =9#}0 > 53�a 1'4{{'' �'t•��h'Y.^�A'G'�v'"w t t��''f) 'n5<' Al �t,'i,?" t ', hF a}I� 5" 3r tf[. rfr; r �i t4.Y Y 'ssr}.F. {5j 71 i �M` G• ;'t d 'C±�jYt�.. �i+f Y: f;�il.5,, •. �• ,bt�,, '1 S`25•r:n`i�t�`.� °aV� s 4hL 't a cY �t��t ¢21 � 'fip�?rc�t ttt.tt x p n ..F. �h'��t.� .:,�1 •�x�ti�t`�=r f t. F=;..r R+^' f'!s{s �-��4n•.. ��e: 4 h'! .t�,s� .t .n`wl+. i :t:t.l+.3� CNHLN�3Ml+ •4::5i' W�awcti'RRb<M>Db:314#N M.Ir�S..:......��. ...L,S+•we,.��:irariif)nN!118t�1�1��..i c��eFV7t�.�•'�s'S'be . tt . 6. C lwcation of 11W The undersigned certifies that he/she does not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and that he/she does not permit his/her i employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The undersigned certifies that he/she will not maintain or provide, for > his/her employees, segregated facilities at any of his/her establishments and that he/she will not permit his/her employees to perform their services at any location under his control where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this Contract. As used in this certification, the term "segregated facilities"means any waiting rooms,work areas,restrooms and washrooms,recreation or entertainment areas,parking lots,drinking fountains,transportation,housing facilities provided , for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the z,K provisions of the equal opportunity clause,and that he will retain such certifications in his files. ' 7. Buy American Cerdfirate ; By submitting abid/proposal under this solicitation, except for those items listed by the offeror below, the offeror certifies that steel and each manufactured product, is produced in the United' k {. States (as defined in the clause Buy American-Steel and Manufactured Products for Construction Contracts included in the Notice to Bidders)and that components of unknown origin are considered to have been produced or manufactured outside the United States. ' ' �•" xa tiprtF The list of articles,materials,and supplies excepted from this provision is included in these Contract Documents. f PRODUCT COUNTRY OF ORIGIN r 1 1' y: to r' 8. The undersigned agrees,upon written notice of the acceptance of this bid,within sixty (60) days after the opening of the bids, that he/she will execute the Contract in accordance with the bid ;b as accepted and give Contract (Performance and Payment) Bonds on the forms included herein within fifteen(15)days after the prescribed forms are presented for signature. r: 9. The undersigned further agrees that if awarded the Contract,he/she will commence work ; within ten(10)calendar days after receipt of Notice to Proceed and that the work will be completed l' within sixty(60)calendar days after issuance of the Notice to Proceed for Base Bid No. 1 and within seventy-five (75)calendar days after issuance of the Notice to Proceed for Base Bid No. 2,and that 'K he shall pay liquidated damages in accordance with Paragraph 5 of the Special Provisions, in the amount of Five Hundred Dollars ($500.00) for each calendar day the work remains uncompleted P-4 „1 .4' 'r + i� �:r:^4.r�°� y,,.•�.artvu y' i,... r r ..q ^rt...•,r,� v (4 •� a `1,;'�';rS ij qks f ���r E{.St't r ?F a, r ' '^H:n` h i� i.�.. �µ ' r,� {4 ¢ p�� ��S`'”�.,�Hb'FY�} `-r� Y h �� .rj `� t . fit"X t S�StVL�},�t�t�v>. ��z�'1'i✓. F. y � p t� t•{'' .c.j�� j� •�� r > PiE t t fa i > `� �` ��� J� �` t '',..� �h'•� r,yC�`�' .ta �% �< J � t�:y tt y%.f 4 f: r�f`:; i F Y 7 j t � tC z b r 1{�iY�"'C�'��4�'8'y�'• Py 3f�i��r�y3�•j�f tS' ktf st i {f'SL3�Y? t s* f earr3 �{? �.;vTS ti��.�r}6�r��t .�• 1!r'. ' �' t �.'�,,it�.'stt�t` 4t����"�'?;+�� .��ik��ta��id+ �'��}_ r` �,�K{" ' ,t 4��,�,• + `=��h r {� %� �}'�� �'`�'.,'. `•jcJ4. "vrS'�LVrl�S.l ,I'�:xN�3���=C,"4�"�'�ei �:f.�+�F M�f71. .� �rv.l. i' S Sr$s#'£ � 's T�! �•j��'`'�UY. r;f ar�ll t j mat ��r�. ,r� q' �z'Xa�``'< KU'�7`i�Ev`,'��"Jf "'�'$ 4�irR{lf`��4i:1` V�a,'S�'^•���5 r�U p�.r�+�e�, j^f�'FS�f'Yi,,fG#��' M y Mldi a� r,rr�t��'� Ytl {' � ."l�.li�.. �,. �:i «fi}�.,,y;�, br7fr�'f•7}=� '�`;r ak •�,1 RFV��`';�.. .�� Y fit r�� aj tq�- r �+X, r1r .w k�z.;' ��+3t� v !'l,d,.ztls�vi-��: s ��r Xi��.tR�+� ,�: L� :u' after expiration of the Contract time. 10. S.1ean Air and Water Pollution Contro_ 1 Requ'r n n s To satisfy Clean Air and Water Pollution Control requirements on all Construction Contracts '= and Subcontracts exceeding$100,000,Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. >. b. To comply with all the requirements of Section 114 of the Clean Air Act,as amended, 42 U.S.C. 1857 et seq. and section 308 of the Federal Water Pollution Control Act, as amended, 33 r U.S.C. 1251 et seq.relating to inspection,monitoring, g,ent ry,reports,and information,as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively,and all other z, f' r regulations and guidelines issued thereunder; C. That as a condition for award of a Contract he/she shall notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for T performance of or benefit from the Contract is under consideration to be listed on the EPA List of ' Violating Facilities. d. To include or cause to be included in any Contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. t 11. As an evidence of good faith in submitting this proposal,the undersigned encloses a certified ^? check,cashier's check or bid bond in the amount not less than five percent(5%) of the total amount k ' of the bid,which,in case he/she refuses or fails to accept an award and to enter into a Contract and xra y . >;. file the required bonds within the prescribed time, shall be forfeited to the City of Jefferson as 3z* ` liquidated damages. 12. The undersigned hereby declares that the only parties interested in this Proposal are named �. herein,that this Proposal is made without collusion with any person,firm or corporation, that no employee of the City of Jefferson,officer or agent,is directly or indirectly financially interested in this bid. .; $r 13. By entering into this Contract,the Contractor certifies that neither it(nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be }r awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a) (1). k No part of this Contract shall be subcontracted to any person or form ineligible for award of a government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(x) (1). :.3 Yi. :y \ P-5 r '� � ` f�� �",'�a'3 e'2"����X fi���r � .��t�,,u r,�g.i{yls��j,'..�"Y! 1 +i'.•i's'„�`l.'s,t;{';.'�i 2j,4i^�•:}fir�yty�t` n �` � A'"t t, 1�l pf°'{"1�' .t{ �'b U. •; t ft t 1r . �w, �i��tt d, ! r.j st` �rr .J z} 4 `$,�� s ^.� r � .., ci ; t"�✓ ::��'.+�"-t'�X. ''� fr7•'Ys �.i axe n 5 i. " {.�h+ t d.r J, rt,'r'�`kT�,n w '1�,rfi�rl,t } '-}f. r. 2, 1�6p • • r�Y13 tx • ' yk C' p9r tax :t t'(t ✓tC ,y' f .�P 1 i7.` �7. l 1iJ Sy1 rt `+r rr� hrrl '` 4 t >,Lla ��+ ftJ ; 7 zY,; t J + 'G t i f si• X f ?��r{ c' 1 4 r S if. r sA ( ti ! M1.. i 04 Serf t,, i �.:., 1 y S �� AiFr.t Ifs i r ft�tr �1 fsf { Ae yv tit 1 AA {• .7 s7 'I f'i � ! f� rtr 1k'f ?(f + 7r .'�'t t 7 i t'y frlh,yt c r+,�,I t r .; t�i.,i,t °f'. r, J t t, � ,i S i1.(..il'•t.1•'x 6,:r tj• +�, ..16 S.Tn t:.l Tp/ �t � s j ..dr." �ti_+' era � '� - .r!., n e•,s:' .,R .r ,,:f< �ti,ANAMWW l ,� yf �, �( •c �`v� 5 ,h^;,5�� -41 ��ih k1,�h�iM7rla;rrf �'4��" 'x'�4 �f "�+'�'j`t�j,r.}*'fi `�`Sti:±rrr'�*'aSi'C'^ •j�C' ,, 3iM"'�}�t. .,�iQ 74'.f S h Y�. F t •...j 5 +.r�} . ' i�t (� EQUAL QPEORILINELY C'RRTIFIC'A110N .' Certification with regard to the Performance of Previous Contracts or Subcontracts subject to the Equal Opportunity Clause and the filing of Required Reports. "L The Contractor , proposed subcontractor _, hereby certifies that he has V , has not }; participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders, 10925, 11114,or 11246,and that he has has not ,filed with the r i' Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's committee on Equal Employment Opportunity,all reports due under the applicable filing requirements. ,kel Electric.Inc. Company t.t•�i By: 4 yi Title: Vice President Date: t{ f f . �x tF t�p NOTE:The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor[41 CRF 60-1.7(b)(1)j,and must be submitted by Contractor and proposed >r; subcontractors only in connection with contracts and subcontracts which are subject to the -' Equal Opportunity Clause. Contractors and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CRF 60-1.5 (Generally only contracts or subcontracts Of$10,000 or under are exempt). Currently,Standard Form 100 (EEOC-1)is the only report required by the Executive Orders or their implementing regulations. L it • t EOC-1 fa ., s ,k n jxir= is ter r".'t, -� -'.,t' •` .. "ai k`."� �.. .5 .. -' v r ,� ..�. `b lf' .2 y. zS-• 1 avr rtv � 1 .r..,,�.{ W- '7 4�w�J : •;f,: `r v :1+:w.:?',..,"r ��tt��t�t r�'at,t<�»#t�`{4�§�,S`C . '' t .. .t.,t., .. •si.,i: �''�C,- ��� .� 'r���p ;�'�1 m ' ' r�iU••� 'r;,la ''911i"'�: �S�.F.Y�a p�'�.i �S^�:�i�4l.t •r , .. .Xr 4 � 'ttr" j"1r �1 "i' .'�3*. t u ! s +a :e r + tji,j+✓y77t 5J';ct•+, r1t 1 � , fi55_� t PERF NiANCE BOjy� :> pd - 13-7 tb3y+-7 i KNOW ALL MEN BY THESE PRESENTS THAT WE,Strukel Ele tri c Inc. 1375 West Walnut, Kansas 66743,hereinafter referred to as the "Contractor"and Guard, 'U a Corporation organized and existing under the laws of the State of Missouri,as"Surety"are held F and firmly bound unto the City of Jefferson, their successors and assigns, hereinafter called the k "Owner", in the penal sum of Two Hundred Eighty-Four Thousand, Six Hundred Six Dollars and Fifty Cents($284,606.50)in lawful money of the United States of America,for the payment of which well and truly to be made to said Owner with the understanding that such designation shall be held and taken to apply to them or to their successors,lessees and assigns,as the circumstances now or to any time in the future under the terms hereof shall require, we, said Contractor and Surety,do hereby bind ourselves and our respective successors, lessees and assignees,jointly and severally, ' ?,z forever firmly by these presents. 4.:..r, THE CONDITION OF THE ABOVE OBLIGATION,HOWEVER,IS SUCH THAT: WHEREAS,said Contractor has entered into a certain Contract in writing,bearing date of the ;.,gu ��+err `.,1�•. day of , 1995,and designated as airfield improvements to the Jefferson City ` : Memorial Airport,State Block Grant Project No. AIR 935-40B with said Owner, for furnishing all materials,supplies, construction tools, equipment,and the performance of all necessary labor,for z t'r•,: and in connection with the construction of certain improvements described in the attached contract � documents,and in accordance with the terms and conditions contained in said contract documents; WHEREAS, it is provided in said Contract that said Contractor shall furnish a bond in the sum hereinabove stated conditioned for the faithful performance of said Contract in Writing s well as ''N: ',`�, any supplement or supplements in writing thereto covering additional or other work to be performed by the Contractor pursuant to the terms and conditions of said Contract, NOW,THEREFORE,if said Contractor shall in all respect faithfully and fullperform ` •r' of the terms, provisions, conditions, and undertakings of said Contract in writing to be by all performed,together with like performance of any and all supplements in writing thereto covering additional or other work to be performed by the Contractor, notice of any such supplement or supplements being hereby waived, then this obligation shall be null and void; otherwise it shall remain in full force, virtue and effect. F PROVIDED FURTHER, that it is expressly understood and agreed that notice of any default ' non-performance of any duty of obligation on the part of the Contractor under the terms of said f` Contract in writing, or any supplement in writing thereto covering additional or other work to be • r`{ 'j performed by the Contractor, is hereby expressly waived by the Surety,and that any such default in or non-performance of any duty or obligation shall not absolve or release the Surety from its joint r and several absolute and unconditional undertakings of indemni > ty, irrespective of whether the Owner shall or shall not call upon the Contractor for compliance therewith or performance thereof, ! and that these presents shall remain in full force, virtue and effect during the existence of said Contract,or of any supplement in writing thereto covering additional or other work to be performed .' by the Contractor,and thereafter for the purpose of adjusting rights and obligations which shall have x i accrued during the life of said written Contract, or any supplement in writing thereto covering {' additional or other work to be performed by the Contractor. IN TESTIMONY WHEREOF,the Contractor has hereunto set his hand,and said surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by its attorney-in-fact duly authorized to do so at 1995. ,on this day of PB-1 ,. 1• '4!r"�F �. i s"Kt_� ^�!�£T};•mt!" t'�+•^�+�^�•t-'� ' i n 4r' r 777,777 s t . TTM 7 Yr 4 7^14 J F � ♦ t i� ,1 15i�,t. +y .zPt = a•�f1yJ,Ctl qt ShY!/72..1�.��1 .Y a�,,J�.l '1.1 ) tf,,tf;ivr t r ` ;lvr rf�5,� t:r�i•L`..2�.NYl," �� ,�!�, .0 77 •}y . tiF 1' p�' tl *?t 72��IN'��{ u J fR)� v 1 {il Frt{'�i irj(S'`f?t t k 'tpj� �,} xt l�t�tX+ut <'! 151tfi{t,�, .j 1$k� s �t���� ��4 t � d ♦ m. t `£.t'.?f e�f}9 � f i j t a Sit �a }� r �t �� ! vt � � rt �3 c ro t.� f�"4,tlr't,�,, > >1�1'.�f°.:�1rr�, v t<rS "tI'l�jt ,,i l .4 s4��lvih!(4 +�1�,^xi w f,��,� �;r•tJ�. ?, . C �• ,b«,n?i t ,�,t4 'a.�< °� 6\;i'�{af ? y 3: 1�'vSF�"'K',`�_;1„:� � .ivtfi rJ,t�'suit�,�`H!��,y��:�,,vit f�S .F�r #� � �* �r� l+l�. i� `t'��)`��' �t'lsry;''M1;��,`i��;t�•,' Ft,.r3'k-i.�4�r�:, +Ibl s"6' tjY�S � x .2��rir� � �" S,}i 1"s`t-"�is'�ir'.Y�`•'v�tr '"-`�' dii��ntfrr.At��i. �• .�?... 11�,ai t J •;sG�ti ��yt���` y'�� pp .Y 7 t � ��.K?;fa?4i(� 'rn ij�r l'J :a✓`='gipp � ��'' �s `��=�: p'f t`•Sl '<•f ��.G i�:��'`�.s ����'' 1 '1�u�fC +t ! �it asap+.ei r,'�Vty t, "� r Stl)L�i"�ypr+:,iA„z�}.sly.' j.d,. ��p�,3���j��y�,� 1;' ;• X. ''t f, d s • d h ����� }. ri� {u�"t P`a ���iij t s K r'1�•vX5 '1"�1 �y1`,ct k `'`�• tq 7,v 2 J! 4, e t { ..14. E �� 4. �• �rf E�•�t``F:i'€t;t �i �o-.` e t 'y�rz,1.t n 4zut 44.Y4�•y a'�Ss�Y 1t,n Y3�.�'"�'j.?,+f{.A+r�F',�It..Y iE z��i;rr�,�*'r'�,t fi{b aX st�§�tr s7t�a�i l��i�+rt,�tnYta4,ft„j!�r ttt'','.�r"f r�d i��R`j!r l x�'�Yy�<"'s.1S:ra r�l�tT-a�'�1trr,x.:tj s1 y9�!.f g i�,d su R." 3M +4 b 5 � '$ i t t ';1 •, .v. _t.. ri: rh�iF!1 rY ..;a t� t., .c. iS' :.� iti^s r t a �3<•-,'Zy, i; w gyp `'-µ%r+ .7r• x t ,•v r, x SURETY COMPANY: CONTRACTOR: NIT I T M y StrukP.l R1�;trio,Inc- Name of Comnany Name of Company aa;F: B t By: Attorney-in-fact � �(���- �J, �•��� Address: P0 X �J Vice President Title of Person Signing (SEAL) ) (SEAL) ' NOTE: Date of bond must not be prior to date of Contract. If Contractor is partnership,all partners should t execute bond. Accompany this bond with attorney-in-fact's authority from the Surety company certified to include the date of the bond. Surety companies executing bond must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. f , PB-2 , .,yi i t .i, i ,i`i " `� :� �.� tit-av b.k� i �.j�xA+�°�ra,a:i� .� r .�..x ti4r +,t.�+��z" 'IZ42'i •rya. } � .. d�!� i�3t S+���« islai.i:_1«...ua.+we..r.,w.+renwlxMbN't+.'Y�7FSf5i+Y=•.xtx0i�.n. w.:�.:+.,r.�+nY2N9d4'A'"f�.�G?fr?k rl� r Continental Casualty Company CNA41' 11 For All the Commitments You Make' AN ILLINOIS CORPORATION Fb POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by those Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Stanley G. Wilkerson, Robert P. Emerick Donald D. Westcott, Leonard Atchison, .' Claudia J. Nadeau, Individually of Topeka, Kansas Its true and lawful Attorney-In-fact with full power and authority hereby conferred to sign,seal and execute In Its behalf bonds,undertakings ,. and other obligatory instruments of similar nature F- - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the {'`t duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby i ± :.' given are hereby ratified and confirmed. zarRl ' r This Power of Attorney Is made and executed pursuant to and by authority of the followin g B Y Law duly adopted by the Board of 4 ,';'4.• Directors of the Company. "Article IX—Execution of Documents ' � k Section 3.Appointment of Attorney-In-fact.The President or a Vice President may,from time to time,appoint by writtencertificates r X ° attorneys-in-fact to act in behalf of the Company in the excecution of policies of Insurance, bonds, undertakings and other obligatory instruments of like nature.Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company -:; t•-,.��; thereto.The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." s This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. t` ' "Resolved,that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws,and the signature of the Secretary or an Assistant Secretary AI and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing : s,� such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified <; by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and ?:r bindina on the Company. In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of May 19 91 • m CONTINENTAL CASUALTY COMPANY State of Illinois .i z '06fORAI, County of Cook ( ss SEALa..>. ��r , i;.:ys '•0' J. E. Purtell Vice President. , '} 16th May 19 before me personally came n: On this_ day of p J. E. Purteil,to me known,who, being by me duly sworn,did depose and say,that he resides in the Village of Glenview,State of Illinois;that he is a Vice-President of CONTINENTAL 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 corporate seal;that it was so affixed pursuant to the said instrument is such corporate 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 and deed of said corporation. Sr7;l a G e� e. vw NOTARY ,p t J PUBLIC 6 �- •�Sadr{t� gyp° +c0" Linda C. Dempsey Notary Public. ' My Commission Ex pi Uct er 19, 1994 CERTIFICATE t' I, M. C. Vonnahrne, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set :w ' forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the :f day of , 19 said Company this ,yiN:irti _ ro,°w.,,� M.C.Vonn hV6 Assistant Secretary. SEAL t w a� 'i Form 1.23142.6 INV. NO. G-56623-B r �',,ti�1 9 'i' arx.. .y°4!!^.• .^,'.Z'°':p'4�*' ". �!,++!.!...,w�s•. r. •°ci �•:*.�.+. �,. X .f :'F{•Nip,tl--.. r4 , y�,!�.<.}�� ir°j.� .i.f41 ,i 7• !� 't SG i.. i. E iY,�r�, }. if Pt.ri 1<fm��J;il� �ie�jq� {firJF* t.. it AyYjld Xirx Sit,F{', �,} .v° 's.e "- ''1�" sf.t �;.'� ��e$f�tj?A�;, �,;pp'��r„5'���'C�.4111�tS�r�.`�tilt.•,-t,f;'ir t`'��A�"�;t.t;�f'j`r'.I. S: �.is r)14yrr�ir)i���+���4:!!: J-4.�1��`�^'� J, +,��5,�r• .5 t � � i , +, L S 'F.. ( } S a' t f• il{! � C .'';5y,y,r 1 u`�. Y a 4 i'i. 5 �3.' jl� �) 't , d.,j u:? Rt"'Y 1 4� t�..�t 441 Y; tl �q !'.�.'2t '�%�ti"4 •J'^r� �� y:' 1 rr� Ii Y{ ,,� "1t`ti� . ��; <+. 3PJ � d`ii••t��}Y� 4..tr•2, �:t�i• �;,es. r-�r.�'^x" t4. �} at�xd', r`� ���i.I� $ � Vfv"i �> Yv � .F-i i�S,'Vy.,t{i�.;•,.�� �3 k �t .�j� '�� =i?'r'��'!'! h. t 'i�•r�z:';,����`��'$+'�r��f�c:�;� �f�bi,ai"�y�$S�r 4�`'6�'r t,;r��.''f'�+,� ��, '�" �,� ��,}4' el' J ' +'.�'r ✓9�df�'l3.tkur� �b1cy�`"r' F ii }F,t:�jnt )�1��,9�,���,}�.��gt4�`� 4p� � ¢• t fir`�` 1, 1j'{ k$r '?edit;�t' j < #E �Z t ,' f }� .� �j z11 { tf ejfril �0! X, .:'C rtt �4 4 J 'E.5 f ' iY i4,:� : ,ti.� ..•t. i �� .ii t „A M'{W `' ..7 . ..Y ,i, •',••.. fi Fey Xl'mS. .. ... ....an.wnvn t7,Vri tr~ x1�.�efp� •,S� r .. y :i �, .,. Y n KNOW ALL MEN BY THESE PRESENTS, that Strukel Electric, Inc., y; Kansas 66743, hereinafter called Contractor, and �1TI t�l -rq 1375 West Walnut, Girard hereinafter called Surety,and duly authorized to do 3 ' suretyship business in the State of Missouri,are held and firmly bound unto the City of Jefferson in the penal sum Two Hundred Eighty-Four Thousand Six Hundred Six Dollars and Fifty A\ - y Cents ($2€34,606.50)for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Contractor has by written agreement dated "`j contract with the Owner for furnishing all labor and material for the construction ter lighting o a !'1 y' ,., improvements to the Jefferson City Memorial Airport,Base Bid No.2,in accordance with Plans and . Specifications prepared by Bucher,Willis&Ratliff,Engineers, Planners and Architects, Kansas City, Missouri P , , which contract is by reference made a art hereof, and is hereinafter referred to as the 'ru� Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void• 4,• otherwise it shall remain in full force and effect,subject,however,to the following conditions: ut; 1 A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor,material or both,used or reason 4{ t. • .:, a. the performance of the contract,labor and material being constructed to include that part of water, '} � �:• as ower,light heat oil gasoline, telephone service or rental of equipment directl applicable to � the Contract. y pp 2• The above-named Contractor and Surety hereby jointly severally agree with the Owner th s every claimant as herein defined,who has not been paid in full before the expiration of a period at ' of � 4` ninety(90)days after date on which the last of such claimant's work or labor was done or performed, h y or materials were furnished by such claimant,may sue on this bond for the use of such claimant �J ' prosecute the suit to final judgment for such sum or sums as may be justly due r' ' r y execution thereon. The Owner shall not be liable for the payment of any costs or pens es of n e r` .;; such suit. y k 3• No suit or action shall be commenced hereunder by any claimant: too, have given written notice to any two of the following: The Contractor, the Owner or the a• Unless claimant, other than one having a direct contract with the Contractor }$� , shall above named,within ninety (90) days after such claimant did or Surety f performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail,postage prepared,in an envelope addressed to the C Owner or Surety, y p Contractor, at an lace where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located,save that such N. service need not be made by a public officer. '1 b• After the expiration of one (1) year following the date of which Contractor ceased work on said Contract,it being understood,however,that if any limitation embodied in this bond PA-1 l t.t 4 '`� b..5,� i.4 r s r:'ttt: .g u r+,c -'f'+t'�t 1"r'�.•�'�'"7a .,rr, r �",- t y y .z~' *ki aa�i,.hxyi�.%'k +• ! ji a 'i>t t t t 7 tJ}"' v'ir +J yi s ti ,.xn I x i t +r+r a i.n z • '.�"F", �:i" 'q � '.��� ;�'•� ���Y`i Y>j•�} t4�1rt 'irlt tt� x� `a CF t>` t i t r. } /!i F =Jx�1 4}r,�"� t .t t 1 r�{: 1�'tAi4'i, "t i - , �?• w 3,• j��?�n.. ����• 'it 4 •t��',ai���.t,�;C y"• r��'I-'�t. y fl 4 r y �i I � }��( #1�'i tt .t; y! PLt'* v 1.���s R�4 • .�� �„ ��a `+. JJ'J...t' ti � t�i �•{et4� C K,z: } 5 s!` �\r � .c x 5 r ra �r a�t t S a'y X"` S�Y t�e '�t ` r ,r �,.•°` � .Y�, ,v ,k{du apt SY t ,^J.g Y �tA,r, r riS '''�,.+Y,li�fe,t t-,': 'nt yn2.4 `�,��t` gM 2.�d '`� e ., 2�"�*.°t F ,�;��tjx •�w ,�G t;;" �:ray} �"+.t;:., tt�:..ti` (>?.�'1$ c ,i ta,"�•. ,t",,� 'l4•srr�,„{,��'} 1, a��. , � � `tit : '��`�;4�C4M�'?r7t ,� ��ilJ� 1�i�"tr 3r y�r*rjt' '��S ta`�4 F� �.`��� .Yi �'r•:a'�s�r;}',,�'�'�`l SS i In 1 ; f S � Lv� J F •u.,t.tZ� .r. y�j����' ,# •:9 �''�`�� �v y�}��fi ��a 4{i 1 c�r].x i titr "�$5 t S � ��+'i u a ;Pr .J e•�w,v a t ,{t r,; • } [y t.8 �'� �'�1'�E.r•:tr� tf,,�,,e,��t�r ftty yaJ��.t�'� yt t r'itG� } w��"1�6A;, 5U •t° t'is to :. N � 1'(�. ! �', '.n`3 �: .� !ss�"'�^`,Fib rat. 7�i i k1i ��S.F•+F�,�q'�,) }��1�ipX[Et'�r`�t�,�'}f(yt��, � s � ,J t�st ,+y��• i1"' .�•.'.t,�`;<�Y4��`,,. �y1tt5,,f4,P}�'`<'� ,�,k�„'7��i L4f'.�.7� _.�� ,S,X �. J r 1'4i• ���7� • a i� it k` srS'�,,it grrael� r t i5 ,t s,�tt...x4�;1y"SSYtu kJtx y.' +• ':r '''u'1 f,�''.' Y• -' die•.�ns t �3�i•#',y zd J' yS� t d.t. '� ,r'� Y';• aY�' .fr � }Hd sp''F a };.$ �,�,yJ f`t st �}}5,55�,,sY• i :f.A � •'t' t •Y.r�t h iit}}i`R;,••`5�}i'�t�ct4.t`h-,Y,.�it?�'�;•s�cATi�r.a r�}tQ�j{t� s,1"�T��,�„�� f,.lGf ti`�''�'•''i,{ti5 t};,.'a{t{;K;cr �` 't777777ff�1 eo .y��"Y�, ,�, . I j y,t'£��.. .�e j � tl'Tt'ti J+ .{('�. t l/{,5 y=t'1 1 �4e12.: '��'A�•.., C k£',.t�,t"}' S.1�,'.��f,y��,5;.,�,1. x t }H{r# :�i,(.�$}�,� ?`\ft kr rJ�� r%,c .�..,} ,t.,• _ . .. l,rr, .t ,F�i ;� r 1 r t 5:.. ts.la.:'l;tt �r. ;r': .o��,•, .�t 17t't.1 i :"� ,: �f:•�ys' % r� `{{fi /�+t .!k's 5'. ...y t'.� lit.. 4'� ;�`4• .1).+ .t II,�, 3� '��i }... ". vas�r ;�A*�, by, 1 is prohibited by any law controlling the construction hereof,such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. r C. Other than in a state court of competent jurisdiction in and for the count or other W- political=:j« political subdivision of the state in which the project,or any part thereof,is situated,or in the United tl "• •"y..uwi, States District Court for the district in which the project, or any part thereof, is situated, and not t elsewhere. °rt•< t 4. The amount of this bond shall be reduced by and to the extent of any payment or payments . made in good faith hereunder,inclusive of the payment by Surety of mechanics'liens which may by Ei' Y filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. sa IN TESTIMONY WHEREOF,the Contractor has hereunto set his hand,and the Surety has caused these presents to be executed in its name, and its corporation seal to be hereunto affixed by its T, attorney-in-fact at ,on this day of , 1995. tr ; ` # SURETY COMPANY: CONTRACTOR: I WENT kL C&Ul . AM N� Strukel Elpetric,Inc. Name of Company Name of Company •'yYh By: By: ; f ` Attorney-in-Fact �8 .,�f. .�; y.. �,�,• Address: k& ��� Vi ce President ,r � M Title of Person Signing A: ` (SEAL) r (SEAL) �f NOTE: ?i Date of bond must not be prior to date of Contract. If Contractor is partnership,all partners should P p 1 execute bond. ,1 w a Accompany this bond with attorney-in-fact's authority from the Surety company certified to include the date of the bond. Surety companies executing bond must appear on the Treasury Department's most current list } (Circular 570 as amended) and be authorized to transact business in the state where the project is located. ,v "a 1; •i ;t PA-2 y ,s; '� •• •ih�fif;${{��i,�� �,1di�.'�,`t�r��:'� t ��r4 tE}fir �j �a� �..'� �d.x:+f P a`' �:;. 7Y q'° r`rr�' +4t f� h i ij^.Y �ft�j.tis �:k3s Sr (jv✓+ rr y }i x r .?' � L4�t_�'T +i tx , �. F4�'f ky �l7} Syr�,:ty� 4 � '} Sr• F srr` dr n " x'ti{�"- ��. ,?- ' rti . '�s x :� �,?,.f K 4,• .rqp. s%v^.1 •' t�i-3 Continental Casualty Company � CNA �Y �'�'• itit For All the Comm itments You Make' AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Pirmsonts, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the ~R laws of the State of Illinois, and having Its principal office In the City of Chicago, and State of Illinois, does hereby make, constitute ° x - and ap Dint Stanley G' Wilkerson, Robert P. Emerick Donald D. Westcott, Leonard Atchison, _Claudia J. Nadeau. Individual y �:,, of Topeka, Kansas Its true and lawful Attorney-in•faict with full power and authority hereby conferred to sign,seal and execute In its behalf bonds,undertakings and other obligatory Instruments of similar nature - In Unlimited Amounts and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed b the rte' duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, g y "�'" given are hereby ratified and confirmed. S y pursuant to the authority hereby s This Power of Attorney Is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3,Appointment of Aof the The President t a Vice President may,from time to time,appoint by writtencertificates �•�,,:,,:;:,,•,,; instruments l to act in behalf at the Company In the excecution of policies of Insurance, bonds, undertakings and other obligatory „i instruments of like nature.Such attorneys-in•fact, subject to the limitations set forth In their respective certificates of authority,shall j have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." I :z' :j This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. .. k. "Resolved,that the signature of the President or Vice President and the seal of tpe Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws,and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to an certificate of an such power, and an ry s.3 y Y p y power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified t `�•`: r'I by certificate so executed and sealed shall, with respect to any bond or undertaking continue to be valid and king to which It is attached, bindino on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and itsr?''. r ". ' corporate seal to be hereto affixed on this 16th day of MaY 19 9j P r CONTINENTAL CASUALTY COMPANY r'. State of Illinois ! County of Cook I ss :;- a SEAL J. E. Purtell Vice President. oti this 16th day of May 19 before me personal) came J. E. Purtell,to me known, who, being by me duly sworn, did depose and say:that he resides in the Village of Glenview,State of Illinois;that he is s a Vice President of CONTINENTAL CASUALTY COMPANY,the corporation described in and which executed the above instrument;that he knows k the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to the said instrument F�rl is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his names i ,t thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. °-' ���. c C NOTARY . ° PUBLIC c t �` ,:�xr� •' t. 1 tee+Co.. �z Linda C. Dempsey Notary Public. ' �i My Commission Expi res Uctaer 19, 1994 ' q.: CERTIFICATE 3 1, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this day of 19 k• ,r .f i 'aFa.t, , M. C.Vonn Assistant Secretary. '•r,� �s u SEAL t �Olt. rS.tr . Form 1.23142•8 INV. NO. G•56623-B 1'. -.- T .ti. 'I y. f�ay�py�i) �1t 9�"d �'�a,y 13<4 t t. nay t.�i.} � ,-:F•� i fl � ..1 r , , .,. ' ti �5 ' r i? i r 2�,� F "Y �I7( J{�,�'f6," •� .Y •T - .*,j L..u' {•'yei, i> . 'f!'st b 8 u� s �n S�:Y,y' }�ct Yry.'_i t:, i'i rt �'i t { •� I �' }7' �'y,ki �`�� ,.r`' �'t'11<iG'�,S d�4't4 rt., , L��', t i! �r {�t.;J 7•,„sy( 1 MEN F3. ,f iT" ,�+u� r�'��`•#tt�t 51 1=' � f. 1 Y �M. t tti. �`' f ttt F' ; r}k ) }� .#z.>)t}�����.���� �r }. 54t,Ott__��''�jl,'•t}t�Stit`'tY t :a s ix c f 7 t t�, k 1 r t r { r t.. ' '' ads .a ' •�u'.'t�e+'���a��',Y��9�s.•� �.�•,r''yt�.ti 7 ti i >1�',.t 'a:.J L' .i r .. 'ti .,x a 4n�h �' Y • ��� d,7 r F r r l 3 �,Ib Y t t 1 r, o r .yJ�'.,}'r CITY OF JEFFERSON,MISSOURI :a JEFFERSON CITY MEMORIAL AIRPORT STATE BLOCIC GRANT PROJECT NO. AIR 935-40B ` t; ��N'TICAC'I, ACRE�.M�.NT � THIS AGREEMENT,made and entered into this_ day of ,199 ,by ¢` and between the City of Jefferson,Party of the First Part,hereinafter refe ed to as the wner ,and `'• Strukel Electric,Inc., 1375 West Walnut,Girard, Kansas 66743,Party 11 of the Second Part hereinafter c,t,t referred to as the"Contractor"for 'for the construction of airport improvements including:Base Bid No. ft 2: Lighting Improvements to the Jefferson City Memorial Airport. ; :a WITNESSETH: z `{` AR'T'ICLE 1, It is hereby mutually agreed that for and in consideration of the payments as provided _ for herein to the Contractor by the Owner,the said Contractor shall furnish all labor, equipment, and material and shall perform all work necessary to complete the improvements in a good and substantial manner,ready for use,and in strict accordance with this Contract,a copy of which is filed pursuant to law in the office of the legal representative of the Owner. t , : ',k, 5 _ ? !f ; .;: ARTICL•E 2. It is hereby further agreed that in consideration of the faithful performance of the work by the Contractor,the Owner shall pay the Contractor the compensation due him by reason of said faithful performance of the work,at stated intervals and in the ainount certified by the Engineer,in .,accordance with the pr ovisions of this Contract. ARTICLE 3. It is hereby further agreed that,at the completion of the work and its acceptance by the . :;;; Owner,all sums due the Contractor by reason of his faithful performance of the work, taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of Extra Work authorized under this Contract, will be paid the Contractor by the Owner after said completion and acceptance. ; ARTICLE 4. It is hereby further agreed that any reference herein to the"Contract"shall include all ;w 76 .. t .. r •kj. "Contract Documents" as the same are listed and described in Paragraph 10-12 of SECTION: GENERAL PROVISIONS bound herein,and said "Contract Documents"are hereby made a part of this Agreement as fully as if set out at length herein,and that this Contract is limited to the items in the Proposal as signed by the"Contractor"and included in the"Contract Documents". U'£�p ARTICLE 5. The Contractor agrees to perform all of the work described in the Contract Documents for the unit prices and lump sums as submitted in the Bid,taking into consideration additions to or deductions from the Total Bid by reason of alterations or modifications of the original quantities or by reason of"Extra Work"authorized under this Agreement in accordance with the provisions of the Contract Documents. , ARTIC E 6-BREACH OF CONTRACT TERM AN TON 49 FR PART 1R Any violation or breach of the terms of this contract on the part of the contractor or subcontractor �? may result in the suspension or termination of this contract or such other action which may be .' necessary to enforce the rights of the parties.of this agreement. r. ARTICLE 7- INSP .0 TIQN OF RECORDS-49 CER PART R � 1 �q. #` CA- 1 "r t�l tb yr•f. Y45 yin tt Y ,.__r'.".'"" .r ..^+,w.7"'�'.:tn'F.?r,•e i �,���y1�': �pF�tyat'{��'i"ri t)x.1�CyS�,t t r, ^' . �%,,f i. h ^s. � { f`� w '� '�?'� ri,4 ��� `ta•rt1 t�Te`'���tha'+rt�'�''�'� Y' � s L r a a'}'.,r��{Jr/j.f t hit x / i r � ,„,r '�.'.�' ti ,'r1' r ` �'(. kttt ,.i i .w4', S � �""� :t�taf' ,i�s"1 i• , pr 1'� �'�t It sr� P < •S. C7tf sIt ,�p {l,..y .��rFit,�,i s<.,t o +' � 1 '.t",ttx S�r3 v`I` �Y'l',:j:���74Y(��r''t .,�+. ,G •It z.,S r t s .'�. 's.L "f.�C�.;3r�{ „�f?�g"3t": �"t t t t t t^Vl {trti f'.�� 1 .v ':h. r �'-E .r'.�• �$:.;'Nr M 1 rte.. , ;T 3 t y� .{z,.�� fr 3. .K t y, f �*, e t n�x t.tr ��.�:7:•+ e�� 't b? LB"'' ({�+,�: ':�+ �+' s:f ;�tJ"%%•`i,. ,r, ,1 .a.� �, t�,`' �, '7 ii T •iF,, '`�'t'•Ngt.`'r: ,, ' i(l .tt�; s;.> tz�i tr ae+"txfi �;i f r t5 tr r i i�tL f1r:l ;i !. U', ti r/ iu 8> .;1„?; `,f+�•tS.J'�' {i r'l+r }}. �.nf'i �h+.r'�.` t t•�4L�'1;�+, �. ¢tt Y' t� .� r, "Utz; ,i��4 h �. '� i 1 � [[,, ,. :,{ �. n'3 ', .. `rt t i"),+ ,S +'� tir��?t✓.d c z. i1 r �� _�� �'`A�r# 3���: G?i�� i�}•i e v,�''rj i �rf .0 .f Ilit , Y +d Y,7 ::t" s..S .y+..V iV• '�-% 'S' 7°1{`s,.` fir,.:".�a}ttr.df tai({ r .j t 1 ��,'!1 r r.• .t :5,7t C�rc 3J ,rei t,r,� i t + �I •,s S{..� •t"�es F«ili:.rv,u ..<N"• .d.:..+�cw.1 .w?,srktiti'?5an�,`,.v±..?ibr.<„a}a,._xw.xiw,.,w w,9 •�'lgl The contractor shall maintain an acceptable cost accounting s stem. Te Sponsor, the Federal `r' Aviation Administration,and the Comptroller General of the United States shall have access to any books,documents,paper,and records of the contractor which are directly pertinent to the specific ; contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for 3 years after the Sponsor makes final payment and all other pending matters are closed. ' m ARTICLE 8- Q Ri , ° µ HT5 T 1NVENTIQN,S-49 l�RT 18 x All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information ` regarding these rights is available from the FAA and the Sponsor. ARTICLE 9-TF MIl\ATION OF CoLIT i ; AT 49 CFR PART 18 • a. The Sponsor may,by written notice,terminate this contract in whole or in part at anyr . . ;�;:��•; time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs t; otherwise) and all materials as may have been accumulated in performing this contract, whether 4 ' completed or in process,delivered to the Sponsor. -r;,•:. ��'• ` b. If the termination is for the convenience of the Sponsor,an equitable adjustment in J4 the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. t fi C. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor ^; may take over the work and prosecute the same to completion by contract or otherwise. In such case, y Syr the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor : ' thereby. 4.. d. If,after notice of termination for failure to fulfill contract obligations,it is determined w4f that the contractor had not so failed,the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. ' e. The rights and remedies of the Sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. ARTICLE 10-SUSPENSION AN>DEBARMENT RFQ1 rIREMENTS .� r-' The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that } neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement,it shall attach an explanation to this solicitation/proposal. `C z, CA-2 ! t. 3P �`4�'�-ti��`N'�•ti'�i��:�Y�'�<''hurl <t+.'.,,t.t {'j°t t .�'�;':--+,?-'z�.^.�,�•;-'rN�,�-..:•.. ` r..e + rf Yr`^ .�:� .�, � J••ir'..y r rr 's a ., 'S�i t a .. r 9 v �'r c., f h,,;. [�( 4 .1• ;d�'r s;�ty{7rtjyry�.�rtt ,�tfE kt.lrtrY•r '� 'H"r}ikicl .s U}7 t.s t >, t%r lt' r1�11tt ir�?�Y�' fi Cs•1'Y'S',`.Yt'a.laYfti`iN :v ;'!a r'�1:•ea.fi �.� ��+tY, pp,}}} f jj/c-{..Ytt YSt rt rt y 11t t "7 d r� t:•� s,� � h ttf• � �Y r jr k u. 1 Y /rS•!'f r k t`Y 1v , 4• k i Pxs 'fjEsr�y�`� f'�i+4 Z+?,�,°trex i31 �tshdy..b ,r � i$:r X p{ 4 ,x( � r1�1'2t E3�{,�k.#r `'!t� �`; '�' r• t 'it ,� r k�•{a k �`v,Jg'"`'y�1'S,};'}`�SrY�r Mx� �at'c�r'-� r ,�;.+�+i�a� �a'S�#���r;tei., �a ..r.� cat a.�+Y r '1 �,v, � {�sy�H�1 i� �fi ��Vr �S .{tsrr t1�, f .6 �tFe,•. •J f a" 'f ?'Ayr.�" •{ .,R �.'��5r' Y3��'ri i¢+� �' n��.�. �i b k• �1. '3�' '� �` 'fi: •r r x ,; r; {{{qqp•`t`� r �fi �� ��d y t'��� '(S�a�5�;{,�„ 3,r!^�. 1S T{ �'4• �ft!r �g7i��'�� J tik �k�' r � ar �.4' �'''f� N N j n'?x� +k'� ♦;*(' Si 1....F :'N h:5 -}�q, '�[�"I.� �.r tte r.rt" d}'j1pS Y rt Ls l<q��""151r •,'T;r a. +x ,(y,' glf'L�+. •nl,�ikk p1•'� r i"4 ;i 1 •. ,fir�. .� t ,�.:, s�"t r:l�"Y4.• "'A;1.t'r. T 61`11'� 1241KIN M, ARUC LE,11 - BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR CQNS ON CONTRACTS A , (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b)below. (b) The following terms apply to this clause: 1. SSleael and MaI311Mrtured}prod=. As used in this clause,steel and manufactured products include (1) those produced in the United States or(2)a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. fi 2. Components. As used in this clause,components means those articles,materials,and supplies incorporated directly into steel and manufactured products. 3. Cost of Component s. This means the costs for production of the components,exclusive of final assembly labor costs. ARTICLE 12-CONTACT PERSONS FOR DELIVERY OF NOTICES The following individuals shall serve as representatives for the purpose of delivering notices pertaining to this contract. OWNER,PARTY OF THE FIRST PART CONTRACTOR,PARTY OF THE SECOND PART ;v CITY OF JEFFERSON,MISSOURI Strukel Electric,Inc. Martin A. Brose,Director of Public Works Warren Strukel,Vice President r, 320 East McCarty Street 1375 West Walnut r Jefferson City,Missouri 65101 Girard,Kansas 66743 i (314)634-6450 (316)724-8589 .I r { " f. CA-3 yA � t } nP i�� A iY:. Nn a oa o 01 fi 4F My."n-a"vf'A WINI�111�. ;'wvm, Wei Vr 1.11PI1 I.A IC lig 8 av ME" -41 i "M 0 "P. �vc� vt v xi 777. 777 -7 Y4 3•4V a�is At o- j9j Q.la 1't Y YFf t',11}` SECTION 1 GENERAL PROVISIONS 5 t INDEX TO GENERAL PROVISIONS Section 10 DEFINITION OF TERMS 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 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 Section 30 AWARD AND EXECUTION OF CONTRACT 30-01 Consideration of Proposals , 30-02 Award of Contract 30-93 Cancellation of Award 30-04 Return of Proposal Guaranty 30-05 Requirements of Contract Bonds C". 30-06 Execution of Contract 30-07 Approval of Contract 30-08 Failure to Execute Contract Section 40 SCOPE OF WORK 40-01 Intent of Contract 40-02 Alteration of Work and Quantities 40-03 Omitted Items 40-04 Extra Work 40-05 Maintenance of Traffic 40-06 Removal of Existing Structures 40-07 Rights in and use of Materials Found in the Work 40708 Final Cleaning up Section 50 CONTROL OF WORK 50-01 Authority of the Engineer 50-02 Conformity with Plans and Specifications 50-03 Coordination of Contracts, Plans and Specifications 50-04 Cooperation of Contractor 1-1 t 1 f;,t, t, ',i 3 •s i Y '�.t 9:, {• .s •Y..�,qrt tw. il � ..�:.�,ti�. „��° � J �n '- }�`r�j�'e��` ��} :tFyt. '.� �t`�_.�S',a' +P k�?. €- �� ��+,t�a��' �nn+ .>ity�� N.� ♦ 50-05 Cooperation Between Contractors 50-06 Construction Layout and Stakes 50-07 Automatically Controlled Equipment t 50-08 Authority and Duties of Inspectors :5 :4 50-09 Inspection of the Work 50-10 Removal of Unacceptable and Unauthorized Work { 50-11 Load Restrictions 50-12 Maintenance During Construction ;. 50-13 Failure to Maintain the Work 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustments and Disputes r 50-17 Cost Reduction Incentive Section 60 CONTROL OF MATERIALS t r 60-01 Source of Supply and Quality Requirements 60-02 Samples,Tests and Cited Specifications -; 60-03 Certification of Compliance 60-04 Plant Inspection ' 60-05 Engineer's Laboratory r,o 60-06 Storage of Materials ' 60-07 Unacceptable Materials r 60-08 Owner-Furnished Materials Ft . Section 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC '.P 70-01 Laws to be Observed 70-02 Permits, Licenses and Taxes 70-03 Patented Devices,Materials and Processes 70-04 Restoration of Surfaces Disturbed by Others 70-05 Federal Aid Participation 70-06 Sanitary,Health and Safety Provisions 70-07 Public Convenience and Safety , 70-08 Barricades,Warning Signs and Hazard Markings 70-09 Use of Explosives y 70-10 Protection and Restoration of Property and Landscape ,. 70-11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Section of the Work to Traffic 70-14 Contractor's Responsibility for Work 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 70-16 Furnishing Rights-of-Way 70-17 Personal Liability of Public Officials 70-18 No Waiver of Legal.Rights 70-19 Environmental Protection 70-20 Archaeological and Historical Findings Section 80 PROSECUTION AND PROGRESS 1-2 .a i r r <i � i' WR ��, te�tJ; 1 �!� ,:<rY tµr,R„�+a-''vn{Rg•.•riNrc, ri��'�e�}¢,�'4t��r�r vi��”' ` ' S.. �0Ai, ��;, i,yr .x vk: •dxun.,. Wbltsnxviidn.....��tY�ta.... .. a . S` i x 80-01 Subletting of Contract , 80-02 Notice to Proceed z f 80-03 Prosecution and Progress Limitation of Operations 80-04 I 80-05 Character of Workman, Methods and Equipment j a 80-06 Temporary Suspension of the Work 80-07 Determination and Extension of Contract Time ' 80-08 Failure to Complete on Time 80-09 Default and Termination of Contract 80-10 Termination for National Emergencies Section 90 MEASUREMENT OF QUANTITIES 90-01 Measurement of Quantities 90-02 Scope of Payment ` 90-03 Compensation for Altered Quantities 90-04 Payment for Omitted Items t y r 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand 1 z 90-08 Payment of Withheld Funds { 90-09 Acceptance and Final Payment Section 100 CONTRACTOR QUALITY CONTROL PROGRAM ' 100-01 General 100-02 Description of Program + 100-03 Quality Control Organization 100-04 Project Progress Schedule FN r ; 100-05 Submittals Schedule 100-06 Irwpection Requirements ' 100-07 Quality Control Testing Plan ; R 100-08 Documentation 100-09 Corrective Action Requirements ' 100-10 Surveillance by the Engineer 100-11 Noncompliance Section 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 General 110-02 Method of Computing PWL ' • 1 1-3 r ri { �A 'ai�ya• .,. rk',r rp ri . .:,i•rti;n'. t.`r 7 ' ,.! u. � <�r r � y3;�•�,� '�°'��Yl n � S 'u r�r �6 r� "1`t YY d tr� Y`i tt:�jT r •. r�s ✓ r. �� r�y� 14kK;'r f ?, f Fly �4 ns ..t =ts r •' ''u.. ,, •, t t €'. i�{ "' ��'�"�*,' s•,��•�"„ rlf' Sa ak�:�Y.f C�' i S t rF 9.>r,! �"Y J' I` Y ,�C1t3.r i, ti + NI P / '�7y" "", " +'€ 4•:. .'`'e •r}riQ,•r .H� ''+. �j y.' .4?s,'r'eu' .`i.•;t'`,.a ' fs a i. ) .�xu'dyLln"�ilfd4�iKWi t•. i SECTION 10 DEFINITION OF TERMS ` j t Whenever the following terms are used in these Specification,in the Contract,in any documents or other instruments pertaining to construction where these Specifications govern,the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials,they successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. �t 10-03 A.I.P. The Airport Improvement Program, a grant-in-aid program, administered by the ' + Federal Aviation Administration. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for ' work to be performed and materials to be furnished. t .; 10-05 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. F� ' 10-06 ASTM. The American Society for Testing and Materials. {` ' 10-07 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. r 10-08 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-09 BUILDING AREA. An area on the airport to be used,considered,or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings a and facilities located thereon. 10-10 CALENDAR DAY. Every day shown on the calendar. ?' ' 10-11 CHANGE ORDER. A Written order to the Contractor covering changes in the Plans, Specifications, or proposal quantities and establishing the basis of payment and Contract time adjustment,if any,for the work affected by such changes. The work,covered by a change order, shall be within the scope of the Contract. �w 10-12 CONTRACT OR CONTRACT DOCUMENTS. The written agreement covering the work ' to be performed. The awarded Contract shall include,but is not limited to: The Advertisement; R. the Contract Form, the Proposal; the Performance and Payment Bond; any required insurance certificates; the Specifications and all other items in the Table of Contents, the Plans; and any addenda issued to bidders. 10-13 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. 10-14 CONTRACT TIME. The number of calendar days or working days,stated in the Proposal, allowed for completion of the Contract,including authorized time extensions. If a calendar date 1-4 r- v 4 7777 .. •. � ' qc!��yit,�i♦ �F Fr{nt(�t `t{c'i+n 7.�wiJ+v�t r' #,: z��k; rYr,.',,h !r t k',ayEIwtli'"'ki �'Sl }di yuh.•.ruff I.:ai....�..,:,3:.:.c>z.a..tia1)kl'kin`�S' 't�.{ §". 4 " Q.,vi'f' t?'�30,dJ�kFlMtieA3�tt•:due'xiti+A.;`r+�hXs'-S?�+. Fr.'# ? '.k 'IA; of completion is stated in the Proposal, in lieu of a number of calendar or working days, the 4} Contract shall be completed by that date. 10-15 CONTRACTOR. The individual,partnership,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 f h` work. `x ' 10-16 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or 3 subsurface waters are collected and conducted from the airport area. a 10-17 ENGINEER. 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 through an authorized representative. 10-18 EOUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and r' acceptable completion of the work. ' ` 10-19 EXTRA WORK. An item of work not provided for in the awarded Contract as previously :' modified by change order or supplemental agreement, but which is found by the Engineer to { , ;r. . be necessary to complete the work within the intended scope of the Contract as previously 3; r; modified. 1A 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, 2 ", amendments, and indices thereto are prepared and issued by the General Services Adminis- tration of the Federal Government. They may be obtained from the Specifications Activity, Printed 5. Materials Supply Division, Building 197, Naval Weapons Plant, Washington, D.C. 20407. ` ." . • ,r f 10-22 INSPECTOR. As used in these Specifications/Contract Documents, the term "Inspector" shall r S' be construed to mean "Construction Observer", an authorized representative of Engineer assigned r ,g p to make all necessary observations and/or tests of the work performed or being or of �„• ;, ,:ran ... the materials furnished or being furnished by the'Contractor. yy ; ` ) .`Xf r�p•� 10-23 INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the works ; "directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import shall mean approved by,or acceptable to, or {`{ satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the Contract Specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-24 LABORATORY. The official testing laboratories of the Owner or such other laboratories F as may be designated by the Engineer. F 5 1-5 ;AIL h •;A 'a a°.,�v.`t'�y3 J9.'F�i o-' �rl"r,�{`:� .''"�;T b• t,,,.;;. s , t i �: r r t ;z`i z , r P gir,,r�±�xi {�,,,�,-�' rte •' c ,'41�� J y y. C'S1 t 1•a'�t 1f t i 7 � yt '� � f k t e j 1i F•Ay�� siJ�7 fd H jf:.�rc '�' i `T{ trt t�Y J fit\t�f�i��Vf .p k�Ff•'�a Y + L r s r f. r t r ti i r. t�4 r�n'kky��{.Sl� .�d` .rV l(��},,> a. �,ri r"•&'�t r.tax s ! /� l. ri ', . r i,F. ,} . <; i fir',{{{{ �J 9t lh �, V"S t$ttif � ., v a '.•s".V. tS(ttt{ + 1 F++'r a�' ,+ fiiti ����4 1 �_: t f tv r c i x+' t x t t `[. y .•r J i a s ySt 1 ri t ^r,t t �• Is� E7"IF ''�t' t ,'s'v F .*' r ✓, t . r ti l 1. ;�. ..r+ �• i'4as x'u�3 e�'t,�t i.?: r�y�sX�` • �* " �"{�'4 �, -y tjrf( ,i4 S t , �', t + j, �, w rF.�sr� � ^•tyn x,�a �1'r. „F+ �' , +�"> 1 ;�; ��t t~i >r � y {rfSr.. 'S. t,t%') +j y tx• t y t 1 x�ae`rri v�i�nr`i� i, "y�y�_x ..5, ,�..yr •.r;��'`�S}'�:���'�;i"'t?'.f�F. n#" .aa � ,i�,'� 3:t •tua a +":4 ,tY .'.�t r..i. .�,�c�, ���t^S:�S'uy,�b'*� "•'q�:p�.'�� g;� .t 'Y:;r• '� �! X..a♦'h t; { rs ,� .t r�.tl. � ;. rJ r} i. '.,, - .t trait '% `trr � 9�qfdrl�z �.� } ��{{;; t-ar• ���.s" Se. S;a{ Ni.x .1 }'x ..tr i't r � '".5 .��J At,✓@1Y S..»{ � kJhFs,r��s�,.Y g�l � �� un h-t'; s �1�,�� 1'��t�i��,itt 4,"?;°': .. t S-�;t -v. t J t '.1.. ..t � a .�fa 4,. .dx r•'�'rih��t��.�'h off''�3 v�s�`e Y¢ � T4 ��,'�•"�yt«�� s., .,r. 3Cyff t��sva;�?y�� a>u t z� +z„ , � GTr �S�C t .. .. t 1- f4 �� b , .tiiY'v,',(•.�, — �gyg+� :�tv*3,n4 v !' ''XE��3�+a�y� ^;�#f��.'�'Ntt3if�uadv s f'r�yE'=,�..4.�y�''i i' ; k' vtia+�•��°:�t.�`y'�"�fi + 14F��"�i���Frv+,,�w rlr��?1 .i.•.A . {p' 10-25 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, r markers, floodlight, and illuminating devices used on or near the airport or to aid in the ' operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-26 MAJOR AND MINOR CONTRACT ITEMS, A major Contract item shall be any item that is listed in the Proposal, the total cost of which is equal to or greater than 20 percent of the total T.k= amount of the awarded Contract. All other items shall be considered minor Contract items. 10-27 MATERIALS. Any substance specified for use in the construction of the Contract work. M 4.. 10-28 MINORITY, Includes; Black Americans,which includes persons having origins in an o the Black racial � 8 y f groups of Africa; P ! Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; ' Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, ' t or Native Hawaiians, F;1 Asian-Pacific Americans which includes persons whose origins are from Burma, Thaiiand,Malaysia,Indonesia,Singapore,Brunei,Japan,China, Taiwan,Laos,Cambodia " (Kampuchea),p Vietnam, Korea, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palua), Republic of the Marshall Islands, Federated State of Micronesia, or the commonwealth of the Northern•Marianas Islands, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru ;and ,..� Asian-Indian Americans,which includes persons whose origins are from India,Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal. _ 10-29 MOVEMENT AREA. For the purpose of these specifications, the term "Movement Area means the runways, taxiways, and other areas of an airport which are used for taxiing or hover taxiin air g, J taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas. 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract } - work on a previously agreed to date. If applicable,the Notice to Proceed shall state the date on which the Contract time begins. 10-31 OWNER (SPONSOR). The term Owner shall mean the party of the first part or the -�� contracting agency signatory to the Contract. For A.I.P. contracts, the term Sponsor shall have the same meaning as.the term Owner. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 NT BOND, The approved form of security furnished by the Contractor and his surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. Am 1-6 :'�r S E r A '.r i r :j�. '^sr a+;,fi�.u•,,v< t�, �tw�� �� r '�`e x;'h,y��.t ie Ka4s;lu«.,�• '",� jhrakts i f,J'j; ..�` At1nb�'�'jt1 Y. .�y r t '3 t�. �"'-F ♦ F s . } s,r� fir• '. a� 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and �tJ ` his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. 10-35 PLANS. The official drawings or exact reproductions, approved by the Engineer, which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the Contract, supplementary to the Specifications. j . 10-36 PRO CT. The agreed scope of work for accomplishing specific airport development with .. respect to a particular airport. r ' 10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form)to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. r�aS, p. t;^Y 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his proposal is accepted by the Owner, w* 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect x: as if included in the Contract physically. 1. 10-41 STRUCTURES. Airport facilities such as bridges; culverts; catch basins; inlets; retaining walls; cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; 'r, htr navigational aids; buildings; vaults; and, other manmade features of the airport that may be s• encountered in the work and not otherwise classified herein. 10-42 SUBGRADE. The soil which forms the avement foundation. „`ta 10-43 SUPERINTENDENT.• The Contractor's executive representative who is present on the z work during progress,authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. + 10-44 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering: (1) work that would increase or decrease the total amount of the awarded a Contract,or any major Contract item,by more than 25 percent,such increased or decreased work ?' being within the scope of the originally awarded Contract, or (2) work that is not within the y scope of the originally awarded Contract. r� 10-45 SURETY. The corporation,partnership,or individual,other than the Contractor,executing payment or performance bonds which are furnished to the Owner by the Contractor. 10-46 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the movement area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. X 10-47 UL. Underwriter's Laboratories, Inc. 1-7 dv ''q. ,. �+1+'+Sti*�1'�y7 t }"}b 3 r f i,.•^` 'rq "{n}�t^ r.u+ 1. .. �- s.. ! .� i. x r .111s t• �)1 � v yo- tEtFyyz2rii r , n. u d {. df F4 rt r .*i y tZ•v r�/ h i �i. if S �' ,r'a y s..4. � ri,s lip P rf;g g ��+ C" rr`�r�._�'{d ��^ J � '`' . Y�. {" ` t'�ti•��ggA`?Mr •e. k'JN 4'§„ it �f hi+' C 5 o-`t r 5y Sw t1 Hr fit Y r r at Zs C tN .! s ..�A.?i'3 #.>• x(1! t� } a x ! s 1 ra LJ S•.i ,} 'r,z'1 3 in ! tj ��❑❑ii,r�} .ttrU1'*'t�^(jj.,,v}T�' fl�'riSt�...Sit .�'.. tq t`t£'1�w3 t$,.{Yxt t�ytt ;' 1� �a trS Lr}4 4'�!"'�.• �� "Y r >•�.F "� 1 : 3r �f ?S :.,'t t+``Er L f 5 ti't+86 �a"t"• r`k1 ¢TS ro- y � +:..• 2.is r 4 r s t J '1 }J' t-4•� '�Y t ( h rw {, .i; 4$j�A {. j� t r�, d.F' 1" ."r r, 1 �[ B.,,iz•- YP>i:. 1 :59 .t T�{ ;}�. rC>�`7 tf.?., r. � rtn ."',1hnt4 ,y, Fyn} t ri �}r rrV FIT, R ri 'dkk �i rMCt?s t� t7� �Ys}�..,c6e t`. 10-48 WORK. The furnishing of all labor,materials,tools,equipment,and incidentals necessary ;w or convenient to the Contractor's performance of all duties and obligations imposed by the F F, Contract, Plans and Specifications. { 10-49 WORKING DAY. A working day shall be day other than a legal holiday, Saturday, g Y � Y Y g y, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the Contract. Unless work is suspended for "y{r causes be and the Contractor's control, y Saturdays, Sundays and holidays on which the t&='£ Contractor's forces engage in regular work, requiring the presence of an inspector, will be 4k considered as working days. SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT. See Notice to Bidders. r �! ., 20-02 PREOUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory ? ?'?t evidence of his competency to perform the proposed work. Such evidence of competency,unless �•-r � otherwise specified, shall consist of statements covering the bidder's past experience on similar a work, a list of equipment that would be available. In addition, each bidder shall furnish the 4'y Owner satisfactory evidence of his financial responsibility. Such evidence of financial fi. responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last ' fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his financial responsibility is approximately the same as stated or reported by the public 4 accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the p t <; public accountant's statement or report to reflect his (bidder's) true financial condition at the `x> time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State } M, Y• Highway Division and is on the current 'bidder's list" of the State in the proposed work '.; is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore " specified. 5�4 Each bidder shall submit "Evidence of Competency" and "Evidence of Financial Responsibility" c t... to the Owner with his bid proposal. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner will furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must ' not be detached. �. The Plans, Specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. ; 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: 1-8 ?�`• �G, t k err, ,:F ;.rt.4�,t rr�. ,: u.'Y'. rS � z .�4Y .4� Yv.,`v "t4n�.»,� ..:t,�: ................ V."K.�.^+'.';.-..�., ..•...�.a:..�r , rx+J �F k ..,' :1 '.a,y):'•r _L.�.+.++r�••^•.M+4MAdkN+'dl 44RI i1b11}IStY4%NYwV.VAiLv...S.vlkt#•kiM7Nt}'%i15'�' :f#4* ..M•• .� r1.tr':C�.e.l•1'.:.w1Y• . js a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. t s Tti c. Contractor default under previous contracts with the 'Owner. d. Unsatisfactory work on previous contracts with the Owner. .; 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these Specifications is given in the . k 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 3' expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates ' :r ,:. 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 quanti ties of work performed or materials furnished in accordance with the Plans and Specifications. It is understood that the quantities t 1 'A io :�'R ti art.} 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. AND SITE. The Bidder is expected to • ' 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, P . Plans,Specifications,and Contract carefully examine the site of the proposed work,the proposal, p p forms. He shall' satisfy himself as to the character, quality, and quantities of work to be ;, , ;, Yr performed, materials to be furnished, and as to the requirements of the proposed Contract. The }; submission of a proposal shall be given prima facie evidence that the bidder has made such °s examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract, Plans, and Specifications. Boring logs and other records of subsurface investigations and tests are available for inspection G of bidders. It is understood and agreed that such subsurface information,whether included in ., ' P ,the plans,specifications,or otherwise made available to the bidder,was obtained and is intendedr P for the owner's design and estimating purposes only. Such information has been made available 3 t, for the convenience of all bidders. It is further understood and agreed that each bidder is solely r:. responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests ; that are furnished by the owner. dr..,t'• f'. '7'i'16 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his proposal on the forms 4 , :. furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state st 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, ti, unless obviously incorrect, shall govern. r ,}p,ridr� The bidder shall sign his proposal correctly and in ink. If the proposal is made by an individual, fz,;is his name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the ;,rtk person signing the proposal shall give the name of the State under the laws of which the ";' , • v.z corporation was chartered and the name, titles,and business address of the president,secretary, ,sr A ,f�°i i �,,,7...,,...�,.�.�.,-.,��1� -�r �-n •••-rf..�..r+�twvom+ya+ rd«.A,:.,.,.,,-n ----•.-...,.,.+...-�.........-^•.•--r - ^� t�*'+.�"�?�"'���u�' ut?p��',. Y,� d xy, �f�.+4�{� K. 13,'t{ / t 'S. ! •I :z �' h x t.t7ty e' r t'�5.;•M1l,4.a , } �'4jl4. r�c}.r'2F rRri+tt71y + �: t Fti y.t. h r itt r. t.+is .t i .) } i �.: t� t f'•Hr. .4ttt>k,��S��;,�.,'�1�f�f''i �,f "�SFyyyr i �• H4tf hq+•"t t t i it Y t # r } r I j i j 1 ...JS '1 2. S��i S s`,F7FJ4 C( i ry r4�Rtti✓,�.C. '„ }."it•,'F^,rX t} �f,t Ij'�i.t#s i. ,t! t d. i t t, f �. ttJ e° ' r } �cS�t�cy v� p' is s Z v3 ,th .;�.t.. k �a x'' 4�r4 �J t. � x s.jyf.it� C 'S:' t,s r. 1: } i IT}5.at hf t° }�!� t � £" ,..� • 'l 41,7 ifs:; st ,s r. -r� r •1 S,ilk :.{ ?�i jR..;�� =,�A k � 1.. Rogow to and the treasurer. Anyone signing a proposal as an agent shall file evidence of his authority do so and that the signature is binding upon the firm or corporation. GULAR PROPOSALS. Proposals will be considered irregular for the following 20-08 IRRE reasons: a. If the proposal is on a form other than that furnished by the Owner,or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions,conditional or alternate pay items,or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the -)roposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction Contracts. 20-09 BID GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount.specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail,preferably registered,the sealed proposal,marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time will be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals will be opened,and read,publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids will be returned to the bidder unopened. 20-13 P—ISQUALIFICATION OF BIDDERS. A bidder will be considered disqualified for any of the following reasons- p 1-10 Y k4' ``''i� �`ti-a,S',c .'* �4t-54'•� s r Kq`'�a .axr'"-"Y.:n,'F` +ar ? 't'M''•'�'{qy, } r�tV � "* } �« .'�E`� •^:`z S'3[ f�1 rr.Lc,�u S r��y�i�"�,�}''�.�".,y f �f7kr.Yi � �r,+,;S � n r •�fi` ,,> N r}: a. Submitting more than one original sealed proposal from the same partnership, firm,or. corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has ' been reinstated by the Owner as a qualified bidder. c . If the bidder is considered to be in "default" for any reason specified in the subsection K titled ISSUANCE OF PROPOSAL FORMS in this section. v SECTION 30 AWARD AND EXECUTION OF CONTRACT . r • 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying u {# the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a Contract is made, the Owner reserves the right to reject a bidder's proposal i for any of the following reasons: ' a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSAL of Section 20. ` b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a Contract is made, the Owner reserves the right to reject any or "{ all proposals; waive technicalities, if such waiver is in the best interest of the Owner and is in .� conformance with applicable State and local laws or regulations pertaining to the letting of p construction contracts; advertise for new proposals; or proceed with the work otherwise. All '. such action shall promote the Owner's best interests. �Qf.Iy 30-02 AWARD OF CONTRACT. The award of a Contract, if it is to be awarded,will be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. K' Award of the Contract will be made by the Owner to the lowest and best qualified bidder whose r;. proposal conforms to the cited requirements of the Owner. T ,y 30-03 CANCELLATION OF AWARD. The Owner reserves the right to.cancel the award without liability to the bidder,except return of proposal guaranty,at any time before a Contract has been fully executed by all parties and is approved by the Owner in accordance with the ., subsection titled APPROVAL OF CONTRACT of this section. r' 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties,except those of the three, lowest and best bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the three lowest and best bidders will be retained by the 1-I1 c v 4}���y r.9���i�@"ya_c }'cti�`�,��`>y5�f r�t�k'"`t R•��!'a � �{•i,•�7 � }��'a ,r•: n la�'{ 9i d,`i w �! �h '�rF' '� �!'k.. �� !',�`.• �7 s.t��i"'�.'1hy �.r�� �i�q��''i r ��i. :d5 ,� M ;r'±rK tc ���$`� ,.•{�Jt��M �titA�iS..(�¢y4+'t$!t.sajf y.61'9 'hx M rs ..:lS�W'.y�C�,G'�/,`• 4 F�.;.ii>3 k' a.y N��. R,T•Ai.%i .4i{�{y'• '*•tyy�`' 'y.,� 1.��:J.J`� 1t } �, �lY l".4i �4 yT-� Yf> >. 43 1k } .. 4. 3• fnt: !t i y .�,jl� �{� �,p3�• 3'r•4t�.'�k��;�rf;2Nl�}� Owner until such time the Owner enters into a Contract with the lowest and best bidder and receives t Y the Contract bonds as specified in subsection 30-05 REQUIREMENTS OF CONTRACT BONDS. �C 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the Contract, :a the successful bidder shall furnish the Owner a surety bond or bonds which have been fully `j. executed by the bidder and his surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the 'i full amount of the Contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the Contract and return such signed Contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the Contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the Contract and Contract bond or bonds .: that have been executed by the successful bidder, the Owner will complete the execution of the ;q Contract in accordance with local laws or ordinances, and return the fully executed Contract to the Contractor. Delivery of the fully executed Contract to the Contractor shall constitute the {�_ .�., Owner's approval to be bound by the successful bidder's proposal and the terms of the Contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the Contract and furnish an acceptable surety bond or bonds within the 15 calendar day period { specified in the subsection titled EXECUTION OF CONTRACT of this section shall be just cause ;> for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as f liquidation of damages of the Owner. SECTION 40 `. SCOPE OF WORK ' 40-01 INTENT OF CONTRACT. The intent of the Contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor ,. «, shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the Plans, Specifications, and terms of the Contract. i 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work g Y rY P originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer ;1 ' shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded Contract quantities, provided that the aggregate of such alterations does not change the total Contract cost or the total cost of any major Contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded Contract). Alterations which do not exceed the 25 percent limitation shall not .;., invalidate the Contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the Contract shall be covered b "Change Orders" g P Y g issued by the Engineer. Change order for altered work shall include extensions of Contract time 1-12 k � A . 3. t}•`�$�![,�k,j R, ���JJ'r.S�x�.n'�'SStFV'+t ' � ' ,.kf ��l.s'{t 1.1� �ar,k�� �.;"" ' �:y � ��.i,.0 4..{m'3:3iii�- �Q'C.`4r-00-dlib"C`<N+oNn.ut/ak4+user'}W.YA11`%'i'4'�K`�XSLeCSt+?('irltdf•tw.R.tr a.,�';yy'S{e y � y�' }, wSJroL..l..r.,;r.:a.>r,,..:....ua+s•Y XdI{.SbAi, :i-` IY,r•(•kle$�".R�t�.:P2{''.�7t. d E° where, in the Engineer's opinion, such extensions are commensurate with the amount and .k. difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation herein before specified, such excess altered work shall be covered by supplemental agreement. If the Owner '3 and the Contractor are unable to agree on a unit adjustment for any Contract item that requires a supplemental agreement, the Owner reserves the right to terminate the Contract with respect x to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the F.A.A. and shall include valid wage determinations 'ri of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds$2,000. However, ':. if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded Contract or any major Contract item by more than 25 percent, the supplemental agreement shall be ;l subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded F i.. Contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest omit from the work '�M any Contract item, except major Contract items. Major Contract items may be omitted by a t� � supplemental agreement. much omission of Contract items shall not invalidate any other Contract provision or requirement. Should a Contract item be omitted or otherwise ordered to be nonperformed,the Contractor will be paid for all work performed toward completion of such item prior to the date of the order k k r' to omit such item. Payment for work performed shall be in accordance with the subsection titled f": .w�,"'-• "�' PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the Contract require the Contractor to 4 t;t perform an item of work for which no basis of payment has been provided in the original ���h, y' Contract or previously issued change orders or supplemental agreements, the same shall be called "EXTRA WORK". Extra work that is within the general scope of the Contract shall contain n titir t�YL agreed unit prices for performing the change order work in accordance with the requirements ��:';� �s:>���}�•,;: 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. ``' "f"r`4"�`' When determined b the Engineer to be in the Owner's best interest, y g 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. • Extra work that is necessary for acceptable completion of the project, but is not within the F: general scope of the work,covered by the original Contract, shall be covered by a Supplemental j Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of �' Section 10. Any claim for payment of extra work that is not covered by written agreement (change order F or supplemental agreement) shall be rejected by the Owner. ' 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the Contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important t consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the movement areas of the airport with respect to this own r operations and the operations of all his subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the 1-13 'r•'S t�t '1>yLt ( 1 tY .!� ...—•r"-.w"'WYG�W`.ilt2� {k* ..,.'e°hM1r ii!�1� S' y.'ia )b r,. 1 '+,aYt{ tf.wsst{•wr:+•^2 m-"-r-- -- r k r / ♦`�t �1NAt`" .f tl l .1st ..r {t tj t} Ts' �' 3 t r�.�,{�tiS 1 it,S 4 �� t r �i � .s t.. :l 7f i��-�•- ":. 4 s •/Y"� i t fnL�b 4 1 +,gi.�*f. 7{ .. Y 1}1C'n�'')''2�x y .t •. A',iV• �S'4 to } d 1 �t`.� f� � "t � t ,t .• 7Y. 'i �bt )ifl�SS'r�e•`�A r:},kF;,��1��'ikF� f st r... �,t t e cif �f•'• (( . r.�'' �� "��. `rls.r.�}.� ;.; �t k,t � 4 h k 9 ./ Sf\ "rl Gkc J'?�st�l ' 1„�Y'ii { P "'tyJ i 1} ' 1 r. ' �, - r .�tt+ i F f s2....:t.:•k�s i..J'2S'k'^:y . ��Y�?1;i�t?L�: :F<<_..!..�'..u..zn,.i.::�...:.a:$4,.sus..,P.,.ii.".,".Y• e.�,:.:+:'.±�:.»_:..�...� _:.���1 Contractor shall provide for the uninterrupted operations of visual and electronic signals (including power supplies thereto)used in the guidance of aircraft while operating to,from,and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR ; UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. +, With respect to his own operations and the operations of all his subcontractors, the Contractor ?` shall provide marking, lighting, and other acceptable means of identifying:. personnel; s. equipment; vehicles; storage areas; and any work area or conditions that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the Contract requires the maintenance of vehicular traffic on an existing road, street, or r' highway during the Contractor's performance of work that is otherwise provided for in the Contract,Plans, and Specifications, the Contractor shall keep such road,street,or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish,erect,and maintain barricades,warning signs,flagmen,and other traffic <� control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for ty Streets and Highways (published by the United States Government Printing Office), unless z' otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or ?u , intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will ;. i not be required to furnish snow removal for such existing road, street, or highway. s ,. y 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. ut 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. k' 'ayr 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such ` existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, �. r= 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 ,rat, . 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. wy �. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered(within the lines,grades,or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the Contract and shall remain the t 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: 1-14 .. r ai s' t' fi:{Y''r'A"My';%'�{•1.:,�':.i°:. S �� -i':snµ''.�ti�rr� lr I{� ^..t°: C a,4w l fir rF ',`.�,', 's a'W � .,:'l'• +�, HERikF t a y 4 � t 1 t J rt P r '<.c H ,.� �'• , .4 r. i'!V z+Y�+:� 3 3, : e4t.� �'`,4.J . .0111111''i 15il a t . ,� r �" ����+ y{y�.v.' ., �,t„r! }tr .F i��rs+Ir.y,y x t rA ;.,a. „Y Y��+ :,,,,� , i,.: Y�. •pr ..y. ,�+rrftt�. �ikY��J ?��.&:e�arrr.4J�bwYF�Naae�t`'xa�lau%na�t5;..r�nsy�.as,:.*�ii;:xm_rt..:rS t::. a. Use such material in another Contract item, providing such use is approved by the Engineer and is in conformance with the Contract Specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer;P PP or, • c. Use such material for his own temporary construction on site; or, { d. Use such material as intended by the terms of the Contract. Should the Contractor wish to exercise option a,b,or c,he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a,b,or c, the Contractor shall be paid for the excavation or removal of such material at the applicable Contract price. The `. Contractor shall replace,at his own expense,such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the Contract work. ' The Contractor shall not be charged for his use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a,the Contractor shall be id, ; k, at the applicable Contract price, for furnishing and installing such material in accordance with requirements of the Contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his3 .;a, exercise of option a, b, or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part '' y of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavations or removal is provided for in the Contract, Plans, or ,• Specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final d, payment will be made, the Contractor shall remove from the site all machinery, equipment, .3 surplus and discarded materials,rubbish,temporary structures,and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property j 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 AUTHORITY OF THE ENGINEER. 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 3 may arise as to the interpretation of the Specifications or Plans relating to the work, the `w 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 1 r performed and materials furnished which are to be paid for under the Contract. 1-15 'i`t txa{ �';IIr.;r,1'.� •.:a "^;�^{'•�"1'#'�;;Ti-="',`�7•,^"',".^?f'!..++I�,.n^ ^'e tr„�, +Z'�,{� h4�� ',fst+• Y`� .l';+.,,(t. FI' JPr,``�i•s 1:•7 :%, f•'c.. !,,•"rtT,•i..,tl'M%;,•.,�r •�?"��T�°tly.�� x --{{^ •, * � ;r r s k rr S r 3 r d t?Z + t r t'� >�5C„ S t,�14t�ip\ 5#.1 � ttt stir,,, ,�. '.c +�'?rir '4Na 3p', � fk�. S � j.xt$ r 7Y r i n ,� .. �i, �xi � ..t s L z r t�.. �� .C,<•'}tSt u5, A l �-{' 1 .:� rr r ! t x. S +, K t t -f r , hn t !♦�ar i �i v t f . i "�� �.�+• �i'i!u' ,h' :13h qtr �3' s E? )J„ i#: ( � �., J �. y £?v,?'�s t. } �+ ¢ I i r,�i1��5J'��raK +4, ft�� }§'}ih, L•J. wrt .t .a'. �9f'x �4��+�T74��.4 ���. tvfd t.,t�d� l'�i .i3 ,en�,t� iJ}4t,a� �;�,L,ItJ,.i e ,�' . .(.��r s� y ���a��tva�� { t�yt�;?�rl•�y Lz"rf „. Y+r��''n} �ft� �. �t ?}� ��tiy y,i a4 h xx�,y+j}';�j'nyys%..k'�?'1'j�y,lia '3 a dt �a w 1 �{r 4 � � {t I .2:t , ! t 3� w+ r• t t 7 9. �� � '. 'i)" r L' �1}Y',(''i x�}/s7 f>�ASP{3i�/,��.tt�x)!'` rc f „TY r �{Na ar.t � Y �.�@ +�r.1�1yi1 �� 1^r,+t �� t• , r� s a{� ,,p ,Sfvy} s,•.rY f`fit. t 1 1?" e S t�# ��-t' 7 1 •�. t�k � �,�q�a7�rf rv� �L) (.`yt;.\,.h tR,,�4 y'. s xe � }F:E ���{. ��t '�;X�T ?' a.i , ✓* i .t :41x4{.'f:i(d{.�t�' Y� !! b {%tl f'x i i 2't) l�r ,Y ,F"il•' `5"t� '�7`.'• � S r 7 sa.r1 V' r h f.iK a s � ! ?s',��i'' 'F"r "C �� �xt�t` art<�,l�?�zilYr•�,, ��A�r^'t �f{ q s. j { „t iK e',:5: � x 5�.}/} .#�" ��_�Yo- ' t� � x�{SS�ttit.�.' 4a',9 � ,�t"^vq s4{y� .vya�! P�S t tip� ��� , {s + jk z"i rit x F hx • r Q 14 ,�• y'v r c}F�,�,{F 5 t`+� ��,�4�+rT? �. .1 r tz 6 � t ,e�^ {tP 4i ,� h !F•,�+ r� ] ,k 9YE7t�t�p}�+�`#k 7ik��re `" afar n,�!"t'F`j yc E .a¢#}., .'a ��xret ,,�•,� ��rj!,t(S � , :Cf.. LJ?i 45'1{f'Flt. � ` Se—\wty I ` `v f.k lJ 4f. •�Y t ;vi r�'v'& k3f{ a f C t �.it� r;tt'r{t. ,.3a r � r'" : h:", s J { •;1,i ( �� .r L r� � t i'+4 1 f ,.)i�} ! ,`.>��, 'r��4 G2�i��r T� x f�; T{i y!,- H ,.�r't t Apr L•,r�, S-Je?rf '•.€''",i"'��.t�q�,ia r�fy« t•ip,�twyq" 3�. N� 7 �•..-, v ..,Ahyl� . .. "r � r'ww-r41v` },� .+ �3r �.. ,{. p� �' �}, x,,?.`��. ,� i �Y:a} $`�ti}fi1.r�a Sg�D�'�, t�P'i}i � "�44i}'yj { s t}}�• t f��'�s rr}ra s'�`L� 3L �+���ri"�t� d :. ,�.. p¢td}34a�:r `, ,k`�rz.•i� i.}•{...:� •o-xL i a 5. .t Y �i � �. i a. ,3tPy.�i',>.,�t+ s �x q,+i k b tr r 1'{ s{• ��!a�� ;�_ .{�' r 1.. r 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross ' ry sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the Contract, Plans, or Specifications. If the Engineer finds the materials furnished,work performed,or the finished product not within ?i reasonably close conformity with the Plans and Specifications but that the portion of the work _+ affected will, in his opinion, result in a finished product having a level of safety, economy, it durability, and workmanship, acceptable to the Owner, he will advise the Owner of his determination that the affected work be accepted and remain in place. In this event, the Engineer will document his determination and recommend to the Owner a basis of acceptance ;x which will provide for an adjustment in the Contract price for the affected portion of the work. The Engineer's determination and recommended Contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his opinion, needed. Changes in the Contract price shall be covered by Contract modifications(change order ' or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not C s, in reasonably close conformity with the Plans and Specifications and have resulted in an ` S' tY P .•i, k", T unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. fgtt$. r M For the purpose of this subsection,the term"reasonably close conformity 11 shall not be construed as waiving the Contractors responsibility to complete the work in accordance with the Contract, :a +' Plans, and Specifications. The term shall not be construed as waiving the-Enginneer's right to insist on strict compliance with the requirements of the Contract,Plans,and S ecifications during ...:, P q P g ! the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is ' essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity11 is also intended to ' r� provide the Engineer with the authority to use good engineering judgment in his determinations Ilk as to acceptance of work that is not in strict conformity but will provide a finished product equal " { to or better than that intended by the requirements of the Contract, Plans and Specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The Contract, Plans, Specifications, and all referenced standards cited are essential parts of the Contract a requirements. A requirement occurring in one is as binding as though occurring in all. They w �'. are intended to be complementary and to describe and provide for a complete work. In case of ; ? discrepancy, calculated dimensions will govern over scaled dimensions: Contract-Technical Specifications will govern over Contract General Provisions,Plans,cited standards for materials ` or testing, and cited F.A.A. advisory circulars; Contract General Provisions shall govern over Plans, cited standards for materials or testing and cited FAA advisory circulars; Plans shall govern over cited standards for materials or testing and cited F.A.A. advisory circulars. 1; The Contractor shall not take advantage of any apparent error or omission on the Plans or ' Specifications. In the event the Contractor discovers any apparent error or discrepancy,he shall immediately call upon the Engineer for his interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with four copies each of the Plans and Specifications. He shall have available on the work at all times one copy of 1-16 ' 4 � k y 1 A4, each of the Plans and Specifications. Additional copies of Plans and Specifications may be obtained by the Co ntractor for the cost of reproduction. The Contractor shall give constant attention to the wor k to facilitate the progress thereof, and r and his inspectors and with other contractors in every way he shall cooperate with the Enginee possible. The Engineer work and designate the sequence of constru6tion in case neer will allocate the wo of controversy between contractors. The C ontractor shall have a competent superintendent on the work at all times who is fully authorized as his agent on the work. The superintendent shall be capable of reading and thorou ghly understanding the Plans and Specifications and shall receive and fulfill instructions from the Engineer or his auth orized representative. ' r`' COOPERATION BETWEEN CONT CTORS. The Owner reserves the right to contract 50-05 for and perform other or additional work on or near the work covered by this Contract. When separate contracts are let within the limits of any one project, each Co ntractor shall k of the wor conduct his work so as not to interfere with or hinder the progress of completion being performed all cooperate ormed by other contractors. Contractors working on the same project shall 4, with each other as directed. Q Each Contractor involved shall assume all liability,financial or otherwise,in connection with his any and all damages or claims ave harmless the Owner from a Contract and shall protect and s s experienced by him because of the rise because of inconvenience, delays, or los that may a project. working within the limits of the same rations of other contractors presence and operations dispose of e materials being used an his work and shall place and th The Contractor shall arrange so as not to inter fere with the operations of the other contractors within the limits of the same with that of the others in an acceptable manner and shall perform 'z'i project. He shall join his work ce to that of the others. it in proper sequen ngineer will establish only horizontal and vertical control for the Contractor, and the Contractor AND STAKES The E and 50-06 CONSTRUCTI ON LAYOUT A . shall set all additional stakes for the layout a h additional information, upon request of the f the work. arconstruction o quested out d construct the work. The Contractor shall make available,when re Contractor,needed to lay by the Engineer, adequate help to perf orm the as-built survey. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever botching or mixing plant automatically under the Contract and a breakdown or equipment is required to be operated automa malfunction of the automatic controls occurs, the equipment may be o perated manually or by other methods for a period of 48 hours following the breakdown or malfunction, provided this method of operations will produce results which confo rm to all other requirements of the • Contract. M, s employed by the Owner shall 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspector be authorized to inspect all work done and all mater ial furnished. Such inspection may extend u the materials e work and to the preparation,fabrication,or manufacture of to all or any part of th waive any provision of the to be used. Inspectors are not authorized to revoke, alter, or w ary to the Plans and Contract. Inspectors are not authorized to issue instructions contr Specifications or to act as foreman for the Contractor. 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 requiremen ts of the or specifications tions and to reject such nonconforming materials in question until contract, plans, ca such issues can be referred to the Engin eer for his/her decisions. 1-17 n ....... .......... . ............. .................. 9 ,ia'^�',...... ..tru r `y? }4'• r .S w h ♦ t t � >.' J i ' � :t�i;i'Ar..S.'r+.Ycr, p,�,. •t. r X, p 4,� M�.. '�7'�"t•1A�` .r•?•` a R,'7. .q `R w� �t ,.:ty .• sc tl?�''v6}kt}i its x .�``Sri• iT" �5'?..r.*5 'c r �°` kfll>s@�F 4 4A Us'S'k ��i C 50-09 INSPECTION OF THE WORK. All materials and each part of detail of the work shall be ' subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detained inspection. i 4 If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the + uncovering,or removing,and the replacing of the covering or making good of the parts removed E will be at the Contractor's expense. v :s Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in :1 ,,. writing that the work was to be performed. 'Y Should the contract work include relocation, adjustment, or any other modification to existing , 2` facilities, not the property of the (Contract) Owner, authorized representative of the Owners of :=.3 t t�. such facilities shall have the right to inspect such work. Such inspect shall in no sense make any facility Owner a party to the Contract,and shall in no way interfere with the rights of the parties to this Contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does ` not conform to the requirements of the Contract, Plans, and Specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the 4� subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work,whether the result of poor workmanship,use of defective materials,damage ,i _. though carelessness, or any other cause found.to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the =k` provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. x Work done contrary to the instructions of the Engineer,work done beyond the lines shown on ` }* the Plans or as given,except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the Contract. ' Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer ai made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. t The operation of equipment of such weight or so loaded as to cause damage to structures or any other type of construction will not be permitted. Hauling of materials over the base course a nC .�r o ry ; � .4.; tf`t"l j ',�i r£. u�a..?,: .r. �x•y J,..E.� z �.:r .+,8i',.l,�y';<;1 .�^i��Hk�� „1�, 1 t no,'. t� ' tvc 4"Y ay. p s7} .,y„«xy � :a . .i . .f .,• s S e "' ab+,x # A tt, '.r F t 'Y+33 ?7�'4f°.lY,ts''T> . Ki %k 4 ,�r�� 1i: iv'tt�jn�1 x.av t1•..4•si. n j"£Fs ^}J {* 4•�rit sv r n. vcw��iavl�kii�irltd�+rnwrii�.:z 3:i ..,« .5 +.s J tit fi or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his hauling equipment and shall correct ?:.• such damage at his own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day,with adequate equipment and forced so that the work ?' is maintained in satisfactory condition at all times. Ytt ur In the case of a contract for the placing of a course upon a course of subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all t ' construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various Contract items,and the Contractor will not be paid ti an additional amount for such work. ?; 5Q-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUC- TION of this section, ' the Engineer will immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required - to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. ' Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend r any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or. to become due the Contractor. , R=.t� t ` 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the' Contractor substantially completes a usable unit or portion of the work,the occupancy of which =, will benefit the Owner,he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance X25'` ;'. rr' with the Contract, he may accept it as being completed, and the Contractor may be relieved of k further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the Contract. rY- 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion , of the entire project, the Engineer and Owner will make an inspection. If all construction " x provided for and contemplated by the Contract is found to be completed in accordance with the Contract, Plans, and Specifications, such inspection shall constitute the final inspecti fi on. The Engineer will notify the Contractor in writing of final acceptance as of the date of the final ; inspection. F If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the �U Engineer will give the Contractor the necessary instructions for correction of same, and the Contractor shall immediately comply with and execute such instructions. Upon correction of the ;s work, another inspection will.be made which shall constitute the final inspection, provided the ' work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 1-19 y;! �l '§} .}'4 1 YFR'+< t:,';2rt,�(fir a 7 s 3�.j�l r tr� yI.t ;a�t S J'�4' � "£:.. i v WSJ r a+ . � r 1�•t+T1 1 Y ` `!,• X. .4y { t *�fhi l�.g'��.t�,'k'�?;���5�g'�+4•;,'" ,r,�,t :a� i cS N'r tt r r 7+Sl T Ida. •Y "J'•J i ,l,� r�1. .�'7P q'�M r�t i'r3;r," v:i' �. f ``2 r rt'_�,t��h��t vry SpV " t4. � .y '�, St. ,Z`�I�'f il.tttt'SS•�}S �t� t�'ir� Gfj`4:1�,}'�},yl r� I,� �M�Yt it sus"}•j`":!t r r; v , f + �` k tlr(, .,fy t s fN {i ,4 }i .e i av('rt t .�r ta+yFa n t F� zV i q} •�k '� i'�}>5+ti��r��(Pr z� ttYt r!N" 8"t( t tt } �d {t �}� t t t r rs 1t'`�r� yl x! �*u,��5�jSi '4:+ # r '�Tt{katiYrryl�'�d S 41,��'f•�,t j,�� t t .. r{ .v rt.i"f�f�y'ta �S �,�..f�}s/5 7 s y�' v'Y tuc} '�?it 5�.�-�3Jyi,}P� w �,i t• �� � y� ���d,y+yfl °f.'.rot✓`r! ! c °tirli 7Y'tc �rls� st}£f~h �+ c +r}r}-¢p F"+t Y }idS�����kd ���1�++`FC terry, .'F kj i4 i ti Jyy +. y :.x �. '��li , 34. t �,�.},,,..,.�sx.+t}y3 t'..('}.a y 4,., � i t s: tt `'',:>�` 1 R`�� '`�'" •!'t q' ev S „x,v. ..r�"„t � ..,,`.; s rJ,,,, ,+•. nk }., :., ' <. .tJf:#" .o. f ..r '`L.c: ',^.,,:,?•.N, � f t,�uz �"q„z,.� t.. w Si ,^ 1 r' • >+ 3 s ea�5 1 a H �+ N .s.?it 1 '�*i f}nr"?. 'gi 11 .i. rtJ#...1.> ry r M1r. i 1' s f � '�?j'�.'''`.;�$,�•��hi� �r � '� �'�{..f i��ti 4 -n�t��� { t • �,�4.,,�r�'�,,p�.�l�r��,� �,�q�r i"1,. L. . $6, �""' ! 'h•:7 w S� 6 S' cam... ,�i"!v :'t,,. ,,1-w t'r t'k fi,j`. .y 1>�,rt.yid�� �,j3 c= k" t '�7 l 50-16 CLAIMS FOIL ADiUSTMENT AND DISPUTES. If for any reason the Contractor deems t ,* that additional compensation is due him for work or materials not clearly provided for in the Contract, Plans, or Specifications or previously authorized as extra work, he shall notify he a. Engineer in writing of his intention to claim such additional compensation before he begins g s the work on which he bases the claim. If such notification is not given or the En afforded proper opportunity by the Contractor for keeping strict account of actual cis not required, then the Contractor for hereby agrees to waive an claim cost as s x„ compensation. Such notice by the Contractor and the fact that the Engineer has kept additional `..;; of the cost of the work shall not in any way be construed as proving or substantiating t 4 validity of the claim. When the work on which the claim for additional compensation is based } has been completed the Contractor shall, within 10 calendar days, submit his �3 the Engineer who will present it to the Owner for consideration accordancew written l claim to or ordinances. with local laws 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 compu tations. g r r�.. a 5017 COST REDUCTION INCENTP✓E. The provisions of this subsection will apply only to contracts awarded to the lowest and best bidder u pp y y '9 pursuant to competitive bidding. On projects with original contract a $100,000, ' the Engineer,in writing,proposals for modifying the pins specifications or other r may submit to of the contract for the sole purpose of reducing the cost of construction. The cost reduction nts proposal shall not impair,in any manner,the essential functions or characteristics c including but not limited to service life, economy of operation, ease of maintenan ee desired appearance, design and safety standards. This provision shall not apply unless the proposal +a submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement e 1 ' w 4 runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities. or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with proposal: each x & A description of both existing contract requirements for performing the work an proposed changes,with a discussion of the comparative advantages and dis d es vanta d the g of each; b. An itemization of the contract requirements that must be changed if the'proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and f' under the proposed changes; d. A statement of the time b which a ` issued, y change order adopting the proposal must be e. A statement of the effect adoption of the proposal will have on the time for of the contract, and completion L The contract items of work affected by the proposed changes, includin variation attributable to them. g g any quantity 1-20 b i d t i..�• .fT 3 }`t .� .�Y @ kjt'^' .ei+,' .dr .d."t, 'i t• '� .�: 3j.�r r. tai t t tf i r t i�,t n q' 'iifd�} ..F: I e. ltiaw.i:..e..w.,fitd4LY7:irJ�.v'.ttifim t Y�- The Contractor may withdraw,in whole or in part,any cost reduction proposal not accepted by "N the Engineer,within the period specified in the Proposal. The Provisions of this subsection shall` not be construed to require the Engineer to consider any cost reduction proposal which may be' submitted. The Contractor, shall continue to perform the work in accordance with the requirements of the coniTact until a change order incorporating the cost reduction proposal has been issued. If a s: change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings form the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgement such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost ; reduction proposal submitted by the Contractor as a condition of considering such proposal. . Where such a condition is imposed,the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating ` a cost reduction proposal from amounts payable to the Contractor under the contract. , . ti. If the Contractors cost reduction proposal is accepted in whole or in part such acceptance will be by a contract change order which shall specifically state that it is executed pursuant to this r' tirAt,,;. subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. r . The net savings shall be determined as the difference in costs between the original contract costs x y for the involved work items and the costs occurring as a result of the proposed change. The k' change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the f: Owner. i The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not . P extend the time of completion of the contract unless specifically provided for in the contract change order. } x� tN fz SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work zY shall conform to the requirements of the Contract, Plans, and Specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). 1-21 M f r� .f. 3- ,n. � i }f��Ir t�Fr✓,.y.}.��, �)q..rP Isfi 'c 1,r '.7 s. .dv V i"�t�r•:r:"'n`�tT'Rwn'1°"'1 .} _......,... .I'•' N M:Ca+t" tr ,c t,^. K. i't .t f S t S ftp yi} .,�', t '.S i;,s t {r 1 r .S '"i•,. u`9 14 ft �{ y �ii.�g?��Y�'rt }•i�5�t+�y')',(f`"it+`r�'Ctt .ty iti 2. its ..t:�t f . t� t r I t :t ;t t t, �{ ;.•t,v 7. tL+,, �'f .8 k�n`�,� �Sli�p tic .nv,+��;t�wii� �rlft L. .� �:, '•Yi.��•^^"n�v �1i't'tr,'jM1J.!v��7�,,'%"��:?iS� ,�{�S}�r r v try: .,b S',,y � ::N:':. ..t�,.,t,z�^,.t,j,t}f,tt',.,it icf `�f�yY S.4,�'w�ri?r 'S.bY}> ;3 'd :L '.+rA c A� Yht `,„}t?k�•irktl a , t t r 4 1rc i� r' e {' c,�Nx'x1d' rf ifij try} -. �i 1 is `£t #'^t�.: .i r � #+t�r..5 lz1^•+5�4, Z Itt7 tt � 3 r .:t�'iLr S r,3 t,'.l y)f.l 7 {i �V' £ � Sj 2 r 2 t '���? y>r• .4,ts��d�,::.i, j � .r tt -vt, t ., " :t. li .r I�9t 's C', �' sSp ,r S 4 r c... ,'�•��6` ��• � fi.��' .r�r'' .� ��.ML�'?�Y� ��'.etSf d7}; ,i,r t� �,� � ��` , s'� �� t. i.it� t �rt.1�i �s'"'rp , it 'M7 r t4 �atr 4G t.�.,'' .y>X t di x> i .' "{ {t P ..C` 4; a r rr..,' ti;1 ^c��. t '1,r +' �' Y�'S3',�• , , e 6 fi FxY7F� 1�,+�1f#;ti ytt4 h 1 °t4 t .l 4 yrs r!, S r `�c{iT kl� t f{ t.sP�1$r�3 r.L Yr ,j`�St�}s+J#�h,r5ia:'t6�•f },d 2 ;9�,`"'. It 4S" ' 4 '!/ �7'� .(R,..f *.',}�"' i.. $,+t .r`�t trti. v(�A:•�ji•.: +, }`., rat 1�,:, ,. r ,r .4 t.k..:e r , ;'' ,44� �yr'�i�x� '•�P.<•r�+�u�i,���.Fx'„i 5� .t 1 rt, �� t. „igFtt sk. ��'�a�4�,,;Zsi. �'.1p+ `fit s'�!°7n*�q. [�` .v'`s* iX' •7'�{.,,z" .F� ,b aN.u`o�.�"" `A k..,. ., � ���.,;� r� F�..�.ri,�mµ�,?C � r'C,°ts Z7 rt � t{' 'J ai Z 3 AT�> t� �'k`S�ty t 't Fr• r 4 f,hj`,� �,�y� P+�'y fi��`"Yt`�' F�a r {z'��sa `4`A s i` w"' �•{ 'S 'ft , 4?"4';) p�+=j� In order to expedite the inspection and testing of materials,the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be ` used in the work. Such statements shall be furnished promptly after execution of the Contract ''yfr but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. ? The Contractor shall furnish airport lighting equipment that conforms to the requirements of ti cited materials specifications. In addition, where an F.A.A. specification for airport lighting equipment is cited in the Plans or Specifications, the Contractor shall furnish such equipment tr. that is: , h f t� a. Listed in the F.A.A. Advisory Circular (AC) 150/5345-1, Approved Airport Lighting rrF ;1, a Equipment, that is in effect on the date of advertisement, and, :,t l �'y! b. Produced b the manufacturer qualified F.A.A. to produce such specified'and listed y q �Y ) P (`nk: equipment. y 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall `s4 be inspected,tested, and approved by the Engineer before'incorporation oration in the work. An P y work ,,r in which untested materials are used without approval or written permission of the Engineer , shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the , r Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard .: methods of AASHTO or ASTM which are current on the date of advertisement for bids will be `a made by and at the expense of the Owner. Samples will be taken by a qualified representative " of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnshed to the Contractor's representative at his request. �'�4t t1 ;•� The official testing laboratory shall be employed and reimbursed for services by the Sponsor or the Engineer,per the Engineering Agreement. The laboratory µz 8t $ Sr' Cory employed by the Contractor for quality control or plant calibration shall not be the same as the one employed by the Sponsor. The following information .; is a breakdown of the laboraton services to be paid by the Sponsor and the Contractor. sr a. The Sponsor will pay for only one passing set of quality tests (Los Angeles Abrasion, h� soundness test [either Sodium Sulfate or Magnesium Sulfate], Atterberg Limits, etc.)for each type of y aggregate used in the different Specification sections. When the same source of aggregate is used for the different sections, the one set of quality tests will sasffice. If a set of samples for a section fails or any time ' during the project the Contractor decides to change quarry locations or ledges within a quarry, the Contractor will be billed for the tests. '{ 4 Gradations for quality control at the quarry shall be the responsibility of the Contractor. Acceptance tests shall not be made or billed to the Sponsor until the material is delivered to the airport or the concrete or asphalt plant site. A The Sponsor will pay for only the one accepted mix design for each type of material required (P-209, P-401, P-501, etc.). If a mix design does not meet the requirements of the Specocations or the Contractor desires to change material sources, including asphalt cement, the Contractor will be billed for the mix design. t 1-22 f f »`: !;Y �S } i` `� F` r i' (Irk� ��`t>�7F"' �* '�� r 7 '1.. ,:r{`,,}} .•r.r„.. „� � 't. � 'tFy V 4:. •� '�:9 J: ..+^trf':� �s)...5 3C" ii y r�ht`.!{ {f'r"•�T' k( $�i' �{ r , i i t t ° t � ! ' :M t ."t+S r:",r!' ''�.. k'�\�K�t � s � x it rX'�� ��Yc !1 `-agj"u . t `� '.S t}"" 4 1 � .• t � � t�; ab Y.�dsf5 � a'. r t r T. '•,4Yc - �" .f c. The cost of calibrating asphaltic concrete and portland cement concrete plants shall be.borne ' by the Contractor. The cost of checking materials for compliance to specifications shall be the responsibility of the Sponsor. Any cost for recalibration of the plant shall be borne by the Contractor. d. The first set of density tests in each lot or area will be paid for by the Sponsor. .Additional . ' tests required because the initial density tests failed shall be paid for by the Contractor. This does not include densit y tests taken with a nuclear density machine unless the testing laboratory is charging for individual tests or additional machine rental time is incurred because the Contractor failed to obtain compaction. Proctor tests required because the Contractor changed aggregate sources shall be paid for by = the Contractor. e. When material that is accepted by certification is spot checked by the testing laboratory and is found not to meet the specification, the testing cost shall be billed directly by t= the laboratory. •,. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to t sampling and testing, of certain materials or assemblies when accompanied by manufacturer's :. certificates of compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certificate shall be signed by the manufacturer. Each lot of such materials of assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearl identified. > � Materials or assemblies used on the basis of certificates of compliance may be sampled and . tested at any time and if found not to be in conformity with Contract requirements will be subject to rejection whether in place or not. U The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name", the -.Contractor shall be required to furnish the manufacturer's certificates of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: ` a. Conformance to the specified performance,. testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the Contract work. Should the Contractor propose to furnish an"ore equal"material or assembly,he shall furnish the �• i• P p q Y ' manufacturer's certificates of compliance as hereinbefore described for the specified brand name 14.; material or assembly. However,the Engineer shall be the sole judge as to whether the proposed or equal 11 is suitable for use in the work. 'x The Engineer reserves the right to refuse permission for use of materials or assemblies on the tir'#:5 � M ".. basis of certificates of compliance. ' 60-04 PLANT INSPECTION. The Engineer or his authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified , '`KMf manufacturing methods or materials to be used in the work and to obtain samples required for `*y his acceptance of the material or assembly. 1n•s ,i sN.. 1-23 Wi .riv! `"t' � ..-.R•s,, - .� .i .+';w.w..w+.-.. +—.-ee cq+r�".'^.4 r•?{rtin?fs l :i : • ,w ! '.a"§ v..ti, r Z j. ; } :.,h 7 :fi tr y .f. ...55yh i%4,!;; yy`�c .. y t r t �. : 211.1;� l r' h .4''%Sl 'S" iJ �;';.r�Cs!.1'.Y��L r,�t�`�•f''adw t� `v`r♦ ��t J r 1 l 1 R 1, i k 1h 3Y tart ` .,f S,zYn'fi�t?z•.is z� ` �t t •L�r, r , :j ) 1 } r ' ` !+'i' •+t' r' a5 r''.t`.•tiri`,�j''�.js, T�?1r1:�' ��"2�� t `t ! r1'k���{�!� �§i;;: �•�'"�rare. i 'a't. h,} �Gt i r,4� 1' } �i i r� ., .r s !� '`y/i� ,'. c +F y'"y eI'' z �, �i �' v;s,.�'!' i�t t�'r1�;�,r,"v.'.'r''.. ow.`f, t ?k J.r i a ,t�•zl{ �i G 3� <§ �. M q!(SY�t,•„�3• 1'i'�t{er, r + wi ; � ^ ar :+.^ t F i,rq>.,a .. �,vrt;r°",�:.••5 ir. `y; •' '! }!u \t, t7rt',l'.§}4RA,+r, ��.y��1rXa +'r j t 4 t S. t J t 5'.i a rk�. i(sf t x fl fxr .,h n 4r4 .,3 •t i' .n 2yf,d�.a )Y •G6 iaa.,r5 rt Y a)1 f 1 y ♦ /i 1 t. r$'. 1 {1 s i j�'?s'f ...i�3y4Vs+c�pk�•^"�ebly` '�,iidl„'ItYt$7V3rK fiy.y��'✓ , � t:tL itf + r I �r ciyr' �s ?! 1 >z:r4��JJL§1£ s�}`� 5nY {� try tt :v h VX +r�n�i;+f� �e�•";� {r+w n't }'y� r {� r.4'F:..'IF} .~Y. .n.; r�.iftat J. , f 7• t' 'r..r. r Jr, q.. ire s '!}. p !: t{ ; -G1!r ''tytisj e!S1tRtt�!ttl"�t}>( ''r �<•,. , S .: r .t s :.)' i' ... . u �;q 5 {� I � r ti,S '44 ik n. �.t } s.,,a t3. r• ) X r'. +� ... t . , r 1 i- f '111'`7i`Y (�����`�'r f j5 Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and+the producer with whom he has contracted for materials. '+ b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture of production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office work W., working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The t Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the Contract, Plans, or Specifications. 60-05 ENGINEER'S LABORATORY. The Contractor shall furnish and pay for power and running F - water for a mobile laboratory used for testing materials at the project site. y4 The Contractor shall provide all reasonable facilities to enable the Engineer and Inspector to inspect the �- workmanship and materials entering into the work. p 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of :n their quality nand fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Sorted materials shall be located so as i to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to `} air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the Plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner ' or lessee of such property. The Contractor shall make all arrangements and bear all expenses ~; for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the Contract,Plans, or Specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the Work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as th e Engineer has approved its use in the work. 60-08 OWNER-FURNISHED MATERIALS. The Contractor shall furnish all materials required ` to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner-furnished materials will be made available to the Contractor at the locati on specified herein: 1-24 .. .eti 44: # f- ,, '.��'�,�f.., v t ,5-k ..:t YY` 2S.x;�""a�`',1•�.,`,a`* waa.` h ,.r+ s `}:s�;`.A'n�,t ..yi{• '„ik` ,riy"y'. ;... rtts ry r+ x. }£ .i q :jai s ril,r,r rt ks•i5: .r 1,.'k�,t i 75 7 r rS11 ,qd ."2 k �x .� '}"' `t '+ ���$�i{#.�,`4;.�4��u��s.e. q�h��4�q����� � `����� ; � ,.�} ��;s`i�t. • l t;�u��r``-r�, y ,w. r sita �!?'���;�sr�'' �a� • 3r't'� }'"'rdf�tt S ti!'2 brit f}e�}'r •t s4 Y,,.d.... $, All costs of handling,transportation from the specified location to the site of work,storage, and installing Owner-furnished materials shall be included in the unit price bid for the Contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified,the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur i during the Contractor's handling,storage,or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner is making good such loss due to the Contractor's handling, storage, or use of Owner- furnished materials. The Contractor is hereby authorized and directed to utilize the Owner's sales tax exemption in the purchase of goods and materials fur the project as set out in Section 144.062 RSMo 1986 as amended. The ,. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the Owner. SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC :ry 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and vt State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or ' r} tribunals having any jurisdiction or authority, which in any manner affect those engaged or u,. employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances,regulations, orders, and decrees; and shall protect and indemnify the Owner and all his officers,agents,or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, 4 or decree, whether by himself or his employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and `u licenses,pay all charges,fees,and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES,MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or Owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or ` political subdivision from any and all claims for infringement by reason of the use of any such rF patented design,device,material or process,or any trademark or copyright,and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. ` g 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right z, to authorize the construction, reconstruction, or maintenance of any public or private utility service,FAA or National Oceanic and Atmospheric Administration(NOAA)facility,or a utility ' service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: UTILITY SERVICE PERSON TO CONTACT OWNER'S EMERGENCY OR FACILITY (NAME, TITLE, ADDRESS) CONTACT PHONE f ` ]-25 J. y4�s.y w'p :.t'- h;'??d yr)r:•c ;;.{:•ry:. ;"r` :.I°viz.:"•i..'7'` :siy;•(•.,;; �r'u;.:rs:ri<.,°i��'i ti h: +" �.y i-+' �V }}Y`'• p °rz ? "� '� .T 1�f. r} ,s.,.3�Y1'°i Tk k�` z{`a 1 }Yi j�,r�r✓a:�' ++.yl�i ,snsri, �! 7.lti i PY} jV%Y��.v.�. 5j, r ji'!ci'� rri�i2�j�nl r Fr 3.} t Sy � zr f 1`•,.''mtS'� i: t: r U.�t.�9;•��:� S � i <M, "'7t`f a r P�� f' � �. .F � ,}vs t t,� 7.�a �t ��u k'E �.;r''°`^^14t.ir`.,�ttY'}�i'JS i tkS,j.=Ktr��f�74'1�='• i �/,�'P (V e.;�;t,,,��;;f?�.ia,tt{�`s }• r'S`tt 71 �ta 4.�.'411 ��,j�����to ' tyt�It�3 t.6t'It'�•`� 'j 'l.�y i �a`{,L?(r,, 'ZRi? ` "'t''Sa'4 L}'"� �^r krs�� } it r t r t rd t r 3 r/ "4``i."i�:•f �4 iY 4 r p .+Wf �l;, ��' s`�tirv} .Ffi•P'" s, r t.t r f�' L �.,'i},.�� k �J'�7 t �'' �{4: z t1 'r•, "�}. eft{Vr+ �`7 5 k k't z� `.,,k s� � �S.0 S +j r'r.�sy+� � ��dtt'k r{$rk''rji�•k b � .��} `/s 't,a <• r`i'•v .! r) +4 r 1rhY,;lttir`rol S �,lh�t1�j nX1 �tir`�"•�", �E '71 ''i1�C i°y'��rs�,�r'..?: 4 Lt}.m..lP?��i.iq�.i;��ai{•i,� �d.Yrt'f4y� �.. $'� ,�'s,kt�'y�a'� j~ .'$!`}r�iQt� �f•`�h�tA��'�7'����(I� Sf+Kk:.1 ir<.4yA,Fb3 j�?i�7IyE# f �}'t��II t> rt 7 ! {C��P kl tL(Sfi��Pl/� I p }2J1s�• t � F �t� � 4��F�i���{'f t���� t.tL�1 �t"fi e�jrfl ✓`.��4�rr�'�n��*�,t`J t,� .� ; i. y.nr,, t Y.', r.:.4. ?vr C•,,, , �+ ti � 4 :tt Y' „Y. ' , �, Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, F.A.A., or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this Contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others if listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the Contract, Plans or Specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For A.I.P. Contracts, the United States Government has agreed to reimburse the Owner for some portion of the Contract costs. Such reimbursement is made from time to time upon the Owner's (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 Contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the Federal Aviation Administration that pertain to the work. As required by the Act, the Contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, Federal Aviation Administration, and is further subject to those provisions of the rules and regulations that are cited in the Contract, Plans dr Specifications. No requirement of the Act, the rules and regulations implementing the Act, or this Contract shall be construed as making the Federal Government a party to ,the Contract nor will any such requirement interfere, in any way, with the rights of either party to the Contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State and local Board of Health or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, State, and local laws, rules and regulations, concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his health or safety. 70-07 PUBLIC CONVENIENCE 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. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular. traffica with respect to his own operations and those of his subcontractors and all suppliers in accordance with subsection MAINTENANCE OF TRAFFIC of Section 40 and shall limit such operations for the convenience and safety of the traveling public as specified in subsection, LIlVIITATION OF OPERATIONS of Section 80. 1-26 �d .-.i'#+Sk#�9tr9�i9JH'r $:a...��;c...1F,rr .+4diMfiemtr,.:.,c 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor,shall R r r furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, " ,,t. warning signs,and hazard markings shall be suitably ilhuninated. For vehicular and pedestrian { � { traffic,the Contractor shall furnish, erect, and maintain all barricades,warning signs,lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control ' Devices for Streets and Highways (published by the United State Government Printing Office). U' .ttfr. Vet. .. When the work requires closing a movement area of the airport or portion of such area, the rp p Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1, Marking of Paved Areas b on Airports. 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 P Y P� P a be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2,Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized velucle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2. ' u�f�s t The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards ^� v~' prior to commencing work which requires such erection and shall maintain the barricades, Y`•' aVr • '' ji., �f,hR warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open flame type lights shall not be permitted within the movement area of the airport. r ' 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the {; work, the Contractor shall exercise the utmost care not to endanger life or property, including ' #: new work. The Contractor shall be responsible for all damage resulting from the use of . :, explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, t and all such storage places shall be clearly marked. Where no local laws or ordinances apply, �? storage shall be provided satisfactory to the Engineer and,in general, not closer than 1,000 feet from the work or from an building, road, or other place of human occupancy. jp Y g. +' The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his intention to use explosives. Such notice 'f shall be given sufficiently in advance to enable them to take such steps as they may deem ` necessary to protect their property from injury. +ay The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. �r kJ, u 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor a shall be responsible for the preservation of all public and private property, and shall protect 4r carefully from disturbance or damage all land monuments and property marks until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. 1-27 k� ( r A e4 YT Y .lvZ`f�trs t l: t t .!. .r f s w► ,it•.^-+, •irra S.. r c cc ' 7�}j plc ��k�u j�1���3�L�dtV� �$ ta.� rr, 1 r$' v � 3 � 2Y t r !t !7. . txt .1'*1;:+. r: .1. b 44c� y,1}�i 5}r:j,Y"°`+tZ G.�� �}✓ �`4r "Y.t .,{. + s �•, Y+.'`-' t t.^ .ri». >ti ' t } .r tr r 1t ' t4a� ct .� a I t%� ��w ,�}t hf"�+'r' �r!',•��>r"�rt5'•� '� '�`�t f' ,� .t ess r �` �yr;,A� { . f�, � �✓ t}`e��t� ! t��,�},�'�,5. �! � � 's r �4��� -�.ti"� .'�L�h'•���:' t3}.sx a k �Y}1'1 ri r f,s t t t ..7(t��k.�!r,�,t '1��.:�5�.f r � t =>�t �`+Sr'.Y' c .4';}f�i',��i��;„. �'1=.ty {+,'�'}, !a'e� gr }s �t<�'�' k✓f Y't' 7t ) {r„i,Y},tr �i C9 t1 .y+tz S iv. !t. „�! � y .��fr Y 3.1 WA• JVr( R yf t 4 .i 1 i C?f�f "S �y,+Y f4 J H +j1'rN '1” !W Y1�1.`�,u��,�� �� . �Y ;�,.✓.r+��A:� t,({� '�ji}ywi�4+ y�x f 1� � Y 6 7.}t° !•rr ,�k?'(>4.,�„+,: k .y �,4a '�!�'tSa�1""�`„�r +! i�. ° � �,,I R. i t 4 }r' r S t. .,.?'y .. .{• ..y ,t;t sy w n ? '� vt r. R c w c t+°„#."7 �I .. '� ��..�; �'Yk'yt�:��, �eS � 3C•#E':z,�.ii�. ��� .it,s �:t sf�, w { '�tf 'r�F:�{� z i,!a h'�gstt.�t,�'�',ry n ! i , ii 4 r'r. YFf F`ks'F ��^;v' t r�' ,� %j � �y�"'r�t�a yt �•�:tY �i t.4,'`�v1t,7,r�}�,r��,� kd i��6?`�x� c�{,a�.d�e;�'yel;`"n� . •t I ..fir The Contractor shall be responsible for all damage or injury to property of any character,during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his manner or method of executing the work, or at any time due to effective work or materials,and Ksaid responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in h . consequence of the nonexecution thereof by the Contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage or injury was ` done,by repairing,rebuilding,or otherwise restoring as may be directed, or he shall make good F such damage or injury in an acceptable m.annek. ',•” 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall inderrulify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, T or claims of any character brought because of any injuries or damage received or sustained by ' any person, persons, or property on account of the operations of the Contractor; or on account a of or in consequence of any neglect in safeguarding the work; or through use of unacceptable f "` materials in constructing the work; or because of any act or onussion,neglect, or misconduct of IF said Contractor; or because of any claims or amounts recovered from any infringements of :< ;Vr patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act", or any other law, ordinance,order, or decree. Money due the 4i Contractor under and by virtue of his Contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his 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 Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties a executing the Contract that it is not intended by any of the provisions of any part of the Contract ' to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the Contract to maintain a suit for personal injuries,or property damage pursuant to the terms or provisions of the Contract. i" 70-13 OPENING SECTION OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner , prior to completion of the entire contract, such "phasing" of the work shall be specified herein ,y and indicated on the plans. When so specified, the Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the p: Owner as described below: 1. 2. Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic 1-28 Lill, r�, .t-"WF"' # �a�. ^;"! �t r~--r..--.•—S � -•'-'vr,vd--, .^ ,� � �. �.�., a.. -i s„r`. ,--•-�6 �'' ��� � 'ak�Li'>'.:t.,u..�..,c.:•.r.:;.w;.'s„i'.ervt>AaStMriiNc?�,u....aa'n.ru..'.......,.._........,.,.;_..dn:+;ry'� _ , ! on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not " :'' constitute either acceptance of the portion of the work so opened or a waiver of any provision '= `h` "° of the contract. Any damage to the portion of the work so opened that is not attributable to # t j` traffic which is permitted by the Owner shall be repaired by the Contractor at his expense. The Contractor shall make his own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by ,r� t k reason of delay or increased cost due to opening a portion of the Contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written z acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor f: shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any othet cause, whether arising from the w a -Yb execution or from the nonexecution of the work. The Contractor shall have rebuilt, repaired, restored, and made good all injuries or damages to any portion of the work occasioned by any of the above causes before,final acceptance and shall bear the expense thereof except as stated in paragraph 70-13 above, and damage to the work due to unforeseeable causes beyond the control of and without the fault or , z� ir " negligence of the Contractor,including but not restricted to acts of God such as earthquake,tidal �F�°,�rA .• •-,''. f wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the ublic r: Y P P �A= enemy or of governmental authorities. x 4< If the work is suspended for any cause whatever, the Conttractor shall be responsible for the x, rz work and shall take such precautions necessary to prevent damage-to the work. The Contractorjk` shall provide for normal drainage and shall erect necessary temporary structures,signs, or other yy� facilities at his expense. During such period of suspension of work the Contractor shall properly ' and continuously maintain in an acceptable growing condition all living material in newly t° ' established plantings, seedings, and sodding furnished under this Contract, and shall take adequate precautions to protect new tree growth and other important vegetation growth against .�' injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF t` OTHERS. As provided in subsection 70-04 RESTORATION OF SURFACES DISTURBED BY .:= OTHERS of this section, the Contractor shall cooperate with the owner of any public or private `r utility service,F.A.A.or National Oceanic and Atmospheric Administration(NOAA),or a utility service of another government agency that may be authorized by the Owner to construct, ` reconstruct or maintain such utility services or facilities during the progress of the work. In addition,the Contractor shall control his operations to prevent the unscheduled interruption of f �< such utility services and facilities. x• To the extent that such public or private utility services, F.A.A. or NOAA facilities or utility ii•; fa services of another governmental agency are known to exist within the limits of the Contract work, the approximate locations have been indicated on the Plans and the owners are indicated s as follows: x UTILITY SERVICE PERSON TO CONTACT OWNER'S EMERGENCY ' OR FACILITY (NAME, TITLE, ADDRESS) CONTACT PHONE It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may Y 1-29 t ?' `t�'•''U�t .,'rr"'.'it^T .It D'P:' �`T'."tf, Cnna*n, I'"s"R'7*m•s , aRrs�M7a!nwr+se"r'^'^^,±'f!.`L•;'.`rti: t. . *Q.n«wMr!.!!r.�...'.r fir,�.-,�. t t.dt .. 1 fin; ;� ' �.�,kti 'r't #•+, ?F! 'i dr ; .ir a n r is '{ ro'rt ?'.F}i .F .e � s�'r �,. k �' {4�t'. he�r t'kt{1c yf t.]t z `w ti t �s J 4t�rnr it«+. 's. �r•s t �'' .,vk'Kf4 t� 1�t 't4� :P . lAy�jhi�;'{ r� 14 �r •�{ y >•;P. .Y.. +FS.'41x7ta Mfr"3 is ' �`(:s•. S 7 f...t al M1 ,v �.= z L ;Y., { + ery { t.E#v:. s IrtX. }1"rt`r? 1'rr1,�t?``e».�.s}'i;tiit�"'N is A } '` �r�' ,f ai'!{ � tV� .?;},� � '.1'-y, 5 7 11 !. :1 v t' t�i�.t��t�ie,�t''n rr r",•r r{'; y:.�`s r i fiatP'. ,ct� .` '��`�4Y61;t,�11J{V i! Fti' .� tY` .t< t� .�ly r f `.r. ?' di #.1 x 2:.kY tt .2 .dr{ {ar t i F'i.�ra•}` � r. �. .P 1,r y•r r,' Si.*, ('FI;,'f>i"+'z'*'x g)4'P`'•f3 o-o- �I�X�' ✓t tn..�'$.i e(.}lixi r.. �!w((k.f r t`at t 1#{ "l .i F! �7C}}6"}t:e t4.C �='t'!t a, 4+l,S�j ',S,I v 1'�.Ft.r.ri??j�,•Tt r S D�K st t i't'Sr A 1�m 5 I 1 ' ip r. u a Y¢1 FR 3 ♦ i h 3 �� r}I. t F. 111M, i f i }r,f.' C y t S� i a. 'F!1 •c� r ro..1rs 's r`z tr'�'X,, %`' t f } :�. S• ,r5.�`�' 'k'Q 5� fS ),>!,�tt.l t .S7.v "!ar t ;,�,� i t.i' �' t.'�''rt•�y,,., ;`Y tt�f is ''";YtT 7`91 '+ ?l"•x.Fp.. {,4 .3� r� iri�«, y!.y`��/F..1a.;i' ".Y F��i.,��.r� '.L� �'Y:. II' '.t:': .f t,�ttyt'. �t ty:x .lr ''ft !" 4� 7�<Y,s�'.b t"Y.�..s'rR:C•�?' .yN' ,+.s. x i;4p�",1.�.Y Z i� �4 tJ$"?'h??";'::r.•t•:":a,: ?..'y),. .> .j }i ,';n...(} .Z }h4'fiv '`4,.-t?� ilt' •a t..:•sar a� ~:r`''x't'" '�*•6'^F1l�`- ps..uq �kt6' SNi- $t�;�7' Yt3+ -YY '� }'yt,x L r� '4 "t.- {"A. !�t� , N'e9.rijk' �> Y"': be shown on the Plans or encountered in the work. Any inaccuracy or omission in suet information shall not relieve the Contractor of his responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the Contract notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection title RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engnteer. In addition to the general written notification hereinbefore provided,it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each year such owner of his plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or b 5;� the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The ' Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet of such outside limits at such points as may be required to insure protection from i damage due to the Contractor's operations. E.- Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the ' Engineer continuously until such damage has been repaired and service restored to the ` ! satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration r:r g anon of service to any utility service or facility due to his operation whether or not due to negligence or accident. The Contract Owner reserves the right to deduct such costs from any monies due or which may become due to Contractor, or his surety. y 70-16. FURNISHING RIGHTS-OF_WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying ou provisions or in exercising any power or authority granted to him this Contract, here shall be no liability upon the Engineer, his authorized representatives, or any official of the Owner k 1-30 .y t pa ✓«.y T 4 :+ r ^¢a 4 '� t'p r r ;ff td ¢3M a"'� tlg}, �,.: .c � ai }- • ,..fY � u�d t, i - +,tfx ` tip T�° s 3� _ 7,.�t y,. �.4 f,,t ,Ya-�°, JJ , }, •.vi o ���ti+5 t+��.';, ...�::#?�, {h'� S j i ��� rr..tae r either personally or as an officials of the Owner. It is understood that in such matters they.act: u solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final :=x acceptance, however, shall not preclude or stop he Owner from correcting n measurement, a' estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his 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 subsequent breach. " The Contractor, without prejudice to the terms of the Contractor, shall be liable to the Owner ti for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the � f{Y a; Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal,state, and local laws and regulations controlling pollution of the environment. He shall take necessary q` 4z' 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 u particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this r . ug subsection,the Contractor is advised that the site of the work is not within any property,district, or site, and does not contain any building, structure, or object listed in the current National ; Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his operations, any building, part of a building, 1 structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate t"y. the Contractor's finding and will direct the Contractor to either resume his operations or to suspend operations as directed. :. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate Contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection title PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate,the Contract modification shall include an extension of Contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. ,a SECTION 80 yC� PROSECUTION AND PROGRESS •�3 .i ^4; 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified.superintendent, or by other designated, qualified representative who is s duly authorized to receive and execute orders of the Engineer. 1-31 Y. :tMg—V,- ,,;�€, �,.ri �x$1y��4: ".����;��`y}'•t +5�5;,�.�{ r .Yp�'%f, '` t +' e °[' kd +ski..'�;t! �� „� Mfr N��• �i 2 e#' )){( �. y ^r.;1 Wt r': �h,F s"S,y,c�+,,,�bc s=",I.L;,t }}a Jt� f�r,`,1 ��'i ��./z;s.�t• ''x`}' v"E i't '� 'Xw• 'jV•,tr+' Y F.y`F�.�Y'�d 3'v�ktd�„yY�yF•'� i";`y 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 <s consummated only on the written approval of the Owner. In case of approval, the Contractor f 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 date on which it is expected the Contractor will begin the construction and from which <u 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 t ,s in any event, the Contractor shall notify the Engineer actual construction at least 24 hours in advance of the hon operations will begin. time It is the intent of the Owner to issue the notice to proceed as soon possible gfter the Award of Contract, as may be expedient with consideration for seasonal work, availability of materials and similar factors. 80-03 PROSECUTION AND PROGRESS, Unless otherwise specified, the Contractor submit his progress schedule for the Engineer's approval within 10 days after the effective da el of the notice to proceed. The Contractors progress schedule, when approved by the Engineer, i may be used to establish major construction operations and to check on the progress of the work. z The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the Plans and Specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule the Engineer's request, submit a revised schedule for completion of the wok 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 resumin E '!. �. operations. g zji 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. 80-04 LIMITATION 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. S When the work requires the Contractor to conduct his operations within a MOVEMENT AREA of the airport, the work shall be coordinated with airport management at least 48 hours prior to 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 HAZARD MARKINGS of Section 70 and as indicated in AC 15015370-2 in the AApp nd I. AND When the Contract work requires the Contractor to work within a MOVEMENT AREA of the airport on an intermittent basis (intermittent opening and closing of the MOVEMENT AREA), Y. the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the MOVEMENT AREA; • .resume work in such MOVEMENT • immediately obey all instructions to or to obey instructions shall be cause for suspension nof the Conga tor's communications MOVEMENT AREA until the satisfactory conditions are provided,Contractor's operations in the x The following closures and limitations of operations shall apply: 1-32 M1a�"'fk"Rl 'a�r�r+R'v A � y+j� � k' .'K.r. A" :r. �„'� ,".t1. ,t'. 'r{, :i A.V' ,`„� `•)rl ayd�iil+''' '`,. a v a. 9 b { C. d. The Contractor will be responsible for all barricades and temporary lighting as required by F.A.A. regulations or as directed by the Engineer. The Engineer will have the authority to request the Contractor to place additional barricades, temporary marking, or temporary lighting as may be required to maintain the airfield operations. 80-05 CHARACTER 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 }r 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 i T of work. Equipment used on any portion of the work shall be such that no injury to previously, completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the Contract, the Contractor is free to use any methods or equipment that will accomplish.the work in conformity with the requirements of the Contract, Plans,. and Specifications. When the Contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires f to.use a method or type of equipment other than specified in the Contract, he may request 1-33 i i 4i 7 .n.. ,f�sj k � i M" ,4«;rC, v, .`.j It. .,s ,'� W�. F •� .�.«ut.. ;f .t Y 1 1°.w7.�; 4r y.�+'4"i;aM`f `•�i r^ M1�. Ib�,, � ,��•jT t}5 1 2 i t 1 � 6 Y,sFE�}1 i`S . ..; •,� ... 'S��rtq`�$�[� F l{?+-! ia9t.tits tv t r'SV fht'�z W s t + t X[ < 7{" a� t t 5 F {�.L�2. i`'rn i^*a 'f �:�K",'t'+per, S. v C 1 4i5 .y c Z "�?`,,(( q,r t n 1fm� ,ti:v.. �t R."n ( v tE��,fx 6 aN+.;,ik1 s'} �I k,p i•r t C•�1�.� •wx .+,� }, t t yy�'? � ..Y� �r t f,;.,., ��.1YN�aN2Ar*�S.::t�t,.u'F.r�sa�i::.ir.+H�i1iS� wtii i S ' . 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 Xt s" responsible for producing work in conformity with Contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet Contract requirements, the Contractor shall discontinue the use of the substitute .; method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of k' specified quality,or take such other corrective action as the Engineer may direct. No change will be made in basis of Fayment for the Contract items involved nor in Contract time as a result of ' ? authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to } suspend the work wholly, or in part, for such period or periods as he may deem necessary due ' to unsuitable weather,or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to f 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 unforeseen cause not otherwise provided for in the Contract and over which the Contractor has v no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume .r; °- p work. The Contractor shall submit with his claim information substantihting the amount shown `; + :t on the claim. The Engineer will forward the Contractors claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as } 2 { . ;. entitling the Contractor to compensation for delays due to inclement weather, for suspensions :FI made at the request of the Contractor,or for any other delay provided for in the Contract,Plans, or Specifications. If it should become necessary to suspend work for an indefinite period,the Contractor shall store t all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take eve precaution to prevent dama a or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary ' structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and Contract an known d shall be k as CONTRACT TIME. ' jt 4 iv Should the contract time require extension for reasons beyond the Contractor's control, it shall . rfi. be adjusted as follows: > a { t:y a. CONTRACT TIME based on WORKING DAYS will be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his weekly statement of the number of working days charged against the Contract time during the week and the number of working days currently specified for completion of the Contract(the original Contract time plus the number of working days, if any, that have been included in approved (CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). 1-34 s k? .tea t.:'�r�r\�""r�t�`.�•Yixi'�S�tndr? A �Rt'rt,�,3��. w ??.'*`y,5bjj`� ! ti2Sr.. 1 (s{"l sip• 5 t p�j), kd��ysg,'' p 5 `5y fit' L� i [• � ii .. � 4S; � r 1�;��l'^.2�l.SSE ✓.j 1 G 7fi }4 r¢�°�(, ier. ,�I�'t'p�+y5t r��Y i .. _., r n 3r r t. §i$ n5 •N•j-,.xT f A'a 4+Si�`.E �G 62 �4,•.a d t $t�,qi -r .'�, n. S c ww,,�.•r, �. ,. "/ .t� . �} i'.fd{�. .z i 4 Y� .�Yt rt l > }v ,fin y ��`lk�-r,t rifa{.rt ttS'ta�J,1{Sfis-�'a �... r. w.it�r� A ``•�'t $C, li�t3 ,'��f•.•„" { ��ri'4iN'll btci�'+teikirk}tx;�YM�'�r:`x",N}NM�!F?�s`5.121+i +rsfanaa+o.........,..,; �._. ! ..._.......«.«.:hiva!!tnCm±x'.a�Pr.,.yxh-1x� #,4taY.?l:c?Sw.wiMi�tt+ '�SW4tiiE�.::lSr" .�;s.,� 4r`.>.X i;wa1"42.uN'�P'yCI�KMF{iNhll�' , 4 t The Engineer will base his weekly statement of Contract time charged on the following considerations: (1) No time will be charged for days on which the Contractor is unable to _'N proceed with the principal item of work under construction at the time for at least six hours with force employed such rincipal item. Should the normal work force be on the normal work fo on P a double-shift, 12 hours will be used. Should the normal work force be on a triple-sluft, 18 hours F, will apply. Conditions beyond the Contractor's control such as strikes,lockouts,unusual delays =� ' in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons ` not the fault of the Contractor, will not be charged against the Contract time. w 4 (2) The Engineer will not make charges against the Contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the Contract time on the first working day after the effective date of the notice to proceed. w , 4 The Engineer will not make charges against the Contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest ' ` setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The Contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled Interpretation of Estimated Proposal Quantities :a of Section 20. Should the satisfactory completion of the Contract require performance of work in greater quantities than these estimated in the proposal, the Contract time will be increased t "1"�, 4t ' xLfzi7lV�il�Fj:. +' 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 extension of Contract time that has been covered by change order s '. l be made at the time of final payment. or supplement agreement and wil r;yay''4• .r' b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the Contract counting from the effective date of the notice to proceed and Y t ,' including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing �� ' between the effective dates of the Engineers orders to suspend and resume all work, due toK , causes not the fault of the Contractor, shall be excluded. «, At the time of final payment, the Contract time will be increased in the same proportion as the ,t 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 .. r' the extension of Contract time that has been covered by a change order or supplemental ; agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the Contract time is a specified completion date, it will be the date on which .,•r"fir all Contract work shall be substantially completed. Y P , If the Contractor finds it impossible for reasons beyond his control to complete the work within '' j$ the Contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the Contract time as extended, make {" a written request to the Engineer for an extension of time setting forth the reasons which he r 1-35 y ^"' '�Z ``,r'r.tti�Y3 illt 1 yY k� i«..—s,. }' t `•— � : 4 �:+'f.'� { f✓? Pnt s i { s of st �;4` • f `ti}1§,�i•Iyry'd affil r{' t. . yJ +'•, t Vt w ,,t'rryryKl�h`.tC�✓ r✓ fi •r ' t -?1' �'Y �ay Lg��. {� fl q i i 1 i r t ,t r s..Y.k : .�J rs�h`ti ���•t�'r�r. 't `i,Y� L" l t�i t'� +atYt + t • / ''t t::: Y ; � '.i _.C• r{i.}�L 4 r�l atlr p'��} 1!. x%t ` �� r4 }t yt,.;.,,t i .: .1, to- iR` f ftyYA'�sx� jtzrt )Tf•+X iSs r�i ��!tta� Y �. t," ��r� (Att*�Zi�7,y i i• 5 r 7": ¢ ESL ' � �i F � L �,�'i } �t' '•-,t#� ,},, .,,��,,,. , � prt' t`I'ti .f s. f " A J...e f i r �e .ny +�21�+���i,' r � i t �f1"r!�, a,i`;YWz�,•,. �x;�Xnf`;. i •t t' + 1. t P s }� � 7 i 1 x,�y¢'h At�� , s �d+je�. •. !r .b! �� �i ,�tt����+�.3`',�y." �4{� •t�S tg7`t Vs rirf ,•t„ ��. ti.«q.�I r,'._7 t"7.; f+.•t s +,.S� t S t3xx��r f �•kiry xhXi..�,�'�' x �'.1a1�,..;� `�...r.i.�,:�6.rakrs��;t.. t.• .. Wit._.:.t,4.....ly:.x,c'.a,�..nA�.lwi+�..�..1+' � believes will justify the granting of his request. The Contractor's plea that insufficient time was ri specified is not a valid reason for extension of time. If the Engineer finds that the work was K.w: delayed because of conditions beyond the control and without the fault of the Contractor, he ;tcrk-" may extend the time for completion in such amount as the conditions justify. The intended time y` for completion shall then be in full force and effect, the same as though it were the original time for completion. .Y 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day,as specified Y in the Contract, that any work remains uncompleted after the Contract time (including all extensions and adjustment-, as provided in the subsection titled 'DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the Contract and proposal as liquidated damages will be deducted from an money due or to become due the P p q g Y Y 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 complete the work in the time provided in his Contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed . for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of its rights under the Contract. , ..f' 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor will be considered in default of his Contract and such default will be considered as cause for the Owner to terminate K the Contract for any of the following reasons if the Contractor: };¢. „rk } a. Fails to begin the work under the Contract within the time specified in the"Notice to Proceed", or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the Contract, or air c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or ;t 4` d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after b notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or ' insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or fS1 � ` h. Makes an assignment for the benefit of creditors, or ` t i. For any other cause whatsoever, fails to carry on the work in an acceptable s' manner. Should the Engineer consider the Contractor in default of the Contract for any reason hereinbefore, he will immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to. terminate the Contract. 1-36 t ,h`,{;� °"a { `skri �i .7 ii.�'7a 14•,, x Y' S'i't %,*4 r �,t� '`� c�+�� , mp'�r ds. "<i1 t ,u �; '�' r ,Sf'; r r #�; r ., "^� ,j!t -s ,ti5�'„�f.i !tF T'9i'r Nr V*Y.'q .S�`b�+G�c +,• x. A a K -a,�'rt�.�. ^'1^ �,. b ?>p r. S �. .6.^.�,.yr�..,.""^'^°�'!..'.�.w'�.'�,t•, Y i ts'Sd,�} �y��.h ti{r 31�}.it�+-7^..�`'t}ySr t�k7i �4'�} c,'. P T .S r ''x ,1 � s,� 'Y'� �.,:.��� c, Y •� �,,Q., 51 i �` �,i4-A'��; qY „A� � s.x;, Y 7 ., ,i i �1 i t : + `� �'•y k 9 If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the Contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials ' and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said Contract according to the terms and provisions ` thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said Contract in an acceptable manner.. 5 '. All costs and charges incurred by the Owner, together with the cost of completing the work ,yea; under Contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum wluch would have been payable under the `w . Contract, then the Contractor and the surety shall be liable and shall pay to the Owner the , amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner will terminate the Contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction Contract as a direct result of an Executive Order of the President with y respect to the prosecution f e interest of national defense. ` o war or in the When the Contract,or any portion thereof, is terminated before completion of all items of work3 ` in the Contract, payment will be made for the actual number of units or items of work ,'r, ;%� . completed at the Contract price or an mutually agreed from items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work,and other overhead expenses,(when not otherwise ':t included in the Contract) and moving equipment and materials to and from the job will be `•. >"' considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not ,,•�:;,2�?:-;; incorporated in the work will, at the option of the Contractor,be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may designed y be gned by the Engineer. :��•�5�,-t�:> •, Termination of the Contract or a portion thereof shall neither relieve the Contractor of his responsibilities for the completed work no shall it relieve his surety of its obligation for,and concerning just claim arising out of the work performed. ,a { SECTION 90 MEASUREMENT AND PAYMENT ' 90-01 MEASUREMENT OF QUANTITIES. All work completed under the Contract will be measured by the Engineer, or his authorized representatives, using United States Customary '..t Units of Measurement. RC ' The method of measurement and computations to be used in determination of quantities of x` material furnished and of work performed under the Contract will be those methods generally k-y' recognized as conforming to good engineering practice. ;. Yt � 1-37 t _4,N.7s :•}.•M�,"r "' ""."."`�, ` `^,----+...Wantt� ,'+alts'.'Y -"4::,aenwy r, --r-* r.«rw.nnrt7MY �«...-^'t°?^ +rn n(..".8`"*'(0.,p. �f_t(; i!.x�•'t f 't+- S'7i'SnM�h't L1t� {{ti�yPl�)�]�4 e { tt't �yy�17t1 •> t }y.'. r T4 a. 54 k+�`'t a .�,F i. J a /4� � ,� x �. ��tg�S}�i � f.:�}' �� ...{ t j .; { F,, ,i )P `2..sts day i y,i3,��i�rn�<.ay t .��Y'��• 1 :�p�.• { » ' "�} s "vps^i t"�j� 1��'1j+lt i i. r� 'i; � +`r?..`.�*,�+R aF ?r'�•i1'��'a :� {t. f',utV< ;`�',�;r'''t«�tt }"°c 7'C�£Jry�`�*? 'h s..}+;.° y.s fs�•47��i('4,+ t r ,. 7 } ' r.., �Py,, t i\ L. :"Ti a £' ay Pi.;.r Fi� �v fit f�;�}, `1 'tfl'Y�.i t :Ni°_ >J-• 7 ' t 7 i t � (aY},' f a�4 d rI�•�`:?. � '•" E x"knt rh�'',,���y� ,� <'f P'"'N''�k.'lit, 7 F r`P r `tz 3i^ q." srrr'tte m•'�E.d � �:�: �r,3�"`h k�",j.tt 1 t,st y*'��r a s .�is�+'*,af s '.•' UrLr7t abtt;j^zah,- .;;i�. •�t...��r,M. j:: .. ,,, `>E�.. ' �r i.'i,�"5� }ht.zi'{�" y"' E� ,t,.... u 1: {7«4 5 Unless otherwise specified, longitudinal measurements for area computations will be made 4. horizontally, 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 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 + wry* conditions. Unless otherwise specified, all Contract items which are measured by the linear foot such as electrical ducts,conduits,pipe culverts,underdraims,and similar items will be measured parallel to the base or foundation upon which such items are placed. Volumes of excavation will be computed by the average end area method or other acceptable methods. r� N a t�� r' The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in :� decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials }> which are measured or proportioned by weights shall be weighed on accurate, approved scales ' b competent, qualified personnel at locations designed by the Engineer. If material is shipped <� Y P q P � g• by rail,the car weight may be accepted provided that only the actual weight of material be paid x for. However, car weights will not be acceptable for material to be passed through mixing �.,.. , plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs,and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or ` a type acceptable to the Engineer,provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water ;f .:; level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard 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 by the Engineer and shall be agreed to b the Contractor before �' Y ' such method of measurement of pay quantities is used. f , Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 F. or will be corrected to the volume at 60° F. using ASTM D 1250 for asphalt, or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments r will be used as a basis of measurement,subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, .,.sub ject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundred weight. 1-38 1 k ,.w14 .,c,�z 6`! 'z. r. ..n.f�`t { �{ •�'. +t e.z.,, yys�,��,.,ff++��4 11iF%yy,, +.i.��,. " �:�. IV AT mlqw, IMAI—All il W�" T Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal width and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the Contract. When a complete structure or structural unit (in effect, "lump sum"work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titles PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence,wire,plates,rolled shaped,pipe V` conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such Z 1w identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited Specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before ii beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of one percent of the nominal rated capacity of the scale,but not less than one pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale installations shall have available,ten standard fifty-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales"overweighing"(indicating more than correct weight)will not be permitted to operate and all materials received subsequent to the last previous correct weighing-accuracy-test will be reduced by the percentage of error in excess of one-half of one percent. In the event inspection reveals the scales have been"underweighing" (indicating less than correct weight), they shall be adjusted and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. si 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 1-39 1i ej, -IN 6 t'g . ..... tlf K 11, -7t ­V QvV 1 7 fit JI IL '.nll 21,i..'-`!:�Pl • t�'i`.I .z•'4 aj to 3? .".fit ti �' ""`N'�.�� �ds .; t � � 1 .1 ,yg�, .aUr :r `," :, the weighing of materials for proportioning or payment, shall be included in the unit Contract j prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the Contract,they shall be the final quantities for which payment for such specified .'.± portion of the work will be made, unless the dimensions of said portions of the work shown on the Plans are revised by the Engineer. If revised dimensions result in an increase or decrease z' 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. ' Y` 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided a for in the Contract as full payment for furnishing all materials, for performing all work under ' .s* the Contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to �?¢ the provisions of the subsection titles NO WAIVER OF LEGAL RIGHTS of Section 70. When the basis of payment subsection of a technical specification requires that the Contract prices (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other Contract item which may appear elsewhere in the Contract, Plans, or Specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary m the quantities in the proposal, the Contractor shall accept as payment in full, so far D' q P P n.. 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 E. the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense,loss of expected reimbursement,or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his , unbalanced allocation of overhead and profit among the Contract items,or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titles OMITTED ITEMS ' of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) ' 4 any Contract item, except major-Contract items, in the best interest of the Owner. ' }n' Should the Engineer omit or order nonperformance of a Contract item or portion of such item from the work, the Contractor shall accept payment in full at the Contract prices for any work ,.. actually completed and acceptable prior to the Engineer's order to omit or nonperform such Contract item. F Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become >f y the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor will be reimbursed for all actual costs incurred for the purpose of performing the omitted Contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted Contract item and shall be supported by certified statements by the Contractor as to the nature and amount of such costs. '! 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at' the Contract prices or agreed prices specified in the change order or supplemental agreement authorizing such extra work. When the change order or supplemental agreement authorizing 1-40 t � t r' t v }t�1 (k 1 rr t n:l^[ r t• Y� i•.r^LVZ�py tl77 trtr r� i a„fit t u�y�,+t''S�;i"' Y +.r x i+A At i s t.. Cz •.a `S"4. p� ♦8 rrt'v?'r?a`�+s�, c" � .;?fin �F; rr.zi= '+� the extra work requi res that it be done by force account, such force account shall ch a d as eed and paid for based on expended labor, equipment and materials plus a negotiated upon allowance for overhead and profit. • x No additional allowance will be made for general superintendence, ' a, Miscellaneous. the use of small tools, or other costs for which no specific allowance is herein provided. b, Comparison of Record. The Contractor and the AE gem nt shall be indicated by of the cost of force account work at the end of each day gr signature of the Contractor and the Engineer or their duly authorized representatives. gn C. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: 1 Name, classification, date, daily hours, total hours, rate and extension for f each laborer and foreman. ntal rate, and extension (2) Designation, dates, daily hours, total hours, re or i� each unit of machinery and equipment. (3) Quantities of materials, prices and extensions. (4) Transportation of materials. 5) Cost of property damage,liability and workman's compensation insurance u, A 1,0 premiums, unemployment insurance contributions, and social security tax. ' nd supported by receipted invoice for all material Statements s used and d a Sta shall be accompanie er if materials used on the force account work are not specifically • transportation charges. However, •urchased for such work but are taken from the Contractor's stock, then in lieu o£ the invoices :•x,, p ; i"T; = ontractor shall furnish an affidavit certifying that such materials were his/her the C stock,that the quantity claimed was actually used,and that the price y. represent the actual cost to the Contractor. onth as the :_�` � 90-06 PARTIAL PAYMENTS. Partial payments on u l be made at least once ea sses. Said payments will be estimates prepared by the Engineer of the . work progre based +- value of the work performed and materials complete in place clude the delivered actual cols of s, �f Plans, and Specifications. Such partial payments may also those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR +, MATERIALS ON HAND of this Section. No partial payment will be made when the amount due the Contractor since the last estimate is less than Five Hundred Dollars. ,u R From the total of the amount determined to be payable on a partial payment, 10 percent made£such The F total amount will be deducted and retained by the Owner until the n payment i balance (90 percent) of the amount payable, less all previous payments, will be certified for payment. at his When not less than 95 percent of the work has been completed the Engineer w 11 be retained ' surety, prepare discretion and with the consent of the sure re are an estimate from w amount not less than twice the Contract value or estimated cost,whichever is greater, of the a R , fit! 1-41 G• � t r{''} 11�7•iS�:�;�b1>'�t't,'�'-"S�T- �i'L•:ntT�•t}�,.t,a_Qr,.•;a:;G.i':;sr'a• ti + M-1f, �r`�1�4. ��.� ar'{nN��'' tr��rt'f. MAY+ 7`'f.' t {� #/�S�r trb#,r�t�'¢•a�3r1 h"94'�'etdt�� i�-'Uk�<�j �i r ,Ir b v,r 3 r v x ¢� R t t l(r •S + ^+>t s�,� „, •+•t �,a t r .t�k' + M ,.l�iµ�t3f x i�p 4{�l ze 4�*t*'t.r ..a Sri y<t ti'3 1 isy.��t`�'����,`�n#d�.'�5 fr{�'� r J''+�; `S•"� .l7ra+�` kr t ' 'k• Pi, }.�. ,}`, ,r"+L.;h. •,!." •u n''S•#N.�.4._ t v�.` r ww� 7p g ;bk F.4• 't,'' . � t+ ,,«. '� .���''�,.'��E<��s#.3}r �t�F'��y.rfr g �Y+x t'.r r11g1r'ti" i•4'+9�J�'Y�{t'�`',"i'' t i`�+7.'+ > •,t N+Scr. F> 1�4 �.:� v •'y o vs r � i y� E:k ft- L',� t ,x '! 3'i !{ 1�• 1 .+c. "�4nrr ..tt4t"r .,< .a ;} � y.t t`p 5?t 4. C,r�� c'F.. P :,,'� x ��,St'' r , t.rdst r}.h. p }r�; ! •t r.�i rq. r 2��i r ft `J"" 4 F w r , ,•i t 'tom,"-' tt .7 s,r R't i` i t. work remaining to be done. The remainder, less all previous payments and deductions, will, then be certified for payment to the Contractor. .. It is understood and agreed that the Contractor shall not be enti tled to demand or receive partial s payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. "+ No partial payment shall bind the Owner to the acceptance of any materials or work in place as to qualify or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this Section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the Contract,Plans, and Specifications and are delivered to acceptable sites on the airport property. Such delivered costs of stored or stockpiled materials may be ;..� included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer ' 5 at or on an approved site. ' ± b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. C. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or r'4 stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored gr P Ym 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. In no case will the amount of partial payments for materials on hand exceed the Contract price for such materials or the Contract price for the Contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. n , t 90-08 DELETED 1-42 :i t' � t...,.x.:'. .'`�'w-.°.,.�, t' '�i� �!_• .._ .. t it r _ y...�..,!, �_•yR�ta�, ..'v. _."+tut 'f' � �i'�... .���f;�^b- a .. ~f ''`t ;~. .� _. .. ... ._ 1 { y §r.�("rt}f 4°^z. f�r�7� t j;i,. s15�}.�t.° ti .. r r 4 � t r .r.'z r r 3 fit;• ;� M1atly4Et4� +Syrz �� .y} 1h�•t� M1F�.ta k,� ln., } a ''Y * 4 tP li, r ,�"���,4l�f�i;�(.['�,,6aF�k,. M1ft - i^' a''Ti7 F,as r f .a j ... f , `,�, t✓ #+: ;�,. : N r i #���`�+.'�i��. ,�,... :��Y�5.`.` +-e'"titw�Rr.�.om.w......w_.- ... . . ._. .,4..��+u,�•c•�eann�'ntTr.{;u!mP:+trtb'.�.awka .. +.. ,,,�r,. S�y�a r 90-09 ACCEPTANCE AND FINAL PAYMENT. When the Contract work has been accepted in y f ` accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The zk Contractor shall approve the Engineer's final estimate or advise the Engineer of his objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the Contract as amended by change order or supplement agreement. 4' The Contractor and Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of £'' the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. s After the Contractor has approved,or approved under protest,the Engineer's final estimate,final -: payment will be processed based on the entire sum, or the undisputed sum in case of approval N under protest, determine to be due the Contractor less all previous payments and all amounts � �. ;� 1 to be deducted under the provisions of the Contract. All prior partial estimates and payments sir 4, `'•lrj„>„ .✓ 1'iT Ti �. shall be subject to correction in the final estimate anc payment. >:•:{,'<'a .y 1, If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the fi provisions of this subsection, such claims will be considered by the Owner in accordance with ? local laws or ordinances. Upon final adjudication of such claims, any additional payment .� determined to be due the Contractor will be paid pursuant to a supplemental, final estimate. r. SECTION 100 #r' CONTRACTOR QUALITY CONTROL PROGRAMf t: 100-01 GENERAL. When the specifications require a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor or procured from subcontractors M or vendors. Although guidelines are established and certain minimum requirements are %4 T specified herein and elsewhere in the contract technical specifications, the Contractor shall qq,•��•, , s.,�'�,+�;',,; assume full responsibility for accomplishing the stated purpose. : ,:.. The intent of this section is to enable the Contractor to establish a necessary level of t control that will: 'af , s a. Adequately provide for the production of acceptable quality materials. , b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. 5 z c. Allow the Contractor as much latitude as possible to develop his or her own standard = of control. , The Contractor shall be prepared to discuss and present, at the preconstruction conference, S y his/her understanding of the quality control requirements. The Contractor shall not begin any ' t4li W i ,a 1-43 =r .l{. aF1� �°'Y'I'ji 1 %1.'tt/Mp!M'r,v'. 4 �PrnynNµM9^.1L•�.' .�W�'L�{"4 ,1.1"#Y,NPM•diA MM ^•.,,+ ..'r•^•^•'•'• Th.R N^f (4 n"Ti^'" �', W tS `�`d ;roi.7',` �'�f' �?� :1 4 tr _.`<'a #`�{7#t pp'>PX;•`3':,1`�F,*, � sir�yt#�i.�.� p 3 ,Z MK^r r� 1 construction or production of materials to be incorporated into the completed work until the Quality Control 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. 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. ;7 Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description, The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction,finish,and functional performance. The Quality Control Program shall be effective '4 for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications,in addition to other requirements ` of this section and any other activities deemed necessary by the Contractor to establish an t effective level of quality control. I� b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. 'rhe written Quality Control Program shall be E submitted to the Engineer for review at least 5 days prior to the start of operations. NOTE TO ENGINEER: '6 The Engineer•should choose an adequate period for review. A minimum of 5 days before the q 4 preconstruction conference or the start of work is recommended. Y. Submittal of the written Quality Control Program prior to the preconstruction conference will allow the Engineer to review the contents and make suggestions at the preconstruction meeting. k k t u Submittal of the written Quality Control Program prior to the start of work will allow for !y detailed discussion of the requirements at the preconstruction meeting. This will give the Contractor a better understanding of the requirements before developing the Quality Control Program. The Quality Control Program shall be organized to address,as a minimum, the following items: a. Quality control organization; t; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; 1-44 i k y, k yp , W. x 7i 1t .` ....4/1S' u •.'�.1 ^�� fi �`,t"` r_._+:'..l fty.aP�t�'.t..i�Fi'S`� '.Y'. }.. ... _♦. }'_�.. A {Fi ___. _..-- Y` at �yyvw�y > Srtt+¢7T,,�`,,vz d ` 1 ilro®• •'-f�, #r1) iFwe.Y[E:ti .ik_..+Wl:e/uwiM1St%} .'P'n{iitdV ,.{7 q2`SM�(1NtiN�111Wa.•Hl iSkr/ t T:t..r4�i.�E44.?l�d':.'<.Y'i !; t�tlrktl:T.13C.r:a IR f. Documentation of quality control activities, and 4;Sf •3�1 g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes { ' required by this contract. t b: 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program ' s,. shall be implemented by the establishment of a separate Quality control organization. An Organizational chart shall be developed to show all quality control personnel and how these :.: personnel integrate with other management/production and construction functions an personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Contro Program, Ls including inspection and testing for each item of work. If necessary, different technicians can be utilized fors specific inspection and testing functions for different items of work, If an outside t P P g ...s organization or independent testing laboratory is used for implementati on of all or part of the E? • ice:{.'.`�.`w 4z. Quality Control Program, the personnel assigned shall be subject to the qualification gn l q +x'. .. . requirements of paragraph 100-03a. and 100-03b. The organizational chart shall indicate which {� personnel are Contractor employees and which are provided by an outside organization. ±*r The quality control organization shall consist of the following minimum personnel: 1 � aw� kxn4. •i.::.it r+:.=• a. Program Administrator. The Program Administrator shall be a full-time employee - 4y a "r t ju:;';_ of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five years of experience in airport and/or highway construction and shall : ; ' have had prior quality control experience on a project of a comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: k 1. Professional Engineer with one year of airport paving experience acceptable n to the Engineer. rlr,F i 2. Engineer-in-Training with two years of airport paving experience acceptable • to the Engineer. 3. An individual with three years of highway and/or airport paving experience = . acceptable to the Engineer and with a Bachelor of Science Degree in Civil Engineering, *' 3•": Civil Engineering Technology or Construction. 4. Construction Materials Technician certified at Level III by the National Institute } for Certification in Engineering Technologies (NICET). '. .` 5. Highway Materials Technician certified at Level III by NICET. 6. Highway Construction Technician certified at Level III by NICET. I-45 T i ^'1"IC —• r . 'illyt +w""_'; f `s' •r-•+• w+.s...+..,^i1+f mh"t^ ;(R^�'r j, h yy r 1`417160 r fi i, s�'It� : j r "'� ;,U9 vt5r`Ff 7 ') i S 1. )" ( ': t S � i 7 tt'.�I:,r'` kM` .>'; `• � . nt 4: �+Sv{ ..{•( " t T •-�.��'(, t i 4 t a i. . r . ,` ,�7 r 2 s ,„c 32 iL ggJ�}`.{' `xS' �ki• gqait 4v"��St tt.:, ti } Iisr ir':.. 7 r !1 r. Iti .rl 7r'. -j 4 �, t� rb 1}�4< 5.,,, r. �.5�`J,r• ,�`: J'ki � ,j r °#�^ Y�PS G�.St�7�+y r7{; i x.t 9�I .. � i,. , { r: .i � �,7�t t�N4 �� �11�� k &Srx$ Vjl a� i bv( r r7 " .rl 1 �:1 Y4g .r ttt�?3'�iY�t �,�5� .�r i �f' t � ✓ v : >. i , .,y � t, n r e r. e �: SP ?:N•�>r. }�` � �trrrt It t� fi r t 71+r, , � � t A �� r 7 £ • � '`.� �5"`*r#�iv`�f`S 7 7,,If�l tf5 �t t ; ::4 ..;,h1 a } x a r j 7 l t .ts 'isxsu�;y��a'k �°��5�'` •'�'r '°`,�vT.*,;,ST' �i'7�u r ? s rZ.. (� r r. r S{.�:7"" '4. r�.1. t., �.S'7% ',y '}x !! 7 F:' 'y 4s �•d �i ��#{ y,� � S tr4i T�E2 t �r 5 , M1 { r '} t t .F 5' t In,VI 7. A NICET certified Engineering Technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the P Q ty gr °. ,k.•d contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two hours after being notified of a problem. .; AMR` b. Quality Control Technicians. A sufficient number of quality control technicians t.°P�¢ . necessa ry to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsmen with ;M1 ( " qualifications in the appropriate field equivalent to NICET Level II or higher construction r,•; ; materials technicians or highway construction technician and shall have a minimum of two years of experience in their area of expertise. 'A' ( ;'. '' ,f The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: '" 1. Inspection of all materials,construction,plant,and equipment for conformance ;Y•ux ,� ± f .Yri 34+is. to the technical specifications, and as required by Section 100-06. �t:�;z� '��;.;• 2. Performance of all quality control tests as required by the technical c- specifications, and Section 100-07. : era;; Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating f all in ection and testing must match the type and pace of work activity. The g p } i ty. Quality Control Program shall state , where different technicians will be required for different work elements. :t �.:•l.,v 100-04 PROTECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated " construction schedule for all work activities. The schedule shall be prepared as a network : diagram in Critical Path Method (CPM),PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, Rz r" milestones dates, and activity duration, 'k. The Contractor shall maintain the work schedule and provide an update and analysis of the �;y? progress schedule on a twice monthly basis, or as otherwise specified in the contract. ' M Submission of the work schedule shall not relieve the Contractor of overall responsibility for Y; schedule,sequencing,and coordinating all work to comply with the requirements of the contract. d• 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals(e.g.,mix designs,material certifications)and shop drawings required by the technical r specifications. The listing can be developed in a spreadsheet format and shall include: }� a. Specification item number; x. 1-46 4 ' 1rtY �tds� Y3 s t d � r � k y # Cr 4�1yr >rt� �� YS'�+r�1 s•va • `� !4+•y +� `t" :.i}I1 1 S^.t. ttr!YV{r, t t r r 3;ryu c Si '+ iY o j t Ottbfw 3 y l M e 0 4S��G, � �t � 1�� ��>°i tic• r1+ .3 4' ,'� ,swi t�1�j�+ �S+`� �y N 4, " S •,4aly-i< '�`'"N':St? �+' r .N;',� zd"'" t 'ra�'s'+s1`T,�'�14$ y;• s S"�.r� t a 4�8 ,d-+r, ,t t '�1tSi ;Ui. �. {. ���}h 7. q{r�j JM,� �'Z t I S}+C,4�T;ra , ..� , }k" ��r� �(•;„tjy>< tt f a k � `�...�i 1....,...�u..��xY:L..::::a+,.az`FitMiS�:elliF'f?t�.'I�a`r�sY�s.,...`r°'c, ...,.. ......k Ji, ,t.w�.:,..J ... 4 «..:•a,. M1 .t. ._„ rr.. .. .�Y'Y4.aNteaw'�agytk• /.,,{. x �•4 b. Item description; c. Description of submittal; e.•,., :; d. Specification paragraph requiring submittal; and e. Schedule date of submittal. < 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized x, to provide inspections for all definable features of work,as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be preformed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: • '4 a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix com onents, and to adjust and control mix ro ortionin to meet the a roved mix design and P l P P g PP g other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program : '•_ shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be ' utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating conditionrfiYs+ a;�,;i+ f` and to ensure that all such operations are in conformance to the technical specifications and are t r ; within the plan dimensions,lines,grades,and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. ' ' ' 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control ` Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies ryv ', . , required by each technical specification Item, as well as any additional quality control tests that el the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: Y tV"rt a. Specification item number (e.g., P-401); ; w4 b. Item description a Plant Mix Bituminous Pavements); + ,t N ^,:,;;., c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); Q.. '�4Jt�• e. Test frequency (e.g•� as required by technical specifications or minimum frequency cY when requirements are not stated); r•r f. Responsibility (e.g., plant technician); 1-47 'k 5 :4�.,• "J� y;.7 +(�r '—•""'+w...>a"'e°"'”."`........ ,"..'„'°^u"w'�WFtWtGki'iA2.'RiitT.YCtR"urta' { "T. 'i'�T t t+ 1 of r t .,r ' };t.!'yt �ji� /1�. R.,��i•� s ,;r�yw�n�x,Y`f M1 ¢t. .k Y i t ' �4 t z` < ,� t' r�r++�i,,4V�yi:'�x#t ��',t-fi�5 tfN�t.r +} ro + . tr t . '� t.>� �{ t`J4j:V"t;Sryt„i�JtK�vt'��„Gn �,ya°"r� • �J +r 3 "fK"<-Y t'!C' y. k J ilt t � t ,4. M1 r / .,r •tM1 r � r �M1 �.: �rh 5{ �tR{ t4 �it ral� (2�i '1 1 r� 4 t r t � ! , �''4�y�[••1 i)��I{ �[[^�t� i .t ♦ r ; r L r tT � ? k't. .� t i i+; t r.y�= t�,t(r 2 'u ��� �.S;�+rf� "fi,fr9�, o .tr (t.. t f t f s 1� :t c.'4' x ?'�YJ';)"�,1 ,,t12 H{�••4 � r ��� t. �t�t�'•'1��1��''r s�a {� xC Y SY � t z.. t c " vt n r_� � �i t s}? rt. { v'� ril t�ft a 4~'y�, , ��`S ..,,}����+i��€�i�t�V•�rk 7u�' .r s�. # . i J � t�: + i f e t,., .J �J 44 1 r �,} }.•��?tai}is'�t r }'��1y��1$ ,:.� �r R:}• lr. r M1. r4 S r r 1 '� � (.. < w J. ; }S•�• t. pt�. .r.� t t f •...lRra*"tC .�� tfh."'.txP!ft t� rv�ryld.,�SP.Xf'+, j.i f .�"r t J t � �f t't eirfri�/' tt a t?��tt )tr I'? �' a� � 6S'j R 5 �1}Y��j•i��5s tl.r� r rr,d'„' ;�.Y� � { � t �� a r. ... �y �j=C t=�{�r c ,+qtr T� ��'�i�,,.3' �'�•'ar +�-� i'�Yr 9t��„i� eii.';.�fi,jY z is...'t 4..rz �fgr�:,. ,+. .;.'i.,, 'a. ,r.. yn u.�t x''J:::+`rs.'�.:y e<;;h�;,� + ai..n �'}�'1,*'�n`�� ���?�Ii�'�) �V �j�yAi. P � °��4�r +t,.�}� t.h. 'k 7 ��t t fat ', f ,;,•,nh 3 S c ii'.i f.t.��ri�rirGk ui+�r'd'��, fj...s��v..i"t p�ii � 'IB I a ..( i 'N 1`3. +r '��i :IY •ha hct` 4 �"4� } h` x�4 . £ ...�]]: 't'2 ;�k `//fi ir� Yat�t'%is s 4 Q��+, t qry ,� 2: � i ..a:. q tiz`4•.{��3lY.tsx.�' ,xHt�rxdixMr;/j5.du4i}}_S..Y.+'�.J} 'm� > y g. Control requirements (e.g., target, permissible deviations). aF~'a 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. A. All quality control test results shall be documented by the Contractor as required by Section 100- C.tt'•e; 2 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of '.; all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed,including type and number of inspections or test involved; results of inspections or tests, nature of defects, deviations, causes for rejection, etc.; propose remedial action; and corrective actions taken. V," , Ail, These records must cover both conforming and defective or deficient features,and must include ,Z, a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer z daily. The records shall cover all work placed subsequent to the previously furnished records ?, and shall be verified and signed by the Contractor's Program Administrator. J 4:.,=N. Yr1 Y xr Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain r a daily to of all inspections performed for both Contractor and subcontractor operations on a += �";�"r•�t. Y g P P P form acceptable to the Engineer. 'These technician's daily reports shall provide factual evidence `:<r that continuous quality control inspections have been performed and shall, as a minimum, `s include the following: F ;�n k;. 1. Technical specification item number and description; 2. Compliance with approved submittals; 3. Proper storage of materials and equipment; '4, 4. proper operation all equipment; , .; A, 5. Adherence to plans and technical specifications; k 6. Review of quality control tests; and r p.. 7. Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspection, location } and nature of defects found,causes for rejection,and remedial or corrective actions or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. .y 1-48 * a ���wt':j,;%�'o� �' �. _ L.tw''J• t .ti wu >,_.t �4i;�o:t�i't.,y5t ,�. 1. .g� .?t .w ry�_�t��2„ k�;�tr`u(.`�' ��9S M'�t- M�jl '�.���m .rr va'�.+t•�r�!'��'�•C �� �i �a�' �in��^•t pit lYj iS7'H"..f�?`VF b}!�'{4 i.R�.t't}!�.. b. Daily Test Reports. The Contractor shall be responsible for establishing a system: � r which will record all quality control test results. Daily test reports shall document the following information: 1. Technical specification item number and description; px' 2. Test designation; 3. Location; 4. Date of.test; S. Control requirements; 6. Test results; 7. Causes for rejection; 8. Recommended remedial actions; and i 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 5' (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole,and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections an d tes t s 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 `f utilize statistical quality control charts for individual quality control tests. The requirements for .i corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. ,t 1-49 �ry r r r A•l},��s. 1T�r},•7`t r+ °'fi { 0 fi g{t�!ter i t t Y 4 ry"�tpw( 1 . 11 !1 Eli UWfW .&WIP Ai �. y2j,p.A:{ .x•. '' r i r1v r r a �- Yy +t h' �'� 33`yu-.'r { a�+ sf n`ls::C,rr�r•.{.,. ' .. 7 ' � `;'1�i-.. ,�, 63 ,. '.�d d!?4!t••.�,"F tf 'Ffl�j��'�!055�r7Y1#F"j"rif+ � ��y is�irC�MkeS�' •G'?t.. 1�A"'�"_' 100-11 NONCOMPLIANCE. '` a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized �w representative to the Contractor or his/her authorized representative at the site of the work,shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or other contract provisions, or where the Contractor fails to properly 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 or subcontractors. 2. Order the Contractor to stop operations until appropriate corrective actions is taken. t f.� ; 9! ti d 1_50 ..� `�s .v', 1aS 'v r.u ` .�'vw.>, �t. ,�i�=�. ,!. .+����+..'i.' q k�;,Y„itw'$?.. � 'i.d i.a.Nj y, i,�>•�.' i IYt v wiiydkas�+lYd.:atr:i:.."F t h..:.L:u�:. r SECTION 110 ti� 4 cd if ir' METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN p4 SPECIFICATION LIMITS (PWL) 1 110-01 GENERAL. When the specifications provide for material to be sampled and tested on a statistical basis, the material will be evaluated for acceptance in accordance with this section. i All test results for a lot will be analyzed statistically, using procedures to determine the total i estimated percent of the lot that is within specification limits. This concept, termed percent z P P P P within limits (PWL),is a statistically base evaluation method,whereby the PWL is computed on a lot basis , using the average (X) and standard deviation (S,,) of the specified number (n) of a, <E_ sublot tests for the lot and the specification tolerance limits(L for lower and U for upper) for the ' ?4 particular acceptance parameter. From these values, the respective Quality index(s) (QL for Lower Quality index and/or Qc for Upper Quality Index) is computed and the PWL for the r4r s specified n is determined form Table 1. } 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing the PWL is as follows: re a. Divide the lot into n sublots in accordance with the acceptance requirements uirements of the specification. b. Locate the sampling position within the sublot in accordance with the random : ' sampling requirements of the specification. ;. c. Make a measurement at each location, or take a test portion and make the 5 measurement on the test portion in accordance with the testing requirements of the specification. ,F d. Average all sublot values within the lot to find X by using the following formula: X = (X1 + X2 + X3 -f" . . Xn) / n , Where: y X = Average of all sublot values within a lot x,, x2 = Individual sublot values n = Number of sublots i� Ali 4,�'•y�rry( ,a 1-51 r• ,'t ,�i7r t�t�:r F,�Lt Y�.�irhf a +�1 �=Li. �' .;t r t r( "�.: +• n1 t k if + :ra2, x2ecr�A�y .i,qi',c�' + V( ( 1? �`; if'S'4�i;•i' �r t M ,,«. p k , a .< . ii r +. .r _i '�i 4 J a > iYS ,{�$ ., 4 �} .k { t,� 4l ,�''it ib,, y,r cC:y [ i r�.. F .� jli. r.. j t { ii + Y `� �,t"y, .r y+�i (��v, s + y;�,}�•.+rt yY'r 3' .,�''{'»•t 4'rit J''t!'#t'?�+��y.Zr T �J ffi d y �71 p�S. .C. .,s k� ,�.�t� i._ zY ;y+' 1" '.t �Y Ii r!l.�s� 7��e 1 '�.'�j7I '!'dj����t`ra,�r �' ? *.., wsrl�;Yls•� P+ a`��i.`Y U��f Y ti��.i:f � �r.f+�� s.fa i<7;}.�{r v(}r .t..if a ri«^�+,i�'ra`i r�t�'�4�i�'q'!�t7 ".��'�'y G���,� i. r" ��'? �y fin±�.'n .e�'`�' @ 7r.+ x t z 9 .r• , t z' x„ e a s.{� S '3i s y, r "�,'�rcK;� .�t}��.�5.,, i.ilrE�;r�., ' 4. .'✓,��, ..�r i cti 0. ifiir �Sj�i,. r �_ rt. r. k� 7s.� If i r � Ale, .ihi 4{� '! t� 4i .. , `1, .. � .Its,. ��, � '•V,�. ^t .,�....-,•, 9��+�w�`�, `5 . � �??,�fp�"!y"n 9 i�p �`� ,� �'n't�.;� '�q`y ,�y1,'tr�t ;}�}��t4yi�r�,." rnti ��u.„�nl t�tx�1i���y+�ji �'i(. � � I � }i n e. Find the standard deviation Sn by use of the following formula: Sn ° [(d12 + d22 + d32 . . .dn2) / n-1] 1/2 Where: S. = standard deviation of the number of sublot values in the set 9 dl, d2 = deviations of the individual sublot values X,, X2 . , . from the average value X that is d, _ (x, - X), d2 = (x2 - X), . . . d„ _ (xn - X) n = number of sublots f. For single sided specification limits (i.e., L only), compare the Lower Quality Index QL by.use of the following formula: QL = (X - L) / Sn r Where: r L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with Q„ using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (i.e.,L and U),compute the Quality Indexes QL and Qu by use of the following formulas: QL = (X - L) / Sn and Qu = (U - X) / Sn Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper(U)tolerance limits (PWL)by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 10R Where: PL = percent within lower specification limit Pu = percent within upper specification limit ,c 1-52 {, VA IM BE IM I rir: l ,V "Nyj 2;y e .a '�, ;�i°i.� tt y ice' Fr rrll.ayYY•'a 7iY.,:ij, �� +s a'�vrw+. r. t �. ++p 1 hrf �'r.'f• ,�dF. e'. Eli NV Znl1 �'ri " ��• 1 .7(' nrrp. ,cg, s! t� :.c r i, 2'7� .� r ,{a iY • • • • � 1 II • 1 kf Y I •+ :. f 7 �i 'e t ` • r; I `C. �•1: • 1 • � 1 • ,5•(r yfi t� i S a_; r' • 1.'sT '1:' y ik: • :'A • r , fTM y^h � a'4' r ''!�"`' � 1,Fri .�t rro• i � v/ ,'•rz'y 5 .�+� r'`*z°,i r.ti '' i y. tt.4Sfi�! ir ', ���w7 tI y aC �d. b�i dtrn 1Nr:a;` . .r ` ° rynV, �Y�.ii' y Y }tt � p)� f1 b![{ r' �a fi1.+r 5 ti:y�'r � tai;�'.!{�1 ,',n`,�, r'.l O,, tt'+y3}. �' 3 Yi, + '!,•: ;; .a£:! ,J,^n, •! 4 tI �; t;rr;..r,l«` ,r,;y;� _,,., .} .L. ,i;_t r+�i nr:tiK3 ..fit,Jri~! 9 i. � � .JLI. r + k `..^>'. '•, �' �;5 .qtr•} tS, r rz, �(..5 1 Ft v ••,lActir y.t„i 6� 51,.5. xS•!'.k SKSd �t i„ 'S? '! �:r } '+'�( ! � ..f:.)JJ'4,,rrpp'��r'.t t{'�" r N I 1 :l i 3' J t iT .''J r,, .(r�^i y�.. �.•'{.'3' �i.` N��-';'P �4 t t ��l'�S•r.Yi4{5t. V'v��+�,'R?:�4 f it i�R..Y�yt ,+fil'i r".7} }/1✓:�� !n! I. '•T�Vni a�+�'c`fi fir. r j{try. ttr fail.Ct tir r. k t rit. " { y t":r ralr`-i•."sP;'f":� >?N.fz4h..��.,�: .7�`,f' itir,Sp�Y� �y r �,! ..p. j .} `S .tt ..�S h� ,.;r7,1"�..,dob,•:Atxz:i.T :. M+ � R i.• fk.. �y },r';A..Iai4.vy�.�;42R;wt :r:a;.,•tit�4:5 c;i t {1.,, 1 i3' �4 •fit:u:a ,µ'•,t{t, to '•i5 I<f,••�. �Y �� �t'� r�- tt �. �.,�4'y ai 9�u. � .'„`•'ro,''�; { .r i t• .c.t f t �.t° ;,l,f ny,t" .!5 +i r t, n i t fi b r �.n v h i.y, A> ?� r.t zr�+'irric'• ',r,.�a s• ,ni.,p kik... t}[.,7;r�.. ,mot.-"t` '.,t°:. N`�M �, n. ,+, ,t•LF;e'':7,•,00.fny yL;Yr,N�>• Grp<<i'tii'J'gtjia 14.d7+.r,p. R�S �'4 a• i,•`Ui�. �r} �y',�"'gt �,5�t' iC,��+/fx� jyy.ii`�^li,,,ih.,.,l,•gq'•Z•d�!k? r4 �,d iyr9." � .Y t. �. •t��.�. z ..�. { .t• .try„}�°�cik tr.. v�� I k;c*1,� "'''+is .� �.1�' .�,'�• •a r° r t .:,r,. 5 .+. ,:} {,,:�,xtk�;+�r.t;itxi:9>,t t�;�,,;,,a.r�,�,�+ rY�r,l.���# w� t• _, ...5 � .;�t='Kis� r, 3?�-t:§!k;..ti...;,. .�2n ti� J + ;:�: ! r rl. y ! > '!r,{`^r:}I; k1�,,��,t.r,}ar.ggS..;z l.tw.,, a� �.�iti,h .<4xs: ��' r��” ! ^s' ptii�{' >,"�. '�1�j��w.. ,t �•..+t.r,,. S.t,.z:7.Si1,7. ? x.. .,`.i' .'�' r .s t=Jr) 3 �x, w'�F. � 5.�.�Fk��& � �y.i.�J,�s•�{�;�s`�tLY it P J,!U i�t +r i !}y op A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 n = 4. 2. Calculate average air voids for the lot. X = (XI + X2 + X3 + . . .xn) / n X = (5.00 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent density 3. Calculate the standard deviation S„ for the lot. Sn _ [(d,2 + d22 + d32 . . .dn2) / n-1] 1/2 Sn _ [((5.00 - 3.57)2 + (3.74 - 3.57)2 + (2.30 -3.57)2 + (3.25 - 3.57)2) / 4 - 11 to S„ = [(2.04 + 0.03 + 1.62 + 0.10) / 3] '/2 S„ = 1.12 4. Calculate.the Lower Quality Index QL for the lot. (L = 2.0) QL = (X - L) / S- QL = (3.57 = 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.40 and n = 4. PL = 97 6. Calculate the Upper Quality Index QU for the lot (U = 5.0) QU ' (U - X) / S. QU = (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.27 and n = 4. PU = 93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 };r (4'a� f .g� , :.i aY � xt. .! + l `• �� �+ � .�d zl ! 3 sr a aq 5�. d" Yz K DJ� iA fr jY` Y•lil A 7 ,t 4,+� ,..fin�y r1k :2y!.+9�1�xr�' *?iy :'+�.''c{',�kp},!;4i. ^r'i::�,!2�'S}.f. x q,� t• T °•M rll rl .ti. ri�r /:.,`, Y,k+l,,j:•�'4 .t �t 'r . P �+ l�t'0 Jr�,�� � I , r, �i ", '11 rb� J! i t+S.%.f��3;..4Y,..`n� ..f.r '.�c'i;(.Y1, F�,� Vr$✓ ,'�} '��1!'. L"', r �� { ' t'1•. `f •1 vTM}ipaY i •.•.•��rr S i 4. r =ti � F 4w rli'�)r•, '4 .1 t' 7' t' Ip� " y 'l17 k. 1' .,i.: I pi t}f::. 3;•,`< al,} .Gi't p'r� x` ,idYr, It ,.x 'rs•.".T'S;&r MI, hvt'I+.Y1,174M"4cxrq LM,..,.,.ly( k, ,f. iFI . .�.�� �t.'.�w`•:tl�i�';"�.''tiji::'f''yyyr.'�`�S yr ?3�"b W.+':} rf'",'f�i,r �, r,i. i^,� `i�: t 'f;rurC,{x,�i,),f.it5 1: •�.' t,,' .1Y, av .�/ y� :i� L .6•f�f 'ii.>>L''4•.•d:'%'{, t�k�?r�. ''n'•- �: •i�'k�'.?f �' s •y . ,,t• Ttt itT�3,, i i'"�, �t+,.c F4. a '•.;: n�.'t Fr. 1 � d t M? id ,�.k ,`'r.i•, �vt�#v.t=: f'... ,,�3.r}e u�l'• vrf ,Ft,•r u r i l .>•. t. ,�,r r.if x 'r 1 a;,s;.},y`'`ss9�,} :..31�.M"T�1 �..,e .i tf.+}:n �4t� ,ti,d ?'�:X'•P,ira,C')ir+Y-,{ ,Yr? }���!!�t1r�V".��+f•�.�rr� l/'K`�''' '�<S:R1va.4��.i It,•»• t '1 x :a i. 1i i o `talti't,,`,�„,4. 3t ff l,,xd�}+yj , ,�+,a ,t. ✓,.,,r,•r�, ,t i�'•"' '� 1 � . •L ,' .,Sr ^{' .rez ',t ,"yj ��• ;?t+.fiw ,fy; ,`,"i,4 t+1�r<S'tet:�;:;t r ft,�` td>,yt1 dine! a...,.'S:i,> x S,§,t;n,,��j,,,�, d.+34 ..r. '. .+.s 1 �} ;>f"T e% a, 'ot�.P 1 .;•e. �.',�: 'a ,; ,i z!�: f '� r ,Y4='; ,r."�'q 'r �i. iy 7l ,t,a ,ttr•3'y�.Z".t�'1.}t4.�Y7,,.'�•Y yl'.14+� ,;f,�f.�f ��. t ' ,;: i { -, ..�M r" }t ty fi �t'��l`4�'tf�' t 4�., )5,.t �, .ff ty:�l.x{ 'Y"t"t x�'Y.di' # �yirr3 �+i'V•, �^�r��d Y' .6iri�,L .,L.,.!i'4.3, +�T r' 7irF f .'.. i .i r. ., .,t t F`i"iu i1 S, t' = z F' 1 tt'• t T'. ` {,. .+.. ,. v'r`�h�t�•�� uY„'.�} ,;`fiat sr,..•�r,`t.�r,.� .T� l l A? r�. nc'r. +�'t.; {'S ��,y; .iSU:?9,�'`�,. 4r r' y, , x .F t `' c} xttJ�. 1 r .x�it v,. 'r•. � ' i..+. } � ,' t � .>• ��i�.'{..mkt ,yk � Cft e��k t�jt'gc A.i aN�t, rS�,Y:�4'j7t�' � .'t�� .�Ga.1.. ' f v t !t 1�'i , y s .�! ;y. � i.. d ,r '� f r ` t` "y� t t�t�� i i �3 r 4t '! ' S v• •.S .y. r. 1 l S tYr t'S f.. r.k, f C'ryv{�} if V ter 1K f l✓ J4r t. �,�� �f J + f � i, ``� �. i,+i�14 ,�_ef," 31 i, t,t� . rr.,ta.t , c ;r.,•.l '� i.,. i i r{r ,rl..,,rt�,t+ r. '' t J r r ., f: 'r 4`•':t, .R,', '1.�: r t'• ..r.'tf � ,ti Ti 7 ;,:r4.Kt.�,:'�t 4 !p n. :+ ��:,,{; .1yr r;{', :Y,?.'t }' , i.i' six ' i. t'. .. f'. r.�rT i T"` 1 ..'„� � .,. ?• !r �. 3, 'd I' +(yn� N ,n .iyxT t. tt~f .�' .hY a: ,.'y, i':z"/ j ';t �j a � .t 4 �. ..t ( i.:} :�k Y:.tiv��f1 ¢°S. Ya' •x,f`'u,�;L 'ri J SF�>,•k '�. �+2. '. i� rc :r„ i ,n, �'.� Si `• }T, .1 r .i 7k: :f. u'/ .r 'T e J"r.:•q`J,�fl l,�r'vay�tl nl. ik; 1 �' '��; N� S .>•�. .� M' JA.k. `b r �t' } (. .... t'�i,{Y4,{. 3F/1Y .rl�' i„f ti t ^011x"_^^..L1•t 1i�' 2� � .}� - 4t � 1 ;• ' yt `.r ':' Fr 7 y .,i.r:.a. . tti, t��{.�; � �! I� I'' �,'�� `' k{ '.'ty,'a t�f+y�•3T: t '�i�S4S yYF{' 1 j ss -i.. ( 3. ,+4. S�� .1'r :�.::. �i r elP4�'1} , ;C, �r'F�. t�� `� j.�7"Uy7r'�,,���d�3 k.t'• f T i 1 s . :', , ...> :.: {.4'4. STANDARD - P-401A/401B - AIRPORT VOLUME 2 - TABLE 1. - Table for Estimatina Percent of Lot Within Limits (PWL) Percent Within Positive Values of Q Limits (PWL), P L n=3 n=4 n=5 n=6 n=7 n=8 ; and P,, 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 cr MpTry'` 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 r< 96 1.1456 1.3800 1.4897 1,5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 ,tp" 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 ,. 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204i`' xi: 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643 �,.u'{,•;��' 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 :4s,E;. ,. ..., 81 0.9550 0.9300 0.9123 0.9025 0.8466 0.8928 ` • '��° 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 ' ' ;• a;;u < 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 . 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 - ;r 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 ;,•' 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 ^} 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 . 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 t�'..,.•c ,ty 62 0.4251 0.3600 0.3394 0.3295 0.3239 0.3203 , k?C'�• niT's 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 58 7 0.1855.0.2519 0.2100 0.1971 0.1911 0.187 F 57 h 56 0.2164 0.1800 0.1688 0.1636 0.1613 0.1592 ~ 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 {"? 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 x, 50 0.0 0.0 0.0 0.0 0.0 0.0 i �i 1-56 ,F'. ;jy�'��itd .� ��;f �,3yY;{•[s''�#'I.aJ c "� nz�y..'�,. .d xi'�{. .V'E`� b Fe tf •.-' `X 11s1't fi� `, 2' �, f`Y•+,.�>� z .� .tit r. } r z .�rs�' Y• Ga , S S #i;.. .{�j*+3' q �• �l�� 5J (1. r�y }�}i •tkr"n�W$'. ' �_5$. Y '(. .ait{" �y3' t �s 7 : �'�� .5.,�;. ,..',:,,: .. •r t!.: '' t{�}1°%1 s v : ?z t �r4t'sl}+ art sth+t?t �' •� x 5, .. i loll , y� �`.<•.'�v �"' �` �42 w"�ni&++w.nttiiu'ti'tam�7mimrw3,r�•s Mirnf:r��,..a»......__4_.t i. .,..-....it,Ir�Y..H y.xr STANDARD - P-401A/401B - AIRPORT VOLIUME 2 , i TABLE 1. CONT. Percent Qu) Within Negative Values of Q (Q, Limits pp4 a (PWL), P1, n=3 n=4 n=5 n=6 n=7 n=8 }a and „ P ` 49 -0.0363 -0.0300 -0.0281 -0.0272 '0.0267 -0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 / 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0792 #= 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 -0.1322 ; 44 -0.2164 -0.1800 -0.1686 -0.1636 -0.1607 -0.1592 xt` :.:. 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 a" 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 .u. ;n 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 38 -0.4 251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 C 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 pt 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4031 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 -0.4310 -0.4710 -0.4638 -0.4592 33 -0.5878 -0.5100 -0.4836 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 'x ; + r : 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454 tt`� f r ••'`� 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 28 0.7360 0.6600 -0.6316 -0.6176 -0.6095 -0.6044 . ' - 900 -0.6617 -0.6477 -0.6396 -0.6344 27 -0.7636 0.6 •.:, 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 ; ,t 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 =} 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583fi .. 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 „r, d 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 " :b{` 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.03991 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 { sl3it 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 r 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 9 -1.1089 -1.2300 -1.2863 -1.2860 -1.2964 -1.3032 :r 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 y�' t 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 ' 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 f 'flt} 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 ' 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 'f 1-57 wA, p•Yi•R^ t 4 t 5 );a �Nf^P"fT ,.TF i^^9^'t tti�,n•!t ! } ri v:. .�,�, yr r f."srr � • it '� �%."iFbv'y""'' S7 'r<<ir�� ,iL��"'""�t.Y r( t^ .51 t �tlT�,�R,!'Stl@!'R7ti}( 1�^*^^"' i•"' .�ri ,1 . J 'iai.xz j!!�lX� Se S a *, {�,ha l' V '�r t}* r. 4 i '' , .e j { 7 !ii ti 5 J� urk;a}.,•'+ _ �+,.�tt,•. f 2d� a i`i� ,1 t i � .� x � � tt 1 s.)s s p ���,t3,'�'f'�!„�,.id{Nn ;,_. r •,?J'r1i .,, t t J �"�� •v `�`�t�G`p`���iS ,.T�Fi {A� � t �l .h d t r .t r�t i .1 1. r f , kv..i. s rt�/newt 4:� ` i� �r 4� � s; S��I�w`a. �gPgdil 1�3'ty r,,'��p .� t ��°'tt^ r) it.,� ✓ 6.;,� 1 f{I f t . 4 } r t A� b t as r,�� �1� A�� � ' .r � f �; c ,�'r..t1c ��rt^�7,tti r< ,� SY�r Cr11 Y�'(Y. S n �' 1 ��tl�. �?tiS,� t t (.ff i .��,t ;.1��g�i�F',/�tJi k�FK';jF±rt�°�..� l•y " �t ��'e ,,.�4.,k{��i1� ( ,x: �,. r�. , ; i ;.,� ; a S �,- sf ,}, Its+ �r•� °` ,Ail S, .ne. fib.. q�� t!' .7 f i• ! +. .'i .. i }C r Yr .1 ` i t'�,r7. ��, �•' 1 a i ��'.�. ''fp�;,,SS.' 4j bf .rtf5 td Y.,Y�,it�la;k t l k k t}'� " r�k: " +t f 1>t k r s i t i•r.�y`�`«.'•�t�i rF 'b�'i �"'4C' "'�•� b �ii..' r• .a ?� `Cr x;'i.��,7i Lk'�+'-Y�.yj':� y b `f 1�r��t [ r�, ! It ;1•�,� +S �r� r i}'} 34�„a (its 1. !F 1 r�r ^':aj �`•`'y+4d w$.r' 1 :'�' i} "t,x.Ltt�ni't t�t �'''4 `h..� l,T,.. � .¢, t7•e4. t� 1 �. t 4 �� }. i.4 y Fe of �+�?�tt:; '}'1 '•,�#Y"��""t f7�l;+'j; �+C.r. '�`1 F;,t, � �rrt. t a �,, ., y �,. r. ., •Y; : r :..r, .�j.;< f ; .ro. , ..0 t .� i `t .i .1,�•.AS t��rt..;"t,Y� d.8t'7CtN,. .�'7� i`. pta, .K L 4 N,rcC� d* .. r'�'�, ., y+i L n r � •r�t.1 "�t Vii. ��}{{ . � y�}i {�'+�r t h wk, ... �i .,� .g :•J4 f .� :l...0}�r ,th ,i"a ��,FSS �`�F`4,,,..l!.,�,r.e°5F3�4����yiti�l �7 .. �_ sc.,. s... ... :. '' !. :,:,.5' ,xt��TSr't ; SS�R, ..S .r_.• { lT'RjJ 1 4 t F k..,eaz�.�4valPe{d b.'�"4•�. � �fSy py,,f{4�i n7'1'}47a t i,. r ; � j t.., r) .. �7` { .. t. 4 �y�,'�'•lT n �'n.;.z�'3.". y:�'� +. 1r 5,° M1�: �, ..i.. 1° 't. .r + t.. ;. ..,. t .t< r � � ' }.i'ee K"+tr� �^� �'� yu y.�.n. � �^ ;m*d`A4+�7'c6f4+d}�l uati4»,..t�.....::7.._...u......M..�w"...c•a»aiHq� ... i�f:4&�. y SEC'T'ION 2 t Fe. 7 GENERAL CONDITT'IONS I CD 4;. >. 2.1 WAGE AND LABOR REQUIREMENTS. 2.1.1 ]Federal Aviation Administration Requirements. a. Airport Improvement Program. The work in this contract is included in State :.: Block Grant Project No.AIR 935-40B which is being undertaken and accomplished`by the Owner in accordance with the terms and conditions of a grant agreement between the Owner and the A ?' Missouri Highway and Transportation Department (MHTD), and subject to regulation by the f, United States, under the Airport Improvement Act of 1982, as art�ended by the Airport and N }< Aftway Safety and Capacity Expansion Act of 1987, pursuant to which the United States has agreed to a a certain percentage of the costs of the project that are determined to be allowable Sr pay P g p l project costs under that Act. The United States is not a party to this contract and no reference l in this contract to the MHTD or any representative thereof, or to any rights granted to the rt _..`•.r. MHTD or any representative thereof, or the United States by the contract makes the United `t States a party to this contract. •r b. Consent of Assignment The Contractor shall obtain the prior written consent of the Owner to any proposed assignment of any interest in or part o 's contract. C. Convict Labor. No convict labor may be employed under this contract. r;a;w; <..• : . d. Veterans Preference. In the employment of labor (except in executive,' administrative,and supervisory positions),preference shall be given to qualified individuals who . ' have served in the military service of the United States (as defined in Section 101(1) of the Soldiers' and Sailors' Civil Relief Act of 1940 (50 U.S.C. App. 501) and have been honorably discharged from the service, except that preference may be given only where that labor is available locally and is qualified to perform the work to which the employment relates. e. Withholding: Sponsor from Contractor. Whether or not payments or advances " to the Owner are withheld or suspended by the MHTD, the Owner may withhold or cause tosr:. ? be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any ' subcontractor on the work the full amount of wages required by this contract. Y f. Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the Owner may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the {r violations cease. E g. MHTD Inspection and Review. The Contractor shall allow any authorized representative of the MHTD to inspect and review any work or materials used in the .C. . performance of this contract. 4` h. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions ± . contained in paragraphs a., c., d., e., f. and g., and also a clause requiring the subcontractors to a include these provisions in any lower tier subcontracts which they may enter into,together with ; a clause requiring this insertion in any further subcontracts that may in turn be made. 2-1 ;� •t i'h�'+,,;1<xt; "tti se' .�e.'i2y�r H,�.:f1,�1 r..•�.—•[ �. n .*...=w�wv t i 't rvt' ''%��l,{i'''.s`:) b .a ��;�'w"}.i!z i�'K�s�,'y r i �����t{{+ `t• .s U r l ? � r � C. �t t t < r. ) !4 aIc 7L+1?"!'�*�.��a �p;�c � t � r �.� F !� ��•dt', �'�T'�t4�P�' 'StT i r .i { rr. FS .t ) F � i F ..y! t5s.-.i .�� 1r;t •i l= a ",� "K { 7 }� r,41u9-i3Myfi;l'f .,�r iR�•�� kr 9� Y5 g, ��� t r �i r � dt i ,fF�' i �l 7-.: " 1F Zt t ;,rr�b,1,i+ .ti 1 31. 1.t^C }:F,�s')�y��! t ,�,��.•��C t tr}.mSY, f lit ih'� .���6 F�,~t�i`i.)), S tf���'s�yrf JE r F��` �'"3,�'f' q t� r r•�f t�:w}7 S+�'�r�.� )�Y:��� 3}'�% ,.. .).,r,�1'?i...3rd �1s�a:•�''"*, :)� .�''�c t".iF iq iyT...t $�� YA��C�ti�}.'aL��`�.n};ra` � j f ri44 t�'.7..,'.?. J..,d�4' rAi sSF± .f t t'i. f Cr ��•:'�.�J;..•: :7' t�1 t f:•�' g U. �r r i =a n c r F' xe9y, ` �'i° 5.7 !`fir e 5n)anti s U..yGa -. r > ; 454 r .tY�Y' =w'rtal'';� w•ttfi r4:?S#. St. Yj;; V�4f �'nfi �•. � �'�„ =t.�#. •i�d �.tn{� {�� �a �J r n4 r tiF 7. �4�,t,2 `� 2.� ! pFi.;.. �r ,�_ i taz. �r..J.i cy4S � •� � ':✓ vk 4 ;f/'1 �r...� ,L y Slu �r r h'A1'r�? r� '1� 1 t�' '4:�pS'^hs( rt.,i �'�r.,j�z�l '¢ 3�. if��t F4.,•} f 1- 4 .�). j t ��:' ��zj:s.'7} $. Y 4 �F � .. axf i" - .�._ d�,t c r'updS C ZDi[��^r t k' ` � r kAA!• ) 1 17 X! � '' .21 ��' s F Via, Y�. '1�.?..•�'...'A An'.la.....t.+...+..+.......� ..�a,U..y;;,iye+wt.` .v�.��'!��...+.uw.,j•...:ciwns:v�al�'uwSkN�rEfY44rtNti' `.r.Sl.,,.,..`1A,tRP �` Vi i. Contract Termination. A breach of paragraphs f., g., and h. may be grounds for f. termination of the contract. 2.1.2 Davis Bacon Reauirements - 29 CFR Part 5 a. Minimum Wages. (1) All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFk Part 3)], the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor, which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits wider Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph a.(7) of thi s section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly)under plans,funds or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage • determination for the classification of work actually performed without regard to skill, except as provided in paragraph d. Laborers or mechanics performing work in more than one classification maybe compensated at the rate specified for each classification for the time actually worked therein,provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any N M, additional classification and wage rates conformed under paragraph a.(2)of thi s section)and the Davis-Bacon poster (WH-1 21) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (2) Classification (a) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and Izsb (ii) The classification is utilized in the area by the construction industry, and (iii) The proposed wage rate, including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits when appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. 2-2 _111 mvw ­1 wplR ww X, 1�� &1i g ,NO , .......... A1.'i ' )t-,..�..�,.v..,.. ... .. •+�'.-.- .. __-. .T .. wR e"."�y�-W 'P'T�tti'� ' P. ;` _..,.....w.A,...:..+rAe+:�+:s+X!1V11:#j71r.4"N�!...":f9[.,�`r."x. ,..'4r: ,. ....,., r,- .c„h .: «..»..,"' f'�' f. ..; ....?e�., p',..�^��•tali,�.'�'tkS"i9F;�'a!�"Rdy'...tr�;, �a y . Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative,will approve,modify,or disapprove every additional classification action within : ' 30 days of receipt and so advise the contracting officer, or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) v ` { (c) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the f'' proposed classification and wage rate (including the amount designated for fringe benefits, , where appropriate), the contracting officer shall refer the questions, including the views of all - interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting "a officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (2), 3 or 4 of this paragraph, shall be aid to all ( ) ( ) P workers performing work in the classification under this contract from the first day on which work is performed in the classification. (3) Whenever the minimum wage rate prescribed in the contract for a class of ��' '�' =� laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (4) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of an costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the Contractor/that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) r 44 b. Withholding. The MHTD shall have its own action or upon written request of an `t ;{r x.: authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same p rime Contractor, or `x', '{gr; ``' a, any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime Contractor, so much of the accrued payments or advances as may be4: considered necessary to pay laborers and mechanics,including apprentices,trainees,and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper employed or working on the site of the work all or art of the wages required p g q by the contract, the F.A.A. may, after written notice to the sponsor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until '; ; such violations have ceased. Ti c. Payrolls and Basic Records. (1) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three(3) years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the t` 2-3 w� 4. A S NT7 ^s �tt7 7 � f r ?;}, �•'7 14441.e.4(a ! �';�'`l. F7 L#'f �'' { � { f;Ai±,'�13 y�r�A' r s'r "{ a�'`A ��ni'hrv�i:�.+�n rti?x�' � {•�},.�. 5{ � t. �.,`, � J�if�'"r 1.. �itT' {�" s t i.���'����*�`':h,��j c�'�,'�+t J s )`C 7� '4Y.tf! � ` •�.� �,`t`yr! !;r t '°3i���}L ,k S t �• g., �y 4},��s�#�r �+�'"��:� �yv� I�e , t ''d r� tit`., • :�.�.��y,.�y��v.. ,y �..,� '{ }�,�.�� �{ .: f .i,..Y..i..,�...::.11.�.q..�•tc,,.�: :i W;VIffgl.l�Y�t"3,{�',�,.i 3..t�`..Y:?r.YS Ti�F'S'r"W;'}UMtM!11!!)NbHt•3,i...:i.:.....tttsr..:..+�w.nwvnw , .orb SWvl t name, address, and social security number of each such ibutions or costs anticipated for bona f de T• #' hourly rates of wages paid (including rates of con 2 B of the fringe benefits or cash equivalents thereof ber of hourssworkedn deducttonsnm d)e and actual Davis-Bacon Act), daily and we nu es aid. Whenever the Secretary of Labor has found under 2,1.2•x•(7) of nabls anticipated t hn wag p _ wages of any laborer or mechanic include the amount of any costs reaso y providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor. shall maintain records which show that trescommitment ons b1 nand that the plan or ' benefits is enforceable, that the plan or program is financially p , program has been communicated in writing to the laborers or mechanics affected, and records � which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written ,.� evidence of the registration of apprenticeship programs and certification of trainee programs,the 1 registration of the apprentices and trainees, and the ratios and wage rates prescribed in the g applicable programs. (Approved by the Office of Management and Budget under OMB contro •, x numbers 1215-0140 and 1215-0017.) ! ,t �l ;. 1 ` 4' + (2) Submissions. (a)The Contractor shall submit weekly for each week in which any contract :;•.;;' j performed a co of all payrolls to the sponsor for transmission to the MHTD. The work is perfor py + payrolls submitted shall set out accurately and completely all of the information required to be h maintained under 2.1.2.c.(1) above. This information may be submitted in any form desired. t be purchased from the Optional Form WH-347 is available for this purpose and may ' Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government �k `i D.C.20402. The prime Contractor is responsible for the submission �.;: . . Printing Office,Washington, of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215-0149.) Y Hied by a "Statement of 4' ': : (b) Each payroll submitted shall be accompa Y• Compliance", signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: O' 'col SI•., <: (i) That the payroll for the payroll period contains the information rtr 4"� required to be maintained under 2.1.2.c.(1) above and that such information is correct an � .,. r complete; a:i,17�_r• r:tit�.. 117N,Y�>1�•,��;". (ii) That each laborer or mechanic (including each helper, k} . ,;;•?3, apprentice, and trainee) employed on the contract during the payroll period has been paid the f fall weekly wages earned, without rebate, either directly or indirectly, and that no deductions l.. .: g " IN, have been made either directly or indirectly from the full wages earned, other than permissible {r i= rV ` deductions as set forth in Regulations, 29 CFR Part 3; �. t'. , Y' ,.,.. .�,�_�: (iii) That each laborer or mechanic has been paid not less than e '�'j..y.�;,;':`>•� applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. a • ,�, ,�, f"fir: l : (c) The weekly submission of a properly executed certification set forth ;(±! � on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph c.(3) of this section. -la Y 2-4 P 4,•x�tl q•. �ay���•, F �#i1,:{q �9nx 1 iI y iz F�.S�"IY £,t�y�'��i;;•(r a W.Man 9 �` ! { ., t;Ft t'e t .5 t T"•.tYA 1 G'3 .l�yt'y"' :mot '`'r' 1'Y•:;4}' `tr•`.',ru3:. '. ! i" tt pt'�s�u?}�.ya+•ty1r. {'' r �otK r�. tr"•b.tiyr:tt}.: } ,5� .; e 1. :n{ �� i ' Y � r,;i } + � 4 j ,t, r ,lt i `'t?11 iJVU.1`l.0 lit{•Z k{Cii`#f- •� ! t'a t t�` ,,•i �,i< 4 1•, ( q z hyi } r r , G r e'. T ..j,`S o d' � : y 4'r°A Qr ,�����°�y45j!v :.rn ` t .r t r7 J. ' . ,H j �St r , :i 1, ' t tt , '{•���5�a�.��}I�:�;,jx�ri�',�t.�•�`:r°�rY�Y :yr �, J i����•' '�� ,1 1 } f t f r } ! t. T 1 I t K ��r ��,a .''t t o [y�f k y t t l�l YF��. r �! 't"". .'s'�1•'.w i�.��S lL�y ,,�r i�, ., 3' y .t, 5 F r 3 t r `r� t 1? � t �'^",'. '� ^� ,lt,'(4 n�ue ���f.ti�� Sa..,yruY� t i, � ��+�..;,4 r r r, ,''� s ' iI. r airy t«,i,;, '� { ;�7Ji'•� �; ,t (,� '2�5y t � ,,�{:,, y+ry�,4,�_�:•f� }�t: ^{ .t.� }1. I �rl t1. 7 "{i� f�r +'.tr� +C Sn �b 3} r! f 1 �" '� ' ?. ,R"� x1�7 dr:1F{'d•�,}M�f��tsrt..J7;�3�fi p�w,� 1;r�',^ir�' It.''". ? y 7! r� ' :zar+s4, ,,t7 y�,� :•i �. ` •. '1r'' T'lS {y�r a3t ,,�p 9 ,r1?i.;3�k� 4'` 't7Tr '+>i, t,.r.p' :{ r,$`{,� 41a' ,�y�,���(('" . : �y�i`,. ''.i;i,'�S',m�xl,, :rY• M' . +��F"r` .rY.,� .��#�t }?�s'ar{�' r'� �r 1yt^� X" p r.P�•A P�'i r lydt 7r°!.:��'r t �ltt i�x'rr`:�i'�t' t• 7���'t y�a d'4dyn r i�'. .✓.� '4�s:zL'iYA�i,�,'-. �^�E,S,,.r�.�`r'�i c y�y�Ll�117`t 'r"1?t,;1p4 5.t k S✓.p.{;uY,;�,,r�x%'" rk� �q t �rj'f.{t +t t is ,t�����1 i�'�!` �4�.sY1� ` � �t� $¢i�y r,#1F �3},�! � tylnr<`r7 s: i. r�t(;y ys �r 1Jf +'},•� 1S4ff?.''.�� t ;�t�'�� Yr� i'S7s CiV �k+it 1� .':�z any y�� �.. �t?1°;,� �,4�..,�z�;x'.�f4 �)��l�fn6 T�A�r rct't;{+et� ,�,�cL� nS �'ytjt' -�'',��a SL '"r•,,;� '��r "r4c�'i✓ta �i�'',. wtfA,?'. a *.r � '# .��,u., � ti sjn J�"��t'�':,�kl k•�a ;� a ym�'7 Y'f}`1 "t'S Jt h �x YY'• U. :It. !z h�� ������ � 7 'a.,�'��� ',�; f Ayes 1,! �} ,,i, !�� ',1•Al. �' *, 1 .,.,r ' us.�r'p^�'°�" v�' Nfyr^^�j^�..`+".+`�sw•'�'.+^^q V,�.tY. t..9 ' ��VAWN 'Q'$7Yi7.-kN?.rt;`.tA'lFs�.+..u•.. ,.._.,..w,.t...u.r�.#'.. .r,h..�.xe.o.wt.4,,,wuS.......,......_.._......w. .......... ...,h',a:�i�.�",.<.;tl`z�..��°�5:�.},'�{�:.I3:'.'t:`7�`...�,1� ";'�: ,,j 1•�{*.. L 1 (d) The falsification of any of the above certifications may subject the ; :., •, Contractor or subcontractor to civil or criminal prosecution under Section. 1001 of Title 18 and Section 231 of Title 31 of the United States Code. ' p.Y (3) The Contractor or subcontractor shall make the records required under ,� •\^f. paragraph c.(1) of this section available for inspection, copying or transcription by authorized representatives of the MHTD or the Department of Labor, and shall permit such representatives 's to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, MHTD may, after written notice to the sponsor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. .Furthermore, failure to submit the required records '`~ upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. d. Apprentices and Trainees. (1) Apprentices will be permitted to work at less than the predetermined rate „ for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, :.,.. Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the jobsite in any craft classification shall not be greater than the ratio permitted to the ' Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the jobsite in excess of the ratio permitted under the registered program shall be paid not less than ' the applicable wage rate on the wage determination for the work actually performed. Where V � { { It a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program for the 1 apprentice's level of progress,expressed as a percentage of the journeymen hourly ratespecified ry in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in t>. accordance with that determination. In the event the Bureau of Apprenticeship and Training, QY " .: PP P g� or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program,the Contractor will no longer be permitted to utilize apprentices at less -----:��.,;.��'`" than the applicable predetermined rate for the work performed until an acceptable program is A approved. O2 Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted .a ,G to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the jobsite shall not be greater than permitted under the plan approved by the Employment and Training Administration. Eve �•'� ry r{ 2-5 •5T. 4�,vc ty FF t�. .�i,� ;� M rs ��Y 1 y,l Y» r y A• t*5 V5 t i r{V �'� [r �}� a T f'` ,�04•. �� .at�. ��� �, ,�.sj! �� gig: iF ✓,.F. � .. `ti' ��{s:�� � � r��; t l t /' s- a trainee must be paid at not less than the rate specified in the approved program for the trainee's ,. w level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions on the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless 00111 the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination # which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by \ the Employment and Training Administration shall be paid not less than the applicable wage. ,a rate on the wage determination for the classification of work actually performed. In,addition, any trainee performing work on the jobsite in excess of the ratio permitted under the registered ' program shall be paid not less than the applicable wage rate on the wage determination for the "r work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable redetermined rate of work performed until an acceptable program is approved. f"; . r (3) Equal Employment Opportunity. The unitization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employments opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. ' e. ComRliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in paragraphs 2.1.2.a. through 2.1.2.l. of this contract and such other clauses k'.;. as the MHTD may by appropriate instructions require, and also a clause requiring the zrs'€ :;, z{pA=`�''AAM subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor 'z .: shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. g. Contract Termination: Debarment. A breach of the contract clauses in paragraphs '. 2.1.2.a. through 2.1.2.j. of this section, and 2.1.3.a. through 2.1.3-e. of the next section of this contract may be grounds for termination of the contract, and for debarment as a Contractor and a subcontractor as provided in 29 CFR 5.12. t' h. Compliance with Davis-Bacon and Related Act Requirements. All rulings and ' ?` interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by reference in this contract. i. Disputes Concerning Labor Standards. Disputes arising out of the labor standards .': provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor ? ` set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. FFF j. Certification of Elieibility. ;fix .:'.. (1)By entering into this contract, the Contractor certifies that neither it (nor he or F� :a she) nor any person or firm who has an interest in the Contractor's firm is a person or firm 2-6 tx r� a • r +d� {. �".�.N',(Ity�i` ,'i1 f ; , ., ' ;t ., ;s c } ' s ' ru{1 F .r Svi .`k' 111}�;�.�;iafy+rt�?e1 �. f�f�V�'� "7itL y ' f�� �c'�n J� ,Jnv sir, a«t .i�. j�r rpi 1..5 a)KM �r 7'�ii+{�a}, t5 yt p t 1{ d i�r �. ti f sF X�f t�z tf 95,� '� h �� - •.�. t'� 9�Jt'�*�T @�''�; ,+ dzt�>• t�,,��;��? 5�y4� � a+'��s'� �h }'� �� �{�"���� ' 11 r S lyr a� ttv����s ��r ��t ;� � `� a s;.fr�•t°•4`a ''t 1 P l��';i%4 t :�y '>: .s S t v., Er�4.,,YS✓,1*"f,�`^.' � � ,T�};� Y , ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). a (2) No part of this contract shall be subcontracted to any person or firm ineligible i.. 1 for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR r aX 5.12(a)(1). T . (3) The penalty for making false statements is prescribed in the U.S. Criminal _.• Code, 18 U.S.C. 1001. 2.1.3 Contract Workhours and Safety Standards Act Requirements - 29 CFR Part 5 .J a. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek, whichever is g reater. ;•ifi 5t'y b. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph k., the Contractor and any subcontractor rllF'.Ip tt responsible therefor shall be liable for the unpaid wages. In addition, such contractor and V subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph k. in the sum of$10.00 for each calendar day or which such individual was required or permitted to work in j excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph a. above.">�'-.:`r�:�";, '" C. Withholding for Unpaid Wages and Liquidated Damages. The F.A.A. shall upon f i its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with r the same prime Contractor, or any other Federally-assisted contract subject to the Contract Work ''`' Hours and Safety Standards Act which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for r r unpaid wages and liquidated damages as provided in the clause set forth in paragraph b.above. vrw'' d. Subcontracts. The Contractor or subcontractor shall insert in subcontracts the clauses set forth in paragraphs a. through d. and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsibleaJ: !; a for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs a. through d. >, e. Working Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or 'under working conditions that are unsanitary, hazardous or dangerous to his health or safety as • determined under construction safety and health standards (29 CFR Part 1926) issued by the ° Department of Labor. 2.1.4. Veteran's Preference In the employment of labor (except in executive,administrative and ;Jt supervisory positions), preference shall be given to veterans of the Vietnam era and disabled Af ± 2-7f u'Sri' i IT .� ��,w'i(r 4 �r Fi{r J ?€`�.• . • " ' i r}t� �� a�g f,x (Y',l�i� i:�...t3 '( ?.�{.: $'r'a�t,E'i5 j 'ir • •- . 6�� t� �`+'LK,gi {p '�: .i .>J} �t.vs tE�e rR�..5 . . <a,r,.,,, �, 1 .r� �'5`�114 �',• E.hk�.�7�. , it. _.i�' f�.f�7 t k x>•2 .Y." .M �•S nt,,. 4�, ? fyT �,' ... V ,,). —. R .. _ � /� ., fY, '4, •6' yTl1+5M,�'•^ A�4�:1yt� s r. '.nth h`u i• s '#•het.��y, �'�#-S�'t��'+4 g ; +� ` x i .Lxyt 5 yt„ � �r 7+'� .L�x !F'�•� � � 6� �'R ,fie sat r. . S- .^ d rr tr �: ..(". ` +`�` � 1 7P�'"'�.idibc:'�Qaim�,f�:.tc�:..G 3 ;..,«.*ti.1,.l+v:.Lc.:t.f.t._... W�,.._..._..i..+..,wn+art%;Sot"3i4�i�t.:1l���}�'�i�i�i�'�.'nt,`M•+PS':%`rX�`77T.a'+.+r�i...'». _._t.,�t ir�.,. #....�;w.,..4i,.ws,.xai:.�a;fa3:..,1.• i veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 2.2 EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS "> 2.2.1 Equal Employment Opportunity Clause-41 CFR P_a_rt 60-1.4(b). During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for semployment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer;recruitment or recruitment advertising;layoff or termination,rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post, in conspicuous places available to employees and applicants for employment, notices (to be provided) setting forth the provisions of this nondiscrimination clause. c $ up ' ; b. The Contractor will,in solicitations or advertisements for employees placed by or y. on behalf of the Contractor, state that all qualified applicants will receive consideration for Yr -�: r. employment without regard to race, color, religion, sex, or national origin. r. C. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice (to qp M%A be provided) advising the said labor union or workers' representatives of the Contractor's ; jl°aV''`F`7i F c commitments under this section, and shall post copies of the notice in conspicuous places =s;:55r> `Y: available to employees and applicants for employment. , t. ` ���x r �azti< ...., d. The Contractor will comply with all provisions of Executive Order 11246, as amended, of 24 September 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. x'. y;+ e. The Contractor will furnish all information and reports required by Executive •, ` . Order 11246, as amended, of 24 September 1965, and by rules, regulations, and orders of the .f ' Secretary of Labor,or pursuant thereto,and will permit access to his books,records and accounts t' 1t A by the F.A.A, and the Secretary of Labor for purposes of investigation to ascertain compliance v` ' with such rules, regulations and orders. . f. In the event of the Contractor's noncompliance with the nondiscrimination clauses U '' this contract may be canceled a of this contract or with any of the said rules,regulations or orders, y •,�;, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for �. further government contracts or Federally-assisted construction contracts in accordance with procedures authorized in Executive Order 11246, as amended, of 24 September 1965, and such :} other sanctions may be imposed and remedies invoked as provided in Executive Order 11246, t` as amended, of 24 September 1965, or by rule,regulation, or order of the Secretary of Labor, or ,y. as otherwise provided by law. ' g. The Contractor will include the portion of the sentence immediately preceding , ,.. paragraph a. and the provisions of paragraphs a. through g. in every subcontract or purchase ;3 order unless exempted by miles, regulations,or orders of the Secretary of Labor issued pursuant s , to section 204 of Executive Order 11246, as amended, of 24 September 1965, so that such ' provisions will be binding upon each subcontractor or vendor. The Contractor will take such • action with respect to any subcontract or purchase order as the F.A.A. may direct as a means `" r 2-8 ri'i• vj s Tf _'•'""i"r"r>,IwRAP'Ri1A�"w.^^"'p".'�+�:'S�.>�t i 4 s}�,rf t+;n`;'�° ( {Pa �t°r� 1 J 1 r •'s f r: 7h { ,.,,1 iJt r d i r't .j 1^G,t ;P�'I S�`f j it�.' • �wY.. �('p•!*.r€l.f.�!�,d t �.3 ,` r t. ,. x i r C i ¢ i t �.� � 'w~..;, a l.s�fy;.",Nf r'i/�{><CIS�' qtr Z C :.t,Yu i �.. � ' ! + y r t �r s. .1 "'� I�riy '.�`� i•"r, '�` ,j'� t•ac '� 'ryx�2 F�`}tsif'�Yif.r;a�.. 7u ."� 7Yt i' •r . ,� t€t. r.. ( pi ' 1 t:}+1! tj;�.t ��'ttr';:��F.rthtt`�y;=l f1"? °y,fr�• ",�• ttS1G r"/ 3�'. kr 4 ,"I s .{}vs •rinY'? �RN �s! ;1;,' i `�' �*€ .r } i�zs �,,•ssr�y,y W f .+ to f` z'.,� r � ;4r. :r } � u S�}.. s�'4Yw`.?i.� �.� '' ,`��'€t`;��J •�1+:E`s#,fir. ••€; 4 SAJr yr �. is j � !<' i`" t t' ' ,'<. r+s X '" aS'� 3�.7' � �ir�""{'}�.,s 'f� ��:•: Y ���t t�z'5�,..,x. .,t'la ��+'i�bi. '.S,/e r�� ;(".I7 fir,%is i4 :rl is's d� + '.a�,,,;d,',1jt�.{r:. t t'Ir';..rt,-�` r i t, ts ti1 rrT i^sf�r3�+G'�r�.�i� #•F��i -S Y r' ) } 4y ef. �. 5'a �,:,r k� r trJj�' _�7 t I ,,y. f. r j. ',r•:;< �1 'c�}[4;:;r1s LS k zr,(�c�t 'X` tA :rl ,!} Y [fgC rf ��'�'°};, (y,':�E,'�� .k'.l}1 ` .'(•.y f'f+�,%�'.. !:}1 �* '�'.,,�. � .)' I 1 t 1 tf.t: �\.GYi_v' r�:... 't 't r'' Y • 2. �j. } 4 „t`f� ..,�r,�.r f +.y«,;�,i;t�.:'r•"`�C• t(. !l. � .r, .r+;s���,; (.f }. 't .r', �j .s�„�.);(�,.,r�;,l!+,^'?i9;Si t”/a��tF�'>�7J���t•�,�' L`,Y °. �, ,� 'L s'jy•:e"' .,; ;r. *; .: 1. .. �'. t N,t •r4 n Y, kY5 h i � M1i 1 gLf °_. ;.;i..c..__........:� ':Y►.i' ,l.er" a:EMa'>t'& tf .M .. >t r' of enforcing such provisions, including sanctions for noncompliance; provided, however, than in the event a Contractor becomes involved in, or is threatened with, litigation with a ' subcontractor or vendor as a result of such direction by the F.A.A., the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2 Standard Federal Equal Emuloyment Opao� Construction Contract Specification "r — r (Executive Order 11246, as Amended) (41 CFR 60-4.3). ` a. As used in these specifications: (1) "Covered area" means the geographical area described in the solicitation w: from which this contract resulted; s rh (2) "Director"means Director,Office of Federal Contract Compliance Programs Y 1,�xr t (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; y 3 "Employer identification number"means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; " >xis eq- (4) "N inority" includes: ;;' v (a) Black-All persons having origins in any of the Black African racial groups not of Hispanic origin; " .n. (b) Hispanic - All persons of Mexican, Puerto Rican, Cuban, Central -', or South American, or other Spanish culture or origin, regardless of race; (c) Asian and Pacific Islander - All persons having origins in any of �, t •t the original people of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific ` Islands; and d American Indian or Alaskan Native - All persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations . through membership and participation or community identification. b. Whenever the Contractor or an subcontractor at an tier, subcontracts a portion Y Y P r �x• N r of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the A,li,Iz applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. :r C. If the Contractor is participating (pursuant to 42 CFR 60-4.5) in a Hometown Plan ., . approved by the U.S. Department of Labor in the covered area either individually or through an association,its affirmative action obligations on all work in the plan area (including goals and timetables)shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of an such Hometown Plan. Each Contractor or subcontractor participating in p y P P g - an approved plan is individually required to comply with its obligations under the EEO clause "a °=3 and to make a good faith effort to achieve each goal under the plan in each trade in which it has " employees. The overall good faith performance by other Contractors or subcontractors toward .11 ;. a goal in an approved plan does not excuse any covered Contractors or subcontractors failure to take good faith efforts to achieve the plan goals and timetables. 2-9 1-. is u 4 { �.'b;c'jtf 'V 2� , rS a, n•, T �I J C 7.. li SFei q�e 1 7 'T�si rl 1... s Jt r�r E.� sp t y t •,Mfi.� 5, t t" f�t k`t CSy Yt f I. ,..� 1�; t �A{. i t '.1 � 1 r 1 �,�� '�• 1 e .fii f°r hY �. 1r.�+t.d3 s.¢� r Ftf it 'yyd A� a �t sl it "•y��:+41 } yn }„?.ytl a7, is k��jt''x'. t`f�p a+�`+ r�`,'�5,x �:k.��� "��ad ti icF'rr{ 2gs'4��t�.a;,Xs ' 3t k rt r e 4�i rt�a't k�$ hj•dfS:t. �r .} ys�J .t � ,r r }a!1f b4.Y 31 U i x?{r .' J Lyri1.1w r1>t 1 'l�yt��+ cITa+ !s"ql r r r2 V ltr� :t t J r •�r ,�'�R'X1 +57 i t <, ,u f i {z..k t r xj.c Ell; Y� }tx, 1ti ui" �' i,p Y"`r4' 1 F� i�,t�,� r 1 ;tf ��ti r�Y,. t Sul.��rts�(�t}� rr4�Sf.r t�(�j`mF1;{��((!•`S.�f �ti.4 iv�'�,`�i tl+i{"F�i-1,}Trc t,'�: n�`. lw��Y^y�•Y}�3 4�A+..,�(��i^�)��;5}, +��t'',Z�it,`�l�.,,;.;'.r 8'•,1 r..Y: t tt,s*'tl;:�r.` b!;;.2�st3 a��;+fjj. r�,F•*e',e$f J'�#,'�,'a `1�V A,,S s1w,�^7 ;.+�'�°i t d��''s„:�,S 7x[�F't^'��..f�f qk 1}.J,y.�'r L`�S,`I 1.aS,��ra,�4 t tt��r v 1,+-{t t. �at�\etc..'.?t.c i:t�r r J,ti T I ws i,i'v F+`,t 4�y.1!,�Ys'�?i��ir,{t r.r i s.,�z s dlza•Y1 T}x�a;'`���:�i.,;Jf•"f�''4 t M-;..v}sk2c,F 4�'�v1.1;L�T r�'r:.r.� f .f R 15' S 4 i .4s rY3.q wIt ,�„ K,`+ dP ''"ko EGsi twr'n t ,,.:`Tf �•L'st � '. �r�: -rr Ft x r � )4d5 *1,f S�,st t .bs r t ry��. tr�u t{FTT st .lr+ nr.'tS t ,`{.t � � �?'' e .`4 .t. �!� r'� .;:13�.�. .t.. �l ,3., t�r r^"��k+ � � XF4 L t?"i'��� •{ x ,,pn?Y.w}i'K d• .1. .., ,tyr -, ay !.I.ti,^ }.,1{'t 4ei.,�,.[,' ,.1..� i t ,.+1 :•7 �"7 ii{``tt4��r. k} .u� tf��! 9Y ,� .'" � -d r` .'f tl ,' d• The Contractor shall implement the specific affirmative action P con standards provided in paragraphs g.(1) through (16) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization; the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered ' construction contractors performing construction work in a geographical area where they do not have a Federal or Federally-assisted construction contract shall apply the minority and female ;} goals established for the geographical area where the work is being performed. Goals area x: published periodically in the Federal Register in notice form, and such notices may be obtained at from any office of Federal Contract Compliance Programs office or from Federal procurement ' } contracting officers. The Contractor is expected to make substantially uniform progress toward it,,; goals in each craft during the period specified. e• Neither the provisions of any collective bargaining agreement nor the failure by •`r a union with whom the Contractor has a collective bargaining agreement to refer either hj minorities or women shall excuse the Contractor's obligations under these specifications, ,,. w , Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. n A f• In order for the nonworking training hours of apprentices and trainees to be . r �± counted in d' meeting the goals,such apprentices and trainees must be employed by the Contractor ',a, during the training period and the Contractor must have made a commitment to employ the �r apprentices and PP trainees at the completion of their training, subject to the availability of employment o pportunities. Trainees must be train ed pursuant to training pr gr ms approved v� by the U.S. Department of o a 1�c>;',�xx��:�: :. Labor. �;.��r '�,;tr, G g• The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve marrri' ximum results from its actions. The Contractor shall document these efforts fully .`, and shall implement affirmative ac 1 im leme ati lion steps at least as extensive as the following: Ensure and maintain a working environment free of harassment Arrrs intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, }mot ` F and other on-site supervisory personnel are aware of and carry out the Contractor's obli ation to maintain such a working environment, with specific attention to minority or femalexlr>% individuals working � f kin at such sites or g in such facilities. 2 < O Establish and maintain a current list of minority and female recruitmentx ., sources,provide written notification to minority and female recruitment sources to community H, maintain a record of the organizations' responses. organizations when the Contractor or its unions have employment opportunities available, and 't? (3) Maintain a current file of the names, addresses, and telephone numbers 3� of each minority and female off-the-street applicant and minority or female referral from a unioi a recruitment source, or community organization, and of what action was taken with respect to x each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,if referred,not employed by the Contr this shall be documented in the file with the reason therefor along with whatever actor, actions the Contractor may have taken. additionalt,. (4) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the 2-10 ;: � l '}�,��r�.��,�'4���ft�♦h„%rr 3 •a. L�������jd{{,"� a,rt r ,r•Lr.��a; a f,e .. . "'' :,..t :i, ..r<",. �°� `'zxk•, C #• � _�f� '� fi�a3' :T`/ ,�iSa t s" S 4ili r rr` 'l, t„ 4 t+ r r C *'Sl«, ,r" •r r ��'' �;tfi S s�}R"�'v,'a�h` ryry r.-XF� t , � .r r., 3 �,3�,k>:'• t F � ��,"j� y. �;'Ya .r Y .��55 !t W{ J4 l' it Y YE.,a G dt i'33•Tit>� .���}. ��" ;Y : j'}i♦1' z k f t t'e �. t�I t t1 a 1 t < .rt. ., rt: r, £1' t sir;4�x•t 5't Y 1tk S' �4n,t�. ! Sir>h ,?,o-� l iY?d :9, ..r .� r , - C r r rya {✓ rni. ',' 1 txft` e I` .a i 1 rt4'r to t v f � at' ' .,t '#r gym, ,� z,p,•r}ith'�£ `.� •��t fb t-4:, y ��+a .{� �a}.,�,�ft?"}}4tf Ya,,. `} t� 'r� 9t '#.t,�+tr, at t1rh,., 7,�aS. r.. �.�t,5� t. ct, ,. ra„dr~<.•-p^'.�{u .1. t$r f ,J'': =J;�+Lr.,S •'i � r�+ 1 3 �. �'' , i:N'�f,f�bt 1,, :"::AY t1L +i•.� 4 tr I r 1e } y.{r�, ,ry 3t .Y.( r ' ,..•�7!`; . #gi 1♦;^fY'��).3�'�4.. `Y t 'iW LrPr! rF {f tf§.Xlh.j'YN�,fY` f�1Y 7.p. ti.r' V�, � , v:�K.v�•1. Fi;jy;".t� 'gl( �r,�, u•�. ��aJ'iu! .�;,ir' S',,1� r ..t ,v i � t r<`.i.22 r.i� a :w r f r 11 , tf l�r^•L„ 1'," l' 1,. :�-{ Yi�t' 4 ) ,r k-•� .><°��r1,Y�,�+t t2�`':t{�°•��� .J r�tP,+r �. tip i}'�Sit.��;J,�i r ry. t 1 i,�. r ,,� �f� 5h{SR���v ..�4 S t,ts'�.�;�/fS` �,�5 � ✓ J t i s r t• x r' t .....i.d,'.ntGi-0 :.w�FZ+wac65+A%ealflAi±d 41 1G1r!`sv'SE S`A4a,A..,.r aov.,ti.'•a.bmvwo•vf�'^r...hc::.w. <„ ,c t .4 4>,i a- in _,`t°t�j ,�'��•�tt 4t r` } �•. ro.,w. .._,_. .. .. ....., ..wuu•wyxTt... f§r. ..<r` 4��,qa. tgdA � Contractor a minority person or woman sent by the Contractor,or when the Contractor has other information that the union referral process has impeded the Contractors efforts to meet its obligations. (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading 'u programs, and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under g.(2) above. . (6) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review {;t of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. iqk x4 s (7) Review,at least annually,the company's EEO policy and affirmative action obligations under thesespecifications with all employees having any responsibility for hirin g, assignment,layoff,termination,or other employment decisions including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any jobsite. A written record shall be made and :.' °'•' maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. {> (8) Disseminate the Contractor's EEO policy externally by including it in any i advertising in the news media, specifically including minority and female news media, and :M providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minori ty ` and female recruitment and training organizations serving the Contractor's recruitment area and is^pr,4&xt n,i employment needs. Not later than one month prior to the date for the acceptance of applications ' for apprenticeship or other training by any recruitment source,the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, � �•�°=;ft.�; and tests to be used in the selection process. i; (10) Encourage minority and female employees to recruit other minority persons and women and, where reasonable, provide after school summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. (11) Validate all tests and other selection requirements where there is an f} obligation to do so under 41 CFR Part 60-3. (12) Conduct, at least annually, an inventory and evaluation, at least of all •.F ' minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (13) Ensure that seniority practices,job classifications, work assignments, and ,``,3.• other personnel practices do not have a discriminatory effect by continually monitoring all 2-11 k»rr K• , r'• — '-" RW1'?k3tRtj'r1V+.(r,14,{trerl Nr•*sr+w++• •..,,. r+*,vneiSfi+M}'.,', 4:�ta'II7+A15".7'.51tar:Y.n"` 1' ��� I��• 3tx ) r ) ? t e r 4 t 1CCl fiY ) y r .P y, (Y f�•k YM'- MSN k4f. r ft4 It S f i �i i�d';�`.?•Sr�r?ui�l�,f�iS, t .. 7"' .,y r P � + :�. ��di�'�'!tttySir rl r •, ,, l . •, ,y ..r r x to r �aS ,�ta"k�p uC � y � f it f ' 1 !t l f S i f.. � �s 'ry• �'� w�,+Y Su"Ma •A. `) v r 7 �t Y .. ... .. tf�, $t? 't r 'i Sseyj ��s •l Wt .r• i ,.r. R !.S j y� 7 1. ... ['r ..5 y. C :. k`•ti�?. T��'�`��['�I�gUCGtJ �,� V. 'I�Sf�f�l1i74[.�+�ttlNiN.+rm-.+......_..., ' ., � ¢ . "T•• s. �, rx n .. .+d. 'SV?^!f5.`A:A.h ...;Tit;• 45 wt f, .. . . _. ' ...A..rimer..,.....,.4.__.•... •, .. ...:....�.,,.,•.J:.....:_.«_....,:.cS tu,.A:.Yr''� �` � ;t personnel and employment-related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. ' (14) Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure :. • . y. :± privacy between the sexes. (15) Document' and maintain a record of all solicitations of offers and of ... •r<:,., subcontracts from minority and female construction Contractors and suppliers, including circulation of solicitations to minority and female Contractor associations and other business (16) Conduct a review, at least annually, of all supervisors' adherence to and r performance under the Contractor's EEO policies and affirmative action obligations. ' h. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 1 through 16 The efforts % � g Cg•O g ( )l• of a Contractor association,joint contractor-union,contractor-community,or other similar s rou g p '- ; of which the Contractor is a member and participant, may be asserted as fulfilling any one or ;'•�,,.{•.,�,t,:• more of its obligations under g.(1) through (16) of these specifications provided that the f Contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, try ensure that the t •.. concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can yx<{y1 provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such ayu":; group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. i. A single goal for minorities and a separate single goal for women have been established. The Contractor,however,is required to provide EEO and to take affirmative action for all minority groups,both male and female,and all women,both minority and non-minority. Consequently, the Contractor may be in violation of the executive order if a particular goup is r J _ 1 employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally,the Contractor may be in violation of the executive order t r > if a specific minority group of women is under-utilized). fi tr j• The Contractor shall not use the goals and timetables or affirmative action p44bk''. standard to discriminate against any person because of race, color, religion, sex or national origin. ',3 k. Th.e Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. ` The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended,and its implementing regulations,by the OFCCP. Any Contractor who fails :i to carry out such sanctions and penalties shall be in violation of these specifications and 1. Executive Order 11246, as amended. m. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph g. of these specifications, so as to achieve maximum results from its efforts to 2-I2 7. a• r• r,. ■�, % e•q� ,i,��,..4, ��1�.�r t�y i tr r F;}t t k L' { tj !!. ,t s < ���F « t a ; s x !`"o�t� t• ,� S� rY,$)� .r t r`♦ � r r �i.t r ( '. •, • 1 4 7 �,+' �S�m�)'�� f� •��,. . 9 �`.'{ '• ,�'•. 'Gt 5x`fr+,U�'`�'�`h ;� c + s...tir t. ! ' � � . 1r ds�+ ft S`�•"SC��Y, i ;). ��Y'F l�' � y,•P'y G;�4}�}d�jir•�j t"� vtYf � . .v '. ,. A l, nsk {I°i54 ✓'1 1��} lt. 3' tLo b �� t 1 Z4• r i+,VV rf r ff t .:, ,1. # rj9.e'� r t!'ti �'� < is s t�'•t:x�{��yy��:",'�lr'�iJ,�Yt r 5t p.gx!".i t1+ if •e rr i 3a tFu'a'ra t�P�+�t% t/,1 y n ltt�' �. bs�A Yo �xf 7 h y v ,tr , � S 1 ✓t'},'�a It �4 'T("^ s. "' Y;s"'`t��d7i4����i{°.S'�. �yy �1! K r r s t �x i. 't 5,~, st�,ettt!�ti6}5!•, nr. '+ 'S i�.�+'r3} ° �i�}y '�'u`'"' �'�(}t'1�'itY,^ ZY d+r t f f r t tt'. i, t}t��`1 � r kt [ �}?�iY tz,f.�•.`! �l�+b ' Y'l r3 ��1'.,,���}'�;�,ut t"f'W 4r,� Yr�, 'S k�•�'�.t� a�j��,�r i i �{ `r,r+`:�,f�st''�}`' � ?�{i�r{i3��� ''FY���'�t?�t`,�.ry"*�, ;�`+,�� . oil � r a,•.._.Z�.' � 7 s x >57` x.x t l ss st1 i t�. n• �,yak t r3ii'L i! rt�'^i r` �t' tj i tFZ r. 1 4 1.1✓ ! Cr*. la'�rr �.�•.;s:} bf r� �'%yyPtsff ^�a�rf� Y'�r a^3� .i`�.i��.J��Y t'�H .}y:1 t� r 2+I r 4\•�5.+11a .{.r f�:7�'Ry� ✓ yt rl.�, (• ;'/1 �{.�l�q' ✓�� i { 1) } �5 Y Yi A�n 1• {. � I a� tifif �(�.y n"' Sf :. 39 �•�7 �Y Ht�.',��+.� �Cr.r" tr.'} � u r i.I3 t l f,�t �t t.t� j { S.(. S,� �'.I 7 yi4( (',S.< t t .s� +.f 1.•'Ct� �r 1..? h d��� k the d� :tZ• �, ri � �" .r.�f } t:.. ;_S t (r: 1'f Y�t,. 5 '.5, `1"4 r,r�v•t�j7.f r s i�l��J't4��'�Es N. ��'�i� n Mil..;i�4��t};rat lF�r r 9��,}:�Cn � ? r jt it�,, •ay�`i �.•€�#r� ax ��'�, °,�3 �"VUtst1i4�ai .,�• 2 .�,` •., �; r�r's �' F •'��.;�7in.are�N3�leh�,`'!�.YAiQC�P,I'H�,.!?�7�1++��`}4.FLswFSaiWkNxH#,9ft llr '�?43'�E`�%xt�;!y.+.4h_'tTP r�•�^i+�r+o.+......___. ...,...........•n.w+r+wtn�N}tt4?�1.AfSY.C'4'.Y�„'?(d?�t.F'4�.X�4�` t i Agri! ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the executive order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 2 n. The Contractor shall designate a responsible official to monitor all employment- t•,t related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, t 'n construction trade,union affiliation if any,employee identification number when assigned,social security number, race, sex, status (e.g,, mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and M1 retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application nv of other laws which establish different standards of compliance or upon the application of ` requirements for the hiring of local or other area residents (e.g., those under the Public Works 'w Employment Act of 1977 and the Community Development Block Grant Program). {' ;. 2.2.3 Civil Rights Act of 1964 - Title VI - 49 CFR Part 21 Contractual Requirements. During the performance of this contract,the Contractor,for itself,its assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: a. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,"DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from < ;a; time to time (hereinafter referred to as the Regulations), which are herein incorporated by ere ra k reference and made a part of this contract. ,z i21 �4 a k +: b. Nondiscrimination. The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race,color,or national origin in the selection and retention of subcontractor, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations,including employment practices when the contractn `t<r' covers a program set forth in Appendix B of the Regulations. C. Solicitation for Subcontracts,Including Procurement of Materials and Equipment. her.`;`,,,°>`•r In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract,including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractors >�,�. •�;,, obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. iy } d. Information and Reyorts. The Contractor shall provide all information and reports required b the Regulations or directives issued pursuant thereto, and shall permit access to its ' q Y g books, records, accounts, other sources of information, and its facilities as may be determined by the Owner or the MHTD to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so of r� certify to the Owner or the MHTD as appropriate, and shall set forth what efforts it has made � to obtain the information. " 2-13 ♦(r! Y 1' -71 ,ii t 7­7^ ..j r i .,b . it cllr�"r�rE Z7. . •:,t y� ; , F •tr+T'{. TP;y b?s{dr r v r{ �5 r ..i t' .�' } .^,h y i 'S.,� r, x f� ,`f}tfr Ac j�( �t` "F4 "' Y2 4•.�.b`. t•�fC �t t}Y,.i,t t 1 r. 7 y M '!jg� � fi�° li�k� t, k}.r: .sa c > + t � t i /J ' '• L ,kiGti'i, iriR9G � � f�t d ��d� +F•N{�h�t y' tA+a t ks ,15 S rr i,� 5 .{`' .'t rt s{::� j'4�' .� , 1 /x.01 s tn..I:�-,,., i. r .� A1r.�xs���ti f�f! �s `t'i•,,�y I r' _+ B„ s•�lr�fz itV�.� 'f t' r r: } ? r f " f I 't c ¢ 1 k h �'EdAi,� 3`r :��� n k �yy ✓ .t y.,*�s J F t '1 i "i i 3 .+1� 't !' .f .2 �' � !9, �yU{. r K: Y` �r fi•xu �'"1���} ,w i.Sh°#��i'��� ���h t; r'{ tF!' '�t 1�c. � f:it �. (, s t '•'4 Y� ��f���,a�F`t'`��� r:».F T:. i 1t ` e. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the awner shall impose such contract sanctions as it or the F.A.A. may determine to be appropriate, including, but not limited to: (1) Withholding of payments to the Contractor under the contract until the Contractor complies; and/or (2) Cancellation,termination,or suspension of the contract,in whole or in part. Incorporate tion of Provisions. The Contractor shall include the provisions of paragraphs a. through e. in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The .,t Contractor shall take such action with respect to any subcontract or procurement as the Owner ' or the F.A.A. may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is =k r threatened with, litigation with a subcontractor or supplier as a result of such direction, the 4 a Contractor may request the Owner to enter into such litigation to protect the interest of the Owner and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.4 Notices to be posted ner paragraphs (1) and (3) of the EEO Clause - 41 CFR Part 6 - 1.4 0 r s Equal Employment Opportunity is the Law - Discrimination is prohibited by the Civil tn k Rights Act of 1964 and by Executive Order No. 11246. `' Title VII of the Civil Rights Act of 1964 �Y �.,xr{fig g - Administered by: The Equal Employment Opportunity ty Commission ` prohibits discrimination because of race, color, religion, gender, or national origin by } employers with 25 or more employees, by labor organizations with a hiring hall of 25 or more F.. members, by employment agencies, and by oint labor - management committees for .. apprenticeship or training. Any person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U. S. Department of Labor: DC 20210 Washington, j fr�"`' 2.3 D_ BE REQUIRED STATEMENTS - 49 CFR PART 23 ` `1t7 2.3.1 Pte. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises (DBE) as defined in 49 CFR Part 23* shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2.3.2 DBE Obligation. The Contractor agrees to ensure that disadvantaged business enterprises ri as defined in 49 CFR Part 23*have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under f3 this agreement. In this regard, all contractors shall take all necessary and reasonable steps in 2-14 MW Mom", �::� �e ,;f�. +�.�' �'j "4.1i:.1':':�.�`� � �.f Yo.�f`�c�,�,�''•.t.K,;l Uk q�,�' ���, �`�.,�^.'. I' M r-11:1111 TRI 9 s r: �{... f� fsir a., milli IN I,111,11"i 1 Q Y .t� , } � ,� z s<y .!n`:n �, •r� v � i r ar '�q 1 �`t���ay +h v : T..•�'.s,�,,��,,4 >..l l s� Y to� r .2 f ��3`yS >t? a? .+�r �•f sy r w t � •SYW�r .... ' � £x�rt;�i'., tt ,.t :(;' at .?'i.` !," ,.'S_..�' ;! 3°v"xar'Js[�3k t�. .t ;? f( ,1 ( :C accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the h+, maximum opportunity to compete for and perform contracts. Contractors shall not discriminate amp on the basis of race,color,national origin or sex in the award and performance of DOT-assisted wk w contracts. fl, `i 2.3.3 Com pliance. All bidders, potential Contractors, or subcontractors for this DOT-assisted �4 contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth, shall constitute a breach of contract which may result in termination of the contract, g;t or such oiher remedy as deemed appropriate by the recipient. f 2.4 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 G ENERAL CML RIGHTS PROVISIONS , ',r ' aX• The contractor/tenant/concessionaire/lessee assures that it will comply with pertinent tix statutes, Executive orders and such rules as are promulgated to assure that no person shall, on ' • the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, „ or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the h: longer of the following periods: (a) the period during which the property is used by the airport ao sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which }� the airport sponsor or any transferee retains ownership or possession of the property. In the Fri' case of contractors,this provision binds the contractors from the bid solicitation period through the completion of the contract. ' Includes firms owned and controlled by minorities and firms owned and controlled by 'a women. .{'I-? ,F 1• b o� 2-15 MI1. fA .0 '' ,21 Y f .( f^; :F '>�:,m, I (f .c • ��• � $��.'�f; t�•.� F'tp ,i �Yf�`i'� :��.f. •;?.bF'rT'�} .lt i j..,•ha _,,'�, x .x I ' a •tip "w.R7• ".,►' Y �,f r � •„nri i�:= r:rt.:.7:C. •,7 .3 •p•�y,�. •�"••..rr.” w,.':;R `;�: -;•:.r '.:� '.. � ��•tr--'►r;�,...tYtl��t� •���'h�_:n•'1�Ft' ''�?`:' ••�,�ac�° a . ' ',�+t 4�41,?,�w�,-.r ^•;., �"�f'++,t,k���itiZ.'„7',T' •M �p;�� ,y ° �'• `� I '':�! ,41 ;t; :.11+','1..�!'•iK•];,:4i .� ►:'',�••l+�l '� � �Jr,'V`d:�1�^� , � tr'1� �y •pl , ,1�{' 1.;.';,,,.,,� !1i '"L�•OYr't i'11��,On::•1 [ .t+. r i I(�aa,'• «� _ .y VIM , ,i:•1. l:l�{„'1/GtR/1}„�:^�.1�j^x`41.•�� I,h .: ;:. 1y i �y� +�.�'O 0'O.' }!; � L~•i^. .��'''_ l..'1.•ft •. ;L'i..l...'S�,� {�'�.711• 11�;✓.'�,.' 'i' 'a, „�%�'J���r`'��, . ',4• •M .�• �•• f.Yr,;;l� .t[1. t,•t .•T}w lr,M`. 4 A . •ti�'':.�y,�jr.,J^��;..•��:.s•�wi,S;:t;��'^�htt':�".�.. Y�71d��� �, .��d„ }�Irfy'M{L iJ-"a�J_4•j !�i�7tr�r J Rranwi� ,' 'fd'.� `� ��'O I•' rte ., '''�r 't;' '?,1,Lr 4at y�Sµ, r .j-t. of )t i...� / rir,j,J•t,j i;~' \� + 'p �, 7•F - ,t +' +•e' r.�r� 114 tiff 1�'}t,.:�'.. •of"� r :iil+,J,.' ,l'�1`.�' t��• / `\' �,:;', ::;' Jy7i�.i.wr'h4t'4:'' .','t: '.'a .« '.:� ;l.•r7..,��•.i'iy';'K,r r 'tiY'+ .�!^ "1 C•�.,t,, TJ.' /. . 'f ..,'`'�: \ t,,,', ��lir;:t�1{[r.rtii rYyy+ • •V GyM•t�► "'7 'f 1' .�•• y. , s' ` r � ,r.-, .,f\, t + j~7 l�• �� l.r, v/s►�/ ���C '��' ON �:' 1..,j S S y N�' •f.,1• J � . � 'r'.„r �!' + � •L-• r i'..pi t•�Y�+:++T\�:����7Vp�`•�t�(.j ��p+1�.r'.�`' _v:t v'�s.`{ r. 'r'.",�j•,r `ht4•i�},t`t„vi.�,:4't7�' _l;S�•rvy'{`7,�5'• rr'�+!r.: '.i;5��!�i.�r �pp.,.�� J, ...'l ., YV;i•": �•;�}^1'.. t%' � :�re�• r �. d y'�7 Q � '1•li•fi. ,�C.ti:.-td• •�p Y'K W4, ?•. 1. r t air..+ �.,, i� .?d".[w�. i�•: , . , � .Y•. w�, �titf3+R .\'- Yn•.t. `!.`� •.1 EnY..y�A�..{7. s�•-,f�i :iy ,��� 4 �kw"!/i .+sle "�:'�, Y �':' h,•r. r.l."ty S,. ��pp ,.:.i"A7 ,•,�•. ':f l.. •^:.. rl.. ., �,7.'J.1.•f a"tl•r;•" ,,,,ll �!iH i �,I.r.1 'k•i I � WAY" UNTT.Y-,�,`- (s }'..•?TC;>n�:\ai.Y:,'r.'l i:'•gt�:ay',r�i' > ., r�•a+V ��•i:: '�.n��'• ..,r.,•}', �r:�„3�' ua:q. ?� r r4`.:r:�i��..u•:i `:it y 3 ��« • .. �,n' :1�y •''1''•t::.• Nj �Ri Gt,'Gv.``5'r'�rR'i�!�r�'��.^+�'•e•_'. .ij'• ,�7��'��t.j;y:.. w•�;,t:+'j••.��5}.c. ��!'.�: � ! ,+n In accordance with zwecton 290.262 rRS 6.1 •' } of this Annual 11Va p 1. ;G thirty d30),idays after a cerec _t~®pgry..; w �.. age Order.'1s been filed'>vvrth'flee° etary,of State a indicat an 'iron a�rho may e�l` elour :. �:. 1 + j, 3f.-.f, St Pe y b��affectec�by:thisMAnnual Wage Order.may object byfiliaigrai lo�%jecta� err! in tri licate ui8 " , , ,` t•n•.. p t� the I..a Md;Iridustnal-Relahotis. Comrriissio P.O.. n• Boat: tj1M6. 65102'• suCh'olb ` -'s'r;�.,« ,... i�; �! ,� C' Jections must set In wnt�ai the S `' Each O��• . ., ., • .,. �_ _ f01tI],� specific � �. t , .r :, 9 grounds of o �CttOiL. r. , section shall;cersify iat�copgi! er9'fii vsfaed to"the tension of Labor Stan&& and ":;;,P.O.Box 449��`Jeff�ison:C ��io���65,102• .'. Y ... :,. g -, , , . .fo t}ie ppity which requested this:Annual ;ptizsuarit to CSR �- �Ainge:' y Older 20-5.Q10(1 �`;�i �cernned...:•� ,:;�, �. c®P3i.o the Annual �lasg.Order.'ha be':: filed with the Secrea=y ofte''of I�is5ouri. :i:^'�• + 'lti:,'�':!"{�"^r�',{..':�li'}!.L'•«” r ,}r'y , ' '[. <r t•I•:v.' .` i4` ,�� .'i'�J�I• :b�,�{'?��`YT+j;:f�•'v 1 .rr,, cr' •i „��•riu,JY6��!('RT. � ..i, \ :.}•' :S'•:,p;`'••Jyut,'Y'.} � „�,Y•, ,,. �'f'' l: '•� ,t.t.,SMV.N:.ay .r., ,.;�y. :h Q • Y..�,1..j�;t•e�fiC• ,� j`„��/'•'' i(:JC� 1 I' �f,�?� t,y,: ,NI'��`1�++.' •�y.. '' '� ,'n t.[:• •�.'qT., e;l �L^J .7.',:ffl ]tV�'':T,G�47.(•..• r^';:. .,�t • •'�•1''.\.. Y "... +'Ti�c�::"sy'n i'� r {r �i•., �' :l�'�`�. tiJ •f f',� r..,r- ;:�Y•1�Ar;,Sel. , t�.:�rtr•�}}.'..}�ti };•t /{i;;Wyjr� �' ,r,4 ,77.:' SC„•t}, ... .!,j;�.:,r �.'iA"f .r' .•. i,.,:„; t%`4..'R. 7 •.' y'},C" ti:,,1j�,�Y,��•.•�!^•k.� `6 !M1i i%'iy��{'r•,� 'v,r": •.4�tj�: ,'7 } '��rF' it��iyF :f 't°.' } :�"l',�jt;?r';i:,,i ti�w1�:;t ,' • ;i ,r �? Baker �•: .'A :,��;;-„ ��,���;; [. � �.,1..,,,�''�• been A: , vision of Lab on Standards - `.�r• '•i1M` rte i't.. � S �•,'t 'p'.t��ii[���'•�? '•''Ai•!4•'• •iY'1:it, "�Y;,yr'T�:�� .:j...{• .i�ri• ,'�:f!...,�ka`•�{n:vY;.it;7•F�1,�r v ta2}! � ,j•1 4.; •:�. .. ..�►r'b".�•'• 'f,.��`t• ;•!l�t't...}�+�G.:yS�e �.jr.:��.i+•:fifi'r':\7.!�:=,���;d:,^,:.i'�.\.•:4�i'i'.'�}ri';'•::'� id.,J�i"S'a.. :kr'�Itti•' ,t!•^N. Filed With Secretary• ry of eta : *..:t, MAR 101995 !, t �:� - '•��; 1.��,�.It•+:�.ru� .'1!,} .1t''4��...�• ..•M�:,� ,•.•„«r ,:.. 'a r 1 � 'ri.� :'S• • v1. .' '' .);\� "1 L�'i'�r1r`•.rr,i':�."'�t%l 1g 1Tt•.5lr r ?� f 61+ � ..�rt te i•A"PR j '•}:0'• 1Cate Oblec ;ohs y Be File 199�5 1•;!'!i•i�,�,.Sd:;.?ar,g���f,"�;itb�(;;k J fitr ;! , :••., ; �', ,. ::J i. if,, r •�-�,rMi ^+,i.. .'^••'44, ., ,t. '�1.d •�-,:'r'.,• 3• ..•t�Fi�i•ii'•':`L«.3.,r. ' Ay .. :r S1•,4.'{.,. ” '>•J•r'� '�•.' :;'• .'rr�: !.t, l,a,• 1. }� ,f3L.!;4 ,�•. ' • Or eparetH by idhssoun I9'. r: .�'..:-:.•. ...• , �.,,' :�',''.F epa�rt ' e®t of"bor and Industrial Relation .. ,',1.. •r! ;�i:• '7'\r.{-�'.�• .:(. ... :l �v 1� •r�' r rM.:ti R}.•f�"`;:'..yy�'A 14, Milli! 11111 r tl-. a tr� f4�i�Z'1�g At �.��?Ahih+� '!�,�q�..r_�^,t+7N�F's:?4N �`�'!�r�'"$�.�K)�i�t�^`S'ai'�'t���T'�,ySad,�,e:�.4MtIR*'�`�Jd43 zW.t t"''�yi�3i• c� 'X _ state of Misneuri Department of Labor and industrial Relations - Division of Labor Standards Sandra M.Moore P.O.Box 449 DEPA RTMENT ExRECTOR 4 JeHeroon City,Missouri 65102 MCI Carnahan 3141751.3403 800/475.2130 Fax Number 314/751.3721 Colleen Baker GovotNOR RELAY MISSOURI DIVISION glttcTtM ` 14MUS•2966(MD) 144735.24661VOICE) fi BEFORE THE DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS DIVISION OF LABOR STANDARDS Jefferson City, Missouri Re: Annual Wage Order No. 2 ` Annual Incremental Wage Increase to Annual Wage Order No. 2 Pursuant to Section 290.262 .9 RSMo (1994) , the Annual Incremental Wage J� increases in the county of Callaway are set forth on the attached pages(s) with the effective date shown in the column labeled "Effective Date of Inereaesm■ by the craft (Occupational Title) . The attached page(s) should be utilized to ' replace the Building Construction and/or Heavy Construction Rate Sheet(s) previously provided. The new rates should be included in the contract specifications for all future public works projects. ;r The balance of said Annual Wage Order No. 2 shall remain in full force and effect except as provided by order of the Labor and Industrial Relations Commission, as provided herein or as altered pursuant to Section 290.262.9 RSMo (1994) . Given at Jefferson City, Missouri the 25th day of August, 1995. By direction of the Division of Labor Standards of Missouri. i:•<,� Colleen Bake Director y r;. x 'z (SEAL) U AUG 25 egg$ CIL I -v ='tw71nl:StS ^LANNERf a ARCHITE= KANSAS Caw, Mo i t +1 4 �q. '.t - a {,�„ _! "+:.� :.ry ]i.' t 1.��t k d.`.—``.•fps ye mkt'` � ti is e p. t •n .J.' 3 q b "G a t `.,. 4[� �rrt. .2,.. �6 a:<.. t •� I 7 .4t 1 i s 4r .. + . :: 16,�xiaat j •� 4fµ�t {rr t m `},t s ,4 s `u r ., �`r uv1r,., *tEa'xva•w:.�.:>,...... ,....._.-...;e.t<.,n±r•.r:�,aan• <s.,etrN+.s,+.+r:M..:avr .;,..,..M,..<;.wtaa.n.a.ca+.'}'�tc.'!,�ilt:4"A'':3W$KI;„. !i;,r"'. : 'i,+.°'r '��,SS_' 'a 5 fo ixf *Effective Basic Over- CRAFTS Date of Hourly Time (Holiday Fringe Benefit Payments a Increase Rates Rates I Rates iH & Wj Pan. I Vac. lAppr.Trai Other Asbestos Workers $24.561 55 28 1 3.071 4.521 1 :i ilermakers $21.05 Y 57 7 2,751 2.00 i 0.161 c ' .Iota rs-Stone Mason 4/95 $16.351 59 7 1.851 0.15 rpentors $15.28 60 7 1.95 1,20 0.17 Cement Masons 4195 1 $17.56 I 9 3 1.00 a lecfic ens finnicla Wiroman $18.681 28 1 7 2,05 2.75 10% 0.15 NEBF3'yo Cornwinication Workers USE ELECTRICIANS INSIDE WIREMAN RATE Ele tructors 7 $22.94 26 54 3.845 2.19 a 0.085 r En irwers- Portable& Hoisting: G I 5195 $18.67 86 3 3.50 3.35 0.43 ANN.50 G II 5195 $18.67 86 3 3.50 3.35 0.43 ANN.50 l< G III 5195 $17.42 86 3 3.50 3.35 0.43 ANN .50 G IV 5/95 $16.44 86 3 3.50 3.35 0.43 ANN .50 Pipe Fitters b $23.25 91 3 TOTAL FRINGES$9.53 Glaziers $16.00 35 32 TOTAL FRINGES$5.67 zrt ;=. �� Laborers(Building): kf i Y General $12.75 110 7 2.30 1.20 0.30 Semi-Skilled - L>. $13.10 1t0 7 2.30 1.20 0.30 Hod-Carriers $13.10 110 7 2.30 1.20 0.30 Plasterer Tenders $13.10 110 7 2.30 1.20 0.30 Sew�erTile La er/Bottommen $13.10 110 7 2.30 1.20 0.30 Lathers-Metal,Wood USE CARPENTERS 4/95 ;-t,<•>s Linoleum Layers &Cutters 4/95 USE CARPENTERS RATE Marble Masons 4/95 $16.35 59 7 1.85 0.15 ' Millwrights Ir.•,;..: t,;; 4/95 $16.03 60 7 1.95 1.20 0.17 Iron Workers 8/95 $16.87 11 8 � . Painters: 2.62 4.55 0.25 Sign Painters Nr� 4/95 $14.40 18 7 1.00 z " 4/95 $14.40 18 7 1.00 4,r sn ' 1,., ! terers 4/95 $17.56 9 .sµ Plumbers 1.00 ,;;-�: ,W ;��, t• $16.00 FED Pile Drivers 4/95 `;li. . , oofe-m $15.68 60 7 1.95 1.20 - 0.17 ij•At.t�! +K $17.35 12 4 2.65 1.86 0.14Z;s, , .: 'i Sheet Metal Workers 7/95 Sion Ha ®rs $17.57 40 23 3.01 2.18 0.27 SASMI.68 rir�cfer Fitters tters 3.40 2.70 3 S~ ' $20.04 33 19 0.18 Terrazzo Workers 4/95 -7 --- t f $16.35 59 1.85 0.15 i Tile Setters 4/95 $16.35 59 7 1.85 0.15 Truck Drivers,Teamstersy 3 4/95 14.00 101 5 1.75 1.75 Traffic Control Service Drivers $11.90 48 49 2.57 0.23 HOL.37 Well Drillers err . USE BUILDING CONSTRUCTION ENGINEERS GROUP II RATES - = " Welders-Acct lens& Electric a' t ` 53 s � t. :g's � NUAL INCREMENTAL INCREASE SEE FOOTNOTE PAGE r ANNUAL WAGE ORDER N0.2 8J95 ,Y.... .....4r t(; � �''1�}� s�}•��r�° i St 4. �t c .✓✓ S 1�r��:e r.ar- � t i�� k�t rr't`Vrt��a s44 u ; i.. 1 1i; '` t n. ''t,�.F %''.t✓{x tC}a6;i ��, t i ''+ +..' ��rvlP.^�yt•tDS.ix„�l r7Ci$ +' 11.h § !�'r4tiA1>• ' t. t .r S '} ', 1( h :at�`.Ix s�, e� 's}l,�rf, ,'.4 'f ,�y�' iyYM1�S•.r����fxNr�t,r3JY Mf).4rs r di�t� t�i tt ltC If,:��'. l r.t,.r } ::t t .r.. r � {�;mss'.�x{?.k�•:x14f{��k:t'�ywi�.�'d. 'i 1: t '+ I g� i.Pxs •,X��(.�I�itrf,l.rr ,.ar�:.�j.� t tK;x 1" ..r *'r( x .,t,.�`3., ';�FS^`�:' yy?? i.�[t�•'�fiL' i �� yu ••,t,,, {,t9 A' t•r+) .sff .:t +'�"':t 1 s 1 '+ t p r i r: t 1 i a! i. .z, 1 r 7 r" r: 1 V�' .,lp,{`2 :71 ...7"<t�`4T ,t� .x �s., t..t-.y t x+a 1 I >+ r '1' t` 'j[ �✓ �'} i 11 I �'�• "t �'.}h:'w,�4.i t..Z',t r 1 �!.�'.C'il{. �!jy}! �j t t 5, i.. (t t t r i �' i Y{ n,t ; .r ,tU'¢ pgtT,4-:.3' 7 l ��}}'Y 6• ".t � �S'?`tY 't�tt�,�.,f•31L'11�:5� 4y. F�� 4 jit 'i .r rrt f .t.r 'ly ?:l A� S x (`>' �l4 ,ir.�t•nt �1J 3J� a;r'• •k y: �'!,+•: ±t/�"�'', ._}:•':;& .e'1`'.#. .�:..n,.�T,r "e '1 St J rF tr>,.;�� t i' .r i r ,t t r+ 7 r S Z� '�; ',cif' tt-� r t ri yy , t �'Y r. , `.� �'r ,^ T`q•� r�4'b.� 4' f� �.�"y t' S^.'}�, } t~> �} } Tu 1\ �� v e -.t. flv!'r 7 f•:, r t: '.J t f y It t .x.± .� Ji'l`t .}� 5nT^:'t fl�. �'q�r� s '�t. �T ,�� t�t<' r,.'"ti f :tk .. ! '` � ,. '.�� t Y ri ..I.,. .'�'= ,Y•l�. 4 t '%(:a t T".:Y• tf .S^ry t� , 5' t Y . r., r. ,,.. .,, ".r ..Dr,�,t�,t 1 (•` �'`x tZ few w7r'*"'r.. r. �4•�• � ��i�i}} tt. it .C �.�h�4#P' ��i7 •a off "'"�'i`� .1 .c�`?Ii'•w xl+^:Cj C'ti ,+fihti.; °+. t i d�. �.tsj•r.. A r� �; t;y b y r r�ti• s'1 its �4`o�Y1', ,f �tt r, .�,� ,t,;ayA 1 A + t ; r .d+.. , f }? Sr),.t,i�ig��•;:.q�`�yrti.;�t�.,FJ r�t., u,f>`;f. fr. Cl�:;s�4 ',t: .r •ytr.%•, i} '!-;,'t't i'' ';r,y, :4 �i .t ,,r • r • Footnotes G • • • • - • 1 ak t Over- CRAFTS Date of Increase Rates - �[Fringe Benefit^ .. A rrrirr�� r�■rrrrr�r��r�rrr�rrrrrr�rrr� �;° ���>� rrrr r■�■rir�rrrrrr■rr �?` ,Q}• rrr r�■r■rrr■rrrrrrrrrr� ����;; r■�� w�r��rrr�rr `�` .� �r�rr� ■�rrrrr�r■■i�� ■�r�rrrr�rrr .! r■�� rr rr�■r�� �`_�` Welders receive rate prescribed for craft performing operatior to which welding is incidental. f and All rates _ project. not listed in Heavy Construction shown y,ari{ i,xi on Building Construction Rate Sheet. QN . Ail a- Vacation: Employees over 5 years - 8%; Employees under 5 years -6% ,91,1 work over$3.5 million Total Mechanical Contract- $23.75, Fringes- $9.53 I work under$3.5 million Total Mechanical Contract- $21.57, Fringes $9.41. nuity Trust - $1.80, MOST Program - '3iXtt y ANNUAL WAGE ORDER NO. 2 3/95 y �:1 'y;gip, j:;,r�v.•. ytfy .y;2t�tt<�"t)rC ��a r ,�, r•�: ,{' ..a t '�i."���,,��bs,}e.c.uS. 1 r krt"• J'+3w`r�p 'of i }� .�,tr,3tiy.* i � i a .R x••�,,,r..t11��¢Ps�R t't�A�l : J,. '! •' ,5' t�'' c �e if r< tY r ;f r t t ;'s -rr« ,..t.°, t e •F,� '�` .�W}l:{ ,yt.�' .t�\ F #'r i it � i + jr'"' f 'rt're :.t}:it i? r rt,� p}I+trl:rt,{4`�E.r{{t..st::+r,y,t 4�`` �`.'D* 'i,! '�•kt Vf t Tt f. '� !• hi si�• .:�,T•k�•.��y}��vim`..y..i",�. 7� r4r'..f .t r ,i. ..�r'i,, .;!•t S •�( }'it+r rrat(''+'q!f'�,( �x •f. '"� � .1 d'. 'r'�'},.a,r'3�k�:"'-.•. 'at'(1�Ctr; s;t, ', a:+.,�'. .J'. "t�", •n��":!":.x• i'L :i ;�'!:t Fr„ ry. 1.� S t 1 � y,+}�,.y njG.,�,i� Sp.ti:n 3±r.t 1•�'s� s:.T.:.ri�.� t.: .9 t'. .''Gt t � t;i., ..{.: �'h,.t+o<.M yci is I. •{�?7•4 yY;R "�•' �r +��f�4't7 �, +!?r:rxi7 Ff�.},'i7 r��!•S's. �':} .1T.,y.i .(:f �v i { rug• w .) 'art r, r`{�. .;,. �... J3; nU .r-,fi t, t a�?+br �dt ,r*!�C;l S.(',t .:,f:.,,r C;2.,.. s• .S .v^,^.:+. ,C. CY '7 ,� ."+Z.r,r s?a' !!!t' S'7 rt. tie UYm-", •,a r+Y J>:ti 'w [? 1 1 ''A ;J5 r+� ��•t7.a!Zi. Syr+, !t`i-n i.r.��.::t;�i,... 7,f,„�a F t: It �;;� ...jfi�:>,�rr•� `PytJ„(':°"�, .r.r;, (()),,,iz -rtw��:e k'�S •. U ;P",R.r,fi,{("C�2 ,,'}'f}�:>J u.�:-r to •t�}..�!'t .r t; r (..`, '{ . J .,t i_(+,:; ,t.(„ .t,ze '.t.,w t..,.,r ti't..'� •fw Vi�nn,, �i St�j,t.�"" �f i � �r'�",�� �, s^`.f.Tt{;{.T::.N.r: px (Jj,yt..,}s,r..5 ;b5 If s r r j ,D '�k 'a ',t.', a;i..f'((+h. ,�.. ;.6• .7+>`�f rf.''k�r �. r,.�,, a. ;„ A' us+�zr�...t -saes ,r�.,};i 1. r ri.. '{.�.i,,, ��7. t.: v 'PSisf:,'9•:.rt D 1°'•",'}r; ve{y,,.,3;(,,,1. Y,'Y t .tl u.s.g¢r< .�. i .,pa :r�'�y�'�4.t; r"" �,��.l R>r, f• a*3•��+;� ;t,.'�z,',1�:'7p. !r.:t .., ,•: r# x� , (£ i:3'L 1. q",In,4-t�„ .•ih'r1�,�. r{ '.,�y rf�A.F '�t. •f-��'' �•4�''•t#" �:'•x}, .{'�15. •r. 5��• ={r„ SY:',��,4 k"r'^.V•hS7CP .,.',1.,r ..ts tl �' vt.. Ay kz'�. t .t ,C �Y'a';; r:�),t a.t=Ct�1,''�//:i7r,r,.� :;Yt'.'....:el... }xS.>•.Y:,YY,,�'tEt �,,�,.j„ }, r Y},.,.it,�i /�[,pp��,�t5.�j}e1j�� ,y�,..,f�ysl.y,J,.,ir..,( 1: ,,.'. )� ..� tt. t 'Tt y ♦:'�' ,, .t ti 1 .!,'. (y:'C.i,..'!.. .'t.C.,rt'... }.t ...)•='..'�' a.C•1.Y:f �. 17.. ,3.��A Y;S. {i�TYSY �"'4 'A-. 1"�r.;T{ tj.g7�' )Y�l:Y. h 'r'•, ,.:�t"• .'1TLJx4:'Ii�71,',: A;I.. fir.I� f 1 ..�. i '>t r�.�. i. r,r. ,w�;i> ,f.,R.k :�:c e.r .,cY.,''d7 s r,�.�,.s. �•�. �V•"yw, t, Yt'a�s�'�.rt { .ir,t,,�(� 'ca} t,,;,ll,.. .as�a .o.fev,� t„•,;:�. o' >.t "..9kr?:.j r,. ..{,. -,i, '9'�ht+ a. ..'1, rtr,4-'�w�.4,t': �c . .Y ;{$"�,A. .t.. >� a,v �f} �{.A . Cal.:t .t.a ` 1i5.� �;{i .fY:: ,� � • a` +5'b: t. t .�,Er:��'�'��;•' •1:',';..�,t;7,.l�s sny' kJ.:� d4 it .1., t{ y.�,�}'`vz; C, "1�,�',�' tea.',i( +� .;..;,•4.? tt'✓'g-�.'"�.''+ t L ..j 7f I:. t• I d ;S- i 'r '� �.,ett'r W.i�� �t. :'n�.R `9 .�7 tt...��l!:: ,h. ..�r t T",ry•t, 4.u+vs` #.. '�,,, •ri x.rer�lu"'Rt.ry�� � y, e i. i d i;j'�4:, t)�' .,N,�I{a rk:J" .'�f�', ,r;•C° fr �( '.�:fY{.. wt it �,5�� s, �I�•�y�.�'.7't+r'r ,y F,h,,.'r t.f�++. v??i + ! 1 rtk. i. � di ty '� '1'f7 r 'Cit f•^ b •t t � C,+ t a C �y`•,CY�'.� 'li` rr �,. +1 'l .i frt 1 � ; }t• WNW "T1 ;aJ}xY,nY t�� .�''rt�'��.�ti 'f`t x h�tf`Y�,�� ^'a z F � .n . .,LL�. .� t S 2.�F tt ?��j��s��$�5•� irk`, 1 d. i t •,���ieii.b��2 .w.wau.:i: ..S_. .. .. ,.....�G.uw .. r5•.s y✓�� r b OVERTIME RAT86 FOR CALLAWAY COUNTY OVERTIME RATE ENTITLED FBD: Minimum requirement !' one-half (2h) shall be aid for all wok in excess of forty Standards Act means time and P y (40) hours per work week. MO. 4: Means time and one-half 1 ( h) shall be paid for all work in excess of eight (8) hours per work day, Monday through Friday. Time and one-half (1h) applies to all work on Saturday• Sundays and holidays shall be paid at the double (2) time rate. 2, R Mo. f: Means eight (8) hours shall constitute a regular work day, between the hours of 6:00 a.m. and 4:30 p.m., Monday through Friday. All work performed in excess of than eight hour work day and on Saturday shall be compensated for at one and one-half (1h) times the regular pay. In the event time is lost during the work week duce to weather conditions, the Employer may schedule work on the following Saturday at straight time. Sundays and holiday mha11 be `., compensated for at double (2) the regular rate of wages. NO- 11: Means eight (8) hours shall constitute s day's work, from 8:00 a.m. to 5:00 p.a1. frem Monday to Friday. Time and one-half (1#) shall be paid for first two (2) hours Monday through Friday and the first eight (8) hours on Saturda y.. through Saturday shall be paid at double (2) time rate. Double (2)mime shaallhberpaidnfor 3r f 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 and shall continue through the ,t< following Friday, inclusive of each weak. All work performed in excess of fort g in one weelc, shall be paid for at the rate of one and one-half (1�) times the regular hourly y ' Y (40) hours .: wage scale- All work performed within the regular working hours shall consist of a ten (10 j s t�• hour work day except in emergency situations. Overtime work and Saturday work shall be paid ' at one and one-half (2h) times the regular hourly rate. Work on holidays and Sunda s shall be paid at two (2) times the regular hourly rate. Y ? tt F .Ah NO. 18: Means a work week shall consist of fort 40 hours in an combination. Any hours ' worked over forty (40) in an Y ( D Y ` . y payroll period shall be paid at the rate of time and one-half ¢' ^ Or 3„ (1�9) • All overtime work and work performed on Sundays and holidays shall be aid at the rate `'°` -, ; of double gu pay rate. A.0 ' (2) time the regular P _: :. loo. 26: lfsane a regular working day shall consist of eight (8) hours between 7:00 a.m. and ' . .... r,. .00 p.m., five (5) days per week, Monday to Friday, inclusive. Work ! " ` Sundays and before and after the regular working day on Monday to Friday,performed Saturday ^ be classed an overtime, and paid for at double (2) the rate of single time. Holid•3 '°: : �•,; be paid at the double (2) time rate of pay. days shall NO. 28: Means eight (8) hours between 8:00 a.m. and 5:00 five p.m. shall constitute a day's work (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek or four (4) ten (10) hour days (4-10's) provided: ijN r -The project must be for a minimum of four (4) consecutive days. -Starting time may start as early as 7:00 a.m. _I -Work week must begin on either a Monday or Tuesday: If a holiday falls within that .;b. 'F week it shall be a consecutive work day. + middle of a week, then the regular eight (8)(hour r schedule may be l implemented)� the -Any time worked in excess of any ten (10) hour work da in a ' shall be at the appropriate overtime rate. Y ( 4-10 hour work week) ; All work outside of the regular working hours as provided, Monday through Saturday, shall be '� paid at one S one-half (1h) times the Omployee's regular rate of pay. from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognised hodays shall- performed paid at R Vii;• double (2) the straight time hourly rate of pay. DSO. 33: Means the standard work day shall constitute eight (8) hours of work between the hours of 6:00 a.m. and 6:00 p.m. Four (4) days at ten (10) hours a day may be worked in straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half 1 ' Sundays and holidays shall be at double (2) time. ( )• Overtime worked on i �A k� b,. ANNUAL WAGE ORDER NO. 2 '• era.I d:ergs a. t; *{>°„• ,YH 4.+t 3«'""-1S•"r,�.�-c7£F"�t! s �f t tk>' kr•,rtl��1v,r z�; 't � ` r� t A t, •, "` r-'s"` �. r ash;,�^r„u,, ; ' s , uN + ; ,u'�` Yi 1 I s t' N n 1.S Yy+t + , , 15 9 F' + . l t i 4 U! rJ ..x7, A t t2+t�+•, {T,�e�,t3,��' iH JtT F 7 J 1r�5�u.t r . , r: ? ? : f ''� <+t + ,2ly{ ! + t ! � >• rt.'r,�, _ , A t`J�jt��r k r f��1�lA 3 f ' ' 1. ..:f + j t S' St 3'?ll N ++� (fy�' �''•"`fi i ' A ' f � � ,A!{{��Irt��L°tt (r�fiz,s�+t!h`t!3{�,�k'� ` � +'F: � ✓�i t siszti�aF�`ge(�"a t+^t ,�+� ��r�� t 3 {:n'k��, }.: :�' �+ s • .���ois+�� �`{NI}''� i.�.i;;+ r a e k its r t{+rr.'✓'Jti,w� r�err F, rj .'� �, � h ! "rA r/�,�� � A'$ ,Y`gF`Jr 7�°�*+a��j:, �t{4„ s r,•'t`}S .<��rtl�. �1 f.y nx+�tb�l'',�,�:�r.y�, ji..�st .il ti r3{�' .�•a h-'�� t� t, �ar� s o w �; , �. .r of�!��d �i + •!; Y "3i' �`t ss4 t� .3¢� °j ��° � ))L �pyr ' 1�}Ii! �l,�t ,�? � vi $ "�}�{�{ -Yir��;.'y;`t b•�sY >+n�tt{'tt �� '¢b:41 �,� t� ,., l��t#. t w 4��i., { N �.,• !t f N`ps• .! '' �C r` e���:%. tk r}+"�f G K�{s°� 'A! A ttxe Y?r r as Rn a! r �s .$ ,�, 1 h'•, � 1.r. .F ' �.. + •. +f�Y G 'I' t'A't+,F�f��•,t T�' tl. � n 3 aF 99 t .4� ;r. NO. 35t Means forty (40) hours Monday through Friday, ahall constitute the normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m. Work in excess of forty. ' (40) hours per week and eight (8) hours per day and on Saturdays and Sundays, shall be paid at the rate of one & one-half (1h) times the normal rate. Work performed on recognized holidays shall be paid at the rate of two (2) times the normal rate. Saturday shall be ' voluntary make-up day if inclement weather occurs during the work week and hours 4tre� lo ;&days shall be paid at the normal rate. 4 NO. 40x Means eight (8) hours per day Monday through Friday shall constitute a forty (40) hour work week. The regular might-hour working day can begin as nearly as 7:00 a.m. and and as latex as 55:30 p.m. All hours worked on Saturday and all hours worked in excess of eight . (8) hours but not more than twelve (12) hours during the regular working week shall be paid for at one and one-half (1h) times the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day ' shall be paid at double (2) time the regular hourly rate. } NO. 48: deans the regularly scheduled work week shall be five (5) consecutive clays, Monday r through Friday or Tuesday through Saturday. Light (8) hours shall constitute a day's work. r,'.,'•. Starting time for the first shift shall not be earlier than 7:00 a.m. nor later than 10:00 t >` a.m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and one-half (1h) will be paid for all work in excess of forty (40) hourm in any one work week. On the Monday through Friday schedule, all work performed on Saturday will be time and one- ;`:•% ,' fl,. `"- half (fly) unless time has been lost during the week, in which case Saturday will be a make up day to the extent of the lost time. On the Tuesday through Saturday schedule, all work ' performed on .Monday will be time and one-half (1h) unless time has been lost during the week, in which case Monday will be a make-up day to the extent of the lost time. Any work performed on Sunday will be double (2) time. If employees work on any of the reucognixed :. holidays they shall be paid time and one-half (1h) their regular rate of pay for all hours Ea• ,kr worked, in addition to their regular holiday pay. ,µ MO. 55: Means the re work d gular w ay shall be eight (8) hours between 6:00 a.m. and 4:30 p.m.The first two (2) hours of work performed in excess of the eight 8 hour work day, Monday> . x .;5.:. through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & Yk :_'n='3 F V one-half (1h) times the straight time rate. All work performed on Sunday, observed holidays and in excess often (10) hours a day, Monday hrow e the straight time rate. y' Y g h Saturday, Y y, shall be paid at double (2) 370. 57: Means eight (8) hours per day shall constitute a day's work and fort 40 hours week, Monday to Friday inclusive, shall constitute a weeks work. The regular starting imes 3 <, shall be 8:00 a.m. When circumstances warrant, the contractor may change the regular { . ` workweek to four (4) ten-hour shifts at the regular straight time rate 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 (1h). All time worked in excess of ten 10 ,tK,N',t hours, Monday through Friday and eight 8 hours on Saturday nd all time worked on Sunday and holidays shall be paid for at the double 2 time rate of pay. X10. 59: Meaner �`�;}�t�;,,• that except as herein provided, eight (8) hours a day (which may be S early as 6:00 a.m. ) shall constitute a standard work day, nd fort Y gin ms ,.<tx�•tf, Y. y (40) hours per week shall ��4. h'� constitute a week's work. All time worked outside of the standard eight (8) hour work da r:}; ► `,, and on Saturday shall be classified as overtime and paid the rate of time and one-half (2h).Y �` All time worked on Sunday and holidays shall be classified as overtime and paid at the rate ' of double (2) time. The Employer has the option of working either five (S) eight hour days f "l or four (4) ten hour days to constitute a normal forty (40) hour work week. When the fours. (4)* ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour , )periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, ` y inclusive. In the event the job is down `� for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day= straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day } y (8) hour work week is in effect, forty (40) F3 hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the t.Y S option of the Employer, be worked as a make-up dayj straight time not to exceed eight (8) . j hours or forty (40) hours per week. ,r ANNUAL WAGE ORDER NO. 2 hP 2 d 7 hpn , 4 fit? ry. µ� ? '`} �{ 45i i Tr�.(i,lf4i�Tr�t/r.. .�it.4r .tf r (}+ / rt1 t l ,i} 1. Y �. ^'^ ) ;:.;,.i'4;ik'y a��+j]h�•sSr4}` F7 S', � l�;i .fY C I e).i #?It Y. 1 t. � q: .lf',• 1•: '�'1��.,,yii t+(. ryi .ro?4 'f ik'�•;51 :sit '..,jti.r.`,,t t` "Jro f,';J7 ` t' t { 'k '� 3fr ti: : ,� }.u4 t f .rl{ }�j:(,rjt•y�{f1. f'�r�•f' �l �i 1 "�at� i{a iti azr',r�f i4,� Ft�r� 5t t + s '`s r, v� S ! �'n 1 t ..`.?,•rf, a ,�ti xF ass a ' ¢#� N"�k� '� �. % :r z ' x'r ; r .it...7 r{. n�e� � �' S •• (art¢.tu.t i A•2Y� GtarirrFt r i /t r{ ��4�. z t 5 a � t`S , A w<���.1^n Ti?i�j 1•T�f}J'G � }�8!;ts u'Y t{'V 1 > 71( 3 !. h R'.3. ttt'IrJt� 7i' y .� U� !4 X14�s� i��� � .�: 1 k' �. '�,�f i�� .»}"�`� �.,�j. �x.` °c 'Yl� � ) 2 rt. j N ,..,;,.h}i.k,,�s t r ) -,�rr,•.F.'�r.s,t fit ,�» �� t L � "tl; rti ,fir, <� Qr yyr;�..,t'f'v� ;; *� .rr R.N t ..'rrr}1 f� f o- c c:t � -F,T is r•j C,, 4L9 7it 1��'' ,,,j+r�,r� :8ft' .t s. li"jl� , swrgdi 14.4;,?��r1`•? tyF �, e;,ft t,..J, G". yt,;*r} ri �f 5nf ix;s�,."j..rYtr(,,,, ...@� s#x{�S i�, � i i � it {,'i u+fir a�; .�.d• k3f:;� attx'4�t'r ,aFti`fir.',:s'}.tE}.4[i' t`C. .t sit ifs. ) �t' fs .x ' ..9t.���j4 ��iay"�1rt„' S"ti» t }' �y w. � , ti 7 o. t�t «. x+ .,+1 §:51 a•s r i. i t F d''I.'k 'bt`"' �w yr}+ � ('�'•r' �y ybt S �=%t iPY?�' '^�"t;h^.L"'y?t' 1tr �+� y . ' � s �C -:f} r` ++�o t S i.�°s��'§ x xac n �i��„aYti ;tii' » .1F ((,, �''�f'b'��df.r��v.. r�rn�c�.'{r� 7('y .�y4'• f i;'Y, + ��}r t..ti}�Y },tl Kb_•fr 4(9 .rJ,if l'•kk'(r 9',4 fz[�?3°��9".�i��!'x � Y' y,r`,r.,° i,•cr ,�ii}n r�;''�4,:�9 `�' f,s�� #r..;Y.• .�t�i{!;'s"i t f� >{t: 1 t : (SL f t , t' rt"i i"�.t� r7"Y�J +,+.�4�s 4 uls� ',�yA,+Y .4 5� 1. i r {[(t ,✓ Y S S .t+ } A( .t ti" t t Y:' '( 7v.Pf Yra1r,�::Fr ,{ '�;• + :� � s ,} § i. r 1. J c t ! �, h;•i. '.Y' a tiS 'a'yy +� ,t i 1.... 1S. Jr,n•,ry>pt,l l t. AVA . ;r.........:..:.ssasr.'a{t?irnirHFL'�'Pt`!e�'ft7Rrssa"''iw,±trrt�.:-,�r..,._....,.,.......-„ ,,..., rr.,..r,..-.,..:,,...,,...-_..... ._..... . '?r:=,. r :... >.! ..` ., ,;?;'}iF9+trtal?�;f^zas'rtixr�lit!`r�• s �� N0. 6U: Means a regular work day of eight (8) hours shall be from 8:00 a.m. to 4:30 P.M. �+ The Employer shall have the option of working five 8-hour days or four 10-hour days Monday A through Friday. If, an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or 40 per week shall be paid at time & one-half (2h) the urly rate Monday through Friday. if an Employer is prevented from working forty (40) kn.:' urs, Monday through Friday, or any part thereof by reason of inclement weather (rain or e,i,jit,i d) , Saturday or any part thereof may be worked as a make-up day at the straight time rate. If an Employer elects to work four 10-hour days, between the hours 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per day or forty (40) hours per week :shall ba paid at time & one-half (ley) the hourly rate Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, he may work ten (10) hours Friday at straight time. Sundays and holidays shall be compensated for at double (2) time the regular rates of wages. ALL MILLWRIGHT work performed in excess of the regular work day and on Saturday shall be compensated for at time & one-half (1h) the regular Millwright rate. M0. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, � beginning at B:00 a.m. and ending at 4:30 p.m. All overtime work performed on Monday through Saturday shall be paid at time and one-half (1h) the hourly rate plus an amount equal to one- .' half of the hourly pension, welfare, and JATF contributions. All work performed an Sundays ;• ;�' and holidays shall be paid at double (2) the hourly rate plus an amount equal to the pension, welfare, and JATF contributions. Aq NO. 91: Means eight (8) hours shall constitute a day's work beginning at 7:00 a.m. and ending at 5:30 p.m. The work week shall be forty (40) hour beginning Monday at 7:00 a.m. .:, •, and ending Friday at 5:30 p.m. Employees shall receive double (2) time for over eight (8) hours in a work day or for over forty (40) hours in a work week form Monday through Friday. ;':: Saturdays, Sundays and recognized holidays shall be paid at the double (2) time rate of pay. NO. 101: Means eight (8) hours a day shall constitute a standard work day, and forty (40) f hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. f All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (1h) (except as herein provided) . All time worked on Sundry and recognized holidays shall be paid at the rate of double (2) time. Starting time may be as early as 6:00 a.m. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour rk week. When four (4) ten-hour work week is in effect, the standard work day shall be nsecutive tan (10) hour ( ) periods between the hours of :30 a.m. and 6:30 p.m. , forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer'a control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. All work over ten (10) hours in one day or forty (40) hours in a 4-10's work week shall be paid at the overtime rate of time and one-half (ley) . When using a five (5) day eight (8) hour work week, and the job is down for any reason beyond the Employer's control, then Saturday may at the option of the Employer, be worked as a make-up day; straight time not to 1 exceed eight (8) hours or forty (40) hours per week. J f t f 4i NO. 110: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute ;:;,;:;•s;r:; a work day. The work week shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday. All work performed on Saturday, except as herein provided, shall be compensated at one and one-half (1h) times the regular hourly rate of pay for the week rformed. All work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. If an Employer is f � pe prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight ;~ ,," ' time rate. The Employer shall have the option of working five eight (8) hour days or four ten (10) hour days Monday through Friday. If an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) hour per weak shall be paid at time and one-half (1h) 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 ��t. ,. ten (10) hours per day r fort 40 hours r week shall be '� ''` � Y Y ( ) per paid at time and one-half (l ) .,�-s%xt the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and loses a day due to inclement weather, they may work tan (10) hours Friday at straight time. =s Friday moat be scheduled for at least eight (8) hours and no more than ten (10) hours at the :,•y'�a�>�'>,a='� ' straight time rate, but all hours worked over the forty (40) hours Monday through Friday will 4ksa �;r e paid at time and one-half (1h) overtime rate. y y r C&U2WWXW2 ANNUAL WAGE ORDER NO. 2 t r Pap 3 of 3 how Wyylyk3 y I , N r{ t •. y F + •N�lt:lf4St13 �.b{ l' :..,t .. i M"w'Li'J:r, w s Ag 1d t .s: J {t +�1+. hY+5 hZ yr � ? `3 t''G�� S•�? T 1, q,ER�y+"°�„s� ytis t rs {/7 FErazrsr A rtt»t Yx �}a?YYTS1tf{i' 1 k rr .` E �• k�� nr Ti i n};:Y z: HQI]IAly TE SCHEDULE BUILT A IG CO's.. 'g�2�7 MON t AOM%l Is All work done on New Year's Day, Decoration Day, Fourth of July, Labor Day, �. anksgiving Day and Christmas Day shall be paid at the rate of double time. When one of the ove holidays falls on Sunday, the following Monday shall be observed. F10. 21 All work performed on Now Year's Day, Memorial Day, Fourth of July, Labor Day, � Thanksgiving Day, Christmas Day, or the days observed as such, shall be paid at the double time rate of pay. : WO. 2: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. vi fi NO. 41 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the =y above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. Ss All work done on New Years Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Da and Christmas Da shall be aid at the double time rate of a g S Y Y P pay +� NO. 6s All work done 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 time' rate of pay. Whenever any ouch holiday falls 3j � t on a Sunday, the following Monday shall be recognised and observed as the holiday. an's 7: All work done on New Year's Day, Memorial Day, Inds pendence Day, Labor Day, Voter Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of Pay- IfY;"' ' 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. 8: All work done on Now Year'® Day, Memorial Day, Independence Day, Labor Day, Veteran•s " CLY6 Thanksgiving Day, and Christmas, or days observed as such, shall bey aid at the doubleP rate of pay. x #f: NO. 9: All work done on Now Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid for at the double time rate of pay. Any one of the above listed holidays falling on Sunda shall be observed on the following Monday and paid at the ?5� n>a Y q Y doubles time rate of pay as all observed holidays. }�S"� no. iOs All work done on New Year's Day, Memorial Day, Independence Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving and Christmas Day shall be paid at the double (2) time rate of pay. Any holiday which occurs on a Sunday shall be observed the following �sS ', j; Monday. No work shall be performed on LIBOR DAY except to save life and property. Day, Christmas Da Fourth of Jul andx` ;r4 -� Flo* Ili All work done on Flew Year's Day, Memorial D y, tma y, Y. _;.;.':�r,:',��>?s:T-'�• positively no work shall be Thanksgiving Day shall be paid for at the ratm of double time. performed on Labor Day. Martin Luther King'* Birthday, V'eteran's Day and the day after Thanksgiving Day shall be considered optional holidays, and if the employer and employees k� �_. agree that work will be performed on that day, no premium will be required. ? Flo. 121 All work done on New Year's Day, Decoration Day, Independence Day, Veteran's Day, Rd`s"•;u Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Under no s , circumstances :hail employees be permitted to work on Labor Day. . r > NO* 131 All work done on now Year's Day, Memorial Day, Independence Day, Labor Day, ' " Thanksgiving Day and Christmas Day shall be paid at the rate of time and one-half (1 1/2). NO. 14: All work done on Memorial Day, Fourth of July, Thanksgiving Day, Christmas Day and New Year's Day shall be paid at the rate of time and one-half (1 2/2). No work shall be done ' on Labor Day. When a recognized holiday falls on Sunday, the following Monday is observed as the holiday. 5 RR kv 4 AM-MAL WAGE ORDER NO. 2 'y r;„ •..--'r•--'-s."—*-+'R-n-, ,^tir t '-rr +:- r . "t -^-^,+.+.+nnrs.�+ ---- rs;r'. ,;�°a" : ,ti. r.'f tt ° q t: s r n� t I w.,�,'�. �,rr •,�.. .1w r �±i�•� �Z}*S 7%' .f ,r�t '��;..p��=J }�' 1'+i � f'7 .aj, tr ti A .> {' 'r t ..4..s f r ;t c St..4L`'+�..{tf 'k``;��r?{��z• .J .} � ,yrf ,r h4 }r 1.Y 4+,•t d i t 1 t• '� ' x 1 h 6 ••K.'I "� G fF „p �'�"W+ ate. f+k'�J+.,1rt' 7• SS ef. la �S }' rt+ ,. �. f 4,:.., i X: Lr fr,`.�j .n •3«`.�a.�� .�4;�'�1.'i fa,.�� � � r•r."t ne { > ,.x r+t ✓ 4 , r�� tr"lty��.ft k 7� +� '��t H.i r^}�JQ�YQ6f.X'�{�F 4'f�• };1{t}ly 4 .f i' .7 F '� ( ;y Ad }5: 'L (• 4 ,. rK'.' 1 , j l ill h '..t r t {,k1 LtrP t 3F flr`4t N�45���L77ti''Cf .,,k ¢. ��S�r4Y•.' '(.�:��yJ t.'rr }tt �. �i 't'.t I 4.' 1 .f. i .3 r..,>. r i L f' c :,y '4 `",,y+ #4',L�t+7& � � 1 .t `c{, ',S � li� ,`.�r4 fn, ..;rr t aJ ,.,a � ' .y, t rf + r}. r � .(' sl''.', p +Lt.t'1 ,+' -+Yr,j..};1.fr.t tJr,1',�s;}i bS xzltija 1 r��, ,t{ir.'w tY,'A Yky�p S..}r'x'F t:."}1;�4.S t z:3 1..'itI,k,;3; t is�.+1't.'r� 1 ++t. L i('r}.1;+' a•.C .7 1;,.'i„t•y W i ii ii± ..+:'�..�.4: i( a,.1,t.l r i Im id i k�• � rr i� p. ;.f'•` ! ,y.;` :ir.' ,� .t � is , f tp;1• tfC ��t�`f titl st14 tf4,5rt.� +7=4\., 5., Sys ,j . r1 .-` SS:7{}F :::.i uu..y._.}:f.. 4 t w.,rir1a»F3� YA 4' NO. 252 XII work done on Now Year's Day, Decoration Day, Independence Day, Thanksgiving Day and Christmas Day ahall be paid for at the rate of double time. No work shall be performed on Labor Day. NO. Us There shall be seven (7) recognized holidays: Now Year's Day, memorial D 4 Indspendence Day, Labor Day, Armistice Day, Thanksgiving Day and Christmas Day. No work 04) any pretense shall be performed on Christmas Day, Labor Day, or Independence Day. Any work performed on the other holidays shall be paid for at two (2) times the regular rate of pay. go. 17: All work done an Dow Year's Day, Decoration Day, Fourth Of July, Labor Day, Armistice Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be permitted an Labor Day until after 5:00 p.m., and the rate of pay shall be double time. NO. 28: All work done on Now Year's Day, Memorial Day, July 4th, Labor Day, Veteran a Day, Thanksgiving Day, the Friday following Thanksgiving and Christmas Day shall be paid at the double time rate of pay. dou When one of the above holidays falls on Sunday, the following Monday,whall be considered the holiday, and when one of the above holidays falls on Saturday, the Preceding Friday shall ba considered the holiday, and all work perform shall be paid at the double time rate. ad on said day(s) and Christmas Day shall be paid at the double time rate of Pay. The employee may take off NO. 19: All work done on Now Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, Friday following Thanksgiving Day provided he or she has notified their supervisor on the Wednesday Preceding Thanksgiving Day. NO. 20: All work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, y Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a paid holiday falls on Saturday, it shall be observed on Saturday. When a paid holiday falls on Sunday, It shall be observed on Monday. NO. 21a All work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days locally observed an ouch, shall be paid at the double time rate of pay. If Saturday falls on a designated holiday, all hours worked *sha be paid at the double time rate of pay. U0. 23: All work done on �­v New Year's Day, D Ryg Memorial Day, Independence Day, Labor Day Thanksgiving Day, Christmas Day, or days locally observed an such, shall be paid at th' double time rate of pay. If a holiday falls on Saturday, Friday shall be observed; if *it falls on Sunday, Monday shall be observed. NO. 23: All work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall b! recognized holidays and shall b paid at the double time rate of pay. When a holiday fal a on Sunday, the following Monde ` o shall be considered a holiday. nday gI I'm t. No. 24: All work done an Christmas Day, Thanksgiving Day, Now Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Presidential Election Day or days locally observed as such, and Sunday shall be recognized as holidaym and pa of pay- id at the double time rate NO. 25s All work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, on Day, the day after Thanksgiving, Christmas Day, Presidential Election Day or days locally observed as such, and Saturday and Sunday shall be recognized as holida an shall be Paid at the double time rate of pay. ys, Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay.a t NO. 26: All work done on Now Year's Day, Memorial Day, Fourth of July, Labor Day, Vat ran a Holiday occurs an Saturday it shall not be observed on either the previous Friday or When .t following Monday. Such days shall be regular work days. the it shall be observed on the following Monday. If such & holiday occurs on Sunday NO. 27 1 All work done on the fallowing holidays or days observed as such shall be paid at the double time rate of pay: Now Year's Day, Memorial Day Independence Day, Labor Day, Day, Thanksgiving Day and Christmas Day. , Veteran's ANWAL WAGE ORDER NO. 2 PACIE 2 OF)Hill 4. ............ �U IMM! _ t t.. _.H.:W.•aew51:'.h,' C�'d,`4'>v<ii,''4 '1z>ie�F1„'.': `�t',.t..0 7`�:i" ' t '. 14 tt t NO. Us All work donna on Now Year's Day, Armistice Day, Decoration Da independence Thanksgiving Day send Christmas Day shall be paid at the double time rate of pendants Day, ( shall be performed on Labor Day except when triple 3 time is Pay• no work n Sunday, the following Monday shall be observed as thse holiday. When a holiday falls ; NO. 29t All work done on Now Year's Day, Memorial Day, Inde R Christmas Day or day observed an such for theme holidayn shall be ea Day, Thanksgiving Day, rate of pay- No work shall be performed on Labor Day except when paid riplee (3)htimeuin paid. When a holiday falls on Sunday, the following Monday shall be observad as theca holiday. Y 110. 30s All work done on New Year's Day, Memorial Day, Idepandaenee Day, Thanksgiving Day, Friday after Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Da axes in special triple (3) tune is paid. When a holiday ;Falls on Sa dathe Cases of emergency in day and only when ,A be observed as a holiday. When a holiday falls on Sunday, the following aMonday shall be observed an the holiday. NO. 311 All work done on Now Year's Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanks ivin Da Christman Day, and Employee's: Birthday shall be N. Y paid at the double time rate of pay. If �► holiday falls on Sunday, the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday, he g Y q ' holiday. Y� preceding Friday will be observed sae the taco Wised NO. 32s All work done on New Year's Day, Memorial Day, Fourth Of July, Labor Day, A ` Thanksgiving Day, the Friday after Thanksgiving, and Christmas shall 4>" >? time rate of pay when one of the above holidays falls on Sunda the following aMonda double P Y be observed and when one of the above holidays falls on Saturday, the precedin Friday shall be observed. '+`` Y` NO. 331 All work done on New Year's Day, Memorial Day. Fourth of July, Thanksgiving Day and + v; Christmas Day shall be paid at the double time rate of pay. Labor Day shall be paid at the triple (3) time rate of pay. If the holiday falls on Sunday, the following Monday will be 5 served= if the holiday falls on Saturday, the preceding Friday will be observed. A 361 All work done on Raw Year's Day, Memorial Da Independence Thanksgiving Da Y, Pendence DaY. Labor Day, g� g Y. and Christmas Day shall be paid at the double time rate. Any holiday ` falling on Sunday, will be observed on the following (today and be paid accordingly. When one of the above holidays falls on Tuesday, the preceding Monday will be observed as a non- .:,;;,.n� . working holiday. When a holiday falls on Thursday, such as Thanksgiving, the following Friday will be observed an a non-working holiday. {° 35: All work done on Now Years Da Memorial Da Independence Thanksgiving Y Day, Y� pendants Day, Labor givin Da and Christmas Da shall be Of pay. If a holiday falls on a Sunda it shalltbehobserved on one-half the following Monday.s rate Y� g 4 Pl r�jjrr, i NO. 36: All work done on Labor Day shall be paid at the double time rate of pay. t' Sti;c NO. 37: All work donee on New Year's Day, Memorial Da Independence Y, pendants Da Y, Labor 16 Veterans ' Day, Thanksgiving Day, Christmas Day, and such other days as may be declared leaYsal holidays by the rodeeral Government shall be paid the double time rate of pay. X10. 38s No work shall be ' Da performed on New Year's Day, Memorial Da fourth of ,July, Labor }f Y. Armistice Day, Thanks Y. •,:,;� giving Day and Christmas Day. NO. 39t No work shall be done on the following holidays: Raw Years Day, Memo .. Independence Day, Labor Day, Thanksgiving Day, and Christmas. Any of these holidays falling ; r on Sunday, the following Monday shall be a holiday, and any of these holidays falling on Saturda the r<.,t Y, preceding Friday shall be a holiday. NO- dos All work donee on a legal holiday shall be e paid at they double time rate of pay. r,.a •t •+ p'yy. ii. essa;sey.wa ANNUAL WAGE ORDER NO. 2 PACE 3 OF S PAGM }; ,"i:,• ..t --.>+a rvKrcfisRt>.CR ,:Exnwrrvr+.+s...... .... . ....,....... .aro.unr..,.w....«....— .., p,+ [. ,�:,;SS��r,t!+.. a t g � •./ .. t:' Y .�jH rI`ikr 7{�� .nr.� i.;i 1rtgFt , ,, <t .+}• .c. r..' t.. ., ..s, 4 n 'yacx±.:.��li� r,r.��tt.r r2';, ilea I 'C. �i 1 f•(,X fl� 1. �;2� �.4• ..., .. .., . ,i h'� �tq�'��Pjy1"��.'-Cilw�tt�(, �� T hiiK ✓ .5i't'k'Yt' ifi. l�'' (1 tµ,h.•R:r.l ',� sF ,5 t!..n r i�{r'i. t_. . .,_...,��,_ ea ...` T�ifit aP��•'k2�;1k!.'•�r :i y i.,ei.i..�.�:t�.:„'?e?"'m�'�fa � � fin':F fir' MA. 41: All work done on Now Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day � shall be paid at than double time rate of pay. No work shall be done on Christmas Day, Fourth ,'Y_xi of July or Labor Day. When any of the above holidays fall on Sunday, the following Monday shall be observed as much holiday. If a holiday falls on Saturday, it shall not b considered to be obeeervod on the previous Friday or following Monday. Such days ®hall : ragulasr workdays. '. HO. 42: All work done on Now Year's Day, Memorial Day, Thanksgiving Day, and Vateeran'ee Day shall be paid at the doubles time rate of pay. No work shall be done on Christmas Day, Fourth of July or Labor Day. no. 42 s all work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, Veeteran' Day (Nov. 11th) or mutually agreed upon day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. if a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. • is 'yt MO. 44: All work done on New Year's Day, Washington's Birthday, Decoration Day, Fourth of July, Thanksgiving Days Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (a) time rates of pay. l+oaeitivesly r,.o work shaall be allowsd on Labor-PAX. If any of those holidays fall on Sunday, the following day will be observed as the holiday. If any of these holidays fall an Saturday, the preceding Friday will be observed. no. 45: All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day or days to be celebrated as such shall be paid at the double time rate of pay. If a holiday falls on Sunday, it can be observed on the following Monday. If a holiday falls on Saturday, the employer shall designate whether such holiday shall be observed on Friday or Monday. Ho. 46: All work done on New Year's Day, Memorial Day, Fourth of July, Thanksgiving Day, and Christmas Day shall be paid at the two and one half (2 1/2) times rate of pay. NO WORK SHALL BE DONE AN LABOR DAY. Holidays falling on Saturday shall be observed the preceding Friday. Holidays falling on a Sunday shall be observed than following Monday. }r , r a 'eg No. 49: The following holidays are recognized: New Year's Day, Memorial Day, Fourth of Jul c �i Employee's Birthday, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Eve, Christen Day, New Year's Eve. The above mentioned holidays can be changed by mutual agreement. 61he �i7��zr`' a holiday listed above falls on Saturday, it shall be celebrated on the Friday preceding the <. •:� holiday. ';;~x,Ei When a holiday fall@ on the followin g Monday shall be observed. ? .r: referred to above shall be paid for at straight time when not worked and at double time plus ;;,,;;Y,_,,,�•. holiday pay when worked. HO. 48: All work done on New Year's Day, Good Friday, Memorial Day, Independence Day, Labor �4,.. . Day, Thanksgiving Day, day after Thanksgiving, Christmas Eve and Christmas Day shall be paid at the double time rates of pay. Should any of the above holidays fall on Sunday, the �X following Monday shall be observed as the holiday. Should any of the above holidays fall on Saturday, the preceding Friday shall be observed as the holiday. 110. 49: The following days shall be observed as holidays: New Year's Day, Decoration Day, f July 4th, Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) ti8 personal days. The observance of one (1) of the personal days to be limited to the time between December 1 and March 1, of than following year. If employees work on any of these eight (B) holidays they shall be paid time & one-half (1h) rate of pay for all hours worked. Ki,( No. SO: All work done on Now Year's Day, Good Friday, Decoration Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the double 2 time rate of If any Holiday falls on Sunday, the following Monday shall be recognized as the legal ;;. holiday. 1� 100. Olt All work done on Now Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's ` Day, Thanksgiving Day and Christmas Day, or days observed as such, shall be paid at the double time rate of pay. In the event .one of the above holidays falls on Saturday, the holiday shall be celebrated on that day. If the holiday falls on Sunday, the holiday will be celebrated on Monday following. k" ,v2 ANNUAL. WAGE ORDER NO. 2 PAGE 4 OF S PACE'S tw �( � ! t e- 'W�# t�.r �ah:l���(sy�➢S.ftV rK w,y,,�a t k` i 'd.l ` ' ' )' '.1 F w,, r t T`tip. .k aY t a:ii�x'' {�S i fSdj ' `(7'"i i}t r d 1 !77! ,{ 1 , F 1 it t 1Sy.{Fl"���• r, ti 1 } 's •+ �Y !i�''F 15r f i*'Si Jtij,41'c t?yir r [1 S ti r: 7 ) t. <v tr , srri;7x e ��}� �d r�r�T 1� V 'I 1 t ✓ }tx>1i+,q .t 1 t r S t r�V t ,t r.��. 1 ,r. Ai.J'� } , i I F t}`7+, s.M•,a�a 5 "..,�,t i,d'rt >tf�rY rrv..k5kr,r t{5{ r'U t r' i } + r it ,r kt t r .r. S, 9li l.,nj,t,x x .• .y Yt .By{ xty�y'�'+r�h t t,d+a � t' �. 7 C Y t"��'` 7 f S t •i � , '•� r r z ,j , s � <Ra fut"�r�i'�T` ,»;rr ..i. an,.ar.r_e7ti.+�iie�.zdi=+,�.»fFr`f li>liTt44,�`.wS�J,i.2etd3!+ewu...a...mi..._:..i.,,._, t ,...�..._r+--i..,.,,.,;i.,�•s.9..t�:t#`'.i�r"?�.sf"df..C.�r�n,....A.a.wY. `,4'.ini A�T�..�$�Y' 'arriiiiiA:� NO. 52s There are four (4) paid holidays and they are: Labor Day, Christmas Day, Memorial • Day, and Independence Day. For these four (4) days, all regular employees shall be paid laic + ight (8) hours of pay computed at the regular straight time hourly rate, although no work ?., ,, s performed. Employees shall receive the double (2) time rate of pay for any work performed n these recognized holidays. i Inds s Da work 1.NO 53 All k done on New Year' , Memorial Day,Y Y pendence Day, Thanksgiving Day• Christmas Day or days observed as such for these holidays shall be paid at the double (2) time rate of pay. No work shall be performed on Labor Day except when triple (3) time is rr paid. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. � When a holiday falls on Saturday, the preceding Friday shall be observed am the holiday. NO. 54s All work done an New Yea,r's# Memorial Day, Independence Day, Labor Day, Thanksgiving Da y, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) ;•°a 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. 551 All work done on New Year's Day, Independence Day, Labor Day, Memorial Day, Thanksgiving Day, Day after Thanksgiving Day, Christmas Day and Two Floating Holidays (to be + ` designated by the Company) shall be compensated at time and one-half (1h) the regular rate of pay. Should any of the above days fall on Sunday, the following Monday shall be considered and observed as the holiday. Should any of the above days fall on Saturday, the �• , f a''s�'''l;7• n„ preceding Friday shall be considered and observed as the holiday. r'°,-m NO. 56a All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, rz November 11 (which shall be recognized &a Veterans' Day), Thanksgiving Day, The Day after Thanksgiving day, and Christmas day shall be compensated at the double (2) time rate of pay. acs 'k''ll'� When an observed holiday falls on Sunday, the following Monday shall be observed as the sz. holiday. No work shall be performed on Labor Day except in cases of emergency, but when work w:? is performed on this holiday, the employee shall be compensated at the triple (3) time rate h F N4S, of pay. Y{4 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, 0. 57S terans Day (November 11), Thanksgiving Day, and Christmas Day shall be compensated at the uble 2( ) time sate of pay. When any of these holidays fnll on a Sunday, the following nday shall be observed. 'y1 y f .f �y n 1 r 1, bM*y,,,,,z ANNUAL WAGE ORDER NO. 2 tAOB S OF S tAOU r.: x .�J 'At Drl`l,i s-,•vertu"lV t•F f''tit}ii„; 't T firs: i. •f+r i. 1 f1 s'. ':f"i:•,_"lv'�,ssr'y�T'^,"t k,', ' (F r'f. f '�f`'•4r�a'1 r Tv�^B'r 11v'2'�„fm a,3M1a,.Fy i,`.r tr,4;„r n.r,��.f��1.t.3}.5_yZ r''c,t cf°'5i'2 t.r'Ots e•:ia;1t!i'•h,,fi�..i p�.,�k i f•r{;�.i�.,,d.,n�4,:dFt...J.ni h}!!`:S a.t".•f I!t l t7 7,t 1 1't t.t t l�,•7;Tt.'r 2S e+.•z.�+.t t,ifk.�5 7p{.t 4?ir 2 1"1 i r t;1 t't°r�5 t 4 t'y�sr,7t•,,sd c r7 r l S1.+t>y�c�t x t.s�r 1.'f:;RZ,+k.,,.Fs M�y�{�r�y'i u t�st,;;r/ar t!t.S r f r 9j t i"�J,L S,,.r r't p�1 t S j 1+1.",t�x,.i ff Y`t..�7�t21"��A Sdi�1�S lr'7 rt,f tt a 4�ft��'1.°`�Ai{C�q4 i!s"E.k?�+d{"t',/rX},t,"M 1i''k.°4 1,W e t,.4,;$�rjts ".' �1 11} 1 8{{ . 1 " 1 JF)t q^{ ''Zr¢rbt r 4 r '4 =y ��j�•d, �1'. c 3• �,.:s� :�:, }yy,� r' r,k t.+r,.:k{�= J,a.�n?.X.. c+ .•3.7..^;Fit:i- .r.r t',.S,.i, .err. •'fr,ar �r {.•s.jr ,.t.,;,a..zi,t.,..�:;'flw�. ,�.� '� A 1 , .f 1 ,,.w.; '11' } :t 5 x ,.?:,;! ,k j':: ti�9:� A, �:. ceR..,f>;�*Sf"";1:L''1 t,tstis:?,.•r'r" .,1 SN,,LtC '`w "''l��q'^JJ'� '��` f�i7 li="YS�i+f r, b Ell rfi%��� ..: .!M. 2 � t t;,t!•.,2.+,;,�r 'J 3`it Krk.F iF � s ,x•.,ftit� [fir e o-�@tier e,,�iYr�l�.;� e� ` t e �< � a r °;��y, rG°Nld�z�E �' ��;,'a' �'}' ,r�*' s ,�t,1., ,L+', .f t�f�•'+. }f�"= rF t�7'r1 i 4 K,;,t �t d.,,,� �;t ' rat xi +,�`, t�CY S ^�4r tif'f`+'Ty"r.iv t s .a4 F `5 ,� r ::• ,, � �� �� 7!`it.� .:'i. t Vii".4� tt k i Ttt:�� t+v' 4 ?.! r ,,} � .c t�'�1�� } 2' *4n; c . , v i,ti ;Y.4 .. - ” .0 t C�,g.t. � r, P .��'.7T .. .1. t .t+ # t•+ r } ,},'t., , ..✓i }C1y `rW+., � ? Kk. .i.t. �zr.. iC :1 kzt/'.�} 'a++`}M A:Yy.�1 1tr t�,t,,,r��{",i�' ieavy Construction Rates for CALLAWAY County REPLACEMENT PAGE Section 014.`, 6 66W& -Ovbr- Ohl& CRAFTS Date of I Hourly I Time lHoliday! Fringe Benefit Payments Rates qat_qs Rates i H W P ac. V R PL.T–r9L Other PENTERS $19.884 05 e 7 1 5 1.80 Millwrights•___ 5/95 $19.88 7-7-5 1.9 .80 0.05. Journeymen Pile Driver Worker 5/95 $19.88 7 1 5 1.95, IOPERATING ENGINEERS sification see attached sheet for clas clas (Group I 1 019 $17.85 5 5 F3.50 3.35. 0.40. ANN .50 P 3 • Group 11 5/95 $1750 5 5 3.50 .40, ANN .50 Groupi — 9/95 5 ��-35 D�L 0.40 . ANN .50 $17.30, 5 3. 335 5/95 $15.00! 5 5 3.50 ; .3 0.40 ANN .50 4 !Group! v 'LABORERS Isee attached sheet for classification 1General Laborers 2 4 1 5/95 $16. 2.30 ! 2.00 0.40 - L lied Laborers 2.301 2.00 1 0.40 $17.215.-- --1.- 4 0 4 1 4-0 2.0 I _ I _ 1- i ITeamsters see below for Rates EF DATI _OF FOR ALL CLASSIFICATIONS LISTED BELOW IS 5/95 1 CLASSIFICATIONS -J RATES i i d Trucks--'S_i n"gil 6 Axle 1 $17.01 Tank Wagon- Tandem Axle I $17.1611 (Flat Bed Trucks -Tandem Axle $17.28 ITank Wagon- Semi-Trailer Articulated Dump Trucks 17.16: IStation Wagons Insley Wagons, Dumpsters, Pickup Trucks $17.01 Half-Tracks, Speedace, Material Trucks - Single Axle $17--pi Euclids & similar equipment $17.28 Material Trucks - Tandem Axle __$17.16 A-Frame & Derrick Trucks $17t26 Semi and/or Pole Trailers $17.281 Float or Low Boy Winch, Fork& Steel Trucks $17.2_8; Warehouseman .911 IDistributor Drivers & Operators $17.28 Tireman, Oiler 8 Greaser i !Agitator& Transit Mix Trucks $17.17 Station Attendant on Const. ITank Wagon -Single Axle El $17.01 Mechanics The wage rate for Tireman, Oiler& Greaser, Station Attendant on Construction shall be the same as the • wage rate for the oiler in the operating engineers schedule, except operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamsters wages. ***The wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in the operating iyw engineers schedule, except that operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. •ANNUAL INCREMENTAL INCREASE ANNUAL WAGE ORDER NO. 2 6/95 "MIKINI& � '�' �,'}{, rx. ` .0 i iK sa+N:r���s � r1r. !� ,y" 4,y'.�:r'; '• ..u mr w , F! �rt't 5,,tt'�'�.1+7°!``r :, +. Y tt !, a i m�(1 � � },�,t'1;,5°•,. i' ..•t:. r"ii, wr F r , s,�. ' i.! :.•r 1f, .,,jr, .�., ,5.,. �,,.,yt•.�}4n. C,'j��',s.'f::.•' •ir,*C�.t,1t t i •�' 1 }'� s {''j„},ft*.5a •.tt .�:.;.;�•5 t;e:, r s� ''t r',' ,tia, r. ,�,`;` a. j. �t It:` ?at.r' '+, h' ;♦ <:`�ir R '.�-:t.�.r: �,.:yra r•�r:'.i <,Ls `( • g 7 #�,•�' `?'s,-,'r�1�t'7 >,. �H�,•` r ,•4Y: �E .'�4t�4� d6 t,5�t i 1. .G c r.w :l � �,7':r':�:p E,'=rev l.+ i��� JE..,-;5"'•(��'r..ta°� 'g f�'+�:"."�r'L.i�' ScS'4 '•+).�'S,r�'�il,k t�.•�1'r•'i v..L ft�"�tr4`u � 1'�*'.?,i. n r 'i ° , s t It •'i i.grJ ( , ,�i;,*<,� � � G �' .�� �`"����M.rA4� t�ryW�.r.�-,�,�S,�.R rr, ? r i� X y` 'QI u. kr� r • 1 �'N • loll Y s`G�tg1 r ` • . • a. n Y ,i l i t.. r ®R, p M F''T�; +,;uTt.. .x.7 ' �y� f "+�7Yi ti.s �F' y.? �"}ft� ,^ +zS}; 'a #.+rt!•,1.1:.(,t' t +�i ttr s rY ;s�?;'�l'' p ,;� .u.;,� �ef 1� r, Ic>�?b y�rs�:t�•.;;�i. ,b�is�r,� .1� ,�,•:;.�„�'?t,...,� t#t5 'a•,�C'�`1;:, Atr`' ~h;-��'•:�• , I r 3 r +. i ,.•r:�+.,t,55. l.J,lii '4;.{;gG,>,a�1'� i .re�..5Y.��,g'; ,�,��TS'r'".:�'�..-llt�' :+�t>r,v:./a•}x? xti,rt..:�.,., ,;t ?t t�' r f. .rrtfi} r5S'T 4v i11��cc�,,,�;..-t k,�t rl is j4fj4 X4`4 r•,kt r+.f r t'I r: "? r c r,�,� 1 �.•.Yrit�(�;- `1�,.s,i;d}.,.�s .n`�{�'".s{;,�t•�f�',n,q,,��.,r�:,�., :..�,J,i,.;Yr... %( r 1• �tt���' 7r ?� ;r: Er; � `` ji rtl;?'. r .Y', 3+.A,1„{3 1'. °�• �1,e��'-f .v'1 :x,'s� rn t...�`.�Jr�..114{:��i..t.e}2 ri rrtyl,,,,{f.^•r;<t:��.:r�5;'1.,":�'x ,43.•�r> ;!1'.} .F,�ya i .1 — t r . .,}.'. t ;.v,. zt,• •:i xt� t .4.����'('•?''r{., �:v++...t.t))>��r{,,.," .�.,,.�Bf•+-.r 9.�a i..�x�.iy'^k tt M;n`, V1;.(r�. 4p .1:11'J ':� .i. e+ '� 1 l .'<.'JiV'i-t'i:� �'.! 4.((�� :'l�)•',JL.EY {f.({�.�,••1)4isi ;�')ty'. �r� �.' r' '.�74.r1 I,ri Y} �5 t, :� t1.{. .55'r,r.•i.lr,` .ri 1, 1',�)A }. y. S' ;,i �: 54. .;!�.r,.,1d3-.f.:rr"�,d.yirJ'!y.:t,�.,;i...i, ,y,,,u�':,�. �,�..✓,t`,.ell,tx,{:,:N,:ii x„;.�;'�. i ;:r-r ,5 )u4 �a;r t;.,m .J1 ,eY.rP,. �;r., 5. .1 45.;*i,.,o`•ir.;j•,;}':7.'t+;r.;.,'tt' } r.. .�+.,{,'T,*..r.�S. ,,�t� �h `"4y�1$,,2x a',�`' ��.•.n t: k�^.lr;�.x:r,,lr:g � ��.;{•'•,.� 'vr..�t�r .r rtl•:tSe. ;r... r St i'S•Nf # 'x” .1 � C`,'l ;t.i�t ! A7'1d It 3 't!,,`i?� tK'j :W<F' ��rr,,.,r.rr1�i� f•y fS 5M f3 I .1.,1.:' 2 r� f Yt { t y, ',J' r.,�'� �::� a�r�' ,.{�{:d fi S}�#3..t. ��-, i 'r�, �J,. !v •r; +r' �ird ,1'�'r rht`•r,�a.4 ., .t ut. r ,. a. .jysr1 .. e :rl•i Group Z Cout'd Premium Pity All crane with 3 yd. and over buckets $ ,25 Clamshclls - 3 yd. capacity or over 25 Crane, Rigs - anything over 100 feet including Jib .01 per ft. - no maximum - whichever premium is higher contractor will pay. No 'two premiums to be compounded on Crane Rig attachments. Draglines - 3 yd. capacity or over 25 Hoist each additional active drum over 2 drums .25 Shovels - 3 yd. capacity or over -25 Tandem Scoop .50 GROUP 19 Clacsific?tionc: A -Frame Asphalt Hot -Mix Silo Asphalt Plant Fireman (drum or boiler) Asphalt Plant Man Asphalt Plant Mixer Operator Asphalt Roller Operator Backfiller Operator Barber -Greene Loader Chip Spreader Concrete Mixer Operator Skip Loader Concrete Plant Operator Concrete Pump Operator Crusher Operator Dredge Oiler Elevating Grader Operator All Forklifts and Lulls Hoisting Engine - Y Locomotive Operator - narrow gauge Multiple Compactor Pavement Breaker Powerbroom, self-propelled Power Shield - Rooter Side Discharge Concrete Spreader Slip. Form, Finishing Machine Stumpcutter Machine Throttls Yuan Tractor Operator (over 50 HP) Winch Truck 6PIMASr AW2 : - ANNUAL WAGE ORDER NO. 2 GROUP M „Si f ratigns: iters 1 Chip Spreader (front man) Churn Drill Operator Clef Plane Operator Curb Finishing Machine Distributor Operator Finishing Machine Operator Flex Plane Operator Float Oporator Form Grader Operator Hydrobroom Pugmill Operator Roller Operator, other than high type asphalt Screening dpi Washing Plant Operator Siphons & Jets Spreader Box Operator, self-propelled (not asphalt) Sub -grading ]Machine Operator Tank Car Heater Operator (combination boiler & booster) Tractor Operator (50 HP or less) Ulmac, Ulric or similar spreader Vibrating Machine Operator, no hand GROUP IV opID-ASTAWi ANNUAL WAGE ORDER NO. 2 M 1 M 3 ; ."I GENERAL LABORER - HEAVY CONSTRUCTION Carpenters tenders, salamander tenders, dump man, ticket takers, flagman, loading tracks under bins, hoppers and conveyors, track men, cement handler, dump man on earth fill,-georgia buggie man, material batch hopper man, spreader on asphalt machine, material mixer man (except on manholes), coffer dams, riprap pavers—rock, block or brick, signal man, scaffolds over ten feet not self -supported from ground up, skipman on concrete paving, wire mesh setters on concrete paving, all work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, file and duct lines and all other pipe lines, power tool operator, all work in connection with hydraulic or general dredging operations, form setters, paddlers (paving only), straw blower nozzleman, asphalt plant platform man, chuck tender, crusher feeder, men handling creosote ties or creosote materials, men working with and handling epoxy material or materials, topper of standing trees, feeder man on wood pulverizers, board and willow mat weavers and cable tiers on river work, deck hands, pile dike and revetment work, all laborers working on underground tunnels less than 25 feet where compressed air is not used, abutement and pier hole men working six (6) feet or more below ground, Yuen working in coffer dams for bridge piers and footings in the river, barco tamper, jackson or any other similar tamp, cutting torch man, liners, curb, gutters, ditchliners, hot mastic kettleman, hot tar applicator, hand blade operators, manhole builder helpers and mortar men on brick or block manholes, rubbing concrete, air tool operator under 65 pounds, caulker and lead man, chain or concrete saw under 15 H.P. SEMLEID LABORER - HEAVY CONSTRUCTION Vibrator man, asphalt raker, head pipe layer on sewer work, batterboard man on pipe and ditch work, cliff scalers working from bosun's chairs, scaffold or platforms on dams or power plants over ten (10) feet high, air tool operator over 65 pounds, stringline man on concrete paving, etc., sand blast man, laser beam man, wagon drill, churn drill, air track drill & all other similar type drills, gunite nozzle mans pressure grout man, screed man on asphalt, concrete saw 15 H.P. and over, grade checker, stringline man on electronic grade control, manhole builder, dynamite man, powder man, welder, tunnel man, waterblaster -1,000 PSI or over, asbestos and/or hazardous waste removal and/or disposal. ANNUAL WAGE ORDER NO. 2 PAGE 1 OF 1 �c,-Ka3aT2+'ik}1A ��!jyjyyY'� 'il�lv4,kl��fi r 0- �.4�&tk�.f=e�.t•1o�Aur�•.s:Ttt±r-7t'r`�'^e'5��±,4'l�vr�!:.trrr+rt��.e.�«...�...w.:�.._.._,_.�...,.,..;.,�re,+.�r7^an�;#�n.rs.�f�aMltf�ni+Wlx�ti' , , OVERTIME RATE SCHFI-120SL_- ]HEIRIQCnON O. g: Means time &Ane -half (1 eh) shall be paid for all work in excess of eight (8) hours per day (if working ve 8 -hour work days), or in excess of ten (10) hours per day (if worldng four 10 -hour work days), for work Is"n Friday if working 4-10's) and work on Saturdays. Sundays shall be paid at the double (2) time rate. NO. 2: Means time & one-half (I 1h) shall be paid for all hours worked in excess of eight (8) hours per day (if working 5-8's), or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday is used as a make-up day), time & one-half (1'h) shall be paid. For all time worked on Sunday, double (2) time shall be paid. NO. 3: Means a regular work week shall consist of not more than forty (40) hours of work and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of tune & one-half (I 3h). Workmen shall receive time & one-half (1'h) for all work performed on Sundays - NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday, and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half (11h). Workmen shall receive time and one-half (11h) for all work performed on Sundays. NO. S: Means a regular work week may be Monday through Thursday (if working 4-10's) or Monday through Friday (if working 5-8's). Time & one-half (1'h) is paid when working in excess of ten (10) hours per day (if working 4-10's) and on Friday & Saturday unless Friday and/or Saturday is used as a make-up day. Time & one-half (1'h) is paid when working in excess of eight (8) hours per day (if working 5-8's), and on Saturday unless Saturday is used as a make-up day. All Sunday work shall receive double (2) time pay. C"I"I'L O.6: 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 as early as 7:00 a.m. Time and one-half (1'A) shall be paid for work performed on a regular work day before the regular starting time and after the regular quitting time. Double (2) time shall be paid for work performed on Sunday and holidays. At, the discretion of the Employer, Saturday can be used for a makeup day. NO. 7: Means the regular work day shall be either eight (8) or ten (10) hours in a regular work week of Monday through Friday, except where the Employer elects to work Monday through Thursday for a four 10 - hour work week. All work over ten (10) hours in a day or forty (40) hours in a week shall be at the overtime rate of time and one-half (I 1A). Except as worked as a make-up day, time on Saturday shall be worked at time and one-half (I 1h). Time on Sunday shall be worked at double (2) time the regular rate of pay. MAKE-UP DAY - Carpenters, Laborers, Operating Engineers and Teamsters: Any employee who is scheduled to work on regular work day, but is unable due to weather or other reasonable conditions may be assigned to work on Fridays (if working 4-10's), or on Saturdays (if working 5-8's) at the straight time rate of pay. The preceding statement applies to all counties except Clay, Jackson, Platte and Ray. OOTHavyAW2 ANNUAL WAGE ORDER NO. 2 3/95 4a tr¢+ \. .11 it y �� ' + �� � T* 4}t t� c � Aq)S spit �t �j✓'a 7 apt yN"�%lalu"sLyk"A, Y}k5` � f lCf . 4 •r 5; HOLMAY RMpTF SCD_UL_E _ HEAVY C ,J� No. D: All work performed on New Year's Day, Decoration 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 any of these holidays fall on Sunday, the Monday following shall be observed as such holiday. No. 2: All work performed on New Year's Day, Decoration Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the rate of time & one-half (1%). When a holiday falls on Saturday, Friday, shall be observed. When a holiday falls on Sunday, Monday shall be observed. No. 3: All work performed on Now Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the rate of time & one-half (1'A). When a holiday falls on Sunday, it shall be observed on the following Monday. No. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. No. 5: All work performed on New Year's Day, Memorial Day, Independenix Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double. x time rate of pay. When a holiday falls on a Saturday, Friday shall be observed. When a holiday falls on a Sunday, Monday shall be observed. No. 6: All work done on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving and Christmas shall be compensated at the double (2) 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 a regular workaday. If such a holiday occurs on Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day. Iim3l0q "2 ANNUAL WAGE ORDER, NO. 2 Ti v'..�stroAo # .apt •-4 . '?YLiN"=V �a��+fVa•v awR'�Trr��+a�ww,-.. a.�..r..s.................--�..+...r— .. . i.. i 1: UTILITY WORK cjmificatiam Journeyman Lineman or Cable Splicer *Lineman Equipment Operator **Groundman Equipment Operator Blaster Groundman Winch Driver Groundman-Driver Groundman: (1st six months) Thereafter Pole Treating Specialist Pole Treating Inspector Pole Treating Truck Driver E ,fin eBenefits Health do Welfare - $2.00 Vacation Holiday Trust - 10'b % National Electricians Annuity Plan - 19 % Apprenticeship & Training - 314 of 1 % National Elegy. Ben. Fund - 3 % *Lineman Equipment Operator shall be a Journeyman Lineman or an Apprentice. In the event that a Lineman or Apprentice is not available, a Groundman may be upgraded to operate this equipment. *Groundman Equipment Operator — all tractors, tensioners, tension pullers, trucks four tons rated or over, digger trucks, 5th wheel trucks do cranes, and all trucks with hydraulic equipment with controls outside the cab when not used in the operations assigned to the, Lineman Equipment Operator. QV�Ri'IME RA Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m., and forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (1'k) the regular straight time rate of pay. Work performed ..,outside these hours and on Saturdays, Sundays and legal holidays shall be paid for at the rate of double (2) time. HOLIDAY RATE: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be, paid at the double time rate of pay. When one of the foregoing holidays falls on Sunda+, it t; r $20.90 20.90 18.04 17.01 14.65 13.96 10.83 13.96 21.41 19.73 13.43 *Lineman Equipment Operator shall be a Journeyman Lineman or an Apprentice. In the event that a Lineman or Apprentice is not available, a Groundman may be upgraded to operate this equipment. *Groundman Equipment Operator — all tractors, tensioners, tension pullers, trucks four tons rated or over, digger trucks, 5th wheel trucks do cranes, and all trucks with hydraulic equipment with controls outside the cab when not used in the operations assigned to the, Lineman Equipment Operator. QV�Ri'IME RA Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m., and forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (1'k) the regular straight time rate of pay. Work performed ..,outside these hours and on Saturdays, Sundays and legal holidays shall be paid for at the rate of double (2) time. HOLIDAY RATE: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be, paid at the double time rate of pay. When one of the foregoing holidays falls on Sunda+, it Y Revind 4/04 •. ;t.c .f,.c „ PREVAILING WAGE LAW Check Off Last It is the statutory policy of the State of Missouri "that a wage of no less than the prevailing hourly rate of wages 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 290.220 RSMo. Because of the strict penalties prescribed for the' failure to comply with Gz• procedure required by law in order to effectuate this policy, the following is suggested as a primary "Chock Off List" to be used by every person charged with any responsibility under the law. I Before Contract is Let 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 calling for bids. Section 290.250, 290.325, 290.262. (Division of Labor Standards, P.O. Pox 449, Jefferson City, Missouri 65102. Area Code 314- 751-3403 or 800-475-2130). (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. When a public body has solicited bids upon a public works project within the scope of the prevailing wage law without having first secured a wage determination, the project must be rebid with the wage determination incorporated in the bid specifications. 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 the Division of Labor Standards. Section 290.250. 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 performing work under the contract. Section 290.250. F. Insert in the contract a stipulation that the contractor shall forfeit as a penalty to the state, county, city and county, city, town, district, or other political sub -division on whose behalf the contract is 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 the contract 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 faithful performance of the prevailing hourly wage clause as provided by contract. Section 290.250. H. Forward PW 1000 to the Division of Labor Standards upon contract award. (Over) A. �+�fi" y, 5."+•li #4 "j. '..+`i + 3.' .`�+V'.".9�1`,''ajyj 'i _ _ While Contract is Being Performed Take cognizance of all complaints of all violations of provisions or the Prevailing Wage Law. Section 290.250. An examination and comparison of the payrolls and other records to the prevailing hourly rate of wages should be made to assure compliance. The Division of Labor Standards will investigate complaints. 8 CSR 30-3.010. B. Make sure a clearly legible statement of all prevailing hourly wage rates to be paid to all, workers employed in order to execute the contract and employed on the construction of the' public works is kept posted in a prominent and easily accessible place at the site thereof by each contractor and subcontractor engaged in the public works project under the provisions of this law and rNuire that such notice shall remain posted during the full time that any worker shall be employed on the public works. Section 290.265. 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 completion of the public work. Section 290.290. Contractors and Subcontractors should submit certified copies of their payrolls to the contracting public body which are to be kept on file for one year. D. All successful bid contractors including their subcontractors shall submit certified copies of their payrolls to the contracting public body prior to contract acceptance. Notify the Division of Labor Standards when a violation of the law is discovered so that proper notice of the violation can be made and the Attorney General alerted. Section 290.335. I[I ' Before Contract is Pully Paid A. Before final payment is made an affidavit must be. filed by the contractor stating that he has fully complied with the Prevailing Wage Law. No payment .`can be made unless and until this affidavit is filed in proper form and order. Sections 290.290, 290.325. B. Withhold and retain therefrom all sums and amounts due and owing as a result of any violation of the Prevailing Wage Yaw. Section 290.250. 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 1986 should be carefully consulted. If we can be of further assistance, please •write or call the Prevailing Wage Section of the Division of Labor Standards. -2- DMSION OF LABOR STANDARDS Prevailing Wage Section 314-751-3403 or 800-475-2130 J vY^ 8 CSR 30-3.040 Clas$ffications Of ConstrvCUon ' ®Tic "rA pUftpOS&% ne Department of Labor and Industrial Relations has the responsibility sander section 290.260, RsMo to determine the prevailing hourly nate of wages to be paid to soorkars engaged in urork ata similar character. This rule establishes classiRcations ofeonstrudion work for the department to use in determining the prevailing hourly rate or wages for work of e similar character. (L) All public works construction, for which the prevailW hourly rate of wages of workers are to be determined, shall be classified as either — (�) Building construction; or (B) Highway and heavy construction. .(2) Building construction shall mean the following: (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, (B) Buildings at an airport project, such as terminal buildings, freight buildings and any other construction necessary for the operation of the airport facilities; (C) Stadiums, athletic fields, dressing rooms, bleachers and all other buildings needed in connection with an athletic or entertainment facMV, (D) Entire buildings that are built aboveground in connection with highway, subway or tunnel projects, such as tool stations or housing for mechanical equipment (E) Ezeavation for the biding itself, including backfilling inside and outside the building; (F) Storm and sanitary sewers inside the building and to the curb line; (C) Work in connection with telephone, electrical, water, oil, gas or fuel lanes, or other utility or communication lines inside a building and to the curb line; (H) road project; Sidewalks other than those that are poured in connection with a . street or (1) Driveways that are built to serve a bullding; V) fadlitleg (K) (L) construction; 7 �Yya Parking lots connected to a building and all Structures built as parking Retaining was built in conjunction with a building Project; Demolition of a building(s) as part of the site preparation for new building (M) Landscaping of building sites or the planting of an shrubbery that is Incidental to building constnrction as defined in section (2k and (N) Work on water and wastewater treatment plants within the fence line. (3) Highway and heavy construction shall mean the following: (A) Work in conjunction with roads, streets, parkways, alleys and highways including, but not limited to, grading, paving, curbing, signs, fences, g=d rads, bridges, lighting, retaining walls and landscaping; (B) Work on viaducts, overpasses, underpasses, drainage projects, aqueducts, iri ation projects, flood control projects, reclamation projects, reservoir filtration and supply projects, water power, duct lines, distribution lines, pipe lines, locks, dikes, levees, revetments projects, excluding work specifically defined as building construction; (C) Work in connection with underground construction on tunnels and shafts; (D) Railroad work in Its entirety, including. elevated railroads,- (E) ailroads,(E) Alain and side sewearn (1•) Mork in connection with airports, such as runways, roads and streets, but excluding that which is listed as building constructian,; (C) Work in connection with telephone, electrical, water, oil, gas or fuel lines or any other utility or communication lines from the curb line; (Ii) Sidewalks when poured incidental to a street or road project; (]) Parking lots not incidental to a building construction project; and (J) Demolition of all buildings as part of site preparation for any highway and heavy construction as is otherwise defined in section (3). (d) an public works contracts that involve both classifications of construction as defined in sections (2) and (3) of this rule, the Department of Labor and Industrial Relations shall issue a determination including both of these classifications. DIVISION OF ]LABOR ST.AMARDS P.O. Box 449 Jefferson City, Missouri '65102 y ; you have a public Instructions to Public Body: This form is to be used whenever works job that is covered by prevailing wage lags of Missouri, You should have already requested a Wage Determination from the Division of Labor Standards, and incorporated the entire Annual Wage Order or General 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/General 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 =J Street City County State Zip Code General Contractor Name Street City State Zip Code Bid Price All Subcontractors (Write N/A, if none) Name Address Bid Price Sae law pertaining to the payment of all wa909 on all publics works projects (Sections 290.210 - 340 RSMo) These statutes must be strictly complied with under penalty of law. MO 625-0143 (3-95) Form PW 1000 (3-95) AFTWAVIT Cf MIPLIANCE WITII THE PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of , personally came and appeared (name and title) of the (name of company) (a corporation) (a partnership) (a proprietor- ship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Sections 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of 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 Wage Determination NO. or Annual Wage Order No. Section issued by the Division of Labor Standards (Name of project) 'located at (name of institution) in County, Missouri, and completed *on the day of 19 y.. General Decision Number M095O0O1 Superseded General Decision No. M0940001 's State: Missouri Construction Type: HEAVY IfIGHWAY County(ies): STATEWIDE HEAVY AND HIGHWAY CONSTRUCTION PROJECTS r Modification Number Publication Date 0 02/10/1995 1 03/10/1995 2 05/05/1995 3 06/02/1995 4 06/30/1995 5 07/07/1995 6 07/28/1995 7 09/01/1995 ,r t M0950001 - 1 COUNTY(ies): STATEWIDE CARP0007M 04/01/1995 Rates CLAY, JACKSON, PLATTE AND RAY COUNTIES Fringes I. CARPENTERS & PILEDRIVERS 18.50 4.60 --------------- ----------------------------------------------- CARP0008C 05/01/1994 Rates ST. LOUIS COUNTY AND CITY Fringes CARPENTERS ---------------------------------------------------------------- 22.39 4.61 CARPOO11A 05/01/1995 Rates Fringes CARPENTERS & PILEDRIVERS: JEFFERSON AND ST. CHARLES COUNTIES 23.19 FRANKLIN COUNTY 21.08 4.60 WARREN COUNTY 21.08 4.60 LINCOLN COUNTY 20.69 4.60 PIKE, ST. FRANCOIS, AND WASHINGTON COUNTIES 19.74 4.60 BUCHANAN, CASS, CLINTON, JOHNSON AND LAFAYETTE COUNTIES 18.78 4.00 ATCHISON, ANDREW, BATES, CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, LIVINGSTON, MERCER, NODAWAY, ST. CLAIR, SALINE AND WORTH COUNTIES 18.13 4.00 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, ,GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK,.STONE, TANEY, VERNON, WEBSTER, ' AND WRIGHT COUNTIES 17.88 4.00 CRAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, MONTGOMERY, PHELPS, PULASKI, REYNOLDS, SHANNON, AND TEXAS COUNTIES 19.03 3.80 AUDRAIN, BOONE, COOPER, AND HOWARD COUNTIES.19.88 BENTON,`.'MORGAN AND PETTIS COUNTIES ..18.58 3.80. 3.80 LEWIS, MARION, AND RALLS.COUNTIES, 19.88 3.80 .CALLAWAY, COLE, MILLER, MONITEAU; AND OSAGE,COUNTIES 19.88 g,gp ADAIR, CLARK, KNOX, PUTNAM, SCHUYLER, SCOTLAND AND. SULLIVAN COUNTIES 19.88 3.80 M0950001 - 209/01/1995 CHARITON, LINN, MACON, MONROE, RANDOLPH, AND SHELBY COUNTIES 19.88 3.80 BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE, SCOTT, STODDARD AND WAYNE COUNTIES 20.10 3.45 CARTER, HOWELL, OREGON AND RIPLEY COUNTIES 19.28 3.45 ---------------------------------------------------------------- ELECO001B 06/01/1995 Rates Fringes BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, FRANKLIN, JEFFERSON, LINCOLN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County), STE. GENEVIEVE, SCOTT, STODDARD, WARREN, WASHINGTON AND WAYNE COUNTIES { u.,., ., i r �• �. .t.z�a' .t."r yet a }, .m. ELECTRICIANS ---------------------------------------------------------------- 22.15 12.24 ELEC0002D 01/01/1995 Rates Fringes ADAIR, AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCON, LINN, MACON, MARIES, MARION, MILLER, MONITEAU, MONROE, MONTGOMERY, MORGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS', RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County), STE. GENEVIEVE, SCHUYLER, SCOTLAND, SHANNON, SHELBY, SULLIVAN, TEXAS, WARREN AND WASHINGTON COUNTIES. tt LINE CONSTRUCTION: Lineman & Cable Splicer 21.29 39% + 2.00 Groundman Equipment Operator 19.06 39% + 2.00 Groundman Winch Driver 15.67 39% + 2.00 Groundman, Groundman Driver ---------------------------------------------------------------- 15.09 39% + 2.00 ELECO053F 01/01/1995 Rates Fringes BATES, BENTON, CARROLL, PASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PETTIS, PLATTE, RAY, AND SALINE COUNTIES. LINE CONSTRUCTION: Lineman 23.06 7.47 Lineman Operator 2p1.52 7,.11 Groundman Powderman .16.14 5.83 Groundman 15.34 5.65 ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN,CALDWELL . CEDA CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS,DE KALB, DOUGLAS, M0950001 - 3 09/01/1995 { u.,., ., i r �• �. .t.z�a' .t."r yet a }, .m. i GENTRY, GREENE, GRUNDX LAWRENCE, LIVINGSTON, MCDONALD, MERCER, NEWTON, NODAWER, ZARK, , POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH, ANDZ � WRIGHT COUNTIES. LINE CONSTRUCTION: r.; Lineman 22.17 7.27 Lineman Operator 21.08 Groundman Powderman 7.01 Groundman 15.50 5.69 14.35 5.41 --------------------------------------- ELECO095C 06/01/1994 Rates ringes BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE MCDONALD NEWTON, ST CLAIR, AND VERNON COUNTIES ELECTRICIANS: Electricians 15.16 Cable Splicers 3.58+8% --_-_-_ 15.51 3.58+8% ---------------------------------------------------------- ELECO124I 09/01/1994 PORTIONS OF CASS, CLAY, JACKSORates Fringes N , AND PLATTE COUNTIES [Area bounded on the North by State Highway 92 in PLATTE & CLAY. COUNTIES; East by a straight line from Intersection of State Highway 92 & 33 in Clay County Intersection of U.S. Highway 24 & State Highway 7 in Jackson County, South on Highway 7 to Pleasant Hill; South from Pleasant Hill due West to the Missouri Kansas State line; West by the Missouri - Kansas State Line. Towns of Pleasant Hill & Blue Springs are excluded] ELECTRICIANS 20.39 8.29 REMAINDER OF CASS, CLAY, JACKSON AND PLATTE COUNTIES BATES, BENTON, HENRY, JOHNSON, LAFAYETTE & PETTIS COUNTIES ELECTRICIANS: Electrical Contracts exceeding 2,000 man hours 20.39 Electrical Contracts 2000 man 8.29 hours or less 19.39 8.29 C:ARROLL, COOPER, MORGAN, RAY AND SALINE COUNTIES ELECTRICIANS: Electrical Contracts exceeding 21'000 man hours 20.39 Electrical Contracts 2,000 man.8.29 hours or less --- - 18.79 8.29 ---------------------------- M0950001 - 4 09/01/1995 MR" AMR �I ELECO257C 03/01/1995 Rates Fringes AUDRAIN (Except, Cuivre Township), BOONE, CALLAWAY, CAMDEN, CHARITON, COLE, CRAWFORD, DENT, GASCONADE, HOWARD, MARIES, MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH COUNTIES: Electricians 18.68 4.95+13% Cable Splicers ---------------------------------------------------------------- 18.93 4.95+13% ELEC0350B 12/01/1994 Rates Fringes ADAIR, AUDRAIN (East of Highway 19), CLARK, KNOX LEWIS, LINN, MACON, MARION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES ELECTRICIANS: Contracts $500,000 and over 20.55 5.53 Contracts under $500,000 ---------------------------------------------------------------- 15.75 5.53 * ELEC0453D 09/01/1995 Rates Fringes CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY, OREGON, OZARK, SHANNON, TEXAS, WEBSTER AND WRIGHT COUNTIES ELECTRICIANS 17.70 i 3.62+9% PULASKI COUNTY ELECTRICIANS 18.74 3.62+9% HOWELL, LACLEDE, POLK, STONE AND TANEY COUNTIES ELECTRICIANS ---------------------------------------------------------------- 13.75 3.02+6% ELECO545D 06/01/1995 Rates Fringes ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISON, HOLT, MERCER, GENTRY, HARRISON, DAVIESS, GRUNDY,' WORTH, LIVINGSTON, NODAWAY, AND CALDWELL COUNTIES ELECTRICANS 19.32 19.5%+2.25 ----------------------------------------------------------------- * ELEC0702D 01/01/1995 Rates Fringes .BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODDARD AND WAYNE COUNTIES LINE CONSTRUCTION: Lineman 24.27 17%+2.00 M0950001 - 5 09/01/1995 Groundman Equipment operator (all crawler type equipment D-4 and larger) 21.40 17%+2.00 Groundman - Class A 15.05 17%+2.00 ------------------------- .---------------------------------------- ENG10016A 05/01/1995 Rates Fringes BARRY, BARTON, CAMDEN, CEDAR, CIiRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, JASPER, LAWRENCE, HICKORY, LACLEDE, MCDONALD, NEWTON, OZARK, POLK, ST. GLAIR, STONE, TANEY, VERNON, WEBSTER AND COUNTIES POWER EQUIPMENT OPERATORS. GROUP 1 GROUP 2 GROUP 3 GROUP 4 16.92 4.05 16.57 4.05 16.37 4.05 14.32 4.05 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine & trench widening spreader; asphalt plant console operator; autograder; automatic slipform paver; backhoe; blade operator - all types; boat operator - tow; boilers -2; central mix concrete plant operator; clamshell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or baring machine rotary self-propelled; highloader;'hoisting engine - 2 active drums; launch hammer wheel; locomotive operator; - standard guage; mechanic and welders; mucking machine; off-road trucks; piledriver operator; pitman crane operator; push cat operator; quad trac; scoop operator - all types; shovel operator; sideboom cats; skimmer scoop operators; trenching machine operator; truck crane. GROUP 2: A -frame; asphalt hot -mix silo; asphalt plant fireman. .(drum or boiler); asphalt plant man; asphalt plant man; asphalt plant mixer operator; asphalt roller operator; backfill'er operator; barber-greene loader; boat operator (bridges and dams); chip spreader; concrete mixer operator - skip loader; concrete.. plant operator; concrete pump operator; crusher operator; dredge oiler; elevating grader operator; fork lift; greaser -fleet; hoisting engine - 1; locomotive operator - narrow gauge; multiple,; compactor; pavement breaker; powerbroom - self-propelled; power shield; rooter; side discharge concrete.spreader; slip form finishing machine; stumpcutter machine; throttle man; tractor operator (over 50 h.p.); winch trucks GROUP 3: Boilers - 1; chip spreader (front -man); churn drill .' M0950001 - 6 09/01/1995 1. ,.. operator; clef plane operator; concrete saw operator (self- propelled); curb finishing machine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator, other than high type asphalt; screening & washing plant operator; siphons & jets; sub -grading machine operator; spreader box operator, self-propelled (not asphalt); tank car heater operator (combination boiler & booster); tractor operator (50 h.p. or less); Ulmac, Ulric or similar spreader; vibrating machine operator, not hand; GROUP 4: Grade checker•; Oiler; oiler -Driver HOURLY PREMIUMS: The following classifications shall receive $ .25 above GROUP 1 rate: Clamshells - 3 yds. or over; Cranes - Rigs or Piledrivers, 100 ft. of boom or over (including jib); Draglines - 3 vds. or over; Hoists - each additional active drum over 2 drums; Shovels - 3 yds. or over; The following classifications shall recieve $ .50 above GROUP 1 rate: Tandem scoop operator; Cranes - Rigs or Piledrivers, 150 ft. to 200 ft. of boom (including jib); Tandem scoop. The following classifications shall receive $ .75 above GROUP 1 rate: Cranes - Rigs or Piledrivers, 200 ft. of boom or over �Yy (including - ------- -------- ----- --------------- ENGI0101A 05/01/1995 Rates Fringes BUCHANAN, CASS (Except that part of the geographic boundaries of the Righard-Gebaur, Air Force Base), CLINTON AND LAFAYETTE COUNTIES POWER EQUIPMENT OPERATORS GROUP 1 16.70 5.85 GROUP 2 16.40 5.85 GROUP 3 14.30 5.85 ANDREW, ATCHINSON, BATES, BENTON, CALDWELL, CARROLL, CHARITON, COOPER, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, HOWARD, JOHNSON, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH COUNTIES POWER EQUIPMENT OPERATORS GROUP 1 16.70 5.85 GROUP 2 16.30 5.85 GROUP 3 14.30 5.85 POWER EQUIPMENT OPERATORS CLASSIFICATIONS M0950001 - 7 M��� Ch ', 09/01/1995 GROUP 1: Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or sub -grader; backhoe; blade operator (all types); boilers - 2; booster pump on dredge; bulldozer operator; boring machine (truck or crane mounted); clamshell operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; dredge operator; drill cat with compressor mounted (self-contained) or similar type self- propelled rotary drill (not air tract); drilling or boring machine (rotary -self-propelled); finishing machine operator; greaser; high loader -fork lift -skid loader (all types); hoisting engineer (2 active drums); locomotive operator (standard guage); mechanics and welders (field and plants); mucking machine operator; pile drive operator; pitman crane or boom truck (all types); push cat; quad track; scraper. operators (all types); shovel operator; sideboom cats; side discharge spreader; skimmer scoop operators; slip form paver operator (CMI, Rex, Gomeco or equal); la tourneau rooter (all tiller types); tow boat operator; truck crane; wood and log chippers (all types). GROUP 2: A -frame truck operator; articulated dump truck; back filler operator; boilers (1); chip spreader; churn drill operator; compressor; concrete mixer operator, skip loader; concrete saws (self-propelled); conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments); fireman rig; float operator; form grade operator; hoisting engine (one drum); maintenance operator; multiple compactor; pavement breaker, self-propelled hydra -hammer (or similar type); paymill operator; power shield; pumps; roller operator (with or without blades); screening and washing plant; self-propelled street broom or sweeper; siphons and jets; straw blower; ;;6imp cutting machine; siphons and jets; tank car heater operator (combination boiler and booster); welding machine; vibrating machine operator (not hand held); welding machine. GROUP 3: Oiler; oiler driver; mechanic. HOURLY PREMIUMS: THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE GROUP 1 RATE: Dragline operator - 3 yds. & over; shovel 3 yds. & over; clamshell 3 yds. & over; Crane, rigs or piledrivers, 100' of boom or over (incl. jib.), hoist - each additional active drum over 2 drums THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50). ABOVE GROUP 1 RATE: Tandem scoop operator; crane, rigs or piledrivers 150' to 200' of boom (incl. jib.) THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .75) ABOVE GROUP 1 RATE: Crane rigs, or piledrivers 200 ft. of boom or over (including jib.) M0950001 - 8 09/01/1995 M-2 ---------------------------------------------------------------- ENGIO101E 01/01/1995 Rates Fringes CASS (Richards-Gebaur Air Force Base ONLY), CLAY, JACKSON, PLATTE AND RAY COUNTIES POWER EQUIPMENT OPERATORS: Heavy & Highway Work: GROUP 1 18.50 5.90 GROUP 2 17.52 5.90 GROUP 3 13.35 5.90 GROUP 4 16.48 5.90 Utility & Development Work: GROUP 1 15.50 5.90 GROUP 2 14.52 5.90 GROUP 3 13.35 5.90 GROUP 4 13.48 5.90 UTILITY AND DEVELOPMENT WORK: (a) work for any utility company, except on a power house site; (b) work for a water or sewer district or subdistrict; .(c) water or sewer work (storm or sanitary); (d) street and parking lot grading, excavation or paving lot grading, excavation or paving work which pertains to either new or existing residential areas with structures of four stories or less, whether occupied temporarily or permanently; and (e) work on railroad or railway work on public or private property. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1:, Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or sub -grader; backhoe; blade operator (all types); boilers -2; booster pump on dredge; boring machine (truck or crane mounted); bulldozer operator; clamshell operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine,: dragline operator; dredge ehgineman; dredge operator; drillcat with compressor mounted (self-contained) or similar type self propelled rotary drill (not air tract); drilling or boring machine (rotary - self-propelled); finishing machine operator; greaser; high loader -forklift - skid loader (all types); hoisting engineer (2 active drums); locomotive operator (standard guage); mechanics and welders (field and plants); mucking machine operator; pile drive operator; pitman crane or boom truck (all M0950001 - 9 4. 09/01/1995 types); push cat; quad -track; scraper operators (all types); shovel operator; side discharge spreader; sideboom cats; skimmer scoop operator; slip -form paver (CMI, REX, Gomaco or equal); la tourneau rooter (all tiller types); tow boat operator; truck crane; wood and log chippers (all types) GROUP 2: "A" Frame truck operator; articulated dump truck; back filler operator; boilers (1); chip spreader; churn drill operator; concrete mixer operator, skip loader; concrete saws (self-propelled); conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments); fireman rig; .float operator; form grader, operator; hoisting engine (1 drum); maintenance operator; multiple compactor; pavement breaker, self-propelled hydra - hammer (or similar type); power shield; paymill operator; Pumps; siphons and jets; stump cutting machine; tank car heater operator (combination boiler ar,a booster); compressor; roller operator (with or without blades); screening and washing plant; self-propelled street broom or sweeper; straw blower; tank car heater operator (combination boiler and booster); vibrating machine operator (not hand held) , GROUP 3: Oilers GROUP 4: Oiler Driver (All Types) FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP 1 RATE: Clamshells - 3 yd. capacity or over; Cranes or rigs, 80 ft. of boom or over (including jib); Draglines, 3 yd. capacitp or over; Piledrivers 80 ft. of boom or over (including jib); Shovels & backhoes, 3 yd. capacity or over. ---------------------------------------------------------------- ENGI0513D 05/01/1995 Rates Fringes FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN COUNTIES POWER EQUIPMENT OPERATORS: GROUP 1 21.22 7.79 GROUP 2 19.92 7.79 GROUP 3 16.92 7.79 GROUP 4 19.47 7.79 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Backhoe, Cable; Backhoe, Hydraulic (2 cu yds bucket and under regardless of attachment, one oiler for 2 or 3, two oilers for 4 through 6); Backhoe, Hydraulic over 2 cu yds; Cableway; Crane, Crawler or Truck; Crane, Hydraulic -•Truck or Cruiser M0950001 - 10 09/01/1995 mounted, 16 tons and over; Crane, Locomotive; crane with boom including jib over 100 ft from pin to pin; Crane using rock socket tool; Derrick, Steam; Derrick Car and Derrick Boat; Dragline, 7 cu yds and over;, Dredge; Gradall, Crawler or tire mounted; Locomotive, Gas, Steam & other powers; Pile Driver, Land or Floating; Scoop, Skimmer; Shovel, Power (Electric, Gas, Steam or other powers); Shovel, Power (7 cu yds and over); Switch Boat; Whirley; Air Tugger with air. compressor; Anchor Placing Barge; Asphalt Spreaker; Athey Force Feeder Loader, self-propelled; Backfilling Machine; Boat Operator - Push Boat or Tow Boat (job site); Boiler, High Pressure Breaking in Period; Boom Truck, Placing or Erecting; Boring Machine, Footing Foundation; Bullfloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile); Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when operator runs throttle; Concrete Breaker (Truck or Tractor mounted); Concrete Pump (such as Pumperete machine); Concrete Saw (self-propelled); Concrete Spreader; Conveyor, Large (not selfpropelled) hoisting or moving brick and concrete into, or into and on floor level, one or both; Crane, Cimbing (such as Linden); Crane, Hydraulic - Rough Terrain, self-propelled; Crane, Hydraulic - Truck or Cruiser mounted - under 16 tons; Drilling machine - Self -powered, used for earth or rock drilling or boring ,(wagon drills and any hand drills obtaining power from other souces including concrete breakers, jackhammers and Barco equipmnet no engineer required); Elevating Grader; Engine Man, Dredge; Excavator or Powerbelt Machine, g Finishing Machine, self- propelled oscillating screed; Forklift; Generators, Two through Six 30 KW or over; Grader, Road with power blade; Greaser; Highlift; Hoist, Concrete and Btick (Brick cages or concrete skips operating or on tower, Towermobile, or similar equipment); Hoist, Three or more drums in use; Hoist, Stack; Hydro -Hammer; Lad-A-Vator, hoisting brick or concrete; Loading Machine such as Barber-Gre&ne; Mechanic on job site GROUP 2: Air Tugger with plant air; Boiler (for power or heating shell of building or temporary enclosures in connection with construction work); Boiler, Temporary; Compressor, One over 125 CFM; Compressor, truck mounted; Conveyor, Large (not self- propelled); Conveyor, Large (not self- propelled) moving brick and concrete (distributing) on floor level; Curb Finishing Machine; Ditch Paving Machine; Elevator (outside); Endless Chain Hoist; Fireman (as required); Form Grader; Hoist, One Drum regardless of size (except brick or concrete); Lad-A-Vator, other hoisting; Manlift; Mixer, Asphalt, over 8 cu ft capacity; Mixer, one bag capacity or less; Mixer, without side -loader, two bag capacity or more; Mixer, with side loader, regardless of size, not Paver; Mud Jack (where mud jack is used in conjenction with an air compressor, operator shall be paid $ .55 per hour in addition to his basic hourly rate for covering both operations); Pug Mill operator; Pump, Sump - self powered, automatic qr, controlled over 211; Scissor Lift (used for hoisting); Skid Steer r .4. Loader; Sweeper, Street; Tractor, small wheel type 50 HP and under with grader blade and similar equipment; Welding Machine, M0950001 - 11 09/01/1995 1 ^r" t `i"•'^""w�wwt+tti?txldHsAl'3�.�1i�' ��;$?d%TCsieKvs'. anmlw - 1 _.. 1 L f '1 Vrf f Fi R J `+,n��.���•`+'. t4?i { J I4 �,' � Ili r � 1 . f, t s : �`, l yi Ik frii/+ T;V, }ayat l F ��5����;(p,�� tai 7 � ,4 .� jr• },/�� �t ''�7f. One over 400 amp; Winch, operating from truck GROUP 3: Boat operator - outboard motor, job site; Conveyors (such as Con-•Vay-It) regardless of how used; Elevator (inside); Heater operator, 2 through 6; Sweeper, Floor GROUP 4: Crane type HOURLY PREMIUMS: Backhoe, Hydraulic 2 cu yds or less without oiler - $2.00; Crane, climbing (such as Linden),- $ .50; Crane, Pile Driving and Extracting - $ .50; Crane with boom (including job) over 100 ft from pin to pin - $ .50 (add $ .01 per foot to maximum of $2.00); Crane, using rock socket tool - $ .50; Derrick, diesel, gas or electric hoisting material and erecting steel (150 ft or more above ground) - $ .50;.Dragline, 7 cu yds and over - $ .50; Hoist, Three or more drums in use - $ .50; Scoop, Tandem - $ .50;.Shovel, Power - 7 cu yds and over - $ .50; Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tunnel or tunnel shaft - $ .50; Wrecking, when machines are working on second floor or higher - $ .50 ---------------------------------------------------------------- ENGIO513G 05/01/1995 Rates Fringes ADAIR,- AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, MORGAN, NEW MADRID, OREGON, OSAGE, PF.MISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, BALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES POWER EQUIPMENT OPERATORS GROUP 1 17.85 7.75 GROUP 2 17.50 7.75 GROUP 3 17.30 7.75 GROUP 4 15.45 7.75 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine & trench widening spreader, asphalt plant console operator; autograder; automatic slipform paver; back hoe; blade operator - all types; boat operator tow; boiler two; central mix concrete plant operator; clam shell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine 2 active drums; launchhammer wheel; locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver M0950001 - 12 . 09/01/1995 ',st'y K3 operator; pitman crane operator; push cat operator; guad-trac; scoop operator; sideboom cats; skimmer scoop operator; trenching machine operator; truck crane, shovel operator. GROUP 2: A -Frame; asphalt hot -mix silo; asphalt roller operator asphalt plant fireman (drum or boiler); asphalt plant man; asphalt plant mixer operator;•backfiller operator; barber-greene loader; boat poerator (bridge & dams); chip spreader; concrete mixer operator skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fleet; hoisting engine one; locomotive operator narrow guage; multiple compactor; pavement breaker; powerbroom self-propelled; power shield; rooter; slip -form finishing machine; stumpcutter machine; side discharge concrete spreader; throttleman; tractor operator (over 50 hp); winch truck; asphalt roller operator; crusher operator. GROUP 3: Spreader box operator, self-propelled not asphalt; tractor operator (50 h.p. or less); boilers one; chip spreader (front man); churn drill operator; compressor over 105 CFM 2-3 Pumps 4" & over; 2-3 light plant 7.5 KWA or any combination thereof; clef plane operator; compressor maintenance operator 2 or 3; concrete saw operator (self-propelled); curb finishing mancine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; riller operator other than high type asphalt; screening, & washing plant operator; siphons & jets; subgrading machine operator; tank car heater (combination boiler & booster); ulmac, ulric or similar spreader; vibrating machine operator; hydrobroom. GROUP 4: Oiler; grout machine; oiler driver; compressor over 105 CFM one; gonveyor operator one; maintenance operator; pump 4" & over one. FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP 1 RATE Crane with 3 yds. & over buckets; dragline operator 3 yds. & over; shovel 3 yds. & over; piledrivers all types; clamshell 3 yds. & over;,hoists each additional active drum over 2 drums FOLLOWING CLASIFICATION SHALL RECEIVE ($.50 ABOVE GROUP 1 RATE <<� Tandem scoop operator, crane, rigs over 100 feet (incl. jib) .01 per foot., ----------------------------t--- rx. ENGI0513H 05/01/1995 s Rates Fringes -,. ST. LOUIS CITY AND COUNTY POWER EQUIPMENT OPERATORS: MO950001 - 13 09/01/1995 r� � r i .•.i'✓f��i6�F�1 x •rJ �itr � qq. �f t i! i {4okr J r2 t J1' r k Y � ♦ ': t 1 r `' (I t li,.�1 Y�I�4.r��F>�{� 5t( 3 � C t ,� l ./• 1 � � iJl t 1 i t � Yay ! ✓� yh, ; y�yw'?t trite;�Ilr},i .fit DSS .�i �Jr i 3 p ,fit t�tr•tli {it rt .. �* i t • i'�`�hyy J 1tS... t J J .' f.:: i' t i'rJ ! Al 5 �,Jt r ( `Tlr'1ax GROUP 1 21.32 !7, 7.79 GROUP 2 21.32 7.79 GROUP 3 19.42 7.79 GROUP 4 16.42 7.79 GROUP 5 15.96 7.79 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Backhoe, cable or hydraulic; cableway; crane, crawler or truck; crane, hydraulic -truck or cruiser mounted 16 tons & over; crane locomotive; derrick, steam; derrick car & derrick boat; dragline; dredge; gradall, crawler or tire mounted; locomotive, gas, steam & other powers; pile driver, land or floating; scoop, skimmer; shovel, power (steam, gas, electric, or other powers); switch boat; whirley. k -GROUP 2: Air tugger w/air compressor; anchor -placing barge; asphalt spreader; athey force feeder loader (self- propelled); backfilling machine; backhoe -loader; boat operator -push boat or tow boat (job site); boiler, high pressure breaking in period; boom truck, placing or erecting; boring machine, footing foundation; bull - float; cherry picker; combination concrete hoist & mixer (such as mixer mobile); compressor (when operator runs throttle); concrete breaker (truck or tractor mounted); concrete pump, such as pump-crete machine; concrete saw (self-propelled), concrete spreader; conveyor, large (not self-propelled), hoisting or moving brick and concrete into, or into and on floor level, one or both; crane, hydraulic -rough, terrain, self-propelled; crane hydraulic -truck or cruiser mounted-pnder 16 tons;,drilling machines, self -powered use for•ehrth or rock drilling or boring (wagon drills and any hand drills obtaining power from other sources including concrete breakers, jackhammers and barco equipment -no engineer required); elevating grader; engineman, dredge; excavator or powerbelt machine; finishing machine, self-propelled oscillating screed; forklift; grader, road with power blade; highlift; greaser; hoist, stack, hydro -hammer; loading machine (such as barber-greene); machanic, on job site; mixer, pipe wrapping machines; plant asphalt; plant, concrete producing or ready -mix job site; plant heating -job site; plant mixing -job site; plant power, generating -job site; Pumps, two through six self -powered over 2t1; pumps, electric submersible, two through six, over 411; quad - track; roller, asphalt, top or sub -grade; scoop, tractor drawn; spreader box; sub -grader; tie tamper; tractor - crawler, or wheel type with or without power unit, power take -offs and attachments regardless of size; trenching machine; tunnel boring machine; vibrating machine automatic, automatic propelled; welding machines M0950001 - 14 09/01/1995 (gasoline or diesel) two through six; well drilling machine GROUP 3: Conveyor, large (not self-propelled); con-^; veyor, large (not self-propelled) moving brick and concrete distributing) on floor level; mixer two or more mixers of one bag capacity or less; air tugger w/plant air; boiler, for power or heating on construction projects; boiler, temporary; compressor (mounted on truck; curb finishing machine; ditch paving machine; elevator; endless chain hoist; form grader; hoist, one drum regardless of size; lad-a-vator; manlift; mixer, asphalt, over 8 cu. ft. capacity, without side loader, 2 bag capacity or more; mixer, with side loader, regardless of size; pug mill operator; pump, sump -self. -powered, automatic controlled over 2" during use in connection with construction work; sweeper, street; welding machine, one over 400 amp.; winch operating from truck; scissor lift (used for hoisting); tractor, small wheel type 50 h.p. & under with grader blade & similar equipment GROUP 4: Boat operator -outboard motor (job site); conveyor (such as con-vay-it) regardless of how used; sweeper, floor GROUP 5: Oiler on dredge and on truck crane; crane with boom (including jib), , over 100' from in to p pin (add 1 cent per foot to maximum of $2.00) above basic rate for crane work in tunnel or tunnel shaft, $ 0.50 above base rate; mud jack where mud jack is used in conjunction with an air compressor operator fifty-five cent per hour additional to his basic rate for covering both operations) ---------- L----------------------------------------------------- IRON0010M 05/01/1995 Rates Fringes BUCHANAN, CASS (Remainder of County), JOHNSON, and LAFAYETTE Counties IRONWORKERS 19.31 5.72 ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, HOWARD, LACLEDE, LINN, LIVINGSTON, MERCER, MONITEAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, RANDOLPH, ST. CLAIR, SALINE, SULLIVAN, VERNON, WEBSTER, WRIGHT and WORTH Counties; and portions of ADAIR, BOONE, MACON, MILLER, and RANDOLPH Counties a: IRONWORKERS 16.31 5,72 +�---------------------------------------------------------------- M0950001 - 15 t v i F � 09/01/1995 �im IRON001OU 04/01/1995 CLAY, JACKSON, PLATTE, RAY COUNTIES Rates Fringes and that portion of CASS COUNTY lying within the boundaries of the military reservation known as RICHARDS-GEBAUR AIR FORCE BASE IRONWORKERS 19.71 5.72 ---------------------------------------------------------------- IRON0321C 05/01/1995 Rates Fringes DOUGLAS, HOWELL, OZARK AND TANEY COUNTIES IRONWORKERS 13.85 5.06 ---------------------------------------------------------------- * IRON0396D 08/01/1995 Rates Fringes AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCOMADE, MARIES, MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS, and WRIGHT Counties; and portions of CAMDEN, DOUGLAS, HOWELL, MILLER, OREGON, BOONE, SHANNON, LACLEDE, MONROE, and BALLS Counties IRONWORKERS 16.87 7.17 ST. LOUIS (City and County), ST. CHARLES, JEFFERSON, IRON, FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS, STE. GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, PERRY, BOLLINGER,.WAYNE, and.CARTER Counties I It IRONWORKERS 21.86 7.45 IRON0577F 06/01/1995 Rates Fringes ADAIR, CLARK, KNOX, LEWIS, MACON, MARION, MONROE, RALLS, SCHUYLER, SCOTLAND, AND SHELBY COUNTIES IRONWORKERS 16.10 6.46 ---------------------------------------------------------------- IR0N0584E 06/01/1995 BARRY, JASPER, LAWRENCE, MCDONALD, NEWTONeAND STONE Countiess IRONWORKERS 15.50 5.87 ---------------------------------------------------------------- IR0N0782D 05/01/1995 Rates Fringes M0950001 - 16 09/01/1995 CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTT , & STODDARD Counties; and portions of BOLLINGER, BUTLER, CARTER, DUNKLIN, MADISON, PEMISCOT, PERRY, RIPLEY, and WAYNE Counties IRONWORKERS: Projects $1.5 million or more 17.10 5.52 Projects less than $1.5 million ---------------------------------------------------------------- 16.25 5.52 LAB00042C 07/03/1995 • Rates Fringes ST. LOUIS (City and County) LABORERS: Plumber Laborers ---------------------------------------------------------------- 19.70 4.80 IAB00042H 03/01/1995 Rates Fringes ST. LOUIS (City and County) LABORERS: Laborers, Flagperson 19.46 5.00 Dynamiter, Powderman 19.96 5.00 LAB00424B 05/01/1995 Rates Fringes FRANKLIN COUNTY LABORERS GROUP 1 18.10 4.70 GROUP 2,1 18.70 4.70 JEFFERSON COUNTY LABORERS GROUP 1 1.8.15 4.70 GROUP 2 18.75 4.70 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN,.GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE,,NEW MADRID, OREGON,.OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND,'SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WASHINGTON, AND WA.YNE COUNTIES LABORERS GROUP 1 16.65 4.70 GROUP 2 17.25 4.70 M0950001 - 17 fir,. ., �. `'y ,byw 7 09/01/1995 LINCOLN, MONTGOMERY AND WARREN COUNTIES LABORERS GROUP 1 16.90 GROUP 2 17.50 LABORERS CLASSIFICATIONS 4.70 4.70 w GROUP 1 - General laborer -flagman, carpenter tenders; salamander Tenders; Dump Man; Ticket Takers; loading trucks under bins, hoppers, and conveyors; track man; cement handler; dump man on earth fill; georgie buggie man; material batch hopper man; spreader on asphalt machine; material mixer man (except on manholes); coffer dams; riprap pavers rock, block or brick; scaffolds over ten feet not self --supported from man on concreteavin ground up; skip p g; wire mesh setters on concretepaving; all work in connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other Pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form setters (paving only);puddlers straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material; topper of standing trees; feeder man on wood pulverizers, board and willow mat weavers and cabelee'tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft. where compressed air is not used; abutement and pier hole men working six (6) ft. or more below ground; men working in coffer dams for brid e footing intthe river; Barco tamper; g piers and p Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditch lines; hot mastic kettlemen; hot tar applicator; hand blade operator; manhole builder helper; mortar men or brick or block manholes; rubbing concrete, air tool operator under 65 lbs.; caulker and lead man; chain or concrete saw under 15 h.p.; signal Gan; Guard rail and sign erectors. GROUP 2 - Skilled laborers - Vibrator man; asphalt raker; head Pipe layer on sewer work; batterboard man on Pipe work; cliff scalers working from bosun's chairs; scaffoldsdorltch platforms on dams or power plants over to ft. high; air tool operator over 65 lbs.; stringline man on concrete pavin beam man; wagon drill; churn drill; air trackanddrillsandaalllother similar type drills, gunite nozzle man; screed man on asphalt; concrete saw 15 h.p. an e grout man; checker; strigline man on electronic a and over; grade builder; dynamite man; powder man; welder; tunnellmananhole waterblaster - 1000 psi or over; asbestos and/or hazardous waste removal and/or disposal ---------------------------------------------------------------- M0950001 - 18 09/01/1995 ID. i t�} Y�;i,xl�.���e(;f±T 7,y �*. t ..z .` s. Y,. .' :.; �f �-. �• b ..' ��e > '. .'. <....� '...` +,t i i : �' i, y} �� } � . 7... LABO0579F 05/01/1995 ,. BUCHANAN, CASS AND LAFAYETTE COUNTIES Rates Fringes LABORERS GROUP 1 14.73 4.90 GROUP 2 15.08 4.90 ANDREW, ATCHISON, BARRY, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, JASPER, JOHNSON, LACLEDE, LAWRENCE, LIVINGSTON, MCDONALD, MERCER, MORGAN, NEWTON, NODAWAY, OZARK, PETTIS, POLK, ST. CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER, WORTH AND WRIGHT COUNTIES. LABORERS GROUP 1 13.58 4.65 GROUP 2 14.13 4.65 LABORERS CLASSIFICATIONS GROUP 1: General Laborers - Carpenter tenders; salamander tenders; loading trucks under bins; hoppers & conveyors; track men & all other general laborers; air tool operator; cement handler -bulk or sack; dump man on earth fill; georgie buggie man; material batch hopper man; material mixer man (except an manholes); coffer dams; riprap pavers - rock, block or brick; scaffolds over ten feet not self -supported from ground up; skipman on concrete paving; wire mesh setters on concrete paving; all work in.connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator, all work in connection with hydraulic or general dredging operations; puddlers (paving only); straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material or materials (where special protection is required); topper of standing trees; batter board man on pipe and ditch work; feeder man on wood pulverizers; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 feet where compressed air is not used; abutment and pier hole men working six (6) feet or more below ground; men working in coffer dams for bridge piers and footings in the river; ditchliners; pressure groutmen; caulker; chain or concrete saw; cliffscalers working from scaffolds, bosuns chairs or platforms on dams or power plants over (10) feet above ground; mortarmen on brick or block manholes; signal man; r; GROUP 2: Skilled Laborers - Head pipe layer on sewer work; laser beam man; Jackson or any other similar tamp; cutting torch man; M0950001 - 19 09/01/1995 7777777 Mr+fii A,'l =r 77:7 SP;' 7q �t Y S st{' 8", { r .4t,. It t. rr..' i 1 S '• r,q ..i F a ( :4YF '! t r t. tA`{ .hSia,N. k,4yC} t t iV AI h� � ,�'�� £�Y it 7 �3. :1{ !. 1. � :, v +a, tt r a4 e rfjF7�,i•'4 `i��?A� F. g�r� `�s'dfqy 'tr Y � k•"'t } )iI4 Y, 4 4 x f ', a r # r .. � y t .. i `t i �t !' rl�� W `i`}�H •yr „ �iL eta ff )p ft !}kr tf �i)yy s i i' i r t `I 'i t '+'T.rf ii i t i• t. ` s '4T�,�}y} �,\� +4 fi.t t •'tz; 1 �` 4flr't 'y'.r � '. it y'n4 l �4 ��i ; ( ft . In F )� t, , £ '�i"� f+�' ti f{-09 y1 . " i. , ��s.I �� ilt � 1 .. '� , tL .� 1 ,'. r°F rI>♦�t�yr�ra:.f b t'� z^`��t~'`fdi. '� !�h � 'S?' Y. it�y z t�ty. -:t � n 'r<. 1 1 4 )t( {t t ;. yi { � F t•�,�� i 1'— t�;tir:sy ,y'f��.y�.�. 1 ' . �� •P .'r� � 7:... y $�'�J...• , f. �f. i....�.. ....a ... ,a ..... f.: 4.�.,�5.:. .., 5.... ,:. ta?4.'r',. ... _. ,_.. b:::ia. � �� ...:. ., 7, �. �'.,.'.. r;,�: form setters; liners and stringline men on concrete paving, curb, gutters; hot mastic kettleman; hot tar applicator; sandblasting and gunite nozzlemen; air tool opperator in tunnels; screed man on asphalt machine; asphalt raker; barco tamper; churn drills; air track drills and all similar drills; vibrator man; stringline man for electronic grade control; manhole builders -brick or block; dynamite and powder men; welder; grade checker on cuts and fills. ---------------------------------------------------------------- LAB00660C 05/01/1995 Rates ST. CHARLES COUNTY Fringes LABORERS (BRIDGES LOCKS & DAMS ON THE MISSISSIPPI RIVER): GROUP 1 17.85 4.25 GROUP 2 18.10 4.25 GROUP 3 18.35 4.25 GROUP 4 19.375 4.25 LABORERS CLASSIFICATIONS (BRIDGES, LOCKS AND DAMS ON THE MISSISSIPPI RIVER] GROUP 1 - General laborers GROUP 2 - Work in septic tanks, cess pools, or dry wells (old or new); all feeders, mixers and nozzle men on gunnite or sand- blasting work; water blaster; sand blaster; vibrator 3" or over; handling creosoted material; Raking or luting asphalt, burning or cutting with torch; work on bottom of sewer trenches on final grading, laying or caulking of preformed sectional sewer p,#e; high time 20 ft or over where laborers are exposed to an open fall (if adequate guard rails or other safety measures are provided are provided this shall not apply to excavations); motor buggy operator; any work performed in or on all types of cased wells; the cooking, mixing, applying of mastic such as Sulfa -Seal and or other coal derivatives GROUP 3: Mason and plaster tenders GROUP 4: Dynamite men and powder men LABORERS (ALL OTHER WORK): GROUP 1 GROUP 2 GROUP 1: 18.35 4.70 18.95 4.70 LABORERS CLASSIFICATIONS (ALL OTHER WORK) General laborer; carpenter tender; salamander tender; y M0950001 - 20 09/01/1995 A f '�...,;...�..�.wsf�+Jh'�:t:�l��'�'rc'�d°,.'%Xr`x:.�".�"1,'f4'i':"�:@1�em...n,i,•,�.,.,,,..��„rw.4Ra-�r �onrw...em,.�.. �:.�.,.:•..: .�:..�.t'.... r � •' • ,a_....,..a ..n... .t.. .. ..1 t..k ... .. ......%",s'e�< s.tf'iKeiil�d'�"i 17) dump man; ticket takers; flagman; loading trucks under bins, hoppers, and conveyors; track men; cement handler; dump man on Fringes earth fill; Georgie buggie man; material batch hopper man; spreader on asphalt machine; material mixer man (except on Base ONLY) CLAY, manholes); coffer dams; riprap paver - rock, block, or brick; signal man; scaffolds over 10 ft not self -supported from ground AND RAY COUNTIES up; skipman on concrete paving; wire mech setters on .concrete paving; all work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form Heavy & Highway Work setters; puddlers (paving only); straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with 7;.. and handling epoxy material; topper of standing trees; feeder man on wood pulverizer; board and w llow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft where compressed air is not used; abutment and pier hole men i working 6 ft or more below ground; men working in coffer dams F' for bridge piers and footings in the river; Barco tamper, GROUP 2 Jackson or any other similar tamp; cutting torch man; liners, 4.90 curb, gutters, ditchliners; hot mastic,kettleman; hot tar applicator; hand blade operators; manhole builder helper and 14.65 mortar men on brick or block manholes; rubbing concrete; air tool operator under 65 pounds; caulker and lead man; chain saw under 15 hp; guard rail and sign erectors GROUP 2: Vibrator man; asphalt raker; hand pipe layer on sewer work; batterboard man on pipe and ditch work; cliff scalers working from Bosun's chairs, scaffolds or platforms on dams or power plants over 10 ft high; air tool operator over 65 pounds; stringline man on concrete paving etc.; sand blast man; laser beam man;' wagon drill; churn drill; air track drill and all other similar type drills; gunnite nozzle man; pressure grout t_:V man; screed man on asphalt; concrete saw 15 hp and over; grade checker; stringline man on electronic grade control; manhole builder; dynamite man; powder man; welder; tunnel man; waterblaster - 1000 psi and over; asbestos and/or hazardous waste removal and or disposal; ---------------------------------------------------------------- 11` LABO0663D 01/01/1995 j-- Rates Fringes CA.SS (Richards-Gebaur Air Force Base ONLY) CLAY, JACKSON, PLATTE, AND RAY COUNTIES ' LABORERS: Heavy & Highway Work GROUP 1 16.65 4.90 GROUP 2 17.48 4.90 GROUP 3 14.65 4.90 MO950001 - 21 d ttcr s �' 6 a _ M► 09/01/1995 . M Utility & Development Work: GROUP 1 13.65 4. GROUP 2 90 14.48 4.90 GROUP 3 11.65 4.90 UTILITY & DEVELOPMENT WORK: (a) work for any utility company, except on a power house site; (b) work for a water or sewer district or subdistrict; (c) water or sewer work (storm or sanitary); (d) street and parking lot grading,, excavation or paving work which pertains to either new or existing rdsidential areas with structures of four stories or less, whether occupied temporarily or permanently; (e) work on a railroad or railway work on public or private property. LABORERS CLASSIFICATIONS GROUP 1: General laborers, Carpenter tenders, salamander tenders, loading trucks under bins, hoppers and conveyors, track men and all other general laborers, air tool operator, cement handler (bulk or sack), chain or concrete saw, deck hands, dump man on earth fill, grade checkers on cuts and fills, Georgie Buggies man, material batch hopper man, scale man, material mixer man (except on manholes), coffer dams, abutments and pier hole men working below ground, riprap pavers rock, black or brick, signal man, scaffolds over ten feet not self -supported from ground up, skipman on concrete paving, vibrator man, wire mesh setters on concrete paving, all work in connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct line-% and all other pipelines, power tool operator, all work in conneafiion with hydraulic or general dredging operations, form setter helpers puddlers (paving only), straw blower nozzleman, asphalt plant platform man, chuck tender, crusher feeder, men handling creosote ties on creosote materials, men working with and handling epoxy material or materials (where special protection is required), tooper of standing trees, batter board man on pipe and ditch work, feeder man on wood pulverizers, board and willow mat weavers and cable tiers on river work, deck hands, pile dike and revetment work, all laborers working on underground tunnels less than 25 feet where compressed air is not used, abutment and pier hole men working six (6) feet or more below ground, men working in coffer dams for bridge piers,and footings in the river, ditchliners, pressure groutmen, caulker and chain or concrete saw, cliffscalers working from scaffolds, bosuns, chairs or platforms on dams or power plants over (10) feet above ground, mortarmen on brick or block manholes, signal man. GROUP 2: Skilled Laborer - spreader or screed man on asphalt machine, asphalt raker, laser beam man, Barco tamper, jackson or any other similar tamp, wagon driller, churn drills, air track drills and other similar drills, cutting torch man, form setters, MO950001 - 22 09/01/1995 rt ., Irr .AI`• ioL.,L'r '.1,3�.. ._ ._+ ••Wwwhr.wviSr.w.L.w:...:a.., _.. �'. is .. ,t ,... .....a.u5,... 51CI.+sc � liners and stringline men on concrete paving, curb, gutters and etc., hot mastic kettleman, hot tar applicator, hand blade operators, mortar men on brick or block manholes, sand blasting and gunnite nozzle men, rubbing concrete, air tool operator in tunnels, head pipe layer on sewer work, manhole builder (brick or block), dynamite and powder men, welder GROUP 3: Dump man, ticket taker on stock piles or flagmen ----------------------------------------------------------------- PAIN0002B 09/01/1995 Rates Fringes CLARK, FRANKLIN, JEFFERSON, LEWIS, LINCOLN, MARION, PIKE, RALLS, ST. CHARLES, ST. LOUIS (CITY & COUNTY), AND WARREN COUNTIES r PAINTERS: Brush 19.10 6.46 Spray 21.10 6.46 ---------------------------------------------------------------- PAIN0003D 04/01/1994 '..' 77, IAVIM� i . k Rates Fringes BATES, BENTON, CALDWELL, CARROLL, CASS, CLAY, CLINTON, COOPER, DAVIESS, GRUNDY, HARRISON, HENRY, JACKSON, JOHNSON, LAFAYETTE, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES ,�' J `�4 r F "i. 4qy F1� e t PAINTERS• Brush & Roller, Taper, Bazooka, Lead Abatement 17.50 3.70 Paperhanger 3.8.00 3.70 Storage Bin & Tanks, Elevated Tanks Roller or Brush), Stageman, Beltmau; Bridgeman, Steelman, Sand Blast (Base), Elevator Shaft 18.25 3.70 Spray 18.50 3.70 Sandblast Bridge; Stage; Erected Steel; and Sandblast Storage Bin and Tanks 19.00 3.70 Stageman, Spray; Steelman Spray; Spray Storage Bin and Tanks; Bridge Spray ; Elevated Tanks 19.25 3.70 Steeplejack (other than Elevated Tanks) 22.19 3.70 Steeplejack (Spray or Sandblast) (other than Elevated Tanks) -----------------------------------------------------=---------- 23.19 3.70 PAIN0098B 05/01/1994 Rates Fringes ,! ANDREW, ATCHISON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & WORTH COUNTIES Yttir3 .. M0950001 - 23 09/01/1995 '..' 77, IAVIM� i . k � � ty `� ,Ei �!{4�l tlt}u f31�S � 44' Axl SA M1 1 t •. �.it ? C�"�.�•, a `'�17� `T�tr,t > w'�1` et7�t S< . s t j� t},r' �V '�V�' � r i r } �' t a ,�' J `�4 r F "i. 4qy F1� e t 1 PAINTERS: Brush & Roller 16.35 4.25 Sandblaster 17.35 4.25 Steeple Jack 19.35 4.25 --------------------------------------------------- * PAIN0203B 04/01/1995 Rates Fringes CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, 02ARK, POLK, STONE, TANEY, WEBSTER, BARRY, BARTON, CEDAR, DADE, JASPER, LAWRENCE, MCDONALD, NEWTON, ST. CLAIR, VERNON and WRIGHT COUNTIES PAINTERS: Brush, Taper, Sprayman, and Paperhanger 15.78 3.13 Sandblasters & Highman (over 40--) 16.08 3.13 ------------------------------------------------------------ PAIN0840A 05/01/1993 Rates Fringes CASS, JACKSON, CLAY, JOHNSON, PLATTE AND LAFAYETTE COUNTIES PAINTERS: Sign Painter 15:40 3.10+a is FOOTNOTE FOR SIGN PAINTERS: a. 1 week paid vacation for workers employed for 1 year but less than 2 years; and 2 weeks paid vacation for workers employed 2 years or more -'-z---------------------------------------------------- * PAIN1185C 04/16/1995 Rates Fringes ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARITON, COLE, GASCONADE, HOWARD, LINN, MACON, MONROE, MONTGOMERY, OSAGE, PUTNAM, RANDOLPH, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES and the City of Booneville. PAINTERS: Brush, Roller, Paperhanger, Taper, Structural Steel; Epoxy (Water Base ONLY); Steam Removal of Wallpaper 14.40 1.00 Structural Steel Brush or Roller; Epoxy Brush or Roller; Epoxy Structural Steel 14.90 1.00 Spray, Structural Steel (Over 50' high); Sandblasting; ,Epoxy Spray 15.40 1.00 Structural Steel Brush or M0950001 - 24 09/01/1995 '_ t.....0 _•.. 1�. ..ter_, t _..i. .. \ �... te. Roller ( 50 1 high) ; Stage Dell Brush or Roller 16.40 1.00 Epoxy Structural Steel (50' high); Epoxy Stage Structural Steel 16.90 1.00 --------------------------------------------- .-_-_---------- * PAIN1265C 07/01/1995 Rates Fringes CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS, PULASKI AND TEXAS COUNTIES PAINTERS: Brush and Roller 15.00 5.36 Spray, Structural Steel, Sandblasting and all Tank Work 16.25 5.36 Lead Abatement 17.25 5.36 ---------------------------------------------------------------- * PLAS0368C 04/01/1995 Rates Fringes BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, JOHNSON, MARIES, MILLER, MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE, & ST. CLAIR COUNTIES CEMENT MASONS 17.56 1.00 ---------------------------------------------------------------- PLAS0518G 01/01/1995 Rates Fringes CASS (Richards-Gebaur AFB only), CLAY, JACKSON, PLATTE AND RAY COUNTIES CEMENT MASONS: Heavy & Highway Work 19.41 3.73 Utility & Development Work 16.41 3.73 MO950001 - 25 09/01/1995 PAIN1292B 11/01/1993 Rates Fringes BOLLINGER, CAPE GIRARDEAU, DUNKLIN, MISSISSIPPI, NEW MADRID, PEMISCO, SCOTT, STODDARD, REYNOLDS, IRON, BUTLER, CARTER, SHANNON, WAYNE, OREGON, RIPLEY, STE. GENEVIEVE, ST. FRANCOIS, PERRY, WASHINGTON & MADISON COUNTIES PAINTERS: Brush 12.40 2.48 Spray 1.3.55 2.48 Sandblasting & Waterblasting 15.15 2.48 Tower, Stacks, Walkway, Cables, Tanks and Bridges 14.00 2.48 Bridges,dver 500 ft. in length --•-------------------------------------------------------------- 17.27 2.48 * PLAS0368C 04/01/1995 Rates Fringes BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, JOHNSON, MARIES, MILLER, MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE, & ST. CLAIR COUNTIES CEMENT MASONS 17.56 1.00 ---------------------------------------------------------------- PLAS0518G 01/01/1995 Rates Fringes CASS (Richards-Gebaur AFB only), CLAY, JACKSON, PLATTE AND RAY COUNTIES CEMENT MASONS: Heavy & Highway Work 19.41 3.73 Utility & Development Work 16.41 3.73 MO950001 - 25 09/01/1995 Iv - UTILITY & DEVELOPMENT WORK: (a) work for any utility company, except on a power house site; (b) work for a water or sewer district or subdistrict; (c) water or sewer work (storm or sanitary'); (d) involves street and parking lot grading, excavation or paving work which pertains to either new or existing residential areas with structures of four stories or less, whether occupied temporarily or permanently; (e) work on a railroad or railway work on public or private property. ---------------------------------------------------------------- * PLAS0518K 04/01/1995 Rates Fringes ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARROLL, CASS (Except Richards-Gebaur AFB) CLAY, CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON,'HOLT, JACKSON, LAFAYETTE, LIVINGSTON, MERCER, NODAWAY, PLATTE, RAY AND WORTH COUNTIES CEMENT MASONS 18.10 3.73 ---------------------------------------------------------------- PLAS0527A 05/03/1995 JEFFERSON, ST. CHARLES COUNTIES Rates Fringes AND ST. LOUIS (City and County) CEMENT MASONS 20.08 7.27 FRANKLIN, LINCOLN, AND WARREN COUNTIES CEMENT MASONS 18.91 7.27 --------- -----------------------------Y----------------------- PLAS0527D 05/03/1995 Rates Fringes CRAWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, BALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SHANNON, TEXAS, WASHINGTON COUNTIES CEMENT MASONS 17.50 7.27 ------------------------------------------------------------ PLAS0908A 05/01/1995 Rates Fringes BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT, STODDARD, AND WAYNE COUNTIES CEMENT MASONS 15.75 3.65 ------------------------------------------------------------ PLAS0908D 04/17/1995 M0950001 - 26 09/01/1995 -5 Rates Fringes BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES CEMENT MASONS 14.60 .80 ----------------------------------- PLUM0008C 06/01/1995 Rates Fringes CASS, CLAY, JACKSON, JOHNSON, PLATTE.COUNTIES PLUMBERS 22.14 5.17 BATES, BENTON, CA.RROLL, HENRY, LAFAYETTE, MORGAN, PETTIS, RAY, ST. CLAIR, SALINE, AND VERNON COUNTIES PLUMBERS 19.70 5.17 -------------------------------------------------------- PLUM0035C 01/01/1994 Rates Fringes CAMDEN, COLE, FRANKLIN, JEFFERSON, MARIES, MILLER, MONITEAU, OSAGE, PHELPS, PULASKI, ST. CHARLES, ST. LOUIS (City and County), AND WARREN COUNTIES PLUMBERS 21.355 7,52 - --------------------------------------------- * PLUM0045D 09/.01/1995 Rates Fringes ANDREW, ATCHISON, BUCHANAN, CALDWELL, CLINTON, DAVIES, DEKALB, GENTRY, H.ARISON, HOLT, NODAWAY, AND WORTH COUNTIES PLUMBERS & PIPEFITTERS 20.00 6.10 - ---------------------------------------- PLUM0178D 01/01/1995 BARRY, CEDAR, CHRISTIAN, DADE, Rates Fringes LACLEDE, LAWRENCE, POLK, STONE, DTA EY, WEBS ER, AND , DOUGLAS, EWRIGHT CKORY, COUNTIES PLUMBERS & PIPEFITTERS 18.91 4.06 PLUM0317B 07/01/1995 Rates Fringes BOONE, CALLAWAY, COOPER, HOWARD, AND RANDOLPH COUNTY half) (Southern 4As PLUMBERS & PIPEFITTERS 19.18 3.17 M0950001 - 27 09/01/1995 t d s t �t ar7'� s'' i�+•t r r'as y,r .l s �a .si i } 1 .. :. ,} _.s" 4 i{'{ lrP i�a�»��.".a.k'xSs.i,,. 1.ay....s�s•.�a....'..t•.:'�cli.. ---------------------------------------------------------------- PLUM0533E 06/01/1995 Rates Fringes BATES, BENTON, CARROLL, CASS, CLAY, HENRY, HICKORY, JACKSON, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY, SALINE, ST. CLAIR AND VERNON COUNTIES PIPEFITTERS 21.88 6.93 -------------------------------------------- ----- PLUM0562D 06/01/1995 Rates Fringes ADAIR, AUDRAIN, BOLLINGER, BUTLER, CAMDEN, CAPE GIRARDEAU, CARTER, CHARITON, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, FRANKLIN, GASCONADE, GRUNDY, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCOLN, LINN, LIVINGSTON, MACON, MADISON, MARIES, MARION, MERCER, MILLER, MISSISSIPPI, MONITEAU, MONR.OE, MONTGOMERY, NEW MADRID, NORTHERN HALF OF RANDOLPH, OREGON, OSAGE, PEMISCOTT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WARREN, WASHINGTON, AND WAYNE COUNTIES. PIPEFITTERS , 24.25 9.78 -----------------,----------------------------------------------- PLUM0658B 07/01/1995 L ._6F. Rates Fringes BARTON, JASPER, MCDONALD, AND NEWTON COUNTIES PLUMBERS & PIPEFITTERS 16.02 3.83 --------- — ------ -- — — — — — — — — — — — — — — — — — — -- — — — — -- — — — — — — — — — --- — — — -- — — 1 TEAM0541A 01/01/1995 Rates Fringes CASS (Richards-Gebaur AFB), CLAY, JACKSON, PLATTE, AND RAY COUNTIES TRUCK DRIVERS: Heavy & Highway Work GROUP 1 17.50 5.65 GROUP 2 17.03 5.65 GROUP 3 16.59 5.65 GROUP 4 16.73 5.65 GROUP 5 10.78 5.65 Utility & Development Work GROUP 1 14.50 5.65 GROUP 2 14.03 5,.65 GROUP 3 13.59 5.65 GROUP 4 13.73 5.65 M0950001 - 28 09/01/1995 N iri1. IjY7,. E�'i:. V- t y 1 y✓.i GROUP 5 7.78 5.65 UTILITY AND DEVELOPMENT WORK: (a) work for any utility company, except on a power house site; (b) work for a water or sewer district or subdistrict; (c) water or sewer work (storm or sanitary); (d) street and parking lot grading, excavation or paving work which pertains to either new or exisiting residential areas with structures of four stories or less, whether occupied temporarily or permanently; (e) work on a railroad or railway work on public or private property. GROUP 1 14.50 5.65 GROUP 2 14.03 5.65 GROUP 3 13.59 5.65 GROUP 4 13.73 5.65 GROUP 5 7.78 5.65 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Mechanics and Welders - Field GROUP 2: A -Frame Low Boy -Boom Truck Driver GROUP 3: Insley Wagons: Dump Trucks, Excavating, 5 cu yds and over; Dumpsters; Half -Tracks: Speedace: Euclids & similar excavating equipment. Material trucks, tandem; Two teams; Semi -Trailers; Winch trucks -Fork trucks; Distributor drivers and operatros; Agitator and Transit Mix; Tank Wagon drivers, Tandem or Semi GROUP 4,: One Team; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon Drivers, Single Axle GROUP 5: Oilers and Greasers - Field ---------------------------------------------------------------- TEAM0541B 05/01/1995 Rates Fringes BUCHANAN, CASS (Except Richards-Gebaur AFB), JOHNSON, AND LAFAYETTE COUNTIES TRUCK DRIVERS: GROUP 1' 17.92 4.40 'GROUP 2 18.03 4.40 GROUP 3 18.07 4.40 GROUP 4 18.14 4.40 ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, M0950001 - 29 09/01/1995 F aA j _. .. _... }}�5`r�'r.-,'e DEKALB, DOUGLAS, GREENE, HENRY, HICKORY, HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, POLK, RANDOLPH, ST CLAIR, SALINE, VERNON, WEBSTER, AND WRIGHT COUNTIES TRUCK DRIVERS: GROUP 1 16.71 4.40 GROUP . 2 16.86 4 .' 4 0 GROUP 3 16.87 4.40 GROUP 4 16.98 4.40 ATCHISON,- BARRY, GENTRY, GRUNDY, HARRISON, HOLT, MCDONALD, MERCER, NODADWAY, OZARK, STONE, SULLIVAN, TANEY AND WORTH COUNTIES TRUCK DRIVERS: GROUP 1 15.98 4.40 GROUP 2 16.13 4.40 GROUP 3 16.14 4.40 GROUP 4 16.25 4.40 TRUCK DRIVER CLASSIFICATIONS GROUP 1: Flat bed trucks single axle; station wagons; pickup trucks; material trucks single axle; tank wagons single axle. GROUP 2: Agitator and transit mix -trucks. GROUP 3: Flat bed trucks tandem axle; articulated dump trucks; ,material trucks tandem axle; tank wagons tandem axle. GROUP 4: Semi and/or pole trailers; winch, fork & steel trucks; distributor drivers & operators; tank wagons semi- trailer; insley wagons, dumpsters, half-tracks, speedace, euclids & other similar equipment;, A -frames and derrick trucks; float or low boy. ---------------------------------------------------------------- TEAM0541C 03/25/1995 Rates Fringes TRUCK DRIVERS: Traffic Control Service Driver 11.90 1.94 ---------------------------------------------------------------- TEAM0682C 05/01/1994 Rates Fringes FRANKLIN, JEFFERSON, AND ST. CHARLES COUNTIES TRUCK DRIVERS: GROUP 1 23.10 M0950001 - 30 09/01/1995 GROUP 2 GROUP 3 GROUP 4 LINCOLN AND WARREN COUNTIES TRUCK DRIVERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 23.21 23.25 23.32 21.75 21.86 21.90 21.97 AUDRAIN, BOLLINGER, BOONE, CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFORD, DENT, GASCONADE, IRON, MACON, MADISON,IMARIES, MARION, MILLER, MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, OSAGE, PEMISCOT, PERRY, PHELPS, FIXE, PULASKI, RALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES TRUCK DRIVERS: GROUP 1 16.38 4.25 GROUP 2 16.54 4.25 GROUP 3 16.53 4.25 GROUP 4 16.65, 4.25 ADAIR, BUTLER, CLARK, DUNKIN, HOWELL, KNOX, LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER, AND SCOTLAND COUNTIES TRUCK DRIVERS: GROUP 1.i 15.05 4.25 GROUP 2 • ' 15.21 4.25 GROUP 3 15.20 4.25 GROUP 4 15.32 4.25 TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: Flat Bed Trucks, Single Axle; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon, Single Axle GROUP 2: Agitator and Transit Mix Trucks GROUP 3: Flat Bed Trucks, Tandem Axle; Material Trucks, Tandem Axle; Tank Wagon, Tandem Axle GROUP 4: Semi and/or Pole Trailers; Winch, Fork & Steel Trucks; Distributor Drivers and Operators; Tank Wagon, Semi - Trailer; Insley Wagons, Dumpsters, Half -Tracks, Speedace, Euclids and other similar equipment; A -Frame and Derrick Trucks; Float or Low Boy ----------------------------------------------------------------- M0950001.- 31 09/01/1995 TEAM0682D 05/01/1994 ST LOUIS CITY AND COUNTY TRUCK DRIVERS: GROUP 1 GROUP 2 GROUP 3 Rates 18.14 18.34 18.44 TRUCK DRIVERS CLASSIFICATIONS 5.375+a 5.375+a 5.375+a GROUP 1 - Pick-up trucks; forklift, single axle; flatbed trucks; job site ambulance, and trucks or trailers of a water level capacity of 11.99 cu. yds. or less GROUP 2 - Trucks or trailers of a water level capacity of 12.0 cu yds. up to 22.0 cu yds. including euclids, speedace and similar equipment of same capacity and compressors GROUP 3 - Trucks or trailers of a water level capacity of 22.0 cu. yds & over including euclids, speedace & all floats, flatbed trailers, boom trucks, winch trucks, including small trailers, farm wagons tilt -top trailers, field offices, tool trailers, concrete pumps, concrete conveyors & gasoline tank trailers and truck mounted mobile concrete mixers FOOTNOTE FOR TRUCK DRIVERS: a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor Day, Memorial Day, Veterans Day, New Years Day, Thanksgiving Day PAID,'VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid vacation for 1,000 hours of services in any one contract years. ----------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Requests for additional classifications and wage rates may be submitted to the contracting officer after award, and may be approved only if: (1) the work to be performed by the classi- fication requested is not performed by a classification in the, wage determination; (2) the classification is utilized in the area by the construction industry; and (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable, relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5.5 (a) (v)) MO950001 - 32 09/01/1995 ch .7 r r 4 i ri • 3 5 ; f!R'k ""�:'}yp�' '314 hBit ::{•'.. ,�F-�F.•es , ti: t :7j�! .st :.S � .i � rf�t t{gyp �iy`,•j'•'7�"lt�z'yt Y {wt i ..r L t?? �'1�'T '1 .t.S >j c�7•it' t r 1 `T1..tir .t. n( ,s. L .S' 1 ,.c ¢,�. :ti f <d ))tS S r •xdb i ,.gi�Sy:xtSS.. � � � *��C�+ �r t i . r '. i = F'\.' 1S5 2h ! ��'+•'.}rf,�?tyt ,? N i rz.a�` !: {Y;j 7efc4 '��a!�^t'i tt $a?f' y. t, 1 t ��. r � �,Y { S �(:'� �. ty } .{: � .I f r , � xrt�<, h, ?C teS .",?V ,f �b.. •.�i4Si'�G� F f'. .i yFi .s f r + i ..4 r:•,' F i . I � i� � r' CS I t ,i \„ t 'r�.� '� . !. rt 'A,- i'.;in1� li.�1 y t { •i„SZ2 irf' .: 3 1' f f, x�tf.= C A } + ;r,r, •fi, "s1a w ti'ij r 1'f Fi "r ” ' �, �. j 4 lyra y ;'.T, p Y. I a 1r :, �:F•S°'iifi.y{�}, trt, .•r4�' •G{'i •.ii:j i. 4'c:3i?.�Sj°� i,`�,v..,,,•fv... �s: 1 .;,,'k r }t 1 i! �?,.t' y •+ i ! C+ t '� F.i �fi`�7i�,,5,�� �• ly i {y r��t � Jr ti r`r5 "l0 5 .f n � 'r n i. i .i .c' } } tl�.? }e.. js �7. i t / .r l 'Y.li;t �} .a�cl'�1}�� •f f �i }t�%;?ij>kr�r�'}' t}t f'it. .� 1 ytf 4 S r , 9i � s a �,•� r f . i 1 {�f -!y ';.,tt?f i'.ti:J+.rf1eti� e fxr.I•t,><�a.�,,l�.;.f�. Tn;.�t�.?'� •41,:a .t .JJf�rJ.,y i.'.a i 7. t •�' .�7fiKt4 47u9r�T i3 �r r ,:rj+ 1r5 Ft,�'S \r'.te!!F�`t`<iJ�C�� i,r?`,�} jr Cvt �Jr'\'y.ijjij r:lii L'j:.1�.�t4v{b j i r ,.:1 1 f.' \rJ�<'1 t,'. a�4;r �,u•j?��t`.�t{y `.-�T:?':,T'j": ''1. S �T r�:t ^:�ir.l ♦ j4J.§'�'y '��n �k 'i:�t�',{��aJ4itf;•}•.fti,�. /'r t}1. f 1 .,.f'. ' C`` .r�i'� tl .. ,: E -f tri.+ ? ��,! ° r+;'3 �"��Mr f.. lr y � t'1..�>: t tf14 art �3 l�{•f. ?r h�{r ''tr �+�tr' .t ' y! t.. . S 7 r } � Y t t S f'a 6 r �ii{�,t , a�,',}, 1 i 4` ilyr s'•,;;:tte fr�N}, }!4.� I -' � S r.?i + �q ! i -f 1 ? � �� f i° rw.� � `,3�?r' t}T�Y�Y•f iYt y y t+���iyF". •.� •fSi r r pt i `�,'3 r ? ! .. t �:} I a' � 1 id Y'. {��: 2. er�,L+..mltii��x'��:hlt�ttr 5�#. r .....t;eruct'.�d�-�il}."�t�+��u•�_hr.�:��:a�..a�.ark.{r���=...sLu�kx�'�+•.?'lur.;<�..,i�•;,c\.�,....Jt_.'..�sa.,...._, .., ...., t..�'. .:I�, SECTION 3 SPECIAL PROVISIONS 3.1 GENERAL DESCRIPTION. These Special Provisions with the accompanying Plans, 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 one mile north of the Missouri River east of Highway 63.. The work consists of grading, lighting, seeding, marking, and other incidental work to the Jefferson City Memorial Airport. 3.2 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. 3.3 PLANS. The following Construction Plans accompany and supplement these Specifications, and are made a part of this Contract: INDEX OF SHEETS Sheet No. Title 3.4 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 paragraphs 3.2 and 3.3, together with any and all addenda thereto. The Contractor shall keep one copy of all such Specifications and Plans constantly accessible on the work. Additional copies of such Specifications and Plans, in excess of the number furnished without charge to the Contractor, may be obtained by him from the Engineer on the following basis: Full or Partial Set of Plans ........................ $ 1.00 per sheet 3-1 1. Title Sheet 2. General Airport Plan and Safety Plan 3. Safety Details 4. Summary of Quantities and General Notes " 5. Typical Sections 6.4 Grading Plans 10. Runway 12-30 Lighting Plan 11. Runway 9-27 Lighting Plan 12. Taxiway A and Al Lighting Plan 13. PAPI Details 14. REIL Details 15. Wind Cone Details 16. Lighting Details 17. Guidance Sign Details 18. Runway 12-30 Marking Plan 19. Runway 9-27 Marking Plan 20. Taxiway Marking Plan 21. Pavement Marking Details 22.-30. Cross Sections 3.4 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 paragraphs 3.2 and 3.3, together with any and all addenda thereto. The Contractor shall keep one copy of all such Specifications and Plans constantly accessible on the work. Additional copies of such Specifications and Plans, in excess of the number furnished without charge to the Contractor, may be obtained by him from the Engineer on the following basis: Full or Partial Set of Plans ........................ $ 1.00 per sheet 3-1 ^.h`.su�.�� " Each Book of OF $15.OU 3, 3.5 LIQUIDATED DAMAGES. Should the Contractor fail to complete the work within the required number of calendar days, or within such extra time as may have been allowed by extension, the Owner will deduct from any monies due or coming due the Contractor, the .Y amount indicated in the Proposal for each calendar day that the work shall remain uncompleted. This sum shall be 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 ministration, supervision, inspection and other items which public, added cost of engineering, ad have caused -an expenditure of public funds resulting from his failure to complete the work within the time specified in the Contract. 3.6 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. 3.7 POWER. All power for lighting, operation of Contractor's plant or equipment, or for any other use as may be required in the execution of the work to be performed under the provisions of these Contract Documents shall be provided by the Contractor at his expense. 3.8 CONSTRUCTION STAKING. The Contractor shall furnish all stakes, string lines, and equipment necessary to properly set all stakes and string lines which are applicable to the work covered by this Contract. The Engineer shall establish only horizontal and vertical control for the Contractor. The Contractor shall set all stakes and layout for construction of the work. 3.9 DEFENSE OF SUITS. 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 to do and perform any of the covenants, acts, matters, or things by this Contract undertaker, to be done or performed, or for the injury or damage caused by the negligence or012i alleged negligence of the Contractor or his 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, equipment, power tools, and supplies incurred in the fulfillment of this Contract, the Contractor shall indemnify and save harmless the Owner and officers and agents of the Owner, of and from all losses, damages, costs, expenses, judgments, or decrees what ever arising out of such action or suit that may be brought as aforesaid. 3.10 INSURANCE. The Contractor shall secure, and maintain throughout the duration of this Contract, insurance of such types and in such amounts as may be necessary to protect himself against all hazards or risks of loss as hereinafter designated and specified. The form and limits of such insurance, together with the underwriter thereof in each case, shall be approved by the Owner but, regardless of such approval, it shall be the responsibility of the Contractor to maintain adequate insurance coverage at all times. Failure of the Contractor to maintain such coverage shall not relieve him of any contractual responsibility or obligation. If a part of the Contract work is to be sublet, the Contractor shall: a. Cover any and all subcontractors in his insurance policies, or b. Require each subcontractor not so covered to secure insurance which will protect said subcontractor against all applicable hazards or risks of loss designated herein. Satisfactory certificates of insurance shall be filed with the Owner prior to starting any construction work for or in connection with this Contract. Said certificates shall state that ten 3-2 �, � i� �, } r �.4 *, Y' � '. �.7;,, �: 1 . •> t ' i . y..Z` �f �. It fdfktg��y �a��`��rZ!rdY��j��`.�t;S'��' .� -.-.. i��t �;Y9.f.4�xi�A;•: w�:+el.:e�:K.�.-�.�... �,,. ,»,.,.., ..,,..�..x.:. J• ... .. ... .....,... ... � :3�4#T,•: :i ., ,..a;�as,:r��?3�}��;(�iti"i;ud� (10) day's written notice will be given the Owner before any policy covered thereby is changed or canceled. Amrk 3.10.1 Workmen's Compensation and Employers' Liability Insiurance. This insurance shall protect the Contractor against any and all claims brought under the Workmen's Compensation Law for the state or states involved in work performed under this Contrast. It shall also protect the Contractor against claims for injury to, disease or death of workmen engaged in work under this Contract which, for any reason, may not fall within the provisions of the Workmen's Compensation Act. Workmen's Compensation Statutory Employers' Liability $100,000 each person 3.10.2 Comprehensive General Liability Insurance. This insurance, to be on the comprehensive form, shall protect the Contractor against any and all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor, his agents, employees or subcontractor, in connection with the operation or performance of the work for and in connection with this Contract. In addition, this general liability insurance policy shall specifically insure the contractual liability of the Contractor assumed under the foregoing Paragraph, "Defense of Suits". The property damage liability coverage under this policy shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. Liability limits for general liability insurance coverage under this policy shall be not less than the following: Bodily Injury Property Damage $100,000 each person $1,000,000 each accident $1,000,000 each acrident 3.10.3 Comprehensive Automobile Liability Insurance. This insurance, to be on the f comprehensive form, shall protect the Contractor against any and all claims for injuries to members of the public and damage to property of others arising from the use of automobiles and trucks in connection with the performance of work under this Contract, and shall cover the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, non -owned, or hired by the Contractor. The policy shall include an "all states" �r endorsement. Liability limits for automobile liability insurance coverage under this policy shall be not less than r; the following: Bodily Injury $100,000 each person $1,000,000 each accident -I Property Damage $1,000,000 each accident ' 3.11 GENERAL GUARANTY. Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any fk'tl� 3-3 ,'.»...,. ."'"''�. •_+.wo.xtNclR,pq?(!'„ic'1^fA'!A,,�'.�'1�Y tt^. T""'^^f^^'rm..+ T f .P }y I��.y�}Ay�ti ryY*.f ,{y ;li •, r !2 4 it. Nannri ,af��fS4 v '�. .. f ... .... ... , ,._ ,,.. �...v�...wxvu..vskk•/?�rldi43✓r�fM1$'.r� SYss.�rya�+4w.v F.u..,.._ .. t' � .. defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of 12 months from the date of final acceptance of the work. The Owner will give notice of defective materials and work with reasonable promptness. 3.12 EXTENSION OF CONTRACT TIME. The Contractor is requested to bring to the attention of the Engineer, by letter, during the progress of the work, the occurrence of events which the Contractor considers may warrant extensions of time under the conditions of the Contract. If the Contract is not completed within the time stipulated, the Contractor shall at the conclusion ') of the work, present to the Engineer a written statement presenting his view upon all matters of time extensions. 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. Promptly after the award of the Contract, the Contractor shall submit for approval to the Engineer 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 to complete the construction within the time provided. No payment shall be made to the Contractor on any estimate until such a program has been submitted and approved. Should it become evident at any time during construction that construction operations will or may fall behind the schedule of this first program of construction, the Contractor shall upon request 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 secured. No payments on any estimates shall be made to the Contractor after such request is made until a modified program has been provided by the Contractor and approved by the Engineer. Execution of the work according to accepted program of construction, or approved modifications thereof, shall be an obligation of the Contract. ' Should the Contractor fail to complete the work on the required calendar date as stipulated in the Proposal or within such extra time as may have been allowed by extension, the Engineer will deduct from any monies due or coming due the Contractor, the amount stipulated in the r?, Proposal of said extension of same that the work shall remain uncompleted. This sum shall be considered and treated not as penalty but as fixed, agreed and liquidated damages due to the Owner from the Contractor 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 resulting from his failure to complete the work within the time specified in the Contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, shall in no way operate as a waiver on the part of the Owner of any of its rights under the Contract. Neither by the act of taking over the work nor by the annulment of the Contract nor by requiring the Surety to complete the Contract shall the owner forfeit the right to recover liquidated damages from the Contractor or his Surety for failure to complete the Contract within the specified time. 3-4 f tint°� r;� ). is 'a:'v A 2 ,.,1; d. e • . .. � � � f , ')`,'.•cp;ki.,etY:r 3.13 DUST CONTROL. 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 control or for the water used for this purpose, but the cost of these items shall be subsidiary to other items in the Contract. 3.14 CONTRACTOR'S RESPONSIBILITY. The Engineer's project representative shall not have responsibility for the construction site conditions, including safety, operations, equipment, or personnel other than employees of the Engineer. The Contractor is responsible to construct the project in conformance with the Plans and Specifications. The Contractor has the responsibility for safety, safety precautions and safety programs on the site. He has the responsibility and duty to 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 or are permitted to have access to the site including but not excit1Avie to engineer and owner personnel. d. 3-5 SECTION 9 ITEM L-107 -'' INSTALLATION OF AIRPORT 8 -FOOT WIND CONE 107-1. DESCRIPTION. This item shall consist of an eight -foot externally lighted airport wind cone assembly furnished and installed in accordance with this Specification at the location and in accordance with the dimensions, design, and details shown on the Plans. The work shall include the furnishing and installation of a support for mounting the wind cone, a concrete base, and aggregate surfacing. The item shall also include all electrical cable, cable connections, conduit and conduit fittings, the furnishing and installation of all lamps, ground rod and ground connection, the testing and installation, and all incidentals necessary to place the wind cone in operation as a completed unit to the satisfaction of the Engineer. 107-2.1 General. a. Airport lighting equipment and materials covered by FAA Specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20590, and shall be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 107-2.2 Wind . Cones. The 8 -foot fabric wind cone, framework, and supporting structure shall conform to the requirements of AC 150/5345-27, Specification for Wind Cone Assemblies. The supporting structure shall be Type L-806, Hinged Base, Style I, Size 1. 107-2.3 Wire. Wire in conduit rated up to 5,000 volts shall conform to Advisory Circular 150/5345-7, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits for cross-linked polyethylene -insulated wire, or Federal Specification J -C -90A, Type RHW, for rubber -insulated, fibrous -covered wire. For ratings up to 600 volts, the thermoplastic wire conforming to Federal Specification J -C-30, Types TW, THW, and THWN, shall be used. The wires shall be of the type, size, number of conductors, and voltage shown on the plans or in the proposal. 107-2.4 Condut. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514 and 1242. 107-2.5 Concrete. Concrete for bases shall be a locally approved mix design with a maximum slump of 3 ", placed and cured in accordance with accepted construction standards. The placed concrete shall have a minimum compressive strength of 3,000 p.s.i. when broken at 28 days. 107-2.6 iAint. a. Red lead priming paint for ungalvanized metal surfaces, and the mixing �.; thereof, shall�conform to the 97% grade specified in ASTM D 83. The red lead shall be furnished in paste form and delivered to the job in the original unbroken packages bearing the maker's name and "T brand designation. 9-1 .�i ��;it iii{��y) fd t ! 'rrtr If t r j f•' t � lit �2t6,,�f`ti'Sd}ir)�t',�trlf}}}14 ti '{ •.€'"�M� ��i t `L �rri Yt� t �7',•, IS �.�r»,. . � � i { P } f5 � s. f } t F y�_�'� �j i i clitit Lf {�tltYSe'L ifi R1t tt t �} t. (€`{" ti d E b. Priming paint for galvanized metal surfaces shall be zinc dust -zinc oxide primer paint conforming to Fed. Spec. TT -P-641. If necessary, add not more than 1/2 pint of turpentine to each gallon. C. Orange paint for the body and the finish coats on metal surfaces shall consist of a ready -mixed nonfading paint meeting the requirements of Federal Specification TT -P-59. The color shall be in accordance with Federal Standards 595, Aviation Gloss Orange Number 12197. d. White paint for body and finish coats on metal surfaces shall be ready -mixed paint conforming to Federal Specification TT -P-102. e. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified aviation orange or white paint by adding 1 /2 pint of raw linseed oil to each gallon. 107-3. SON,STRUCTION METHOD. 107-3.1 lnajaUatim• The hinged support shall be installed on a concrete base as shown on the Plans. 107-3.2 Counterweight. NOT USED 107-3.3 Elpctrical Connection. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. 107-3.4 Booster Transformer. If shown in plans or specified in job specifications, a booster transformer to compensate for voltage drop to the lamps shall be installed in a suitable weatherproof housing. The booster transformer shall be installed as indicated in the plans. 107-3.5 Ground Connecdon and Ground Rod. The Contractor shall furnish and install a ground rod, grounding cable, and ground clamps for grounding the supporting structure near the base. The ground rod shall be of the diameter and length specified on the Plans and shall be copper or copper clad. The ground rod shall be driven into the ground adjacent to the concrete foundation so that the top is at least 6 inches below grade. The grounding cable shall consist of No. 8 AWG bare stranded copper wire or larger and shallbe firmly attached to the ground rod by means of a ground connector or clamp. The other end of the grounding cable shall be securely attached to the base of the support with noncorrosive metal and shall be of substantial construction. The resistance to ground shall not exceed 25 ohms. 107-3.6 Wig. The exposed metal parts of the wind cone assembly, except the reflecting surfaces of light fixtures and anodized aluminum, if used, shall be given one prime, one body, and one finish coat of paint. The prime coat shall be appropriate for the particular metal being painted. The finish coat shall consist of orange paint. 107-3.7 lamps• The Contractor shall furnish and install four 150 -watt, 115 -volt general lighting service lamps in the reflectors for the 8 -foot cone. A clear 100 -watt, 107 -watt, or 116 -watt, 115 -volt traffic signal lamp with a medium screw base, or a 100 -watt, A-21 bulb, 115 -volt, medium prefocus base lamp shall be furnished and installed in the obstruction light as required. 107-3.8 Chain and Padlock. The Contractor shall furnish and install a suitable operation chain for raising and lowering the hinged top section. The chain shall be attached to the pole support in a manner to prevent the light fixture assembly from striking the ground hi the lowered position. A padlock shall be furnished by the Contractor on the hinged base for securing 9-2 • wmn 6W: ,o"';`.. � �T� �+• !srt+. # ..i;� �I tM'+. .�' ., � .Y�r�r � 'i � c �•'. R �'+�' . the hinged top section to the fixed lower section. Keys for the padlock shall be delivered to the Engineer. a 107-4. METHOD OF MEASUREMF . NOT USED 107-5. IS OF PAYMENT. Payment will be made at the contract lump sum price for the completed and accepted installation of both wind cones. This payment shall be full compensation for furnishing all materials and for all labor, equipment, tools,cable, cable trench, connections and incidentals necessary to complete this item. Payment will be made under: Lighted Wind Cones (2) Cable and Controls -- lump sum 107-6. TESTING AND MATERIAA�R .QUIREMENTS. Fed. Spec. J -C-30 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. TT -P-59 Paint: Ready -mixed, International Orange Fed Spec. TT -P-641 Primer, Paint; Zinc Dust -Zinc Oxide Fed Spec. TT -P-102 Fed Spec. W -P-115 Fed. Std. 595 ASTM D 83 AC 150/5345-7 AC 150/5345-27 Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514 Underwriters Laboratories Standard 1242 Paint, Oil; Titanium -Lead -Zhu and Oil, Exterior, Ready -mixed, White and Light Tints Panel, Power Distribution Colors Red lead Pigment Specification for L-824 Underground Cable for Airport Lighting Circuits Specification for Wind Cone Assemblies Rigid Metal Conduit Fittings for Conduit and Outlet Boxes Intermediate Metal Conduit 9-3 " Pa SECTION 10 ITEM L-108 "'°` INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS :, ,��, 108-1. DESCRIPTION. 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. 108-2. EQUIPMENT AND MATERIALS. 108-2.1 General. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 3 . ,y.. 108-2.2 Cable. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. If telephone control cable is specified, copper shielded, polyethylene insulated and Jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Administration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene Jacketed Telephone Cables for Direct Burial, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J -C-30, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 108-2.3 Bare Copper Wire (Counterpoise). Bare copper wire for counter -poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 108-2.4 Cable Connections. In-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. 10-1 .�• 'S"'5�.�i�a:.i:._<?5..,...,.: �.�. ... ��.x...:aa.t,c1.:++N:wMhK�'1Y!� .. {t;�?:�^b; a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's -8 or equal is approved for field vulcanized splices. The proper Vulcanizing Kit No. X-1604 molds for various cable sizes shall be used. c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, are approved. 3r e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL -I-3825 and the plastic tape should comp.y with Mil. Spec. MIL -I-7798 or Fed. Spec. HH -I-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Connector, or equal, or by a method approved by the Engineer. 108-2.5 Concrete. Concrete for cable and splice markers shall be locally approved mix design with a maximum slump of 3", placed and cured in accordance with accepted construction standards. The &N, concrete shall have a minimum 28 -day compressive strength of 3,000 psi.'_-' 108-3. CONSTRUCTION METHODS. 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. No splices will be allowed in any cable run without the approval of the Engineer. 108-3.2 Installation in Duct or Conduit. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. 10-2 ti a LM The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 Trenching Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is dist•,.urbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 21 inches (53 cm) below finished grade, except as follows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless otherwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 mm) sieve. The Contractor shall ascertain. the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 Installation in Trenches. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. 10-3 t m.rt l�S r'iV iA �tr.Sn�{�l.l r 1 .3.11Mr � t r. ` r Ryr 4 l ' �..,T� , '' ' �'' • Its .,. 4S� 1r u '�,f, , r,,.,,wt.Yi `u �3.w.a:fiwn.....,...L:�.::._ ».»>'.,+..+.+� »FsfrcS!#GV+di��`�.` r�r +>~";;� i�r.<�rs!�k%9�rtF%�39'11w.antroi�rtxavawaa.,:u,...�a.,..,,.r..�,*...,.,4.�......::�.i•1.,_� V Cables crossing over each other shall have a minimum of 3 -inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transformers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.5 Backfilling. After the cable has been installed, the trench shall be 3 inches (75 ""- mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 m) sieve. This layer shall not be compacted. the second layershall be.5 inches (125 mm) deep, loose measurement, and shall contain no } . 4 particles that would be retained on a 1 -inch (25.0 mm) sieve. The remainder of the backfill shall t.s be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. 4 The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 108-3.6 Restoration. Where sod has been removed, it shall be replaced as soon as . ' possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces j and replacements until final acceptance. ...;k;,, 108-3.7 Cable Markers. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles which are spaced 300 feet (30 m) apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The (9 10-4 _f 2�is��+.isu+fat.`�t�!5.�:�,.��r�zr�;rr!S.ti�r�.x,�..:r.s:.::::�. �.: •...:.i�:,� .. :.- u...�...��r�(�+*r,�tv�`a�'flJ?�QC+ Contractor shall impress the word "splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so desired by the Engineer. 108-3.8 S li --cinZ. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for joining conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in ? •: accordance with his/her instructions and to the satisfaction of the En gineer. C. Field -attached Plug-in Splices. These shall be assembled in accordance with . manufacturer's instructions. These splices shall be made by plugging directly into mating + connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, ' extending at least 1-1/2 inches (37 mm) on each side of the joint. v d. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. e. Taped Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conductor during removal of insulation or :r penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. join the conductors by inserting them equidistance into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should r be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap `. to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that @gw the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where 10-5 ! 1,4 i1r•; it?k7;t+97 :�� 4:' Ira' y . �.�.:� rfi� - ;�r rr n a w jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm) over connector. Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capacity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends of the splice. These strands should be tack soldered to the sldeld in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. , The above described splice is for a straight -through splice with continuity of shielding. 108-3.9 Bare Countervoise Wire installation and Grounding for Lightning Protection. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in a separate trench as shown on the Plans. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 500 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. '7g; Bare counterpoise wire may be installed with a cable plow. e 108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances un for testing the derground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the .following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. a 10-6 ,,, ..Y4`� V"�a. ..t � � ^y n?_� • �t . .- .� r� . t . .. ��.r � - r �1 �t� k' N .�tiN.4f. ^'!nk� a (?�t�"',��'';,:.�,.:a:,v,e.; a1'�';°fit jr•.� , y`i.»vfj �,�r, 108-4.1 Trenching shall be measured by the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. When specified in the proposal, separate measurement shall be made for trenches of various specified widths. 108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet of cable or counterpoise wire installed in trenches, ready for operation, and accepted as .satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 Cable and splice markers will not be measured for payment, but shall be considered subsidianj to the cable. 108-5.1 Payment will be made at the contract unit price for trenching cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Cable Trench, Type 1 -- per linear foot Cable Trench, Type 2 -- per linear foot Cable Trench, Type 3 (In -Pavement) -- per linear foot Underground Cable (1/C #8 AWG, 5KV) — per linear foot Bare Counterpoise Wire (#8 AWG) and Trench— per linear foot Rigid Steel Bored Duct (2") -- per linear foot Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors Cable and Wire, Electrical Power, Fixed Installation Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic, for Low -Temperature Application Soft or Annealed Copper Wire Concentric -Lay -Stranded Copper Conductor, Hard, Medium -Hard, or Soft 10-7 AC 150/5345-7 AC 150/5345-26 Fed.Spec.J-C-30 HH -I-595 ASTM B 3 ASTM B 8 0 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors Cable and Wire, Electrical Power, Fixed Installation Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic, for Low -Temperature Application Soft or Annealed Copper Wire Concentric -Lay -Stranded Copper Conductor, Hard, Medium -Hard, or Soft 10-7 Mliffe= 'mr-7,2224,M� 77 T, "42 P; FIRM N,', t.—A. d "dww4oii �71! I H— SECTION 11 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 125-1.1 This item consists of airport lighting systems furnished and installed in accordance with this Specification, the referenced specifications, and the applicable advisory circulars. The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the Plans. This item includes the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional details pertaining to a specific system covered in this item are contained in the following advisory circulars: AC 150/5340-18 AC 150/5340-24 AC 150/5345-28D AC 150/5345-44F AC 150/5345-46A AC 150/5345-51 125-2.1 General. Airport Guidance Sign System Runway and Taxiway Edge Lighting System Standards for Precision Approach Path Indicator (PAPI) Systems Specification for Taxiway and Runway Signs Specification for Runway and Taxiway Light Fixtures Specification for Discharge -Type Flashing Light Equipment a. Airport lighting equipment and materials covered by F.A.A. specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. c: Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 125-2.2 JAW.. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.3 CQurete. Concrete for bases and backfill shall be locally approved mix design with a maximum slump of 3", placed and cured in accordance with accepted construction standards. The placed concrete shall have a minimum compressive strength of 3,000 psi when broken at 28 days. 125-2.4 Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be suitable for underground use either directly in the earth or encased in concrete. 125-2.5 RjgW_StegLCmdjj9. Rigid steel conduit and fittings shall be in accordance with Fed. Spec. WW -C -581D. 125-2.6 Size Connectors. Squeeze connectors shall be equal to Crouse -Hinds Company, Type CGB cable connector with neoprene rubber bushing. 125-2.7 Runway andjaxjwAy_LjghLU. The runway and taxiway lights shall be of the types indicated on the Plans and shall conform to the requirements of AC 150/5345-46A. 125-2.8 Light Bases and Transformer Housings. Light bases and transformer housings shall be Type L-867 conforming to AC 150/5345-42B. 125-2.9 Isolation Transformers. Isolation transformers shall be the type required for each installation and shall conform to the requirements of AC 150/5345-47. 125-2.10 Guidance Si Faces. The guidance sign faces shall be compatible with the existing ADB ALNACO signs, conforming to the requirements of AC 150/5345-44F. 125-2.11 RRun_wa) End Identification Lights (REILS). The REILS shall be Type L-849, Style C, conforming to the requirements of AC 150/5345-51. 125-2.12 Precision Approach Path Indicators (PAPIS). 'fie PAPLS shall be Type L-880, Style B, Class II and shall conform to the requirements of AC 150/5345-28D. 125-3. 125-3.1 General. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-4. M .THOIZOF MEASUREMENT. 125-4.1 Runway and taxiway lights will be measured by the number of each type installed as completed units in place, ready for operation, and accepted by the Engineer. 125-4.2 Guidance sign faces will be measured by the number of each module installed as completed units, in place, ready for operation, and accepted by the Engineer. 125-4.3 REILS will be measured by the number of each system pair installed as completed units, ready for operation, and accepted by the Engineer. 11-2 SIYfPM�•11L11hw.�aTr.Nlmlekl�l�.>���F'+!rll�1.R61fMErY.JMtt�!'<fiA.ti:{. .1b. s:.�.: ,.. rf. �. �..:I�..�'.uraYYx��A"k�f'b`�•�..�ESYf 125-4.4 PAPIS shall be measured by the number of complete 4 unit systems in place, ready for operation, and approved by the Engineer. 125-4.5 Runway and taxiway lights removed will be measured by the number of each CD removed and turned over to Owner ir, satisfactory condition. 125-4.6 Underground cable and cable trench for edge lighting circuits will be measured and paid for as specified in SECTION: INSTALLATION OF AIRPORT UNDERGROUND CABLE. IN 125-5.1 Payment will be made at the Contract unit price for each complete light, guidance sign face, REIL system, or PAPI system installed by the Contractor and accepted by the Engineer. Payment will be made for each runway or taxiway light removed and accepted by the Engineer. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. 125-5.2 Payment will be made under: Remove Existing Light -- per each REIL System, Runway 12 --Lump Sum Transformer Housings, and Junction Boxes. REIL System, Runways 9 and 27 --Lump Sum PAPI System Runways 9 and 27 --Lump Sum Replace Sign Legends -per each Y 125-6. MATERIAL• REOUIREMEN75.'s?-lk' AC 150/5345-46A Fed. Spec. J -C-30 Cable and Wire, Electrical (Power, Fixed Installation). Fixtures. A ; a AC 150/5345-47 Fed. Spec. W -C-1094 Conduit and Fittings; Nonmetallic, Rigid, { ' (Plastic)." Systems. Fed Spec. WW -C -581D Conduit, Metal, Rigid; and Coupling, Elbow and Nipple, Electrical Conduit: Zinc -Coated. AC 150/5345-42B Specification for Airport Light Bases, Transformer Housings, and Junction Boxes. AC 150/5345-44F Specification for Taxiway and Runway Signs.';;: AC 150/5345-46A Specification for Runway and Taxiway Light ;. Fixtures. A ; a AC 150/5345-47 Isolation Transformers for Airport Lighting { Systems. p' s AC 150/5345-39 • B F.A.A. Specification L-853, Runway and Taxiway Retroreflective Markers. tk "1# ` ASTM -A386-67 Specification for Zinc Coating (Hot -Dip) on Assembled Steel Products. 11-3 _,__777777sn�� srwcua�F , yxcW a .rte tt��t{fir l�+ ( ;�' I ` }e✓ r � � � t a�. i ' C x h 7{ S . t ti w }+a .�F � t '� 4 I kt.,44i, a .............. Am MIAMI &- —NR'4 U.S. Department of Transportation Federal Aviation Administration ,,PF& ra Ir Advis Cir(culaf- Subject: STANDARDS FOR AIRPORT MARKINGS Date: 9/27/93 AC No: 150/5340-1G Initiated by: AAS -300 Change: 1. PURPOSE. This advisory circular (AC) contains the Federal Aviation Administration (FAA) standards for markings used on airport runways, taxiways, and aprons. 2. CANCELLATION. AC 150/5340-1F, Marking of Paved Areas on Airports, dated October 22, 1987, is cancelled. 3. EXPLANATION OF CHANGES. This AC has been written in a new format to more closely define the essential requirements for each type of marking. In addition, new standards have been included as follows: a. Markings for holding positions at taxiway/ taxiway intersections. b. Surface painted holding position, direction, and location signs. c. Geographic position markings. 1;2 ?-7 -,< -r-. ZxAe C LEONARD, E. MUDD ot Director, Office of Airport Safety and Standards d. Vehicle roadway markings. e. Nonmovement area boundary markings. f. Ground receiver checkpoint markings. g. Taxiway edge markings to delineate taxiway from adjacent pavement intended for use by aircraft.. h. An alternate configuration for runway thresh- old markings. i. Markings for a blast pad or stopway or taxi- way preceding a displaced thershold. 4. METRIC UNITS. To promote an orderly transi- tion to metric units, the text and figures include both English and metric dimensions. The metric conversions are based on operational significance and may not be exact equivalents. Until there is an official changeover to the metric system, the English dimensions should be used. ,:'ih �.. ".•. a :.p an7toa CONTENTS AC 150/5340.1 G CHAPTER 9. MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS SECTION 1. GENERAL 1. Purpose.......................................................................................................................................................... 1 2. Definitions..................................................................................................................................................... 1 3. Marking practices.......................................................................................................................................... 1 SECTION 2. RUNWAY MARKINGS 4. Application.................................................................................................................................................... 1 5. Runway marking precedence........................................................................................................................ 1 6. Runway designation marking...................................................................................................................... 2 7. Runway centerline marking..........................................................................................................................3 8. Runway threshold marking........................................................................................................................... 3 9. Runway aiming point marking..................................................................................................................... 3 10. Runway touchdown zone marking............................................................................................................... 3 11. Runway side stripe marking.........................................................................................................................4 12. Runway threshold bar...................................................................................................................................4 13. I2emwcation bar............................................................................................................................................9 14. Arrows and arrowheads................................................................................................................................9 y;f 15. Chevrons........................................................................................................................................................ 9 § 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...............................................................................17 23. Holding position markings for taxiway/taxiway intersections....................................................................17 24. Surface painted holding position signs........................................................................................................21 25. Surface painted taxiway direction signs....................................................................................................... 21 26. Surface painted location signs......................................................................................................................21 27. Taxiway shoulder markings..........................................................................................................................23 28. Geographic position markings...................................................................................................................... 23 SECTION 4. OTHER MARKINGS 29. Application....................................................................................................................................:............... 25 30. Vehicle roadway markings........................................................................................................................... 25 31. . VOR receiver checkpoint markings............................................................................................................. 25 . 32. 'Non -movement area boundary marking.......................................................................................................27 33. Marking of temporarily relocated thresholds............................................................................................... 27 iii CHAPTER 2. (RESERVED) MARKINGS FOR LARGE AIRCRAFT PARKING POSITIONS CHAPTER 3. (RESERVED) MARKINGS FOR UNPAVED RUNWAYS APPENDIX Appendix 1. Inscriptions for Signs and Geographic Position Markings (6 pages) FIGURES -- Figure1. Precision instrument runway markings................................................................................................. 5 , AC 750/5340.96 9/3711931 34. Marking and lighting of permanently closed runways and taxiways ............. 27 35. Temporarily closed runways and taxiways 28 36. Closed airports.............................................................................................................................................. 28 37. Heliport marking........................................................................................................................................... 28 38. Vertiport marking......................................................................................................................................... 28 39. Marking for at7esting gear............................................................................................................................ 28 40. Hazardous areas............................................................................................................................................ 28 CHAPTER 2. (RESERVED) MARKINGS FOR LARGE AIRCRAFT PARKING POSITIONS CHAPTER 3. (RESERVED) MARKINGS FOR UNPAVED RUNWAYS APPENDIX Appendix 1. Inscriptions for Signs and Geographic Position Markings (6 pages) FIGURES -- Figure1. Precision instrument runway markings................................................................................................. 5 Figure2. Nonprecision instrument runway and visual runway markings........................................................... 6 Figure3. Example of conflicting markings on crossing runways....................................................................... 7 Figure4. Runway designation numerals and letters............................................................................................ 8 Figure5. Displaced threshold markings............................................................................................................... 10 Figure6. Markings for taxiway aligned with runway......................................................................................... 11 Figure7. Markings for blast pads and stopways................................................................................................. 12 Figure 8. Marking for blast pad or stopway or taxiway preceding a displaced threshold .................................. 13 Figure9. Runway shoulder markings................................................................................................................... 14 Figure10. Marking details...................................................................................................................................... 18 Figure11. Taxiway markings................................................................................................................................. 19 Figure12. Taxiway centerline marking methods................................................................................................... 20 Figure13. Surface painted signs............................................................................................................................. 22 Figure14.. Taxiway shoulder markings.............................................................................................. 23 Figure15. Geographic position markings.............................................................................................................. 24 Figure16. Vehicle roadway markings.................................................................................................................... 26 Figure17. VOR receiver checkpoint marldngs...................................................................................................... 27 , Figure18. Closed runway and taxiway markings.................................................................................................. 29 FigureA-1. Pavement markings ABCDEFGH...................................................................................................... 3 FigureA-2. Pavement markings IJKLMNOP........................................................................................................ 4 FigureA-3: Pavement markings QRSTWWX..................................................................................................... 5 FigureA-4. Pavement markings YZ123456........................................................................................................... 6 FigureA-5. Pavement markings 7890..........................................................................................:......................... 7 iv r�7 9/27/93 �f 4r AC Ifibl&UN TABLES Table1. Runway marking elements........................................................................ Table 2. Threshold stripes required for Conti ration B ................................................ 4 Table 3. Pairs of TDZ markings required when installed on both runway ends Table 4. Location of holding position markings for taxiway/runway................................................................. 9 ........................ and runwa /run ....6........ ywaytncersecttons............................................................................................. 16 Table 5. Perpendicular distances for taxiway intersection markings from centerlineof crossing taxiway .................................. ......... 17 ?x'07 9/27/93 AO 1:153464 G CHAPTER 1. MARKINGS FOR PAVED RUNWAYS AND TAXIWAYS SECTION 1. GENERAL 1. PURPOSE. This chapter provides the standards for markings used on paved areas (runways, taxiways, aprons, and roadways) on airports. Markings for air- craft parking positions on aprons are addressed in Chapter 2. 2. DEFINITIONS. The following definitions apply to terms used in this AC: a. Displaced Threshold. A threshold that is located at a point on the runway other than the des- ignated beginning of the runway. b. Nonprecision Instrument Runway. A run- way having an existing instrument approach procedure utilizing air navigation facilities with only horizontal guidance for which a straight -in or side-step nonpreci- sion approach procedure has been approved. c. Precision Instrument Runway. A runway having an existing instrument approach procedure uti- lizing air navigation facilities with both horizontal.and vertical guidance for which a precision approach pro- cedure has been approved. d. Relocated Threshold. The point that is the beginning of the runway wh-.n a paved area not avail- able for either landing or takeoff exists prior to (the approach side of) the threshold e. Runway Threshold. The beginning of the runway that is available for landing. f. Visual Runway. A runway having no straight -in instrument approach procedure. 3. MARKING PRACTICES. To increase the con- spicuity of markings on light-colored pavements, par- ticularly in low visibility conditions, the contrast of the markings can be increased by outlining with a black border at least 6 inches (15 cm) in width. Outlining is also effective for highlighting holding position mark- ings. Striated markings may be used in areas subject to frost heave and may also be used for temporary markings,in nonfreeze areas. Striated marking consists of painted stripes 4 inches (10 cm) to 8 inches (20 cm) in width separated by unpainted swipes. The width of the unpainted stripe may not exceed the width of the painted stripe. Since this method results in reduced marking conspicuity, more frequent maintenance is re- quired to provide an acceptable marking system. Stri- ated marking is not used on Category II or Ill run- ways. Glass beads, meeting the requirements of Fed- eral specification TT -B-1325, Beads (Glass Spheres) Retroreflective, may be used to increase the conspicu- ity of markings on taxiways or aprons but not on run- ways. SECTION 2. RUNWAY MARKINGS 4. APPLICATION. Table 1 identifies the marking elements for'each type of runway as shown in figures 1 and 2. The two ends of a runway having different approach categories, i.e., visual vs. nonprecision instru- ment, may have different markings. The markings on a runway may be upgraded to include elements that are not required. For example, side stripes, touchdown zone markings, etc., could be installed on a visual run- way. If a runway has a displaced threshold, blast pad, stopway, or wide shoulders, additional marking ele- m-.nts may be necessary. The standards for each run- way marking element are provided in paragraphs 6 through 17. Use of these standards for marking run- ways on airports certificated under Federal Aviation Regulation (FAR) Part 139, Certification and Oper- ations: Land Airports Serving Certain Air Carriers, represents an acceptable means of complying with that regulation. S. RUNWAY MARKING' PRECEDENCE. Where runways intersect, the markings on the runway of the higher precedence continue through the intersec- tion, while the markings of the runway of the lower precedence are interrupted except that the runway threshold marking, designation marking, aiming point marking and touchdown zone markings are relocated along the lower precedence runway to avoid the inter- section area. Where aiming point markings are relo- AG 150/5340 -IG sated, the threshold will also have to be relocated to retain the required distance from the threshold to the aiming point marking (see figure 3 for an example). For intersection of runways of the same precedence order, the preferred runway (lowest approach mini- mums or most often used) is considered to be of a higher precedence order. For marking purposes, the order of precedence, in descending order, is as follows: a. Precision instrument runway, Category III• b. Precision instrument runway, Category II. c. Precision instrument runway, Category I, d. Nonprecision instrument runway. e. Visual runway. 6. RUNWAY DESIGNATION MARKING a. Purpose. A runway designation marking identifies a runway by its magnetic azimuth. b. Location. Runway designation markings, as shown in figures 1 and 2, are located on each end of a runway. c. Color. Runway designation markings are white. d. Characteristics. A runway designation marking consists of a number and on parallel runways 9/27/931 is supplemented with a letter. A single -digit runway designation number is not preceded by a zero. On a single runway, dual parallel runways and triple parallel runways, the designation number is the whole number nearest one-tenth of the magnetic azimuth when viewed from the direction of approach. For example, where the magnetic azimuth is 183 degrees, the run- way designation marking would be 18; and for a mag- netic azimuth of 87 degrees, the runway designation marking would be 9. For a magnetic azimuth ending inthe number "5," such as 185 degrees, the runway designation marking can be either 18 or 19. On four or more parallel runways, one set of adjacent runways is numbered to the nearest one-tenth magnetic azimuth and the other set of adjacent runways is numbered to the next nearest one-tenth of the magnetic azimuth. (1) In the case of parallel runways, each run- way designation number is supplemented by a letter, in the order shown from left to right when viewed from the direction of approach, as shown in the following examples: (a) For two parallel runways having a mag- netic azimuth of 182 degrees, the runways would be designated "18L," "18R." Table 1. Runway Marking Elements ' On runways used, or Intended to be used, by international commercial transport. 2 On runways 4,000 feet (1200 m) or longer used by jet aircraft. t 2 Visual runway Nonprecision instrument runway Precision instrument runway Marking element Designation (par. 6) X X X Centerline (par. 7) X X X Threshold (par. 8) X' X X Aiming point (par. 9) X2 X X Touchdown zone (par. 10) X Side stripes (par 11) X ' On runways used, or Intended to be used, by international commercial transport. 2 On runways 4,000 feet (1200 m) or longer used by jet aircraft. t 2 K GO 4 i t9i6idxw:�u.'�.:,.,,�.v�;.,�,:i.,.,...,..._„a�. _ i ..! .1, ... ... �F .... --'_._........IS: rw.ias,.:•:,�.v�,iiL�oi:. 9127/93 (b) For three parallel runways having a magnetic azimuth of 87 degrees, the runways would be designated "9L,” 449C," 449R." (c) For four parallel runways having a mag- netic azimuth of 324 degrees, the runways would be designated "32L," "32R," "33L," "33R," (d) For five parallel runways having a mag- netic azimuth of 138 degrees, the runways would be designated "13L," '413R," "14L," "14C," "14R." (e) For six parallel runways having a mag-. netic azimuth of 83 degrees, the runways would be designated "8L," "8C," 4'8R," 4491.," 449C," 449R.,, (2) The numbers and letters are in the form and proportion shown in figure 4. 7. RUNWAY CENTERLINE MARKING. a. Purpose. Runway centerline marking identi- fies the physical center of the runway and provides alignment guidance during takeoff and landing oper- ations. b. Location. A runway centerline marking is located along the centerline of the runway between the runway designation markings. c.. Color. Runway centerline markings white. d. Characteristics., A runway centerline mark- ing consists of a line of uniformly spaced stripes and gaps. The stripes are 120 feet (36 m) in length, and the gaps are 80 feet (24 m) in length. Adjustments to the length of the stripes and gaps, where necessary to accommodate the runway length, are made near the runway midpoint. The minimum width of the stripes is 36 inches (90 cm) for precision instrument runways, 18 inches (45 cm) for nonprecision instrument runways and 12 inches (30 cm) for visual runways. 8. RUNWAY THRESHOLD MARKING. a. Purpose. A threshold marking identifies the beginning of the runway that is available for landing. b. Location. The stripes of the threshold marking start 20 feet (6 m) from the runway threshold. c. Color. Threshold markings are white. d. Characteristics. The threshold markings may have either of the characteristics in (1) or (2) below, but after January 1, 2008, only those character- istics in (2) will be acceptable. (1) Configuration A. The runway threshold marking consists of eight longitudinal stripes of uni- form dimensions disposed symmetrically about the AC 1 °50/a�3A 4 G runway centerline as shown in figure 1. The stripes are 150 feet (45 m) long and 12 feet (3.6 m) wide and spaced 3 feet (1 m) apart, except for the center spree which is 16 feet (4.8 m). For runways less than 150 feet (45 m) in width, the length of the markings is not changed, but the width of the markings, spaces be- tween markings and distance of markings from the runway edge are changed proportionally. For runways greater than 150 feet (45m) in width, the width of the markings and spaces between the markings may be in- creased proportionally or additional stripes may be added to both sides. (2) Configuration B. For this configuration, the number of stripes required is related to the runway width as indicated in table 2. The stripes are 150 feet (45 m) long and 5.75 feet (1.75 m) wide and spaced 5.75 feet (1.75 m) apart except the center space is 11.5 feet (3.5 m). The stripes extend laterally to within' 10 feet (3 m) of the edge of a runway or to a distance of 90 feet (27 m) on either side of a runway centerline, whichever results in the smaller lateral distance. s 9. RUNWAY AIMING POINT MARKING. a. Purpose. An aiming point marking serves as a visual aiming point for landing operations. are b. Location. The beginning of the aiming � 8 8 point marking commences 1,020 feet (306 m) from the threshold. c. Color. Aiming point markings are white. d. Characteristics. ' An aiming point marking consists of two rectangular markings, 150 feet (45 m) in length, located symmetrically on each side of the runway center line as shown in figure 1. The width of each marking is 30 feet (10 m) ibr a runway width of 150 feet (45 m) or greater. The lateral spacing between the inner sides of the markings is 72 feet (21.6 m) for a runway width of 150 feet (45 m). For runway widths less than 150 feet (45 m), the width of the markings, and the lateral space between markings, is decreased in proportion to the decrease in runway width. Where touchdown zone markings are provided, the lateral spacing between the markings should be the same as that of the touchdown zone markings. 10. RUNVAY TOUCHDOWN ZONE MARK- ING. a. Purpose. Touchdown zone markings iden- tify the touchdown zone for landing operations and are coded to provide distance information. b. Color. Touchdown zone markings are white. S s .ivy t�0M RN i .. t k ..rkt 3 AC 15015340 -IG Table 2. Threshold Stripes Required for Configuration 13 MM Runwav width Number of stripes 60 feet (18 m) 4 75 feet (23 m) 6 100 feet (30 m) 8 150 feet (45 rn) 12 200 feet (60 m) 16 c. Location and Characteristics. Touchdown zone markings consist of groups of one, two, and three rectangular bars symmetrically arranged in pairs about the runway, centerline as shown in figure 1. For run- ways less than 150 feet (45m) wide, the markings and spaces are reduced proportionally, but the lengths re- main the same. For runways having touchdown zone markings on both ends. those pairs of markings which extend to within 900 feet (270 m) of the runway mid. point are eliminated. No touchdown zone markings are eliminated where installed on only one end of the run- way. Table 3 lists the touchdown zone markings re- gaired when installed on both runway ends. 11. RUNWAY, SIDE STRIPE MARKING. it. Purpose. Runway side stripes provide a vis- ual contrast between the runway and the surrounding terrain, and delineates the width of the paved area that is intended to be used as a runway. b. Location. Runway side stripes consist of continuous stripes located on each side of the runway. The. maximum distance between the outer edges of the stripes is 200 feet (60m). c. Color. Runway side stripe maddrigs are white. d. Characteristics. The stripes have a mini- mum width of 3 feet (1 m) for precision instrument runways and are at least equal to the width of the run- way centerline stripe on other runways. The stripes ex- tend to the end of displaced threshold areas which are used for takeoffs or rollouts. 12. RUNWAY THRESHOLD BAR. a. Purpose. A threshold bar delineates the be- ginning of the runway that is available for landing when there is pavement aligned with the runway . on the approach side of the threshold. b. Location. A threshold bar is located on the landing runway at the tiveshold. c. IColor. The threshold bar is white. lx� 1' }o'�Ka'urw�i t�n y ° 9/27193 AC 15015340-1 t3: ''; ,1' .: '"•;:: j N to N� 1 � h N q0c� I iLr? nj h CU W I O I fn W N N Lr) 1CD .r z I a a y H Cp0 'ii tD�N I Ln UY Fi Wr ii U cv h I I W ca I D � W 0 �� ( I A W ao I 0 LQ CU Cl- - CU M CU � r�a N W \ o� rn 6 H y y a Ne n'ZW 11111111 � 0 NaW rJJaQ�On .Nrlt� H «y�r LLai H s �z zJ6� Z�> Figure 1. Precision Instrument Runway Markings f .. ��,, r,e �,_ .. ,, ,, 1- � ar • .,tom a � r n N n a .r . F. W H O z 5 �t1r:k L k.i +; s t Xt. .l � a; ��+ ` t+ �,. 1; k v atS 41'•y+ �, �' � «�. ! ;a"4 I t'�,�'Rt 2,y4�ryro ;{'. �• + ryr 4,} ,iaip� 77f ,�r•'�, d i e�3�1 v ti ,'' tv+FE'yR9t"�. :i `''-w g,+ 'kr ''irfr` f t4• 't� P B A a y�A v!i AC 5o/5M-IG r ;Oxz ^ t r r � >. Fu• ,•'�'yf?� : r � t •5 ,•� I ' Ft :fit: `'ifs }rye r� •:pIis.'; r3s..,i..s!";s:krti Ro"", iti s:,M�i'e�`�+,yr�yINa, • &!1.„T. 'f}'.ri�1 q ,n. :^F ..'�.. 7t1. ��nti.,•.,<ty�.t�r 3`, .tr [ql., Cdt "�`}t.,S.J � ,ISr,,.t. 5,.•,�,?` n,, r. ,;5:ferri: t q ''d :.i4� 1't" .iL„ . �; ,;t -:.Y ..'.�`:n ..1 ,+„ =5..,� , a ✓''S.,r. •� . J ...1'x'.1.' C 1] . �J`� ,or.: �/' 1.1r, tt..,!'.:. ,c. •..,: a '.:. t • �`f 'k � t. t 1' :� 3 , F •L 1,,. ui (i :y.+xf )X! . ,! : .tw l: 'S i:v Y ii�. I � �5.. , 1„ .i: � .-K''�tt�-{j'`f.Tt: F i• ;12...�.� .Sr ., ,..,M.,.ii • r,�' ,- �' `t . + , , V� , 4 y.. :x..%+, v x ��,: � i ..r'E.'Y:•.: �r�, :ti , . � ��, ,a E ^fTa. 4.: :D �tv, .) 6 r• a.,+ ,,.7 as: ? ?'S •• r a t :2, .s ' s.'i0 ;(r<�,t (Kir? ,tt.. ?r',? t., :t.,;xr! .�+ s�„r'; ,1tr C ,�i t .{ •+.. 2,s r i'p`"+.., a; 5 [ V.. :S a (F'. Y2.. ,.',ai:wF%til: a''.y}'> �•ti'v41' :ry S r: 5;?. '�[, s.. f i' a}. ��;z . },r :>`rfi s( .•;x' ,,,x :*t.•,a1[�'ra-:'pt :,It o-..,e�'}T `L 1+�.!" .s6 '.fr':i �,.t, a jbW',, •,t„ {�s. ';� r ,1.+ -;t:.r{!.„z .S t[+��:•'••, r, n. e ,'+'.,,, t ,-! •r.r. { •i!-, S f ..A' l65. �. , ,.{�.`+i z•`e4,: ''v„.Y� .;,.JG. .i'r in,',r„+,,!{.<� �+�! JvF +.t,. • �t: {`� +.; Tr, > C y k t t k+,r, ., }, !: i a. .xr .t �t.�.t : . e,+ •� .'�'2... i •� ..x.'F >;t ,1 +•,t :: . 1 '�t..rt A rf ':.� '? T + .f S+ti • .St • `� `';i, f '"r,'ti�,'Ii;+ •+tr!' •r >wt4:Y.:�rt.,)},:+,.g •x;t4.ti •�1 va �, �tr.��*r: :.:. owa :'r;,'i� . r•,+^-0I�� • [ t is 5.. rY:;"4f, ar,.,.f,. �,.•( ta,F;.�4, k?.(3!('.- 1•t .rYf{-•h ,�j ,: .:lg 'lr .',tse vr.f•.t[x. crx{'x•..rs t<tt t:,d ..r a�..J,r.J}`.;rc+;><j r v[ 5,., 5,. `k• ,}+t.'.Y%Y :SS{:';!^^.'lw t�-. p.,- kt { 1 ;:vi.jv.'4 "i fid. >,d^ « WN, ye:l ,5,.t.,;. r� :1, S; •.Ir..rk. ,a,:, r t..7tX"' .f iij; 6s 1,;.i' 'St>:3 t.[ ; # 4 ; ' d . f., r 1"4 , E •r...,tr. sic, f�rr, { .,�,.Q? ��}� ;��k '1. cit'✓t��i{ p� Y...f .�.T•.-:,.vw,>��r 'E�., ..(k ,.1 t + . Lt. ;ar.�., , r'+; "Y'4:5+✓'/' 4. a .. ~• , x T,.ipr� . it -} SY v vatu}: ', f . 't a 4, n%i:.J,r.. t A.. ,:I . .9 s' �v� '} •:A. •;a.9 . �tt3--.r' -i'..J. f :<e:i.�".' rt., ) .'1�'%''�: ,1•',�� .r �. ..uj-t, ,�h4..t'� . �.++.t:,', �, t•� J } rs5 •'[ ti r : { .Li.n.+` 'i'• t. ! 4 .� y ta, ,. R,r...,3,,: � .\.,j' yr .l �:i ;}i.S CS.': r 2. t . r t ,Y i. i f ".�.b:: ,. 1..: Syy: �,!1: ',!„c1', "'ti �'.: �c x:� �St;t.t x.trir�. J''�'sFi1:`+.n t , '!t -t �`•: a7h�.2dr'�., �,1fY'.S [:5:{c.., s.r . ,+ t4 t rf; y* ,Ty,.., �}.,IyAiS•.i. ui{:.,x �(��gg ,,.Lt(4r•,a��txj .,.Z.3 [ A:P r,: r,7,h��??yy A�t Y�.�•at;p�.J4�if.�a .�i'Y'."l�i'.f,{` t., f,Jl�:, +} ?, t,�r., :i �'�C., ..�a:i:i I,f'. ( �:,.p;.. �`' ' _ +; t .A.. a . '{ A i •�S, ,T.. z P ,-xt5��:i.2. }tri ni�bf', Y..�t�f h n �} .'�:t'.r,-�"yt...3.+..u. t,., '.�1v },� +'1 �,1• tt ,,(g-1prn�ii 'ty�+1.. ,a ,.>j. �<.•,, ..7 ! . c. v .,�.,' ,+ t �"-' ;,s••: .':!:; . r.• ..5.,.,,.,.:..?[�-5'..rr,.•. , i.2:r •'}'Yi •.+'- [ ,�k. f,Nf+a1,. ,d .e h, fl: r" .t N ,93t �:�G, ,�• r1w.•tl•G•! t .F -? �'3"tiF . e r .,a 1',z d ,r„ _ / r,: +.t.. ,5� ..i Vii.% ,y:. •.V, r, ,.s5 si?i . Gz��-�+': y'ki v,• eX, �r. .. 1i•.' ,U a'' .i rr., .i'.•Y„r<r., :a• iz.�� '4s{,° . t .,i ,G ��'-Y,::: v � ;;1,;2,. '7 ' t. r • w+'••aY :E =;f ;`. [ .,,fo .,k� �,� ^� ^`� n.h. Yr i�'S? s,,;,, it!� v �jr ..v-CS.e;�s'l3,��ttixw., .j tr •., .l. r> + ,^ ( <.a SS�<5 �.} ;, tyi,r i[�j5.?:.:� t r., ii::�r.�'�'S' "a. '11'. .�,. � i1: 6 - ,,tt'..,A 'S ,Mv a.;•} '�:?� a'rr',; r"Y� r ?. 54; ir'. 7=777- 5 1•t+ a. r � }� ' F.. r�' C � ' n A { t 1J. •� t 'S\t; fi+; �,2; ....'r. r � : t [ ,.� ;+i�5f\..t..•'� .3+ + jr..Fv r�'�1:"�jr � '}a '��i. :A# � r ty t Y` f+La srl 'L :.x t a r e d�r�'` 1�'� ,3 j r Y 3F'. '' F, - •1 „' - �, ks •i� , gy •,s � ., � vt � [ +r `+ y r i 1 , �' •,}rF�%' � `r ,t+il`� N d r'�� jrii: t N q 5�.. A " �b agwiiiiiiia EMML- mabrIft— OR. ,,r •Y �J /� f n 6 � n n" • t.y : , J. r '?6tr r, f:.�ty,`.+7�t s't M1�>i lJ�r-'r""�i '� c?+� t '•'Q' •+ �. .� � l ��',^•,"�, .t, ,x rr i"1 'iajrt•�v. tS i �.��� °uE�cSryr`�^.'urjc t.�t1 �i `•tt. t.•r .' � y,., / r .J. 1 S"�r e�'. ;�3 tY�.. �.. �, t `4 .3,.�., +' �tk��''�i �`"i'.M°7c.4,a,.r .�� �r y��"i� \a ..t �•'t: i 1 -tr r'i • � iy R t1t � ;F�,� N� 4¢/^r .�py �(ptz ?aps, t tl. t 1 ry f •L .Y t. .fid' �,' S jy',1t..*.).` �•1 J•". ,i! yf,.,,,i' '.ilr../y5! A•i }ir:'{.�i'7 i h: "{�Y :<.: ^.illfitt}�.,1 r, .ti .4/ 1 . �$ •'s . .J•. . �s �'. . f+•. Jr. t .ill' 1 �h•: r 'hr:, t<. , .�. ftF•'tvi " t � Y t!r '^`ry �� a .s ��'• .,a Y�t,�i .?P.:�f�'(,.s.u. '{ t S t ' %� +%•s,. :L�, F:.t:, ?:v' `rcnrla gf,.,;ixr}pk s•�t 4. �!....4,�j ,S tri-' y:si ,.,i�, ,fin.+�'. s. 1'f�•: '} t t• � ? r �' .,�', s:: . t {. .�+r'f ' S:xs.,Y4: Y. � i1?i.'�i ,iE•l s i; :.�} • �.5. +, .'at1,,.t! �J(!'v+: i.:r„4,. ! �' �1 ..7 .. L,. .i..•�c,. '�.jt rr,�i �d?i.i rx7 .� �� .5,%!' yr l�<5 �ic,i, a4't ...,}.t .Si:... r.: :•'r r '. . s . �s t , r. � f'. cy,.< ,.i . f. i ,• x���, �'" i} f tt i., J � rs,•4: us; t. • i,.., M',j' . iii '}. ^y, {J'a': ,r �r+, `d" t ;"S" .i. "%w,t,.>f•. ••}n .•'+"fr s, ,.•r>t•� .S. t� :i f 4 +:F O: JJ.v'):. t d � r.6. p1:nF". 1 lr{rY(L:it, ..Z' �'�i17'<`l�•i. '.jr l.! i.j,. �r �:'y.F-, t:;':!'. 'i' 4` ,.�. )., :i' t•' ,.t' :i;;t,.."y,�t!- �.'^ ,�� ,� yy.'i'r•.�.f A �'e'.EE,,,., v,Yx. .$. tit '4. t.. 1 .� x rJ. :.'S\,.n. <r .ri;!'' - ,.J'•�;'.': a+ (sY.». � •L P. `,Y.. :{`�. �.,{:5'.i t. :a'. w f: `:5.: r '�,,. .t•{'`• t•,.. S,.±r,� };,. ,.} x �.L`:,, .i ..l .s� � ,.Z. :t- t •1:" .,< .�. '.•I t •ilrly v,'f.`r r7.�.t •1'`:''r.. i<". r•}` .} a.°Y..�-: xS `'Ci. ,.Ya .I":: •''° ..� � a < ;`{` ',I, :'ray •5. ¢'E 9. t' °p .f.� `b .c:� i a !4r�'-.3" ,i, '!at„ \ �s... +}.. ,ii .iS, i. .JStir'yY. ±R''ra; g .Elite' i ,:s� R E.t'i,'•Ye,::• �, ,tt, {i''t t,S'i.. :;tF t' '� w ,+ :•t!. �.�: i^:v' �Y�,s ..t d..: ,'�, .f�" f�. �x�, ..Ft.�t ),: ..i; iS, �,•..t .i:2's*t... .J! } ,.!.. :'t •!,• Jrt ,.d ..S,}„ .�.;; '�„ f .. ,tYE,r .bYvil y7.,. ,rf'r• .y x. ;, tyy„��` 1r! 'r :.r `.},nit'•^ P rr Itl t. .f}.+•C.' lsd :;•I.r+'?i � is C . iit ,{i r.F .,, i';• F?' •F,'�:.. .:Y,t +, dtr x t •r' � t� . J� . t I afS:, sn. .., r.,,: i ds� ` iTy, jP � s I .- ,r i � •t. rir i' .s. a >� t, � yr, k;*C':E:,t rr}y...�,,,,,}r. ,},r .: Y.i`:`.��di4'•.�'f=f..tJ< er.,q',,.,5}•^t•.,. 1*. �. i..."4 \';h r ?•. , :r .+ .t �.,,l,nr � rrY 3 / .�•r, , , rt, �7i s` �S 1 i .!\S;'�. ;fi. ,t ,`y ' ' 'c .!° f '.f .S zIt tZ •it'•x`t� ?: ::ii r }';� ,+.Li 5 �q p (,. 'I. a t y4 t• .'Jr �+ _ t. +.J. s vt'%+ s. ,r�'{ ,ti'i; 1.. }-, r Ao �., tJroiti� ,� •�c .� r,s:.�#.,� 'fin ru .J I : x't Y ti+`1 .1.• Mr, "+.i 5.±ti. 4�1 ,ft ..�yJi y.,t .y., arks"t,•„<' !,r•.�iU ��. •E1f 1. i' S. .,�. .a.: r. .0%• ..Y.. .i5�, .t �" .r''.r, .'{• ,..�!' y. F,d_ x. ,,+1�>`x , ,� 4 l:"#•• .z-,:`Y1`+s,.'{i b.S,. a°�`:+x i�. 'h `:t:.'� t Ir+. \`ti�,i., :] .�'K S°7h '?I!',+fh r•. of .•i:':f t'!,. .f cx�:,t', tiesf,y zx .,S�:•eftl r�.r;. 'ra rL .��i.,i 17 ?. rl y,. i { ;rii.. aC r,�xt.., ,! I t.`g�...�5 :'z1>,J.:.-,,.a.J,c,r: �r;`- )y,+t�rr.t „s.. ,}.in;„wx „}f. w1. :1 .. i• t` i•^. J. l.hw rv,�,Zi r 'I:1t�Si�. - +1,if• ,i. �r>t �,..e �y ��s +,: 'L i�32.A..�g+n:.T� t .5�7� if t.1 3 \'i3 .Y"�''"Y!'7.f ..�J .� .,+,ij Ii .. t. �`.. ,r ;i:. v /.a: '�'< i t; .�.. ,',s{p. r 3 ji•ri�`•:+#3 a. ,rr lf,7.Jr �t,%,.a4 (i: >in{"t7F�� Sty,.,,��t t, �,R .,.:i4, '�!J_.. rp .,.i.i•tt t 4. ,z ','v .;i =':,S .t 3 . [t,<•,}. �f,. ,.w- �: 1Y '{�,. .:er,{ 4i t y.>4c,n�, (�5 ,. }i. ,a 3 1�' k. b .r ►�ir7 ':` t >,) ��.r \'V .. i ..;St.. '. i't k '\Y' '� f k'1 .. •Ii': 1 $ -'tn fit.y i 'i t r.j1..+ir .G•�"T/yT x.1"45 ri J �i {ri f, S1. 3� j �' E . �4y',�t I j , r I } nl '� t[+ it} t,: ti.,� . J a ' • ?i ` • i � 3T . f�' ' `i? � er1,�a �!' r ! e' , i�`Mri 1 t 4 ' t ' J i t (4 . '. r , t i :� i r r td + yy,ry,}S .�jy�rt'�'T"'' i•�.,�'•t<d �.sS'X tYr' f ' f t• :' v.�;�";. .:<r.E+,..:.e,r.t?,� 1t•=rel.^. ��"gN 9/27193 AG 150/5340.1 G 13. DEMARCATION BAR. 15. CHEVRONS. a. Purpose. A demarcation 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. Less three pairs of markings ing b. Location. The demarcation bar is located on the blast pad, stopway or taxiway at the point of b• Dation. Chevrons are located on pave, - intersection with the rtulway as shown in figure S. ment areas that are aligned with and contiguous to the c. 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 blast pad, stopway or taxiway. s d, Characteristics. Dimensions and spacings p g of chevrons are shown in figure 7. 14. ARROWS AND ARROWHEADS. a. Purpose. Arrows are used to identify a dis- 16' RUNWAY HOLDING POSITION MARK - 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 highlight the beginning of a runway where the use of runway where an aircraft is supposed w stop when the chevrons is not appropriate. runway is normally used as a taxiway or used for "land and hold short operations." b. Location. Where a runway threshold is per- manently displaced, arrows and arrowheads are pro- b• Dation. 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 aircraft- using the ceding a runway is used as a taxiway, arrowheads are runway. The location of the holding position markings provided prior to the threshold bar (see figure 6). on runways at other than nunway/rvnway 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 on a taxiway prior to a runway threshold are yellow. permitted in table 4 must be coordinated with the re- d. Characteristics. Dimensions and spacings gional Flight Standards Division and Airports Division. of arrows and arrowheads are as shown in figure 5 and c. Color. Holding position markings on run - figure 6, respectively. ways are yellow. Table 3. Pairs or TDZ Markings Required When Installed on Both Runway Ends Runway length Markings on each end 7990 feet (2936 m) or greater Full set of markings 6990 feet (2737 m) to 7989 feet (2935 m) Less one pair of markings 5990 feet (1826 m) to 6989 feet (2736 m) Less two pairs of markings 4990 feet (1527 m) to 5989 feet (1825 m) Less three pairs of markings 9 07 s_�i r.ra .' � a — ... �.� . .. �. _. ..'. l'• �}�.}�... .. �. .. .. ... _ ",9' tad r� ...�.. . V:N:tT,ta.i�SiG.Tc±>?FV4'�;..5.it'di8iw+.nin,:e.L_' AC 150/5340•I G 9127/93 10 a za :3 Z W W .~..r J N RIM I M = n. ~ 0 Z ap C3 cd z= '^ W W N KR 7 Q O_ = 4 LLI S Z W W W W �u W�32 a as >, 0 w, WUW LJ ao zQ In rn� ?SIJ x D C3 a W a^o rn N O QZ VI ?Li ?�� W W =x �¢S F- IY W 2 .-. O z — N t1 C; i " W I ur 4 (L D l N W. D. I CL Q N L, O c rn N Oa IJ a = E C C m n rn 3 z w Ct A Q� Q = 3W?_j o� C O !n` XW A SA. A A Q W Q r 0 0 o t� Q W -�---- 3 a A , O O a J � W c �p N M p `m> a W Q Q }p ~inZ ova 3N z W ;cCe W 0 it ov 1 ¢lam = W Z ha 0 CD N J l J W Qn A v 3 0 )�2 wQ Li'y a za :3 Z W W .~..r J N RIM I M = n. ~ 0 Z ap C3 cd z= '^ W W N KR 7 Q O_ = 4 LLI S Z W W W W �u W�32 a as >, 0 w, WUW LJ ao zQ In rn� ?SIJ x D C3 a W a^o rn N O QZ VI ?Li ?�� W W =x �¢S F- IY W 2 .-. O z — N t1 C; i " W I ur 4 (L D l N W. D. I CL Q N L, O c rn N Oa IJ a = E C C m n rn Figure S. Displaced Threshold Markings v lL Li = 3W?_j !n` XW } N Q W Q r Q W 3 a a za �-m V)InLn )�2 Q' I�14� r I _1 � f CD !L CJ r C ILn i Figure S. Displaced Threshold Markings ME - - — 2•V%ti�`�.a[�^'���#i,rl<it tvnktva..:..N: ro:r.. vFrr .,v�rv.+VH�st.{J pw�...._. ...:_'. .,, :, �...a:...v:..4 .5`:.:74., d14i":''?i�{itktA'%i1y.'rtNY4�M1'"'„�}b...��iS�1'. 9/27/93 AC 150/5340.1 G iessii i.. < W � A AIA Figure 6. Markings for Taxiway Aligned with Runway 11 4 E�Ur ryt .��J a r.'.., J i�A��.��tarY rF k��r ri Mkt 4y... s�✓ 1 ` rr� ✓ t J. � t•�'v ''t�cr 4 F n � ' s 1. 1 '�;q �,��n 1 t i2 f ( { K 1. s d �t •d c x � 1 f rl to t{ .j. tnf'A,. S73ty t� fii �1 J� t . g 4 i'v L r s 41• �' r ixu 'S i `i �t�t � �i i 1�y .k� rL;i t3'.{! Yt�`J r r'.� i 5 CY ti f t4 q �#� i} u .•. n� } rr3�exygt r'r•{(t t s .1 }�, f Q 1 C.a4� S .� k i 'lly �t "ill////t=YK td�t }kt r !r ��f• }: . .q[y l7W U -ate 0 I a z--o�. a f� `l 0 y u31 ` C W < _ 3�ca�a Zaoa- o. a �[L JQ Q < W =3 30 C J aJ Q: W Q 'r I lr7 Q v G 1� Lr)ILr, Figure 6. Markings for Taxiway Aligned with Runway 11 4 E�Ur ryt .��J a r.'.., J i�A��.��tarY rF k��r ri Mkt 4y... s�✓ 1 ` rr� ✓ t J. � t•�'v ''t�cr 4 F n � ' s 1. 1 '�;q �,��n 1 t i2 f ( { K 1. s d �t •d c x � 1 f rl to t{ .j. tnf'A,. S73ty t� fii �1 J� t . g 4 i'v L r s 41• �' r ixu 'S i `i �t�t � �i i 1�y .k� rL;i t3'.{! Yt�`J r r'.� i 5 CY ti f t4 q �#� i} u .•. n� } rr3�exygt r'r•{(t t s .1 }�, f Q 1 C.a4� S .� k i 'lly �t "ill////t=YK td�t }kt r !r ��f• }: . .q[y :tem ■ AC 150/5340 -IG 9/27/93 12 Figure 7. Markings for Blast Pads and Stopways . tip f.;�- < l ��•, ;,:" ..;. ;�,_i .: :�a.:. +x i :i � �1 -�.4;; �"af t ':;; "rtf�. iii No �IA N N � O to Q ' N _ ' C I N 3� No ma w N 1 L', a z Li W o u, Q V N X O J J W Li fY W Q f ¢ �E C3 L. W J oo �Z W O OI S z N 2 W 1— J W N n w LJ z Z Q �-1 W I 1 tn� N Q �v • W W SIF - W _ I 41= ¢ w J m U 1- m N O Q I ¢3 v o c JI WLi Q W O QLD N 0 G ZE > W co QCL LoZ -�W t x L� Z E aJ w W Li LJ O Q c ll1�0 Q- jL ` IAc. N W in E5 O w O (U W �z= >3 W >L- Tj So w N o2�- ury w� u) -Q UQ G 'SN Z 12 Figure 7. Markings for Blast Pads and Stopways . tip f.;�- < l ��•, ;,:" ..;. ;�,_i .: :�a.:. +x i :i � �1 -�.4;; �"af t ':;; "rtf�. iii No �IA I- rvm yo 9/27/93 AC 150/5340.1 Pa Figure 8. Marking for Blast Pad or Stopway or Taxiway Preceding a Displaced Threshold �OV 0*� �4 K , ,ii rp Y%:' ;j,� 13 $ �`&"A AA W 7" XW 44 "'A �14 11,-10� 1 K io,x, t � • ' ff5 � 0: I Z Figure 8. Marking for Blast Pad or Stopway or Taxiway Preceding a Displaced Threshold �OV 0*� �4 K , ,ii rp Y%:' ;j,� 13 +�;: t`5i:�'.,1'+�:;°.;,�"r�Y�, :�� �•'A1 •;<3&r'�y�yt:.r vC."���1�!, �.�)1ia'4+'Y:�Yo�=� SHOULDER- \ it AC 150/53440.16 9/27/93 d. Characteristics. These markings are iden- the limits of usable pavement. Shoulder markingi; are tical to taxiway/runway holding position markings generally needed where pilots have experienced probe shown in figure 10. The solid lines of these markings lems identifying the runway from the shoulder thereby are always on the side where the aircraft is to hold. creating a need to delineate the shoulder as unusable The markings are installed perpendicular to the runway pavement. centerline and interrupt all runway markings except for the runway designation marking. In the latter case, the b, Location. Runway shoulder markings are position markings should be moved so they do ' located between the runway side stripes and the pave - r notholding interrupt the designation marking. meat edge as shown figure 9. 17. RUNWAY SHOULDER MARiKIYv1CS. c. Color. Runway shoulder markings are yel- low. a. Application. Runway shoulder markings are d. Characteristics. Runway shoulder markings used, when needed, as a supplement to runway side consist of stripes 3 feet (1 m) in width and spaced 100 stripes to identify pavement areas contiguous to the feet (30 m) apart. The stripes start at the runway mid - runway sides that are not intended for use by aircraft. point, are slanted at an angle of 45 degrees to the run. Runway side stripes are usually sufficient in defining way centerline, and are oriented as shown in figure 9. SHOULDER- \ RUNWAY -SHOULDER DIMENSIONS ARE EXPRESSED THUS: MS e'9` 0.9 ZI MIDPOINT OF o 0 RUNWAY _ 0 \/I\/ 20 �_VIL -I ---f — MAX. \\ o a // MAX. T 0 / \ / \ o rai 4 0 N MAX. RUNWAY THRESHOLD Figure 9. Runway Shoulder Markings 14 tr�tl. 9/27/93 AC 150/5340.1 G SECTION 3. TAXIWAY MARKINGS 18. APPLICATION. All taxiways should have centerline markings and runway holding position mark- ings whenever they intersect a runway. Taxiway edge markings should be installed wherever there is a need to separate the taxiway from a pavement that is not in- tended for aircraft use or to delineate the edge of the taxiway. Instrument Landing System/Microwave Land- ing System (ILS/MLS) critical areas, holding position markings, taxiway/taxiway intersection markings, and taxiway shoulder markings should be installed as ap- propriate. Use of these standards for marking taxiways on airports certificated under FAR Part 139 represent an acceptable means of complying with the regulation. 19. TAXIWAY CENTERLINE MARKING. a. Purpose. Taxiway centerline marking pro- vides a visual cue to permit taxiing along a designated path. b. Location. On a straight section of a taxi- way, taxiway centerline markings are provided along the centerline of the designated taxiway. On a taxiway curve, the markings continue from the straight portion of the taxiway at a constant distance from the outside edge of the taxiway. (1) At taxiway intersections where fillets do not meet the standards of AC 150/5300-13, Airport Design, current edition, and judgmental oversteering is required, the centerline markings continue straight - through the intersection as shown in figure 12a. Where adequate fillets exist, the centerline markings follow the taxiway curve, as shown in figure 12b, to permit cockpit -over -centerline steering. (2) On taxiways used as an entrance or exit to a runway, the taxiway centerline marking curves onto the runway and extends parallel to the runway center- line marking for a distance of 200 feet (60 m) beyond the point of tangency. (3) For taxiways crossing a runway, either straight across or offset and normally used as a taxi route, the taxiway centerline marking may continue across the runway with the following exception. For Category III operations, taxiway centerline markings must continue across the runway for taxi routes des- ignated for use under these conditions. When crossing a runway, taxiway centerline markings will normally be interrupted for the runway markings. low. C. Color. Taxiway centerline markings are yel- d. Characteristics. A width of 6 inches (15 cm) to 12 inches (30 cm) is acceptable for a taxiway centerline. However, the width selected must be uni- form for its entire length, The centerline is continuous in length except where it intersects a holding position marking (see figure 10) or a runway marking element (see paragraph 19b(3)). 20. TAXIWAY EDGE MARKING. a. Purpose. Taxiway edge markings are used to delineate the edge of the taxiway. They are pri- marily used when the taxiway edge does not cor- respond with the edge of the pavement. Two types of markings are used depending upon whether the aircraft is supposed to cross the taxiway edge. (1) Continuous Markings. Continuous taxi- way edge markings are used to delineate the taxiway edge from the shoulder or some other contiguous paved surface not intended for use by aircraft. When an operational need exists, the continuous taxiway edge marking may be used to delineate the edge of the taxiway from a contiguous nonpaved surface. Continu- ous taxiway edge markings are not to be used in situa- tions where aircraft would be required to cross them, (2) Dashed Markings. Dashed taxiway edge markings are used when there is an operational need to define the edge of a taxiway or taxilane on a paved surface where the pavement contiguous to the taxiway edge is intended for use by aircraft, e.g., an apron (see figure 16). b. Location. Taxiway edge markings are lo- cated on the taxiway at its defined edge. c. Color. Taxiway edge markings are yellow. d. Characteristics. Continuous taxiway edge markings consist of a continuous double yellow line, with each line being at least 6 inches (15 cm) in width, spaced 6 inches (15 cm) apart (edge to edge). Dashed taxiway edge markings consist of a broken double yel- low line, with each line being at. least 6 inches (15 cm) in width, spaced 6 inches (15 cm) apart (edge to edge). The lines are 15 feet (4.5 m) in length with 25 foot (7.5 m) gaps (see figure 10). 21. RUNWAY HOLDING POSITION MARK- INGS ON TAXIWAYS. a. Purpose. These markings identify the loca- tion on a taxiway where an aircraft is supposed to stop when it does not have clearance to proceed onto the runway. 15 v.J e i ! �� ,f i �,{74. a r .ark` .�' ;,.. .. _. .a !� .. •.. � � � --. ^", .. ... .° _ .. A 116 IYAV If" AC 150/5340 -IG 9/27/93 'fable 4. Location of Holding Position Markings for Taxiway/Runway and Runway/Runway Intersections Aircraft approach category and (airplane design group) Perpendicular distance from runway centerline to intersecting taxiway/runway centerline in feet (meters) t Visual and nonprecision instrument Precision instrument' A & B (I & 11) small airplanes only 125 (38) 975 (53) A & B (I, 11, & 111) 200 (60) 250 (75) A & B (11) 250 (75) 250 (75) C & D (1 through 1V 250 (75) 250 (75) C & D M 250 (75) 280 (85) ' Increases for elevation above sea level are: a. Aircraft approach categories A and B (Airplane design group III and IV). For precision instrument runways, this distance is increased one foot for each 100 feet of airport elevation above S,ODO feet. b. Aircraft approach category C (Airplane design group ill and IV). For precision instrument runways this distance is increased one foot for each 100 foot of airport elevation above 3.200 foot. c. Aircraft approach category C (Airplane design group V). For all types of runways, this distance is increased one foot for each 100 feet of airport elevation above sea level. d. Aircraft approach category D (Airplane design groups 1 through V). For all types of runways, this distance is Increased one foot for each too feet of airport elevation above sea level. ' When a taxiway or runway intersects a precision instrument runway at an angle of less than 45 degrees, it is r=esaary to increase the distances in this column If any part of the critical aircraft would penetrate the obstacle free zone (See AC 150/5300.13.) b. Location. Holding position markings should be located on all taxiways that intersect runways in ac- cordance with table 4 based upon the most critical air - ..craft using the runway. These markings are also lo- cated on taxiways crossing through the. runway ap- proach area so that an aircraft on the taxiway will not penetrate any of the following: the surface used to lo- cate the runway threshold, inner approach obstacle free zone, inner transitional obstacle free zone, and clearway. If located closer, such that aircraft penetrate the Terminal Instrument Procedures (TERPS) surfaces, higher minimums may result. A discussion of these surfaces is contained in AC 150/5300-13. Locating hold position markings other than in accordance with the ' preceding criteria must be approved by the FAA. 16 Except as specified in paragraph 16, holding position markings should not be used for any situation other Ow those described in this paragraph. c. Color. Holding position markings on taxiways are yellow. d. Characteristics. The runway holding posi- tion markings are shown in figure 10. The solid lines of these markings are always on the side when: the air- craft is to hold. The markings are installed perpendicu- lar to the taxiway centerline but may be canted from the perpendicular in unique situations such as illus- trated in figure 11. In these cases, it may be necessary to install additional holding position signs, wig -wag lights, etc. ,t L.. � �._ {,.,�.r � :'d 'U.irr ..�A •�. ,riy},K1t `i'1� 1 b;f,z M1 9 4fkf. :N. a 9/27/93 AC 1 St1/534q-1 C . Table S. Perpendlcular Distances for Taxiway Intersection Markings from Centerline of Crossing Taxiway Airplane design group ' I lI 111 IV V v1 44.5 feet 65.5 feet 93 feet 129.5 feet 160 feet 193 feet (13.5 ria) (20 m) (28.5 m) (39 an) (48.5 in) (59 m) ' See AC 150/5300-13, Airport Design 22. HOLDING POSITION MARKINGS FOR IN- STRUMENT LANDING SYSTEM/MICROWAVE LANDING SYSTEM (ILS/MLS) CRITICAL AREAS. a. Purpose. These markings identify the loca- tion on a taxiway or holding bay where an aircraft is supposed to stop when it does not have clearance to enter ILSAvELS critical areas. The critical area is the area needed to protect the navigational aid signal or the airspace required for the approach procedure. b. Location. Holding position markings for taxiways entering ILS/MLS critical areas are located at the perimeter of the ILS/MLS critical area. Where the distance between the taxiway/runway holding position and the holding position for an ILS/MLS critical area is 50 feet (15 m) or less, one holding position may be established, provided it will not affect capacity. In this case, the taxiway/runway. holding position is moved back to the ILS/NLS holding position and only the taxiway/runway holding position markings are in- stalled. The local FAA office will designate the ILS/ MLS critical area boundaries for the airport operator. The markings are installed perpendicular to the taxi- way centerline but may be canted from the perpendicu- lar in unique situations such as illustrated in figure 11. C. Color. The ELS/MLS holding position mark- ings are yellow. d. Characteristics. Holding position markings for ILS/MLS critical areas are as shown in figure 10. 23. HOLDING POSITION MARKINGS FOR TAXIWAY/TAXIWAY INTERSECTIONS. a. Purpose. These markings identify the loca- tion on a taxiway or apron where aircraft are supposed to stop when told to hold short of another taxiway or apron. They should be used where there is an oper- ational need to hold traffic at a taxiway/taxiway inter- section, at a geographic position (see paragraph 28), or holding bay, as illustrated in figure 11, to define the edge of the taxiway safety area to assure adequate clearance from taxiing aircraft. b. Location. Holding position markings for taxiway/taxiway intersections are located for the most demanding aircraft using the airport in accordance with table 5. c. Color. Taxiway/taxiway holding position markings are yellow, d. Characteristics. The holding position mark- ings for taxiway/taxiway intersections are as shown in figure 10. 1. 17 IWO 'All 0 , -.M If pX lip AL•t" a )� � 7 z Figure 11. 7aidwyMakings l■ ' � o , Sl $ | ] § |ZE ? E H. §, i � o i §K§ (n$ ' § | 2x3 :A %§ , ic Ui �¢k ¥ kE | � #■B �§2 R. m Ln E I | � '| LU w, W- VI $R� �b o u » I �\AE eW �Ek' q | Uj 2$k$j � _ m ��o�� mk �jr 53���/¥ | �U-/220-2 .2�- _Af tn o�k ' « / _f w\ �� | �¥ UJ R 2� «\ .. x 0 0z )� � 7 z Figure 11. 7aidwyMakings l■ 1�► }7R 7 9/27/93 AC 15015340 -IG 24. SURFACE PAINTED BOLDING POSITION SIGNS. a. Purpose. Surface painted holding position signs supplement the signs located at the holding posi- tion in accordance wittt AC 150/5340.18. This type of marking would normally be used where the width of the holding position on the taxiway is greater than 200 feet (60 m). b. Location. The surface painted holding posi- tion sign is located on the left side of the taxiway cen- terline on the holding side of and 2 feet (0.67 m) prior to the holding position marking as shown in Figure 13. Holding position signs should not be painted on run- ways. c. Color. The surface painted holding position sign has a red background with a white inscription. d. Characteristics. The inscription must have a minimum height of 9 feet (3 m) with a maximum height of 12 feet (3.67 m) being preferable. The in- scription must conform in appearance to the letters, numbers, and other symbols in Appendix 1. The back- ground is rectangular and extends a minimum of 15 inches (38 cm) laterally and vertically beyond the ex- tremities of the inscription. 2S. SURFACE PAINTED TAXIWAY DIREC- TION SIGNS. a. Purpose. Surface painted taxiway direction signs should be provided when it is not possible to provide taxiway direction signs at intersections in ac- cordance with AC 150/5340-18 or, when necessary, to supplement such signs. b. Location. Surface painted taxiway direction signs are located adjacent to the centerline with signs indicating turns to the left being on the left side of the taxiway centerline and signs indicating turns to the right being on the right side of the centerline as shown in Figure 13. Taxiway direction signs should not be painted on runways. (1) When a direction sign is not installed along side of the taxiway, the surface painted direction sign should be located at the same distance from the intersection as the distance specified in AC 150/5340- 18. (2) When a surface painted direction sign sup- plements a direction sign installed along side of the taxiway, the surface painted direction sign may be lo- cated at or anywhere between the distance specified in subparagraph (1) above and the point of divergence of the painted centerlines, c. Color. The surface painted taxiway direc- tion sign has a yellow background with a black in- scription. d. Characteristics. The inscription must have a minimum height of 9 feet (2.9 m) with a maximum height of 12 feet (3.67 m) being preferable. The in- scription must conform in appearance to the letters, numbers, and other symbols in Appendix 1. Each taxi- way designation must be accompanied by an arrow showing the general direction of turn. The background is rectangular and extends a minimum of 15 inches (38 cm) laterally and vertically beyond the extremities of the inscription. A 6 -inch (15 cm) wide vertical black stripe separates each taxiway designation when more than one designation is included on either side of the centerline. 26. SURFACE PAINTED LOCATION SIGNS. a. Purpose. Surface painted location signs are used, when necessary, to supplement the signs located along side the taxiway and assist the pilot in confirm- ing the designation of the taxiway on which the air- craft is located. b. Location. The surface painted location sign is located on the right side of the taxiway centerline. c. Color. The surface painted location sign has a black background with a yellow inscription and yel- low border around its perimeter as shown in figure 13. d. Characteristics. The inscription must have a minimum height of 9 feet (2.67 m) with a maximum height of 12 feet (3.67 m) being preferable. The in- scription must conform in appearance to the letters, numbers, and other symbols in Appendix 1. The back- ground is rectangular and extends a 1 minimum of 15 inches (38 cm), including the 6 inch (15 cm) yellow border, laterally and vertically beyond the extremities of the inscription. 2• x i Y 2• ti- % '' 71D. •Y` f t .'.' Eli y4fAp�''�t"k'i)i,�?�`y2w;:2:;s Apr :3: t�' ,.J 4.t7 :Stat. 4i. rr iif sr,•,}a;uS nu" ; �,� 4:�Sr'�� rt, 'b 'i'�;}t�41.F� 'CYL€t�`zyr:. �.r.�,;.~`t, �!{�,{* It. '•r .4 1 vt.'it, :ti,Dh4ikFN.,.?''d {{ dSS$.iA t �t�yt',.Y•i,{4c r. a rr•„+ f 14 rL !. )t N,{.�t�. 'ii Yif Si 5'lSr; i�.7 ,"�)�. v°tt+}h,,,. Y.tr�r`1 r+i yr. �)¢<�S,'ttJ: 6!i`; �;}•�yM "ta•i7.:1'x7 !t t 1. P r7 '.s r r'.it;r'ii;' a. �:! '1>`.•:t0�fi1.� .P r.riwiav'r=,'+4t:rl;J`Fr`,,. .;r'T;>'x}}�•;.�,r {'t,£•a ita. ter t:q4 t t t v,r1 �i.�.ri�YJ t ,`�' t Y •Y .t' ,: r,:l�, .t, rs., r.ti�: ii^S „ttf,:'::`��s-rt.�.;. :��j,lj.r,£�j.r�; Jr. }•.-'<' 't u���' r•r;.. :f !.L� .,. t 'l�' ? r [ ;"•Y q •,+'4:.:+<.:t 'r tr`iwTi*,'�(t„p�.si r...},N, r7F�:31`. t ySi-s.tv, fi;�'�r�th'k �. F . � } : • f � I �r :A'�u'. :1 .i. If i.i. Vi {�5 ,:f 01,;}(,`2'�.Sy.r .:Ir'i3}i, ..i:E .:,+', s,'£p R 1'r x,ti}',i.l�.•, ✓r,,t.. h YkLit •'.S'; S�vtel, ,., t.ir t S i .fr S:ii� i�iY: t+r1ir J1,:��•4 `�(`"1�tj4 .rr .�r�4i *�t !Y( `7.j, i,�. itu �1., t! �r ` t S ; �`+ i .i \ 4 i t t. tt s .p tt S 4. irr r. r x�(St��. }1 �j j' fi'� Y.xx E.t"t t1�r� tt'r ';, t ,, '; ,r • ^` ti i " . r.• T t, .r �. 4 >~ .ri t'?k.,� ;?�+.; ar�,J.r..da'r'.y': m i 7;`y;�''•.:, _? s r�; T�'�. �t �.'it 'ri . . 2, t � , t . r , �S57,r. �: t. x ;+ trt� :trii.�'0': .{, i Sri {. ry `�_ r�{ s� t Fd �7J .�"�{,i�l �, Yp, .a'tst }' �, t •.'err i • �� i.✓•= t t. } .Y y+t,r. r}2.7 re f «t,+,r:•.�°," ii .9::,� nr.. 4..:r �7d�;r��; '.'f�. rL nr ,`' itti .t° } i� ,.};Y;.rF-+ r,: tti' vr' ".tir`i�rr�k %. t: .�. �. f .:i. �. ,rt rJ 7{"r.tt$. zct; ti' �t: 5 t•�(t .w Y,�7 TSF F1. FYt, .. t.-}1 ��. i.. , is r1 �s .t i I '+z v,t' r: ;1 :�� »n q . Sx�f', ;(a ,�t �. .p . r:,rd,�-.,,Qr , ,). }' � ,•k t ?' Y\i .txa' i c.. � .w:> ,_.r,",:r,j,,�;% .f�K:r r}u�tq,{{( ,ryy`�1: `,,�r`:;f • Yx . ;. ty i}7: .� of � t': ci :v ,}j5; • Hrr1p�.}y{{•,r t . ;,4f l t,r . r4'[ i f ;,ate:. r Y) ' � �4i'A�':n y •� 1'i � � 4. W. �R( i 3 P. .^f. } 'Y I', .,�. °"t�,�( �t v��r li '. F. i7""'."lc:dS".., �r'hr *5'r� ru'"y>}Tt iq rr •, `"'i•�.�t�' '7�l ),+ha•;��'f{{ 'ti 4l.,`,.�},,�. tttL �A! {'C}� t�»t,:..5 �t .y ...�{ ik� .. � f AY `V7,',t 777.0.:f-'.. �. . 0 1 Y, 9127/93 AC 150/53404 G 27. TAXIWAY SHOULDER MARKINGS. maximum of 100 -foot (30 in) spacing. On curves, the a.Purpose. Holding bays, aprons, and marks are placed a maximum of 50 feet (15 in) apan 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 in) from the edge of the stabilized area bilization may have the appearance of a full strength or to 25 feet (7.5 in) in length, whichever is less. pavement but is not intended for use by aircraft. Usu- 28. GEOGRAPHIC POSITION MARKINGS. ally the taxiway edge marking will define this area, but NOTE: The interim standards set forth in this conditions may exist such as stabilized islands or taxi- 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 or the Surface Move - Where such a condition exists, taxiway shoulder mark- ment Guidance and Control System (SMGCS) es- ings should be used to indicate the pavement is unus- tablished in AC 120-57, Surface Movement and able. Guidance Control System, current edition. Stand- ards for these type of markings may change as 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. B. Purpose. Geographic position markings are 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 (I in) yellow stripes ations. Low visibility operations are those that occur perpendicular to the edge stripes as shown in figure when the runway visible range (RVR) is below 1200 14. On straight sections, the marks are placed at a feet (360 in). Figure 14. Taxiway Shoulder Markings 23 g1trp"ff2 7— -7 K!I�i -RIM, 0 RUNWAY PAVEMENT EDGE M) MAX. ON CURVES YELLOW STRIPES 10D' �v M) T- 3' (1 m) WIDE EXTEND TO MAX STRAIGHT WITHIN 5 FEET (1-5 m) OF S PAVEMENT EDGE OR 25 FEET (7.5 m) IN LENGTH. WHICHEVER IS LESS TAXIWAY EDGE MARKINGS Figure 14. Taxiway Shoulder Markings 23 g1trp"ff2 7— -7 K!I�i -RIM, 0 �i'�4t'�u.�drst, x+ � � -z ...,. i .. ,way.,Nne...._:.�..:........-.....�.,.....�......�.....�...e.._...�..... .. . AC 150/5340 -IG 9/27/93 4' (1.3 m) FROM— EDGE OF YELLOW HOLD POSITION MARKING 9' (2.7 n) INNER RING, WHITE, 6' (15 cry) WIDE BLACK BORDER, 6' (15 cm) WIDE . / STANDARD TAXIWAY/TAXIWAY / HOL.DING POSITION MARKINGS WITH 6' (15 cm) BLACK BORDER AND BLACK SPACES • s MARKING CONSISTS OF A ' BLACK INSCRIPTION, 4' (1.3 r,) HIGH, CENTERED ON A PINK CIRCLE WITH A WHITE INNER RING AND BLACK BORDER AS SHOWN 2' (0.65 m) FROM) an EDGE OF YELLOW TAXIWAY CENTERLINE TAXIWAY CENTERLINE MARKING MARKING ASSOCIATED WITH GEOGRAPHIC POSITION MARKINGS ON LIGHT COLORED PAVEMENT OUTLINED DIRECTION OF WITH BLACK FOR INCREASED TRAVEL CONSPICUITY Figure 15. Geographic Position Markings b. Location. These markings are located along low visibility taxi routes designated in the airport's SMGCS plan. They are positioned to the left of the taxiway centerline in the direction of taxiing. When the geographic position marking will be used by air traffic control as a holding position, it will always be located in conjunction with and prior to the holding position marking as shown in figure 15. When the geographic position marking is not used as a holding position, the installation of the holdline and clearance bar is op- tional. The geographic position marking should not be located at a runway holding position for the low visi- bility runway but may be located at die holding posi- tions for other runways that the designated taxi route crosses. Unless the geographic position marking is lo- cated at a runway holding position (see paragraph 21), a taxiway/taxiway holding position marking should be used (see paragraph 23). If the geographic position marking is located at a holding position along a taxi route that is designated for use in visibilities below 24 600 RVR, then a clearance bar consisting of three yel- low lights must also be installed in conjunction with the geographic position marking and holding position marking. On a particular airport, the airport operator in coordination with the local airport traffic control tower and the regional Flight Standards Procedures Branch will determine where these markings are needed. c. Characteristics. (1) The geographic position marking is a cir- cle with a diameter of 9 feet (2.67 m). When installed on concrete or other light-colored pavements, the circle is comprised of a 6 inch outer black ring contiguous to a 6 inch white ring with a pink circle with a diame- ter of 7 feet (1.3 m) in the middle as shown in figure 15. When installed on asphalt or other dark -colored pavements, the white ring and the black ring are re- versed, i.e., the white ring becomes the outer ring and the black ring becomes the inner ring. F. l 9/27/93 AC 75Q/a340r1 G . (2) Geographic position markings are des- ignated with either a number or a number and letter. The number corresponds to the consecutive position of the marking on the mute. When used the letter indi- cates the letter designation of the taxiway on which the marking is located. If a geographic position marking is located on a taxiway with an alphanumeric designation only the alpha portion of the designation should be used for designating the geographic position markings. For example, the fourth spot on the route is located on Taxiway A7. The alphanumeric designation for this spot would be "4A." The geographic position marking is never designated with a letter followed by a number. (3) The designation of the spot should be cen- tered in the circle. The designation is black, has a height of 4 feet (1.3 m) and conforms in appearance to the numbers and letters in Appendix 1. SECTION 4. OTHER MARKINGS 29. APPLICATION. The markings in this section are used, as appropriate, on airports. 30. VEHICLE ROADWAY MARKINGS. a. Purpose. The standards for vehicle roadway markings contained in this paragraph are used to delin- eate roadways located on or crossing areas that are also intended for use by aircraft. Markings for road- ways not located on aircraft maneuvering areas should conform, whenever possible, to those in the U.S. De- partment of Transportation's Manual on Uniform Traf- fic Control Devices. b. Color. Vehicle roadway markings are white. c. Location. Vehicle roadways are delineated on aircraft maneuvering areas when there is a need to define a pathway for vehicle operations. A minimum spacing of 2 feet (0.67 m) must be maintained between the roadway edge marking and the non -movement area boundary marking (see paragraph 32). d. Characteristics. (1) Vehicle roadway markings consist of a solid line to delineate each edge of the roadway and a dashed line to separate lanes within the edges of the roadway. The edgelines and lane lines are both 6 inches (15cm) wide and the dashes for the lane lines are 15 feet (4.5 m) in length with a spacing of 25 feet (7.5 m) between dashes. These markings are illustrated in figure 16. (2) In lieu of the solid lines, zipper markings may be used to delineate the edges of the vehicle road - way wherever the airport's SMGCS working group or the airport operator determines that the roadway edges need enhanced delineation. The zipper marking con- sists of two dashed lines side by side with alternating dashes that are 12 inches (30 cm) wide and 4 feet (1.3 m) in length, along each edge of the roadway as shown in figure 16. Details of the zipper marking are shown in figure 10. (3) Where a roadway crosses a taxiway, a solid white stripe 2 feet (.67 m) wide is provided across the approach lane at the distances specified in Table 5 to assure adequate clearance from taxiing air- craft. When the roadway is not located on an aircraft maneuvering area, a retroreflective stop or yield sign should be installed on the right hand side of the road- way in conjunction with the solid white stripe. 31. VOR RECEIVER CHECKPOINT MARK- INGS a. Purpose. VOR receiver checkpoint mark- ings allow the pilot to check aircraft instruments with navigational aid signals. b. Location. VOR receiver checkpoints should. be on the airport apron or taxiways (preferably the holding bay but never on a runway) at points selected for easy access by aircraft but where other airport traf- fic would not be unduly obstructed. VOR receiver checkpoints normally should not be established at dis- tances less than one-half mile from the facility nor should they be established on nonpaved areas. 'y##f`�"�pp �:t'�r2JffJy�Ykrt�u .tlta�is is .'�€� fG: 25 { ttY t rile W, , ' V t'Jf' . .. .. t a * S 9 �. rt'�yt t� s �i` �S 3il.��e iflI'� t�iR�i�:Yr2NY%�'�+S`•ti'I'_. it t+ .1v \'-�V I%l'/!1 AC 150/SMO-IG 9/27/93 ROADWAY EDGE I I APRON STRIPES, WHITE, CONTINUOUS 6" i15 cm) WIDE ��JI I WHITA6(5cm LANE )NW E.'1 IDE, RnAnWAY STnp 1 TNF, r DASHES 15' (4,5 M) LONG WHITE, 2' (.67 m) WITH SPACES BETWEEN WIDE, ACROSS THE DASHES 25' 17.5 n) LONG. APPROACH LANE- SEE TEXT FOR ADDITIONAL I 00 I ROADWAY EDGE REOUIREME(J7S STRIPES (SEE TEXT) WHITE. ZIPPER STYLE, ` SEE FIGURE 10 FOR DIMENSIONS TAXIWAY CENTERLINE MARY.ING — NOT TO SCALC WM 7TE ROADWAY MARKINGS TAXIWAY EDGE MARKINGS SHOWN IN BLACK (DASHED) SEE FIGURE 10—,, C== c� 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 VOR station identification letters and sign. 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). The station identification and course shown in figure .17. 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 cm) high. The color of the letters and numerals are (2) Sign. The sign should have an overall black on a yellow background. An example follows: mounting height of not -less than 20 inches (50.8 cm) 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 !?. Slt'?. •, r R .{ t'i f!.ret,JrS' a Y : !f•t. y,}i. lrrlt�z•,,. ,k:i�'3.'iq.0:� i ., .. t �' � i-"•: �.Yi. ! W' } .e f5'G',vfi j {�'7••lr :.. �{}�''t i ;�.�,'z ` �1, ' J• 4'ti a w: •.,�r+rp..!,�3i� l{`a,.�z!�,.'�.��.' �i:..r..'�''z3�irS „ f t. ,.1�3'k'l`tY?r t �..I�{,"L'� ��� Tc”. L 1 4 t ��t $.{=S:j .liz (;.tf''^i �•j�trmr�fj3 S y .n 55 �.��,• . .,JSt ; � . ]N�t.. ` r. .�Ty,gr.�a ., iT}.• t! ui,f} arvi:7r�j,,'[}���y{{' 3:�.�,' t . r,.,� �r� f Yj���}; +�.' }. {{ '�lii�' A�k. K• '.�>. �y ter'}Y. t! t!'" � ���:R ; t;� n ,.y r'��,SYh �l�.dw �• ���,f,��,•�Y�,gga •�� J.'i r Lr.�1�; a��. ••,L.'t'• t� tt ,t"},i7p ' ;Y ' �8.'SY,iI)' f' �W �r `.:4n3/.sS;'• .7 'Y. �^}�(;{��/ � /� Jt ."(;Y { }�? �`. °?Z`�'; �'t"{3 i`•{�'�`b���'itS.p �. `,i�'�ti�r..t,�.r��4 u�4i,�, �'' `.Y ''�, r r�t. sr .u. •..t�C�"' t�f �`1i,d.{ ;�.ti�leR l �;. it1j�i�r. lt.h�1jtt,'�r!t.l,y'tNft;,i•,,t1�J'.4'`JN.;� ,xt b; Vy{ �... • z ki _?"✓+'Tit„��•5�'t�1','�,�,r.e�'s. '?ti. �ri ` i,�. . i �7s 1' %,(s)z j'Tb({� SCS: �F, •.il ,Tr..f. �5.� { a,l ,.rY., »�rri�r a iA�l � tT�"�{?r, S orf I S r. .y r ffY+', e �'tl� 4 f.iw' j�{P' '4� � � �� rt 1.,. ,t �,.� . �`-, �:,,�, t1 .,. , 4 ., I }S y.f� � ,r `. R . , . ! y,,;�R, '�i✓,'Q!. •.�?, 1 �y i r h { � . y'�i . �, ft ,: �'� K J �� � ,xL,ta�' }`¢.RJ nd 1Y3i i'.'t•!j"y""'..t is { r.{��.14'{:�.'�3�.,fFS. ) i 1 I1 �}2, a ark"�'t.,,,� +1� �f:il�t, �?' '. q5 .42a;`�i'�L��. ` N?i� '..' �XM�,: z� �;,� • � ��,'ir'(�.y • p.3`'�l`U�•4.{ 151' 'a�" }� ,'r'jq:.;,:ifS� { :�'}�4 � .)�.R t''��,; ��;y..gy,x.f jt �� }r§y:a`'� .'tttT. _ 'rn� ar .,,i,�•�t.w,li3 jtt;n` ,k 2.. ystni✓ ! �, f F%i`r�r r'"�. r^..#r �t C '" � Y �:4 •�1...1'izi tit+rx�Y,,, y t ` t t .,�}..T] �N1j�t.t •�;r4ti� yy� .i;•;�;i �}•, �1� it'd a •t w, r• R t A 1 i .}I. . _ ��l���hl��:'1;�.,�'k'Y'r•�i'�Xlr,'iti4r TMs+ E 9/27/93 AC I SO/53O-IG 71r NOTES' 1. PAINT UNITE e. PAINT YELLOW 3. PAINT YELLOW. ARR13W TO BE ALIGNED TOWARD THE FACILITY 4. PAINT INTERIOR OF CIRCLE BLACK (CONCRETE SURFACES ONLY> 3. CIRCLE NAY BE BORDERED ON INSIDE AND OUTSIDE WITH 6' BLACK BAND IF NECESSARY FOR CONTRAST Figure 17. Ground Receiver Checkpoint Markings 32. NONMOYEMENT AREA BOUNDARY MARKING. a. Purpose. Nonmovement area boundary markings are used . when there is a need to delineate the movement area, i.e., area under air traffic control, from the non -movement area, i.e., area not under air traffic control. This marking should be used only when the need for this delineation is specified in the letter of agreement between the airport operator and airport traffic control tower which designates the movement area. b. Color. The nonmovement area boundary marking is yellow. c. Location. The nonmovement area boundary marking is located on the boundary between the move- ment and nonmovement area. In order to provide ade- quate clearance for the wings of taxiing aircraft, this marking should never coincide with the edge of a taxi- way. N= t d. Characteristics. The nonmovement. area boundary marking consists of two yellow lines (one solid and one dashed). The solid line is located on the nonmovement area side while the dashed yellow line is located on the movement area side. Each line is 6. inches (15 cm) in width with a 6 inch spacing between lines. The dashes are 3 feet (1 m) in length with a 3 foot (1 m) spacing between dashes. The nonmovement area boundary marking is shown in figure 10. 33. MARKING OF TEMPORARILY RELO- CATED THRESHOLDS. Information on the mark. ing, as well as lighting, of temporarily relocated thresholds is contained in AC 150/5370-2, Airport Safety During Construction, current edition. 34. MARKING AND LIGHTING OF PERMA- NENTLY CLOSED RUNWAYS AND TAXIWAYS. For runways and taxiways which have been perma- nently closed, the lighting circuits are disconnected..: The runway threshold, runway designation and touch-' down zone markings are obliterated and yellow crosses 4A AC 150/5340.1 G 9127/93 are placed at each end and at 1,000 foot (300 m) inter- disconnected so that they can not be illuminated unless vats. If the closed runway intersects an open runway, such illumination is needed to perform maintenance crosses should be placed on the closed runway on both operations on or adjacent to the runway, e.g., snow re- sides of the open runway. For taxiways, a yellow cross moval. is placed on the closed taxiway at each entrance. The 40 crosses shown in figures 18a and 18c are normally NOTE: The airport operator is responsible for deter. used, but the crosses shown in figures 18b and 18d arc mining the need for a visual indication that a runway more readily seen from aircraft on final approach and or taxiway is closed. In making this determination, the may be used. airport operator should consider such things as the ma- son for the closure, duration of the closure, airfield 35. TEMPORARILY CLOSED RUNWAYS AND configuration, and the existence and hours of operation TAXIWAYS. of the airport traffic control tower. a. When it is necessary to provide a visual indi- cation that a runway is temporarily closed, crosses are placed only at each end of the runway. The crosses are yellow in color and conform to the dimensions speci- fied in figure 18. Since the crosses are temporary, they are usually made of some easily removable material, such as plywood or fabric rather than painted on the pavement surface. Any materials used for temporary crosses should provide a solid appearance. Since these crosses will usually be placed over white runway markings, their visibility can be enhanced by a 6" (15 cm) black border. b. A raised lighted cross may be placed on each runway end in lieu of the markings described in para- graph 35a to indicate the runway is closed. The cross should be located within 250 feet (75 m) of the run- way end. e. Temporarily closed taxiways are usually treat- ed as hazardous areas (see paragraph 40). However, as an alternative, a yellow cross that conforms to the di- mensions in figure 18 may be installed at each en- trance to the taxiway. d. If the runway or taxiway will be closed dur- ing the nighttime, the runways lights will normally be 36. CLOSED AIRPORTS. When all runways are closed temporarily, the runways are marked as in para- graph 35, and the airport beacon is turned off. When all runways are closed permanently, the runways ate marked as in paragraph 34, the airport beacon is dis- connected, and a cross is placed in the segmented cir- cle or at a central location if no segmented circle ex- ists. 37. HELIPORT MARK-ING. Information on the marking for heliports is contained in AC 150/5390-2, Heliport Design, current edition. 38. VERTIPORT MARKING. Information on the marking for vertiports is contained in AC 150/5390-3, Vertiport Design, current edition. 39. MARKING FOR ARRESTING GEAR. In- formation on the marking for arresting gear is con- tained in AC 150/5220-9, Aircraft Arresting Gear for Joint Civil/Military Airports, current edition. 40. HAZARDOUS AREAS. Marking of hazardous areas, in which no part of an aircraft may enter, are marked in accordance with AC 150/5370-2, Airport Safety During Construction, current edition. V s I'le.4 48 UNVAY CENTERLIW (A) CLOSED RUNWAY A It FOR TEMPORARY CROSSES THIS EHMENSION MAY BE CHANCED TO 8 FEET NOTE: CROSSES ARE ALWAYS YELLOW RUNVAY CENTERLINE DIMENS04S ARE EXPRESSED (8) ALTERNATERUNWAY- THUS, MUT e.g' la CLOSED METERS 3 7.2 FOR TEMPORARY CROSSES THIS DIMENSK)N MAY BE WY. CHANGED TO 4 FEET V-0- 9 I—M �TAXIVAY \�Vj CENTERLDE �TAXIWAY CENTERLINE (C) CL I OSED TAXIWAY (D) ALTERNATE CLOSED TAXIWAY Figure 18. Closed Runway and Taxiway Markings 29 (and 30) J r r } r 0]-:�IIcilok`1i\LIIowe] -feTel ty.vo r rr r 1 F f ""r 4 •). . 7+ � b L S#' J;e. i tK tt ^� �i �' �v''}I.,r{✓ 2b�yi )':Sfisi..rW�.:,.'; t.`A � �} >t�}�dSs•;r�jj��YY aq t5 rye^ qdr � ,r y ) i , "�k 1 cert f , t . 4 ✓ ��. :y,'•�£�t� ,).r�)�."$5�'4 fti it {'; .rt ;. "'*k�rJ � }P t,: �py.y ifs li �� .in! t � ty}'�'. � � act r„ Y t "1 C: i� r } r 0]-:�IIcilok`1i\LIIowe] -feTel ty.vo r rr r 1 F f ""r 4 •). . 7+ � b L S#' J;e. i tK tt ^� �i �' �v''}I.,r{✓ 2b�yi )':Sfisi..rW�.:,.'; t.`A � �} >t�}�dSs•;r�jj��YY aq t5 rye^ qdr � ,r y ) i , "�k 1 cert f , t . 4 ✓ ��. :y,'•�£�t� ,).r�)�."$5�'4 fti it {'; .rt ;. "'*k�rJ � }P t,: �py.y ifs li �� .in! t � ty}'�'. � � act w mom NOW" mom loo■m MEN ONE, 201111.. MEMO 0 MORE WMEMM so INN 0 so mom 01-1`14t�;o�--.�-ll NNE NONE■0 ON No on , mom I ■ No "an MENNEN ME. wammmmk:, ".101001 ■NNOMMiew No U NONE ON, ■�■�■■�, � ;;NOON' ' 1/� ■■■ �` ■■on ■N■ ■ �0 11W.. Nos■■�: N■■ ■■ I ,rt t �■ ■■ ..�■" °■E� t. 1�■I' ��■■' , t,�■■ ' .SIN.■ :■■■ s,■ IN -11111K. Ml f-1 is, 00 IN Ml■ t Y, i a r ' f ;,■■■ ■l 'I ,■■r ,■■I ' ''�■■ ■■AIN■ ■■ �, ' K-1 ; ■l :�■■ a `;:■■�■■No 0 INN. IS :;NOON■ �■ ■► ■ ,MEN NONE INN SEE ME ■■ ■\ A■ ■■■ ■■t'' K■■■, 'I■■■ ■■■�■ Figure A-2. Pavement markings IJKLMNOP ' 'atAwl � r• A Y ;�Y x. �.. !L�'�Ak^,x�;J;.4�k;i-�tlt n�) fk Y:? Y �,` t t ' S : �' 4r •rt �,t.?,.}'- � o �[' •'g�),�� .vv�y.�k�}rG7l rar�Y.b ?`+:x w ��. ,lr.: l � r . t.• s >:� .9 , t, r, * . � t i;t I. � i 1:,N; �i?"Gr{r r.�t{lilf �%i 5r' � : t N: }pr[ry{�v: � rJ :1i. � SCJ a .� Y(.t`r.'t i 1 ' 1Y . � �'t Stf' � Y i Y i'f, ` :•! kl' H N'' � � t n� i�1 �, 4 i' f��� a.. L:7 .�`i.;� '� Y;�,,j,� x't.Y'i �,"t�+k+,•' c_r.. , r. UI 3 alt ..�:i t . i'. 1 r , � y 4 +I �. : t r �tt �{' i .s,�,tK���,,j .�d'�► e•., , ,,�����t'�h'• t'4f31(:�:�F�r arj�', �;�o:�. �•tk.:;lYJ r ��,. 'S,t: •r : i�?J k f .°� 'e '��'gr±,�x,'�' dam.,' "� �3, r�i g ht :i-•s'?t:.1':, "int -\h { :i` Y rf. ! r..l S�:( t t f - ,< 7 ;tt. .:i.: r d .f.i'yp:;: '' rat. t £•'� tt �'' tit 7�,'�c�xyv�;'rrghr (�1.r .iC Yr t ., :� . 4 r�t . F t ^tiff t,�,5')�"' .,$w`yhG'r,.' n ( t`•• •ts f, ��::t 4�LY,���tfSt fr, rflt iJ Y ' t r r # �t 'i i' Y, 1 �� 't f�� 7. swYr af"�.�1 �7Y y,F`��a.,{7�q:3,�'' �'A 1�� 4f5 �* �• }' i/' :.!: �r.C,,ai�t .. .t. .,,If' y 'f 't.t t' ' .} .f i • + rl i .} �: j t i{ ,*`71ti`�fe'+i�.�„r _i• �1 ; 7 �►r��{ .ni.. n. ttt t �l I 1 ” " .:7�; FS' � e 7'' 1 t� 1 f �' rr4 t 9i+1� f i�iY�W�•p���'�t��st .. f �t �'.J �+; �t PZY r.q .x! �' t f` � f � ' t ..{i' r .r�r�?�"7�" N ;ra l...•1 •. .: Y. rt, li. Sl ( ta15�. y{� L...', t f l ..,� t � 1 !r'. 1 .i .( i•; TA YY.' �,;h � �,�t .. i 1'h r t } Y Emma Boni NMI lano ion ANN 1.• r ��■' 'u' ;��■� :, err 1 t 7 ,■■ ■ r , j No .lnumn NONE ME I;r, 1■ I ainr�f, i, ­ e., ■ ��■ ON No r ��■ No�t4+���■■�■. No ME ��',' �A.�»��,, ; ■lr s l��y r'��'', rl����� ONmom E o mom�1,r NOON 00 Imo`{ i ��� r:'}'��t� : /so No■ 0 LMN in mommoommoONO Immomro■. ■ommo■ormmoommommummom Immor mm�mom�� ��� ��r�� �MONSOO■ ONO 0 0- MEl,;in Mo in .■� ',■■■ 4 1� ` ���.11 .L I� [ i 11 .�■��+ it . '■■ ■No in�, �Imom IN��� , ��I■ ;��■ MEWMEMO NONE SEEN : �r ' 1����/ rr ■ ,, 1���r 1�� MEMO I -L-F offl iii' Mo., M m a U.S. Depamnent of Tnonspontatian FecWnl Avi®tlon IdnnWstmtton Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS -300 Chanp: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and with the requirements of Federally -funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 19819 is canceled. 3. RELATED READING M4TERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. i!°� �r,e k'� ,, ..,. ;— •..�� ,., ..J �i 5A'1" _ __,. .. ..t �41 . _ 3 .yt .� .•. AC 150/5370-2C 5. GENERAL. 5/31/84 a. The airport operator is responsible for full compliance with the require- mants of FAR Part 139 for certificated airports and with the provisions of Federal grant 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 have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans 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 involve maintenance equipment --such as mowing machines, snowplowa, lighting equipment --as well as emergency standbys for firefighting and rescue equipment. d. Where feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multi-year major redevelopment, a compre- hensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in appendix 1 of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. j 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport; in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and developed and disseminated to instruct construction procedures should be and for monitoring construction activities for conformance nwith el nsafety rrequire�ures 'i ments. These and other safety considerations should be addressed in the earliest stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded project involves the 2 Par 5 r�,. .�..� Y4Ra:.4 PMIK�k.. 5/31/84 AC 150/5370-2C 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 Construction, Alteration, Activiation and Deactivation of Airports, current edition.,) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace,'as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, 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, preconstruction, 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 safety 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 durang airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations -to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety -oriented aspects of the construction plan. (4) Initiation, currency, and cancellation of Notice, to Airmen (NOTAM's). (5) Suspension or restriction of aircraft activity on airport operations areas. (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Marking/lighting of construction equipment. Par 6 3 AC 150/5370-2C 5/31/84 (10) Storage of construction equipment and materials when not in use, (11) Designation of responsible representatives of nil 4n" 1 0 their availability. %I VV%j parties and (12) Location of construction personnel Parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation Of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control on temporary gates and relocated fencing. Noise Pollution. (22) Blasting regulation and control. (23) Dust control. (24) Location Of utilities. (25) Provision for temporary utilities and/or immediate repairs in*the event of disruption. (26) Location of power and -control lines for electroniC/visual navigational aids. (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. MF 5/31/84 AC 150/53710-2C (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc-, as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 em) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively. low visibility units such as cranes, drills, and .the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other* debris on or near air- port operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. J. Open trenches along side pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. Par 6 �. F 5 y n 4 •� �.f v(a s' AC 150/5370-2C 5/31/84 ®, Inadequate or improper methods of marking temporarily closed airport opera 16 tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If construction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45 -day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety-related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. g. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. Abasic guiding principle is that the y aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which .routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. "c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 2 Par 7 EM ��+A&..kftir!�L�'N�tlil�'p9!If%M!N':YaS:C�.�niw.+... a J. �.a..-I..�v....ur.W.WMwwt.'icN+S'k16ii�CifRiAH'.n:'aW'il'9A+r{Diail��Ai'�^.k :1 5/31/84 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to 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 lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic 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 remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. e. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction 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 complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety.violations to FAR Part 139. LEONARD E. MUD Director, Office of Airport Standards Par 9 46 ;, t i 77.'i1frt9N�N�AM:V7fTlwvf'+" 6 t d s �17 j�,-.; �v��•pP�: :. � 1 � �. epi 7 (and 8) ,MM '+..,r,wnt�N•iFk�+iu�SF.4'iUtl^�"'h{�;.t(i '�,� 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION w 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 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. 3. TAXIWAYS AND APRONS. Normally, 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 provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it 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 occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case-by-case basis. 4. EXCAVATION 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, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case-by-case bass trenches, pavement tie-ins, etc., with the a s, i.e., cable FAA and the users. approval of the airport operator, the b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate review Airports district office for P prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- uated in each instance. A coordinated evaluation by the airport operator and the 1 �r�'lt, e;l�,j,r.: }r�,. .r r� . �'� .;..r t ' e✓ 'ji � i�i ! ..4 •s..l ,.. i! t er �' i'a 1Sxi l Li�K{f }k Ct rr r' s�' . i r R ! r �y AC 150/5370-2C Appendix 1 5/31/84 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well. as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line -of -sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards --Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NANAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIG. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction +a,'s '. site should be prominently marked with orange flags and lighted with flashing ;j�^�=` yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 -foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated. Rather, crosses are usually of the temporary type (constructed of L �!� !t, f ;. t tart ��..b.'. ..t ; ..•#7Z�t r����',,ti•',?ti:�+i, *�i'N '��%�"7'G,.�' �4t c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. �. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a j man on call 24 hours per day for emergency maintenance of airport hazard lighting £! and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 -foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated. Rather, crosses are usually of the temporary type (constructed of L �!� !t, f ;. t tart ��..b.'. ..t ; ..•#7Z�t r����',,ti•',?ti:�+i, *�i'N '��%�"7'G,.�' �4t :�«�fia+tdnrtw»w«-.+a�-..,..........._.. ._._... ..•.....,......�. .�r, ..�wr ;; °i .�az?"ift.€3;, ;�> -" 5/31/84 AC'150/5370-2C ., appendix 1 material such as fabric or plywood), and they are required only at runway ends. The Drosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4 -by -8 -foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. 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. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- 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- mation on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended for 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 exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should bye marked with 3 -foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100 -foot (30 m) spacing. 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 (7.5 m) in length, whichever is less. .� g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the <.� duration of the displacement as well as the type and level of aircraft activity. 3 (and 4) "•°�f»pwM.R,w>r.-. —• , .•:: ----_...,...,,x'��Wtp+iV: tf�Y„2"t.�i u}t%M��W------ •—•--"'�-�'—�"'�'--•---��--•-• � , f :, , �. w a n`A��k���'t X��r � r � ; ) ' ' �t 1h } �; t rr+ iSd ���• �y�ia�� tin�a ilk < t `i� � i� `hrda 'yr z3o�iti Sir$ r h kNf .{t�Fy� ,V. kh'+ �' c rj'�}#t i, sill;�... 5 ; .:.` � ..7. t it n ty,t7.• 5 [i+'f{�ti laC,, T, }r IF �.�'.F) Ij �.'S.t` { C:1 '.;i.s S S ...,+ tilt Fri rr •'t 1St�'i'yli''� CCO FORM: AC10 Sponsor City of Jefferson Approved: 3/91 (KR) Revised: 6/94 (MLH) Project No. AIR 93 -4UB Modified: Airport Name Jefferson Cih� Memorial OUTLINE STATE BLOCK GRANT AGREEMENT SECTION I - TITLE, AUTHORIZATION, PROJECT DESCRIPTION --State Block Grant Agreement --Federal Authorization - Airport and Airway Improvement Act of 1982 (as amended 1987 and 1990) --Project Description - Planning, Land/Easement Appraisals and Acquisitions, Engineering Design, Construction 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12, 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. SECTION II - STANDARD AGREEMENT ITEMS PURPOSE AUTHORIZATION OF CONTRACTUAL AGREEMENT BETWEEN SPONSOR AND COMMISSION PROJECT TIME PERIOD GRANT MADE ON PRELIMINARY PLANS AND SPECIFICATIONS AND/OR ESTIMATES TITLE EVIDENCE TO EXISTING AIRPORT PROPERTY AMOUNT OF GRANT AMOUNT OF MATCHING FUNDS ALLOWABLE COSTS WITHDRAWAL OF GRANT OFFER EXPIRATION OF GRANT OFFER FEDERAL SHARE OF COSTS RECOVERY OF FEDERAL FUNDS PAYMENT ADMINISTRATIVE/AUDIT REQUIREMENTS APPENDIX SPECIAL CONDITIONS ASSURANCES/COMPLIANCE LEASES/AGREEMENTS NONDISCRIMINATION ASSURANCE SPONSORS DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DISADVANTAGED BUSINESS ENTERPRISES (DBE) - PROFESSIONAL SERVICES CANCELLATION VENUE LAW OF MISSOURI TO GOVERN WORK PRODUCT CONFIDENTIALITY NONSOLICITATION DISPUTES INDEMNIFICATION HOLD HARMLESS NOTIFICATION OF CHANGE DURATION OF GRANT OBLIGATIONS AMENDMENTS PROFESSIONAL SERVICES BY COMPETITIVE PROPOSALS ASSIGNMENT BANKRUPTCY COMMISSION'S REPRESENTATIVE ... .i yyN� k, :{F•y:�., ..��iJ :• c. `ice '..14'w !' 'i1Nfla1 +�s Ll _.il�' IP SECTION III - PLANNING 38. AIRPORT LAYOUT PLAN (ALP) 39. AIRPORT PROPERTY MAP 40. ENVIRONMENTAL IMPACT EVALUATION 41. EXHIBIT "A" PROPERTY MAP 42. MASTER PLAN/SITE SELECTION SECTION IV - LAND/EASEMENT APPRAISALS AND ACQUISITIONS 43. FEE APPRAISALS 44. ACQUISITION OF LAND - FEE SIMPLE TITLE 45. ACQUISITION OF AVIGATION EASEMENTS 46. RUNWAY PROTECTION ZONE 47. LAND/EASEMENT ACQUISITION - FEDERAL REQUIREMENTS 48. SECTION V - DESIGN ENGINEER'S DESIGN REPORT 49. GEOMETRIC DESIGN CRITERIA 50. PLANS, SPECIFICATION AND ESTIMATES SECTION VI - CONSTRUCTION 51. CONSTRUCTION MANAGEMENT/INSPECTION REQUIREMENTS 52. CONSTRUCTION PROGRESS AND INSPECTION REPORTS 53. WAGE LAWS 54. COMPETITIVE SELECTION OF CONTRACTOR 55. REVIEW OF BIDS AND CONTRACT AWARD 56. NOTICE TO PROCEED 57. DISADVANTAGED BUSINESS ENTERPRISES (DBE) - CONSTRUCTION 58. LABOR STANDARDS INTERVIEWS 59. AIR AND WATER QUALITY STANDARDS 60. FILING NOTICE OF LANDING AREA PROPOSAL 61. FILING NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION 62. CHANGE ORDERS 63. RESPONSIBILITY FOR PROJECT SAFETY 64. AS -BUILT PLANS SECTION VII - GRANT ACCEPTANCE --Signature sponsor constitutes acceptance of grant terms and n conditions --Certificate of sponsors attorney Ll _.il�' IP a CCO FORM: AC10 Sponsor City of Jefferson Approved: 3/91 (KR Revised: 6/94 (ML) Project No. AIR 935-40B Modified: Airport Name Jefferson City Memorial MISSOURI HIGHWAY AND TRANSPORTATION COMMISSION STATE BLOCK GRANT AGREEMENT THIS GRANT AGREEMENT is entered into by the Missouri Highway and Transportation Commission (hereinafter, Commission) and the City of Jefferson (hereinafter, Sponsor). Reference will also be made to the Federal Aviation Administration (hereinafter, FAA) and the Federal Airport Improvement Program (hereinafter, AIP). WITNESSETH: WHEREAS, Section 116 of the federal Airport Safety and Capacity Expansion Act of 1987 amended the previous act of 1982 by adding new section 534 entitled "State Block Grant Pilot Program": (49 U.S.C. App 2227); and WHEREAS, the Commission has been selected by FAA to administer state block grant federal funds under said program; and WHEREAS, Sponsor has applied to the Commission for a subgrant under said program; and WHEREAS, the Commission has agreed to award said funds to Sponsor with the understanding that such funds will be used for a project pursuant to this Agreement for the purposes generally described in Sponsor's grant application dated September 1, 1992, and specifically described in the letter of tentative allocation of funds dated June 10, 1993, as follows: Replace lighting system on runway 12/30 NOW, THEREFORE, in consideration of these mutual covenants, promises and representations, the parties agree as follows: (1) PURPOSE: The purpose of this Agreement is to provide financial assistance to Sponsor under the State Block Grant Pilot Program. contractual Agreement for the airport grant, the local governing body snail pass an ordinance or equivalent binding resolution of record authorizing the acceptance of the grant and all contractual conditions and covenants in association with it. The ordinance or resolution must also specify the authority of the local officials to execute this Agreement. -1- Oxy Ln .}"AN (3) EPRQJECT TIME PERIOD: The project period shall be from date of execution by the Commission to November 30, 1995. For good cause shown by the Sponsor, the Commission's Chief Engineer may, in writing, extend the project time period. (4) ANT MADE ON PRELIMINARY PLANS AND SPECIFI ATIQ, 1Q AND/OR ESTIMATES: This grant is made and accepted upon the basis of preliminary plans and specifications and/or estimates. Within 30 days from the date of acceptance of this grant, the Sponsor shall furnish final plans and specifications to the Commission. Construction work shall not be commenced hereunder, and a contract shall not be awarded for the accomplishment of such work until the final plans and specifications have been approved by the Commission. Any reference made in this grant to plans and specifications shall be considered as having reference to said final plans and specifications as approved. Since this grant is made on preliminary plans and specifications and/or estimates, the grant dollar amount is subject to revision (increase or decrease) after actual project costs are determined through negotiations, appraisals and/or bids. The Sponsor agrees that said revision will be at the sole discretion of the Commission, and the Sponsor agrees to execute an amendment to the grant Agreement as provided by the Commission to effect said revision. (5) TITLE EVIDENCE TO EXISTING AIRPORT PROPERTY: The Sponsor shall provide satisfactory evidence of fee simple title to all existing airport property and AVIGATION easements and address any and all encumbrances. A title opinion for each parcel shall be provided by a qualified attorney. (6) AMOUNT OF GRANT: The amount of this grant is not to exceed $102,600. (7) AMOUNT OF MATCHING FUNDS: The amount of local matching funds to be furnished by the Sponsor is $11,400. The Sponsor warrants to the Commission that it has sufficient cash on deposit to provide the local matching funds to complete the project. (8) ALLOWABLE COSTS: Block grant funds shall not be used for any costs that are ineligible as defined in the Airport and Airway Improvement Act of 1982 (as amended 1987 and 1990) and the Code of Federal Regulations Title 49 Part 18. (9) WITHDRAWAL OF GRANT OFFER: The Commission reserves the right to amend or withdraw this grant offer at any time prior to acceptance by the Sponsor. (10) EXPIRATION OF GRANT OFFER: This grant offer shall expire and the Commission shall not be obligated to pay any part of the costs of the project unless this grant Agreement has been executed by the Sponsor on or before September 15, 1994, or such subsequent date as may be prescribed in writing by the Commission. (11) FEDERAL SHARE OF COSTS: Payment of the United States share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary of the U.S. Department of Transportation shall practice. Final determination of the United States share will be based upon the audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the federal share of costs. -2- t�"(��ti1'�,ti�(�$'1 ��X'r'���,'.i�;?7�'Pri� t�rW1 1 � ���::: ����� � •'��' r " �, i � �y�i+'ii . �4�.: :,:�tj .� r ,..,� 4. .�2+i�,tY9���iiRo15`i�iiu��'�NIJidc�•ld4tK.�+naA.u.a.....,..., ST ....._.�.».,�.r_.,.LSJ+w.�nwwfA!^�t'tfA.1RG>�ti'���,�?S'�i. �i�GQfFlFti6}] (12) REC )VERY OF FEDERAL FNDS: The including litigation if necessary, to recover federal funds sp©not fraudulently, wastefull , nsor shall take all steps, r in violation of federal antitrust statutes, or misused in any other manner in an y upon which federal funds have been expended. For the purpose of thisp grant Agreement, the term "federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other federal grant Agreement, The Sponsor shall return the recovered federal share, including funds recovered by settlement, in order or judgment, to the Commission. It shall furnish to the Commission, upon request, all documents and records pertaining to the determination of the amount of the federal share or to any settlement, litigation, negotiation, or other effort taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such federal share shall be approved in advance by the Commission. 03) PAYMENT: Payments to Sponsor are made on a reimbursement basis. The Sponsor may request incremental payments during the course of the project or a lump sum payment upon completion of the work. The Sponsor may request reimbursement at any time subsequent to the execution of this Agreement by both parties. Requests for reimbursement shall be supported with paid invoices and copies of checks. It is understood and agreed by and between the parties hereto that the Commission shall make no payment which could cause the aggregate of all payments under this Agreement to exceed 90 percent of the obligation stated in this Agreement or 81 percent of actual total project costfederal ,wlh� whichever is lower, until the Sponsor has met and/or performed all requirements of this grant Agreement. Within 90 days of final acceptance of the project funded under this grant, sponsor shall provide to the Commission all financial, performance and other reports as required by the conditions of this grant with the exception of the final audit report. This report shall be provided when the Sponsors normal annual audit is completed. When force account (Sponsor's employees) or donations are used, the costs for land, engineering, administration, in-kind labor, equipment and materials, etc. may be submitted in letter form with a breakdown of the number of hours and the hourly charges for labor and equipment. Quantities of materials used and unit costs must also be included. All force account activity, donations, etc., must be pre -approved by the Commission. (14) ADMINISTRATIVE/AUDIT REQUIREMENTS: This grant shall be governed by administrative and audit requirements as prescribed in the Code of Federal Regulations (CFR) Title 49 Part 18 and Part 90 respectively. When the Sponsor's normal annual audit is completed, the Sponsor shall provide to the Commission a copy of an audit report that includes the disposition of all federal funds involved in this project. In the event a final audit has not been performed prior to closeout of the grant, the �Commission retains the right to recover any appropriate amount of fundingafter full considering interest accrued or recommendations on disallowed costs identfied during the final audit. -3- R Y 'iW'+' '""777, }r: Wit, u�, rt,h+r:t I s , •.r, t. ...z <:':4,t � 1. .. � .. z.t L i , .# s�_�; ..t ....�. �..(u!. .51 ._. _.ter. .� �.7... (15) APPENDIX: An appendix to this Agreement is attached. The appendix consists of standards, forms and guidelines that the Sponsor shall use to accomplish the requirements of this Agreement. The appendix items are hereby provided to the Sponsor, and incorporated into and made a part of this Agreement. (16) SPECIAL CONDITIONS: The following special conditions are hereby made part of this Agreement: (A) Lobbying and Influencing Federal Employees: The Sponsor shall execute the form entitled "CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS" included in the grant appendix. All contracts awarded by the Sponsor shall include the requirement for the recipient to execute this certification. (reference 49 CFR Part 20). This requirement affects grants or portions of a grant exceeding $100,000. (B) Buy American Requirement: Unless otherwise approved by FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The Sponsor will include in every contract a provision implementing this special condition. (C) Safety Inspection: The Sponsor shall eliminate all deficiencies identified in the most recent annual safety inspection report (Airport Master Record 5010- 1). If immediate elimination is not feasible, the Sponsor shall provide a satisfactory Plan to eliminate the deficiencies and include this plan with phased development as outlined rv, in a current and approved airport layout plan. (D) Navigational Aids: Except for instrument landing systems acquired with AIP funds and later donated to and accepted by the FAA, the sponsor must provide for the continuous operation and maintenance of any navigational aid funded under the AIP during the useful life of the equipment. The sponsor must check the facility, including instrument landing systems, prior to commissioning to ensure it meets operational standards. The sponsor must also remove, relocate, or lower each obstruction on the approach or provide for the adequate lighting or marking of the obstruction if any aeronautical study conducted under FAR Part 77 determines that to be acceptable; and mark and light the runway, as appropriate. The FAA will not take over the ownership, operation, or maintenance of any sponsor -acquired equipment, except for instrument landing systems. (E) Privately Owned Reliever Airports: No portion of Area (the portion of the airport dedicated for airport use) as shown on the Exhibit "A" proper map shall be sold, exchanged or changed from aviation use or the title encumbered without the expressed written consent of the FAA or the Commission. (F) Privately Owned Reliever Airports: It is understood and agreed by the sponsor that Area (the portion of the airport NOT dedicated to airport use but financially contributing the overall viability of the airport) as shown on the Exhibit "A" property map, shall continue to support the operation of the airport for a period of -. years (not less than ten (10)] from the date of this grant. -4- .., r f " •f 4 t It /y tS� f t �. 2 t 'S t �� .. r'..1k• y :!-p 'd�'r`•k' dtti•ML,R ;y.7S:l fly. s4 At`l,At;a!p"t S ;•``'}'F ' `t'r f , .f( i tt :,i ;x•.:�,, icy: .s } '{i 451 1rT!'' N p, .� Z/t'��1;4`�t e= j�d te+�'ikr �•y V,; q1} s .,*. i }:. {f y r•' �i F >c '.. ' �t s hi•�yr <a,� !}ott,, �Tt� yg'i"'Y .! L t f• Mil ({ z:" In addition, once the grant is accepted, the Sponsor must arrange to have the grant filed in the records at the county courthouse in the county where the airport is located. This will ensure that if the airport is sold, there is public information to the new owner of the grant obligations contained in the grant Agreement. The Sponsor shall provide evidence to the Commission that the grant has been recorded. (G) Environmental Due Dili gence_Audit (EDDA 1; The Sponsor shall conduct an Environmental Due Diligence Audit (EDDA) of all NAVAID (electronic navigational equipment) sites that will be established or relocated with federal (block grant) funds. This includes existing equipment that is currently owned and operated by FAA Airways Facilities or new equipment for which the Sponsor will be requesting FAA maintenance. (H) Notice toB_ idders - Re uired Language: As mandated by Executive Oder 12818, issued by President George Bush on October 23, 1992, a Job Special Provision will be inserted into and made a part of every contract for federally funded airport construction projects, awarded from this or future noticE , of lettings. (I) Airport Job Special Provision - Require_guago: The Sponsor shall include the following special provisions for federally funded airport construction projects. By entering into thiscontract, the Sponsor agrees to comply with all applicable terms of Executive Order 12818, issued by President George Bush on October 23, 1992, prohibiting certain contractual requirements, and prohibiting discrimination against certain persons or entities on the basis of whether or not labor organization Agreements or 'affiliations exist. The Sponsor further agrees to include within its contracts and F> `K subcontracts governing this work, a provision which requires those contractors to comply with Executive Order 12818 (except as they may be exempted by the terms of the executive order itself). The contractor understands, and agrees to inform its own contractorsand subcontractors, that failure to comply with this Executive Order 12818 will subject them to disciplinary action as appropriate, including but not limited to, debarment, suspension, termination of the contract for default, or the withholding of payments. The Sponsor also understands that the Sponsor has no policies or contractual provisions which violate Executive Order 12818. (17) ASSURANCE /COMPLIANCE: The Sponsor shall adhere to FAA standard airport Sponsor assurances and current FAA advisory circulars (AC's) for Airport improvement Program (AIP) projects as outlined in attached Exhibit 1. These assurances and advisory circulars are hereby incorporated into and made part of this Agreement. The Sponsor shall review the assurances and advisory circulars in Exhibit 1 and Order 5190.6A entitled "Airport Compliance Requirements" dated October 2, 1989, and notify the Commission of any areas of non-compliance within its existing facility and/or operations. All non-compliance situations must be addressed and a plan to remedy areas of non-compliance must be established before final acceptance of this project and before final payment is made to the Sponsor. (18) LEASES/AGREEMENTS: The Sponsor shall incorporate FAA Standard Airportreement A ease L p rty / provisions into all leases/agreements for use of airport r' roe other t an the public use areas. In addition to the leases/agreements must provide for fair market value income and provisions, these rights. nd prohibit exclusive -5- R 0 Long term commitments (longer than 5 years) must provide for renegotiation of the terms and payments at least every 5 years. Leases/agreements shall not contain provisions which adversely affect the Sponsor's possession and control of the airport or interfere with the Sponsor's ability to comply with the obligations and covenants set forth in this grant Agreement. (19) NONDISCRIMINATION ASSURANCE: With regard to work under this Agreement, the Sponsor agrees as follows: (A) Civil Riahts Statutes: The Sponsor shall comply with all state and federal statutes relating to nondiscrimination, including but not limited to Title VI and Title VII of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d, 2000e), as well as any applicable titles of the Americans with Disabilities Act), in addition, if the Sponsor is providing services or operating programs on behalf of Department or the Commission, it shall comply with all applicable provisions of Title II of the Americans with Disabilities Act. (B) Executive Order: The Sponsor shall comply with all the provisions of Executive Order 94-03, issued by the Honorable Mel Carnahan, Governor of Missouri, on the fourteenth (14th) day of January 1994, promulgating a Code of Fair Practices in regard to nondiscrimination, which is incorporated herein by reference and made a part of this Agreement. This Executive Order prohibits discriminatory the Sponsor or its subcontractors based on race, color, religin rnational orig n state age, disability or veteran status. (C) Administrative Rules: The Sponsor shall comply with the administrative rules of the U.S. Department of Transportation relative to nondiscrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Subtitle A, Part 21) which are herein incorporated by reference and made part of this Agreement. (D) Nondiscrimination: The Sponsor shall not discriminate on grounds of the race, color, religion, creed, sex, disability, national origin, age or ancestry of any individual in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Sponsor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR Subtitle A, Part 21, Section 21.5 including employment practices. and Equipment: (E) Solicitations for S bcontracts Includin Procurements of Material These assurances concerning nondiscrimination also apply to subcontractors and suppliers of the Sponsor. In all solicitations either by competitive bidding or negotiation made by the Sponsor for work to be performed under a subcontract including procurement of materials or equipment, each potential subcontractor or supplier shall be notified by the Sponsor of the requirements of this Agreement relative to nondiscrimination on grounds of the race, color, religion, creed, sex, disability or national origin, age or ancestry of any individual. (F) Information and Reports: The Sponsor shall provide all information and reports required by the Agreement, or orders and instructions issued pursuant t , thereto, and will permit access to its books, records, accounts, other sources 4 information, and its facilities as may be determinedof Department of Transportation to be necessary o ascertain compliance ow theo her contrpcts, orders and instructions. Where any information required of the Sponsor is in 77." � � t �' '4 �v r Y t rk � n{ "'"q �k,R. t St § r { s r k w f w,r r r •ry r , LV� fA'i �xG > 4d°�,L3'r fta 4Rf, rgr+'�},f 'l++ lrtl t . (�i+� �t � � yr �➢'�i + +{ i� 9 d+t��. %V '+ K (� b• E'.` g �Jy ��y4r7 t• ft'}�yx�g7 r ) � ttN{�ff "' tr Laf.�1, l"2 �ifi' fr { t c'1, d M .t � i�tth( �r+ 1+t 1f( 7+ . t a k .r �;S'��'�Y <4' r ay�: t .. .(� 1 +f. r.. k: '.7 .. r �, ,si ;Yrs r . 7•fl�rra the exclusive possession of another who fails or refuses to furnish this information, the Sponsor shall so certify to the Commission or the U.S. Department of Transportation as appropriate and shall set forth what efforts it has made to obtain the information. (G) Sanctions far Noncompliance: In the event the Sponsor fails to comply with the nondiscrimination provisions of this Agreement, the Commission shall impose such contract sanctions as it or the U.S. Department of Transportation may determine to be appropriate, including but not limited to: �3 1. Withholding of payments to grantee under the Agreement until the Sponsor complies; and/or {j 2. Cancellation, termination or suspension of the Agreement, in whole or in part, or both. (H) Incorporation of Provisions: The Sponsor shall include the provisions of paragraph 19 of this Agreement in every subcontract, including procurements of materials and leases of equipment, unless exempted by the statutes, executive order, administrative rules or instructions issued by the Commission or the U.S. Department of Transportation. The Sponsor will take such action with respect to any subcontract or procurement as the Commission or the U.S. Department of Transportation may direct as means of enforcing such provisions, including sanctions for noncompliance; provided that in the event the Sponsor becomes involved or is threatened with litigation with a subcontractor or supplier as a result of such direction, ;q4• .; the Sponsor may request the United States to enter into such litigation to protect the :n+,nvnn+n ref +In= 1 Initori Ctntacz (20) SPONSOR'S DISADVANTAGED BUSINESS ENTERPRISE (DBE) r Ir. PROGRAM: Sponsor shall adopt a DBE program acceptable to the Commission, when fr the grant amount exceeds $75,000 for planning projects or $250,000 for development projects. Only DBE firms certified by the Commission will qualify when considering DBE goal accomplishments. (21) DISADVANTAGED BUSINESS ENTERPRISES (DBE. -PROFESSIONAL >k SERVICES: Disadvantaged business enterprises that provide professional services, • such as architectural, engineering, surveying, real estate appraisals, accounting, etc., will `hbe afforded full and affirmative opportunity to submit qualification statements and will not AZT :'; Ip,yIR y be discriminated against on grounds of race, color, sex or national origin in R x;��.4 Q }r consideration for selection for this project. The DBE goals for professional services are ,F as follows: 10% (22) CANCELLATION: The Commission may cancel this Agreement at any time the Sponsor breaches the contractual obligations by providing Sponsor with a written notice of cancellation. Should the Commission exercise its right to cancel the Agreement for such reasons, cancellation will become effective upon the date specified in the notice of cancellation sent to the Sponsor. Upon written notice to the Sponsor, the Commission reserves the right to suspend or terminate all or part of the grant when the Sponsor is, or has been, in u: rt violation of the terms of this Agreement. Any lack of progress which significantly endangers substantial performance of the project within the specified time shall be deemed a violation of the terms of this Agreement. The, determination of lack of progress shall be solely within the discretion of the Commission. Once such -7- 9 7A >; determination is made, the Commission shall so notify the Sponsor in writing. Termination of any part of the grant will not invalidate obligations properly incurred by the Sponsor prior to the date of termination. The Commission shall have the right to suspend funding of the project at any time, and for so long as, the Sponsor fails substantially to comply with all material terms and conditions of this Agreement. If the Commission determines that substantial noncompliance cannot be cured within thirty days, then the Commission may terminate the funding for the project. Should the Sponsor fail to perform its obligations in substantial accordance with the Agreement (except if the project has been terminated for the convenience of the parties) and the FAA requires the Commission to repay grant funds that have already been expended by the Sponsor then the Sponsor shall repay the Commission such federal funds. (23) VENUE: It is agreed by the parties that any action at law, suit in equity, or other judicial proceeding to enforce or construe this Agreement, or respecting its alleged breach, shall be instituted only in the Circuit Court of Cole County, Missouri. (24) LAW OF MISSOURI TO GOVERN: The Agreement shall be construed according to the laws of the state of Missouri. The Sponsor shall also comply with all local, state and federal laws and regulations relating to the performance of this Agreement. (25) WORK PRODUCT: All documents, reports, exhibits, etc. produced by the Sponsor at the direction of the Commission and information supplied by the Commission shall remain the property of the Commission. (26) CONFIDENTIALITY: The Sponsor shall not disclose to third parties confidential factual matter provided by the Commission except as may be required by statute, ordinance, or order of Court, or as authorized by the Commission. The Sponsor shall notify the Commission immediately of any request for such inforhation. (27) NONSOLICITATION: The Sponsor warrants that it has not employed or retained any company or person, other than a bona fide employee working for the Sponsor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warrant)r, the Commission shall have the right to annul this Agreement without liability, or in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. (28) DISPUTES: Any disputes of fact which might develop as a result of this 4 Agreement shall be decided by the Commission. 0 (29) INDEMNIFICATION: The Sponsor shall be responsible for injury or damages as a result of any services and/or goods rendered under the terms and conditions of the Agreement. In addition to the liability imposed upon the Sponsor on the account of personal injury, bodily injury; including death or property damage suffered as a result of the Sponsor's performance under the Agreement, the Sponsor assumes the obligation to save the Commission, including its agents, employees and assigns, harmless and to indemnify the Commission, including its agents, employees and assigns from every expense, liability or payment arising out of such negligent act, including legal 0 r . 1} }. ;. � t w� � fr ,r1 . ). 4f � ..�{{r a•,�a t. t{'t :��e��d'rf �rr {..r}�y�`��ie `Frit ' fees. The Sponsor also agrees to hold the Commission, including its agents, employees and assigns, harmless from any negligent act or omission committed by any subcontractor or other person employed by or under the supervision of the Sponsor for any purpose under this Agreement. (30) HOLD HARMLESS: The Sponsor shall hold the Commission harmless from any and all claims for liens of labor, services or materials furnished to the Sponsor in connection with the performance of its obligations under this Agreement. Certification statements from construction contractors must be provided to ensure all workers, material suppliers, etc., have been paid. (31) NOTIFICATION OF CHANGE: The Sponsor shall immediately notify the Commission of any changes in conditions or law which may significantly affect its ability to perform the project in accordance with the provisions of this Agreement. Any notice required or submitted hereunder shall be deemed given if personally delivered or mailed by registered or Certified mail, return receipt requested and postage prepaid, to the following addresses of the parties or such other addresses as either party shall from time to time designate by written notice. Commission: Administrator of Aviation Highway and Transportation Department State of Missouri P.O. Box 270 Jefferson City, MO 65102 °yF ' (314) 751-2589 Fax (314) 526-4709 Sponsor: City of Jefferson 320 E. McCarty Street Jefferson City, MO 65101 (314) 634-6300 Fax (314) 634-6329 (32) DURATION OF GRANT OBLIGATIONS: Grant obligations are effective for the useful life of any facilities/equipment installed with grant funds as stipulated in attached Exhibit 1, as referenced in paragraph (17), but in any event not to exceed twenty (20) years. There shall be no limit on the duration of the assurance, referenced in paragraph 17 against exclusive rights or terms, conditions and assurances, reference 47, with respect to real property acquired with federal funds. Paragraph (32) equally applies to a private sponsor. However, in the case of a private sponsor, the useful life for improvements shall not be less than ten (10) years. The financial assistance provided hereunder constitutes a grant to the Sponsor. Neither the Commission nor FAA will have title to the improvements covered by this grant as title to same shall vest in the Sponsor. For the period as specified in Section 17 of this Agreement, the Sponsor becomes obligated, upon any sale or disposition of the airport or discontinuation of operation of the airport to immediately repay, in full, the grant proceeds or proportionate amount thereof based upon the number of years remaining in the original obligation to the " . Commission. The Commission and the Sponsor hereby agree that during said period, the property and improvements which constitute the subject airport are subject to sale if necessary for the recovery of the federal pro rata share of improvement costs should this Agreement be terminated b breach of Y a contract on the part of the Sponsor or should the aforementioned obligations not be met. by In this Section, the term "any sale or disposition of the airport" shall mean any sale or disposition of the airport (i) for a use not consistent with the purpose for which the Commission's share was originally granted pursuant to this Agreement, or(ii) for a use consistent with such purposes wherein the transferee in the sale or disposition does not enter into an assignment and assumption Agreement with the Sponsor with respect to the Sponsor's obligation under the instrument so that the transferee becomes obligated thereunder as if the transferee had been the original owner thereof. 1T�'+ ,. (33) AMENDMENTS: Any change in this Agreement, whether by modification and/or supplementation, must be accomplished by a formal Agreement amendment V ' signed and 9 approved by duly authorized representatives of the Sponsor and the Commission. (34) PROFESSIONAL SERVICES BY COMPETITIVE PROPOSALS: Contracts for professional services are to be procured by competitive proposals per federal procurement requirements (49 CFR 18.36). Minimum requirements are that requests for proposals/qualifications be published in local area newspapers for services expected to cost more than $25,000 in the aggregate. Small purchase procedures (telephone solicitations) may be used for services costing $25,000 or less. . All professional services contracts are subject to review and approval by the Commission prior to execution by the Sponsor. (35) ASSIGNMENT: The Sponsor may not assign its rights or delegate its performance hereunder without the prior written consent of the Commission, and any attempted delegation or assignment shall be void. (36) BANKRUPTCY: Upon filing for any bankruptcy or insolvent eeding by or against Sponsor, whether voluntarily, or upon the appointment of aroreceiver,, trustee, or assignee, for the benefit of creditors, the Commission reserves the right and sole discretion to either cancel this Agreement or affirm the Agreement and hold the Sponsor responsible for damages. (37) COMMISSION'S REPRESENTATIVE: The Commission's chief engineer is designated as the Commission's representative for the purpose of administering the provisions of this Agreement. (38) AIRPORT LAYOUT PLAN (ALP): All improvements must be consistent with a current and approved Airport Layout Plan (ALP). The Sponsor shall update and keep the ALP drawings and corresponding narrative report current with regard to FAA Standards and physical or operational changes at the airport. (39) AIRPORT PROPERTY MAP: The Sponsor shall develop (or update), as a part of the ALP, a drawing which indicates how various tracts of land within airport boundaries were acquired (i.e., federal funds, surplus property,local funds Easement interests in areas outside the fee property linshll also beincluded. screened reproducible of the Airport Layout Drawing may be used as the base for the property map. (40) ENVIRONMENTAL IMPA T EVALUATION: The Sponsor shall evaluate the potential environmental impact of this project per federal order 5050.4A -Airport -10- KNOW wrwt.11mow r i ��{Irdp 1 t ! Environmental Handbook. Eva agencies that have jurisdiction overoar as must of Potential envoi onmen ailth all resource recommended finding such as categorical exclusion, no significant impact, level of impact and proposed mitigation, etc. (41) EXHIBIT "A" PROPERTY MAP; The Sponsor shall develop Exhibit "A" Property Map, which clear) shows b a (or update) an land owned by the Sponsor, including land and interestsinin l the runway description, all roach areas, plus any areas or tracts of land proposed to be acquired in connection with the project. In addition, the map must indicate b appropriate the property interest (fee title, AVIGATION easemett, Sponsorr holds iinmbols or heach t acct or' parcel of airport land and the property interest to be acquired in each tract or parcel of land in connection with this project. (42) MASTER _PLAN/SITE SELECTION; The Sponsor engineering/planning consultant to develop a complete airort shall a hire a includingisite selection and environmental review. (43) FEE APPRAISALS: The Sponsor shall submit the qualifications of the selected fee appraisers to the Commission for review prior to executing a contract with said fee appraisers unless said fee appraisers have been prequalified by the Commission. The Sponsor shall comply with title 40 of the Code of Federal Regulations 49 CFR Part 18, dated March 11, 1988, during procurement of fee appraisal services. ::. Projects involving land and/or easement acquisitions for which the compensation for the acquisition can reasonably be expected to be tract will require one primary appraisal and one review appraisass l. Acg000ions parcel or to be valued $50,000 or more per parcel or tract will require two prima appraisals one review appraisal. primary ppraisals and C Prior to making purchase offers to property owners, Complete primary and review appraisals to the Commission to e i wthe pso the Comonsor shallm ssion can ensure that they are in compliance with state and federal requirements. (44) ACQUISITION OF LAND - FEE SIMPLE 'TITLE: The Sponsor shall obtain a qualified attorney's title opinion to assure the Sponsor receives fee simple title, free and clear of any encumbrance that could adversely affect the operation, maintenance or development of the airport. The attorney's title opinion shall be furnished by the Sponsor to the Commission for review. The Sponsor shall acquire the property in fee simple absolute byeneral warranty deed from the grantors. A copy of the deed shall be furnished gto the Commission for review. The Sponsor shall thereafter cause the deed to be recorded in the land records of the county recorder's office in the county where the airpo Satisfactory evidence of acceptable title must be provided, and the title opinion must be rt is located. tied to a current Exhibit "A" property map. The cost to purchase title insurance is not reimbursable (45) A I ION OF AVI �ATIf1Ri X1111 . y,4 qualified attorney's title opinion to assure that the ySponsor has oThe btained shall he required interest in and to the easements to be acquired, free and clear of any encumbrances t would be incompatible with or would interfere with the exercise and en hat by the 4 e' 7N1•Js,w.nTf�.'rvr n7it"{{','Tip."^ � � ,} yj bi t�9>�ia i s ! i i �r7 < � •t e .p"+. ! a F v �r ar Y� +,�a 77777, .cev i + �r ,?•. &`�{� .,'t' 3 ,>}t raft y13, It,f }' t .3fs., '111'v� i�:ftSHja �� �" sY i4 L +".��C ti,dc �'t� }- pcbt �.;�i C 0.t�.rfh--'d Wln:?'+�.A��IkYN+•.: �. ..`fy'. u. cnd•M�ti..+tw�.,��..1.. .._..._,.._tw..n. .u..�. •�"d '.��Q" ,.. Sponsor of the rights and interests conveyed, and that constituted all of the owners of the land affected by the easementtsantors of easements (46) RUNWAY PROTECTION ZONE: The Sponsor agrees to prevent the erection or creation of any residence, structure or place of public assembly in the Runway Protection Zone, as depicted on the Exhibit "A" Property Map, except for navaids that are fixed by their functional purposes or any other structure approved by the Commission and FAA. Any existing structures or uses, including use of equipment that could interfere with electronic guidance or communication systems for aircraft, within the Runway Protection Zone will be cleared or discontinued unless approved by the Commission and FAA. The Sponsor shall also take any and all steps necessary to ensure that the owner of the land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is a airport hazard or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums. (47) LAND/EASEMENT ACQUISITION - FEDERAL REQUIREMENTS: The Sponsor shall comply with federal requirements as specified in the Uniform Relocation Assistance and Land Acquisition Policies Act of 1970 and amendments thereto, dated 1987, and in title 49 CFR Part 24, dated March 2, 1989. (48) ENGINEER'S DESIGN REPORT: Prior to development of the plans and specifications, the Sponsor shall provide an engineer's report setting forth the general `' analysis and explanation of reasons for design choices. Said report shall include an itemized cost estimate, design computations, reasons for selections and modifications, lifestyle, cost analysis, geotechnical report and any other elements that support the engineers final plans and specifications. (49) GEOMETRIC DESIGN CRITERIA: The geometric design criteria shall be those promulgated by FAA in the advisory circular (AC) series and agency orders. The Sponsor may request and receive approval for adaptation of said criteria where the FAA and the Commission concur that such adaptation is appropriate considering safety, economy and efficiency of operation. (50) PLANS. SPECIFICATIONS AND ESTIMATES: The plans and construction specifications for this project shall be those promulgated by the FAA in the AC series and agency orders. The plans shall include a safety plan sheet to identify work areas, haul routes, staging areas, restricted areas, etc., and to specify the requirements to ensure safety during construction. The Sponsor shall submit all plans, specifications and estimates to the Commission for review and approval prior to advertising for bids for construction. (51) C N TR TION MANAGEMENT/INSPECTION REQUIREMENTS: In conjunction with submittal of the construction bid tabulation, the Sponsor shall provide a 4`. construction management/inspection program setting forth a format for accomplishment of resident observation, construction inspection and overall quality assurance. -12- ;r� 1 ...S.,w�.�'..+.zG,�xwi'�row.w.;t:.+w1:�`�.�. .. ....:........,....�..i�•.�:,iP�7�k'+.ilii}�`�i'�'�d"36+.�trwi"wi�cf.'�'{�.>} .st < 52 ( ) CONSTRUCTION PROGRESS AND INSPECTION REPORTS: The Sponsor shall provide and maintain adequate, competent and qualified engineering supervision and construction inspection at the project site during all stages of the work to ensure that the completed work conforms with the project plans and specifications. Project oversight by the Commission's project engineer or other personnel does not relieve the Sponsor of this responsibility. The Sponsor shall require the resident engineer to keep daily construction records and shall submit to the Commission a weekly construction progress and inspection report on FAA form 5370-1 completed by the project resident engineer. A weekly summary of tests completed shall be included. Prior to final inspection, the Sponsor shall provide to the Commission a testing summary report including a certification from the engineer that the completed project is in compliance with the plans and specifications. (53) WAGE LAWS: The Sponsor and its subcontractors shall pay the prevailing hourly rats; of wages for each craft or type of workmen required to execute this project work as determined by the Department of Labor and Industrial Relations of Missouri, and they shall further comply in every respect with the minimum wage laws of Missouri and the United States. Federal wage rates under the Davis -Bacon or other federal acts apply to and govern this Agreement also for such work which is performed at the jobsite, in accord with 29 CFR Part 5. Thus, this Agreement is subject to the "Work Hours Act of 1962", Public Law 87-581, 76 Stat. 357, as amended, and its implementing regulations. The Sponsor shall take the acts which may be required to fully inform itself of the terms of, and to comply with, state and federal laws. (54) COMPETITIVE SELECTION OF CONTRACTOR: Construction that is to be accomplished by contract is to be competitively bid in accordance with federal procurement requirements (49 CFR Part 18). Minimum requirements are that did notices e published in a qualified (local or area) newspaper or other advertisement publication located in the same county as the airport project. (55) REVIEW OF BIDS AND CONTRACT AWARD: The Commission shall review all contractors bids and approve the selection of the apparent successful bidder prior to the Sponsor awarding the construction contract. (56) NICE TO PROCEED: After the Commission's approval of the successful bidder and approval of the construction contract between the Sponsor and the contractor, and performance and payment bonds, the Commission will authorize the Sponsor to issue a notice to proceed with construction. Notice to proceed shall not be issued until the Sponsor has provided satisfactory evidence of acceptable title to the land on which construction is to be performed. This includes existing airport property as well as any land or easements acquired under this project. (57) DDI�ADVANTAGED BUSrNt`cc ENTERPRISES IDBE)NGT The Sponsor shall nntrfy prospective bidders that disadvantaged business enterC�1 CTI s t will be afforded full and affirmative opportunity to submit bids in response to the invitation and will not be discriminated against on grounds of race, color, sex or national origin in consideration for an award. g -13- ¢ .gLt.^S yt J ,l ., r i t S t •. t ct'i'i 7 -1^trt.. C.r �� "{ .� t {#�'t "�} r fv 1• ti i i z i, n r t.r is t r '+fir. 1 r+} � kis t t4 Sls J� �f,py t (�11}asdd ,�`�Sti�`'rK�{ y- i.WN Y` +Byi�4i`�,i+, >i K °,§'? •, L tC i is ?e. x i * ft .. t�� .rt .{? 1 f r u•.E .t 4k9 d S' .•! Si �91" �."'� ''qty j z f�..t 7 ' 1 t , l.. t Y S.l S I h, • f � d ; 1 h lY i14:+YS �1 4Tr rvt' V�ti1 id�yr e Y r Y'4;bfiir itf`i( ttia 3RjYii, 1jJ f" .,• �.}� r n 1`�sta�;a." � � ria , r a , ,1, r � � ; t i � s xr . � { t t . ` } ''•' r,t`•�:; 5 R � �4� �.: .t a - t�43 r' ? tl . .,it r 1 i 11 q S.. Stf q'. zr. f t !t SJ �i,� �t>`i� �t � . -0&'Y�f}�-t ti4 du• !1. o rYgR CSC F }s4 t!? iii t.'SI;.:! r: i t. i.t..�i u�sr F rrr,. Y#t...i 1.4•�{Yt•'a..' rx •t+j',Jk ;�11 �L.y � �'7:,reYa"tt�t ;c tf .>, •.➢ ' 1;1.: ,t15 x: zT The goal for this project to be awarded to DBE firms shall be 10% of the federal portion of the contract costs less the amount expended for land, easements, the Sponsor's in-house administration, force account work and any noncontractual costs. Failure to meet the DBE goal can render a bid proposal non responsible at the Commissions discretion. The Sponsor shall conduct field reviews and interviews with workers to ensure that the portion of the work identified in the construction contract to be performed by DBE firms is so performed. Results of these interviews shall be submitted to the Commission with the weekly construction progress reports. (58) LABOR STANDARDS INTERVIEWS: The Sponsor shall conduct periodic random interviews with the workers to assure that they are receiving the established prevailing wages. Results of these interviews shall be submitted to the Commission with the weekly construction progress reports. (59) AIR AND WATER QUALITY STANDARDS: Approval of the project is conditioned on the Sponsor's compliance with the applicable air and water quality standards in accomplishing project construction and in operating the airport. Failure to comply with this requirement may result in suspension, cancellation or termination of federal assistance under this Agreement. (60) FILING NOTICE OF LANDING AREA PROPOSAL: FAA form 7480-1 must be completed and submitted to the Commission not less than 120 days prior to commencement of any construction or alteration. The Commission will forward said :;} t form to FAA central region office after it is received from the Sponsor. 6 �SX}.Y This form must be submitted for any projects which involve the widening, lengthening or construction of a new landing surface. When the funded project is strictly a master plan/site selection, this form will be submitted for the final three proposed sites prior to development of the airport layout plan. (61) FILING NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION: FAA form 7460-1 must be completed and submitted to the Commission not less than 120 days prior to commencement of any construction or alteration. The Commission will forward said form to the FAA central region office after it is received from the Sponsor. This form must be submitted for construction of permanent structures on the airport, temporary structures over 20 feet in height or use of construction equipment over 20 feet tall (not necessary for routine construction projects). If a project requires that a form 7480 be filed, it is not necessary to file form 7460. (62) CHANGE ORDERS: The Sponsor shall submit to the Commission, for prior approval, changes that alter the costs of the project, functional layout, or other characteristics of the plans and specifications. (63) RESPONSIBILITY FOR PROJECT SAFETY: During the full term of the project, the Sponsor shall be responsible for the installation of any signs, markers or other devices required for the safety of the public. All markers or devices required on the airport will conform to any FAA regulations or specifications that may apply. The Sponsor shall ensure that a safety plan is included in the contract documents and that the Sponsor complies with the safety plan during construction. -14- It is also the responsibility of the Sponsor to issue, through the applicable FAA Flight Service Station, any and all Notices to Airmen (NOTAM's) that may be required. Copies of notices shall also be sent to the Commission as soon as they are filed. (64) AS -BUILT PLANS: The Sponsor shall provide two (2) sets of blueline as - built construction plans and two (2) sets of the airport layout plan with narrative report to the Commission upon project completion. The Commission will forward one (1) set of each to FAA central region office. IN WITNESS WHEREOF, the parties have entered into and accepted this Agreement on the last date written below. Executed by the Sponsor this _!I day of Executed by the Commission this 16 4& day of 0 192x. MISSOURI HIGHWAY AND TRANSP//OORTATION COMMISSION s By Title Ansi ant Chief Engineer Attest: acre ry to the Commission App oved as to F rm: CotnmPs—ion unse -15- SPONSOR CITY OF JEFFERSON �-A � w We I Attest* By al Ord inance eso u ion o. i i.. '.�' � 'yt ,• '�. tr1 tick:':' >°t ..ti CERTIFICATE OF SPONSOR'S ATTORNEY I, �6. Zy- —`CA � 6 ,' /t.pl- , acting as attorney for the Sponsor do hereby certify that in my opinion the Sponsor is empowered to enter into the foregoing grant Agreement under the laws of the State of Missouri. Further, I have examined the foregoing grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said state and the Airport and Airway Improvement Act of 1982, the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Aviation Safety and Capacity Expansion Act of 1990. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said grant constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. j/Ic/cont/AC10 t•; i .17 - CERTIFICATE 7 - Signature of Sponsor's Attorney n ASSURANCES Airport Sponsors A. General. 1, These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compa:ibility program :rams to airport sponsors. 2. These assurances are required to be submitted as part of the project applica:icn by sponsors requesting funds under the provisions of the Airport and Airway Improvement Act of 1982, as amended by riA Airport and Airway Safety and Capacity Expansion Act of 1987, or the Aviation Safety and Noise Abatement Act of 1979. As used herein, the term public agency sponsor means a public agency with control of a public -use airport; the term private sponsor means a private owner of a pubic -use airport; and the term sponsor includes public agency sponsors and p '.~fate sponsors, 3. Upon acceptance of the grant a"er by the sponsor, these assurances are inco,'perated In and become part of the grant agreement. B. Duration and Appllcabillty. 1. Airport Development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The tens, conditions and assurances cf. :he orant agreement sha!I remain in full force and effect throughout the useful life of the facilities develer ed or equipment ac aired for an airport development or noise compatibility program prc;ect, or throughout the useful file of the project items installed within a facility under a noise compatibility program project, but In any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal func's for the project However, there shall be no firnit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as specified in the assurance. ;. 2. Airport Development or Noise Compatlblllty Program Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed wit;Nn a facility or ttie uselul life of facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than 10 years from the date of the acceptance of Federal aid for the projecL 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in the grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, 34, and 36 in Section C apply to planning projects. The terms, condtions, and assurances of the grant agreement shall remain in full force and effect during the life of the project C. Sponsor Cerilllcatlon. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project Including but not limited to the following: Federal Legislation a. Federal Aviation Act of 1958 -49 U.S.C. 1301, et seq. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq. r C. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act - 5 U.S.C. 1501, of seq. _ e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of1970 - 42 U,S.C. 4601, et seq. I a f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 4700, r g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c, r h. Flood Disaster Prolecdon Act of 1973 - Section 102(a) - 42 U.S.C.4012a. t L liehabilitation Act of 1973 - 29 U.S.C. 794. j. Civil Rights Act of 1964 - Tide VI - 42 U.S.C. 2000d through d-4. k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, et seq. I. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. m. Architectural Barriers Act of 1968 - 42 U.S.C. 4151, et seq, r n. Airport and Airway Improvement Act of 1982, as amended 49 U.S.C. 2201, et seq. a. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 - 2 U.S.C. 8373.1 Airport Assurances(10-89) Page 1 of 9 pp_A„1 1 Ifgc P. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq, q. Copeland Antikickback Act - 18 U.S.C. 874.1 r. National Environmental Policy Act of Itr9 -42 U.S.C. 4321, et seq. r S. Endangered Species Act - 16 U.S.C. 668(a), et seq, r L Single Audit Act of 1984 -31 U.S.C. ;501, et seq.' U. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Executive Order 12372 — Intergovernmental Review of Federal Programs ' Executive Order 11246 - Equal Employment Crper,uni-y r Federal Regulations a. 49 CFR Part 18 - Uniform Administraive Requirements for Grants and Cooperative Agreements to State and Local Governments. 3 b. 49 CFR Part 21 - Nondiscrimination in Federally -Assisted Procrams of the Department cf Transportation - Effectuation of i rtle VI of the Civil Rights Act cl 1964. C. 49 CFR Pan 23 - Panicipatlon by hi ncrity Business Enterprise in Department of Transportation Programs. d. 49 CFR Pan 24 - Uniform Relocation=.ssistance and Real Properly Acquisition Regulation for Federal and Federally Assisted Procra^s. I t e. 49 CFA Part 27 - Non-D'scrirHna5c- on Lhe Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal :financial Assistance, r f. 49 CFR Part 29 - Debarment;, Suspensions, and Voluntary Exclusions. g. 49 CFR Pan 3o - Denial of Public 1','crrs Contracts to Suppliers of Goods and Services of Countries Thal, Zeny Procurement Market Access to U.S. Contractors. h. 29 CFR Part 1 - Procedures for Predelemination of Wage Ra:es. r i. 29 CFR Part 3 - Contractors or Sub; entractors 0.1 Public Buildings or Public Works Financed in Whole or Part by Loans or Grants from U.S. r j. 29 CFR Part 5 - Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction. r k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirement;). r I. 14 CFA Part 150 -Airport Noise Compatibility Planning. Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with Sate and Local Governments. 3 b. A-128 -Audis of Sate and Local Govemments.2 r These laws do not appy to airport planning sponsors. 1 These laws do not appy to private sponsors. ` 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and local govemments receiving Federal assistance. Any requirement levied upon State and local govemments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under the Airport and Airway Improvement Act of 1982, as amended. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement 2 Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to appy for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the offrcial representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for the grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement It shall designate an official representative and soap In writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with the application; and to provide such additional information as may be required. Alrport Assurances(10-69) Page 2 of 9 PP -A-1 Er] 0!. 3. Sponsor Fund Avallabillty. It has su!!icient funs available ler that porion of :he project costs which are not to be paid by the United S:a!es, II has su!`icient funds available to assure c;eration and maintenance of items funded under the crani agreement which it will Own or control. A, Good Title. a. It holds good title, saWacicry to tno Shire:are, to the landing wea cf the airport or site thereof, or will give assurance satisfac:cry to:he vzeveary that good tide will be acquired, b. For noise compatbility program projects to be carried out on the pro _ . of the sponsor, it holds good tiUe satisfactory to the Secretory to :hat porion of the prc;lerty upon which Federal funds will be ex,:ended or will gh'o assurance to the Sec;e;ay that good Wile will be stained. 5, Preserving Rights and Powers. a. It will net take or permit any action which w:;:ld operate to deprrn•e it Of any of the richs and powers necessary to perform any or a:! of t e terms, conditions, and assurances in the grant agreement withcut the wlilen approval Of the Secretary, and will act p.crnptly ;o acquire, extinguish or ma:i`y any ouslanding :;,hs cr c!ains of right Of c..ers which would interfere with such ports.-a^.ca by Ltie spons:r- This shaJ1 be 6. ne in a manner aomp,.able to ria Secretary. b, It will not sell, lease, encumber or othenvlse t arsfer or dispose of ary part of is title or cher interests in titre prcpery shown on Exhibit A !o "Mis application or, tc. a noise compatibility program project, ::at potion of U e p;cper,, ,:pon which Federal `.•nes have been expended, for the duration of c.a terns, c: ,di:l:ns, and assurances in :he crant B=E -en, ent without approval by the Secretary. If 16e iars!erE-e is Ic. hd by the Secretary to be e!i_ib!e under the Airport and Airway Improve.mcnt Act of 19E2 to assume the oblicaoors of '.he :ra:lt a;reement and to have the power, authcry, and tinanral resources to carry out all sudh ctiications, the sponsor shall insert in the contact or document tansferrinc or disposing of the s:cnsors interest, and make binding upon the transferee, all of the lemns, conditions and assumnms contained in this grant agreement. C. For all noise compatibility program projects which we to be caried cut by another unit of local government or are on proper -,y owned by a unit of local gcvemmnent cher than the sponsor, it will enter into an acreenent wish that ;evernrnent Except as cthenylse specified by the Secre:ay, that ac.-e-a•ment sha!1 oblica:s that o:vemment to tide sams 1.erms, c:nditions, and assurances that would be apr!i:atle to it if it applied dire_*y to "Me FAA for a grant to undarake the noise com;a!!b:I;y progran project. That agreement and d:a^.ces iherelo must be satisfactory to the Secretary. It will take stpps to enforce this agreement against the local govemrnent if *,here is substantial non-compliance with the te,�..s of the agreement, d. For noise compatibility program projecs to !>a carried out on privately owned property, it will enter into an agreement with 1159 owner of that property which includes provisions specified by the Secretary. It will take steps to enforce is agreement against the property owner whenever there is substantial non-c:ompliance with the tsrms of the agreement, e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public -use airport in accordance with these assurances for tha duration of these assurances. f. If an arrangement is made for management and operadon of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that t' a airport will be operated and maintained in accordance with the Airport and Airway Improvement Act of 1982, the regulations and the terms, conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 8. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the dme of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport For nose compatibility program projects, other than land aquisidon, to be carried out on property not owned by the airport and over which property another public agency has land use control or authority, the sponsor shall obtain from each such agency a written declaration 12t such agency supports that project and the project is reasonably consistent with the agency's plans regarding the prope y. 7. Conslderatlon of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. Airport Assurances(10-89) PA -.0 3 of 9 PP -A-1 tM M, ", I t, r ykr �la 1 1 Jit �7 if? ' ,Sj!y}rgj`j �i,t�(: tM ((5�•'.:,,*}'. y :.{v{JJ ... ,:'..•. - R.sAClaaanYixacaa.c +,yL�f4`:tJ �� 'rT.='t�I::x'la�Y: i".r.:tL'li' �YwS:rwl Mi.6 .• .. . e. Consultation wlrh Users, in rnaling a 6?clsicn tc „re^ale any airrc'1 de•.e�clpnent project under the t Airpon and Ainvay I nprc4er+?nt Act of 1SaZ it has underalen reascnab,e ccnsL;,:aeons wish allected parties using Lhe airport at which project is proposed. Assurance 9. 21•b 1-! _q_,tiearincs. In projects involving the a s,ajor runway location of an airport, an airport run•�ay, or extension, it has afforded the o;;:rtunity for public hearings for the purpose of considering the eccnccic, social, and locatic;t and its environmental effects of the airport or runway and objectives of such planning as hz. consistency with goals been carried out by the cc-_::Mitt' and it shall, when requested by the Secretary, submit a copy of the transcript of suet hearings to the Secretary. Further, for s-:11 rojects, it has on its ranageraent board either ti sting re_resentaticn from the eonnunities where the project is _coated or has advised the communities that they have the -_-ht to p•etiticn the Secretary concerning a :rcmcsed project. 10. Air and Water Ouallty Standards. In projects inv�'.ing airport location, a major runway extension, or runway location it will provide for the Governor of tie state in which the project is located to ceri!y in writing to the Secretary t`at t'r.e project will be loc.::ed, designed, constructed, and operated so as to comply with applicable air and water qua!i7• standards. In any case where such standards have not been approved and where applicab!e air and walar q alit' standards have :men pr:mUcated by th;e Administrator of the =-nviro nnen al Protection Acancv, certification shall be obtained from such Administrator. Notice of cenificaticn or refusal to ce n,.y shall be provided wi- in sixty days a!',erthe project application has been received by the Sec:etary. 11. Local Approval. In projects invo!ving :he co.sr-__.cn or exiension of any runway at any general avlaticn ai po t located as; ide z line seYaratinc ;,deo c::::'es tui; in a sincle s:a:e, it `.as received approval for he project from the goverrinc body of all vi!la;es i nc r-crz:ed under the laws cf t`:at state which are located entirely within five miles of the nearest boundary cf the airport 12. Terminal Development Prerequlslies. For projects which include ta.minaj development at a public airpprt, it has, on the date of submitral of the prcject grant application, all the sa!ey equipment required for certification of such airport under section 512 of the Federal Aviation Act of 1559 and all :he securiy equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passenger s enplaning or deplaning from a:rc: aft Other than air tamer. F. aircraft 13. Accounting System, Audit, and Recordkeepin; Requirements. a. It shall keep all project accounts and. e=_-:ds which fully disclose the amount and disposition by the recipient of the proceeds of the g, ant, the total cost of the project in connection with which the grant is given or used, and 'he anount and nature of that portion of :he cost of :he project supplied by other sources, and such cth-3r financal records pertinent to the project. l'ne ` accounts and records shall be kept in accordance with an acoounarg system that will facilitate an effective aunt in a-,.cosdance with the Single Audt Act of ISS4. b. It shall make available to the Secretary and the Comptroller General of the United Sates, or any of their duly authorized represenlarves, for the purpose of audit and examination, any books, dowmens, papers, and records of the recipient that are pertinent to titre grant The Secretary may require that an approp^ate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection witii which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than 6 months following the dose of the fiscal year for which the audit was made. 14. Mlnlmum Wage Rates. It shall include, in all conwacs in excess of $2,000 for work on any projects funded under the grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in ac.^: rdance with the Davis racon Act, as amended (40 U.S.C. 276a—•276a-5), which contractors shall pay to skilled and unskilled labor, and such nininum rates shall be seated in !fie invitation for bids and shall be included in proposals or bids for the work. 1s. Veleran•s Preference. It shall include, in all con -acs for work on,any projects funded under the grant agreement which involve labor, such provisions as are necessary to insure that. in the employment of labor (except in executive, administrative, and supervisory positions), prefe.ence shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 51,5;c)(1) and (2) of the Airport and Airway Improvement Act of 1952. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Airport Assurances (t0-29) Pass 4 of 9 n ' f. •att�ira,a.sxvw,.t�kvitt±wu!�'kr�'S.±Mas it�im»�,«.,.,a __.......�_t...M...«:+�rrcv!m�Y.�:�(�Sb�:f;�tt~�nt�r. 16. Conformity to Plans and Specifications. It will execute L'ie project subject to plans, specilicaUors, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submtion to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval by tho Secretary, shall be incorporated into this grant agreement, Any modifications to the approved plans, specifications, and schedules shall also be subject to approval by the Secretary and Incorporation into the grant $gre", en t. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms Hitti the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction !, work on any project contained in an approved protect application to inspection and approval by vie Secretary and such work shall be in accordance with regulations and procedures presc.�bed by the Secretary. Such regulations and procedures shall require such cost andr or sponsors of such project as the Secretary $hail deem necessary. P ogress reporting by. -the sponsor ,j 18. Planning Pro)ects. In carrying out panning prcjees: a. It will execute the project in acoordance with the approved program narrative contained in the project application or with modifications similarly approved. `. b, It will furnish the Secretary with such periodic repors as required n ti q pe„crinin to the prbject and planning work ac!ivities. g pronning It will include in all published mate al p-epared in connection wiLh to p!ann!ng prefect a notice h that the material was prepared under a grant provided by the United States. d. It will rake such material availab;e for examination project s jb prepared with hands under this re`,ae suby LIQ Public,and =roes that no r..ateral ✓E` other country. P !l bi ect to copyncht in "me United States or any e. It will give the Secretary unrestricted au;horily to publish, disclose, dis`ibute, and 01.herwise use any of the mate:ial prepared in tonne: !cn with this grant. ►t{ D1 f. It will grant the Secretary the right to disa rove the Sponsor's porsor's employment of speci5c consultants and their subcontractors to d� all or any part of this prciect as well as the right to r;. disapprove the proposed scope and cost of professional se(D rvices, 9. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or Y any part of the project. h. It understands and agrees that the Secretary's approval of this project orant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply +;' u any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant 1 19. Operation and Maintenance. a. It will suitably operate and maintain the airport and all facilitiesLhereon or connected therewith, • with due regard to climatic and flood conditions. Any proposal to temporarily close the airport nonaeronautical purposes must first be approved by the Secretary. The airport and all facilities or f; s which are necessary to serve the aeronautical users of the airport, outer than facilities owned or ..+ controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Fedeial, state and local agencies for maintenance and operation. It will not cause %.:. permit any activity or action thereon which would interfere with its use for airport purposes. or �A In furtherance of this assurance, the sponsor will have in effect at all times arrangements for— (1) Operating the airport's aeronautical facilities whenever required; ' (2) Promptly marking and fighting hazards resulting from airport conditions, including temporary conditions; and k,. (3) Promptly notifying airmen of any condition affecting aeronautical useof the airport Nothing contained herein shall � be construed to require that the airport � rport be operated for {• aeronautical use during temporary periods when snow, flood or ogler climatic conditions : interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. NAirport Assurancespig_eg) Pas 5 of g i PP -A-1 5 `�t*;�.tr^ 3� "'l.'f Ar(t s''�Y.'i iy"�3'��•j��;'%:+. f:..1 1 1P b. It vAl suilattle operate and maintain nc:se co.—.,pafibiI"*.y program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation, 11 will lake appropriate action to assure that such terminal airspace as Is required to protect Instrument and visual operations to the airport (including established minimum flight attitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or fighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will lake appropriate action, including the adoption of zoning law&, 10 the extent reasonable, to restrict the use of land adjacent to or in the immediate Vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft In addition, If the project is for noise compatibility program Implementation, it will not cause or permit any change In land use. within Its jurisdiction, that will reduce the compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination, 0. It will make its airport available as an airport for public use on fair and reasonable terms and without unjust discrimination, to all types, kinds, and classes of aeronautical uses. b. In any agreement, contract, lease or cLher arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or enga;,, ri any aeronautical activity for furnishing services to the public at the airport, the sponsor will in -.ert and enforce provisions requiring the c=aclor to (1) furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof, and (2) charge fair, reasonable, and not unjustly d;scriminatcry prices for each unit or ser, -;re, provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. C. Each fixed—based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall *have the right to service itself or to use any fixed—based operator that is authorized or permined by the airport to serve any air carrier at such airport 0. Each air carder using such airport (whether as a tenant, nontenant, or subtenant of another air carder tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and which utilize similar facilities, subject to reasonable classifications such as tenants or nontenants and signatory Carriers and nonsignalory carders. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed an air carders in such classifications or status. f. It -41 not exercise or grant any right. or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with Its own employees (including, but not limited to maintenance, repair, and fueling) that it may choose to perform. 9. In the event the sponsor itself exercises any of the rights and privileges referred to in this assuranoe, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaires of the sponsor under these provisions. h. The sponsor may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of 6e airport as may be necessary for the sale and efficient operation of the airporL 1. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport If such action Is necessary for the sale operation of the airport or necessary to serve the civil aviation needs of the public. Airpcd Assuritrices(I"g) Page a of 9 PP—A—i 23, Excluslvo Sights. ;; il ^e:m:i no exclusive ric.`.:'cr :ti th r - e use , e ' aupert y a^.y persons evicr?, or ir.tend:ng to p o\,Ce, aE C^.a .pal SE.^:roes to the p ,`,'iC, rof pf F i:poses cl %:s ,,aracra h, thr services at an airport t y a since f;x?C-1 aced c �� z:or shall r,ct be cons::ued 2s an excluseer� ;� f �oLh Of the following a,:pry; t a. It would be unreasOnab!y ccsJy, burdensome, or impractical for acre than one fixed asc operalor:o p:cv;de such se :ices, and b. II atlo\vir,g more than One fixed -based operator to prc\'ide such ser.'i:Es would require the reduc:iOn of :pace leased pursuant to a' ; existing agreement be;;;een such single f:x'ed-based operator and such airport. It fur.: er agrees that it will net, either d:.ecJY or i-c;;ec;!y ,grant or permit any person, firm or cc:poraon the exclusio ht at ;he air -^i, Cre right p., at any o',her airport now owned or cop.; c;:ed by it, to conduct any aeronautical ac:!\l es, inclu ing, but riot limi:ed;c charger !lights, pilot:aininc, ai:c;at rental and sightseeing, aerial ph.;ocraphy, crop dusting, ae..at adrerising and surveying, air ca.;er opera;ichs, aircraft sales and services, sale of aviation p:,^.ducs whether ornot cordae;ed in conjunction with other aeronautical ac;i\'iv, repair and maintenance of aircraft, sale of air; •a.`; pats, and any e:41er acuMIJes which h case of their direct rein: orsh!p ;o ,he operaron of aircra,", can be regarded as an aeronautical ac:M y, and that it will terminate any exclusive richt to co:1„uc, an aerarautical ac;;i^y now 4 : existing at such an ai:p:n :efcre the Brant Of ar.•v assistance under the Ai and Ainvay Improvement Act of 1982. 24, Fee and Renal Structure, !t will•+ r-airrain a fee a1., rental stvc;ure cars' r the regent wi:41 Assuran 22 and a"3, (o , a tadi:ties and s:r';ces �e:ng provided .^.e air art uses - s , ;Yt r 5 N'hich will -,a,e ��e ai, ^ a5 SE!!— us.aining as pcss, e under :7e ci:;,u;-s antes exis:,nn at :he ! -rt lac;a s as ;he vol -e c _ pa;.icL.ar ai;per,; raking ir;o accoun; such ,r cf ' and economy c ._::eerie". tr,'o part of e Fc --*=.'2J development, rat s. a e of a1 ai-crl a:.rv.; piann n; nose Ca^pat'bii.:y C; for far which a can- r e Und?( r and nIM'ay Imp:. a -a ! r.C: at tSe2, Lhe `E02 t �C a 'ate e Airy,:n .c. A:.,• rt Act or tie Ai:pc^ and Airway Development Act of 1970 shall be irduded in the rate base in es:ao!!shing fees, raves, and c :arses for users of at airport 2S. Alrport Revenue. If : a a. Five (5) or more Government aircraft ate re,-ular!y tascrcl at the or on land adjacent thereto; or b. The total number of movements (cour-,.:,-.9 each landing as 2 movement) of Government aircraft is 300 or more, or the qMSS 2CCUMUl2.%'G weight of Government aircraft using the airport (the total movements of Government aircra"14 multiplied by gross Weights Of such 8ircratl) is in ex-.-.tz of five million pounds. 28. Land for Federal Facilliles. It will lurnish without cost to the Federal Govemr-nent for use in conned- I with any air traffic control or air navigation activities, or weather -reporting and communication acilivi: related to air traffic control, any areas of land or wa*,er, or estate Lherein, or nights in buildings of -.1-ir sponsor as the Secretary considers necessary or desirable for consuuc.ion, operation, and mainter at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will made available as provided herein within four months after receipt of a wH:-.e.1 request fromihe..Q f. t a ry. 29. Alr'port Layout Plan. a. It will keep up to date at all times an airport layout plan of the air;cl. showing (1) boundaries of the airport and all proposed additions ;hereto, together w1uh the boundaries of all oftiie areas owned or controlled by the sponsor !.-.- airport purposes and p.,cp.-sed additions Lhereto: (2) ttie location and naure of all existing and proposed airpon facilities and sr.ucl.ures (such as runways, taxiways, aprons, terminal bv;:dincs, hancars and roads), including all proposed extensions and reductions c.1 existing a;,-;>Drt facilities; and (2) the location of all existing and proposed nonaviation areas and of all existing. im.provemen; Such airport layout p!p--, and each amendment, revision, or modification hereof, shall be sv!:iect to the approval of :he Secretary which approval shall be evidenced by the signa:u.e of a- -!y authorized representative of the Secreta: -j on he !ace of the airport layout The sponsor will not make or permit any changes or alteradons in the airport or in any of its fac:fi-ies which are not in conformity with the airport!2yout plan as approved by the Sm -e -z. -y and which might, in tm opinion of the Secretary, adversely affect the sa!e,.y, utility, or ef-fidency of the airporL b. It a change or.afteration in the airport or its facilities is made which the Secretary determines adversely affects the safety, u0ity, or efficiency of any federally owned, leased, or funded property on or off the airpon and which is not in conformity layout with the eirpon plan as approved by the Secretary, the owner or operator will, if gffii wues*e-.1 by tits Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost o ' I operation existing before the unapproved chance in -Ie airport or its facilities.* 30. CIvI1 Rights. It will comply with such rules as are promulgated to assure hat no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be exc!u ded from participating in any activity conducted with or benefiting from funds received from his aranL This assurance obligates the sponsor for the period during which Federal financial assistance is extend to the program, except where Federal financial assistance is to provide, or is in the form of persona) grope try or real Property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period cluing which the sponsor retains ownership or possession of the property. 31. Disposal of Land. -6.For land purchased under a grant before, on, or after December 30, 1987, for airport c purposes, crispose of Llhe land, when the land is no longer n -agiz� trior such ty pu 5;!i "a p ma value at the earliest oractic2ble rima. Th proceeds t A�p;q' the proceeds of cr�es.rk SZ= sition o acquisition of such land 'Spo w 0 acquisition will, at the discretion of I SEE ATTACHED -y for deposit In the Trust Fund or 2) be reinvested in ar REVISION ; prescribed by the Secretary. b. For land purchased fort atbilky) under a grant before, TO ASSURANCE #31 on. or atter Deoem IA:,a ��neec$*ecl for airport purposes, u dispose of and at h Xve uch disposidon, w proportionate to the United States share of the cost of acquisition of s nd will be acquisition 10 of 5 will paid to the Secretary for deposit in the Trust Fund, Airport Assurances (10-69) Page a of 9 PP -A -i a. For land purchased under a grant for airport noise compatibility purposes, it will, when the land is no longer needed for such purposes, dispose of such 14nd at fair market value at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States shara of the cost of acquisition of such land will, at the discretion of the Secretary, (1) be paid to the Secretary for deposit in the Trust Fund, or (2) be reinvested in an approved noise compatibility project as prescribed by the Secretary. b. (1) For land purchased under a grant for airport development (other than noise compatibility) purposes, it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the. United States proportionate share of the fair market value of the land. That portion of'the proceeds of such disposition which is proportionate, to the United States share of the cost of acquisition of such land will, (a) upon application to the Secretary, be reinvested in another eligible airport improvement project or projects approved by the Secretary at that airport or within the national airport system, or (b) be paid to the Secretary for deposit in the Trust Fund if no such eligible project exists. (2) Land shall be considered to be needed for airport purposes under this assurance if (a) it may be needed for aeronautical purposes (including runway protection zone) or serves as noise buffer land, and (b) the revenue from interim -uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or the Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the use of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced not later than December 15, 1989. (c) Disposition of such land under (a) or (b) will be sub- ject to the retention or reservation of any interest or necessary right therein to ensure that such land will 9 Y only be used for purposes which are compatible with noise levels associated with operation of the airport. 'r N'u;;� ,'�. '[+J•*"'r sn} 7Ygt irC .x .: i'�".• t 7 r . `t. �d.4d3i'yyi' f t>�n�KJYY•'+1} }'. ��� Y'#'iavJt t•4f�"1IY�,"�`r Ct }nf,4 .t Ft'1 J 'r ��§y flT } i f t � �3 'f t� f rte ' yrt l ! N„1• f ��`� i %. 6 t�`: ,'"'t��"$ { rt V U4 h } yy t ZG t wr� N f Y{ I t i t� i f''F'1j�Y 7 tii i r r`,a. I 4�R.y�i+��t 3 i s.. ,+I; �v .k,�ro�Ai+ �iN�MddNM�1Mrmv+�:v.�� , ... ,_ r.�.,•...:.t.,:�at..xn$rssid4i111;�• . .. .. �a. �r t ATTACHMENT :.s,:, ASSURANCE 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, it will, when the land is no longer needed for such purposes, dispose of such 14nd at fair market value at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States shara of the cost of acquisition of such land will, at the discretion of the Secretary, (1) be paid to the Secretary for deposit in the Trust Fund, or (2) be reinvested in an approved noise compatibility project as prescribed by the Secretary. b. (1) For land purchased under a grant for airport development (other than noise compatibility) purposes, it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the. United States proportionate share of the fair market value of the land. That portion of'the proceeds of such disposition which is proportionate, to the United States share of the cost of acquisition of such land will, (a) upon application to the Secretary, be reinvested in another eligible airport improvement project or projects approved by the Secretary at that airport or within the national airport system, or (b) be paid to the Secretary for deposit in the Trust Fund if no such eligible project exists. (2) Land shall be considered to be needed for airport purposes under this assurance if (a) it may be needed for aeronautical purposes (including runway protection zone) or serves as noise buffer land, and (b) the revenue from interim -uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or the Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the use of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced not later than December 15, 1989. (c) Disposition of such land under (a) or (b) will be sub- ject to the retention or reservation of any interest or necessary right therein to ensure that such land will 9 Y only be used for purposes which are compatible with noise levels associated with operation of the airport. 'r N'u;;� ,'�. '[+J•*"'r sn} 7Ygt irC .x .: i'�".• t 7 r . �r t or, �X. t elf --e --- 4XLptisitim f land d d b above will be subject to the relent suchan under of a. an - any interest or right therein ne ano will only be Used for purposes rhod mpatloie with noise levels associated with the operation ortne air PM --- 32. Engineering and Design Services. It will award each contract, or sub—contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping, or related services with respect to the project In the same manner as a contract lot architectural and engineering services Is negotiated under title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualirl"tions— based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country Is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction, 34. Policies, Standards, and Specincation3. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AI? Projects, dated 2-26.92 and included in this Sant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse properly owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described In Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subparts D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR'Part 24. 36. Drug—Free Workplace.. It will provide a drug—free workplace at the site of work specified In the grant application in accordance with 49 CFR Part 29 by (1) publishing a statement notifying Its employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance Is prohibited In the sponsor's workplace and specifying the actions that will be taken against its employees for violation of such prohibition; (2) establishing a drug—free awareness program to inform its employees about the dangers of drug abuse in the workplace and any available drug counseling, rehabilitation, and employees assistance programs; (3) notifying the FAA within ten days after receiving notice of an employee criminal drug statute conviction for a violation occurring in the workplace; and (4) making a good faith effort to maintain a drug—free workplace. or, t n�. .. ` a CURRENT FAA ADVISORY CIRCULARS FOR AIP P ROJECTS Effective Date: 8-12-93 NUMBER SUBJECT 70/7460-1 H Obstruction Marking and Lighting i ,n CHG 1 & 2 150/5100-148 CHG 1 Architectural, Engineering, and Planning Consultant Services for Ai Airport 150/5210-58 Projects Grant Painting, Marking and Lighting of Vehicles ` 150/5214-713 Used on an Airport Aircraft Fire and Rescue Communications s 150/5210-14 150/5210-15 Airport Fire and Rescue Personnel Protective Clothing Airport Rescue & Firefighting Station Building 150/5220-4B Design Water Supply Systems for Aircraft Fire and Rescue = F:, 15015220-1 OA 1501524-12 Protection Guide Specification for Water/Foam Type Aircraft Rescue and Firefighting Vehicles Airport Snowsweeper Specification Guide '* 150/5220-13B 150/5220-14A Runway Surface Condition Sensor Specification Guide 150/5220-16A Airport Fire and Rescue Vehicle Specification Guide Automated Weather Observing Systems for 150/5220-17A 150/5220.18 Non -Federal Applications Design Standards for'Aircrah Rescue Fire -fighting Training Facilities Buildings for Storage and Maintenance of Airport Snow and lee Control Equipment Materials P and A.; ; 150/5220-20 15(U5220.21 Airport Snow and Ice Control Equipment Guido Specifications CHG 1 for Lifts Used to Board Airline Passengers with Mobility Impairments 150/5300-13 Ai rport Design CHG 1 & 2 150/5320-58 Airport Drainage 150/5320-6C CHG 1 & 2 Airport Pavement Design and Evaluation 4` 150/5320-128 Measurement, Construction, and Maintenance � f4.. 150/5320-14 150/5325-4A of Skid Resistant Airport Pavement Surfaoes Airport Landscaping for Noise Control Purposes CHG 1 P.unway Length Requirements for Airport Design 150/5340-1 F CHG 1 Marking of Paved Areas on Airports r,+I 4 150/5340-4C CHG 1 & 2 Installation Details for Runway Centerline Touchdown Zone Lighting Systems I 150/5340-5B Segmented Circle Airport Marker System CHG 1 150/5340-148 ` 3 CHG 1 & 2 Economy Approach Lighting Aids ;.,. 150/5340-178 150/5340-18C Standby Power for Non -FAA Airport Ligh"ng Systems Standards for Airport Sign Systems a CHG 1 �• 150/5340-19 150/5340-21 Taxiway Centerline Lighting System -; 150/5340-23B Airport Miscellaneous Lighting Visual Aids Supplemental Wind Cones rY 150CHG 10-24 Runway and Taxiway Edge Lighting System' j 150/6340-27A 150/5345-3D Air -to -Ground Radio Control of Airport Lighting Systems ' 150/5345-5A SP'scification for L-821 Panels for Remote Control of Airport Lighting Circuit Selector Switch /+ 150/5345-7D CHG 1 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 1 150/5345-10E 150/5345-12C Specification for Constant Current Regulators e4i ators Regulator Monitors Specification for Airport and Heliport Beacon 1' :Yrf 71}rl.f lea,. r � � ,� �. •�,... ,..,, ��., .. , . � � 1 CURRENT FAA ADVISORY CIRCULARS FOR AIP PROJECTS (continued) Effective Date- 8-12-93 NUMBER SUBJECT 150/5345-13A Specification for L-641 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-266 Specification for L-623 Plug and Receptacle, Cable Connectors CHG 1 & 2 160/5345-27C Specification for Wind Cone Assemblies 150/5345-28D Precision Approach Path Indicator (PAPI) Systems CHG I 150/5345-396 FAA Specification L-853, Runway and Taxiway Centerline, Retrorellective Markers CHG I 150/534542C Specification for Airport Light Bases, Transformer Housings, Junction CHG I Boxes and Accessories 150/5345-43D Specification for Obstruction Lighting Equipment 150/534544E Specification for Taxiway and Runway Signs 150/534545A Lightweight Approach Light Structure 150/5345--46A Specification for Runway and Taxiway Light Fixtures 150/5345-47A Isolation Transformers for Airport Lighting Systems 150/5345-49A Specification L-854, Radio Control Equipment 150/5345-50 Specification for Portable Runway Lights CHG 1 150/5345-51 Specification for Discharge -Type Flasher Equipment CHG I 150/5345-52 Generic Visual Glicleslope Indicators (GVGI) 150/5360-9 Planning and Design of Airport Terminal Facilities at Non -Hub Locations 150/5360-12 Airport Signing & Graphics fts 150/5360-13 Planning and Design Guidance for Airport Terminal Facilities 150/5370-2C Operational Safety on Airports During Construction 150/5370-613 Construction Progress and Inspection Report --Airport Grant Program 150/5370-10A Standards for Specifying Construction of Airports CHG 1/2/314/5 150/5370-11 Use of Nondestructive Testing Devices in the Evaluation of Airport Pavements CHG I 115015370-12 Quality Control of Construction for Airport Grant Projects e CCO FORM: AC10-A Approved: 5/94 (MLH) Revised: Modified: M=11WK619FL4_M •► Project No. RISE 9352-408 MISSOURI HIGHWAY AND TRANSPORTATION COMMISSION AMENDMENT TO STATE BLOCK GRANT AGREEMENT AMENDMEN][1 THIS AMENDMENT entered into by the Missouri Highway and Transportation Commission (hereinafter "Commission") and the City of Jefferson (hereinafter "Sponsor"). WITNESSETH: WHEREAS, the parties entered into an Agreement (hereinafter, original Agreement) under which the Commission granted the sum not to exceed $102,600 to the Sponsor to assist in specified replacement of lighting system on runway 12/30; and WHEREAS, the Commission previously approved funds for a lighting project; and WHEREAS, the level of funding originally approved is not sufficient to cover costs associated with flood damages on runway 9/27; and WHEREAS, the Commission has sufficient funds to increase the grant amount for eligible flood damages; NOW, THEREFORE, it is agreed as follows: Commission hereby grants to the Sponsor an additional sum not to exceed $18,636 for flood repairs subject to the following conditions: (1) The Sponsor shall provide matching funds of not less than $2,071 toward the project in addition to those previously committed by the Sponsor in the original Agreement. (2) The project will be carried out in accordance with the assurances (Exhibit 1) given by Sponsor to the Commission as specified in the previous original Agreement mentioned above. (3) This Amendment shall expire and the Commission shall not be obligated to pay any part of the costs of the project unless this grant amendment has been executed bY Sponsor on or before September 15, 1994, or such subsequent date as may be prescribed in writing by the Commission. (4) All other terms and conditions of the original Agreement entered into between the parties shall remain in full force and effect. Njollflil"E'R U; I I Mil ig i 1;4. . . . . . . . . .... 7, V M MIM % wl "'U'A MR ..... . .... . � J1l i ty !, AVIATION 37,8 DEB Sponsor City of Jeffgrson REV 2/94 Project No. AIR 935-40B Airport Name Jefferson Ci-tv_—_Memorial APPENDIX OUTLINE STATE BLOCK GRANT AGREEMENT Purpose The purpose of this appendix is to provide the sponsors with sufficient information,to carry out the terms of the state block grant agreement and implement their project. Each appendix item description is preceded by the number of the agreement paragraph to which it applies. Paragraph Number Description 5, 41 Guidelines - Satisfactory Evidence of Good Title 5 41 Guidelines - Exhibit "A" Property Ma P Y P 13 Form 271-102 - Outlay Report and Request for Reimbursement for Construction Programs 14 Circular A-87 - Cost Principles for State and Local Governments 14, 20, 21, 49 CFR Part 18 - Uniform Administrative 34; 54, 57 Requirements for Grants and Cooperative Agreements to State and Local Governments 14 49 CFR Part 90 - Audits of State and Local Governments 16 Form - Certification for Contracts, Grants, Loans and Cooperative Agreements 16 Buy American Requirement 17 Order 5190.6A - Airport Compliance Requirements/October 1989 17 Guidelines - Pavement Maintenance Program/ September -1992 20, 21, 57 Disadvantaged Business Enterprise (DBE) - Approved Firms/October 1993 -updated monthly Page 1 of 3 ..k 19, 20, 21, 57 Advisory Circular (AC 150/5100 -15A --Civil Rights Requirements for the Airport Improvement Program (AIP)/March 1989 19 Missouri Executive Order 94-03 38, 39, 40 Advisory Circular (AC) 150/5070 -6A --Airport 42, 49 Master Plans/June 1985 38, 39, 40, Airport Layout Plan (ALP) Checklist/ 42, 49 Certification 38, 39, 40, 41 Advisory Circular (AC) 150/5300 -13 --Airport 42, 48, 49 Design/September 1989 (Change 1 - June 1991) (Change 2 - February 1992) (Change 3 - September 1993) 39 Guidelines - Airport Property Maps/ November 1988 38, 40, 42 Order 5050.4A -Airport Environmental Handbook/ October 1985 38, 40, 42 Form MO 780 -1027 --Questionnaire to Determine Need for Cultural Resource Assessment/ r, March 1986 40 Categorical Exclusion (CE) Checklist { 48, 49, 50, 51, Advisory Circular (AC) 150/5300-9A-- 52, 53, 54, 55, Predesign, Prebid and Preconstruction 56, 57, 58, 59, Conferences for Airport Grant Projects/ 60, 61, 62, 63 May 1985 48, 49, 50, 51, 52, 53, 54, 55, 56, 57, 58, 59, 114 Advisory Circular (AC) 150/5370 -10A -- Standards for Specifying Construction of Airports/February 1989 (Revisions -August 1989) (Change 1 - June 1990) (Change 2.- November 1990) (Change 3 - January 1991) (Change 4 - July 1992) (Change 5 - April 1993) (Central Region Revisions - July 1991).. (Central Region Revisions - March 1993) Guidelines - Preparation of Plans and Specifications for Airport Construction Under the Airport Improvement Program (AIP) Plans and Specifications Checklist Page 2 of 3 51, 52 Order 5300.1E - Approval Level for Modification of Agency Airport Design and Construction Standards/October 1991 Guidelines - Weekly Summary of Project Test Reports Form 5370 -1 --Construction Progress and Inspection Report Form PW -1 - Request for Wage Determination Contractor Eligible Bidder List (financial ,statement on file)/May 1993 Form 7480 -1 --Notice of Landing Area Proposal, Form 7460-1 --Notice of Proposed Construction or Alteration Form - Change Orders Advisory Circular (AC) 150/5370 -2C -- Operational Safety on Airports During Construction/May 1984 A Guide to Ground Vehicle Operations on the Airport/August 1990 Page 3 of 3