Loading...
HomeMy Public PortalAboutORD11890 �;:�. `n>(�i* t�+x �n•I+ ��l �. � i���'r }r;'+�t ,t:.,�'. t ..N, st. "t� 1tti � r. S , t4:� ! �. r:. � :{+ ..�. + � i.7 .,..�+q�, '.•k r . �i.�„�, � �t �' ������' �^,�� f�y�•c °$� ��. � t a7�7r{�k��F+1 ,r4 t; 3 +X r r ��rrt 't„ 3�.tj7;4' xLh ,��;i r x�u' in���. t. BILL NO. 93-2 by SPONSORED BY COUNCILMAN BYRD :., ORDINANCE NO. 11890 ^,gtr:V AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH APLEX, INC. FOR REPAIRS AND IMPROVEMENTS AT THE JEFFERSON CITY MEMORIAL AIRPORT. � k BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: 3 f Section 1. The Mayor and City Clerk are hereby authorized and directed to execute an agreement with Aplex, Inc. for repair and seal of Runway 12-30 and overlay of Taxiway A at the Jefferson City Memorial Airport. The amount expended I. for the contract shall not exceed $199,704.41. , Section 2. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the ff" date of its passage and approval. 4' Passed: / 93 Approved: 4 , ' Presidi fficer or '•',� ATTEST: City Clerk t• G ,,{r"Rt_,Y � ro a ,r ;"#:��i r�f'^y,r (}=Yrs7t++.:,,, f$"+{� rj�.i�1}� },• A ., J. ry �� Y.{" �� �e;K .1;..�}.R 'G T:S GI�„"',i Li'fCr{ ��P ������ yc''.�P �r..� t•U•Y j.: 4 , `�.w,n'•�``�'�x��i a. "n1��y��•{1si¢�tr�.at ,°�?tY y ti i,��+��4 i"y, �,,. •. •�'' �. sHt ,�.��r`s�vd;^ �yi��,�!���':�','r'�v'>`th� ) t tiy.a f�fTj� �ri s7� u. ? 'µi h 4 t ✓7+'tj k n ri'-�y �'��SiTt":.{`•.�iti'"t, '1 t 9 M1+R '.wy 1 yrSy73 k �, �, II aE t' i�, a „ .Fx•,,,�i. }t,�S'Nf't�,.�.,tt �klrS�}tt 'U Zq t%;�E`C�:fa�'f'fr Ze '''d., %y.�•�r'� � �e5 a r}w .}���r � 9Y.. �`t Fr�hs a:µY 'yl,��',,'((`+{•4d 1�.'rS�72�;�� r ����. F'lxh h°r 3��azaL'i�`V� �.�5 is , ;ttK?+r,{ty q}4 n .iY Yi .."+' tY{.yry �ta Jyfi'..:jt.,'j ae¢$ rJ ., �' '`rt rz;'°e.t,>. S. r,' r,'.}'.�k�' •'s'�. •.. _1W INC. L E Xv Lois Helmig - President Q.B.E. Route 1, Box 221A, Linn. MO 65051 314-897.4604 UL r 619W ii� 1I, '�r JULY 1 . 1993 MARTY BROSE DEPT. OF PUBLIC WORKS CITY OF JEFFERSON 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 RE:JEFFERSON CITY MEMORIAL AIRPORT PROJECT NO . AIR 915-40B -DEAR MARTY, ENCLOSED ARE FOUR SIGNED COPIES EACH OF CONTRACTOR' S PROGRESS ESTIMATENO. 2 (FINAL) AND CHANGE ORDER NO. 1 ON THE ABOVE REFERENCED PROJECT . IF YOU HAVE ANY QUESTIONS PLEASE DON 'T HESITATE TO CONTACT ME . RES!'Ep FULr., 1.0 I S HELMIG An Equal Opportunity Employer III............... AW P, 4 � ', w:��' �ftt) s� t`YS.i IJJk 1 �$����{zS�. ;j �t m AiT'.��fw•. iF t .r,.�;�y. t f Vii;trio S�d�t: y �{i i xt'rF .+ tvCq > .r'L ww�„1RU. r Y`.}}y�;i.�'�11� �,��� to � '` �, '1T';�tug,,4z�-�lp.� t�.,c,��c'.•xi,'tfj�}zs�lj."'�'t�+a1t'i �f A tV� r. �i �.S''�s ���ip�i � .t s1� ���,-f��id.,?4 p?��,f �,�E(1•�'��� ?ya°�' 'Y� q ' ts,S r�„ 1. .. i1 Sheet:I of 2 .? CITY OF JEFFERSON,MISSOURI JEFFERSON MEMORIAL AIRPORT PROJECT NO.AIR 91540B BWR Job Number: 92-331.04 CHANGE ORDER NO.1 This Change Order is to adjust plan quantities to reflect as-constructed quantities. In addition,the bid item for w sodding is deleted and a bid item,for-seeding has been added. The final quantity for item 6 Bituminous Surface 7 { Course and item 7 Asphalt Cement reflect the as-constructed quantites less a 2%deduction for compaction. Y y I. The attached page 2 shoves the revised quantities. .� 2.All other items of the plans and specifications shall remain unchanged and in force at � �r1 By reason of this Change Order the Contract Price shall be increased by Seven Thousand,Seven Hundred Ninety- Six Dollars and Forty-Seven Cents($7,796.47),from One Hundred Ninety-Nine Thousand,Seven Hundred Four Dollars and Forty-One Cents($199,704.41)to Two Hundred Seven Thousand,Five Hundred Dollars and Eighty-Bight Cents($207,500.88) n A> Contractor: Sponsor: e APLEX,IN , CITY OF JEFFERSON _ Y' Title: -6pt� Title:_ _ - '4�/ r ` Date:_ 7—�-"1�-3 Date: Engineer: BUCHBR WILLIS&F IATLIPF By: Date: v A' 3 it t` f �-,.x ... _. _ .� �11.;_._a. _-,, ��._'�� __ .. _ Vii. _.. _ _.. .ii �t _ .:,�� i....��4�✓��y, 1��F�'I(_£)..wv", ' •Yy y�yFywY �"i��4T ✓th 4t.iu H}fit .f} Sf��Jy f1)l �� .'Y.1`. .A bll � f{,r�J i! r i..:,Y P '� 'k�Nh!'x' tiuY' JrF""�" j��� 1 R. ii �i .,•{/n.K y f iM1� .§� t f�T " E .y .. t b< kj 'E -e4� �' ,F .I t �j`.� �� V Sheet:2 of 2 CITY OF JEFFERSON,MISSOURI jEFFERSON MEMORIAL AIRPORT .; PROJECT NO.AIR 91540B BWR job Number. 92-331.04 CHANGE ORDER NO. 1 IIJCREASEOR INCRBASEOR UEM PREVIOUS REVISED (DECREASE) UNIT (DECREASE) NO. DESCRIPTION QUAMM UNff QUANTrI'Y QUANITIY PRICE IN COS'r y} 2 Asphalt Pavement Repair(2"Max.) 1,600 S.Y. 2,207 607 $17.10 $10,379.70 > 3 Crack Repair 13,550 L.F. 30,000 16,450 $0.35 $5,757.50 , 4 Cold Milling 1,150 S.Y. 1,167 17 $5.75 $97.75 i' 5 Pavement Marking Removal 90,009 S.F. 89,709 (300) 0.1936 ($58.08) ;1 =ti> 6 Bituminous Surface Course 494 Tons 419 (75) $50.00 ($3,750.00) 7 Asphalt Cement 31.5 Tons 23.0 (8.5) $50.00 ($425.00) 8 Bituminous Tack Coat 404 Gal. 150 (254) $2.50 ($635.00) 9 Pavement Marking 90,009 S.F. 90,309 300 $0.23 $69.00 �t 10 Coal Tar Pitch Emulsion 21,900 Gal. 21,816 (84) $1.70 ($142.80) `z K 11 Mineral Aggregate 58.0 Tons 49.5 (8.5) $100.00 ( 850.00 12 Latex Rubber 1,260 GaL 1,210 (50) $10.00 ($500.00) 13 Sodding 1,132 S.Y. 0 (1,132) $7.55 ($8,546.60) 15 Seeding 0 L.S. 1 1 $6,400.00 $6,400.00 t TOTAL $7,796.47 .� <r i 4 a yy,1 'L, `�. tar�K �{;;1`„X{+.z� �,n ;ag: � �� lna• o �xL: •. 7l 'B�Fd,('!rx.o3 4� ���� ��ifi �' yJl�s ".t �..A, '•�°��} `r � ��� xi�t TJ�,t` �,-. br' �.,J.r�• �.. +,t ryk e.. s 4�`,'�, �(� r ,� ��� �' `^t• ,.'s' +a '3���'�4� t�"cfb.i.ti;�f}:'-' ;f,,T� `t-'�a. 'ii�r�� '•, �yi >�Ix F >4 f�'Fk'�'A', ��x'. :S,t��''i�t"' ��Z'r J( ��� A �i ��. to �. ':.. `Y 4,it�y� 1?:�.•t ��: ',i i x�x t. �; t,; .. �'"': ;'; A i .*•' f" 7'.,.1 y;;., � ' .. i,. . " : tug � .r« �K. „�� :..�r�,,� �, � .. �A Now '� i� r6lllt�l � v §(v ini'•CGx ,;'"r� "Y ��r r � µ,r t.,} J i.s�fi � k< vi;R trlCt .c,•!t5•k `'4 ?+�:,yr K Y t .� � r t � � �e r'�t�h .., F v t r>� d ... P • f}. y .'+' r1ii% `}rt'S •f a lt .r Louise Gardner. k MAYOR 320 E.McCarty St. 314-634.6,100 . } Jefferson City, Missouri 65101 `i i S f��S Ms. Lois Helmig, President Aplex, Inc. ,Y Rt. 1, Box 221-A Linn, MO 65051 RE: State Block Grant Project No. AIR 915-40B Jefferson City Memorial Airport f.•u0"+E fT h: Dear :Ms, Helmig: rs Enclosed is your signed copy of the contract agreement for the above project. If you have questions, please feel free to contact my office at (314) 634-6311 or the Department of Transportation at (314) 634-6466. Sincerely, Deborah M. Cheshire City Clerk y May 12, 1993 :t- Encl. cc: Department.of Transportation Y r`Sry;.x s���.x� � ;�i =Yn �• �,� +�tFab;f 'S C - t ';t` � .�-`�•� }Ss``` aa';�•&�.is '�1'" 45 ry., f:'' �{,F.ar, � _ ' k} E� +g, Sii'�' iF/ y�, ,����'� � -h1W Ft, •� I f t + s �t t� �'�.S° 5.�r`�,14 G ^�•f`1'J'{ ��z c't, '��. Yizfw"= �ds:'� vy F l '� =•?� .n 4' 9 `�xt'+w �'n'�_, tarn � tv�7 s . 3ps " l�a�i'''' �F 'r� }t,a+`fap ;y`�,�elWe 1'..r:, 4 �v"5�;f s� �r � r'>f�"��+�. ltfiS, r t'� 4 `' ... Y ,- •t. �,k u , s y I®111101 BUCHER, WILLIS & RAT'LIEE ®®®ISM®ENGINEERS r PLANNERS ARCHITECTS April 23, 1993 Ms. Lois Helrnig Aplex, Inc. Route 1, Box 221A Linn, MO 65051 Re: Jefferson City Memorial Airport Project No. AIR 915-40B BWR Job Number 92-331 Dear Ms. Helmig: Enclosed are five (5) sets of Contract,Documents for the subject project. After you receive notification from us by telephone, you may execute them. We expect that to be May 4, 1993 after the City has approved the proposed Contract. I have tabbed one set for the pages which need your attention. After notification from us,please execute all five and forward all to Marty Brose with the City. Please place a copy of your insurance certificates loosely in each set. If you have any questions,or comments, please do not hesitate to contact us. Sincerely, BUCKER, WILLIS & RATLIFF Ronald W. Pearce, P.E. Construction Inspection Manager RWP:jd Enclosure 1 7920 WARD PARKWAY, SUITE 100 1 KANSAS CITY, MISSOURI 64114.2021 1 816/363-2696 1 a \ ..� . \ y1 t 17 ,4�d �. et''f '4 ,!�. ,wa 4l,yf .Y,ia .L �.. .r +..,ti}' • ; _. '(n, t. - ..__ .. ._.J1�1r .1af`.s.t..it._=.1.�.�tS._yi,_� �tl�y••5••.�.Jhr�s �..�._..:�.s.a��M".._i.i�m.e.�,a1=tiSL.2 N2 133610 P Notiev: Thc i1hill AIJ., Pi4EN ilY 11 till, ;I� .... ..r THOMAS S. NAUGHT, HARRY NAUGHT BILL R. BUCHANAN, DOROTHY BAKER, INDIVIDUALLY JEFFERSON CITY, MISSOURI---------------------- ---------- --------------------- lit,it ou'llid IN AN AMOUNT NOT EXCEEDING FIVE HUNDRED THOUSAND DOLLARS -----($500,000.00) P ,, -it I -Ilv! to lillid e I( i"l w .,( cd April 1, 1996 A ht o s 1 lit, � QM 6t ITT, 1!1! tj ;i, I,:". Ili 11! h lif "i - \k I it I ild till, fl, T*A int 50 Qa op, �!; jjil nl 11n to i I I id ir t'_•( -I("I 0 lf:l cof, -1:1,1 r I I 1Y if-! !F VP , .. Ili �!ie lljfllri.oti imiry. t.i,;11,11:�lllnrl to e n Al i 01C.Com- e "6 Col 1) v -sp V !lo i,lit ,MWj! io It . vc!!ld Lmd upon tilt' Cf)illpelilv Iv;' .11 thu r;l�y ot Y , ill IN Wili 14ESS WHERil 0 F and tho Coi )orae so,-,fls I jifixe(I 1!11�; 16th March 93 I. v'm rkelerl, 1)('cvetaly C_;f t, 2 3, 5; tilt] L 6, SEAL -7 16th March AF) 19 V:i, I oli 'IPP,,�ared Robb 8. �)wj Dol!_Ild L Cowr�ile.:1110%v(.11', :fill be ct A file companic's t d r,o r p o I,"11,Io I I s 11;A 1;111 e, 11he(,ompame� Ild Polk B. SEA[ V d(I;'I rid deed 11 lit, K-RiSTIE L. TYI E'R A 1CAYE 1, David I_ of tjja up Joyi-i" I It!"Olutioll of the Rollrds oi Dire-clors ��rch 16, eezzli of I I tilt Pi-Wo!1 W 1993 01) 1�,efl,)Ifof anas k6li�ght, H6.,�� ught, Bill 'R." Buchanan, Dorothy Baker aw tim, mid Imu -11" Ill! if! full lf­stllilolr; �Allww,jf !):)�O ;:, 4th "d May 93 ill ol Roy. If lit V P, % r � w•w.dwr.;,+.tJ..:i:.i�>i.w...u�NMr,+kr,'^;M.-3,r�-ns�'d..�rt,syv.�.'.! W.q* r+, r7) ,. •r! r,,.., ... .,r .. . s.. .. ..j;� k4s �... ..v�r 4nt[ry Et , ISSUE DATE (MWDD•• ...::;,.:::•: ...... . .... .[] 5106193 PRODUCER THIS CERTIFICATE IS ISSUED AS A MASTER OF INFORINATION ONLY AND s CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATEti ) a DOES NOT APPEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE T-NAUGHT AGENCY POLICIES BELOW. < BOX 1768 e?a °`; -`I JEFFERSON CITY MO 65102 COMPANIES AFFORDING COVERAGE BA��La1re`�lty COMPANY A American States Ins Co z•t{ LETTER COMPANY ? INSURED LETTER plex,, Inc. l COMPANY Rt. 1 Box 221- A C LETTER • ��, ,-y.-' COMPANY rv?}' inn, MO 65051 D „cn ,f5 , �r LETTER �' . COMPANY �� i E LETTER THIS wro CERTIFY THAT THE POLICIES OFINSURANCE LISTEDBELOWHAVE BEEN ISSUED TO THE INSURED NAMEDABOVE rERT FI�tE MAYIBE ISSU D O MAY REQUIREMENT HE'TERM OR AFDF RDED BY THE P01 LIES DE OTHER DOCUMENT HER N NS UBJ RESPECT IOT LL THE TERMSOS EXCLUSIONS AND CONDITIONS OF SUCH POLIdIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O POLICYEFFECTIVE POUCYEXPIRATION TYPE OF INSURANCE POLICY NUMBER LIMITS f. TR DATE (MM/DD/YY) DATE (MM/DDNY) GENERAL LIABILITY C D 1 7 4 7 0 8 03/23/93 03/23/94 GENERAL AGGREGATE $ 2, 000,00( MMERCIAL GENERAL LIABILITY PRODUCTS—COMP/OP AGO, S 2,000,00 LAIMS MADE [j]OCCUR. PERSONAL&ADV.INJURY S 11000,00 OWNER'S 4 CONTRACTOR'S PROT. EACH OCCURRENCE S 11000,00 FIRE DAMAGE(Any one fire) S 5 - MED.E(P,(Any one person) 1111 ^. MOBILE LIABILITY C C 4 9 4 2 6 31 3/2 3/9 3 3/2 3/9 4 COMBINED SINGLE ANYAUTO LIMIT 1 .000 00 ALL 9 OWNED AUTOS • BODILY INJURY SCHEDULED AUTOS (Per person) Ci HIRED AUTOS BODILYINJI4iY NON—OWNED AUTOS (Per eccldena GARAGE LIABILITYu':J`�{ PROPERTY DAMAGE EXCESS LIABILITY EACH OCCURRENCE S �'?x�t,.•; 'S �- -� UMBRELLA FORM AGGREGATE S ,M�I+�� k�•' ;a•:,aaj s l :t t OTHER THAN UMBRELLA R S � • : : ,WC68679010 03/23/93 03 23 94 STATUTORY UM r .r.r'., ; a WORKER'S COMPENSATION ' �"�`'`"` "'`'"' .,.�•��::. EACH ACCIDENT s 100 0 0 , AND '3,}'•r �',Slt DISEASE—POLICY LIMIT 8 500,00( EMPLOYERS'LIABILITY -- 7 :3 ' DISEASE—EACH EMPLOYEE it j OTHER 3c y DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLI:B/SPECIAL ITEMS 'COVERAGE CEASES WITH THE EXPIRATION OF POLICY OR POLICIES. " . ' JOB: REPAIR & SEAL RUNWAY 12-30 OVERLAY TAXIWAY A, MEMORIAL AIRPORTi' JEFFERSON CITY MO PROJECT AIR915-40B id MOP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES B AN ELLED BEFORE THE ` EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF JEFFERSON MAIL I DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE � s 320 E . MCCARTY ST. LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR JEFFERSON CITY MO 65101 LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. ; ,t AUTHORIZED REP 7 ES TATIVE •.; ^ )• �/� tl' !'NSV ..,,.. ' RR &8(7/9d). t�.AR Rf?.ORpi�Fti�Tl6�7Ap0 r sari , �wd ?ys S" .x" rj ' ,�.r +/ kr; •,Za'h L24r j i 7 s as t u r .i' rti +v �. fi pmtTO S r� k }}r ,•�df ay %4 2J�I, :t :i .. ` . _ i k ib�jai 1 4 n SR ;Yr 4 f s s' 'i.. fz;* ,I t� '.t,✓ ir.' .- .t� ` �{,m.ft +r s 'h) � + '}���.��t�'Jf�,�,�{.t(�.�..F{!i ' f Jz ' .a 3 t.:. 1 " }}am4'y�L;t uu?�•}ci�!, rr fa r >�'�t� .+alpft.Y�'1 �� r r.' } ::i } 1 '.It z 1� "Vrils YFNi ., '�'�� l�j� 13,k•4 IRVIRIllm"I'la Mid toll Al I� a5a YM �t i.�,;�ba"4.!"!e'nnr.+...+rn.RettMA3d41:.hv2t6:Rr,:r-twn7Y-a,rc„F�f+„=....,c:.e'::.w.e C,'u:,; .,... ,... ..._..._ ,....,...- -............ ... .. ..,,... .t; y...... .......r.r..w,...`�.«•;.+.1.i..JW.::`+ rY�11YM�140i "'° r S�to CITY OF JEFFERSON, MISSOURI Contract Documents/Specifications for JEFFERSON CITY MEMORIAL AIRPORT JEFFERSON CITY, MISSO Z7It.I ` f State Block Grant Project No. AIR. 915400 a Repair and Seal Runway 12-30 Overlay Taxiway .Bi March,1903 , OF 16, t 111111111111q// � ` �WAl.D 1. _1 y; s; ' CYAl�11A �. ® KUPMEVE ,,,` _ '�: •+�m $ a� NUMBER Kul GER i �.� `�� �►�;: E-23274 .•• °� tN •. moo r �.a,a B�d��10i9e1�N ;411,ftii Ri `5 a.fr� CAF: ®101111® BUCHER WILLIS & RATLIFF . aura`•{Ftg' ENGINEERS o PLANNERS.m ARCHITECTS �f ti> ; x r•' tteSf tttr. r � z r i /A t.k ttt cp ” V 2 r i P �• it �srS• dr �t lAtt i�i ..f t'��'x.t 3tdi�nN t .{ rP+:"* 3 .t k, MIT 5 } #,��} + .�+ cn11•y .''1 : t %,r R.x{ .:{ 1« LEA. j�,ry s le .t t, 1 s .: g•,t .' S..Irp '+'' r� r !.t; ;i 11 ) gyp a� •c r,:<.t Y {4 4�,.:j: r.t:'i v; f ;r,. �.t. -�N:`�-..d,.�<.�>,a��'��t�Y�.s ''k,,k'�p•f u:�,ra y ��Y �, ,�j� Y r:' e.�_, � Yy .,r �� 4��r1�g?:rN,�r}7.'Y�,{�oY7�Yx�'r } . f cc .ri ``,, Py s +ry�4;i` M 3 ,.S ,7',;+rS�'�. ��-':a.�>'M y•f �t. .f , t J�. 4. .r.,2���, .,i{~µ'..r.���.,,�a=r�• rVt„j:�n.�rt�• .c i•r' s °tJ J •. �'�+� �w.. , dst..:`;,.'d. �z 4. . is. r: t., : r e„ A• it � T F- i� Lr s t t' t'.D '� �`<e�,° J>~€�t .,2”tt,. y.. Ka zM•: �R:"'P,rS'S""yr;ti:�•ti' '.x �..i:y ;*.`.i:''d;i.': :.'irr��:%;,;�F'li:'.i.T�iz'e,�r, ,.�. F.kS.�: .r31. ,�?�, ?i:"py. :•b.g?0+ 1 .�'. } ' t: + r' t7r...rb:,ji%. 5 .�' '•5+�' +f 1. ,ryr} ..i�,Y M�...{�:tYkr..y i�Ly��.tya�,.t�'tfi�a {a3�#'�t�' ;:rJr ek'i4:�'�t ,X,2�'fr+� tt .t • �r .. { a b ..r'aYmt k.xr.C.h+v t '1Y.� � l .•t.5 , r ' .,r t.. r 9 1 't7'."J. r..;13<t 7 �b�lx:'� �j".'•',�' ,sY'�t-"�( 'iy4iTM�, rt @g�35+ ..;•;�J Ln,.��,, > K t :r ',+y� '. �. 6 iF °' +ir`'�"t '. c' „»,?tr}'e<t'>{:cwt.2'fyu1....t.»Igfr,3t.•?'cc4 v;.7 �.�J„dF�r��1.w-S:� �i ��J"�'iq. 8tr 1. • t1 t', tr `i} 1. b'�,`p`+t ,t14.t.�l tSJ7`. y}fJ: 't �t�Y3�:k•,.a7)Y`+y���ps�iijl� i��,i;h vv r[�q...2�}1 rR S1 tY:n i �i�#5J'•':n.r 4'j :,1+' z �,' }L � r1. t, At4 7' C v 1'�1+{ �lA`3,�i�ir� r S,S i3t4Y'1 f-t} < �1.�+Yd�}{F J"r''•FhN'�'ip�t.b,+� )76fS�31f ,��• kYl �! iG r 1' E •! a: .r � ii{' ? f� t' ,tf:;1,..ti�;t+?d.,�...,J. .It y..�"�+;� .v, s ,Yq-i.1h•� 11 i`ap��iS.➢,Jr•: q.«;� s+ �' .v.. .t} + ..n: �. :ti�' v ti•� ,i�t'.�, i t{pf •i y,•.i, :•,;. {, •�'i��S`�Jx.:€Su.¢� �..jJ.rJ fy{ � ar,rs..:,•" ��{�;j 4, t„ 14,,� ,.�.. .r• '.5, �/,{ r i+ :J„ � .,•r •r,,.L= ♦�`4`u+r,+'wx».,� e. y..�4, � �.4,� d�1..!?�k' .tae. r .cx.�+`t:,.,Yr<:�`ri,r, r€i +.r , p. L,' s 'x r ti z 1 :ur '•?�.', , .,t.,.;is � -#*, �r .�+ , f� c'��>�,.,^a;�i l't £!7" •J t r r�Y { rk •� t t. r .� x.as 5rr t� St ! r�'� cyy{e�."1 f.+,� tt'ti'r"�y�. 'f'+�.. � t E :ff ! .. s.' Y a s"€tart j;1`St;"t'�t�#''..}�:s)}�t r e tS: iv 4..,�,s'•�;4, S• �;�yr��e n`%�y�,�'y,�t nn`�it.'���,g.1-`i,y^,,tj S>� '1. i r t .{. t. ,j. .; ap# tyf 11 .�xlt.ft:.t� ,s.�l°^ott�tX'7 �I '� {� !X"•Y��'� S3'F,{* ,���f51 h� j FF<, r J. ti t �{ t t t) f` .16•)'TFJ�pf rjr t�..i �I,A'1Z+� � :V�„q.;1; �`d�:$:Z,�at�'� s' r.e �XE� `�•53*4+s'.�',��;c� -y �. .�d i .r i� ' '' �5' r 1 i �. � 7 t .T +' 4'f:7 r,s.,�'t y`��� �,f2 :tr"t•k`rt ��.' .�,.` ,''' ', �' t���,�1�'If�m„+�'y�. i ,+ t err' Y ,'F ,',i 7 .t.1 `x � .� r 2 d itr C-'� r, !.Y'f�kgt•j,i' a4'�itt`s�'f i .�. Y !,: ii�t,. ��gjyp.' J +. �[.r�, #�v p�v 5,,•� ,tri i�: .N�,Y�r1 yr. 9. g�y4 .��. t� �4t',' .a, r "!.. ;{�ri `,�k`+'F"r�{J,jnra���' �i. �-+""+rte, + ; :}•«%r 1' 2 <,t,'a � �F^ � � qt ^7i �`�t rK fir }� t*j' t i'''S t � !•> 1 f �. .1.. Li NJ NJ N r .��,�#t.�nl,t,,r;rtr n ,r�+ `-1�Yz�''�•i �c''•��e .r ,, es� '�' . z' `y t� R���'���A,z y� �„` ` �' { r ��: MMWJ i ft '4�'�Vid (5'(��1�Y '�12° t L}iti�(ylP j�4 f. y (i!.`Y:Y �N�-e RX� 3A45 14Y'r{� .:i.St� f .;,J`+•;}k � ..3; i�.S�l . i k5 .:T,J� F .5t. ,T '.S'kM1,'d,�Y:/ y�S y�y � �"' �.I �. � [� � 11 I�''II +fv1t rty:,1 yr� 'i tr7 Yu � 'S'<E N t .tt .:; .x t7., J'F+ ''il .� S 4fY'(7`: •a,; t(!( �l 17, I�7 III a•.,.'�i��'S g � S�, i rd t��.e:r J t t ,.� ;�,� '�r4 S�: i rd t�t.tcr�t t �%„y ';�•� '�r ..:;^°ur'h +J'��"k a. #-�� r , �:f t.�4�� ai.u4' 1�3 � 'i; a�•.. ���• S9f�n����'IASi': lz: %�4X*,. :}�'#�.},}o sk��.��,,{•: r d c¢t��'+�f,�{fit ly�t t' ;to�t"� �f tr��4asV���')�.;ai y 'i5 ���I Ye CITY OF JEFFERSON, MISSOURI .,.., '. F; JEFFERSON CITY MEMORIAL AIRPORT L, STATE BLOCK GRANT PROJEcr NO. AIR 915-40E r ADDENDUM NO. 2 f; March 24, 1993 t TO ALL PROSPECTIVE BJDDERS: You are hereby notified of the following amendments in the Specifications for the subject project. ` 1. Delete Section 9:Item P-625 Coal Tar Pitch Emulsion Seal Coat from the specifications . „ and insert the enclosed revised Section 9 : Item P-625 Coal Tar Pitch Emulsion Seal Coat. Paragraphs which have been revised are indicated by a vertical line to the left of the paragraph. : + •r MAKE THE FOLLOWING CHANGES 2 THROUGH 12 WITH INK PEN: 2. Line through the bid quantities on the proposal form page P-2 and on the summary '.j'. Y,1 of quantities on page 3 of the plans and write in the revised quantities as follows: •,r; 11,j 2 10. P-625 Coal Tar Pitch Emulsion 21,900 Gal. 11. P-625 Mineral Aggregate 58 Tons . 12. P-625 Latex Rubber 1,260 Gal. 3. Can page P-4 of the Proposal, under paragraph 9. change the amount of the liquidated damages from Three Hundred Fifty Dollars ($350.00) per calendar day to Seven Hundred Fifty r` Dollars ($750.00) per calendar day. Change the reference to Paragraph 5 to Paragraph 3.5. 4. On page 1-8 of the General Provisions, Paragraph 20-13 Subpart a. change "proposal" ... " "original original sealed proposal . r<. r� 5. On page 1-9 of the General Provisions, Paragraph 30-02 change "lowest qualified `x bidder" to "lowest and best qualified bidder". 6. On page 1-9 of the General Provisions, Paragraph 30-04 change three references to t "lowest bidder" to "lowest and best bidder". 7. On page 1-18 of the General Provisions, Paragraph 50-17 change "lowest bidder" to "lowest and best bidder". 8.On page 1-23 of the General Provisions,Paragraph 60-08 add the following paragraph at the bottom: "The Contractor is hereby authorized and directed to utilize the Owner's sales tax exemption in the purchase of goods and materials for 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." r.i I p M.' �h3��M^X'�i�.;t��7�1't�"ar..��U.� '�'�%�. ��S¢r5, U •�a.li�,��`` . 1; k5`r � 4CSi 1 jt t ';'y� 1 e t i g pia t ' �' J�, fr„isrr!� K��t±�,��„s 4`r5•{.p?S'3.L,G�„ �y�i��?��t�r�> t�y��� ' ��S�r rSS}S't t"�'r��st rFur�r.}�'�fy t� y �,� `. 'r .s�• r ", �n rp.�a 'tit � �"v:wf7�+' :1 tF i S' r S.' .,4 9. On page 1-40 of the General Provisions, Paragraph 90-06, third paragraph, delete "except, as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WIT1*MLD FUNDS of tNs Section"and the sentence"Should the Contractor exercise his option, K& as provided in the subsection titled PAYMENT OF WITHFIELD FUNDS of this Section,no such ' 10 percent retainage will be deducted." ` ., 10. On page 1-42 of the General Provisions, delete the entire Paragraph 90-08. 11. On page 3-3 of the Special Provisions,Paragraph 3.10.2, change the liability limits for x general liability insurance coverage as follows: ; Bodily Injury $100,000 each person $1,000,000 each accident r Property Damage $1,000,000 each accident 12. On page 3-3 of the Special Provisions,Paragraph 3.10.3, change the liability limits for �r�r automobile liability insurance coverage as follows: Bodily Injury $100,000 each person t $1,000,000 each accident Property Damage $1,000,000 each accident i J. ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED IN ITEM NO. 14 ON PAGE P-5 OF THE PROPOSAL. FAILURE TO ACKNOWLEDGE RECEIPT OF AN ADDENDUM MAY BE CAUSE FOR REJECTION OF THE rye, BID. NOTE OF CLARIFICATION : Contract time will be suspended by the Engineer as required to allow adequate curing time of bituminous surface course and patching,prior to placement of the j coal-tax pitch emulsion seal coat. r pti 1 ) 5 .. §� .��A,,r�r �i .".+F .,tiACjn d ..r at�s A � �-. 1T1YtS�' c i, .•}�ai'f t�� � � a� w ' � %L r �y''n!ti•, Nt 5t tl� 'D�b <' .1 'r ;r,pt i t,?, �Ff,'"R'�*t{i 3' �',_,.i ,. '. ya , t. x '-'� •tt�y�,�i dt ;� 't'r� .,� RT sm 'T 7'!ii4 r7t r 1 r. 1 ' 1 r tl :4'• .�� f S2 i € ,� x ' > 2:�•s, t I,ry� • • of r'r}I���� �Y�+S r • .C� D • _ • • _ • r 0 . 1t•, !l ti fiki / _ r � !f F� !f t• S, r �s�5f bjfYY� 1 M J•; ,.. 4 F. it }. i 7 { t,T, � .ti .1 t•4 :i'l tis' py at ' _ ,S i i s4 t _y{qt k�.F.,;>i ct�:' r�rr.(�u✓,rt xt�s��`.�.Y< .1rt'�,;,It;�ta�a,V ��a�"V','r'�'tt::xh.ta>,n.,'.n.y.,�a :�.G,: yi2 �d �xt�,�,V,i r f rY .h.t t�t.:f.r�,YS':y �� 1l. y.5„rte .y ��ti."V.l,�,kYtl;,.i..t,i^'n.�(S`.ti J't'f��cP-1�N� 'A�{x3 /54•.r .F� v�t�:•'i t t 1 !- -'t. f ,,,' St ;:ys,., !.'f. ♦Y.,'., ' p. l.,th »f.�r k.,f„ lt� L, v it�rSrt y,fr_-xF?:t' 'i nhi,C'�.tte:•'2t�,k. F •f. 1. t is �i7 yt. 4 5 yr.i,°3.3� #t+t"t,Y�},,.}r'�?S'}``yz"C,7i','�>+'� t .,r. '7 A. ,tx;,, ';:XY:.:,}.:� � Y �t � t >r x"•.Y }! ;n.x71, y u. 4 ��: �� f n✓ i t e .ia Vii,1 ew. `Y7 ?1 Sn. �k q cj!S'r,a�y,t;+e;SFr , f r t �'.� ��7.s,f }r: x �`• t'��t f.zY F.., ,� � rr +, !•� ..ttt < t \ i ' ' t: f ..;t 4. rt fib }fM.r.{ lS a 'art ai"�.AV+,��N ltltl`'�•"�F.Y�`'���Ec'if� � s�t'iilfijA •}!:t; i ��;R'}i{.+•ra.;,�a r Y�%:' t t s. } '\ t :i. .. - y: � *�,+• Y.' r t,,n j'.+ ;"m 4 r2i..t?7.ff'�,...�rd a- ;.i 1�;,r:�r;X.:r;{,''!*„.n)^t,!t.:..y sa,:I;t:x.rN.S.,:s�{rx,,'/.oAy+t v 7:i S^..t^f,t..:�r,r Y,.,l.:Sf+...:Il4 r;`;Y�.,.i.i,.,±[a`t!:,•,t.fis l4.e.',4tk.r e•tt���l r;X�.'1�i„,'T`,rt5t.7�/hi,..,:'':.,�a;'l 7r.,';�t,`t`+:,4..1>;.2.�3"..;.-f's.3S,:�,rr.,,t`,.;w t^is-,�?'.x z i.�,t,:.,s,:;t�w..j:,,;7�K 9}:.�?f.b,":�.t:ft.,wl'r`rt°r,dr9dx,:'?'Dt:,s.'p�Y s.<t.�,;'H`,#o-art�%f�1Es,�.•1;�k i��3 1Y��,})N�'4 ki„Y5;:e=A,�f�.;q+F�Y.�?:,°t,.,5:t��s_Il,n,r4,�''i;u t f:++t,•r;3�$Jl„X4,rdt(,,'S,i•3•(.•7!3.`r.•.f,±t6=^"s..eirt xt:w,1\-5;Zs d+�t r.f,'�;!ri:t�.a rt5^tS,i Yf.>��y,.,'+.r.,,.,�+.S.��${in•l..�,b S;.b ia 1',.�qni�2?�•i..i���.,`�i+.:,�.'f`v.t fS,r.a'^Y5?;i.^"".".0;�.1cy.'}�i'.?.t y ti�rn t�y !f •;i:,{ ,t.t r.. tr. ,. "i.•;t��4 r a 't;,+° .>£',t i ti- ', } .r.:�'' '.4'r'.d'}..:-G..�y'�”".:.f ,yt.,':,ty ax;�L tr y.�.,�r. +4,¢ 'fi��'r�1"bk/��'i�.�.'yt»7� „t a�'4,��{i c�*•ai't a�. i:p;..'�.^ yt,r,"i ts,�.,, �.t�71 F., t , r:.Y� xY•!L`i' ty)':'ir•`,Gt;?;i:lfi.�tt"^'1 5f.�. '".�'V',4:;.i6�t 6 .j+,MB},ys('. .a .t � JZt .0 rt ,t,afy� .i, w.S'�f�;f, y.{}{,"• r:�> ,:t.Y.at t: :'' t ��.`'�G at 3yf ,f ;,n f �S,e';�i'Sa 5 .it�yr.r.. <,;w°`n ti •'�k,�,�� e .yr ,{'N`'tLr, 5 �}Cf ?jp,§ r r'YF 'u?,,�i ,r.r.,�"tr;�•f'f' _+'' S.. j,f . :,. t �, •�?, +"�`..:d y yids i iV TABLE OF CONTENTS iy Page Number rr 1. TABLE OF CONTENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . TC-1 to TC-2 2. NOTICE TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . N9-1 to NB-8 3. - INSTRUCTIONS TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . IB-1 to IS-4 4. DISADVANTAGED BUSINESS ENTERPRISE INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . DBE-1 to DBE-5 5. LIST OF SUPPLIES/MATERIALS EXEMPT FROM "BUY AMERICAN" CAUSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . ES-1 to ES-4 .tai 6. PROPOSAL FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . P-1 to P-5 h'Y 7. EQUAL OPPORTUNITY CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . EOC-1 8. PERFORMANCE AND PAYMENT BOND . . . . . . . . . . . . . . . . . . . . . PP13-1 to PPB-2 9. CONTRACT AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CA-1 to CA-4 SECTION 1 - GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1-1 to 1-42 SECTION 2 - GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-1 to 2-17 2.1 Wage and Labor Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-1 to 2-8 2.2 Equal Employment Opportunity Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2-8 to 2-16 2.3 Disadvantaged Business Enterprise Participation Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-16 2.4 General Civil Rights Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-16 to 2-17 2.5 Wage Rates . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . -1 to 3-5 SECTION 3 -SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 SECTION 4 - ITEM P-101: SURFACE PREPARATION . . . . . . . . . . . . . . . . . . . . . . 4-1 to 4-3 SECTION 5 - ITEM P-152: EXCAVATION AND EMBANKMENT . . . . . . . . ... . . 5-1 to 5-10 SECTION 6 - ITEM P-401A - BITUMINOUS SURFACE COURSE PLANT MIX BITUMINOUS PAVEMENT . . . . . . . . . . . . . . . . . . 6-1 to 6-25 SECTION 7 - ITEM P-603 - BITUMINOUS TACK COAT . . . . . . . . . . . . . . . . . . . . 7-1 to 7-3 SECTION 8 - ITEM P-620 - RUNWAY AND TAXIWAY PAINTING . . . . . . . . . . . 8-1 to 8-3 TC-1 K 2ftc I r,�;rr �' ,.r {`iR?Fij ,$t a5j ,.u. ,,,('.;,:�� r� �.a,.A;�;< f �tg-0, -}h!2?,;4'' 'U �� ` � '+J ` t �,�xyy xt';•;�..1 i g �v'S'. ..�s ;,i �„ .1 .r ss. t`} l.. r.t.}.�� ra F�;Fib,.i fr,.�?: �'i�=?i.o, ,'� f�'r..?I' S'�s`is.� ..�h?{p#lE.� ��...<t} ,!,'^ JS S •{17. L>r•.,A4•.�, �°'�`r�. :rX 4 y 4.r at .(kfi� x J ./'. ..r� R :s,,q e�x4�,frl�1�'1 e'�.�°.ctrl,' �'�},���r�'t�A%�` ••'.F, ,��j ,��d s'a,i�i's���'i`!it�.t}'i '��11�`pW!>� '4�5,'+�;,I'. :FYt}ltgL:•�F .%'+. ps..t '•t t .r,.SL.f,.r! !1 ry j t }: 3 ^x+� rs2 t4�xbtt4�`R �.!Lr1 FS•�w°b'?iF� .N�fit �` P'. • '. • • l 1 • • y • ^ • 11 f` • lid}' .t� 1 1 + , r • • , + • • r • • • 2 Vi 11 �' pEpf i'y N f :-qty } �r f itt t� ,r f i r.ds,. -•x •^t•.+.e S"f t';4Yrf- 3. :. s,NIht'�i''3.,��, ^r' J:t`x' !r. ^•{',.��e:.)rio=i r�,� '"F�I1,ss'� ,.:hr c:,b= `y' •n,��+�it�;a! �g., �,•ai!.,�'J'l to�tt5`.�h,?S>.*k,�`'+y.t�. ��4a p t:T• t , i "'c'�''T J ,:rt'e5 i;,,41,4 rP d:' �'� ii ti°e e3'o{',.rS,T}:•i.f;;s•'.�%'4'rYtT}d Y�� trsg'y`'« �ati'�41'!""n P,"lq..r}, ;L.. � �, :•1 r x\rid i�-^X,��tf' ,:tk"���4'4. �•e @. }. :srz`w'�}�yy;'hu`;t.�. :�".l'.f.;1"iwt .•�i'S t, kt17;s }r '•�Y. ,'rti 'V .�', }'s Y..•" �svi }.'iota 2SSav,4tyr.�a.' k ,}; t t•. �• t }. }.� :s ' F�. 3,s .xZi4 ��s` rY ..Y.. { r' t :t e :.� l`;, t ��' LTr ��14 la�.,+Jt *,'�41�t {�.�=y7 i•,��rtyk li mt:.L� �,. 4+1 l; S t N^ .J:. � •.� ti: ?. ',al e 4. r ;�! i .,f��.;5-��j'}�;fa�.54f.�,},3 Sr�.� sp.�Y L�., f'.vt.. frlt �,- S t �� s Y 1 y r (sL'G l «,t}?, r A �! y wp. .�.W. R ,'J�`•,'. tit.? +. �l,,.ti.• .t t�{ 'y i,.„ 1. '?5 � :i t f t. 'i f .! r;•ii ,q1+y i 1 .:i��;rk}k;-J.e"xaX y ti{} �t.'r rt {..r.,•;s.�`!'�:^..a"§Nrz4,lz1.t,�'+. :�:'krsYJ.,'x�kr:Y{} i'� '•Y > L �..,' k.f;Jt,+,i, �.;ik, � .{'t ;,r t Z•-�•r t..y::[�?:Y3.,I�Ita d�;aa!'Jh<.?`;,'t'r !.,i�Yr d t'�'?t -F� .s �` ti .`.i. '3 ' .�.. t ti .} r1 ,}t,{..s 1 �..it ,-'Yr.r.D. t.t.,,;lr ,«S,,,S y l,d,•�;'n��J'`Y'3'li:fx.e,,, "gj-t.�r;J;�4,t,S,z'r 1Mj�(',t n+c.tiL t .s .n. ,.4 + d;'r, h. t:.*t.L':`t;4'"rA,': ,v. ..�k�:4.fi. 2' S r S,ri':4'2�,*{6�',. 't> i d,tui-i !? •,,.5.r r..'11t.t.t;., '.t .) ty a. � J ..r t;„ ,�t ,�r�-'7:ry. sa,.t*(�K::.Yzi v,':ir,r§st z'�. £.iYi ,l..�l�' :S,[,•7„1;1.;f, Z��+. r„ir n.�.� ,+!r-�'��ts$,.,.<�C[^r� tt {�3:7 i �L <• 'p;t:y w f 4 r.� !}!tr''''(; t .'$i+^'�;ai,?'t�X' r5,�"it43!ri:'u{aY.k•� ::rNi aYt ti' 4:.r1;,3?iR�'S{a :�`3'y .o'h.�i t'i.' :{,y5'. Y '�",>#ttlrsi`..L��';,j,g` i h4�7...•q t 'Y �t 'it y 1'F'.}sr” tl' "!¢r ty,ti..R Lti R,.tt�k!k.��£�r. .�cd ;+,J,��}.w ,Y. ..�,t�K$�t �' .'f!. a f �'MC'`+ �.`,•t ? '4.yJ'L` ;��._tfi i,.r�y�'a`t� .,�1� h '.1 l l ti rY t. �': w:p ,q iYd�f,.. ,�y .r �• F'. 4 'A. .:t 4 S 1 t L i� ' { •'Qr�>, ,Si' ,..yaa .., • }rti �' "7s.tf�s•if..fit � �k�i�.ht itrivttk ��,•...fir CITY OF JEFFERSON, MISSOURI 'J Jl ' JEFFERSON CITY MEMORIAL AIRPORT STATE BLOCK GRANT PROJECT NO. AIR 91540B NOTICE TO BIDDERS ti Date: March 10, 1993 i :t The City of Jefferson, Missouri will receive bids for the construction of various improvements K r to the Jefferson City Memorial Airport. Bids will be received until 1:30 p.m. prevailing time, on c' April 6, 1993 at the office of the Purchasing Department, at which time all bids will be publicly opened and read aloud, in the Council Chambers of City Hall, 320 E. McCarty Street. I> The approximate quantities involved in the proposed work as described herein and set forth in the Construction Plans are: ±Yi Y ':9 Item No. Description Quantities 7Unit 1• Mobilization 1 2• P-101 Asphalt Pavement Repair(2a' max) 1,600 3• P-101 Crack Repair 13 50 L.F. { 4• P-101 Cold Milling(0"to 3") 1 150 S.Y. 5. P-101 Pavement Marking Removal 90,009 S.F. 6• P401A Bituminous Surface Course 494 Tons ) 7• P401A Asphalt Cement 31.5 Tons I 8. P-603 Bituminous Tack Coat 404 Gal 9• P-620 Pavement Marking 90009 S.F. 10. P-625 Coal Tar Pitch Emulsion Seal Coat 21,900 Gal. 11. P-625 Mineral Aggregate 58 Tons 12. P-625 Latex Rubber 1,260 Gal. 13. T-904 Sodding 1'132 S.Y. I 14• Temporary Markings, Barricades and Lighting 1 L.S. i I } I ' NB-1 y" �, :��,I f,E.a1 l+-y.�'p}L�`jt�"q¢C���x�"�,�"'�#`,��'YS,:,y�t`'ff3 4.7"�t;F��tJ:��:C Y�i�a t d�,y}Uq S sy#h, 'c��'z.�y f[t.d'�A i 4 4}r i t t 4)i 1 s! �`1r�i t f�ffS��.�•s y i,#'{a 4`�ryy l 4n.g��qt f;�71771 Y�.r 1 1 �5 t t s�,,��{�Y l 4 {dy M to y,,t, rft t�,a 1�x,{✓,;7�� �tJ Y t di f t {t t"1f} 1�� '�,��,[ •���. si' 5 y;u ,. a' ,,�ti• 7�+i�t, t.+}'a'fI`nt4r4Ja� f.t( }. < 7 "ti � �S{K�K��"^" � r1�nw�ea zi M` X�s. vrs w1 'Y(y}F4 l L. a•�. 7� �,+. t��� �"s' 1'. t r''• , •"'.'.F:k' �}it �� �iL <n� C lr� 5�atyY ESL�S.,ri.�•��to ,�'�. ...... I���C sS•��`�t Pe� ��,t{'�,{yt5'�t i i y #.K�1 tv7`7 !tj�r,� t c'4. ..� X, ,'i. ``t. •.� 4:r x t i.d; a ,sa >:.`ti§a � x .y l,x cr Y L t,, `� � �` _ � Wti*ir t �F ;�+ 1 f ,i�� s t : �. r�i• �1;y ,.a. �� t,r �t� �. ,•E z ��.. A��tvt<: :' �. .�r`�r' r,,�f � ' � -01 all I tr V, �s.. }•+'ti° a„�:f?'�Pz''} x,�cP.tc'i'}'A�.',rt •i '#t".t,A4sk'ti4atmvs,•�rr..... r..et._.. .�.`:.._? .r,., ,...,.».d+ei.w«.ix,;xmni.,ritishsV[d�l'XMwI+++.:.L.:«....,.d,.kbSi`.r:r.,r?.uL.L.i S .• [,tS, 'soniar•Ca+.«�i..."sr......vwW . i i gg 4 Plans and Specifications are on file and may be examined at the office of the Transportation ' '�7�N Director, City Hall and at the office of the Consulting Engineers, Bucher, Willis & Ratliff, ! 4 Consulting Engineers, Planners and Architects, 7920 Ward Parkway, Suite 100, Kansas City, Missouri 64114. Plans and Specifications are also on file at F.W.Dodge Report,5700 Broadmoor, Shawnee Mission, Kansas 66202; 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;Builder's Association of Missouri,209 Alameda Drive,Jefferson City,Missouri 65102;and Minority CoWactors Association of Kansas City, 1720 D Paseo, Kansas City, Missouri 64108. ,. 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 k�w � Consulting En ineers Planners and Architects 7920 Ward Parkway Suite 100 Kansas & Ratliff, g g ns,4 : r City, Nflssouri 64114. A charge of $30.00 will be required for each set of Plans and Contract ` Documents obtained. None of he charge will be refunded. The Proposal must be made on the forms provided in the Contract Documents and shall not be `� •.r• removed from the bound docLUnents, Proposals submitted separate from the bound documents will be considered irregular and will not be considered. 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 a of the bid, payable to the City of Jefferson. z4sSn" ' The bidder to whom a Contract for work is awarded will be required to furnish a Performance t•.< , ,: �` k`, and Payment Bond executed on the specified forms and acceptable to the City of Jefferson in the ; �� '. amount of one hundred percent (100%) of the Contract price. .4; • The Contractor will be required to comply with the wage and labor requirements and pay minimum wages in accordance with the Schedule of Wage Rates established by the United States ;' Department of Labor, and the Missouri Division of Labor Standards, and included in these ..: Contract Documents. The higher wage shall govern. 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 a3"� ` 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 be performed under a State Block Grant agreement between the City of Jefferson and the Missouri Highway&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- NB-2 r'+ ] ! a7 r .r^ae Vp{t~•k a �t a Sr f j i t t.t k'r a�� DWI, U11 •>i. 5 FZtt �.'S;}F `i, +fiat a tS+' "'r-1w�a t ,5 .cr ty' ,. t ). 3 t. t tF� ; ° ' 3,. ` y ry r,r r y,>,. ., ,�'F .�iiu-i�'•,�¢.',+knlf '�a:��i'� I i';, 4 � 1 t. t. s.+ " i{. cr!kr'�Y��y:':�"P:�+�'`f*���+.7' :�'� '}ti� � i�tii��¢��� ` A .i r�yY�ak" iv.�r a .a �..-..-..-7,�.-. ..-.---.�-.-q-�;_.--._�,r-,--� .., .. r$��r---^�"''%�;. '., -w-�•. tat5i � `!!. �1� �� °� �:ai+9�.•..i.G:i,xtWrVi$t�IVrl i9lr{d�YB>w:lunr'ehYkt�.iM3Y�,i{.�r .�Ni.Wi+^au,+e«:w:a..a...,_.,.,...w �.._..c...�.�"�w.,.,..Jr...:.:iY 'w...e.+:........�.>...s:y.w.:..L+a.v......:.1;'=.�,..:nt..::.:.xaSL�t.�' 1r y, Notice to Prospective Contractors of Requirement for Certification of Nonsegregated Facilities 41 CFR 60-1.8 ' A Certification of Nonsegregated Facilities must be submitted prior to the award of a Federally- . assisted construction Contract exceeding$10,000 which is not exempt from the provisions of the Equal Opportunity Clause. This Certification is included in the Proposal Form. r Contractors receiving Federally-assisted construction Contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the } provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements . Q in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective Subcontractors of Requirement for Certification of Nonsegregated Facilities <,s'£:. p A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract c ,•. exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity ClaUse. Contractors receiving subcontract awards exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the P P FP ' 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. '��:.Y.• ``.'� A Contractor having 50 or more employees and his subcontractors having 50 or more employees ; y, 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). + Compliance Reports. Within 30 days after award of this Contract, the Contractor shall file a 4 Compliance Report (Standard Form 100) if: a. The Contractor has not submitted a complete compliance report within 12 months preceding the date of award; and b. The Contractor is withn-t the definition of"employer" in paragraph 11e(3) of the .Y instructions included in Standard Form 100. ' The Contractor shall require the subcontractor on any 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. X53 _Safety and Health Standards 'fr It shall be a condition of the Contract,and shall be made a condition of each subcontract entered = r into pursuant to the Contract, that the Contractor and any subcontractor shall not require any ._ :. _. laborer or 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 E NB-3 }r �.�j .w A','yi l��}'+�,�i'rR�'.lZ5 rt it�try')cYk F��#�'{ t'?„ tS}'{f�d��.*t r l}'F.p t 3[.i.�.�&y.r j�t g Y4'."`r!.�[f>wd}�'!y^{t�F x!ht1lx t�f 1 J 7 r 1 t F M+h.i.�}ti,�r.S v.}V xl„s`'r T E�Fk t a i },`.C t;t�i.t�At:k r r 1 t t,i 1't u 1'. 4 1 t t t i a t fit n}:f.v s f-�a-rsn t"1 R 4:t f!.rJ 7•:f.�,r t�;y as d�t"t})�4,i.r.'%.��`.'tt r u�si�F 4}'Y t..�t.At x ti+tt v} +. yrrt t . A mv, �3T{J.J 7r�;o.t•t t�sf''S d}�,7`�fi r sc`y z r�,�rja'r t+, �., � r i t ate. } +ixurrl �i .. u1 , �.r...b4 tt i e S �.,, t rf• t r x in� ; } J'�-uu i r1H. �'�sge. �i 4�'�F �t {j'ia�t 74 rir;• !'�,� frt 1+' r; 't j � f �t�\L}.r .{{��'r4��}r���t'� �'�f' J�¢,5y ! r> .!✓•a;' ��r� , 2 � , �� a t � , ✓ . y} y'.r r tPi �!� ?} ;ss 3� a�S r =,�Rr�'•��,ti�'r ..a.r r•� :5 gg4 determined under construction safety and health standards promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Wokk Hours and Safety Standards Act (83 Stat. 96). Notice of Reguirement for Affirmative Action to Ensure Equal Employment Opportunily (Executive Order 11240, as amended). - 441 CFR Part 60-4.2 a. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and r . the"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: R§ 17b GOALS FOR MINORITY GOALS FOR FEMALE PARTICIPATION IN EACH TRADE PA RTICIPATION IN EACH TRA DE 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 Contractor also is subject to the goals for both its federally involved an& nonfederally involved construction. The Contractor's compliance with the executive order and the regulations in 41 CFR Part X0-4 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 Sy 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 regulations in 41 CFR Part 60-4. 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 $10,000 at any tier for construction work under the Contract resulting from this solicitation. The notification shall list the name,address,and telephone number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area 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, City of Jefferson, Callaway County, Missouri. NB-4 M 0, i-.101111A ,N 'N &N gil" i-N .......... 7-�. 7,7,'��!,7, �W' Trade Restriction Clause - 49 CFR Part 30 The Contractor or subcontractor, by submission of an offer and/or execution of contract, certifies that it: a. Is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Reprpsentative (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 contrdlled 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 a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on 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 resulting from this solicitation,it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Sponsor if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the Contractor, if any tiM6 it learns that its certification was erroneous by w" 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 MHTD may direct, through the sponsor,cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. c. 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. NB-5 ZI N", :!V { � ti .• rr � t r 4 r. ! r � � 4 k�` � a,•La;::..,.. .•..a...,,w.r..,«...s.. .w r iS��:�e�takxraUtt�F+otixiaw4.,:.�wc;`%i�. , l` Norivrocusrement List Rfi L q,4 DOT will maintain a list containing the name,address,and type of business of persons and firms [ 'y 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 Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion - 49 CFR Part 29 z;. The bidder/offeror certifies, by submission o; this proposal or acceptance of this contract that r neither it nor its principals is presently debarred, proposed for debarment, declared ineligible, f, 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 pa t participant is unable to certify to this � statement, it shall attach an explanation to this solicitation/proposal. �= Preaward Compliance Review. 'N , Upon the request of the Department of Labor,a sponsor will not enter into Contracts or approve �`'�` -1, the entry into Contracts or subcontracts with any bidder, prospective prime Contractor, or proposed subcontractor named by the Department of Labor until a preaward compliance review 4.. has been conducted and approved with a determination that the bidder, prospective prime Contractor or proposed subcontractor will be able to comply with the provisions of the Equal Opportunity Clause. ;i A bid may not be accepted by a Contractor whose name appears on the current list of ineligible #; Contractors published by the Department of Labor. DBE Requirements . r I -- Y Y 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 business enterprises are afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on thegrounds 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, d ` Regulations of the Office of the Secretary of Transportation, to subcontract 30 percent (30%) of the dollar value of the prime contract to small business concerns owned and controlled by i socially and economically disadvantaged individuals (DBE). In the event that the bidder for this , solicitation qualified as a DBE, the contract goal shall be deemed to have been met. Individuals {2 who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks,Hispanics,Native Americans,Asian-Pacific Americans,and Asian-Indian Americans. The ct ts DBE's participate in this onacThe information will include the name and address each DBE, description of the NB-6 s' [ �r V t�"Sl %4i�f f"yE G?�',r , �t 1� x t r ...r t � � ,;t �,}�P�•`'j�?,�k� J" •� •� t n t r t r r ✓ Tr ii it����'a �" � nr S 1�� ,�n, d "1'f,�t y. .r [ 1t1t w , Y'.ti a ,�'`t �s i t � .�lr<Siht 1� f, ` x. r ':4 r... 3 •�•;,1 1��3�.Ja<r}�'�4[ `vt k "r 3it,r..'"F�.,p.. r �8: r �y Via ' r ..SCI 3 '� ,� . .• _ . .; �. t �,. i.:,. •1 ritmr$�waia�.w.,,su .,...,..a,... ..,c.�.:w+w.m.:.NnHwi..�,SrLaaa4'wvliM'�l�h'��1W'>i11 �s;• work to be performed by each named 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 t.':.. f demonstrating that it made good faith efforts, as defined in Appendix A of 49 CFR Part 23.45, Regulations of the Office of the Secretary of Transportation, in attempting to do so. A bid that x" fails to meet these requirements will be considered nonresponsive. y, Veteran's Preference In the employment of labor (except in executive administrative, and supervisory positiong), 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 4 work to which the employment relates. �. Buy American Clause - Steel and Manufactured Products for Construction Contracts 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 ,k: ` pursuant to a grant issued under the Airport Improvement Program. The following terms apply: �•: YY.. Yi k (1). Steel and manufactured ]2r ducts. As used in this clause, steel and manufactured '�. products include (1) steel produced in the United States or (2) a manufactured product ••�r}}�:���c�;kkhkkht��a,. .£. , produced in the United States, if the cost of its components mined, produced or kn tii �N h:� manufactured in the United States-exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin ` of the same class or kind as the products referred to in subparagraphs (b)(1) or (2) shall be treated as domestic. (2). Components. As used in this clause, components means those articles materials k and supplies incorporated directly into steel and manufactured products. (3). Cost of Comp nents. This means the costs for production of the components, exclusive of final assembly labor costs. 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 performance of this contract, except those- (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; rqu': (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, ;a (3) that inclusion of domestic material will increase the cost of the overall P jroect r contract by more than 25 percent. 'g g d •S NB-7 m r R. i�'t}h,�, f •r j iTAI t, ri ""T...• .q'r .t'ms'*'Za'TiFt,•,:a'y;•a( ,r�JF� t 41 p (.r P � �.r f '� 1l. y} r i. i j . �, t t s i,, r•t.,;ax.u`%��� �rr+t,�N.r; .��'� X,� , 1 r,d r r. .a. i s 1 E.. t,i X k r"• `,T ��••, s`' �` ;� "�ear t� 4 5f 'r y }t r het tdisi Ir it '."'.^^t k :r b t r r rj lj ✓ l 3" ? f.a �t1 ,r .dV 7 i �1« {y5 r � fa°r- `?4' �' �' ,'}t ;t `,jjt£�khir £�'Y�l rr° 'fn .} ;r t r y.,{,p•"�,�;t.�i �(� �,{Sm fE�V���'� 4 s } ♦♦,,a�..t�,r�,Sc{tti Y'ztt it £a , °�a t�'I F „1n a • tiro �l ,�yk� ' ti �t t"��_�,xt'r'�� t .',i, .-s d>� sat �4 t7` st r �,q m i �Yt; 5AM � v r 'ft. Xt«.,�ti+ �� �a, '�.4r1�,�.�`rr�r�i�����u£+i'i,r�f�� ,:r` } �:r t�t�� �_� f.a 5 r� �''ti i�r ,+� ,e k 7 .:rrv�V rr r}�' '.}tra'��f�;,t��r�;�•. 1 r.. in r . n ; i t 4Jpf 11 4�t'. , �• �"5U rte f .x•,.� r r • 1 1 • • • • •• .nn,`&+cps.-%�•uzi.�'r;y •r •. • • • •• .�4 fit: ij ��' • ' r • • .1 •'M • • ♦ • � i .• • • 1 1 • ' k�`t4�f'b'l,,f1st"y.�,?," . v -fir • • • F T's T 4�.y r��:t Y 4� 1 J'.� Y K: � r• r t i.. •��, �' � c p r7i� Fri r y ri, � t. 'kD l"r' "�,�l���'r��5;Td}�t�+���1t�,/�%•,C. d { ,cVy��5 P� I �J<4•F i is i 7 •�: C E�) � ye t.ty i��1 r A. ., Q'Hry'1'tiy.{�r��SYL Y+�rY1K.y�,, r Yr��. ••i 5 1 � f fP k d t `'l�.n 7i IT!�� .t ,f€� k � 't�jt� 1. 4}M C Y3TP� F�i�{1 r "ry/f 4 1•'f ti, '' r � }�t17 r�tl �taY�s rY 4�� {'{ ani •a4�q ,k. � r �t i � s, � .*.+ i;' tt e:ydHmf{f 31 't 3�r' .r w�•;c t�x;3,t�,�7 s 5.6�fr,�"�' �ti,t ,� � t ;";+t l'" �,. 2y.r�e)pi;•.Y: r�il:�*� '�;��+=�� ��'�+�,,.]'�t,�,}p;t '� � •�. i; + 3.�• t's,,.{t��ro�i;tr��E1 f ,r �� ,., .i. <.�,S r' f.t.li,�;f,?� .�' %� t��.1. �t'i�� .�`�,,. .tom:,' v ��>. •.i{r �� t 1� �.(f: a tt9 �,; ti %-y �f ..�, i r r li �c ,}}Fkf » ,ri 3 �i Sa d 5t •r t •r t 1 �, a % t �y t tid.71$}S t ��.f�• l?Y t./� �� Y� G 'P � ��'�lJ�rj�5 .1 \� r ;F`1 t Pr} g4� �j,•t '"elPt t'Sy, �R',Z'&`Y, 'f r y t J�'f S+tfy,'t,�%d1 pto e 1 f r �. )re7 r, ti � ,t .t TY 11 yt Ly4't4l �RAiI}:iA{,�f' a`� r��1} ��•�•v. " t� r k •t'y�:h �e������ 4"'•.�'E r, t�.^� t .t' t .� t✓ t f +,}•N,SL x i' `7 '1`t S:r tip q r' i.T Y . rr ts`�C t" v y to ,�'�,s�E•S.Y�S�1�t?�F{�•���it 'e `t'4��' i'. ,t ,i i .�. ..x:e.r� �k�5 e ��,{''4�r r {ti i '� .;;'. n ,� t� � }��ij��'�}¢',�'�F'`#i�;z�,4,i�`^,�.�;, �f. �Y, '�' �"�'•.!z•��• � "e,t�' �a'•r a�` f. t y, I •�� . iw c txi,�k b�''ak.�-tr r[•rb a) t �`'�•�y 5 s �: k"e Ji ✓B}t dpi '..Slx'� �t i ]` � 4 1 9 kw Jwy\C }.; T yL`= .Y '��,�sTT•,trrr!va r��t� �t ;.r t 1�1 ., , . t� x i l t, A } i.y✓.^,'�:ji� ;s��..$Pi�iFYYl�yy�,t I(. M Z.�I rk i ��-, t ^�� t`.. � r{rr ,1 i ,, i .j:<:<,.7 h.,�a i Sr:�U.f{}f .*,7 f. _ .I.t:x'7�t�',s sti,nt '���°, r�'"•� �'2', '."1t ,p h .t .vx 3 r t r.. .�vr'fi� .z, ,3�?r ✓4;�, i:�•��`�,ti'�y �S fur .,qqi{/`•,. $ i , r +l fu, ,;: a•rye ,li kt,V'� e 4YI aPt fs 1 7, Y� �.t S tom." r '1 1 < .�' ,h'�i r ry i qr� 336M3i" 3. 0..t t .�.Y r. .1 1 6.:4:5:�, °`. X I�' 3 1`• � •"`i dktaM:kbrr^" i' h .`:;J `?�i 4' INSTRUCTIONS TO BIDDERS t •:r 1. Each proposal shall be legibly written or printed in ink, on the proposal form provided ` p �y in this bound copy of proposed Contract Documents. No alterations in proposals, or in the ' pruned forms therefore,by erasures, interpolations, or otherwise will be acceptable unless each 1 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 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 proposal is based, properly signed by the bidder, shall accompany the proposal when subritted. Each proposal submitted shall be enclosed in a sealed envelope, addressed to the Purchasing i ` Department, 320 E. McCarty treet y , Jefferson City, Missouri 65101 and identified in the upper left hand corner as follows: pp .,;a Bid of_(Name and Address of Bidder) for Construction Improvements to the '� i'' Jefferson City Memorial Airport L�YpFr° P.' State Block Grant Project No. AIR 915-40B To be opened at 1:30 p.m. on April p 6, 1993 r Proposals shall be delivered to the Purchasing Department on or before the time and date " .., r. specified in the Notice to Bidders, at which time they will be publicly opened and read. All bids will be tabulated for the Owner b the Engineer. lowest responsible bid,after considering the the of th Engineer,and thedetermine rward the bids received to•the Missouri Highway & Transportation Department recommendation that the Contract be awarded to the firm detemined to e the lowest responsible bidder. After approval by the MHTD, the City of Jefferson will then enter into a contract with the Contractor. Bids may be held by the City of Jefferson for a period of not to exceed thirty (30)days from the date of the opening of bids for the purpose of reviewing the bids prior to awardin of the Contract. g 2• Each proposal shall be accompanied by either a cashier's check, a certified check drawn a 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" h hereinafter referred to as the Owner, and the amount of the said Proposal Guarantee may be • retained by and 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 prescribed, with legally responsible sureties, within fifteen (15) days after such award is made by the Owner. The proposal guarantee deposit of the bidder will be returned if and when his ro os 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 lowe J �. } 7��« �? try{. t��+.�f f "`""<�P•'�br�1�:�L3. �-�'. � g�=t br�a^,`U� +�i4} r !'�r, �'ggS�•k5���;, r �? i�A C,�v1. k�,� Jf ire 4{'.��*�E gv�'"9 Tmi rglp�.t}Y �df,4 & ,,, 0> :. �h�?s���,i�w t=`�t�}3s �r' ��'a�'r 5Ar :st' i� �, V�'�F✓ 7�, [ qp;,.". . \'d ,� f � �': it p17, {{t.r+�`,.r r �#s}'t k�d ¢r .�5 k� }�t�,`e�t.r'�.re� �}ty, i1 r � }n.t•} A r�. 'Yt4" k F.�,�5'� ��r:i [ � ��!�` �a.-,r �.7°y; ,i(,.<Yrr r.7•,^3 7�,E 3°� �xl t+; ��3,�Y¢� �t�����i�t���d:>, ty}t"1 1 (45ll J0,l t sY- W v a4=>zg M'�F 5�y�A1,+aP•F}t=�t.yf)�t'f'! +2.f/ y..y e"..[irt.t,a{ t�Y Y-t.p a't{w:'t �rt.r t 1 3 r y r 1.L e;.'iv At it.t 3 M1'},,4 t]r•ir,,5[ ���„} MW , .3 � ?;� '�'•V�*�[ 4 t ?'.r+:�3 ;5 >L�1� �' 4i//z. �.. �'.F�..2 t v. ,�;. xw „ys.•'•.. z �`%r� �t }�( .t�ly,.',,R+,t ff}�t�tpTt��kt. �r"9I ti* •,,1,� :', �.. ?r � ,.1. .`�. ..z.k.� .�..'st}+g¢7�4Ft�+m. � �t ��811'��rR�l+' �� ' �h �. 999 ar ,rt y ,,{'T45�'� •�S�f,�*} ��t�l�S�t?24 S. .,r. f' � t f ,+. r ..1,r4 TCl". i'.:^� C,+! ,� ' ri .�d t Q'�( I I �'} a;"& tp¢�" s'�sy�`` t lsl ka• t✓�'}tT'' )v t "�i. rr, ,{:st t :a '. � . ;t { .} t i '. try `r,�:t°�f: f �A i �a{{,t �Si�rr��,��[[4�..ybF"��t•f��vr: t..lf� J 4 it't '1 � �k.�lWtdradis „'t. .C.� .d�.,7 t � I ��4�f�l-r f� .��� ���T {TSf!€„v"^'7:'iY`' 5 •1 u'!.'L,,a,Y.:1tlJhf1AMN6vN9illYlMn�a 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 engaged in any work similar to that covered by the Specifications herein, the year in which such 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 -',;i, a financial statement showing funds available for the immediate execution of the work and also a statement of plant and equipment which he proposes to use and which is immediately available for execution of the work Lists of plant and equipment shall be submitted in 's accordance with the following form: 'f >r't MINIMUM PLANT TO BE USED ON THE WORK Name Type ('auacity Condition (Bidder shall attach page or pages of plant and equipment lists to his bid.) A bidder may submit evidence that he is prequalified with the Missouri Highway & ' z. Transportation Department and is on the current"bidders list". Such evidence of State Highway a Division prequalification may be submitted as evidence of financial responsibility in lieu of theb..; certified statements or reports hereinbefore specified. S jx i:E' 4. Each bidder shall carefully examine the Plans, Specifications, and other Contract r Documents, shall visit the site and fully inform himself of all conditions affecting the work or the cost thereof,and shall be presumed to have done so and his bid shall be based upon his own rt .:.5, , conclusion from such examination and his own interpretation of reports on borings and upon his own conclusions with reference to sub-surface materials and conditions. Each bidder shall € inform himself concerning all Federal,State and Local laws,ordinances or regulations which may •t in any manner affect his proposed operations of construction, or those engaged or employed on •;,r the work or the material or equipment. Should a bidder find discrepancies in, or omissions `T 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 f ;w interpretation of the proposed Contract Documents will be made only by addendum duly issued a> }: and a copy of such addendum will be mailed or delivered to each person obtaining a set of such 1` documents from the Engineer. The Owner will not be responsible for any other explanations or interpretations of the proposed Contract Documents. ,. :. . 5. Each bidder to whom a Contract for the work is awarded shall be required to furnish surety as follows: , F a. Performance and Payment Bond. A surety bond in a penal sum not less than 100 .t ..' percent (100%) of the amount of the Contract as awarded, as security for the faithful performance of the Contract, made payable to the Owner, and for the payment of all persons, ,r firms or 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 by him in performing the work Such bond shall be in the same form as that 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 such bond. This bond shall be signed by a guaranty or surety ,�. IB-2 �e*4r��Gr:tc;l+r^r;!3 �r x.;€r t x S e� �'J „ �.. e `'� ?r i.�f; iw �vs.yr t i�'1�t��•y�°i}+"s '%+r7u�'�'+ �' i �`� Z '"•A{�x x`rJ �,}l..r��'�Jy�t.,.j+;gy `�� 5 t Yr :f�! zn i E 4q tF :{1 },� j j�l 1€tj �}4 M�Tret` t (� � •. ,�4i' a «' �x r �"k+i 1t 7 5 !;7 f t ..} . t t( t S � n t77 � 'L t}f=y '`�t�'��'F ��'-4'�- (.F4 f rtjratlr�� sr t i. 1 + i t if.5+r 1 ix f`i?{ r I r.;tJV�,r"� ln� ti Fr ' g k{N,.}4 S.�n �+ h � e �. •1''�� 7 1 M.:�{ l'} '?y; .?, :f t^ ; S Y t �31�i l�{% 4 1.tll nll�f� rq�y? 1 , .*� � : 4y'}�yD(yttv �Y �V t { JJ..' �e lN[ N 1 ! tI J !{ ; y'S q.4iETJ ✓,f n � s n •� ss! J r` } X{ M t'T 2' .J o t r >"1 Gl$'t•€i 'Ti„ �l :`r,4 7 } .y t'�i 'S e vtb'i'�t(fh� .Y r s Y ry �l,f 4 s'' }2 ':1} �; }i2} }J ! y� t r�v%.., a i� 'ii4 Li�`i'��it`•m� f'� f r li ,,t {? J t.}4r �•,•: '�.�t S of �, { ff It;.i.t ..� s'.� 4 .t... C ...4 7 3t'. .Lt t'i :L., } ;�it.d'.i n .:i•;�i�„,tt5�}"�J.�'} ,,���- .� G?.,t .4 7 , � I% `k r. 1 , Ali, Z� J�, V company listed in the latest issue 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 bond shall be executed in five (5) counterparts on the farm bound herein, signed by a surety company authorized to do business in the State of Nfissouri, and acceptable as surety to the Owner. 6. All sales and use taxes,as well as other taxes that ri�dght lawfully be assessed against the Owner in the execution and performance of the proposed Contract and work covered thereby, are 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. 7. No bidder may submit more than one proposal. 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 person or persons who signed the proposal. 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 received after the specified time of closing win be returned unopened. 10. None of the Instructions to Bidders,Proposal,Performance and Payment Bonds,Contract �_W Agreement,General Conditions,Special Conditions,or Specifications shall be removed from the bound copy of the Contract Documents prior to filing the proposal contained therein. R 11. Each bidder shall sign his proposal,using his usual si ature and giving his full bus ess address. gn in Bids by partnerships shall be signed with the partnership or by 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 other person authorized to bind it in the matter. The ames of all persons si g n gnin should also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president", 11secretary", "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 saMry rates as set forth in the Contract Documents and the 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 responsibility 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. IB-3 �v Y, qot. „t r. A The wage rate determination of the Department of Labor incorporated in the advertised. specifications does not include rates for the requested classifications listed below. The bidder is responsible for ascertaining the rates payable for such classification and whether area practice requires their use in accomplishing the work No inference concerning area practice is to be drawn from their omission. Further, the omission will not, per se, establish any liability for increased labor costs resulting from the use of such classifications. 15. Attention of bidders is particularly called to the requirements for Disadvantaged Business :z Enterprise participation as described in the Notice to Bidders of these Specifications. 16. 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. 17. The Engiveer is Bucher,Willis & Ratliff, Consulting Engineers, Planners and Architects, 7920 Ward Parkway, Suite 100, Kansas City,Missouri 64114, Telephone (816) 363-2696. Aft F � IB-4 OR S 10131111 It lill�ilill 112 '1611 ° L 4 ,�:. �i �. k ,::' k .: - •:"fV'a;y .'.? .ii.gt' j.&;i w .0 i s 1�'G:Ft �3 ';� ary �R..�u M. a , ��tf 1 i`rk...,'{..°>'t.1i ir!.,.. f r!�wy DISADVANTAGED BUSINESS ENTERPRISE F ii Disadvantaged Business Enterprises (DBE), airport The "b sponsor hereby notifies all bidders that it will affirmatively assure that 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, or 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 segJe and 49 CFR Part 23, Nondiscrimination in Federally Assisted Programs of the Department of Transportation. The R. General Conditions contain additional DBE information. Failure to carry out the DBE obligations and requirements described here and in-any referenced ';V. regulations constitutes a breech of contract. ��'• A. DBE GOALS- The airport sponsor has established , iii connection with this contract, the goal of thirty percent (30%) of the original contract amount for the utilization of firms owned and controlled by socially and economically disadvantaged persons. This goal will remain in ? ' effect throughout the life of the contract. The bidder shall make good faith efforts, as defined by the Regulations of the Office of the aft , F•. ` = Secretary of Transportation, to subcontract at least thirty percent (30%)of the dollar value of the • ''`. prime contract to business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as ..x R 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. k } B. ELIGIBILITY OF DBEs-Those firms currently certified as DBEs by the Missouri Highway ^ t27i and Transportation Department (MHTD)are eligible to participate as DBEs on this contract. A list of these firms can be obtained from the MHTD, the consulting engineer, or the City of Jefferson. Firms certified as DBEs by other states, the FAA or U.S. DOT are subject to the MHTD's acceptance. The 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 f: a potential DBE. Previous acceptance of a DBE by the FAA, MHTD or sponsor does not ensure acceptance on this project. T C. COUNTING DBE PARTICIPATION TOWARDS DBE GOALS-DBE participation toward attainment of the goal will be credited on the basis of total subcontract prices agreed to between the contractor and subcontractors for the contract items or portions of items being sublet, as �; shown on DBE Participation Form and attachments, in accordance with the Sponsor's DBE *. pu'•x Program, y gr , and the following criteria. Credit will only 1?e given for use of DBEs that are certified or accepted according to the above paragraph B. 1 Count toward the DBE goal only those expenditures to DBEs that perform a commercially useful t' 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. DBE- I r Ytt '�..,'� n,�}', µ. rr 7 jT�t3's''fli�tZ. J.r,. E. y ! �.N� t..z Sr- rvs�y+ttr emu•.*. aa 1 •k ���} '� ' � 1 � xY �� �'S y r} f ,:' ,� L 3 tr. r + '� r� v},t x s .�,. �. ,( r { gt�,�SS r!S �`^Y tt7 � nth ti r s4 r;.�?�y t4.di;. 'yCt�rtl4li M1.�t+�,,�°�/; aS2" yj •r t77 I I t 'x`!i' 9Yd.• I�,N�*�}' :K�t i€ h f! q t X'Ci S�§ �'`r � 1 sl r r sW''�' '�`i� F r!'�' 7 r..l`r.tr1...'•ijlt3,? 'i"!`(j"S� et�,t 7`� tr�u 1^gr�cr'.t�`! *��f2�7 !; i•,� � '',�r;�, � 'S��{�, 1�(+y� ��k�E�'#� 5 ''il� it3trt F ntSrt r sr7� .�'ti� s �*,� !S'r'i y� .a •Its'' ��:$ t �'"�'f g'� .W "1y. ,, `t U i A �'4af�r A�.a 2 "S'iN'�r;L �1 s4� hCi t?�` #7 • _ i t'd Ua i. 24 CIS+�° xriik.r(� I r ei.c 'CfI'. s M14 .5 r�� ��tt'Kk�'^rr �. R!, t �.t t �i^"��•#{ �� �"i4 x, fk F�'~<+ f ' r. R•'.aF"i �r 7�`{t ra �i �iH 3 tufz tr .a r'.R a .t x-z �,t srst F;�s z31 n..s Ih• r vh. .4 rt S '_���.t 7'i� Sf r^rrc �.. 77 t: a `t ri �}� r�4".a 11�n n.s 1£�`'e-i�s Ft, t».k d:t) i rn t s ) a .' i. 4<atl:54.1. 1. ,��v�} dF a h`S•� `t ? 'i•r �t r },y ,x ,� a� �K>'r a is z rj., !} t ,S k 4 r @ t { t r {r y�I � � .,' r t .n SS tnv.''' .. .. . ! 4 lit �;l1�5! x.{ .r• ; t • - __ .. �.u_. u._z_ - _. _.�_..�\___._ ._ .�. � _- a .. -... .. ...? .fvkr,Y• wiv..l't.v.` to r .�' •� i1 y1;'��.!" x�Y"Yl �i la' t3.5��1� f !./' 4 .' � }� n'.f�> .,y'S. t. . N Yf lS.f �f ft 7'�ll' .� 1�'.�:'ta @��'r 6 ><2'iU AA's'. t•. 4� `iS r�l If consistent with industry practices, a DBE shall enter into a subcontract or other contractual 't written agreement. A DBE Contractor may subcontract a portion of the work up to the amount allowed under standard s'nbcontracting contract provisions of normal industry practices. A DBE is presumed not to be performing a commercially useful function if the DBE is performing outside these guidelines. Count toward the DBE goal the expenditures for materials and supplies obtained from DBE suppliers and manufacturers as described below. The DBEs must assume the actual and contractual responsibility for the provision of the materials and supplies: �Ir F 1. Count the entire expenditure to a DBE manufacturer. A manufacturer must 4S!�F. operate or maintain a factory or establishment that produces on the premises the , r.� materials or supplies that are obtained by the contractor. 2. Count 60 percent of expenditures to a DBE regular dealer. A regular dealer must perform a commercially useful function in the supply process including buying ` the materials or supplies,maintaining an inventory and regularly selling materials to the public. Bulk items such as steel, cement, gravel, stone and P etroleum products need not be kept in stock, but the dealer must own or operate r.�. N' distribution equipment. . 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 q material supplier to invoice 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 will be given for the cost of materials or equipment used in a DBE .r. firm's work when those costs are paid by a deduction from the prime contractor's payment(s) to the DBE firm. n 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 F .a furnished to the sponsor documenting the expenditures. The .records shall include the name of ' `' owner-operator, social security number; driver's license number; copy of vehicle registration ' .; number;current vehicle license number;truck number; and complete record of the contract fees paid to each owner-operator. When a joint venture contract is involved, count towards the DBE goal that portion of the } t contract total dollar value equal to the percentage of ownership and control of each DBE firm �§ ' within the joint venture. Such crediting is subject to the Sponsor's acceptance of the joint Venture agreement. The Bidder must furnish the joint venture agreement with the DBE ' Participation Form. The joint venture agreement must include a detailed breakdown of the ' following: (- 1. Contract responsibility of the DBE for specific contract items of work, 2. Capital participation by the DBE, x' DBE-2 tb. ' " J' kl� r s s ' '.zr7'u^[i��'q) � t ra• �.. e ' odS''.•t h`� .}' lw 1`r r R'C� �f R P i,i �tr 1 ds l F i v+, a .r '�r.�' r f ,r4f'% ;pt3' 'ra+j4j 't�, t3 emSl,,'3 E'�`t A' ; d i,$tf,.\�,3CxyJ,��JSr 'U^"'{. �Ti}u'{1'"�#i"��tr���r '�L`� x ' ' t a; T 0tz`�'`"r rr}s si i.y µ` `d f1yj t� J�c%kx1f r,. E ✓53n Y �7 N t 4 � � t T i £!x?� tas"' 1°7 S� fy C',1. t r� of)d st^ tiy• i�. .� T cti�r' y'4i1AIrLWY� raX..K"�'-n�^ .�y,T--'.;K,.. t. rjlt�� .firt q} , �' it N pS ` �"h!i1e:" °Ga�+ 4 f r tW,nna . ' d a A, 4Vra.,nfhll.+ae•.w..u.,.u:u6�tiLi++.a++n��M 0.i 6 3. Specific equipment to be provided to the joint venture by the DBE, <3 4. Specific responsibilities of the DBE controlling 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 N F joint venture. D. AWARD DOCUMENTATION AND PROCEDURE - All bidders shall certify in the bid ' proposal their intent to rneet or exceed the established goal or to demonstrate good faith efforts e to meet the goal. Failure to make such certification or failure to demonstrate good faith efforts7. will render a bid nonresponsive. The apparent successful bidder must submit with the bid the following information on the DBE Participation Form in the Proposal. The information shall demonstrate the contractor's intended r participation by certified DBEs. When the required information is not provided by the apparent low bidder then the bid will be ruled nonresponsive and will not be considered. The information to be furnished shall consist of 1. The names, addresses, contact persons, and phone numbers of the DBE firms to t' ' be used on the contract; 2. A list of the bid items of work to be performed by the DBE and the percent to be credited toward the DBE goal; 7 3. The dollar value of each of the DBE work items; and ' 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. K?; The Sponsor will evaluate the information provided in selecting the lowest responsible bidder. ' The bidder will be allowed up to seven (7) calendar days after initial submittal of the DBE .; participation information to supplement or resubmit information on DBE participation after bids ~' are opened. E. GOOD FAITH EFFORTS -If the bidder is unable to meet the DBE goal, the bidder must z submit evidence of good faith efforts taken to meet the goal. Good faith efforts conducted after ` the bid opening will not be considered adequate to fulfill these bid requirements. Good faith «;g efforts may include but are not limited to: I. Efforts to select portions of the work for performance by DBEs, in order to increase the likelihood of achieving the DBE goal. This can include, but is not limited to, breaking down contracts into economically feasible units to facilitate DBE participation. Selection of portions of work shall be at least equal the DBE goal. 2. Written notification to individual DBEs 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 DBEs qualified to participate in the contract. f. DBE-3 . .' � ,,� A� • 4��SA Ci. 617 i 4 ar fl t �t � fit t' , y g A �4 �> "fks. •'iy r�� ..,,,'�F !,� �, ,<. T i -c ! ��r�` y}p. "�f>""�.,�re? 1 l��S, ,?t A.�-•c1�;,f r ��3'`.r7`�r c x L t5tl , �f)Sri ,;p,,fJ' L ary;'trr� Y ` '�,,Fk;1 w.�.i��nt 1S^R......r �,��Si r,: ( y` r c..+�SY• ;h iAtNf.sG'1, fib'fi'r •Y���i.i�+ `trf. + '1 n ' 3. Efforts to negotiate with DBEs for specific items of work including: (a) Names, addresses, and telephone numbers of DBEs who were contacted, the dates of initial contact and information on further contacts made to ' determine with certainty f the DBEs were interested. Personal or phone � �`%r Y contacts are eWected• (b) A description of the information provided to the DBEs regarding the plans, specifications and estimated quantities for portions of the work to , be performed; 3 (c) Individual state : ments as to why agreements with DBEs were not reached; and I f (d) Information on each DBE contacted but rejected and the reasons for the rejection. 4. Efforts to assist the DBEs that need assistance in obtaining bonding,insurance,or `?.11 lines of credit required by the contractor. , 5. Documentation that qualified DBEs are not available or not interested. _ 6. Advertisements in general circulation media, trade association publications and r' disadvantaged-focus media concerning subcontracting opportunities. 7. Efforts to use the services of available disadvantaged community organizations; . disadvantaged contractor's groups;local,state and federal disadvantaged business assistance offices; and other organizations that provide assistance in recruitment f and placement of DBEs. i Examples of actions not acceptable as reasons for failure to meet the DBE goal are: Y, 1• DBE unable to provide performance and/or payment bonds. ` 2• Rejection of reasonable DBE bid based on price. y4"Y 3. DBE would not agree to perform work at the unit bid price. 4• Union versus non-union status, r S• Contractor normally would perform all or most of the work of the contract. f': 6• ti Solicitaon by mail only. -'� Y• The demonstration of good faith efforts by the contractor must prove the contractor had actively and aggressively sought out DBEs to participate in the project. F. POST AWARD COMPLIANCE - If the contract is awarded on less than full DBE goal i participation, the contractor is not relieved of the responsibility to make a determined effort to ,t meet the full goal amount during the life of the contract. In such a case, the contractor shall ' continue good faith efforts throughout the life of the contract to increase the DBE to ation { to meet the contract goal. p p If a DBE is unwilling or unable to perform the work specified,the contractor shall request relief, from the obligation to use that DBE. If the sponsor approves and a DBE contract shortfall exists DBE-4 j y"^, ti r F.r. i� ` r 4,,�* :`�;4"' rg 11` j`� '.yF}�"r, r.� .1?'}'.ilt �^sr'�r1 r'tLA?��j��'��'. • t�tSSn ' r r �, w, P !' .t}f... rr. � r �,L• �'} s.���k.,r �Ya5 t�� ; r�.c�t,�.�di: .rari.,,?rr '�.r.n �. jif � t 2i 4 `':� krkxwP� �.riAr � �;r .'�%!,�+1__u�,,_.s *9r it � a; yti rr''�#K�hrxFtc�`P,• y- I 4i` 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 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 showing either (a) how the contractor intends to meet the DBE participation, or (b) what circumstances have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence, then liquidated damages may be assessed for the difference between the approved and actual DBE participation. G. RECORDS AND REPORTS-The contractor shall keep records as necessary to determine compliance with the DBE obligations. The records shall include but are not limited to: 1• 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. I 2• Efforts made to seek out disadvantaged contractor organizations and individual disadvantaged contractors for work on this project. i 3• Documentation of all correspondence,contacts,telephone calls, etc.,to obtain the services of DBEs. r r i r. j. i f. r it DBE-5 B " 4 A v .. .t. . 4 . - � ..,. .. .at.a �1�` r. F•{'+` •� _ ._ .:� �e ''h.. Xr�.�Y�•� -- ....}s .y�.a..� _.. _ ,. ` ' } ji ,� AZ S,a 4R' �{z rr��'i �'ir+a's3t4w'r $ ..c...+F q�r"t}ra"•} utd`.�xJ a�...�,;ea �° ���p.q+l � � s�.y,,�'.,i�..Cky..5��� ,,,.,... �� "•r r�,�'+, 4th �?1` }�" t` � ���'�� 5a��} �,r itt $ ?�''i��'„�� � t°,. 3 s ' I APPEliOyk p r List of Supplies/Materials that the US . . Government Has Determined Are Not Produced In the United States In Sufficient ' and JanR199inably Available Quantities And of Sufficient Y ( ) Quality it � .` Acetylene, black. All Agar, bulk. Diamonds, industrial, stones Anise. and abrasivep. Antimony, as metal or oxide. Emetine, bulk. Asbestos, amosite, chr s.- Ergot, crude. > . olite, and crocidolite. Frthrityl tetranitrate. Bananas. Fair linen, . altar. Bauxite. Fibers of the following Beef, corned, canned. types : abate, abate, agave, Beef extract. coir, flax, jute, jute Be�phenium Hydroxynapthoate. burlaps, Palmyra and sisal . Bismuth. Goat and kidskins. Books, trade, text, Graphite, natural, crystal- technical, or scientific; line, crucible grade. newspapers; pamphlets; Handsewing needles. magazines; periodicals; Hemp yarn. Hog bristles for brushes. printed briefs and films; not printed in the United Hyoscine, bulk.Ipecac, root. States and for which Iodine, crude. domestics editions are not Kaurigum. available. Lac. Brazil nuts, unroasted. Leather shee Cadmium, ores and flue dust. ' P skin hair Calcium cyanamide. type. Capers. Lavender oil. Cashew nuts. Manganese. ,9 stor beans and castor oil. Menthol, natural bulk. Chalk, English. Mica. Chestnuts. Microprocessor chips (brought Chicle. onto a construction site as Chrome ore or chrpmite. separate units for incor- Cinchona bark. Poration into building Cobalt, in cathodes, systems during construction rondelles, or other rims or repair and alteration of ore and metal forms .p � real property. ) Cocoa beans. Nickel, primary, in ingots, Coconut and coconut meat Pigs, shots, cathodes, or unswOstened, in shredded similar forms; nickel oxide desiccated or similarly and nickel salts. prepared form. Nitroguanidine (also known as picrite) ° Coffee, raw or green bean. Nux vomica, crude. Colchicine alkaloid, raw. 0iticica oil. Copra. Cork, wood or bark and waste. Olive oil. Cover glass, microscope slide. . Cryolite, natural. Dammar gum. ES-1 r 5.7; APPENDIX 0 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. Santonin, crude. Secretin. Shellac. Silk, raw and unmanufactured. Spare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not a available. Spices and herbs, in bulk. Sugars, rave Swords and scabbards. Talc, block, steatite. Tantalum. Tapioca flour and cassava. Tartar, crude; tartaric acid r and cream of tartar in bulk. Tea in bulk. Thread, metallic (gold) . Thyme oil. Tin in bars, blocks, and, pigs. Triprolidine hydrochloride. ES-2 s �+.'f .r r 5 � � r z: .0 4 �a.. •f •", .� 1...c n �t q. �,�} �t.o . to .� r '.q a ., 1 tkM• a. .. ? "��., �' . 1...� _ .. .�. t... "'�.> a p_. x aa, {A.._. Al . .51. .rw1.t• t'. L .' �`.. , .aw.`{.,..r ,., tt r .i:.(,t.� .:;rS g ' .1� ;,< RYi! 'F' 7t r a 5�ti� c�,!. h'^grrvPua+ ,ttx.�b.,ijr; sr, ✓.�}; } .ry f,0 v ' y .Fe 1: ,h .,t.� j _r) APPENDIX p List of Supplies/Materials that the U.S. Government N , Determined as rmined Are Not Produced In the United States In Su ryx and Reasonably Available Quantities And of Sufficient fficient (Jan 1991) (CONTINUED) Quality Petroleum terms are used as follows: "Crude oil" means, crude petroleum, as it is wellhead, and liquids A produced at the y. qu ' (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 followin -'' petroleum oils or a mixture or combination g to be used without further processing except oblending obys� mechanical means: (A) Asphalt a solid or semi-solid cementitious material that (1.) gradually liquefies when heated, has bitumins as its predominating constituents, and (3) is obtained refining crude o d ' i1. (8) "Fuel oil" - a liquid or liquefiable petroleum w product burned for lighting or for the generation of ;? heat or power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate fuel ' oils, gas oil, diesel fuel, to residues. pped crude oil, or distillate s ha (C) "Gasoline" - a refined petroleum diti t. , t, , by its consumption, is suitable for use as a carburant - !. in internal combustion engines.. (D) "Jet fuel" - a refined petroleum distillate used rj to fuel jet propulsion engines. (E) "Liquefied gases" - hydrocarbon a from natural as or gases recovered g produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. (F) "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. t ES-3 y r ca w .,, i .. � 1 , �t �' ° i ti: t �•,; �+}, e 4 r!r Y'A:, �'.i' r l�t.�t..,i. x 'rat 2 C e i zU , `,`, �—T/''welt :'J'tilC 14 "`^N` i�t' ��"' !7� R� �`'. i {tt!. 4" !'�tf Y <+r"i v .AP RT 5 PAL }.» d ri 4� sd ' 1 ry• F R tr. a% $ti�p .t APPEN M 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 (Jan 1991) (CONTINUED) Quality (H) "Natural gas products" - liquids (under atmospheric conditions) including natural gasoline, that - (1) are recovered by a process of absorption adsorption, compression, refrigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed ih a vaporous phase in a reservoir, and (2) when recovered and without processing in a refinery, definitions of products contained in subdivision (B) , (C) , and (G) above. (I) "Residual fuel oil" - a topped cruds oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of MILSPEC Mil-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No. 5 or Bunker C. "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these oils, that are to be further processed other than by blending by mechanical means. ES-4 1. 1 N :' 1 i • :Wj [^, it 3 L 'F.} Mt{'° 04' �. r• .�`,°• Y- {:jF^ s � ty}. it,k,�'�.q. ;.try,;u+;'ne'i;,� �S {y.. .r.i. r.N,fi..,•y.;;,r; :J.1�t.,i+r___L7�t_' ( •^tf{ `r "g�y' y,� 3x lr �r;�"n�.4 ,* �.y• L.3t. .;� t .�Y t'a�kifS fifyy r , .f �. .. S b C• .1 " .•�,: �.r; Y;t d � ` fir' f r tiF.•�. 4 .{S a I N;4„ r(".'u 4q {' �r �"- r•s ts� ,fFt;r.�:�.. �qr. T.,1,, ;�'1 A• a. .Y• i. CITY OF JEFFERSON, MISSOURI JEFFERSON CITY MEMORIAL AIRPORT G STATE BLOCK GRANT PROJECT NO. AIR 915-40B r. ' PROPOSAL FORM f TO THE HONORABLE MAYOR AND CITY COUNCIL ; JEFFERSON CITY, MISSOURI i �f N 1. The Undersigned Bidder declares that he 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 the conditions affecting the work, and he 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 materials and supplies and to complete, ready for its intended purpose, the entire work and all rst arts thereof described as included under the Contract herein bid upon,in the manner and items ' 'z prescribed, including all work incidental thereto,according to the Plans and Specifications and a ;° such instructions as the Engineer may give. 2. The Undersigned Bidder, in compliance with your Notice to Bidders dated March 10, A.% 1993, hereby proposes to do the work called for in said Specifications and other Contract Documents and shown on said Plans for the said work at the following rates and prices: ;S S = vs Item Approximate Unit Extension Description Price ;a IVo. Unit Mobilization 1. Unit Price in Words: 1 L.S. $26,400.00 $26,400.00 Twenty-six Thousand Four Hundred ' P-101 Asphalt Pavement Repair(2" max) 2. Unit Price in Words: 1,600 S.Y. $17.10 $27,360.00 Seventeen Dollars and 10/100 k'•i `ry P-101 Crack Repair `* 3. Unit Price in.Words: 13,550 L.F. $0.35 $4,742.50 s Thirty-Five Cents :'svt P-101 Cold Milling(0"to 3") 4. Unit Price in Words: 1,150 SA'. $5.75 $6,612.50 ry Five Dollars and 75/100 P-101 Pavement Marking Removal S. Unit Price in Words: 90,009 S.F. $0.1936 $17,425.74 Nineteen Thirty-Six Cents P-401A Bituminous Surface Course 6., Unit Price in Words: 494 Tons $50.00 $24,700.00 Fifty Dollars P-401A Asphalt Cement 7. Unit Price in Words: 31.5 Tons $50.00 $1,575.00 Fifty Dollars P-1 d 44 y, `��rvY'ux t a�A'f, ;+t$. � � ���'�k. �yo�!SE ,i•}•r�7 '. f '' �t�' � r r 7 t �1• � +' +�J r�' i rc �..�S.h��T���•is�r y�rk } y t R r3�vex1} i �.c� `'•,� 91%, a F t �`, :�y. . � .�r ;{s' S«i�c a �� �;�$ tFt r h���, �, �' �s x��� .*, {sr'•� •Ss"MY _ _ ___� - .. _ .... _ ..•\' .. .. . ' • ... ..:,f } ..r.ar.,....'a'. T,v[..a .-_.al.r i..`R.'. 1 � �......:u:.twY,Y+...3.Wo• ti..+i�tufu..s.�r..�.�.i:�:£tt d,t3..r. i. Item Approximate No. Description Unit Extension .. :. ' Qty Unit P-603 Bituminous Tack Coat 7 Unit Price in Words: 404 Gal. $2.50 $1010.00 Two Dollars and 50/100 ' ' P-620 Pavement Marking i 9. Unit Price in Words: . 90,009 S.F. $0.23 $20,702.07 Twenty-Three Cents F-625'Coal Tar Pitch Emulsion fa 10. Unit Price in Words: 21,900 Gal. One Dollar 70/100 $1.70 $37,230.00 it'• P-625 Mineral Aggregate 11. Unit Price in Words: 58 Tons $100.00 $5,800.00 One Hundred Dollars f P-625 Latex Rubber 12. Unit Price in Words: 1,260 Gal. $10.00 $12,600.00 Ten Dollars lh';Sr y T-904 Sodding f Unit Price in Words: ' 13. 1,132 S.Y. $7.55 $$546.60 a Seven Dollars and 55/100 ' r Temporary Markings, Barricades ,f, 14 and Lighting Unit Price in Words: 1 L.S. $5,000.00 $5,000.00 Five Thousand Dollars :. TOTAL BID • $199,704.41 3• The Undersigned Bidder understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. A•{{ N LY p ; 4• It is understood that the schedule of minimum wage rates,as established by the Secretary t of labor and Missouri Division of Labor Standards and included in the Specifications, are to ; .V govern on this project,and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. A 5. The undersigned hereby assures that they will make sufficient and reasonable efforts to , meet the DBE goals, that they will subcontract thirty percent (30%) of the dollar value of the prime contract to DBE firms, and that they will include the DBE clauses required by the M sponsor's DBE program in all subcontracts which offer subcontracting opportunities. The undersigned will complete and submit with the bid the following DBE Participation Form, .. including a demonstration of a good faith effort if the DBE goal is not met. ' E The undersigned hereby certifies that we will subcontract with the following DBE firms for the amounts shown,if awarded a contract for this project in the amount of$ 199,704.41,the total bid price as listed in the Proposal. , P-2 ° •<y;�X��II,�, ��k,` `?, a i'3 t'r* ", T;�,{; Ate' r^r •t ��ipJ�rn}�•'. fy, ���k4 -�`y�J f.1q j •'�.._ :�'' �. S>r�IS f y�±3j}�`'• �.l'j�! '�,<'�,`�Y. � r j�,,�,' .�''.� � 31.. 1 �'�'Ft•d�`vt�� '��rytx�in;�����',fk i�, i.r , �E�'�t• t I .. ,�C'",! t�yfit'j}Y'r '���2�i?•� 2$d:�`t� t nr $ �" 'r5 � i£ s .�; ,� t�t�rp"�� t �,� y"2T r� � •!ro, e ��zs , *�°c.�,� `b ynt E �..{�'�'NF ,�«1pygk��,,�:,y�ts X`�i �� C� ,u•'^ q 'i ��.. s +r• � � y� ;"} i. .i t,,*�. :� j�� �,'�`Fy�'1 �!'k`� �.�i'W tJ[jY�'tl4"k•�7M�•'y�t i �1 �.�x }Y`4�t��� �'gs �, i+ '�: # 4 t Y.s rk `+� ..t� tG�� ,Y x `��tt iy' {},t s.,.• r t.;,r,�aui� f� `�s! -•Yb' � ,�`r r w,':,,M'�i.; <.t.s ,...t _Y'� � a...�::, i� `9,+ki >. 1, t' f.f.?:u,�!q �'`� ��'{t;�i�"".�ti},.,�. i 1• 2 ., _, �aMls.w._._.r_ ,,. . .u. . .. _ .. +..'le .. n,, .l�'.Y ..�r. )1 e,!'_.,..�—....� •,x f }^1"t �.�if.i r « {�,? ?�)� i�t.�:: �! ` ^ f Vt T 3;fa � � � M y .' f=F �. ,r 2 i i 11 L ,{r''f "7`}4� '' ��• ,e,?�f�'{{{,,,i V+�a°f'S.k.a r_ p,�ss 4 7G' ^+t 7.� ro- 1r �•✓SV�v rri9';,( h.' . !h L`'fi If' 9 �`r�'' 114+.'Y k � �S"3 r?(+1 f'� i r��p b 'F.• '!d }t Firm Name Contact Person Subcontract Percent DBE & Address & Phone Numbfr Item (List) Credit * Am°unt of Item Aplex, Inc. Lois I-Ielmig Price '{ Route 1, Linn, (314) 897-4604 100% 199,704.41 fry MO Contract t ,f 1 A * Only 60% of the subcontract amount for a DBE supplier will be credited toward the DBE goal. Total Amount_199,704.41 % of Total Bid Amount 1000% If the DBE participation shown here is less than the DBE goal required in the specifications, have attached information documenting our good faith efforts to achieve the goal. cahons, we 6• Certification of Nonse re ated Facilities `{ The undersigned certifies that he does not maintain or provide for his employees an se facilities qt any of his establishments,and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities at any of his establishments, and that he will not permit h-;s employees to perform their services at an location,under his control,where segregated facilities are maintained. The undersi y that he will not maintain or provide, for his/her employees, segregated facilities at any oohhhs establishments and that he will not permit his employees to perform their services at location under his control where segregated facilities are maintained. The undersigned ny that a breach of this certification is a violation of the equal opportunity clause in t sed agrees As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, recreation or entertainment areas, parking lots, dfrino fountains, transportation, housing facilities provided for employees which are g explicit directive or are in fact segregated on the basis of race,color,religion,or national o� by because of habit,local custom, or any other reason. The undersigned agrees that(except whce e� he has obtained identical certifications from proposed subcontractors p he will obtain identical certifications from proposed subcontractors or specific octhe a periods) subcontracts exceeding $10,000 which are not exempt from the p award of opportunity clause, and that he will retain such certifications in his files visions of the equal' l k P-3 W. f � :tt } •.ti�i�� x r$y '3� 1 �t�i gC h�l^•1y L , .f+•:':a ��� ...yyy .,,t s a :? i to, 'k,.v . ,• sly rx_, s„r.. as. •, f•.. z .f': q J �rltr;• C �i ! f az1' � �? .lyG7tG h*'aM':p' ;`!4•°31: a �*'�b.,'�a 1 Y���t�^�^.ES�� r�4 t: �ei°'� .G.x��'F'i a#.'r� a n`'t5. nr, r t••''�t a.ri>!i.4'f t ''jf,�3' F�r,°'P,-'#`�i b 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. The list of articles, materials, and supplies excepted from this provision is included in these Contract Documents. PRODUCT COUNTRY OF ORIGIN I 8. The undersigned agrees, upon written notice of the acceptance of this bid,within thirty (30) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract(Performance and Payment)Bond on the form included herein within fifteen 1 ( 5) days after the prescribed forms are presented for signature. 9. The undersigned further agrees that if awarded the Contract, he will commence work within ten (10) calendar days after receipt of Notice to Proceed and that the work will be completed within thirty (30) calendar days after issuance of the Notice to Proceed, and that he E shall pay liquidated damages in accordance with Paragraph 3.5 of the Special Provisions,in the amount of Seven Hundred Fifty Dollars ($750.00) for each calendar day the work remains '! uncompleted after expiration of the Contract time. 10. Clean Air and Water Pollution Control REqUiLements 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 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and E information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder, C. That as a condition for award of a contract he shall notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for P-4 t i .n..: A� F; : :.}" . :`^'Pi .- ...,2.. ?... ... ... f_"�'. J . .. .:,Za,�,.+w .. ay - �� "✓. � $aaw r..c......� 'u�N��1t�ti{�r. ,�j� �� 4t"•.��'�,y�'.p,'y,';�'�^ £'±wY�,'�j tH t;�.e�'d��;yJe+�,t'.�..tp•i�}'jt'��x�Pe»�gx't",(T"�,�^iJ4pk�""334':+ .ti �1`� j X41 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 n{ $100,000 the aforementioned criteria and requirements. 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 of the bid, which, in case he refuses or fails to accept an award and to enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the City of Jefferson as 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. Y 13. By entering into this contract, the Contractor certifies that neither it (nor he or she) nor r' any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by,virtue of Section 3(a) of the Davis-Bacon Act or.29 CFR ` 5.12(a) (1). 1 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(a) (1). 14. Addendum Nos. 1 and 2 were received and considered in the preparation of this ri1 Proposal. • ' 41 R 4 i t r P-5 TV IF 77.1,90-F c •1 I .�'� �j � .8 :�.^'f. i} �..,z'+' ,;ri'�' • ^� 2 .f't< <���i'C,�')t. � ���p_''t ^;x'3"2 '�la �.' d nip �JS ' °•a,ti Mill yy Iiii � F% ..i ,n 7i " t+ `r ft, �+4 Fw • 1 / 9 y✓ 4% :i F a r, s =r r•. is •t l • f• f� j�. Y ..! T• 4)2t_t',:,;. +� v ar; rx •:i lye ri lG+a `i�+ i+'rf. `w ,�^;,+. i i � F•�e •w ('i a .7 `'k �".,;. a.,�iwr CY N4 >�s ! ! z� i. I 1 i 7 1 �.,. !'..F i .4. ilia!.4! X !:�r�z:�rP`i,�. .: �a� g, �%it�A�4 ,:s,t J.r,�,..�1�k+t(•�{T u.�t'�'�"Q ,Y��'Q kY.:�•S?,1}�f.S .} M t• t ! !: :.r?.�t):',.t `.k: •,f'.x�.'�.{� a2 R.,�.S�y.�^ 414,r.1 �,��•3 ki"+�"7a. ��' .�u�!j#ay"��`�f[':•"•'�=r;:ik;r+77:++t ti F � :1,:>.,.�;�.,,., .�Y�•m.,�;s,, ,� fig,j. ,'�, t`;,�� Vjy„rY. �w.,��.,, •�� +-rx.t .. y <et i1t :,. 'ia ^r••!i•,.,i.rk"�. �y�,.� ,.� i i;� .♦<•t•bt"fiii�a;t' :a 4Y`i 1 z{i�1,t�,.C'?,�K r �`y1i , ,t + .} .5 .��: !.. •..�.x,,. ..•1(c:r• ,�'.,y i;•y... , "ME'56�,';f"tS r��. �,� .! �� .! r1,... u is tf y.t. x` •,. nt d,..�.� +°r+b�;y;.`•'S'b��:�:!�'.":;2. ?E,.:.,.w•..{rt r r�. t��,. i ,! ' .i .. t�Ix �t �}( (r.�t ) :#�•�$4.,,!;r �,; [, st'�.�!i:3.,a ! ,i �es•?;.•.�t,:,,x;1 r,yy r4.F` )SN i a• r t t � 7 t � ° �.S .,t:i,i�a• S (f 'lr �::�{{ �. Yes , r:,'if,�;�i �4 Sfi. v!t u,.s,.� F':/ S +,+. 1= t s t. t7 �,v. �r r + z yr e��!� f.1•.�, + u`��x 1 r t} ,! �.` t !� 9:i r 't! t + d ' , � :• ! �� ,t i H. -} 'r_„ ?x� y '`.�`°i,�;}'',{,•y�k�; r:j'.[! ,5;r `�"� ili,.4x ?t r��. r*::;'...,�-i Y' •#, i �;� 1 1 1 i'F�r'+ } f t rriY.y r.' t }w,.• Y�,s++ilk �' t .5!"u 1r't.ity4;,�' f t.t, .r•Ri f (4 3Y1'.i:Yi •:l': ,��' 4 YY x•�i-' '.��.�'� .451 L•. y:��f r. �tf, f t.�.#1 t ',k! ! +�r W •.� 77 t:`, ., P,: i �.7: :�[J xjjr ir,'C. _Jf.k 7. j tt� ,`Y&I•F,�+zar.c.'t�xrt �}i �e. .l �.. t r l. i r c'� v r.I s ! 63r. .;,1',„�� fatii.�3$kSu•'� i't,� ?,�Y s;hi ;XteS�t C�t ,t. .t. + ;+ .� f t .{ + t,.,:.l..r. t. t r:,'.0 ( r,dY,'v�,�r.z;Y�,^y, ” .:..c:. f;ct #j�:r'• t' .'{m, .1V USc 'y.4�.{4.t',. r a.tf !r t.,Y 7 .r .r�l fi f t Ati xL'a!• 1..� } �i E 4 ax a. {��t�s EEs d i u` i+ y-. "i''•zn.?v`y:9�r{h•T'tS•i+;,d} ,�:i;S .7. iy}.1a4, 11�Yt¢�c�,l,�i. t {*r, .:d:. 11�h{..;�.1 y,'7ti[:r,t�'cp?-1•, .f i'u r, n ;il. <r.•,�" '" i +l �� :t. o r ,+:: i �rtY a}t'��N•.yr CC{{+ ,•LCtr� K'` ,�,4Ax c�k}:.{�¢.d"���'•1:.•WSJ;%.•t}��'rt+�•'��}1.)�GU}�;� ! r i(. ,,< .• :: "..qr�,.. ;,.n,Pi,.+x.L,tj7,.?'', `,= tr:i``f^t r.'y�n �•+°�i.,r ?W,}'.. .tr ? h"0 lY.',z.t'ta.r, ,.,,::t •ts �Qi ,. �1 � �.le.; tP,.�aN 7..rF•,}'°�;;�'f• kX r7'>{ri,�.e)•'�rt y.r...a(., � ,,{'. .�r¢.ly;•y 44�'-�?�"y Y ;yd"".e'`3'tr,•r�S �'i s .� 7: i,�C< 'i' r', /� '>4r .�. natA �a r �<gN,��;,';.f, tut{L,!fb-t � '?at��sr (•4 a{7 �:ri` v'�..4��� ^i ur'{� �S 5'F � 1�. i{ ���' r lrw•��:;`.� t!>r'»Yn".t� �r,,r��,.J r �1 !• .t'j�h /�/' . VA • r: EQUAL OPPORTUNITY CERTIFICATION Certification with.regard to the Performance of Previous Contracts or Subcontracts subject to the Equal Opportunity Clause and the filing of Required Reports. ,t The Contractor X , proposed subcontractor �, hereby certifies that he has _,, 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 X, has not w, filed vdth r• the 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. A,plex, Inc. Company .., By: Lois Helmig Title: President Date: . Apri16, 1993 sr NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CRF 60-1.7 (b) (1)], and must be submitted by Contractorand proposed 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 $10,000 or under are exempt). Currently, Standard Form 100 (EEOC-1) is the only report required by the Executive.Orders or their implementing regulations.. EOC-1 f r h•_ ..s.. . .. .. - - __-_� ! ,. .. ._. .. _. .. .t.. ..._.. .. ..i....., � ..... .. .. ...,r....,,....._. _ :tom .(... A `R. .+ �"` e F� 6 � .ay^t 'yt` ��Fla l>`�s�i�t'sign}��'' tt}� vr:iid 'jT�t:''�' r r{'�> r, r�.�btr.-�; •r.r a .,� �1...}'�; sµ6�tr�'.re S+�svA:,•., ,+,.7..� . Xy ' PERFORMANCE AND PAYMENT BOND STATE OF MISSOURI ,a COUNTY OF COLE KNOW ALL MEN BY THESE PRESENTS: That we Aplex, Inc., of Route 1, Box 221A, Linn, Missouri 65051, hereinafter called Principal and,Em /v / • ofs/�iiS . State of_ l/is? he•einaft r called the urety, are held and firmly bound unto the City of Jefferson, Missouri, hereinafter called the Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the Airport Improvements hereinafter referred to in the penal sum of One Hundred Ninety-Nine u Thousand , Seven Hundred Four Dollars and Forty-One Cents ($ 199,704.41) in lawful money of the United Sates,to be paid in!Cole County,Missouri,for the payment of which sum well and truly to be made,we bind ourselves,our heirs, executors, administrators,and successors, joint! and severally, firmly by these presents. 1 y THE CONDITION OF THIS OBLIGATION is such that Whereas, the Prie d al e to s into a a p certain agr went with the City of Jefferson, Missouri, the Owner, dated this 1•':5�1'1 day of A.D. 1993, a copy of which is hereto attached and made a part thereof for the cons ction of Airport Improvements to the Jefferson City Memorial Airport in accordance wAb the terms and conditions contained in said Contract. ' NOW, THEREFORE,if said Principal shall well and truly perform and complete said project in ` strict accordance with said Agreement,Instnachons to Bidders,Proposal Plans and Specifications, and related documents,shall pay as they become due all just claims for work or labor performed y` and materials furnished in connection with said Agreement, including all amount due for materials, lubricants, oil, gasoline, grain, hay, food, coal and coke, repairs on machinery, groceries and food stuffs, equipment and tools, consumed or used in connection with the 'G construction of such work,and all insurance premiums, both compensation and all other kinds of insurance,on said work,and for all labor,performed in such work whether by Subcontractor or otherwise, and shall defend, indemnify and save harmless said Owner against any and all liens, encumbrances, damages, claims, demands, expenses, costs, and charges of every Lind, including patent infringement claims except as otherwise provided in said Specifications and other,Contract Documents arising out of or in relation to performance of said work and the provisions of said Agreement, including the general guaranty for the specified period of time following final acceptance of the work, then these presents shall be void; otherwise they shall .y remain in full force and effect. This obligation is made for the use of said Owner and also for r, -the use and benefit of all persons who may perform any work or labor or furnish any material in the execution of said Agreement and may be sued on thereby in the name of said Owner. PROVIDED FURTHER, that if legal action be filed upon this bond, venue shall lie in Cole County, State of Missouri, and that the said Surety, for value received hereby, stipulates and . . agrees that no change, extension of time alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the specifications accompany the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. ' PPB-1 nj i1C k. x,a• , r.Xt�F y �r*t1 J x '� � r�itd'' �"�53'�t'"#•.J,4Y' Sts.lr#.d �/r ali+3�, � , �strct fJl� i y�}rf'1 atY� 1yt+� aPS �t" fit; + '. I+IC to : e sn 1 y+ r 9 �d ; n� .5atk4i lr�r x?dS t ; ts . ! a fi » '�y ny r�'r�j!'�s••�, � r • • 1 i • • y'i�i'ij':�x S'S } �•v 4 4V;p,V,.,�rF }��t� �Y +J t i• .'fly ' / -••�•'t't,,� �+ p yN, iTt"�gr SY- : . 1010 RA 4 � 1•�:'7't�itt<i• f F� I i' .4r ,•.'r�•�t�, •' ;" A$7�•y�,3r�, r�, � a r. 'x t` .r;,-;"T..tru ;2 r? /tn;6e'^�r•: %ave q yy,+,..lst• :1 r,t t r!. „i,;.)t",f:. ;t'1 k. „V. .,i ,s,.(, ,n•r2 1'r'1 �P' No,�t�Kja.�'? -,$t # :Y�: ,J.41�:b,,�UG, u J' .t u i t r..t` ary i'r rF, i'�S'•j�fl•H;t!�.`�,y 4Cj!•st2 3,K t 0-n.7 `L:C+1vJ:it. LZ-,.�cti>'i�•rjaT,rt-, .�.!? i� 4 +r:r}i t .is .L t '-(,:.d!,l,q:�-,f�':��.�45{f" .a,�.;s 4'rX'S i'�r�Kt'}�' ...'t..�}yyvl �'t� 1l;tEFfrv� cf^,7 t.vt}i.t�O lz•,'k •t ''r. , c' i.,• J ",'>t, ,5�.1.., ,1.• ,•v .,r„7}"d°d,4'i ,,�.�,r,t'•,nwt'r•.(.. e1,,5,`,rA:"%xaS�t:$ag• r,.;..•.r,..t.,, ",,. r. y ,,y S.- I.:,`S'.,7,.:>J�ar,.,. •�,r:!..YL.'` S r,r. r..�p•.�'~��.. �,. .ty; ke1•k '}f a:•„. .,1.'r,r,•k•:�1• .7�?:M''J n t. :! r, 's t 1.`., .L; / r..tF•,v'i'':r:•.,;;,! ;�'""?h" ++�s '} 'i .at, k4 5�4„.r.•r,"Y`j`?,�.= i 5,. .r�k�t J^'a•t 1a:tJ. < $,;`y 3,rky�t,`t_t°,x L_3 Ek:u s�/" },°�w: CHOIR". .. ,"-cry�-`•1�,{ .IrM•i-:y .> $ , t=';t„/yyt r r r' S •y, r.. I, + 4. r.,4.l.rt• :i E!:`,i. :.ff` .t..;t.Y`g7 'Ffi,r,r. '�1`tit_pi .r+'r RNA ifl f. •i! { ;7,1,. n :,., , '.'i, y 7. L ,r'\Y .'rf.,,.,•,� ..ly J�, f t.}�.rr J"' �,.c ..�, iy' S,t r 4��,ta�; i.- :r '+ti •�'�-'z:r �a t, r i. s J c �$} ,.� � a_t}-t:.,'v.,J,.•7�Y, y spin«r t ra' tv t ��S, ,.1," ref' :�i-i!L r s .a a.;, y, �,. r� s. t .I , .J rJ t ,., _.4Y?•, ,�.u:ytr'' ,.^,,'l�cv'i:,,'A; ¢x?^'F t. •� -t`�rihrk+.�v. f}�,� s'd..•. t,. ,t. ,i.r ..+« i � .Q .� .�r�;^ t...,�r�;t,.;J• l�,��� aaI$ +�t ;.ts i4, ;-• ''r.�':�! r,. �'3��+s ta':''�rij'; t r `' t •' - ••�'� r 'i { r+� i?3'.'a•., {. K x.7t :r.z� '�a e �upp ityy T�{�N7 :.w`rn.�,`• k iz�'�;�Y�','.a•�,�'a,,.r ae. t. t •, .t V .4y3�r '.7ryyk y,c„ ., { i' k:'t. A 4t� ys� }�~ r, 'rz {; +•,'�”+!S!g."e'2'4;i,'t+t ti5 a + 1. rz ,S �` r�,t t l..t'4r';;,�J.s{,., a••r r#`.+b`E,1,• !F.. ' -.� d.a h} r y�..t{�.rY� +`` `.5 ..t r .{: ft tr 7 '+.! ti. 'I r J, +n{u•{.. Y.. t$�s;1�yL'';i2 Pq�y; '�'�, '+�: - 1'vi -':T,i).et K+F.3.- rilk•a'3 �•... �/{>�:I'.sh at' t I .rC,} � ,. ' I a;:.;s c Vszlt,.F ' s r .r;:�n� EN'rt9ty kTi t4-#;';; s, •j.!,y.i i '.� , ARM ,,1S R,rkEf? - t' E-}, "'£•s•' .s¢d'7 '''i,•°�, !�"f, }}ft *:f �,;. 5 ., S, f t}'{t>•�'r r' .r�r b.�t'S..i.;'`y'`•+`�S`:yip, �,, ., k• ry 3, ;i �9}pu�'�Tyy ;}it.,,;_•� f,, J�. 1 ^i• k Jt:. rs-x au �,, s.�t ,,. `�-'4„d: -rAt'S'`S� •t }+y .t' k ' :.r. 'e�, ,rvS A7. k� .G`S,c� .SYS �.,�} ;r` r -y�y't`^t:llxit t r�t. j'�s:fXut�t' �}{:� / .r�!�.�: •rst t ��y! s��l.�1i�"t� s.,�Nt c t,,. Y. v iJ t��: 11,� ;i 'r;�y/�k Z i �'t.,,oi,`.ry.}S,r'ridtrY,• .�'�:f t:' a�;;t's. .,t,. 'Jt'i-��+ tv' �f. •a, � y h T', ••�2. � 1.+ ->G, '�?,t .Ci;'�'C”'+=•k'ri:'fy ti t }�� .•;A�':• �� .,"�.:[ :{ J�t.,�•� r tJ: ;R% a't{.n..i,�.�5`'ur �� `h=tir' , 4,�.1•�����'�4 � t. •S^ , :1': �.e It �eq ?? .4��g,����.ya}r�,,t a ty :.'{ .( J '• }`r{1(',s.. t�sy; �4,z.t� '�Sr � ,{, �t. ,w. t � •� a p: �� ;JtS-4 T/ .? ,.+, t 1 r..�.t y`` ,r" `s�« ,1hAA � SS �. r t+ a.L�s;<z .5 ,�.r '' ` a� a � .` ;+•�\ y 'i' ' ,... ..iJ� .awF4w�u;'d�,t:'!.�.���tr•s.t • r 'u4 C, c lat.'J`4 s`!1+ � y .. :)i �J s Le:; .. 4 t� •^L. "rQ � � d1^��,'.; `Ll�'�a"c;at{n `k � ! .•�I.'Utt}:fa. .Yft x``.1 t �. :•s .xt.t ^}�,• .st,' �. �i tr rtiY.z�ti t��YY{?il t'°''Y' Ash"w'��i rrr'��� c $i.i +� k{G' p #'1 �.$,,t.z.�3�tk s x� 'Q •% � �(ei �t ���°{•+1 � �`:�' �.���'.i��x7 E' r'�}il�wt'`w•.�'�s�� c� G i`i`x5' � ��1�i�.z( itYxr ,r�1 !, �,S x'• r�� £i "'Z:.7 ,� iht r� h .a' }} w��J sn .5.,�3 e'[er'�^ is.x ,ti; tvgr ,? , 99 t r t r ro _":i. '.{Sr,4 t:13,. "t}t,�..'�,tt SS'. .'{'F 9• {{yy t is CITY OF JEFFERSON, MISSOURI ho " JEFFERSON CITY MEMORIAL AIRPORT STATE BLOCK GRANT PROJECT NO. AIR 91540B CONTRACT AGREEMENT s THIS AGREEMENT, made and entered into this day of 1993, by and between the City of Jefferson, Missouri, Party of the First Part, here' after referred to as �t the"Owner",and Aplex,Inc.,Party of the Second Part,hereinafter referred to as the"Contractor" r for the construction of airport improvements including: bituminous overlay,seal coat,sodding, marking,and other incidental work to the Jefferson City Memorial Airport. WITNESSETH: ARTICLE 1. It is hereby mutually agreed that for and in consideration of the payments as pro- vided 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. ARTICLE 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 4 reason of said faithful performance of the work, at stated intervals and in the amount certified by the Engineer, in accordance with the provisions of this Contract. ARTICLE 3. It is hereby further agreed that,at the completion of the work and its acceptance by the 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. 1 ARTICLE 4. It is hereby further agreed that any reference herein to the"Contract"shall include all"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". 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. CA - 1 c•J a pro i^ L a r $ r1 S �tr,a,kCbay'z. J? 'S a ��eJ'�it�t P ' ' �; M )� { #��v �,.�; 3y t'``''�4�°i:�ty'N xb, '�,3x"'i. r'�',' fi .��tn�'��+;u�rcif t�✓,s, (r�, . , �a. t a,. t..} ...t t.r t. z .Y� .' a ,h'� � rt;: t' ,z•Ybc r}a' �"" - � t v.1< � y t " Y 1"F���AV<�'J s�j;�f'�• �1�i)� L# � 1 � }), ) ..:t, � } ; t t > ,Y '� •Rxt i � I r9(3.�'">}'. } � � }l 4. i..�.� �r '+r' 2 x r,� �{!.� ,r �`k ryv F .} r r t4. i +# fix S �f ''j'• � � t I � � r rc}7" ] }y i ��� ,y`R f y't;i.a t� .5 }a�,•,•`� as .) I -{ �a �I��}fi���w�43S�'YP�y� � 4ri 't+'7u�u� { :s t?�t i��ai�s` z�d�ft`1k;��F�. .j,..rt ,t .•.1;+�sS�'k u.,5�':5{k� } *`�."'��t�,' tk4 t . t4� ±�y° ARTICLE 6 - BREACH OF CONTRACT TERMS -SANCTIONS - 49 CFR PART 18 Xi;•=n`Ck. F 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. w z,5 ARTICLE 7- INSPECTION OF RECORDS - 49 CFR PART 18 The contractor shall maintain an acceptable cost accounting system. The Sponsor, the Federal 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 finial payment and all other pending matters are closed. ARTICLE 8 - RIGHTS TO INVENTIONS - 49 CFR PART 18 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. r Information regarding these rights is available from the FAA and the Sponsor. as ARTICLE 9 - TERMINATION OF CONTRACT - 49 CFR PART 18 a. The Sponsor may, by written notice, terminate this contract in whole or in part -, at any time, either for the Sponsor's convenience or because of failure to fulfill the contract "+ POOR. obligations. Upon receipt of such notice,services shall be immediately discontinued (unless the r` notice directs otherwise) and all materials as may have been accumulated in performing this �) contract, whether completed or in process, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor,an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on -< t unperformed services. -_• C. If the termination is due to failure to fulfill the contractor's obligations, the KP Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. may, d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event,adjustment in the contract price shall be made as provided in paragraph b. 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. CA -2 tt .34 •.�,x}�b. '� , ��'�,1���`�t��FV},� ��i�A•.aN*¢•� s �"f'�S�C��: e�;�=�i`�, i 't '�A. +tad- ', ,F.k.+t �7•✓�,g 9; i�i�,• j a' '•. �ti4�- ,,,,ii��A dpi{ .r �' "}'A'��� S '.3 .,) ax��..jr,�yz''*at1.. t*'—••.gyp; '�dt'.•°7•e � ,•, hx• t'r• ' �}�,��,r� L" '+w-w<'. +�;i.: �,+`�' ��q��;�t:l..�r.. r.^r t Ali ,Fyy �'A)' '7�,iM�f kY "q+y{ vkrt rli YP YS k�y"rt i��t��ZJ } �i ,. t ,r S`k•.�yr`�+'a� ' f i � �t .?•�a Sf !I >�' �+ S t x& rk5� i its z+'4",�'�c> a�i'•,� r �ts{x� Y h J # i .��i�'p�� `'a.hy �Yl� rt.',�'�� , �.t^ �i'z�37 t.t x '�,% �t r�•9 gr� t f.�t d.+. ti,•�rlc:� c�i'`�'z�v�Svis �.�s ;su�;:i+ � 4 '. .. +.. .__ . _. °`•%'N ,.>, _�. ,154.4W.; .._.f.,��e..a....a,i � yF,.i.,.i,..e..., , .yt.. jt. . ,,, �;�.toj. ,°ice i` s �.,` dt i pa` � �`...��.; ,� y k.3"'! � _�' t a ✓d ',+¢� Y a.-. ����j��.�i. �„� �r Pj�i , qN,�•""F,i�'�4{d"1a` {.ZAtWt�Styldi i`1.+ '��Y"�Ptt�?1tQ.�`Y Ck Y' s^y A: :�'k'"','•�'"J :7'X'tY Ytf'� h ARTICLE 10 -SUSPENSION AND DEBARMENT REQUIREMENTS 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 flower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. • 1. k ARTICLE 11 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRAC S (a) The Contractor agrees that only domestic steel and manufactured products will be used by R. the Contractor, subcontractors, materiaimen, and suppliers in the performance of this contract, as defined in (b) below. { (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured f: 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. 2. Components. As used in this clause,components means those articles,materials, s and supplies incorporated directly into steel and manufactured products. ` 3. Cost of Components. This means the costs for production of the components, P hY exclusive of final assembly labor costs. ;s, r � � i 1 CA -3 Fr; i C t b i S„?, r.. � t ! ty iy �' }.'APt. v.tvk+ 5 �•.,ya£.£I„I +S' Lt A '�f .�k' F 1,*.:r i�'�''�`' ,v' y? r � s �c ip r'AA � yl-t-•*yn 7 i t �rS i + 1 r t„�`t �4 771 ,At fill ME dab t; r a�tN�J:.;J 4L .r. '.S 3 c. r �y )',rt, a• .� �f 1g{ ,'i'f' ,',t. ��, ' I.. s� }, J i t} ,,�.�•, �.(�r t:�.i"d t. „f.f �,#ki,,t v ' �' �,'tC.+{r.'t�{�.'F pit.�. .�,5;.•�cdt r i� �''� , Y' `s 4 �i!�'�+'f��,w t '�:'i`ell} C � tit 7n?:•:7�'r 6.Yt..}.:lM1�i�i l,� 1`f"t.�Q;+�'� Cdbxd6`}i'��, .t. �� t `�(,lx+nt.Yi' ;?y,�a •�' �i'k kS�Ye�T +t�,.ei;�i'7�1tfgrli'i§r$���,1�,M1.r: r I 4 I .< �k4 n i s`;tip ? c� ipe r� t p 1. ur }n,l•�•�'e�:jii�"r��'yT,tit�xn ad��t�ati tRt T`. h+ yrt,Y �:. -° xa. y M s�^ r ti ,It r 1'ta!'�l;�wi' . :�,T, ✓i><��rt,,��°�`�� .�• Y., '��,• ,, �k #�fi Y�w} +�- !{a �,� .:,I;q..,..., .{;, ti���y �lP�� '`k•ln }�xrt,�'.k: F.e tit. "i 4 S S •�•. �1 1 i, kds�,'< AG t} x, '.:rill r�Mltht,5. I V, a 3h'iP';+,`w;l,�`;'t'`.r,•`^'r,�tyu,: tS3P;};(,.'d';..�t�4r ; if,t.tiJ;i,v, { .r ,. fi f>} „L i x, ' +� (�' i :r ,.i.t iiwt .� i- 7 'i}.��„`}�.ti`Y'J`..1�i1.C,�t z:f,r:��• t:u P;aaJUt�;�+Y«ti�3ttt it �' r'i'ot � p. i y tS aat .S>x" �C''t":t:,,..t�i ,.��s, B� 't?,. •r�`�p ..e Srr:.� ` .S" r t ! i a C Y: ;xt` '�s'} � 1 �,".�! �. {4'ir,. 4• n`{: zdp,J f t� ,Ax .rt,+ r . �1 �•} ,4 {,r Fitt .t;+.fl f i SS.}4yyl 6Ck ?i,xn + yt}�;"1T$.�.i „� ?a tYAST� 1i�La vNN�Ya. x�:r,G.h.:Yxa:,tS�te, J.ft•u;),��.a: .r. to ,t '� }',, rar"Fta, t9.t •+'k ,i. > ti�:'',t+ Jx.i��' 4.T.0 e i -F 1...• i 't. arl,.l:7:. .��r t`4,'±�h''Y 4�w"^�. S f,.t(4 r!;•t a �,4 �l ,'r c e �t ..�a.1 t.t "ri:::•y.'�.�i ikz >?�{•n• � ,�s.a,„i,. �.'�7 "�� z:S+.` 5°.t r .i �,,GR,+{'+wr�i4 ,.{$r;ii'''1`+i�.,u;a,i� 1. �n-� �✓'f ...w � t .i .t ,�.. •ua.:�r';'I�r(. J,�{9,l{titen% I:>�!� ,��;�;�,.t�7���k� ..$4 ihr. �l 1.1're:. �'.xy.t7 i'a' i ",.:.a� ., rs 1.F, ;„�+ij 5.t:.J., •.?'•°��� Ft"k}�yn•Y^�� ';�i"�.}t� 1.M4 �y't.• k.nt,�C�.t'A.gr.;,y }✓wr i+ .{.t.`r,� t f.x-1�'•-, ::i;lt 1,t t,M 'x3 y't, Pq.•�ar, ;.�. .�tn. t+.lhfas tt 1 a i.> 7� a. 3)�;Po�, �a.uta` ...t,'':(,� i.. t. i� to yrkt..fi t'tN;:dt,;:�"}'Q affil.;a.5lra a.�y'€y�S', 'r7^'c�A✓3`, ,,���,h( ',;.��. � f"t v7 .sd� 5%�`.g37:1'?::i�,,�h,�'1•"Fti�, 1t.?,5. � t. �� �. ;k. � �.I �' ,4•r- e a t. .>?�� � fy. � rJr.•�M•�.:t 5, .,, r�qs Y :.� c`.F%f, •t�'.t .-n�t 5�,c.�� �� �i�'mr .,� i��t's. zt-.�y+•Y�j�;�ia{•.,k� ..a ��,�e,= r. } F :� .. �/ , INDEX TO GENERAL PROVISIONS Section 10 Definition of Terms ' Section 20 Proposal Requirements and Conditions F 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 20-04 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 30-03 Cancellation of Award 30-04 Return of Proposal Guaranty ` 30-05 Requirements of Contract Bonds 30-06 Execution of Contract 30-07 Approval of Contract 30-08 Failure to Execute Contract D 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 an d use of Materials Found in the Work 40-08 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 50-05 Cooperation Between Contractors 1-1 t t : eSfi' . s... r _ � _�... .u.. k fa..♦ i�.... _ . a• ... ..j.�,Y.\ .. _ �.c...�'�u; ..`^.n.Yr'�...... .,:lv'.1... y'ba'lti:1.<nR 2 :r ..i�'"PC°x 1}�w :vi"+ t ► ,}, 5 : l�r" �`Z +te J''" f'.,,P, r.'. �yy •:� F `% ty{?'. •_� 'r i.l �`a v 9 y��F'T>♦F' �t� `''I q t. i .b{ b 1' i'•+ lF. + t .;t: t ! .1 � I.V t4. ��y� t'W t.,= t q r ?Lx 'k !: ..t" . 712 ?7: l.s 5,: 'v✓tJ ,S �. .q. .p i'� } t;t�t °�a i..B,M k C R,. ��a,.t S (�t,'';' £`^F��S�. i ry:Y � � sy 'd2i s'{iei} /+ Ii+JC I ;} f, 11'.P ;pa� s: i' ��•tt,v: i"';rgr,,,^. �a rt... _� „" ,if...,.,.�..ry.,;>.. .:d 4 �,,, fi !I', ..i.Y.B c.,}1•,,:?, �; _�. ,n,. ,I. „ui,l`sl,.�`�;.b.,�, +.4 '�..'r R.'�Fy}�i+•.m�tek'�krc a ri. �,l..r; ,I^7�'•L .?-";rx,• .:t 2 �: ;� yo It , .V, 'a,.r. t,, ((i2 s Y :,�,(_2,3+•r:°; �.}. .�a.• ,. ;- j:y ,At.��f''F�k .�1�♦.A.� ,5+.+kr•=t� �t},�' Ufa...,r{,. Y:-`C:w, tI. is,i i. a �, Si �.JA'i �.', 'fYV it`•f. o-J'.'ril�'};'',�i t? '✓S 1� � .y}�:!4,',}y,Y;K;�1+2"�• �:a�t S,2 kfi; ��:.a41� .11.5 Sf '",YL.a' A:1.-'( i {5. t 3. ,d.. .1.i.5:Y`i'I: �`ii`' -.,N- ,r,L e�A,� ���''ly.v�2�'.. •[w. N� s� r. � k ttu +„r.� t.. 7 �� 'l.',=� : .4:..r 2'� ie } td�/ytt i,t'r.t' j t us, / �{J�o•il>�'t' .t = j t } �ii JPv�'.� :,i.. .J.a>Y= .}, 6gc,;s¢,�Fi'GIN�S n}.ftYw s'�P}.�yi�.�,t��', �q��{�•))GYr hf,,sri�;j„ APO'YSC*T cJ t'i r**R f i v t 7 .S I �;/ 1 + •�11: fr �Kt�� k� s '] o sSEi (#* (� i 1 I s •• • 1 / • 1 '�SEv w,• R�1 n • • • \ 1 ���. Fn,�,,4 •1 1 �; Y r�� • • 1 ua, G• lt, t "'tti T �yyy •�rM' R' t pq�`✓�' r .. y i,,,, . 1 t r 7 i{tl ?S• f-JS. F {5 tt..!12�, r,y' ry: fi t q� .., �0�' s t s. ,'.i I z i S>t. i y`:� ��s { 7Jp�fi r .4 Y+4 'J � r J y a is + 't •i .I i 3.� .. '• '. w ,i r 3 t ,i pal i S 7 9'4t 1 j t , 2 i { { ,� 14 • ry t 1 J • R , J t i. { t I •, i P J I � i t ti � r 4 �k t,• sr• St p t , t a n J a, .. J,b. 1 {gg t. r +, i •`I r A`� � I' Ir'iJ`Y;. a ,.I�tt+S.C'j�f'�,:y,:•'•�Stg' .4;JgthxD ,?'�l, C� .i .,� 7 5Y `�I ♦ k „i t rtl k 1. .t: �4 �t t tl � 'S... .L 7.+y �t t. .1 �1�rFz�..�.:�?��j 5�� ��'0 ��tS•�� � u r..1'.. .� +�.`: ``TM- ;•a;5.a�.;,` ti'J r.t+.� ;�': .,,'�;L•`�ad y..sw4,} a �,� t'z't :t,- d:,� a?�Fr,�xti�t�r:. rti ?'!�' � .f r( �``,,a�.,.2„t,.; �j{i�. ��„ i �,i J iel:t iy. .yy K' 1, {;�un :,{{S }. xw, '.t' 'y$��rX.:, t<,.:{^ . , yi t.. •••e:.}. ,. t LC:. {_; ;'�Z, �V .'��,� "•� L � � • .,s, �n�J'' ;:ti' 'a t �. •�” '-I ��vj•�e 1?t 4.3'%;: �,is�.,,, e rJ,�4 i.{�..�L�rtl•=1yr.•->,':•, r 1. iiiMR. 4 a5 .Si 'w✓awsa a!, <r i. :R 1 f ,__"'`"•"'i..ar'w...',...,....«nt�M•'ru 1, '-'R'Trt+w......•...,.__ �..�,.Q'Yt,S:+tRirJR XryKsk'",*^z pl . Vv 444 1 /- ,. .r•.'.f•'':� k � .�{vl �' :rli�i jt« �•h ,./ Iti'�r. ' Ch. �� ';tl�k r•K F� +T7.0 •yeL4f+`�e�,S +,(� 1t.'W '�d rf• :`6tll�;JS t..}�;rr',", .�— `' •�1 it ��'"' x .�.' r :.'.'.?••�S' :��'.'rb`l.`•, y �� .c dirt'. �;'Y;:: i,4•� ��};;,:,'� `S` � *7157. • t`ti i,f k ; �Sjh�.'4S43T 7c, +..'; 5 ' �;k;y�':>v3J! i,�<"t�.�ii' 's;{zi '�� c• rVy yH 1iz3r:f: nGr.'+/+tip. '= j�tf 4'f ' P ;��:[. ;�}+Ar+�'i 4t'�pr`{'fir;�, i��z7 ��\ r .i:.,+�r �';, � { J �� "'-r•^r .�c r i'� ll i� jj i7, �!.r w"�'z•�'/7` t 7. ..u.�,� I'..�'� { 1 r , .. ,1 { , t '' F r i�� �(�y,F�e.4'tti�.�lj� 1+ �R �,•. {�.j,a �i''.oa5r=,#,�„�i; 4 ,.7�it� rJ, �r t �.` � 1 +` } t'.., t 7` a 1 .s � �s ,.t 'y�+c. .�{e{,�'1+�'`J � t�' •�%�• '•`nA i (. �w;r,+J:t`J.��`t�2 tN•*.nt'e'�'�f' -t�sd�'x.it,,J✓ � F�.s" ys�P r�e2'��r >r� 4'3`4 r ty4. t ';7 to r e �{ i ..} ?.i ^ ' . )• �+1 '' �Nta� 4 2.�k1 y�r f�� 1,�, { 5 r La„ �? ...r��',ASS,+�J""•y.fFr�YS.�•4� '4 7,9}xa�" j .y 7 �tir. S�*+(�g� l`'. ' .F ,+ c 3. � ��:� t "tf t .sr '�Y :y ,, }.. t ,p!'� z;a �&,�' �•,. 4.' t t �:. ;fi,'.i.:�t .,1+� :Yi','''• ',�'4 t ^S..a' .cA t .'t t .r i t ..� a+• .Y33 ,kro'¢„¢�qq',Y; .; y �...G, :tY•re.•f v_ ': ,,, ..t '`�r1'ggi Cw inr •bn,s !, .•,Yt�.N is C' .rj� Y /,/ ` y E 3 l 4 d , W t<, ', h". it„7 et°JS�.r• •its. j?f"�.r ea ,:2;`��+¢.��wr�'t rrk�rt,aK, ;fS,�J:J if Y r���:1#5 r •s ,t t :t, .ft L}.''f-i.'.,qtr *� i•hP:}R�. w,.x ?s,: :t..:?Le�4•�f'r ,a� ;'..Srh1S�� {`3r4i. �,t �.{� � :�t .Fi. t.'r � ,�:�xi' +�� �'. } `ay�!'�.,�rxt��^�}� trwtbit/ ....� r d 1 .5 •�� , l . .. � =:.+s/ '•sir�i a1, ,r {1'`�R:.u�. ',Y. 1 .. rc^,^- r��FF!..� �t r. a',�..w✓T Y + 4 ,y: . :r .� nn-�- �� INDEX TO GENERAL PROVISIONS r Section 10 Definition of Terms j Section 20 Pro osal 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 30-03 Cancellation of Award 30-04 Return of Proposal Guaranty 30-05 Requirements of Contract Bonds 30-06 Execution of Contract 30-07 Approval of Contract 30-08 Failure to Execute Contract 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 40-05 Final Cleaning up Section 50. CONTROL OF WORK 50-011 Authority of the Engineer i 50-02 Conformity with Plans and Specifications 50-03 Coordination of Contracts, Plans and Specifications 50-04 Cooperation of Contractor 50-05 Cooperation Between Contractors 1-i i•. *.. .l.l.�r'�� ...'2 .....t.. . ...i. ..... .: a. 7 _•.L'.. .. Y"M. .."C . ,._..,., . �": .. fr`a... .,✓.._ ., n.a .. eeb'"J.. __-1 x� ��' C `�7��"�b. sy�• i`#�'�°@r'r r��t4�' c'�'��ic•�ta'rt;�, yfi+� ,x3�ftFfi�i, ,r�r^.gt� a a -2- 50-06 Construction Layout and Stakes f<� 50-07 Automatically Controlled Equipment 50-08 Authority and Duties of Inspectors ".; 50-09 Inspection of the Work 50-10 Removal of Unacceptable and Unauthorized Work ' S0-11 Land Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustments and Disputes Section 60 CONTROL OF,MATERIALS i 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 ' 60-06 Storage of Materials ' 60-07 Unacceptable Materials 60-08 Owner-Furnished Materials Section 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 'f 70-01 Laws to be Observed f; 70-02 Permits, Licenses and Taxes 70-03 Patented Devices, Materials and Processes 70-04 Restoration of Surfaces Disturbed by Others . 70-05 Federal Aid Participation 70-06 Sanitary, Health and Safety Provisions 70-07 Public Convenience and Safety 70-08 Barricades, Warning Signs and Hazard Markings '.' 70-09 Use of Explosives ' 70-10 Protection and Restoration of Property and Landscape 70-11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Section of the Work to Traffic 70-14 Contractor's Responsibility for Work 70-15 Contractor's Responsibility for Utility Service and Facilities.. of Others 70-16 Furnishing Rights-of-Way 70-17 Personal Liability of Public Officials 70-18 No Waiver of Legal Rights 70-19 Environmental Protection 70-20 Archaeological and Historical Findings Section'80 PROSECUTION AND PROGRESS 80-01 Subletting of Contract r '�'` ''. .is .. •r .• "t'r' ` _.,. r 1'Y, t, i.. �. j �'.` ..} �`..'. 'Ri r•s,'N�R..f��"_. { , u'ilhrl rc,eY �}}pt r wyt« v,i>n !7 1 :}. .� .2:.tt '.s t k :,! .�. ..t•'.e•. ',t:�s`.,.,.I t..rr;, d 57�+�,{�5`: +4 'AL t i ?,7�ai '� ?• +.n Q:t Yn.� :$' i iltF:t"hy'� ..� S . 3'tiL�`!40 tr'; .1. .r r t' �S k:{:+{ �•,11. v!�'` ,�{�.Y::,,: h ,{Y.:'rta :,,�; :'s�, .f�,r :'S i ii' a; :f� ��It j«L+'a''h,•r];ti �+�'Z.."}+,�txfir ,.t }`'.,t .s; i. 't, r ',f': , ,V�3� etd.i..4}�aSfs''d�, ksr^„t�. .':y,.,..ot,.h�� a.,e..,dsrbtrP;+7..u�:#^k!'i°i�t�i'Src;4.•�,vtt �q,3.+tk�'"2`'1ax,:�R,.�}I. r� P.� het: `, •� � ' 1 • • � • ' •1 rr�� h4 / �y {r pfpwr �� �� • • 1 S4 kf• r` 1 l� 4 Ji ,p 1 ! .,•. .. ,.•' : �.: ,+'.r, 1' ^r rt ;F>< tC+MxTS''{:';;!'`' :dieh:•iE»a ,^t:;?'d,jii;�gc.?i,tii �t;.> t ....d� s :« r' .{ ' y,+ }'t. .'§51; ��}:l' �. .•,r u'�t ,1.ray!fin* rfyaz�d3^- ,} ;{'y { ' , vt'ttt y .�.. } xrt .i.t# k. t {r N sari+i ,f�.t t'#�• r+,t�}#•1.}S� f3'rIS ` .+y+t}t y'tf� �� , 1 .tt .tai { 1' + ?. r i r,: �hi � � {+ a 6{ r .,t ' cn 4.fa.•�ieyq s-t fr 7y + w t{. ..� f�c s. r , t r h k 14` .+. 3.'t M '• ti 7} t �ri���t .t r. .j.' .. 1. � r} ° 3 r' � ris� rf: l� r .{+�S}`�,,cud 41 fi� t S••�?T° ,,,t'� ty�i *'`4�s t �•t �.. Slit �f ti•{="s�,k.`,1rZi fy1r if x� ", i. S,. :y Irl } {r �< 'f'`tJL t'±t,}$+ii t� i xf.➢4, fj�i�iV'j��3yfl�.t./�k i,�t`r'..�'..iyf lyl c .fir�a�5 x;'; 1 t F r 4" t•;; tt trt a' '? t .s'.�1=' s .�. r? .t. .,fiv ;.y. ^'si„> $[ p.u4�.ei'r t u'i•:,tt., a',`:r:..ti�''.,s�.�:ri �' q2j+.1 r.� c. �;�. � r {a ,t �t' H t J'1^4J:�.,,+'}t.,{:.4�,dir '{ `9L � 'y:�.f � %i'7}}.y lel 'i{•� F' r'?.�� h1,iFi '1 iY.r1 ti na's91, '14 t § � two 7 �'. .5• ' .; _ ,.:>.�::,t ,.,^.. .r. f.l ..'?,� it, '7'..� 'f'�'( iG�'r.,lis.',{'`�i'FM1�':,''i'�,, ,�S.,3}. bi.7y��1xS rtj4,:ystij'�� 'n .\. .�. L• .,� t k,.f� .7',,�n. ,r�' ( „'.{ G ti ;.r., 1f J'i` 4'. A.!';v { '{n va�r 1• v XS f,t::.! 'T 'S:.t t } t"+ }+ e. d t r }� s �c�+'�+*•t E '• ter••,{„x, yr s ;k! ..f;5---�?1�n r�, r�-r--�--•:p,.Yt �+ e ,r .z--�r-{�--%' „�. � >iY if;{ +��t�h`• :.f� Y � Yty Yc s Sf ..r r t3Y'' �.. fl i,�, t; � ,.:. s '��j�q� ..} ¢. Y r� '•ak`•',r1�..�ykf rls� � Y L' x 9�'ts � �{( s} l r d i � 3 l� w .�., , J� , S{d�..� n�'+e:'a 3 pLr �'F ,,,,yy��Y t3. v 4 �a•yx t� � v G>< �z a r�`!, `� I ,'e: •t�Sa°ti. •�YL`,'t.'it3k��t�`xa'�ti Sfa�ai�}k�r,�'s<,tj xa�y'(`%.�L��:�i� i`�i�Ki¢Zfl �f�f`�l�YZ•i'i E �.�+Y"k�7��+C?:�•'! � t sl'"'�F i 'lv �� 4`.•�'�`� r �.�� �,{ast♦• try X"r ,.�°'�'rY.','.�� f<i�nF �� �+e^ r 3 r �.. s�?,q ¢ 1.�dj�� ,i�.,s �f i� .s�:c,Y rt.,. SECTION 1 GENERAL PROVISIONS ('z; ryf SECTION 10 `. DEFINITION OF 'TERMS ' ` 3 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' 3 ' meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials,the to x;5 successor association to AASHO. ; raN� ez` 10-02 ACCESS ROAD. The right-of--way, the roadway and all improvements constructed thereon connecting the airport to a public highway. i„ 10-03 A.I.P. The Airport Improvement Program, a grant-in-aid program, administered by the t Federal Aviation Administration. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for 4., work to be performed and materials to be turnished. 10-05 AIRPORT. Airport means an area of land or water which is used or intended to be used 1� 4Ya s. l for the landing and takeoff of aircraft, and-includes its buildings and facilities, if any. M 10-06 ASTM. The American Society for Testing and Materials. Y 10-07 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-03 BIDDER Any individual, partnership, firm, or corporation, acting directly or through a f4 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 t •. .� and facilities located thereon. 10-10 CALENDAR DAY. Every day shown on the calendar. G 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. �+ 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; the Contract Form; the Proposal; the Performance and Payment Bond; any required insurance r.� -s•'S H "['. r^+4' "!'7�y !ti. =r ;e,.,�'�''i;;r'7:!:f"YY.?�iv{ncnyt4"!.:s::%sYya ik4 sl';;: + K ". •."d' '.wY: x.v))'�;ditii'tt.',• �.rr,ir• f'.'•4:n;'.a!�`` t 3 R•,t ��+f4[ { � 4' Y. l' G•L c1° 1("�`7t 3 F{3I}`}r`Y,{lLL L�'j 4P;a s t` Y N d ��rip S�'�l �F'%.i•� � '<�,S`F �';'� �ay."''i` �a{'�.,fa",t *' �+, , a g,�kS t3�,�tz���knx�C i�w s rt•i'[ fJ r t�C ��� +2 "cam '�. n,•fi'' '��t � f «kr�i�y: at•�t> ;s' e ( ! '•th L k f f - frg)>a�� 7' 'a+ it �tti'[6'. Y '����. i tw t "�t J a,�} r�� pxaf 3 ij r�b �}a, Y �r �rre yc��Fr'�y� 'i• .rr e,�,fy r2ifit,.q, d i` i3.v ... �`'t.rd r1,y.""TTz k Ys.t• v .i 1 t,y s'Tf ; °iy/+'tf�a .rjn7� err?tryGi ,st certificates, the Specifications and all other item in the Table of Contents; the Plans; and any addenda Issued to bidders. which price 10-13 CONTRACI' ITEM (PAY ITEM). A specific unit of work for wh a p ce 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 of completion is stated in the Proposal, in lieu of a number of calendar or working days, the Contract shall be completed by that date. 10-15 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 ,;;�Y �,±' wark. .NIP 10-16 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-17 ENGINEER. The individual, partnershi -I! A p, Em, 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 acceptable completion of the work, 10-19 EXTRA WORK. An item of .s,,"� rtN ,� ;.0.r`, ( work not provided for in the awarded Contract as previously N modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the Contract as priviously modified. 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. As used in these documents in reference to contract administration,F.A.A. shall be construed to include the Missouri Highway and Transportation Department (MHTD). 10-21 FEDERAL-SPECIFICATION. The Federal Specifications and Standards,and supplements, amendments, and indices thereto are prepared and issued by the General Services Admirds- tration of the Federal Government. They may be Obtained from the Specifications Activity, Printed Materials Supply Division, Building 197,Naval Weapons Plant, Washington, D.C. 20407. 10-22 INSPECTOR. An authorized representative of Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed,or of the materials furnished or being furnished by the Contractor. 10-23 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", 1-2 MAI 111! 17;1, VAr� Km; A, 'REMall t3 '}t` K,*A-3,kO,r 3n 'v Ill' t .- t y 1. .� �^; . .r..._._....^ r:: -.w.Jwok:• '+AYrclii.., t it.,x � � t , ';15 ' �' ' ''JR'!;!•`�.`1Fii��Xs�t.;`at:.:�:.t��.?ca�. �,tt..v..,- ,....,..h..,a... .H„>.t •, � -_ ..._._..a_,.+.. _:.�+: ,y r..: (`r "acceptable", "satisfactory", or words of like import shall mean approved by, or acceptable to,or satisfactory to the Tngineer, 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 ,n . 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 r' as may be designated by the Engineer. k ;. 10-25 _LIGHTING. A system of fixturep providing or controlling the light sources used on or + r taT• 'f near the airport or within the airport buildings. The field lighting includes all luminous signals, , iyr: 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. f, 10-26 MAT OR AND MINOR CONTRACT ITEMS. A major Contract item shall be any item that ` is listed in the Proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the 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. j 10-28 MINORITY. Includes: (1) Black- all persons having origins in any of the Black African racial ou s not o His anic origin; (2) Hispanic - all persons o Mexican,Puerto Rican, Cuban, Central or South America, o other Sanish culture or origin regardless of race; (3) Asian and Pacific Islander-all persons lowing origins in any of the original peoples of the Far East, Southeast, Asia, the Indian d 4 American Indian or Alaskan native - all persons having o the Pacific Islands; an O p ' Subcontinent, r fi origins in an o the original a les o North America and maintaining identifiable tribal affiliations y f Pop f through membership and participation or community identification. 10-29 MOVEMENT AREA. For the purpose of these specifications,the term "Movement Area"means �xst5 the runways, taxiways, and other areas of an airport which are used for taxiing or hover taxiing, air •',Yht. taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas. tf ' r +i 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 :` • r. x which the Contract time begins. , r' 10-31 OWNER (SPONSOR). The term Owner shall mean the party of the first part or the fi i 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, 5; considered as a single unit. 10-33 PAYMENT 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 1-3 :a A r l „{'� . r...•`O-Y,.y.y....vnXY.LJV(1,X(,'�44'.1+•' WV"^'^"^ 4 ,,"� ✓G t t+� .` ttt ' Ji., _ i t �� yx.tr�t 7tl.A++i�yt'�ths.r, , p r`R il- t u� ;t v''t �. �#. ="'(?•�h5 `? 7 1v+f"'ti t t '+7t @}>-,�� i y}jt � 'i.Y'#•�q� .,:�tsl]t, 4...re(�t a. + j re t .i � t 7 �f+t t�j y .'Fp�tr F da ro�+p+�a9 y �,{ t a, t .-•j t .'1 d!r�'>w+.k lFittirtrRRfit� ;�.,.l 1 tti,9"i ,1 ; lr7 $ tY1i' N� FFRfnT ! ra e '4'�ds�.'ate:,ulta4k[+1fe5 ± �a'�!Cr`��'i$"ril'fib{L.` Fly^.t` " 's�rhBitefe>i+:.�.:,:.awz:.:.;www:.;dia'. J r 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the teens of the Contract. 10-35 PLANS. The official drawings or exact reproductions, approved by the Engineer, which 4, show the location, character, dimensions and details of the airport and the work to be done and Sa•Yi±.•a;y •cq,;., which are to be considered as a part of the Contract, supplementary to the Specifications. ;, , .,.'.. 10-36 PROJECT The agreed scope of work for accomplishing specific airport development with particular airport. respect to a li{p,e 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. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the v t bidder will enter into a Contract if his proposal is accepted by the Owner. . 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 f 'n ' as if included in the Contract physically. ;a� •i� : ` y. 1041 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; ' navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 1042 SUBGRADE. The soil which forms the pavement foundation. 1043 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer,and who shall supervise and direct the construction. r< 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 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 =F� scope of the originally awarded Contract. 4t'+i 4, 1045 SURETY. The corporation,partnership,or individual,other than the Contractor,executing payment or performance bonds which are furnished to the Owner by the Contractor. i 1046 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. w y1Y,ik2,�• 1-4 f WON .t}. t 4 t., r F �Ct .t8•' f� +�, !`'���'t'1F A� ' ! , a ni 3} t14I'q"� ,3 ',�t"9"f�1`.' ,F.�,,v , , i �'�'7fip� L,ft k�k x' Y)5 Li i 3 y[zrx'� t l�f i.r 11 i M 91 S3 S}� 2 S �,f•i;� �{FE �� � �f'« �'4?i ib�`�j✓j�' err .i t'lT..'!{ 1 /{ r rr '.tt x. } :; t�S�{ �`x1[''` ��v�,: .�y �y .}�s. T1 t, ,� '"',ki 1'.:.. }!`+r y �°,SS,." �f [ x !r�f ib 1'.1 r!, :d 4�, ��it,, k. 't h ; ia� �'� tX 'i} ' �t. rt � t`��;t.Y f �[d i�,.n}y.L �•'k V ��t N',�Y?; ntj^4 r � j t,; ni 3i $ X}�e�t{rrax�,t Fif,��VSt9'L'�}'a)d�'S a to i4r t d r , �x; �C p. � r: t •ti f 4 { 2 t }t � 4 x!r t� �1.�}y'"y��{I1^ A,, +{' - ::: .. .,.• �- _.L__ ka�urfw r.•rx w i ..Kriltl y i:��'.*. t r% ¢ {Y•� 't a� "' t{k4 ��'}�y � rmt r� !�. 117 r ° � .qr r y i ,+ 4 i 7 `jF ,�( 7 ry a�. .•VY � �.j Y h.,{.SZ'4 ?; ! 5�7 f ',+ 'rya„ t .t r :4 ) Yl+o i:,y�. •4•"" � •�u'�'ati''�,��"'�L'' �G�i �k4iirkw}:lhl+�a�t�xuu+is»ca>a'.k?1.43Ati11Ytt`i'tti�itra47�u�u�l.:w.,,�.'�:....,,'sz..,. �'¢_u,cY�.:... �" . S�5 4f 1047 UL. Underwriter's Laboratories, Inc, s yr,"•i;:: A; « ✓ 10-48 WORK. The furnishing of all labor,materials,tools,equipment,and incidentals necessary '`. or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans and Specifications. $' 1049 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, : .YSt or Sunday on-which the normal working forces of the Contractor may proceed with regular ' 'WA work for at least 6 hours toward completion of the Contract. Unless work is suspended for holidays and Y s, causes beyond the Contractor's control, Saturdays, Sundays s on which the Y Contractor's forces engage in regular work, requiring� Y the presence of an inspector, will be considered as working days. SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS •�.,,:. 20-01 ADVERTISEMENT. See Notice to Bidders. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his competency to perform the proposed work. Such evidence of competency,unless otherwise specified, shall consist of statements covering the bidder's past experience on similar ' work, a list of equipment that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his financial responsibility. Such evidence of financial ' responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the 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 .r whether his financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the i public accountant's statement or report to reflect his (bidder's) true financial condition at the ;s time such qualified statement or report is submitted to the Owner. =M' Unless otherwise s ecified,a bidder may submit evidence that he is r ualified with the State r P Y P e9 x' itiJ Highway Division and is on the current "bidder's list" of the State in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore. specified. r Each bidder shall submit"Evidence of Competency" and "Evidence of Financial Responsibility" ` r to the Owner with his bid proposal. i " 20-08 CONTENTS OF PROPOSAL FORMS. The Owner will furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary arts and must xrt,� P P P P Y P not be detached. 41 t.. ^ 't!t'S'S ti dt 4[fi} ,.> S�!" t �+r �. 't i s e..� t•f\ t . f t a Yli e{{r a uctF1? is: d G 1 ? h 4 ke k vSd �ffa¢ .dr(7�T{ iti �ay �4 } a� '.'� �,r,�":3k20h��•�Y4 x, a t�`�r�'��l,�t �t 1 rYt' r� 1 ��l ''5 i y 35 R� ���e'ta'ak?r t h''��'•X�' T� '✓ . .a'4�°Lyi3,.�sfJ��� v�,..e}'S.���� ;�.�J ..+t :�t } , it t i •t v �,, l�{hr t i`t?i "5r'�•i`#�+'t" 't�. 5..' � df< i�% �t k tlt t i }Y.t�.: t � .. t tz J � R"•(id:il , r St:.YF,(yl y, t �2` iii f^r. . t,.. 4 � fs�r..Ap�sr ,�!1 t � :t rY�,.�Sr.ar t;'�����'Y •C 1..��. fi ?_. }ci".a.� t 1� � ? .ti}.' �, i1 t ; :'R t'..t rt {S iT{"•�1���"vACt��S � � '', t .,a'I;'�., �;,' .y r;w_�.i;�';+rY '?t..�:Fµ.� t "t.. ;r,�,��,t.,•3_,,s..•,,,, {t Y?.�' ,3, y ` ,"1,�. +4� -S,''•ar ° .k�{�hx 14�yN ri. .��a�Yt .�': 'x.rl.t tir` h �F:t Tikt,F• � � fS.,.. ,c�v tt� 't � }'+r .{'„�::"�t,.�� t�d � i N .. 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: a. Failure to comply with any prequalification regulations of the Owner, If such regulations are cited, or otherwise Included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. rF '01`,/� 44. ".." d. Unsatisfactory work on previous contracts with the Owner. I'll-Y 20-05 INTERPRETATION OF ESTIMATED PROPOSAL OUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these Specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the Contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the 'work. payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the Plans and Specifications. It is understood that tM quantities may be increased or decreased as hereinafter provided that the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The Bidder is expected to carefully examine the site of the proposed work,the proposal,Plans,Specifications,and Contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed,materials to be furnished,and as to the requirements of the proposed Contract. The submission of a proposal shall be given prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract, Plans, and Specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether in cluded in the plans,specifications,or otherwise made available to the bidder,was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions,deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled In where indicated for each and every item for which a quantity is given. The bidder shall state 1-6 Am "*'u xw K AWIMMI-1 ht.11 3K 14�t t -: k. 11 y�t p}Jet $ : i t t i 'I ,� .. % 7.? �3 .•r,. 1 lk• .` s 7�, "`t 14 t<t z ,'+d t ,� s 7}t .I :.t v. < ..,,..t.: t:/'. t k t7i�6 ( �r4• } >�' qYF 1�4 F{r .` 3 �i fit. f' ..:.;. .: :; .: ., i ..,:; .;`;i I3'`'YfI YS�.11 �v t. �.,�� _..,j�.u..rv.du..�._ :liil r:.ni,a-�..F:r3J.:.++...:'S.:a:�,:.».:u�ne.ki`bsA'abp�f7 A�t#�.'EG:'bAawot.tu.....,..._..,„.....+ru..�.w...w..:�........... ..�,.w».`+++em .•�1{+kKF'fi4,fhY"k+',-�t3+ ri r lit <' T 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, Nrt” unless obviously incorrect, shall govern. The bidder shall sign his proposal correctly and in ink If the proposal is made by an individual, his name and post office address must be shown. If made by a partnership the name and post ` office address of each member of the partnership must be shown. If made by a corporation,the person signing the proposal shall give the name of the State under the laws of which the corporation was chartered and the name,titles,and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his authority to , :I do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals will be considered irregular for the following reasons: , i} a. If the proposal is on a form other than that furnished by the Owner,or if the Owner's fz; , Ml form is altered, or if an art of the proposal form is detached. Y P P P b. It there are unauthorized additions,conditional or alternate pay items,or irregularities of any kind which make the proposal incomplete indefinite or otherwise ambiguous. w; {' 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 b the proposal rant specified b the Owner. P P P Y P P guaranty P Y For A.LP. Contracts,proposals shall be considered irregular for any of the reasons stated and,in addition, ,: if the proposal is nonresponsive with respect to the requirements of Part 152 of the Federal Aviation ` ?° `j Regulation as specified in the proposal form. ''s€} 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. f°= 20-09 BID GUARANTY. Each separate proposal shall be accompanied by a certified check, or " others specified acceptable collateral, in the amounts specified in the proposal form. Such check, P P P P P 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 •;t; 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.. Su 1-7 `,o rf ti�1 ....*--•*-m^r , .^" .+w� �tCNfip�:9iSµisTdu,da•t.c°�+t .,._,,....,,,,�, l �}:s EllfAN�� j ill � 1• v f.a..•Cid��pa J '^riR y�s rt �r; y, ` i � �:.i,� J t t f L�`jt �t-t F`i' ('��t�tt warr �p+��% t jfrv"�',l�S.-;96-4 � ..��` r �•. .. ,. I{' .. 1l + 1r. ,i1 ��e:\ .v, �f'c�'�, .yi�? M iN',x. �}. ,�,. M T Y 4 4t i v aL aka. t• yy ��r 'tea 4v : r 't•.st1,�� t�Y,�,;Sux��•. �k,�i. � bt`�..v. J �..:+,�,`�"�!'tk+s t'a 6 t i1 L 1,t}1Jt tw•;�,• S'. \°Yi ^`; t 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 ;r 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 ihterested 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. J 20-13 DISQUALIFICATION OF BIDDERS. A bidder will be considered disqualified for any of the following reasons: ` 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 j titled ISSUANCE OF PROPOSAL FORMS in this section. F� SECTION 30 ' ; AWARD AND EXECUTION OF CONTRACT ,t 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 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 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 o, conformance with applicable State and local laws or regulations pertaining to the letting of 1-8 4 n � 1�� .1� � ✓e<�5 YC - r t �!� .,,_.i.'...f:1+.atL..w.wCiL;..x.e..:S':Pry.1v>•;�iMi9�i�'i�t:t�c9•,'.l'%�(3�€�iit!?�`�.-,�.�"�"{t'etavrea,'sw:_.,.iv�' _ .. .._. :n.......-;,.c•aya'!XJ Yid± a'cr,.�..`r.. ,��,�h'� �` �i`.% construction contracts; advertise for new proposals; or proceed with the work otherwise. All ". 37, such action shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a Contract, if it is to be awarded, will be made - .,. within 30 calendar days of the date specified for publicly opening proposals, unless otherwise ' specified herein. ; ft jf Award of the Contract will be made by the Owner to the lowest and best, qualified bidder whose proposal conforms to the cited requirements of the Owner. `; `.,;.•: 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award ,';' without liability to the bidder, except return of proposal guaranty,at any time before a Contract t� has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of t his section. �,k�.�.•`'_: 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 ,..,. p Owner until such time the Owner enters into a Contract with the lowest and best bidder and receives " " the Contract bonds as specified in subsection 30-05 REQUIREMENTS OF CONTRACT BONDS. f 4hi'';i 5:..' ',•..1' 111 -t,•,.vjMyf. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the Contract, , the successful bidder shall furnish the Owner a surety bond or bonds which have been fully executed by the bidder and his surety guaranteeing the performance of the work and the t - payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the Contract. t� ,. 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 E . 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 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. �. y ''r 30-03 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 .`t specified in the subsection titled EXECUTION OF CONTRACT of this section shall be just cause JA- for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages of the Owner. 1-9 r � t x r� .+�nafi�N�#FR61lran"^ )�.��� � a � t9 1� tta>"«� P ♦t i i .y ., t 't : '2jiT, �� NY +rt G4 r y r�� a+'r t r r ;• zp ��° �.�xr S i1+•;y `;{,r r t' .;F St�fcti r: x+ ' ' .r fit.: ' .. .,t '�4 t ,T} f t�U yr`'Eir aS , i r 7 � z1 f... r ;} a .. � r '• a d�eR (� �. .Y Salnifu'.1....,..d 1r...,r !._..,�._t,._ ., ;.w.d:+.a:::.+.wrti..n.sN,H:�#s `:r',''�',Y��`;�;,t;`.ki'+r'`�}n%"r.�:�fa�t'3!t•3�' St?�w:� '!s� .�k , { •[ ,� { p �.q tJ 4 rL A. ry, SECTION 40 SCOPE OF WORK x; •'1 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 ' H; complete the work in accordance with the Plans, Specifications, and terms of the Contract. ` n; 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 "t`} ' originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or ' decrease the originally awarded Contract quantities, provided that the aggregate of such ' alterations does not change the total Contract cost or the total cost of any major Contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in ,EvF t 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 covered by"Change Orders" �J issued by the Engineer. Change order for altered work shall include extensions of Contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and v... "= difficulty of added work. 4: Should the a ggr e g ate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any Contract item that requires ' a supplemental agreement, the Owner reserves the right to terminate the Contract with respect + ' to the item and make other arrangements for its completion. , r.N All supplemental agreements shall be approved by the F.A.A.and shall include valid wage determinations ;. 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 � ' ?11;.+t Contract or any major Contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded Contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer ma y, in the Owner's best interest, omit from the work ` any Contract item, except major Contract items. Major Contract items may be omitted by a rF supplemental agreement. Such omission of Contract items shall not invalidate any other Contract provision or requirement. Should a Contract item be omitted or otherwise ordered to be nonperformed,the Contractor will be paid for all work performed toward completion of such item p rior to the date of the order 5�• f to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. rxw .,' 1-10 Nor 2 �awj��+ .,4 � v t rSn t r M 4 94th i t f ,✓ �vj i s iJk -'r .,,+ya F t�.tr tf � '�4r � i r: .� � 1 ,�>< F: � an v t ° r �g t •ter} `'tr t r t�' i. ; �'` i{� ;>�✓ j 1x.�>S`� ,�1! `` ttdl # A t� df.'*�}yv.>• f�,5' .�t4t s 1. � P� ,tkjrCff� tp re i r, ` . t>ir i.dk �t t;Ir fv t f ; ak, fk c.:t} �a ^ 7a�"'s P �i tsNY7{,{id' "' :'�• 1�,r1,{{,,�,1 .r.�:p '"t � ' r rt d �+ .4qqY o # t' a t . � c i 4 ': r: 7•1 � $ int�'h� " � . a V�`4`� rt+,�+ax �ati�Q `t tt.t7•,�fr f 5 {y,.. � $7. l 7ir•. t •r f . f; $ a Jr�i3�i�ot��/M S f �1 J "`rt �+t� ° �° f 2 �` . .t i 1 • 0 1 c r:l � �,. �'• y„st, �4 , 'E� < 'Z.......,..swz<..« ,? .,,....ww..cr!aYaetru•+'s".Ik?'ikf",&� r.F I`"?!'.`''.' 'f'f+'?,>.,1},ar Y,b. rkjt+"l'7r;�lS 40-04 EXTRA WORK. Should acceptable completion of the Contract require the Contractor to � - perform an item of work for which no basis of payment has been provided in the original ;' �.. P Contract or previously issued change orders or supplemental agreements, the same shall bell °' called "EXTRA WORK". Extra work that is within the general scope of the Contract shall contain , agreed unit prices for performing the change order work in accordance with the requirements , specified in the order, and shall contain any adjustment to the Contract time that, in the ' Engine. s opinion, is necessary for completion of such extra work. When determiners by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with extra work by force account as provided In the subsection titled PAYMENT FOR EXTRA AND-FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the � '��• �'�� , general scope of the work covered by the original Contract,shall be covered by a Supplemental bN 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 w<, or supplemental agreement) shall be rejected ejec by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the Contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed. that the Contractor shall provide for the free and ' {J�rAb ; unobstructed movement of aircraft in the movement areas of the airport with respect to this own 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 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 . t r , upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR +�it e UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. (�t f�{ With respect to his own operations and the operations of all his subcontractors, P the Contractor shall provide marking, lighting, and other acceptable g� ptable means of identifying: personnel; 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 a � " t the ,., airport. t •' When the Contract requires the maintenance of*vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the 5 f` Contract,Plans,and Specifications,the Contractor shall keep such road,street, or highway open r 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 3 control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United. States Government Printing Office), unless t r j otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. y 1-11 r ---•• 7777.�77 t '}5�+si7<t4{1prt 4 'Alt t g'Y i 7y ii1 S. f+,!>> f� .1 , .I' } t:t ` �: .Y"ZI u���•T C?Y`y4,� �tYS ..,�■�■n�n�e�wNnie�r�n�����eMr�a�ild�ra _yn r ,�,�t' 2'�t<Y'P,��j,?y�� Y4�r`+ 'A1q � s! 5 .Irt 4t r .�,+ �". ° H• ;1t +` s&+.t i t`r 7 \; r t..a'�ltr�..�f�a,r�t«'-+`a.t:wati<.�.::+: •r....r.n.,._.r...._...__. _ i t. The Contractor shall make his own estimate of gall labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. ' tc 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. ape' Af < t'; 1 40-06r REMOVAL OF EXISTING STRUCTURES• All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such ;. a' yy..^ existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in lace. The cost of removing such ..,. r, z{sz. existing structures shall not be measured or paid for directly,but shall be included in the variousj'�; in Contract items. ''� r 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 2 immediately determined by the Engineer in accordance with the provisions of the Contract. b r t f Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN ...+..: THE WORK of this section, it is in that all existing materials or structures that may be f! encountered(within the lines,grades,or grading sections established for completion of the work) ' shall be utilized in the work as otherwise provided for in the Contract and shall remain the property of the Owner when so utilized in the work. Electrical and Mechanical equipment to be T,. removed shall be salvaged and returned to the Owner, unless otherwise shown on the Plans. 4. ATERIALS FOUND IN THE WORK. Should the Contractor 40-07 RIGHTS IN AND USE OF M encounter any material such as (but not restricted to) sand, stone,gravel, slag,or concrete slabsr within the established lines, grades, or grading sections, the use of which is intended by the. r terms of the Contract to be either embankment or waste, he may at his option either: a. Use such material in another Contract item, providing such use is approved by the :? Engineer and is in conformance with the Contract Specifications applicable to such use; or, k b. Remove such material from the site, upon written approval of the Engineer; or, c. Use such material for his own temporary construction on site; or, 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. =.y Should the Engineer approve the Contractor's request to exercise option a,b,or c,the Contractor ;q shall be paid for the excavation or removal of such material at the applicable Contract price. The j Contractor shall replace,at his own expense,such removed or excavated material with an agreed " .{t. 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. ;a. The Contractor shall not be charged for his use of such material so used in the work or removed y; from the site. 1-12 J y��r ��` f, ,7 r.�� [ 1• 2 +�V- fir q. � 'N" � »• � ..tr.7 tip+•; �� .�. .y t . t t r � s S. .r Jktr.4�:XM1r� �`�x t,: ✓l�� � ,"dF. r.std t�f��i r '�'� t`fip� r airy rx.; �! t . ,l C,�h 5i �a� F� �✓ •' kkv,^ r)+"�a: �k� i � � .r* �''� P t .rk?c t 5 1 a� S �3�z� ,p� r 11 Ix t�+ F 4� �, i� + • k'' ,e! 4 b. } r i t ( ; �. -t,R t k s v�n'i r +�?f 1 r. f ,' u-14:t� 5ssyh .i s r7? } i l� r c9t'r+. r + ti F i i, :,Srr(e ?! i t 4 y,tt,• t: r it� �S' . +! •S. �ff ''S S;� 1'Ll f4 yu. J:. J Yf fir,� i 2 -! 1 � � �H �! { t'F �n 'yS r`"' � ,�?d "T�(r r �' c. ; .s a ., ,r;f t .✓ ,.itr.' yv 4 �. it' .�' 1.6 t• '• .,'S�! �y F .....yL._x....,_._......Mfr..__v.u.,»,..,,:xi,yy�va:o kianti»,i.arsrno{`Taz�;'Y.a+.:.»...............y.a.,�A ._._..,. .,•,..u..vww.,,.,.a.� ty:tFgts��?.�rtt�r�r:.3�f:�'t'u,!'?I`15:�}#f����l*` .n' '�'`k's,r.. ''t ize n a. Should the Engineer approve 'the Contractor's exercise of option a the p Contractor shall be paid, ' at the applicable Contract price, for furnishing and installing such material in accordance with 1 . requirements of the Contract item in which the material is used. ;r It is understood and agreed that the Contractor shall make no claim for delays by reason of his exercise of option a, b, or c. ,y� The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part ,. of a §tructure 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. x x MW;: �' x 40-05 FINAL CLEANING 11P. Upon completion of the work a P and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, xw.,,.r• ` 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 property ad' deposited on ro ert j ` r P l P Y will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. r' SECTION 50 �i•ar .• ;', :' CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The f " dead ' a En eer will � e any and all questions which may arise as to the quality and acceptability of materials furnished, work erformed, and as to �'� the manner of performance and rate of progress of the work. He will decide all uestions which } r may arise as to the interpretation of the Specifications or Plans relating to the work, the j fulfillment of the Contract on the p art of the Contractor, and the rights of different contractorsr '. on the project. The Engineer will determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the Contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades,grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified ` (including specified tolerances) in the Contract, Plans, or Specifications. If the En � gineer finds the materials furnished,work performed,or the finished product not within 4.; reasonably close conformity with the Plans and Specifications but that the portion of the work affected will, in his opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his determination that the affected work be accepted and remain in p lace. In this event, the Engineer will document his determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the Contract price for the affected ortion 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, i 0 needed. Changes in the Contract price shall be covered by Contract modifications (change order i or supplemental agreement) as applicable. 1-13 r , .i ;. ;7 yew . c �5��r ,�, f �[ t . - „^»W�s�aw�w�rraxsv+....-"—.•-.. 7777777 a u +a>s a :�' +t• '�• � 4 'a*"• :�`rf,',^ as> �+174F't t � .. t r ens + 3�d t* r ',l� s � r rr �e t i ryl lJ M P.:.sr{4. ;•�" 4':'`.i tr r� r f{n}[}�r r>et[ F.�.'`- ..'1'- .. : t.. I r.7 r=3jt FYC���}�`�". 1� :st, �`n"� ,ti•� `�ps j}r /�f�$�'{7� ��. 'x Y� t 7. .. 1 t + r ;t j�'k1�� t 'f. Yr a3(f t r' n3k��Y ,'� h �a cif+ r pp� � ,;��J� ty'tf � ` {wiFV r+ �i .Y- Nrt�6.�lF haveYa?m+(f9.'/�f�'��..�.'ih`�'#r�R'r�2!vn YSt.iL?iJ�it- +'!'tStiW7•FlS°.k+FlifllV.kM+.* %1 If the Engineer finds the materials furnished, work performed, or the finished product are not �k in reasonably close conformity with the Plans and Specifications and have resulted in an r 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. ,4 -� For the purpose of this subsection,the term"reasonably close conformity shall not be construed . ,, ra ; . . as waiving the Contractor's responsibility to complete the work in accordance with the Contract, a�. Plans, and Specifications. The term shall not be construed as waiving the Engineer's right to '�' insist on strict compliance with the requirements of the Contract,Plans,and Specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is acceptable finished portion of the Y"�: essential to provide an p p work. ' 11 i i�S19z1"[J' For the purpose of this subsection, the term "reasonably dose conformity s also intended to provide the Engineer with the authority to use good engineering judgment in his determinations -'' as to acceptance of work that is not in strict con€ormit but will provide a finished product equal to or better than that intended by the requirements of the Contract, Plans and Specifications. ' t 50-03 COORDINATION OF CONTRACT PLANS AND SPECIFICATIONS. The Contract, r ' Plans, Specifications, and all referenced standards cited are essential parts of the Contract + rr. tireYt , requirements. A requirement occurring in one is as binding as though occurring in all. They o- r 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 z� t g or testing, and cited F.A.A. advisory circulars; Contract General Provisions shall govern over ,::�. Plns,cited standards for materials or testing and cited FAA advisory circulars;Plans shall govern ?i,{ Y ' over cited standards for materials or testing and cited F.A.A. advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the Plans or " Specifications. In the event the Contractor discovers any apparent error or discrepancy,he shall <;. immediately call upon the Engineer for his interpretation and decision, and such decision shall t . 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 each of the Plans and Specifications. Additional copies of Plans and Specifications may be obtained by the Contractor for the cost of reproduction. ; r+1 �. '�:r'.'•y`�'y;°:rid `;r The Contractor shall give constant attention to the work.to facilitate the progress thereof, and •" he shall cooperate with the Engineer and his inspectors and with other contractors in every way ;# possible. The Engineer will allocate the work and designate the sequence of construction in case K ,•; of controversy between contractors. The Contractor shall have a competent superintendent on µ the work at all times who is fully authorized ag his agent on the work The superintendent shall be capable of reading and thoroughly understanding the Plans and Specifications and shall } ' e)f receive and fulfill instructions from the Engineer or his authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract _+ for and perform other or additional work on or near the work covered by this Contract. rHNJ. w` 1-14 r • titl, , i��r������'! 3Q���_?�� zr Y r49J `r�t � r ` °f � ` � + + •� � .rb J. L, � r �ax t�'t1✓;t rf . ste�+ :� �`, � ��r+�f����trGa� �'fs tf .,.��Jiyt�g�.+tG1il�'r. .Jk ttsiJ U. st{ s� , e'4� ,�•.�isgf�f��t k r.. 1,FT}, 7Lat�`al�'ffkP n �rti nt q li + s _i. +t i1� Frt y�si r ,t} .w"il K1',.,ZI ` '+ 5 �. t It�i �J f 4 i 1��.� t�.. f z'`t.f s ,; tl i ::t. ..�., r. �:• li Y'ts . 1 1(br�•�b ''#y , i �-^' lsY ati �i�{ x. � •�� J:?" t. 6 .,s., J1 .i .� iz. �. .t�ti`Ytr��„� S, y V ,cur Y *, '.., �ssr ate•,. y • t .. ,.rt • .. , S^k� tJ�a"� 1p'�" 1� �T ;.� ' t •'•+'{�i r..��rp� t�, •vrnvrMiwrn.�efidl'aht+noplrmnwoiuw�+w+;,'✓b,�':Filf&9iK;hrYt�t�..'�'.y:rM,N:w rtr....,.«.«..w4,._.....<.S . .w,M..YSr+•a.'!�+:.:i�"L+xi�' p„t�l�.i�....Y,�1?Fk s�VFt^is4§7ti�.{^�t'j7'�..A"'x$fif>S'3{x''^a, j .=' s • t����`;Sry,3 - When separate contracts are let within the limits of any one project, each Contractor shall ;• �:�; conduct his work so as not to interfere with or hinder the progress of completion of the work { � being performed by other contractors. Contractors working on the same project shall cooperate :t with each other as directed. Each Contractor involved shall assume all liability,financial or otherwise in connection with his '"`''#'r`` Contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. { The Contractor shall arrange his work and shall place and dispose of the materials being usednvJ.} so as not to interfere with the operations of the other contractors within the limits of the sdme t: project. He shall join his work with that of the others in an acceptable manner and shall erform it in proper sequence to that of the others. p Vj 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer will establish only horizontal and vertical control for the Contractor, and the Contractor shall set all additional stakes for the layout and construction of the work. The Engineer will furnish additional information, upon request of the 5 Contractor,needed to layout and construct the work. The Contractor shall make available,when requested by the Engineer, adequate help to perform the as-built survey. :vii p* } 50-07 AUTOMATICALLY CONTROLLED E(7UIPMENT. Whenever batching or mixing plant ` equipment is required to be operated automatically under the Contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of 48 hours following the breakdown or malfunction.,provided this method of operations will produce results which conform to all other requirements of the Contract. ,;:'` 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Engineer shall be authorized to inspect all work done and all material furnished. Such inspection may extend YY y d to all or any part of the work and to the preparation,fabrication, or manufacture of the materials °{fix to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the ` = Contract. Inspectors are not authorized to issue instructions contrary to the Plans and Specifications or to act as foreman for the Contractor. ' Inspectors employed by the owner are authorized to notify the Contractor of his/her f'f representatives of any failure of the work or materials to conform to the requirements of the .. contract, plans, or specifications and to reject such nonconforming materials in question until a such issues can be referred to the Engineer for his/her decisions. 50-09 INSPECTION OF THE WORK. All materials and each part of detail of the work shall be Y` .t; J 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 b the Contractor as is j required to make a complete and detailed inspection. y ti;;fit 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 1-15 LV C�fh„�'j ffix x i ✓ a tt t t"3 Ki �-- _r"!r'�-Yk'yi�rf ..„n.aerw....�.u6as:..mrrs.. +o � .� 'nre�..V..a..�nss•crorin =�,mrT-,Syy t nM1+' -�• 'fFK4 ��a'i�'i' 'dd��t'S1�'.iv`+Rts.r9�r w,aaaa9at>«+tl zHt{'S..�.,.�Nld'tF.'�i,•4�."'-x....,,.y._x..... ............ta,...,.,.., .«.a.. .:....., ,....w...,z+n+; .SY ,''w'it'.'k+�.,�h'tTr(',4'�° :4•Fn kM tar��+.»tiih..u..,-+t..........._...t.,..,.....f.e..,.u...," '�i t: .fi �� paid for as-extra work; but should the work so exposed or examined prove unacceptable, the overin �or removing,and the replacing of the covering or makn g g ood of the arts removed Cf will be at the Contractor's expense. `k '`` 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 iv unless the Owner's representative failed to inspect after having been given reasonable notice inR _ " writing that the work was to be performed. �' ROD sri ' Should the contract work include relocation, adjustment, or any other modification to existing '. facilities, not the property of the (Contract) Owner, authorized representative of the Owners of such facilities shall have the right to inspect such work. Such inspect shall in no sense make any facility Owner a party to the Contract,and shall in no way interfere with the rights of the parties w �' 1 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 I ;. unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. ' Unacceptable work,whether the result of poor workmanship,use of defective materials,damage 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 provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK o f Section 70. Work done contrary to the instructions of the Engineer,work bone 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 aid for under the provisions of the Contract. `$ 'a ' _ Work so done may be ordered removed or replaced at the Contractors expense. F Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer4'' km` made under the provisions of this subsection, the Engineer will have authority to cause P P , unacce table 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 >• •i the hauling of materials on public roads beyond the limits of the work. A special permit will :t not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course I . 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 f: 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 1-16 t' ;1i4 a k�,,•�we �h4f.i. Yyt.r+'..p'.L,:"v`}. 'rji,}"Y"R Yj .ti;,�}...:,:+r.: 1,•�.o,•zdk,.., c:IP 'l.,�i+�;k: .{?�y:j�t",,u'� � •fQ�' '!�"''�4`'}r•J�',.. j :4 + �*7�i 'n.•r' r SrtG,`i 1"7.*r� tltLu'.m 'S�'Sjfdi!k43.}�r`,•waYn '4 1 5 I da c t,+tt 1 3 AYES W�.i ��t^" ^F,W+�L"+f� r } 7 ;WIN '�a'c� vn-�'ld!-wtib •t a,?Y.'� .r11�,�tlL°r , .r+ik.> P�. ` "'`• tl 1iF4'"fili' y. 4. rz",'i r tJ r.t'T"' L I�`rd, la,•'dr ,¢'i F '/ r<.'.'Se.'iF:'??', 2� r{ ,Ct tom, .t k msf.,,t '*r d3 I r .. •�;F t ,. ,i �5 �+hi}1,,,+. 7' f,+ir �'• d t r s i , l .J rh✓�� t � �? x i� t t i t�,#'8k�rrr''t4k�yY�55rt!•r�,t ifa s�t � ; ' { ;, s t , , a {. r t r'.Y ,�• �+� 2 ..;�,� G zi�k•�7t'�4t,..�y' ..+t. i.t i ,! 'S i t t ,F S• ,f r t�rl • \ , 7y 0j ;S; ° {. � A':�r �•n•---•...•r i .......-�..- •' ---••-'•---•-•e-•-�------•--•-••.......-.R,..-....'Rwp,vJ,•«.-»-+..-.— aa.et<tT--�rt-.'.�.'*+r+�lipr.f f7 and effective work prosecuted day by day,with adequate equipment and forced so that the work is maintained in satisfactory condition at all tones• . 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 F s construction operations. z,rr „Y. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various Contract items,and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAIN'T'AIN 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 ;r. within which the Contractor C shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at an y time during the prosecution of the project the Contractor substantially usable unit Con completes a or portion of the occupancy will benefit the O p work,the of which '`•`��"°`'�"'����'�: the E Owner, he may request Engineer to make final inspection of that unit. If the <.���'�,=,:2,;•. .?t r.„.,;.::}•mot,; .s Engineer finds upon inspection that the ufiit has been satisfactorily completed in compliance with the Contract, he may accept it as being completed, and the Contractor may be relieved of ? .; further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the Contract. ,fry}`•����3.; - 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion a of the entire ro ect, ':}t Fr, p j the Engineer and Owner will make an inspection. If all construction .' provided for and contemplated by the Contract is found to be completed in accordance with the :3+ "a' 5_":' Contract, Plans, and Specifications, such inspection shall constitute the final inspection. The Engineer will notify the Conti-actor in writing of final acceptance as of the date of the final inspection. " If however, er the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will �.y • gm 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 a....,•r work, another inspection will be made which shall constitute the final inspection provided the aq � }' 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. , i 50-16 CLAIMS FOR ADTUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due huh for work or materials not clearly provided for in the Contract, Plans, or Specifications or previously authorized as extra work, he shall notify the Engineer in writing of his intention to claim such additional compensation before he begins the 1-17 9 i� 5 tl e t ':q:ar,+ YFtt',:2�^1,. .S(,,i y,x l x. • .. a t , �, iY.,. i( Y' Z ��' 4116"1 .rrilt i �,iL � rl ht tkt� � � 55 �,1 :• } r ( • i t K �:'^ft '�"�• 'tr,71G •Lt.t}�S( r 't t t ii.. .. :_ .4.r�,{�td "�'". y �}. Ito- ....�....:L«.rover«uuav-sr+an+f!M'atkfihraz�??�C?1%?�,t!'L�' �•w'�.tr.�A,x'k;M""';?�-'.s83`�!�1E=#4;i4tR::},#'�NrFMt7.Cdr+ama......�.'.,.:..._......r.:,.ra+l k'. - work on which he bases the claim. If such notification is not given or the Engineer is not := a afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additionaln , compensation. Such notice by the Contractor and the fact that the Engineer has kept account W"=° of the cost of the work shall not in any way be construed as proving or substantiating theY1r validity of the claim. When the work on which the claim for additional compensation is based r '� . ' `' •..� has been completed, the Contractor shall, within 10 calendar days, submit his written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17.. COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to PP Y Y contracts awarded to the lowest and best bidder pursuant to competitive bidding. On projects with original contract amounts in excess of$100,000, the Contractor may submit to the Engineer,in writing,proposals for modifying the plans,specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair,in any manner,the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired �Y6tf. appearance, design and safety standards. This provision shall not apply unless the proposal tt r Via$ Y submitted is specifically identified by the Contractor as being presented for consideration as a ;r.., value engineering proposal. ;a . 'b o cost reduction Not eligible for -�: n are changes in the basic design of a pavement type, Y runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities. or changes '> in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: , a. A description of both existing contract requirements for performing the work and the %4 proposed changes,with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the pxoposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and :t under the proposed changes; �< d. A 'statement of the time by which a change order adopting the proposal must be ;}t issued; e. A statement of the effect adoption of the proposal will have on the time for completion F. = of the contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. !. 1-18 ' a �F;,i�s��'fLFT-�a 3�t'ti�, '``S F py{{, j r. .r . 1 ,h.'. �i rvj;�H• i tfii a. g �'�•srl ie F sf t. r C..I 1 ° .7 1f f� 7L, },'r+,� bt9 xi 4{ •eftwt.{ SarkU r�? 4x�nft'' sa �F� yt �r fij7t {4�ki iW �' I ,.�.—�.,� � ,:�s�i..k— • _ .�._r.;.,.�„ � ' - — 9- �' ail � } �� 1,'�'�n�r�waa��!'-�-1n .�.-..^..,�.-..w+..-.�- ..r�"...�..f..�r�...w—.-w'1��+s��.�.n-1'R�Ofu"�" k t y .r`�J ,(•PYj f4'Fi,��;,u�ntt;f{ ..�. 'iV t. i '.. 1 ..' ., .• _, : 5.c� .. .. .. ...M'±sy'•ikr Nw,UnR i!..h4;,,: '{V"f,,.l,iri&?+�.:''�.tlx3�i�C'�>�35b+tJlwa....s4°.%�„ 4 ; 3.11}�D'ts`A l,Fa' Oft} •. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by j 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. k ' The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have re q uested in writing, such cost reduction proposal shall be deemed rejected. t5•'ir'n��g.; .. c " The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the r 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'sfs,. y judgement such prices do not represent a fair measure of the value of the work to be performed `fs?'': or deleted. :r3aa� a The owner may require the Contractor to share in the owner's costs of investigating a cost 3 reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed,the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the owner to deduct the cost of investigating ;...., . ` a cost reduction proposal from amounts payable to the Contractor under the contract. °. If the Contractor's cost reduction proposal.is accepted in whole or in part, such acceptance will be by a contract change order which shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications : which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include 4ny 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. . v,"j jr,t11'�x The net savings shall be determined as the differencg in costs between the original contract costs ` for the involved work items and the costs occurring as a result of the proposed change. The .`,(' a•tat"'�"'�'=.�.� ., change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract rice that will divide the net savings equally between the Contractor and the . ,: P g � Y Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the P S P Contractor for the cost reduction proposal and the performance of the work. ; t Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not •' extend the time of completion of the contract unless specifically provided for in the contract change order. SEC'T'ION 60 • 7,�j�• 1:,S 'u CONTROL OF MATERIALS ;, •S.l>S� ryry1.5. 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the Contract, Plans, and Specifications. Unless otherwise ` 1-19 'r . t X19}YerilY,Y#C<aaNW'^^°'v ..if t .. ,.,,%%�� ^^'"".�aw�acSi'.NZht+'F,Yi..lrn. •s c+ 1 01 1 t!' �e }R• e. .� .� .�,� ��}�,,��yy'''�{'`ri �t�f�' i c r�' .�G.� r .. .. x' .t•' c A r r'r{71r�t xhk '1 u, rt s L 1 VW i. r S�rS}• } r-r 4`t �.fj r t S t .4 ;1 { �;?�G: �iy 14 r. ipaawd�m`�r,�a �alMLwi� +�satsr>,�FY �ur'e�'..i?Gs h` ' . r i �r`fie i J t�;lr� i .s 5,7�rt tai.'ft> y j '`t 4 +'nr t.t` r•t ��' ii � i �c�*q SfIC jai t2 ar b t _.�s.......r..:,�..w�„nnwsm '`>>`7tsg `,'�t rf. cie,'*, G •,. 5 'I..1su... -`i"� . •.eta:.: • ., 7 p'. specified,such materials that are manufactured or processed shall be new(as compared to used or reprocessed). In order to expedite the inspection and testing of materials,the Contractor shall furnish complete ' i statements to the Engineer as to the origin, composition, and manufacture of all materials to be ' '� used in the work Such statements shall be furnished promptly after execution of the Contract ' ' but, in all cases, prior to delivery of such materials. P rY t. At the Engineer's option,materials nNay be approved at the source•of supply before delivery is a 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 otherrsources. r�y'` The Contractor shall furnish airport lighting ui ment that conforms to the requirements of 3 cited materials specifications. I.n addition, where an F.A.A. s ecificatlon for airport lighting shall equipment is cited in the Plans or Specifications, the Contractor furnish such equipment dr;..'f�rf. that is: �f 1,' ,• .i" a. Listed in the F.A.A. Advisory Circular (AC) 150/5345-1, Approved Airport Lighting Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by F.A.A.) to produce such specified and listed equipment. tf' 60-02 SAMPLES,TESTS,AND CITED SPECIFICATIONS. All materials used in the work shall be inspected,tested and approved by the Engineer before incorporation in the work. Any work r 1+t�yS•..d �'� in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard f' methods of AASHTO or ASTM which are current on the date of advertisement for bids will be n ti made by and at the expense of the Owner. Samples will be taken by a qualified representati ve 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 test will be furnished to the v Contractor's representative at his request. 3r` The official testing laboratory shall be employed and reimbursed for services by the Sponsor or the `Y Engineer,per the Engineering Agreement. The laboratory employed the Contractor or uali control 'y '� ;;•;: Sm P gi g �' �J laJ f 9 �J 1.., or plant calibration shall not be the same as the one employed by the Sponsor. The following informations i is a breakdown of the laboratory services to be paid by the Sponsor and the Contractor. a. The Sponsor will pay for only one passing set of quality tests (Los Angeles Abrasion, soundness test [either Sodium Sulfate or Magnesium Sulfate], Atterberg Limits, etc.)for each type of r aggregate used in the different Specification sections. When the same source of aggregate is used for the ' dif ferent sections,the cne set of quality tests will suffice. 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. Gx•Pi'. 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. -20 r "tkkk' ( •;�t a e+,� 1 s ft r!! 4r'>' s r > �a r} `t t 15 rht SF`. � } stjt .ei �_ [{.��` a r f t • v!l sir' ...,b rt.. x ,Sr t '•r+ i rt{ � a� r t..y ,? rF � t {t. I & r�ri'I.i J i t s �• tl ? +4 7 >. t { t4 Y {y h 7 ���t" ,�.a,+. )ht �i vF rtrkd r ,�gr�t1S� .r }, i ,�t }3 wl I. "#5r r �Sts .r+ rr{L 'fit G t. �f f q.� �f• '{ tl. ri t x�z SA,I, !�, yyn @tt�alt 'tai r�Jit�l #i,.yrix;:r f t .'!f Wt t,f �'� � � eJ d ���� ,t�•, t�,, "�� �' .enu'�rD rtlj ;a +4° r'1'. SIR' G.'tY•',� :� ?« .)1J", a,},..�4 .I k;pP,• ¢ {: :: � +... %.:rt:^ w s��i.q��('y�a r,if[`S"'"`itin��tsrl�� x� . tfyS d�' .r( 1 ei�R°t r ii a4 J� � ,rr'L t {���R���P'�J i ��pp+ryI•�'r��j�'���'p ;,y�,� _ }; yT�t 1��tr �s �,At r' �t ?�r f u 4 rf '. r t �� Tr'`;4i+3y3•S.r,r���^°QP � �jy � p ,f > a f .}t;' �'-. ''� ..ir -tx. t„• s .c �. �rf 1,rtt �a E S�r ,E p�G•'n . All', I n . .'1..o!!_,f,..,tr�w '�lew .. w }••..:Ebm'n.,w..,,......................w rt,. roLL. � to'<iKX;oCw'� '. i ...>,a.» �.,st«.d>ruk+fiu:a..,,..vtti>,ra.+�n�4tt.-3sry '�'�` nz„ t$ ...._. ...__..wx`,-WC< •,.,•�n, :w.c•+isr^ xr.-T. d�R+�u+ati ; 6 I b. The Sponsor will pay for only the one accepted mix design for each type of material required . .£F,j (P-209, P-401A, P-401B, P-501, etc.). 1 a mix design does not meet the requirements o the rrv1`" 4f: If 8 9 f Specifications or the Contractor desires to change material sources, including asphalt cement, they "'p Contractor will be billed for the mix design. 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 shalt 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. Additionalrht tests required because the initial density tests failed shall be paid for by the Contractor. This does not '' include densityy 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 the laboratory. ",r ,•t•y 4`M`, 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's 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 +.✓;`'.`{l 1 <{4 i,Crip f such materials of assemblies delivered to the work must be accompanied by a certificate of ,�f compliance in which the lot is clearly identified. r'r;f'S1'p Materials or assemblies used on the basis of certificates of compliance may be sampled and . � P Y P { 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. r ' .': 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 �;x4` 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 e 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 'M requirements; and, b. Suitability of the material or assembly for the use intended in the Contract work- Should the Contractor propose to furnish an"or equal"material or assembly,he shall furnish the 5 ;: manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However,the Engineer shall be the sole judge as to whether the proposed or equal" is suitable for use in the work 1-21 u �.! 4 +.w.+.a:uY�.rw..c ... -...,, .,N ,«.y.,... .-_... . ... .,r ,.,.. .. ...5+un•NMafiV4a�%JC ?ufnn"'^"'"`r; r..{.r'�rf.4 4 M., r. j• &M� � iIVIIId�{il 1 )+��t .. t {} +ir if } .Ais, 'n t s t r 1,ryt�1( .� s�{tar• Ji�.C. . a, ., � • .: .. r :. FPP�,f{' J3� i� � '§�T :i} + d <�, Jtti 3q�iC x,tX•;i{<$*.:. i� �. {.. ;, r t� tk ,... t f . , ' ,. +} J:rj`s i$3d{^f3' t '�`�` �tm.xi ys• t.d+ilrtib:Mtl aea8rfi>r�e)wtr.+wuer:,t.:>.:u'ts'�i+u+wNJ!�i}Ytk�,a#'AS:��S�vk'"d�a'.�'M �s,�`�ia'�' 'v�'u��;§�[,�4�r ° :h t`ti ,yL. t C' s.: `t The Engineer reserves the right to refuse permission for use of materials or assemblies on the ' basis of certificates of compliance. } dry: 60-04 PLANT INSPECTION. The Engineer or his authorized representative may inspect, at its J5� a source, any specified material or assembly to be used in the work. Manufacturing plants may x be inspected from time to time for the purpose of determining compliance with specified `" manufacturing methods or materials to be aced in the work and to obtain samples required for his acceptance of the material or assembly. ' Should the Engineer conduct plant inspections, the following conditions shall exist: P. .z: a. The Engineer shall have the cooperation and assistance of the Contractor and the �1 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 r �!`.:;" ti t 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 working space should be conveniently located with respect to the plant, ;: t, It is understood and agreed that the Owner shall be the right to retest any material which has A.., been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall nave the right to reject only material which, when retested, does not meet the J ''tY requirements of the Contract, Plans, or Specifications. $ 5 60-05 ENGINEERS LABORATORY. The Contractor shall furnish and pay for power and running water or a mobile laboratory used or testing materials at the project site. f � f g Pr 1 The Contractor shall provide all reasonable facilities to enable the Engineer and Inspector to inspect the workmanship and materials entering into the work. a� 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work Stored materials, even though approved before storage, amy again be inspected prior to their use in the work Sorted materials be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials ,.� : with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the Plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner #s or lessee of such property. The Contractor shall make all arrangements and bear all expenses y� for the storage of materials on private property. Upon request,the Contractor shall furnish the A5 { Engineer a copy of the property owner's permission. s X 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. cr 1-22 ;i i �.'�' f �:; • �".�''G �ir s ,� t ; c�l +t 'W. a>sti �+ .k `��'..�d7" i��t������xb't4�.. %If�F �� 't+", t�ks t('� c •�:.+aG.. tt ! !r t '' � +•A t� 1 �s��+�It fxx'�+ 5'• .Y. "r� �3,,yitt js �ys� '�$ e .� t s s s t k'� tSaTa! '�. i . y e+� *�rtJ.{ ry Srcrr+^ i s fi aft 1 f ft r } .. F � G t: r•{ x ��x�`t r'k'�h°ca yv$�"y4}�t t SJait� �t.�p✓��4 tr+t � i r /.t r .1+7'`f Y�J..F Yr'�r tr yi-V"�'at"'t�i#i,F.o- y a p r t $ Z +t�C}+J .tc � J .+ 1 �+ t 1 t -� ,' tr t �' A�f.�Yi$L���� • �( )4i i Ntl P rs di t i l trr i ,} r � ���•��t,�" ff� :�'�s ul j. i� .!#''L r+ � tv 7 A J' ist 1 1. s# ,A Z, tS � s �, a §�'� t �� x`�S�` �i �x� dt -., 6 t_1 r ' 3 1{., t ' r �' r f >,r Z.•�k:> z!(i.. t �'�.f�yrt� 5[�7 xiy § ..s s3 r ':J t '::.•� d ! _ s ,��. Jh ysst?;'�'�,, •i' a ydwWW 457 �� {� i S'�4`SY' �'"Yi - ��•; Y� '§. A S .•x}?�t�^�. zt�t y " 1.. :y Y+ .. . . i. ,. ��. , ;4 "J �, � � r � tl : C ,.,.� t .y t '� n.a}: ,a h...r ., ..F�`� ': ,...,� ..�..`'�ti,+Krc,.avWS�^R?thYf:SF+k"k '�C?#: 7•�'U!b't'-�$1M.t��s:.� t,' t' i>i3.i`+..r.,s.:aL::.:...w..w.::.$`.:�,.....1:s.i:w�wtti+Yit.Y.4k'f<"!y `n�"�'s.'Rtes:.��"'i~G'�'lXVltSt'e,ami.».:w.:.a�.v.,,..;.,..•.,. ... ..... ___.. i. �V1x. 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 the Engineer has approved its use in x 3a the work. n` r+ 60-05 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 location specified t herein. ' All costs of handling,transportation from the specified location to the site of work, storage, and � r: + rr �. g P P g installing Owner-furnished materials shall be included in the unit price bid for the Contract item in which such Owner-furnished material is used. py''{ tn` After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage,or use of such Owner-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. x'i The Contractor is hereby authorized and directed to utilize the Owner's sales tax exemption in the purchase of goods and materials for 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. _ SEC'T'ION 70 LEGAL RELA'T'IONS AND RESPONSIBILITY TO PUBLIC k. , , "t 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and ` State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in.any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work He shall at all times observe and comply with all such laws, ordinances,regulations, orders, and decrees; and {,yS -. 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, , or decree, whether by himself or his employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses,pay all charges,fees,and taxes,and give all notices necessary and incidental to the due V and lawful prosecution of the work. �.pr 1-23 3F4, S c rti �7�`,[n.r J!`{N' !uK - �.y s4 r e att Lr/•:.r f... `i j ...}Y �FI r.f tt`k't5S $�'�*}'" �y! '7 lx`.(� `�'+ � ix '4 ( 't ny,41 J ' rt aa t�r tt s S r hfi��t�a(s�4� rl�� i" f`A �''rT1 �. �. + ''.: � 5 �' .!f� y 3�t•i�t'� z rr 41 # .} Y'i a v,,+b j'f i . i a ` ';I 1 b ; ' �` y.t 7s.,ij.•4�� f . .w. {�`+.rnt�awsttFMUfddeue tev.:.+s«.....:,... ..,:.,1.s..:,..;w,.:,...rd«.oti«xnrtCkA9t4L' f"r�.:f�.!.tr�`iv.'.x'k ki. n..,,'" : c�JF:I`�','c�?�?`;J�'�?):f�t�+aklsvalistek•..w.....:.,_..._�.... is +4, 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 cif patent or copyright, y he shall provide for such use by suitable legal agreement with the patentee or Owner. The Contractor and the surety shall indemnify nd save harmless the Owner, an third p art or ° political subdivision from any and all claims for infringement by reason of the use of any suchy, 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 d.�. e'. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right J`; to authorize the construction, reconstruction, or maintenance of any P ublic or private utility 4 service, FAA or National Oceanic and Atmospheric Administration(NOAA)fadlity, or a utility service of another government agency at any time during the progress of the work. To the 7t ;7;:•: exterit that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: baf'. G • Y=ice�F':1 t:;.v,kc• UTILITY SERVICE PERSON TO CONTACT CWNE1tS E[vIIIZGEtVCY OR FACILITY (NAME, TITLE, ADDRESS) CONTACT PHONE } MU wzuy Airport Facilities John Drainer, Airport Supervisor (314) 634-6469 F.A.A. Facilities Lee Flohra, Columbia (314) 875-5310 Sector Field Office ,.:. Except as listed above, the Contractor shall not permit any individual, farm, 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 a owners by arranging and performing the work in this Contract so as to facilitate, such T. r 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 F# 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 4 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 . Qprovisions 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 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 or Specifications. s 1-24 f t+ .s , re ti h t i b x f r 0 N 'r)yfy,:>.,r, ,'� j .r:� {`i i r .i y." r )d, . }S _f�•sf�ti�� ?+y' '}°} > N}�fi�B�S� '1y�'t1�>., i,�,r :.Lf �. M�} �. K 5 t �. °. - > � ? }rtr� r•4� �•6. ,�t G, F r"' c.r t y i 7. Yr *5 r; 1�t u ' ? , i".. � i ��2 � ,�• �p ',0 7�'ro'�+' i 3 ye s�,cdd .'rJa�i✓�+ Y 1 .n>tn y Y`� t i r j t „,1 J�rxA'{i" '� t rz W05, ( �i W`5 t h,''•y. AM— , kr i t 4 y 4� .a'. e i �5c3y3 t f ; €°� ,�t;StFr� �lliffi.�.i{ ern�.� jt ••c ,.t,dt r � t y,3.1;• �,`��`��y�f'��.Y e.' t"d swt.a J� �•fir. ../., a ' r " ' :i'} �} 3s'" is rt°,�`rah��t�kM}'dY' a�.,.,���°Fjy?' ,�, C: Y�.S S k L s I }�"..b`. t' vi .•r i �. J 7t'C"d '�.'�...57•j+k� '� fit,'^ u' r. ._' No requirement of the Act,the rules and re pons implementing the Act,or this Contract shall " q � � P g be construed as making the Federal Government a party to the Contract nor will any suchy j requirement interfere, in any way, with the rights of either party to the Contract. *., Jy` :;ii` 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 ,,""`'i44"" be necessary to comply with the requirements of the State and local Board of Health or of other r'= bodies or tribunals,having jurisdiction. k- . Attention is directed to Federal, State, and local laws, rules and regulations concerning `4 , construction safety and health standards. The Contractor shall not require an 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 `4:ttj' those of his subcontractors and all suppliers, to assure the least inconvenience to the travel in g public. Under all circumstances safety shall be t he most important consideration. ,r+ The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic 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 };�.. LIMITATION OF OPERATIONS of Section 80. yYg 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish , erect, and maintain all barricades, warning signs, and markings for hazards necessary .� to protect the public and the work. When used during periods of darkness, such barricades, warning signs,and hazard markings shall be suitably illuminated. For vehicular and pedestrian { '` traffic, the Contractor shall furnish, erect,and maintain all barricades,warning signs, lights and 1 kk r� 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). When the work requires closing a movement area of the airport or portion of such area, the ' ,? Contractor shall furnish, erect, and maintain temporary markings and associated lighting ' . conforming to the requirements of FAA Advisory Circular 150/5340-1,Marking of Paved Areas 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 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 vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2. 'C,CAI The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards nor to commencing work which requires such erection and shall maintain the barricades A warning signs, and markings for hazards until their dismantling is directed by the Engineer. 1-25 r, rYy ly.T FyT ��.`i • ^�,,lrr���}ii,`,Y��+ky,.,a'��yr[JY b n �yucd i�yy`�:;1,�xfif5i 7.4�''�l F,4+F'�j.!5 9}n, FJ�ir 1 .Z 1e 5 7°Yti*�i,7•sf—��^'.{+kiiut x 1 '_.-.`."{i..'�1w. ; t J ! } y i t F�aa.r "Tx�sh'Pr- ^ ,�" 7 F'` £S 1~' r .�,;��.'�xjd:E'�y.Jyty�F7ipfat J1y'r� f$ ; �.f .`�.I�`4`i 5yk'f irF,.,^:,;'• �'..•• �,y k r3�i $ �At'�Yti�f?.3lYtr� �?�'x;Y F (.z t a, '< .`T^r.«, x r.@ a � t, J) a �3��y:y g, '��±s*}i,:,,t p 5,. �, s x £ 3 y it t ,C )^•, e�-,sl��s: 7 a ! , ti+y ♦ '?h.xj,// t# L t {d max. v. s f fl r c 1 r6 A t �} t, � �' v�"•� ACS yy a � 'v r .t a�. � l "i d i;� t 1 }�. ''. c if i�� pi J ��yw�, �rsc33•,t^.•,^, }4�1J`y 1 �'� . 1�r� � ��. ,yt t� z r ..� 1 .�� ,x t� n . x .. ✓it " 'tY'j{"z;"� ; r y. i" ���i�s1(� at 1 1r Ott r t t l416 f� t. '� '`}� �'�'�s r i �tf}y � /t ^+x. � •'`.. 1 t z v -. z y�p. u 3.i �1w'Yt YY�'^ � 'sa `�, ��f'�-cXt��l�' ,X."r ti�1.. t I+. 1 � , l.r..tJ. t, } Js .,t:' N� t;.rt1 r• �.1 �,.,Fr��J �y . . `w[F srT+,ii N •' r r. ,. r : £ £, �, ,£ f shi f$� tA Ui_ Open flame type lights shall not be permitted within the movement area of the airport, 70-09 US E OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and,in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility.company having structures or facilities in proximity to the site of the work of his intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. % 0, 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor , shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any charact er,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 said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore,at his 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 such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The.Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person,persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work;or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark,or copyright, or from any claims or amounts arising or recovered under the "Workmen's Compensation Act",or any other law,ordinance, order, or decree. Money due the Contractor under and by virtue of his 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 1-26 a. wmp 00,7+4 _AA �M� L `i+u+Mi3�.Y1, it �ti$t f� t_.��,._ t C -7 �T�_ � - • ;11. ..r. ,.�, ,h?�.`�f".`7�'�'&.t�{aEt•.;£�jOt�'('��'�'�.1�'� = r T'�y. ,'�.•t i�.., r'a t i :j� 'sf y'st`' tY � _t)S t us 1..'. 1 .fir )f� ����� I >+!�; FK 71 i� LS,iS (1�{1 '^S� S W � .f .. `.\ 'd t,.''iL.t ...T� �4t'�,.�• ,k��• �e rirli4r;.t•;t: t,' ,`st .t���� tnmt,w+w,� .�..�.......,»«..:.:...._._». aria a =j 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 ,; E '' " roduces satisfactory evidence that he is adequately protected by public liability and property ' pg ' . damage insurance. PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties ti 70-12 THIRD — — Contract executing the Contract that it is not intended by any of the provisions of any part of the to create the public or any member thereof a third party beneficiary or to authorize anyone not dama a ursuant tort ':' b a party to the Contract to maintain a suit for personal injuries or property g p the terms or provisions of the Contract. 70-13 OPENING S ECTION OF THE WORK TOT RAFFIC. Should it be necessary or the Contractor to complete portions of the contract work for the beneficial occupancy of the ownerr,;; „u«, "phasing" of the work shall be specified herein ,. yR prior to completion of the entire contract, such When so specified,the Contractor shall make his/her own estimates;;.' .-°``a } and indicated on the plans. such beneficial.occupancy by the of the difficulties involved in arranging his/her work to permits p1.;,%^t;r'+^..F{ owner as described below: 1. Phasing shall be in accordance with sheet 2 of the plans. :.: listed such portion shall be accepted by the portion of the work above, p Upon completion of any PARTIAL ACCEPTANCE of Section 50. owner in accordance with the subsection titled ''"'" ' the Contractor for public use until ordered by the No portion of the work may be opened by 0.. Engineer in writing. Should it become necessary to open a portion of the work to public traffic fit. nings shall be made when, in the opinion of the on a temporary or intermittent basis, such ope 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 f constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to .r . 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 t' the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the Contract work. " r (. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written •,� .k acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor. shall have the charge and care thereof and shall take every precaution against injury or damage to an art due to the action of the elements or from any other cause, whether arising from the c•f Y P execution or from the nonexecution of the work. The Contractor shat[have rebuilt,repaired,.resto7e , and made good a[[injuries or damages to an onion o the work occasioned by any of the above causes „. $ y P f r before final acceptance and shall bear the expense thereof except as stated in paragraph 70-13 above, and ;2 damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor,including but not restricted to acts of God such as earthquake,tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public h� y enemy or of governmental authorities. ru 1-27 n �ti r 'n ,t r (' y Lr,�1�f:xn ,�'r�e l�S•t'fti trt 1,.{+,:..,ri+.+st� �r }i r; .t r..{, t -ti f 's, t t rf,k�j tS,, t �;dX' .yp�1 . F.�� t'r 3"t 1 ri t v { ,r v t 1"t, t r •r li•'k� ;t� r � + \ �,.{4 i tt f I Lp.. i ty ?. l .Ham, ,+�¢.v s .+ �e.*t" t."'f ��qnht;7#' si4 1 ., .�.7t t ti 5 ;�,•, tr yr- r k.i �t�1 .r 4i5 ft+Z�t S ia i'ti ��i ,.ts c�;}�.§r rYf)�. s 7"1 �' tl. , ti. r t:�r = il Li�"t �`�y2"(':,CJ�.y�+%f��'� '' y. � .�. 4+''rt• ;. . } s t.t, , a, .. S)4jSSf�S tin�I�� ;i I�r>g•� ���, " 'S#� sit 7t .. .. ti�.` e'+7+-7�d:'e�St n�}Y�+�'."'c�,P' i7`3. '`'u,°.•'��,d' t .�: .;l �d' �..�uckNvt:+M««uriet i+eer,.a`�r.+wlrn'�•..r.,....,.....__. ...x...� ..«.;.wwnrn•+n,nnv!mt!Y!'4 k.'9,f"±��"?<,a �,�="""-ut.i�A•.�`'-:ffr r a> 6t If the work is suspended for any cause whatever, the Contractor shall be responsible for the zss,: work and shall take such precautions necessary to prevent damage to the work The Contractor shall provide for normal drainage and shall erect necessary temporary structures,signs,or other ,F E�fI y.. �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 newly4 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 ,: '':, 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF 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 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, Y` reconstruct or maintain such utility services or facilities duking the progress of the work In addition,the Contractor shall control his operations to prevent the unscheduled interruption of '''4`>'';. such utility services and facilities. To the extent that such public or private utility services, F.A.A. or NOAA facilities, or utility + . services of another governmental agency are known to exist within the limits of the Contract tf work,the approximate locations have been indicated on the Plans and the owners are indicated as follows: UTILITY SERVICE PERSON TO CONTACT OWNER'S EMERCENCi OR FACILITY (NAME, TITLE, ADDRESS) CONTACTPHONE Airport Facilities John Drainer, Airport Supervisor (314) 634-6469 . F.A.A. Facilities Lee Flohra, Columbia (314) 875-5310 �. Sector Field Office y w It is understood and agreed that the Owner does not guarantee the accuracy or the completeness ;a of the location information relating to existing utility services, facilities, or structures that may be shown on the Plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of 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, f. 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 ", z DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the 5 Engineer. ;? r 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 1-28 ; � ,f�4 d tr f S r .�• tF ti i'. � It w East t?�1��.;}i') fi � •r ,-��k+, @!'•.`1^L,kf��it���ii�! �fa'�y�,r itY'i �"i{�Uk. t r Yr. r![tS..ri � . .. ,, f"i r rc . ! �l"� ./'lt��t jtr{ r1�ta��i,�,�! rr'- V L( S r t^t7• '� + •a �t .�.. f t?' r" v "reF .,x it ��S' ��,t'r '�`�Lyr . r i + t�t r it✓ >'` } r„r ' t t 'L y! }y ,t 1�9dti✓.iaf�t� riT' tF ;1,i gct�. �,�Y� b � R�'e^'n V} ,�' j) c�{ti �..r{n y e`lj,•ir e t�` i �iT t f�y + ` ., f !4 ""k r� �":�.. ,�, 4,� .� �,j.t idJ•}� (' ? a �" � `'�`e ;�f 1 Il,r 'r r kS1 '{� ?t,rS,���''� S ' r �.t { �F� 4S ?M{tr � r t .. � �.'} } f•r,1�"y}���" t L! 'a#C r: 't` •k ..r,;ftYi'.r: :a•.�.•. `klX. t70YStrer.w3..:.ss .�r4. 4 s.:...._`.-.,..�_<r .. ,t. ,z .tx r`Mt3` Contractors opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advicet� ': should be included in the notification. Such notification shall be given by the most expeditious ' M means to reach the utility owner's PERSON TO CONTACT no later than two normal business ;;F RA J, 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 Contractors failure to ve the two day's notice herei.nabove provided shall be cause for the Engineer. to suspend the ontractor's operations in the general vicinity of a utility service or facility. r ? 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 ' s within 3 feet of such outside limits at such points as may be required to insure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interru Lion of service. The $fis Nr. P g P � P Contractor, in such events, shall cooperate with the utilit y y service or facility owner and the f : Engineer continuously until such damage has been repaired and service restored to the r satisfaction of the utility or facility owner. w The Contractor shall bear all costs of damage and restoration of service to any utility service or r 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. 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 irl advance of the Contractors operations. ' 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the Contract % :U provisions or in exercising any power or authority granted to him by this Contract, there shall i be no liability upon the Engineer, his authorized representatives, or any official of the Owner either personally or as an officials of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. r 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 za' acceptance, however, shall not preclude or stop the Owner from correcting any measurement, r 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 P art 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 for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owners rights under any warranty or guaranty. �n p; 1-29 r � .a 73T 2""t"f t u rft tfi w t � .�h }'} As1 r, c `" �.Fa*'tt�i �Xk'�F�..a{�� �`�''�- '{are �-.•......,.�L..r 1F�r,(� r;f r x11 •'Y e3{t k��r t� i�� t a� �;• a `*' '�{ �tz-t �'b ,�r`• 1�' f+„ .{t�Pf''rW(�e`"ss��1kYY��3"j !¢ i. .�����•v{ 1 �•i d s t P��try�S.:+t k (�t�'e`�'S�u'c�;.�. � • .t � r.^�s, y, c fi FLIP#�'Hr.7��t�i A {'lrr rjt rr #3,� +^rv�rt 's��.�s r�r�*1v7 £�i�s3 � t3 .°��- n�r,� •'. h� rtf � 7 Y k h" �t i v i t.? r l C .,�• r! �# i ' '`raA �-''t���k �r � t�''� , tt w• 1 S {! r, eCx.�t r x r •�`t: �ri`.t4tf!xC' 4 N���f�?. �1�'-' l 3�'�'21}�tf� F� �s ti� ' :.,4 i � �v,„i! M t't r•x'Sz3a�t1�.���'�t'34�§(��` � ,� ,:?a lu ,.'� c in�ti t�� r r riPty a i .r a k y .a,r l � a} , i {' !�s�r'����11+ ��; +r a • :•{, ��{i/ �`�tr�r dli5 +J -:�+'x 14T tl� t t}�.'f.{. � c z� .re`s t+�[�. +:tr t r t.✓t � t � » (�I`,� ��;s� M n:ii� �, .4 � ���c�ti �`1vf 3 '.,� t Vii.. f f� !tfi °�N t 4 s�l'�e 1t. �f tt.ir t'�`�.eit��• 4 y � 4 ? 1. r i.�t�,'.$. "v'�v,14'::i^�'t``�'l�'sa�>Sl r 3 :::it t? q .. i � r:� d t i ♦ 't i � r�t� ey+�} ♦.. ( r ti . ..,:� tic yjx•11br,t �"�}},,�f3 tit t R •• r'? , y:. tl r ,. .. N Fyn. .r�;Slt l- r4y{c � yv td j A t � {1, \ Q MMMWM&A law v f.irit sl x3�i , bi 1 V Ar 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 f' ,. f.... precautions to prevent pollution of streams lakes, ponds, and reservoirs with fuels, oils P P P � P , � bitumens,chemicals,or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. , 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in thisJ"'^n. subsection,the Contractor is advised that the site of the work is not within any property,district, ri ,q�l 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. ' ' t Should the Contractor encounter, during his operations, any building, part of a building, kN -;r structure, or object which is incongruous with its surroundings, he shall immediately ceases /\ operations in that location and no' ' the Engineer. The Engineer will immediately investigate F` : .� 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 i: aC 3 E archaeological or historical finding,or order the Contractor to performm extra work, such shall be covered by an appropriate Contract modification (change order or supplemental agreement)as r:. 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. '° y35ib;vt. E' SECTION 80 � .. PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the -' work The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is --, duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his Contract,said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be :. w. consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. !`'i�yr r✓Vt 80-02 NOTICE TO PROCEED. The notice to proceed will be issued by the Owner and will 'z. fa state the date on which it is expected the Contractor will begin the construction and from which date Contract time will be charged. The Contractor shall begin the work to be performed under the Contract within 10 days of the date set by the Owner in the written notice to proceed, but „3 .;, in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time r '` actual construction operations will begin. t It is the intent of the Owner to issue the notice to proceed as soon possible after the Award of Contract, µ :.: as may be expedient with consideration for seasonal work, availability of materials and similar factors, N 1-30 tea`. •th' k tt•�' ,f f, i t k. lx"r s ! ° Yk..a §>;�' '�.•��° rc'9qs, 'c tY2 ie,g y'y,k :} . �t'ky 2.y r � y � 3+'.f"`fi" f.,�f ifv s.. r t1 y '�ks`�.r'f<`"isr:�{f .�t^•iy t�.g� x�e "• tt 'f[•., .: ( a t,C,yt� C1 4+' ''.a .+v. t .t t'F*t.r,fa t�rr }. .x„k�4 1"'`�'• ' P h s c� �.,• f 1 r�si t�5t n � � .�� d .yy1, p! t t r F6tr s t y254 yr 1.u, b „AAT h' .?� +c,.y �F:?rf�.�f, r'>>,. �� �s � tt� .F��`4s�'!� � t f Y' k r .;s>" r ! � r� i ..r7j ` � rti+.i5 S 7t-l�sc^U'�7� t. •�4„ t 51`.� i ,��j���,y^�'`ild('Fa�' 1ff�a.�,H.�d }K,� �r y3}} n i?y�..1� r � � a rFr ! � t i �� K. \e V i i ,t��._b S`�, •yt}i+ .r err^q���)�;'t+�:. :.di4 SSr•Y s i 'f7{Ib Yt`#t .c y 4;l $, :ry( r tt '4,.arf -a j i r r 3 �� �t4VY�tir r1ju • '� !.� x� uyat r 1 ''� t �,'� r <^ r�s r i til `tr1� fit: t r�f�' f 1y'tia�✓h� 1 �, .t 1s TIC 4 � f�r t r , 4 � ,..: f ;'15+ b, t7•� r A< i�t: � z F .,r: "�:�.�. .y._.:.:.»...�wai�tca��r�2rr+lr':?!�d.S�•}r;r�uv,,'eeuu.»'neew.W,...w. . ...__.....,,:w,«,....,.... .»..,.... ..,.` �.i+xvhe��W?�!rt,3,.'�:C�e��Y� tar':�Y�� f 111 `'� e ily 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall A~- yy � submit his progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved b the En ' PP Y Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the Plans and Specifications within the time set `., forth in the proposal. If the Contractor falls significantly behind the submitted schedule,the Contractor shall,upon the t Engineer's request, submit a revised schedule for completion of the work within the Contract i f 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 in operations. resuming tip:itt,.+•,l'+�..2,>' 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 LIMITA TION 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. fi When the work requires the Contractor to conduct his operations within a MOVEMENT AREA `x+ -;: of the airport, the work shall be coordinated with airport management at least 48 hours ti rior m f,. to commencement of such work. The Contractor shall not close a MOVEMENT AREA until so Y authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70 and as indicated in AC 15015370-2 in the Appendix. yz. 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), the Contractor shall maintain constant communications as hereinafter specified; immediately :rJ -.� obey all instructions to vacate the MOVEMENT AREA; immediately obey all instructions to ' resume work in such MOVEMENT AREA. Failure to maintain the specified communications R or to obey instructions shall be cause for suspension of the Contractor's operations in the n<% MOVEMENT AREA until the satisfactory conditions are provided. The following closures and limitations of operations shall apply. a• Closures and phasing shall be in accordance with sheet 2 of the plans. The Contractor will be responsible for all barricades and temporary lighting as required by F.A.A. r . 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. r 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 Y required b the Contract, Plans, and Specifications. P r 1-31 � c r H x^ 741^ 'kt 7777 7,7777--77 7 '7 x�7' 1i S t Yt tt��.,� �*e u .Ii�11'pS:5�p.' Cd)�l�-r �r1 r�s .s N,!Y,¢ yFl; ;?r .yk11.i'"'}frUJ`S`T �4ik. i /f tti:i�' ti5 �.r'1 a f �! r t r I` ��:> kPY-;�.�5„ (• 6 #1 1 f �' 7 � f t ..��y 4 i t .: 'f'1}' a a ts'. {' °Y 2 r¢a y tr tt itt� i i ✓ . , z # t );.v i t�M �9 1 '�•�'. '�'_, rr�rSl f�j� t $c9.1�fi�r it�fi �.r# #t 9 �S ti °,,i� t `�i`°S,i{ j, } r J d � "fi -�F'�";��5. lrt�"°'} ,t`� , 1 t A z 1i3 8t .t� . r. t:r •. : .. 7� . t,+h ,..� � i�th o'p 17 %5 ` S' ` • 'V`}#� Y ��zy r •t:°. SoY bni} ; ,u.k i, �d fdYC •���F�*"t'x` �3yet�'"4'�. t if#T{ 1 t i.4'. ..r,cuY.•'y � .F 5 ..4 ;+ ,fw i� ,fl4 '" .;t{, �sv i{.: St },y lh 'j. .sir ri A: + I 4, �•. .4 r ,�,t. ' tr# �'I , 4x�., ��•: A Y .1'.t$�h 5 ,� �y�}.' 13 z�.� } SQL ':c!}' t �i t y. r• .: � ,. . ` . ,.: 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 rm his work,in a proper and skill 1 manner or is intemperate,disorderly,threatening or utilizes PEA P P � P y 8 abusive language shall,at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person,and shall not be employed again in any portion of the work without the approval of the Engineer. r, s Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient . , "r personnel or the proper prosecution o the work, the Engineer "m suspend the work written notice •r~zA. P f PPE Pr f gi y P �J ��. until compliance with such orders. ; . , All equipment which is proposed to be used on the work shall be of sufficient size and in such t mechanical condition as to meet requirements of the work and to produce a satisfactory quality {f #r tr 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 ort 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 an methods or equipment that will >•`°_' `�°i:' ,., P Y �P accomplish the work in conformity ith the requirements of the Contract, Plans, and SpeSpecifications. Y e r�� When the Contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires ' to use a method or type of equipment other than specified in the Contract, he may request p a 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 , p change. If approval is given, it will be on the condition that the Contractor will be fully ' responsible for producing work in conformity with Contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does v`' not meet Contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and ;• equipment. The Contractor shall remove any deficient work and replace it with work of specified uaht or take such other corrective action as the Engineer may direct. No change will P q Y� � Y g .y be made in basis of payment for the Contract items involved nor in Contract time as a result of r authorizing a change in methods or equipment under this subsection. rNfi{j 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to b suspend the work wholly, or in part,for such period or periods as he may deem necessary due x 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 As` } 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 lu r, unforeseen cause not otherwise provided for in the Contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during t 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 1-32 {a{!x 1 a �.? ' �• l i(�4 sa ''S+�S .G i 'tt) .1'y a. t i41r,; .t, Y !i 4� r H.i• ��;4,rs � �t0.�v�s�<� _i tx t� J� t. r n+��xX a�+4lt f• F ll'h. �. i P r..'7kt t�'t at t t ���1'',tE3 �� �'!f'.t . J �ix�� �i rsr ,t�w��t�tr �{'h�'�� py 5 it r 'a�" ,a �t4u�.�•2 �r� pa'zs� c .. ��.°+ '�+ � �R��.+H�t.F,��7`i f`,4r C��y>ifl �t t•i ����,r kjealy*y .kt!�r s: .�1 vA ;l. i rFf 4'8i�t cf4F ly•3i�r.�'`S- s , L aF yy��'� �rf h �J" "SI�i 4•k. r .�. "Cl..e4tt:,'4 14 e u J.:a'fy �z'NTbUi q �t d�: ��r�� > `� r'`° �`!'•H",.Xn''A`}{ 4 Ja, ., �t ru p. t ,5.'�j �Cr ?� a r y +U i 7r .t eQ �`3�'"r��I<Y 4� t t �,Y, 1 'S 4 �+r. r 4'!,4� .l'y, ; ,{���4 + 14 1.1:.� A !. f 4 5 Y t4 ity Yj„"d�F f'tP•4 Y I` ..+ �t4• :Jt, :fib t i' p• t, ' a\. �r't�t i,}'+ r ;.ti tr. .f r, sv`y&7�M1i'-�P`z}'�.,.1 � ,� ,+ 'i+'�11)1 ?! 'I :Q t`}'+�,•t 'r.��u4._t,'dz.v:•:y,vi�vc„,�;.t.,'1?3:SL. •�s,.:..rtMiNiFfltfi+ °�` Y�'JcStf+ettiH,tctatw.......,,. ..i:�. � t tY. v �v, to the effective date of the Engineer's order to resume the work. Claims for such compensation ; shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions .�t 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 `' ,r all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work s 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 ;,i :; or working days allowed for completion of the work shall be stated in the proposal and Contract and shall be known as CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: �t�t:li r 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 zY' Ti number of working days charged against the Contract time during the week and the number of t , workin 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 K t, or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer will base his weekly statement of Contract time charged on the following rs . 1` considerations: (1) No time will be charged for days on which the Contractor is unable to t` proceed with the principal item of work under construction at the time for at least six hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift,12 hours will be used. Should the normal work force be on a triple-shift,18 hours 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. (2) The Engineer will not make charges against the Contract time prior to tl�e is +. 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. a +;4'•N, f r.; s (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. x �i.�+: •'tr 1-33 id ti(ti2 .! �@., 1 -'T'--^`^•. r `4 6ri14F1��'^�^"�.S•�� 5�1 r 1�'• JitC t" `,}2�'', x�5t1y�''•� • 4i;Lry,a 3 1r1 l+n} t 4.4 ! t 1 l j 7 ..t :'t ➢i Y ��t' ,i i.)S.K�Y)Irt Y• `yS aFC• Y. 'S f ,{ `:� s i;,, �ai.:xj( t r FL , � r e t t �4•ct lu ^i� �' jy, � $� t" d z ra 7ziF t tS. t i r ' a. ✓�.. � --+.. a i. i S } 1r� �',;2��..� �� {.�G .��r`�t"'#�lr�tt4� s:rtt �'� r lii :, t .` c� ' • ti `. t��M�� � ��,+,,:���yft�r.�ta��� � rfr> �yr� t ,Vi a 7+1Trpc l,c rv:•tn�� ) .t �+ C < 7•�':k.}fit�ir S ,t��'�:�.rl'e r t! ,I ,,,• r 4 e !t �;S • y�� ttrM.�z t w g.t Y Pit¢' z �. t ty {n� t a �<� fv'�lW ��;� y �.a, � �g'E r �t t�i j t�'1 .� 1t r¢ � � j t t �N �{f �i j+.i'^�„ rft�,•lw. ,{ a `r (;-}u ,f,I;: :.-�'�j'}��?iU,e,..it t',i•' � �I .K �t i 1.:l < � t t it t h.4p�t.;;!��+t f �.�;ip t t .�R. •j rt:.. ��i`� 7`.t: � -'w°t .... .?,,, ,.. ,A ,. '. i.••,t r .}a tt ���'?i��t..4� � �3.�f�'`r�4?t.t •`n 5r�. m„t 1 ,S_.r+ y_3 . ... -. , .• }� � }4fr,.a:!7,* �'3,".�, f�.n.r?41`.'r'�1�('s��4R2 4Y.N:R+'ffi"rr,�wo�b.s,..y....,.,.....�.:.r:ta'.,'.'.«ti�i.4ili�f ataS.+t+a,.r:..:,_.af.n..cL•,.1,........,..4........:.,. ....i.:..,....,..�:•.�w;.•....ww,.«�r:=,,,rtra7lFl �.M`k."n,R�` :fSHd. 'tr1 r:Y F"• L (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 r of Section 20. Should the satisfactory completion of the Contract require performance of work 5 .10, in greater quantities than those estimated in the proposal, the Contract time will be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the �i , •x •:t#� `:fit s, . � ;:..' 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 *k ;� , or supplement agreement and will be made at the time of final payment. it fi��.•1A'+ 3 � b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of i„ calendar days stated in the Contract counting from the effective date of the notice to proceed and including all Saturdays Sundays holidays and non-work days. All calendar days elapsing {::•"`"'3 ' t s � 7 between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. 2 At the time of final payment, the Contract time will be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated4' quantities ,k... .y 4.31•::>(K7a,•. , in the proposal. Such increase in the Contract time will not consider either the cost of work or ' the extension of Contract time that has been covered by a change order or supplemental r agreement. Charges against the contract time will cease as of the date of final acceptance. R, qn a IT-11 All«t f3 C. When the Contract time is a specified completion date, it will be the date on which all Contract J � �J tr work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his control to complete the work within the Contract time as specified, or as extended in accordance with the provisions of this subsection, he may,at any time prior to the expiration of the Contract time as extended, make ' a written request to the Engineer for an extension of time setting forth the reasons which he `a believes will justify the granting of his request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was }'• delayed because of conditions*beyond the control and without the fault of the Contractor, he ` may extend the time for completion in such amount as the conditions justify. The intended time s for completion shall then be in full force and effect,the same as though it were the original time for completion. Nrj 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day,as specified J ! in the Contract, that any work remains uncompleted after the Contract time (including all i extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the Contract and 1 proposal as liquidated damages will be deducted from any money due or to become due the °t ' 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. t (e 1-3d ' r z, 1' 3 3 Y y.L} qq��i'( r}}�YY�, �+ �•„k fr �v t ; 's.J4 r.. �t t C M t . [.y tF° y.•tl �t'tiP {f'rckt'4.v'� b ,f' i< tk3,rds,'". 1t4+t '��'� W •,rj1}A:a�''a Y '��xt�� `�J i�f stZri�,2!.. .� tSFt f`� Tjh (�I 5. r° { t' '. t t t $' re�tl�t,�ta � tit'. tot�:xr'tl.`Kk�'ti$+'�rt izi�y'sk.{'"FAY � '�> ,;t �.'� err• f t�f r � ' .j' I -..r x e ,rT:.SJ .t. .t�''slf�.g��.�Y�''4.d..,. .� .v '0 10 }7 i f` 'x 1 ST}c� �� F rl 3.. 5..j t+ � i { 't .S t '.f ;1 7'rl t�'� ^. �•f� ?y�� • .i4fx3•t, $f t13f ����� f,, rF�t'S -, v Y ti..(z. �.xr r.) .,i�; 4 � 1 t !ti � t :+� ' �: t'� zr� r �'l��rft 3t'rttiY.�rK ,X�,����',�'`+"�'`xu�y y��'' � I +' . t 1V �; �..:• 5: ' • .. ��'zns` {qtr. i.}.�,i � S: �Lk.,`-' `� �r'r��:{? t'�'^ :�n:t'{�i,p,k�Na f� •' § � '.c t }:; . .F YY ,ix. s. +�i S'z t`yj �2 '{'Y' �' ! Y' ikk' '`..-,} v`` #,°)'L,,`gj'.'.',`^i;1 `"yya'yt�l�.J�b 6fyr y.. �i tk �sa t:'� tin t; i }y� .`st i ,.r "`"•.' 1 i r ! . .�.,Sl '�. Permitting the Contractor to continue and finish the work or any part of it after the time fixed }: w . 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 Ch 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 the Contract for any of the following reasons if the Contractor: " a. Fails to begin the work under the Contract within the time specified in the"Notice , to Proceed", or b, Fails to perform the work or fails to provide sufficient workers, equipment or } materials to assure completion of work in accordance with the terms of the Contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to r � perform anew such work as may be rejected as unacceptable and unsuitable,or is ���•_ d, Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after 'ijl .r: notice to do so, or ` r a:iY tT" 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 c, h. Makes an assignment for the benefit of creditors, or h For any other cause whatsoever, fails to carry on the work in an acceptable " manner. ` �. Should the Engineer consider the Contractor in default of the Contract for any reason � hereinbefore, he 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. sir 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 '3*' into an agreement for the completion of said Contract according to the terms and provisions a thereof, or use such other methods as in the opinion of the Engineer will be required for the ; ° completion of said Contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under Contract, will be deducted from any monies due or which may become due the 4 1-35 :z y �a .a •! Y'�f:fir � N h� M t s f t Y R y x ,F+!•. � r^ �+ts�°.1 ? tj •nom 4 :.t. .I �'. f � r r.f!1 a f S"S? � g s nt�a ',r '.�ixr��E�'J.�"�°'`�s'�„�v^`�.7� i'^ rSkilkSj�:..i tS. 5,. .y r i ` .f: rr s t�'. y . �{ t f�+J�tL•.z �� $� '�� � J i' i .�. t� 'f fk }�Adpikkkr'1';t.�.S;i�,;r� .,,'lY` ;41 ' .iY.. �)�. # i t t ,Ai'£ y C ' } .y�}S� 7 s`�zE, ry1 i,�5)t°•T.��',,w .,a fi', > { rkrxk. Y r t, cl s i tJr/p ! 1 ., 1 u x t."kS .yy�sz F�tij�5'NSA{ �.,•.. 1 a r J 4 �, ti k. ds _ � .. way �S�w. '. k '•A<,�'{C'�:r: . .t. ._.a_ _ .rB�/!a _.��•..�rt'_ - __ _r%��.� -�..�n. .dM.sS'.:a1,bY.��Si'�� �.`kiotP��=J.eii � I' ,�xy.F'�t 4,�u r r'",J' It��lwtr�'� :'. , +/. f S .. .` ry,wr 4��'+�' �-••y }� x #�)'�S f} x�l��X p�� r K 4t�i ,fit M�L✓..�Jf}}K t � S++ � 4 � a r t �5 t a -c �� ? ;i .l a`�kY�:tiu•{}.�z y; .�'�.�����}iw'iL'ur�w!{�r 1 fi,,, t !. ..`..z,,.,`--;ai..,,,,`u�.....-..47+:u.+ 1`'+ +tl��m)kY��i�N`d •, c z!"!? �r�ii'}et'�'rtiik'�..`��Ri�.: r, s° x r, �ry{j't Contractor. If such expense exceeds the sum which would have been payable under the :Y. 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 x respect to the prosecution of war or in the interest of national defense. sk,<: When the Contract, or any portion thereof, is terminated before completion of all items of work in the Contract, payment will be made for the actual number of units or items of work ' ' completed at the Contract price or an mutually agreed from items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. r Reimbursement for organization of the work,and other overhead expenses,(when not otherwise I: included in the Contract) and moving equipment and materials to and from the job will be .; F considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work will,at the option of the Contractor,be purchased from the Contractor f:y err u= at actual cost as shown by receipted bills and actual cost records at such points of delivery as `xr ` may be designed by the Engineer. 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 nin g just claim arising out of the work performed.conce y `F 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 Units of Measurement. The method of measurement and computations to be used in determination of quantities of t material furnished and of work performed under the Contract will be those methods generally ' recognized as conforming to good engineering practice. 1 Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an u` 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 conditions. 41r t: 1-36 �,�i� �` i1���t�� n�.�7!�k ti }�tJ ss �... r t t S+Jr .:,t� }1�r '�ttt 5 tSJS�J,t�• t�! �+r��7� �,,���4 r+.,r?'.r p . .,,� .k E. `t + ' r r.e�. ,� 'sl �a 1�• i�r �'k'�"= `, � ;,`6T'��F(?£.r tw�' t r . t� �!! '' #+ at k a y e c x ^t.r}J�'� •fi�:�,�,W . 4-Y} i>`x9p�$�• �' � '� r r �_'� °r � a. (srC tr�n e� �-t az a t 4" r a4F1 k' tt7• }T tee', �. t a.r •tf�' a,,�. ' ., 1 lr.s.� ,n, 17 f,b iza r , h5`"t '£ �: ��s+,`�,. •;�� ""�,��1�y�. 'Y+xi >!'-rva ,"} �. , _ _ .__�._ - _ .. _. -,..� �..'. •. ,. +. ... � -r'.i_.Ae4eM;1W.lvT nr. a ._ e %; s .� },r .. nt ..'• �.. } rY;G sr�G'),`nt�'fi:'{:��Sk�3'�:tG��r/6i:wue 4. A Unless otherwise specified, all Contract items which are measured by the linear foot such as �Y:, electrical ducts,conduits,pipe culverts,underdrains,and similar items will be measured parallel h ; to the base or foundation upon which such items are placed. =t Volumes of excavation will be computed by the average end area method or other acceptable75 ;;'. methods. U^•y Ue�h'iF�Y.'ir '•': 44`X' a � .. 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. 3 The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materialsrlf which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations desi gned by the Engineer. If material is shipped 9 {' by rail,the car weight may be accepted provided that only the actual weight of material be paid G a= for. However, car weights will not be acceptable for material to be passed through mixin g plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Enguteer directs,and each truck shall bear a plainly legible identification mark. 5t Li�. 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 N {' [. 1' type acceptable to the Engineer,provided that the body is of such shape that the actual contents ' a. may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard maybe 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 by the Contractor before such method of measurement of pay quantities is used. ;9 r 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 will be used as a basis of measurement,subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport,net certified weights by volume, ,. ., subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundred weight. 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 r: rk, work described in the Contract. 1-37 °. a J° r f.TM�'Al#�Rx16+,1179•"ja¢FL'NU1Adau+n`'.^^^' -.."`�`/tY.9.,1•LLZY14'.�6.�l:il d 4 8 yY.4[.:¢7aah:Mmw....-. ....w�rww" f �_-.r,'..'v!.; t. �T�.,yf�L1'(r ..�t:3 Z 1 •..,....., 'w 1. r 1 ��; P• �, z.,tar,b¢a�S n k-u7r n ,.�.... .. t 4� e � dt�l•�,t� rti' t�. q^', fi" ,� ✓ �s9. '�`}�c' v a �lJ .za1i j i sr .ti 47 � d t t F r ti's t r e '. a a t. .3•i`I ,.. f.� ,�z,' y •�t {pis 44 ��' aYd }[ �71��w{rid{. F"�.� Y�"'��t �1 r t•. , [ . �' }I 1!1�`.i i ` • e y' d 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. ICY;; When standard manufactured items are specified such as fence,wire,plates,rolled shy ed,pipe t ' conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc.,such identification will be considered to be nominal weights or dimensions. Unless more stringently t ` controlled by tolerances in cited Specifications, manufacturing tolerances established by they industries involved will be accepted. r ttr::r' u y �ro Scales for weighing materials which are required to be proportioned or measured and paid for '°:,'h,s.`3c r b weight shall be furnished, erected, and maintained b the Contractor, or be certified Y g Y permanently installed commercial scales. ty+yx t,n jr2 r, ales shall be accurate within one-half percent of the correct weight throughout the range of r;tor;r A' use. The Contractor shall have the scales checked under the observation of the inspector before E beginning work and at such other times as requested. The intervals shall be uniform ins acin £� As=` 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 aK 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 zy be installed and maintained with the platform level and rigid bulkheads at each end. t 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 n; reduced b the percentage of error in excess of one-half of one percent. ' Y P g p r�. 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. a All costs in connection with furnishing,installing,certifying,testing,and maintaining scales; for ` furnishing check weights and scale house;and for all other items specified in this subsection,for the weighing of materials for proportioning or payment, shall be included in the unit Contract 4A1. prices for the various items of the project.g P Y ¢' When the estimated quantities for a specific portion of the work are,designated as the pay Alk quantities in the Contract,they shall be the final quantities for which payment for such specified `► 1-38 �Y �� •r. �� r�r?�! t u • ta, "`�t2',Ti��+" '+irr, y `c•..:.;.,p,,.'�1(',;sy 1}.t rr�:��``�`` v �n�wi''1 fir. r3.-.•.f rf;) + "�'�:•t'�'c?".�'4���,G 2B:�tzn;':. ''� $�3i r�i "�4`�t'+'$•'7�a k ta�•g. C#"£a � ,.r\ •n`SV3 r•'i f $�js'y�^s. � w,,;(1. rg it 44�s '�r '� � r _ �C"'t• `Lfit I s � ; � �'2i� j , o-y c a t r`mr t� t? ''�� � 3 �'' ;,., t ,�� � .zi k`�?7 J Ny 9 R� t. l� r r ,'�r ,Yx �� a �� ' , + ��y� ��„•'", '�!>Z�1't}� c�� �'"�r' rvt? ;�{�1 �5'J� �Ti fi�rtr ��.?.�'� �>Y+i�; F wy� �����•2''.�n�.•�r..�`� ' tt'f. �� i ll t4 3 ) s4 k rl t { y t ! s � ��' �' i• fn ty4r� 3i�'{,t 1 k' st �{ '� a•, �`K' t �° y$lL�t� '(�� ts't. S �r`'t' rh ?�.� ',�? o u��f a ,ttit .t + 'x'"4.3 sk3�✓'r ~f j ° Z`s;�! z yyJ w'? eI r z :'.ntrl y�P e yE� Ork y t. t .ti iy f�iwty 3t .X ,� ...,.s,_, .au��,.!...;r..,.Si.«.,.'..�,.t::a:.1/r.w...nafr:;a!nx,.ft<:rarxrca..h�b+.r`.... ........ ......i......, ».�rb'er,..n,�r,a«+w�r....,:.s.. ..,+.".'.tr7t3.rtiht:,.ia s:�$�:5`+�:h'tsi�! iM���"' +" �� �7 •:', i ;�� 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 • .i.�'j ";✓° in the quantities of such work, the final quantities for payment will be rev ised in the amount represented by the authorized changes in the dimensions. . x,K r 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the Contract as full payment for furnishing all materials, for performing all work under r 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. A`r When the "basis of payment" subsection of a technical specification requires that the Contract prices (price bid) include compensation for certain work or material es essential to the item, r�x 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 h' vary from the quantities in the proposal, the Contractor shall accept as payment in full so far �. P P P P Y r•,rr,� ,rcf,., ,.;� as Contract items are concerned., payment at the original Contract price for the accepted quantities of work actually _.�r;,,;`..•,',c q lly completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense,loss of expected reimbursement, or loss of anticipated profits suffered f\' or claimed by the Contractor which results directly from such alterations or indirectly from his `rr;tF: 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 'lt of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any Contract item, except major Contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a Contract item or portion of such itemAz�..; . from the work, the Contractor shall accept payment in full at the Contract prices for any work K s actually completed and acceptable prior to the Engineer's order to omit or nonperform such Contract item. = Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the r Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. F 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 " , .. t 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. t yA'i: 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 ; : the extra work requires that it be done by force account, such force account shall be measured 1-39 i K.. + w, 1 �`1 1 4R � 1r�" l i. i�?9r f t ..-...-, ....w..Rn+N(r+rcYt�a'L`'ASi?,F{4,r"'tR'WS.l'O.w"YitS'Yf4rrAicnw.,•••.f MY i i 4 r + �r`A� { I.# �,r1t `J ,!r 4'Q4wf✓ ,+t;.. ` i� Q'i'l "y - ! < .1 { r a 1 rsi`'4 t 3c� ib7,3 + a s � { 4rr I s� i� �'✓r { 4 q ,,lriS' Si r° 'i rv„4f�� �y3351 '`� tarl+ f}it`'sir � r': k ..;.7�{�r}(�t}�4,i Lr'l,�,rK(,4 � • S�t�' rl�'}� itt 7 f i .. � � ' y . . and paid for based on expended labor, equipment and materials plus a negotiated and agreed `' upon allowance for overhead and profit. k a. Miscellaneous. No additional allowance will be made for general superintendence,the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The,Contractor and the Engineer shall compare records of the 5.. cost of force account work at the end of each day. Agreement shall be indicated by signature . ,« of the Contractor and the Engineer or their duly authorized representatives. �. C. Statement. No payment will be made for work performed on a force account basis ` ;t? until the Contractor has furnished the Engineer with duplicate itemized statements of the cost fu y" of such force account work detailed as follows; f (1) Name,classification,date,daily hours,total hours,rate and extension for each" laborer and foreman. `r (2) Designation,dates,daily hours,total hours,rental rate,and extension for each !�5 unit of machinery and equipment. o:•<r (3) Quantities of materials,prices and extensions. •, 1r t (4) Transportation of materials. (5) Cost of property damage,liability and workman s compensation insurance k, premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by receipted invoice for all materials used and transportation charges. However,if materials used on the force account work are not specifically ' p ` g purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her ` stock,that the quantity claimed was actually used,and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments.will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the Contract, Plans,and Specifications. Such partial payments may also include the delivered actual costs of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this Section. No partial payment will be made when the amount due the Contractor since the last estimate is less than Five Hundred Dollars. From the total of the amount determined to be payable on a partial payment,-10 percent of such total amount will be deducted and retained by the Owner until the final payment is made. -The balance (90 percent) of the amount payable, less all previous payments, will�be certified.for, payment. 1-40 s � `�. •���, �}C :vi..n1`i, ..,')� in✓y"'n.�;r .�e°kt�C{M,S: ';�'��{R �? n '�t.f' � ��r�y k a ., SY.. '� '� s r~✓., +. {+, .7'^'°"'.....- -'mot �- ,'� —�+n'..•-�r��___.-� iK 4 r< 1 xY1 �. >•.} w. I t F r. ....._.rr:�.,•it:�'�h?w3.�Yidi�aMi�ctib'i�:+���§ . . _.. . . . L!S:S When not less than 95 percent of the work has been completed the Engineer may, at his discretion and with the consent of the surety,'prepare an estimate from which will be retained , j, an amount not less than twice the Contract value or estimated cost, whichever is greater,of the work remaining to be done. The remainder, less all previous payments and deductions, will 5 then be certified for payment to the Contractor. " It is understood and agreed that the Contractor shall not be entitled to demand or receive partial # - � payment based on quantities of work in excess of those provided in the proposal or covered by S 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 �c question. ' ,s ri. No partial payment shall bind the Owner to the acceptance of any materials or work in place ; ^ t 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 maybe made to the extent :'. of the delivered cost of materials to be incorporated in the work provided that such materials rp , p meet the requirements of the Contract, Plans,and Specifications and are delivered to acce p table r 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 at or on an approved site. b. The Contractor has furnished the En P Engineer with acceptable evidence of the £ quantity and quality of such stored or stockpiled materials. ` - + �,,`��j'' C. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. 'qa r d. The Contractor has furnished the Owner legal title (free of liens or encumbrances �:zA of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work S" It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his responsibility for furnishing and placing such materials in accordance with the requirements of the Contract, Plans, and Specifications. In no case will the amount of partial payments for materials on hand exceed the Contract price z ' for such materials or the Contract price for the Contract item in which the material is intended to be used. ;r. 0 No partial. payment will be made for stored or stockpiled. living or perishable plant materials. 1-ai t•.,.�n n+w*^-".^..... ..r,_ _ ...-. _,,,wws,,,ac ,�d'.sft" ,ti ''y�"'"""` _ ,v' f4 7 �.£ }°'{fYi����>r�jr�rf t4�{. t.jtS z y � � ,.., •, � r r Y t f 5,���„r4}Y� r1�������X+`` � 3 w�tr�+1 af5 YI � t Y .! . 1. .,{ , G� fi f+��•,1 44���� 4r s •�.r � }��'�.'�i r rn� j , i ,r £ ,�f f t .;;r F S Q �� �d.Yt spit 7*ul�,���. Y,zi� Y fn.Y�h{��F:���i��'�+,a,w{ ;.•� � " .� i k�' a} i �'��' r��'. `'4' .y.�. _ • _ - aswr�...���' r eNM�.m�/i�ricer i 1L1fG3i6:' .v��R,is'+ k. u p Fb1� e, �tiZ sri4 x,�.,,� ,b, 34�.},nY ..tf t �i. } ! .t+ .I `' s .. s s „; �I �I.it"b{ki� "('"'� iX�• �iy� �� •� M�'R,� ��l •}i � I iT " ;t.�, s bt p.'K �. '�ik"''r�tu"'�r ci"y r k,, s "•r'`p k.yk.if }•,yr .. c. 4•�s t"N 1,�;3.rm?4 Y tf '�:} } ii �� Y•'d�a"(�,'' {� ;',a J1 1 t t i + `�I r„j r,�.+,7.s.,t.:. Y The Contractor shall bear all costs associated with the partial payment of stored or stockpiled s- & materials in accordance with the provisions of this subsection. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the Contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, : r the Engineer will prepare the final estimate of the items of work actually performed. The <_ Contractor shall approve the Engineer's final estimate or advise the Engineer of his 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. The Contractor and Engineer shall resolve all disputes (if any) in the measurement and ti � r!'+r computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of +4. the Engineer's final estimate. If, after such 30-day period, a•dispute still exists, the Contractor ' }w$ may approve the Engineer's estimate under protest of the quantities in dispute and such f y 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 a , under protest, determine to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the Contract. All prior partial estimates and payments E shall be subject to correction in the final estimate and payment. .' ; If the Contractor has filed a claim for additional compensation under the provisions of the z�ftiL� subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental, final estimate. i� arty. it C�s i-42 `;f. u" fJ.T.G?C�'Z` +)A; S ,R. ,c� r 'Y�'' �''kk"�������y� ,�s tt�S s (,�:L i " V.r } .: ,: l•; :�' i +h' Y ?•'r3;�t^w9"r{3,'�� d LK��.F�i+n'.i1S"'.�+ �i �` •s ,i °. s + �.+'-r s +Y g.�F 1�"5� +F.s*4 i�� .a Y a S{�'i••t';+ f " " `�.' �'t r<�} .•+xu .4, x�i'a+ >3"V. w .r e '3'.t. E�r..,� 4✓1�i q it.� .y� si\°. '14 y.i�3,�i� :!{ '� .f ii.s .i.. t•:t .:, +F t $ 1 ., E .t �.: k e?yi,1 ��"t+t'r�• t rf.i+. �• �ytF�[�1 �yf7' x� d(tYH5:.'�?` 4�4� '°�f3yYR{ 5i�fr` �c}y. ,).. q ��At'H i ;,.j ri i. i .�� }�y{�raa� ��.#i!,�4'�yk�w'2?i. s:^ 'j'43`;r�s`f�'ta�"e', g;rt'i��kti�`�Y •'4rA�/7Yy''rn:ytc xs•^4�+9A�.,............. . ...... ... ...;:r....,va.e�tii: :t-tb'"th�: h ;;Y)+�4, #'�..st}" ' ,. j �♦r�.. #. � I •� s i7}r 7 s=:`r SECTION 2 UN;:.`Art •s'•'s.y'r. = GENERAL CONDITIONS ' 4 ?i 2.1 WAGE AND LABOR REQUIREMENTS. 2.1.1 Federal Aviation_Administration Requirements. a. Abort Improvement Program. The work in this contract is included in State . Block Grant Program. No. AIR 915-40B, which is being undertaken and accomplished by the Owner in accordance with the terms and conditions of a grant agreement between the Owner j and Missouri Highway and Transportation Department (MHTD) and subject to regulation by �:- the United States,tinder the Airport Improvement Act of 1982,as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152),pursuant to which the United States has agreed to pay a certain percentage of the costs of the project that are determined to be allowable project costs under that Act. The United States is not a party to this contract and no reference in this contract to the ;L %= MHTD or any representative thereof, or to any rights granted to the MHTD or any S',_�•y'�. `YFi .rte representative thereof, or the United States,by the contract, makes the United States a party to �;.,� �•. this contract. Although the Missouri Highway and Transportation Department (MHTD) is not fit .` a party to this contract, it will administer funds, review and/or approve documents, etc. '��, ,'•l?� :�7 Although the FAA is not a party to this contract, FAA standards, specifications, etc., will be utilized unless otherwise noted. b. Consent of Assignment The Contractor shall obtain the prior written consent of 'A °R the Owner to an proposed assignment of an interest in or art of this contract. Y P P gran Y � , P f" 'r C. Convict Labor. No convict labor may be employed under this contract. 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 t ' Soldiers' and Sailors' Civil Relief Act of 1940 (50 U.S.C. App. 501) and have been honorably r� "$ 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. 11 F e. Withholding: Sponsor from Contractor. Whether or not payments or advances + i•.'A = P Y to the Owner are withheld or suspended by the MHTD, the Owner may withhold or cause to 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, F A.=. ; 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 Yr'; g 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 J a violations cease. OWN* 'n n j ^t} >" 2-1 iE •5 j �.�'�'..� .x....1✓✓t,.M-0r",In,r��..n 7'ub,!N.°"^M.^NM � sr, � �,2i�' 4��{�•�§ t t ITC + Y�' , t.{ •' � �,, icy,p 'S y. } ,:'S t Y ' d � d"tx ft�i '�s�`�xs t33.x�, > s.x' r t :r t F r t 1 !1 �t# 3 � �"�1� r�,�.. a,�aG$�6a''{• x� 4 t I sw3• ,.. �T~ Q� ` � z .r y�y r fl ly a x yi✓-rt+:tt s 2 .'t s ' t �x �'r,p�t�'"?��Ly 7, r . 1^C�✓�i� 'ti�,�k tih t r r5 a i «° :' iT r 4 Ja.qjf r= ash .ap s r I. j •, sa'st'� 7.f4 x nj� r t f j 3, � t '�� f,�• �J�2 'typr,, .r5'•F.�t t r t. t ;. :t . st t 1t. t b kf��P��' k�`7q.k,#u5 �' �t;� '' u + 4`r{f *�4•V�,s+t3it e t f1 Cfe 3 r � 4j a tf�. . �'{tty t x,77 xt�q''1 5� e. 'r'.. ��. �i` 5 r"�"i� j � '`.'.,'}f,�!"�•s'� L xs"t i .Ja � 5 � '., s `` '� ^:,.Y� Wi{tt iX A`"ti '��•17t� k ` �f q t, ` s /, .s j'N`� 1h it ,'�tS 31, ' ,` r f r: js,i�} ,�• �+P ��#$+ t t,iy�1 ",�r.Yid'Y' it !Y�ti��'�..att .HL 1 ' t;, �" st t�y ;i}t't :k`¢$� {5• ,'�. •¢'. t. t T c "IC )-r. `�1 Y.}i N�7,�a•�t t, t �'{7.y�",'n a�. .:��`Y5. 't,�;�� 4�� :•eb�t,�7��'q.Y�' �s4 �.� 7� 5,;l� ?.,r>�3:. yl.!`'t+,,t' i L *' �.,,y gg 'i 't' �{"'i' r... !"s`�zYit t+fw"rs.5,+t7 F�f tt sSXl.yt t �) "►�I y;i �_ ti ,,>.y, ':'t .. r.a.•-. r z'�t �l , t'�' ,,. f.ser-' t °c.. ev�$¢ •j�9w c�'�t i;. 4 _ � s \ `�f .at � .S' .,i.`� � ,�, t� ta-y,.y"t�•. � } r � xN .•� t �', �. i..=a:}t� ... J ..t. i .fig .:fff i Sff. ;�.� :.�hY f 't .... � •7'W,. 1. iii i ..r � ! `� t � h '��`. ,+}'�q,,��( t A r..e.,a,?( . ..¢; 1 ..;j��ti�}s��4 }; :..t e, .Y r:��5,°�iy`•;�k. g �..��{,;`` ��A:if. t � •. � s+r c����r��',;,.+�}��,f`�,1,v tit ...���j 5i7 r;.N?��sl��i��}Y fo:lt.`^fi .,?•rs!5��:��5•. .i�.:.� d..�.,.., iS..Yta.tf•Y!-.i (»iTr'aj�-` ,g�� 'r}.�� �� ., .. ��%���.; t o,sssa��x, wMlfiL1r+.Jdi iV g. MHTD Inspection and Review. The Contractor shall allow any authorized representative of the Ml•1TD to inspect and review any work or materials used in the performance of this contract. h. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions f` GY':'i'1• ,4 contained in paragraphs a., c., d., e., f. and g., and also a clause requiring the subcontractors to ; include these provisions in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any furthet subcontracts that may in turn be made. i. Contract Termination. A breach of paragraphs f., g., and h. may be grounds for f .t �•;a termination of the contract. .f 2.1.2 Davis Bacon Requirements - 29 CFR Part 5 ;;g kit 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 CFR Part 3)], the full ' amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of =r' payment computed at rates not less than those contained in the wage determination of the P Ym P g .. .M1 Secretary of Labor, which is attached hereto and made a part hereof, regardless of any F^'V contractual relationship which may be alleged to exist between the Contractor and such laborers 6l ` and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered s}; wages paid to such laborers or mechanics, subject to the provisions of paragraph a.(7) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly)under plans,funds or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such k:. M 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 x, ' classification may be compensated at the rate specified for each classification for the time actually 4<.. worked therein;provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph a.(2) of this section)and the ,:• ';a Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. «0 (2) 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 .4. approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: '. (a) The work to be performed by the classification requested is not "e Afth performed by a classification in the wage determination; and '1 1F. 2-2 Y Y; .� .:::r ry'3.�-F4:Y'Y.:x Yx i ,l t �''-iii•. •�1r , ��q` ."•mac >~ �'`�t r>n � �, .w •F' r2F'�^ .�. .4z S3�.sV,.?f "! 'r`"- �,~r ,+������.;',..j?t^o��` �r}°•',;�7 rs*�•,�R,tLy. '�' .'.� ) .{ J�y �:.• Y%-Sy•x• .. f. .�,.,i Ln.,� 3 s.?��a y,r�?:� v t x,.�"�% sri. � ire�, ,* r r� t ,Nw+ikj(lJ.t ' s.n"4sFit t. '1 G Y�lt'1r .: , ..'•�.' .. fa tp ,. ..,, iu:_:Fnxt$s't�isS' ac.a4:.'�a'+.'Fnierc�.wgi'1��.• �'y!.9t�ta..i?£ ! .,. . ' - i ti 3 �s f� '�. 'fis xti 4 fda a4 ' #k r� (b) The classification is ut' '3 the area b ` and wed in y the construction ` industry; rj (c) The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (3) 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 classification and wage rate (including the amount designated for fringe benefits gI' the appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, lrmplovment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The A ?� ' representative, will approve mods Administrator, or an authorized modify,or disapprove every additional classification action within 30,days of receipt and so advise the contracting officer, or will notify the contracting within the 30-day period that additional time is necessa g officer ' Management and Budget under OMB control number 1215-0140 (Approved by the Office of t,. (4) In the event the Contractor, the laborers or mechanics to be employed ' classification or their representatives and the contracting officer do not agree on the ro oshe 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 no the contracting officer within the 30-day period that additional time is necess s' a :rf y px Management and Budget under OMB control number 1215-0140.) (Approved by the Office of (5) The wage rate (including fringe benefits where appropriate) determined { pursuant to subparagraphs (2), (3) or (4) of this paragraph, shall id to all t J performing work in the classification under this contract from the first day on which work eis ` . performed in the classification. j (b) Whenever the minimum wage rate prescribed in the contract for a class of h ` 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 bona an bona fide fringe benefit or an hourly cash equivalent thereof. P Y other ; (7) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of an laborer or costs reasonably anticipated in providing bona fide fringe benefits under atplan or of any provided that the Secretary of Labor has found,upon the written request of the program, the applicable standards of the Davis-Bacon Act have been met. The Secret a Contractor,La tor, that require the Contractor to set aside in a separate account assets for the meeting of o boa may under the plan or program, (Approved by the Office of Management and Budget obligations control number 1215-0140.) get under OMB b. Wit_ h_=ingy, The MHTD shall have its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withhel Contractor under this contract or any other Federal contract with the same rim d from the r.r any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements,r equ a Contractor,or g wa g u'emFnts,which h 2-3 'S iy '{t:�MJ�111.l( ,y}• r� t y.qn.- _ f i S r r, L{>K?''L`�+6 t rr r✓, , !.... a t l i 'n° .Y t9ry�l'"" Sa! � " �'1'c ,� 3� � 'Ir:ra��`(�`'�'"`tiIt'�3 r�+ .Pb». t } •,; , � 1 r £�"°a'{, r�}�X�vt I w i"�1{ .r 1 HS�.cr g+t I c � tS t< ..• � .a rt £t�.h�2�t}��}, � r t.' r _ '.GyWa � {yi t{tJl �i il.i a '..t t (r °t�^yt��rj 4r7'€,����� ���v r tt't�9 k -,{ i�' c f ' .., }�: .'dr f�� r s i�l ,ry��,c f•x � e { Ott Plf }�yi { t.i�a'.Zyty t'y tt '! A 'tii: v ..i .. y, air. i.�j`tryk�Cq•.� nji 1 ., ! } 'Y,' 2,.,5:1J >7S,��J„{,t#7•,�S ;R"yy �ks�t'. ! 'ts;� s � t t i � � � s k� 4r M,J;`, •ta is held by the same prime Contractor,so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees,and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, . trainee,or helper employed or working on the site of the work all or part of the wages required by the contract, the MHTD may,after written notice to the sponsor, take such action as may be Ya >r necessary to cause the suspension of any further payment,advance, or guarantee of funds until such violations have ceased. , .tyY c. Payrolls and Basic Records. +7 (1) Payrolls and basic records relating hereto shall be maintained b the ji . 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 nam4,address, and social.security number of each such worker,his or her correct classification, c':' v; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the ' e '.' { Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual t wages aid. Whenever the Secretary of Labor has found under 2.1.2.a.(7) of this clause that the aY g P �' � wages of any laborer or mechanic include the amount of any costs reasonably anticipated in ,•;, i;"a I, t. 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 the commitment to provide such f``�'' ;•.,��, benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records ? Y ,; 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 "a evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the , applicable programs. (Approved by the Office of Management and Budget under OMB control numbers 1215-0140 and 1215-0017.) . , . (2) The Contractor shall submit weekly for each week in which any contract work :r is performed a copy of all payrolls to the sponsor for transmission to the MHTD The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 2.1.2.c.(1) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the ' Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office,Washington,D.C.20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget "+ under OMB control number 1215-0149.) ' (3) Each payroll submitted shall be accompanied by a Statement of Compliance”, t signed b the Contractor or subcontractor or his or her agent who pays or supervises the �' Y g P Y P payment of the persons employed under the contract and shall certify the following: ' r ,zft5, 5+'!r' s�ppyy .t (a) That the payroll for the payroll period contains the information required to be maintained under 2.1.2.c.(1) above and that such information is correct and complete; V.. S,t wti� : 2-4 :775 n.si .r a,ti t,-�itn,� i�i{W` 6 y. 4q... " :4 t :'I. Yo�{,�i,t {•SC �';»'�.N"�k:3tt�`, d i, � ' S . s.;� ,`t�. y4��i4W'1� � ti �' aFt a 4F t}}`,"•'"ice`" f s P 5 Fl`� #'��i; ' 4 t"���''a•t r��.��?�;7 .�` �'sr r?� p`�`rS V�. s�.:f.S�,�;7.• �n � �.' � .V,L.r'J 3ti t p �,4� 1�� ,r{"+i {.'J i't-k.3ksPrpu, `s# e x�y�sq,'Y..�71 Z,t {s ,� .., }��s Gb tY and 9 t�f '.ft ,� i.�.t i Wl Jt S. 5aa[• ,,e Y•i" ' T TS� --,;".' �ru► k .<f ti a saT t� sp,. AS , ,e bs tsl....l..,.,...a.tik{.1Si.'oli::iv:.L...+-.k, Mk ,.iFfil:Vl Yk`;:CS"e'4+i3h+et'aiSo-afn�wt,.ir,:..,s,,.r. ,...:-,..u.,wctaveauvaa\Urf rti:piv>rirtoi4^>:l:'G d.F.,,✓A"?W,'?;^ fik.;V3.!4±'�1%k "<l }?1F liADYiNiii:W..,r.YUiie .+itlt�i { •' (b) That each laborer or mechanic (including each helper, apprentice,and trainee) employed on the contract during the payroll period has been paid the full weekly wages ' earned, without rebate, either directly or indirectly, and that no deductions have been made either directly r indirectly from the full wages earned, other than permissible deductions as set s Y Y 3 g P forth in Regulations, 29 CFR Part at '.r (c) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work F ' performed, as specified in the applicable wage determination incorporated into the contract. All nzv. (4) 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. (5) 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. s ,+�'�';y" (6) The Contractor or subcontractor shall make.the records required under 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 ' to interview employees during working hours on the job. If the Contractor or subcontractor fails 3 zit 4tY;`. to submit the required records or to make them available, may,MHTD after written notice for"'?ti JJJ 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 ursuant P FR 5.12. Y � P ' to29C d. Apprentices and Trainees. " (1) Apprentices will be permitted to work at less than the predetermined rate Arx; for the work they performed when they are erployed pursuant to and indi•.ridually registered y 4: in a bona fide apprenticeship program registered with the U.S. Department of Labor, yY , Employment and Training Administration, Bureau of Apprenticeship and. Training, or with a ' i 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 l 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 s' 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 `k 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 ;+t the applicable wage rate on the wage determination for the work actually performed. Where S:+ s ' 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 apprentice's level of progress,expressed as a percentage of the journeymen hourly ratespecified i«. Y: 2-5 ' Y . ; �r+rnar4T d ��iib7sw �r<a bi,' :.YNi'1{t .ww�v ` s l,' tar ,yt ;k�RW7 '3�'�.+ ti �'� � ,+ t .'���� u����as��t{ 1 ` e ., �' r `•� � �'';,`�l�7� �er fS�`'ryte�x tt^R.. +zi. ,f'3:77+112 '1Kill ea ! s ,t1r y 'a. 7t 7 +t•,`' s �.' ; z r,��`� �ti}+��. �s riz k F �}� ` ' �� ,. 31 . t'�, ; fyi fi Y 1.�: .'� � ��' Nf {•��� �f;�.5ik r L F.: ,,i ti ty r ! .r� .. x'l. .',it 1 ,. !.e j#r r +t���� :i '� )..� dg. � jt�{,f'c�''t.j�'�a 's3 jsi�'�xy�� t+ rtt ....E +. ( _ •, '� c'^t r r: �s iyp. '•. nit i' .1! �7�, ,:1 s .. .+. '� i t.,. " , ,u �r�� .S°4�� ":iii., rr - amnea�6e�.�xir+d�L�el �a�raew�re.+erarrrrnr��e. �r�e�i.�•' PN iViri�q 37 W& ;VS I fi in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid In accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program,the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted less than the predetermined rate for the work performed unless they are employed to work.at tit 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. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in 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 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 detertrdnation An h which provides for less than full fringe benefits for apprentices. y employee sted on the by R approved payroll at a trainee rate who is not registered and participating in a training plan approv Z the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the 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. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utiliz6 trainees at less than the applicable predetermined rate of work performed until an acceptable program is approved. 4: (3) Equal Employment Opportunity. The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity Ali r requirements of Executive Order 11246, as amended, and 29 CFR Part 30. e. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in paragraphs 2.1.2.a. through 2.1.2.j. of this contract and such other clauses fA as the MHTD may by appropriate instructions require, and also a clause requiring the 3 . subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 2-6 7,gp.777 P 21, ............. lK 0.a „.#. .;;.Yz76 i={ ,,5 ± k• • ;,r........,_,,.e..,. ,,..�1 is»...,.:..1.�.,e�,:...r+'.e'%i.+.+�.grke�Ne� ......._...._} .._. ..,,dl�..c.:.__.a.........,..,,,:.+,.�aw 55;•'k.�#:';�s}4:1i%S'v°�;,i'`t"3'�'t.k`��"`;ter ..'d,�5w.::i....v-,,r.:_ .I+K:ii!�yk.y..=�..�.�+u,."'E'.n!�( s{,rrN^.. 44. •`7 r if,�'" .y I 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 barmenl as a Contractor and • a subcontractor as provided in 29 CFR 5.12. .Xu h. Compliance with David-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. r; i. Disputes Concerning Labor Standards. Disputes arising out of the labor standards �t= 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, G and 7. Disputes within the meaning of this clause include disputes <f between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employes or their representatives. ; {; ') j. Certification of Eligibility. 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 'r ' *.a is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of l�4,r`uJiww�'• the Davis-Bacon Act or 29 CFR 5.12(a)(1). No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the David-Bacon Act or 29 CFR 5.12(a)(1). The penalty kin false statements is prescribed p ty forma g in the U.S.Criminal Code 1 B U.S.C. "� '��`�''• 1001. "j 2.1.3 Contract Workhours and Safety Standards Act Requirements - 29 CFR Part 5 ' 1 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 greater. «; b. Violation; Liability for Unpaid Wages:Liquidated Damages. In the event of any violation of the clause set forth in paragraph a., the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and x.; subcontractor shall be liable to the United States for liquidated damages. Such liquidated j 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 a. in the sum of$10.00 for each calendar day or which such individual was required or permitted to work in 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. C. Withholding for Unpaid Waees and Liquidated Damages. The MHTD shall upon its own action or upon written request of an authorized representative of the ,:.ti:, Department of Labor withhold or cause to be withheld from any monies payable on account of work performed by the Contractor or subcontractor under an such contract or an other Federal Y Y 2-7 "...'.'.."Y^r^r"'.pX W r....-^ 4 ...7 C < i g � � 7 .. 1+ !, .' l t�tr' {Th �✓Vj '14,w.4}<�r1 �r�4 . ! "4l t ,*.f{'a x, `� c�i L.j taf :� °'{�{'�� ( t) N .'r,/�' y:P+!+• ,. �5 i +i 4 lq��K,ti: 3 p e VA i� a; 4Wy '2} s�F.,��'i �.. �}y�t v. � 6J�,1.t`�t't}} k !8e t4trn'��r�N.r :f'S•�,,t }.,ti s��r5t.�. '�A}?�i4`tii t ttc tN �3�. ..r p {`{ >� A'�''S} t� � T+z A 7 t'r- a(. fiL,.�i�iy},FI' p�;t�r,,,.C��,7 a dV s.��r r.:i.t.e h.l .t't. s ,F=`• ,cc i! .iii �ft.��. '�ri.,�. r.3.3 contract with the same prime Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safe Standards Act which is held b the same Safety y prime Contractor, such sums as may be determined to be necessary to satin an liabilities of such Contractor or Y �'3' £Y Y subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph b. d. Subcontracts. The Contractor or subcontractor shall insert in subcontracts i 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 F responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set paragraphs forth in a. through d. ` gY: e. Working Conditions. No contractor or subcontractor may require any � s laborer.'or mechanic employed in the perform�tce of any contract to work in surroundings or fir,t,F, 2x t tmder 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 a Department of Labor. `. 2.2 EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS �•M � . , 2.2.1 Equal Employment Opportunity Clause-41 CFR Park 60-14(b). During he performance g p o rman ce of this contract, the Contractor agrees as follows: a. The"Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take gl 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, u adin demotion, or g� upgrading, 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. b. The Contractor will,in solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 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 ' be provided) advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. . 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 or: de t .. rs f h ,- Secretary of Labor. o e �^ e. The-Contractor will furnish all information and reports required by .Executive r Order 11246, as amended, of 24 September 1965, and by rules, regulations, and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records and accounts 2-8 TI r '4� 't`•r :F,l �'� �4;i fie,,'., ,M� z tc i ...� r r x� „x,d r ��¢A Y�}} �q �t t"'1��'A�fi'a ( J• � f6 '#RI, ' .. t 5'�4 � '!<' �•Y+FY wF ,, t �. <�' r . i ,art*�,,.y�3 s rr MAY��::. �,r,t M '•t' ,,+' 'lY'fr.?;'�fi�{.r{,yk�'y `{;t, rw•, 1, r ,,,`'' F .. 17�'' c + trt! F'k �Ft�'�Kt`' J' r� 1 �y d �� ..�, r•�.:ixyryti(ia:5.liir6 t+@bFi •iiii. s yl�t. � �:" , ! -: -3 v '7'Y'.;��.�u . a �; •o,..w +t<.._.y '."1i:,»w�..d..." �•F-_ .....—.s.:. ...'.:.:,3:...f.ivawMii�eu& a by the MHTD and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the Contractor's noncompliance with the nondiscrimination clauses ". *' of this contract or with any of the said rules,regulations or orders,this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for # ' further government contracts or Federally-assisted construction contracts in accordance witht p rocedures authorized in Executive Order 11246, as amended, of 24 September 1965, and such otherr sanctions may be imposed and remedies invoked as provided in Executive Order 11246, y as amended, of 24 September 1965,or by rule,regulation, or order of the Secretary of Labor, or - 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 r 5/ order unlew exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 as amended. of 24 September p ember 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such 'F ,e'•, action with respect to any subcontract or purchase order as the MHTD may direct as a means ' IIA of enforcing such provisions, including sanctions for noncompliance; provided, however, than a:• . M .:� in' the event a Contractor becomes involved in, or is threatened with, litigation with ary , ' subcontractor or vendor as a result of such direction by the MHTD,the Contractor may request the United States to enter into such litigation to protect the interests of the United States. ` , .^ Ypl 2.2.2 Standard Federal Epual Em to ment O ortunit Construction Contract S ecification /V V (Executive Order 11246 a p v CFR �n v p end a• As used in these specifications: Y (1) "Covered area" means the geographical area described in the solicitation ,a ! from which this contract resulted; { (2) "Director"means Director,Office of Federal Contract Compliance Programs x, (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; Y,I (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; k �v (4) "Minority"includes: k (a) Black-All persons having origins in any of the Black African racial groups not of Hispanic origin; 4 (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 the original people of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific 'r Islands, and 2-9 } >f � i J v.� !r� ,�< i} rid l r""„- ' � �'� o y'7 � • '1�. �:. edx., t4H+t-rit t r a yF r r > h' ,tj A S 9 fps t�&lr Y a,,;t t ��!� tJ�'� t F t }"7 ! f } i J t y .,t �a a'}�`t�'�h•��+'� Ai'' �3.tV�i�i T7 c F�,�� "r� rJ��+,w�'<t51�'�� �i,�'+�y rF:� td } r •` < ?� �i`� .�dy;ti re(S ; him � �lt��. •tit.`} !w ti .d Yk � c. ��,,? .''L ; S µ'� }' �rtt t (�y';�3 �f�� a� �+ . Vt. 'e. ,•'} > a r �M ��e.. r 2 'r�' �.�'+.r- t` ! ,! Eyi ': 7 ,,, t ., '.t. c . � t d .� ' '���'+ ie Il��,l. r ? ��$r 7 „� T•r#' t �, � .h t. z .. !, }.r � t �hewrc4 �-. �� � < k b g �, "+,� qA�vtt�1S41`'�-p��i.1�'F91j��s� ����IfXtR4ltiliil,...tt1t�. Ks -, , (d) American Indian or Alaskan Native - All persons having origins f :s.. , in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification. -s b, Whenever the Contractor or any subcontractor at any Her, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in }' excess of $10,000 the provisions of these specifications and the notice which contains the '• applicable goals for minority and female participation and which i5 set forth in the solicitations from which this contract resulted. C. If the Contractor is participating(pursuant to 41 CFR 60-4.5)in a Hometown Plan ,, approved by the U.S. Department of Labor in the covered area either individually or through � �} `°�'''„• an associati on,its affirmative action obligations on all work in the plan area(including goals and ;;? A timetables)shall be in accordance with that plan for those trades which have unions participating , f't'1'i tin. in the plan. Contractors must be able to demonstrate their participation in and compliance with ,11 the P rovisions of any such Hometown Plan. Each Contractor or subcontractor participating in t.; an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in which it has f• ;. employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. a7) d, The Contractor shall implement the specific affirmative action standards provid < h"srY� 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 fh x 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 published periodically in the Federal Register in notice form,and such notices may be obtained 4 from any office of Federal Contract Compliance Programs office or from Federal procurement . contracting officers. The Contractor is expected to make substantially uniform Progress tower e period specified. t its goals in each craft during h e. Neither the provisions of any collective bargaining agreement nor the failure by �. a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, 7h Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. .t £ In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the com letion of their training, subject to the availability of ' P pursuant to training programs approved employment opportunities. Trainees must be trained pars g p gi a>: by the U.S. Department of Labor. g, The Contractor shall take specific affirmative actions to ensure EEO: The ; `a evaluation of the Contractor's compliance with these specifications shall be based upon its effort 2-10 'try Sr�j�•f �z°,�F?�?a�:d'�•A%'� � .l Y. t a. F. . .� •a u f i rr; ��1�T`��'�5�( ��r>t y ��,� r s=°'y S.`� �'t<lt'?�"�"{i� � r �ht,f+ y I `C�,�?�t y'iS�•i`r� �c�� �'�'S����t�4���(4=i;.'_'� �Ci r1��}��1)'tt"�����!v����?� �i�s �. ,, �• {q t, ;tl�t` � � �'� i�''�q�=`wh' {Q4JJ nt R}SZ .i�1�lr t e �r k r e.7t,fv.f5j r� t,r .'�� r� 2!r�� r{tl y J•`• 'k:'• ci s'C'�^,� .r .+t�s; �t.�eE'�` " �f:. tl•t xs 4 c.rv:1 ,t e .Y y Pr�,�c �i S'��� !Y�. � 2 , "t� � C�� x t� ! � � wt` 1 � .t �taY� L 1 4 rs�}1 z ➢ {4 4 � } �r }�' �taF. � ,'-`. ti wn �,a' ��Tr�,-�t�ii�U�Y�{+t���v A�! ,�:>�': a���".�+tBJ�bYt}t4„ tt Jt,'[k !+r �"�f..,.,.•',.i i. 1� { yY� n r�SLs:S:d.urt e�te.:t to achieve maximum results from its actions. The Contractor shall document these efforts fully OK51- and shall implement affirmative action steps at least as extensive as the followin :g VI (1) Ensure aild maintain a working environment free of ' harassment, " intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees ' are assigned to work The Contractor, where possible, will assign two or more women to each '. 3: construction project. The Contractor shall specifically ensure that all foremen,superintendents, and other on-site supenriso rY P ersonnel are aware of and.camy out the Contractor's obligation to maintain such a working environment, with specific attention to minority or femalez'R individuals working at such sites or in such facilities. b (a) Establish and maintain a current list of minority and female recruitment sources,provide written notification to minority and female recruitment sources to community Nq: organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c..,b ,{, (3) Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, r a recruitment source, or community organization, and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was t not referred back to the Contractor by the union or,if referred,not employed by the Contractor, this shall be documented in the file with the reason therefor along with whatever additional Y " actions the Contractor may have taken. (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 f�+ thr. Contractor a minority person or woman sent by the Contractor,or when the Contractor has other ` information that the union referral process has im obligations. peded the Contractor's efforts to meet its x (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs, and apprenticeship and trainee progr<.ims relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor Contractor shall provide notice of these programs to the sources comp fled under The g.(2) above. ' (d) 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 y 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. (7 Review,at least annually,the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment,layoff,termination,or other employment decisions including specific review of these items with 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 an d 2-11 f ,i �.. '`' 'g' ;4 �='fT'ht i:,1 b '�''S'•` .S y§ x 't,�.�_t�.a, 4'.':xr> n`ci3� u' {} r�ri+ *� ..,zx}ta'� #Tara t �r+ 5v �! ..ss %Na x"t t{ ' �"'trt,1 i � 'j�tas� qy '�•t'� >r 7:�, �l�a,� t4'�c 7"�f;C�Y����!+E!r�t�� k°�.7,Y ; r���.t i,y�i�t�Y'��F Si{k$'+�.}� tx ''}. a��'t}etR�i ft��¢jk! � ",� J t • r f , ?kk. Y �f s 7 rryry�{ f' f tm Y' +.?� ( t'i r t7i to i rs( r s _• • 'I __ .. ..:_�.,.'�+y.3ararin�c YserrYariw'-r• y };i 1.`�...r i bi tta r. maintained identifying the time and place of these meetings,persons attending, subject matter discussed, and disposition of P he subject matter. (H) Disseminate the Contractor's EEO policy externally by including it in an advertising in the news media specific all g y y." providing written notification t and discussing the minority and female news media, and li Contractors and subcontractors with whom the Contractor does or amid EEO atos doing other a P g business. a (9) Direct its recruitment efforts, both oral and written, to minority, female, f r t and community organizations, to schools with minority and female students; and to minority , and female reecuitnr►ent,and training organizations serving the Contractor's recruitment area aci employment { p yment 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 wri notification to organizations,such as the above, describing the openings, screenin rocedur en and tests to be used in the selection process. g P es, ry (10) Encourage minority and female employees J a persons and women and, where reasonable, provide after school� summero and vacation minority kr employment to minority and female youth both on the site and in other areas of a Contractor's on , workforce. (11) Validate all tests and other selection requirements where there is an r za, obligation to do so under 41 CPR Part 60-3. ...; YJ? (12) Conduct; at least annuals .and minority and female personnel, for promotional opportunities and encourage othe t least y all ' to seek or to prepare for, through appropriate trainin , etc. such se employees P P g g opportunities. (13) Ensure that seniority practices,job classifications, work assignments, and, other personnel practices do not have a discriminatory personnel and emplo3�nent-related activities toa ensure ory effect by continually monit°ring all ese specifications are bein out.that the EEO policy and the Contractor's obligations under these� g carried � 'j (14) Ensure that all facilities and company activities are non-segregated that separate or single-user toilet and neces char •• to except ? privacy between the sexes. ' 8�g facilities shall be provided to assure (15) Document and maintain a record of all solicitations of offers an subcontracts from minority and female construction Contractors and d circulation of solicitations to minority and female Contractor associations other ng associations, business 3 (16) Conduct a review, at least annually, of all supervisors'adherence to and performance under the Contractor's EEO olicies and t. P affirmative action obligations. r h. ' Contractors are encouraged to participate in voluntary associations which assist in.fu filling one or more of their affirmative action obligations of a Contractor association,joint contractor-union,contractor-coxnmuni oust (16)i similar efforts of which the Contractor is a member and participant, may be asserted as other fulfillin�r one or � more of its obligations under g ( P E g•(1) through 16) of these specifications provided any the 2-12 r ' w"' lr 47zPfl"9{' '{ SFt `#.v t r L-,Z sF �r P Ik. t. k yi�,�,,t t s # �uni5,(; ,4 hi��izt`Cd§�,�, 3"btf "t't t) S, 1� r!§. r PEdi� "S �''D}'j E Y NX !t$t ����.�;It• � {t . �� 'T'S X,rb �yHU i"St717��yr�q { x y , ,� .�.�,�rT �,•k'� Y ��t '� .°, t < { � y ,Snr t ";t .r �,. n,'p.i"X' e+s. M .r�. 1 1K, E C: 'L'r ,,.tt t ..•,�;.t 7; I i+ r a w .,�'�`{ Y h ,< `h,� � ,: � �t _. :t i +' ..,o .. z.,�1�rt Y. i`e�k•,�5 e: �1�tr,3,i tr I i 7777777 f1' i. S l• z7�3�.t'6 sits t t� .' '.:, j r . . F� ° :.z . }` 'f A+. 4 1 p' 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,, ensure that t he tR concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on'behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a ' group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. , ~ , i. A single goal for minorities and a separate single goal for women have been °r established. The Contractor,however,is required to provide EEO and to take affirmative action I' for all minority groups,both male and female,and all women, both minority and non-minority. ` pV Consequently,the Contractor may be in violation of the executive order if a articular ou is } employed in.a substantially disparate manner (for example, even though he Contractor has `, achieved its goals for women generally,the Contractor may t } be in violation of the executive order if a specific minority group of women is under-utilized), The Contractor shall not use the goals and timetables or affirmative action { .;iltl ru,l��t� standard to discriminate against any person because of race, color, religion, sex or national . origin. n. k. The Contractor shall not enter into any subcontract with any person or firm .f.1 debarred from Government contracts pursuant to Executive ve Order 11246 as amended. The Contractor shall carry out such sanctions and penalties for violation of these ��'�"�'�:��•���' 'i 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 to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 4 M. The Contractor, in fulfilling its obligations under these specifications, s p hall 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 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 f° NI proceed in accordance with 41 CFR 60-4.8. n. The Contractor shall designate a responsible official to monitor all employment- related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade,union affiliation if any,employee identification number when assigned,social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates k of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, „ ! Contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application g p of other laws which establish different standards of compliance or upon the application of � 2-13 . i g �rj`�t����`�°i'`d x7i t t �ki i lr ,y t; �. ,.•. .' 'T . ir, ..`+ S,. 5..;.h` t . �. aw�3. � ���,b�'`��"��f '.}. � �• S I1 t 7�rd:?'.t ll���� a 'tEy�("`n�t� .fi+ l' �i ti r'• . } .U'.. a ,I's"YM�r}; t14.'$S t t .kie i# "r---v,S S - , 77 -7 7 -T VMS` requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 2.2.3 Civil Rights Act of 1964 - Title VI - 49 CFR Part 21 Contrachial-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 Depqrtment of Transportation (hereinafter,"DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from Fi time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 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 discriniination. prohibited by Section 21.5 of the Regulations,including employment practices contract , covers a program set forth in Appendix B of the Regulations. U when the C. Solicitation for Subcontracts,Including Procurement of Materials and Eci il2ment. u 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 Contractor's • obligations wider this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. "Nim d. Information and Reports. The Contractor shall P rovideall information and reports required by the Regulations or directives issued pursuant thereto,and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the 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 certify to the Owner or the MHTD, as appropriate, and shall set forth what efforts it has made to obtain the information. e. Sanctions for Nonmm&ance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Owner shall impose such contract -sanctions as it or the MHTD 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. f. IncoMo a *on 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 Contractor shall take such action with respect to any subcontract or procurement as the Owner or the MHTD may direct as a means of enforcing such provisions including sanctions for 2-14 i UMIT --M M N`� 2A "FAN �4 V V, noncompliance; provided, however, that in the event a Contractor becomes involved in, or is Ok`4` threatened with, litigation with a subcontractor or supplier as a result of such direction, the ik 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 per Para L-raluhs (1) and (3) of the EEO Clause -41 CFR Part 60- 1.4(b). Equal Employment Opportunity is the Law - Discrimination is prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246. Title V11 of the Civil Rights Act of 1964- Administered by: fx The Equal Employment Opportunity 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 members, by employment agencies, and by joint 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 Washington, DC 20210 @ q;� 2.3 DBE REQUIRED STATEMENTS -49 CFR PART 23 4, 2.3.1 Poligy. 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 11 apply to this agreement. 2.3.2 'DBE Oblization. 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 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 able steps in n accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color,national origin or sex in the award and performance of DOT-assisted contracts. 7 ii 2.3.3 Com fiance. 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 forth, shall constitute a breach of contract which may result in termination of the contract, or such other remedy as deemed appropriate by the recipient. 2-15 �V- Mw M11" 9. :�,��.., ✓kY.i4� it F ��'t��fy',9>f`€�^��'n({�,�eilYa T�s J ag j � v��': arx'r.: {iW; t�5,�.�,'�?,..#J k�+.—.7SK,.hi;�k5rc`ts 7 '�.� �� 4. �r 2.4 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982 SECTION 520 GENER -f CIVIL. RIGHTS PROVISIONS The contractor/tenant/corcessionaire/lessee assures that it will comply with pertinent Y.F statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national on participating in any activity conducted with or benefiting xfromeFederal assistance.be excluded from . { g istance. 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, .s 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 longer of the following periods: (a)the period during which the property is used by the airport ' sponsor or any transferee for a purpose for which Federal assistance is extended, or for another ° purpose involving the provision of similar services or benefits or (b) thn period during which e airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. Includes firms owned and controlled b minorities and women: Y firms owned and controlled by 2-16 wf .. _. ^' ski-y,a <.I� .tit yST ' k. '�4fk'• P xf irir.1�elk r,. t 9*"1 a 4n a I�x-.:.�u.�.t'+' '1 ;tcd t r4b�'��"�".A`� ''k '� PREVAILING WAGE DETERMINATION' s Determination No. State Agency or Sub-Division J� City of Jefferson Purchasing Dept. 93-014-0026 Y;�= rri Date of Issue 1 Location of Project city County Jefferson City Callaway County February 24 , 1993 ;f Description of Work: Repair & Slurry Seal Runway 12-30 & Etc./AIR 915-40B vn', t . .P r 1 is provided upon the request of Determination No. 93-014-0026 P • , '. Cynthia E. Hileman Bucher, Willis & Ratliff 7920 Ward Parkway, Suite 100 Kansas City, MO 64114 In accordance with Section 290.260 RSMo (1996), within thirty (30) days after a certified copy of this • determination has been filed with the Secretary of State as indicated below, any person who may be affected by this determination may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, nd to the party which requested this determination, Jefferson City, Mo 65102, a pursuant to 9 CSR 20-5.010(1). FOR OFFICE USE ONLY Filed With Secretary Of State: FEB 14 W 3 MAR ') U 1y9 PC�ia•.!:.,,; . F;• :.r._.: f Last Date Objections May Be Filed: MO 62"119(3-92) a y �r.L .F. . . 1t y; L z r. ±ir• ,� °�?,'��rc �$!�#"j;. i''{`+. ;k f....� � �•� � ;'fps. kr4" x6 'hr t`�*}•u" i� r .) xt �xr,�.N9+t�?`ni•��p�w,�k �'r�'� ss� 'zyr }�va•,w:m nR,itF, �r�!�,rt'�t;`.. t a ".t+.ry .� yl/ i ..t*' 14`4 1�F 5.i �' 4���a.• � '�. lA S7i:C �1 J ti `r STATE OF MISSOURI DONNA M Wmi rrg s DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS DIVISION OF LABOR STANDARDS oNiseTal r .••' P.O.BOX 449 JEFFERSON CITY, MISSOURI 65102 �$E. 314/7.01.1401 O,Yf1�011 . ' Yy +t' 11itAV Mi040U1�4 OMifCTOtI . 14N30-73"060 Mb) 1.400.734.14M9(VO,CCI . CERTIFICATE The Division of Labor Standards, having duly ascertained and considered the applicable wage rates for and within the locality, pursuant to Sections 290.210 to 290.340, RSMo 1986, issues herein its determination `i and certifies to you as follows: x 1. This wage determination identifies the applicable prevailing hourly rate of wages, as defined in Section 290.220(5), RSMo 1986. 5' 2. This wage determination recognizes that the ,t proposed public works project may involve building construction and/or highway and heavy construction. See, 8 CSR 30-3.040. 3. The prevailing hourly sate of wages applicable to an individual workman is determined by the type of work performed by the individual, taking "k into consideration whether the public works construction involved is building construction and/or highway and heavy construction. See. jr Section 290.210, RSMo 1986; 8 CSR 30-3.040. 4. The term "building construction" is defined in 4 8 CSR 30-3.040(2). (A copy of this rule is attached. ) 5. The term "highway and heavy construction" is defined in 8 CSR 30-3.040(3). (A copy of this tr rule is attached. ) 6. A certified copy of this wage determination will be filed immediately with the Missouri Secretary A. of State and in the files of this department. The law provides that not less than the prevailing hourly rate of wages determined by the Division shall be paid by a contractor or subcontrac- tor. However, a higher wage rate may be lawfully paid. See, Section 290.270, RSMo 1986. Should objections be filed to any portion of this determination, such objection or objections must be specific and filed in accordance with Section 290.260 of the Missouri Prevailing Wage Law. Boeckman, Assistant Director age Hour t } t� F n d. tp' k�lyR,(F ..4.: 4 �� 7 .r�•,,a 4L�' {��� 'r � 1Q. .(� '�' .� —._____.__ R',+,r� - --_..'�w,��....�::.�a - �._._...,..y__'...._.4.ss�..._�cr'fy�i•..:._._1.• -�.y_,��� '�.:t i .`•r +;.' .4.. (H)Sidewalks whet than those that an 8 CSR 30-3.040 Cim1flestions of Coo. stmerdon Work POv*d in connection with A Unut at mad P"ject; 0) Driveways thsit are buill to Mve a t PMOSE.- ne Depanwant of labor building; and Industrial Xelati@fts As# she ftsponsibility aad�r section n0j6g. M Pwking lots mucted ft a build.ing and an structures built U pwlciat jacuities; ASMO 90 drIeFfnint 0ap?CVOQM hourly MU of Odes to k Paid to Workers M Rowning wam built in conjunction with a building PrOject rwaged'in&)*Ph of a Sind&?iurmer. (14 Demolition of a buDding(s)as part of the Mi Pak qwbh�Ags cWsificatians of Site preparation for new bWldLno construction; VONMwti0?1 worh for the department to . (M) Landsaping of building sitas or the of in driernaning wprewanj hourly anting late Of Andes for work of a $!Mikr ' Of All$hrVbbM that is incidental to Miling constructin as-defined in section(2), charmer. and J (M Work on water and wastirwata ftat. (1)AD pubLe works construction, for which ant Plants Within the face Use. the prevoiling hourly ftw of we,ges of workers a Highwo d heavy conFftefino gha an to be dewmined, &hall be clusasd as Men the f either— "Mr. (A) Work in connec6ov with wads,streets, (A) Building construction,or (B) Higbway Ud lagavy ConsuldolL PukwaYs.alloys and hilbs-aya including.but mot limitw to,ffrading,paving.Mbing.sips, M Building construction $hall mean the h0ca,Pard Mgt,bridges.lighting.ftuininj A, malls and landscapinjr, following-. (B) Work on viaducts, overpsam, imiler. (A) Buildingstructum,including mo"ca. tion. addition and/or repairs to be used for Pa"M dMinAlt Projects, aqueducts, irrigs. ti0o Projects,flood control projects,rNIMMA. &bolter, Protection, comfort. convenience. t1co PrOjectt,rumoir filtration and supply enterukinmMI,Or recreation,or for protection otpeo torequipment; Projects.water power,duct liza,distribution �4 (B) Valdings at an airport proiget,neb U anes, Pipe lines, ". dikes. levees, met. mt0ts P-Miects. excluding work spedficany terminal buildings,fRight buildings and any defined as buDding consnction; otherAVUStrUction becesam for the operation of the airport facilities; (C) Work in connection with underground ahLfu cmmction on tunnels and (C) Stodiuma, athletic fields, dressing (D) RWroad work in its=dM,inclo&C nomi, bleachers and all other boadinge elevated railroads. needed in connection with an athletic or atertainzoot fadft (E) Main azd 66 sewers; (F) Work in coonection with girpOrts,such (D) Ettin bui]�ZP that an bm1t above. pound in As MMAYS.roads and streets,but nriodior con"K%00 with highway,Oub"Y of tunnel Projects, outb as tNl WAdOW Of that which is LEW as building coLmctjon;w housing for mechanical equipment (G) Work in connection with telephone, (E) Excavation for the building itself, 11ft'CriC111,'water.a ras or fuel bes.or any including backfillial inside and OUW& The other oduty or cc- unication lines from the ii 4. cub line; ­i: buildiair, re 7 M Storm and uzduj7 www inside jbj (M Sidewalks when pmoW incidental to a Street or road Project; bugdinc and to the mb hot; (G) Work in connection with telephone, M PArkint lots not incidental to a bmift unmcticz ROOM and electrical,wain.oil,gas or he]linn.or other Fety Or communication HAIG inside a build. (J) Demolition ofall bd&p as pm oflite preparation for any highway and heavy mit and to the cob hr. 90Wftc2iO0 As is Otherwise defined in secidon (4) On public works contracts that involve both clas'Mestions Of conmction as defined fm sections (2) and (3) of this rule the DIVAnment of lAbor and Industrial 10tions &hall issue a determination including both of these riossffntiong. Auth:negion 290-240, AM (1986). April 29, 01f, `0 At IN !A'M T e�'�6'0`7, 4N og, 113�t t t .: �' y.. i c i i aYr�'r,+!.�ty}`Y �.•,i �'tr Q",k{ rs{ t. r,;7 ::tt.t•. �;z `.' "' r.c.t. s z �3,•rr"�,x4 �r r',l:;f Y��� K{'Ti�-11{�?!{`�.. +�R",.(.�kt`Qfk}j;3/ks`x^,} a��y�,� Jh.,S �� t :i\.';f tyf ...• .� h. ' t t ,m. �., ��w. s7FdkhMA+� r 4 ./ iy� "<'��.c st'y tq. >f 13: .... ..J. «nN;•..ia�,.i�twae ' 1.'. ot", • i L-'.•�a �` i:.p'l :.O�•i ..G i a L O M7 M n tl ro W O° ° V O a m b F a 04 N U•O a M O y .. Y Y e O v•O y ti.-, d N •• r4 N pN o M .a p • 'A L' ,'1 H "O C.G wpi r.. .O w u 111 aL O ..yy 'O •'1 •off?.. .�N O O O•y • • Icy • M.a O v a'O 6 q W '"'l•�'.u' ,b d EO •d a ,O O p . P. Y rl O d a O ,C u O M Y�-I qY 1Y� N ° �UM{�1 1�1 SQ1 O v`� O /+Mp V M N ° c to •O° Y D ay 01 O b N a w g q qv�•1 T q W •p q a pp h a F n.1i a p.1i '•.°O w K Y M N ° Npp �1 g 1. 1 q Y .};}i++i�b1!$.+s;��}p'4e:''ii1h:S���a5}1:i.,i�,..r,;+'.:'':.�,�.:�c,'S..tf''-`'i.:2;4':`•-iy f'4,:t1t:�'p:;';`,.sT;.y":S�!,�".,,;;''i{-:',..' A'y.�tH.7 7Li'N W H O 1.Z 0[C U`(G 1:aa 0.Ua U 1yR'•p{L,V it��H 1p.W VC D,!P•.i G.!(p pN�1 l y ,{p rr M w M pppO N�,,.wq i O•M p q 1'ti�Aq cW R—•�D o°f A f'i.d b® •W Hg..y O.O N o 9 Yy� n■ .H7.y•�a l�1y r 0 H I4 p�b Oq►a+.0 Y s H�►H P 1O•�1 O$p Sn•7�L 6 w d•i h•a O .a•M p.�w p J J ng P a g gN Vol R .M 7 r•g ys*t+yO p tl g :•N u�Ni H'b q fJ O►�pp O M•'b1 q W.rO A b�M�•n.H.o•p a j r�I'.O M Ru a aa O w O�6 u u 9I�Y l H.!QC.•O.�°Y Q q D/ �•..°i a°i u.n�1p 7 F w l 0 q w p w C 6 e d r�.'W b.H Y C y 7 a u..I,a ro 41 O y .a Q .-°V,p s O Y 1 n°1 1 w 'Y1NQ^✓°01 ID►1+L,u in 4t w A O• . ,t N p a 7 a"H F a o q W V 0 En N w T ► w bA b w O A w M b 0 C M • h O h A Y Y e d H 'O h ~ ' a.I oz 16 N F .J rl a h .0 43 W . J•C 1 Q0 K Z W pp O -d Y W O a O M tl A '014 N n p • W N ry v-4 q Al K Ol c0\O •1 n •-CL J a a ro I 1 J O o E N Y *I N C i Z H . ' ,.I:•;i`,`,S - : O .qC p 0 0 L p o 1{' :SY, •p"W Y d i7 TI 11 ,�l•SI Hy v M '� i Q,�,y ° N O 3 H b.Y•A V1 Gi ii :d.;. ;}l'rV5:,`:;'.,..:,...'.:.�,,;,.s:;.,;�.�,;�;�x_'';,',;=Y';:X..�?1::d',.� 1°F U E Z I�ZW S 1a 4 w O W N p U:t H U a E u w W�w:O Oq u A N� ogD b Y.A M Y•o M S a g{g{��11.Itl•M t i7 ga t.a r o w o H'O tl Y B•1ey�ipp O•/7 1+'.�.o a It�'v•t gg•g h O M o W°M O w v$hb�.Y•i • Y•H w v.1l 1 m x C a°,p H tl a N b�m 'a wT a~mL .A q L d, •.wW.Y1 I v r'a p I e+7 o 1 N:w � o to a F 11,o a u V ° 'o c.r 2- Tad Q M X M a b W H 7 - Y N a O r.to y w A 0 E a E H Y a ro . . s a o Mc s d a Z cy' •.i:ros`��..t �°:r"':•..`�.C;..A g N• j a cam O M 61 i N VZ 1 F Q Z N O p./A.n cc a OQ • • • Xv a C u h N 10 M N D v U O v ,.:'»t•<, , .• x•'.•- l;ax r�.W G►J M '. N of Q o a fi+4. gin+'.' �;',;3)`t,' t+:•a H � �,J w N i h < y«x'11 1A sti'''r i�..��7 • � � I;.1 � SSIH.e p' p�. d 4'{ �L'•5 W .rot ° .. < t. TT N a O 0.M OmIl'1Ln ya ' Yt�,y ,-. JJ F': 10„�, O •"T O a r' M:N N1 ri.i r-1 r-1 O O O IN rl rl N.-1►i r1 it dp co rJ N +I > t O O NN N OO Ot_.tD itt,•,s�'Y{���°: �L yp1 N O tp O �' .O O�O N•C' N N N N N 10i O� t0 18 O.I!� / I M M M N rl VI .4'.4 rt rl N. tr.V1 In m N •C V C O O 1f1 n VI VI N N fV a .{ !fti.^`' {:' I •O N N N N Ifl s t:tl`',�,{' - i .,�V1�� .OI 00, �m,O r:ri r.rl•-/ 10 G r-1 rt�f� •-1 H 'l+ �.a v r.pro 'r1 lnlnu,NU, ro p'1 N O O O O ro A W N O O VIII•'1 M L+m h VI NO • ' . N N:f�01 f+fO N M tl' �I�� Ih 111 OIL NNOt O\1D OI OINNNMa N1'1 al 00/0 tD0WP1 ,Pf Pf Cf+1.�0) i' N • . . • • 1.4 N N N N 0 -,1;WI !r'1f1ct1D VI 1.10 N V11(1f�f ^I `'.? i fd0 PI•t.�.1 �i PI° N rl rl O rl ri rl rl r-1 y ri•-1•� rl r l I"I•"1 r/,.1•-1 ri rll"I fq prof a y �y ft),p, ((py ro t�p1 •y „ ^J Big �y roro Q1 Gj Fp• typ7 " llWWf} .,;.`�•y •�1� ( pt \trt f �}�.,,�. ';'ed,,,,:,�2 ,fit s rzYi�tE�. •S't ,ta ..,� 7' r f�lG y�C �y tr: x,i••' §��T vK i's i T 1� ':".ti"t} f f.4� •atj'�1K �s�yl.. t liT,y� rt .rl' a 3 ;�.ri ; s �1 if 1)l Yy 5 f �"?✓e}A l+^' "t , Yrr{L8 �:HP t i. � x S ASr l' ��'• M1 T�:}7 '/K i 1 1"� tt ! ( rE, �1 ff �!'�'4i31 � y{fi a3�ripy�2 ! ��; 1 tcrE.�,.wrr, {�, ^7t•� x ..�i'g�/'��i .! 4 µj+s`� r � t �i P y � f 7 �( s{ P �'1��f�•F���,{J bt �t'i a��'. i�t Sx iec �,'�h d? r� T t d !,� �. t s i ry'.4 J t `^ i t � t 1 y��}�+`F g HMT't •?i�}4�}i�y '}�Y.`M ill-.. �5...�,��. s� t }, :4R�'`+,. i3��'�t4k�'1`FFtkkkk{{.....'''''L.t111T�,T51,3+f1"/tLr�V;i'n:ai.tP'r•".���TxF;�y'���:y�� ti.�r t.. f7•�7�-N��.1.;.,�.f �,t3 S`,tt p��`.'ff,}LSldrs'd,�8��r�x � r� '�" i'7tr 'S' ;t+ •t6 'j4!. /4"n J y t h: 'i'! it f: ''n{r:.:•' .•r�' eY',+r:TT�.� � �,. j r�t�.�� A3_ __ +. ..n•rr....__.w.._ x..'.. ��.y.' _..r• _ :d4 a�R. ���..ry�'....s,....�nr.,r': r { �l{,III+1� ';+i,i Y"t ,r a'�5 � .' t•�����ii } �N t1;n�°' i 1 Y ( , li . #.E�"t .0 a:t. � e6S��t 4 t ,i t � � ititt� ..{� s' s,! )�� 5 ,43��) qh�•;t f'j.' 1! f i t,'f t tl, zyb1 r 3 s Irt.tz! }t rJJ'ft �?£ "'`. ......-.., .:.':•+r_:...,r:Lem r t t Heavy Construction Rates for CALLAWAY County (s) << ` Basic Grafts Hourly Fringe Benefit Payments Rates H & W Pen. Vac. ApI►.Tpag. Others t ' CARPENTERS , . (See attached sheet for more informatio ) "� ) Sourne en , Ym 18 .80 1 .65 .90 .03 Millwrights 18.80 1 .65 .90 .03 7 Pile Driver Worker 18 .80 1.65 .90 . 03 ` 4, ' OPERATING ENGINEERS (See attached sheet for Classifications 2 ' Group I Group _16 .10 3 .25 3.00 .36 s"ur P IZ 15 .75 3.25 3.00 36 Group III $ ' :`• � 15.55 3 .25 3. 00 .3'6 , Group IV 14 .70 1 3 .25 3.00 436 v.n LABORERS 3' (See attached sheet for Classifications ' k 1� General Laborers 15. 00 2 . 10 1.75 . 10 Skilled Laborers 15. 60 2 .10 1 .75 .10 TRUCK DRIVERS-TEAMSTERS 2,25 2 .00 Teamsters - (See below for Rates) ' ._i; CLASSIFICATIONS RATE (3"IFICATICm RAC Flat - �f is Ingle Axle 1_37 T8 Tank VWn - e-1xle 15�: Flat Bed Trucks - Tandem Axle 15.33 Tank Wagon - Semi-Trailer 15.45 ? Station Wagons� 15.18 Insley Wagons, Durpsters, Half- Pickup Trucks 15.18 Tracks, Speedace, Eclids & ;r< Material Trucks. - Single Axle 15.18 other similar equipment 15.45 Material Trucks - Tandem Axle 15.33 A- Frafrn & Derrick Trucks 15.45 Semi and /or pole Trailers 15.45 Float or Law Boy 15.45 Winch, Fork & Steel Trucks 15.45 Warehouseman 15.08 ' Distributor Drivers & Operators 15.4 5 *Tirem n, Oiler & Greaser Agitator & Transit Mix-Trucks 15.34 Station Attendant on Const. Tank Waggon - Single Axle 15.18 **Mechanics y� *The wage rate for Tizeman, Oiler & Greaser,. Station Attendant on Construction shall be the sam as the wage rate for the oiler in the k� operating engineers schedule, except operating emineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. 'S "The wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in ..1 the operating engineers schedule, except that above any applicable teamster benefits shall be added to erfwrages. nefits over and CVMTDM RATE: Workmen shall be paid one i one-half (1h) times the regular rate of wages for all hours worked in excess of eight (8) hours per day (if working S-R's), or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Monday through Friday. For all time workedl. on Saturday (unless Saturday is used so a• 'make-up day) or Sunday, time & one-half (1s) shall be paid. t.. MAIM �1r u� )r , } Jt yr q i+rt3 "sy ui6 K , t� eta y V ,• '={"`: 0` �` t '-"'���}�:t�`ll a.4uFr,�j�'r ftl� F'% �t�in�frti.2'S Yti^n9t flk 79t`!'yv��- .a:.. '�. +" is s, }t''•x t"t�ta{ >;}; r.gl r t{'"# tYArr txf Ff r�4+ 93gpTr? ''J,� f ii �t fi'>} c �f y ri r §l ",4„r1 ,s .�j+Y � �"').4P�.�#j ���@ '��,}$ t't� s`,� �j:n � ..'ti�''titr!t;;x �`��st4�tt Yd>l."T 4i•i2t s�� �. .#. '. zg °c p . .;r. f fe _ _ :r.11.a�.""�„ x _ _ .. .. .. ..... ♦ ...�A�rC. .1,�� .. ..,._ ....4xnwrKYwP' In nd A _.....�:t,a�..a„+w+:`r.Mnw.,...r...:.a..aw.a•.a•:Mf:t}�,!5:��•�'.��'',"$Py'r�l.>,_'v 3ftX?.�'..r.,:Ft.,�».x-ana,,..nt.vrm-,++y.t.lo:£.x:F.�.+r.:>... .. .."°...y,...i,.+.,,. i :�451 •i,�1;A17.t�'{"�•.zi:.#$} f�, �s�:�� . 9 5 / O 41.1 a K L 4 1 a .� 1 U.rw�aga o m O u ..1 + Y p p R N O • w A T ,i r 7 •+ Y k c O.4 0 K 910.+ N U 4 1 1 O 4 • N u u all C w •� O �' V O .. c •.. c a Q. 41 Y 4 N o qa •.y 04 A o @ 4 O• .R C V.. O V • N •• } . n -+ c O.•1.0+1 c U Y a u .. n +! (�♦1 Y I ry..•L.. r o Y a +!� N 0.qU.CO N >+4b O O so u.•v ry 1 O .+ i"9` i q•..•.`��'� >C • „ �w A..qj O ONYD. U�9 U Q'7 • -, O r+ Y p C C SO O 0 N O •4 Z7 1 CIO Y p ,tl Y O 7 Y fr• 9i C ac1°. p) 4•4O+1agNPO1a CN ..pc un C r & p V k 91..-1 11 V_y C V) p+1 O fl'p 9 Y q 1 (wi O M O Y u 6 > u O 0 Si �1 a a •c W -4.c .0 w r4 A,1 fJ r K K �1 O V Y ••1 Y :"!Xx ��}"+ y u .W 0./ R •,C 0 .0 •.-1 U 10 N m p U rl IT � 1i �' a Y •+ w O �� O �3. t 'i:1`'�y Y T w H p N O H K Q C O O p .J j, ".�JJ ,«�.aVw Ya•e A am C1 =,lY p M M«I O a V M►•1 d�Va•)r M N 9 i Q G•J 4 q H 0 11 k a � Y c ..H 1 Mp q I 1N1C O �. �p D A10qp a p q YO T mC u4 pC JrCO •4 NO+1OO 40 MX C Y 11 0 S p U H•a O • 19 b u h H 1. I> M: o R w. s I a C O N •.14 el O H 0. ° 10-40 vN uau :3 s C 0 .1 C II = . a a►1..tl 1 waO u°O'H•O ra VAOMpkc s 1 V w Y A �~ WO ry O C g n 1 • c o N 4 O •1•. .''•`.„".r�Y'3_»•;," , n'>+*"4,•,. F.1 i .i c q N a 1 o n.o r u a p .+1 '.`•?v� ".'''. •w •v .i M Y O Q O a -4 .•1 in O O N 4 +1 •° M 1 M a 4 -14aN+1�4 �UiN W Nh�• O 1 a •wu aw M w CO.- O 4 o U Ol O°I qq O 0 >T >� D • t* MN Al" .0 h Y N,$4 ORO O M r I N h "'•r '' ?' 0 C•140Y a60 A 0U•Ci 7~Y4 w 4 i M i d O4 R AA ® 1°• r a 1 '• .pi �.Ci • Y.•i !'t«•W'1 l' r' 4 Y C q 11 4 •M 4.Z it C 1J•1,k a• A .•1 a � °'� o•.a0a7WY0lYk gONU ao.lf k ;19 q.�.1 +�i y c dt.ra.�g.-1Y �y.+a.IH.+ 0441, 6gyp6m opmp .�1119 •�a7guw.O+ Sbn a • rvw �raa U OUp163 aqQ af+Y 4D 104 ouCJ�u aMd CO ® a •V1Yi �00M .Y•ivo l" '" W • VJ1 i o w °w V 1 • I 4 Y N 1 iF•N O W z�r v' "r,�!','. Y w Y C 1 •c 1 .a {I q 0 •1 w .4 0 j tl, lu I .-) w H 0� �{ yn O • w.r -"i'S ZFkI-s .0 •1 i� g 0 0 1 M N 64 Y.1 Y Y c .'i -`• 0 7oiA �1 p4 4a pm, D..s 7 Y•O M V O 0.0 hi°i 4 4 Al►1 V S 4 C6 O a 4 qA" X Ql Rl N L p,'O M la 1 01 O O H C .>!O U O Y 0 cc 10 pp,4 4 Y $4.4 d Y w Y O '-�".;,.'jj rom+-W 0. TU140 40 V. H.1 �a0i 4 Ya O NUa 40 O4.IY� ,o x, 10��0UM0 m,l°it wCY p.yq pq•.�O •p1b '1rr4u .-INYte 01t] 4Gxi qm Vi .�v�, Rr.-1 N ♦1 C U N b .0 g > U 4 Y > 4 S= •� waK�7,• 9aop0,022,p1 9p 4 mNsl� oF.-Ip�ulY �� g ., :...�• y O m .1 4 p a O+p C a 9 m ,�['`-r:.'•• •J,�` r ti u Y l to Y q o N N Y t iQ d Y c a N G m G. .1 rl N•O i1 +r�.� n u ,;:o-;.r-�a>�z C j�s..t 36 ON y S UVH0w m0 a7 R7 po0.1 p0 EO N..1�l ;r..:•,s. ge. O A r Y D N .0 H C N �41 k Si (j O « (`A p a M m PK 4 COY 116 0'�' a.mi :[j;,}'�'•,..f`f� 1 Y. C O C y 4 X Y'-1./O Jt 0 V$d C Y O U W O •••1 d K S 4 4 O .4 > 9•BIN q [r O Y Q • • t;i?, . .`ei' hC •i.0 bAqu q 10 O u m .c N W> u a U JC C d •o •ro H V Q y W$4 C U 0.1 O 'y�7 N u a d p A: m p W•.1 a: H 0,A iA V�� Ir.O•I.00 y m N.mod ►pi m •C1 �.Y s .Y+ ��,i;.;...t�,,;'k+`',.. G O ^I 4 p m 0 Y w 11.7 fi k 4 a 1 0 Q.4 N m O O 00 1+ Q.-1 A O a.c ° ..i75•,.:r[;;r @ 4.1 4 N m N 0 C 0 U C 0 H V Y +1L O N a1 Y d F 0.O.'1 Vl :a T r •c �::.:�t,�r;'1 • Y y�1 �1 e C0 C C V...-ri 4 a .�'N O U 1-1> C.O N�j 0 0 0 0 a •O d N 0 O 6K 4 Y u O t9 •i •1 P• H pp 0 b1 M 4 .a O+.0 V b y S IC O O c N 4 4 X Y CO U Y 'r "t r'•v i M M 4 0 0 U 0 0 N 4 C b 0 N 41 a U 0 10 N C Y Y N O U d 4 r-1 4411 O p, • .1 •:4"'"5, H YC� rn ► a+ ►+a aN4 0r"..4 1aga10a UC Y ky SO,, c 7 •O p u c •-1 017 H M V .r ::'+,,. 1 H W o.. 1 T MC mraai if 44 �0� I��p +OC7 F, gOEC ��SgWp 0 •�!Yap4 alai CCe � vppMlJtONllU01YO.Ci y!F rCOO U O ACiOO+a+ �,°.°�.. ,..,.� .,.Ji r �oY V +'1NN .-14YK.-1uC0c\ -0 p144C+14pp4 qq ..yy ea �.-1OOd m+1•.IY+19 N.C�COWda OjiNp A @q.g�O.0 4 C+1i UOx 40,V� 7f1 � oY W w u.~-1 •rC dl O,O a.-1 4 w 4.0 0 b1 0 0 0 N •O X a1 a k a e mi i i• pm • M11 MI 1 +1 O 14 U N C 41 0.0 C U 0'O 0 41.1 M O a a W E C a W ■E 4 , 1i 01 ppp,,O 14y WOTO 0100 N4+14N Na U pR7 O1 +d 10 �.pi pd 0 1 O u~ .7,.._;} sl . I t! • i ep O as C 0+1 01O p Y O Ci S4 M 4.1 4 a a N 4 px OiY{I p1 C D M u eo r .�. V y Y OW p d.l.1V UC 4w C,G Y�, O �y InOV M Gp � Y W C mat GO 4410 d,C V1 YO• Y MPQy w.Yi M•dA NO�ri� a/p1A C.dt 49r Ctso i�p� !+ .. a.•ro $w a •Y N a fT a.+ 1 11 u +9 0 q�! 9 Y m 10 w 0 N 10 yy "' ~ivy'o R•9 k U 4 a A 4 4 C 0•O.1.d w.0 ■ C 4 w N 4 4 U 4 C.0 4X17 0.i2•U M M p1 101 y • 4 �` p (v ppI,O'•1 Cpdd./U.1a 04 II YO aG. q0. Uo+1+IC k4Dp ro O i A.[JO Y Z N 444w 70gY Np,pY(ryL}p� O1 .-1•CO «7ugU 9dO0M+1 YfJLG a A U.1000W wtC.i q'OOU GOH N4a M 0 a1 Ca 0.0001 i;0 •W .,t �. '+I • 37 a OM ��qi rM .,'�;,{ti;.,'•ran:`: Y Y Y v „°, �' • 4 O O�i .r �•:hLf`�t'r. . o a o i tl a V a w : s D w s 8 }/By1 1Q� p A COI �"1 V ray, 6F'�5��,?,�;;.A; {• ..1 L-, Y •'-1 • y Y 10• ° VJ�1 w.d Y� Y� A C goo 4 In E}1 •v Y 6.�V�SjJ 11 9 I'. '" i Y Y B Y Y�C • ®1� �{. p p� rryl , • •'Y!'\ ; ��tt F 1 s" v 01= O 1• y° Y Eli 0 rpy 1�0•ii O ■ O V. ;i7�tiiC' p •JYj o a • • e • • 7 " T 1.1 L1 .YN• 8 .r a q. .�a' s' k i,� Y .•1 -0 1• ,C Y tw O 1Y a IV p "106 -21 .9 a '" •xn + pp 9 • � � (gOj �.r �'y e w w 1 w Y.� a ill e.M w0. O •1Vb Lia v•��r•.a �O ���� r` .ew,ii�o� YN 10�e5i g �•- •�� gbY c� m b e~n� �'1 - 0 MBii a� °i> �� A �'^ •� ° p.~1 ffi _ � a - 41«y+C�W a �.• 1� x[F ,'`�'s .•aY a� a�� am y;� • � _� � •Y g�� ���� p� K.. aa�11�y ■a�p•�Ay1�,1��e�•1 9 -��9i � .{ly,:, �tY . ��?�. ° • q O.iii g 4 u ! °' •Y .°. •• S• ° �'' eel G as 9g• - p •i d e S C°.-1 L1 1 S� � � •� 6 ,� � 867 -•r11.7A �Cy� � �1�� w. z• DQY Y O Y rr��M • V b 71 f� M • ° -� Y Sum A {7', •'v0 7 • fll ~ Y N V $O.•► v a� y O ►+O {ii1 M e pry ° 1 00 • ��� Y V M�O�� T���i9a�j•1.~i !•1 P. •�OW� � i�i ~ •.rYii'1' Y N A 6i ~ « ° G7 pa LM1 �y 8 • O if O Y ` � � rl b� Y �v W ■Y A � '���� g 6+� � •1�>7 . p e I M O O Y i/ a iii yypp ail pp 0 Id � pp E� $ w. « tlya spp•C a � « i��1 �#J � � �+�' natrnl � ►g'� M:, Y w • Y � M Y p•-�• M � «� � _N^.p•I -� C'M �.•I� �~p ��r1 ►pF m .•� µ '�'+7 8yy 1Y Nrr.d M . w• �•rl Y ^� i•�Wa 0•1 Y1 -®� ®� .OvOO YNO iG7� q �~ ~ �G A0. V R6V V6��CCCC444 " ,•!p•1{ �QO} M , •P:y�":`. " A�ItAII `A�pCii9G�XSbuX-•'f•m.w..".•^""'^ ' BtOt� .�',"^""•••Y+atv,:�tp•7¢.r7A"i""!+'�tkr''!'.i7CStlysa°w''`•.•"....-... � �,' �i'•'`a"fr t?',.„s 3�tv. �a { t t ryrx2�� s ., t �.;4���,.}�� � � i } �'r'trsil^ }f>r•,i :r Y s' s� S t •.•� �,.i'fl ,41-u } f�. ,.� �l .a.5 S f,t`�t'`s " {i 71' d [ rI�{... _ ' c.••� r rri sc'y},�[v)7�'�, '..y' °ip S.a '��'yv i�i`�,�prT3'7�[iy 7ki�`��a�; �ta{ ..� • �, t r i ., '4���'"�I �..c.'t' S x F 7,,"e�5�l't�y-^4l'S}y{$ }Yt',(. i I .r (' 5 +I 7 d.4 ! r`S• .? .•i.} r ✓ ��.R• t t♦ 1}.�SIl 1'A � ){ i! .i •r i i ;Y1 kF� ��.f � } 4 y ... y CSI 7 f{•A+q +r , '� �� 'v e : � �f�• '� y,i-?;, ,Y+'gr�,,t +.y i� �,r t+� ,; s+�"rms?t��,�s.4�+x+c r. � '�'.t'Frrd �h�,�r, .s .z r �'sa an� '#rx W;ix n.*�,+a •ayt ,r�• !I� �M1 1 i .C•y1�1 Y�tti:�ijie Revised 2-22-90. rt 4 PREVAILING WAGE LAW : .A Check Off Last , ;F. 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 the procedure required by law in order to effectuate this policy,the following is suggested as a primary"Check Off List"to be used by every person charged with,any responsibility under the law. >r Before Contract Is Let A. Request the Division of Labor Standards to determine the prevailing hourly rates of pay 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.(Division of Labor Standards,P.O.Box 449,Jefferson City,Missouri 65102. " Area Code 314-751-3403). B. When a public body has solicited "aids 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.,' C. Specify in the resolution or ordinance and in the call for bids for the contract,what is the prevailing .Y hourly rate of wages in the locality for each type of worker seeded to execute the contract and also the " r` general prevailing rate for legal holiday and overtime work,all as`determined by the Division of Labor Standards. Section 290.250. D. Insert in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages spewed shall be paid to all workers performing work under the contract. Section 290.250. r Vii, E. 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 ,3 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 contractor or by any ` subcontractor under them. Section 290.250. F. 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. G. Forward PW 1000 to the Division of Labor Standards upon contract award. ;Vr , J. (over) 4- r A x c 1 y,• i�*� .irtt MW Wr C }} U While Contract Is Being Performed A. Take cognizance of all complaints of all violations of provisions of the Prevkiling Wage Law.Section °3 290.250. The Division of Labor Standards will investigate complaints. H. 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 p 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 require that such notice shall r. remain posted duting 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 P := state by the contractor acid each subcontractor,for eriod of one year following completion of the ' public work.Section 290.290. D. All successful bid contractors including their subcontractors shall submit certified copies of their payrolls to the contracting public body prior to contract acceptance. �a E. Notify the Division of Labor Standards when a violation of the law is discovered so that proper notice o P Pc f the violation can be made and the Attorney General alerted. Section 290.335. III Before Contract Is Fully Paid 'a 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 >w Prevailing Wage Law.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 any further assistance,please write or call the Prevailing Wage Section of the Division of Labor • Standards. e..r DIVISION OF LABOR STANDARDS Prevailing Wage Section ti t ' .A'i��1 "1M•F� . ft, 'tIT' r,t e y -� t � 7. ,.s ..�:#f,,,�.iH ?. .4 .�Y .. ,.. � �,r 4:..... _'�, _i'�r.u,�._.a._: .. ___s, . . �_ . _... .. . ... ;" .:,.'�. ._�-.> ._» -., r,_ n.,e.. •"w ,.u..d:..dtYn.YJfaU to xt't CCt*�;ffr�t-�`rS kdi zr xrpt�,{"7 1.. .,,. ', f t�';� t.��t,`f. tr.'r.• x"F � I. DIVISION OF LABOR STANDARDS Jefferson C't Missouri i Date Wage Determination No. Description of Project Location Name and address of General Contractor Bid Price Name and address of all ?Ai,r,'�•i:,i'i r• r Please complete this form and return it to the above address. 'ISM law P=-;-iq2 to dw psymant of.Y, ,i •''C„ztii �ti.. 1 I 1 5�1 11•• 8L, r s I r •"'f r `�t'F A °�t.t +ri.r�r��'�q tjt t�'' �t;"'F' *'b' HIT { l} ,2. ..r,..ar. .�•a•. .'a. fd2<�'.r,;- nL';4'- ,uyt.'���t{�`�5?S'�•y' S' }'�'" }' �2$ !•y'� ,•�„,�yT°a^• °' ;t�'t, '�a}4rv`tT�r$ 1f i i. 1 •�Lrb"Ci3r1' ts, `f• # L•` df Lt aTTit�. •nh,� I7'�7•Ar' 5,� tr r ,r J c'. .•N'3=;:'t t<}Y dp r` r.* �.;. .a.,,r`�} ,�•�'�,. yS��,�. "'� s �i�6 .r"�2�,,�' ;�'S{t��' r6'q.x��4t)t1'4�t:t-� •b. • `�t ! t [ :b'r.., .e'd.S..rt�$r„r ;f. 55 ��.{tt.ti•, �,.•} ���`*l�� jn�'FC.'4J ..tl:., .�. . ;�t � .j�' ';f .,',•. � i.i{ i}' F �• n{,7'sf3� .7(xt1 ..!* .+:.: � 'J.��'.t,. 1..�.; Fi•yJr � 'i, Y�' 1�'.'k�'yt�it� {;Ti ',i-fia �,�4 i .r, L•- .r{' �..a. r ,h'�'�°°.h,�: '?tF.A t,,r'.T#'r�"3d�'M'�sN�e;��?y`({tt i1q«rtyat' »�q'1,2:r ,�.` � ..s `#` .«. �r F,,,. � T; y .� t•{i p�t.e Iota *,7 � All fit 6 '.T:'��.�'{,,,;y`�t'`',;a ls4t 3tS.•'i�ra� ..'i"�c� '$,�»:x� �' �,•��f.t�,j .•r'"'-.'.yt,'y,-�>��e�('�'}'�3'z.�l�"�, '� �-r 1 ` t s'l:.•i•1 . 7+t`7 r�i,'r 1 'k� r .3.,J, .r '',• v, ' a t �, +n ar3r k ,i4•'r:.v; ' ,�,. ,.v<`2�..g�;..` } j �,tt�n. ti v x,a`.3' `).,f� �j.ic �L�;�'k�•*�7�t�.2�•}�.J?,.,�,yr t.:�;• ,j' } .t:.' .a•: y �'.•` i?`�"J'rt.at't'+F��h,l.,q.yly� .}r '` }�� _Gt• P�'.e �° fix•, � ,*'r(!!ri•.,'1 iFt:fl idrt�l3.�.¢ r .t t •, � �ty;S.i''r�r-`�.�.,:r. ;1�;• ,•i:t�^`;t^";i �As,'7f����,i�` at, f 't��g4g�d t. ��' 'Ytt,2 ,r�,., ,��i•.3/1a.9,.>51.., 3 5 .•t �, c .,�tyx,. _ .�1,i -, ( 'f z•�`.•S.ruQi�q.vii. !T'• t ,7, 1, k'k. ��• L'' ;3A?i'�'s. A:: �`}; .1 t.t: t a. fei•, .t; .i;..fi�'• 1 '•W. n.slA°•�i' ��i b%t t' '�i�U�. �. .i B `{fj;;;? K7• s•t.l t.k•'`�f1yl`' i f u 'r t;s•^• '•n-,1+ 4'k`. %r+:. .t`,-.,1 .a,�r• � �-rk '"t- %1• t7A.���:��",i°;,;4N,t �k�i is �. t '2 :pay t n '.i„ ' if ,:r.,?,;knr'°���,i"iyr�,y�xirf'.�,t '� 9 ,�,���;J �i, 'f� 't �,4�r`�'Lyyr,� f �,;.'e,.i ,�a t r1't;,.,r. r•. , �P , ' 1' J � { rS(' � .x-5,. •}q'<. �i+•" nu%}ie .,,' �': ,.tti .zj��+s� y,p+yf'�}t,q'i+r � .r � 1r6 a" n r +, fft' J¢2 tr x ♦v t �„' ,x;��:e.f 2 I`t”� r< �F z � WvrCj 1 � a e� i i• r§'.k- tl���k' � "�� t:� dr n 3,�f'+r r"e T i`•Ptr�- �{, 1, 1 •" p,r' •? r d W �' • yid'. 1 ,, �. t 4� 4 it �'``r+�.�r�`j� ii.����$�} '� �yt�'�"4?§���t.'m't�fR,HSt: •rt+•'• , .., .. ,..�..,.. .. t MNNI 4k 0 �t,S x�,.�i..Lsx�S�.t3...:F.�Y'dr .!L}�..xt.•, .vary �!it �,, '• �:�t:x S•�' �t t r,. ;t,' ' �•',:'.*.Vii::, `,�1�,� i t ryii�. r5 ..5 e4..� 't'^ rP'jY14^�•� r ' � �r R3. r j ,t�•� .a :ach rr 1 xt ;Y' ♦ru rRt: t � ..`ArJ iy�. 1Ti+'+)'' 7 2`�.s ��.� 1 y i�reg`"'„C°,,. 'i. 71t5. •!>t < 5r,�Sr.?r1 e7{�r y �, .r t �'1�{� ,F: fy '°ti S '+�. �',. Y4��.t• i. '� { }r f. n rS} 4+i r( �. c ,4, `k f.>z4'rit .h#r 7 't .5+.jt as ➢ s t C,S i ,,,: t Ka1n §4 i A• ;. v +' �:(Jt r }, a• F c •3 k. �. .5 r•}}�1••� '<;4,'�.,�> lr y wlc.tcita't { t J .! S� ���'Y•� '�`'S� e�il4'r'L r '}1�'�+C't .t � 1 l ,s C {:�. ..,\,.4�)t• i.yy 1�r4� �''�t.t t ilsS z�e�o;y3 U t J' a. ,2z' .ri.l �%fS ut�'�+s� {sa..titi,,j� �',ty� L� t. z � �t s ! tY.���x(�a",1•t'l 'r.,.t�'-E,�3`��4{,rtb�t�}�,�•.>����,�64,t�a4.tu=.��Y1'1`'��'�:• (a'y' `d �F'"r;t '' � `k�'�"�, iC,•••1 *���wP••t:t + g ;'R 't 4' .z7 dt; rt g.rZ,: i t��*'3 �'h�• }y`if,�`#t~�'R'`r?�t�.}'t4Z t;� a�Y',♦y ,+('t'� 2"}��k t f{ .�, i4. .} r.{4�`��{,✓•. ry't'�. }L t! W' � �� a•.,�y ��q}S't,�ii��yZit�'Wy�4�'a'7,( Y�l'�+k Y t�i' xl#. r 1,i t'� �` I ,'�'�. 6 :t�!.'Tj::t?i .e tr, �?l y !,•• t.t:. %°4 5i. n�y4Y�+ti �','r�i`tr��': >�y J's. {,;:t.. ..rg�H•�.^^t�# '�� + S'c Si.;��i 1 ,.,J�'47'.s. .�7f"j"�.tu J. �t{j�} �;�� �,}thy kP,���"rit 1�.�ttt' a :i 4 ::, .:i•: +<.rr,(..d, x a• ...U`!•41�'`v4•bti � .�'' h "t t`&rxdii ,�81tkt�i�'k t w" (�.�,,'+�d,(4,a�'s*M :.� rm s•� 's�„e1�TT5itr.X�,'SArT y.t'�IN«d +. ��, ,,,S• } t• _ jt Y C� T htY. a+++. }1`' 'P^rit�f hrF'7 }a t ri y 4�},�:{. ��'s.,��jr`�5`�1,i'it r u �t,, ,} `rf� ��;h.e>i f't��9�}aZu. �.'�'�, i+a r r•:;�; �t ' x. `` �r7.. �,r�,t.^e,, .dM y ��,{�•,��t4:�tiY� •:i t t '(' ,•t .I�,Y , } rd. t;}a.. �: 1l Hr.,t'•T. +�F. r!��jrl.�+rarlrr,dys� YpY. .-}�!V '�;:i r;'� r'�2. � ,�:: .� a '9t w�'+i�,.�,f,.flyY} E+''x'27,^°r�`55za...}.';t t I,., 7, {r y`y yr f+� y 'i�t t y) o: iu C r ,}�fpf.¢r"> 'tr+.•."E .. '� �N nr�� �. ..�;'' ;�� !��� w�}.,+'s}` t.,�(� (`'?k.:w dT �X 7 E d 4 y tr.pT-i � 'IN•�'Yn;d,�, _7' p',�, y v, t, .�.r���'„. `�"k'i hj Y 1-fl, IJ r rY r �rrl�' .4• - F� ;y a U l � f 4 I w � ?`�rg • i•rl' 'Y�d hr:i t S � •• • • � • • • — hat w {: tm! >Y rrYt�+ rr .;iE,yL51�y 1. 4 .; ^ Koo w) Y..•.� <x•.,; „d,;'Y,?+fi`�':td'J•.ff .bY„•�•�.",`,r)n�it11'+`i i{;.2;Ya•I+v,Q, r ,.'r:'y ' <ti � »r 1:;.. ( :'.7.St lY.. P.i.ux i•ir`'C'1i7a4tf ^1,yYTr+ y 4ik 1 X_ i,r+,y{.,1 .5.,•.,•bs j?rt.j'#p 7 .i 1.. .3rla�:i<`u T{. G'ifS`7 �!�t ,�'�.,.'�lrl�.ti} 3t��e , (t .f tt��,Y 'L� fll�'I tf' 'l :E.i t i� :�t i"71>'f fi .,+a ,1..,tk rntE ATlrt3 r.Y i r 3 ;ir T 14 ," .H. Yi s✓st' �,•rt r �•t> r tt�i 1t3 frr�t' k,l fg N i—WM% ..v ' . ..' T ...a• : : .'} r..,` , �� .`S,rti � z«r rbjf l" 4 ib�,Sw. jr tlr: _�� r t4 IS r"way 4 �• d,,,•C "r X'r. 1! r; J r.f .1v.. > 1 .r; 7 t ✓r +t . 3 } � d',•',Ski+ J rhp ,it f.�"r rxy.,+`c„r1PL�-i {e•4l i g�r .tii r �r r t}tyF K- y{+;. ,} ,d 1 \I .,t.l � ?`.} � jt''{t�yt,.:,l i�•v. s..3:i},y�iw•"r`w-'�?;'�drFP6�.rf tt:iY`f ��"•y,,a�+�itr,�+y�4'�4•`':llfir.'i`1'tA '+°'�t,.rr, y 't , .i'.- :�'m nit.c .`, t ,.;t�.. � ''<i,.,t+.,d..�,v;a�,,.v 4Y�•Yf�;rT .Tni kS.'�'�e�t '�4.��it d+.n;' .J �.� } . yy�� „f p '��r'�`' ,Iry��« :�u,,i r.:�:��i��:•A'�t,rt ;�q, �rT�•Y�S•,, .�'•.,.' Jt. t�.i.,. Ir i i*r a4+tw i. }�c7�',{`s.,.t,n.,pf,„t.ri''c}'a r i rs��,;ti�r.,'�f r a' fCr i,Y�r,.?,}'ri(e 1:(..a.*l N h v:tia r�,ar. Si r'�A•Y.f'J F.+3.��F;r*•�,'�='^i r(,t�'t,et,r r�i��`"y'*N`'.�t�'�' i1i ............ 'ri,r r.�,c"r.4 M:"4C•d*l�2 ti,tt�Y..�s,d..y;s tr;;+``7! 's i .t.r•t .4.X't '4�r,'ls�'r`�^•�:it• �y��"d.•���'.J+t+.-r"�s�� .;�,.<i><.{1�tzG� '� 3�; ��j�'I((�,,6 t t�;§a�{�?"r,f.;y}=JI�S eS y� ti}? �4 .;. }, �Tf}r� ,�.�. 4it,:�..�y�d:? ,t�rt y.�;,Sib.���.Jr,,. �.r.�;� t i e�• ;ii?��r+., ;� � 't S � ! � .`µ. ^ .�:.• ft -� #f::,:� y t 't t, a,J 4 y�3..• t pt1 )7 1�c tC t r+.:'' ,< :,u:..x ��,S, t t�`%"''l� karr C+� .,�Y. r <t•k w:'�+�rd ,+.,, �`^ �Fa ��}, s,.y�.�y}� �>I�+1:,}.�:lp �'yi'(1:ij::. }y�; r t�. T /r.: t +r •7 ar5��� .. e r!�':Y : ? 't7�x�t,,.?�:�`t YC',,gC�. '. S �^ +��z':�'� r. '� ' �r�•yvS�`J`:!�'�'iF..!'�skt��`�'+#' 'f�:t � i $ /% t + 'i�h ,�drr�, Ni:�3.�ti.., �} t' �{� •x' r Y'g 4 � a •� S� r ��J tl.�•?r ro,�. .}j ;, .. ' �r.t ' r � /,�,i � rh�.1,� r+l'�t fr'^l�F ,�.5 i ��; •it h t fzrti�l k t� �',ii�fMi'�k '•^-t�r'sT`?�"y.�. .Ft t',:: d.•�"i'rtlt .......... ?rJ55ti::}},, r�h l�4♦'X17:�?j•E�$?j�:;��> �j{y • 1 � • itii`iGY��I{i'l�'°�•'-5�1y 4k! y�i�s}e53X���` p ) {X •' • � K Ay4 >4 �• • • I f,��. ",ttrrVsa,Yi�� �d' �4� r . aat>•1, • • • • _ r rti'r ti%. t ,� yy �i lj.. t,,V�,•;[y, �,�.s �r r t `yYdY1Eh}�3; � `fl�tz Niy'4t,�'t{'tt`�'�jr .Tt .d4;*',4y ,y y Mmm ), ' F� yft xL.:`3 t f- :'t ,•,}. i�.f + r +. t 7x ! �.rl+-.if i.{�S. ',}IY'.�,,yrye} yyi}�R..�.a�:}f<'-�yy „^} y i• `�i r)i{�I'Jr- it.� :�K�.7Y r vo `�,'�r1i.,:.`t rk' i �:, � �'`'S 'S 4 (,1 t ry •.,2 1. -.Wr v<<r..t.,.l Y�i:3 t}vw:.y':/,'t'��,v Y7. t.rwy,):N�S,F'}„ H }s. 1{{',�''+.7� �'•�`))7 h>•h�. ft.•. :.Yt-��'�D�';i '!M1') ! �ltt ,'.t ,: f.7^.tui t..�Jw.rR u•'�:f� ,rtx.x'.'.t ;.�rtiri!'��: .t 1��i�1 Q7,y a'^,u,q. �.:�..31:•'�r'r?5r„(G>,I';: ,>. t + !' ;�, ,,.t.'.',�•":r;'�t:,:,.t ,m,;,,K3,.p(r�v}'��;t-Sw b��`ji4slE ,�,rt .r: ���,c'��r;a,;R:;�„,�.y,,3kyn,'•a, ✓ .t .t.t 1 ��,: z �j t,'!.5 t•."l..rPi.:N .{ti� i;Sz n,: •'�y t?" 6�2+:4i '.��stt;n�✓./ .,�c5. y?at,}.,lt sY 7r"';� t 1., t Fl. :.3 i C ^4 V _•Ail. { iF'X$tY1.r{¢i te(i,y�} :YrcX,.,.R��.. ',+�1} .:tl .f}..fW(y :Y.Sr ,�. �'- M- .sLi.�N. =.j{Y C. d 4bif.�3,'a �!�.•�” 't'.C'� 1 ':a' f1 t t:r ry � �:.�''+ fi'?,s.��.,?�.f`�y«irr�:�l?�32 y.4'r�x S :, yi . `m t� �J. .�`: „�4f,�i�` w �'•��.#',t� .,N�°;.�4•.,ter t� 1.. `�Y. `• '�:�$�� Ott f�c �r y,�: �"�r;.,t;`S,f�i' 7 iti' ✓ S. ,, ; ;. ;,�� ,•i:t?fs7.'i4`4�`�{}�¢,.. yyt`.-t.c'a' f�i�'�,;{+;� ��� ,,wh#.rr" '�ty. n��R'�:4l+ ii}�t 1�� �, t � � .?s e Jr,.�ljn,"5 1.t/1l�j�,.Ytki:;.1�'.�..fit,Y `}'�tS}K. �.��aa � �y�. A riY '1l, 'gl E ,rr. 'Cy:'it i., •�.p} 1,�,,�;;�',,H�} r f'L'�i t X t i' .t Ira: .f.i i ;,,><rri:,%,,r; i1P,!Adxef;.5��,2SV�y�' "'l' tr-t r ,,_'� '� fL,�y� S..fin yf,` •�� ua�., �'.,�,4 �f �n .,, , '� '�3 f i. rt Rt,l;�' it fp t.,yy r'.yii}�}t *.��t•�kr"Is s4",ro � 'i`Y•",*' '4. .� `Y°": '��1.1�r.P, ti''xs'z��a :'$k✓ F'�{+AJ. �� '.�i1 r ,; ,Tt'� .� .!l,. X ! t; Rtr ;� }}CAA:.,ay,v�t�.Mf��#{�5�'�.. >`$ �� ir�• .iµt, i�,�`( tr" � `ski w� t' �i�= •� �A�.�k+�„�;r�?}. ``;n., .t,: ,,ti•i% ,+ .. <a�• .�3�, S..ik �''4;a°tai��*�'�r"G'�`'t 1�}�it _t iFq'riZ. T �• 3 �} ry£"'�� 4' �,n�r� �t�}��LC*t`�v'.�}� 'r° J.' t ,, } yftj t .r• .� 'SrZr,,.•''Lti ��i.�'Y;�S'�'�t+,r1l t�,+,!,��;. � a '�A '•� tk �k' °'i' ,•� r3'�;e�"r P�.�r,.,'.;,tt, hz�i.r.r,s t, '� t•A' .+ ��lf('''lk'���'@�”°'" ...q'"�, f �.�;?.}y.3M,l+•°;`ti.j �; 't r s f� s�{tej¢Si�., + .f ,'• `I: p a,i�. • � , ..'t. t}�*.T� ��M1.� ? rye++i �� ( .- i. 1. i •... :f" wie�.�L..tn1`-;Lu'�w•�(.`�•...+'+.4+e4wst,".i•'`vYiL WARREN COUNTY .� lv �. CARPENTERS & PILEDRIVBERS 19. 50 3. 93 LINCOLN COUNTY " tat �'1 CARPENTERS & PILEDRIVERS 19. 11 3 .93 ,{a :3 t PIKE, ST. FRANCOIS, WASHINGTON , f CARPENTERS & PILEDRIVERS 18. 16 3 .93 CASS r , LAFAYETTE, BUCHANAN, CLINTON, and JOHNSON COUNTIES CARPENTERS & PILEDRIVERS 17. 30 3 . 48 ;. ATCHISON, ANDREW, BATES, CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, LIVINGSTON, MERCER, 'i NODAWAY, ST. CLAIR, SALINE AND WORTH COUNTIES lxf� CARPENTERS & PILEDRIVERS ` 16.7 0 3 .48 t.. BARRY BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS , GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, ,..y' OZARK, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES ;'. CARPENTERS & PILEDRIVERS 16. 60 3 ,48 L4, t CRAWFORD, DENT, GASCONDADE, IRON, MADISON, MARIES, MONTGOMERY, } PHELPS, PULASKI , REYNOLDS, SHANNON, AND TEXAS COUNTIES .Y CARPENTERS & PILEDRIVERS 17 .45 3 .93 BOONE, COOPER, and HOWARD COUNTIES CARPENTERS & PILEDRIVERS 18.80 2 .58 �r PETTIS, BENTON and MORGAN COUNTIES CARPENTERS & PILEDRIVERS 17 , 80 2 . 58 LEWIS, MARION,' AND FALLS COUNTIES r.` CARPENTERS & PILEDRIVERS 18 . 80 2 , 58 Addendum #1 3-16-93 M0930001 - 3 !f w . �U,y! >,s<{ t S.+>> � �}� � � ('tai { 'i;55 rv: � i R•fii r,�7y'¢ Dr� �{ � r�r• r" rli. 1 r a sxI f � rye a`� 2 r yS d4 rr ^•`� K3""7^' V J�f�r� '77 (r (to.'S'rcrti} d." • ; � . \, F��11 ��4Y 4 }'�{,�d. { i{ ) �"' h Fla+ �iJ+i h ,fit 1� •(' S4�, C � T�a ' 'tear „k�;'�� h'�� tr E.;>r xt.� �rhlj;i;�,,<r���,�`�•r�f�+ti�t'��h ir�;t+��t�'���+�� ., s" } X k�MM rf"" ,1.. r•'�S$1�"7`�`"t,�yH F{L !r S,�t s�� 4 �`� �}.r`t' Y� Ye+s s , Ly{ J h'{ ,it�.1 4^ ��(•",q' cl � 4 t3, r �`f Sri 'tr i �tt•• .�� '� < '� p7 t f rt ��lt.s{d �G jta [, a 7: rs� r �•F t t,�S` a r�+lr: }. .! , .a r,�.r` ,r 1:. s 1" ',f� !w� t c,r vaNk4krkY1«+' ` i a`a ^'.�1 &Y s*S�'rt x pt•w" t k i '$i�'� t � t tt '1 r t �v'' .5�,` .. I .:1 CALLAWAY, COLE, MILLER, MOITEAU, AND OSAGE COUNTIES Y CARPENTERS & PILEDRIVERS 18 .80 2. 58 ^' n dY ' CLARK, SCOTLAND and SULLI% l COS. ADAIR, PUTNAM, SCHUYLER, KNOX, 18.80 2 8 CARPENTERS & PILEDRIVERS AUDRAIN and MONROE COUNTIES CARPENTERS & PILEDRIVERS 18 . 80 2 .58 f �. ' N, and SHELBY COUNTIES RANDOLPH, CHARITON, LINN, MACO CARPENTERS & PILEDRIVERS 18. 80 2 .58 CARTER, DUNKLIN, HOWELL, t: BOLLINGER, BUTLER, CAPE, GIRARDEAU, • RIPLEY, STE . MISSISSIPPI, NEW MADRID, OREGON PEMI�COT, PERRY,, GENEVIEVE, SCOTT, STODDARD and WAYNE COUNTIES r,f 1.9 5 19 .2 5 TERS & PILEERIVERS -------------- f CARPEN -- - •� -------- - ----------------- 7 x 'ya 06/01/1986 ,f Rates Fringes ELECOOOIB z <. , AND ST. CHARLES COUNTY ST. LOUIS (city. and County) , 19 .40 33 .5%+2. 2 ELECTRICIANS f: ;y FRANKLIN, JEFFERSON, LINCOLN AND WARREN COUNTIES , aa; , ' ELECTRICIANS: Electrical contracts over • 19 .40 33 . 5 +2 .20 $100 ,000 Electrical contract $100, 000 14 .78 33. 5%+2 .20 and under BOLLINGER, CAPE GIRARDEAU, PERRY, SCOTT, ST. F'RANCOIS , STE. GENEVIEVE, BUTLER, CARTER, DUNKLIN, IRON, MADISON, MISSIGTONPAND ' LEY REYNOLDS, STODDARD, NEW MADRID, PEMISCOT, RIP WAYNE COUNTIES ' ELECTRICIANS: E 4p lectrical contracts over 19. 40 33 . 5%+2 .20 $200, 000 Electrical contracts 11 . 43 33 . 5%+2. 20 a $200, 000 and under Addendum #1 3-16-93 ; ' M0930001 - 4 s s e f S• ..,µ ,,�' ;�• yµi t-.�,+"!iw^ 5,4 ISM.�. f-A M kL ------------------------------ ------------------------ ELEC0002D 09/01/1991 Rates Fringes ADAIR, AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCOMIN, LINN, MACON, MARIE4, 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. LINE CONSTRUCTION: Lineman & Cable Splicer 19. 49 36%+1. 75 Equipment Operator 17- 44 36%+1. 75 Winch Driver 14. 34 36%+1. 75 Groundman, Groundman Driver 13. 81 36%+1. 75 ---------- ----------------------------------------------------- ELECO053F 10/01/1987 Rates Fringes BATES, BENTON, CARROLL, CASS, CLAY, HENRY, JOHNSON,JACKSoN, LAFAYETTE, PETTIS PLATTE, RAY, AND SALINE COUNTIES. LINE CONSTRUCTION: Lineman 21. 11 1. 50+20. 75% -Lineman Operator 19- 69 1. 50+20.75% Grqundman Powerman 14. 77 1. 50+20- 75% Groundman 14 - 04 1. 50+20. 75% ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN, CALDWELL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS , DE KALE, DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, JASPER, LA CLEDE, LAWRENCE, LIVINGSTON, McDONALD, MERCER, NEWTON, NODAWAY, OZARK, POLK, •ST CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH, AND WRIGHT COUNTIES. :.A. LINE CONSTRUCTION Lineman 20- 28 1. 50+20. 75% Lineman Operator 19- 29 1. 50+20. 75% zN Groundman Powerman 14. 18 1. 50+20. 75% Groundman 13- 13 1. 50+20. 75% ATCHISON, NODAWAY, WORTH, HARRISON, MERCER, HOLT, ANDREW, DE KALB DAVIES , GRUNDY, BUCHANAN, CLINTON, CALDWELL, LIVINGSTON, PLATTE, CLAY, RAY, CARROLL, JACKSON, LAFAYETTE, SALINE, CASS , JOHNSON, PETTIS, BATES, HENRY, VERNON,. BENTON, ST. CLAIR, HICKORY, BARTON, CEDAR, POLK, DALLAS , LACLEDE, JASPER, . DADE, LAWRENCE, GREENE, Addendum #1 3-16-93 M0930001 5 777 !%7 .7, 4> `' dS .'kFS 1 F Y tt �i t r i >` r}Fl iai= •f�it'k. S' i " 4 ? tt�4�1 �C 1 sr ro''� �RRt�l,t.t9j j s ✓ .b 1 -r t 3N, t = s . t S t 4 r 1t� � "V I t k��. 1 a t 2 W Y F -3 '� I`J . '�' :f { A ! ,{A 1 i t q 7 g L, 1• k " i irk df�3 �f. 3 � �'S T.J.� �r i+ z<t i, 1et.'i Lei �,'� tP(�it rat �Y .( t j ... 'k: ti 7'�•Y: 3tr 'uµ ,'e.F�i•� i"{a tt �` ` '�, }''t��f f1.�',+1 ! Yd 1;i J{} �1�'ra j# ih!re Ali f . .4 ti,,'. try .•.t�e Y .+` ,+ry 'r1i Jy?Y� 1a41.j if'�,•t+r 'A �4t#^�. r e, k (, o• .A zT:j;.stn d�';}\1ttAt' ( 4 "1 .a: •rt }: v ,.Y. . „r.G,."4 i�*,wt 1�Ti�.ii:$�. ,4. WEBSTER, WRIGHT, NEWTON, MCDONALD, BARRY, STONE, CHRISTIAN, . DOUGLAS, TANEY, OZARK AND GENTRY COUNTIES. xr ; LINE CONSTRUCTION: Lineman 18. 14 1.25+17.25% >. Lineman Operator 16.77 1.25+17.25% Groundman Powerman 12.53 1.25+17.25% Groundman 11. 69 1.25+17.25% Pole Treating Specialist , 19. 32 1.25+17.25% ry Pole Treating Truck Driver 12.53 1.25+17.25% : Pole Treating Groundman 11. 69 1.25+ A' 7 t$ ---------------------- 17. 25% t�A4;r(k --.�-.�---�.------m.-.�.�-....---•�------••---••---rte. t 3` ELECO095C 08/01/1981 �,4 "F Fringes ,. Rates Y� BARRY, BARTON, CEDAR, DADE, JASPER, MCDONALD, NEWTON, ST. GLAIR, VERNON } AND LAWRENCE COUNTIES: Electricians 14. 19 2.45+8% -Cable-Splicers -----------------------14.54---------- 2. 45+8% -- a ELECO124I 09/01/1988 ; ` Rates Fringes PORTIONS OF CASS, CLAY, JACKSON AND PLATTE COUNTIES .: [Area bounded on the North by State Highway 92 in PLATTE & CLAY a 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 ighway 7 to r. PLEASANT HILL; South from PLEASANT HILL due West to the Missouri ' - Kansas State line; West by the Missouri - Kansas State Line. z K Towns of- Pleasant Hill & Blue Springs are excluded] ELECTRICIANS 19. 39 10%+4 . 65 REMAINDER OF CASS , CLAY, JACKSON AND PLATTE COUNTIES ELECTRICIANS: Electrical Contracts 2000 man hours or less 18. 39 10%+4 . 65 Electrical Contracts 2000 man hours and over 19 . 39 10%+4 . 65 .,; BATES, BENTON, HENRY, JOHNSON, LAFAYETTE & PETTIS COUNTIES ELECTRICIANS: : Electrical Contracts 2000 man hours or less ;.4 18. 39 10%+4 . 65 Electrical Contracts 2000 man hours and over 19. 39 10%+4 .6t ..CARROLL, COOPER, MORGAN, RAY AND SALINE COUNTIES M0930001 - 6 Addendum #1 •3-16-93 i y. 1'Tj ' F,fi i!.��r ys�>tic' 3Y3...�m ; ,d�,ly w�f"�'�t tic�3�s�li��`�piEl'�•#y'���' 3. a_M,y a�i+u.rf»'+` t���i^y�u �i7�'�,''t. 7.° ;.•'J .7� '�! i��? a�L•Y � .+:.7�+,1F�77�,/' tfS}y},nh.}!�rj '�• iY M. �+i;�y• r '1 '� k` b k �Y.'"Y�} 4��?la. r`7.k(f•+4�?;^kSt�,}�A.Y ,� l�. .7'�`.7',$':'�i.Y a ,:s. �y `a4s "" '"S''r'`ffJ' "�' :+.t ..y7j��;�:�i.•''���a�tr"r`i':'xa`�G:`'�'�� t"� �''Yf,�, i. t ! r 1: '�;•.J� s T.,•i e :Ys�' w��`,¢' ti. �t c'tfy'}.�iit�rNi;ts .$,�' �*� ac ' �~Y i k�°irirC tl kL r x.b Y ��}i;i, ...r1}t�F;' .�.}z3( ir.Xk'i.>•. �r`d �srl. �'f 1 d4 'Ga t a f'4 f ',• i s:a^�iii �' lni.°ir Aia Yi r r t Y. �A llYj o-t' ,`*.7 y'{� �i1.4i,N`" .�' Y t3. rt�fy-r'Y7 Y u w4`t '.r 'hf testa"`t .,,t"t` t `,{4,.{ i tip •w t°r.� !J7'YM�.rrJ^'Y5, kr?"`d d� at 5 Y � tit z y 3'3 YIf68ELtar:.:a.:i:b�silt . j. ELECTRICIANS: Electrical Contracts 2000 man hours s or less 17 .79 10%+4. 65 Electrical Contracts 2000 man 4` hours and over 19 .39 10%+4. 65 .• %•5. 'x :i ..-----.... .. —. .--..--..------..—....—..s..--.o--- t. ELECO257C 03/01/1990 y { Rates Fringes ,{ AUDRAIN (Except, Cuivre Township) , BOONE, CALLAWAY, CAMDEN, CHARITON, , ` COLE, CRAWFORD, DENT, GASCONADE HOWARD, MARIES, MILLER, MONITEAU, ;n OSAGE, PHELPS AND RANDOLPH COUNTIES: Electricians 17 -04 6. 07+3% >...:: Cable Splicers 17 .29 6. 07+.3 Y; ELECO350B 12/01/1986 , '. Rates Fringes =# ^ ADAIR AUDRAIN (that art eat of Highway 19 CLARK KNOX P 9 Y ) , st LEWIS , LINN, MACON, MARION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES ELECTRICIANS: Contracts $155, 000 and over 17 .10 14 .5%+1.40 o Contracts under $155, 000 13 .62 14 . 5%+1. 40 dt•'< --------------------------------------------.-------------------- ya ELEC0453D 03/01/1989 Rates Fringes CHRISTIAN, DALLAS, DOUGLAS , GREENE, HICKORY, HOWELL, LACLEDE, ,• OREGON, OZARK, POLK, SHANNON, STONE, TANEY, TEXAS, WEBSTER AND WRIGHT COUNTIES 'r = ELECTRICIANS 15 .00 9%+•2.74 PULASKI COUNTY ., ELECTRICIANS 16 .04 9%+2.74 ; Yt ---------------------------------------------------------------- ELEC0545D 06/01/1992 Rates Fringes ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISON, HOLT, MERCER, ' n... GENTRY, HARRISON, DAVIESS, GRUNDY, WORTH, LIVINGSTON, NODAWAY, AND CALDWELL COUNTIES ELECTRICANS: 18 .07 19. 5%+1 . 40 F ---------------------------------------------------------------- '"` ELECO702D .09/01/1988 Rates Fringes Addendum #1 3-16.93 MO930001 - 7 ,j,r - ^�yjtro' r=r,r.+ .y'tc�y�*•vr Y`f�r '�Y a+';���'tFk+"'�`Si'�1?f;�. ' i &X'+sr{FSUe v��".4C �.., u��Esy ;a?�,.,. st{a^`ltii�.;W" `t*Kts.+�ti:•y��,_..�'j,.�b o E`�'"1��j�' �:^ ������"r.,`� � ,� 5 •fir} a y �. eft' t' r• .1'#. y 'II ,d��"1 ^"i �7�'�f4 .t Yf `x'T } SEf ' w 't°dt5 n "p4Yv �.r` '� fiy{ ;'�,• f �a� '��Iz 'G`s ' i�t��r<k "` q"iYi 7 �°S{3�t� ��� � �f 1I#1 ��•"i`..imlO.itveiii�lieilMwl�.il.Qlruc easuia�ll�rd t<' '�' +•�gk�� iry xfrl '� a t ,lt'� ,�+c " . z t:: ' t t S�•k 2,.i�y j. BOLLINGER BUTLERo CAPE GIRADEAU DUNKLIN MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODDARD, AND WAYNE COUNTIES 4 LINE CONSTRUCTION: j1. Lineman 18. 19 13 .5%+1 S Groundman Equipment Operator 16. 07 13 .5 +1 5 Groundman - Class A 11.36 13 . 5%+1 5 {' •Jt --------------------------e1-----------.T----------------------- ENGIO004W 05/01/1991 Rates Fringes FRANKLIN, JEFFERSON, ST. CHARLES COUNTIES POWER EQUIPMENT OPERATORS: GROUP 1 17 . 10 4 . 52 ^' GROUP 2 16.90 4 . 52 GROUP 3 16.70 4 . 52 GROUP 4 16. 10 4 . 52 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD# DENT, •DUNKLIN, F; GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, irk MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, eRALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, 1j STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS , WASHINGTON, AND WAYNE COUNTIES ,r POWER EQUIPMENT OPERATORS ' GROUP 1 16.25 5.95 h° GROUP 2 15.90 5 .95 GROUP 3 15.70 . 5.95 GROUP 4 .r 14 .85 5 .95 LINCOLN AND WARREN COUNTIES 3 OPERATORS POWER EQUIPMENT RAZORS ' GROUP 1 16. 55 4 .52 GROUP 2 16. 35 4 .52 h•:.. GROUP 3 "m . GROUP 4 16. 15 4 . 52 k ; 15. 55 4 .52 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: .. As phalt 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 `s operator; concrete mixer paver; crane operator; derrick or : derrick trucks; ditching machine; dozer gli ,operator; dra l ne P 4. operator; dredge booster pump;- dredge engineman; dredge operator; ?: M0930001 - 8 Addendum #1 3-16-93. r, SIMON 1 it q5 S n7 t $rs Ftr. tlt. . ±'�'''� m �.Yi��q'�'7.��{f.'�tJyw.{vk}•tr S�vf ���i''`l��d'� ' � pl. k�•J5 .� ;.�''Myy} i.. Y,y i� t;�_ �.►�'_ _ +f .. ". !'. .P4`.'rI'` .{:.kMt Y�`+!"°"fF+..��-'.'4.rh."�. .. .. _ c. J^._ rr a•t t drill cat with compressor mounted on cat; drilling or boring .zt ,.." machine rotary self-propelled; highloader; hoisting engine 2 ;,. .4. active drums; launchhammer wheel ; locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver i=' Y 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 r asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant mixer operator; backfiller operator; barber-greene loader; boat poerator (bridge & dams) ; chip spreader; concreted' mixer operator skip loader; concrete plant operator; concrete .,,:.. um operator; dredge oiler; elevatinar4 ' pump erator P g g graded operator; fork grease; lift fleet; ' g hoisting engine one; .locomotive operator narrow guage; multiple compactor; pavement breaker; .powerbroomb><. .,�.:.' self-propelled; power shield; rooter; slip-form finishing machine; stumpcutter machine ; side discharge concrete spreader; throttleman; tractor operator (over 50 h p) ; 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 r pumps 4" & over; 2-3 light plant 7 . 5 KWA or any combination thereof; clef plane operator; compressor maintenance operator 2 J 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 P (combination boiler & booster) ; ulmac "ham , �; .y,•,+_� operator; tank car heater � ulric or similar spreader; vibrating machine operator; ''` hydrobroom. GROUP 4 : Oiler; grout machine ; oiler driver; compressor over 105 a CFM one; conveyor operator one; maintenance operator; pump 4" & over one. FOOTNOTE: HOURLY PREMIUMS7, FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE GROUP 1 RATE Crane with 3 ds. & over buckets ;Y dragline operator 3 yds. & over; shovel 3 yds. & over; piledrivers all types; clamshell 3 yds. & over; hoists each additional active drum 'r ` rf over 2 drums FOLLOWING CLASIFICATION SHALL RECEIVE •($. 50 ABOVE GROUP 1 RATE . Tandem scoop operator, crane, rigs over 100 feet ( incl . jib) . 01 1t. per foot. •:ASS�'E r-r-------rr--.--------------------------------------- - �// ENGIO005W 05/01/1991 w' Addendum #1 3-16-93 M0930001 9 t; � >•,...,.,,,..,�, o-�w.-=.++.1.+nua•.riM' p�„"f;AA k1?l,xY 3f e.:.+>w......-._...... .._ t n F'�tt31'�lR!Fxi% 5:+3' �1'4t2x��c�+�•'? ..,..x+,wA,.. '` i.F v { r t r' ` '} 5� �� pj,l �... f �,. '1, '-' y ,r '� f i f9 ,.{it��,•��f�.,ti r, 7 c r i, m �., ' t 6' art i •, xo .! 3 s t y.;i r'�i f +'t •.a 'i�;,. vir. '{'��� ;�T�,3 a'��r�,"�„a`t ..i� �' a ��3t 1fA, - � r �tr 1 f'a .r '. a,s f '. v,. 5 :,4• a}.1i6 .�`fir. C �yry t qv{r:tp {. n :Er ttr Rates Fringes BUCHANAN, LASS, CLINTON AND LAFAYETTE COUNTIES . � POWER EQUIPMENT OPERATORS GROUP 1 15.75 4 .90 GROUP 2 15.50 4 .90 k w;.AM 14 .8 0 4 .9 0 ' GROUP 3 • , GROUP 4 13 .30 4 .90 ,..ra'+r411y� Yry, ANDREW, ATCHINSON, BATES, BENTON, CALDWELL, CARROLL, CHARIT _ .; COOPER, DAVIESS DEKALB GENTRY GRUNDY HARRISON HENRY HUi,T HOWARD, JOHNSON, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH COUNTIES � .r•s. ti w: . ;. .7xz POWER EQUIPMENT OPERATORS r:;•iv. GROUP 1 15.70 4 .90 GROUP 2 15.35 4 .90 u•...:. , ... GROUP 3 15.15 4 .90 GROUP 4 13 .35 4 .90 •§� }f .! CHRISTIAN, GREENE, JASPER, LAWRENCE, TANEY, BARRY, BARTON, ` ' CAMDEN, CEDAR, DADE, DALLAS, DOUGLAS, HICKORY , LACLEDE, MCDONALD, t: NEWTON, OZARK, POLK, ST. CLAIR, STONE, VERNON, WEBSTER AND WRIGHT s k. COUNTIES POWER EQUIPMENT OPERATORS : GROUP .1 15.47 2 .90 + ;. }a. GROUP 2 15. 12 2 .90 GROUP 3 14 .92 2 .90 �( �7 12 .87 2 .90 GROUP 4 1 .rny, POWER EQUIPMENT OPERATORS CLASSIFICATIONS ;x t.: GROUP 1 - Asphalt finishing machine & trench widening spreader; asphalt plant console operator; automatic slipform paver; s autograder; backhoe; blade operator, - all types; boat operator - = ;• tow; boiler -2 ; central mix concrete plant operator (except Benton, Carroll, Chariton, Cooper, Grundy, Howard, Johnson, Livingston, Linn, Mercer, Morgan, Pettis, Saline, and Sullivan r Counties) ; clamshell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine - 2 active drums; launch hammer wheel ; locomotive operator; - standard guage; mechanics and welder; mucking machine;. piledriver operator; sideboom cats; skimmer scoop operators; trenching machine operator; truck crane ; scoop operators - all types ; pitman crane operator; push cat operator; quad trac; shovel operator Addendum #'1 3-16-93 M0930001 - 10 ar i �• t e 1 f: t ti ,, t ^ �'r � �z. H��1((y�� '��c�5rt�y'� ��+ r•r4� °� �}y a G" k 3 � ��y S 4SV.Sl3+• Lza S _ e waw4ierL�l��AQ�S 11 i 4. GROUP 2 - A-frame; as phalt hat mix silo; asphalt P lant fireman ; 4 „ . .- ' (drum or bailer) ; asphalt roller operator; asphalt P lant man;a s halt plant mixer operator; backfiller �q.. operator;P barber-greene rti 3� loader; boat operator (bridges and dams) ; chip spreader; concrete >aset draw; • mixer operator - skip loader; concrete plant operator; concrete pump operator; crusher operator; dredge oiler; elevating grader1"� operator; fork lift; greaser-fleet; hoisting engine locomotive operator - narrow guage; multiple compactor, pavement ` % ." breaker; power - broom - self-propelled; power shield; rooter; slip form finishing machine; stumpcutter machine; side' discharge concrete spreader; throttle man; tractor operator (over 50 hp) ; ryk,, ' winch truck ;r7 GROUP 3 Boilers 1 ; chip spreader (front man) '; churn drill "{ operator; clef plane operator; concrete saw operator (self- propelled) ; 1 f- propelled) ; •�"Y'3;���`�;�2"j' �y curb finishing machine; distributor operator; tJ'f finishing machine operator; flex plane operator; float operator; form 9 rader operator; pugmill operator; roller operator, other !��=•�:u;.4�,,,,+ than high type asphalt; screening & washing plant operator; "'' r ,F.,•.: siphons & jets; subgrading machine operator; spreader box operator, self-propelled (not as p halt) tank car heater operator; (combination boiler & booster) ; ulmac, ulric, or similar ' spreader; vibrating machine operator, not hands ; tractor operator (5 0 hp or less) GROUP 4 - Oiler, oiler driver FOOTNOTE: HOURLY PREMIUMS a . FOLLOWING CLASSIFICATIONS SHALL RECEIVE ( .25) ABOVE GROUP 1 RATE DRAGLINE operator - 3 3: P yds. & over; shovel - 3 yds. & over; .x clamshell - 3 yds. & over; crane, rigs or piledrivers, 100 ' of boom or over (incl . jib. ) , hoist - each additional active drum kf over 2 drums FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($. 50) ABOVE GROUP 1 RATE Tandem scoop operator; crane, rigs or piledrivers 150 ' to 200, of boom (incl . jib. ) # . FOLLOWING' CKASSIFICATIONS SHALL RECEIVE ($ . 75) ABOVE GROUP 1 °, RATE Crane rigs, or piledrivers 200 ft. jib. ) of boom or over (incl . ---------------------------------------------------------------- ' �z ENGIO101E 01/01/1992 tr_'ft5 Rates Fringes CLAY, JACKSON, PLATTE AND RAY COUNTIES kr. POWER EQUIPMENT OPERATORS (SITE PREPARATION) : y. GROUP 1 17 . 10 5. 27 ` r GROUP 2 : ?+ 16. 85 5. 27 �f GROUP 3 16 . 15 5- 2'7 <<" MO930001 - 11 Addendum #1 3-16-93 r a. 1' QFf t O �` ' �•'";'Y� �Y`iI � `� • `i. � ��t �'�'�6s-�Yy_ ���rk4y, eta} tr 1 f t r' 1 b,.� t 4 n{1$'hi �;J�. ` ,�. .{ # Fi f ,'u�S,i Sit y a e,^6 �. t •f t is �. 5l}t"D s '•., •gt;,�i. �,ft� ed­'k� Y, ,z�. '`�c w 1.tui�?t�}'ryr �� YY "a a 1 !. IPUZMM 'C N! 4 t in .rYZf t 5 r i , 'br ) •M 1` _ � .5,7`�r���"� 5 }3y r•. 7 :z". .� +i � ,. t Jit, .. 1 Y7 \ q�,. `Ffy1Y��t4tft�} V��f��t 9iF t f�� t i $y 13 ,t, trymr�i'.r}S Y{fr}i dt.r� t'3 sa iS?i�iit rFr}1. t { f t i r ,S y 'r I• 5 :;�.t s�rr� iJ cif r i 3v: � t a, , k �t s' � 21, t{k *p�S t�FS .fr?g.3�r1#2 r3.t2P .t}t +t'. S. .r .: j.: x {, r ,�. , pr R 'dctNa7xxti.>N6kMA .�� Ss.t.�:. d ga'�315 ✓cl"�� t 1`.tLS.� k 1a,y N� .} �,v+Y.,n.i�4�:a:A` >,v'W+S�"� �iticMf... a . wr". *� Yt iAiliti7a+ti.V: i4:au.4u:iitiM� . ,at GROUP 4 12 . 13 5. 27 Al GROUP 5 15. 15 5. 27 *H ,F POWER EQUIPMENT OPERATORS CLASSIFICATIONS '' `d ` (SITE PREPARATION) GROUP 1: Asphalt paver and spreader; asphalt plant console � 1 operator; auto grader; backhoe; blade operator, all types; boilers-2; boring machine (truck or crane mounted) ; bulldozer r.: operator; clamshell operator; compressor maintenance operator i "rr 2; concrete mixer paver; concrete plant operator, centralx5,y' ;r^ mix; crane operator; ditching F machine; dragline operator; dredge engineman; dredge 4'. >4 operator; drillcat with compressor mounted on cat; drilling or boring machine, rotary, self-propelled; high loader ,;. forklift; hoistline engine - 2 active drums; locomotive ?:,,4•y ,•,, " pr operator, standard guage; mechanics and welders; maintenance .1:.• operator; mucking machine; pile driver operator; pitman crane operator; pump 2 ; push cat op. ;; quad-track; scoop operator ��,��� �,' • - all types; scoops in tandem; self-propelled rotary drill � � xr (leroy or equal not air trac) ; shovel operator; sider , ,,Y.r54� discharge spreader; sideboom cats; skimmer scoop operator; Y� slip-form paver (CMI , REX, or equal) ; throttle man; truck f Y. crane; welding machine maintenance operator - 2 i , { GROUP 2: A-Frame truck, asphalt hot mix silo; asphalt plant fireman, drum or boiler. ; asphalt plant mixer operator; asphalt plant man; asphalt roller operator; back filler ' f operator; chip spreader; concrete batch plant, dry-power operated; , concrete mixer operator, skip loader; concrete ' pump operator; crusher operator; elevating grader operator; greaser; hoisting engine - 1 drum; latourneau rooter; ' . multiple compactor; pavement breaker, self-propelled, of the hydrahammer or similar type; power shield; pug mill operator; stump cutting machine ; towboat operator, tractor operator w :.,w: over 50 h.p. GROUP 3 : Boilers - 1; chip spreader ( front man) ; churn drill operator; compressor maintenance operator - 1; concrete saws, x ti self-propelled; conveyor operator; distributor operator; m5}; finishing machine operator; fireman , rig; float operator; form grader operator; pump; pump maintenance operator, other x'r than dredge; roller operator, other than -high type asphalt; screening and washing plant operator. ; self-propelled street ' broom or sweeper; siphons and jets; sub-grading machine operator; tank car heater operator - combination boiler i > and booster; tractor, 50 h.p. or less, without attachments ; r vibrating machine operator, not hand; welding machine maintenance operator - 1 GROUP 4: Oilers GROUP 5: oiler Driver (all types) M0930001 - 12 Addendum #1 3-16-93 ia. r, • i �4. ,y�A 'fi"1 �.++�h,ff7 `"� �,,zk i ... k t ., t t t z 7tt .XY+.�•�i ��'�fd t} A .1' t7�;�.�' eY4�' tf+'t,, y ��•s�rrf.,( ;J+ j t tr<t .. si ��a �;L E':i K(;tk 2r'as'^l'��'✓� rr �•Y ���i�, nf°p.l� t �+k �- x '"�"Ii"�r'`�r art ia(i � . x r. , �, ' r °4, r� ��r 1?�3,,s� ,:. r� " .�. �,.,vt .� °t�ti'�'r`�:tp+.u1�t r Ss .{ 'tt4 'r.F x.1� ��t.qt!'• t f�. f 4t ' .a { r �s...,t� .h t � ..r n}ix��, •!++� 1{ q ,�" rallr r'tc• fy x� .t 4 : t s , S y.. t , . iyl�n t ry � � � ��..t f?J�,s K t rhy°,. 'p' A.r �• � 1 � . w a f w c 2 t�tt.s5yt �� s r r""{ 1t � 'f=. 4 } t.. rt`'` c 61`` "�^'"i r � z r � r � bs.•5-` .ti�, 7 . I ,.'Sra f a , ��+v 1..r'i+����v,f`jr'i?.•. t tl 4! ,t•� $s f1t,a # �M ;'�� { ��� "r t .=s .,'t 'gat )y. �Y�,� `�ItLS`.dd^i�"�� • dtr°r "7tpY�'+t c r ri�tr 14}'` p •.r'?. , r t:P ty i P�t J ':,r""y r ..�'�,a±" , `•y '•���{. �+F�•�I�19�..�}'�d It�: yti++�t4kpri. }` }111:- "1tri6yfK�j}'"'". ,•4,,:,! 'r1 t' U rx^i t • , 3 ..it y �`. . .. a.,1..w,t`w+;.�;i4a1.r�11:Ri., ..:�d. _.,•. Mt..v.•.. 'r:1an..:1 � =.t':-41 .fit--.s,•,., t,h FOOTNOTE: HOURLY PREMIUMS Er: FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP �,`„ . :.• I RATE: Clamshells - 3 yd. capacity or over - crane or rigs, 80 ft. of boom or over (includin } - piledrivers 80 ft. of boom loreover (in- cluding y ; capacity or over ` •` cludin � - ------ding-- - khoes, 3 d. capacity over. 9 Jib) shovels & bac . • �: r ------------------------ Y apacit or ov --------------- IRON0010M 04/01/1992 ' Rates �� gip: r•. <, BUCHANAN CASS, CLAY, JACKSON , Fringes L,�FAYETTE PLATTE and RAY Counties 'IRONWORKERS r ... 18. 5 6 4 . 67r ` p ci:a;kS .t ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWELL CARROLL =fir,=•�� '':; CEDER CHA.RITON CHRISTIAN, CLINTON, COOPER, DADS DALLASs4• . DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON HENRX ., .x. ,:.} , HICKORY, HOLT, HOWARD, JOHNSON, LACLEDE, LINK LIVINGSTON, MERCER, MONITEAU, MORGAN, NODAWAY, PETTIS, OZARK, POLK, ��U��,{� . RANDOLPH, ST. CIAIR SALINE SULLIVAN VERNON, WEBSTER, ' ,.. , TANEY, WRIGHT and WORTH Counties; and s CAMDEN, DOUGLAS, LACLEDE, and MILLER Counties of BOONS, af IRONWORKERS 15- 56 4 • 67 ,. ------------------------------------------------ i r. • IRON0396D 01/01/1993 Rates Fringes AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MARIES , z MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKT , TEXAS, and WRIGHT Counties; and portions of CAMDEN, DOUGLAS, HOWELL, MILLER OREGON, BOONS, SHANNON, LACLEDE, MONROE, and RALLS Counties IRONWORKERS ' ' 16.64 5. 90 1; ST. LOUIS (City and County) , ST. CHARLES, JEFFERSON, PERRY, FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS , STE. GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, ' BOLLINGER, WAYNE, IRON, and CARTER Counties t: IRONWORKERS ----------------------------------- N,a...Y. 20. 48' 11 ---------------------- -- --- i IRON0577F 05/01/1991 ' Rates ADAIR, CLARK, . KNOX LEWIS, MACON, MARION, SCHUYLER, SCOTLAND, RALLS MONROE & SHELBY COUNTIES y ir; S IRONWORKERS 16. 20 ' 4 . 21 , 4. M0930001 - 13 Addendum #1 3-16-93 }• :�:;:'h iy. � r7;, kn�,t�nis s5 '\.ltd ( n 2. rr. f 't r}`'�,+-5r .,s It .��� ��``tt(�j-A'L etl Jt#T�L. It !!t � z ,?l ✓� t ,y l++Y• t ,t,` M. ; � { i� i T�V i¢i 4... ('al{ ij qt}i ryi 1` t�jL��q,,'. ' �+ 't, ��§r,P•,(�.`A"tt�lhyk`�41�y`C`fit z . ...i'! •'i f t r'i + �,t� t I 4 7} ..tx4,,,, w f vt r �{ ",�'�t��',`�.+"i•�� �.' J� i r R ,.XSli r yk¢F.� L'} ..;.r, C -l.. .} +>*Y.t .,•t Y {t} /"� �+�”`' S F i���}:'.q�t' '�i�k .r ,1 ittit, 6s , fit . 9 .:a 4 ati^%t'` i .Jr h"?•,x tlt�i � i t, }#'� , � m Y tL' fi) i t rl 4. yat � +>•,!°a�.- � i}� e� � , ri S� {1n�� l 4 4 rat•� ��`;� r,� I .a. 1 [ ! ; i ,;' ro1,ra:d .7S t4 ...t • '� d • 1 0+4 s1+ + J i t r i.. ! . t t ' :+ S.S t f'i rM 5 �;` {.. It .!�•�3{ �y R "F" �•))r,� t t``'t }..s ! 'c{ k'' i kt. la 1 r -•r• ..f1 G !S? st.3' yss S td rt'�ycq , ZU, i.� k,�y"e} y �ey„y{`F S 1 1 X J �jj h t i� ;�•s�j,t , r.l t ..t c� 1 St �; t+i . y 1 y.�,�d.44 1 i� �{1t1 �.k `} ` 1 •I x,.: , S )k JI}y.n �.i4+4 {7� �.k r 9 .ti. f r .?r..+fi YY ddd .f{ ,. }: � 'i i .tr .s v �.: F Y:.It f ;�,�i,•� ..£_�•r''t �' 1 I � #,'y `•, 1i .. + t ... ,:: ". .; : .:! .. .:t,: ,s ,. f... �t 4G"��;'��k�}.'�,` .�a.�'tl q�n d �' j �Yl.lr.� r1�i111n�ll�nik7111/A if V, %,:t1 ­ A II."ilt'i MA Ti ———————————————————————————————————————————————————————————————— IRON0584E 06/01/1991 Rates Fringes BARRY, JASPER, LAWRENCE, MCDONALD, NEWTON AND STONE Counties :Cz IRONWORKERS 14. 65 3. 67 ---------------------------------------------------------------- T, IRO?40782D 05/01/1989 Rates Fringes . BUTLER, CAPE GIRARDEAU, MISSISSIPPI,NEW MADRID, SCOTT, & STODDARD Counties; and portions of WAYNE, CARTERp RIPLEY, MADISON -BOLLINGER, PENISCOT & DUNKLIN Counties IRONWORKERS: Projects $500, 000 or more 17. 10 3. 25 Projects less than $500, 000 14 . 50 3. 25 ---------------------------------------------------------------- LAB00001W 05/01/1991 Rates Fringes BUCHANAN, CASS AND LAFAYETTE COUNTIES LABORERS GROUP 1 13 . 33 4 65 GROUP 2 13 . 68 4. 65 ANDREW, ATCHISONI BARRY,- BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS , DAVIESS, DEKALB, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, HENRY , HICKORY, HOLT, JASPER, JOHNSON, LACLEDE, LAWRENCE, LIVINGSTON, MCDONALD, MERCER, MORGAN, NEWTON, NODAWAY, OZARK, PETTIS , POLK, ST. CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER, WRIGHT AND WORTH COUNTIES. LABORERS GROUP 1 12 . 18 4 . 40 GROUP 2 12 .73 4 . 40 LABORERS CLASSIFICATIONS GROUP 1: General Laborers - carpenter tenders; salamander tenders; loading 'trucks under bins ; hopper & conveyors; track men & all other general laborers; air tool operator; cement handler, 7 . bulk or sack; dump man on earth fill ; georgie buggie man; material batch hopper man; material mixer man (except on manholes) ; coffer dams; riprap pavers - rock, block or brick; at scaffolds over ten feet not self-supported from ground up; kipman on concrete paving; wire mesh setters on concrete paving; s all work in connection with sewer, water, gas, gasoline, oil, iP M0930001 14 Addendum #1 3-16-93 ............ a "A ? g v!93 21 W ­­4 11;,� ,�,%, .......... i�'F , , h...s�s 'F'�t$r�r4tt ! t .�.....>..............t,::_..xr_.,.o:..»a•wwvrsr!`ret+�1 'i�'�k�kki;lM`�itlr�a+tib�� � i. r z 5 J' '4> rT 3U 9r 1' rrw•:,w.ww>:eJr^'"'wur""`.:•.. ._. ,,.�, drainage pipe, concuit pipe, tile and duct lines and all other ' i`° .: pipe lines ; power tool operator, all work in connection withjU:` hydraulic or, general dredging operations ; puddlers (paving only) . straw blower nozzleman; asphalt pinat platform man; chuck tendersU{r= ; 1 crusher feeder; men nandling creosote ties or creosote materials ; men working with and handling epoxy material or materials (where > special protection is required) ; topper of standing trees; batter X h; ti H S k` board man on pipe and ditch work; feeder man on wood pulverizers; k " t rers on river work; deck- all . ` t � board and willow mat weavers and cable i laborers working on � '•' hands; pile dike and revetmant work; _,. ; r underground tunnels less than 25 feet where compressed air is not ;, _t„ r used; abutment and pier hole men working six (6) feet or more MO below ground; men working coffer dams for bridge piers and _ $ - , footings in the river; ditchliners; pressure routmen; caullgr and chain or concrete saw; cliffscalers working from scaffolds, bosuns; chairs or platforms on dams or power pinats over (10) �`. feet above ground; mortarmen on brick or block manholes, signal man; i;}"t•"j=f rth;. 7 4�ysf;,.4t q GROUP 2 : Skilled Laborers - Head pipe layer on sewer work, laser beam man; Jackson on any other similar tamp; cutting torch man; form setters; y � L liners and stringline men on concrete paving, curb, •�r.��r,r:t,., ' Y Y'v gutters; hot mastic kettleman; hot tar applicator; sandblasting u and gunite nozzlemen; air tool opperator in tunnels; screed man - on asphalt machine; asphalt raker; barco tamper; churn drills; y air track drills and all similar drills; vibrator man; stringline a: man for electronic grade control ; manhole builders brick or block; dynamite and powder men; welder; grade checker on cuts and fills. ______ ----------- ---------------------------------------------- LAB00002W 05/01/1992 Rates Fringes sr ,: FRANKLIN COUNTY ; LABORERS 16 .45 3 . 95 GROUP 1 GROUP 2 17 .05 3 .95 JEFFERSON COUNTY LABORERS GROUP 1 16 . 45 4 . 00 GROUP 2 17 . 05 4 . 00 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE " kY GIRARDEAU, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, *r' DUNKLIN GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, aEi MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI , MONITEAU, PHELPS, PIKE, . i MONROE, NEW MADRID, OREGON , OSAGE, PEMISCOT, PERRY, PULASKI , PUTNAM, BALLS, RANDOLPH, REYNOLDS , RIPLEI, ST. FRANCOIS , STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, G Y a MO930001 - 15 Addendum #1 3-16-93 !,t { }� Y t S 3. } i z n � Ts v t 1 r #I {... •-f •. r ,t, tr 'iT� rtt'Fr F. t 'n14 N S 'a' f :3.. y .. ! 1' .l ! t "7 p7.Fr t st t c a r 1 z q k I�t r 't• ♦ ��7 t�1��'i+� }���s'l�r,Fj� t'r 'ht r r7}'r' 1}J '•.,>.= t ' r t � t iac '" 5{ �r. '• >,� 1 t i 14'%�^fit'. � ,t�1't„atr/r'1`r"v' k t i i r i t y 22x.a r 'z�F 9v� '� ��i • .;, r , r<s,a t 2F'>a t_ iS 1 R r: t I + t:. i .,ttS (R t.t t,i i 1t{>`�;, R f j5 � t �; � ,� fr�J 4?���'Jr '�• "�t� �.a{.,�}}is� e ` r, ;t f r } ! _,';.t r rt �'.0 'rF.a"S+Li#y?'i0j�! ;�. f �`'X Y"'4 i'r"ai , t},`- s�l j r �iS r ,�y,. Q r 1 r r !., t i is r�e .r•u�'.,��,;'y4'.TMy J�1'�,,:T d "r,•i7$}•tr '+40.y � 1J'fl T rr .t .,r. . t r ' .a' t t *t9. t.t 11t '�1 tdlfx{{���� �}'. rtir tl q J ; ;� .�"���`rr1 � F �. 1 �� r C1 ✓ r $i��c�t 4i� ,.� c �tr �i 4 r � �,' 1 ..� t '� F I t: t • o e fi`' #:.'. � tdt j,4 fir. 1" a 4 .i,• J,.F •. t.�l' 1t. ' '� }t *� t rt tr� '�f y�J! �, ,. s 3 , ;, S�SQZYta4 aL,)stc7•ct F`i4 .'. t L t 1 .,t, t .ti> £`(.r td6 F4; 7,i, ( `� �" 7 x 'I ..�e '�•t. r7 t a�"� s ttt 1:'�xi�'lh� art£`h � {¢+ +�a, ! r , ...' :.., �� ...: �, :.+ �t�' ,Y. ,..,ftt¢, .. '.... .:. .'.._ . -.« ruvaivs,itEw4V3fi�E�2Lti# t !SRClttS$#I? �4tPdi�lbld�iika� aG A ,.1yr �.a L4?x;x STODDARD, SULLIVAN, TEXAS, WASHINGTON, AND WAYNE COUNTIES ' " ! LABORERS ` GROUP 1 15. 00 3 .95 GROUP 2 15. 60 3 .9F ;';t,.' LINCOLN, MONTGOMERY AND WARREN COUNTIES . ... i' LABORERStf;;. GROUP 1 14.95 5 : GROUP 2 15.55 z 4 . 2 5 LABORERS CLASSIFICATIONS GROUP 1 - General labor-Flagman, carpenter tenders; salamander '+Trtk 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 ` ;` P P (except on { manholes). ; coffer dams, riprap pavers rock, bolck or brick; scaffolds over ten feet not self-supported from ground up; skip _ < S man on concrete paving; wire mesh setters on concrete paving; all t. work in connection with sewer, water, gas, gasoling, oil, �. drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form setters, puddlers Yi4a : (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material ; { topper of standing trees; feeder man on wood pulverizers, board and willow mat weavers and cabelee tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft. where compressed air is not xN. used; abutement and pier hole men working six (6) ft. or more below ground; men working in coffer dams for bridge piers and �. footing in the river; barco tamper; jackson or any other similar s tamp; cutting torch man; liners, curb, gutters, ditch lines; hot _a p mastic kettlemen; hot tar applicator; hand blade operator; manhole builder helper; mortar men or brick or block manholes; sy. rubbing concrete, air tool operator under 65 lbs. ; caulker and tt :54 lead man; chain or concrete saw under 15 h. r p. ; s ignnal man GROUP 2 - Skilled laborers - Vibrator man; 'asphalt raker; head pipe layer on sewer work; batterboard man on pipe and ditch work; cliff scalers working from bosun' s chairs ; scaffolds or platforms on dams or power plants over 10 ft. high; air tool operator Over 65 lbs. ; stringline man on concrete paving; sandblast man; laser beam man; wagon drill ; churn drill ; air track drill and all other ; 4t.. similar type drills, gunite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 h.p. and over; grade checker; strigline man on electronic grade control ; manhole M builder; dynamite man; powder man; welder; tunnel man; : ''asrT MO930001 - 16 Addendum #1 3-16-93 M1110 ill AN I "�'{'4 s tu, ;(n,••.;;;' x t^ Y ;n'';( - e { 'Yrt 41 m'i'"° �7�'s;'E,s!{.^ n� lrs.(,�`;""� s,� •,; ^��M ��'��a�'��.a ���� �to S i > . .( ,y` ,. +7 + . .a i t #"t'' i �' µ �; f y7+.is.R......'+ 7S 'J'!(.rtt... � yj 1 Y t t tYttt 1r 4-.. st,r r }t t '✓y�s M�.�f�S ` o i iC5 � •sb J4 .1'7r!" t }�s ',,x Y i s +i e^• ''rt:t J�. i i r x 3 c )` 1�7£ S�yys xn57� £1S- r Y Cli"'iYx ( A f{d 1`'i £:vaWh7d"fikp. .F 4 t t A 4 f rri�o ✓✓nvFr!"d +t ax".f�: k e�£+dE': xf y. if, 5 ?ij , t r� i(?h1$ �7��+"(�'E�a�:t�; ..)� . i'``rpA ,$ � 7� >L' s)sti"aK r" f S !�l l f' t 4 i7�? �>r✓ : i ^+�" }J'ta( C�4��}���r �' tt. �rt - a �iY.\� �1��..1x�i0�—� fY{SY�IItAAVN�LI�i[im O.Sb.♦ !� e „ x k-�� ty� y4 t{���`��'�y#,� gt�-°p r k -s. '•' > i n F t. .� r .��' f' u." r t »a �'`."r,+t+..`.t t� � ,.r{ F t ���+t E'++��ii�.`� .�i� W' 1 � '� .un" b,.s:::aLWrw,caw'r.w>t+nA..:,...it. ,.>, ...:..... %..>.:.•�:3::itR{r :• .:; waterblaster - 1000 psi or over; asbestos and/or hazardous waste removal and/or disposal Y fY —w.r w.nw—w.w.w-- ---wr.—w.w,—w---w—•ww—w-----ww------------w-----w.------ ?l�. LAB00003W 05/01/1992 ; Rates Fringes ST. CHARLES COUNTY LABORERS: (BRIDGES LOCKS & DAMS ON THE MISSISSIPPI RIVER) : -b GROUP 1 17 .85 ` 4. 25 ':•''t; GROUP 2 18 .10 4.25 A "� GROUP 3 18 .35 4.25 GROUP 4 19 .375 4. 25 LABORERS CLASSIFICATIONS (BRIDGES, LOCKS AND DAMS ON THE MISSISSIPPI RIVER � laborers ` •r:� ;�,� GROUP 1 -*General sari`•�t 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 311 or t�J �.,._;:�•,, ,. over; handling creosoted material ; burning or cutting with torch; work on bottom of sewer trenches on final grading, laying or caulking of preformed sectional sewer pipe;, high time ., 20 ft or over where laborers are exposed' to an open fall (if T_:� . ; adequate guard rails or other safety measures are provided are ; provided this shall not apply to excavations) ; motor buggy operator; an work s ; p y performed in or on a).1 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 ' S s,t;+ . LABORERS: ALL OTHER WORK GROUP 1 16.40 4 . 25 GROUP 2 17 . 00 4 . 25 ` LABORERS CLASSIFICATIONS ' (ALL OTHER WORK GROUP 1: General laborer; carpenter tender; salamander tender; ' dump man; ticket takers; flagman; loading trucks under bins hoppers, and conveyors; track men; cement handler; dump man on Addendum #1 3-16-93 t M0930001 - 17 ` W° •'�Y`�b j. .f r. n! LF ti ri N E 't�1g t* uYl tn4r�3'y3F� • rya {��4 t a.:.�'�s� } r� .,Y�?s. .rSia<t! � � t ,t t, ,•--..,.z � i y, Y r s 1}� z}n d tai xli�l.«j,ri'J"q$ 9 't �•' .�y,;..'t,e �0 �4 �t 3 tH� � it �2Yy y+.�i�7A'�•` t 7 r tf ! { M1r !l 2 r .4 t r4 "rl� (4, `l.t{�.(t 7 • k i t"". i \t .1! f ! 3 d r >k 1 Fx••i ,t •S+r .a,s 6 "I"I"x� t ! N'� Y'"Y'•r`'� �� '3t���.,� ti,r.� t ts^t �°•� .r It} L u o^� rho 4+i�,.r{fit r'v'�'fl'n�pd}'t r� ,} {,y 't s'�•f�`v ! � t !r` �n y rt � i r !��'+'b t+, ,>f?c rx � � yF��F f1 S ?• 'y, .•J 7,�tl ?1 r�`[,.� � tt 3N rMt �.�sS•3j'+ .It t `' }t2 k.{ i at it, 4 3 t •�:�;n .., ,},Rw{ 4:i. $tra;11 ,�t,.J�. EEE���.�, ,s . 1 end,• c r ,y��r-. at.S,�;%F's1�.��'� N�t¢'�..Y}�{ 4�4���r r��Y�>a♦lt!tr4k�'�!'t s � r�r S�lk r rt v�j,}y �t.tfJ; 1 t( �s ?.:rt��'s.��� F��• �t+F;1R�!�9 t.ty 1. z YW d i 9aP+ j.,�.Fs.t*�;S'�ky�U•`VV�i}yM�-��! .r � �x '!4r 4 Xf i.} .+y ,�� t t t rt .,+i tkf.t kr t.� r�q �1 � { qtr_• n. aYrx ,t .��� � fblai{1 r .ro stl��t + �yt ti .i. #rt t +,f.;, r '+r +; ? A��{�a('s. � �` '?��t ' � t"tr1 t ,�._ f ,t( Y t,: � t•.. r .(� Ito{.,1'py. � ( tGi,F r�,,,,,�y(.. �� � {t,� A 1�#c,Fdt �,Ah..Ij�s'Ikk"•�• Y"'��i�i'iY 1 t'� s -'S rrr.aw 1 1 t t'"�f z _ ��J'� ttl. •Nh�It ,�. }. .tip'' ,.a c�p._.,...w L,...bJ• ,1r?t.' .5 . .�' .t�':k�ld>4kF�`?9�'d+, f#+r?J�"'.�1.Yt.1V;"!',�..',.r� :�4�4�"'t,��:;'�rC�:`�'+�n cw,x'i�1�.`�*IC st';�"'7`?c ..;" �-�{�' '... :`.'., s• ; �,��ju� kxs>.a!rtYn• C'�.fistaiwta.waw..,,..b.:..W..„.,,,.•.:..�r:.1:u.r,:rww7 3 ylp: earth fit ����• l ; Georgie buggie man; material batch hopper man; A501 ,:. spreader on asphalt machine; mater' cm_�P�.al mixer man (except on manholes) ; coffer dams; riprap paver - rack, block, or brick; ,;,,. ',.: Signal man; scaffolds over 10 ft not self-supported from gr- •and up; skipman on concrete paving; wire mech setters on concre 'I paving; all work in connection with sewer, water, gas, 4 nv gasoline, oil, drainage pipe, conduit pipe, tile and duct 1 es and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; �# g g P form setters; puddlers (paving only) ; straw blower. nozzleman; - asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material ; topper of standing trees; feeder ��,k.„ man on wood pulverizer; iN, P board and w llow mat weavers and cable tiers on river work; � „.•L>, deck hands; pile -dike and revetment work; �,:�'.: ���•;;' all laborers working on underground tunnels less than 25 ft where compressed air is not used; abutment and pier hole men working 6 ft or more below ground; men working n coffer g dams for bridge C g piers and footings in the river Barco tamper, ' `r•"' Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditchliners; hot mastic kettleman; hot tarr?':'F:" applicator; hand blade operators; manhole builder helper and mortar men on brick or block manholes; rubbing concrete; airJ}:r=:'r; ' .n•.,tea. .,, .. 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 M1•:'�' working from Bosun's chairs, scaffolds or platforms on dams orq ' power plants over 10 ft high; air tool operator over 65 pounds; stringline man on concrete paving etc. ; sand blast man; laser L beam man; wagon drill ; churn drill; air track drill and all other similar type drills; gunnite nozzle man; pressure grout u man; screed man on asphalt; concrete saw 15 hp and over; grade 4 9 checker; stringline man on electronic grade control ; manhole builder; dynamite man; powder man; welder; tunnel man; ' T waterblaster - 1000 psi and over; asbestos and/or hazardous R waste removal and or disposal ; yJ .fir --------------------r rrr—r—rr--------rrrr—rrrrrr—r—r • ' rrr—rrr—r—rrr .. LAB00042C 07/01/1992 tr;: Rates Fringes : . ST. LOUIS (City and County) LABORERS: ,...; Plumber's Laborer 18. 30 3 . 55 ----------------------------------------------------------------- , ' .` IAB00042H 10/07/1992 _..� ST. LOUIS CITY AND COUNTY Rates Fringes LABORERS: 4 Laborers, Flagperson 18. 31 3 . 55 M0930001 - 18 Addendum #1 3-16-93 4 � Y tU F: {{ q�ji�;it 1 ;R3 V, `11 .f" �'� � 5a'� � ,iJ:r ( n.. S s y,4t .J r f / s s '. 7 1 r :t. I s*s. #,• r' i r� i• ,,,skx,4�,lit'"sy yr..H.x.,n� t s :e. �{7`k {'ff/ '. F s a.. t + ml�,i �, xk Sys�'b ;�''r"�fF } I is ,tfi ��},:�347 p.�"���� t w�rN1tYAf �' � t �tr"r+'�•" h j. y... ':.t a .�t z{ �'1 }i i ti' r :lf e Jiri•r�.�'"N, '! a�ts=i s it Yshr ,tp �1i� + �ra1�1Y yrrgs a>+ Cal 7i } E d b �r tir, jr, r Is i f Y 0, s tta .. •ira t 11..t -. 6t t s Ja r _• _ .' �IMwe.... _ _.'—_._..__ _ ..... ice, ...__ wwa.+r.!1'.'i t r ` ..fir t in is t( .r .. ", - .• i 'i� .! :y. ° a 'n67�'!t •"� „t Y��¢;�'w kk i a� ,. ti .. P' • .!! E� i[2} fl ..t F { t5, .,.i jf t ,is .... ,. ,,,, , ,.,,:; ,.. ., `. .;' .:.. .'• + ..,.: . tffit��'� �p ��(y"`vyk1�9�'�,v�,f��'�• .,'� 3''' ' ..,tomrNana �s'R7„q`:'tw2Jf7tiGL'fe}NXr•veeiwo+rew.... .-.. AA,.�ss AA Dynamiter, Powderman ; --_.�-......------ 18. 83 3 .55 ------- ..-- --------------- LABO0663D 04/01/1989 ,,1,.� Rates Fringes [L1 CLAY, JACKSON, PLATTE, AND RAY COUNTIES ti.Rtrrf . s" LABORERS: g,ligGROUP 1 GROUP 2 14 .97 4 .65GROUP 3 15.7 7 4 . 6 5 12.97 4 . 65 LABORERS CLASSIFICATIONS A* ,. ,NWr t `''i GROUP 1: General laborers, Carpenter tenders, salamander tenders, loading trucks under bins, hoppers and conveyors track14 men and all other general laborers, air tool operator, cementyr i." handler (bulk or sack) , chain or concrete saw, deck hands, dump man on earth fill, :T' w grade checkers on cuts and fills, Georgie ' Buggies man, material batch ho , t ' 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, i, signal man, scaffolds over ten feet not self-supported from '' '` i' ground up, skipman on concrete paving, vibrator man, wire mesh ' rt, setters on concrete paving, all work in connection with sewer, water, gas, gasolin ;ti` ;::; g, oil, drainage pipe, conduit pipe, tile and `µ duct. lines and all other •' P power tool operator, all work pipelines, , in connection with hydraulic or general dredging operations, form P P (paving only) ,setter helpers uddlers g y) , straw blower nozzleman, asphalt plant platform man, chuck tender, crusher feeder, men r. 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 fi in the river, ditchliners, pressure groutmen, caulker and chain r,dt, or concrete saw, cliffscalers working, from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet above i ground, mortarmen on brick or block manholes, signal man. k VIM 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, } liners and stringline men on concrete paving, curb, gutters and 5 :K3 }'d 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 F MO930001 - 19 Addendum #1 3-16-93 4) t '�� S r5 do 4r eft 2s J e h y r s ti.y r. n u�t .� � � '��v.'�",rs�{1 P�{ff`s+� ,JtS � . � th,�• <.- + t ' r i .St' z}d ,c ��y"�TS,�!M1 Y /A, 3 •,}64N[,i f.Mt.S� i � } t C., t, < + + t�` f .t /r{c }L ( '� Miu .. •,q �."t 1.,�X t £/Y f Y /C' N•• 3 , 4�f t i t i ��•5l �j�;'ft V tXtk#,kf'�Sn.$�rtyj}A A�t �jl { } - t = l .,{ ': I 1 .}. i.. f t{ 'Y tt �vt t•"7 I,LYV" :� t. .t t ,!.1' tTyi Ltkl� :Ft>. 'i f,f t• A t it {�- ,y!hy f. ` -�i t a e ti tr }fL k15z i.i ty t , .(YL ' k ..t t,•i E �i� '•r.. '� '�' � ,�f��9�it��'�yx��'t..4 t•t•+}. �d�1,i.t i 4 .f 3� r c i��� q .�� x .;rt ?t {? `tip}{r���'x'�St`i;.e `,>•;ri." •7 r .• - -_ ._ d=am– _— �.._ .:_,.�__._.—... _.._...�..._____._..__ —_"'Q_ -�—_ ___—���.--- —u_.�:r. tclu:.:. 77 7 ict�} ,�� }�°��"' Y* J' �-3'� ..•�tk`�a��iY��,;L�,.3 E;S c' ir. is 4 p. } t !'' f. r t ,o t tr ..,},•t.,,,'..Y':.�r �a�.,t�,�"i4�' i'k�(.1 k";>4�f�� { G �.��d��{{i��;•�� � <'+f�'y4�'�w ti '�ix +k.�,�. �,���7;Yr ;• tk�.�� d�4.:rt.° r.w' 4 .:J ��U s f } `�� ..- - '. +3 y y :-�, 1.;r st}�� t c,iht.Sr,,,r.i�Jz,ctay:».:•As.'i4`1++�,�:.uswa:i+�""w"""rl. tunnels, head pipe layer on sewer work, manhole builder (brick an f} sr< block) , dynamite and power men, welder GROUP 3 : Dump man, ticket taker on stack piles or flagmen -----------------------------------� —_ PAIN0002B 09/01/1991 Rates Fringc JEFFERSON, ST. CHARLES , ST. LOUIS & CITY, WARREN, LINCOLN, CE, FRANKLIN, BALLS, MARION, LEWIS, AND CLARK COUNTIES }' PAINTERS 4 86 Brush 18. :x9 Spray 20.39 4 .86 ' 1 ct,l . , { r:/ L ----- ----------------------------------------------- PAIN0003D 04/01/1992 Rates Fringes • - l +r BATES, CALDWELL, CARROLL, CLINTON, CASS, CLAY, DAVIESS, GRUNDY, r i, sYt,� LINN HENRY HARRISON, JACKSON, JOHNSON (excluding Whiteman Air *} r , r Force Base) , LAFAYETTE, LIVINGSTON, MERCER, PLATTE AND RAYtg3 +1tFi,Y il;. h i COUNTIES {' PAINTERS Brush & Roller 17 . 14 3 .25 , ay Spray 18 . 14 3 .25 4 Steel 17 .89 3 .25 Bridge; ` ;Y Stageman, Spray; Steelman Spray. Spray Storage Bin and Tanks; Bridge Spray 18 . 89 3 . 25 t a•; ; rr,�t Sandblast Bridge; Stage; Erected > Steel; and Sandblast Storage Bin 18 . 64 3 .25 :.. •_:{==.,j'gr and Tanks 17 . 64 3 .25 Paperhanger ----- PAIN0098B 04/01/1991 Rates Fringes Sa== r ANDREW, ATCHINSON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & WORTH COUNTIES PAINTERS: ka �, Brush 16. 30 3 .05 _ Spray 15 . 60 1..45 Steel , Storage Bin & Tank 15.00 1. 45 Bridges, Stage, Belt Bazooka 15. 10 1.45 ----------------------------------------------------------------- ' PAIN0203B 04/01/1984 Rates Fringes Y: CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, OZARK, POLK, STONE, TANEY, WEBSTER, BARRY, BARTON, CEDAR, DADE, JASPER, .:, LAWRENCE, MCDONALD, NEWTON, ST. CLAIR, AND VERNON COUNTIES M0930001 - 20 Addendum #1 3-16-93 is ,4�»�' � '•�; t 'J'a 4}C^�'ts' tt. 1t ci � ,�g'k;7"i..s, ti.si��t.'..,,,�5�}� r '4 t.,' , 4J 3„,r': a•6.`�}• ',i� cr�p�,tL,�i,}5"N a s�*t:�;a<Tt`C�i"���i+7-�rjay.'�r��' 's,: ?,i 1� fir, •t alf>r�''�� r ,.,y{ ,� .'h �°f 1i4i}r i tt a M y�yi a t.r i 2} r� � +� ' !Y•iL S t ! !rf.�at�5 t,t yr jt �' y%1 Y sY 1 1t"rt t 4 j� 'i ^,Z P a r �3�� }r.^. #;,Ji„^, r s. zirg F°,,�•iT�,�C7 •�++ y i tx���nv'F`w r�'��•r� 8�i3 ry'� t� i�Jjrr tAr i #ks Y r•'•.1 T}” 7� T , � ! r S a� �?J F,� t a}T yi,}}9 r r AY!" �„r�l�` f A �,' � s. 7 �� .{t�t� ra •7. n, ! , V to �..1 a } S'�.3� � a� R i v F �t h. t r �< '3ed,�'j 't'• 'Y`} i..':. '�i� `:F '� �.xiY3• y`xr�: Y v tN. .r i!'x f..p. 1, i`">X' �}1 :!. i Y, t PAINTERS: Brush 13 .73 1.28 Spray, Bridgeman, Steelmen 14 .23 1.28 ---------------------------------------------- ------------------ PAIN0786B 04/01/1989 Rates Fringes BENTON, COOPER, MONITEAU, MORGAN, PETTIS AND SALINE COUNTIES AND WHITEMAN AFB IN JOHNSON COUNTY PAINTERS: Brush 16.00 Bridge 16.75 Spray, Sandblasting, Work on bridges 75 ft. in height 17.00 All Structural Steel over 50 ft. in height 17 .00 ---------------------------------------------------------------- PAIN0840A 05/01/1992 Rates Fringes CASS, JACKSON, CLAY, JOHNSON, PLATTE AND LAFAYETTE COUNTIES PAINTERS: Sign Painter 15.20 3.05+A FOOTNOTE FOR SIGN PAINTERS: A. 1 week paid vacation for workers employed for 1 year but less than 2 years; and 2 weeks aid vacation for workers employed 2 years or more ----------------------------------------------------------------- PAIN1185C 10/15/1985 Rates Fringes ADAIR, AUDAAIN, BOONE, CALLAWAY, CHARITON, COLE, GASCONADE, HOWARD, MONROE, MONTGOMERY, LINN, OSAGE, ' SCOTLAND AND RANDOLPH COUNTIES PAINTERS: Brush 13 .95 .45 Spray 14 .45 .45 ---------------------------------------------------------------- 051 PAIN1265C 07/01/1992 Rates Fringes CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS, PULASKI AND TEXAS COUNTIES to PAINTERS Brush 14 .50 3.86 Spray, Structural Steel, and Sandblasting 15 .75 3 .86 ---------------------------------------------------------------- M0930001 21 Addendum #1 3-16-93 b7 p rtr 4"0 t I Nil, rt 4 PAIN1292B 06/30/1989 Rates Fringes ti J t 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 5 PAINTERS: Brush 12 .20 2.23 Spray 13 . 05 2. 13 Sandblasting & Waterblasting 15. 15 2.23 Tower,. Stacks,. Walkway, Cables, Tanks and Bridges 14 .00 2.23 Bridges over 500 ft. in length 17 .27 2.23 ------- ------------------------------------------------------- PLAS0368C 04/01/1988 Rates Fringes 44 BENTON, HENRY, HICKORY, JOHNSON, MORGAN, PETTIS , SALINE, & ST. CLAIR COUNTIES CEMENT MASONS 16.45 ---------------------------------------------------------------- PLAS0369C 04/01/1987 Rates Fringes CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HOWELL, LACLEDE, OZARK, POLK, STONE, TANEY, WEBSTER & WRIGHT COUNTIES CEMENT MASONS 14 .35 ---------------------------------------------------------------- PLAS0411C 04/01/1986 Rates Fringes ADAIR, AUDRAIN., BOONE, CHARITON, COOPER, HOWARD, LINN, MACON, MONITEAU, MONROE, RANDOLPH, SHELBY, SCHUYLER, SULLIVAN, AND PUTNAM COUNTIES CEMENT MASONS 16 .40 ---------------------------------------------------------------- PLAS0518G 04/01/1991 Rates Fringes BATES, CARROLL, CASS (Except Richards-Gebaur AFB) , AND LAFAYETTE COUNTIES CEMENT MASONS 16 .95 3 .23 CASS (Richards-Gebaur AFB only) , CLAY, JACKSON, PLATTE AND RAY COUNTIES CEMENT MASONS 15 .82 3 .58 M0930001 22 Addendum #1 3-161-93 ;t ..:)•' v,• i} t ,.., tf .>r r ,+A ...k{-,.� r04 i't'h3•�t''t= S. i „ n, h .J`i'k� � f.*•{ •}v �,+Y+.4.yn 4 t#`ts�. NN��;���'7 XY 4f. 7tt���>,h;. ,,s, t.> a y�IVi `rsli,°k4 'r� iy ANDREW, ATCHISON, BUCHANAN, CALDWELL, CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, LIVINGSTON, MERCER, NODAWAY & f.a 'Y WORTH CEMENT MASONS ti ----------------------------------- 16.95 2.93 ---------- s ;----------------- PLAS0527A 05/01/1992 Rates Fringes JEFFERSON, ST. CHARLES AND ST. LOUIS COUNTIES CEMENT MASONS 18.51 4 .69 { hhr' FRANKLIN, LINCOLN, AND WARREN COUNTIES CEMENT MASONS Projects under 10 million 17. 16 4 .69 fA. Projects 10 million and over 17. 86 4 .69 ---------------------------------------------------------------- PLAS0527D 05/06/1988 Rates Fringes CRAWFORD, DENT, MARION, PHELPS, PIKE, PULASKI, RALLS, SHANNON AND TEXAS COUNTIES ( ,a CEMENT MASONS 15. 30 2 ,68 a ------------------ jPLUM0008C 06/01/1992 Rates Fringes CASS, CLAY, JACKSON, AND PLATTE COUNTIES `'{ PLUMBERS i -------------------------------------------6-----------4-25------ PLUM0035C - 07/01/1988 CITY AND COUNTY OF ST. LOUIS, ST. C Rates Fringes HARLES, JEFFERSON, WARREN, FRANKLIN, PHELPS, PULASKI, MARIES, COLE, OSAGE, MONITEAU, CAMDEN AND MILLER COUNTIES r' PLUMBERS 19.855 4 . 50 ----------- K PLUM0045D 09/01/1992 Rates Fringes lx BUCHANAN, ANDREW, HOLT, ATCHISON, NODAWAY, WORTH, GENTRY, DEKALB, t CLINTON: HARRISON, DAVIES AND CALDWELL COUNTIES a M0930001 - 23 Addendum x'61 3-16-93 k,il4% 1.-`.'.;g�g8 �d���`}"'��"t�}�.i�.,��Y�tl Y4�'i%✓t��� tj�:il' a.tt r^ + � } }( f"4 X 1 t c1SrJ iftf,r• f� §1y��i� � x ' ��' } 'Y�i'� c�"[^V.,,f��},���y5,�n. ,kf?n• ini9 Sr'i�x r-Ctf�,��`�F�t�y;,'`,�, vJ.�`y..`$� � a `N I' •c� ,a1" S Hl• ti'tY. SXe "Y'J`i,t R . r;. Jt .� ..(i.•.:+� �,,.�r"`..e�'; ^4�� iS �e;t)�� , 4 � rf�f �'� .rj: 2. i-r � � � t �i r. r 'tS �4�. t ,4 � • Y":;{7,�.� ^t.k .t�r", � C*",'����e.• i�� t tif , f r. ?. � ,ts � �r•{,1} t Y� '�i 1£` {s 7 i :} �! � �`"�By;"°J�:� ��,� .i s' #� t tip.+'�,�'!,i.YS��t{,,t tk � r ti t�` t.il x ,?'.,r i,.•: - i_ �'<!N- t F v ,...,,.. 5 .4 0 , 18 .2 5 • PLUMBERS & PIPEFITTERS ---- ' ;. PLUM0178D 02/01/1992 ,. >,.. Rates Frinc , HICKORY, POLK GREENE, CHRI: 1, ` LAWRENCE, BARRY, CEDAR, DADE, �n• STONE, TANEY, DALLAS, LACLEDE, WEBSTER, WRIGHT, DOUGLAS A? COUNTIES F.' 18. 26 3 . PLUMBERS & PIPEFITTERS ______..__._w_____. ----------------------------- PLUM0317B 01/01/1989 Rates Fringes x� i;lf�j cyR `r BOONE, CALLAWAY, COOPER, HOWARD, AND RpjrtDOLPH COUNTY (Southern half) PLUMBERS & PIPEFITTERS 18. 88 2 .60 t -5' ----------------------------- ----------------------------------- '. >},``,•"'` PLUM0533E 06/01/1992 Rates Fringes CASS HENRY, HICKORY JACKSON ' BATES, BENTON, CARROLL, CLAY, , Z t ` Y; t; JOHNSON, LAFAYETTE, MORGAN, PETTIS , PLATTE, RAY; SALT , i ST. CLARR AND VERNON COUNTIES ` yr Mn :i PLUMBERS 20. 83 5.2 8 !. ST. LOUIS, CAMDEN, COLE, FRANKLIN, JEFFERSON, MARIES, MILLER, tt;: ; y MONITEAU, OSAGE, PHELPS , PULASKI , ST. CHARLESk AND WARREN COUNTIES air 7. 5 3 PLUMBERS 22 . 35 ------------------------------------------------ ti M1Xi4!3, pLUM0562D 06/01/1991 ; f Rates Fringes ADAIR, AUDRAIN, BUTLER, CAPE, IRADEAU, CHARITON, CLARK, GASCONADE, GRUNDY, KNOX, LEWIS , LINCOLN, LINN, LIVINGSTON, MACON, MERCER, MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, PERRY, . PIKE, PUTNAM, BALLS, NORTHERN HALF OF RP,NDOLPH, ,T. FRANCOIS, ST. -.Y>+ GENEVIEVE, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES y'.. a PLUMBERS & PIPEFITTERS 22 .75 7 .7E --- ----------------------------------------------------------- - - PLUM0658B 07/01/1992 Rates Fringes BARTON, JASPER, NEWTON, AND MCDONALD COUNTIES qr° PLUMBERS & PIPEFITTERS 14 .72 2 .73 --- --------------- ------------------------------------- - MO930001 - 24 Addendum #1 3-16-93 NY, .r:r ,r y 'r,� �t� .��,rr s"li'lf�of�,`� f`,,�•�r �k l,�i t ,fir� ,. a, ! �tt x.� �cr�"�.ut�..'4.`T''ib"'�4.f' c��,.w< Y,¢'tl�� �,�"M}�y„• � .Y�' f �`:k;YS'. s r'7�yratr. t�ta 'r}4 �•�.`4'+}tIu rS��r��.'�if"+�'M�i3•Sah.v }+°�� -��. �+��t'�a`E r"�3�J`,�� '!+a•i°'�`��'y' �al��i���'�1`I���� !' o9 f �Y' " 4 1 9 '+ r? a.,+ ?+'l� t w y �! 1 s k.t ��.ns{ Y.Si�n�} t+3r > t�`l� "``�.,• �• �� .+ -t r f y,Kt �t�ri q4��L!}s �. 1S ti4 ,ti i 1�i� s,1� tLt� 6r�t�t�+5�+a� #. ", t} � �=�°t�''S�i�r�`J�.�fY,�t,Sr tvt4r-S�` 1z<t '� �(•P� �r 5.�2�y ,,,�u tt �sc?!���,�"j t�e4N r� t�����"w`4�r� ' alb a�t�, �shft '"t�,In j refit �f4r d fir• .t '� t �� 5 94 '� N,dj�'��i 9 t i N3, ✓s� 1C t n.{ s. +cbY+ +' r i'.� i '£ i 1,�ittt r r{r; r`,B� r �a YS.�"!. '�,°t°�d4 x �5,'rr#"''x��ilrt'+! �e+r�� '�;xZn P�'t��•�a )'�.>r' r ,t�.7 t � y.r . ',r .�.:!9 t �,� *� r� � rt.. S}� i fi4 r of � fly S ✓4 s ;r., t �{ r �. . \ .. ` ,,j= Y�• °'• �, 7n�n� x �.yr; a. rt r, t r .a.s� �� r, s�+ r,x"$rir t m+ , JI�r :�'3 yi. r,« � „t��' n>.. r r �„>:. s' ,�v k y6 r. ,jt r.Y3� i ?t€.:tl�t 3i r�4jk ,4v f35,���{.��t��a.`1t t'"'�e•'bM id 4r� ..4.a.Y'W11�:ai't ,:"'>'j 3L'� �Y'�t� �• R;ejt TEAM0541A 01/ /1 01992 .:wa= 'a Rates Fringes CASS (Richards-Gebaur AFB) , CLAY, JACKSON, PLATTE, AND RAY u ,a COUNTIES TRUCK DRIVERS: ay, GROUP 1 15. 67 5.70 ' < ; GROUP 2 15.52 5.70 GROUP 3 15. 21 5.70 GROUP 4 15. 01 5.70 ygJyy'� GROUP 5 14.79 5.70 t c }s ' TRUCK DRIVERS CLASSIFICATIONS r GROUP 1: Mechanics and Welders -- Field GROUP 2: A-Frame .Low Boy-Boom Truck Driver p?•'3tti S GROUP 3: Insley Wagons: 'Dump Trucks, Excavating, 5 cu yds and d' 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;'- -'•� g Pickup Trucks; Material , •s i.1 Trucks, Singel Axle; Tank Wagon Drivers, Single Axle GROUP 5: Mechanic's Helper; Oilers and Greasers - Field TEAM0541B 05/01/1992 Rates Fringes BUCHANAN, CASS (Except Richards-Gebaur AFB) , JOHNSON, AND LAFAYETTE COUNTIES TRUCK DRIVERS : GROUP 1 16. 19 4.28 " GROUP 2 16. 30 4.28 ti GROUP 3 16. 34 4 .28 zt GROUP 4 16.41 4.28 ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, 4, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, GREENE, HENRY, HICKORY, HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, POLK, RANDOLPH, ST CLAIR, SALINE, VERNON, WEBSTER, AND WRIGHT COUNTIES TRUCK DRIVERS : GROUP 1 14 . 98 4 .28 7' GROUP 2 14 . 41 4 .28 j M0930001 - 25 Addendum #1 3-16-93 j, .< w�1t tc F`rt�tw�2 ifiFt[fb t E;.�r�'Spi-.✓Y��'g�.'�g.y�� . ' v p 1 , r 3 Gt 1 .�� *4 �j.�' ¢,,;}4✓�y ���, Y`, �€(i`ta� F d 1. yj�t tpr , }r^ L x � t .:;7�w*Lx r! -r� 1 tf L,.1 ,Fr P .t�t i'I�. .7".f{ra'�raS'"F�h �'J4 j41.�,rq,e} iy M' P' 1..,t s ..� ,•'� 5 t F rE�`'(S�r �. i�d u'i�� � + uz GROUP 3 15. 13 4 .28 � + GROUP 4 15.25 4 .28 h ATCHISON, BARRY, GENTRY, GRUNDY, HARRISON, HOLT MCDONALD, MERCER, NOADWAY, OZARK, STONE, SULLIVAN, TANEY AND WORTH COUNTIES `i 1 TRUCK DRIVERS: ^' w GROUP 1 14.25 4 .28 GROUP 2 14 .41 4 .28 GROUP 3 14 .40 4.28 GROUP 4 14 .52 4 .28 Y. A# b 7 n� 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 Po le Trailers; Winch, Fork & Steel Trucks, Distributor Drivers and Operators; Tank Wagon, Semi-Trailer; Insley Wagons, Dempsters, Half-Tracks, Speedace, Euclids and other similar equipment; A-Frame and Derrick Trucks; Float or Low Boy ' ------------------------------------------------------------------ k TEAM0682C 05/01/1992 Rates Fringes { FRANKLIN, JEFFERSON, AND ST. CHARLES COUNTIES fa TRUCK DRIVERS: GROUP 1 22 . 50 eA GROUP 2 22. 61 GROUP 3 22. 65 ' GROUP 4 22. 72 _ LINCOLN AND WARREN COUNTIES TRUCK DRIVERS: GROUP 1 21. 15 GROUP 2 21. 26 GROUP 3 21. 30 GROUP 4 21. 37 AUDRAIN, BOLLINGER, BOONE, CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFORD, DENT, GASCONADE, IRON, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, w M0930001 — 26 Addendum #1 3-16-93 i r $� � 35 a1 + ;•, � � it .'":�` . .f ..'in K;:t...15>�:,.f: t 7 .L' ' �' ` } ,4:°r�� ryr�� �. K: y�F : 'Yl- ,F + e J.i, .:•,< i. ,� �',•' �`�� ��`��•�. �'�'S2tN .� sa'1 r,h�{1.r+2T. sd 3�C'a e t`-e >>s, 7 rc z� . t.fi 'C� :u �19t+m��x•�. {a OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, RALLS, REYNOLDS, ST. FRANCOIS, STE. GENE;VIEVE, SCOTT, SHANNON, SHELBY, STODDARD, ' TEXAS, WASHINGTON, ANb WAYNE COUNTIES TRUCK DRIVERS: ! GROUP 1 4 15. 18 r .25 GROUP 2 15.34 . 4 .25 ` GROUP 3 d 15.33 4 .25 GROUP 4 15.45 4 .25 4; ADAIR, BUTLER, CLARK, DUNKIN, HOWELL, KNOX, LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER, AND SCOTLAND COUNTIES 4 TRUCK DRIVERS: GROUP 1 14 .45 GROUP 2 4 .25 ' 4 .25 �F GROUP 3 14 .61 �,• + = 14 .60 4 .25 GROUP 4 ' °..,, 14 .72 4 .25 ;z# "k`• TRUCK DRIVERS CLASSIFICATIONS: ` GROUP 1: Flat Bed Trucks, Single Axle; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon, Single Axle 'k. 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- �Ft . Trailer; Insley Wagons, Dumpsters, Half-Tracks, Speedace, Euclids and other similar equipment; A-Frame and. Derrick --Trucks--Float-or-Low-Boy------------ _----------------------- f WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental ---------------------------------------------------------------- _ r . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5. 5(a) 1(ii) ) . END OF GENERAL DECISION fr ' M0930001 — 27 Addendum #1 3-16-93 •�'�,� � ��7 t�4st tiffs � .3 �,dlSy C,L�� F ;y . rr {. f�' 1� vA 'G��};- � '� .� �rr ,��s'`�,�,.it'� �'�f.P i''�l iS�1✓���a�(i� 7ry�fi r+ Xi y• IJ3 U t i1b;.4Z #ik'Ff T`, F 112. E f .Srd" �41' g. {i4 M SECTION 3 SPECIAL PROVISIONS V 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 off of Highway 63. The work consists of asphaltic concrete paving, seal coat, sodding, marking, and other incidental work to the Jefferson City Memorial Airport. wi 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 : s =rh., rz= Sheet No. Title 1 TITLE SHEET 2. GENERAL AIRPORT PLAN AND SAFETY PLAN 3. SUMMARY OF QUANTITIES AND GENERAL NOTES 4. TYPICAL SECTIONS AND PAVEMENT REPAIR DETAILS 5. RUNWAY 12-30 SEAL COAT PLAN 6. TAXIWAY A PLAN AND PROFILE 7. TAXIWAY A GRADING PLAN 8. PAVEMENT MARKING PLAN 9. PAVEMENT MARKING DETAILS 10. TAXIWAY A 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 ii Each Book of Specifications . . . . . . . . . . . . . . . . . . . . . . . $15.00 3.5 LI DATED 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 amount indicated in the Proposal for each calendar day that the work shall remain -� 3-1 womm"r—�,7 ­5gT7`,T,,7_ijl.77777777 f- g Y ePx V,—,.N Jl_ vo, 10121 4issL ,ra�,,Lie's 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 then�"'` `i,t• ..y public,added cost of engineering,administration, supervision,inspection and other items which have caused an expenditure of public funds resulting from his failure to complete the work ; u within the time specified in the Contract. ' ' 3.6 WATER. All water required for and in connection with the work to be performed shall r be provided by the Contractor and at the Contractor's expense. 3.7 POWER. All power for lighting,operation of Contractor's plant or equip , an ment or for other use as may be required in the execution of the work to be performed under the rovisions ;nF;',:f . p P 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 'h :;:•'' 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 r { 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 undertaken to be done or performed, or for the injury or damage caused by the negligence or 4r+rt Y 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 ctf 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 �"�``"� �`•" r of and from all losses, damages, costs, expenses, ¢ { and officers and agents of the Owner, g 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 X7''1 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: y 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 (10) day's written notice will be given the Owner before any policy covered thereby is changed �- =_ or cancelled. 3-2 ` s, AM f { tt7r 1`�,A C.} s>' i +rs�t.F•�+'�r•'' '* ""h .S9C{i". .sY: .��i•� x �7 X�7`�r'�y�(f t�k .�1� *y s x t f t t t n. i+� y�#e��4���; �r">a x'• Sk 9a .riy ri{z { vtf0 4+}i 3jr�"x r+ r' i? ' y:."r= r ..i .it >41r Syr L' r tc ` . 1'.h, �+: 1�•N�� r .eh"y rS),. <t � � s , ...( S ',+, �� r 5 0,Mt' "Vt, v It ' 15�c'� 4 5!1`i l.�.���'Ffl. t t r)1 i 4 f 1 .''1 .' � t. r#nrHry ✓`-• a k l, rf i t° t? A3ti f3 �ir+tN4, �n y 6i 4�xr�,"{��1} 3"�f�`•aT.71h�u:��r''11,i`.'�lYt7MlAt)1.9��i�tY!Rdi}it1'c'.'4.:itrA.ur.S't'w�✓i+wxubsl.�s:i?.,+w+>.w:+��.�lt�-t'iL}� 6 .. .. rt`b l�� • 3.10.1 Workmen's Compensation and Employers' Liability Insurance. This insurance shall protect the tontractor against any and all claims brought under the Workmen's Compensation b Law for the state or states involved in work performed under this Contract. It shall also protect d, v the Contractor against claims for injury to,disease or death of workmen engaged in work under this Contract which, for any reason, may nct fall within the provisions of the Workmen's ` -' Compensation Act. Workmen's Compensation Statutory `k Employers' Liability $100,000 each person , 3.10.2 Comprehensive General Liability Insurance. This insurance,to be on the comprehens,ive form, shall protect the Contractor against any and all claims inising 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 : t 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: grdcir"' Bodily Injury $100,000 each persons" $1,000,000 each accident } - Property Damage $1,000,000 each accident 3.10.3 Comprehensive Automobile Liability Insurance. This insurance, to be on the 8` 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" endorsement. ,A u' Liability limits for automobile liability insurance coverage•under this policy shall be not less than ±~ v the following: Bodily Injury $100,000 each person $1,000,000 each accident' •`' Property Damage $1,000,000 each accident e1 r }; 3.11 GENERAL GUARANTY, Neither the final certificate of payment nor any provision in ts, (' JJ 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 i {{ 3-3 FRIM01 y`:f,+4 .;•. �,.4�'.i w �kq:M1ir d ! !A r ' ` i .,,R!�i[+I ti t•T �91��� ' c.t `t h <'.��. i rY :✓r + t.iIY ? t ` Y }:t d rh n�t4t7 K v �j tl t f AA 71 T 1 1 t t 4 'sua 1� �5� rsl�el I k l7.lu � l K f t 4 3 A i 1 s. t:rr S r F 1 i t.' `} >z +�E kt,a�S��t�. .'�, e 1 ,¢s+/��,. i i zr .•.f YI u "1 t y.n t >. -}���Iy,, C L"2". r � + ,t Fr"�1{t,"'"� s• Y r ' �y 1 q r'?: t 1 * 4 +1 'NIX y�4 h r 41 '• it �a,}°'� yycc7i*. Y�a+�; r'�". t � ..�+5.�'s�+1 )� s Kt ;1, i r�:s,-.w 1 Y r5 S .r ! i` 3 .t.t Y r J;t t a\Yf 1t�•f}a ,��"�z����Ny,��„ gip' +��'!`'�4,�Rr.��ytr'h �'"�n 4:�✓, Yyr ifl �� i i 4 t ! t ,r tr:.� .S f 9 `� kS k:u�;ti.• � r i". '' ' '#�4y�1.w:d,i';.: •.:i�dtMYrtikMMar7R�t�!t:'Raw+M�r�iy,.w:....'.y,.w.. c � Contract or relieve the Contractor of liability in respect to any express warranties or materials or workmanshi . The Contractor shall promptly remedy any ,. ',.;; responsibility for faulty p , defects in the work and a for an damage to other work resulting therefrom which shall ;uy I3�>' pay Y g ;: :t t':.l 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. 4t 3.12 EXTENSION OF CONTRACT TIME. The Contractor is requested to bring to the attention b letter, during the pro ess of the work, the occurrence of events which the of the Engineer, y g p gr Contractor considers may warrant extensions of time under the conditions of the Contract. IfL ; } - the Contract is not completed within the time stipulated,the Contractor shall ht the conclusion } t of the work, present to the Engineer a written statement presenting his view upon all matters ; ;°: +! of time extensions. `i{�3A`t'J Ykr'/t The amount of all extensions of time for whatever reason granted shall be determined by the 'f 3,a'1 i.f�t2}rar j. , 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 s' ; 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 r 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 orr ' t< 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 f� ? t } 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 'r original program shall have been secured. No payments on any estimates shall be made to the Con*actor 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 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 zz 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, IY•:�iin ,�, shall in no way operate as a waiver on the part of the Owner of any of its rights under the Contract. 3-4 �. �'r"3�`+' t,ifY•'s�'s�A`�,daT �f+kt ray°t� st�N f�X y r r It �y{7 ID7i;J{Af.�.X+, �"Y 4n,lrx. :,,f 4l, ,. 1 "'th^�'���5�'{a1'31�•fdt..}t t.'�tyF 4t! r �3 a y ",, } t ,,t i{ 4 . t t :1t 7 i f i'�,°Pty��i����'4 y£ n.t 'i� �. r tr .z ft � t (f (:. t . : tt9 5s; f� a t"•"� ,,�tt T mum S u its MI NI • • {,�'y�,Y;i by r r ui�•4 x'`t Vi•��`"� I `r a� * n tt �i Ji�ni±�� �"rte � J r�' .i � '.•� w � t 7•tL ,cY'*p�, ,} +'�•�. "�!:+`'"'� }xr�y"s t,x 7,;..,. f F,�.; NX:- ,v i �t J.• S !\t 'y (r. .?f, >�,,tnN�.t Sdrt)Y' F:fa tu:}i"•��Y"'yr�S�j � r•�r�f �rt�TkY�4�`R��4 j � ,1 t' Ar 'Y 1 ,'y S .� t,"f" F7..,�I�q,,,t 7l�i iC,¢¢rl4S T Li} '2+k�i 'u� +� t , t ,' •yy.f}r". ^'j.)U'��L"y'tb.rj.�.ti 1`: ' .r y.. .r.` ,la.,t. .,�.�.,i r , {ih ysri��.. ,.I. *?.,iT� +� ,�.S� S'r � .d,,.. (•,-4x:�Z d � s ! : ,y i' Sir t�.. {P.si.i�; •+ >';�.t a<,. ��i.rp,,4,},9. ,C:.�..�,j{L ::3( SAC. �r*�✓.''+is+� i ?,[.Sis .t.;,,, t r�l n '} .l :.;Itth. f9,'. .:e`,'Y'i.[,? �'J'!:•}��?�. i`Yr�. .r ..;kci{{yr•3•-Z:l:;n,c.,9.'t'.K!�,�{'e�t �Y�I.I ;,•u..�,+Y,R:�^iyf;r ,:t� :ttl. 7vr �.y �1 .. r ,i. t .r +r:}.�.1 ,a.t.�.�S�.:, v„'er. ,55{X=,..tr,;w*L^:' �•�,+ .,r,.'4.tyt�,sv:5` rn,4�.g' ;CIF �-.}x.�.�i S`rt2.; .':..,..7; +. .�[. ., ., :s..�i ���irl .F, Y'.et..,,�,';r,.lt•a...,l,. :�.;�N,;,is.r'ya'le:.S �,,,y �4.:p- �`f. f+», r .�{ �.,, ,.t' ,'� J .n '`P,.•3:� ;::. �,. a r,r� r.r, S i..t:r'rvY,d"}.L4.. �,�',+, ,r;�, ,�„�t`�;�3:;fb;, ':v r r t. :Y+:ew r iet.,.t."µ N t.:Y',�”s'E+,:�G'F;:<<� ; •tfi itl'= j.:W�fi ,r'.1 nanx• ,ir:.2: r.,1C. ��7�.'}'•tt��5F.t. n1'�s. � :7. `"9 $t ..r 't tS�7�.,.w�1x;i•.%`r!�+(�a, f� s r �r��i., n,+a•'S,t��y�'e .'L,�'",'�?11:+:.?4r�5[ ,�".te..�P`�tt,.��E, a,„,s..+t,w:�fi��•it,�J: `�','n f s^ .�' J i. '{'_. 1 ,t `3. M ,.,..;'^�„t`r,•:•r'tii:,Y'"'� •:=`a`Y,,Jatr'+,.. v'. M1�,Y;� �t}Zy.n:tv,., •r t4. ..s,7. �..Sr..§r r t �y .� .•r—:41: •.�,. '.cro�%�.r;*-rLr�Su:`EtS+', ,ws�..f{. ..tr• a;� .r>4.�rtt ?�`�a�4.�"� d ..w`•.t ;y"''^ ,�.`•..�'St':3�a x e _,,,,t r N•^., xir.s`✓ 3t•-,.'f'iy< yr,a .?. ,�:,. .,r .,yd' ` !`t ' ` s9 {:.i. r t �:s,,i.'Sy...r-k.Sv..tsE:k,:r�.r w. ,Wy�,.•s��.Y' �}'f-t{tSt�a .i 'Ar.,a,•,� .,N.,;,i" "r,,'+,��r 6•r + ?[r .r •.r:;r,��?•.!:<�;gty}.L 1. �;;: .k.< ,S�FFQi��.,"�. r �i, k .�;a•:a :�*,,,s��'}!3N s,,:r,.4 'r r ,J,.r•t ! +..:ys;l r a.: rt. .,1{v .r rCC t,S k•, fit, tt�� n�i ,+i „,`s.f <,c .+'t'• , A J •.i"Yr�;���r,.� �r �`''':t,�, �t T�il'j +;r+ ��"Yt� ',�c SJ+�.(r�rs,1'!�s,�ia '1 1 7 f';rrU^ �:t°•: Y�. �, f::t.; ��y.�5-t "'�itl v. V,1(+�'r,,55.•� 1.�.f lT �... t%e �„t ,L i:.3'.1'.�Y:.C*-S,.t C.. nT.A:•,La'i f^ t .�a r1. � r P'2” ;S:•y" . ,h, lr ..�,11!T.+ a,.� �t 'c'Y ry,�..yr�s�r+�''�^ .kr rrtt 4`�,i��i5 f x "',y t 5�i :��r•:.` i k; ti rir ..l;=d Y ! Y•. �'.}t..rr ,rit �r'+1, qe' `�3,�+: ,i�'t,^' �Iltyyr. Y+ ..tik. ?,t. S G, ace„3i. �`� 1tt,r, ,.p.¢)<�.�-e;� 4.� 4 .�Ir ri :� .,x..l”, "t� ,�, :\`'S�'�.'�.i`•:?t.r� !. 1 '�.7 � r t � ^•,E 1 v • s}r. � � d.t Y, e t� rr t r� ^,.J•.: ,r 1� t+t x's "f�'`- �:�a`��sr � �`� �?. '•;� a ti.� p,�J ��'�,:f;�il. „� �Gtt%''c's'�' J`t •c r,t t�7��.��'� i• :ry'�k� �y ..,,.,N�,{1,r ,.y...$t;x > ♦ ,�i��t a r •ri1.R+�,,y+Ajt,� ri Y4�'' t i y 4..y� t �'' y. .1 o' 1 �' ��v�`xF*'����r ���� *i . "tr •'� a .v.. .s �r •-�'✓ t .: �a tt �r t:t�� ..rv'.�� :� �' s s'�4��' �}7i �� ��� T���;�L .:,yr1' tit � i t ..t:s ' .. 1; i r t,'YY(t s { 4���f���:t ..,�, •,t .�s�}-"s- �yt jA7?'�q�{•�i�y �q�Fr� it i s x{'S tt � y .f 5 ? t� �' a7' 44 �'Z1�7�.1, r• SECTION 4 a; ITEM P-101 x` =, SURFACE PREPARATION I�• ��axe"fit 101-1. DESCRIPTION. This itam shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. Y, r 101-2. EQUIPMENT. All equipment shall be specified hereinafter or as approved by the r Resident Engineer. The equipment shall not cause damage to the pavement to remain in place. 101-3. CONSTRUCTION METHODS.. 101-3.2. Preparation of Toints and Cracks. All joints and cracks in bituminous and concrete 's, '° pavements to be overlaid with asphaltic concrete or to be seal coated shall be cleaned of joint F and crack sealer, debris, and vegetation. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. If vegetation is a problem a soilr.. 4.. ' sterilant shall be applied. Cracks and joints wider than 3/8 inch shall be filled with a mixture t of emulsified asphalt and aggregate. The aggregate shall consist of limestone,volcanic ash,sand, r;r or other material that will cure to form a hard substance. The combined gradation shall be as i follows: TABLE 1 AGGREGATE GRADATION ' SIEVE SIZE PERCENT PASSING y No. 4 100 No. 8 90 - 100 No. 16 65 - 90 No. 30 40 - 60 No. 50 25 - 42 No. 100 15 - 30 r No. 200 10 - 20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. The proportions of asphalt emulsion and aggregate shall be determined in the field and a may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured into the joints or cracks or shall be placed in the joint or crack'and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inch of the surface. Any 4-1 +yA:GpS+�"Ardi� `t?ii�S`;i44 a.1 s 2 $>� � e 'pot� i� ,t � sW $ s � r 1 c� iy 'L5, f t ,. �?.¢. '�S'�}��M �.3 � ji .. .r4 $ � t ,9{ t f 1 r n r�,r �yol tr•.4?'f y{Kq`i'�'•'Vyt �t }" `..fit' � #ro ��,H,rt 2,}rte} ,�. 1 x7r 5,�s�;;i t v f i ii . t i.. 1 r 1 r . , .,r, r y „f!s r � �i 4a�� t}�•�$;�'eri� .a •,J � . .u�,a('F Yt t'¢+r d � J k f s J t r r 1•,. ��Y'`Y` ��� •• r. p�",} 4> >SS ,r r .,�'s.j,�;lt f u••�+. jtu sr rt !n t ;i .7 1 � y t• �st7. � t{$ ,�i;4v t .t �' 7�'7�j '�s',F4 t�„, Y({ �F i.{jxT t�1 'r i ,, � 4 s ,L rut d{;{}f { {x, Lr,'(7 •, r r � ^, 4 � 1 ,yy1,�p�wnera:Irv..}:.w.a<,:w:.i.+wawe�ttitsui?�64<e�ettbWx+++�=,w.iazw.,..>s_t.._'. o......,t tr:•.rn;a.�*em,.w�.rnYws�rth•,4tx•Ft�ddesi'Fi$?.. Yi;t'f?x•• S'T§h€s'xh.;,tf 6. .'�G s�SM&fit. .h' .° 3x4�ASS"t�f9i��{ e` si ' - tSxt4 material spilled outside the width of the joint shall be removed from the surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint Y Y Y material on the surface and vegetation in the joints need to be removed. ; , 101-3.3. Removal of faint and_ Rubber. All paint and rubber over one foot wide that will affect the bond of the new overlay or the seal coat shall be removed from the surface of the existing pavement. Chemicals,high pressure water,or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the >> properties of the pavement or removin g P avement over 1/8 inch dee p. If chemicals are used, J �, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this 9t•Ur r specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or obliterate traffic markings where a new overlay is not to be constructed. ,} = ;. 101.3.4. Concrete Sgall or Failed Asphaltic Concrete Pavement Repair. t' ` 4 S {4{fiy5 a. Concrete: The Contractor shall repair all spalled concrete as shown on the plans F or as directed by the Resident Engineer. The perimeter of the repair shall be milled a minimum of 2 inches deep or shall be cut with approved tools to this depth. The deteriorated material : . shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshal stability of 1,200 lbs. and maximum flow of 20. The material shall be compacted with equipment approved by the Resident Engineer until the material is dense and no movement or `°'`'-'" r marks can be noted. The material shall not be placed in lifts over 4 inches in depth. This F" method of repair applies only to pavement to be overlaid. b. Asphaltic Concrete Pavement Repair: The failed areas shall be removed as - . specified in paragraph 101-3.1b. All failed material shall be removed.'Materials and methods 5; F� of construction shall comply with the other applicable sections of this specification. ji 101-3.5 Cold Milling. `{' d a. Patching: The machine shall be capable of cutting a vertical edge without t , chipping or spalling the edges of the pavement to remain. The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The ' area shall be laid out with straightedges in increments of 1-foot widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't f have the appropriate machine,or areas that are damaged because of his �:...,� negligence,shall not be ne li g g .g included in the measurement for payment. r.'ti•,i,i ';, 101-4. METHOD OF MEASUREMENT. [ a. General: If there is no quantity shown in the bidding schedule, the work covered by � this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. b. Joint and Crack Repair: The unit of measurement for joint and crack repair shall be the b';z linear foot of joint. t: .Svl it.'itl t 4-2 1' 3 r+ t f iii MOf¢SSE�FVMMt71�F$tl4Q}%tF + N+`sFlSAT C f.'�a��'IM� { Qd t^S 'r•t 1 w.(,vr{i}{' '� .tltfY.nJrrf � 4 5ii 4 d. m' $� { K h{r>fxrJk ty� Ut rx 2l; i'. f w rr.tgriH .f F, S 4 f '��y�* � '€. [ 7:�V"•:�:�t� YC.t>ti� a Y}��a v��,r � t b t {l�ft t �' I � !t r 4'�y1i2ta+i 1 1 ;s ��'``u �l , * o-t ( �Fi. i �•z 1 r r + s ft Fz r t a '•�t��H��:��.cl u�}��i� t 4 "'r � 1"�z�r' ,,T ly t'�r: z l z 1 k t F .7 r� ft r��, �. r•"�,� �L�far.5,.Vr^I 3a'r">�%'�•i}}1F�.�'#..✓�3. i. f w ,�. �z.{�£ r '' }! s., i }, z ct �lF � '.°t1 .�i: ): 4 I i.r tN}}fh.>` ..y t vd�.,nj��%},`.-j�.y Ijt �—,7y ;� +•G'��t LZ z � � . i rr s' ,tom .'! .r, t t} ,�?i t s[.:x r'�Yty?i1�7,�; d `1'��kft�f7 n t 7 4 3g ..;t .s zr•1 s + Y # t rA h>idt°�"z.�• UtJ' Jy 1 t ; Jy 7rJ �F S + +r .r [ l.c b �y?.t }ky i �jj '{b' J y ; t ?satfi. ROSSI r�4x}}t r..i>•�t . ' Yr '� .t i � ., f .' �. .:'. v t t� �: ,:y gt+t .z. ,t F *u I ' r�'x4,x av n �R,4y� Y�W�'�,isk yj¢1 F- m�ifta4`�+'ry���:ye,j, ?�.+rrd 4t+l���t7�'',,�^. a x.�it +�..y df�T;jt:v �G'r•,.;r�. P?n'.t Ti',{� ,4, f kq. n 4fi c. Paint anti Rubber Removal: The unit of measurement for paint and rubber removal shall be the square foot. d. Failed Asphaltic Concrete Pavement Repair: ' f 1. The unit of measure for failed asphaltic concrete pavement shall be as follows: ,'rs* (a) Asphalt Pavement Repair (2" Max) This item shall include all milling, cleaning, tack coat, bituminous ti -. � pavement and compaction required for the construction of pavement y tr repair in accordance with the plans and with these specifications. :ra f. Cold Milling: The unit of measure for cold milling shall be the number of square yards. , The quantity shall be divided into the following categories: ,,. (a) 0 to 3 inches `Y 101-5. PAYMENT. Payment shall be made at contract unit price for the unit of measurement -' a , as specified hereinbefore. This price shall be full compensation for furnishing all materials and ?- # t for all preparation, hauling,and placing of the material and for all labor, equipment, tools,and incidentals necessary to complete this item. Payment will be made under j Asphalt Pavement Repair (2" max) . . . . . . . . . . . . . . . . . . . . . . . per square yard ; Crack Repair per linear foot Cold Milling (0" to 3") . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . per square yard '`n Pavement Marking Removal . .. . . . . . . . . . . . . . . . . . . . . . . . . per square foot Y...: " T :.h Irih p'4, 43 8r � tttt t�s �yt n i .,�" y{��.t x� r 'Zy.��'�Jt#P`�t r�L�'�Y'��^�'�'��h' t y`' �"E"n3.� t 4'!ry'�,°^..•;�K;���,�' •i 1. ;j�i 6 �k r,'1 � t 1 � +'Y tt C1 6d� � '\•1+XA ,'A. �'i#�'r � {�y t•.,�' z.� .r (,� '.t;i tp°`9!,�$,C�1P �d��,.���� l �r5 rsf, x'�.k�+{�y> GC i k tY ?' a 0,' TTiiSt.., �J�i "t tr + +i t t st ° as 't}.is•vrt yfzLyt".�ip�5iygkt4�rr�'.: iif�3 .��'.F'�a t I r t� G r l t} 4` art fy jgita �'�7 i�W t}etr. i J r 3.s j r 7 1( r �r t '1 t n k2 f 1 elgtl Cr.}, A ?� 111 ���: t'/v�,��� 9•Y r S f � .J ��. } } 7 }f �k SECTION 5 i' ITEM P-152 ' h) EXCAVATION AND EMBAN KMENT ' 152-1.1 DESCRIPTION. This item covers excavation, disposal, placement, and compaction of � all materials within the limits of the work required to construct runway safety areas, runways, 'f taxiways, aprons, and intermediate as well as other areas for drainage, building construction, r; `f parking, or other purposes in accordance with these specifications and in conformity to the �I dimensions and typical section shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below: ; x r. a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid ' for under the following items. b. Barrow Excavation. Borrow excavation shall consist of approved material > , required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be q Y [ obtained from areas within the limits of the airport property but outside the normal limits of Y.l . 9: necessary grading, or from areas outside the airport. F `� 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment 1 construction. Material, when approved by the Engineer as suitable to support vegetation,may '1 �R be used on the embankment slope. j 152-2. CONSTRUCTION METHODS. 152-2.1 General. Before beginning excavation, grading,and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The Contractor shall inform and satisfy himself as to the character, quantity,and distribution of all material to be excavated. The suitability of material to be placed in emban kments shall be " >` subject to approval b the Engineer. All unsuitable material shall be disposed of in waste areas j PP Y g� shown on the plans. All waste areas shall be graded to allow positive drainage of the area and rr ` - of adjacent areas,and shall present a neat appearance before project acceptance. The surface elevation - ` of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or.approved by the Engineer. Y , 7,r When the Contractor's excavating operations encounter artifacts of historical or E archaeological significance, the operations shall be temporarily discontinued. At the direction t,,rzrt of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. 't' lrif.•Y^ 5-1 ¢' z c ---•-•+wru! 1 f t a % v (i o`+}'�rfn-,•'l±: rt.,�;`A s � �' °•n-�t .apa'"'�}(�� j'� '� r i k,.a/ st z t r y } t ' � §, ry � " •�4`r �i 2�{{ +» i r 1b•a `y�,F,w••t k r t t t f 1 i y, h { �' :1; ' t r [ t �'.>3F{�, : a {�{iiY1 � G iL�a a ttiR.i hr St °^��.d f ty „i � Ilk,� q :£• � t N J t c r '.r ,t<tK`�. 7xyym, ti'o d ` 'sYt 5" ..�.•� f' 1•n `ttfis hit Y5 _rP'1 i ,. a5 1 i �. 1 t }}r t rti,§{ J {,7:� }'[~ yj i '� �., r y. :•y r.S 1�+: T' �'F� �y�' t. �k' ;1`�ti�lr`'+d'�r�1�,riv {r. „1 [,:' j.+ ��c T`.'i. f `• ! '1�+ j f i `' •i�l�'iky'f+;f hir.'��`�Y'� , �4x Ji 'r• a hti�t +�k�t i�tV rFf {5w$k,. fli'Yt � �t\f�4 f !r t tt.. i t:. � f ; +� s `, 1 1i^ii.tii��h~✓" r#+y Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked j to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, ; conducts,utilities,or similar underground structures the Contractor shall be responsible for and . ,F• shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall,at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the r Contractor's operations during the period of the contract. The Contractor may use any type of earth-moving, compaction,and watering equipment he may desire or has at his disposal,provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the ,.;fib g� Engineer in accordance with the total calendar days or warldng days specified for the construction. The Contractor shall furnish,operate,and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground #' surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed >' of as shown on the P'lans. When the volume of the excavation exceeds that required to construct the embankments f' to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary,temporary drains and drainage ditches shall be installed to intercept or divert surface water.which may affect the work. Excavation shall be perfomed to the lines,grades and elevation shown on the Plans or as directed by the Engineer. Field cross sections were surveyed as shown on the cross section sheets and quantities were calculated on the basis of these cross sections. The Contractor agrees, on commencement of a excavation,to the groundline shown on the cross section sheets of the Plans and the finished grading lines shown in the cross sections (or as revised by change order)as the basis for measurement of pay quantities dor excavation: All material encountered within the limits indicated shall be removed and disposed of as irected. Y a. Selective Grading. When seler.,tive grading is indicated on the plans,the more suitable i material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this :. material in its final location,it shall be stockpiled in approved areas so that it can be measured + .S for payment for rehandling as specified in paragraph 3.3. I�.Sl�ya. 5-2 �i,., c•a+p 2M1 t r T3 i .. t +. t x t � p. 'aly•�{. �' �',�?S,x s � �,s� � ,, . S � r t r �� k,x F�} { �x �i��,�,�. .S '� t <' t .fii It. ,x i'' t .➢t Z s yyr ri''#lit n �' �i�v +r'-0ft r : �#'? ` �t s :'rs � Zvi rx'rf 1t�>• t #�� ��i ,.y� S)�9Si;.£t, ` 1 TT rd YZ777111 �1 >�i ; �� 1''y1. t ,'tk! { 1:5. $ i 1' � � ! 4..'/j Y 1' .4 � k4' }�•a�< �'Y '1'.4'"? J�j !a. } �S'',°S stun�'Y ` 7+, ,ti)j �:>• i c tt Y Y ' T t t { rf ! s y V" 4, �t �t$"'ix rF"151#j.�}ilA�, S.-. Y i a \ +`Y Yi , f.l; l : c it\ 4't rr t 7! +a '#yyt`�''-rapt' rb;`�"`• �L�'l� it`*{�'� t t ,� tik`✓ t� �,�' s,r�f. � t S ' t ilr:. Il .rr '' r t Y ?I � ��'{rr � '=�y'{y{f�� �"� tt •r, v r, iF' Y>s1�r 1t61 114"1 4W it t y i , cJ {.. >>.. JJ.aiH ew.f iiVr fakf keGSSa N ettt�saeKauve:New r ! . ,..,,a;,,:�_..t.._....,...w.«.»sr.«.�r.:lh......... ........_i ,lc 'i� �x�i y� .w. ': 1' •' s���h N2 , i� c:•i III b. material undercutting. bock, shale, hardpan, loose rock, boulders, or other csp unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be �. paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation. The excavated area shall be refilled with suitable material,obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a • ` part of the embankment. Whore rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. T,he Engineer 4-; shall determine if the displacement of such material was unavoidable and his/her decision shall r '{i•4,i ' be final. All overbreak shall be graded or removed by the Contractor and disposed of ash,',, ; p directed; however, payment will not be made for the removal and disposal of overbreak which t the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassifieds?i ?? Excavation. d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, ��;�,�,,,. .,�,,� .• i e.g.,the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm)below the top of subgrade or as indicated on the plans,and the material x� disposed of as directed. All foundations thus excavated shall be backfilled with suitable material '! and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted 'b to a depth of six inches and to a density of not less than 95 percent of the maximum density as E determined by ASTM D698 and within a moisture range of 0% to 3% above optimum moisture. * This moisture range shall be maintained until the first layer of subbase or base course is placed. } t' No payment will be made for suitable materials removed, manipulated,and replaced in order to obtain density. Any removal,manipulation,aeration,replacement,and recompaction of suitable materials { necessary to obtain the required density shall be considered incidental to the excavation and embankment .v? operations, and shall be performed by the Contractor at no additional cost to the project. If the Contractor, through negligence or other fault, excavates below the designed lines, he shall ` "' replace the excavation with approved materials,in an approved manner and condition,at his own expense. r„ The in-place field density shall be determined in accordance with ASTM D 2922, ASTM ' D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their ` greatest dimension will not be permitted in top 6 inches (150 mm)of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained t: at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. ` 5-3 1!1111111,''11 11,10 I N! t i h f t t 4S �tw3 f,t'•�t'S f t ir{ fix. +i t.j.,t+ ) t � " s 7777 n ^.h. " t P. �4,s stsi'cif trr�,y Oat 4, ia, zS } + �`J�t t`at.,]r<.��1} � , t#.. r t..rtt j. + , ? .r s8. t � ib i, �•�_ i � .� '��f.t��K�tr l,.f it t rr; ; tr• J ft. } x .f rt t. �� + r r .S;}'�s�i�Yi'}�`*''�a�4'+',r •��' �'�• ` �;at j�'1 ��,iks°J� � y S + t+ + . ;.+ s f'4>r >{d.�����+�. h�v 1 .•zr,F'Ut v��;�����u�L7,hJxfk ..r?;r'R A� >4 t..0 y .`+ ^:,x ,t+ y i s i ,r .t i�', �•'* •='1"),sr ,Y k"�'�-��`�.£r�'.tt�' � r�a.4, 1 �! vAr 'ti ,ir -': 4� i .i. �:.,. , 'i`r. W �, "s }. `+..+s-.,.q: ; �if f 'M �} •F , >,t t'S"1••-� ,yc.r�S�'�tr •}'� +�.;�+�p •� A( t ', 's 4 } t i:n S ;j.,',4' ys�.i�i• 4 r �'b �1t s'te §'.h, k:�•'�f f,� ''r[�'�.�;(,"r�t yy a ) p �I , .c :t 5 c�;< `f� '� •$ }.s'thY 'A�""'1"' 1� h���s•,� d4¢i f�'�kt!a s. g.1�r•I�,3i>' f Z(f :. s+ ,zl,;r,,P q_r .�,.. ,} ��. •i� drlt;a c;,!tl A rs`b�{%}. "y'�,!N';inti'x+"�,'t.'"• 4 In cuts,all loose or protruding rocks on the back slopes shall be barred loose or otherwise >; n.�•F7 =r removed to line of finished grade of sloe All cut-and-fill slopes shall be uniformly dressed to 4 the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted only when proper precautions are taken for the safety of all persons,the work,and the property. All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the f ' .r;��_ •' u.; ) transportation,storage,and use of explosives shall conform to all state and local regulations and s,. explosive manufacturers instructions with applicable approved permits reviewed by the Engineer.. Any approval given,however,will not relieve the Contractor of his/her responsibility in blasting operations. ;. Where blasting is approved,the Contractor shall employ a vibration consultant,approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity,and in addition shall be capable �4 of internal dynamic calibration. In each distinct blasting area,where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial 4. ku. +tw:A blasts to the Engineer for approval. This plan must consist of hole size,depth,spacing,burden, ' type of explosives, type of delay sequence, maximum amount of explosive on any one delay L: "? period,depth of rock,and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the engineering. z: . .: - The Contractor shall keep a record of each blast fired--its date, time and location; the C . amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 Borrow Excavation. Borrow area(s)within the airport property are indicated on r, the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the T Contractor's responsibility to locate and obtain the supply, subject to the approval of the `"'`Y'�:;..r�°=�t�• Engineer. The Contractor shall no Y the Engineer, at,least 15 days prior to beginning g the k� excavation,so necessary measurements and tests can be made. All unsuitable material shall be • disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face 1 , of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. , # 152-2.4 Drainage Excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting,inlet or outlet,for temporary levee construction;or for any other type as designed or as shown on the plans. The work shall be performed in the proper ` sequence with the other construction. All satisfactory material shall be placed in fills;unsuitable 5-4 OR NO ty i ayk; •�' r +s! � z <'"-1•+�d"•;fyli§.•; R rEh F�:: r t}c 1�9 t} ? ,. �, � ..�! ,. ) �S k F• .r ti�' �a t° ' v }sr r _i,"-'^ 5{st 1" xI �t r. &•; 2 £! R .z +r .�` � (. rt� � s`a{r �C" .�irr a�[�:�n �r,� °✓��• "# +a ) ar ���,r1s�rt+t S :„y� f i b 3i L x�y Sts ',}j tit .t i ryxh. t y�j�,•"�tUi Y n, Zt+ }� Fa ,.�t„i Y'it 4 ��'' t t. �r;tvYsa ,lr �r S}r 14 •kt =}r C,',&='y.inr.r�'1�alyer+rs�'ts�k+ ,*' ,, `,h NOR - • f ,� 4 � ' t`i s' �f Cv >r�Yt 1 s .t• z €xff trs v P zt r•L r` srfy 4 , a �„�irj,''} y.t t + yh.�y' F ?}+'. £yY..t u .���4 � ps'�`r�'L��f t k.Y t ���!t.��4 t�,k j i al}tl r..1 K, }� + •13 �Ix i• rs',r �''tt rtt° �A�'�+ �'•(;'Lcys, !; 1�r>. s y.f�l�'., i',,t�.�,�ri b a :t 1 {.t.° E tt Y' r 3 f .<} f .�a . ti•;1{` !1'1 � � t'•• ��x .I1L ✓ at�'t�"��{4K'x��1�•r 1'•tr, {7 ' �'� �� F +art tt� � i f i .t. S 1 Y,�.,6�� t.} �ri��riF}��Y�$ 'i •:; r � '?� t'S+ ..sr .. f t •^,i ;'{�� •, �' r x•�.�,�«.': _y41Y74 1 !i 3 r'+§"�`f 7't"s�n ,- aka -e• ...:;r.. ��y„�tF }� � rr.a.'1��w”s3t.M ��c..w..s:w4 &�rwi!�?ta�tiY7�u,',vwilai'r�t't4�le4tFeauvttµe ....: ........w.,................ .._......... .�erara?t•.41���`ffi9�?!.r� n k�4.,�#.t' '?�th$93�r�A��.°eg`��, .';Y. material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure ` * . a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross y�}, section and shall keep them free of debris or obstructions until the project is accepted. '•+ Ili,+• {�i 152-2.5 Preparation of Embankment Area. Where an embankment is to be constructed to a height of 4 feet (120 m) or less, all sod and vegetable matter shall be removed from the 7 S' surface upon which the embankment is to be placed,and the cleared surface shall be completely ` r; broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in paragraph 2.6. When the height of fill is greater than 4 feet ;ii (120 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal `r benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The rW necessary clearing and grubbing and the quantity of excavation removed will be paid for under x the respective items of work. 152-2.6 Formation of Embankments. Embankments shall be formed in successive 4,�s... �.; ..,, horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the • '4 cross section, unless otherwise approved to the Engineer. '= The grading operations shall be conducted,and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush,hedge,roots,stumps,grass and other organic matter,shall not be incorporated or buried -in the embankment. 4" Operations on earthwork shall be suspended at any time when satisfactory results cannot 5; ^' be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. * =` The material in the layer shall be within+/-2 percent of optimum moisture content before x� 'b:s'<<` rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer,wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on ' ' all of the affected portions of the embankment shall be delayed until the material has dried to =, the required moisture content. Sprinkling of dry material to obtain the proper moisture content l shall be done with approved equipment that will sufficiently distribute the water. Sufficient {equipment to furnish the required water shall be available at all times. Samples of all 1 embankment materials for testing,both before and after placement and compaction,will be taken at frequent intervals as needed for project control. Based on these tests, the Contractor shall make ,+ the necessary corrections and adjustments in methods,materials or moisture content in order to i achieve the correct embankment density. 5-5 i �K !I[�' d�.�y��rt Y[ .u�• .r ,,r '., ' i � t ,���� �#�t' Atr7.� .. t ! � t•ti �•+1 '.�" t '.'t .' 1 t,- i 4 tt !�'M��v,';• its X W , 2 Il ! 4 i�/ L '{ ;( '9'y9.t�t#f� ✓F1 7 ! .. 1 }. .f},tr.r`' U£ t SPY L. fn L J ���JiprXt2��Ji���fi t"}4�yY.sr r}�+ J2.r + ! .t� ! 4 '�• t }.p7. } 3 � Aty�A ti !' - tY .Si?��l�s rP ?�"r7 11 •t` t " i 4� �1 ' .< s •zf� r �t.'�t A,'A i r; .ter _ an�i���raFr�ndA�*r�assi r, +s,r .',s zk:y:.s 1 y +� 7y4 '1t't� �r �ia+;r y t R rr ,at et ,�ista.sn.�. i R,;,a j .,`+ tnrTJ,✓•4n ;-it cis t a .F}:s >s "e 4 rYl 'f � � iri' 4• 'A'y . �'�''�': e tt�� 'i;�v ?� �5,,� �+,l�Z r4' d� �j tt •.ir . kJ. �,�{,.SIt�Si ,, k%.i. .,} re ,�<t�'x 4. � �' ,a v> : Rolling operations shall be continued until the embankment is compacted to not less than j ax 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D-698. Under all areas to be paved, the embankments 3 ' shall be compacted to a minimum depth o 9 inches or as shown on the Plans and to a density of not ' P � f y less than 95 percent of the maximum density as determined by -ASTM D-698, and within a p z' timum a shall be maintained until the moisture range of 0% to 3% above optimum. This moisture ran g P � g m,} next layer of soil is placed or the first layer of the subbase/base course is placed. '. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTMD 2922, ASTM *a D 1556 or ASTM D 2167. ; r � Compaction areas shall be kept separate,and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment { at all times, both when loaded and when empty, over the layers as they are placed and shall k` >' distribute the travel evenly over the entire width of the embankment. The equipment shall be "y operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall beg"' in the deepest portion <z r of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. ' When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 nun) hl their greatest dimensions will not be allowed in the top 6 inches (150 4 mm)of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. �A ' predominantly fragments of such size that When the excavated material.consists redominantl of rock fra the material cannot be placed in layers of the prescribed thickness without crushing,pulverizing 4, ]t or further breaking down the pieces,such material may be placed in the embankment as directed :. in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. a' 5-6 f� ".7' { Y]y4i ° " t ►"�jt�t 1 � t "j) 1 !: �f r`^.^+s`�.t.��.i9�f 14Y.�"h��l""i �x�s✓'���ts�{., � '� Wldtk',:�°iv, i'rt.N SKr�., $ �'{� ��s���!ri3� i. ] sy�e>JF�{ ' �? -1-V i10 152-2.7 Finishing and Protection of Sub&Lade. After the subgrade has been substantially /11" a:, completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resultinga areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading,rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. R Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from datmage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. oq: Alf soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Engineer and replaced with suitable material. After grading operations are complete, all loose stones are larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed pavement areas and disposed of as directed by the Engineer. 7 "IR , All ruts or rough places that develop in a completed subgrade shall be smoothed and 1 recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 4;. 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on an y part of the work 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot (4.8 m) straightedge applied parallel and at right angles to the centerline,it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas,intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot(0.03 m)from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening,adding or removing materials, and reshaping. 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil*shall meet the requirements of Item T-905. If,at the time of excavation or stripping,the topsoil cannot be placed in its proper and final section of finished construction,the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 250 feet of runway pavement or 50 feet of taxiway pavement and shall not be placed on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. 5-7 t p!,! 1-7 7 �.W11-11.1 4:, A i :;!O -ZC ,gt .a. �{nc' trm d s? �cr Ui aS ` a1' L. <fitPinf d r a4 t; c S6 ,t Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." Y When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling," as provided in Item T-905. 152-2.11 Testing by Use of Nuclear Density Machines (a) Calibration of Nuclear Density Machines. The nuclear density machines shall be calibrated as follows: 6 Three density samples shall be taken in each of four different locations ,�„ Y P `� s, and tested by the conventional specified methods. In conjunction with tests, densities shall be determined by nuclear density machine in the exact same location. :h (b) Calibration Procedures. The calibration of the nuclear density machine shall be made as follows: r ,g N = Number of locations " 5 di = Nuclear density -Test density Ed d = i= Correction factor .t N ESD = Estimated standard deviation ' w PCF Nuclear = Nuclear average of three one-minute readings per test L location. PCF Test = Test density average of three different test samples. E (in formulas) = Sum of Example: Location Conventional No. Nuclear Test di di-d (di--d)? 1. 133.3 136.0 -27. -0.6 0.36 2 135.0 136.7 -1.7 +0.4 5-3 F z t .. •, r 1,'r t. , X �'1.:s� �k'� c'.t•'+rs`4it 'y�y,ry,{,�9 .73 +;,5'tf4?`y,.yi ti: r �.; ��'i Lt} 7 _rf $;r`. � o-r• tht .p 1 4 ariv, JY "r`;xtny ..,,4 J 1 •a" '�yw,���.t5i:�z. Y,. ��•"c.-'t:� .rt tk st t {1 ..N y u�'r+ 3 �t a y ��'v}4{}y�� a i.g i �. �`!F'"+ �N•'i� #,`?r�-z'i't! n j .,r F�+'+' q':�r'F �+`{�,.Yti�f�1,�''ri.������7d�' ' {� d ; ,�» ���}'.�7 t�r ty tz. ar�,+d�s�iA'- "��#'���;ti ���t4"7'. +;zy}}`"'`�"' , ^:f �:7:.#t ' n'Jat s 'ls"�`''F'�i«• � r- (: }y_..: o."z at� 'ffi�'r�X:E��ai_ ,�v i.,at I o��Y 1a�1��,�.�i✓S' h.. � .w.:.�itaPi�«i�in 'tr a°,•,•,3. 3 133.8 136.0 -22 -0.1 0.09 0.3 0.09 �,. .8 4 135.5 136.3 -1 Edi = -8.4 E(di-d)2 = 0.62 k Correction Factor = Edi = -8.4 = -2.1 ' N 4 y�r �kP. H1�. • If the correction factor is negative, add the corrective factor to the nuclear density. If the correction factor is positive, subtract the correction factor from the nuclear density. Estimated Standard _ • Deviation = �E di-d 21K = r032�'Z 0.45 1 t N-1 r. ;+ The estimated standard deviation shall be less than 1.0. Otherwise, the machine should be corrected or conventional methods shall be used. After the meter has been calibrated, one test shall be made each day in the exact location of a nuclear test. If the difference between the .• 4 nuclear test and the conventional test vary more than the all oviable standard deviation(1.0),the machine shall be re-calibrated or the conventional methods shall be used. The frequency of nuclear test takes shall be the number indicated in the applicable ..� paragraph of the specification for conventional tests. The location of the acceptance tests shall be determined by the random number method. The acceptance test locations shall not be , '; determined until the Contractor has completed his final,compaction efforts. The locations of the '="''' tests shall be determined b the same procedure as the conventional test samples are located. 1 Y'" to The initial test necessary to determine conformance with requirements specified t)�•:r hereinb6fore will be performed without cost to the Contractor. Retesting as a result of the area being reworked shall be charged to the Contractor in accordance with Paragraph 60-02 of the General y Provisions. 152-3. METHOD OF MEASUREMENT. �J Excavation and embankment required to prepare the shoulders of Taxiway A for sodding r ' and to establish drainage will not be measured for payment, but will be considered subsidiary t J to the bid item "sodding". 4" 152-5. TESTING REQUIREMENTS. J ASTM D 69 Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures,Using 5.5-pound(2.5 kg)Rammer and 12-inch(300 mm) Drop ' ASTM D 1556 Test for Density of Soil In-Place by the Sand Cone Method r. ASTM D 1557 Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 10-pound (4.5 kg) Kammer and 18-inch (45 cm.) Drop 5-9 {.. •, ��j� ti �:� 6.y '^5�r` V•'�°G � .�� X'' ,�:.k s 1 ,4 S'.sA� '� t cr ! �+`' 4��� `�`• T i 4N Y gg'jj!!,p�tjjttA M ! i8 �" � t53 7�1 ri S t Y yj •' t j.t/'�".�('�:.�.F�;-tWt�}� �tr.ik'L tf y� �.t..,i } h }t f I 1 j� � t ] 4 `A f M in •� e t � . ,,{y . 1��•, r t�,l. r�:,ti 01 em F>:iU�tr zvii}s,s`�r Y a t�r r t�a�•�[��f}>�c r:�aq+,�t i}�."1 F};r r;�a s[y t t t)q�.v t`.s Jy�,,J F Erf�t,!r r t t'���2�r.tz�':',�u t*t t 4 ttrft�4.){}'f�.'r 1t r a''�". F+t t�?i 1 i,y ss ti y t:S���.d e i�s 1�rsr�1zf��t���o�#�r�"'+.�y�rbt i���i',tA,,+,k:u k�,�'�.+�+;"�3. f x4 i 143 � t''d t31+ t?4 ,}",���r .1 n v 7! 4 'S :/ 3 ,.t xs6 i 4'° t (j..�x'1?� 's • r ��<�S�it°)'� a�,s§;;'.t«;h t a�lnst�; t"?f E•.s wir£t's ?.shit .3 t t« � 'r '•.y=r..r�i .• t r . r; �!Ayfi'`'i'tc �:?,sA ��� i�i•� np / ;, 4. t a,3tc�i.Y. -�� rt F p �{7�'.�,t {.j;� e• .'{;.1' ;E.. •9:z' �'�3 n .'Y• :�. ti f �Y •rr �'';7 4�<;7, t.G �,,ifr wa,.-fie� .ks,. •r. { _r f,�:'i� �'� �'. ..1 i1. , i i f'�f•: -�t, {` r,>#�y':'t `�17.Sr.�' »n'y �:°^� r,„ i�' 9 �' -ac r�} "hy- . . �t�.�:.°�`. k,Y��.h... Y`i } �,' ':., 2,.,,�ry r,."{�. i .fr ':�a,�� tt 7 r1t�1 ii'�k^���t1r:+`�rt„n�'� �1+•'�,,,t^: .�`}x'..•i .'•4x= •.�S�fy iA,��$�ie+?r��-1'`t �¢ tstb'�.,Y'. \.p�'t'v � t # t3; �, t.f +s» try �.r�,�zi"�. at_?,!&:'eS�t..�a�+'*n �f' f g .x 'I,i tti •..i'F�' a 4'� Y, rG,�4 1 i. t, t t !.� &9�1;"/ro,,.y��„af+si�ars�,.^-)t/} t • y ° .Y� f.� 4i'ft� J; �i. :�� � � • • .• • • •. • is ,ll 7� �1 i i it� •} i i �r •;i �� t•'` i t,,t Yl�rf. �/.. t tJ .ter �}. ..i? 4q t R 4t t. � t i. S ct' 7•:i ti aA t r 1 yt ✓ � trs °at; 4 f.f i z � s � > { e �+St t .i ! t� t •x a :'.s w {t 'Yrs �rx t� i =Sr y � I7 rst, t ! r� it x { ss {• rtr� ri tt t �t / ti s 4 at2 '1 �f tri1 .to iij l?. ! bt, b i ,t'� � j:. z 1�. t', � .r•i ,. ,r ` 14\�7d1 YrrzGlx r >� ; �; .t r� + !t t,l� } i Y s ,s f ,•.s t }t�r i. F x ts, R/, t 'r i,yt,is t�•t < rrt � �9i�'t*4 . f1 r}�� 'f�.:1f:•Si,fi 2 ,} ., w' i a„ �•-r ,a+-.E iJ .��" i.;`��b �'". i f - ,,r rs k'- ., •° � a. '' '�"� 4^.g� i �° a 1 �:td �..:1;;Y t 4"v,'crr r<iC .';o- C T 4 f1R' - Rr.dh. N� rI!].�t..i���r1r M�a�.MT:Iw•'1M♦ .,F.... ,h •r>P��•u cE,�� r?. a �i3r :� ?`�� ,'-t�+ s � :y;� f;tr�L.V r n,t 7i Mr. .,i'.J,. ". M3 .s .:*�t5 ���^lY3Y,,+1:ap�.sa'r'S'+"�at;1s}�j �t�����.��lF�- I u�1 tb3 wr rk. t. i. ,q1��r :3 d �y�.•1d � e� �Y $ t sv 3rpre, "r SECTION 6 ITEM P-401A - BITUMINOUS SURFACE COURSE PLANT MDC BITUMINOUS PAVEMENTS 0 401-1.0 DESCRIPTION. 401-1.1 General. This item shall consist of a surface course, or base course, composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a f prepared course in accordance with these specifications and shall conform to the lines, grades,thicknesses, and typical cross sections shown on the plans. ' v Each course shall be constructed to the depth, typical section, or elevation required by the plans and shall be roLed, finished, and approved before the placement of the next course. 401-2.0 MATERIAL , M1 401-2.1 Ag„rg�egate: Aggregates shall consist of crushed stone, or crushed gravel with or i.. without sand or other inert finely divided mineral aggregate. The aggregates shall be free of organic materials. The portion of materials retained on the No. 8 sieve shall be known as coarse aggregate, the portion passing the No. 8 sieve and retained on the No. 200 sieve as fine aggregate and the portion passing the No. 200 sieve as mineral filler. The combined aggregate shall have at least 95% of the particles coated when tested in accordance with MIL STD 620 Method 108 or an anti-stripping agent shall be added. The individual crushed aggregates including screenings shall not have more than 3% absorption. , .4 (a) Coarse AQgreeate. (1)' Coarse aggregate used for surface course shall consist of sound,. tough, durable particles, free from adherent coatings of clay, organic matter, and other deleterious substances. It shall show no more than 40% wear when tested in accordance with ASTM C 131,nor shall the sodium sulfate soundness loss exceed 12% or the magnesium sulfate soundness loss exceed 14%after 5 cycles,when tested in accordance with ASTM C 88. Only one method of the soundness test will be required. 3 Crushed aggregate shall contain at least 75% by weight of crushed pieces having 2 or , more fractured faces. The area of each face shall be equal to at least 75% of the smallest mid- sectional area of the piece. When 2 fractures are contiguous, the angle between planes of fractures shall be at least 30 degrees to count as 2 fractuxed faces. For aircraft whose gross G weight is less than 60,000 lbs., or tire pressure is less than 100 psi, the amount of crushed material may be reduced; however, enough crushed material shall be blended to the total aggregate to meet the requirements set forth in Table 2 and produce a mixture that is not � � �, difficult to compact. The aggregate shall not contain more than 5% soft pieces. The materials shall be checked for softness by AASHTO T-189. The aggregate shall not contain more than 8% 't : .by weight, of flat or elongated pieces. A flat particle is one having a ratio of width to thickness p greater than 5, an elongated particle is one having a ratio of length to width greater than 5. ' r 6-1 } r M1 �� t., t�1t� �rkw ft,}z((r� :t!`l,'����.,r l r. �t + $ 't p~rh"e %7�'.l6v"� rn��t��' a��4�!"'• .S � '�•- 1�1! j"y i' � r'�y+^ � �� ,:r t t J a N,r{Nil;ry $�t3�r' sky i. ri°�k a°.tz r i. �y.E.r�' ..�� �'2��'t��f�?i�r4 r�� tr?r ls.rt� ifs•3` 4.r�t�rys�ax 'tt'���?)i° :�'.R . i" ]'�, +�•��` �' -Grb 4 `: > Lr t 't r f 1^,�{ r! .j S ^.. ��`: '`i ay�, � .'. i y �i•,� n.. �s 1}j •� s r� 4k°r,.. , ht't .rd° t% -u{Ua<1,3�5�YtY�S�'Y } r° � �. a� A +# `J£3`°s e. bbl�'� `�t i? £if l� "u•4 y,a S-.�j��.r5`}3+�€€d�s jkZr715s k sue,�, sax t�'�C Y xne. '�Ct Bv�,,���, �frt t ��'sir y'4,r i'4+'•ry����s'�3�"+�,,fir t� i t`+ 1 �, i,.FF ;. 7t {,£.>l 4z�#£�SKr '' a ���`ha y0.7('l�f'`i �1 ,aS.i�V iJ. ;•� rr, k . 3., i i.�t•!N o- r�'&� o�1{fij 5 'td' try�3�. _� Y, Y��t��e°��f' Ft� �z:n st frz' tr tarr }1}��,v,t"'�'�{� r � t [r eat a`, .,., .. _ r�ouL._._�. .. .. _ . .__ .._ ..,........._....... _ .. J �,y..raY �♦ � •'� �' ��. M ,.. L {S� e•A Oi -. ..t t} Ez 1ri 1 T. (b) Fine Aggregate Fine aggregate shall consist of clean,sound,durable,angular particles produced by crushing stone, or gravel and shall meet the requirements for wear and 1 soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay,silt, or other objectionable matter and shall contain no clay balls. The combined aggregate blend,including mineral filler,shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. r,. If necessary to obtain the gradation of aggregate blend or workability, natural sand may a aM be used. The amount of natural sand shall not exceed 20% of the total aggregate. (c) Sampling and Testing. All aggregate samples required for testing shall be furnished by the Contractor. ASTM D-75 shall be used in sampling coarse aggregate and fine aggregate, and ASTM C-183 shall be used in sampling mineral filler. All tests for initial aggregate submittals necessary to determine compliance with requirements specified herein will '# be made by the Engineer at no expense to the Contractor. See Division I, paragraph 60-02, for ' f, additional information about testing costs. Sampling will be observed and supervised by the Engineer. Aggregate shall not be used in the production of mixtures without prior written approval. (d) Sources of Aggre gates. Sources of aggregates shall be selected well in advance of the time the materials are required in the wprk. When the source producing aggregates have a satisfactory service record in airport pavement construction for at least 2 years, ` samples shall be submitted 21 days prior to start of production. An inspection of the producer's ` operation will be made by the Engineer. When new sources are to be developed,the Contractor shall indicate the sources and shall submit a plan for operation 30 days in advance of starling P P y g production. A representative of the resident engineer shall be present when the samples for the ;d quality tests are obtained. Sample of core borings submitted at the same time. Approval of the �. • � source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production of bituminous mixtures. ten; The intervals and points of sampling will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality ' ' p r requirements of this section. 401-2.2 Filler: If filler,in addition to that naturally present in the aggregate is necessary, it shall meet the requirements of ASTM D 242. Prior approval shall be required for use of fly, t ash as a mineral filler. yk 401-2.3 Bituminous Material: Types, grades, controlling specifications, and maximum mixing temperatures for bituminous materials are given in Table 1. Regardless of type and 1 t grade of asphalt used, the penetration shall not be less than 60 nor more than 100 without the written consent of the Engineer. For viscosity graded asphalt,the materials shall conform to AASHTO M-226,Table 2,or ASTM D-3381, Table.3. Penetration graded asphalt shall comply with ASTM D-946. 6-2 '$aaa..r3iqfrt �}� 'ZI {°�Y�. y�h�F rt , � A..,.S• t9,ft.�fl;i. c r` k i y}�Yl-r�"i'""4;"� � e. r•Mi .. ` t F� ���7 �23�1��,GT� ��"2r$i+ �„��J^ t . 'F�s�yi�x� X57� �"ks��'t � ,j!}� b4. „ter _ ...,.Y..._ ....., 4 i7+!�,Y��sy �'�" ��, Ly�,• t .Nyln,5)`+tY.�y!(I�,�"� ,ar�r , 4 �1 }�, .� ..- � 's i1. i d ' �.� t i. q. The Contractor shall furnish the vendor's certified tests reports for each quantity (truck, railcaz ,or barge load) of bitumen shipped to his plant for use on the project. The test data shall include the following: A. Viscosity at specified temperatures. s ' B. Penetration. C. Specific Gravity. D. Flash point. '3 E. Solubility in trichloroethylene. F. Results on residue from required Thin Oven Tests. . :H. G. Ductility. [;u H. Water. x? All A copy of these tests'results shall be furnished with the mix design to FAA for approval. ` If the Resident Engineer has reason to doubt the test data he may request the official laboratory to test the material. If the material doesn't pass the specifications, it shall be rejected and the testing costs shall be paid for by the Contractor. If the Contractor uses bitumen in the asphaltic concrete mix prior to furnishing the Resident En gin eer with the applicable reports, then payment for this material shall be withheld until the reports are furnished. In no case shall the Contractor mix bitumen that meets :v= specifications with bitumen that doesn't. In event this happens,no payment shall be made for asphaltic concrete containing the contaminated material. 'y Ni Table 1 i {; Bituminous Material F Maximum ; Mpg !' Temperature Type and Grade Asphalt P Specifications OF °C Penetration Grade 60 - 70 ASTM D 946 335 170 85 - 100 325 165 t .# Viscosity Grade AC-10 AASHTO M-226 315 155 AC-20 330 165 Viscosity Grade AR-4000 ASTM D 3381 325 165 AR-8000 325 165 d� r� ' 401-3.0 COMPOSITION J - "` 401-3.1 Composition of Mixture: The bituminous plant mix shall be composed of a mixture of aggregate,filler,if required,and bituminous material. The several aggregate fractions e, shall be sized, uniformly graded and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. �e 6-3 y�y Y� • e , '���`S r•S•'t':?SF Li'Ftc;rn�'�•+t—r'^*^'^+, i-t ��'t i^,4 f r x v� r°' r rya•?i t r f'r' r{�tx^�'.?a',,�T,1'xhl, �$ 13`^��.:�{if�T} ) j+ 1 Y.1' f ti�r"�Y i,x y S 7 1'.5 t.J r 3'-i 5 3 �;..'J 1'7 }.e 5. ``� �T' �i4 '�° r }-1°?n.1;�•'��..'r`;J !� Z g q tt � ,���,.n� }Z uy �"' '13'•4 -'�deT y l;f:' { -�4i k" e i �'kfwi�y� 4l i�`t aKC$ < r4 yr}�#rof' r '! k lr.av `! , '������ +...a !7 •k�! r �S6t�lL�'. 'Y ji.�^,>r��.r�r ��r','E gl:. si{` t x;+! ,.0 rtr�.,p d�« 3 it i.„ • ous mixture shall be produced for payment until 403-3.2 Tob Mix Formula: No bituminous P a job mix formula has been approved in writing by the Engineer. The samples shall be taken s from the source by the Contractor under the supervision of the Resident Engineer or his duly ,r appointed regreaentative. The materials shall be delivered to the testing laboratory at the expense of the Contractor. The Sponsor's/Resident Engineer's testing laboratory shall prepare the job mix formula based on materials and proportions suggested by the Contractor. If the first r job mix formula does not meet the requirements of these specifications or the Contractor should decide to change sources of material, the Contractor shall pay for additional job mix formulas. �r The bituminous mixture shall be designed using the procedures contained in MIL STD 620 and meet the requirements for Table 2 for surface course. A minimum of three sets of Marshall stability properties,including voids and percentage of voids filled with bitumen, shall d graph a er. The range of bitumen shall be wide enough so that the , be plotted on standar gr p p p Marshall stability and density curves peaks.Determination of asphalt content shall be made from , Ar these graphs depending upon the desired properties. r:n Table 2 Marshall Design Criteria Surface Course ..` Pavement designed for aircraft gross weight of 60,0001 s. or Test Property more or tire pressures greater than 100 psi. 75 n, No. of Blows Marshall Stability Obs) 1,800 '." Flow (0:01 in.) 8-16 ' � Non X Voids Absorptive "Absorptive Criteria Aggregate Aggregate % Air Voids 3-5 24 % Voids Filled u With Asphalt 70-80 75-85 i * When absorption of blended aggregates is less than 2.5%, use the apparent specific gravity determined in accordance with ASTM C 127 for coarse aggregate and ASTM C 128 for fine aggregate. ** When the absorption of blended aggregates equals or exceeds 2.5%, the bulk impregnated specific gravity shall be used. The bulk impregnated specific gravity shall be determined in accordance with MIL STD 620 Method 105. The bituminous mix shall have a retained Marshall stability of not less than 75 when tested in accordance with MIL STD 620 Method 104. An anti-stripping agent shall be added to the mixture B less than 95°k of the aggregate particles are coated when tested IAW MIL STD 620 Method 108 or the mix does not have a retained Marshall stability.of 75: When the proposed aggregate and/or mix do not meet these requirements, either a new source shall be selected or 6-4 r `S k -�� .ri.�aiirl�R!s.l.�l FJ iY� rauitAlNrrii�w�i.[�irYt. .. k..:Y��3t.'t wtt t�tr tta S♦,'��rt"4�tu't 7 ��, �jttat �(a :F �: . Y . � ..1 fi:': ��.�r'�r.{'}{,�YCb�oz �vj x X;t, v ,,:,t.;,ti4 L..w�`st:�winywwr....._,.�..s.. ..,�.....,,.,+yaw+k�+bn4a�.":k+hthro.:r-..,.....,s,.+._ iS..wfc.t..iiNMO'+n�..``'��i�{Y�ZSYk4!'�P�MGl+"��56t6P>��t��l•�� L.• flit anti-stripping agent shall be added and the material retested until the aggregates do meet the ` requirements. ' ky In performing the required tests, if aggregate in excess of 1-inch size comprises more than 10% of the mineral aggregate, the tests shall be performed using the procedures outlined by MIL STD 620, Method 103. The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation of �. gradations specified in Tables 4,or 6,when tested in accordance with ASTM Standards 0117 and C136. ;1 The job mix formula gradation shall be in accordance with Paragraph 2.03 of the Asphalt Institute's Manual Series No. 2 (MS2), Fourth Edition, current edition, utilizing the 0.45 power z, gradation chart. The mix gradation shall plot as a straight line on the 0.45 power curve from the nominal maximum size aggregate to the No. 50 size,yet remain within the master gradation <' K band limits. The line can be located either above or below the maximum density curve. The � nominal maximum size is defined as the largest sieve size in Table 4 of this specification which _ y any material is permitted to be retained. Each gradation taken during production of asphaltic ,f.`, 'f,'1 Y FFp!(j•fit t. concrete shall be checked and corrections shall be made for compliance to this provision. The R K void criteria can be varied by adjusting the combined gradation up or down from the maximum , `" density gradation curve. The percentage,by weight,for the bitumirious materials shall be within the limits specified. �',�'� �`3�y���a}��s�raj• r: Table 4 <' Aggregate = i Bituminous Surface Course Percentage By Weight Passing Sieve ' .• Sieve Size 1" Maximum 3/4" Maximum 1/2" Maximum ' 1 in. (25.0 mm) -- ' t 3/4" (19.0 mm) 100 r ' a 1/2" in (12.5 mm) 80-96 K 3/8" in. (9.5 mm) 68-89 No. 4 (4.75 mm) 48-69 No. 8 (2.36 mm) 33-54 y' No. 16 (1.18 mm) 22-45 No. 30 14-35 + No, 50 9-27 No. 100 6-18 No. 200 3-8 Recommended percent bitumen content: Stone or gravel 4.5-7.5 6-5 f ..+r........' 7 a C rt ate , ,31 r'!.lyl� �„ ,{ .1 .x 1..{ t' iY ..t t z tr a •y;. 'h. r` t T� 1.A,'1� {'� �� TC `i5(�,i, x `Yt. pf '� k ytS 4•/kS,'�'1Q3j �r ......... a, F .r..r 'z 1 .P36 4S t PFC.•. i £ d;,: ! et.;.,;r a <+r ..�+ r y a ki, .r' E i� t t,S r 4y � � �.6,! ';��Y, �,��,� y �a l t�''. +( tt,,3 1� v,�3^�'u� •,J,, jai ;.f�St't�'�, r$#. S,"�ya,� r.t C �6 ti .c, t s LI.LL}�g�,at�'d+'.f W4 p...b +eyye.' 1 °:+ t�a r�i,� S�� je�� rx kt.1 FS`t a,L,yt`4 r�}t'ybsr G�,..+S , v f...C. .f:.•., , fi l� � :,t `'�r'}.�ti r<{✓idz,,.�ji z��a a+a 4,�? bt j:4 r } �rk3zF.;r. 4'. of .... The grad ations in Table 4 represent the limits which shall n determine t adations shown in aggregate for use from the sources of supply. The selection y „+ Tables 4 and 6 should be such that the maximum size aggregate used shall ae gregate, s finally t. one-half of the thickness of the layer of the course being construct a adation within the limits designated in Table 4 and shall not vary from selected, shall have gr e sieve to the high limit on the adyacent sieve,or vice versa,but shall be well the low limit on on +: graded from coarse to fine. WY: '.j. .: ' tolerances shown in Table 6 shall be applied to the ifoalicatio of the job mix ;y The job mix band. The full tolerances still will apply grading band. a job control grading j j gr band outside the master ailing j tolerances results in job control ading Table 6 ; ' b Job Mix Formula Tolerances (Based on a Single Test) Tolerance } r Minus "Plus o Material 5 percentfi 4 ieve or larger ; Aggregate passing No. s 4 percent 16,30 and 60 sieves Aggregate passing No's. 8, ., gKre 2 percent Aggregate passing No's. 100 and 200 sieves 0.40 percent } Al Bitumen" 20 degrees F ` { 'r Temperature of mix* otherwise se approved by Resident Engineer. * Unless '+�''''°} •��, aggregate adation may be adjusted within the limits of Table 4, as directed without The g races. "t= adjustments in the contract unit P a change in sources of materials be made, a new job formula shall to establish Should �.� w material is used. Deviation from the final approved des����►i T bl�6 content •�i ' before the new gradations or and gradation of aggregate a Rinot E great and sl all be based on either dry writing b th approved in g e ate obtained from extractions' ' '..' gradations on a gr g .Y be made at least twice daily. When extraction zed as one test.reraged and Aggregate gradations will tests are made, two samples shall be processed, the accordance with ASTM D 2172 and for The mixture will be tested for bitumen content in accordance aggregate gradation in accordance with AASHTO T 30. ' ens shall be made at least twice daily to maintain job control or Tests on Marshall spec�nc► requirements of Table 2 when as required for density tests. The mall meetly d pro ped�s contained in MIL STD 620 current rG. tested in accordance with the Mar's Acceptance or rejection of the material will not be based edition. )?adore to meet the design criteria will be cause f j r the Engineer to halt production �{ the problem is identified and corrected. Acc p k p 6-6 v! !:i u r s x} .E a .,.+ a k'F s'tS,�`t k}r`tty�•.ri�'t'�t',,��''`�i �3'��}�' ,: e r'. a."7.7 F4'�� ttp" 1L r +, iSL ) F y +.nd �;,t 1 1 �S j�•� r � �••r.,4•"�a.aa��.�t� z v {F 5 Q r��� ���a� i �z1� �§,�,t�.:��i� ���-���yS;'� s1 ^1' 'Y�. .3— `�'•a + `r•�y� i}. }t�'a`�4fl u?��1`�;L.�yr�L d �i 1,. y�} �t'.}di;=SJ�tts'} �C�'� f' 'fi k 1 Yc�i !�'.7jA7• t• t'�� d'� ' � 'e � jf,�,�r ��.t�''i�`��f r>�`<"��t��y1���?�i,�.��;�c�,�i..p�`„✓"�`t�.����� � +.�' � �i1 w��} b t V 1 qt c t rlrt•t}�,y au �ij+�i $ 'x j re k � t �, d+ +� l � r �'7•�+ 14 r g 5 >' t' �L' a' � i { � �f ������ �{ �", t�vvvr,��, �.� ,6r��7 !4.r�, P� t :v:f ta''"P�+t�',',+�L$`i �i.o•?`a�>� t,' ��SS,T. q� }��;�g�cF irr�v +%��T+li ✓'t t��� v�'r i}� a . >• 'a. S 1. t'�8�f°.h.h����.+����tl,�F�{�v�k�i'�%'4a :�'3yx;,? ivt s.t tis.,,Et 1' ,�ic:i�,*.+a i R;C". 5 } "A UV,* ; on stability, flow, voids, or percent voids filled with bitumen unless the Contractor fails to . gf..,,w ;.,•,�. correct the problem within one day's production and the results exceed the specification requirements by 10 percent. All retest reports shall be identified on the original test report they replace. {tfi 401-3.3 Test Section. Prior to full production, the Contractor shall prepare a quantity of .: bituminous mixture according to the job mix formula. The amount of mixture should be " sufficient to construct a test section 50 feet (15.2 m) long, 20 feet (6.1 m) wide, placed in two r r1 paving lanes and shall represent the same depth specified for the construction of the course it P g P P P represents. At least 30 tons of mix shall be run through the plant before the material used in the test section is obtained. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the base pavement for the project. The test n r section may be located in an area to be paved in the project; however, whenever possible, the A i t g 1 test section should be placed in an area where it will receive little or no traffic so that marginal quality trial runs can be safely left in place. The equipment used in the construction of the test section shall be the same type and weight to be used in the actual construction of the course. r The Contractors shall exhibit the exact construction and rolling process that are intended to be ;•:fi: used for the construction of the mat. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix ;. z design, plant operation, and/or rolling procedures shall be made. Additional test sections, as �� P P gP required, shall be constructed and evaluated for conformance to the specifications. When test ` sections do not conform to specification requirements and the material will not perform q (41 H v satisfactory, the pavement shall be removed and replaced at the Contractor's expense. If the ' material is left in lace,the applicable reduction in payment will be made for deficient density. P PP P Ym Y. •, +, - Full production shall not begin without approval of the Engineer. Acceptance test sections will t k, be paid for in accordance with Section 401-6.1; however, only one test section shall be paid for ' Per course. The initial 30 tons required to balance the plant shall not be included for payment. 401-4.0 CONSTRUCTION METHODS 401-4.1 Weather Limitations: The bituminous mixture shall not be placed upon a wet surface, when the surface temperature of the underlying course is less than specified in Table 7 or the chill factor is less than 35°F. The data for computing the chill factor can be obtained + from airport weather equipment or nearby radio stations and the chill factor shall be determined a from Table 8. If the haul distance for the asphaltic concrete is more than 15 miles, paving operations shall not be allowed after October 1 without written approval of the Resident , Engineer. �y . 1, 1 s;Y h 6-7 P.Sra � ai "� �rKf t ��'l,�"i c.� 't�,Y� t. !1 a1 `f+":r to r S� � 'r �'. � S•t j -r�� r+y�514�x��ty�•i, t�+�f,�.�•ti���c C : "i C� 1ir Yxys}rx + p� 7 rtK rl 4 hrh17 t r {1 4liK�4nt�yri f4i s t` �rr{d r Erf i y.Mh t � .. � � k��� �,1�t�iyY.,y�aSk'i{-'�€,q g}t C�}�k t ���5..��b�r'iP �Ty+�•"f P t+.t � � t� ,4�r�� 9>�,4�n iYe n, rU X71 .. �L�h �.yi rpk'a'�t�°r„'X��F"rF�.wr !%y���yyYj� .��5'S�i} .a''"�'`'�� t�..{ i }v£'yY?2' f i.0,i,,4�n`�."��1�..t t��� 7�..�i+��","��{{ �� •} „ n,r Yr _, .'��ada.- ... -_ .. - .� ° ♦ �.r -.. _ _ r_!i'}''' r... _�r�_ -��a�.--. r.ruWUx rM"i '}' a ' t r•i��Y 1 ! � ���_����tt} t 1�� t.''} fF .. t f �/ .. .., y � � d h' M +1,,. '!}� �.. t i turd ,! h' S,Ys Z t��. nrC+ � A 3 i •. 1" ,1,.,,., x:,.G L 4t s°t� r•; t 1 A' �it� 4,� � 1�• Nr/ � r , t5 t .l �xyy� f.�vs Wrn+.�,(, .r arix Y x '� S- ,".v Yu �tir,6 t4K�ak.,a�aii►�waM,'✓ri?�,i..�a��'�i,tr-u:.criu r.,u.3i�}'i, S � �f�S�NktikCf3.���3 ..a TI ^'.�. } • Ys Table 7 Base Temperature Limitations Base Temperature (Minimum) Mat Thickness OF ; r 3 in. (7.5 cm) or greater 40 Greater than 1 yin. (2.5 cm) but • less than 3 in (7.5 cm) _ 45 r 1 in. (2.5 cm) or less 50 ' Table 8 ry' Wind Chill Table Wind Speed Air Temperature °F ' P ' MPH 45 40 35 30 4. •V.K 5 43 37 32 27 iy' S K 10 34 28 22 16 ` 15 29 23 16 9 20 26 19 12 4t 401-4.2 Bituminous Mixing Plant. If the supplier's plant is equipped with automation, the s automation feature shall be used in the production of bituminous material for the project. If the plant is equipped with a material recording feature,it also shall be used. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to all requirements under a, except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants shall conform to the requirements under 401-4.2, continuous mixing plants shall conform to the requirements under 401-4.2c,and drum mixers shall conform to the requirements under 401-4.2d. (a) Requirements for all Plants: Mixing plants shall be of sufficient capacity to adequately Dandle the proposed bituminous construction. The mixing plant shall have a minimum hourly production of 100 tons. (1) Plant Scales. Scales shall be accurate to 0.5% of the required load. Poises shall be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the Contractor may provide an approved automatic printer system to print the weights of the material delivered,provided the system is used in conjunction with aft approved automatic batching and mixing control system. Such weights shall be evidenced by 6-8 -. r,.y,i�.1' J gry'�{��a•• �'� 1 ,,..,� 'fir`,• � is'�y•� �8�'k "�fl��� ,Y: �� ��b�9'ri.r,( � 'S�. �'^7� , lc"t ,r, ���. a ,rS. �"�. ;Y,f.v e�; `�.l��r�a,�1 'r�•1 �f s Z C`ri t� }j'ri y!i N 7i' t .fi,q(j�f!t}��� vt � � � .t �r �.0 r If€'�`�''�4tPts,�,j�y�5 11�+I�=��,�i I`tt•dia7r'lb,'�f f.n ��t, a� t� .�1 ��k�x��i`E'L(�J.?..a;'�?� +.jr T•k. .� y�2't� ' i to �t��}�`�t�;� �`ibtssrr6's ' ,. ,; '� �#r+R•'p� �..»r ^a 'l'+ r dJj� .,si. ,,rr e'. d �i µ. r'aa *.�a;•" w ''s .;• t " � A t } A� •+ ���' x, �.�' t '! " YY {} j 7` st. b .k.i✓}� t� ItL rx.4 4+ ItJ'rt} t l s ' �,§Pf§��Ytt a f ➢ a,,t 'Zx,a`Ttt9a ?"7='.f z,t a;� !9, :1 t{°=`,t t ° ��.rt� t ` y^2aC,tz 1. ..•j�. "r a weight ticket for each load. Scales shall be inspected for accuracy and sealed as often as the Engineer may deem necessary. p y ary. The Contractor shall have on hand no less than ten 50-pound (22.6 kg) weights for testing the scales. (2) Equipment for Preparation of Bituminous Material, Tanks for the storage of bituminous material shall be equipped to heat and hold the material at the required k temperatures. Heating hall be accomplished b approved means so that flames will not contact the tank. The circulating system for the bituminous material shall be designed to assure proper and continuous circulation during the operating period. Provision shall be made for measuring quandties and for sampling the material in the storage tanks. (3) Cold Feeders. The plant shall be provided with accurate mechanical or electrical means for uniformly feeding the a e ates into the drier to obtain uniform production � Y g g� g I..p and temperature. When added mineral filler is specified, a. separate bin and feeder shall be furnished with its drive interlocked with the aggregate feeders. (4) Drier. The plant shall include a drier(s) which continuously agitates the , aggregate during the heating and drying P rocess. _ (5) Screens. Plant screens, capable of screening all aggregates to the specified { Y ~ sizes and proportions and having normal capacities in excess of the full capacity of the mixer, F t' shall be provided. In states where the highway departments do not require hot bin screens the screenless plant shall be permitted if the mix can be produced within the specification limits and tolerances For the batch plant and continuous mix plants, gr adation shall be taken on the 4 r aggregate without asphalt. This would be when the aggregate has been combined after passing through the dryer. When drum mixers are used, the gradation test shall be made by the extraction method. After production has started and an acceptable correlation can be made between the hot combined aggregate samples and the cold feed samples, then only cold feed gradations shall be required; however, frequent checks shall be made. (6) Bins. The plant shall include storage bins, if required, of sufficient capacity to supply the mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of the appropriate fractions of the mineral aggregates. When used, separate ,. dry storage shall be provided for filler or hydrated lime,and the plant shall be equipped to feed ' r,. such material into the mixer. Each bin shall be provided with overflow pipes of such size and at such location to prevent backup of material into the compartments or bins. Each compartment shall be provided with its individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Bin shall be constructed so that samples may be obtained readily. Bins shall be equipped with adequate tell-tale devices which indicate the position of the aggregates ' in fike bins at the lower quarter points. C#• (7) Bituminous Control Unit. Satisfactory means,either by weighing or metering, shall be provided to obtain the specified amount of bituminous materials in the mix. Means shall be provided for checking the quantity of rate of flow of bituminous material into the mixer. E (B) Thermometric Equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregate. The Engineer r 6-9 t fG .}J� y. � t,F++} k�/s 'y,wS, k�i tJ iY t�3• rv[ ,��r [' L�. �( C 9"}+ i %.•tPr,T yX rd` b} 7 t { z. tk i'"' Ytt t � V' t '� .;f�1 � {�t,��-` '•" �,/t� 1 fi 7�1 �3 � e a ti,fib es� � � c�r i 4fi r' ` z n' :t e 5 rS�& F>•x a}g t}S r;4pf'i�.qjxti trth„. ��F1,�gt,E's � f "AMe � '4x'Y�aI,$x �� ��t}s�F��3 •t'.,� �. �`� t �'ta.0 yc. r e+ � a �. t '; , iroG ,.§ r. .., ... r.fi 1 s .t�h `t✓ v \... }?' f �,: g t .x sf,� .�' , t l Y :r. , :.„r: 'tw >� „,1Y°`'};�_'^.' '_'T" ar it '�r f 4e� SE #., t. .�''h 1 t! ,Srr4'{•.�PSS 7, •`• F 11}rs, �'�� 4iy1 t i' y1�lsl 7 S+� `'Sy�, 4 T"k' 1".4''21 r�4 !Df.° f } ,r. f S ley f 34ft `�it"i44 b•[p SFY'• may require replacement of any thermometer by an approved temperature-recording apparatus for better regulation of the temperature of aggregates. (9) Dust Collector. The plant shall be equipped with a dust collector to waste an P � PP y material collected or to return all or any part of the material uniformly to the mixture, as 5{ directed. The Event shall operate within the state EPA requirements. �P P � (10) Truck Scales. Unless an automatic hatching plant with automatic printers is used,the bituminous mixture shall be weighed on approved scales furnished by the Contractor or on public scales at the Contractor's expense. Scales shall be inspected for accuracy and sealed ' as often as the Engineer deems necessary. ; ..�., (11) Safety Requirements. Adequate and safe stairways to the mixer platform and I. sampling points shall be provided, and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of truck =¢ bodies shall be provided by a suitable device to enable the Engineer to obtain sampling and mixture temperature data. Means shall be provided to raise and lower scale calibration C ry S equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and other dangerous moving parts shall ' bL'thoroughly guarded. r Ample and unobstructed passage shall be maintained at all times hi an around the truck .r loading area. This area shall be kept free of drippings from,the mixing platform. ,: . (12) Testing Laboratory. The Contractor or producer shall provide a testing k• •j§ laboratory foz control and acceptance testing function during periods of mix production, s'wr sampling, and testing and whenever materials subject.to the provisions of these specifications a � s are being supplied or tested. The location of the laboratory shall be determined by the Resident 4' . Engineer. The Contractor shall equip the laboratory with tables,sinks,desks,and other required r .r furniture and shall provide all utilities such as water and electricity for operation of the laboratory. The sponsor's testing laboratory company shall be responsible for furnishing the actual testing equipment. c ' (b) Requirements for Bafiching Plants: (1) Weight Box or Hopper. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample size to hold a full batch ch'a without hand raking or running over. The gate shall close tightly so that no material is allowed .' to leak into the mixer while a batch is being weighed. '. (2) Bituminous Control. The equipment used to measure the bituminous material shall be accurate to within±0.5%. The bituminous material bucket shall be of a non-tilting type with a loose sheet metal cover. The length of the discharge opening or spray bar shall be not less than three-fourths the length of the mixer,and it shall discharge directly into the mixer. The bituminous material bucket, its discharge valve(s), and spray bar shall be adequately heated. Steam jackets,if used,shall be efficiently drained,and all connections will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15% in excess of the weight of bituminous material required in any batch. The plant r : shall have an adequately heated,quick-acting,non-drip charging valve located directly over the bituminous material bucket. 6-10 .f . r � �.. rl ,�5i1 F. - • _,�..._ _ ..' ��. . _, , .:ry '_"":_ "`. ..'.°`. . ._ }.''�'� .....+1..,k: �:'_w_ _ ..Rl..`.4ifwrtla �_.... .t� y'"+�'` 3. � r, .�w-,ty,,,,____--..._—T'w - s - ✓ 2 ee gg "1,. t s: V � 1„ �,�>,� "',`c! �.i . � .�ls � r r b7yti; S 5l t , ' ��✓ bi$ 1 y �! �"`` •�...:w13'd.!5�u;r'�i uw tiiriw'+ix�`lr:cikt:ttitiirr .: �i 4 The indicator dial shall have a capacity of at least 15% in excess of the quantity of kt P Y bituminous material used per batch. The controls shall be constructed to lock at any dial setting and automatically reset to that reading after each additional batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous materials shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous y .. material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray bar openings shall provide a uniform application ;='e of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when r�. a metering device is substituted for a bituminous material bucket. r t., ;v ` (3) Mixer. The batch mixer shall be an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed,the mixer box shall be equipped " with a dust hood to prevent loss of dust. The clearance of blades form all fixed and moving r'4a parts shall not exceed 1 inch for surface course and 1-1/2 inches for base course mixes. (4) Control of Mixing Time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the weigh box gate after , ? the charging of the mixer and keep it locked until the closing of the mixer gate at the completions. of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the intervals of time between the opening of the weigh box gate and the a+ . introduction of bituminous material. The wet mixing period is the interval of time between the t1; introduction of bituminous material and the opening of the mixer gate. 3tyt 'x2'Yj,(:i 7 The timing control shall be flexible and shall be capable of settings of 5-second intervals or �?s <r less throughout a 3-minute cycle. A mechanical batch counter shall be installed as a part of the timing device and shall be designed to register only completely mixed batches. ' <<, The setting of time intervals shall be at the direction of the Engineer, who shall then lock the case covering the timing device until a change is made in the timing periods. eq, (c) R uirements for Continuous Mix Plants: 4 �F (1) Aggregate Proportioning. The plant shall include means for accurately ' proportioning each size of aggregate. The plant shall have a feeder mounted under each 'v compartment bin. Each compartment bin shall have an accurately controlled individual gate to ti:c:r iii:i??t form an orifice for the volumetric measuring of material drawn from each compartment. The x feeder orifice shall be rectangular with one dimension adjustable by positive mechanical means and provided with a lock. Indicators shall be provided for each gate to show the respective gate y opening in inches. (2) Weight Calibration of Aggregate Feed. The plant shall i_uclude a means for calibration of gate openings by weight test samples. Provision shall be made so that materials ' fed out of individual orifices may be by passed to individuals test boxes. The plant shall be ' equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be-provided by the Contractor to weight such test samples. ` (3) Synchronization of Aggregate Feed and bituminous Material Feed. f 6-11 =_ mow, .hX: � >Ft �""c 3'Fl�'f'�i?"1'F,:'!�.,�sK�f ! .1 �J 1s+:.'Lyk 7.. �lr sK>•i' r$'tti'� °' �.��'P`r 'E y I^.j�;y {{!�•} `f'17,jr k a xt Y S�) t<r I} ?�• a n tr ".7' +}`•sN �' r <�. ' :i}''a "",,• '4�� +'�+e�.ti,�}���j� 1tn'1J'�i,`"4""�"l.�ry�� 4'���p f�:r� ,,�S�.`�` fi x`.,iyY" ui. a �t fl fl n c F+ j e ��r'Ss zl ✓v F��,tr +3^y��� ;��� ...�ef.' 1 3i�'r, t l � � .�1 r�'�r "+ �{jj��,f, �Si9�ti 4f�f�fx t$id tv�'r�Y,.� �y d ;•r i .�,¢ " FS� _,,J�. �ijYE 6' r"}+='5..: �i "� ��'�i �_�: ��J'�y�rR �jt,F7 sr���1 f '�'� 3 tf��r �tksly�:-, .e 4t t J+r st•�ry� �ftit .�,.`4;`t{�`� ,iat}'y 9�1�a�t � '" .�'ti�'t t �' r�:+��`# � t� Y�' �<btt�s,•" �{', 4.)��ts ,s b�,,,�> �Y,�l.dVt.f iirt� S �^ lxp ,4�n�� �'V'F �'��A}���^�"�4� � . s u =A t y rx ... - f , ,r Pr).r.. •rl�+1.. .' � i. t a F .,,.;� . a �,�,d.`! r 1 6144.ku f .. 'i. Y, `.`,yam.'•', r��r t Satisfactory means shall be provided to afford positive interlocking control between the flow of aggregate from the bin and the flow of bituminous material from the meter or other proportioning device. This control shall be by interlocking mechanical means or by any other positive method satisfactory to the Engineer. (4) Mixer.. The plant shall include an approved continuous mixer adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be f. equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular position on the shafts and shall be S reversible to retard the flow of the mix. The mixer shall have a manufacturer's plate giving the net volumetric contents of the mincer at the several heights inscribed on a permanent gauge. 4; Charts shall be provided showing the rate of feed per minute for each aggregate used, P g P °xt (d) Requirements for Drum Mixers: f: (1) Exclusions. Paragraphs 401-4.2(a)(4) through 401-4.2(a)(9) do not apply to drum mixers. t (2) Aggregate Delivery System. An automatic plant shutoff shall be provided to operate when any aggregate bin becomes empty. Provisions shall be provided for conveniently „`r sampling the full flow of materials from each cold feeder and the total cold feed. Total cold feed , shall be weighted continuously. The weighing system shall have an'accuracy of 0.5% when ,t tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other appropriate device, which will automatically regulate the feed W gate and permit instant correction of variations in load. The cold feed flow shall be a automatically coupled with the asphalt flow to maintain the required proportions of each material. Provisions shall be made for introducing the moisture content of the cold feed a ggr egates into the belt weighing si gn al and correcting wet aggregate weight to dry aggregate weight.* Screens or other suitable devices, which will reject oversized articles or lumps of aggregate that have been cemented together,shall be installed in the feeder mechanism between the bins and the dryer drum. Dry weight of the aggregate flow shall be displayed digitally in appropriate units of weight and time and totalized. pt (3) bituminous Material and Additive Delivery Systems. Satisfactory means of x ,metering shall be provided to introduce the proper amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to ± 1% when tested for accuracy. The r+` bituminous material and additive delivery shall be interlocked with the aggregate weight. The bituminous material and additive flow shall be displayed digitally in appropriate units of volume (or weight),and time shall be totalized. (4) Thermometric Equipment. A recording thermometer of adequate range shall be located to indicate the temperature of the bituminous material in storage. The plant shall also MGy be equipped with approved recording thermometers, py rometers, or other a pp roved recording {' thermometric instruments at the discharge chute of the drum mixer. (5) Drum Mixer. A drum mixer of satisfactory design shall be provided. It shall be capable of drying and heating the aggregate to the moisture and temperature requirements set forth in the paving mixture requirements and capable of producing a uniform mixture. If the quality requirements of Section 401-3.2 cannot be met, the Contractor will be required to utilize either batch or continuous mix plants. 6-12 t, � t y � L rTr s Us t h (6) Temporary Storage of Bituminous Mixture. Use of surge bins Tr:4 n;r g or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (1) The bituminous mixture may be stored in surge bins for a period of fi time not to exceed three hours. (ii) The bituminous mixture may be stored in insulated and heated storage bins for a period of time not to exceed 18 hours,provided an inert gas atmosphere is maintained in the bin during the storage period. " If the Engineer determines that there is an excessive amount of heat loss, segregation, ;A and/or oxidation of the mixture due to temporary storage,use of surge bins or storage bins will ; be discontinued. All material for tests shall be made from material discharged from the storage , buns. 7) Inspection of Plant. The Engineer,or his authorized representative,shall have access, at all times, to all parts of the paving plant for checking adequacy of equipment; inspecting operation of the plant;verifying weights,proportions,and character of materials;and ,n checking the temperatures maintained in'the preparation of the mixtures. (8) Plant Calibration. No asphalt mix shall be sent to the project site until the a plant has been completely calibrated by the Contractor or producer,under the inspection of the tr•:. Engineer, and it has been established that the plant can produce the asphalt mix with the 4' tolerances indicated in the specification. The plant shall be re-calibrated at the discretion of the a ; .r Engineer if there is a significant change in aggregate stockpile moisture, or the combined , aggregate gradations are outside of the specification limits. 401-4.3 Hauling Equipment: Trucks used for hauling bituminous mixtures shall have tight, f } clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffin oil,lime solution,or other approved material. Each truck shall be securely covered during the delivery of material from the plant to the laydown machine. When it is necessary to prevent crusting at the surface or the sides or a loss in heat in the material below the specified minimum temperature,the material shall be delivered in insulated truck beds. ;1 ; 401-4.4 Bituminous Pavers: Bituminous material spreaders shall be the self-propelled type, equipped with hoppers, tamping or vibrating devices, distributing screws, adjustable screens, equipment for heating the screens, and equalizing devices. The spreader shall be capable of spreading hot bituminous mixtures without tearing, shoving, or gouging, and capable of producing a finished surface conforming to the smoothness requirements specified hereinafter. The spreader shall be capable of confining the edges of the strips to true lines without the use of stationary side forms and placing the course to the required thickness. Spreaders shall be r designed to operate forward at variable speeds and in reverse at traveling speeds of not less than 100 feet per minute. The use of a spreader that leaves indented areas or other objectioname irregularities in the fresh-laid mix during operation will not be permitted. The paver shall not damage the underlying course. The Contractor shall keep the paver in good operational condition at all times. If extensions are used, they shall contain the same vibration and screen ' heater equipment as the basic paver. This does not apply when extensions are sued for fillet construction. Bituminous mate-rial spreaders shall be equipped with electronic sensing devices for grade control. The devices shall be capable of utilizing the stringline, long ski sled, joint 6-13 ��. ';�i1�!(,b?YC�t �S.l4yc.r s' .yt#�rf+$L,r�i4 „�'S"� �r s� �, .�iY"�l•g r ��q ° �'a�a+�r���"�i~S�tii+Y t t '�` � �'..� s ✓��g#�k.st/'�y�tnr'l3Y1lli` '"/` A"4r r"�' wi�'' .��A, �, � +�4Ht}t�'�R�� f�4 3"S. 'S +y'r Fk`'Py,pF�i��;���yF•� 73i��xN �i� �" '�, 'S� Ey� Yi .o; � x�a�`e�r��. �! t��j'tn'�:+�� d�zrF.` c�� �� ri{�fi,��✓�`��, � �� k:. �" . 4 f' `�S�r{ �M�'/ttsT< #°fie #?��'f ,�tiyL` s'Jt;J>xt {'�`�s .�y'`� Iv 3} fE`��+ 'gI.•L'fr?d' �`�i ���"J� , 7ei ay itf e � •A d# by � 4 �".. yf����; ,9 ik !> ICJ Ft y. 9. •i :��, ,� � ,nA {"''�; •�r,l`�`• N �Y S"�.�°t ;M ikf y'f 3 ie✓�7f.S ' t3 .h �7$ rlr. tt i.k d7r iJ•gip i Mp1 �.d5 •r};.}j,.e Y .r?..,X Y r..g :N•irsew{r�'. •"�'":'` � i�,dg' i s.t fq 7 Ej�e�3h'�4{z � 9, tt 4.1t S?'��.d`'� i{! �•i h, t c " t'..3 s „sN`a's l'`5 .,_{�`4+y,x,t xF c. matcher(short ski sled),and automatic transverse grade control methods for controlling grades. °..; The long ski sled shall have a minimum length of 25 feet. The paver shall be equipped with infrared joint heaters if required by Paragraph 401-4.11, r' Joints. The infrared joint heaters shall be flat faces. They shall be propane gas-fired. Converters shall be arranged end to end directly over the joint to be heated in sufficient numbers to ±, M.tiz} `. '. continually produce, when in operation, a minimum of 240,000 BTU/Hr. The joint heater shall;.; be positioned not more than 1" above the pavement to be heated and in front of the paver ;.. sateen. It shall be suspended by chains from hangers welded or bolted to the bituminous materials spreader to facilitate adjustment. Positioning of the heater,other than specified herein, ' shall be in accordance with the manufacturer's recommendations. '``' 401-4.5 Rollers: Rollers may be of the vibratory, steel'wheel, or pneumatic- o ��^�ir�'.;. y' ' tired type. They shall be in good condition,capable of reversing without backlash and operating at slow speeds to avoid displacement of the bituminous mixture. The number,type,and weight f- rc of rollers shall be sufficient to compact the mixture to the required density without detrimentally affecting the compacted material. 401-4.6 Pry ation of Bituminous Material: The bituminous material shall be heated to the specified temperature in a manner that will avoid local overheating and provide a continuous v t' supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity p for adequate coating of the aggregate articles but shall not exceed the applicable maximum ' temperature set forth in Table 1. . .,a �v 401-4.7 Preparation of Mineral AQe:reeate. The aggregate for the mixture shall be dried and n.y t}i.rFt The ; . heated to the temperature designated by the lob formula within the job tolerance specified• Y' maximum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregate high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required . n, the aggregate to obtain complete coating and uniform distribution on the aggregate particles,dry within the allowable mot mixtur e of satisfactory workability. The isture ultimate and to provide a '. aggregate shall not be heated greater than 25°F above the temperature of the bituminous material. H t : n w . 401-4.8 Preparation of Bituminous Mixture: The aggregates and the bituminous ' material shall be measured or gauged and introduced into the mixer in the amount specified by �{ the job mix formula. The combined materials shall be mixed until a complete and uniform :k r.. . ,�. • coating of the particles and a thorough distribution of the bituminous material throughout the ' • proved by the Engineer for each plant and aggregate are secured. Wet mixing time shall be ap g time after introduction of bituminous for each type aggregate used. Normally, the mixin T material should not be less than 30 seconds. For continuous muc plants,the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second b the mixer. p Y _ Puennill dead capacit�in to Mixing time (seconds) = PugmW output in pounds per second AMIL The thY mixing time in the batch plant shall be the time required to blend the dry aggregate d in a uniform hIlixture. The wet mixing time begins with the introduction of the asphalt cement 6-14 ":+h .#.'�' v Aw, k t• tuM J.j,� H•s{,'eaV:4•. ��- r r s��,�h 4', �.�` t p F `�. � •�t,.>�'. "` .''�`' did r't t V r. i.`�b.�'ttti:�Swt�'0a'+,tidi�.�f'a:.<.{ss'..:Jar�Y .. raw.w«w.a,.:»:�..5w.....A...a...swu•w Miwr..wu++n:.w....._ww.v+:.atflurStT, !`;l�k!A?�'�?<x/� .. P: .�. to the pugmill and ends with the opening of the discharge gate. Prolonged exposure to air and r '> heat in the pugmill hardens the asphalt fihn on the aggregate through oxidation; therefore, the ;ti 4a mixing time should be the shortest time required to obtain uniform distribution of aggregate sizes and thorough coating of aggregate particles with the bituminous material. f .... K 401-4.9 Transporting, Spreading, and Finishuig: The mixture shall be transported from '' y the mixing plant to the point of use in vehicles conforming to the requirements of Section 401- $'ti 4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one yr day's run can be completed during daylight, unless adequate artificial lighting is provided. ' Hauling over freshly placed material shall not be permitted until the material has been {41`' compacted as specified and allowed to cool to ambient temperature or 6 hours, which ever is ¢ "� longest. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all louse or deleterious material with power blowers,power brooms,or hand brooms, :. as directed. � z The mix shall be placed at a temperature of not less than 250"F when asphalt cement is used and not less than 150°F when tar is used. Moisture content of the mix shall not exceed 0.5%. The intermediate lifts may be laid in thicknesses up to four inches provided grade control , t can be maintained, and no roller marks or signs of asphalt flushing can be noted in the finished`_; -�' '•- product. The thickness of the final lift shall not be more than two inches, or less than twice the ' size of the maximum size aggregate in the mix. Upon arrival, the mixture shall be spread to the full width by an approved bituminous `? ` paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The r speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. .� Unless otherwise directed,placing shall begin along the centerline of areas to be paved on x} a crowned section and on the high side of areas with a one-way slope. The mixture shall be :t placed in consecutive adjacent strips having a minimum width of 10 feet (3 m), except where' edge lanes require strips less than 10 feet to complete the area. The longitudinal joint in one }" s< layer shall offset that in the layer immediately below b at least 1 foot;however, the joint in the Y Y Y Y top layer shall be at the centerline of the pavement. Transverse joint in one layer shall be offset by at least 2 feet from transverse joints in the previous layer. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. R A, ' The responsible party for grade layout and control shall survey the existing pavement or ,a . acquire the design survey notes. If the work consists of over-laying existing pavement and only one lift is being constructed with no leveling required, the initial survey will not be required. ' If the survey is required, the Project Engineer and the Contractor shall review the survey to determine the amount of leveling required and the locations. F When only one lift is to be constructed for an overlay, the long ski sled and the joint ? matches may be used; however,the first lane on either side of the centerline or the first lane on a'; Q the high side of the pavement shall utilize the stringline on both sides. The Contractor is still responsible for the control and surface tolerances. When multi-layer asphaltic concrete pavement or an asphaltic concrete surface is being constructed on a base course, the stringline method shall be used. The responsible party shall 6-15 r.} a�L t �r r •-•..-..-,—.:�.,....-•..r...-r•--^. •—^-^,..,+«.. .gwwn�'i`�ar..rttu:�#x x+t.�-- x ra. --,y. r.,� fY�,.�.r�3.}�� �t r 1.t �. i r } .. t t .a, j . � S+. # ('Cy �,f 1� (y_ • ,��4Fv y#Xi. '�•'J'?F 34' '` +' �� i , a '.; 3 17'E � rz. r,fi�4TF+,r P s'}tK°ii a .. S 7 � '1L s+ yv.a.� t•{Ly�S r �r�:.• 3 j- .y4`�: �1�+u'"jar t� �yS"r.r l3�.a�, y s 'i' i .1�, '. ' c V.. $ .s t r.j7's �c•4jj��� ,yn# 'dt Ya.,.(.[f" �'f :;r < � ` e i ' +. i z > } .+i.t i f'i I •J + � i„rLL. set grade stakes and stringlines for each paving lane. If multilifts of asphaltic concrete are being laid and the Engineer and Contractor are satisfied that the grades and surface tolerances on the final lift can be met, then a 25 foot long traveling long sled and joint matcher can be used .W_ When stringlines are r uired, the shall consist of piano wire or other approved material. The g � Y P PP stringlines shall be supported at a maximum of 25-foot centers. Additional supports shall be ' installed to prevent sag, if required. The horizontal alignment of the stringlines small be within ± 1/4 inch per 10 feet. The Contractor shall provide a satisfactory method of securing the stringline where vertical curves are constructed to maintain the proper grade. After the first lane of each lift is constructed, the joint matcher (short ski) shall be used on the previously laid lane. The free edge shall be controlled as specified herein before. The °? automatic transverse grade control device shall be used only when one paving lane on each side ;r of the high paint of the pavement is to be constructed. ple. One lane pavement or two `r Al gdf,F ii;;;ir lane crowned pavement. ; "'A 4 { On areas where irregularities or unavoidable obstacles make the use of mechanical z spreading and finishing equipment impractical, the mixture may be spread, and luted by hand tools. Rakes shall not be used except for transitions, ` 401-4.10 CoMRaction of Mixture: After spreading, the mixture shall be thoroughly and ` uniformly compacted with power rollers. Rolling of the mixture shall be discontinued if undue k displacement or cracking occurs. Rolling shall be initiated with the drive wheel toward the =J f paving machine. The sequence of rolling from the first paving lane should be to first roll the _ ;r r�i a lower edge(with reference to the transverse slope)of the lane and then roll the upper edge. The �RR..i by itil interior of the lane should then be rolled from the lower side toward the upper with overlapping roller paths. On adjoining paving lanes, rolling shall begin by overlapping the joint (with the previous lane) by 6 to 8 inches and then rolling the outside edge of the new lane. The interior ' � aye ,i is rolled from the outside edge toward the compacted joint with overlapping wheel paths. Alternate paths of the roller shall be of slightly different lengths. The rolling pattern may be z: t varied to obtain proper compaction at the discretion of the Engineer. The speed of the roller shall,at times,be sufficiently slow to avoid displacement of the hot mixture. The rollers shall not travel faster than the manufacturer's recommended speed and in yfr no case faster than 3 mph. Any displacement occurring as a result of reversing the direction of ” the roller, or from any other cause, shall be corrected at once by lutes and fresh material. The roller shall not be permitted to stand static on the hot material. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface is of uniform texture, true to grade and cross :aY section, and the required field density is obtained. To prevent adhesion of the mixture to the roller the wheels shall be kept properly moistened, excessive water will not be permitted. F.' In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. Any mixture which becomes loose and broken, mixed with dirt, or in anyway defective shall be removed and placed with fresh, hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. Bird baths less than 3/8.inch deep can be corrected with multiple layers of slurry seal. a 6-16 r y�p z.• �g`� '"�Yy n _��,}}E�f 5y�'t }.t6�,�j k{��,.�. tir� ,'�j+3`,c�i� tt;?Jr �• " i t:, Y�`y �g i• "s$ikkt)f�}f��,ti,}���}�,�'�13�ieC`+�£'+ r}'R�xSZ' f$;1" � •.r, ,.rsg r •{ ' f '.. t..n.,t� ,x i a .4 f rylk, .�} §,�,r. Sty. F 4k"N� s7k � .)' K i} '^°' r� r n n a" . " 0 E� 4 . 3 t' g'�r.. c : i tS7 mn,k, § f p F:cCfr:= �d +:; t'_` _ ut.,,rr.W..:.�,.ai.:.a,Suw�.a� ti1'OS1f r sRSr .ic :Li=•sz.i_,u�x z rr t 401-4.11 oints: The construction of all joints shall be made in such a manner as to ensures' a continuous bond between old and new sections of the course. All joints shall present the same r: texture, density, and smoothness as other sections of the course. ' <, ty The joints between old and new pavements, between successive day's work or joints that have become cold because of any delay shall be carefully made in such a manner as to insure _k a continuous bond between old and new sections of the course. IM contact surfaces of 3F,ry i previously constructed pavements that have become coated by dust,sand,or other objectionable material shall be cleaned by brushing or shall be cut back with an approved power saw, a§ 'Z directed. The faces of these joints shall be painted with a thin coat of tack coat unless the joint is to be heated. ' When necessary to form a transverse joint, it shall be made by means of placing a bulkhead " or by tapering the course, in which case the edge shat be cut back to its full depth and width ; tZV t on a straight line to expose a vertical face. When paving in that lane is continued,the joint shall ^ be heated with the paver screen until the material along the joint is soft. Overheating of the material shall not be permitted. The joint shall be rolled perpendicular to the paving lane with the roller overlapping the new material approximately one foot. Boards or other devices shall z.;.:=1t PP g PP YTpi.',. be placed on the edge or edges of the paving lane to prevent roll down of the edges. Longitudinal construction joints shall. be constructed so that the surface 9 one continuous .M. .'�;v.:;.. longitudinal an and will not and water. The l oint shall be horizontally with ' asphalt lute until the surface of the joint is slightly, higher than the remainder of the mat immediately after breakdown rolling operations have been completed. After this has been 4 , completed, rolling operations shall continue. The following alternate method of longitudinal joint construction shall be permitted ' provided acceptable results can be obtained. The preceding lane shall be rolled within 9 to 12 ,r•,;; }, inches of the free edge. When the next paverpent is laid, the first roller pass shall be 9 to 12 inches from the interior joint(the joint between the preceding lane and the new paving lane)the t` next roller pass shall be over the interior joint. After this operation has been completed,normal rolling operations shall continue. If•a good longitudinal construction joint cannot be obtained or the desired compaction g gi j ; reached, the joint shall be heated as specified hereinafter. This includes joints that existed prior f R4 to the new project or joints created from the previous day's production. The joints shall be .:''. heated just prior to placing the asphaltic concrete. Heating joints with an open flame will not be permitted. All joints of previously laid lanes shall be heated to a temperature of not less than r~t 1801F nor more than maximum allowable temperature of.the bituminous hot mix being placed. joints shall be heated until all the vertical face and 4 inches of the surface adjacent to the edge „ is softened to a depth equal. to the maximum diameter of the largest coarse aggregate used in the mixture. The number of converters required to heat the joint as specified herein shall be governed by the speed of placement. If necessary, the speed of the paver shall be.reduced until , s the joint reaches the required temperature. The infrared heater shall be turned off whenever the spreader stops longer than one minute. The heater shall be reignited 30 seconds before the , paving operation resumes. t 401-4.12 Shang Edges: While the surface is being compacted and finished,the Contractor shall carefully trim the outside edges of the pavement to the proper alignment. Edges so formed 6-17 12.+ ^7 y tti z Pr{1 i < ii`r i, rJ „ 5 .•J , ,� t ,. t z i ., 1 { f�,,5 '? ' tit r Y z t 5 i t r Si 4 t� 5 41Si qk ' J s �t7 1 1{;;;,:j!t �se i ♦:'it 4 Y 1 L� tt� =1 t ''F �, .T .Y t� s. � u „ �� 3i51�f .�tt�r �i) ws t��t �' .tet�ert r � .. r3 r�f � :!'t.•. 3 t '��YC.b. �.�j'`t '"'L�4''`. '.:C..``. ! : ...''6' t.l� S i .. t - ... ,� L��}��b� "'h�� �.t.6�41��y,�• e r7Rx"7i FNi•: tt'!�'Ee*. > n y'�+, s •� nta7 jttt 71f°s Pf".�;t '" y.,��d� iTdzF. ;'f5 4p ,z.. ,i• Xf '.x ,. �.' i..* 7:li, t7. +S?•�'Se i". �{'' A, t: r shall be beveled, while still hot, with the back of a rake or a smooth iron and thoroughly compacted by tampers or by other satisfactory methods. {J ' 401-4,13 Acceptance Sam lin and Testing for Bituminous 1ylixture com action . P g. (a) Bituminous Concrete Acceptance. Bituminous concrete will be accepted for density :y on a lot basis. .A lot will consist of the quantity indicated hereinafter and will be divided into r four equal sublots. One test shall be made for each sublot. t: (1) When the estimated tonnage laid per day is less than 500 tons, then one day's V production will be considered a lot. I X P laid a onna e (2) When the estimated t per da g Y �is gr eater than 500 and less than a 1,000, then two lots shall be tested each day. (3) If the estimated tonnage exceeds 1,000 tons per day then a lot shall be considered as 750 tons. �>r (4) If inclement weather, equipment breakdown, or other reasons causing operations to cease before a lot is completed occurs then the following conditions will apply: f� ' (i) If two or less sublots are completed, then these sublots shall be rr. included.in first lot of the next day's production. The next day's lot shall not exceed the quantity established for the standard lot. (ii) If three sublots are completed,then this quantity shall be considered a full lot. The three sublots shall be averaged and the maximum deviation computed from the data from these three sublots. (iii) If the major portions of the projects are completed where one day's production will not constitute a lot,then the remainder of the project shall be broken into equal lots not to exceed 500 tons. Again, these lots shall be divided into sublots and the sliding scale pay factors computed. ' Pavement density will be determined by taking, for each lot, the average density of four a ; laboratory-prepared specimens (one sample per sublot) from trucks delivering mixture to the site. The specimens will be compacted in accordance with MIL STD 620. Temperature of the mixture immediately prior to compaction shall be 250 degrees F± 5 degrees. The sample of mixture can be placed in an oven for not more than 30 minutes to maintain the heat,but it shall y not be reheated if it cools before use. Density samples shall not be taken in the pavement where the pavement thickness is less than 1-1/2 times the maximum aggregate size or core thickness is less than 1 inch. This applies only to wedge course and tapered transitions. Each lot of compacted pavement will be accepted,with respect to density,when the average field density is equal to or greater than 98% of the average density of the laboratory-prepared specimens, and when no individual determination deviates more than 1.8% from the average field density. Four field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the laboratory-prepared 6-18 • f 3_ � � �, '� tM rttY�� ..r{ �.:,rj r J+sw•. r �{ax,r >t Y�:':?i ,,)�x x.-.x '�.` q g ::n f{t 4c ,�u• vp �r., M }i.�Jti�� ♦'" �"-'..,� +� 't�iic�...t.�,�j��"t°�.r.'.,�', its� r��xr"'t��t� '�jttr ssy 1. .�,:::: �x � cr, t "�'y. f specimens and the cored samples will be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. 5- Where the first lift of asphaltic concrete is to be placed directly on the subgrade,the average minimum compaction requirement shall be reduced to 96% of laboratory density. The remaining lifts shall be compacted to the requirements set forth herein before. ?' Location of cores samples within a lot's placement area shall be chosen on a random basis in accordance with procedures contained in Appendix C of the Asphalt Institute's Specification ; Series No. 1 (SS-1),Fifth Edition except o e density sample shall be taken across a longitudinal construction joint. The sample located nearest a construction joint in one sublot shall be moved ; h over the joint. The samples shall be taken in accordance with paragraph 401-4.15. " z The SSPF shall be applied to unit prices where the material does not meet ;t " the density requirements as specified herein before. Table 9 and 11 show the reduction factors . for the payment reduction. The Resident Engineer shall plot each lot and sublot on a plan view of the area. The t location of each density test, number of tons in each lot, the test results of each test, the date f,.. x` placed, and percentage paid for each.lot shall be noted. The Contractor's representative shall initial each lot immediately after the pay factor has been determined. If the Contractor desires ?t' to reroll a lot or a sublot to improve the density, then all tests in the lot or the sublot shall be ' discarded and the tests be re-accomplished after the area has beer' reworked. If the whole lot .;r is not rerolled, then only the tests in the reworked sublots shall be re-accomplished and re- evaluated with the original tests in the sublots that were not reworked for determination of the r = ' pay factor. Retesting not be permitted without the lot or sublot being reworked unless there 0 is a definite indication that the density sample is defective. Rolling shall be stopped if crushing F; r, of the aggregate or deterioration of the pavement is noted. If the required compaction is not obtained, the SSPF will be applied. r�".. Table 9 r Sliding Scale Pay Factors Where 98% Density is Required for 100% Payment Average Percent Density' Recommended Percent Payment 98.0 or greater 100% 97.0 -97.9 98% i 95.9 - 97.0 90% ' 95.0 -95.9 75% Less than 95.0 . Rejece ?' 1 For 4 samples (3 samples as permitted in paragraph 401-4.12(4)(b) s If the sponsor agrees to accept densities of less than 95%, the SSPF for density shall be 50%. SO .X ' 6-19 t: �'•i y;�'=y,', r }.:j3:�"'.t'Y.`..a •Itj�'t�j�i.tS`a s3.t t�tJ�.t r'�'ZS•� �iri� x`r-:l sti2 tt . 3 t � ii r1.4 ��t��i'��4 �,} &i§tk ��Y`�tf '1.7 k• t" '3 � {�:'ft l�z�.�zj��r Yi��:IT�S ��y�f�y r.ALA r•r 3 � 4. `Lrx r � .t �t J}1Mf` C '' Y{t i'}E fi^4�r� zJ�4 {�Y �r�x,'.��{3�}`�".. C}�siYfyrze}+ii' (d 1''i``r 'rrt �} 1 �,'fie twt''=�,—w .��}. 's.rsr r rlt rM1 y}A�xAtts� .•ril}t�2{i gy'4 r; h. •�t"'?,�tt"'�t I�[k ���` {(�,i�r; � °.x 3r t�.xc C r4� .til t1' '� ctrl'{��ts f rr�� ih j Y�C rfr't"4`�"ryf4b� '� LL'.,, .�•' { �3 eC H ✓i2 t G } .t Y'),5 �•kv � }l..1� tr �' • � i�. rq irt��ri• t .. i s .x +, s r i x rrX 7 sr b r � Z �a b � r t .x. ,L^`'a t r t t a s�•�4 x � "�r�'�4 t t�2,�i a ti;,'!n`,•-".. ,'�' p D'i'll"R11•A^S P M ,y[. .3 � Ax �y,, g�. �x s1A 'tr 1t {1`i,�A 'K. i 4. 'i<h j .Ri�,•,t {:�� . z • t ,fp,�, "t� �, 3a 11 MON IN & Ale, Table 11 Sliding Scale For Deviation From Average Density Maximum Deviation for Average Percent Density' Recommended Percent Payment 0.0 - 1.8 100% 1.9 - 2.3 98% 2.4 - 2.7 95% CQ16", 2.8 --3.1 90% �pt:�A, 3.2 RejecP For 4 samples. [3 samples as permitted in paragraph 401-4.13(4)(b)] This value is obtained by subtracting the lowest and highest percent density from the average percent density and using the largest value. deviation from the average percent density is equal to-or greater than 3.2%, it if the will be the Engineer's option to accept at 90% payment with regard to deviation or P reject the lot. The final pay factor for the pay item shall be the product of the SSPF from Table 9 and Table 11. The product of the final pay factor and the unit bid price in the bidding schedule shall constitute the unit pay price for each full lot. Price reduction shall not be made for sublots. 401-4.14 Surface Tests: Tests for conformity with the specified crown and grade shall be made by the Contractor and the resident engineer immediately after initial compaction. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The Contractor shall provide a 16-foot straightedge on the job at all times. After completion of final rolling,the smoothness of the course shall again be tested;humps or depressions exceeding the specified tolerances shall be immediately corrected. The finished surface shall not vary more than 1/4 inch for the surface course then tested with a 16-foot straightedge applied at right angles to the centerline. The finished surface of bituminous courses shall not vary from the gradeline, elevations,and cross section shown on the contract drawings, by more than 1/2 inch(12.70 mm). The Engineer shall record the approximate location and the' variance from grade for each location tested. Ibis information shall be submitted with the summary of test reports at the completion of the project. 'ontractor shall ftumish a 25' wheel base (a) Pavement Surface Smoothness. The C. California type profilograph and competent operator to measure pavement surface deviations. The profflograph shall be operated in accordance with the manufacturers instructions�and at a speed no greater than a normal walk. Original profilogrants for the appropriate locations interpreted in accordance with Califon-tia test method 526 shall be furnished to the Engineer, I Milk The profilograms shall be recorded on a scale of one inch equal to 25 feet longitudinally and one ' inch equal to one Inch or full scale vertically. Profflographs shall be calibrated prior to testing. 6-20 Osd yn n.' �• i �,�i+fir 1�j' y f'U tP,i 1 tItT " e r. _—r..—��g4S n r--�-.7.,.—.. �r,fir t;. , � . il" ?, }-^,Yl. � �a �. I�.•rx `Kewy.�a' ,,r,. y'�niYt J QS G'7.F'I�1 t{ +.� .t:Yt• � ., 4}VJ'4 5 .-'•�` dly ;��'� '���:4� �� 3��: S � .it 1 ., �'§} 's � a t zs: t t ! tt��,ct:="v+i a�•�++•'- t�id:�t <. •lpt�. 3' i',i �lts w ,, �c '. r y�, � r". r 3 � •Y"., t � � ;���^�!r'�'�.�,��,"3t�'o-�t�x"Iskl 1 t � t 5.i�E'��� 1 t '`>•+ .1 i; t t r �' , xt y n.cl,.,txti}!t y�. �t:� �.• , =r` '�� � '"� a r f'Yi'.'1 4 't-.-,••. a •'1t} s 3: t r i.r t t > t r 'a 3 i y pg .,.v.•t t_;G , .>r:.sst... ...wre.:�:."'..a',:+.�' S.a f,•'��i t The surface of Runway and Taxiway pavements of continuous placement of 50 feet or more shall be tested and evaluated as described herein. One pass along the centerline shall be required for each paving lane. Runs shall be continuous through a days production. Each trace shall be completely labeled to show paving lane and stationing. y` The Contractor shall furnish paving equipment and employ methods that produce a riding x:r surface for each section of pavement having an average profile index meeting the requirements of Table 12. A typical sections will be considered to be 1/10 of a mile long. The profile index t will be determined in accordance with California Test Method 526. Within each 1/10 mile 7=` section, all areas represented by high points having a deviation in excess of 0.4 inch in 25 feet F or less shall be removed by the contractor using an approved method. Deviations in excess of 0.4 inch, will be determined in accordance with California test method 528. After removing all individ>Yal deviations in excess of 0.4 inch additional corrective work shall be erformed if r P necessary to achieve the required ride quality. All corrective work shall be completed prior to `' - determination of pavement thickness. `yN On those pavement sections where corrections were necessary,second profilograph runs will .� be performed to verify that the corrections have produced an average profile index of 15 inches x •• per mile or less. If the initial average profile index was less than 15, only those areas § ; s•. representing greater than 0.4 inch deviation will be re-profiled for correction verification. 1 When the average profile index does not exceed 7 inches per mile, payment will be made for that section at the contract unit price for the completed pavement. When the average profile , index exceeds 7 inches per mile,but does not exceed fifteen inches per mile, the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index. Individual sections shorter than 50 feet and the last 15 feet of any section where the 'r p : contractor is not responsible for the adjoining section,shall be strai hted ed in accordance with P j g g g Section 401-4.14. If there is a section of 250 feet or less, the profilogram for that section shall be included in the evaluation of the previous section. If there is an independently placed section of 50 to 250 t.;• " feet in length, a profilogram shall be made for that section and the pay adjustment factors for short section of Table 12 shall apply. ,'•{,:`:is 4 Contract unit rice adjustments for pavement smoothness will be made in accordance with ^� P l� P Table 12. nCJyy cY':K ui ,Y ti�,1 r + F t 6-21 `a thr xy<rirs} `�r, 4r•t " .$'t � i? 'Y t t 1 ( i �: t t i 9 t; s 1.a'��Y;< ! q'+' .; }^r4Da'�yl. ,�y err < t } }.A } r s: t t s '_r .✓` t j a �lj���Ti7'��`+�'d' ,yy �•,{y � ,t�'�1�}Y�S, {y!s l f }(J�i. t i a}t �1 r � ";tr �� r:.�7 ! ��� 4 Siffµ ��t�'tI}t.�ff{��fyyts�J' f yi�•r. 1." "tro2+a•t�i� e;'#cL ,+ s 4'r, t f ,r nt i ti .�s e �w�•Z� ""'n`t�.."{jY.� .t �{yrti r64y:;3 '�6+1r?'t E�, 7'ty '.r`rt .} a f ! r t .s, t t .72 n., t .'i. ]s j �'y #kfi�:f� ��'•''i,: sf�t.1311``,�F'. •/ � t J.L + I G ... .. �;. ,Mira•' .4.. 79'x91 ,4. 2131 5 , } r i ! w y.r !; {�4^t,' l.7 ", Sr ` t, 'z s,t ��c s �?.:!n 3 F iL,: ,rry if y ..?9M,.! '� ! .�.✓ ' `'p 7l ��: > ,k .Yr '�'• 'Yry $' }, r � 'K t 4Y F s r �c� ,r{4 ir5� �' [I,� � I I'I :+fit '�.,��.$�.+.' � �}�vs'k;° a8�}}• �sC'[�,�cY+;j,�t�tr:ptEtt i:t`;'�I�n�+�t t i.}x r"� t�� r;'r} r r t'� 2! Y' 4��5' t �� �� }; Table 12 Average Profile Index (Inches per mile per 1/10 mile) .: t Contract Unit Price Adjustments �. Over 30,000 lb 30,000 lb or less Short Sections . r 0.00 - 7 0.0 - 10 0 - 15 100%. 7.1 - 9 1(x.1 - 11 15.1 - 16 98% "3 �� Via• :�'�. ' 9.1 - 11 11.1 - 12 16.1 - 17 96% A, 11.1 13 i 12.1 - 13 17.1 - 18 94% . 131 - 14 13.1 - 14 18.1 - 20 14.1 - 15 14.1 - 15 20.1 - 22 90% t 15.1 & up 15.1 & up 22.1 & up Corrective work required Unit bid rice adjustment will apply to total bituminous mixture and asphalt cement .: ;. P Ns PP Y , quantities within the 1/10 mile segment of pavement. Deductions will be applied to recorded w. .. v project quantities. Any pavement section less than 1/10 mile will be accepted on a pro-rated basis. I y ` ' necessary P P gr P g appropriate �. � All cost necess to provide the rofilo a h and related to furnishing the r#' profilograms as required in this provision are incidental to pavement construction and no direct r:a t compensation will be made therefore. MY Material used in building the pavement above the specified grade shall not be included in `. the quantities for payment. The Contractor shall correct pavement areas not meeting these tolerances in excess of this amount by removing and replacing the defective work. If the .l.r Contractor elects to construct an overlay to correct the deficiencies, the minimum thickness of the overlay shall not be less than twice the size of maximum size aggregate. The corrective overlay shall not violate grade criteria and butt joints shall be constructed by sawing and removing the original pavement so that the thickness/maximum aggregate size ratio is complied . with. Skin patching shall not be permitted,however, slurry seal may used in accordance with paragraph 401-10. r f.: 401-4.15 Sampling Pavement: Samples for determination of thickness and density of completed pavements shall be obtained by the Contractor at no extra cost. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. The Contractor shall furnish all tools, laborand material for cutting samples and replacing Nvement. If the Contractor and the Resident Engineer agree,nuclear density machines for determining the density may be used in lieu of cores, provided the following conditions are met: 6-22 'k ?r -is :f �y���.`�'1'� ''•' E.: ,' y .n .5. z;'F,jt nt Arl`t.,. ,s x t ;r �'�./!.,, '�L" ( F c ct S r• +Vr JTTVv✓ ` n r ! '^� �, ��' its J C"'�'• !, (a), Calibration of Nuclear Density Machines. The nuclear density machine shall be calibrated as follows: Three density samples shall be taken in each of four different locations and tested by the conventional specified methods. In conjunction with tests, densities shall be determined by the nuclear density machine in the exact same location. (b) Calibration Procedures. The calibration of the nuclear density machine shall be made . as follows: N = Number of locations di = Nuclear density - Core density d = Bd= Correction factor N ESD = Estimated standard deviation 1 PCF Nuclear = Nuclear average of three one-minute readings per test location PCF Cores = Core density average of three different cores E (in formulas) = Sum of Example: Location No. Nuclear Cores di di-d (di-d 2 11 133.3 136.0 -2.7 -0.6 0.36 . 2 135.0 136.7 -1.7 +0.4 0.16 3 133.8 136.0 -22 -0.1 0.09 4 135.5 136.3 -1.8 0.3 0.09 Edi = -8.4 E(di-d)2= 0.62 Correction Factor — Edi — -8.4 = -2.1 N 4 If the correction factor is negative,add the corrective factor to the nuclear density. If the correction factor is positive, subtract the correction factor from the nuclear density. Estimated Standard Deviation = E di-d = 0ifi = 0.45 N-1 39, 6-23 EI ..; • �� r ;..a.,�. "++55 ,,,y,a.ya 1 ��' z,c ,.F Y �k .. �,�eA,�k. ;i >•'. id. -_ .�.' - .. ..._ -! a..._.. '�4 �c�-e _�Y.. .y-t_ -.,.... d...,..('°':tf._�.. �.a.+e".Y.:.lNm111 L 7C77 � ��✓� 'tJ'' � � � ' 1 1 !. ;t t r ' *fip�"t� J . 1J {r' '.r Y !a �'`�iJ IS•a t 7'3 y E t i r The estimated standard deviation shall be less than 1.0. Otherwise, the machine should ..,, be corrected or conventional methods shall be used. After the meter has been calibrated, one et4 test shall be made each day in the exact location of a nuclear test. If the difference between the :." nuclear test and the conventional test vary more than the allowable standard deviation (1.0),the machine shall be re-calibrated or the conventional methods shall be used. . ::�. . wf�� The frequency of nuclear test takes shall be the number indicated in the applicable paragraph of the specification for cores. The location of the acceptance tests shall be determined } by the random number method. The acceptance test locations shall not be determined until the t Contractor has completed his final compaction efforts. The locations of the tests shall be w determined by the same procedure as the core samples are located. . requirements specified The initial test necessary to determine conformance with re 'FF hereinbefore will be performed without cost to the Contractor. Retesting as a result of the Mfr= a lot/sublot being reworked shall be charged to the Contractor in accordance with Paragraph 60-02 ; of the General Provisions. t• ' ' ,? 401-5.0 MEASUREMENT OF QUANTITIES a ,^ O cn}s_ <tr xtr . 401-5.1 Bituminous Surface Course: The bituminous surface course shall be measured by the number of tons (kg) of bituminous mixture used in the accepted work less the tonnage of •. ,:, . asphalt cement in the mixture. Recorded batch weights or truck scale weights will be used to ;' fx determine the basis for 'the tonnage. Tonnage of asphalt cement will be determined as specified in paragraph 4.01 -5.2. X, *J 401-5.2 Asnh� alt Cement: The asphalt cement shall be the number of tons, to the nearest =:t� r', w; 0.1 ton,used in the accepted mix. The tons of asphalt cement shall be c6mputed by multiplying y * the tons of mix in each lot b the percent of as halt in the mix for the applicable lot. The percentage of asphalt will be determined by the result of extraction tests for each lot. 401-6.0 PAYMENT 401-6.1 General: Payment for bituminous surface course and asphalt cement shall be made at the contract unit price per ton measured as specified hereinbefore. The price shall be full compensation for furnishing all materials, for all preparation, mixing,and placing of these materials and for all labor,equipment,tools,and incidentals necessary to complete the item. The SSPF for densi rse and the asphalt cement. ty shall apply to both the bituminous surface cou Payment will be made under: Asphalt Cement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . per ton + Bituminous Surface Course . . . . . . . . . . . . . . . . . . . . . . . . . . . . per ton :b S, 401-7.0 TESTING AND MATERIAL REQUIREMENTS AASHTO M 226 Viscosity Graded Asphalt Cement. AASHTO T 30 Mechanical Analysis of Extracted Aggregate. AASHTO T 189 Scratch Hardness of Coarse Aggregate Particles ` ASTM C 29 Unit Weight of Aggregate. 6-24 yet; .�,• � �,t �w.t��,<<t:�_..; ,,. ,_ 4 ri N' lo" ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. ASTM C 117 Materials Finer than 75um (No. 200) Sieve in Mineral Aggregates by Washing. ASTM C 127 Specific Gravity and Absorption of-Coarse Aggregate. ASTM C 128 Specific Gravity and Absorption of Fine Aggregate. ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of ' the Los Angeles Machine. r i ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates. ` ASTM C 183 Sampling and the Amount of Testing of Hydraulic Cement. ASTM D 75 Practice for Sampling Aggregates. ASTM D 242 Mineral Filler for Bituminous Paving Mixtures. -� i� d ASTM D946 Penetration-Graded Asphalt Cement for Use in Pavement Construction. ASTM D 1188 Bulls Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens. ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. ASTM D 2726 Bulls Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface-Dry Specimens. t ASTM D 3381 Viscosity-Graded Asphalt Cement for Use in Pavement Construction. ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils. MIL. STD. 620-103 Properties of Bituminous Mixtures in Which More than 10 Percent of Aggregate Exceeds 1-in Maximum Size. CALIFORNIA TEST METHOD 526 & 528 E MIL. STD. 620-104 Measurement of Reduction in Marshall Stability of Bituminous Pavements Caused by Immersion in Water. MIL. STD. 620-105 Determination of Bulk-Impregnated Specific Gravity of Aggregate Proposed for Use in Bituminous Paving Mixes. STD.. 620-108 Determining Degree of Stripping t g Sr PP g of Aggregates. 6-25 r x t ..t.. '77 izs1t19i .t '. '4w•ttj�a.,�hAvb.n•-n2 �{'" f3cf. 'C`y... + +'Aiit.?� ',v4t.rt3.tl''�.��'-tx'ixv '+°� 1 T} 7 INV. .'•7 t °3 ': '�yF;r i t7:, i q �il S f�.rrt.,^+k�}{1 t �`{i 1.n y•'!x x eL t.rs s" t`0j; `Y. d x. �*"' n ''S t�� { $ rr��!;qq���'''`,,a�4.R�•<.aY.�t',k���,}} t �}�� 11 s�4 e�`�tS.t 1• v?�1�5 Y�:J.tYb•..�9nbS➢A�i�l4'*'.i1�.1d�3 Alt` SECTION 7 F;., ITEM P-603 hT BITUMINOUS TACK COAT f•.:d 603-1. DESCRIPTION. This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. The tack•coat shall be applied only to t .u4t areas directed by the Engineer. 603-2. MATERIALS. 603-2.1 Bituminous Materials. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, ,k controlling specification,and application temperature of bituminous material to be used shall be Y specified by the Engineer. ; Table 1 ' Bituminous Material Application Temperature Type and Grade Specification j. - :< Deg. F Deg. C Emulsified Asphalt. SS-1,SS-1h ASTM D 977 75 - 130 25 - 55 CSS-1, CSS-1h ASTM D 2397 75 - 130 25 - 55 } Cutback Asphalt RC-70 ASTM D 2028 120 - 160 50 - 70 ` RTCB 5, RTCB-6 AASHTO M 52 60 - 120 15-50 .r 603-3.1 Weather Limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 F (151 Q. The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying f. �P g • the bituminous material. The distributor shall be designed,equipped,maintained,and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor 4 ' 7-1 .'r 2�Nj+�,. t�,',� t �Y�fi,7 IF� e } �'j;�^.:�,.rt��L tM1���, tqf js t�;�^• •�� Tt �y'1.3t� tr�'��s�`n SfSf{,t��,i�l•>y,?�„}i'S;��•f °+�r t.#c.F u , p{u2ye�!j rgval{��p��e �4t`y ay�L`r,•,rr�i tit�•%aW ��it a j t •�,. � ���� 4} �r'3�y.aJ��t1°!� ��nf l�} ��""'�� ��t t ��r,`N” a °+ �� y �., ..av?,P a �!�":�Y'. � Y•Y,c'M1''!}4��rj�,y��t�h'�{"r�`x.'i�j�.euL b'��� 7''J7,`h�{ �e �' d. 5n �. �• .�t 'fir^j�j'�k� ,a� =z.�. ,c+(F�tily`•1F,'&!r�3� Ff���'s�1}�.��r,�x �f� rti�! '"'l r�r' �t< ��,1�"���,� �`���t� 4.a ({t'�'�,;�� ?S� ..ar i�� }.'`t. ., _ rrs.,�.___..� . .. �. kk 4_., ._ _ .. .. •"s'=.. . Y':8.• ,. •!�' �..._ L:F.r._ a.....m _e .__..... t .. ....- r j t`�3�'��? � � ' ,�a,• �11 5 S f?A11h sf ' � jk'£ �e�l.��„}A�;�Lr.t 4hr Y 5.. !t q..X73�,t+7+=�}I� Y 5�c<Qw a` s.a"Y;+ '1 � ..��e�xr"`�S^Y�' 'xs-�3� ;+ �+ •� t . r..�,.y} cwt .4. s ,'q.; ! .,: xa,rr ia,'+. �� ,_, �.�� {r• "c'� '$.�y+£sr��'�j,{ t b�'"x�z ��-�:.°�b,.euo7a;'" •' ,. ,r equipment shall include a tachometer,pressure gages,volume-measuring devices or a calibrated shall be tank, and a thermometer for measuring temperatures ow nit for the pump and full circulation pray self-powered and shall be equipped with p bars adjustable laterally and vertically. A power broom and/or blower shall.be provided for any required cleaning of the surface c� to be treated. , 603-3.3 AEplication of Bituminous Material. Immediately before applying the tack coat, ; k; the full width of surface to be treated shall be swept with a�power broom and/or airblast to {� remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. rc` The bituminous material including vehicle or solvent shall be uniformly applied with a 1f.- i`,, bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous ` material and application rate shall be approved by the Engineer prior to application. - If the distributor is not equipped with an operable quick shut off valve, the tack y� operations shall be started and stopped on building paper. The contractor shall remove blotting sand prior to asphalt concrete laydown operations at his expense. {t Following the application, the surface shall be allowed to cure without being disturbed : for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 Bituminous Material - Contractor's Resyonsibilit . Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source an;;Ls character,must be submitted and approved before use of such material begins. The Contractor `.,. shall require the manufacturer or producer of the bituminous material to furnish material subject 'tf Yr' to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. ' The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent,of bituminous material shipped to the project. The tests reports shall contain all the data required by the applicable specification. If the contractor applies the material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the contractor's expense. The report Shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to +: verification by testing samples of material received for use on the project. r,r 603-3.5 Freight and Weigh Bills. Before the final estimate is allowed,the Contractor shall file with the Engineer receipted bills when railroad shipments are made,and certified weigh bills 7-2 s r.�• � Gar f3�'-�e r ro ,'u2f l li r'yy' s1' a�":�' .$, r' tyq+„�tt^5 �;q+1�"`}+�x� •,t^C#'ti'� .f� 4Y. }, utj^i-c� }u`y7LJ �,�1. yy,,1t�'L.•#.�i� •,.; . C Y 4'}tF r•.. t ��5�, {} 4y� s� t t ����^^';�)�n,. ,� a.•�f �za J E`f1 �'h�yF�+ r„+� � t �`tj9� ,r ri a hi*4rP, . ,(yyY <�''i}v�v'Y•� p f,3 'y �� \`;`{'s '`iY t'i rt"T y,flry��„�y��".u.++� f`;?r . ...._ . ..... ... Y.iti'.;?S.w. ,n s ,� �< y!S t &p�::5,w, ! r Y3 1 yv v•6 p r; §d .h y! '! Jd � �'`•� }. r{r \ � p. y. Y. y.4'�J.xt�`�, trs .::.ti. +9 R t � •i, y •Y o"A M1` when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer,nor shall the car or tank be released until the final outage has been F4Y, taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work 603-4. METHOD OF MEASUREMENT, 6034.1 The bituminous material for tack coat shall be measured by the gallon. Volume ' . shall be corrected to the volume at 60° F (151 Q in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table N-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. ;i 603-5. BASIS OF PAYMENT. 603.5-1 Payment shall be made at the contract unit price per gallon of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery,and application of these materials, and for all labor, equipment,tools,and incidentals necessary to complete the item. Payment will be made under: Bituminous Tack Coat--per gallon. J MATERIAL REQUIREMENTS " ASTM D 633 Volume Correction Table for Road Tar ` ASTM D 977 Emulsified Asphalt 4 x:• ASTM D 1250 Petroleum Measurement Tables x ASTM D 2028 Liquid Asphalt (Rapid-Curing Type) ASTM D 2397 Cationic Emulsified Asphalt i .. AASRTO M 52 Tar for Use in Road Construction f Asphalt Institute Temperature-Volume Corrections for Emulsified Manual MS-6 Asphalts Table IV-3 _N F 7-3 5 y • A i .n J. t ,.L.,•n. •."- � " _ � ._.. � !� r.: _ .•y'_ Jtr. .. :t�{[,;:. .. •r�'p l�p''Lw.!1. ._t• ._._._....._... __a_ _ ., �.r�.. ... r ti��;k'��`�r�yi ��r.,p={�`�{�n:�'�3M�4rrrra� �`��r ¢}r';•�?`'M�x�.�wxtd�.a�`�4�u�'��"rYJ�'''��F+':.�s`yk14c.,�. a�"'r'_' r., } SECTION 8 �L ITEM P-620 RUNWAY AND TAXIWAY PAIN'T'ING r �4 620-1. DESCRIPTION. This item consists of the painting of numbers, markings and stripes on the surface of runways, taxiways, aprons, and roads, applied in accordance with these Specifications and at the locations shown on the plans` or as directed by the Engineer. 620-2, MATERIALS.. 620-2.1 Paint. Paint shall meet the requirements of Federal Specification 7T-P-1952 for bituminous pavements, or Federal Specification TT-P-85 for concrete pavements. Runway markings shall be white; apron and taxiway markings shall be yellow. Where black outline markings are used, paint shall meet the requirements of Federal Specification TT-P-110. No reflective media shall be used. •S.T, w 620-3. CONSTRUCTION METHODS, 0 620-3.1 Weather Limitations. The painting shall be performed only when the -., surface is dry, when the surface temperature is above 50° F and below 100° F, and when the weather is not foggy or windy. Markings will not be applied when the pavement temperature s is greater than 120 degrees F. 620-3.2 Equipment.All equipment for the work shall be approved by the Engineer. ' and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply;markings of uniform cross sections and clear-cut edges without running or spattering. J Brushes or rollers shall not be used to apply the markings. ' 620-3.3 Preparation of Surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be 1 a� cleaned by sweeping and blowing or by other methods as required to remove all dirt,laitance, and loose materials. Paint shall not be applied'to Portland cement concrete pavement until the concrete m' the areas to be painted is cleaned of curing material. Sandblasting or high pressure water shall be used to remove curing material from concrete surfaces. 8-1 I 5 a r n K r t +, f. a .° (Fta"£ .r° at A!ca. �. T' !'7•, y' i', f r i a�i } ' .9Y'S �ii"..A.y ' %y, xs P• � �� a� 4a; . i r'T .f rS 5's2 } in .• t . 1 i".} 11.. p�rryr- � I �,* ,�f4'r3'� Gy? �.83t� 4h <J,:, j '� f4J'.a Y 7.f lr} .1l r.=3 �kfiti t .� a,i�'>,�tFt b�� �' i•. x.r.k F�,ha + �, x =.r= _ ,4��-}i�l'f 620-3.4 Layout of Markings. On those sections of pavement where no previously ::- applied markings are available to serve as a guide, the proposed markings shall be laid out in < � advance of the paint application. 620-3.5 Application, Markings shall be applied at the locations and to the dimensions and spacing shown on the Plans. Paint shall not be applied until the layout and conditions of the surface have been approved by the Engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied , to the pavement with a marking machine in two coats to provide a total rate of 90 to 110 square : f,JR feet per gallon. The addition of thinner will not be permitted. A period of 48 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. ' The edges of the marking shall. not vary from a straight line more than 1/2-inch in 50 feet, and the dimensions shall be within a tolerance of plus or minus 5 percent (5%). The Contractor shall furnish certified test reports for the material shipped to the project. ° The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify e the Engineer upon arrival of a shipment of paint to the job site. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. The Contractor ' .tiff ` shall furnish the Engineer with one cart samples of paint each day that marking 1s applied. } q P P Y g Pp 620-3.6 Protection. After application of the paint, all markings shall be protected a from damage until the paint is dry.All surfaces shall be protected from disfiguration by spatter, f >~ splashes, spillage, or drippings of paint. 6204. METHOD OF MEASUREMENT. V. � 620-4.1 Pavement marling will be measured by the number of square feet of markings, � complete in place, performed in accordance with these Specifications and accepted by the .;_ Engineer. '• -p` 620-5. BASIS OF PAYMENT. t. 1 620-5.1 Payment for pavement marling will be made at the Contract unit price per square foot. This payment will be full compensation for furnishing all materials and for all labor, ti equipment, tools, and incidentals necessary to complete the item. j Payment will be made under. : . Pavement Marking— per square foot 620-6. MATERIAL REQUIREMENTS. Fed.Spec. TT-P-85 Paint, Traffic, and Airfield Markings,Solvent Base Fed.Spec. TT-P-1952 Paint,Traffic and Airfield Marking,Water Emulsion Base 7 8-2 F t' 'y�,k.�. � ��'�� t 17 !�� r YY� ,+�i y''x LL'S,y�,C s,{t ttti�'� z f.�r���`'z�✓','�S �SY' �y�isrl',.�b 4t •:d x .� ';,t J=! t..)��$t,. 1�.ry '° j,� "t"�Y 'ks S?s b i�V tT'!t'��J l"!� � t } � :YF fS�'�{, ..1 '?r .'� ��t(4 h7.+r''t =. t;. i rjZ � .E'.x,. t. ,. • a "t'!4 +fit .K ri i`pl� �+ T�'�FRXdXXfi �"�'j ��p:'�: 'tr.�d ,.���, ,.;�'��•+i�''P4f."d3E'"a�1}`;;x�'��,�R�`••�nA'N�fl�, ,��,'��1; :?F-i9t+L"�: st.27�h."A..vy� =-rIL{.r'v:�s.,ps 3y an a a rP }En; 4Y}�y`ii r Y^. r*a�'•.��l �ft �Z f �y l..r 1 y1 z ?f P., gytk`d T'4�}i ZL} rtf} 4 t�. �.:N} `t�. �J }aj� / � X b+ f{ 1 ti..• 1 f ��4 , � t r' ',i•4 rt. 4r tS ty'� ,!`;. ,+rrby^}af ctE'rS ' "'i.. ;-?F,'.. r ,t 'y y '.+, # :•s ft:� } .�s.'t.r .E � 'tti t �.� ±ta,•r � .,.N,I• �`,� �i:.}i * z .<;� 5�^` �4,.ti',�} ;�5i=:"+i}s�� a Cni, rd f V�% t q . s '{ �,t .��rt I'.'.. ,.} t y; ,L,.-�.S �: .,� .�.,,. ,�e=e.9f L ,J 'v,;` �`� +f'c=k..,5't ,�' d t`r `'l'+rt.i,L ••r; <`�a r$r, ;x.�I ::�,;:k,:+.�t. = •:�►ir•}iw r�h�I.1�15�WfiliA}i+li�a'�r iwRar'Y`-r.`«=,:r',�k. ,, ... Pik. a �v' .! � r *.�.:�"�`� �f� trJ��1r Js" �'S r �'>N t)ry qr.. }i{ (# qi t Y } } .. ,� N.; .t�x�• p i �c"'V 1° ���,}a g'tp ��t �t�; � fM.k ,''Yr. ��•� .r�..a 4 .:7.Y t t�s c"",�:••t r t �: 1 r } .�-.5 .'�.� th r ' �, 5',;��'• i. ?..'�}c.3rd � ,,�,. z.Sn.a-s2�. .`..ZU' f �'i 1r of 34',1,o;Y nt".. f ,,�5.',r.t4"w._S�f '.�'.ett��.fa'.4K1.�9 .'L•�.rf w�J' SECTION 9 r ITEM P-625 COAL-TAIL PITCH EMULSION SEAL COAT 625-1. DESCRIPTION. Ti t, 625-1.1 This item shall consist of an application of a rubbetized coal-tar emulsion seal y ;,. • ; ;; coat, with mineral aggregate and with the use of a latex rubber applied on an existing, f tk previously prepared bituminous surface, in accordance with these specificatiofs for the area shown on the plans or as designated by the Engineer. The material is intended for use as a fuel resistant sealer. 625-2. MATERIALS. , k 'n 625-2.1 Aggr e ate• The aggregate shall be an angular crushed slag aggregate and shall be ,� ;l•, composed of clean, hard, durable, uncoated particles, free from lumps of clay and all organic ;# matter. The aggregate shall meet the gradation in Table 1, when tested in accordance with . Y ASTM C 136. The Contractor shall provide test results showing that the aggregate meets these specifications. ;r Table 1 ,k Gradation of Aggregates Sieve Size Percentage By Weight Passing 4. Sieves is rix No. 8 (2.36 mm) 100 No. 16 (1.18 mm) 97100 No. 20 (0.85 mm) 85-100 No. 30 (0.60 mm) 15-85 No. 40 (0.40 mm) 2-15 No. 50 (0.30 mm) - No. 100 (0.15 mm) 0-2 The gradation shown in Table 1 may be varied to conform with the recommendations of the latex supplier. t 625-2.2 Bituminous Materials. The bituminous material shall be a coal-tar pitch emulsion prepared from a high temperature, coal-tar pitch conforming to the requirements of ASTM D 490, grade 13/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal-tar pitch emulsion shall conform to all requirements of Federal Specification R- P-355 except that the water content shall not exceed 50 percent. 625-2.3 Water. The water used in mixing shall be potable and free from harmful soluble 'r salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 ` 9-1 Addendum Q. 3-22-93 ' � f� � ,t F ,•-1"�7� tt�a�x-yr c "" r + �+} f^ � lS. s, �+ 7 :t` .if��`�t "'�t�7 •� yy�=rf",t,{s FrF t' y1+Y{ { r Y'N•wY t t#' rY } `k t� i1°j;N Y; °YfYirt +i( `�S„ 4r • ``. kSxh' 4 t�'�` '•f+ n +dt1 � rrPl; 7:D'i{�^ nc*!; t � � mg, 3 �`S, ' �`,. "tea C �'r. rh,S;�p1'�1'{wjt 2y 'C S4. r '-�` is* r :( ; l° �' TiC tfCs'4•.72.;.� ft '�"� s,:lt"• Y �f'C}#u,E ^� t,�.o stir'+ , .rf.a.m - {' .k ���roi4� �`. .. � .� .rw_- �� v z+P+1 '' pro'>li `w'.i'i'z•+;bi �,Myy�� t} __ _ _�_ _ • � — -1►._...�—_..`..�.�___.L� .�� _.�-__ __L —___� ... _.. ._ c �.L�w_ �,.YAtl0i1SIAMY ..... .:�n£�.. degrees Q. The Ph of the water added during mixing shall conform to the requirements of the coal tar emulsion manufacturer. 625-2.4 Latex Rubber-. The rubber shall be a copolymer latex containing 51-70 parts butadiene and 30-49 parts acrylonitrile or styrene. Vie average particle size shall be between 300 and ;�r A I'U 1500 angstroms and the rubber shall be compatible with the coal-tar pitch emulsion used by the Contractor. The rubber must mix homogeneously with the coal-tar emulsion, water, and sand in the proportions specified to produce a mixture that will adequately suspend the sand. 7! 625-3. COMPOSMON AND APPLICATION. 625-3.1 Composition. The rubberized coal-tar pitch emulsion seal coat shall consist of a mixture of coal-tar pitch emulsion, water, latex rubber and aggregate in proportions that fall V., within the ranges shown in-Table 2. The amount of water added to the rubberized coal tar pitch emulsion sand slurry to achieve the application consistency shall not exceed 70 percent of the coal-tar pitch emulsion. The final composition shall be determined by the Engineer within the limitations of Table 2. 625-3.2 lob Mix Formula. For a rubberized seal coat, the Contractor shall, submit the supplier's recommended formulation and application rate to a testing laboratory together with sufficient materials to verify the formulation The laboratory shall verify the proportions of emulsion, water, aggregate and rubber using the mix design procedures contained in Appendix A. The mix design shall be within the range shown in Table 2 and meet the requirements of Table 3. A copy of the mix design and test data shall be submitted to the Engineer for approval at least 10 days prior to the start of operations. The cost for obtaining the mix design shall be borne by the Contractor. No seal coat shall be produced for payment until a job W_ MIX formula has been approved by the Engineer. Rubberized coal-tar emulsion seal coat formulations are sensitive to the characteristics of individual latex additives. Not all products will provide satisfactory seal coat formulations for all combinations of coal tar emulsion, water, and rubber additive. The job ndx formula for each mixture shall be in effect until modified in writing by the Engineer. V Table 2 Composition of Mixture Composition and Quantities Type of Approximate Seal Coat Water Aggregate Rubber Application Rate gal/gal lbs/gal gal/gal of ernul. of emu l. of emul. gal/sq. yd. (per application) Rubberized Sand Slurry 0.50-0.70 6-7 0.04-0.06 0.20 (2 coats) Spray (max) Rubberized Emulsion 0.40-0.60 0.03-0.05 0.10 (final coat) Spray (max) 9-2 Addendum #2 3-22-93 7i, .............. V in Al�' ..r-. �-•�F 4' .{�C,rc;t n�,i yri i r'. .�Il.t r✓�� �4�:��t.^r-o-s A, §i ��gx7,'Y( +a to :•fyq 1 '� '�,; 1 s�j,. -��3.R.,} � ,a¢'Ny .� �,.� r. ,a U.A Table 3 Design Criteria Test Property Purpose Criterion ; j Brookfield Viscosity incompatibility between 10-90 Poises ® 77F Latex and Coal Tar Brookfield Viscosity Workability of Mix 10-90 Poises 0 77F 1,+' Freeze-Iliaw Cracking x ®5 cycles < 1 ,j ® 10 cycles < 3 Adhesion Loss of Adhesion Rating = 5A Fuel Resistance Fuel Penetration No Penetration or Loss of Adhesion Loss of Adhesion 625-3.3 Anulication Ratq. The rubberized coal-tar emulsion seal coat shall be applied in k three coats. The first and second coats shall consist of a rubberized sand slurry, the third coat I shall consist of a rubberized emulsion, if directed by the Engineer. The application rate submitted ' with the job mix formula shall be verified during placement of the test section and shall fall within the limits shown in Table 2. 625-3.4 Test Section. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to lace a test section a minimum of 2,50 square yards at the rates specified in the job mix formula The area to be tested will be designated by the Engineer and will be located on a representative section of the pavement to be seal coated. The actual application rate will be determined by the Engineer during placement of the test section and will depend on the condition of the pavement surface. n a The test section shall be used to verify the adequacy of the mix design and to determine ' the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix composition, application rate, placement operations, and equipment shall be made. Additional it test sections shall be placed and evaluated,if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be paid for in accordance with paragraph 625-7.1. .YR 6254. CONSTRUCTION METHODS. 625-4.1 Weather Limitations. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing nor when the atmospheric or pavement temperature is below 50 degrees F (10 degrees Q or when.the ambient temperature is greater than 100 degrees F, unless otherwise directed by the Engineer. 9-3 Addendum#2 3-22-93 .f'r- � i �� �Ct�'41 P j�.r�'f'r {S.•.x�.Pe �r. .ae�er}1}F� � � ��4'�C; � �'� aT��y' ";.� �;" ����� �s�}����''�'.f`v�'S;ti�'��r`�`u'' i j��s,��u, h�'1" :✓ s � .i� i�l{y.�e .�`�'1;(i•(j f��?j$k;�.Urt v'r�i..=, '. � � t: i. t r �, t,7-� f�4` u.. +� yt+�P F•ry'�t t`43.�'a ,Y �i Y (,1£s���i xi..�''4:11�r �r t' '7 J e. ^r t i 4 4 i" �t. ..5. I " +r: k,: '�'X'�,hf'iy7��'. ,�,��y;9 t� f`#�' iV..t a '..,.,iS.oz..w:ii.�.::n1...:Gw....>:ia�'� iY}ail 625-4.2 Equipment and Tools. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. All methods etttployed in performing the work ' . and all equipment, tools, and machinery used for handling materials and executing any part of the work i fir. shall be subject to the approval of the Engineer before the work is started. ` a. Distributors. Distributors or spray units used for the spray application of the tt: seal coat shall be self-propelled,with pmumatic tires,and capable of uniformly applying 0.10 to 0.50 y ?k E gallons per square yard of material over the required width of application. Distributors shall be I° equipped with removable manhole covers,tachometers,pressure gauges,and volume-measuring ,4,I devices. : , The mix tank shall-have a mechanically powered,full-sweep,mixer with sufficient power ' to move and homogeneously mix the entire contents of the tank. " . The distributor shall be equipped with a positive placement pump so that a constant { t pressure can be maintained on the mixture to the spray nozzles. ` .. b. Mixing Equipment. The mixing machine shall have a continuous flow mixing �a:r unit capable of accurately delivering a predetermined proportion of aggregate,water,emulsion .� � .. and rubber and of discharging the thoroughly mixed product on a continuous basis. The mixing :r..3. t, unit shall be capable of thoroughly blending all ingredients together and discharging the mix 's a' without segregation. } ` c. Calibration. The Contractor shall furnish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration tr"= test results shall be funnished to the Engineer. 635-4.3 Pre oration of Pavement Surface. Bituminous pavement surfaces which have t'r. l2 been softened by petroleum derivatives or have failed due to any other cause shall be removed '= to the full depth of the damage and replaced with new bituminous concrete similar to that of the existing pavement. Areas of the pavement surface to be treated shall be nl a firm t _3 consolidated condition. 11ey shall be sufficiently cured so that there is no concentration of oil il '' on the surface. ;,. I A curing period of up to 30 days as determined by the engineer shall elapse between the placement 2jt ! of.a bituminous surface course and the application of the seal coat. 625-4.4 Cleaning Existing Surface. Prior to placing the seal coat, the surface of the pavement shall be clean and free from dust,dirt,or other loose foreign matter,grease,oil,or any ,F , type of objectionable surface film. When directed by the Engineer, the existing surface s all be cleaned with wire brushes and a power blower. Y Where vegetation exists in cracks,the vegetation shall be removed and the cracks cleaned g g to depth of two inches where practical. Those cracks shall be treated with a concentrated }.. solution of a herbicide approved by the Engineer. Cracks larger than 3/8 inch shall then be r Vim. filled with a compatible crack filler. Areas that have been subjected to fuel or oil spillage shall 9-4 Addendum #2 3-22-93 } i R.t" L '!+i' f @� � wf 4r s,«P 11 t• r rah 4x r v i ,, 6Tb � '�i w� t$,N,, � �i*� I� + . 3' r 5 i u M e � i .' .. ti S n"a { _��•+.4�F�g�croy�.a`5L§3 �f �.! . WIT 3 i a5 att§7 a atjit rd5 / tii +a i" _{> Y Ck" ` !� � t•'�h5 !f i � Y ..L Y & 2 ya � � b ti''"',`kJ� ''�N �rT"�it ••����t $�r�'y� li�J a t t r .a... ��1' br.t• r,t aF.f,��� y ��. t' i;rt t �; �Yi J�l px.d aF �4f '�,' y '.;}� trim ��yyZ '"� 't �. r r ;• .4 .° ��''�� ,`Y'" n� r r t�ii v .rb.. , ..i .y�ur� P" s��, � kti"r+�� d ik;`:i f1�t)y t .. t ! 2 4 f :�.1'�'.� � i �lkY't: '�'kk{k•` ,�5 J �t ' �F••1Y tiv".;�jr��y'�'cz� k Cf�'•q��t +s s d i ,� {i�'k g a t.I:�, � ,.�� J�..J E ���ec°r �' � � t i7a t'i�itx + c s ) i �," i;'% •Y 1 t. r.. r ;,��eG'k"+��f��r3�. ?00.t1`�•'i.°l�'�t-'�".,1 f� i <T'�' y� l.unidYU��—��xd.t z_t7...r.•rt.e i,:.•,rzN.il+.4+uwa�uras�,s:.aui . f. :{ be wire brushed to remove any dis't accumulations. The area shall then be primed with shellac or a synthetic resin to prevent the seal coat from debonding. 625-4.5 Application of Em —ulsion. The emulsion shall be applied at a uniform rate with � te as determined ul paragraph 625-3 a distributor or spray unit at the ra .4. When it is necessary _ to dilute the emission in order to aid application, the emulsion maybe diluted with clean water ,ti ,: � z, but not by more than 10 percent. If necessary, the longitudinal joints shall be smoothed with a squeegee. 625-4,6 ARplication of Rubberized Sand Slurry. The rubberized sand slurry shall be applied at a uniform rate with a distributor or spray unit at the rate determined in paragraph xt 625-3.4. When the emulsion, water, rubbler and aggregate are blended, the material shall be produced a homogeneous mixture of uniform consistency. The quantities of y/` premixed to prod g , •,.' `j materials to be combined in each batch shall be in accordance with the approved mix design. +,-,�• The mixing sequence of the various components shall be the same as indicated in the job mix formula. After all constituents are in the nuxer, the mixing shall continue for approximately Jerk ( five minutes or longer,if necessary. The mixing shall produce a smooth, free flowing homogen- eous mixture of uniform consistency. Slow mixing shall be continuous from the time the emul- sion is placed into the mixer until the slurry is applied. During the entire mixing process, no 5 breakh-ig, segregating, or hardening of the emulsion nor balling, lumping, or swelling of the shall be permitted. The slurry shall be applied at a uniform rate to provide the aggregate P �r quantity determined during the placement of the test strip. y... Upon completion of the work, the seal coat shall have no pin holes,bare spots, or cracks ! through which liquids or foreign matter could penetrate to the underlying pavement. The ®R( finished surface shall present a uniform texture. Each application shall be allowed to dry thoroughly before the next coat is applied. Ni Each application shall be applied in the opposite direction of travel from the previous coat. 625-4.7 Curing. The mixture shall be permitted to dry for a minimum of 24 hours after the final application before opening to traffic and shall be sufficiently cured to drive over without damage to the seal coat. Any damage to the uncured mixture will be the responsibility z of the Contractor to repair. { 625 4.8 Handling. The mixture shall be continuously agitated from the initial mixing until its application on the pavement surface. The distributor or applicator,pumps,and all tools shall be maintained in satisfactory working condition. 625-5. QUALITY CONTROL 625-5.1 Contractor's Certification. The Contractor shall furnish the manufacturer's certification that each consignment of emulsion shipped to the project meets the requirements of Federal Specifications R-P-355, except that the water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. The Contractor shall furnish the manufacturer's certification to the Engineer that the latex rubber shipped to the project meets the requirements of the material specified in 9-5 Addendum #2 3-22-93 4!q a r'• *2• q.,�tM i tY 4 �z n r r { ds1 is r f Y a,�.4,�-1c4�t•q 4 a �r. i ' rtTtSK'i s``!tJ )': `�' � � )fl�.°rx >�a'���r2 IZYs4a c�'R� 3i't'� ti�'�, r' ?i�`•�,r tt,r+,t '„ `''� 'Kt\en �+ i ,� t G r { eJ tb � an�� 1 ti�+s t c y�{r5 j Srtii I�,v t•'�i ? v r Y43z �+ S��� t ' aW ' m Fr�gt -K.a q�W ''�4 f.� q�`5•�'+ t H l S� } J S Z liI t( d+f1.) 5.�. Ll axtt'1 4E� .2 a'f} r•), ry� r c �s a t t s 'J3 i 1 ){ r..n•!r 7.� t�j'a�.s` �'1,t.r i��Xi` " tt� t't '•:.� r�t�,l"y"rtnf�t{,r riot§s �r{}!r.�i � h ��r��j a�5 'r � ,Ix .{, v?��'} i �'z s�}ts p .�ks f�J 3}14S z tiY �t j a v. " �u f.ya* i1 ix f i J!5) pJp a't,3rc �� o t } ist f.�.l` f rtF SY k! {' t ��t It' k ! {"i��x�y jz,4 ; y?'!�'t r 'q.�r $ �'w11 .�{.<. 4 )Jp��,!+;r it Jt,¢ .,a tc. r t�t f�. +' �+' X ?i '� t t K ,�J j" t sry� •f z.. t�r �,r+*�'t, s Ltd n7�1 t 'r .t q v3�' y,�,y b :. ci ' S� Mi"t� i'�` f 1 v� Y �f' q y :�-; •a � v .r ' n� ����;�t .r j.1r•"r:Y r't�'i �.d .. '`.;— .:�' t. 2 { N �'F J t ,f� -tar emulsion proposed for use are paragraph 2.4. It shall also indicate that the latex and coal compatible and that the latex is recommended for combining with the coal-tar emulsion, water, and aggregate. The certifications shall be delivered to the Engineer prior to the beginning of work. The certification shall contain all test data required by the specifications. The u. tion for the emulsion and rubber shall not be interpreted as a basis for manufacturer's certifica 1A final acceptance. kny certification received shall be subject to verification by testing samples received for project use. The Contractor shall furnish manufacturer's certification that the combination of latex and coal tar emulsion proposed for use has been successfully used in coal tar emulsion seal coat mixtures for a minimum of three years. The Contractor shall also furnish a certification demonstrating their experience in the application of a rubberized coal-tar emulsion seal coat for a minimum of three years. 625-5.3 Sam"hn Two random samples of the composite rubberized 'Mix from each days production, shall be tested for viscosity to determine conformance with the requirements contained in Table 3. One sample per day may be tested for the other properties of Table 3. In addition, a one-quart sample will be obtained daily and stored in a glass container. The container shall be sealed against contamination and retained in storage by the Owner for a period of six months. Samples shall be stored at room temperature and not be subjected to freezing temperatures. d. A sample of undiluted coal tar emulsion and latex shall be sampled from each consignment shipped to the job. 625-5.4. Engineer's Rec ords. The Engineer will keep an accurate record of each batch of materials used in the formulation of the seal coat. 625-6. METHOD OF MEASUREMENT. 625-6.1. The coal-tar pitch emulsion shall be measured by the gallon of undiluted emulsion. -zegate shall be measured by the ton. 625-6.2 The mineral agg 625-6.3 The latex rubber shall be measured by the gallon. 625-7. BASIS OF PAYMENT 625-7.1 Payment shall be made at the contract unit price per gallon for the coal-tar pitch emulsion, per ton for the mineral aggregate and per gallon for the latex rubber- These prices shall fully compensate the Contractor for fun-dAdng all materials; and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Coal-Tar Pitch Emulsion per gallon Aggregate per ton Latex Rubber per gallon AM 9-6 Addendum #2 3-22-93 1, PW Ell "S 41" J jo A�Y Mint b m :wua rral2r�"rkit,...Sy_ t -�ikJ:+i+ua�J..w_.ra.a, �h•• t+ x�.�cLanaaty�t�ts'ua?iiFieHli�dnlw�daa'fs>� +V7N... n_. a �.rSr SECTION 10 ITEM T-904 { >>. SODDING R' 4 4 904-1. DESCRIPTION. 904-1.1 This item shall consist of furnishing, hauling, and placing approved live ' sod on prepared areas in accordance with this specification at the locations shown on the plans n" or as directed b the Engineer. It shall also include preparation o the sod bed and manipulation o y " the existing soil to provide an acceptable edge drop from the finished pavement as shown on the plans. Y g Pep' f P f , 904-2. MATERIALS. ' 904-2.1 Sod. Sod famished by the contractor shall have a good cover of living or ':. .: A" growing grass. This shall be interpreted to include grass that is seasonally dormant during the a�� cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be V.1 f obtained.from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials which might bex` "SN detrimental to the development of the sod or to future maintenance. The plants in the cut sod shall be composed of a fescue compatible with the existing grass and approved by the Engineer. Any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod,including the soil containing the roots and the plant growth showing above, shall " be cut uniformly to a thickness not less than four inches. 904-2 .2 Fertilizer. Fertilizer shall be standard commercial fertilizer supplied <: separately or in mixtures containing the percentages of total nitrogen,available phosphoric acid, ' and water-soluble potash. All fertilizer shall be applied at the rate specified and shall meet the t requirements of Fed. Spec.0-F-241 and applicable State laws. Fertilizer shall be furnished either ' in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon or in bulk with a manufacturer's certification of analysis. No cyanamide compounds "t or hydrated lime shall be permitted in mixed fertilizers. q y ;. ' Fertilizer may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a, common mechanical fertilizer spreader; f'. r�tt 'T=at `7F b. A finely-ground fertilizer soluble in water, suitable for application by .`' power sprayers; or C. A granular or pellet form suitable for application by blower equipment. 904-2.3 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. ' 10-1 + ;�;.+b •Sg.� �. c;e, .+,t,..4 r t�n l :.� t yct^m.��«+++' .r..,.rr•w�-.» , 'r-^ """'w6+gKra9f4�iz(�5)l'DMra7{�INOw.M�+!'^°"T" 1 t y ,T t t. n t. � � r4. x?r a tTh*q'G3`•t Jn rC� �l ,1��F i t ! f U r z :.r },��t{. ,�7i,� �} , a �t;, �°4�`� +'"'CrY'��„" �t �1�3ff5� 7 S.7 t ♦ j {.� ++ t>s�J'��yatil � t P+ r 2^f Ai+ �i± s5��� iPlt k t ft �x t ? .✓� 1 �it 1�1 47x �, }5; F.. t4' tF' � r�� f �AYt�.l 4�'iit{4, M �T�' fi ,k�. �+`•�1^ r 2 sJf rye .:� , r, S.,'�H'i �t f� 'E�h n+t �k t�}p_� � `r' � ;���z it c� �kt'x S•s �y tY:t u 4 ks +•t ! ,t i r�� f kz.y�l a�'��'kzih✓u' �,+ tst �. �5 •' .b �:+��'4 gt� i z '.'...n�'t1, ` IVAL t : 't$';•t 4y;i5�t`bL, �! "'ANi�ti�+�it , ... .. J• • �y'�•t"'TR'�tLS `.T� KY.�w` 'rnt ;�(E�t Y}.Firr{, t�•�b t .1 � t.+�. t +�. �, .::tr 5. ��iL�x' .. •'S,Y t t t 1 A 'J F )L i��.rrtp,. .•' �. :.'. � 1�g S;iY; IJt1�Y�aG'rf7alr''.t"�A�' a�>< �Fi"r t�-°�+`•t°t� F�.,_....t.i,. .'...1.:iM.'..:.�a=�,',..—,aSrki,:.mwirw�i'H7l�Vt' ��+uair:'cYdE. r,F� FA!!#Yak+A�w.W.tJrFklt+Ci�rnWnww.if7...::,i..'.t yr+i�#' "c'� � . lid:; ,tj 904-2.4 Soil for Repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be.relatively free from large stones,roots,stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by a ? ; the Engineer before being placed. .a ' 904-3. CONSTRUCTION METHODS. t �" t ,a 904-3.1 General. Areas to be solid, strip, or spot sodded shall be shown on the z plans. Suitable equipment necessary for proper preparation of the ground surface and for the :` a handling and placing of all required materials shall be on hand,in good condition,and shall be ,. .. approved by the Engineer before the various operations are started. The contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. . ; t: `1 904-3.2 Preparing the Ground Surface. After grading of areas has been completed '`' p 1# and before applying fertilizer, areas to be sodded shall be raked or otherwise cleared of stones " "` '<z >t,' G;t• larger than 2 inches in any diameter,sticks,stumps,and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage ' by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer, the contractor shall repair such damage. This may include filling es, smoothin g irregularities, and repairing other incidental damage. 904-3.3 Ap121XMS Fertilizer. Following ground surface preparation,fertilizer shall be uniformly spread at a rate of 850 pounds per acre of 12-12-12 (or equivalent)fertilizer in accordance . with the manufacturer's directions. These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other methods acceptable to the engineer. Any stones larger than 2 inches in any diameter, large clods, root*, and other litter brought to the S surface by this operation shall be removed. 904-3.4 Obtaining and Delivering Sod After inspection and approval of the source 4'y of sod by the engineer, the sod shall be cut with approved sod cutters to such a thickness that < after it has been transported and placed on the prepared bed,but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such ` - length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The contractor may be required to mow high grass before cutting sod. rte The sod shall be transplanted within 24 hours from the time it is stripped, unless Ft;t j% circumstances beyond the contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only hen the soil moisture conditions are Y such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. ANL qW it h 10-2 ,}t t `' ,•t 1 .�Yr� � °)Y��gj 'Y+ni s' t noY'�Lt ��}"t te�;�„{tki T f,tic.u7�, i�s1�t tt' St}??n�t •a F` ,b ey ➢. i C t i k}�`Ltd �C°,t a{r' # r 9 151y tS '%� 4 rd7• Yr / 1 8tt o} 4tr '� � � ![ �� �F'� ���:I`��.�'?�• h, 7 L� i 4i'� " r^F''s<7�1?;7r��K� lYt n t � :'.. '•fl 'Wy r � 'L r {r c.kf '•t<r , yF j Q) �k t"� 2a5�t `{;1.ii•• If g r, a y, r. 3 S i ti i },Y •Y''}��„F'�r �. ¢ ♦ tj�'=` '�S�S{3 ki �{ t� t"t�f�t��f'SLM {�' § �L�trG�*kry� +. J,M .3, ' t S -t �,r 7 ,e r J cr� n• .. q'�e,t,Aa c_b �2 ��,,k,ret . � �' afr,t a? t�*'•+v?f w '4�T a � 'i t A t�({'? !t r��sl y $.. +� �{.(tY7r���}Y#�' '`'F �•+ e '� < rth (' 3�i6 t# 'S v'� f r $ `� x�x ¢a i� 4,yr t t [ h fir' �•r � t s �IliP i �S�� k�"'Y � It t ��.Y to .: r {• � 'f ! *L 3 L t EJ:y ` ' . ..�a.,+wex�tk�}.,'�'tr,�,'{tfll�t�l'�'.�i'"t�`�N.'',�21kt%,r%fdf.X'"k''•{`��.r7 N:�.ire v„.,Yt.,;t,,... :a I! c:? S ssi„ t '� k�A t� .a ,.ir>+.e».:r:.se:wasxx«.•,r,.•.:_'_ .._.___._......._.....•e•w+uzsrXwr;ari»..rc., �dxixa.�iiwn.«►4+..W' ,d,..s;lt *'� ;`: . itil .r`� 904-3.5 LaMiLM-Sod. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted y splanted during periods of drought with the approval of the � 't engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inchesr -`=: immediately prier to laying the sod. `f kt,s4 gt2. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall.not be .• ., used to handle sod, and dumping from vehicles shall not be permitted. The sod shall 'be z” , carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The soli shall k immediately be pressed firmly into contact with the sod bed by tamping or rolli ng with approved equipment to provide a true and even surface and insure knit without r displacement of the sod or deformation. of the surfaces of sodded areas. Where the so d may be • ,�rtt:; i displaced during sodding operations, the workmen when replacing it shall work from ladders F�'r or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across .r . y sodded areas,the surface of the soil in the sod after compaction shall be set approximately 1-1/2 inches below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. : { On slopes steeper than 1 vertical to 2-1/2 horizontal and in V-shaped or flat-bottom ditches or gutters, the sod shall be e P r; pegged with wooden pegs not less than 12 inches in length - ••Y r14 and have a cross-sectional area of not less than 3/4 square inch. The pegs shall be driven flush ` with the surface of the sod. 904-3.6 Water. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become establish ' , ` ! ed and its i continued growth assured. In all cases, watering shall be done in a manner which will avoid n' erosion from the application of excessive quantities and will avoid damage .to the finished ''° Y surface. 904-3.7 Establishing Turf. a. General. The contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the r work b. Protection. All sodded areas shall be protected against traffic or other use '} by warning signs or barricades approved by the Engineer. t •yA C. Mme. The contractor shall mow the sodded areas with approved mowing equipment,depending on P p g u p climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow t to such an extent that, either cut or uncut, they threaten to smother the sodded species, shall be mowed and the clippings raked and removed from the area. P they 904-3.8 Repairine. When the surface has become gullied or otherwise damaged ;. during the period covered by this contract,the affected areas shall be repaired to re-establish the t t 10-3 " r r: + M r .�,..._.,,,,..,,,.,,,,,�:,•+y.4ifr¢.i�#+'Tt-J+-aa'.2t?ke'w^'d".. `. _ j + 1 � ;r .••e•.�••"..''"e4'""1nw+4R IX p� r Crf s . 17V 7 . � 's. A} . i< f x � ✓ 3P k �! �K�- .. �5����tu Fri' �t '� t 4 � � , s '✓, I, :1 r .z}i�*Y"�r: .!. J :`5;Y i; �r•�# taJ'{ {i4 'P11 � � I .. 'J r tl'f�t .. p� ri �ti .ur/ICfC it 4 t l V,'ri r1t� h•• S•.7q 3� pgp. � • • • • • • � • • • • •' ••'• • r, i f� Ali •� f�S Y•+ r.• Fn 4 it li. 7., A; 7 r�+ �a 4pp� t �tt7gg��: f, C' iC t y .'Sl S: �+�� %+.t�'�1'F%.!:^�•ti'rl.Ir✓:p;+� rN. •S'.. ;;J� 5 f i! t� (i. I. i�G `S � 4i:.;.iF1>.��y•', ;S;ry'e'� ,di k.}iu .k��f� t'�" ;�?re�•y}i� ¢+iy � �. CC Y ,< � S � 1 ( t .: C{ ' ti,.r'%!y; .p.X17,. .i:r�ti`:':'ti,:,,,A;�..:eZ .fv Fs I„,;?:i r't..a r'r .{ :a •I ;I f� y .. +ni I J 4 c'� .t�tS•?•�>'•v�-by K i+. l +iFfT tzpf ...ti�, i .�.ti +C .tC .a.1. .;i T;k� �.�t tC� ✓. ys � y,S9��v 1 it r 'C 1. �.t ra 44 t l�r,rt Ufa tS,. ..; t y r ,•.1 t't t 0., .n tr .s}'. � rI t.r�r t�tr I( •.��^{:~ �i �btiy���°t }.i-�'���fq t 3��iy1�'1'S iz¢t{�K�)It'il�rr�y� . e x y � fsi t t .. {y i F i ♦ S r el t 4 '• #'� i'r't `'r •�.S' y C"1 C C. "}�. �'k,•} .f '-S .::c i.'Y`CHr✓+f r Y l��n �fl li':?dips' ?F't C.P. •n'K�.}Wt ri, �Ct �y�q t;'{y.7 �T� l: t r i.' t-r +y/' � �r��l; r1 �� :I. ,�;i��, n�:,r�t ����i��;a'�;.�pt s,z��• ,..e����ss. �3� ,xr��{��sr: �`F� �`�'sy .S ,:)t.i5 ,': t y G;'1 r •+,ati , w t ..r �1.�'..d f,,Mp��,.,,.�, }t>fi,.t' �',I,1F ,�7t,�`�� �` � l�wt�=' .arir,.�,e.,`,,,,tF .��. s ); '``� , , •;i tt�.� gdy.t �(t}�:;a9' .'t+ rkFT.';!k�!�F:..�, '��,�` � 1 ' �S• i�. r..1 • '�` � I 's':e .J �. '• �• z� ..t ��it,t� $r,,•+.k,rY'• »..••'� 3i�y{yam�n�y ,r,.}�. � I;t 1 f,�t, } r iir��s> rkH:,.w�.�•:.*++,.-rile+ . ' �a,�wAPtfit3i(�k � ,�`� , bi.` '�ri`..�-. •• .,� • Mi�ie'Sk�l�iifaarnna%v`3�F3iiaa3,t�.'ti.!41.t�Sk+ ' .:v•.,� a'tM'1BIA4ii�IliYd�. SECTION 11 MOBILIZATION 11.1 DESCRIPTION: This item shall consist of preparatory work and operations,including,but c. not limited to, those necessary for the movement of personnel, equipment, supplies, and ` incidentals to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project except as provided in the contract as separate pay items; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. 11.2 BASIS OF MEASUREMENT AND PAYMENT: Based on the contract lump sum price for • Mobilization, partial payments will be allowed as follows: (a) When 10 percent or more of thts original contract amount is earned, 25 percent. - (b) When 25 percent or more of the original contract amount is ea;ned, an additional 25 percent. (c) When 50 percent or more of the original contract amount is earned, an additional 25 ?" percent. '(d) When 75 percent or more of the original contract amount is earned, the final 25 percent. 1 . 2s 1. j, 1 .z t ' �4:• 11-1 wkA, W 4;k r• �'„ +�i� '�,"+,, ugg;'o� � S.r�.'�i`tf�s�r����,j''` tttf �`-tt��`''ivt^;a�'�•y."��'�t�'.��� *. f � �� ', r✓,}sts'• ,,,.k��,� ��?` J y�.Ytj 3S=�i: nP Y L' �t}U ��'�ui`S .� ! .� �Y r��xe�'."t•� n�'� t k.li �t ��'t ��v}#7:'�ntn` '��t!1��11��� .,,t�'`taj�.'Zy''d � ..r1 •3'j l+ f r n:.ry,is r,�".+ Ik '� 1si:i ! ^Y. 'it G r ,i}.}art 1E,?t 35„({, �xd (pLi.r7".. ;.G .yr-J.r9" uf 7 •a; }`. ,$;# i,,sYl ati .;ft .r.='at'n t �i `' ¢y / 1.'• r'� �w� i} .Z.'�. rf.5 .t 5! .di.I r+.F.rc'"t.v;i).4.5...r a 4,l:..'rirf<r's7•r;Ly,'{r Y$':.d�r%4cl:..•J# !y ta,y:L rY c r?3rE+J'S P 1,�l,,1<<�h�.F:t s.,;fy�$1`S<I f�..:v y SYirfy ckk,rl!'.1�.�" .r�.3 6';t�.z.ij+,t.i�;.-jr.i�'%<:?�„�'a'rj+.x��S<r S Gx.L;t{:,�4rr^,x R x, 4"M F i.a � t :p IN 0* pJ. � t. ¢ t t.F Q rit� r, tk iY TjFN�: • .�'r lyr A. 4 s i z �f� t S i.a•.� k i F 1 t Sr ti �iE t� r i f' .,L�i��9. a� r.t �.{ {7�1�1,ri��{i5v.?ld«�<k�,!t.e.. kt ,y;kd'r7ar �•ri,€11�n �t .y� 1 r, t. ! 7 } � 'i•t .-t i its �7 b i fi.�t rat IS.t i3 s 5 A f li 7 A t., }.' IT >:...�t�'it' F+51c ^ F �F.r ,YAt Si<7.a yi {'S' ,ity ,js;1Jt.yi 4t I, h .v N t'v };;:i. lFt.49� bafk�ti�j..,tt f.,�i.'tgL S,,,F',"3`i..<;•�3:. ..,a •w.u�7•,+5.1;.�^t ,t+i t..Y!.aE.i ,+> 1 ,;xr. t. ..i.:;.ar.'-�I,Y,yi,�?;•1`e.�.,;t 'z.�i��Yr 4,�,�Y t S-<�,;CtiilYr.,.,Y, �Sr �. � C � .. -t; t 3+f{..stii�spp'?;"`•ui � k„ t�'•:s� 'LF r�..,`5 i�f ria s�f t t to A. f r � �.q.<, / tii 'i�y trY.�fl �y'`4:at::��my;a�+':r1f'i�+S�a<it:Y'ot F[S.��A`f,{�3�'��,r'�2 "4F.r:r2+;S41 .5'rA.f'.;.'.n•..., t ?\. :,.+ � .#j, rf ''( r �t,r i s Yt.r � '�.�1. rt�t'' 't' F'r ti`:�i f• c 'Qtfy,:,3 Ct4�`� z^:t'^. ..r t ! y .r tv ,3., tar,w t...Jxxl•.,r,s�, .,< .`.yv�'}} �?,,,: {{x�«,;'��xJ �tl�;�` a'��'i�t? ; �.X•r Y)�i��,'I�,:�F'r .�.r \p 1 !r ',r� •�X'�,y{,. r� r�6:k. t. �, f'.(y. qtr T ilFs v't/.t. �? ,}i.�! �.9, f1, boll:fTi IN 41, i"x.y it + .5i )4..���tl'r.�s}.l.�ri xM}+y,' L`�%j.J."S}`Aa:' ��As,3yr•.. 'LpX�t ty 1a �S!,t'�r „� �S" r � t' S G`?(,#}t'4 {t a1:r, d ,' i: t\.4Z ?0i'pj" MIX DESIGN PROCEDURE ITEM P-625 TEST METHODS CRITERION Pf Jib This procedure shall be used to determine the capability of the materials furnished by the contractor to produce a seal coat mix within the rang e of TABLE 2 and meeting the requirements of TABLE 3. The formulation is a combination of coal tar pitch emulsion, water, sand, and latex rubber. The samples furnished by the contractor shall be combined in the proportions recommended by the supplier and subjected to a sequence of five tests designed to eliminate any materials or combination of materials which do not meet the test criteria. Unacceptable materials in the formulation shall be eliminated from further consideration. BROOKFIELD VISCOSITY step I & Step 2 1. scope This method covers the determination of the Brookfield viscosity, using materials and recommended formulations provided by the Contractor. It is designed to detect formulations that have incompatible quantities of latex and coal tar emulsion, that might flocculate, that have viscosities too low to suspend sand, and to identify any incompatibilities created by introducing sand. 2. Definitions 2 . 1 Brookfield viscosity - the viscosity determined by this method. The viscosity is expressed in centipoises (100 centipoises = 1 poise) . Its value may vary with X the spindle speed (shear rate) due to the non-Newtonian behavior of the coal tar emulsion, additive, and the fr water added. 2 . 2 Total liquids coal tar emulsion, additive, and water. 2. 3 Composite system total liquids and sand. 3. Apparatus 3 . 1 Brookfield digital viscometer (model DV-II) and stand. 3.2 Number 1 and 3 HB spindles for DV-II viscometer. 3 . 3 Paint cans 3 .3. 1 quart capacity. 3 .3.2 gallon capacity. tR t+'K3,J ,4 !2♦ f 1 t e t f .. K�n': i ii.5^ .1 'd'r r.1 ( � 3✓ t,Yk;` (it t t 'c §� 6�r� i{' ��. �' ,zrj�' f t {���lt�����' ' 'r .�1 ti f r �i�: t r P+t } } s' t b"��•`.. b ' 4. sample preparation for Step 1 (4. 1-4. 3) and Step 2 (4. 2-4. 4) 4 . 1 Allow components (coal tar emulsion, water, sand, and additive) to reach 77 degrees F. This should take approximately 24 hours. M 4.2 Mix coal tar emulsion and water in container specified in 3.3.2 with 50 strokes of a large laboratory mixing "" spoon. �ii ' 4. 3 Introduce additive to the mixture with an additional 50 r1 strokes of the laboratory mixing spoon. 4.4 Add sand to total liquids with 50 strokes of a large K laboratory mixing spoon; for -composite mixture. Sand must be added slowly to avoid trapping air in the =lp mixture. Stir composite mixture for 5 minutes and immediately proceed to Step 2. � Procedure .} Step 1 t 5.1 Fill quart paint can specified in 3. 3 . 1 to within one inch of the top with the material prepared in accordance with 4 . 1 through 4. 3. 5.2 Insert spindle No. 3 HB in the material until the mixture level coincides with the immersion groove on the spindle shaft.,,� 5. 3 Avoid trapping air bubbles underneath the spindle. 5.4 Adjust rotational speed on the Brookfield viscometer to F 50 revolutions per minute (rpm) . 5.5 Start motor and record viscosity value in centipoises '. after five seconds of rotation. If the viscosity reading is too low for spindle 3 , repeat procedure 5. 1 r through 5.5, using spindle No. 1. Step 2 ^t 5. 6 Repeat 5. 1 - 5. 5 with the composite mixture prepared in accordance with 4 . 1 through 4 . 4 . 5.7 If the composite mixture does not fall within the acceptance criterion of 10 to 90 poises the following procedure for combining materials shall be used. 5.7 .1 Discard materials from Step 1. 5.7 .2 Mix coal tar emulsion and water in container specified in 3. 3 . 2 with 50 strokes of a large ' laboratory mixing spoon. 5.7 .3 Add sand to the mixture with 50 strokes of the laboratory mixing spoon. 5.7 .4 Introduce additive to the mixture with 50 strokes of the laboratory mixing spoon, for composite k mixture. Stir composite mixture for 5 minutes and immediately proceed to Step 1. 6. Report 6. 1 The report should include: 6. 1.1 Date of test and complete identification of the coal tar formulation tested. 2 s ,t x{ � S 'i� ��l ,e r,yr�rJ' 1 �}��J j s r i !> ,�.r,S�k�°lt 4Yb"�fi•ct`� r t 1 l',sr............. �k lh;R' 3k 41�fft' �} � {xv�y} �t,. ��i�d r;�j p`"fit<�°t,t � Y i� �i �{•,{ yi 'a 't. 1Y1.U�r'+ t `. �t ���t" ��I �Yl�.#G�}rF l5w#4{, ar r kr 9a ,��. "FIT, .�: k r '� '^�' •' i. xyj'�.tiiu1.W.1L��ikdGd` "�F?i 31K Mrr..M.wwrxr+xMYi!#4ftllitlNff�.M1....z.. sa.:rlta.4it!rmi� h• i 6. 1.2 Spindle number and rpm settings 6. 1.3 Temperature of the sample tested. , IF 6. 1.4 Viscosity of total liquids in poises. (Step 1) 6. 1. 5 Viscosity of composite system in poises. . (Step 2) Nt ; Step 1 Criterion: Viscosities between 10 and 90 poises are acceptable -Stop 2 Criterion:: Viscosities between 10 and 90 poises are x acceptable t•. For materials to move into Step 2 testing the viscosity range must be met in Step 1. Likewise Stop 3 will not be continued 4 dt,. ••l.' until viscosity range is met in Step 2 testing. If a material ./ fails to met testing criteria in any step it will be eliminated " from further testing. L, S' 'z rif CYCLIC FREEZE THAW CONDITIONING t Step 3 1. scope K,, This method covers the analysis of crack development in a composite rubberized coal tar emulsion seal coat when exposed to multiple cycles of freezin g and' thawin g- ,.si 2. Apparatus 2. 1 1211 x 1211 square 16 gauge sheet metal mask with an .'? 1111 x 1111 square center removed. ? 2.2 1211 x 1211 square section of aluminum panel 3/1611 thick. 2 .3 Oven capable of maintaininq 140 degrees F. • N� tE 2.4 Freezer capable of maintaining 10 degrees F. 3. Procedure 3 . 1 Using mask described in 2. 1, apply uniform thickness of z the composite rubberized coal tar emulsion mixture to a panel as described in 2. 2. W1, 3 .2 Allow material to cure at 77 ± 2 degrees F and 50 ± 10 pr W: percent relative humidity for 24 hours. 3 .3 Place sample in the 140 degree F oven for 24 hours. 3 .4 Remove sample and record crack development. 3 .5 Place sample in 10 degree F freezer for 24 hours. 3 .6 Remove from freezer; this constitutes one freeze-thaw cycle. 4 3 .7 Repeat procedures 3 .3 through 3 . 6 for a total of 10 cycles. �f Amok , 3 0 _ t NU t f t a�r�i .i^ r! �s�''''2'ny ;:fr�. •fiii ;� d's��r ..i . •N � '' �_7�'�' ��;.«�^a`''!, r'�;t ter' .rt��71' }gt t �., J i ( `� `=lY "�v �! c � JAl'yi'. sS�'�v.. `L,g rrii s�}�35������k •4�y r' , ktt {r, Y.. iq,{SX`�t ,1'.!*L' 7,,'{1'�f°,5414t4' M,',yt•7K.� rjas, '1Mykr ,{^i{y �.ti•�t; �`rk �„� Y �{tit' t yT"��b'L i,il��� �t��i 1Rj i id��') t`'i�f�yt d r l��lt F t5'f Y 6 t5r1} Y�ii�hj�?d �!^, ,F at"� i '� ,n>�'i a���"',!��.Y r1�•�.' vt t u7{N•e $ y�}�r�v �rR� it y s.? t �i S i'" �t}t� Ct,� i f�t'�1 .,1�'J � '^", s•• s �. � Ax .iy(��r,.�y�t�, 17��,��'#4;L'V�Y��"trz 7.;tiy:S�:f e N.i i37 , ,ii"SP�q ; ..-r i�.f�}. ii Y�+�,. f �.CT�,/', ` 7 ,� r •: . `.. {r. . .. } •1, + � �` «,`>% P� .fit .. t - - _' - ____ __ .. - ---- __ ,....•. _�_. _ _. .?. T - 2 __ �.z' ..0 .1�.. tea.,. , v • {�f11 s, t �+r ,n4J Ut°y Fx. ✓l is 16:t°�zj t.l t ntt ql ,* `r.,: t, u t• ;�,; �+5'sn 7 ���+, � '�,r f5 i l4 .� , s r x a w:' �...,��i "�:ra�, �n > .:t^',. .} .�, �' 74 ',34.N G.stt+��: it s :'t+'xt'tt ly�'t gfi sF� .. t iAi ��P.; �t i"✓�� .: t" Y'~`t �' �• `kt' b� <"�"�',�.Gi4�`'3,v�E i 1 �.w t. , ,.3�ri+tf�tNik`i+f�a'r. , 4 y 3.8 Inspect the samples after 5 and 10 cycles and rate the cracking in accordance with the following scale and Figure 1. '9 0 - No cracking "= 1 - Hairline cracking ,w 2 - Slight cracking ;> 3 - Moder'ate cracking 4 - Severe cracking { 4. Report ' 4 . 1 Report the crack rating at 5 and 10 cycles. ° t . Ste p- 4 criterion: Rating of 1 or less at 5 cycles is required. � { Rating of 3 or less at 10 cycles is required. Any materials not meeting this requirement shall be eliminated from Step 4. Y. ADHESION U, Step 4 : 1. Scope -. This method covers the determination of adhesion of a composite rubberized coal tar emulsion seal coat and_ retention of sand by applying pressure sensitive tape. 2 . Apparatus 2. 1 1211 x 1211 square 16 gauge sheet metal mask with t; 2. 2 311 x 611 rectangular center removed. �! 2.2 1211 x 1210 aluminum panel 3/16" thick. 2.3 Razor sharp blade, scalpel, or other cutting device =� with cutting edge in good condition. Y 2.4 Steel straight edge. •,;:, 2.5 One inch wide semi-transparent pressure sensitive tape 2.2 with an adhesion strength of 38±5 oz./in. when tested in accordance with ASTM D 3330. ^' 2.6 Hard, small head rubber eraser. 2.7 Table lamp. 3. Procedure 4° 3 . 1 Using the mask described in 2. 1, apply a uniform thickness of the composite mixture to the aluminum panel as described in 2 .2 . 3.2 Allow mix to cure at 77 ± 2 degrees at 50 ± 10 percent relative humidity for 24 hours. 3.3 Select a representative area. 3.4 Make a horizontal cut of about 1.5 inches. Then make another cut of 1.5 inches about 40 degrees to the horizontal cut. The cuts should intersect each other ^ ' at their centers. When making the cuts, use the 4 -- t ' ��. ;' S m;;.t, E{Y, ` R., k' "�;i,"���j'q}:1*.>>;�.����h`"rn� ��r,.t+�, �'+t �. ;3 lam' 4 spry ✓��'`�: �. `hr}, rt ' •Y! 1 �. ( .; a �SN .�i :.. . � 4 � fl�"�16.f s\ ! .: t' .V^rL _u,. Y�� .. ..lilM� .r... _ .`� �__. .. _ .. �.. .... .".�::. _♦. ."rt.• .�w ,....�.m�r��.'3•. _ . '.ul'1. 1"P--�^'^^T'�'�w.f^"I ^^'^.."ms's-_ _ -�...--�• 4 .. ] ) 1h'e' i4 f 7+s�f .k4 t ,t N �}t#r�1, �iC .{��.`��y*,,t, .� i`'rt�'�)yyia'�.� 7 ;;; ° '..�tl +�J,�`` '..9F `�'t.° ,u4 i'' �'. �'� 'f � 1 { "�'„ • 'f ut,k.. ��c.:1 "�1 J t`T,11f.�'1T( L { r&TC i c r� t ,,.r• -�,f. i .. t !'a,.��c.t=. �31�5��t%f r t a X7>'!, ✓:-I : f Ylr� rt ti 't .,, ! c ;. .... :.� i.t .,i ..:t; y„t � �,?�+..f. �. ,:� '�S+iwtiL..L•ir.a..+..1d LS.:n i4., .t..�.o.•.ii.:.t::dw+n.•lwbw„+.+w..« ......._ .• .. .3'.,�_..'..µo.it,atnm�i,.,.w,w...;.,..,..,,»wn'�-r.w4+uo..w.«wt�riA:!itt` Yir,!�"���.�`r ��'; r`4••y�`y4+• t'it`•� "`""Jff i•• �e straight edge and cut through the coating to the substrate in on steady motion. Brush off dislodged I' r materials. 3 .5 Inspect the cuts for reflection of light from the metal substrate to establish that the coating has been cut through completely. If the substrate has not been r ;. reached, do not attempt to deepen the cut. Instead, make another 11X" in a different location. Remove the dislodged materials by brushing- lightly. 3 .6 Remove two laps of the pressure sensitive tape from :n the roll and discard. Remove an additional length at f. a steady rate and cut a piece about three inches long. ; 3 .7 Place the center of the tape at the intersection of ' r' the cuts with the tape running in the same direction ' s' y as the smaller angles. Smooth out the tape in the area of the cuts and then rub firmly with the eraser. x , 3 .8 Wait for 60 seconds, then rapidly pull one end of the ;v tape back on itself with the non-stick surfaces . touching and running parallel to each other. ti 3 .9 Inspect the 'X" cut area for removal of the coating b` 5,•7 from the substrate and rate the adhesion in accordance7tr ' ±` with the following scale: Y' 5A No Peelinq or removal a ,4'•' ;j'' 4A Trace peelinq or removal alonq incisions 3A Jagged removal along incisions up to 1/16 inch ' on either side 2A Jagged removal along most incisions up to 1/8 " inch on either side lA Removal from most of the area of the "X" under r the tape OA Removal beyond the area of the 11X" t'• 'f •t= 3 . 10 Inspect the tape for adhesion of sand. 3 . 11 Repeat the test in two other locations on the test panel . k' 4 Report i•. 4. 1 Report the number of tests, their mean value and range. r. 4 .2 Report whether sand adhered to the tape as yes or no. } 3` Step 5 Criterion: No sand can adhere to the tape. No debonding of the seal coat or the test medium is allowed (adhesion rating of 5A is required) . y LS Any materials not meetinq this requirement shall be eliminated from being tested in step S. Y. y t 'i) �F ia• ,��th't�: 5 d� �' f�!v�h iw��3�r '`{"'"�'"'tT, �,.�,y�ly�lttM,wa.+i.' y.wiswy.rT^-•..-.-rr-o n l2',J , xt � r) r '4"'i r °'`.'*.ru nw •w � :T �5�, ��i�<.�tirr„ ..j tRT .f .,� -1 t. - + 1��'A)3f4t '��xt•x✓, "mow'; y+ +ea�t��i. �} i�'�nz{ t1 r.' f ,ry,a�}f rr ` + y, :..s d try+� i srt,.q ty • �,�5•�7{4'tx,�`d;�,a�)t{1 fr{ ).. is .},,!n•. t ` n ; t }}�rt�rr k ��, '4T !�t§y r }Sfir�n q�\�i'���.y�+ � t s �" t f e , t .• ' a�S�v K'� F�,�.���_�y����44. $�..r'�.t �{•K,i t.r+t } r: .. . .. t. .;"�1!fi 6 ° s•: °'t _ . .�1rri.____...- —' - -' - --------- �--------- •,_- t..o,.,+w:.rrbW .NSYtY_�.- . Ah, FUEL RESISTANCE Step 5 `° + 2.• scope . : This method determines the resistance of the composite ; . rubberized coal tar emulsion seal coat to kerosene. " 2. Apparatus 16 2.1 2 6" x 6" square gauge sheet metal masks with a 410 a 411 square center removed. .; 2.2 6" x 6" unglazed white ceramic tile with an absarpFt-ion 1�t 'y rate of 10-18 aF1' ASTM C 67) , percent .(determined in accordance with 2.3 Brass ring, .1 g, 2" diameter and 2" high. 2.4 Kerosene meeting requirements of ASTM D 3699. .'; 2 .5 Silicone rubber sealant. i.,.y. E 3. procedure 3.1 Immerse the ceramic tile in distilled water for a minimum of ten minutes. d f F,rig •:� 3.2 Remove excess water from the tile to surface before a 1 in the seal coat�roduce a damp t ' 3 .3 Using the mask descrribed in 2. Spread 1 ap 1 0 coal tar emulsion mixture to the tile. ne layer a the With the top of the mask using a spatula r other n straight edge. �? 3.4 Allow the sample to cure for 96 hours at 77 + 2 de 6 F. and 50 ± 10 percent relative humidity. - grees 3.5 Position a second mask on top of the first mask. ' 3. 6 Apply a second coat of coal tar emulsion mixture. ' Spread even with the top of the second mask. E 3.7 Cure as in step 3. 4. 3.5 After curing, affix the brass ring to the seal coat on the tile with silicone rubber. 3. 6 Fill the brass ring with kerosene. 3.7 After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immedia film- is examined, break the tile in half, exposingtthat part of the tile whose film was subjected to the kerosene. 3.8 Evaluate for penetration of kerosene through the and loss of adhesion, g sealer 3. k 4• Report 4.1 Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute f the test. ailure of Step 6 Criterion: A "passe rating in the fuel 1 resistance test is r b ,t ,D rl � 4,, t a � . k�a"� . .,.i.a`.uwas.r0{!`L.;1lv..i+.. °..i..:....... .,....:.....w...»�,.....w........e-.�... ....:... ... ... ._....e.m.+•„•n.^men w.....,..., ,....w.....aw,++Ak.»xruw;3yNttMC't�er�stt�'st4t�'� t '{.!§'it,: f'� J j 3.7 After 24 hours, remove the kerosene and the brass ring and break the the in half, exposing that part of the tile whose film was subjected . (' to the kerosene. 4J 3.8 Evaluate for penetration of kerosene through the sealer and loss of adhesion. 4. Report 4.1 Report the result as pass or fail . Visible evidence of leakage or discoloration shall constitute failure of the test, : pE Step 6 Criterion: A "pass" rating in the fuel resistance test is required. NOTES TO THE DESIGN ENGINEER: The optimum minimum application rates for new paven " ments is .35 gallons per square yard for each of the two slurry coats. The plain coat (no sand) is recommended at .20 gallons per square yard. The plain coat serves to slightly fill the voids of the slurry coats to stabilize the aggregates in the slurry coats to withstand the service of touch down areas on runways and locked wheel turns on ramp, and provides adequate fuel resistance. The application rates are increased proportionally to accomodate for any void condition ;:."; t.. in the surface of the pavement. U.'t • p Where cracks exist i n the pavement surface, atypical area of the pavement 100 feet by 100 feet is chosen and the length, width and depth of the cracks is calculated into cubic inches and as determined, is then doubled and the Esi yt{' volume added to the application rates in the specifications. r-fir'- k NOTES TO INDEPENDENT TESTING LABORATORIES: FAA has spent over one-half million' i 11 ion 3 dollars for the research and documentation of the preceding tests to qualify materials ?; and combinations as acceptable formulations. For further information, consult DOT/FAA/PM-87/9,II - CRITERIA FOR COAL TAR SEAL COATS - Final Report - January 1990, 'z available to. the public through the National Technical Information Service, Springfield, Virginia 22161, A computerized printout is available, at no charge, from Walaschek & Associates, Inc. , phone (800)327-8263 or by FAX (305)783-9958, which shows the individual materials re- 'r` quirements for the formulation as specified with the application rates chosen, as re- quired in the specifications. Any thoughts or questions regarding the specifications may be addressed to Walaschek & Associates, Inc. , 160 Cypress Club Drive, Suite 611, Pompano Beach, Florida 33060. Refer any questions from contractors to us (800)327-8263. rig Questions regarding sampling of materials to be send to an independent testing labora- tory may be addressed to Asphalt Technologies, Inc. , 9390 B Elder Creek Road, Sacramento, California 95829, phone (916)387-0316; FAX (916)381-3703. Questions regarding inspection may be addressed to T.T.A. Pavements Consultants, Inc., 3 -i P. 0. Box 9428, Fresno, CA 93792-9428, phone (209)222-1893; FAX (209)229-6550. .Y f ,i4 ;P , 'l7 1. q. R H -13- ,} YrF S'� �n E J t„�'+}"r-�r{y .1 J �'{S 3 `T it. Dk 4 V - ! x -ft of J 3Qx�Jg"�,�!1S•n'4 S j, (� r.�.� �..:rii®Ii7uY�a«.�.a.�m� -.ayr - rr'I�.,ti•• r - - .r.Y�.yh •sr�tY�1i1�{�d'`�e,<. ,�� 4 ��� td.t° = 1' �V.�,,�. ,.ti's r� tiF � .r 1°s'y� ,�`�r ,:, ,x�av�:�' ; '�i'' i.. .YRuS"k�'xc .r •try: NAM ffffly .: US RECEIVED Ad of lanspo"cWn� OCT 07 i� l 4. hdU�fiR' '\'.REFAIICN Subject: Dade: 6/16/91 AC No: 150/5344-1F Inilia/ed by: AAS-4 alga: 1 a Change 1 to MARiaNG OF PAVED u 'i. AREAS ON AMPORTS I. PURPOSE. This Change revises the Federal Aviation Administration's standards for marking of paved areas on airports. f .r The Change number and date of the changed material are located at the top of the page. Revised text is identified by a vertical line adjacent to the left margin. Revised figures are identified by an asterick (•) proceeding the figure title. Pages not revised retain the same heading information. ' 1 i 2. PRINC PAL CHANGES. a. Colors of markings in displaced threshold areas have been clarified, { b. Holding position markings for IIS critical areas, runway/runway intersections, and taxiway/taxiway intersections have been added. d c. Table 1 has been revised and Table 2,Perpendicular Distances for Taxiway Intersection Markings From Centerline of Crossing Taxiway, has been added. Page conttvl chart ' Remove a P ges Dated Insert pages Dated 3 through 6 10/22/87 3 10/22/87 ' -4 through 7 8/16/91 Appendix 1, 7 through 10 10/22/87 Appendix 1, 7 through 9 8/16/91 Appendix 1, 10 10/22/87 Leonard E. Mudd Director, Office of Airport Safety and Standards 4 *\ •:;;� ss ,.'s�; 3}�},•x fir , ..i, ,. Y'�.r .F� u.t'�� , errs. 4,��n.�it i � � �'rK k 1' �r. .r ,C ,�ry r i. a s X• ,f r��,}Y �t t�e<s��_?t ;?' � : �� xtt..l. � Y <1 r <...;c .t y, 0%dvs 1 s 0% Ird Y Y+. U.S. Department of Transportation } one 'Run a&VA Rio . r Federal Aviationv Administration Jim I .�,��C:.Y • 4 i 4t�,.2rti Subject: MARKING.OF PAVED AREAS ON hate: 10/22/87 AC No: 150/5340.1F AIRPORTS Initiated by: AAS-200 Change: 3 i 1. PURPOSE. This advisory circular describes the standards for marking paved runways, taxiways, and closed or hazardous areas on airports. 2. CANCELLATION. Advisory Circular 150/5340-1E, Marking of Paved Areas on Airports, dated ,. , November 14, 1980, is cancelled. 1 3. PRINCIPAL CHANGES. T F"^a a. Minor editorial changes have been made. Y A` o 2,!, .b Locations of holding position markings have been revised. � 4. METRIC UNITS. To promote an orderly transition to metric units, the text and figures include both ; y , English and metric dimensions. The metric conversions are based on operational significance and may not `=pis be exact equivalents. Until there is an official changeover to the metric system, the English dimensions xli J t. should be used. 5. DEFINITIONS. The following definitions apply to terms used in this advisory circular: �r a. Visual Runway. A runway having no straight-in instrument approach procedure and intended ±, solely for the operation of aircraft using visual approach procedures. ?' b. Nonprecision Instrument Runway. A runway having an existing instrument approach procedure 5` utilizing air navigation facilities with only horizontal guidance for which a straight-in nonprecision approach procedure has been approved. 1710' c. Precision Instrument Runway. A runway having an existing instrument approach procedure utiliz- ing a precision instrument landing system. d. Runway 'Threshold. The designated beginning of the runway that is available and suitable for the landing of aircraft. e. Displaced Threshold. A threshold that is located at a point on the runway other than the beginnings of the full strength pavement and the paved area between the beginning of the full strength pavement and the displaced threshold is used for takeoff or rollout of aircraft. M^ ^ E Relocated Threshold. A threshold that is located at a point on the runway other than the beginning of the full strength pavement and the paved area between the former threshold and the relocated threshold is no longer used for the landing or takeoff of aircraft. y�x 6. APPLICATION. Runway and taxiway markings are essential for the safe and efficient use of airports, and their effectiveness is dependent upon proper maintenance to maintain an acceptable level of conspicuity. <, The marking elements used for the various runway classifications are illustrated in figure 1. Markings for precision instrument runways are shown in figure 2, and markings for nonprecision instrument and visual i runways are shown in figure 3. A runway should be markmd in accordance with its present usage (visual, , nonprecision instrument, or precision instrument) unless upgrading to a higher classification is imminent. IN kf';;-",TN`r f4r.7�='��•s7e#}'.»-s,)k',, t�f%i:�'i2' j'"l,u f� ':rr rY.s�. '+:, +` Yf .tom rd}; 'dot S +y'p^^�4y 1}'J✓ei1a� Iti ii �. � 'gy.J,y XS ; �S / T6{I a£ t h�4� � •� 9St p ��' =r �,``�'F:. 't=,i3s' K ' + a �'T'te ����� � Sr+.l s Gtt Y+ her� `fit {'/ .+.r tr,�t t��t� �ai a,*''t}��^'t 'ri •ra-�S +� j r N £ r ;�� � � �•�M�t#'r � �xi��., z�({.'�1t�v `s* ��� Via{ �f�4 a r� �� I±i ���;tr�,,. 6:-�t3 e• r r`��!' � h ��`f r '}t+ drt x`rq y t7f tPv.l #r ti x' � , a t. yr i r t k i F alb x�C '"c�_.,{. 1 tY� ya +,. ,sY {: : 1� r�4 4F1k,1~ � kt4 t� sy st _ s �"ftW t 'a,.�9�4 ys�' ti}? +i__ff-- y. x�rSBr .`1 Scr l .t t�, 1. k A i '° 't.• a P* rq' '�,��, J �'�� y� .H. ..} ,r..Ty_:.7.. �v ;;,�.�,,-� A :� : (( � r ., k ,; r.: yy ... � ,j •� .t",,,yr,y. � .r r i�! c� ,,�F y� X,,���.^"k ''°us'i•�d,�!S'�;� � �n e���C11'r�,�#7rar.'".s JYy$�• �%��I;'':.Q"h'� '�.Yy •z!`?y�K� .M E qr j3J•l+ar?�'.s ';)�` is. t T' {'�'�«�T �YV'. .r^r+}•"+9:`•k•,n,` '�' ,��'ty5 �� i„� ��;.; �� t'�...�. s,p,g {°�'.a'Gtx ��h 1't,}`h4�f7M , � t�• �'� «}t � �• "'x« y `r 1 � AC 150/5340-1P 10/22/87 The marking elements for each runway classification, which should never be less but which may contain aaditional elements normally used on a higher runway classification, are as follows: e ) v a. Visual Runway. (1) Centerline marking. �F (2) ,Designation marking. Y}`� (3) Threshold marking (on runways used or intended to be used by international commercial air transport). (4) Fixed distance marking (on runways 4,000 feet (1200m) or longer used by jet aircraft). I (5) Holding position markings (for taxiway/runway intersections). b. Nonprecision Instrument Runway. j! (1) Centerline marking. (2) Designation marking. •� (3) Threshold marking. (4) Fixed distance marking (on runways 4,000 feet (1200m) or longer used by jet aircraft). (3) . Holding position markings (for taxiway/runway intersections and instrument landing system (ILS) critical areas). c. Precision Instrument Runway. (1) Centerline marking. f (2) Designation marking. (3) Threshold marking. (4) Fixed distance marking. (S) Touchdown zone marking. (6) Side stripes. y.f (7) Holding position markings (for taxiway/runway intersections and ILS critical areas). r 7. MARKING PRACTICES. The color of markings used on runways is white, while that used on taxiwiYys or for marking deceptive, closed, or hazardous areas is yellow. On light-colored runway pave- �a ments, the contrast of the markings can be increased by outlining with a black border at least 6 inches. (15cm) in width. In some locations the use of striated marking, consisting of painted stripes 4 inches (10cm) to 6 inches (1Scm) wide with equal width of unpainted area, has been effective in reducing frost heave of the pavement. This method also increases the coefficient of friction over the marking area. However, since s this method results in reduced marking conspicuity, frequent maintenance is required to provide an accepta- ble marking system. Due to the reduced conspicuity, striated marking is not used on Category II or III runways. Material specifications and painting procedures are contained in Advisory Circular 150/5370.10, ,,Standards for Specifying Construction on Airports,current edition. S. RUNWAY MARKINGS. a. Marking Precedence. Where runways intersect, the markings on the runway of the higher prece denee cont' through the intersection, while the markings of the rimway of the lower precedence are interrupted except that the runway threshold marking, desiSnation marking, and touchdown zone markings are relocated along the lower precedence runway to avoid the intersection area. For intersection of runways of the:'same precedence order, the preferred runway (lowest approach minimums or most often used) is'coa- side'red to be of a higher precedence order. For marking purposes, the order of precedence, in descending order, is as follows: (1);, Precision instrument runway, Category I1I. Z t �+i a�, � �TM •�1 S�,�y.( nag t���'�. N ct,'�"d"� RN�� � y y�fY'�eti»k+a y iy .�.`.�ira,�'...5.-t• ;'. .' .: . i ." iY� :�.i. ..� •,t ;..w-Y;.. tsc�fM}�'.. +ro+or.. � �. " �' ,r #W�rraru•w,s....._._.-�.,.. _.. ..-.v...:..t,.�..::..., _._....�.,. >*!7N<ta7J)Y! ..,�:+MOSn"1}.v�+�+ aa;ke.Fi:Sdin`tt�'�2kr'` '� i. 10/22//87 AC 150/5340-1 F (2) Precision instrument runway, Category II. r., s �!u - t-;tte1 (3) Precision instrument runway, Category I, (4) Nonprecision instrument runway. ,` 4 (5) Visual runway. b. Runway Designation Marking. Runways are identified by numbers which indicate the nearest 10•degree increment of the azimuth of the runway centerline. The magnetic azimuth of the runway centerline is measured clockwise from the magnetic north when viewed from the direction of approach. For example;where the magnetic 'x ; azimuth is 183 degrees, the runway designation marking would be 18; and for a magnetic azimuth of 87 degrees, `. the runway designation marking would be 9. For a magnetic azimuth ending n the number "S," such as 185 at degrees,the runway designation g gr y gnation marking can be either 18 or 19. Numbers and supplemental letters,where required for parallel runways, figure pp p designation numbers and p ys,are shown in fi e 4. The supplemental lemental letter is Laced between the desi the threshold or threshold marking as shown in figure 2. Single digits are not preceeded by a zero. The size and °r spacing of the numbers and letters are reduced only when necessary due to space limitations on narrow runways and should be no closer than 2 feet (0.6 m) from the runway edge (or runway edge stripes if used). For parallel runways, the supplemental letter is determined as follows in the order shown from left to right when viewed from Y the direction of approach: z1 (1) For two parallel runways: "L," "R. s.• (2) For three parallel runways: "L," C," "R." • (3) For four parallel runways: One adjacent pair is numbered as in (1) above,and the remaining ' adjacent pair is numbered to the next nearest 1/10 of the magnetic azimuth as in(1) above. Example for a magnetic `•' � 'r ''. azimuth of 327 degrees: "32L," "32R," "33L," "33R." ��;, •�,,,JOE ' u. a gat (4) For five parallel runways: Three adjacent runways are numbered as in (2) above, and the ` remaining two adjacent runways are numbered to the next nearest 1/10 of the magnetic azimuth as in (1) above. Example for a ma f " " " " " " " " " p magnetic azimuth o_ 138 degrees: 13L, 13R, 14L, 14C, 14R. Y.: M. (5) For six parallel runways: Three adjacent runways are numbered as in (2) above, and the l remaining three adjacent runways are numbered to the next nearest 1/10 of the magnetic azimuth as in (2) above. ;. ` • Example for a magnetic azimuth of 83 degrees: "8L," "8C," 118R," 09L," 09C," "9R" c. Runway Threshold Marldng. The runway threshold marking consists of eight longitudinal stripes of °< uniform dimensions arranged symmetrically about the runway centerline as shown in figure 2. The stripes are 150 feet (45m) long and 12 feet (3.6m) wide and are spaced 3 feet (lm) apart except for the center space which is 16 feet (4.8m). For runways less than 150 feet (45m) in width, the length of the markings is not changed, but $ ,< the width of the markings, spaces between 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 {r the markings may be increased proportionally or additional stripes may be added to both sides. d. Runway C.e=erline Markings. The runway centerline markings are located on the centerline of the runway and consist of a line of uniformly spaced stripes and gaps. The stripes are 120 feet (36m) in length, and the gaps are 80 feet(24m) in length as shown in figure 2. 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 12 inches (30m) for visual runways, 18 inches (45cm) for nonprecision instrument runways,and 36 inches (90cm) for precision instrument runways. Runway Touchdown Zone Marking. 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 2. For runways less than 150 feet (45m) in width, the markings and spaces are reduced proportionally,but the lengths remain the same. On shorter runways, those pairs of markings which would extend to within 900 feet (270m) of the runway r: midpoint are eliminated. The fixed distance markings are a part of the touchdown zone markings but are used alone on certain nonprecision instrument runways and visual runways as indicated in paragraphs 6a and 6b. aye C• t. 3 i x eq'';i'r'.= ji z F)tp+ ,° iw?"�;.°t•::.t r '`;Y j �kk tizw 1 Ik f 'sKK'k at f�fi #rw'. ir.1• %N r t y ,x9 , £�.rr off 7{' Y•{�wt`gti4 - ,` � ,3WWI a'{ 7 S,. w * Sy �ki YC,ydS tr Y '�' Ft J• n z t t>q"41 t,;x Lrc dr. x'ct ,^ rs � at' r t tr{ �*'` '�trd�S�stcG��) s+Ttr +? �' �'K'• S 15 ''��f #✓ r�� 4 Ij).. �t .r 7i��s�l+ l,R� '` s✓ �'�s�, jf.�t � �+L�i ' f ��f * :r}S„ 1�r4�, w �,xt,i .,' (^f, yJ `ts��+ kgtts`4'r�t=k. -f •i)#'x rig. Sy(S �,}% � i a •;-�.� 4 s r * '-.t,i_ ^'h.^a 3,•+�t 3 n(�F�`Yi- 1yr. ���l� �r ..t Fi t �I ?"a 3t�ht-«.n. x}it. N I ,rF. ��lj`x 3"�F ��� rkir r'.� (.�'�� ufi �; 7 �"kfi4S t�`�'}.td vt,t rr 4 s t+' J.f•+ t 4 Syr i, I}( T,,�}'yl)Y'i'�i S •{N �r.t+ tl+ Y A�:�.'��.h{� „}�1v°�"G�k (a a S 1)J F1;d;�i�k 4,� ly�,�Y��,�hYi`t ri� Nr �� _q. :4 ,�f,,,p;rMS t tt {e4 t v S .i.;'S. + ii t rt4+5 t t r i t i} I J R v� , F t y. Y{ if fiSs f y� t'v'�.•ft 1., f3»"k• v`'E�Ir;Sr� ? .rz; .'YI I'�t}7a Ih � ,}..3 ,' ��' �:^s rs z � .� y. .4 {. ..gt , .7£'�r"•}X f �I vs i - tf tai... .,.js{t4.t,l $�'257�,7ti;'pi{rt�id�5�?�tt1 j:�{ ...:••.,. .,,:,:a. `.• ,•.�6avx.tr�i.Ri°}�}tigY!!.KIIFf'1s�Gt �� �� r�.'�� - .r AC 9 5O/&W- F GHG 1 �•t�; 3� .` f. RiurwW Side Stripe Marking. Runway side stripes consist of continuous white stripes located along each side of the runway to provide contrast with the surrounding retrain and/or to delineate the full strength runway pavement area. The maximum distance between the outer edges of the stripes is 200 feet (60tH). The stripes are white and have a minimum width of 36 inches (Storm) for precision instrument runways and are at least equal to ; the width of the runway centerline stripes on other runways. The stripes extend to the end of displaced threshold areas which are used for takeoffs or rollout3. i; S. Displaced Threshold MarkhW. Displaced threshold areas which are used for takeoffs or roUouts are marked as shown in figure Sa. All runway markings in a displaced threshold area are white. Runway edge stripes, ;.x t where used on the runway, are continued along the edges of the displaced threshold area. Taxiway centerline markings may extend into the displaced area. .e•. h. Markings for Blast Pads and Stnpways. Markings for these areas are shown in figure 5b. All markings on blast pads or stopways are yellow.. , 9. TAXIWAY MARKINGS. y�<� ' a. Marking Colors. All taidway marking colors are yellow. -inch ( 5cm)b. Taxiway CentesUne Man g, The taxiway centerline mar king is a continuous line of 6 minimum width. 1 On a taxiway curve, the taxiway centerline m �,-,•�t;i ,; ( ) marking continues from the straight portion of the taxiway at a constant distance from the outside edge of the curve. For taxiway intersections designed for the s cockpit-over-centerline method of taxiing, the centerline markings continue straight through the intersection. t:r...t�(. •C. 4 Aed n (2) At taxiway intersections with a runway end, the taxiway centerline marking is terminated at rM f '?' the runway edge (with exception of the situation where there is a displaced threshold, in which case the taxiway •'' centerline may be extended onto the runway displaced area). For intersections of taxiways with runways where the taxiway serves as an exit from the runway, the taxiway centerline marking may be extended onto the runway as shown in figure 6. The taxiway centerline marking is extended parallel to the runway centerline marking for a ,y distance of 200 feet (60m) beyond the point of tangency. The curve radius should be large enou g h to provide a clearance to the taxiway or runway edge of at least 1/2 the width of the taxiway. For taxiways crossing a runway, the taxiway centerline marking a Y continue across the runway but must be interrupted for the runway markings. f� ti..: c. Taxis m EAge Marlin Taxiway edge markings are used when the full strength pavement of the taxiway is not readily discernible or where a taxiway,must be outlined when established on a large paved area such as an x apron. 'These markings consist of continuous double lines as shown in figure lo. Each line is 6 inches (15cm)wide r and the spacing between lines is 6 inches (15cm). Front of a Runway. Markings for these taxiways are shown in figure Sc. d- Markings for a Taxriway is 'e« e- Holding PosidAin Markings for Taxuway/RuQway Intersections. (1) Deearipto.Holding position markings for taxiway/runway intersections are yellow and are as shown in figure 6 (detail 3). The solid lines of these markings are always on the side where the aircraft is to hold. '. Reflective paint or reflective marking tape may be used to increase marking conspicuity.Markings installed on light colored pavements should be outlined in black (see paragraph 7). l aeadom The holding position markings are located for the most demanding aircraft using the runway in accordance with table 1. The markings are installed perpendicular to the taxiway centerline. The h appropriate FAA Airports office must be notified of any proposal to locate these markings at distances other than those specified in table 1. The Airports office will coordinate the proposed locations with the local FAA Air Traffic facility to ensure the safe and efficient movement of traffic and with the local FAA Flight Standards facility for a possible increase to instrument approach minima. t �y y #,.• 4 A. r t tt. . {t tiff `t,g}Pa f •;tt{'k: y• 5�•j�.++ t{�,g 6't1a".1 R"h9KPR�d"�t''{.. �"r'"}yP.'t,��1.4��7Fr 11��`,;o�i�'x"}f�� �i0 pep'. N"' 1{6k��'•r r�t�t,t,� � I ts- ! {j4Jut J"'7 } tr �ji; 's. � �,�,.� t..�!}tY Gtr 7 iitZ!j tkrAk...i�'f�-vh tc}fft� �t t•fs'�i,��'�'�G .} ik >�t�,r x�stf���Adt".t '� t }}t � �Y��'z, �+tl�KS>r4�tFS`t�`?`� � �}� 5 �, ,t J4 } � .`Ihx ,�1r}'1"k: '#`y ✓ts ��� 1} r {�� tH.?ydr 7i J.?, ..F n�fj 7�•� �'�7¢�.afv�tS'{'i x�'ir f't:t•{ . :t 1 ��'.n �!e�X, �ar 4 trtt l} 3 F.t,y e' #+ k (t .C' *� t ki t4r�t d?��y'�in�.a�� :yF��{ `� � ,''4k ,,• S �r,tt•a C�u Est .vet �; k�4 3Y aft.;+' Y y � t{{ �tCt rA Y5'r a cr .t Y j:.3T .rt r tt��{ r WtSU t?s.{x�''{� {'�}>r` t {" i t' ! '.t l I Y ;t ,1$k rA. t.'j •+ iu'.�• rp ,;,' r, T � F air .1 ir! yk. 3.f+fl•d '4}'k 'h!r flu( Y •.5��,�,•�tiiT f'•�i �S"'$�A .. .,.�t F .f J s '. .n . t,Y A a���lM+ewr,.,lrVri:,�i.:.'J.ur�..a,..jL!:.rSeJsX:.a'3Gt�i�'1 31 r �"""'' , 'fir `" `Y t '!41'•'E"'j 1`I '�1;. s ' �Y 8/16/91 } AC 150/5340-IF CHG 1 ;1F•i. �r k ��'1' r r{. Table 1. Location of holding position markings for taxiway/runway and runway/runway intersections »1 �1 Aircraft approach category and Perpendicular distance from runway centerline to intersecting (airplane design group) ' taxiway/runway centerline in feet (meters) a I Visual and nonprecision P Precision instruuent instrument A & B (I & II) small airplanes only ' 125 (38) 175 (53) A& B (I, II, & 111) 20A (60) , 250 (75) i. A& B (M 250 (75) 250 (75) t C & D fl through IV) 250 (75) 250 (75) C & D (V) 250 (75) 280 (85) ' See AC 150/5300.13, Airport lksism ' Increases for elevation above sea level arc: 'a 4t 1- Aircraft approach categories A and B. a• Airplane design-groups ; rP gn groups I and II. No increase to this distance is requited. �-•`. b. Airplane design group M. This distance is increased one foot for each 100 feet above 5,100 feet above sea level. c. Airplane design group N. (1) Visual and nonprecision instrument. No increase to this distance required. (2) Precision Instrument. This distance is increased one foot for each 100 feet above sea level. ,,�'ir 2 Aircraft approach category C. a. Airplane design groups I,II,and III. No increase to this distance is required b. Airplane design group IV. (1) Visual and nonprecision instrument. No increase io this distance is required <. (2) Precision instrument. This distance is increased one foot for each 100 feet above sea level, 3. Aircraft approach category D. This distance is increased one foot for each 100 feet above sea level. , f: Holding Position Markings for Runway/Runway Intersections, (1) Description.Holding position markings for run,;ay/runway intersections are yellow and are as shown in figure 6 (detail 3). The solid lines of these markings are always on the side where the aircraft is to hold. These markings should be installed only on a runway where that portion of the runway is used as a taxiway or used for "land and hold short operations." Reflective paint may be used to increase marking conspicuity. Markings installed on light colored pavements should be outlined in black (see paragraph 7), C2)Location. The holding position markings are located for the most demanding aircraft using the runway in accordance with table 1. The markings are installed perpendicular to the runway centerline. The appropriate FAA Airports office must be notified of any proposal to locate these markings at distances other that t those specified in table 1. The Airports office will coordinate the proposed locations with the local FAA Air Traffic facility to ensure the safe and efficient movement of traffic and with the local FAA Flight Standards facility for a possible increase to instrument approach minima, g.Holding Position MarkinSs for a S (or MM ( Umd Areas, (1) Description. Holding position markings f shown in figure 6 (detail 4), Reflective paint or reflective marking t�) may be used are o increase marking S .. r� ^� N i ���rz�;x�� >Fs �1�,�� ��,+.,h f '.` , ;Ri���'�•'°���5„�r�'t. r r".h'• � ,�, 1 r h•�f J�.'� j Pi��{1�5 iv yx,�y{ Sy �t P ���y.�i���� J 4�` ir�� ���r�"�'!�k"'t�c�`",4 �'�,d .a x �y 5`j�+*' 'c •G:°I F ���w �Y L r �E E 3 `� fr•� 4r '' �� is h k P•�� i �w4k�£4���r Ff`1.a�. �,•* {SF-••' ' ,1�� 'g� � `• ;t' 'S r xY:{ . L ¢ }r;.fir, t w� ^5f tar k i Js:Sl y �: hj w3 ({Sp3q+ prvjiG { . .`�4 •� r'.�tjx•f,""'3���{�r}# �i�� d'� 1 .��i�.�.q'�'� �e� �o i J�l�y r � 3 r 7 ��C t u�� :�i,�L:,�'Yf��`- JN i �, �� + , AJ7ht���1 R' Vz${'•,>!,,"JI'�{�� ��, :c�R� rS art�J�5 9 1 hr1L .0 1.,�J 9{ i�tr rl •�ji pYtr e�.i��r.� c s lxy K.,.i� <+ r i � y`('lJr •..t Zia`�� .i t7 r y.t1;�r� I.} i 3� i.� ��� i r rr �4j1 J'E+��sn-t 't��E��A. '�e3�,� lie �i. r S rr• Ei � r4.: t 5.':,1 a� .r.}.N:.de;•:• � l '.c��i ed•� d � ,- i ..?',C, r t• d set I ,•.w �+ i41®X' �..{ � ��tAeYll lArDkMb�au......,_.Ze..:...i..,.....a+.• :+l ri.wpnYW:'t�rtf.4]D�lf��'f 'ktyi9' .�6,`�o ,�j . d -: AC 150/5340-iF CHG 1 8/16/91 conspicuity. Markings installed on light colored pavements should be outlined in black (see paragraph 7). (2) Location.The markings are installed at the perimeter of the ILS (MLS) critical area. Where the ;;. distance between the taxiway/runway holdpoint and the holdpoint for an ILS (or KS) critical area is 50 feet (15 m)or less one holdpoint may be established provided it will not affect capacity, by moving the taxiway/runway ' :, <• holdpoint back to the ILS (or MLS) holdpoint.In this case, only the taxiway/run ay holding position markings ar installed.The local FAA office will designate the ILS (or MLS) critical area boundaries for the airport operator. The *;..;'. markings are installed perpendicular to the taxiway centerline. ' h. Holding Position Markings for Taxiway/Taxiway Intersections, �xtL; (1) De ai lion. Holding g position markings for taxiway/taxiway intersections are yellow and are ` as shown in figure 6(detail 2).These markings should be installed only at taxiwa /taxiwa intersections where there Y Y Y + is an operational need to hold traffic at this point.Reflective paint or reflective marking tape may be used to increase marking conspicuity. Markings installed on light colored pavements should be outlined in black (see paragraph 7). >,. (2) Location. The holding position markings are located for the most demanding aircraft using the airport in k y accordance with table 2. The markings are installed perpendicular to the taxiway centerline. ea Table 2. perpendicular distances for taxiway intersection markings from centerline of crossing taxiway Airplane design T�group ., IV V VI z' 44.5 feet 65.5 feet 93 feet 129.5 feet) 160 feet 193 feet (13.5 m) (20 m) (28.5 m) (48.5 m) (48.5 m) (59 m) ' See AC 150/5300-13,&M D ian 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AMpORTS. a. permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently : closed,the lighting circuits are disconnected. For runways,the threshold,runway designation,and touchdown zone markings are obliterated and crosses are placed at each end and at 1,000-foot (300 m) intervals. If the closed runway crosses an open runway, crosses should be placed on the closed runway on both sides of the on v. For taxiways,a cross is placed on the closed taxiway at each entrance. The crosses shown in figures 9a an 9 runway.are normally used,but the crosses shown in figures 9b and 9d are more readily seen from aircraft on final approach and + ' may be used. PP b. Tempor *Closed Runways and Taxiways. Temporarily closed runways are treated as in paragraph 10a <. except runway markings are not obliterated,crosses are usually f the 1 Y temporary P �Y tYPe (constructed of material such as fabric or plywood), and crosses are placed only at runway ends. The crosses are located on top of the runway numerals. For temporary marking, the dimensions of the crosses shown in figures 9a and 9c may be reduced to permit use of standard sheets of 4-by-8-foot plywood. Temporarily closed taxiways are usually treated as a hazardous area as explained in paragraph 10d. c. Closed AirportL When all runways are closed temporarily,the runways are marked as in paragraph lOb, 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 a central N location if no segmented circle exists. 6 I AM ,Ff � S� YYi�7 fq �ri{ �Jg,,f1 + t ,, �•�. HYSk'f'ist ' SJ`t} t d, ,k-T r 4 ^{�.3•.es ,a r 9�' Ltt�.fgFfd its '}t TD, f,' ',r'ft�,ici+ 14i r s_� '� :.3 {• .� j 'j��a���i 1�l l}r•T� .�'�Y Uy1 �,{ts'i'4�i'.�< Zq' J.1'f ,f�'�,4;y"",?w" r" 4 �� Y F'1 S .L,��h�y"�+F{ �i . ( .£l�Yi t, 5� �i`y,fYY�..,..,`,��gG .•a pY{.�:lrrf'�7+..i >.`✓ £ rift:,}��k�F�4t�(� f1yJ:,+'r � :,�:� �;�',:d' i�Sg'Ca� : r-41 7'- 7 MIT 8/16/91 AC 15015340-1F CHG 1 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 a minimum of 20-by-20 inches (50-by-50 cm) square and made and installed so that they aro always in the extended position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. Barricades, flags, and lights mus t be such to adequately define and delineate the hazardous area. Airmen (NOTAMs). The airport owner (or operator) must provide information on closed or e. Notices to hazardous conditions to the local'air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. P f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water.erosion. This stabilization may have the appearan ce of a full strength pavement but is not intended for use by aircraft. Usually the taxiway edge marking will define this area, but conditions 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 is marked with 3-foot (I m) stripes perpendicular to the edge stripes as shown in figure 10. On straight sections, the marks are placed at a maximum of 100-foot (30 m) spacing. On curves, the marks are placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripe s are extended to 5 feet (1.5 m) from the edge of the stabilized area or to 25 feet (7.5 m) in >71 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 exceptionally wide runways, where there is a need to indicate pavern figure 7, are used. the area not intended for use by aircraft. In such cases, chevrons, as shown in fig Leonard E. Mudd Director, Office of Airport Safety and Standards A> 7 (and 8) �jwe AVVI vlw .......... &W M COW .`F"`s jj �t ��i J i K 'Yi`!• } Y,� .tT 1F y t,.Li 3 � �1k�E J�� �rtL Aye••. zt ri�2����,���4rFw�'�' i`1�t4�t�{srt4�� '.'�:i 'r' v,- r�r � s rr •s�'1 s r �? �." i 1, � r J.fiw'S i 4 4 N',J p/ alt .�v"Y' 1'�'�,if. t% ,. �`.. �x E X,aG,jr �•'�2{t �i��t. 4 � t ' (. t t J I'.:..� at. r.�t71"�}`���.m�}lr �.lA v7� `�X°1 Y >>''�'�� �`( �`��',�k •i' "� t.?.h1G: � I .�'tf{��,�ttpy:a}',c+F,,,*ASS+''>.L?N u7....fi..i .7.,'+ �f.i�f.li}EY fi't�'•w�fJ} .kc.,.:�!v,zr.�1G..,�':rj Y��{� y�`3?t, aR.r�F`ax,."'r.t J`.?q^�',I�t$. �'t�,v,S f ,[li:.$.i,�' !1 .F 5 e Y' ii 4 ti ;K I n� 7 f t c; ti d 4 J' ir•�h�,. 1^; .r r .KS 7, �•r ;r`' f r. L 1[L^ i� ;". ..1...?': ..t•w:7!i�.su'�a>+. •�;..;..N`;'i,%E•.'':7"•'u•l;`i,.F �..,�. Ai �i•`r( .G°„.'.4 Cfx.i:.,•,.' ry, Z..•4„ � �'{ i t 1 3. r t 11�� 'tT.2 t 1i z •S`', :rjA yYi•yr, ,tt.r t. �1} .r ,;` 1'11 1t, J.,rz 1 5.i<�J r�.t'!�?�'sli,k''^s>•ct p {,:r;i�',>��.ry�z"#SvfS;v tr ii t �4+: .C ;t s tr .t �t J � t.d. j {, t ,f Yf, .rS. �•w1�•'"u”�x'fh Girl q,.H'•;n�rb:.,,,fiti4r.C.,.:,1"o-. .i�j ,. .�;):t.i'S,.n•G 5 { r. ,fit n '1 r .:.•}+ 7 s!�`° :'s,`i�'itj'IS 3 h 4t .:1 sW''o .'!{}�..,'.ra yitr,1 ik.,, ...;.„ •t.�r.it},•;,y.T+, ,.. r �.. "tJ t ti�w:•,>4:.'t'.i:�l�.S.'r��7,.,,;!};�3;-'�r� :tY, i,.wrt^'�;« .�2y1"e c�5'r �x:,.s�g.�?�.t2. .:L.r .^, t t • 4 't r rf ta ; r.. ,u ••w a B. v rsQ{ i:xr}`•i>. s'S�{1 Vii. > ? t°}t4 r 4`5 d t ' r.tv�;4*f e} a�J fx � sr ., f x i' ,I � }}„�� lT.. � ( r } f i'�N fd..:/1., ' .tS.3 1 Y� f ,.Y.�,`•�4b '19 F'(....�,K.c.t� �� '� t� 'G Fes!:�, �. �r F .p i � t 4 4 A5: .t. t. x .Lr x1�+' J.,y'p?! tl7 y Y'S' P1is.t .!kr ^. �:. •'t �. 3 '1 a 't.r x. rr�. S..S.'+';• rFi1� i Et` tai4Y " `'$t•.ri•+.�M1; q `ir 1 sz< t f I k Jh I t l {r .+ } "J 5' �i <,�: .)� � £ /�1 tFrt'''�r'�✓C.i£ ` ,1 ���,.,,,+� { t A){> r) f�'tlJyl �e i y1„V AF �}.1 1� I 'I{ .! .r +ri,. ' � i? .I�:, _i,.!',.x,(,�r 'i .h+q,q���y�rr,'•t t-,7:t� �.•,t,}7t'-"?!y',y,� 4��'GiS+y°'L/�„L .ty:��v, r L 4J,4� K t Kt 4 k ,. � 1 s S ;4} i`� �{ .ti;�.�✓� a��.2�''��.•n• f� M,�}s 'vY r� ." �'?. "�-�' t •S.{{.�r4{r�y�i,�' � $ 'F J, �ny t. \ '• ` �Y.� ii:a� f+` r's�,t..LS',}t'4•�y'{t Jt�'�,?��'1L�::�r �•� � 3 r3 y;g � ��.;���+ryyd:��i�w.x ; I � 1 I t�5 r f1 ,:kst T;:•'j: hart' (. ,rr4 x*,F, 4t` 'S - .. 3+. {�*'S.Jt�%xtis'I„�L P�{i4.C.,Ltf 't2i 5=ttl:i+`� .t.'"`•. f 1 t A• a �fC�1+ -i, s ,J f Y• �r�r�s;. st:y��,ft'a»?.��f.pr.�.,�L tityTf.���i'" '�+x�. q �i4 �r, . �:riJ, e,ty�yi. 4th,, 3 try;:�',.r.4�N.��y+�14 1$! r t 't f 2 t', �^ _.5 t ? I g S+jr. 'F i,r , t4f m a,T _ �i• r f:. * L .t r.q r ti ,y v .� i �. I y +:y�,}r �.L}S.��/(r,•� 5,5. ±It �rt:yt S�Jl,i.r1 F4 ''f? { �,t” ,.1� �(+x; � �7 4 l.�,i vto•�'.. .(*. x.+^, i' ifsl�; z 'n ,�uu;��S,�'u'r'�+'��' k+' d Y ' d hh� q ..S .• � } c51r +�.•.s '.�r�'t,..z� „SrT :.h �a.. 71:rn tt��1117.,-�r.:5 i',4 .,,t;�y�r, fy?,;IytE'4C� y }:.fi >+r,'sy,;I, . .ry,a 7'_. �'�.tsr+.�` is ctT,.j.f..,,.n����.�;f �M. t�. I,'I��JI� .I� /I I Ili '� Q B> $C ';�" 3 � t [4 •�� �4' :te3tei+ .�{t., f k. k � y. .� it'� '�.•" G7 ! ij ii i . •'�,3 � � Y��s���{, �t�;� � a+Y k� '�a��t .➢Y'��;��afr.. r F� � a�°.:'�ikf t�3 �'L: d�(yY}. 1' '�i'1 4 ,, .-t' � �Y�Jr��Gp E,y,§�+ � ,.���'' }��1 ��1 Kirt�' xn`y�7y,2 �,Z i�h Sa,i.C '�Sal i��t .�{Y,�,���. ��".f+d'•. i Ct' 7 to �� g"S't� �sY'�yy�fr�� y� i��l��r�a#,� iii �•��(� �eY;`, { �*�� Y� �.�37 �,AP ,z,ti �,t �4�?'a�S �i�t4 v��� '�2• 1 y i �y � "�r,��,}t Y�J/I(�r S'�,, �,,5 Iv� '' Y,�n°'.k' � vti^•�.�• ( s,',(j,$ A �' �'.v'st_..�. ._ �`W, �+� .c ' 2•�lt� '••t�A�r... i f k. ���� 4ip� �Si},$.C:��:��A�ht: 'SiCPo..,��y�'"µY?!.}r ir,, r"L,j,•.:"#:' _ ! .� ' } �'�����ft:1��47�c�'r.t�+Y •�ifniy�..s r....,.'fit` Ra V v4a�i o G;rte°. o : c • ,° •` . j -III �- .,��� N r II--■-III � � J `III- � .. 'i m -, s _ C N T s o '" I I t ; a s vt 1 ■ 1 II N II IL ■ _ II II � II II I� I t Y � t t'., � a .r 5.� `��^°�J i �'it F a;•��7� t d.l�i�r � {�w .qc �dt�,t 7.' .ti t �'Y v`'��,3 4 tL�,t' a'$t�,� '`�� ,ix a ��S�tr :6' d. � ,.� ..•: t � t S t� d..• 4 tr.�s„+#i�'°(, v fi^i t .t ;:+ � i•� � t ,'iY•{, 'Y r4'A*i s3'{�4+'8 �if si +� '� r' I., •<r �'� '1r + ,t"'+i't+ �:2 .Vz "'U,14 i-•S47 �,. ,: ° R ..i 1 1, ?•} r<� iA+2 Vi�Il r; 'A!,».FP.y+A�tyf af. 2+,.�r .'fig7gat i, �l, ft t`'�' s, yi', j St• f. �. e Y )�1 t rrA;w x ' t'. �'.r 'Yy '..ri "yt .ta o,• ,a•,,' r ,t',i, , Fp,. T S;t..'::�?�b' 'i5ct. fit'}} ? .;�i{d�`3�(s .y .t` w1 dj ir£. 2 3 f{x'.`f J.r{....;�., t.i..C. r t' i• i n:. a._:9 S, x srft..,1 7.yyt a�`ik.+l .r•i? Psa ty a �P;x tb.q\ 9' t!t'k� :t. S°7. . i ..EI..gt r.�'kkn { ) r ,' �.,'.� ; 'rt �i. fir... t}+5'w:'✓f.{'.S'Y u. .,h d.,,g:'�'i° •i�.'•�pb .i-,,�;}} ���'':.:t� s�4..w:{Vfg,�.t��y�'kn�l�� ��d`�t�{�.1}otq� �Y,Sa7ih�.7f,� 73��,{ {n t {�'h+.b t r r v.t.g'1�if 'r' �• Asb+��,_ � u k, t t/r :.5j�1{;:!.\'.„,?a A ti._. v $.. i �. h- �kr k t,.x s`f�a� f2i>•� �::rY� ,in..A �f"r"���4 „v .vu�` f I f FS r1 is "r + � a 5 Iy. ti t>.Ci7 w t f. I ti !A } Pf G r.�•i,t,�,sY;`•4 t` ! tt '�r, .r.r Ir: }; t +. .i.. 'f. 5 ,Y = {. '} r� rl .f:r�}5'# }r7,'s' l'{..t y.l. 4fte{'v+t{F,i1r}{y •}i}� :i} S� l �ltil.; I r f c ri up, c`[ r . r . 1 i � +.'. .f 't: t i{.' h'r ri x + E �r�. r � •Vq r U 1 - i \• fi a r I t� 1�.,R� t'. S; s.t 'Kd�t�'4'r• 7rt` �(r{,td. .ro ��.. .rl \ *1 '+Y �•}If x �G1�ff� Tit+t ii lye �S 1 i t 1 f 2 i-�✓V .art $3,`� /1 , ..5r.q',t n{S'a{?{ Sdre�,f�',4,,/ a``4 Y qt. Y���rj .y,u,;•,�,t{k:�.y 4\ r.1 J r. . {' r: '�'T '�.i St t.'.11C .5„+'l—i,� 1' 'Ij�} (It'!' v.Lf�'S ✓t\. N3�.'4tJ,9.:°#frY�4'�E 1. ). S'l yyl 'i l '4jr:y N� dL':I�( J5 <l..jai rr h �•j �fS7.:•'1 } .�Nv.a.r..I,SA.{. i+, S ,yf{„ ,f .,.}ArJ y'ta tt p'.fLv '(p(,iS e ,rV,:cit x{T .,',l ! .2V,.,>Y .44{,� t I 1 i 4,vrt, .,I,h.,.+l.•+ .7.,5� ',� +s�4+�Sl :( s+rfrt�, 1 {'!dAaa'' �}-7'.t;k M'jl ry'.` ^„G,yr� p r ri�+ It •.j5-0kSr�{,}uv i✓A tom,.'{` ;lif”�`.Yi{'.F�#"ir �sd�,'2w li l�itw �h r7•�t� �iPf J;A''s`��G 11'� .,�{f'n .P� v �. �,�rA(' '. '*ry \';{r o,; ',�' '"f;!•' .1},'�.°'t'rSid 4'�f.. ;,•vw.".!i'kt4r;}.: .o-.��', ,St.1. i. �t� <t�{13. � '''wx si$f "'t' S?;1, `r2' �;# l.:a �! .F?rfr".�`i„ �,,,\:S,r;"!%��',.� �� •r� n.: r�,l< '9� 'Vr � .611 f'r't t�f7 x•, 2 ..t �r .1.. .�q; :m«+` ,+ .,fi i -f' i.�. :r AC t5o/594O-1F 10/22/87 Appendix 9 e o 91 T .. W �. I M � l W Of 9£ Of YS Of l Vol 01 11 01 61 01 09 s __... . 1 Vol ^O 09 a+ -07 '_^ 1"'91 W at z;I MENI10 H O Z 61 „ £9_ 0'f. Z ZI 0f: d s r L T 01' at 01 i N , r W do 0'r 0'f t S 0'f "' �► W £I £i 01 ti 01 02;9V 0` 91� r' A h 01 SI 01 SL fo s OfrZ.0£. 49 Of s 51 1 ol WIT v# R 1 Z SI •Of a N W r �— 0' S S' 09 at 0 r pl 61 01 tI ® � a m " s a $ • - NO n1. E wA � ifflY W Q'.V me �. l offlal''alZ 9S Of s s W i 1011[1[ t 61~0I f'gl —! 09 W h cc 0$ Or 1 01 � -� C6 z .� >s IN _ «I,: 1 i — Q I Q 0'f f't �I'2 0'f 1 Z'61 rW. 1n ° a N = 0 f� 9 t 01 9W.1 a u a W o j Y ww 0'f. a's 01 09.0,0 W a S o w CIN •i V - owes £.�I .� IA v� l • _ Y- AC 150/5340-IF CHG 1 8/16/91 Appendix 1 z WW %D E)t in w L, fr,, A A A J� j z r r C4 a )1 2 21 Lu C3--- Q 54 Lj (K Li -C i w 0 z LI (X ra Q Lj on N, X m w z CL - X M z z C z L, w - L.J > Ln in z Y > Lj L -N LQ Ln�< cr 41 :r Di m =61 _js V) uj al w C3 -Z CL W W u cy 0 Sac W LJ Lj LJ IX Z H P 0 Li U z Z 0 o M CZ LZO L, Q V)w z 8��--A A A Ln C3 'r m tm — Cl) — I z ZW C3 -i IS -J.., O O 0 O O R U, c z ."a A 14CL Om 2 z Qf LJR e, 7 X zlj cu z LIJ A fAi Vg C35 Ld W CD V (D VI X 2i La 9X w w w w Ln Fig= S., Muidng for displaced thresholds, blast pads and stopways 7 (and 8) Z77 0', )"Re -0� MR7VAB, ,MO.lyt,�Ill I�N�,-14" ."'N ��4, %, I-N;� �,'t �,,:�Il 4 gqj A r:•' I� yurt.7A l �,..+cJJ` K9�•�.h,{.?P 1.,P y.�<"AY}.t. �.. .:!. r! �,:,. .��r..yi.r,. . .,nay . 1y1.��rtdq .}j ,a���t i1d11i�. .•a.s�i.{ABW.E try i.. ..._. ..........>w..e.•f.,.rfMet .,,,,.,.,.w .. �i�sL,�..__...r.:we,+w:utrta :, a •1`°tj� AC 15 °3 8/16/91 0/5340-IF Ct G'l y:t.,xj Appendik 9 � �x`�rtt Q ' .. . E w fl) U .r v • (� 1 N CL Z 0 0 I l.7 Aa c I J AO, N E =0 i JQW 174w Q O ¢w W�F d ' C] XW Zzw I U SXW = ©� N N Z 3 p5yit; Z (n A Z `0' I I-- }• z N Q W Z �„ 3 O A f'7 J .•.. ¢oC3 =or�� I u 3~ aid Zv1J1- yN-J Nw ¢ 0WW �C7WW JC7ww I J ¢ .�,... W d �-A I 5�1 W • W hr ,t W it W t7 w E Q W.: J � 3 n d`hn I-• J Qs Z lf)W LJ C7 F=-u Wo >- O N2 W JAQN w U w U N W J CL W d Q ¢w ., LLJ z ¢¢Z v� �,�� aztnu� W .� Q 1- ;.r WU? NA E- CC W c z 3 t t:- Z LJ W er¢ E f ¢ mm Nlo cs W Q r �C Q t � Q CD W 1� Q O LLJ U W �4 �1 a ' Figure 6. Taxivrsy/nmwmy and nmv my/nmw"inteisecdon martdnp 9 4 ri� 1i tt' __ 1 .� Y � �.{1 i*Ir" i Ysr ��nii��k y d'1•C'""X'..n'�'� + • 'i I �' �'a�,•£iis� q!k + , +r a w acs '�`9� g v 4;res i? P��� > t. �x]F :HG'wLf' did •t< fA „ v a r t eS yw r a b � '"y+ i} � r '� � � �'';G t r`�+,y��� l�j�'t��= 41•�, t�y�e i ''y^e#^' =s t '�r` ��y$�,� r d'S•,��,� 7 1.''�' t. �>f mYvYri�'k tit 4•.£{{ .ttry" a t�"'IU'is y,5Yf ? �.t�; T f 'h��''S! ' �c Y `4 � �� i`4�tL�/•n ri�S k' .tx�tf'�t�y. 1, w t � �� f�y l ut r,t; 1dL z + 7✓z, i .� •+ '2 �ry4f' F`�•.f; 0 �.,`Rl; .�,�.��5�t�� �r3^.ID v. y; r� � y,,`�• � t ,• t { �. �� 1. '��'t,�,p��� d����� ��r,-��}�+_+� �+�$}j,�4e�i �1'n.� � , r t' ,� �r t' �}i K.r� tip''r�'i�,:3;1�.31�.Ft4Pd�r� .}��•J�f1l��{,d,-,?.'1' S�f+���$�ffr.��i�$�+��1'���'S� �it •;�� ,N r rf � i1.' :.•F�.tj�;d^" f �: °4r�4't.f�,. ��K r -3'I,Jt y � � e�.t'x , � y��c,. }. •fi`` '� ri nr, ti'x'""Y 1.n �+ O, s r �1 �.. ei ��{Y�t rir it✓1'�"i +w } �' f �, $ta,r, rs .nrr• 1g.W,t, r v t v �`�.' + f a4 t `��1,' y;k r f'�' -#� r ::;Ar •"r '�:� 'a 3�.:. +-..+t...rti + lin Li p 5 W..' .3 f3r 3v t, 3+ t / s��r $�41a'r r�rt�re t i't�,?'4ti�� lh t `. .a } �` L � t rs�t {t 1 r .i" � /. • �r 3� f.x!tr{�rt?v,�;�;d ;,:�s'�is,�'�:�,4 }'c- 4 ,t•] '�.:rt � $' �r; ] }., t aa•,r t�t}�. a 7. l x! d• r 1 }.: r. 4� r� ,r • • y 1 1 t+ • F 4 ' y(1 1y i 'n ;t r r�+ ` :�%.,•.3'i,�i�jt:v:f4ijt. 'l'i S��yiittakw,�sti�'�1' pus:t�. '�(?L'�r i" + :�:" 'i {,.,. ;:1 "tr 1.. d�. <3,'�, -1' t." .f t•.? � .i3t+ifs�:tS; 'i•' a r +.+• ;i <�.F r..�+;�v;t*r ,'ty.,.? r- t>'' i 7:�. a' m (F x1 . `r'•.� `';Y�< r„aa•,.�u. ,.NOR'' .4F','M NO T .:�i�ifi:{,�,i�jt r 4 .t (• S .�... �'ti t 'i y y o4 s ' ri"fS3 t . n ) t 2. *n: 1r Y; anyti ;,t :�dri k•Y r; ^ f�:ir t r fY f t�. ':rrC�S.}t,L.1� ��'�Y��;.tix�k�•�+.�/a �t'Tyt=�:�,t �, �' 'tdyp�firi�7� ,�;-;�"� Sr�ii`�� n tr+fir' { 'Jr .1 4�;,r,i4r+� ,, taVFx?�•�.t. 7d 1] 1 f1 vs-,f.::�(i:st�.l 1(`,,,sly�,3+'y;i�i.{ +.•:T+ .9/r!.+;1•;., ��.,�•cy;�'frmi,2';>.e.U.{h ri�;.}v.yj .)..g• =t1•Y,�jt�,.yip rY�.� �r.�S4�k^u�rh,.k �'t: .}?H'aif.tc. 3•?�r .ft� ° i. •ri: r �.. , 5u�'14 ift`f."`•'.75�k�+.�,,"k'i u i` ',�,rYt l.�p�4�tw tn��.)�'i.Li�"t' t�, .i x U �) r �,, t. kt{t?ly;. 1 t rr t �It v r T+:^�f�<r.'�i�c't�". qx p tfj.�a l,;.r $3�{�k�.t+,ri :?rt{`�r�]i t4,���..y}.y�y�j1. ... ,�;. i�=i It ?`"�'i t r{ \ f + `'•1 �I� � � � t t< .:,�}`�:1'.^..i.1..t; .k�s wsy� lt]ifi." - �'t;i,..,�a°�'X'1`Ix;tip:.'�. r �'2,� +�ii R.:g +J'Yp'•. !1. �tt„�}°j,f !r ; , - ,'Li,t,.. 1r ..i.,a,j >.t •. 'Ik �, �, rky.:,ti� 1��v.'6,]*k�"s�,<..,r;1,. 1 's�} a ��a •''F-1� t-: i ,�-ti i1e +r*j, ar l;� t;- Jr. i � r t ! lg"V1 ,� 11 t'{trr li i;t} 'wt�*`t:��C,H kti;,y;c�r }h � t r � s, t �` a�e} rL�`i��'?v �+1' r'a F t A'k•� `��r' •�W N�'�r :l.. .,,. rr f'iyr•ter RF.''� AI t d �I r Y�••�.kr'�S��s tT»�zr, �'.ke�;���t-,��A�.�y 'r� t5+, i iN tit 4�' 1 e;ri: r Sr :t•S+'=r t• .v w u; P tze ';t '? a "r�t�J J r"'C/:^t; ?�t art r d .t't1� 94.r5 AFC c ! �t ;4'.; tt t' S z "�'sLesSy+}:.1�" i tksY; i ,' #i.•� a�`,1e} � tic, t , si t r �. �1c y� .)l;�a,.:,�;r;...,�,+�r ��yx� y"y51��s.,,fY�u�„�;= j..`P �'w �.•, r,. �.R�,'�f ;�e��yy,,y�.,�;�CFyi�e;+��4. � i�a t ,t ). t t:•.e �ti i S.t�i rJ}��..yyJtr4F`{.fyt nl?'s is}pt'':,t" 'StJ�� tS rt, �tr E`S i��nta}'?r`� ti;; S'i, j�.r^t3 r ��'S,� `r.. y t s � t .:{ shti}�{it�yf�ri .,.t",�r�,pt'4���}yt,4Nt�iw• 6't'. 'td::'n� 4u�'c: a.r`�-,hl, b .x z s4. .r: Yr d,w. °4. ?rck }ga, t?' SUa •,i t 't p "�� 'r•' y e i 1. ,t, ADD 'i ja +�°'��:'I�C,'rrf iJ,:. :f, .r.�,{,., ui, .t„xtrd, ;-J!i t 7� 1� dt"'d }/.+.1a"s''fii*,!•,��.i., r i r,,,s-}. ,rt ',t•i, �'at` F� m yr.. J %:.,t p!'S1i, '._. ?Si e,a. ;;�,'e``!�,' ,h.i��y��.4w t+'4�}(pt� r.� ,=�•1�,,.G''�f<... .d r '+'c'ir .ti a.yT.; 7'7,¢ ,41 �* ar to :e'*yet o� i•y� t }A,'•kxrn It �s+, R' hr�ti..k,i« •7 rt .✓,t yr.,,t.rvG�, ,i. i2.� ."Ya J'�. m ..� rr, � { .t�Ky.' �dv4.ixK >'�" +t cx 1,° �, i42,. � •'u,.E . � (3 ,4t+ x1;j n7 it, I .�a""'" a 7. •6,✓''ic ; '�;ij.'i L c :k r r ! A ��z i '•t^ "T C Al t. ». �tz f. 1��i�{0.„eft ttdt 1. i:<•?..` f t. i.• � xtt+'A.:'}r5 t. f.ty',Y �. .,.�`:?i..", n,., !A.•Z3, ,+i'.i,'�},,,rr �h , '.f>•I�, .f--, •.t• �. ./•.'l ySi�:S; z f.`."';�'kry .. l7. � a.�'f. :a°t:,, g'a J .1. ,.. .rV N� j..; ,�.:..;..,r.....,,. f •,} ,.r�.„,::�"��'f"' ..'i::{ A t•^i' '�t .,,r i 7 �!;}' �.'�a.o "t+ ,U ..'"�pp 1; t t,v r,. ,� t..r:, .�,t,�✓'' .Sti..t�s1r4.. i�!:7 A�',r���:.� �r.4, tztrit .a gL�'�i-',.n F�>r„;kt ,«? r > t.. i. 12�t }x . .✓,. tt>i.";t�';"z.1'a'�e„i �r?.”-i�,�zt,�1}dx:'�5t¢;ya r�,.t:., .�r �,.:,,�'"yn'I�•:�� t3 t}•.z3 ..fS�':Y� y'�,� d���'(}. �+.A'h'� ft ..:'..t }}'t 't � r;.�;:S.' r`iz i + i ,� s a j'r'�°i"'r}.:f 5�''rLY "i' t.4,;� �r 't•a;�+..��:'�F. � a�� �.� x� :' ^'��b'�' 1't, ck �'.p�. '�1 t 7`t2.t ,.; j i.t F rt y } .x .x Ba {. .a '��.ww+r�r d,f((t'�. .:'(.z}`yj;, •�+�'+' ��' `k` a,..;�•�. Yis yni`5Pfi'y,q w? ;v .,f' � ! 7 Pk S e:' VIC'. —33 It Nl-'14 lv To Mc RN Ow j i-�i,;;V � 5 �,* i 7 il !io, �,i L, %,yl�j�v!-ir 1, ;a� RA-'ZII;`4,"q0'6�-iIl-" 'Ap x;j*'.., 7", 1% R -�Rlm I'��-lzl�-,��.):,�-,Z�',,,',,',',,,,:.-"!.;..t,":', VW v --i gj;, �AR �.L�Lu lly� 4, abl�A a 10/22/67 AC 1505340- t. IF A Qndlx I 14�1 V'i MOM----------— 200 LACN; 0 err TAXIWAY 4. CENTERLINE MARKING TAXIWAy QENTERLINE TRANSVERSE STRIPES MARKING TAXIWAY A rye TRANSVERSE STRIPES SEE DETAIL BELOW FOR TAXIWAY EDGE MARKING 61N 15 cm) SPACE JMJ TYPICAL TAXIWAY IN (15cm) INTERSECTION MARKING YELLOW -LINES FIGURE 10 'AXIWAY MARKINGS OE TAILS .Ask& 3 (and 14) A'R"� V", Kip ggg'g"' "p�j' 0 R ffi N r 'll iii d T A; Y r�� �r, ,f�ti+ . a� `� ts�;�,�'7��f�t•�9 t�x iy i, .Y, U j,:. a rs��*tF�`54 �T� ,:+� �„j' . .••t�*�����r '� k t#J#;jtttStkCVr<. .7 ,f„�+",r 4 t a �.. n� Alk —a i r US Depamyou AMr&M r(. , Ur Fta AVkMM 11dn"trottatt F? °. ` Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C z' DURING CONSTRUCTION Initiated by: AAS-300 chmae: rG ., . zf PURPOSE. This advisory circular (AC) sets forth guidelines concerning i a the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Y, 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 noncertificasted airports and airports with no r grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. j :� 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With h Emphasis on Safety During Construction, dated October 9, 1981, is canceled. A} 36 RELATED READING MATERIAL. All references cited herein are available 5, 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 150/5370-109 Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisor Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various AC's which detail all major elements of safe A 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. f���" �s ;rlh��'{ 'e*'#�'�I�`s„}F'�',�'c?°y�T�. �,'�a 4, ",�t,?Gr�j'°`�iF�G�'y�y' 5�,�•"�;�5� tj. � Ea 5. ^' `a ;;.s; �"P`.';` Y a r'yCr y x,u •xq `"c f Yl. q Y'Dis_i r. a {y r i� r 944'�nr !(3iif ` AC 150/5370-2C 5• GENERAL. A a. The airport operator is responsible for full compliance with the require- } ments of FAR Part 139 for certificated airports and with the provisions of Federal n 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 f" A.. all safety matters on airports. (See AC 150/5000-3, Address List for Regional ". Airports Divisions and Airports District/Field Offices, current edition.) ;.r. b. Each bidding document (construction plans and/or specifications) for air- F '4 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 contaip the � appropriate provisions outlined in a ppendix 1 to this AC. c. The airport operator should ' p pay particular attention to the pullback �•, •_, t distances and clearances for any maintenance activities and emergencies that occur ' on airports. These include activities which involve maintenance equipment--such as ..{r mowing machines, snowplows, lighting equipment--as well as emergency standbys fort ;< firefighting and rescue equipment. t3`'AA t° d. Where feasible and where operational safety is not affected the airport operator may choose to keep open operational areas adjacent to construction ',�•'" ,`` zs't; activity during construction rather than close them to aircraft activity. ` ` ^ ` M1 ;kf' e. At airports that are undergoing a multi-year major redevelopment, a compre- hensive plan should be developed. This safety ' hensive construction safety p y 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 i �r • � limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an t ai rport• in k ; , proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users �. P prior to initiating Ji such activities. In addition, basic responsibilities and z � procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety require- 'j ments. These and other safety considerations should be addressed in the earliest i ' 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. r. a. Formal Notification. A formal notification tb the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of r 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 f } in It.11p►! '^•'4^T^'r'g*?I^hrf ?( .7777 S• ti_."P" t�$�SK '...•• zm'-.•in^...,.,.f �F { .� � 5 `fiv 4 r . i 5 r, zr r. m 4'. .•.ca t� ` �Qr-t�YS#;�7 ... r .•1 sr7 Cs� ` e� 'qO F r t ya fr. y 4 C' fit! b t�y Yry�ryr,:U k '�• ry .}f tt.. .. 4 s,r .`'r 1 r air R{t��tE a �v. .4 �K t t t r r. t r 1'tY .,"r,. t ` ✓- 4�. ,y S,t{t`t f r ,,i.,, �,• ", ff,�$:� s, G it . �{��`; s ,. . t tft t L i e jnls.bR'� `� 7'�:+±�ji ti tti .1"`� .t ' 1t• s � .. t t .ti F ...td .�' �•..^ #:�'� {`+.r, t,s I, (j�,i ! °,•a ,��tu "(T'S`"��,d�;r�ir �P{fit` �,t�' t 52, 42Si'°�}St!"7 c iF .; } t. 'a. ... ;i• ... � . y., , t7 `.v ...# s ..}, �� Mb1MYH't�F� i�::.;+,'.3.c.:..w:w.w.rweXl+ts4�fi�s+:v.'t+yWcf..;.w.irteefath41E76�!a*l�t��`�.0'+�P.�yllPbl�t9viX141$ 7.�#i1�9.&W AC 150/5370-2C }%y t I°;,•:•„> construction of a new airport; the construction, realigning, altering, iotivating, • or abandoning of a runway, landing strip, or associatod taxiway; and the deac- ,t+ tivating or abandoning of an entire airport. Formal notification is made by sub- ' Y 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 a 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 Airspaces, current edition.) ' ' y'3 bt, 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-L sibilities should be clearly established for continuous monitoring and compliancep with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being .t,. 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. r, c. Safety Considerations. The following is a partial list of safety con- I ! ` siderations which experience indicates will need attention during airport construction. ( 1) Minimum disruption of standard operating procedures for aeronautical ;` •y.. 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). t : (5) Suspension or restriction of aircraft activity on airport operations i ;44... areas* (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for "t1`Y closed or diverted aircraft routes on airport operations areas. Revised vehicular control procedures or additional- equipment and manpower. f�a •� R"'-, (9) Marking/lighting of construction equipment. Par 6 _ 3 ±.r Its K: '�. rt 2a t u C 4i s r!i'S.t�,`r�A F't�;�w`L Cx+.4�nFSr"trt�, xt t i !i f{. +4.?y:"+T1 Y t` kk 1 ra}z wF 9 �tt j i} r3*}/ 4�a'•f�� ���t f^S � dt� r ,� ,.} �:�•,tF'�r1��,�?,�A.,$fYf�,p�'7Y.`�.r �!S�� �1 k Gt,hrpa� .n1 t, i�# �l�i{'}f Y: c �, r i AYi'.#f���id t,Fh3:' t,r-� ", ..Q J 2! '� ��`fGi§`Lid ���}��Gk'tif� �.t�4NP+ it .��v��K f'�c�t�,r�•��' ,,�'Ct"$ Lt�q�x�i�� ��� �� �� f Y +a�x 3 a q��' , a' > } �. t St`�t^ Y I��1 ! •k t�+� ak e � !,5 3�M r�' �qq"F' �� tF� '�W” = v, •4 y ; t:+J t,,p t h r a S a yt 1 '.. r!t t+�t. , t , :1�9 I` {�t�yT kq � § + e �;.; r��, K#, c,t r���,k �.z L },.?t 4 7.f P a r,t .r n �iE _ ,�,Ye , .fj.. r ., „ 3 )! t ��,yx?'L•3 t'�: � � Js, •R'�:X v��jr $Ycf} t3 ..t A Zf '}1! 8 .. r "�! t . i tt. { * ? t' a } t �;`, Y s` t y�.f F f's< ! + .y Y ath k. L ,}t . t. 1��tif._ r ..t. ,t.vt' t ! � ,.: t +.a' '{- v° .sv �'`-✓r�r� ff.. rt ":t! f�JL :f �: .�`t .�. '+;', !• ,.+ . .':t ,m� .. �.. t. 'r �'.,l.rf...�� f .I" r' *E+ i .� ................... $ 5/31/64 AC 150/5370-2C `t (10) Storage of construction equipment and materials when not in use. ' ^ 4(11) Designation of responsible representatives of all involved parties and their availability. ( 12) Location of construction personnel parking and transportation to and from the work site. ±: ' (13) Marking/lighting of construction areas. if t 4 (14) Location of construction offices. t 'A ( 15) Location of contractdr's plants. (16) Designation of waste areas and disposal. " `yv (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. , N (21) Noise pollution. a ;d ' (22) Blasting regulation and control. J (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 EAR 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. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visuai. navigational aide. 4 Par:.6, 4 '. ..L.I�, - _ .. ""��"- _�.�_�s_L.L—�, _ __� 4z?J� -4.- wn, ..Y�.s•��` gym:. �h k�' � i s�,•xti e t .:' r?� �'� it .,+s ? :.t-, .�i(ti`ryd :+: JE. h3"'ifi b. 44'7 n �.� :�. r�¢,p,.'k«3 r� . E A 1 `3 'f t d 'L r• y'yi 3 C ��,,�} { : .�,.. G i(S vi'`�'j 1 'CMr �, .tR 1N g"�. � .r � k�$ • '��a { y������^�'�€�c tit.�'i � r t qv,x +.�j��.�� ,l v�k+ R 1 r + �P dr rkr y r 5/31/$4 AC 150/5370--2C + (32) Smoke, controls. Q, steam, and vapor cont ; (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc. , as needed to assure w clearance in construction areas. :S r,a. TC S« d. Guidelines for Proximity of Construction Activity to Airport Operations y ' Areas. The guidelines contained in appendix 1 are fora in the preparation of ,> plans and specifications when construction activities are to be conducted in loca- t,; : Lions 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. y� 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. s` b. Hounds or stockpiles of earth construction material, temporary structures ' p r 3' t , 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 em) for runways and 3 inches (7.62 am) for edges between old and new surfaces at runway edges and ends. y' r' A 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. _' 9. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other' debris on or near air- ` port operations areas. =;r I. Failure to maintain fencing during construction to deter human .and animal intrusions into the airport operation areas.. �. 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 g t , x3�. slT�^Et' I �y�. �-�57�?xy � ��YJ'isrt t .,r 41 l: .. 1� 4t. ',i N w 3 f:;<. � .jl: I�t W:rw'r.�x✓i�,x.^'>.r :4 r� !, 1 ° rsx AC 150/5370-2C 5/31/84- m. Inadequate or improper methods of marking temporarily closed airport opera- ,Y tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. ,t.�. 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. .�Y^�Ytkir4` h `v9 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for A , z- establishing and using procedures for the immediate notification of airport users and the FAA of an conditions adversely Y Y operational safety at the air- ° yf,.j.. 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 > y 45-day minimum notice is desirable prior to the facility shutdown. Notification of r: 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 ar;4 aviation activities are encouraged to report safety-related airport conditions to ' q airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Reporting Pa Safety Y System. T IR VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be -- ice a, kept to a minimum. Where vehicular traffic on airport operation areas cannot be p avoided, it should be carefully controlled. A basic guiding principle is that the 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 t ' individualized solutions so that vehicle traffic does not ends nger aircraft l operations. .s a. Visibility. Vehicles which -routinely operate on airport operations areas f 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, Paintin g, Marking, and Lighting ng 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. I�I�A 6 Par 7 I ;t t�.,7F`.'F•"'t�r+^,^`t47'(`,"!,yT _ w' •z' � Yr,d;4v• '1P �y .,jJ v 7ti'dJ+ r� T.C'i c 5 43 tt h, , r t. „,; ., J � � t5 4 x 5' j { <//55+ e °c I r lry 4 f I j .. i ( '[ r ♦f t t�„{i' '?Ir ,+.51'IV ! . la t t ' i i� 3 c.+ F ,�3 „ r #�i "�'' { Crt1'�,',�Y .��r�?x 4h� �.,r,+� u.I z i �n ^s” ;- �•k4e; i.FY:I9 "'�` '�'n '�. 1 wtir SF1 e+1'q��n.t ,j�'�w�':• � / a .t a at. > i 'i t+�x r v, w f 4 r k4'tJ'I'a ASS 4 a V` 4ac-+� ��• �, �,. �'� :r. 'tf�`{ a 31�! a a rY 4 .r r.. { r <+ y � Mu ,f i�"'`U3r r�r�� � •�� r � ' ��`.:�,, ' • i�t ����*d �.��+.ril r<! '�i' .' t"3-' Yrddr 4lv�d t€S fi�..It.Sr ��5't u � � f tt4:. t :jr^ E;�rt�f,t '1t,-}alt?� rldrrryr'iVj� } i ip ;t.., �'ry'�j�,' 7tf�"'(!��'t }i itt E ? .,��:.Y4 ;45t1��1 s�. F' F t `. •r+c s ;r s ,j•A rt s'y*t `�� c ' �Y G t tiff'. �.+ ✓rf F;'y:. .�hh.�J`vJ:X .;•t'r5rti I ° i�.y'i1''TMa?iryd�P'rg .s tr..P..2;:tas {3iJ, x Et r'4 J.:S$+r,' `+gerra' R9'try'Ify�ivk!" 7 1...: •r •�`• ! � '}+ e�iv1'ILL"F'..sri�::,b+�.i3u"I.inttira:tuY`' `9-r�4aA.r��.t,aEil� :.+xdi�ya�F*a�i'xA4�r. 5/31/84 AC 150/5370-�C=: `;^ -= d. Movement. The control of vehicular activity on airport operations areas is Airport management is responsible for developing of the highest importance. g p p ng proee� 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 i "+ two-way radio, signal lights, traffic signs, flagmen, escorts, or other means r 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 moat sophisticated procedures and equipment, systematic ? training of vehicle operators is necessary to achieve safety. Special con- , sideration should be given to training intarmittent operators, such as construction workers, even if escort service is being g 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 E a. i rz " following the prescribed aafet y procedures and that there is an effective litter .�� control program. 11 . FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors E :_ .. have specific responsibilities re garding operational safety on certificated airports before and during periods of construction activity. Their particular area 'i 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 P y Plan which is a part of the plans and specifications. «. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and a. Aiivay 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. `. FAA Airports engineers and certification inspectors should e. P participate in '. the preda3ign and preconstruction conferences if the project involves a com p lex safety plan. Also, they should participate in construction inspections and the inspection of the finished work to determine that there are no safety. violations to. FAA Part 139. LEONARD E. MUD Director, Office of Airport Standards �. Par 9 7 (and 8) 0 t 14 �. r. { b .i t�' G \ a f �,T r.94 Fit �+.t.,iyfty a4 k' I?A .a ? '4.„;.3�•. Y'. y"�;IyA F',. 7 ST'�"QM 1 fi5 'h Yif�iTrY i•S1i�,�, . : � 'rr�'i dt{ u�,Ya ';F taf,{c�� F s�u; + g1 z:�,dk ".. aJ.Yu •r:. `>�'y"�'����y��yrt. t i ���Lp SY l �5 ryD .�..( .tz]b r d t -Ir .+ t',,,} h,.r .�r• �r. ,t.., 5/31/84 AC 150/5370-2C Appendix 1 n*n APPENDIX 1 . SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION ” xz - g 1 . RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 i <<I approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within ` 1 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a ease-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, n, 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 h= users; NOTAM's are issued; marking and lighting provisions are implemented; and it =Y' 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 x. 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 ' F from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted ar within 200 feat of the runway centerline on a case-by-case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. 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. k 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted . ; within the construction activity areas defined in the preceding four sections. 6. HAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted t : to the appropriate Airports district office for review 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 tliith the appropriate Airports district, field r 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 s 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. T. 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 i \ K � 1 F�+' n� �`rli"+t•iY��4�,Y�.�" �§I '�,h,"F"' • i" �. y "53�. :?,7, • ,•r f�t' :H s d y�,.t�" w . ,ft�h h l � �'?.� 'r +� '?x �.d..FF„,+.�ju i `.� � a ..). x•� {C ,'t. i. Y'67 Fv'�{ 3?'):y��,"'SY.`� x c 4.H .�,i' f �``. t' .e r� M1`'1. � d.q 'q tf'r s t� 4.°'� "'a"tom 9.�'�'^{�t� 2 e ' �sz� i rr •fibt� t t �.Its tt�l��r' x � k sa'� '` �: ,Ft�rnYs.�.tt�j9.�•;E�.�J,{{��v �9�j 7�s��tt`��i?`ti ;;�'.�t�.�;�,kt��i'ti.{ ';�.r`� s �t .«ra�t a._':" 'q�.:. . ;. AC 150/5370-2C Appendix 1 5/31/84 FAA is necessary.',. y Technical involvement by FAA regional Airports, Air Traffic,, k 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 150/8300-2D, Airport Design Standards--Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. 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 airportts procedures. t, 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 when signed b all contractors. This plan, g Y participants becomes a part of the' he contract. The airport opera- ter ig responsible for coordinating and enforcing the plan. t. ` 9. LIMITATION ON CONSTRUCTION. a. Open-flame welding or torch-cutting operations should be prohibited unless adequate fire and safety .{. y precautions are provided and have been approved by the airport operator. All vehicles are to be parked tion restriction line and/or in an area designatednbys the iairport operatorr.•nstruc- b• Open trenches, excavationsv and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport p operator and the .FAA) during hours of i restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. 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 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 havo 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 2 rA fir�r `3J� �e08 yt'Ba�?'tit 1b+y.4.drr.3Skr ➢,a '{.}k rt i4^:frr ftak� # t t S 1J4te Pitt Y 7 $.un . �� r +'+ a� "r°> rcpt}rtt #a t R, "V%5 tyY� I� r� ' �' 3" ` a f=�.: �1 `t`sf��"}"r��C �- t t �},'e� ......-rFS< �r�"i°e f'�•- J��•c'k?sf: �',�i, .51efs ,�'tslS �;f;..'1 5/31/84 AC• 150/5370-2C Appendix 1 ??Pa material such as fabric or plywood), and they are required only at runway ends. >R The crosses 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 � n ^F< : usually treated as an unusable area as explained in paragraph 10d. ;:. Closed Airports. When all runways are closed temporarily, the runways are rx' au►rkeA 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 t 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 i f'. 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. 'k e. Notices to Airmen (NOTAM's). The airport operator should provide infor- `''` mation on closed or hazardous conditoos to the local air traffic control facility 4tl w� (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 17' 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 r.:r. 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 be marked with 3-foot (1 M) }<iy stripes .perpendieular 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 i, (7.5 m) in length, whichever is less. r; 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. d% rfi 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 , r,.= $,-;s�4.'r' a yritiy `�;;fir.. ;�. `•9�x Qtit • rb toa'3 ''vst+tt7�i',14�. til §!.. 'Z{j� i I T r .� r��� �1�y���s�*}z°ta�w'ss•^t�,`�����'c�'.�. c���t {x . ff f p sa t t r r.`'i�t�t3{ ..f'k�sEZh r 1'4i'L�n � 2;}�•'ri ,.'h }d` : �, t, t Y F,•.aA q'A 9i.3xx 'rYt r�#4N ��'�fX.���5S*�`t f i f �t ��� `� `�� l�r§'ti "ts Y,�F .k r7 �-F r1(�,'' }•`1�` cS`t�S i *T.<tF� 'X�. �7 tr ��>'',,N��z��- xla i'+��'r �F,J•�}§f 4ina n;� � Y ``Si f:�'&#;( y r� ,�a F< a2t i FY f st� ,t'. �b5 xl°t§`�h 9 PS �4 {pr:.>. $ ��'r.�ifi � tr-�t �rrs`�"h✓,�� +