Loading...
HomeMy Public PortalAboutORD10953 PUT- BILL NO. 87-144 Ask SPONSORIED BY COUNCILMAN BORGMEYER ORDINANCE NO. /O 911 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH J. C. INDUSTRIES, INC. , FOR THE REPLACEMENT OF WEST MAIN STREET BRIDGE OVER WEARS CREEK. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk are hereby authorized and directed to execute a contract with J.C. Industries, Inc. , for the replacement of West Main Street bridge over Wears Creek for a sum not to exceed $607,948.20. Section 2. The contract shall be substantially the same in form and content as that contract attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. ash Passed 1 'y� �E / �l Approved r nresidin f ce Mayor ATTEST: City Clerk CITY 01' JErFEI(SUtI RRM-3115001) BRYAH R ASSUI:IP�TE5 a4•v(L ANIL co�acfb`r naive BRIDGE REPLACEMENT PROCIZA14 Contract Docunxnnts Job Special Provisions and General Special Provisions MAIN STREET over w I4EARS CREEK BRIDGE HO. 2I8RO2.5 BRYAN ASSOCIATES CONSULTING ENGINEERS INC. P.O.BOX 1042 JEFFERSON CITY,MO 05102 914/693-"77 l StWE DATE:tMM1D0NYYI ® 11/25/# 7 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFEASY NO RIGHTS THE CEFITIFICATCHOLIDER.Winter-Dent & Co. EXTEND OREALOTIER THE COVERAOC AFFORDED)YCTHEIPOLICIES BE8 OW AMEND, P. 0. Box 1046 Jefferson City, Missouri 56102 COMPANIES AFFORDING CU+a/EFil`GE COMPANY A LETTER United States Fidelity & Guaranty COMPANY INSURED LETTER B J. C. Industries, Inc. COMPANY P. 0. Box 1264 LETTER Jefferson City, Missouri 65102 COMPANY n LETTER COMPANY LETTER • THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. CO POLICY OFECTIVE I POUCY(XPiRATION LIABILITY LIMITS IN THOUSANDS LTR TYPE OF INSURANCE POLICY NUMBER MATE ianwnDnrt DATE IM44DDYY1 EaC�M AGOREGA1E C CUHRFMCE GENERAL LIABILITY coDiLY A COMPREHENSIVE FORM INJURY $ 500, $ 500 PREMISESIOPE.RATIONS MP085740380 7/1/$7 7/1/88 PROPERTY 9 UNDERGROUND DAMAGE $ 500, $ 500. EXPLOSION 6 COLLAPSE HAZARO($2 0,000. XC Property Damage) --• PRODUCTSICOMPLETED OPERATIONS CONTRACTUAL Di a PD COMBINED $ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ 500, AUTOMOBILE LIABILITY NJURIr ANY AUTO MR;1kxv,i $ 50.0 A ALL OWNED AUTOS(PRIV. PASS.) BAP086777439 7/1/87 7/1/88 BODO -- 2%Juq'+ ALL OWNED AUTOS(OTH`ERPTHHAAN► q A�'U'•'T $ 500 HIRED AUTOS / PROPERTY NON-OWNED AUTOS DAMAGE $ 250 GARAGE LIABILITY e1 a PD COMBINED $ EXCESS LIABILITY A UMBRELLA FORM CEP094357934 7/1/87 7/1/88 ©OMBI ED $ 5,000, $5,000, OTHER THAN UMBRELLA FORM _ STATUTORY WORKERS'COMPENSATION A AND 7000369876 7/1/87 7/1/$8 $ 100 (EACH ACCIDENT) $ 500 (DISEASE POLICY LIMIT) EMPLOYERS' LIABILITY $ 100 (DISEASE-EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS JOB: Bridge Replacement Program, Main Street Over Wears Creek, Project No. BRM-3115(501) o � o EX- City of Jefferson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- Y PIRATIJb DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 320 E. McCarty MAIL 11 VV DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Jefferson City, MO 6 S1O1 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR L IABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIIED S FIVE � �� SAF9CO INSURANCE COMPANY OF AMERICA GmERAL INSURANCE COMPANY OF AMERICA FIRSt NATIONAL INSURANCE COMPANY S,AMM OF AMERICA NOME OFFICE:SAFECO PLAZA SEATTLE.WASHINGTON 981851 BID BOND Approved by The American Institute of Architects, A.I.A.Document No.A-310(Feb.1970 Edition) KNOWALLBYTHESEPRESEN7S,That we, J. C. Industries, Inc. as Principal,hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle,Washington,a corporation duly organized under the laws of the State of Washington,as Surety,hereinafter called the Surety,are held and firmly bound unto _- City of Jefferson as Obligee,hereinafter called the Obligee, in the sum of Five Percent (5%) of Price Bid -------------------•-------------- Dollars (S ),for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, tire Principal has submitted a bid for Bridge Replacement Proj ect lip Project No. BRM-3115(501) NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or i Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 22nd day of October 19 87 J. C. Industries. Inc. (Seal) Principal Witness Ga4 L. Wieberg, secretary Title SAFECO E CO PANY OF AMERICA Witness By_. Cg Carl eynolds Attorney-in•Fact 5.54 AS 1/73 p p POWER SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE;SAFECO P02A OF ATTORNEY SEATTLE,WASHINGTON 90195 SAFECO No. 546 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation,does hereby appoint ----JAMES J. LANDWEHR; WILLIAM R. TWEEDIE; CARL E. REYNOLDS; BETTY KAY CHRISTIAN, Jefferson City, Missouri--------------------------------------------------------- its true and lawful attorneys)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected,officers at its home office. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of —A Rust , 19u _. CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority AWL to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its r business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 22nd day of October 5.1 300 A5 3/98 PRINTED IN u 9 A ADDENDUM N0. 2 October 16, 1987 City of Jefferson Bridge No. 218RO2.5 Project No. BRM-3115(501) B & A No. 84-068 Make the following additions to the specifications for this project: Add Sec. 105.7.8 as follows: 105.7.8 After the contractor has finished all embankment in place and compaction to within 12" of finished roadway profile (before placement of 3" Rolled Stone Base) , he shall allow the utility companies to install any lines, conduits, etc., that are required. The contractor will be given a maximum of 15 working days (counted consecutively) for this work to be performed. During this period of time, the contractor shall not be involved in any activities that could interfere with the prompt and expeditious performance of the work by the utility companies. It shall be the utility company's responsibility to insure that the fill over the utility. installations is placed to meet the compaction specifications. Add Sec. 108.6.4.4 as follows: 108.6.4.4 The contractor shall not be relieved of accountability for working days due to standing water when surface elevations are less than Elevation 532. Flake the following corrections to the plans for this project: Sheet 20, HANDRAIL DETAILS Delete the following notes: All posts, rails, pickets and floor plates shall be anodized after fabrication. Color to be determined by Engineer. Sleeve must move freely after anodizing. Add the following note: All posts, rails, pickets and floor plates shall be A36 steel and shall be galvanized after fabrication. All expansion/contraction sleeves must move freely after galvanizing. PLEASE ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 ON THE BIDDING FORM. CITY OF JEFFERSON ERM-31150(501) BRYAN A ASSOCIATES 114-060 1. Ce 1NDUST RIESP ®NCS P• 0. 13OX 12694 Jeffers on Cit 19� ...me "2 contractor s na BRIDGE REPLACEMENT PROGRAM Contract Documents Job Spacial Pr•ovi lions and General Special Provisions MAIM STREET over 1 ~` WEARS CREEK Alk BRIDGE N 10. 213RO2,5 Tim PRPIXO leg 13 ill 5%AG BRYAN & ASSOCIATES CONSULTING ENGINEERS INC. P.O BOX 1042 ¢ JEFFERSON CITY,MO 65102 914/883.44" ADDENDUM NO. 1 . City of Jefferson Bridge No. 218802.5 October 6, 1987 Project No. B8M-3115(501) AMh B & A No. 84-068 The following note was ommitted from the "Notice to Bidders": Add: "A Pre-bid conference will be held Tuesday, October 13, 1987 at 10:00 A.M. at City Hall, 320 East McCarty, Jefferson City, Missouri on the above referenced project." PLEASE ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 ON THE BIDDING FORM. CITY OF JEFFERSON BUM-3115(501) BRYAN a ASSOCIATES 84.069 BRIDGE REPLACEMENT PROGRAM INDEX-CONTRACT DOCUMENTS NOTICE TO BIDDERS PROPOSAL Special Instructions to Bidders Bidding Form Time of Completion and Liquidated Damages Anti-Collusion Statement Signature and Identity of Bidder Bidder's Acknowledgment CERTIFICATE REGARDING EQUAL OPPORTUNITY & AFFIRMATIVE ACTION IN SUBCONTRACTING DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS Part A DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS Part B FORMS Contract Agreement Contract Bond GENERAL SPECIAL PROVISIONS NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) STAI4DARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) ! OPERATING POLICY STATEMENT SUPPLEMENTAL REPORTING REQUIREMENTS NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERAL-AID CONSTRUCTION CONTRACTORS STATEMENT AND PAYROLLS NONDISCRIMINATION IN EMPLOYMENT CARGO PREFERENCE-USE OF UNITED STATES FLAG VESSELS BUY AMERICAN POLICY ADDEI4BUM TO FHWA FORM PR 1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FEDERAL WAGE RATES STATE WAGE RATES JOB SPECIAL PROVISIONS CITY OF JEFFERSON BRM-3115(501) BRYAN & ASSOCIATES 84-068 NOTICE TO BIDDERS SEALED PROPOSALS for the City of Jefferson Bridge Replacement Program, consisting of: Construction of one (1) bridge, Structure No. 218RO2.5, Pre-cast Concrete Arch Structure (41 Foot Span) with Post-Tension Retaining Walls. Located on Main Street over Wears Creek, one block West of the State Capital Building. WILL be received at the office df the Purchasing Agent and opened in the Council Chambers of City Hall , Jefferson City, Missouri at 1:30 P.M. on Thursday, October 22, 1987 Any and all bids received after the time specified above will be returned unopened. The wage rates applicable to this project have been predetermined as required by law and are set forth in the bid proposal . When Federal wage rates are applicable and included, this contract is subject to the "Work Hours Act of 1962," (P.L. 87-581; 76 Stat. 357) and implementing regulations. The Owner hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to Alh this invitation and will not be discriminated against on the grounds of race, color, religion, creed, sex, age, ancestry, or national origin in consideration for an award. The bidder will insure that Disadvantaged Business Enterprises will have the opportunity to participate in the performance of this contract and or any subcontracts. Goals for the amount of work to be awarded to DBE's will be 4% of the total contract price. Copies of the plans, specifications, proposal forms and other contract documents are available to bidders, and may be obtained from the office of BRYAN & ASSOCIATES, Consulting Engineers, Inc., 2717 Industrial Dr., Jefferson City, MO, 65101 (314/893-4477). A payment of forty dollars ($40.00) per set for printing and postage will be charged and is not refundable. All checks for plans and specifications are to be made payable to BRYAN & ASSOCIATES. The character and amount of security to be furnished by bidders is stated in the contract documents mentioned above. Proposals must be on forms provided and all unit price bids, extensions and totals provided thereon shall be completed fully. The Owner reserves the right to reject any and all bids. CITY OF JEFFERSON BRM-3115(501) BRYAN ASSOCIATES 84-068 PROPOSAL FOR BRIDGE CONSTRUCTION CITY OF JEFFERSON, MISSOURI FEDERAL AID URBAN BRIDGE REPLACEMENT PROGRAM SPECIAL INSTRUCTIONS To the CITY OF JEFFERSON DEPARTMENT OF PUBLIC WORKS JEFFERSON CITY, MISSOURI THE UNDERSIGNED BIDDER, having examined the Plans, Specifications and other proposed contract documents and all addenda thereto, the locations of the proposed work, the nature of the excavations to be done, the location, arrangement, construction and condition of existing structures affecting the work, and being cognizant of the condition of roads giving access to the sites of the work, the existing and local conditions relative to construction hazards, labor, transportation, hauling, trucking and all other factors and conditions affecting or which may be affected by the work; HEREBY PROPOSES to. furnish all required tools, equipment, plant and materials, to perform all necessary labor, and to construct, install , and complete all work stipulated in, required by, and in accordance with, the proposed contract documents for the unit and lump sum prices listed below, which include all applicable taxes and fees. THE UNDERSIGNED BIDDER UNDERSTANDS that the specifications, contract, and bond governing the construction of the work contemplated are those known and designated as the "Missouri Highway and Transportation Commission Standard Specifications for Highway Construction, 1986, approved by the Missouri Highway and Transportation Commission, together with the "Special Provisions, Job and General ", if any, attached to this proposal . THE UNDERSIGNED BIDDER UNDERSTANDS that the quantities given in the following itemized proposal are not guaranteed by the Owner but are used for the purpose of comparing bids and awarding the contract, and may or may not represent the actual quantities encountered on the job; and that the sum of the products of the quantities listed in the following itemized proposal , multiplied by the unit price bid shall all constitute the gross sum bid.. THE UNDERSIGNED BIDDER submits the following itemized proposal and hereby authorizes the Engineer to correct any multiplication of "Unit Price" by "Quantity" as shown under "Amount". p .... .. .. ....... .N_.. s'1. CITY OF JEFFERSON BRM-3115(501) BRYAN & ASSOCIATES 84-066 IMPORTANT " SPECIAL INSTRUCTIONS TO BIDDERS The following instructions should be carefully followed in proposal preparation. Omissions or irregularities may be cause bid rejection. 1. On the "Bidding Form" fill in the "Unit Price" and "Amount" columns in figures only. 2. Acknowledge Addendum's by signing, dating, and stating the addendum number on the Bidding Form. 3. Date this proposal in the space(s) provided for the date. 4. Sign this proposal properly. If submitted in the name of a firm or corporation, the legal name of the firm or corporation should appear in the space designated, and be signed for by one or more persons legally qualified to execute papers in the name of said firm or corporation. 5. Complete the Signature and Identity of Bidder form. 6. Attach bid guaranty to this sheet. 7. Complete Bidder's Acknowledgment. 8. Complete Anti-Collusion Statement. 9. Complete the "Certification Regarding Equal Opportunity And Affirmative Action in Subcontracting". 10. Complete Sheets 3 of 4 and 4 of 4 of "Disadvantaged Business Enterprise Contract Provisions" - Part A. 11. Present the proposal in a sealed envelope which is plainly marked with Bidders name, address, project title, bid date, and bid time. 1111 CITY OF JEFFERSON BRM-3115(501) BRYAN & ASSOCIATES 84-068 BIDDING FORM Item Description Quantity Unit Unit Price Amount 202.1 Removal of Structure 1 Lump Sum 39 1 000, $ .2000., e 202.2 Removal of Improvements 1 Lump Sum 0. �000.� Co 203.2 Embankment In Place 1 Lump Sum /0, 000. -/02000. 203.8 DNR Permit Req. 1 Lump Sum 1, 000. /2000. 206.1 Excavation For Structure 1 Lump Sum 904000. g�0. all `= 304.1 Aggregate For Base (3" thk) 1711 Sq. Yds. 2. ���• y O �. 502.1 Concrete Pavement (7" thk) 1560 Sq. Yds. j•5:-'' �3 4.00. 608.1 Sidewalks 254 Sq. Yds. r ' VV 609.1 Concrete Curb & Gutter 293 Lin. Ft. 14-, - /02. 612.1 movable Barricade 4 Each .500. 2, 4 614.2 Curb Inlets (4' x 3' Type A) 1 Each 614.3 Curb Inlets (4' x 4' Type C) 1 Each 100. 1. 600. 614.4 Manhole Cover 1 Each 250. 250. 616.1 Construction Signs 81 Sq. Ft. /0 4510. 618.1 Mobilization 1 Lump Sum �O, OOO. �O U o e 619.1 Strip Drain & Soil Filter Cloth 579 Sq. Yds. 8. r 0 703.1 Class B1 Footing Conc (4000 psi )388.8 Cu. Yds. 703.2 Class B1 Wall Conc (4000 psi) 387.8 Cu. Yds. 1, 825703.4 Class B1 Arch Key Conc (4000 psi)8.1 Cu. Yds. ©, 703.3 Safety Barrier Curb 136 Lin. Ft. 60.-5'o 6, 228. c� 703.5 Class B Misc. Conc. (3000 psi) 2.6 Cu. Yds. '300. 1 d. 706.1 Reinforcing Steel (Gr. 60) 118410 Lbs. $�4-9 d ay 0;2 0. Od !�- o m 712.1 Pedestrian Handrail 127.7 Lin. Ft. ��.� j0} 2. 1 G,"�' 719.1 Drilled Rock Anchors - 1.5"dia. 175 Lin. Ft. / O. /, ?5 CO). ' o u �-• 719.2 Drilled Rock Anchors - 1.75"dia.352 Lin. Ft. CITY OF JEFFERSON BRM-3115(501) BRYAN & ASSOCIATES 84-068 719.3 Drilled Rock Anchors - 2" dia. 85 Lin. Ft. 719.4 Grout 50K P.T. Rock Anchors 175 Lin. Ft. 719.5 Grout Anchor Rods - N11 352 Lin. Ft. /8. 366 719.6 Grout Anchor Rods o #14 85 Lin. Ft. 20.I f 117 00.E 719.7 P.T. Rock Anchor Load Test 35 Each /00.`� � 5,00.E 60 719.8 P.T. Rock Anchor Proof Test 1 Each .500. 500 719.9 P.T. Rock Anch. Performance Test 1 Each 720. 1 Post-Tensioning 12090 Lin. Ft. 726.2 18 Inch R.C.P. Culvert 7.5 Lin. Ft. 50.l 375. 126.1 21 Inch R.C.P. Culvert 82 Lin. Ft. .50,. __._ oo. alp 733.1 Precast Concrete Arch Culvert 60 Lin. Ft. ° //�. /2,6 00.'' 805.1 Seeding, Mulching & Fertilizing 1 Acre 00 O 000.gq_ Total for Bridge No. 218RO2.5 $r 2- � ------- qp CITY OF JEFFERSON BRM-3115(501) BRYAN b ASSOCIATES 84-068 IF THIS PROPOSAL is accepted the undersigned hereby agrees that work will begin not later than the date specified in the Notice to Proceed and will be diligently prosecuted at such a rate and in such manner as is necessary for the completion of the work within the time specified as follows: NUMBER OF WORKING DAYS 130 i THE CONTRACTOR further agrees that, should he fail -to complete work in the time specified or such additional time as may be allowed by the Owner under this contract, the amount of li4uidated damages to be recovered on this project in accordance with the requirements of the Standard Specifications. AMOUNT OF LIQUIDATED DAMAGES PER DAY $210.00 ACCOMPANYING this proposal is a certified check, treasurer's check or cashier's check, or a bidder's bond payable to the Owner for 5 percent of AMOUNT OF BID. If this proposal is accepted and the undersigned fails to execute the contract and furnish a contract bond as required, then the proposal guaranty shall be forfeited to the Owner. Proposal guaranties will be returned as per Sec. 103.3, Standard Specifications. AM ANTI-COLLUSION STATEMENT STATE OF MISSOURI COUNTY OF _ being first duly sworn, desposes and says that he is 4-U Title of Person Signing of P ame o e that all statements made and facts set out in the proposal for the above project are true and correct; and the bidder (The person, firm, associa- tion, or corporation making said bid) has not, either directly or in- directly, entered into any agreement, participated in and collusion, or otherwise taken any action in restraint of free competitive bidding in connection with said bid or any contract which may result from its ac- ceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. By [N By By Sworn to before me this day of 19 o ary Public My Commission Expires 1 SIGNATURE AND IDENTITY OF BIDDER a The undersigned states that the correct LEGAL NAME and ADDRESS of (1) the Individual Bidder, (2) each partner or joint venturer (whether individuals or j corporations, and whether doing business under fictitious name), or (3) the + corporation (with the state in which it is incorporated) are shown below; that (if not signing with the intention of binding himself to become the responsible and sole contractor) he is the agent of, and duly authorized in writing to sign for the Bidder or Bidders; and that he is signing and executing this (as indicated in the proper spaces below) as the proposal of a ( ) sole individual ( ) partnership ( ) joint venture ( corporation, incorporated under laws of the state of gatedQ,V4, , 19� . Name of individual, all partners, + or joint venturers: Address of each: i doing business under the name of: Address of principal place of business in Missouri + (If using a fictitious name, show this name above in addition to legal names) P4 (If a corporation show it name above) o vsw� ATTEST: VUVV l.�Qt� �.• W��beY� S�� . �cvc{ y (NOTE: If the Bidder is doing business under a FICTITIOUS NAME, the Proposal shall be executed in the legal name of the individual , partners, joint venturers, or corporation, with the legal address shown, and REGISTRATION OF FICTITIOUS NAME filed with the Secretary of State, as required by Section 417.200 to 417.230, RS Mo. If the Bidder is a CORPORATION NOT ORGANIZED UNDER THE LAWS OF MISSOURI , it shall procure a CERTIFICATE OF AUTHORITY TO DO BUSINESS IN MISSOURI, as required by Section 351.570 and following, RS Mo. A CERTIFIED COPY of such Registration of Fictitious Name or Certificate of Authority to do Business in Missouri shall be filed with the Engineer, 2 BIDDER'S ACKNOWLEDGMENT took qW (Complete and fill out all parts applicable, and strike out all parts not applicable.) State of 1'yll,Q,(ytYunA County of SS. On thi s day of 60 , 1g ir 7 , before me appeared Xtie" , to me personally known, who, being not first duly/swor- , did say that he executed the foregoing Proposal with full knowledge and uhfierstanding of all its terms and provisions and of the plans and specifications that the correct legal name and address of the Bidder (including those of all partners of joint venturers) if sully and correctly set out above; that all statements made therein by or for the Bidder are true; and (if a s individual) acknowledged that he executed the same as his free act an deed. Q- (if a partnership or . venture) acknowledged that his executed same, with written authority from, and the free act and deed of, all said partners or joint venturers. (if a corporation) that he is the Press eA or other agent of c.. ; at the above Proposal was signe a sea ed in behalf of said corporation by authority of its board of directors; and he acknowledged said proposal to be the free act and deed of said corporation. Witness my hand and seal at QTA , ,LL ,c . the day and year first above en. (SEAL) Notary Public My Commission expires ©d7� 19 •Y! ��.w�w.��-.v wr•w � ..• .vM rvqn .lpq�1•. October 1977 CERTIFICATION REGARDING EQUAL OPPORTUNITY AND AFFIRMATIVE AC71ON IN SUBCONTRACTING (1) Certification with regard to Parfbennow of Previous Contracts or Subcontracts subject to the Equal Opportunity Claux and the filing of wired Reports. The Nddn Lo , ptopoeed subcordractor _-,_,__, hereby certifies tint he has _ —, has not participated In a previous contract or subcontract subje to the oqual opportunity clause,as required by Executive Orders 10923. 11114.or 11246, and that he hiss hn not_,filed with the Joint Reporting Committee. the Wectar of the Office of Federal Contract Compliance,a Federal Government contss+cting or administering agency. or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: This certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 601.7(b)(1), and must be subrnkted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,001 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prune contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60.1.7(bXl)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such period specified by the Federal H%hway Administration or by the Director, Office of Federal Contract .- Compliance, U.S. Department of labor. (2) Certification with regard to intent to subcontract a portion of the work and afflrr ative action to oonsider minority business enterprises as potential subcontractors. A. The bidder hereby certifies that: Qhe odoea not intend to subcontract a portion of the work. ffK does intend to subcontract a portion of the work. (Bidder to check appropriate box.) If In the affirmative. the bidder certifies that he hiss made contact with potential minority business enterprise subcontractors to affirmatively solicit their interest, capability. and prices on the items he intends to subcontract, and shall document the results of such contacts. NOTE: A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. B. If the Contractor requests permission to sublet work, and has not done so during the bidding stage, he shall take the' affirmative actions required of bidders in Iarasgraph A. No subletting will be approved unless the contractor demonstrates that he has taken such affirmative action: C. The contractor slurU designate a liaison officer who will administer the contractor's minority business enterprise program. The name, address, and telephone number of the designated officer slull be furnished the engineer In writing upon request. NOTE- The requirements contained herein are In acoordance with the Federal Highway Administration Federal-Aid Highway Program Manual (Transmittal 164, November 3, 1975) Volume 6, f7sapter 4, Section 1, Subsection B, Paragraph Sc(2X3) and (4). ). It By .�..� Date: Dahtw i10) July 1987 Sheet I of 4 PART A DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS VAKI A) • POLICY It is the policy of the U.S. Department of Transportation and the Missouri Highway and Transportation Department, and the Owner that businesses owned by socially and economically disadvantaged individuals (DBE's) as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. Consequently, the requirements of 49 CFR Part 23, and Section 106( c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987 apply to this contract. OBLIGATION OF THE CONTRACTOR TO DBE'S The contractor agrees to insure that DBE's have the maximum opportunity to participate in the performance of this contract and any subcontract financed in whole or in part with Federal funds. In this regard the contractor shall take all necessary and reasonable steps to insure that DBE's have the maximum opportunity to compete for and perform contracts. The contractor shall not discriminate on the basis of race, color, age, national origin, or sex in the performance of this contract or in the award of any subsequent subcontract. ' BANKING SERVICES Am The contractor is encouraged to use the services of banks owned and controlled AW by socially and economically disadvantaged individuals. GEOGRAPHIC AREA FOR SOLICITATION OF DBE'S The contractor shall seek DBE's in the same geographic area in which the solicitation for subcontracts and materials is made. If the contractor cannot meet the goals using DBE's from this geographic area, the contractor shall as a part of the effort to meet the goal, expand the search to a reasonably wider geographic area. DETERMINATION OF PARTICIPATION TOWARD MEETING THE DBE GOAL DBE participation shall be counted toward meeting the goal as follows: a. Once a firm is determined to be an eligible DBE, the total dollar value of the contract or subcontract awarded to the DBE is counted toward the goal . b. The contractor may count toward the DBE goal a portion of the total dollar value of a subcontract with a joint venture eligible under the DBE standards equal to the percentage of the ownership and controls of the DBE partner in the joint venture. c. The contractor may count toward the DBE goal , expenditures to DBE's who perform a commercially useful function in the contract. A DBE is considered to perform a commercially useful function when responsible for execution of a distinct element of the work of a contract and the carrying out of the responsibilities by actually performing, managing, and supervising the work involved. 5 t Sheet 2 of 4 PART A AM d. The contractor may count toward the DOE goal, expenditures for materials and supplies obtained from DBE suppliers and manufacturers respectively provided that the DBE's assume the actual and contractual responsibility { for furnishing materials and supplies. ( 1) The contractor may count the entire expenditures to a DBE manufacturer ( i .e., a supplier who produces goods from raw materials or substantially alters them before resale). (2) The contractor may count 20% of the expenditures to DBE suppliers who are not manufacturers provided that the DBE supplier performs a commercially useful function in the supply process. GOAL FOR THE AMOUNT OF WORK TO BE AWARDED TO DBE's The following goal has been established for this contract. The dollar value of work, supplies, and services will be based on the amount anticipated to be paid to DBE's. For firms owned and controlled by socially and economically disadvantaged individuals (DBE' s) the goal for the amount of work to be awarded is * t of the total contract price. *See Notice To Bidders For Percentage. Failure to meet the contract goal or to furnish documentation acceptable to the Owner of e-forts to meet this goal . may a cause-`.— rejection of the. Did. REPLACEMENT OF DBE SUBCONTRACTORS The contractor shall make good faith efforts to replace a DBE subcontractor who is unable to perform satisfactorily with another DBE subcontractor. Replacement firms must be approved by the owner, DOCUMENTATION OF GOOD FAITH EFFORTS TO MEET THE DBE CONTRACT GOAL Good faith efforts to meet the DBE goal may include such items as, but are not limited to, the following: (1) Attended a pre-bid meeting, if any, scheduled by the Owner to inform DBE's of contracting and subcontracting opportunities; (2) Advertised in general circulation trade association and socially and economically disadvantaged business directed media concerning the subcontracting opportunities; (3) Provided written notice to a reasonable number of specific DBE's that their interest in the contract is solicited, in sufficient time to allow the DBE's to participate effectively; (4) Followed-up on initial solicitations of interest by contacting DBE's to ® determine with certainty whether the DBE's were interested; 6 Sheet 3 of 4 PART A (5) Selected portions of the work to be performed by DBE's in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation) ; (6) Provided interested DBE's adequate information about plans, specifications and requirements of the contract; (7) Negotiated in good faith with interested DBE' s, not rejecting DBE's as unqualified without sound reasons based on a thorough investigation of. ; their capabilities; (8) Made efforts to assist interested DBE' s in obtaining bonding, lines of credit or insurance required by the Owner or by the bidder; and (9) Made effective use of the services of available disadvantaged business organizations, minority contractors' groups; local, state and Federal disadvantaged business assistance offices; and other organizations that provide assistance in the recruitment and placement of DBE's. The undersigned certifies that the following steps have been taken to obtain DBE participation: ' Ad 2. 4. 5. 6. 7. 8. SPECIALTY ITEM Subcontract work awarded to DBE subcontractors not to exceed the amount specified in the proposal or the amount designated in the contract by the contractor whichever is less and not to exceed a total of 202 of the contract will be considered specialty items under the provisions of Sec 108.1.1. 7 ..,.. ..�-...-.--....-.. .�-t.,..^7- .•r.r•t n• rya. Sheet 44 of 4 PART A BIDDING PROCEDURE The bidder shall complete the information required under Part A and submit with the bid proposal . Failure to submit the completed Part A with the bid proposal may be cause for rejection of the bid. Part'Yshall be completed and submitted with the bid proposal or delivered y t e ow and second low bidder within three working days after the letting date. No extension of time will be allowed for any reason. Failure to deliver the completed and executed Part B showing DBE participation of not less than that specified by the bidder in Part A by 5:00 p.m. pn the third working day after the letting will be cause for rejection of the low pjd .apd the proposal guaranty will become the property of the Owner. The proposal guaranty of the second low bidder will be retained under the same conditions until the Owner has determined that the award will not be made to the second low bidder. If Part 8 is not submitted with the bid, it shall be delivered directly to the . Engineer at the following address: Bryan a Associates Consulting Engineers, Inc. 2717 Industrial Drive Jefferson City, Missouri 65101 VERIFICATION OF DBE PARTICIPATION Prior to release of retained percentage, the contractor shall file a list with the Owner showing the DBE's used and the work performed. The list shall show the .actual dollar amount paid to each DBE that is applicable to the percentage participation established in the contract. Failure on the part of the contractor to achieve the DBE participation specified in the contract may result in sanctions being imposed on the Owner for noncompliance with Section 49 CFR, Part 23, and Section 106(c) of the Surface Transportation And Uniform Relocation Assistance Act of 1987. If the total DBE participation is less than the contract goal stated by the Owner, the Owner may sustain damages, the exact extent of which would be difficult or impossible to ascertain and therefore in order to liquidate such damages, the monetary difference between the amount of the goal stated by the Owner and the amount actually paid to the DBE' s for performing a commercially useful function will be deducted from the contractor's payments as liquidated damages. If the contract is awarded with less than the contract goal stated by the Owner, that amount shall become the contract goal and shall be used to determine liquidated damages. No such deduction will be made when, for reasons beyond control of the contractor, the stated DBE participation is not met. PARTICIPATION BY DBE'S (MUST COMPLETE AND SUBMIT WITH PROPOSAL) The bidder agrees to utilize DBE's as follows: DBE PARTICIPATION % OF TOTAL CONTRACT Com ira ny By ® ►q ? ' Date: it 8 i Sheet 1 of 1 PART B DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (PART 8 IDENTIFICATION OF PARTICIPATING DBE'S The undersigned submits the following list of DBE's to be used in accomplishing the work of this contract. The work, supplies or services, applicable value and percent of total contract each DBE is to perform or furnish is as follows, DBE t of Amount Contractor Description $ Value of Dollar Value Appli-� or Supplier of work, Work, Applicable cable 2 of-' (Name and Supplies or Supplies or to DBE to DBE Total Address) Services' Services Goal Goal Contract 1° Lori Enterprises $25,485.00 100% $25,485.00 4% P.O. Box 1004 2. Jefferson City, MO 65102 a Drilling & Grouting of Rock Anchors _ . S. Seeding & Mulching 6. 7. f S. a 9. 10. TOTAL DBE PARTICIPATION $25,48 .0 50 4 % J.C. Industries, Inc. (Company) Oate: 10126/R7 BY lNiG lgnat a Gary L. Wieber , Secretary It e 9 F O R M S The forms contained hereinafter will be supplied to and executed in conjunction with the successful bidder on each project. 10 CONTRACT* AGREEMENT ------------ THIS AGREEMENT, made and entered into by and between the CITY of JEFF=RSON Missouri, and (hereinafter referred to as the Owner J -C . I N D USTRIES, INC. (hereinafter reterred to as t1e onUractar WITNESSETH: That for and in consideration of the acceptance of Contractor's bid and the award of this contract to said Contractor by the Owner and in further consideration of the agreements of the parties herein contained, to be well and truly observed and faithfully kept by them, and each of them, it is agreed between the parties as follows, to wit: The Contractor at his own expense hereby agrees to do or furnish all labor, materials, and equipment called for in the proposal designated and marked: BRIDGE REPLACEMENT PROGRAM MAIN STREET OVER WEARS CREEK PROJECT NO. BRM-3115(501) and agrees to perform all the work required by the contract as shown on the plans and specifications. The "Notice to Bidders"; "Plans", "Proposal ", "Contract Bond", "Missouri Standard Specifications For Highway Construction, 1986", "General and Job Special Provisions", "Notice to Proceed". and all change orders are made a part hereof as fully as if set out herein. It is understood and agreed that, except as may be otherwise provided for by the "General and Job Special Provision", included in the Proposal, the work shall be done in accordance with the "Missouri Standard Specifications for Highway Construction, 1986". Said Specifications are part and parcel of this contract, and are incorporated in this contract as fully and effectively as if set forth In detail herein. The Contractor further agrees that he is fully informed regarding all of the conditions affecting the work to be done, and labor and materials to be furnished for the completion of this contract, and that his information was secured by personal investigation and research and not from any estimates of the Owner; and that he will make no claim against the Owner by reason of estimates, tests, or representation of any officer, agent, or employees of the Owner. The said Contractor agrees further to begin work not later than the authorized date in the Notice to Proceed, and to complete the work within the time specified in the proposal or such additional time as may be allowed by the engineer under the contract. r 11 The work shall be done to complete satisfaction of the Owner and, in the case the Federal Government or any agency thereof is participating in the payment of the cost of construction of the work, the work shall also be subject to inspection and approval at all times by the proper ttgont or agents of such government agency. The parties hereto agree that this contract In all things shall be governed by the laws of the State of Missouri . The contractor agrees that he will comply with all federal and state laws and regulations and local ordinances and that ho will comply and cause each of his subcontractors, if any, to comply with all federal and state laws and federal regulations and directives pertaining to nondiscrimination against and person on the ground of race, color, religion, creed, sex, age, ancestry, or national origin in connection with this contract, including procurement of materials and lease of equipment therefor , in accordance with the special provisions on that subject attached hereto, incorporated in and made a part of the contract. The Contractor expressly warrants that Ire has employed no third person to solicit or obtain this contract in his behalf, or to cause or procure the same to be obtained upon compensation in any way contingent, in whole or in part, upon such procurement; and that he has not paid, or promised or agreed to pay, to any third person, in consideration of such procurement , or in compensation for services in connection therewith , any brokerage, commission or percentage upon the amount receivable by him hereunder; and that he has not, in estimating the contract price demand by him, included any sum by reason of any such brokerage, commission , or percentage; and that all moneys payable to him hereunder are free from obligation of any other person for services rendered, or supposed to have been rendered, in the procurement of this contract. He further agrees that any breach of this warranty shall constitute adequate cause for the annulment of this contract by the Owner, and that the Owner may retain l to its own use from any sums due to or to become due hereunder an amount equal to any brokerage, commission, or percentage so paid, or agreed to be paid. The Owner agrees to pay the Contractor in the amount of SIX HUNDRED SEVEN THOUSAND NINE HUNDRED FORTY-EIGHT AND 20/100----------,---------------- Dollars ($ 607,948.20 as i'u`TT compensa on—fior the per ormance of work ek raced in this contract, subject to adjustment as provided for' changes in quantities and approved change orders. 12 IN WITNESS WHEREOF, the parties hereto have set their hands and affixed their seals, this �•�.T�r-�n^ L. at +�nrrrr..�.w rrrr� �rr�w�wr.��) eraw� r..rrs�.rr Missouri. "T--Ni y ATTEST: (SEAL) ;��,�, ( a p�- owrrier (print or T ype 1.;�.. By Cl'erk/Notary igna ure ner ATTEST: (SEAL) J.C. Industries, Inc. Contractor-Print or ype 1p By S gnature o Representat e By Ronald J. Helmig, President Title 1p 13 CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That we J. C. Industries, Inc. as principal, and 8 Safeco Insurance Company of America as surety, are held and firmly bound unto the City of Jefferson owner Missouri , in the penal sum of Six Hundred Seven Thousand Nine Hundred Forty-Fight and no/100-------------- DOLLARS ($ 607,948.20 MOM money of' the United State-s-7-75' be paid to the saia Owner or to its certain agents, attorneys, assigns, for which sums of money, will and truly to be paid, we bind ourselves, or heirs, successors, assigns executors, and administrators, jointly and severally, firmly by these presents. SEALED with our seals and dated November 25, 1987 The condition of this obligation is such that WHEREAS, the said bounded principal has entered into certain contract with the City of Jefferson, issouri acting by and through (owner) the Winter-Dent & Co. , said contract being marked: It Bridge Replacement Program, Main Street Over Wears Creek, Project No. BRM-3115(501) "9 a copy of said contract being hereto attached and made a part hereof and bearing date of November 17, 1987 NOW, THEREFORE, if the said principal shall comply with and fulfill all the conditions of said contract, including those under which principal agrees to poy the prevailing hourly rate of wages for each craft or type of workman required to execute the contract in the locality as determined by State and Federal authority, as applicable, or by final judicial determination, and properly and promptly completed work in accordance with the provisions of said contract, plans, and specifications without any hidden defects, and furnish all the labor and materials required by said contract, and any and all changes in, or additions to said contract, which may hereafter be made, and shall perform all the undertakings stipulated by said bounden principal to be performed and within the time mentioned in said contract, or within any additional time granted by the owner, or its engineer, under the authority from said owner , which may be granted without notice to or consent from the surety, and shall pay for all materials, lubricants, fuel , coal and coke, repairs on machinery, groceries and foodstuff, equipment and tools consumed or used in connection with the construction of such work, and all insurance premiums, both compensation, and all other kinds of insurance, on said work, and for all labor 14 M t performed in such work, whether by subcontractor or claimant in person or by his employee, agent, servant, bailee, or bailor, then this is be be voided; otherwise it shall be and remain in full force and effect. ATTEST: (SEAL) J. C. Industries, Inc. rcre y r nc pa BY: - Signature By. Ronald J. Helmig, PresidVet _TTTUe7— Safeco Insurance Company of America ure y ATTEST: (SEAL) BY (,,,, ignatu Carl E. Reynolds cZ ` By: Attorney-In-Fact e 101 E. McCarty Street Address Missouri Agent Jefferson City, Missouri 65101 .y Name and address of Agent to Whom All Correspondence Should Be Directed Relating to the Contract and Bond. Winter-Dent & Co. , Carl E. Reynolds ame ;fir n or type) 101 E. McCarty, P. 0. Box 1046 treet Jefferson City, Missouri 65102 My. State 15 r' POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE:SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 5452 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint -----JAMES J. LANDWEHR; WILLIAM R. TWEEDIE; CARL E. REYNOLDS; BETTY FAY CHRISTIAN, JeffersonCity, Missouri----------------------------------------------------------- its true and lawful attorneys)-in-fact,with full authority to execute an behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of August Boh A. CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13.— FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issuers by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the Sy-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ,�yG�, cup1ffti, this 25th y November 19 87 day of , r S-1300 R5 3/06 PRINTED IN U.S.A. a�ra"w,'t•..:°z`!'r�.•f4t'+:v..was�gF?.nr.+....,.n.,,,..R......_.,...._._.__..__.. ACKNOWLEDGMENT BY SURETY STATE OF Missouri County of Cole ss On this 25th day of November 1987 before me personally appeared , known to me to be the Attorney-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS.WNEREOF, I have hereunto set my hand and affixed my official seat, at my office in the aforesaid County, ` the day and year -n this certificate first above written. C BETTY NAY CHRISTIAN , Notary ubliC the State of Missouri U L C STATE OF MISSOURI I COLE COUNTY (Seal) County of Cole MY COMMISSION EXP. JULY 15,1990 kj. S•230 R4 8/78 PRINTED IN U.S.A. GENERAL SPECIAL PROVISIONS Ask GENERAL SPECIAL PROVISIONS SECTION 101 - (DEFINITION OF TERMS Delete Sec. 101.8 and substitute the following: 101.8 If the words "Commission" or "The Missouri Highway and Transportation Commission" are used in the Missouri Standard Specifications for Highway Construction, the words "Owner s a a su s i tute , and shall mean the Contracting Agency acting by and through any of its authorized representatives. Delete Sec. 101.16 and substitute the following: 101.16 If the words "Engineer" or Chief Engineer" are used in the Missouri Standard S ecifications for Hi hwa Construction, the words "Consu Ing Engineer shall e substituted, and shall mean the consulting Engineer acting by and through any of its authorized representatives. Delete Sec. 101.38 and substitute the following: Ank 101.38 If the words "State" or "State of Missouri are used in such a manner which implies ownership of the project, the word "Owner" shall be substituted, and shall mean the Contracting Agency acting by and through any of its authorized representatives. Delete Sec. 101.48 and substitute the following: 101.48 Stress sheets, shop drawings, erection plans, false-work plans, framework plans, cofferdam plans, bending diagrams for reinforcing steel, or any other supplementary plans or similar data which the contractor is required to submit to the engineer. SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS Delete Sec. 102.2 thru Sec. 102.2.2 and substitute the following: 102.2 -It will not be necessary for the prospective bidder to file a Contractor Questionnaire. P Revised September 3, 1987 Page 1 Delete Sec. 102.4 and substitute the following: 102.4 Interpretation of Quantities in Bid Schedule. The quantities appearing in the bid schedule are prepared for the comparison of bids and will be the basis for final payment to the contractor , except where final measurements are to be made, as hereinafter provided. Payment will not be made for any work that does not meet with the approval of the engineer, The scheduled quantities of work to be done and materials to be furnished may each be increased, decreased, or omitted as hereinafter provided. Delete Sec. 102.6.3 and substitute the following: 102.6.3 A proposal of an individual, including those doing business under a fictitious name shall be signed by the individual , and his address shown. Delete Sec. 102.8 and substitute the following: 102.8 Proposal Guaranty. The character and the amount of the proposal guaranty to be furnished by bidders shall be stated in the proposal for each project. Delete Sec. 102.9 and substitute. the following: 102.9 Delivery of Proposals. Each proposal should be submitted in a sealed envelope marked clearly to indicate its contents. All proposals shall be filed prior to. the tine, and at the place specified in the Notice To Bidders. Proposals received, after •, the. time for opening of bids will be returned to the bidder unopened. SECTION 104 SCOPE OE WORK Delete Sec. 104.9.3 and substitute the following 104.9,.3 The contractor, shall: open and clean all existing channels and culvert§ leaving them free from all excess_ silt, drift, brush, and debris. This work shalUl- be, considered. incidental to the work, and- no, direct payment shall: be made for work, covered by this section. Revised September 3, 1987 Page 2 SECTION 105 — CONTROL OF WORK Delete Sec. 105.2.1 and substitute the following: 105.2.1 The plans will be supplemented by such working drawings as are necessary to adequately control the work. Working drawings for structures shall be furnished by the contractor and shall consist of such detailed plans as may be required to adequately control the work and which are not included in the plans furnished by the owner. Required working drawings must be submitted to the engineer and such submission shall not relieve the contractor of any of his responsibility under the contract for the successful completion of the work. Delete Sec. 105.5 and substitute the following: 105.5 Cooperation by Contractor. The contractor will be supplied with four (4) sets of approved plans and contract assemblies including special provisions. Additional sets of approved plans and contract assemblies including special provisions may be purchased as provided in the notice to bidders. One (1) set of approved plans and contract documents including special provisions shall be kept available on the job at all times. Add Sec. 105.5.3: 105.5.3 The contractor shall notify the engineer not less than two (2) working days prior to closing the road. Add Sec. 105.5.4: 105.5.4 If the contractor encounters subsurface conditions substantially different than indicated in the plans, he shall immediately bring these conditions to the attention of the engineer. The engineer will determine corrective measures that will be made, -if any, and a change order shall be approved prior to proceeding with work which will involve claims for additional costs. Delete Sec. 105.7 and substitute the following: 105.7 Cooperation with Utilities. The contractor shall make suitable and timely written request to all railroad and utility owners, all pipe line owners, or other parties affected, and endeavor to have all necessary adjustments of public or private utility fixtures, pipe lines, and other appurtenances within or adjacent to the limits of construction, made as soon as practicable. One ( 1) copy of all request shall be copied to the Engineer. Revised September 3, 1987 Page 3 Delete Sec. 105.8 thru Sec. 105.8.3 and substitute the following: 105.8 The engineer will set initial field control consisting of bench marks and control monuments. The contractor shall be responsible for the preservation of all bench marks and control monuments, and if any of these marks are destroyed or disturbed, the cost of replacing them may be charged to the contractor. The contractor shall set construction stakes establishing lines, slopes and grades as necessary to perform the work. The contractor shall make whatever measurements and alignments he may find necessary or convenient to enable him to construct each element of the work in the correct position to correspond to the' information shown on the plans and given by the engineer during the progress of the work. Elevations shown on the drawings and referred to in the specifications are based on the benchmarks shown. The contractor shall employ competent personnel for making position, gradient and alignment determinations and measurements. Delete Sec. 105.9 and substitute the following: 105.9 Authority and Duties of the Consulting Engineer. As the immediate representative of the Owner, the consulting engineer has direct charge of the engineering details of each construction project. The consulting engineer has the authority to reject defective material and to suspend and reject any work that is being improperly performed. Delete Sec. 105.10.1 and substitute the following: 105.10.1 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 standards required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering to make good of the parts removed, shall be at the contractor's expense. No work shall be done and no materials shall be used without suitable authorization by the engineer. Revised September 3, 1987 Page 4 Delete Sec. 105.10.2 and substitute the following: 105.10.2 Inspections and job control tests will generally be made by the engineer on the following items of work. It shall be the responsibility of the contractor to notify the engineer by 3:00 P.M. of the day preceding any operation which affects these items. Initial Layout Removal of Existing Structure Pile Driving Footing Excavation Reinforcing Steel Placement All Concrete Operations All Asphalt Operations Girder Erection Backfill (soil against concrete) If any operation which affects the above mentioned items is to be performed on a Monday, notification must be made to the engineer by 3:00 P.M. of the preceding Friday. The lack of supervision or inspection by the engineer shall not relieve the contractor of the responsibility to construct the project according to the plans and specifications. Any work performed or materials used without authorization by the engineer may be ordered removed and replaced at the contractor's expense. Delete Sec. 105.11.1 and substitute the following: 105.11.1 Work done beyond the lines and grades shown on the plans will be considered unauthorized and done at the expense of the contractor. Delete Sec. 105.11.4 and substitute the following: 105.11.4 All construction and materials which have been rejected or declared unsatisfactory shall be remedied or removed and replaced in an acceptable manner by the contractor at his expense. All expense incurred by the engineer due to corrections, or removal and replacement of construction and materials shall be born by the contractor, and will be deducted from any payment which is or may become due the contractor. Upon failure of the contractor to remedy or remove and properly dispose of rejected materials or work, or to replace them immediately after receiving written notice from the engineer, the engineer may employ labor to rectify the work, and the cost of rectification will be deducted from any payment due or which may become due the contractor. Revised September 3, 1987 Page 5 WEN- Delete Sec. 105.16 thru 105.16.1 and substitute the following: 105.16 Claims for Adjustment. If any conditions arise which in the contractor's opinion will require him to make any claims or demands for extra or additional compensation above that fixed by the contract, or on which he contemplates bringing claims for such extra compensation, he shall promptly and before incurring any expenses, notify in writing the engineer of the conditions and circumstances and that he proposes to make such claims. The contractor agrees that any claims made without such advance notice, and, not presented in such a way as to enable the engineer to observe conditions as they occur and to verify expenses as they occur and to determine with certainty the correctness of such claims and of the expenses involved, are waived and shall be null and void. No extra compensation shall be awarded in any event without prior written approval of the Owner. SECTION 106 — CONTROL OF MATERIAL Add Sec. 106.1.4.1: 106.1.4.1 Unless otherwise specified, all materials shall be subject to visual inspection and job control tests, as determined by the engineer, and shall be certified by the material supplier that the material supplied conforms to the requirements of these specifications. All certifications shall make reference to the specific project, and shall contain the supplier's name and address. Delete Sec. 106.3 and substitute the following: 106.3 Samples, Tests, and Cited Specifications. The contractor shall submit certifications and substantiating test reports, furnished by the supplier or fabricator, certifying that material and manufacturing procedures conform to the specifications. All sampling and testing required by the specifications shall be performed by the supplier in accordance with these specifications, and the results shall be signed, sealed and stamped according to laws related to professional engineers. There shall be no direct charge to the Owner for materials taken as samples, either for field tests or for laboratory tests. If a specification of a recognized national standard agency (ASTM, AASNTO, AWWA, AWS, etc.) is designated, the material may, unless otherwise specified, meet either the designated specification or the latest revision thereof in effect at the time of letting of the contract. Revised September 3, 1987 Page 6 SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add Sec. 107.11.1 thru Sec. 107.11.8: 107.11.1 Discharges of Dredged or Fill Material and Protection of Wetlands. The contractor shall not discharge dredged or fill material into the waters of the United States nor disturb the wetlands of the United States without authorization from the engineer. 107.11.2 Discharges of dredged or fill material into waters of the United States shall be avoided or minimized through the use of other practical alternatives. Any discharge of dredged or fill material below the plane of ordinary high water in a stream shall consist of suitable material free of toxic pollutants in toxic amounts. 107.11.3 Discharges shall not restrict or impede the movement of aquatic species indigenous to the waters or the passage of normal or expected high flows or cause the relocation of water. 107.11.4 If the discharge creates an impoundment of water, adverse impacts on aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall be minimized. 107.11.5 Discharge in wetland areas shall be avoided. 107.11.6 Heavy equipment working in wetlands shall be placed on mats. 107.11.7 Discharges in the breeding areas for migratory water fowl shall be avoided. 107.11.8 All temporary fill shall be removed in their entirety. SECTION 108 - PROSECUTION AND PROGRESS Delete Sec. 108.1.1 and substitute the following: 108.1.1 The Contractor shall not sublet, sell , transfer , assign, or otherwise dispose of the contract or contracts or any portion thereof, or of his right, title, or interest therein, without written consent of the engineer. Requests for permission to sublet, assign, or otherwise dispose of any portion of the contract shall be in writing and shall be accompanied by evidence that the organization which will perform the work is particularly experienced and equipped for such work. In case such consent is given, the contractor will be permitted to sublet a portion thereof, but shall perform with his own organization work amounting to not less than 30 percent of the total contract cost, except that any items designated by the engineer as specialty items may be performed by subcontract and the contract value of any such specialty items so performed by subcontract may be deducted from the total contract cost before computing the amount of work required to be Revised September 3, 1987 Page 7 performed by the contractor with his own organization. The subcontractor shall not sublet, sell , transfer, assign, or otherwise dispose of the subcontract. Delete Sec. 108.6.4.2 and substitute the following: 108.6.4.2 Except as provided in Sec. 108.6.4.1 the count of working days will start on the date the contractor starts construction operations, or the authorization date in the Notice to Proceed, whichever is earlier. The consulting engineer will be the ,judge of the number of working days to be charged under the contract. In computing the working days charged against the contractor in the execution of the work, allowance will be made for days that are not working days and for days during which work is suspended with the written approval of the engineer. The engineer may make allowance for working days lost due to causes he deems justified for the elimination of the count of working days. No allowance will be made for delay of suspension of the prosecution of the work due to fault of the contractor. On or about the first and fifteenth of each month the engineer will give the contractor written notice of the number of working days charged to the contract for the preceding time period. Any objection by the contractor to the number of working days so charged shall be made by letter setting forth his objections and specifying the reasons therefor. Any change in the original number of working days charged by the consulting engineer shall be subject to concurrence by the owner and all other agencies participating in the cost of the project. SECTION 109 ° MEASUREMENT AND PAYMENT Delete Sec. 109.1 and substitute the following: 109.1 Measurement of Quantities. Unless otherwise specified hereinafter, all work performed under the contract will be paid for on contract quantity basis. When the quantity of any item that is to be paid for on a contract quantity basis is found to include errors, or when an authorized revision of the plan is made, the quantity will be corrected before making final payment. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Delete Sec. 109.4.4, except subsections and substitute the following: 109.4.4 Equipment. For any equipment necessary to the work, including all fuel and lubricants, tires, and repairs, the contractor will be allowed an hourly rate equial to the monthly rental rate divided by 176 hours as set out in the Schedule of Equipment Rental rates for Force Account Work on file in the office of the Missouri Highway & Transportation Commission at the time the work is performed. The allowed rates will be the rate adjustment factor multiplied by the sum of the bare hourly rates and the estimated operating cost per hour. The allowed time will include that required to move the Revised September 3, 1987 Page 8 equipment to and from the site of the extra work plus the actual operating time on the work. All allowed time shall fall within the authorized working hours for such extra work. The hourly rental rates will apply only to equipment that is already on the job. Delete Sec. 109.4.4. 1 and substitute the following: 109.4.4.1 If equipment required for extra work is not already on the job and must be brought in especially for the extra work, the contractor and the engineer shall agree in writing on a rental rate for such equipment. The agreed rate shall not exceed that actually charged by commercial equipment companies. If the actual unit of equipment to be used is not listed in the schedule, the rate listed for similar equipment with the approximate same initial cost shall be used. All prices shall be agreed upon in writing before such equipment is used. Add Sec. 109.4.8: 109.4.8 The contractor shall not begin any work for which price payments under classifications are, not provided in the contract without first bringing the matter to the attention of the engineer, and no bills or charges for extra or force account work will be allowed except for that ordered in writing and approved by the engineer. Delete Sec. 109.5 in its entirety and substitute the following: 109.5 Partial Payments 109.5.1 The engineer will make payment estimates on or about the 1st and the 15th of each month of the work performed and the value thereof at the contract unit prices., The proper percentage with relation to completion will be allowed for all incomplete items. 109.5.2 No payments will be made on account of materials not yet incorporated into the work. 109.5.3 From the total anWunt of work items of each estimate, there will be deducted five (5) percent. The retained percentage will be released as provided in Sec. 109.7. The net amount due on the estimate will be certified to the Owner for payment. This method of retained percentage does not apply to Sec. 808.6. Revised September 3, 1987 Page 9 .71 AM- 109.5.4 Payment may be withheld or nullified in whole or part to such extent as may be necessary to protect the Owner from loss on account of: a. Failure to properly submit material certifications and substantiating test reports required under Sec. 106: 1.4.1 and Sec. 106.3, b. Failure to properly submit certified copies of labor payrolls required under Sec. 110. c. Defective work not remedied. d. Failure of the Contractor to properly make payment to suppliers or subcontractors for material and/or labor. e. A reasonable doubt that the contract can be completed for the balance then unpaid. f. Damage to another Contractor. Delpte Sec. 109.7.1 and substitute the following: 109.7.1 Prior to any release of retained percentage the contractor shall file with the Owner the following: a. an affidavit, to the effect that all payments have been made and all claims have been released for all materials, labor, and other items covered by the contract bond; b. written consent of the surety to such payment; c. certification regarding work performed by and payments made to Disadvantaged Business Enterprises (DBE's) ; d. Lien Waivers signed by each supplier furnishing materials to the project releasing all claims to said materials; e. any other documents which may be required by the contract, or the consulting engineer. Add Sec. 109.7.1.1: 109.7.1.1 Each contractor and subcontractor shall file with the Owner, upon completion of the project and prior to final payment thereof, an affidavit stating that he has fully complied with the provisions and requirements of the Prevailing Wage Law. Revised September 3, 1987 Page 10 Add Sec. 109.7. 1.2: 109.7.1.2 When the work has been completed and certified by the Owner, a final estimate will be executed and submitted, which will provide payment to the contractor for the entire sum due him as set forth in these specifications, including the amount previously retained by the Owner. All prior partial estimates and payments shall be subject to correction by the Owner in this final estimate and payment. SECTION 110 — STATE WAGE RATE REQUIREMENTS Add Sec. 110.5: 110.5 The contractor and all subcontractors shall maintain books, accounts, ledgers, invoices, drafts, documents, pages and other business records pertaining to the performance of the contract with such materials available at the contractor's field or permanent business offices at all reasonable times during the performance of the contract and for three (3) years from the date of final payment under the contract, for inspection by authorized representatives of the Missouri Highway and Transportation Commission and/or the Federal Highway Administration. Add Sec. 110.6: 110.6 The contractor and each subcontractor shall be required to submit to the engineer one certified copy of labor payrolls for each week that work is in progress, within seven (7) days of the payment date of the payroll . If work is temporarily suspended, the last payroll shall be marked appropriately to note that it will be the last payroll until work is resumed. Add Sec. 110.7: 110.7 Payrolls to be submitted shall be checked for compliance with the contract requirements and will be retained by the Owner for a period of three years following final payment, during which time they will be open to inspection by the Missouri Highway and 'Transportation Commission and the Federal Highway Administration. Add Sec. 110.8: 110.8 The contractor shall be responsible for the submittal of payrolls and certifications for all subcontractors. Revised September 3, 1987 Page 11 Add Sec. 110.9: 110.9 The Owner will check payrolls, with the following checks being made to insure proper labor compliance: a. The employee's full name as shown on his social security card, his address and social security number shall be entered on each payroll. b. Check the payroll for correct employee classification. c. Check the payroll for correct hourly wage and, if applicable, the correct overtime hourly rate. d. Check the daily and weekly hours worked in each classification including actual overtime hours worked. (Not adjusted hours) e. All deductions are listed in the net wage shown. The Form WH- 348 is to be used if fringe benefits are paid into established programs. However, if fringe benefits are paid in cash to the employee, the amount shall be indicated on the payroll . f. To assure that the payrolls are arithmetically, correct, approximately 10 percent of the extensions on the first 3 payrolls shall be checked. The contractor will be advised of any violations noted on the labor. payroll . All the errors will be corrected by means of a supplementary payroll . AM g. All checking by the Owner will be made in red pencil and VW initialed by the checker. h. Final payroll will be marked "Final" or "Last Payroll ". i. A record of all payrolls will be maintained by the Owner. Add Sec. 110.10: 110.10 The contracts for construction projects require that certain information be displayed in a conspicuous place within the project limits for the duration of the contract. The following is a list of required information to be posted both on the project and in the Owner's office: a. In the Owner' s office: 1. Missouri Equal Employment Opportunity Notice 2. PR-1022, Title 18, Section 1020, Notice on False Statements Revised September 3, 1987 Page 12 �7 b. On the Project: 1. State and Federal Wage Rates Notice 2. Federal Equal Employment Opportunity Notice (English and Spanish version) 3. PR-1022, Title 18, Section 1020, Notice on False Statements 4. Form FHWA-1495, and FHWA-1495A, Wage Rate Information (Post with Federal Wage Rates) 5. Contractor' s and Subcontractor's EEO Policy Statements and name, address and telephone number of designated EEO Officers 6. Notice to Labor Unions of contractors commitment to EEO (if applicable) 7. Notice requesting referral of minorities by present employees 8. Notice to employees and applicants for employment of available training programs and entrance requirements. Add Sec. 110.11: 110.11 The Owner's personnel will generally conduct one wage rate interview on each project every two weeks. Labor interviews are not required on railroad and other utility adjustments. The interviewer will determine the employee's name, the employer's name, the classification of the employee, the actual wage paid, and the posted wage. Add Sec. 110.12: 110.12 Additional Provisions -for Federal-Aid Construction are included in the proposal . SECTION 201 - CLEARING AND GRUBBING Delete Sec. 201,2.1 in its entirety and substitute the following: 201.2.1 The engineer will designate all trees, shrubs, and plants that are to remain. The contractor shall preserve without damage the vegetation designated to remain. All trees, shrubs, brush, and hedge not designated to remain shall be cleared, grubbed, or cleared and grubbed as required and shall be disposed of in an acceptable manner. Delete Sec. 201.3 in its entirety and substitute the following: 201.3 Method of Measurement. Clearing and grubbing, will not be measured for payment, but will be considered a lump sum unit. Revised September 3, 1987 Page 13 SECTION 203 -- ROADWAY AND AP'RAINAGE EXCAVATION Delete Sec. 203.1.6.1 and substitute the following: 203.1.6.1 Borrow will consist of approved material required for the construction of embankment or for other portions of the work,, and shall be obtained either from borrow areas shown on the plans, from areas designated by the engineer, or from other approved sources. If borrow areas are not shown on the plans or are not designated by the engineer , the additional fill material required for the construction of embankment or for other portions of the work, shall be located, furnished and hauled by the contractor aS necessary. Areas disturbed by the contractor outside the limits of construction shall be restored at the contractor ' s expense to a condition similar to that prior to construction operations. The contractor shall be responsible for obtaining all necessary permits. Add Sec. 203.1.6.3: 203.1.6.3 Borrow quantities will not be measured. If additional fill material is required for the construction of embankment or for other portions of the work, it shall be furnished and hauled by the contractor as necessary, and will be considered incidental to that portion of the work. If borrow areas are not shown on the plans or are riot designated by the engineer, acceptable fill material shall be located by the contractor as necessary, and will be considered incidentals to that portion of the work. No direct payment for locating, furnishing, or hauling additional fill material will be made. Delete Sec. 203.2.6 and substitute the following: 203.2.6 Where excavation to the finished graded section results in a subgrade or slopes of unsuitable material , the engineer may require the contractor to remove the unsuitable material , and backfill to the finished graded section with approved material . The contractor shall conduct his operations in such manner that the engineer may make the necessary measurements before the backfill is placed. Payment for work covered by this section shall be specified as extra work. Delete Sec. 203.2.7 and substitute the following: 203.2.7 Borrow material shall not be placed until after material from roadway excavation has been placed in the embankment, except as approved otherwise by the consult;nr,, engineer. If necessary to remove fencing in order to obtain borrow materiai , it shall be replaced in as good a condition as it was at the time of removal . The contractor shall be responsible for confining livestock when a portion of the fence is removed. No direct payment will be made for removing and replacing such fence nor for the confining of livestock. Revised September 3, 1987 Page 14 Delete Sec. 203.2.17.2 and substitute the following: 203.2.17.2 Lifts may be increased to a maximum of 12 inches thick (loose measurement) for berms, filling of old channels, waste, or similar areas; and for any roadway or approach for which a granular type surface is proposed. Add Sec. 203.2.17.3: 203.2.17.3 Roadway embankments, berms, filling of old channels, waste, or similar areas shall be compacted in accordance with Sec. 203.4. No direct payment will be made for ,compaction performed in these areas. Add Sec. 203.2.19: 203.2.19 Surplus fill material and unsuitable material as mentioned in Sec. 203.2.6 will be deposited in areas specified by the consulting engineer. Generally, the surplus material shall be deposited along fill slopes with special attention being given to the right-of-way limits and to the effect on drainage in the area. Delete Sec. 203.6 in its entirety and substitute the following: 203.6 Method of Measurement. 203.6.1 Contract Quantity Payment. The quantities of excavation and embankment in place for which payment will be made are those shown in the contract for the various items, provided the project is constructed essentially to the lines and grades shown on the plans. Contract quantities will be used for final payment of Unclassified Excavation and Embankment in Place except when: (a) Errors are found in the original computations. (b) An original cross section is found to have an average deviation from the true elevation in excess of one foot. (c) An authorized change in grade, slope or typical section is made. (d) Unauthorized deviations decrease the quantities on the plans. If the above conditions are encountered, the corrections or revisions will be computed by the average end method and added to or deducted from the contract quantity. Revised September 3, 1987 Page 15 203.6.2 Borrow quantities will not be measured. If additional fill material is required for the construction of embankment or for other portions of the work, it shall be located, furnished and hauled by the contractor as necessary, and will be considered incidental to that portion of the work. The contractor shall be responsible for obtaining all necessary permits. No direct payment for locating, furnishing, hauling additional fill material or obtaining permits will be made. Delete Sec. 203.7 in its entirety and substitute the following: 203.7 Basis of Payment. Payment will be made at the unit price for each of the pay items included in the contract. No direct payment for locating, furnishing, or hauling additional fill material will be made. Delete Sec. 205 in its entirety. SECTION 206 - EXCAVATION FOR STRUCTURES Delete Sec. 206.4.11 and substitute the following: 206.4.JUL All excavation will be unclassified. Unclassified excavation for structures will consist of the excavation of all materials of whatever form encountered in the work. Delete Sec. 206.5 in its entirety and substitute the following: 206.5 Method of Measurement. Excavation for structure will not be measured for payment, but will be considered a lump sum unit. This shall include the excavation of any material , whether rock or earth, suitable or unsuitable, regardless of whether shown on the plans or encountered during construction, and the suitable backfill required thereof. Delete Sec. 206.6 in its entirety and substitute the following: 206.6 Basis of Payment. 206.6.1 The accepted excavation for structures will be paid for at the contract price. If no pay item for the excavation for structures is included in the contract, the excavation and backfill required to complete the contract, or as directed by the engineer, will be considered incidental to the work and no direct payment will be made. 206.6.2 Payment for drilling test holes for foundation tests will be made at the rate of $6.00 per foot of hole drilled. Revised September 3, 1987 Page 16 SECTION! 304 - AGGREGATE BASE COURSE Delete Sec. 304.1 and substitute the following: 304.1 Description. This work shall consist of furnishing and planing one or more courses of aggregate on a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established by the engineer. Type 3 Aggregate shall be used. Add Sec. 304.2.1: 304.2.1 Prior to approval and use of the material , the contractor shall furnish a certification stating that the material supplied conforms to all the requirements of these specifications. The certification shall include or have attached typical results of. tests for specified properties which have been made on representative samples of the materials to be supplied. The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Delete Sec. 304.3.1 in its entirety. Delete Sec. 304.3.5 and substitute the following: 304.3.5 Immediately before spreading the mixture, the subgrade shall be sprinkled as directed by the engineer. The mixture shall be uniformly spread in successive layers of such depth that when compacted, the base will have the approximate thickness specified. Each layer shall be compacted before another layer is placed. Delete Sec. 304.3.5.2 and substitute the following: 304.3.5.2 The top 112 inch of base constructed of Type 3 Aggregate may be of material meeting the requirements of Sec. 1007.3 and having a maximum size of 1/2 inch. Delete Sec. 304.3.5:3 and substitute the following: 304.3.5.3 Shaping and compaction shall be performed until a true, even, and uniform surface of proper grade, cross section, and uniform density is obtained. The aggregate base course shall be compacted by not less than three complete coverages with a 5 ton roller. Rolling shall be continued until there is no visible evidence of further consolidation. Final rolling shall be accomplished by a self-propelled smooth-wheeled roller weighing not less than 5 tons. Revised September 3, 1987 Page 17 Delete Sec. 304.3.6 and substitute the following: 304.3.6 When the base is to be constructed in more than one layer , the contractor shall maintain each layer by wetting or drying, blading and rolling in a manner satisfactory to the engineer, until it is covered by the next layer. This maintenance, including necessary water, shall be entirely at the contractor ' s expense . If a prime coat is specified in the contract, the contractor will be required to apply the prime coat on any completed portion of the base as soon as practicable, or as otherwise specified. Delete Sec. 304.4 in its entirety and substitute the following: 304.4 Measurement of Aggregate Base Course by Area. Measurement of aggregate base course complete in place will be made to the nearest square yard. Final measurement of the completed aggregate base course will not be made except for authorized changes during construction, or where appreciable errors are found in the contract quantity. The revision or correction will be computed and added to or deducted from the contract quantity. SECTION 310 - AGGREGATE SURFACE Delete Sec. 310.2 and substitute the following: 310.2 Materials. All materials shall conform to Division 1000, Material Details and specifically to Sec. 1006. Grade B Crushed Stone shall be used unless otherwise specified in the contract. Delete Sec. 310.4 in its entirety and substitute the following: 310.4 Method of Measurement and Basis of Payment. Measurement will be made by weighing each truck load on scales subject to the approval of the engineer. Measurement will be made to the nearest ton for the total tonnage of material accepted. 310.4.1 Basis of Acceptance. (a.) All material shall be placed to conform to lines and grades as shown on the plans, or as directed by the engineer. (b.) The contractor shall submit to the engineer all weight tickets showing the net weight of material, the date delivered, and destination of the material . Revised September 3, 1987 Page 18 SECTION 401 — PLANT MIX BITUMINOUS PAVEMENT Delete Sec.401.2 and substitute the following: 401.2 Materials. A commercial mix asphalt shall be used which will meet all the requirements of Sec. 401.3.8 of the Standard Specifications. The gradation of the aggregate for the commercial mix shall meet the gradation requirements for Grade C mix as outlined in Sec. 401.3.1 of the Standard Specifications. Delete Sec. 401.3.2 thru 401.3.7 in their entirety. Delete Sec. 401.4 in its entirety. Delete Sec. 401.7 and substitute the following: 401.7 Subgrade Preparation. The subgrade upon which bituminous mixture is to be placed shall be prepared in accordance with Sec. 209. Priming of the subgrade will not be required. _ Delete Sec.401.9 and substitute the following: 401.9 Spreading. The base course, primed surface, or preceding course or layer shall be cleaned of all dirt, packed soil, or any other foreign material prior to spreading the bituminous mixture. When delivered to the roadbed, the mixture shall be at a temperature between 275 and 325 degrees Fahrenheit. It shall be spread with an approved spreading and finishing machine in the number of layers and in the quantity required to obtain the compacted thickness and cross section shown on the plans. The paver shall be operated at a speed that will give the best results. The rate of delivery of the mixture to the paver shall be coordinated so as to provide, where practicable, a uniform rate of placement without intermittent operation of the paver. Automatic screed control shall be used on the finishing machine in accordance with Sec. 401.13. The compacted thickness of a single layer shall not exceed 2 inches for the surface course and 4 inches for the 'leveling course. On small areas, and on areas which are inaccessible to mechanical spreading and finishing equipment, the mixture may be spread and finished by hand methods when permitted by the engineer. Delete Sec. 401.14 and Sec. 401.14.1 and substitute the following: 401.14 Testing Pavement. During construction, the engineer will make as many tests as are necessary to insure that the course is being constructed of proper thickness and composition. The contractor will be required to cut Revised September 3, 1987 Page 19 m�7 samples of the compacted mixture from any course at locations designated by the engineer and shall deliver them to the engineer in good condition . Samples may be obtained by drilling 4-inch diameter cores. Each sample shall consist of four cores. All samples shall be taken the full depth of the layer to be tested and shall consist of an undisturbed portion of the compacted mixture. The surface from which samples have been taken shall be restored by the contractor not later than the next day of plant operation. Delete Sec. 401.16 thru Sec.401.16.2 and substitute the following: 401.16 Method of Measureuent. Measurement of the mixture will be to the nearest square yard of material based on plan quantities. Final measurement will not be made except for authorized changes during construction, or where appreciable errors are found in the contract quantity. Delete Sec. 401.17 and substitute the following: 401.17 Basis of Payment. The accepted quantities of bituminous pavement will be paid for at the unit price of each of the pay items included in the contract. Payment for obtaining and delivering samples of compacted mixture from the pavement and replacing the surface will be made at $25.00 per sample. SECTION 501 — CONCRETE Add Sec. 501.2.1.1 501.2.1.1 Prior to approval and use of the material, the contractor shall furnish a certification stating that the material supplied conforms to all the requirements of these specifications. The certification shall include or have attached typical results of tests for specified properties which have been made on representative samples of the materials to be supplied. The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Delete Sec. 501.2.2 and substitute the following: 501.2.2 Mix Design, The contractor shall be required to supply concrete that conforms to the requirements of these specifications. The proportions of ingredients shall be such as to produce a mixture which will work readily into the corners of the forms and around reinforcement by the methods of placing and consolidation employed in the work, but without permitting the materials to segregate or excessive free water to collect on the surface. The proportions of ingredients shall be determined by the contractor and shall produce the proper placeability, durability, strength and other required properties. Revised September 3, 1987 Page 20 Delete Sec. 501.2.2.1. Delete Sec. 501.2.2.2 and substitute the following: 501.2.2.2 For simplicity of design, the various fine aggregates are grouped into four classes, and a minimum and maximum cement factor has been established for each class. The cement factor for the individual job may vary within the maximum and minimum limits, depending upon the gradation of the coarse aggregate, the quantity of mixing water used, the quantity of entrained air when air-entrained concrete is specified, and upon changes in proportions which may be necessary to produce satisfactory workability, strength, or entrained air content. The contractor will make such changes in proportions, within the limits of these specifications, as necessary to produce concrete of satisfactory workability and strength. Add Sec. 501.2.4.3: 501.2.4.3 The maximum slump requirements shall not be intentionally exceeded. An occasional deviation may be permitted if it will not seriously affect the strength and serviceability of the concrete. The consulting engineer will make the determination if the concrete is acceptable and is allowed to remain in place. This determination will be based on visual inspection of the finished product and compressive strength specimen test results. In the event that the concrete is allowed to remain in place, the engineer will document the basis of acceptance by contract modifications which AM may provide for a appropriate adjustment in the contract price for such work. Delete Sec. 501.3 thru 501.3.1. Delete Sec. 501.3.3 thru 501.3.4. Delete Sec. 501.4 thru 501.4.3. Delete Sec. 501.5.3 thru 501.5.4.1. Delete Sec. 501.5.6 and substitute the following: 501.5.6 A truck mixer shall consist of a watertight revolving drum suitably mounted and fitted with adequate blades. Truck mixers shall produce a thoroughly mixed and uniform mass of concrete, and shall discharge the concrete without segregation. A truck agitator shall consist of a watertight revolving drum or a watertight container suitably mounted and fitted with adequate revolving blades and a removable cover. Truck agitators shall transport and discharge the concrete without segregation . At suitable intervals, mixers and agitators shall be cleaned of accumulations of hardened concrete or mortar. Revised September 3, 1957 Page 21 I Delete Sec. 501.5.9. Delete Sec. 501.5 10 and substitute the following: 501.5.10 Central or truck mixed concrete shall be delivered to the site of the work and discharge shall be completed within one hour for concrete used for bridge deck sarfaces, and within 1 112 hours for all other concrete, after the beginning of mixing operations. There shall be no intentional deviation from this specification. An occasional deviation from this specification may be permitted if, in the judgment of the engineer, the deviation is such that it will not seriously affect the strength or serviceability of the concrete. The consulting engineer will make the determination if the concrete is acceptable and is allowed to remain in place. This determination will be based on visual inspection of the finished product and compressive strength specimen test results. In the event that the concrete is allowed to remain in place, the engineer will document the basis of acceptance by contract modifications which may provide for an appropriate adjustment in the contract price for such work. In hot weather or under conditions contributing to quick stiffening of the concrete, the time shall be reduced as specified by the engineer. Delete Sec. 501.5.13. Delete Sec. 501.6 and substitute the following: 501.6 High Early Strength Concrete. The condition under which high early strength concrete may be used shall meet the approval of the engineer. Nigh early strength concrete shall meet all the other requirements of these specifications. Add Sec. 501.7.3.1. 501.7.3.1 The engineer will determine air content of normal weight concrete in accordance with one of the following methods; "Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method" (ASTM C 231), "Method of Test for Air Content of Freshly Mixed Concrete by the Volumetric Method" (ASTM C 173) or "Method of Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete" (ASTM C 138) . Add Sec. 501.7.3.2. 501.7.3.2. The engineer will general test air content of concrete for each mix design at the following intervals: a. at least once for each 100 cubic yards of substructure B concrete or fraction thereof; b. at least once for each 50 cubic yards of superstructure B-1 or 0-2 concrete or fraction thereof. Revised September 3, 1987 Paue 22 Delete Sec. 501.8 and substitute the following: 501.8 Concrete Admixtures for Retarding Set. If specified in the contract, an approved retarder shall be provided and incorporated into the concrete. If not specified in the contract, the use of an approved retarder may be permitted upon approval by the consulting engineer. Approval for the use of any agent will be contingent upon satisfactory performance on the work and permission for its use may be withdrawn at any time satisfactory results are not obtained. The use of a retarder for extending the delivery or discharge time of the concrete, or for modifying temperature requirements for -placement, will not be approved. Retarder shall be added in accordance with Sec. 501.7.3 by means of a dispenser conforming to the requirements of that section. No direct payment will be made for furnishing the retarder, incorporating it into the mix, or for placing or finishing the concrete involved. Delete Sec. 501.9 and substitute the following: 501.9 Prior to placement of any concrete in the work, the contractor may be required to prepare trial batches of concrete for tests. The mixing equipment, mixing time, materials, proportions, slump, and batch size shall be the same as those to be used during the construction. The batches shall be agitated in such manner to simulate the proposed time of haul and discharge. No payment will be made for trial batches. Add Sec. 501.13.1 thru 501.13.9: 501.13.1 Unless otherwise specified, all concrete shall be subject to visual inspection, job control tests, and compressive strength tests performed on job control samples. These inspections and job control tests and samples will be performed by the engineer, at no expense to the contractor, except as provided in Sec. 105.11.4. 501.13.2 Concrete materials and operations will be tested and inspected as the work progresses. Failure to detect any defective work or material shall not in any way prevent later rejection if such defect is discovered nor shall it obligate the engineer for final acceptance. 501.13.3 Test specimens will be molded and cured from each sample in accordance with "Method of Making and Curing Concrete Test Specimens in the Field" (ASTM C31). 501.13.4 Compressive strength will be determined by tests made in accordance with methods established by the engineer. One specimen will be tested at about 7 days for information and/or acceptance. If the test results of the specimen tested at about 7 days meets or exceeds the minimum strength requirements specified, subsequent tests may be waived. If one specimen in a test manifests evidence of improper sampling, molding or testing, it will be discarded and the strength of the remaining cylinder will be considered the test result. Revised September 3, 1987 Page 23 501.13.5 The engineer will make at least one strength test for each 100 cu yd, or fraction thereof, of each mix design of concrete placed in any 1 day. When the total quantity of concrete with a given mix design is less than 50 cu yd, the strength tests- may be waived by the engineer if, in his judgment, adequate evidence of satisfactory strength has been demonstrated for the same kind of concrete supplied by the same concrete plant to the same project. 501.13.6 The engineer will report strength test results to the contractor after they are performed. All test reports will include the exact location in the work at which the batch represented by a test was deposited. 501.13.7 If the compressive strength test results indicate that the concrete represented by the sample does not meet the minimum strength required by the plans or by these specifications, the engineer will determine the corrective measures to be made. CLASS OF COMPRESSIVE STRENGTH CONCRETE PSI, (28 DAY) A-1 5000 B 3000 B-1 4000 B-2 4000 Generally, any concrete that does not meet the minimum strength requirements will not be accepted and shall be removed. Any and all work and materials required to remove the defective work and make the necessary corrective measures shall be at the contractor's expense. Any additional testing or samples required by the engineer to determine the relative strength of the concrete in place in the structure shall be paid for by the contractor. 501.13.8 The contractor shall provide and maintain for the sole use of the engineer adequate facilities for safe storage and proper curing of concrete test specimens on the project site for the first 24 hours as required by "Method of Making and Curing Concrete Test Specimens in the Field" (ASTM C 31) . 501.13.9 The concrete supplier shall furnish with each load of concrete a certification which states that approved materials meeting the requirements of these specifications have been proportioned and mixed in accordance with the contract requirements. The supplier shall state in the certification the class of concrete being furnished, necessary project identification, the date and the weights of cement, aggregates and water used in the batch. The concrete will be subject to acceptance or rejection by visual inspection at the job site. Revised September 3, 1987 Page 24 11,111111J1111JJ,1J1J11 11 SECTION 504 USE OF FLY ASH IN CONCRETE - MR SP-31 Aft 504.1 Description. The contractor may, at his option, use fly ash in the production of concrete in accordance with these specifications. When the words "Missouri Highway Department" and "MHTD" are used in Section 504 they shall mean Missouri Highway Department. 504.2.1 General . Class C or F fly ash, approved by MHTD, may be used to replace a maximum of 15 percent of Type I or II cement on a pound for pound basis in all concrete except concrete designed for high early strength. fly ash shall not exceed 15 percent by weight of the total cementitious material (fly ash and cement) . 504.2.2 Fly ash shall not be used as a replacement for Type III, IP, or I(PM) cement. 504.2.3 Changes in class or source of fly ash used in concrete structures will be permitted only with the written approval of the Missouri Highway Department and Bryan and Associates. Only fly ash resulting in concrete of the same color shall be used in any individual unit of the structure. 504.2.4 Fly ash shall not be used in pavement concrete placed between October 15 and April 15. 504.3 Materials and Mix Design. AOL 504.3.1 All proportioning, air entraining, slump, maximum mixing water requirements, mixing, sampling, measurements of materials, transporting of concrete, and all materials except fly ash shall be accordance with Sec. 501, as applicable. 504.3.2 All fly ash shall conform to Sec. 1018, Fly Ash for concrete, and shall be prequalified with the Missouri Highway Department. 504.3.3 When fly ash is used, an adjustment in design mix proportions will be required to correct the volume yield of mixture. Mix design will be the responsibility of the contractor, in accordance with Sec. 501 for all classes of concrete. 504.3.4 When fly ash is used, the contractor shall supply certifications in triplicate to the engineer of the class, source, and quantity of fly ash proposed in addition to the other requirements of Sec. 501. The fly ash shall be from a source approved by the Missouri Highway Department and the quantity shall not exceed 15 percent, by weight, replacement of cement. Revised September 3, 1987 Page 25 SECTION 606 - GUARD RAIL AND GUARD CABLE Add Sec. 606.2.1: 606.2.1 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications . The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material . The engineer reserves the right to sample and test any material . Acceptance will be based on the certification; visual inspection and the results of any tests the engineer may perform. SECTION 607 - FENCING Modify Sec. 607.20 as follows: SECTION 607.20 - WOVEN WIRE AND/OR BARBED WIRE FENCE Delete Sec. 607.21 and substitute the following: 607.21 Description. This work shall consist of furnishing and erecting woven wire and/or barbed wire fence, complete in place, in conformity with the plans, and at locations as shown on the plans, or established by the engineer. Delete Sec. 607.22 and substitute the following: 607.22 Materials. Generally, fencing shall consist of the following materials: 1. Steel line post (6.5') @ 12'-0" on center. 2. 4 strand, 4 point barbed wire, 12 gauge. 3. Zink-coated or aluminum-coated woven wire fabric equal to or exceeding existing material . 4. Hedge or penta corner posts, 7" dia. @ top x 8'-0" 5. Hedge or penta brace posts, 6" dia. @ top x 8'-0" 6. Hedge or penta brace timbers, 4" dia. x 8'-011, or fabricated steel braces. 7. Brace wire, N9 gauge tension wire. 8. Heavy duty 2" diameter tubular steel gate. All fencing shall be subject to visual inspection by the engineer and shall meet with his approval prior to final acceptance. Revised September 3, 1987 Page 26 Delete Sec. 607.23.3 and substitute the following: 607.23.3 Posts shall be set plumb, true to line and grade. Corner post assemblies shall be set at all horizontal angle points greater than 15 degrees in the line of fence. Pull post assemblies shall be set at all vertical angle points greater than 15 degrees but at not greater than 660-foot intervals. Delete Sec. 607.23.5 and substitute the following: 607.23.5 Walk gates and drive gates complete with hinges, latches, braces, stops and locking devices shall be installed at locations shown on the plans. They shall be of the type and size shown on the plans. Delete Sec. 607.24 and substitute the following: 607.24 Method of Measurement. The contract quantity listed in the proposal shall be the basis for payment. Final measurement will not be made except for authorized changes during construction or where appreciable errors are found in the contract quantity. Delete Sec. 607.25.1 and substitute the following: 607.25.1 The accepted fence, complete in place, will be paid for at the Ah contract unit price per linear foot which will include all materials, excavating for posts, backfiliing, clearing of fence row, trenching for fabric, placing extra strands of barbed wire for depressions, and all other incidental work or material . Delete Sec. 607.25.3 and substitute the following: 607.25.3 The accepted water gates, complete in place, will be paid for at the unit price included in the contract. SECTION 611 - ROCK BLANKET Delete Sec. 611.34 and substitute the following: 611.34 The contract quantity of rock blanket shown on the plans shall be the basis of payment. Final measurement will not be made except for authorized changes during construction, or where appreciable errors are found in the contract quantity. The revisions or corrections will be computed and added to or deducted from the contract quantity. Revised September 3, 1987 Page 27 Delete Sec. 611.35 in its entirety and substitute the following: 611.35 The accepted quantities of rock blanket shall be paid for at the unit price included in the contract. No direct payment will be made for excavating the trench or for backfilling. This payment shall be for furnishing and placing of the accepted quantities. SECTION 702 - BEARING PILE Add Sec. 702.2.4.1: 702.2.4.1 A tremie for placing the concrete will not be required in shells with an inside diameter less than 18 inches. Delete Sec. 702.2.9 and substitute the following: 702.2.9 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material . The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Add Sec. 702.2.9.1: 702.2.9.1 For precast and precast-prestressed concrete pile the contractor shall furnish a certification along with substantiating test reports from the pile manufacturer stating that the material furnished complies with Section 705 of the Standard Specifications. All testing required by that specification shall be performed by the manufacturer. All certifications and test reports shall be signed, sealed, and stamped in accordance with the laws relating to architects and professional engineers. Delete Sec. 702.4.8 and substitute the following: 702.4.8 Concrete footings shall not be placed on cast-in-place piles until at least 12 hours after the last pile in the footing has been cast. No piling shall be driven within a radius of 20 feet of concrete that has taken initial set and has not attained a compressive strength of at least 1500 pounds per square inch. Compressive strength will be determined by tests made in accordance with methods established by the consulting engineer. Revised September 3, 1987 Page 28 qP SECTION 703 - CONCRETE KASONRY CONSTRUCTION Delete Sec. 703.2.1 and substitute the following: 703.2.1 All materials shall conform to Division 1000, Materials Details, and specifically as follows: ITEM SECTION Bearing Pads .. .... ... ... . ... ...... . . .. . .. . 1038 Joints for Concrete Structures ......... ... 1057.2 Joint Sealing Material 1057.2.6, 1057.2.7 All materials, proportioning, air-entraining, mixing, slump and transporting of portland cement concrete shall be in accordance with Sec . 501 as applicable. Delete Sec. 703.2.2 and substitute the following: 703.2.2 The contractor shall notify the engineer in writing of the source and proportions of the mixture he proposes to furnish. The statement shall include the following: (a) The types and sources of aggregates. (b) Type and source of cement. (c) Scale weights of each aggregate proposed as pounds per cubic yard of concrete. (d) Quantity of water proposed as pounds or gallons per cubic yard concrete. (e) Quantity of cement proposed as sacks per cubic yard of concrete. If the cement is to be measured by the sack, the weight per sack shall be shown. (f) The type and quantity of air entrainment admixture. Delete Sec. 703.2.3 and substitute the following: 703.2.3 Concrete for precast slab units shall be Class A-1 concrete. Add Sec. 703.2.4: 703.2.4 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from ® samples representative of the material . The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Revised September 3, 1937 Page 29 Delete Sec. 703.3.5 and substitute the following: 703.3.5 Metal forms shall meet all the requirements of wood forms in so far as applicable and may be used with permission of the engineer. If required by the engineer, detailed drawings of the proposed metal forms shall be submitted for approval . Delete Sec. 703.3.10 and substitute the following: 703.3.10 Falsework and form removal from under any structural concrete unit shall not be started until the concrete has attained at least the compressive strength shown in Table I. The falsework support of all concrete spans of a continuous or monolithic series, shall be first released from the center of all spans, -and shall proceed simultaneously from all span centers each way toward adjacent bents, Release shall be in such manner as to permit the concrete to gradually and uniformly take stresses due to its own weight. TABLE I Class of Concrete Compressive Strength psi, min B - 3000 psi 2750 B-1 - 4000 psi 3000 B-2 - 4000 psi 3000 Compressive strength will be determined by tests made by the engineer. Delete Sec. 703.3.12 and substitute the following: 703.3.12 Placing concrete in any unit of a structure shall not begin until preparations for placing and finishing are satisfactory to the engineer. Concrete shall be placed in the forms in layers as near final position as practicable with minimum handling. Each placement shall be completed in a continuous operation with no interruption in excess of 45 minutes between the placing of contiguous portions of concrete. Where a finishing machine is to be used, it shall be moved over, the area to be finished, immediately prior to placing concrete in any bridge deck pour, to facilitate checking reinforcement cover and slab thickness. This checking shall be made in the presence of the engineer and with the screeds in the finishing position. Placing of concrete for bridge decks shall proceed uniformly for the full width of the placement. Once begun, placing of concrete in the superstructure of a continuous or monolithic series of spans shall proceed as rapidly as good construction practice will permit until all the concrete in that series is placed. Sufficient vibrators shall be on hand to insure continuous placement of the concrete without delay.. They shall not be used for moving concrete from place Revised September 3, 1967 Page 30 to place nor shall they penetrate or disturb previously placed layers of concrete which have taken initial set. Vibration shalt not be prolonged until it causes segregation of the materials. Reinforcing steel protruding through transverse or longitudinal headers shall not be disturbed until the concrete is at least 24 hours old. Delete Sec. 703.3.14.4 and substitute the following: 703.3.14.4 Straightedging The riding surface will be checked With a 10 foot straightedge immediately after the final finishing o eration if requested by the engineer. The straightedge shall be pulled lightly across the surface from one edge of the finished area to the other without interruption. Reaching from outer edges to the center of the finished area will not be permitted. Each transverse pass shall overlap the previously straightedged portion by approximately-one -half the length of the straightedge. The straightedge shall not be used to cut or move concrete from its finished position. Any irregularities, bumps, or improperly finished areas shall be refinished and the surface again checked by repeating the straightedging operation. Delete Sec. 703.3.14.5 and substitute the following: 703.3.14.5 Roadway Finish Texture. The roadway surface shall be textured as soon as the condition of the concrete will permit. The roadway finishing shall otherwise conform to the applicable portions of Sec. 502.10.5. Hand operated devices producing a satisfactory texture will be permitted. Delete Sec. 703.3.14.6 and substitute the following: 703.3.14.6 As soon as curing has been completed, the riding surface will be thoroughly inspected and shall be subject to any corrective measures the engineer deems necessary. Add Sec. 703.3.23: 703.3.23 Spread footings shall be keyed into rock or shale to the depth indicated on the plans. If the elevation of suitable rock or shale deviates from that indicated, the footings shall be adjusted within the limits shown on plans, as directed by the engineer. Excavation for structure will be paid for as indicated in Section 206 of the Standard Specjfications and these General Special Provisions. For lowered footings, payment will be allowed for additional concrete and reinforcing steel necessary to extend the column to the top of the footing in the lowered position. If the contractor desires to furnish at his expense additional concrete to thicken footings to provide the revised length in lieu of extending the column, he may do so with payment being allowed only for concrete and reinforcing steel as described above. Revised September 3, 1987 Page 31 Add Sec. 703.5.4: 703.5.4 Unless otherwise specified, no direct payment will be made for concrete placed in seal courses. SECTION 705 - PRESTRESSED CONCRETE MEMBERS FOR BRIDGES Add Sec. 705.1.1: 705.1.1 Testing. The contractor shall be required to submit certifications and substantiating test reports stating that all materials and procedures are in accordance with the specifications. All testing and inspections required by the specifications shall be performed by the fabricator and signed, sealed and stamped in accordance with the laws relating to architects and professional engineers. The following certifications will be required: (a) Certified Mill Test Reports on the prestressing strand. (b) Certified Mill Test Reports on the reinforcing steel . (c) Results on concrete cylinder breaks. The fabricator shall notify the engineer a minimum of 48 hours prior to _ casting of the prestressed products. Add Sec. 705.1.2: 705.1.2 All work and materials shall be subject to visual inspection and shall be approved by the engineer prior to final acceptance. Delete Sec. 705.4.1 and substitute the following: 705.4.1 Shop Drawings. One set of final shop drawings showing in detail the type, size, number of units, location of tendons, enclosures, method and sequence of releasing the strands, anchorage details, and details of proposed lifting loops and lifting procedure shall be submitted to the engineer fo'r information. Accuracy of the shop drawings is the responsibility of the fabricator. The drawings shall be signed, sealed and stamped in accordance with the laws relating to architects and professional engineers. Delete Sec. 705.4.14 and substitute the following: 705.4.14 Surface Finish. Surface finish shall be in accordance with the requirements of Sec. 703.3. 15, except that no cracks of any kind in post- tensioned members shall be filled before the stressing is completed. The engineer will determine the kind, type and extent of cracks and surface defects such as honeycomb and chipped edges or corners, that will be tolerated. Repairs may be permitted with mortar in accordance with Sec, Revised September 3, 1987 Page 32 703.3.8 Commercially available patching materials shall be used only if approved by the engineer. The top surface of members shall be scoured transversely to depth of 1/8". A 6" square area at each end and at 1/4 points of girders, centered on each stem, shall be smooth finished to accurate top flange depth. Laitance on surfaces to be embedded in concrete shall be removed by sandblasting, waterblasting or other approved methods. After removal of hold down devices, holes shall be plugged. Exposed reinforcing steel shall be thoroughly cleaned of all concrete before delivery of members. The portions of girders to be embedded in the diaphragms at supports shall be roughened by sandblasting or other approved methods to provide suitable bond between girder and diaphragm, Add Sec. 705.5.1: 705.6.1 Dimensional Tolerances For Prestressed Double Tee Girders. The applicable dimensional tolerances shall be as shown in Table I-A. TABLE I-A DIMENSIONAL TOLERANCES Length of Beam +/- 1/8 inch per 10 feet but not greater than 1/2 inch Width (Overall) +/- 1/4 inch Depth (Overall) +/- 1/4 inch Flange Thickness and +/- 1/8 inch Stem Thickness Horizontal Alignment 1/4 inch max. to 40 foot lengths (Deviation from a straight line parallel to center line 3/8 inch max, 40 to 60 foot lengths of member) 1/2 inch max, 60 ft. or greater lengths Camber (deviation from +/- 1/8 inch per 10 feet but not greater design camber at time than 112 inch. of release) Camber (Differential between +/- 1/8 inch per 10 feet of span but not adJacent beams) greater than 3/4 inch. Stirrup bars (protection +/- 3/4 inch. above top of beam) Stirrup bars (Longitudinal +/- 1 inch. spacing) • Tendon Positions +!- 1/8 inch center of gravity of strand group and individual tendons Revised September 3, 1987 Page 33 Position of deflection +/- 6 inches, longitudinal points for deflected strands Position of lifting devices +/- 6 inches, longitudinal Side inserts (Center line to +/- 1/2 inch center line and center line to end) Exposed beam ends Horizontal +/- 1/4 inch, Vertical (Deviation from square +/- 1/8 inch per foot of beam height or designated skew) Bearing "Area +/- 1/8 inch (Deviation from plane) Bearing plates +/- 1/8 inch per 10 feet but not (Center line to Center line) greater than 3/4 inch Stem to edge of top flange +/- 1/8 inch Distance between stems +/° 1/8 inch SECTION 706 - REINFORCING STEEL FOR CONCRETE STRUCTURES b Add Sec. 706.2.3: 706.2.3 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material . The engineer reserves the right to sample and test any material. Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. SECTION 710 - EPDXY COATED REINFORCING STEEL Add Sec. 7'10.2.1: 710.2.1 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material. The engineer reserves the right to Revised September 3, 1987 Page 34 sample and test any material. Acceptance will be based on the certification, visual Inspection and the results of any tests the engineer may perform. SECTION 712 — STRUCTURAL STEEL CONSTRUCTION Delete Sec. 712.3.1 and substitute the following: 712.3.1 Fabrication and Inspection. Inspection of fabricated material and quality control shall be performed by the fabricator. The contractor shall be required to submit certifications and substantiating test reports stating that all materials and procedures are in accordance with the specifications, with all documentation signed, sealed and stamped in accordance with the laws relating to architects and professional engineers. The fabrication plant shall be certified by the American Institute of Steel Construction as a Class 3 plant or all welders, welding processes and procedures used for work on this project must be pre—qualified with the Missouri Highway and Transportation Commission. Welders, welding processes and procedures approved by other agencies will be subject to the approval of the engineer. The engineer will not qualify welders, welding processes or procedures. Delete Sec. 712.3.2 and substitute the following: 712.3.2 Shop Drawings. Shop drawings for structural steel and miscellaneous metals will be required, and shall be prepared in strict accordance with the design details shown on the plans. If details are lacking, they shall be supplied and shall conform to the design plans and specifications. All drawings shall be clear and complete, and shall be thoroughly checked as they may not thoroughly be reviewed by the engineer. The contractor shall furnish two (2) sets of prints for use by the engineer. Reproductions on cloth or film of the original shop drawings will be required for railroad structures and shall be delivered to the engineer prior to completion of the work. The contractor shall be responsible for the accuracy of the shop drawings, the fabrication of material , and the fit of all connections and all related work. He shall also bear the cost of all extra work in erection caused by errors in shop drawings and for any changes in fabrication necessary for satisfactory erection. Shop drawings shall be revised to show any authorized changes and the required number of prints shall be furnished to the engineer. Delete Sec. 712.3.5. s Revised September 3, 1967 Page 35 SECTION 725 - METAL PIPE CULVERTS Am Delete Sec. 725.1.1 and substitute the following: 725.1.1 The contractor shall furnish and install culvert pipes of the sizes and lengths as indicated on the plans. Installation shall include excavation and salvage of existing pipes, hardware necessary for couplings, and coupling of old pipes to new pipes, flap gates and other items as may be necessary. Delete Sec. 725.2.1 and substitute the following: 725.2.1 The contractor may use commercially available, new pipe so long as the pipe is fabricated by riveting or resistance spot welding and if the metal carries a brand designating a 2 ounce spelter coating and sheet manufacturer. Add Sec. 725.2.1.1: 725.2.1.1 The contractor shall document the source, type or size, linear feet, sheet manufacturer and coating weight shown on the pipe, by letter to the engineer, stating that the pipe meets the requirements of this specification for commercially available pipe. Prior to approval and use of the material, the contractor shall furnish manufacturer' s certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material . The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Add Sec. 725.3.1: 725.3.1 All materials and installations will be subject to visual inspection , by the engineer. All corrugated metal culvert pipe installations will be approved by the engineer prior to final acceptance. Delete Sec. 725.6 and substitute the following: 725.6 Backfilling. Suitable backfill and embankment material , free from large lumps, clods, or rocks, shall be placed alongside the pipe in loose layers not exceeding 6 inches thick to provide a berm of compacted earth, on each side of the pipe, at least as wide as the diameter of the pipe. Each 6- inch layer shall be thoroughly compacted as directed by the engineer. Backfill material shall be moistened, if necessary, to facilitate compaction. Where shop elongated pipe is used special care will be required in bringing backfill materials up uniformly on both sides of the pipe simultaneously. Filling and compacting shall be continued until the embankment is level with the top of the pipe. Revised September 3, 1987 Page 36 Delete Sec. 725.10 in -its entirety and substitute the following: Ah 725.10 Method of Measurement and Basis for Payment. The contract quantity listed in the proposal shall be the basis for payment for corrugated metal pipe. Final measurement will not be made except for authorized changes during construction, or where appreciable errors are found in the contract quantity. The revisions or corrections will be computed and added to or deducted from the contract quantity. SECTION 732 - FLAKED END SECTIONS . Add Sec. 732.2.1: 732.2.1 Prior to approval and use of the material , the contractor shall furnish manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications . The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as determined from samples representative of the material . The engineer reserves the right to sample and test any material . Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Add Sec. 740: SECTION 740 - SLAB ON GIRDERS 740.1 Description. This work shall consist of the construction of a concrete bridge slab using precast prestressed panels as permanent structural forms interacting with a reinforced cast-in-place concrete topping. 740.2 General . 740.2.1 The concrete slab shall be constructed in accordance with the Standard Specifications, including special provisions, and in conformity with lines, grades, thicknesses, and typical cross sections shown on the plans. 740.2.2 The slab on girders will be bid per square yard of slab area complete, including prestressed panels, and all slab concrete and all reinforcing steel . 740.3 Construction Methods. 740.3.1 Precast panels may be used for forming between the exterior girders. Conventional forming- shall be used for the overhang of the exterior girder and sidewalk. Revised September 3, 19,87 Page 37 740.3.2 Dimensional Tolerances. The applicable dimensional tolerances for prestressed panels shall be as follows: Panel Length + or - 1/8 inch Panel Width + or - 1/4 inch Panel Depth + or - 1/8 inch Stirrup Bars-projection above top of panel + or - 1/4 inch Tendon Position + or - 1/8 inch CG of strand group and individual tendons Stirrup Bars-longitudinal spacing + or - 1 inch 740.3.2.3 Warpage. Maximum permissible warpage of one corner out of plane of the other three shall be 1/16 in./ft. multiplied by the distance from the nearest adjacent corner. 740.3.2.4 Bowing or Camber. Bowing or camber of any part of a flat surface shall not exceed length of bow in inches divided by 360 with maximum of 3/4 inch; and differential bowing or camber between the adjacent members of the same design shall not exceed 1/4 inch. 740.3.2.5 Butt joint between precast panels. The joints between panels shall be taped or caulked to prevent excessive grout leakage between panels. 740.3.2.6 Splicing of strands. One approved splice per pretensioning strand will be permitted provided the splices are so positioned that none occur within a member. Strands which are being spliced shall have the same "twist" or "lay". Allowance shall be made for slippage of the splice in computing strand elongation. 740.3.2.7 Wire Failure. Failure of one wire in a seven wire pretensioning strand may be accepted, provided that, it is not more than two percent of the total area of the strands. 740.3.2.8 A-1 Concrete. Concrete for the prestressed panels shall conform to all requirements for Class Al (5000 psi) concrete. The use of Type I or Type III cement will be optional with the contractor, unless otherwise specified. 740.3.2.9 Preparation of Panel . The top surface of the panel shall receive a roughened finish to facilitate bond to cast-in-place deck. The scoring shall be perpendicular to the prestressing strands in the panel and shall be 1/8 inch in depth. Just prior to placing concrete the panels shall be cleaned by high pressure water. There shall be no free water standing on the panels when concrete is placed. If this method of cleaning does not appear sufficient to remove laitance or other foreign matter , sandblasting these areas will be required followed again by high pressure water cleaning prior to concrete placement. Revised September 3, 1987 Page 38 740.4 Method of Measurement. 740.4,1 The area of the concrete slab will be measured and computed to the nearest square yard. This area will be measured transversely from out to out of slab and longitudinally from end to end of bridge slab excluding slab on semi-deep abutments. 740.4.2 The table of ESTIMATED QUANTITIES FOR SLAB ON GIRDERS represents the quantities used by the Engineer in preparing the cost estimate for the slab on girders. Each bidder is urged to prepare his own estimate of quantities before submitting his bid. All deck quantities are included in the slab on girder except quantities for safety barrier curbs and sidewalks.' 740.4.3 Final measurement will not be made except for authorized changes during construction, or where appreciable errors are found in the contract quantity per square yard. The revision or correction will be computed and added to or deducted from the contract quantity. 740.4.4 In the use of prestressed precast panel forms the contractor is responsible for determining the lengths and number of "S" bars in the lower mat of reinforcing when square end panels on skewed structures are used. 740.5 Basis of Payw.nt. 740.5.1 The amount of completed and accepted work, measured as provided above, will be paid for at the contract unit price per square yard for slab on girders, which shall constitute full compensation for furnishing and placing all forms, and any surface preparation required, furnishing and placing all concrete and reinforcing steel , haunches and all integral diaphragms, all labor, equipment, tools, and incidentals necessary to complete the work. SECTION 801 - FERTILIZING Delete Sec. 801.2.2.1 and substitute the following: 801.2.2.1 The contractor shall submit the supplier's certification which documents the analysis of the agricultural lime, along with the shipping invoice, to the engineer or by letter to the engineer stating the quantity and analysis. Add Sec. 801.4.4.1: 801.4.4.1 Soil Neutralization. The rate of application of effective calcium carbonate equivalent shall be as specified in these specifications. If no rate is stated , then the rate of application of effective calcium carbonate equivalent shall be 500 lbs. per acre. Revised September 3, 1987 Page 39 IN Add Sec. 801.4.4.2: 801.4.4.2 Commercial Fertilizer. Unless otherwise specified , the following fertilizer shall be applied at the rate specified: Nitrogen 80 lbs. per acre Phosphoric Acid 160 lbs. per acre Potash 80 lbs. per acre Delete Sec. 801.5 and 801.6 and substitute the following: 801.5 Method of Measurement and Basis for Payment. Fertilizing will not be measured for payment but will be included in the unit bid price for Seeding, Mulching, and Fertilizing as shown on the plans. Contract quantities will be used for final payment of Seeding, Mulching, and Fertilizing, provided the project is constructed essentially to the lines and grades shown on the plans. SECTION 802 - HULCHING AM Add Sec. 802.1.1: 802.1.1 Unless otherwise specified, 'type 1 Mulch (Vegetative) shall be used. Delete Sec. 802.4 and 802.5 in their entirety and substitute the following: 802.4 Method of Measurement and Basis for Payment. Type 1 Mulch will not be measured for payment but will be included in the unit bid price for Seeding, Mulching, and Fertilizing as shown on the plans. Contract quantities will be used for final payment of Seeding, Mulching, and Fertilizing, provided the project is constructed essentially to the lines and grades shown on the plans. Acceptance will be by visual inspection. SECTION 805 - SEEDING Delete Sec. 805.2.1 and substitute the following: 805.2.1 Seed shall comply with the requirements of the Missouri Seed Law. Commercially available seed will be permitted, however the percentages for purity and germination as certified by the supplier shall be subject to the approval of the engineer. The contractor shall supply the supplier ' s certifications to the engineer. Seed may be accepted on the basis of bag labels. If seed is accepted on the basis of bag labels, the contractor shall Revised September 3, 1987 Page 40 retain the bag labels and shall write a letter to the engineer stating the amount and type of the seed. Unless otherwise specified, the seed mixture and rate of application shall be as specified below: All Seasons Mixture Z Rate Tall Fescue 60 30# per acre Crown Vetch 40 20# per acre Delete Sec. 805.3.2 and substitute the following: 805.3.2 Seeding shall be done before the proposed seedbed becomes eroded, crusted over, or dried out and shall not be done when the ground is in a frozen condition or covered with snow. Seed shall be uniformly applied at the rates specified. Provisions shall be made by markers or other means to insure that the successive seeded strips will overlap or be separated by a space no greater than the space left between the rows planted by the equipment being used. If inspection during the seeding operation indicates that strips wider than the space between rows planted have been left unplanted, additional seed shall be planted on these areas. Delete Sec. 805.4 thru 805.5 and substitute the following: 805.4 Method of Measurement and Basis for Payment. Seeding will not be measured for payment but will be included 'in the unit bid price for Seeding, Mulching, and Fertilizing as shown on the plans. Contract quantities will be used for final payment of Seeding, Mulching, and Fertilizing, provided the project is constructed essentially to the lines and grades shown on the plans. SECTION 1018 - FLY ASH FOR CONCRETE 1018.1 Scope. These specifications cover fly ash intended for use in concrete. When the words "Missouri Highway Department" or "MHTD" are used in Section 1018 they shall mean Missouri Highway Department. 1018.2 General . 1018.2.1 All fly ash shall conform to the requirements of AASHTO M 295- 84I, Class C or F, except as herein specified. 1018.2.1.1 Only fly ash from sources prequalified with the Missouri Highway Department in accordance with these specifications will be permitted. 1018.2.1.2 The loss on ignition shall be 3.0 percent, maximum. 1018.2.1.3 The percent each of Silicon Dioxide, Aluminum Oxide, and Iron Oxide shall be reported in addition to the total of the three. Revised September 3, 1987 Page 41 1018.2.1,4 The physical requirement for fineness by air permeability shall be deleted. 1018.2.2 Fly ash may only be used with the type of cement used in the prequal i fication tests. The type and source of cement used by the manufacturer shall be shown on all test reports. Cement used by the manufacturer for testing fly ash shall meet the requirements of Sec. 1019. 1018.2.3 Prequalified or finally approved fly ash shall not be mixed with other fly ash. 1018.2.4 The term manufacturer as used in this specification will be considered to be the actual manufacturer of the fly ash, the supplier, or broker. The entity marketing the fly ash to the contractors or suppliers shall be responsible for complying with these specifications. 1018.2.5 All tests by the manufacturer shall be performed in an approved laboratory. 1018.3 Prequalification and Acceptance Procedures. 1018.3.1 Prequalification. Prior to approval and use of fly ash, the manufacturer shall submit to the Missouri Highway Department Division Engineer, Materials and Research, all information, test reports, and prequalification samples herein specified. 1018.3.1.1 The manufacturer shall submit the following information , in writing. (a) Complete name and address of the fly ash source and owner . If located in an area without precise address identification, a complete map description shall be furnished. (b) Complete name and address or map location of the coal mine. If more than one source of coal is used, list all sources. (c) Type of coal used. (d) Class of fly ash produced. (e) A description of production procedures, including but not limited to pulverization techniques, any additives mixed with the coal during production, any additives or dust suppressant used to collect the fly ash, ash collection methods, production capacity in tons per day, and the proportions and proportioning procedures of any blended coals. (f) Description of storage facilities, including capacities and set-aside capabilities. AWL Revised September 3, 1987 Page 42 (g) Description of quality control program. (h) Copies of test results to document a satisfactory history of quality control including but not limited to a record of ten tests for Fineness, Moisture Content, Specific Gravity, Loss on Ignition, and Soundness and two complete chemical and physical tests complying with AASHTO M 295-84I . Samples shall have been taken in a manner and frequency in accordance with ASTM C 311-85. 1018.3.1.2 The manufacturer ' s testing laboratory and the MHTD Central Laboratory shall split a sample and perform all tests required in AASHTO M 295-841. The sample shall be obtained in accordance with ASTM C 311-85. Each one-half of the sample shall weigh at least 8 pounds. The sample shall be packaged in a plastic lined bag or box and the plastic liner shall be securely tied or fastened. Both sets of test results shall comply with AASHTO M 295- 841 and the two sets of results shall be within interlaboratory reproducibility of each other, for each test. 1018.3.1.3 Fly ash from each coal source at each plant will be prequalified separately except coals from different sources may be blended prior to burning. 1018.3.1.4 Upon completion of evaluation of all information submitted by the manufacturer, the engineer will notify the manufacturer in writing whether the source is given preliminary approval . After preliminary approval is given, no further pre qualification tests will be required except when the production procedure or ,fuel source is changed or when any change is made by the manufacturer that alters the properties or characteristics of the prequalified fly ash, in which case, prequalification will again be required. 1018.3.1.5 The engineer may inspect and approve or disapprove the production and storage facilities. 1018.3.2 Final Acceptance Procedures. All fly ash intended for use shall be sampled, tested, and placed in a designated silo or bin. 1018.3.2.1 All fly ash shall be subject to inspection and sampling at the source of manufacture, at an intermediate shipping terminal , or at destination, as determined by the engineer. The engineer shall have free access to plant records and required plant facilities to conduct inspection and sampling. The manufacturer shall conduct sufficient tests to insure that adequate quality control is maintained and that fly ash furnished conforms to all the specification requirements. The manufacturer shall maintain a record of all test results for a period of not less than five years, for review by the engineer. 1018.3.2.2 Samples shall be taken by the manufacturer from the conveyer delivering fly ash to the designated storage silo or where designated by the engineer. Each sample shall represent no more than 200 tons. Samples shall be taken in a manner in accordance with ASTM C 311-85. Revised September 3, 1987 Page 43 1018.3.2.2.1 A portion of each of the samples representing 200 tons shall be tested, by the manufacturer, for Fineness (No. 325 sieve analysis), Moisture Content, Specific Gravity, Loss on Ignition, and Soundness. The Soundness test requiring cement shall be run with the type and source of cement to be used on the project. 1018.3.2.2.2 The manufacturer shall perform complete chemical and physical tests on a composite of the samples representing each silo or for each 1000 tans, whichever is smaller. 1018.3.2.3 Before shipment of fly ash from a designated silo, Bryan and Associates shall be furnished, by the manufacturing plant or terminal personnel , three copies of the manufacturer ' s certification . The certification shall include or have attached, results of all tests required for each sample by these specifications. 1018.3.2.4 The bill of lading or delivery receipt for each shipment from the certified silo shall carry the following statement: "This is to certify that this fly ash meets the requirements of the Missouri Highway and Transportation Department's specifications and was loaded from tests and certified silo number all Name oT u acturer Shipping Facility by Tgna ure 1018.3.2.6 Upon completion of the complete chemical and physical tests required in Sec. 1018.3.2.2.2, the manufacturer shall submit to the- Division Engineer, Materials and Research a copy of the test results. 1018.3.2.6 If any test result submitted by the manufacturer deviates from the specification requirements, the engineer may require fly ash to only be accepted in accordance with Sec. 1018.3.2.7. 1018.3.2.7 The engineer may obtain random samples at the point of use. If fly ash certified by the manufacturer does not conform to the specification requirements, as determined by random sampling and testing, the engineer may require that all fly ash furnished be sampled and tested by the manufacturer and certifications furnished to the engineer for approval , prior to shipment. In which case, approval will only be given based on complete chemical and Revised September 3, 1987 Page 44 physical tests. Shipment shall only be made from tested and sealed silos or bins. This procedure shall continue until the engineer determines that adequate quality control has been re-established. Samples for tests of any fly ash offered for use may be taken at any time deemed necessary by the engineer. SECTION 1119 - CEMENT (REVISIONS) Delete Sec. 1019.1 and substitute the following: 1019.1 Scope. These specifications cover portland cement, Type IP portland- pozzolan cement, and Type I (PM) pozzolan modified portland cement. Delete Sec. 1019.2.2 except subsection (c) and substitute the following: 1019.2.2 All blended hydraulic cement shall conform to the requirements for Type IP or Type I(PM) of AASHTO M 240 with the following modifications: (a) Type IP or I(PM) cement shall be produced by intergrinding portland cement clinker and pozzolan. Blending methods of production shall not be used. (b) The pozzolan constituent of Type IP shall not exceed 20 percent by weight of the total portland-pozzolan cement. Delete Sec. 1019.2.3 and substitute the following: 1019.2.3 Type I or II portland cement, Type IP portland-pozzolan cement, or Type I(PM) pozzolan-modified portland cement shall be used for all general concrete construction except as herein specified or where other types of cement are permitted. Type IP or I(PM) shall not be used in concrete designed for high early strength. Type I or Type III portland cement shall be used in high early strength concrete. White portland cement shall meet the requirements for Type I. Type IA, air-entraining portland cements, shall be used only when specified in the contract. Different types of cement shall not be mixed and different types shall not be used in the same unit of construction. Delete Sec. 1019.2.4. AOL Revised September 3, 1987 Page 45 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EYUAL December 1980 . rMOYMENT OPPORTUNITY xE UTIP ORDER i11246T Aft 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: 3. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometowi Plan. With regard to all their other covered construction work, such contractors are required to comply with the following goals: Goals for Female Participation in Each Trade AREA COVERED Goals for woven apply nationwide. GOALS AND TIMETABLES Goals Timetable (percent) From Apr. 1, 1973 until Mar. 31, 1979 3.1 From Apr. 1, 1979 until Mar. 31, 1980 5.1 From Apr. 1, 1980 until Mar. 31, 1981 6.9 _. . . Goals For Minority Participation For Each Trade County Goal (Percent) County Goal (Percent) Adair 4.0 Linn 4.0 Andrew 3.2 Livingston 10.0 Atchison 10.0 McDonald 2.3 Audrai n 4.0 lelacon 4.0 Barry 2.3 Hadison 11.4 Barton 2.3 Maries 11.4 Bates 10.0 Marion 3.1 Benton 10.0 Mercer 10.0 Bollinger 11.4 Miller 4.0 Boone 6.3 Mississippi 11.4 Buchanan 3.2 Moniteau 4.0 Butler 11.4 Monroe 4.0 Caldwell 10.0 Montgowery 11.4 Callaway 4.0 Morgan 4.0 Camden 4.0 New Madrid 26.5 Cape Girardeau 11.4 Newton 2.3 46 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION (Cont'd) Aft qW Carroll 10.0 Nodaway 10.0 Carter 11.4 Oregon 2.3 Cass 12. 7 Osage 4.0 Cedar 2.3 Ozark 2.3 Chariton 4.0 Pemiscot 26.5 Christian 2.0 Perry 11.4 Clark 3.4 Pettis 10.0 Clay 12.7 Phelps 11.4 Clinton 10.0 Pike 3.� Cole 4.0 Platte 12.7 Cooper 4.0 Polk 2.3 Crawford 11.4 Pulaski 2.3 Dade 2.3 Putnam 4.0 Dall4s 2.3 Ral1s 3.1 Daviess 10.0 Randolph 4.0 DeKalb 10.0 Ray 12.7 Dent 11.4 Reynolds 11.4 Douglas 2.3 Ripley 11.4 Dunklin 26.5 St. Charles 14.7 Franklin 14.7 St. Clair 2.3 Gasconade 11.4 >t. Francois 11.4 Gentry 10.0 Ste. Genevieve 11.4 Greene 2.0 St. Louis City 14.7 Grundy 10.0 St. Louis County 14.7 Harrison 10.0 Saline 10.0 Henry 10.0 Schuyler 4.0 Hickory 2.3 Scotland 4.0 Holt 10.0 Scott 11.4 Howard 4.0 Shannon 2.3 Howell 2.3 Shelby 4.0 Iron 11.4 Stoddard 11.4 Jackson 12.7 Stone 2.3 Jasper 2.3 Sullivan 4.0 Jefferson 14.7 Taney 2.3 Johnson 10.0 Texas 2.3 Knox 4.0 Vernon 2.3 Laclede 2.3 Warren 11.4 Lafayette 10.0 Washington 11.4 Lawrence 2.3 Wayne 11.4 Lewis 3.1 Webster 2.3 Lincoln 11.4 Worth 10.0 Wright 2.3 These uoals 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 the 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 buth its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 47 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION (Cont'd) 41 CFR 60-4.3(a) , and its efforts to meet the goals. The hours of 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 eanploy minorities and women evenly on eich of its projects. The transfer of minority. or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 4. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,0.00 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and comple- tion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 5. As used in this Notice, and in the contract resulting from this solicita- tion, the "covered area" is the county, roote, and limits described in the proposal for the work. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION July 1986 1. !1s its :i i:i :,i ,.. ;;wcifications: a. "Covered area" means the geographical area described in the solicitation which this contract resulted; h. "Director" means Director, Office of Feder; l Contract Compliance Programs, United States Department of Labor, or any person to union the Director delegates authority; C. "Employer Identification d0mber" =jeans the Federal Social Seciirity number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Dep,irtment Form 941; d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii ) 1ispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii ) Asian and Pacific Islander (all persons having origins in any of the original peoples of the F.ir Fast, Southeast Asia, the Indian Subcontinent, or the 4o Pacific Islands) ; and 48 (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affilliations through memt)ership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Home- town Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provi- sions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total boars of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas 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 are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make sub- Stantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the 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 completion of .their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evalurition of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its 49 actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and what action was taken with respect to each such individual . If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or, unions with which the Contractor has a collective bargaining agreement has not re ferred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contrac- tor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its LEO obligations: by including it in any policy manual and collective bargaining agreement by publicizing it in the company newspaper, annual report, etc. ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EE0 policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superin- tendents, Ceneral Forewen, etc. , prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these ineetings, persons attending, subject matter discussed, and disposi- tion of the subject matter. 50 h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the neaps media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i . Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to :schools with minority and female students and to minority and female recruitment and graining organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any re- cruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school , summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1 . Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such op- portunities. M. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcon- tracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p) . The efforts of a contractor association, joint contractor union, contractor community, or other similar group of which the contractor is a member and partici- pant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every eftort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete 51 i - benefits of the program are reflected in the Contractor's minority and female wor - force participation, makes a good faith effort to meet its individual goals timetables, and can provide access to documentation which demonstrates the effec- tiveness 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. 9. A single goal for minorities and a separate single goal for women have been established to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized) , 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension; termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 1.1246, as amended, and its implementing regulations, the Office of Federal Contract Compliance Programs. Any Contractor who fails carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60°4.8. 14. The Contractor shall designate a responsible official to monitor all em- ployment 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 numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at i which the work was performed, Records shall be maintained in an easily understand- able and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the appli- cation of other laws which establish different standards of compliance or upon do application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) . 52 OPERATING POLICY STATEMENT The contractor shall accept as his operating policy the following statement, or one of equal coverage, which is designed to further the provision of equal employ- ment opportunity to all persons without regard to their race, -color, religion, sex, or national origin, and to promote the full realization of equal employment oppor- tunity through a positive continuing program: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or tefmin4- tion; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." SUPPLEMENTAL REPORTING REQUIREMENTS A. The contractor will keep such records as are necessary to determine compliance with the contractor's equal employment opportunity obligations. The records kept by the contractor will be designed to indicate the number of minority and non-minority group members and women employed in each work classification on the project. B. All such records must be retained for a period of three years following comple- tion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State Highway agency and the Federal Highway Administration. C. The contractor and each covered subcontractor will submit to the State Highway agency, for the month of July, for the duration of the project, a report (Form PR-1391) "Federal--aid Highway Construction Contractors Annual EEO Report", indica- ting the number of minority, women, and non-minority group employees currently en- gaged in each work classification required by the contract work. NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE September 1974 lEb =WI D 0 0 A 0 (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities (is included in the proposal and must be submitted prior to the award of a Federal-Aid highway construction contract exceeding $10,000 which is not exempt from *the provisions of the Equal Opportunity clause.) (b) Bidders are cautioned as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in this proposal . This certification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certifications also provides that the bidder will not maintain such segregated facilities. (c) Bidders receiving Federal-Aid highway 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 prospec- tive subcontractors for construction contracts and material suppliers where the 53 subcontracts or material supply agreements exceed $10,000 and are not exempt fr the provisions of the Equal Opportunity clause. "NOTICE TO PROSPECTIVE SUBCONTRACTORS AND MATERIAL SUPPLIERS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES Na) A Certification of Nonsegregated Facilities as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, which is included in the proposal , or attached hereto, must be submitted by each subcontractor and material supplier prior to the award of the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10,000 and is not exempt from the provisions of the Equal Opportunity clause. "(b) Subcontractors and material suppliers are cautioned as follows: By signin the subcontract or entering into a material supply agreement, the subcontractor o� material supplier will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in the subcontract or material supply agreement. This certifications provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the subcontractor or material supplier will not maintain such segregated facilities. NO Subcontractors or material suppliers receiving subcontract awards or material supply agreements exceeding $10,000 which are not exempt from the prov' lions of the Equal opportunity clause will be required to provide for the forty, of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause." STATEMENTS AND PAYROLLS March 1972 The following provisions are added by the State to the Required Contract Provi- sions All Federal-Aid Construction Contracts (Form PR-1273), Section V. Statements and Payrolls. The contractor is advised that Section 5c is amended to read: "c. All payrolls shall contain the following information: (1) The employee's full name, address, and social security number." NONDISCRIMINATION IN EMPLOYMENT February 1972 The following provisions are added by the State to the Required Contract Provisions of Federal-Aid Contracts. 54 The contractor is advised that the exemptions referred to in the Required Con- , tract Provisions, Federal-Aid Contracts under Section II, Equal Opportunity, Para- graph 29, with respect to contracts and subcontracts, are substantial and are to be found in Chapter 60, Office of Federal Contract Compliance, Equal Employment Oppor- tunity, Department of labor (33 Federal Register 7804-7812, May 28, 1968, effective July 1, 1968, Chapter 60, Title 41, Code of Federal Regulations), by which contracts and subcontracts of $10,000 or less and certain contracts and subcontracts for in- definite quantities are exempt. The two pertinent exemption clauses are as follows: "60-1.5 Exemptions. - (a) General "(1) Transactions of $10,000 or under. Contracts and subcontracts not exceeding $ ;otter tan Government bills of lading, are exempt from the re- quirements of the equal opportunity clause. In determining the applicability of this exemption to any Federally assisted construction contract, or subcontract thereunder, the amount of such contract or subcontract rather than the amount of the Federal financial assistance shall govern. No agency, contractor or subcontractor shall procure .supplies or services in less than usual quantities to avoid applica- bility of the equal opportunity clause. "(2) Contracts and subcontracts for indefinite quantities. With respect to contracts cind subcontracts for inTe ni e quantities (including, but not limited to, open end contracts, requirement-type contracts, Federal Supply Schedule contracts, "call-type" contracts, and purchase notice agreements), the equal opportunity clause shall be included unless the purchaser has reason to believe that the amount to be ordered in any year under such contract will not exceed $10,000. The applicability of the equal opportunity clause shall be determined by the purchaser at the time of award for the first year, and annually thereafter for succeeding years, if any. Notwithstanding the above, the equal opportunity clause shall be applied to such contract whenever the amount of a single order exceeds $10,000. Once the equal opportunity clause is determined to be applicable, the contract shall continue to be subject to such clause for its duration, regardless of the amounts ordered, or reasonably expected to be ordered in any year." CARGO PREFERENCE-USE OF UNITED STATES FLAG VESSELS September 1986 The contractor agrees ----- (1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material , or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. (2) To furnish within 20 days following the date of loading for shipments orig- inating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this provision to both the Contracting Officer (through the prime contractor in the case of subcontractor bill s-of-1 adi ng) and to the Division of National Cargo, Office of Market Development, Maritime Administra- tion, Washington, D. C. 20590. (3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. 55 t LUY AMERICA I!2LI "Y April 1991 rrr�rrr..rrrr r- � M p*deral Aid contracts, ail steel shall be donMUc except alternate bids may be permitted as hereinafter provided foe forellp seed domestic: steel to be permanently installed on the project. If alternate bids for foreign structural steel are permitted in this contract, a separate proposal will be Included as a part of this Special (Provision listing only those items on which a foreign steel bid may be offered. The bidder is advised that lee may submit a bid for domestic steel only and the award of the contract will be based on his total bid. If the bidder desires to submit a bid for foreign steel, he shall also submit a bid for such materials from domestic sources on the itemized proposal. Failure to furnish a bid for the domestic steel items shall result In the bid propos4 bdg eonsiderod irregular. The bidder may submit a bid for foreign steel on any of the items provided as part of this Special Ptpv6slon. The award of contract will then be based on the following: (1) 7b* lowest total bid based on domestic steel; or (2) 12S percent of th, lowest total bid based on the foreign steel alternate. If the basis of award is domestic steel, foreign steel shall not be used. if the basis of award is foreign steel,either domestic or foreign steel will be acceptable; however, payment will be made at the contract unit prices for foreign steel. Domestic means manufactured in any of the 50 states, the District of Columbia, Puerto Rico, and other territories and possessions of the United States of America. Where., domestic steel Is otherwise required by this contract, foreign steel may be supplied in minor amounts'not. to exceed 1110 percent of the total contract cost or $2,500 whichever is greater. i t i I.. i . 56 Addendum To FHWA Form PR 1273, Required Contract Provisions Federal-aid Construction Contracts Under Section I, Paragraph 2, add: The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. Under Section I, add as Paragraph 5 Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor [or any of its subcontractors] and the contracting agency, the U.S. Department of labor, or the employees or their representatives. Under Section IV, Paragraph 1, add: Laborers or mechanics performed work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. 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. Under Section IV, Paragraph 5a, add: 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. Under Section IV, Paragraph 5b, add: Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of 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 journeymen wage rate on the wage determination which provides for less that full benefits for apprentices. 57 i 11111111111J111 3111111�'J 1 11115111111 IFAEMM f Under Section IV, replace paragraphs 7 and 8 with the following new paragraphs: i 7. Overtime requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employee of laborers, mechanics, watchmen or guards (including apprentices and trainees described in paragraphs 5 and 6 above) shall require or permit any laborer, mechanic, watchman or guard in any workweek in which he/she Is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman or guard receives compensation at a rate not less than one and one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violations: Liability for Unpaid Wages: Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10.00 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. Under Section IV, replace Paragraphs 9 and 10 with the following new paragraphs: 9. Withholding: The State highway agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer, mechanic, (including apprentices and trainees) watchman or guard employed or working on the site of the work, all or part of the wages required by the contract, the State highway department contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 10. Withholding for unpaid wages and liquidated damages: The State highway agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withholding or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract of any other 58 E Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be ; determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in ' the clause set forth in Paragraph a. ' Under Section 'V, Paragraph 5d, add: I If the contractor or subcontractor fails to submit the required records or. to make them available, the Federal agency may, after written notice to i the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 3 3 i ; i • 59 U.S. DEPARTMENT OF TRANSPORTATION FIDIRAL HIGHWAY ADMINISTRATION Ask REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTS) Page in conspicuous places, available to employees and applicants.for I. Application _______»_____»--___-.._»-__ _-»_____ 1 employment, notices to be provided by the State highway depart. II. Equal Opportunity ---------------- I ment setting forth the provisions of this nondiscrimination clause. III. Nonsegregated Facilities ---------------------------- 2 b. The contractor will, in all solicitations or advertisements for IV. Payment of Predetermined Minimum Wages ---------- 2 employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment V. Statement* and Payrolls ----------------------------- 3 without regard to race, color, religion, sex, or national origin. VI. Record of Materials, Supplies and Labor ------------- 3 c. The contractor will send to each labor union or representative VII. Subletting or Assigning the Contract _________________ 4 of workers with which he has a collective bargaining agreement or VIII. Safety; Accident, Prevention ------------------------ 4 other contract or understanding, a notice to be provided by the IX. False Statements Concerning Highway Projects -------- 5 State highway department advising the said labor union or work- X. Implementation of Clean Air Act and Federal Water era' representative of the contractors commitments under this sec- Pollution Control Act _»-____-»_ - 6 tion II-2 and shall post copies of the notice in conspicuous places '-""""`-""_"`""` available to employees and applicants for employment. 1. APPLICATION d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations 1. These contact provisions shall apply to all work performed (41 CFR, Part 60) and relevant orders of the Secretary of Labor. on the contract by the contractor with his -own erganizaion and e. The contractor will furnish all information and reports re- with the assistance of workmen under his immediate superintend- quired by Executive Order 11246 of September 24, 1965, and by once and to all work performed on the contract by piecework, roles, regulations and orders of the Secretary of Labor, or pur- station work or by subcontract. suant thereto, and will permit access to his books, records and ` 2.. The contractor shall insert in each of his subcontracts all accounts by the Federal Highway Administration and the Secre- of the stipulations contained in these Required Contract Provi• tary of Labor for purposes of investigation to ascertain compliance sions and also a clause requiring his subcontractors to include with such rules, regulations and orders. these Required Contract Provisions in any lower tier subcon• , tracts which they may enter into, together with a clause requir• E.discrimination the event of the contractors noncompliance with the non• Ing tyre inclusion of these provisions in any further subcontracts rs , eg lti clauses of this contract or with any of the said that may in turn be made. The Required Contract Provisions rules, regulations or orders, this contract may c canceled, fermi• shall In no Instance be Incorporated by reference. noted or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally- 3. A breach of any of the Stipulations contained in these assisted construction contracts in accordance with procedures Required Contract Provisions rnny be grounds for termination authorized In Executive Order 11246 of September 24, 196, and of the contract. such other sanctions may be imposed and remedies invoked as 4. A breach of the following clauses may also be grounds for provided in Executive Order 11246 of September 24, 1965, or by debarment as provided in 29 CFR 5.6(b): rule, regulation or order of the Secretary of Labor, or as other• wiser provided by law. Section 1, paragraph 2; 5 Seeder. IV, paragraphs 1, 2,3, and ?; g• The contractor will include: the provisions of this Section II-2 Section V, paragraphs 1, 5a, 5 and Sd in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so 11. EQUAL OPPORTUNITY that such provisions will be binding upon each subcontractor or 1. Selection of Labor: vendor. The contractor will take such action with respect to any subcontract or purchase order as the State highway department or During the performance of this contract, the contractor shall the Federal Highway Administration may direct as a means of en• not discriminate against labor from any other State, possession or forcing such provisions including sanctions for noncompliance: territory of the United States. Provided,however, that in the event a contractor becomes involved 2 Employment Practices: in, or in threatened with litigation with a subcontractor or vendor as a result of such direction by the Federal Highway Administra- During the performance of this contract, the contractor agrees tion, the contractor may request the United States to enter into aI follows: such litigation to protect the interests of the United States. a. The contractor will not discriminate against any employee or 3. Selection of Subcontractors, Procurement of Materials, applicant for employment because of race, color, religion, sex, or and Leasing of Equipment: national origin. The contract will take affirmative action to en• poring the performance of this contract, the contractor, for sure during that applicants employment are employed,and that employees are treated itself, its assignees and successors in interest (hereinafter referred dur[ttr employment without regard to their race, color, religion, sex,or national origin. Such action shall include, but not be lim• to as the "contractor") agrees as follows: • ited to the following: employment, upgrading, demotion or trans. a. Compliance With Regulations: The contractor *hall comply fer; recruitment or recruitment advertising; layoffs or termination; with the Regulations relative to nondiscrimination in federally rates of pay or other forms of compensation; and selection for assisted programs of the Department of Transportation, Title 49, .� training, including apprenticeship, The contractor agrees to post Code of Federal Regulations, Part 21, as they may be amended Form 1`11-1495--41wviow editions are obsolete. Page 1 (Rev. 9••751 from time to time, (hereinafter referred to as the Regulations), segregated facilities at any of his establishments, and that he will which are homin incorporated by reference and made a part of not permit his employees to perform their services at any location, this contract. under his control, where segregated facilities are maintained. He b. Nondiscrimination: The contractor, with regard to the cork agrees that a breach of this certification is a violation of the Equal Performed by it during the contract, shall not discriminate on Opportunity"segregated in taco contract. As used In this certification,the the grounds of race, color, sex or national origin in the selection are term segregate) facilities means any waiting he rooms, work and retention of subcontractors, Including procurements of ma- areas,ref lots and washrooms,restaurants and ether eating areas, wrlala and lessee of equipment. The contractor shall not particl. t g lots, lacier rooms and other storage r dressing areas,park• pate either directly or indirectly In the discrimination prohibited tra lots, drinking fouling a, recreation or orrte employees nreae, by section 21.5 of the Regulations,including employment practices transportation,and housing directive or for employees watch when the contract covers a program set forth in Appendix B of am segregated by explicit directive or arc in {act segregated on too Regulations. the basis of ratio,creed,color,or national origin,because of habit, local custom, or otherwise. He agrees that (except where he has a Solicitations for Subcontracts, Including Procurements of obtained Identical certifications from proposed subcontractors and Materials and Equipment: In all solicitations either by competi- material suppliers for specific time periods), he will obtain iden- tive bidding or negotiation made by the contractor for work to be tical certification from proposed subcontractors or material sup- penformed under a subcontract, including procurements of ma. pliers prior to the award of subcontracts or the consummation of terials or leases of equipment, each potential subcontractor or material supply agreements, exceeding $10,000 which are not supplier shall be notified by the contractor of the contractor's exempt from the provisions of the Equal Opportunity clause, and obligations under this contract and the Regulations relative to that he will retain such certifications in his files. nondiscrimination on the grounds of race, color, sex or national origin. IV. PAYMENT OF PREDETERMINED MINIMUM WAGES d. Information and Reports: The contractor shall provide all 1. General information and reports required by the Regulations, or direc- tives issued pursuant thereto, and shall permit access to its books, All mechanics and laborers employed or working upon the records, accounts, other sources of information and its facilities site of the work will be paid unconditionally and not Jew often as may be determined by the State highway department or the than once a week, and without subsequent deduction or rebate on Federal Highway Administration to be pertinent to ascertain any account (except such payroll deductions as are permitted by compliance with such Regulations or directives. Where any infor- regulations issued by the Secretary of Labor under the Copeland mation required of a contractor is in the exclusive possession of Act (29 CFR, Part 3)), the full amounts due at time of payment another who fails or refuses to furnish this information the con- computed at wage rates not less than those contained in the wage tractor shall so certify to the State highway department, or the determination decision of the Secretary of Labor which is attached Federal Highway Administration an appropriate, and shall set hereto and made a part hereof, regardless of any contractual rm- forth what efforts it has made to obtain the information. lationship which may be alleged to exist between the contractor e. Sanctions for Noncompliance.: In the event of the contractor's and such laborers and mechanics; and the wage determination aoncompliance with the nondiscrimination provisions of this con- decision shall be posted by the contractor at the site of the work tract, the State highway department shall impose such contract in a prominent place where it can be easily seen by the workers. sanctions as it or the Federal Highway Administration may deter- For the purpose of this clause,contributions made or costa reason- mine to be appropriate, including, but not limited to: ably anticipated under section 1(b)(2) of the Davis-Bacon Act on (1) withholding of payments to the contractor under the behalf of laborers or mechanics are considered wages paid to such contract until the contractor complies,and/or laborers or mechanics, subject to the provisions of Section T17, p paragraph 3b,hereof. Also for the purpose of this clause, regular (2) cancellation, termination or suspension of the contract, contributions made or costa incurred for more than a weekly in whole or in part.. period under plans, funds, or programs, but covering the par- f. Incorporation of Proviaions: Tito contractor shall include the ticular weekly period, are deemed to be constructively made or provision of this paragraph 3 in every subcontract, including pro- incurred during such weekly period. curements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The con- 2. Classification: tractor shall take such action with respect to any subcontractor or a. The State highway department contracting officer shall procurement as the State highway department or the Federal require that any class of laborers or mechanics,including appren- Highway Administration may direct as n means of enforcing such tices and trainees, which is not listed in the wage determination provisions including sanctions for noncompliance: Provided, how- and which is to be employed under the contract,shall be classified ? ever, that, in the event a contractor becomes involved in, or is or reclassified conformably to the wage determination, and a re- threatened with, litigation with a subcontractor or supplier as a port of the action taken shall be sent by the State highway result of such direction, the contractor may request the State department contracting officer to the Secretary of Labor. highway department to enter into such litigation to protect the interests of the State, and, in addition, the contractor may b. In the event the interested parties cannot agree cn the request the United States 'to enter into such litigation proper classification or reclassification of a particular class of la- to protect the interests of the United States. borers and mechanics, including apprentices and trainees, to be used, the question accompanied by the recommendation of the Ill. NONSEGREGATED FACILITIES State highway department contracting officer shall be referred to the Secretary for final determination. (Applicable to Federal-aid construction contracts and related subcontracts exceeding $10,000 which are not exempt from the 3. Payment of Fringe Benefits: Equal Opportunity clause.) a. The State highway department contracting officer shall By submission of this bid, the execution of this contract or sub- require, whenever the minimum wage rate prescribed in the con• contract, or the consummation of this material supply agreement, tract for a class of laborers or mechanics includes a fringe benefit as appropriate, the bidder,Federal-aid construction contractor,sub- which is not expressed as an hourly wage rate and the contractor contractor, or material supplier, as appropriate, certifies that he is obligated to pay a cash equivalent of such a fringe benefit, an i does not maintain or provide for his employees any segregated fa- hourly cash equivalent thereof to be established. In the event the - cilities at any of his establishments, and that he does not permit interested parties cannot agree upon a cash equivalent of the his employees to perform their services at any location,under his fringe benefit, the question, accompanied by the recommendation control, where segregated facilities are maintained. He certifies of the contracting officer, shall be referred to the Secretary of further that he will not maintain or provide for his employees any Labor for determination. Page 2 Form PR-1273 flay. 9-75) 511 11JR111,1111 b. If the contractor does not make payments to a trustee or to utilize trainees at lose then the applicable predetermined rate other third person, he may concidar as part of the wages of any for the work performed until an acceptable program is approved, laborer or mechanic the amount of any costs reasonably antici- c. The utillrstlon of apprentices, trainees and journeymen pated in providing benefits under a plan or program of a type shall be in conformity with the equal employment opportunity expressly listed in the wage determination decision of the Secre• requirements of Executive Order 11246, an amended, and 29 tary of Labor which is a part of this contract: Provided,however, CFR Part 30. the Secretary of Labor bas found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon 8. Apprentices and Trainees (Programs of Department Act have been met. The secretary of Labor may require the of Transportation): contractor to set aside in a separate account assets for the meet- Apprentices and trainees working under apprenticeship and ing of obligations under the plan or program. skill training programs which have been certified by the Secretary 4. Payment of Excess Wages: of Transportation as promoting equal employment opportunity in connection with Federal aid highway construction programs are While the wage rates shown are the minimum rates required not subject to the requirement+ of Section iV, paragraph 5 above. by the contract to be paid during its life, thin is not a represen• The straight time hourly wage rates for apprentices and trainees cation that labor can be obtained at these talcs No increase in under such programs will be established by the particular pro- the contract price shall be allowed or authorized on account of grams. the payment of wage rates in excess. of those listed herein. 7. Overtime Requirements: S. Apprentices and Trainees (Programs of Department ti t t t b t No contractor or subcontractor contracting of Labor): g for any part of the contract work which may require or Involve the employment of a. Apprentices will be permitted to work at less than the laborers, mechanics, watchmen or guards (including apprentices predetermined rate for the work they performed when they are and trainees described In paragraphs 5 and 6 above) shall require employed and individually registered in a bona fide apprentice• or permit any laborer,mechanic,watchman or guard in any work• ship program registered with the U.S. Department of Labor, week in which he is employed on such work, to work in excess of Manpower Administration, Bureau of Apprenticeship and Train- eight hours in any calendar day or in excess of forty hours in such ing, or with a State Apprenticeship Agency recognized by the workweek unless such laborer, mechanic, watchman or guard re- Bureau, or if a person is employed in his first 90 days of proba- calves compensation at a rate not less then one and one-half times tionary employment as an apprentice in such an apprenticeship his basic rate of pay for all hours worked in excess of eight hours program, who is not individually registered in the program, but in any calendar day or in excess of forty hours in such workweek, who has been certified by the Bureau of Apprenticeship and as the case may be. Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. 8. Violation: liability for unpaid wages. liquidated The allowable ratio of apprentices to journeymen in any craft damages: classification shall not be greater than the ratio permitted to the In the event of any violation of the clause set forth in par&• contractor as to his entire work force under the registered pro- graph 7, the contractor and any subcontractor responsible there- gram. Any employee listed on a payroll at an apprentice wage fore shall be liable to any affected employee for his unpaid wages. rate, who is not a trainee as defined in 29 CFR 5.2(c)(2) or is In addition, such contractor and subcontractor shall be liable to not registered or otherwise employed as stated above, shall be the United States (in the case of work done under contract for paid the wage rate determined by the Secretary of Labor for the the District of Columbia or a territory, to such District or to such classification of work he actually performed. The contractor or territory), for liquidated damages. Such liquidated damages shall subcontractor will be required to furnish to the State highway be computed with respect to each individual laborer, mechanic, agency or to a representative of the Wage-Hour Division of the watchman or guard employed in violation of the clause set forth U.S. Department of Labor written evidence of the registration in paragraph 7, in the sum of$10 for each calendar day on which of his program and apprentices as well as the appropriate ratios such employee was required or permitted to work in excess of and wage rates (expressed in percentages of the journeyman eight hours or in excess of the standard workweek of forty hours hourly rates), for the area of construction prior to using any without payment of the overtime wages required by the clause set apprentices on the contract work. The wage rate paid ap- forth in paragraph 7. prentices shall be not leas than the appropriate percentage of the journeyman's rate contained in the applicable wage determination. 9. Withholding for unpaid wages: b. Trainees, except as provided in 29 CFR 5.15, will not be The State highway department contracting officer may with- permitted to work at less than the predetermined rate for the hold or cause to be. withheld from the contractor so much of the work performed unless they are employed pursuant to and indi- accrued payments or advances as may be considered necessary to vidually registered in a program which has received prior ap• pay laborers, mechanics (including apprentices and trainees) proval, evidenced by formal certification, by the U.S. Department watchmen, or guards employed by the contractor or any subcon• of Labor, Manpower Administration, Bureau of Apprenticeship tractor on the work the full amount of wages required by the and Training. The ratio of trainees to journeymen shall not be contract. In the event of failure to,pay any laborer, mechanic, greater than permitted under the plan approved by the Bureau (including apprentices and trainees) watchman or guard employed of Apprenticeship and Training. Every trainee must be paid at or working on the site of the work, all or part of the wages not less than the rate specified in the approved program for his required by the contract, the State highway department contract- level of progress. Any employee listed on the payroll at a trainee ing officer may, after written notice to the contractor, take such rate who is not registered and participating in a training plan action as may be necessary to cause the suspension of any further approved by the Bureau of Apprenticeship and Training shall be payment, advance, or guarantee of funds until such violations paid not less than the wage rate determined by the Secretary of have ceased. Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish the State, 10. Withholding for liquidated damages: highway agency or a representative of ilia Wage-Hour Division The State highway department contracting officer may with• of the U.S. Department of Labor written evidence of the certifi• hold or cause to be withheld,from any moneys payable on account cation of bin program, the registration of the traineof, and the of work performed by the contractor or subcontractor, such sums ratios and wage rates prescribed in that program. In the event an may administratively be determined to be necessary to satisfy the Bureau of Apprenticeship and Training withdrawn approval any liabilities of such contractor or subcontractor for liquidated + of a training program, the contractor will no longer b�permitted damages as provided in the clause set forth in paragraph 8, Form FR-1773 (Rev. P-7S) Page 3 V. STATEMENTS AND PAYROLLS the contractor shall maintain records which show that the com- mitment Compliance with Copeland Regulation (49) CF part mitment to provide such benefits Is enforceable, that the plan or Do program is financially responsible, and that the plan or program 3): has been communicated in writing to the laborers or mechanics The contractor shall comply with the Copeland Regulations affected, and records which show the costs anticipated or the (29 CFR, Part 3) of the Secretary of Labor which are herein actual costs Incurred in providing such benefits. Incorporated by reference. c. The payrolls shall contain the following information: L Weekly statement: (1) The employee's full name, address and social security Each contractor or subcontractor shall furnish each week it number. (The employee's full name and social security number statement to the State highway department resident engineer need only appear on the first payroll on which his name appeam with respect to the wages paid each of its employees, (including The employees address need only be shown on the first submitted apprentices and trainees described in Section IV, paragraphs 5 payroll on which the employee's name appears,unless a change of and 6, and watchmen and guards) engaged on work covered by address necessitates a submittal to reflect the new address.) the Copeland Regulations during the preceding weekly payroll (2) The employee's classification. period. The statement shall be executed by the contractor or (3) Entries indicating the employee's basic hourly wage subcontractor or by an authorized officer or employee of the con- rate and, where applicable, the overtime hourly wage rate. The tractor or subcontractor who supervises the payment of wages should indicate separately the amounts of employee and Contractors and subcontractors must use the certification set forth payroll p Y on U.S. Department of Labor Fonn WH-348, or the same certifi• employer contributions to fringe benefit funds and/or programs. cation appearing on the reverse of Optional U.S. Department of Any fringe benefits paid to the employee in cash must showing indi- cation Form WH-347,or on any form with identical wording, cared. There is ti prescribed or mandatory form for showing the above information on payrolls. S. Fintal labor sururnary: (4) The employee's daily and weekly hours worked in each The contractor and each subcontractor shall furnish,upon the classification, including actual overtime hours worked (not completion of the contract,a summary of all employment,indicat- adjusted). ing, for the completed project, the total hours worked and the (5) The itemized deductions made and total amount earned. This data shall be submitted to the State (6) The net wages paid. highway department resident engineer on Form PR-47 together d. The contractor will submit weekly a copy of all payrolls to with the data required in Section VI,hereof, relative to materials engineer, The copy shall e State highway department resident engi ll and supplies. The provisions of this paragraph are not applicable the accompanied by a statement signed gi the employer or fall to contracts for secondary highways or contracts financed solely agent indicating that the payrolls are correct and complete, that with funds provided by the Highway Beautification Act of 1965, the wage rates contained therein are not less than those deter- as amended, mined by the Secretary of Labor and that the classifications set 4. Final certificate: forth for each laborer or mechanic conform with the work he Upon completion of the contract, the contractor shall submit performed. Submission of a weekly statement which is required to the State highway department contracting officer, for transmis• under this contract by Section V. paragraph 2, and the Copeland sion to the Federal Highway Administration with the voucher for Regulations of the Secretary of Labor (29 CFR, Part 3) and the final payment for an work filing with the initial payroll or any subsequent payroll of a copy p y y performed under the contract, - of any findings by the Secretary of Labor pursuant to Section IV, certificate concerning wages and classi,►cations for laborers, me- 3b, shall satisfy f re chanics, watchmen and guards employed on the project, in the paragraph Y this requirement. The prime con- following form: tractor shali be responsible for the submission of copies of payrolls s a of all subcontractors. The contractor will make the records re- quired under the labor standards clauses of the contract available The undersigned, contractor on for inspection by authorized representatives of the State highway _ department, the Federal Highway Administration and the Depart- (Project No.) ment of Labor, and will permit such representatives to interview hereby certifies that all laborers, mechanics, apprentices, trainees, employees during working hours on the job. watchmen and guards employed by him or by any subcontractor e. The wages of labor shall be paid in legal tender of the performing work under the contract on the project have been paid United States, except that this condition will be considered satis- wages at rates not less than those required by the contract pro• fied if payment is made by negotiable check, on a solvent bank, visions, and that the work performed by each such laborer, which may be cashed readily by the employee in the local com- mechanic,apprentice or trainee conformed to the classifications set munity for the full amount, without discount or collection charges forth in the contract or training program provisions applicable to of any kind. Where checks are used for payment, the contractor the wage rate paid, shall make all necessary arrangements for them to be cashed and i r Signature and title shall give information regarding such arrangements. a * a o f. No fee of any kind shall be asked or accepted by the con. 5. Payrolls and payroll records: tractor or any of his agents from any person as a condition of employment on the project. a. Payrolls and basic records relating thereto will be main- g. No laborers shall,be charged for any tools used in perform• tained during the course of the work and preserved for a period of ing their respective duties except for reasonably avoidable loss or three years thereafter for all laborers, mechanics, apprentices, trainees, watchmen and guards working at the site of the work. damage thereto. j b. The payroll records shall contain the name, social security h. Every employee on the work covered by this contract shall number and address of each such employee, his correct classifica• be permitted to lodge, board and trade where and with whom he lion, rates of pay (including rates of contributions or costs antici• elects and neither the contractor nor his agents, nor his employees gated.of the types described in section 1(b)(2) of the Davis- shall, directly or indirectly, require as a condition of employment Bacon Act),daily and weekly number of hours worked,deductions that an employee shall lodge, board or trade at a particular place made and actual wages paid. Whenever the Secretary of Labor, or with a particular person. pursuant to Section 1V, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs I. No charge shall be made for any transportation furnished reasonably anticipated in providing benefits under a plan or pro. by the contractor, or his agents, to any person employed on the gram described in section 1(6)(2)(8) of the Davis-Bacon Act, work, Page 4 Form PR-1273 (ttev, 9-75) 1, No Individual shell be employed as a laborer or mechanic way department contracting officer, or his authorized repre"rita• on this contract except on a wage basis, but this shall not be tive, and such consent when given shall not he construed to construed to prohibit the rental of teams, trucks, or other equip• relieve the contractor of any responsibility (or the fulfillment of ment from individual& the contract. Request for permission to sublet, assign, or other- wise dispose of any portion of the contract shall be In writing VI. RECORD OF MATERIALS, SUPPLIES AND LABOR and accompanied by (a) a showing that the organization which will perform the work Is particularly experienced and equipped 1. The provisions in this section are applicable to all contracts for such work, and (b) an assurance by the contractor that the except contracts for secondary highways and contracts financed labor standards provisions set forth in this contract shall apply solely with funds provided by the Highway Beautification Act of to labor performed on all work encompassed by die request. 1965, as amended. 2. The contractor shall maintain a record of the total cost of all Vlll. SAFETY= ACCIDENT PREVENTION materials and supplies purchased for and Incorporated in the work, In the performance of this contract, the contractor shall comply and also of the quantities of those specific materials and supplies with all applicable Federal,State and local laws governing safety, listed on Form PR-47 and in the units shown. Upon completion health and sanitation. The contractor shall provide all safeguards, of the contract, this record, together with the final labor summary safety devices and protective equipment end take any other needed required in Section V. paragraph 3,hereof,shall be transmitted to actions, on his own responsibility,or as the State highway depart. the State highway department resident engineer for the project on ment contracting officer may determine, reasonably necessary to Form PR47 in accordance with instructions attached thereto, protect the life and health of employees on the job and the safety which will be furnished for this purpose upon request. The quan• of the public and to protect property in connection with the per- titles for the listed items shall be reported separately for roadway formance of the work covered by the contract. and for structures over 20 feet long as measured along the center- line of the roadway. It is a condition of this contract,and shall be made a condition of each subcontract entered into pursuant to this contract, 3. The contractor shall become familiar with the list of specific that the contractor and any subcontractor shall not require any materials and supplies contained in Form PR47 prior to the com• laborer or mechanic employed in performance of the contract to menagment of work under this contract. Any additional materials work in surroundings or under working conditions which are un. information required will be solicited through revisions of Form sanitary, hazardous, or dangerous to his health or safety, as deter- PR47 with attendant explanations. mined under construction safety and health standards (Title 29, C Where subcontractors are involved the contractor shall submit Code of Federal Regulations, Part 1926, formerly Part 15113, as eider a single report covering work both by himself and all his revised from time to time), promulgated by the United States subcontractors, or he may submit separate reports for himself and Secretary of Labor, in accordance with Section 107 St of the Con- for each of his subcontractors tract Work Hours and Safety Standards Act (83 Stat. 96). VII. SUBLETTING OR ASSIGNING THE CONTRACT IX FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 1. The contractor shall perform with his own organization con. In order to assure high quality and durable construction in con• tract work amounting to not less than 50 percent of the original formity with approved plans and specifications and a high degree total contract price, except that any items designated by the "Specialty of reliability on statements and representations made by engineers,State as Specialty Items may be performed by subcontract and the amount of any such "Specialty Items" so performed may be contractors,supplies,and workers Feder highway projects, deducted from the original total contract price before computing it Is essential that all persons concerned with ith the project perform the amount of work required to be performed by the contractor their functions carefully, thoroughly, and honestly as possible. Willful falsification, distortionn,, o or r misrepresentation with respect with his own organization. to any facts related to the project is a violation of Federal law. a. "His own organization" shall be construed to include only To prevent any misunderstanding regarding the seriousness of workmen employed and paid directly by the prime contractor and these and similar acts, the following notice shall be posted on equipment owner or rented by him, with or without operators. each Federal-aid highway project in one or more places where it b. "Specialty Items" shall be construed to be limited to work is readily available-to all personnel concerned with the project: that requires highly specialized knowledge, craftsmanship or equipment not ordinarily available in contracting organizations qualified to bid on the contract as a whole and in general are to NOTICE TO ALL PERSONNEL ENGAGED ON be limited to minor components of the overall contract. FEDERAL-AID HIGHWAY PROJECTS 2. In addition to the 50 percent requirement set forth in para. Title 18, United States Code, Section 1020, reads as follows: graph 1 above,the contractor shall furnish (a) a competent super• intendent or foreman who is employed by him, who has full au- "Whoever, being an officer, agent, or employee of the United thority to direct performance of the work in accordance with the States, or of any State or Territory,or whoever,whether a person, contract requirements, and who is in charge of all construction association, firm,or corporation, knowingly makes any false state- operations (regardless of who performs the work), and (b) such ment, false representation, or false report as to the character, other of his own organizational capability and responsibility (su. quality, quantity,or cost of the material used or to be used,or the pervision, management, and engineering services) as the State quantity or quality of the work performed or to be performed,or highway department contracting officer determines is necessary to the costs thereof In connection with the submission of plans,maps, assure the performance of the contract. specifications, contracts, or costs of construction on any highway 3. The contract amount upon which the 50 percent requirement or related project submitted for approval to the Secretary of set forth in paragraph 1 is computed includes the coat of materials Transportation; or and manufactured products which are to be purchased or produced "Whoever knowingly makes any false statement, false represen- by the contractor under the contract provisions. tation, false report, or false claim with respect to the character, quality, quantity, or cost of any work performed or to be per- 4. Any Items that have been selected as "Specialty Items" for formed, or materials furnished or to be furnished, In connection the contract are listed as such in the Special Provisions, bid with the construction of any highway or related project approved schedule, or elsewhere in the contract documents. by the Secretary of Transportation; or 5. No portion of the contract shall be sublet, assigned or other. "Whoever knowingly makes any false statement or false repro. wise disposed of except with the written consent of the State high- sentation as to a material fact in any statement, certificate, or Form PR-1273 Iltev. 9-73) Page 5 repot} submitted pursuant to provisions of the Fsderal-Ald Road listed, on the date of contract award, on the U.S. Environmental Act approved July 1, 1916 (89 Slat. 88li), as amended and Protection Agetley, (EPA) List of Violating Facilities Pursuant supplemented t to 40 C.F.R. 15.20. "Shall be fined not Moro than $10,004 or imprisoned not more 2. The contractor agrees to comply with all the requirements than Ave years,or both" of section 114 of the Clean Air Act and section 808 of the Federal Water Pollution Control Act and all regulations and X. IMPLEMENTATION OF CLEAN AIR ACT AND guidelines listed thereunder. FEDERAL WATER POLLUTION CONTROL ACT 3. The contractor shall promptly notify the State highway (APPLICABLE TO CONTRACTS AND SUBCONTRACTS department of the receipt of any communication from the WHICH EXCEND $100,000) Director, Office of Federal Activities, EPA, indicating that a 1, The contractor stipulates that any facility to be utilised in facility to be utilised for the contract is under consideration to the performance of this contract, unless such contract is exempt be listed on the EPA List of Violating Facilities. under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as 4. The contractor agrees to include or cause to be included amended by Pub. L. 91-604), and under the Federal Water the requirements of subparagraphs l through 4 of this paragraph Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as X in every nonexempt subcontract, and further agrees to take ameaded by Pub. L. 924500), Executive Order 11788, and regula• such action as the Government may direct as a means of enforce tions in implementation thereof (40 C.F.R., Part 15), is not ing such requirements. *U.S.GOVERNMENT PRINTING OrFICE 1984 421-01BA6552 Aft Page 6 Form PR-1273 (Rev. "S) U.S. DOPuttmOnt Of Labor GENERAL WAGE DECISION N0, M087.1 Superssdas General GENERAL 00cision No, M086-1 State. MISSOURI County(lon): STATEWIDE Construction Type HEAVY AND HIGHWAY Construction Duscription: HQ&vy and Highway Construction Projects MOdiflcation Record: No. Publication Date 1 Jan. 23, 1987 P098 No. (s) a Feb. 30. 1987 581 580584 586-591 3 MAY 1, 1967 583-585 4. MAY 8. 1987 580-5b3 582-598 Am �1 579 v 1 US. Department of ter w} N087-1 BASIC FRINGE HOURLY BENEFITS RATES CARPENTERS A PILEORIVERNENt Zone 1 18.41 3.03 Zone 1A 18.11 3.03 Zone 2 18.01 3.03 Zone 2A 17.71 3.03 Zone 28 16.76 3.03 Zone 3 16.35 2.48 Zone 4 15.75 2.48 Zone 5 16.05 3.03 Zone 6 17.32 1 .76 Zone GA 16.47 1 .76 Zone 7 18.02 1 .01 Zone 7A 17.32 1 .76 Zone 78 18.02 1.01 Zone 7C 17.32 1 .76 Zone 7D 17.32 1 .76 Zone a 16.85 1 .98 Zone 9 16.60 2.92 Zone 10 18.41 3.00 CEMENT MASONS: Zone 1 16.85 2.53 Zone 2 15.28 1 .95 Zone 3 16.82 2.63 Zone 4 14. 15 Zone 5 15.63 Zone 6 16.25 AWk MR Zone 7 16.25 Zone B 16.45 2.38 Zone 9 17.30 4.35 Zone 10: Projects less than $1.000.000.00 16.60 4.35 Projects over 911.000.000.00 17.30 4.35 Zone 11 12.95 2.65 ELECTRICIANS: Zone 1 Electrical contracts exceeding $155.000-00 17. 10 1 .40 + 14.25% Electrical contracts not to exceed 5155.000.00 13.62 1.40 + 14.25% Zone 2 17.74 3.51 + 10% Zone 3 Electrical contracts not to exceed 2000 teen haur3 16.74 3.51 + WA Electrical contracts 2000 man hours and over 17.94 3.51 + 10% Zone 4 Electrical contracts not to exceed 2000 man hours 16.74 3.51 + 10% Electrical contracts 2000 man hours and over 17.74 3.51 + 10% Zone 5 Electrical contracts not to exceved 2000 man hours 16. 14 3.51 + 104/ Vol.11 too (May 1. 1967) U.S. Department of Labor M487-1 Electrical contracts 3000 man hours and over 17.74 3.51 + 10% Zone 6 18.75 2.20 + 28-1/2% Zone 7 Electrical contracts over =100,000.00 18.75 2.20 + 28-1/2% Electrical contracts $100.000.00 and under 14.78 2.20 + 28-1/2% Zone 8 Electrical contracts -aver $200.000.00 18.75 2.20 + 28-1/2% Electrical contracts $200.000.00 and under 11.43 2.20 + 28-1/2% Zone 8 14.55 2. 14 + 0% Zone 10 15.04 2.14 + 8% Zone 11 15.22 2.02 + 10% Zone 12: Electricians 13. 19 1.82 + 8% Coupe Splicers 13.54 1.82 + 8% Zone 13: Electricians 16.37 3.61 + 10% Cable Splicers 16.62 3.61 + 10% I ROMWORKERS: Zone 1 17.08 3.80 Zone 2 17.91 3.37 Zone 3 14.91 3.37 Zone 4 12.32 2.95 kone 5 15.00 2.71 Z"n$ 6 15.80 2.70 Zone 7 18.28 3.84 LABORERS: Group 1: Zone 1 13.98 2.55 Zone 2 12.58 •' 2.55 Zone 3: (a) 15.60 2.55 (b) 15.35 2.80 Zone 4: (a) 14.65 2.55 (b) 14.40 2.80 Group 2: Zone 1 • 14.33 2.55 Zone 2 13. 13 2.55 Zone 3: 16.20 2.55 (b) 15.85 2.80 Zone 4: (a) 15.25 2.55 (b) 15.00 2.si0 Zone 5: (Clay. Jackson.PLatte, and Ray counties): Group 1 13.97 3.75 Group 2 14.77 3.75 Group 3 11 .97 3.75 Zone 6: (St, Louis City and county) : General Laborer 8. Flapporson 16.36 3.00 Dynamiter or Powderman 16.86 3.00 LIME CONSTRUCTION: Zone 1: Ltneman 18.98 1 .25 Vol.11 581 (May 1, - 1987) U.S. ®apartment of Labor 1j M067-1 Lineman Operator 17.71 1.25 + 13-1/27. Groundman Powaorhan 13.29 1 .25 + 13-1/27. Grounaman 12.67 1 .25 + 13-1/27. Zone 2: Lineman 18. 16 1.25 + 13-1/2% Lineman Operator 17.32 1 .25 + 13-1/2% Groundman Powderman 17.71 1 .25 + 13-1/2% Groundman 11.76 1.25 + 13-1/2% Zone 3: Lineman 6 Cable Splicer 17.66 1.25 + 28-1/4% Groundman-Winch Driver 12.08 1 .25 + 28-1/4% Groundman-Driver 12.52 1.25 + 28-1/47. Equipment operator 15.80 1 .25 + 28-1/4% Groundman 12.52 1 .25 + 28-1/4% Zone 4: Lineman 18. 19 1.25 + 13-1/27. Groundman Equipment Operator 16.07 1 .25 + 13-1/27. Groundman - Class A 11.36 1 .25 + 13-1/27. Zone 5: Railroad & Cross Country Trenamiasion Lines (Underground): Lineman 15.50 1.00 + 8-1/2% Lineman Operator 14.36 1 .00 + a-1/2% Groundman Powderman 10.79 1 .00 + 8-1/2% Grounaman 10.09 1 .00 + 8-1/2% Polo Treating Specialist 16.24 1 .00 + b-1/2% Pole Treating Truck Driver 10.79 1 .00 + 8-1/2% Pole Treating Groundman 10.09 1 .00 + a-1/2% Zone 6: Te 1 apnone and Telegraph Rail- road Communications and C.A.T.V. Work: Cable Splicer, Air Pressure Tech- nician, Central Office Equipment Man and Key System Installer 12.71 1 .25 +14-3/47. Telephone Linemen. Installer, CATV Terminator ana Equipment Operator (0-4 or larger Crawler. Wheel Trencner 0uaeter Yard BackhQe or larger) 12. 18 1 .25 +14-3/4% Equipment Operator (all other small equipment) 10.64 1 .25 +14-3/47. Grounaman - Winch Driver 9.54 1 .25 +14-3/47. Groundman 8.37 1 .25 +14-3/47. Zone 7: Telephone 8 Telegraph Railroad Communications 8 CATV Work: Cable Splicers, Air Pressure Technician. Central Office Equip- nnnt Man 12.33 1 .25, +3-3/4% Teleephone Lineman & Installer. Repairman. CATV Terminator. Equipment Operator (1/4 yd. 0ackhoo 8 larger b D-4 Crawler d► larger) 11 .70 1 .25 +3-3/4% *PAINTERS: Zone 1 : bruah 6 Railer 16.44 2.00 Vol.11 562 (May 8, 1987) U.S. Dapattmant of Labor Moa7-� Spray 17.44 2.00 Bridge and steelnan 17.18 2.00 Stageman, .spray: steelman spray; spray storage bin and tanks; bridge spray 18. 18 2.00 Sandblast bridge: stage; erected steel ; and sandblast storage bin end tanks 17.84 2.00 Steeplejack 21. 13 2,00 • Steeplejack. spray or sandblast 22. 13 ' 2,00 Zone 2: Brush 11.30 1.07 Spray 12.30 1.07 Sandblasting & Waterblasting 13. 10 1.07 Tower. Stacks, Walkway. Cables. Tanks. and Bridges 12.80 1.07 Bridges over 500 ft. in legnth 16.52 1 .07 Zone 3: Brush 13.00 2.60 Spray. Structural Steel . and Sandblasting 14.25 2.60 Zone 4: Brush 14.75 Bridge 15.50 Spray. Sandblasting Operator; Work rte` performed on bridges 75 ft. in heignt 15.75 All Structural Stool over 50 ft. to het ht 9 15.50 Zone 5: Brush 14.60 1 .45 Spray 15.60 1 .45 Steel . Storage bin 8 tank 15.00 1 .45 Bridges. stage, belt.Baaooka 15. 10 1 .45 Zone 6: Brush. Roller 13.37 .60 Spray 13.87 .60 Zone 7: Brush 13.85 .45 Spray 14.45 .45 Zone A: Brush 17.00 3.84 Spray 19.00 3.64 Zone 9: Brush 13.73 1 .28 - Spray. Bridgeman, Steelman 14,23 1 .28 Zone 10: Brush 14.00 Spray 16.00 *POWER EQUIPMENT OPERATORS: Zone It Group I 16. 10 4.37 Group II 15.85 4.37 Group III 15. 15 4.37. Group IV: (a� 11.13 4'.37 Vol,11 583 (May ae 1887) U68. DGPVtment Of Lebor Kae7-1 ton! 2: Group y 14. 15 4.37 Group II 17.42 Group III 4.82 Group IV 17.42 4.82 Group V: 16. 12 4.82 (a) 15.67 4.82 (b) + (C) •.18. 12 . 4.82 (a) 18.87 4.82 Zone 3: 18.42 4.82 Group y 20. 17 4.112 . Group 11 17. 10 4.52 Group III Group IV 16.80 4.52 16.70 Zonw 4: 4.52 Group y 16. 10 . 4.52 Group II 15.05 Group III 4.52 Group 14.70 4.52 Zone 5; V 14.50 4.52 Contract value ®} 13.65 4.52 Group y x750,000 or. oust: ' Group II Group II, 15.25 4. 15 Group IV 15.00 4. 15 Contract v 14.30 4. 15 Group y value less than $750,000: 12.80 4. 15 Group yy Group 11, 11.75 4. 15 _.,. Group IV 11.50 4. 15 Zone 6: 10.80 4. 15 Contract value of 9.30 4. 15 Group I $750.000 or ov�ur; Group II Group III 15.20 4. 15 Group IV 14.85 4. 15 Contract value 1®cis than 14.65 4. 15 Group y i750,pO0; 12.85 4. 15 Group Iy Group V p 111 11.35 4. 15 11. 15 4. 15 Zone 7: 4. 15 Group I 8.35 4. 15 Group II • Group III 15.47 2.80 Group IV . 15. 12 2.80 Zone 8: 14.82 2.60 Group I 12.87 2.60 Group II Group III 16.55 4.52 Group IV 0 , 96,.35 4.52 TRUCK DRIVERS; 16. 15 . 4. 52 Zone it 15.55 4.52 Group 1 14.47 4.50 Vol. 11 `� :884 (Way 8. 1987) U.S.Departmont of Labor �oe7-1 Group 2 14.32 4.50 Group 2 14.01 4.50 Group 4 13.81 4.50 Group 5 13.58 4.50 Zona 2 Contact value less than $750.000 for work on farm pond&, water 1 Ines, curbs, strmaats. gutter & pipelIne work: Group 1 17.15 • Group 2 17.30 Group 3 17.37 Group 4 17.26 Group 5 17.05 All other work: Group 1 20.65 Group 2 20.80 Group 3 20.87 Group 4 20.76 Group 5 20.55 Zone 3: Contact value leas than $750.000 for work on farm ponds, water lines. curbs. streets. gutter 15+ pipeline work: Group 1 15.80 Group 2 15.85 :!Troup 3 16.02 Group 4 15.81 Group 5 15.70 All other work: Group 1 19.30 Group 2 18.45 Group 3 18.57 Group 4 18.41 Group 5 18.20 Zone 4: Contact value leas than $750,000 for work on farm ponds, water lines, curbs, streets, gutter & pipeline work: Group 1 12.04 3.50 Group 2 11. 18 3.50 Group 3 12.26 3.50 Group 4 12. 16 3.50 Group 5 11.84 3.150 All Other work: Group 1 15.54 3.50 Group 2 115.68 3.50 Group 3 115.76 3.50 Group 4 16.65 3.50 Group 5 16.44 3.50 Zone 5: Contact value less than $750.000 for work on farm ponds, water tines, curbs, streets, putter 6 pipeline work: Group 1 10.83 3.50 Group 2 10.68 3.50 Group 3 11.10 3.50 Vol.II 595 (May 06 . 1047) • U.S. Dapartmont of Labor 40 M087-1 Group 4 10.89 3.80 Group 5 10.73 3.50 Ali other work: Group 1 14.33 3.50 Group 2 14.48 3.50 Group 3 14.60 3.50 Group 4 14.49 3.50 Group 5 14.23 3.50 Zone 6: Contact value loss than $760.000 for work on form ponces, water lines, curbs, streets, gutter b pipallne work: Group 1 10. 10 3.50 Group 2 10.25 3.50 Group 3 10.37 3.50 Group 4 10.26 3.50 Group 5 10.00 3.50 All other work: Group 1 13.60 3.50 Group a 13.75 3.50 Group 3 13.87 3.50 Group 4 13.76 3.50 Group 5 13.50 3.50 Zone 7: Group 1 : Trucks or Trailers of a water level capacity of 11 .99 cu. yes. or lass. Forklift Trucks; .lob Site Ambulance 8 Pickup TruCkS 8 Flat � Boo Trucks 16. 17 61 .00 per wk+ 1 .28 per hr+ a Group 2: Truck or Trailers of a dater level capacity of 12.0 cu. yds. up to 22.0 cu. yds. in- cluding Eucilos. 5peeda,ce And simi- lar equipment of same capacity and Compressors 16.37 61 .00 per wk+ 1.28 por hr* a Group 3: Trucks or Trailers of a wa- ter level capacity of 22.0 cu. yds. and over Including Euclids. spbedace and all Floats. Flat Bed Trailers, Boon Trucks, Winch Trucks Including small trailers, Farm Wagons. Tilt- top Trailers, Field Offices Tool Trailers. Concrete Pupps. Concrete Conveyors and Gasoline Tank Trailers 16.47 61 .00+ 1 .28/nr+ a FOOTNOTE: a - 7 Paid Holidays also. paid vacation of 3 days of 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service In any contract year; 5 days paid vacation for 1 .000, hours of service in any one contract year: also .80 per hour health and welfare. Vol. 11 586 (May, 8. 1887) U.S. Department of Labor . • WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental . Unlisted classifications needed for work not included within they scope of the classifications listed may be added after award only as provided in the labor standards contract clauaoa (29 CFR, 5.5 (a) ( 1) 00) . AREAS COVERED aX CARPENTERS AND PILEDRIVERMEN ZONES 2one: 1 - .Jof f erson. St. Charles Counties Zone to - Franklin County Zones 2 - Warren Counties Zone 2A - Lincoln County Zone 2B - Pike. St. Francois. Washington Counties Zone 3 - Cass, Lafayette. Buchanan. Clinton and Johnson Counties Zone: 4 - Atenison, Andrew, Barry. Barton, Bates. Caldwell . Camaun. Carroll . Cedar. Christian. Dade. Dallas.Daviess. DeKalb. Douglas. Gentry. Gruen%, Grundy. Harrison, Henry, Hickory, Holt. Jasper, Laclede, Lawrence. Livingston. McDonald. Morcer. Newton, Nodauay. Ozark, Polk. St. Clair. Saline. Stone. Taney, Vernon, Weoster. north & Wright Counties Zone 5 - Crawford, Don%, Gasconade. Iron, Madison. Marius. Montgomery. Pnelp3. Pulaski . Reynolds. Shannon & Texas Countlas Zone 6 - Boone. Cooper and Howard Counties Zone GA - Pettis, Benton and Morgan Counties Zone 7 - Lewis. Marion and Rolls Counties Zone 7A - Callaway. Cole. Miller. Moniteau and Usage Counties Zone 78 - Adair. Putnam. Schuyler, Knox, Clark, Scotland and Sullivan Counties Zone 7C - Audrain and Monroe Counties Zone 70 - Randolph. Chariton. Linn. Macon and Shelby Counties Zone 8 - Bollinger. Butler, Cape Girardeau. Carter. Ounklin. Howell . Mississippi . Now Madrid, Oregon, Pemiscot, Perry. Ripley. Ste. Geenevieve. Scott, Stoddard and Wayne Counties Zone 9 - Clay, Jackson, Platte and Ray Counties Zone 10 - St. Louis County and City AREAS COVERED BY CEMENT MASONS ZONES Zone i - Bates. Carroll , Cass & Lafayette Counties Zone 2 - Dent, Phelps. Pike, Pulaski . Texas, Marlon, Rolls. Crawford, and Shannon Counties Zone 3 - Ciay, Jackson, Platte &. Ray Counties Zone a - Cedar. Chrlat ion.Dade. Dallas. Douglas. Greene. Howell , Laciedo, Ozark, Polk. Stone. Taney. Webster & Wright Counties Zone 5 - Benton. Henry. Hickory. Johnson. Morgan, Pettis. Saone & St. Clair Counties Zone 5 - Adair. Audrain, Boone, Charlton. Cooper. Howard, Linn, Macon, Moniteau. Monroe, Randolph, Shelby, Schuyler, Sullivan & Putnam Counties Zone 7 - Callaway. Camden, Cole, Gasconade, Marius. Miller. Montgomery. & Osage Counties Zane 8 - Andrew, Atcnlson, Buchanan, Caldwell , Clinton, Devices, D%Kalti. Gentry, Grundy. Harrison, Holt. Livingston. Mercer, Nodaway & North Counties Vol.11 587 (May 8, 1987) U.S. Department of Labor • Mos7-� Zone 9 - St. Louis City & County. Jefferson & St. Charles Counties AM Zone 10 - Franklin. Lincoln. Warren. Iron, St. Francois, Std. Genevieve, Washin®tan, Reynolds & Madison Counties Zone 11 - Bollinger. Butler. Cape Girardeau, Carter. Dunklln. Mississippi , Now Madrid, Oregon. Pomiscot. Perry. Ripley, Scott. Stoddard and Wayne Counties AREAS COVERED 8Y ELECTRICIAN ZONES Zone i - Adair. Audraln (that part east of Highway 19) . Clark, Knox. Lewis. Linn. Macon. Manion, Monroe. Montgomery, Pikes. Putnam. Rails. Schuyler. Scotland. Shelby and Sullivan Counties Zone 2 - Area bounded on the North by State Highway 90 In Platte & Clay Counties; east by a straight line from Intersection of State Highway 92 & 33 in Clay County Intersection of U.S. Hignwoy 24 & State Highway 7 in Jackson County. south on Highway 7 to Pleasant Hill ; South from Pleasant Hill due West to the Missouri - Kansas State Line; West by the Missouri - Kansas State Line. Towns of Pleasant Hill & Blue Springs are excluded Zone 3 - Portion of Cass. Clay. Jackson and Platte Counties not included in Zone 2 Zone 4 - flutes, Banton. Henry. Johnson, Lafayette & Pettis Counties Zone 5 - Carroll , Cooper. Morgan, Ray and Saline Counties Zone 6 - St. Charles County. St. Louis County and City Zone 7 - Franklin. Jefferson, Lincoln & Warren Counties Zone: 9 - Bollinger. Cape Girardeau, Perry, Scott. St. Frdncols, Ste. Genevieve, Butler. Carter. Ounkltn, Iron, Madison. Mas5taslppi , NOW Madrid, Pumiscot. Ripley, Reynolds. Stoddard, Washington and Blayne Counties Zone 9 - Christian. Dallas, Douglas, Greene, Hickory, Howell , Laclede. Oregon, Ozark. Polk. Shannon. Stone, Tanury. Texas, Webster and Wright Counties Zone 10 - Pulaski County Zones 11 - Andrew. Buchanan, Clinton, DeKalb. Atchison. Holt, Mercer. Gantry, Harrison. Daviess. Grundy. Worth, Livingston. Nodaway, Caldwell Counties Zone 12 - Barry. Barton. Cedar. Dade. Jasper, McDonald, Newton. St. Clair. Vernon and Lawrence Counties , Zone 13 - Auarain (except Cuivre Township) , Boone. Callaway, Camden. Charlton. Colon, Crawford. Dent. Gasconade, Howard, Marius. Miller. Monitoau, Osage. Phelps and Randolph Counties AREAS COVERED BY IRONWORKERS ZONES Zone 1 - Audrain. Callaway, Cole, Crawford. Dent. Gasconade, Marie=s. Montgomery. Osage, Phelps. Pike. Pulaski . Texas and Wright Counties; and portions of Camden, Douglas, Howell , Millar, Oregon. Boone. Shannon. Laclede. Monroe. and Rolls Counties Zone 2 - Buchanan. Cass, Clay. Jackson. Lafayette. Platte and Ray Count Ias Zone 3 - Andrew. Atchison. Barton. Bates, Benton, Caldwell . Carroll . Cedar. Chariton, Christian. Clinton, Cooper. Dade, Dallas. Daviess. DeKalb, Gentry. Greene. Grundy. Harrison, Henry, Hickory. Holt, Howard. Johnson, Laclede. Linn. Livingston. Mercer. Monitaau. Morgan. Nod®way. Pettis, Ozark. Polk. Ranaolpn, St. Clair. Saline, Sullivan. Vernon. Webster. Toney, Wright and Worth Vol.l! 580 (May 8, 1887) U.S. Department of Labor I>> r^ M087-1 Counties; and portions of Boone, Canaan. Douglas. Laclede, and Millar Counties Zone 4 - Barry. Jasper, Lawrence. McDonald. Newton and Stone Counties Zone 5 - Adair. Clark, Knox. Lewis. Macon. Marion, Schuyler, Scotland, Rails, Monroe and Shelby Counties Zones 6 - Butler. Capes. Girardeau. Mississippi . Now Madrid, Scott. and Stoddard Counties; and portions of Wayne, Carter. Replay, Madison. Bollinger. Pumi®cot and Dunklin Counties. • Zone 7 -. City & County of St. Louis. St. Charles. Jefferson. Parry. Franklin, Lincoln. Warren. Washington. St. Francois. Ste:. Genevieve. and Reynolds Counties; and portions of Madison, Bollinger, Wayna.Iron. and Carter Counties LABORERS CLASSIFICATIONS DEFINITIONS ZONES 1 AND 2 GROUP 1 - General Laborers - Carpenter tenders; salamander ternaers; loading trucks under bin&; hopper & conveyors; track man & all other general laborers; air tool operator;cement handler. bulk or sack; dump man on earth fill ; georgle buggie man; material batch hopper man; material mixesr man (except on manholes); coffer dams; rlprap pavers - rock, black or brick; scaffolds over ten feet notself- supported from ground up; ukipman on concrete paving; wire mesh setters on concrete paving; all work in connection with sower, water. gas. gasoline, oil . drainage pipe, conduit pipe, the and duct lines and all other pipe lines; power tool operator. all work in connection with hydraulic or general dredging operations; puddlers (paving only); straw blower nozzleman; asphalt plant platform man; Chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material or materials (where special protection is required) ; topper of standing trues; batter board man on pipe and ditch work; feeder man on wood pulverizers; board and willow mat weavers and cable tiers on river work; Ovck hands; piles dlke and revetment work; all laborers working on underground tunnels leas than 25 feet where compressed air Is not used; abutment and pier hole man working six (6) foot or more below ground; even working In coffer dams for bridge piers and footings in the river; ditcnliners; pressure groutmen; caulker and chain or concrete saw; cliffscalars working from scaffolds, bosuns' chairs or platforms on dams or power plants over ( 10) feet above ground; mortarmen on brick or block manholes; flagperson GROUP 2 - Skilled Laborers - Head pipe layer on sewer work; laser boom man; Jackson on any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, gutters; hot mastic kettlaman; hot tar applicator; sandblasting and gunite nozzleman; air tool operator in tunnels; screed man on asphalt machine; asphalt raker; barco tamper; churn drills; air track drills and all similar drills; vibrator man; stringline man for electronic grout control ; manhole builders--brick or block; oynaeaite and powoor mhn; welder; grade checker on cuts and fi11s LABORERS CLASSIFICATIONS DEFINITIONS 20NES 3 AND 4 r GROUP 1 - General Labor-Carpenter tenders; salamander tenders; dump Vol.11 580 (May 8, 1887) • I.S. Department of Labor j M087-1 man; tickeet takers; loading trucks under bins, hoppers, and conveyors; track man: cement handler: dump man on earth fill ; georgic buggle man; material batch hopper man; spreader on asphalt macnina; material mixer man (except on mannoles); coffer dams; rlprap pavers-rack, block or brick; scaffolds over ten That not self-supported from ground up; sklpman on concrete paving; wire mesh aetters on concrete paving; all work in connection with uuwar. water, gas, gasoline, oil .drainage, pipe, conduit pipe, tila and duct 11nas and all other pipe lines; power tool operator; all work in connection with hyoraulic or gonoral dredging operations; form oattaeraa. puddlors (paving only); straw blower nozzleman; asphalt plant platform nail; chuck tander . crusher fender. men handling creosote tics or creosote materials; men working with and handling apoxy material ; topper of standing tress; fooder man on wood pulver/aers, board and willow mat weavers and cable: tiers on river work; duck hands; pile dike and revetment work: all laborers working on underground tunnels lass than 25 ft. where compressed air is not used; abutment and pier hole men working six (6) ft. or more below ground; man working in coffer cams for bridge piers and footings in the river; barco tamper; Jackson or any other similar tamp; cutting. torch man; liners. curb. gutters, ditch liners; hot mastic keettlaeman; hot tar applicator; hand blade operator; mortar men on brick or block manholes; rubbing concrete. air tool operator under 65 lbs. ; caulker and lead man; chain or concrete saw under 15 h.p. ; Flaggers GROUP 2 - Skilled Laborers - Vibrator man; asphalt raker; head pipe layer on sewer work: batterboard man on pipe and ditch work; Cliff scalers working from bosun's chairs: scaffolds or platforms on dams or power plants over 10 ft, high; air tool operator over 65 lbs. ; stringline man on concrete paving; sandblast man; laser beam man; wagon drill ; churn drill ; air track drill and all other similar type dr111s.9unite noz2le roan; pressure grout man; screed man on asphalt; concrete saw 15 h.p. and over; grade checker; stringline man on electronic grade control ; manhole builder; dynamite man; powder man; welder; tunnel mean; waterblaster - 1000 psi or over; asbestos and/or nazardous waste removal and/or disposal AREAS COVERED BY LABORERS Zone 1 - Buchanan, Cass and Lafayette Counties Zone 2 - Andrew, Atchison. Barry. Barton, Bates, Benton. Caldwell . Camden, Carroll . Cedar. Christian, Clinton. Dade. Dallas, Daviuss. DaKalb. Douglas, Greens.Gentry. Grundy. Harrison, Henry, Hickory. Holt. Jasper. Johnson, Laclede, Lawrence, Livingston, McDonald, Mercer. Morgan, Newton. Nodaway. 02ark. Pettis, Polk. St. Clair. Saline, Stone. Taney. Vernon. Webster, Wright and Worth Counties. Zone 2: a - Franklin and Jefferson Counties b - St. Charles County Zone 4: a - Adair. Audraln, Bollinger. Boone, Butler. Callaway. Cape Girardeau, Carter. Chariton. Clark. Cole, Cooper, Crawford, Dent, V01.11 590 (May 8. 1887) U.S. Department of Labor ' M087-1 Dunklin, Gasconade, Howard, Howell . Iron, Knox. Lewis, Linn, Macon, Madison, MAries. Marton. MIllar, Mississippi . Monitcov. Monroe, New Madrid, Oregon, Osago. Pemiscot. Parry, Phelps, Pike. Put'aski , Putnam.Ralls. Randolph, Reynolds, Ripley. St.Francois, Stn. Genevieve. Schuyler. Scotland. Scott, Shannon, Shwlby. Stoddard. Sullivan, Texas, Washington and Wayne Counties b - Lincoln, Montgomery and -Warren Counties LABORER CLASSIFICATION DEFINITIONS - ZONE 5 - CLAY. JACKSON PLATTE AND RAY COUNTIES Group t - Geanorgl laborer - Carpenter tenders. salamander tandbrs; loading trucks unclear bins. hoppers and conveyors; track men and all otnor general laborers; air tool operator; cement handler (bulk or sock) ; chain or concrete saw; deck hands; dump man on earth fill ; grade chockers on cuts and fills; gborgia buggies man; material butch noppbr mean; scale man; material mixer man (except on manholas); coffer dams; abutments and piaar hole men working below ground) ; riprap pavers rock. block or brick; flagperson; scaffolas ovar 10 ft. not self-supported from ground up; skipman on concrete paving; vibrator man; wire mesh setters on concrete paving; all work in connection with sewer. water, gas, gasoline, oil , drainage pipe, conduit pipes. the & duct lines and all other pipe lines; powar tool �-� operator; all work in connection with hydraulic or general drodging operations; puadlers (paving only); crusher feeder; men handling creosote ties on creosote materials; men working with and handling Aft Epoxy material or materials (wnere special protection is requiraa); topper of standing trees: batter board man on pipe & ditch work; feude:r man on wood pulverizers; board and willow mat wonvers and cable tiers on river work; all laborers working on unaur ground tunnels where compressed air 1s not used Group 2 - Skilled Laborers - Spreader or screed man on asphalt machine; asphalt eakar; laser beam man; barco tamper; Jackson or any other similar tamp; wagon driller. churn drills, air track, drills and all other similar drills; cutting torch man; form setters; liners and strincgline mean on Concrete paving, curb, gutters and (etc. ); hot mastic kettlerman; hot tar applicator; hand biado operators; mortar mean on brick or block manholes; sandblasting and gunntte nozalemon; rubbing concrete; air tool operator in tunnels; head pipe layer on sewer work; manhole builder (brick or block) ; dynamite and powder men; weldmr Group 3 - Flaggers AREA COVERED BY LINE CONSTRUCTION Zone 1 - Bates. Bunton, Carroll , Cass., Clay, Henry. Johnson, Jacknon. Lafayetto, Pettis, Platte, Ray and Saline Counties Zone 2 - Andrew, Ateninson, Barry, Barton, Buchanan. Caldwell , Cedar, Christian, Clinton, Dade, Dallas, Obvious, OeKalb, Douglas. Gantry. Greene. Grundy, Harrison, Hickory, Holt, Jpaper. Laclede. Lawrence. �., Livingston. McDonald, Mercer, Newton, Nodaway. Ozark. Polk. ;t. Clair, Stone, Taney, Vernon, Webster. Worth and Wright Counties idol,)) 591 (May S. 1887) U.S. Department of labor /f M087-i Zone 3 - Crawford. Franklin. Iron, Jeff arson.Reynolds, St. Charles, Adk 5.t. Francois, St . Louis and City, Washington. Adair, Audrain, Boone, Callaway, Camden, Carter. Chariton, Clark, Cole, Cooper, Dan%, Gasconade, Howard, Howell , Knox. Lewis, Lincoln. Linn, Macon, Marius, Marion, Miller, Moniteau, Monroe. Montgomery, Morgan. Oregon, Ouugu, Perry. Phelps. Pike. Pulaski . Putnam. Ralls. Randolph. Ripley, Stu. Genevieve, Schuyler. Scotland, Shannon, Shelby, Sullivan, Texas and warren Counties Zone a - Bollinger, Butler. Cape Girardeau, Dunklin, Madison, Mississippi . New Madrid, . Pamiscot. Scott. Stoddard and Wayne COuntius Zone S - Atchison. Nodaway. Worth. Harrison. Marcer, Holt. Andruw DuKalb, Davies. Grundy. Buchanan, Clinton, Caldwell , Livingston. Platte, Clay. Ray. Carroll , Jackson. Lafayette. Salina. Cat's. Johnson, Pettis, Bates. Henry. Vernon, Benton. St o Clair, Hickory, Barton, Cesar. Polk. Dallas. Laclede, Jasper, Dade, Lawrancu. Greene, Wenster, Wright, Newton, McDonald, Barry, Stone, Christian, Douglas, Taney. Ozark and Gentry Countie=s ' Zone 6 - Adair. Audrain, Boone. Callaway, Camden, Carter, Chariton, Clark. Cole. Cooper. Crawford, Dun%. Franklin, Gasconade, Howard, Howell , Iron, Jefferson. Knox. Lewis, Lincoln. Linn. Macon, Marius. Marion. Miller, Moniteau. Monroe. Montgomery, Morgan. Oregon, Osage. Perry. Phelps. Pike:. Pulaski . Putnam, Ralls. Randolph, Reynolds. Ripley, St. Charles, St. Francois, St. Louis and City, Stu. Genevieve. Schuyler, Scotland. Shannon. Shelby. Sullivan, Texas, Warren and Washington Counties Zone 7 - Atchison. Nodaway, Worth. Harrison, Mercer. Holt, Andruw. DeKalo. Duviess. Grundy. Buchanan. Clinton, Caldwall . Livingston, Platte, Clay. Ray Carroli , Jackson. Lafayette, Salina, Cass, Johnson, Pettis. Bates, Henry. Benton. Vernon, St. Clair, Hickory, Burton, Cesar. Poll.. Dallas, Laclede, Jasper, Dade, Lawrence, Ground. Webster, Wrignt. Newton. McDonald, Barry, Stone, Christian. Douglas. Taney. Ozark, and Gentry Counties AREA COVERED BY PAINTC•RS Zone 1 - gates, Caldwell , Carroll . Clinton, Cass, Clay, Daviuss, Grundy, Linn. Henry. Harrison, Jackson, Johnson (excluding Whiteman Air Force Base. Lafayette, Livingston. Mercer. Platte and Ray Counties Zone 2 - Bollinger, Cape Girardeau, Dunklin, Mississippi , New Madrid. Pemiscot. Scott. Stoddard, Reynolds. Iron.Butler. Carter, Shannon, Wayne. Oregon, Ripley. Stu. Genevieve, St.Francois, Perry. Washington, 6 Madison Counties Zone 0 - Camden. Crawford, Dent. Laclede, Maries, Millar, Phelps, Pulaski and Texas Counties Zone a - Benton, Cooper. Moniteau, Morgan. Pettis and Salina Countluu * zone 5 - Andrew. Atchinson, Buchanan. DeKalb. Gentry. Holt, No0oway,& Worth Counties Zone 6 - Harry. Barton. Cedar, Dade, Jasper, Lawrence, McDonald, Newton. St. Clair and Vernon Counties Zone 7 - Adair, Audrain, Boone, Callaway, Chariton. Cole, Gasconade, Howard. Monroe, Montgomery. Linn. Osage, Scotland and Randolph Counties Zone 8 - Jefferson. St. Charles. St. Louis 8 City, Warren, Lincoln, Pike and Franklin Counties Vol. 11 502 (May a. 1887) a U.S. D(spartment of Labor M087-i Aft Zone 9 - Christian, Dallas. Douglas. Greene, Hickory, Howell , Ozark, Polk. Stone. Taney. Webster and Wright Counties Zone 10 - Clark. Lewis, Marlon, and Rails Counties. CLASSIFICATION DEFINITIONS Power Equipment Operators Zohe 1 Group I - Asphalt paver and spreader; asphalt plant console operator; auto parader; backnoe; blade operator. all types; boilers-2; boring machine (truck or crane mounted); bulldozer operator; Clamshell operator; compressor maintenance operator-2; Concrete plant operator, central mix; concrete mixer paver: crane operator. derrick or derrick-trucks; ditching machine; dragllne operator; dredge ungineman; drudge operator; drill-cat with compressor mounted on cat; drilling or boring machine, rotary. self-propelled; nigh loaaer-fork lift; hoisting engln#ar-2 active drums; locomotive operator, standard guage; mechanics and welders, field; maintenance operator; mucking machine; pile driver operator; pitman crane operator; pump-2: pushcat operators; quad-trac; scoop operator- all types; scoops in tanoen►; self-propelled rotary .drill (leroy or equal-not air trac) ; shovel Operator; Side discharge spreader; sidu000m cats: skimmer scoop operator; slipform paver (CHI . REX or Equal ) ; throttle man; truck crane; welding machine maintenance operator-2 Group It - "A" frame truck; asphalt hot mix silo; asphalt plant fireman. drum or boiler; asphalt plant mixer operator; asphalt plant roan: asphalt roller operator; backfiller 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- i drum; LaTourneau rooter; multiple compactor; pavement breaker. self-propelled, of the nyara- hammer or similar typos; power shield-. pub mill operator; stump cutting machine; towboat operator; tractor operator-over 50 HP Group III - Boilers-1; chip spreader (front man); churn drill operator; compressor maintenance operator-1 ; concrete saws, self- propeiled; conveyor operator; distributor operator; finishing machine operator; fireman. riff; float operator; form grader operator; pump; pump maintenance operator. other than dredge; roller operator, other than high type asphalt; screening and washing plant operator; seslf- propolloo street broom or sweeper; siphons And Sets; subgradinU machine operator; tank car heater operator - combination boiler and booster; tractor, 50 HP or less. without attachments; vibrating imacnine operator, not hand; welding machine maintenance operator-1 Group IV: (,a) Oilers (b) Oiler driver, (all types) FOOTNOTE : HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE g.25) ABOVE GROUP I RATE /^ Clamshbils - 3 yd, capacity or ovar - crane or rigs, 80 ft. boom or Vol.It 1583 (may 0. 1987) U.S. Dapartment of labor M087 over (including jib) - araaglines. 3 yd, capacity or over - pliedrivers, a0 ft. of boom or over ( including 31b) - shovels & backhoes. 3 ya. capacity or over Poorer Equipment Operators Zone 1 Group I - 8ackhoe/ cable or hydraullic; cableway; crane, crawler or truck; crane. hydraulic-truck or cruiser mounted - 16 tons & over; crane locomotive; oerrick, steam; derrick car & derrick boat; aragllne; dradpa; gradall . crawler or tire mounted; locomotive, pas, steam 6 other powers; pit* driver. land or floating; scoop. skimmer; shovel , power (steam. gas, electric, or other powers) ; switch boat; wnirley Group II - Air tugger w/air compressor; anchor-placing barge; asphalt spreader; athey force feeder loader (self-prope 1 180); baekf i 1 1 1 ng machine; boat operator-push boat or tow boat (3obsite); boiler, high pressure breaking in period; boom truck, placing or aracting; boring machine. footing foundation; bullfloat; cherry picker; combination concrete hoist & mixer (such as mixermobilu); compressors. two, not more than 50 ft. apart; compressor (when operator runs throttle) ; compressor-generator combination, compressor-pump combination; generators, two 30 KW or over. or any number developing over 30 KW; generator-p!,!mp combination; compressor-welaer combination; concrute3 breaker or tractor mounted); concrete pump, such as pump- crete machine; concrete spreader; conveyor, large (not self- propellmd?, , hoisting or moving brick and concrete Into, or into and � on floor level . one or both; cranes, hydraulic-rough terrain, se1f- propelied; crane hydraulic-truck or cruiser mounted-unaar 16 tons; drilling machines.self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obtaining power from other sources including concrete breakers, jackhammers and barco uquipmunt - no unginear required); alev4ting grader; anginoman, draugn; excavator or powarbalt machine; finishing machine, self-propelled oscillating seread; forklift; grader, road with power blade; highl /ft; hoist; concrete and brick (brick cages or concretes skips operating in or on tower, towermobtle, or similar aquipmant); hoist; stack; hyaro-hammer; lad-a-vator, hoisting brick or concrete;; loading machine (such as barber-greeene) ; mechanic, on job situ; mixer. paving; mixer-mobile; mucking machine; pipe cleeantng machine; plpu wrapping machines; plant asphalt; plant, concrete producing or reaay-mix job site,; plant heating- yob site; plant mixing-3ob situ; plant power, generating-job site; pumps, two self-powered over 36 through 6° ; pumps, electric submersible, one through three, over a•; quaa-track; roller. asphalt, top'or sub-groae; scoop, tractor drawn; spreader box; sub-graour; tie tamper; tractor-drawler, or wheat typu with or without power unit. power take-offs, and attachments regardless of size; trenching machine; tunnel boring nachinu; vibrating machine autosatic. automatic propelled; welding machines (gasoline or diesel ) more than one but not over four (regardless of sixu) ; wall drilling machine Group III - Conveyor, large (not self-propelled ); conveyor, large (not calf-propelled) moving brick and concrete (distributing) on floor level ; mixer two or more mixers of one beg capacltyor less, Vol. U 504 (May 8, 1967) U.S. Department of Labor M087-1 air tugger w/plant air; boiler. for power or heating on construction prol"cts.; boiler. temporary; compressor, air-one; compressor air (mounted on truck; concrete saw, self-propslled;curb finishing machine; ditch paving machine; elevator (building construction or alteration); endless chain hoist; fora grader; generator, onn over 30 KW or any number developing over 30 Kid; greasor; hotest; one drum regardless of size (except brick or concrete) ; lad-a-vator. other ho/sting; manli?t; mixer, asphalt. over 8 cu. ft. capacity. mixor. if two or more mixors of one bag capacity or lama are used by one employer an job an operator is required; mixer. with outside loader. 2 bag capacity or more; mixer, with side loader,regardlaus of size. not paver; oiler on dredge; oiler on truck crane pug mill operator; Pump. sump-self-poaored. automatic controlled over 20 during uee in connection with construction work; sweeper. street; welding machine. one over 400 amp. ; winch operating from truck; scissor 1 1 f t (used for noisting) ; tractor. small wheel type 50 h.p. & under with grader blade & similar equipment Group IV - Boat operator-outboard motor (job site); conveyor (such as con-vay-it) regardless of how used; sweeper. floor Group V - (a) Air pressure. oiler engineer, operating under ton pounds (b) air pressure. oiler engineer operating over ten pounds (c) air pressure engineer operating under ton pounds (d) air pressure engineer operating over ten pounds (e) crane-pileedriving and extracting; crane using rock socket tool ; dragline - 7 cu. yds. & over; shovel , power - 7 cu. yds. and over; crane, climbing such as Linden) ; derrick, diesel . gas or electric hoisting material and erecting steel - 150, or more above; ground; hoists. three or more drums; scoop,tangem; tractor, tandem crawler Crane with boors ( including jib) , over i00' from pin to pin (add is per foot to maximum of $2.00) above basic rate for crane Work in tunnel or tunnel shaft, .50 above base rate Power Equipment Operators Zones 2. 4 and 8 Group I - Asphalt finishing machine & trench widening spreader, asphalt plant console operator; autograder; automatic slipform paver; back hoe; blade operator - all typos; boat operator - tow; boiler - 2; central mix concrete plant operator; clam shell operator; concrete mixer paver; crane operator; derrick or derrick' trucks; ditching machine; dozer operator; draglinu opr. ; dredge booster pump; dredge ongineeman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self- propelled; highloadnr; hoisting engine - 2 active drums; launch- hammer wheel ; locomotive operator- standard gunge; mechanics and welders; mucking maenine; piledriver operator; pitman crane operator; push cat operator; quad-trac; scoop operator; sideboom cuts; skimmer scoop operator; trenching machine operator; truck crane. shovel operator Group II - A-Frame; asphalt hot-mix silo; asphalt roller operator; asphalt plant fireiman (drupe or boiler); napnolt plant man; asphalt plant mixer operator; backfiller operator; barber-greene loader; Vol.It 595 (May e, 1987) U.S. Department of Labor MOV-i boat operator (bridge & cams); Chip spreader; concrete mixer aparator - skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating grader operator; fork lift; greasy f 1 act; hoisting engine - 1: locomotive operator - narrow guaxga; multiple compactor; paveiaeant breaker; powarbroom self-propelled; power *Meld; rooter; 'slip-form finishing machine; stumpcuttur raachtne; side discharges concreato spreader; throttlaewan; -tractor operator (over 50 hp); winch truck; asphalt roller operator; crussior aparator Group III - Spreader box operator. self-propelled (not asphalt; tractor operator (50 h.p. or leas) ; boilers - 1; chip aproaOur (front man); churn drill operator; compressor over 105 CFM 2 - 3 pumps 4' & over; 2-3 light plant 7.5 KWA or any combination thareof; clef plane opr . ; compressor maintenance operator 2 or 3; concrete saw operator (self-propoilud): curb finishing machine; distrioutor operator; finisning machine operator; flex plane operator; float operator; form graour operator; pugmill operator; roller operator. otheYr than high type asphalt; screening & washing plant operator; 6ipnons 4 jets; suograoinp machine operator; tank car heater (comoination boiler & booster); ulmac. ulrie or similar uprwadar; vibrating machine operator; hyerooroom Group IV - Oiler; grout machine; oiler-drtver; compressor over 105 CFM-i; conveyor operator - 1; maintenance operator; pump - 40 & over - t FOOTNOTE : HOURLY PREidIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE (S.25) ABOVE GROUP I RATE Crane with 3 yds. & over buckets; dragline operator - 3 yds. & over; shovel - 3 yds. & over; piledrivers - all types; clamsholl - a yds. 6 ovbr; hoists - each additional active drum over 2 drums FOLLOWING CLASSIFICATION SHALL RECEIVE -($.SO) ABOVE GROUP I RATE Tandem scoop operator Crane. rigs over 100 feet ( Intl . jib) - .01 Per foot Power Equipment Operators Zones S. 6 & 7 Group I - Asphalt ftntsh1ng machine & trench w1den1ng spreader; asphalt plant console operator; automatic slipform paver; autograder; backnoe; blade operator. - all types; boat operator - tow; boilers - 2; central mix concrete plant operator; elamshall operator; concrete mixer paver; crane operator; derrick or derrick trucka; ditching machine; dozer operator; dragllno operator; drudge booster pump; dredge anglneman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary yalf- prapallerd; highloader; hoisting engine - 2 active drums; launch hammer wheel ; locomotive operator; - standard guaga; mechanics and welder; mucking machine; ptledriver 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 Vol.0 586 (May 8, 1987) U.S.Department of Labor M087-1 Group 11 - A-frame; asphalt hot mix silo; asphalt plant fireman (drum or boiler); asphalt roller operator; asphalt plant man; asphalt plant mixer operator; baekfiller operator; barber-greene loader; boat operator (bridges and clams); Chip spreader; concrete mixer operator - skip loader; concrete plant operator; concrete pump operator; crusher operator; dredge oiler; elevating grader operator; fork lift; graaaer-fleet; hoisting engine - 1 ; locomotive operator - narrow guage; multiple compactor. pavement breaker; power - brook self-propelled; power shield; rooter; slip form finishing machine; stumpcutter machine; side discharge concrete spreader; throttle rnnn; tractor operator (over 50 hp); winch truck Group III - Sollars - 1; chip spreader (front roan); churn drill operator; clef plane operator; concrete saw operator (self-pro- palled); curb finishing machine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator. other than high type asphalt; screening & washing plant operator; siphons & goats: subgrociing machine operator; spreader box operator. self- propelled (not asphalt); tank car heater operator; (comb:nation Doilear & booster); ulmac. ulric, or similar spreader; vibrating machines operator. not hands; tractor operator (50 hp or loss) Group IV - Oiler: oiler driver .-- FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP 1 RATE DRAGLINE operator - 3 yds. & over; shoved - 3 yds. & over; clam- shell - 3 yds. & over; crane. rigs or piledrivers. 1130' of Doom or over (incl . jib. ). hoists - each additional actives drum over 3 drums FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.50) ABOVE GROUP I RATE Tandem scoop operator; crane. rigs or piledrivers 150' to 200' of boom (incl . Jib. ) FOLLOWING CLASSIFICATIONS SHALL RECEIVE (3.75) ABOVE GROUP I RATE Crane: rigs, or piledrivers 200 ft. of boom or over ( incl . fib. ) AREAS COVERED BY POWER EQUIPMENT OPERATORS ZONES ZONE 1 - Clary. Jackson. Platte and Ray Counties ZONE 2 - St. Louis City and County ZONE 3 - Franklin. Jefferson, St. Charles Counties ZONE 4 - Adair. Audrain. Bo111inger. Boone. Butler. Callaway. Cape Girardeau, Carter, Clark, Cole, Crawford, Dent, Dunkiin. Gasconade. Howell . Iron. Knox, Lewis. Macon, Madison. Marian. Mdrion, stiller, Mississippi. Moniteau. Monroe, Montgomery. Morgan, New Madrid, Oregon, Osage. Pemiscot, Perry, Phelps, Pike, Pulaski . Putnam, Rails, Randolph, Reynolds. Ripley. St. Francois, Ste. Gunavieve, Schuyler, Scotland, Scott, Shannon, Shelby. Stoddard. Tuxas, Washington. and Wayne Counties ZONE 5 - Buchanan. Cass. Clinton and Lafayette Counties ZONE 6 - Andrew, Atchinson, Bat®s, Benton, Caldwell , Carroll . Chariton. Cooper, Daviess, DuKalb. Gentry, Grundy. Harrison, Vol.11 $87 (May 8, 1887) U.S. partm»nt of Labor M087-1 Henry, Holt, Howard, Johnson, Linn. Livingston. Mercer, Nodaway, Pettus, Saline, Sullivan and Worth Counties ZONE 7 - Christian. Greene. Jasper, Lawrence:. Taney, Barry. Barton. Camden, Cedar. Dade. Dallas. Douglas. Hickory, Laclada. McDonald, Newton. Ozark, Polk. St. Clair. Stone. Vernon, Wooster Ana Wright Counties ZONE 8 - Lincoln And Warren Counties TRUCK DRIVER CLASSIFICATION DEFINITIONS ZONE 1 Group 1 - Mechanics & »eldors-field Group 2 - A-frame low coy-boom truck driver Group 3 - Insley wagons; dump trucks, excavating. 5 cu. yas. and over; dumpxters; half-tracks: speauace: eucltds and sitmilar excavating equipment material trucks. tandem two teams; semi-trailers; winch-truck-fork trucks; distributor drivers and operators; agitator and transit mix; tank wagon Orivers. tandem or semi Group 4 - One team; station wagons; pickup truck; material trucks. single axle. tank wagon drivers, single axle . Group 5 - Oilers and greasers-field ZONES 2. 3. 4. 5 lip 6 Group i - Flat Dud trucks - single axle; station wagon: pickup trucks; materiel trucks - single axle; tank wagon - single axle ✓ Aft Group 2 - Flat boy trucks - tandem axle; material trucks, tandem axle; tank wagon - tandem axle Group 3 - Seami and/or pole trailers; winch fork and steel trucks; Insley wagons, dumpsteers, half tracks, speedace. euciids, and other similar equipment. a-frame and derrick trucks. float or low boy distributor drtvers and operators. tanl: wagon. semi-trailur Group 4 - Agitator and transit mix truck Group 5 - Wurehousemen AREA COVERED BY TRUCK DRIVER ZONES ZONE i - Clay. Jackson. Platte & Ray Counties ZONE 2 - Franklin, Jefforaon. and St. Charles Counties ZONE 3 - Lincoln and Warren Counties ZONE 4 - Buchanan. Cass. Johnson and Lafayette Counties ZONE 5 - Andrew. Auarain, Barton. Batas, Benton, Ballinger. Boone, Caldwell . Callaway. Camoon. Cape Girardeau. Carroll. Carter. Cedar, Cnariton, Christian. Clinton. Coln, Cooper. Crawford, Dade. Dallas, Davies*. DeKalb. Dent. Douglas. Gasconade, Greene, Henry, Hickory, Howard. Iron, Jaspar. Laclede, Lawrence. Linn. Livingston. Macon, watoson. Murios. Marlon. Millar, Mississippi , Moniteau. Monroe, Montgomery, Morgran. Now Madrid, Newton, Osage. Patmiscot. Parry, Puttiof Phelps. Pike, Polk, Pulaski , Rolls. Randolph. Reynolds. St. Clair, St. Francois. Ste. Genevieve. Saline. Scott. Shannon. Shelby, Stoddard. Texas. Vernon, Washington. Wayne. Webster and Wright counties ZONE 6 - Adair, Atchinson. Butler, Clark. Dunklin. Gentry, Grundy, Harrison. Holt. Howell . Knox. Lewis. McDonald. Mercer, Nodaway, Dragon, Ozark. Putnam. Ripley, Schuyler, Scotland, r/ Stone. Sullivan. Taney and Worth Counties Vol.i{ ZONE 7 St. Louis City and County 808 (May 8. 1007) PREVAILING WAGE DETERMINATION State Agency or Sub-Division Determination No. Jefferson City - Department of Public Works B-026-003 Location of Project Date of Issue City Jefferson City County Cole July 16, 1987 • Supersedes Determination No. Description of Work: West Main Street Bridge Replacement - Removal of existing structure and replacement with a pre-cast concrete arch. Additional work will include construction of retaining walls, replacing curb and gutter and relevant street repair. All utility work shall be done by the respective utilities. Determination No. 8-026-003 is provided upon the request of Ken Franz, Sr. Eng. Jech. - Bryan & Asspcia ,Qs 2117 Indu•.strial Drive JeffersagCity. MO 65101 In accordance with Section 290.260 RSMo (1986), 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. Bolt 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, Jefferson City, MO 65102, and to the party which requested this determination, pursuant to 8 CSR 20-5.010(1). FOR OFFICE USE ONLY Filed With Secretary Of State: Last Date May ___ � '•' . r.<' Y Be Fi led: --.A�-`�-•����-- ,�' p. MV 623.0148(3.87) John Ashcroft 7 Chris R.Rogers GOVERNOR DIVISION DIRECTOR M.{µp terry R M.TMENT Hunter ,.IEP,AR State of Missouri DIRECTOR Department of Labor and Industrial Relations DIVISION OF LABOR STANDARDS Box 449,Jefferson City,Missouri 65102 314/731.3403 In accordance with your request for the prevailing hourly rate of wages for workmen required to perform the project or construction contract identified in your request, and pursuant to Section 290.210 to 340 V.A.M.S., the Division of Labor Standards, being duly informed and having fully considered the matter, finds, determines, declares, and certifies to you and the public body you represent: 1. That the 'T-Irevailing* ITourly rate of wages" means the wages paid generally, in the locality in which the public. works is being perforryad, to Wcrkr.�en engaged' in work of a similar character including the basic hourly rate of pay and amount of the rate of contributions irrevocably made by a contractor or subcontractor to a trustee or to a third person pursuant to a fund, plan or program, and the amount of the rate of cost to the contractor or subcontractor which may be reasonably anticipated in providing benefits to workmen and mechanics pursuant to an enforceable commitment to carry out a financially responsible plan or program which was communicated in writing to the workmen affected, for medical or hospital care, pensions on retirements or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unerTployment benefits, life insurance, disability and sickness insurance, accident insurance, for vacation and holiday pay, for defraying cost of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the contractor or subcontractor is not required by other federal or state law to provide any of the benefits; provided, that the obligation of a contractor or subcontractor to make payment in accordance with the prevailing wage determination of the department, insofar as sections 290.210 to 290.340 are concerned, may be discharged by the making of payment in cash, by the making of irrevocable contributions to trustee or third persons, as provided herein, by the assumption of an enforceable commitment to bear costs of a plan or program as provided herein, or any combination thereof, where the aggregate of such payments, contributions and cost is not less than *the rate of pay plus the other amounts as provided herein. 2. That certified copies of this determination will be filed immediately with the Secretary of the State of Missouri and in the files of this department. The Division is not authorized to fix wage rates. The applicable law allows it to only ascertain what, in fact, are the prevailing hourly wages for a given craft in a given locality. A "Locality" is the county or counties where the project is to be construc- ted. 'Ihe law provides that not less than the prevailing hourly wages determined by the Division shall be paid by a contractor or subcontractor. A higher wage rate may be lawfully paid. Should objections be filed to any portion of this determina n, such o ction or ob- jections must be specific and be filed in accordance wi t .2F0 of the Pre- vailing Wage Law. r CHRIS Ir. RM TiS, Di fo t •.•� v 1P. � 101t7 1w jdo �'N F y t!1 O Y U O� °~ Oro 44 V " °41 H A 4. o ca P4 0 z o �+ 4�1j7 �$1 {81 'ypj ��tJ p �C SIR r`tr �yU N V p� �� p P.0 1 �°M 1 .N AA .O IauS „ W [ N �i7 .ti �A1 .y r•t V o•11 NC u�a� 04. id .IU IWl1W r1 N �O �D 0 ,O :wW ►�i ul W 7N G O el P• MF7O p{ H w NN Wi matn M4•JtiA o 41 94 + O � Z p 913 w w IZ •.Hi itl Fin/n W En yaw° � W D Os, Nw W f• zi (�pp A pOp {L ) •O r-1 tly M M a M A �. '.'•^ h a ro:.J FU' N A A �7 ro a O F A OF aua ' N N � W1 a FNH OD IwaN O � t1M {p. p� 1.' „ AW twva o✓ F i:A O F 7. M V �'V U P H V S N 00 fi v to A u1 r1 W U U .i to at.oUU, �. .+ .r .,v .. N roc. V.t a Z F Z Z p,~ 7 M N O r C3 W O a Q W h O•Lr• r U W�S L' 0.N N 2 N�1 N N M GA •O Pw• ° N''” W O s :7 F'`yy Al 5 1�p• '�•1'at v YYYyIII 41 2-3 ri 0 4j .3 00 z + toha � Oa w ° O.t :. H V N o a �m a a 1A H U)W�:,. Nt r••t N m v W. w W lu f, O N w d J _CA EFd U)O pM� WW w IW� WW op 7 W V - a X .`i,'K a Uxl •.pi H [-• H F F-• W o :, O N N u L.H+3 •.1 N a t� 0. R�•i N U•.t H v w cY, H ,y w O a W r Ol 1-1 K H,G : y Al D. p � � >� 44 4j a H Q.uI 411 E `O A aN 4) u O r .0 O C ID _ o q o � A n rl 1 j p� V y, � F O .-Im Y11n 111�n 00000 O � O rl O O t1 f•1 I.1 M rl N N rl•••/ .1 r/ N ^ a O t) oP N b rt > h v n N intou --- o.n � In In cN NN NNNN to m O R Nln NUI u1 Ul m k,•-7 �• •-i rt.y N N N N O Q�nQ Q r1 RRQR •••1 RR v Rv i1 RHO .-1 rlHN W lnv W Qv R d i�.•7& a k' rw 1p. a N 0 a In �m r h N r �D O U1 In In In N w q In m •n In Ul O O O O O O '!! . . . . . r1.-1 C.v m ,.,M rl.•'1 Q a N a,O O O r In O [t o r• D t « N • R v V7 47m tD V)v v r NNNN N N HIn h rnQ In Rh h v p ry .••i.i.1 .••1.•i '•1.�ri.-1 .-t e-1 e-1•-/e-t H .-1.••i .•i.y.•�rl.-1 rl 8 CU 41 go " a a • H .ui u'i N • ~ 1 M H M M t+ �� ['� A �V•1 �y � r•1 I �1 �V o�1 ,�,, �..•777 �� b W {{��!! Fm Heavy Construction hates for COLE County (s) Basic Fringe Benefit Payments Crafts Hourly Rates H & W Pen. Vac. App.Tng. Others CARPENTERS (See attached sheet for more informatio ) Journeymen 17 .62 1. 08 .75 .03 Millwrights 17 .62 1. 08 .75 .03 Pale Driver Worker 17 .62 1. 08 .75 .03 OPERATING ENGINEERS (See atttached sheet for Classifications Group I 15.35 2.15 2. 60 .32 Group IT 15 . 00 2.15 2.60 .32 Group III 14 .80 2.15 2. 60 .32 Group IV 13 .95 2.15 2. 60 . 32 LABORERS (See attached sheet for Classifications General Laborers 14 .65 1. 40 1.35 .10 Skilled Laborers 15.25 1.40 1. 35 .10 TRUCK DRIVERS-TEAMSTERS 1.75 2. 00 Teamsters - (See below for Rates) CLASSIFICATIONS RATE CLASSIFICATIONS RATE Flat Bed Trucks-- Single Axle 14 .33 Tank Wagon - la-d-eir-illxle 14 .48 Flat Bed Trucks - Tandem Axle 14 .48 Tank Wagon - Semi-Trailer 14 .60 Station Wagons 14 .33 Insley Wagons, Durrpsters, Half- Pickup Trucks 14 .33 Tracks, Speedace, Euclids & Material Trucks - Single Axle 14 .33 other similar equipment 14 . 60 Material Trucks - Tandem Axle 14 .48 A-Frame & Derrick Trucks 14 . 60 Semi and /or Pole Trailers 14 .60 Float or law Boy 14 .60 Winch, Fork & Steel Trucks 14 .60 Warehouseman 14 .23 Distributor Drivers & Operators 14 .60 *Tiremmn, Oiler & Greaser Agitator & Transit Mix-Trucks 14 .49 Station Attendant on Const. Tank Wagon -- Single Axle 14 .33 **Mecchanies *'Itie wage rate for Tireman, Oiler & Greaser,. Station Attendant on Construction shall be the same as the wage rate for the oiler in the operating engineers schedule, except operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. **The wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in the operating engineers schedule, except that operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. The shift pay differential -- swing shift twenty-five cents (25¢) per hour, graveyard shift fifty cents (5W) per hour, above regular rates, 0�' ERTIME RATE: Workmen shall be paid one & one-half (11%) times the regular rate of Wages for all hours worked in excess of eight (8) hours per day (if working 5-81s), or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Honday through Friday. For all time worked on Saturday (unless Saturday is used as a- make-up day) or Sunday, time & one-half (14) shall be paid. 1 w � Q fl w 0. D{6 N 1 a n t t! • • tin11 aNawgp.O aQ aO N w u . wO s21w "�• ■ ems gMCe4 wNF • n 77q n .1 • •. V - q� 1-1 "a N•.. u ^{fQ�d .0 N 4 N~Q U p 1 NOM ~M O `r•� O u R n ~ r ✓ p .Li H � p1, q a qI N A 1 fv•.1 u•.1 H 0 1 O w Q�QNr1> 1 C1 aF VI 'O � A �a .Wr MONMa 4p w • ON u Y .. w71Cd4 Ya1• WV" NN .rN Ny{q� rYS'� w� r • O+�w,1• b C•Ol W0 a A aw W H •N 4f 1 a 0 0.{1 .r •.. o w > s w Cw� M Il lw.l fOSOd1..eiN(N1+fie a.M Y•.Fi0 +w4 Rq NN/i V CON 2 oY u a:. O • w w p dy d 0.1!6L.0 d v1 A 41 W •.0 ; .0 H. .1 a m Y > " Y A• N dIN10N{t @O Ggsw Uyy MY.•/HCp UVV•"'IM�p1.1 aA : OG • cY V • MO- � y^ w O ♦t 1( MO 1UYN.111�4N g a 0.R N IA I w0 Y �• •/OO /i • 1a u o • q �11 u 0.a C.I w O 1.1 F"s W 4 k1.0 N q Y O {/ a N a w p u/I ✓ .• j ;O �r,rC M tlad•4M. NN �f btTO O w •INH • al 010 J V� 1 Opy •�Vi ",o•y Ip»W O Y. MAN J 0.F NN do OOa > NN w ✓ e u ✓.nD fo ►� 0. N •O 1dN 00 f Na\C O 1� vcl'.:c u •vN NOV 1 ro.e.6 N �q 0N7Y0• 41•0Y 0.wa •4 d >. rs "' 0 v Q0.ACawa,j d4 Y > w 1p dlp Y �•r�" •�'� uvv 1 •„ wa r V NM Yd C •w4 R:6N CNOY Z CC 1 CL �� 1 wLA �• v 1 r '� p .•{ k a• O C q s►1 d d Y w d r+ 0. • q i n.0 '� >, w o -+ q W &%n ".G,"GU 4 +.4 QNN OA 1 R:dOq > NN .0 CaN > 1 w to• • u � p O 7.+/ ■d ✓ d 01• Y Q •A -d h k U H O •O• U 1 O O a r.■ • NMdNV N -N k:S. a.• a•0 0. - -"1V~ ia.'d. 1 �v� 8 ■ � Y >ti� I M' {f A 2 q 1p ^ r w�.. M • 1 Y d o w 1� j1 O U{U O N a O Y p S O a O q 7c q N `j F e.+ Op • 1 N 1n W ✓ >v w•.+ ►/b d ANto N U M C H 1 Y>•1 Q 1 N y 7 w • 1 .1 y C o 1:w.+ i1C1dMRNOa +a 0Ud aNNY w r/ Y @ w� a c.. • w.. e c �•' o M 14-.K C N+I C av Y 0.> fL 0.N•p la q�O U o •A w•� ✓ o U • ••°" 064 u 70x4 F0F�NO a+CO V •141Pwa d N 0 tF60114E 0 0.�uR•X • a -0 qw S ON+OVUq6.d+ O iOlY N Y ,r,R,•11u:.^+ w 6 Zo U w e•s�s >0�>v: ■w T•r C Y 0.N suu rsa ul{. • w • 1d✓1�Ov w v ) e ✓ • Ix.W • 'i d w •.. Y O V N O ■ O v 1 Y 1 Y 1 A I r VO t y"^yw v`e•..Av o>7 p.n A YM�1•.-/ I O �! AW lT+ O ®,E a/ Y �O 1 t►11 a s $4-4 01 lu E 40• N Y d a Nq x 42 N Q 4 a X p N-C 04 0 O•Y NNU►0 N• a OT.w •Y O U a0 1 O a s C a ti R 4 O C a to O V N a V p0 .L a 0 ®J aN H 0 aOD >N Uu C a NO -co m OYwom a Od Nw O eOV waOAC N Y.•1 41 gd0 Yu14 44 q X• r oC p "Yqa x✓'�O' O M r . watl 0 u NU u v h..t N �1 aF UNN NO� RC > Ul.a > N ON•-INT YNO.0 O•.1 U 1 a O � c • •• p,e i•a 0. N Mp,R• 70Y 6 a01 dd.p . 0 4) .•ion. 01Y qC? �p1.e „ .� O c aa.ve J • dON waa0. 60 ar. a&.0 dw [ w•0 NN ?driOa { Q•. p. p1.. CO Cq rdu w a YA 11V�py Z UCIE•n0 Y iC'O 1d rlYU1 @®O NdaO ddFHa gp16��r ✓ w w� a • w O H Z R w -6 ••d C N C'O E.0 d q, �e p.•1 A k 7C a U °a Y p w •O CO"C „�,,,,,o• •1 c O C Nit a.A rl p AC YXd F +YO Up.p +d Y K.q N MA w > >4a a t•u M $ • M d U a O Y S i U 01 A N M >U Y U X C d Y a-'ro a +•W 41 w'O Y C o OW� o N A $6 ONC 61-1 v w u 0.131C •Y 4LO.4 XN 0.w R1 N N./NMY Yw NY d �a w w Mow M UsN Clam ww Y Oq aqa OC 4 C 1 O qw Ngd10R1W w81 O.0 CIt 5 q1t7 Fp N.� NN01w qX Fa U •Fah N .0 waa d � 0.0 adp c u.,.•i ►� S 4 + •da UU !011Y.p Oq Oa 0 +Y+Iw qq O 2 ►IaU•a 14Oda.� A7C�. • .'o''c �.•) N • c o M NqU � >0.CIN01 YO+NN ./ tTA U•O aY w OaFNN N.It a VI Go o u rpy7 M O•N •0 U00 Ow NCO+.(ANY �U as M Car11N0001 Y NQ.4 YAYp. ■ ,,, h w N F • N> O. 0.N N c��l O F ad 1 Y a a F p U C a^O w 19�1 4 C h�O►►77 7 w M Y X w O G 1; w ut q 16pa N 0.O E w d US N0. OGl />. $ Y dN aRi O O0 FaMp,a 1 wN 1 OOQN C g aF q YO +4 O XI. U �•a M �+ W v t� ✓ rU7 a04 wO YO+.w Y1 u09 ac •O tT 1/ O Y FCa O.p, N p, Nrl a0Ccoo (/) x nnaw dNN6w NY !{.i UCO C\ 4 CnN NCd wB N aIOFgOaa .E Y.y { Yd0.0•./Nln s 0'u'• •+•� C J^" CQ,(11wR a d 4)-4 a drl N.iA C Y a d 0. 0 NY w a.L avN tr YITw UC ovm (� u 4 w"• "'1 •.I Y70.0 aw N$W wCq O• OYOW •UX 41Y F .0 W-4 W34 d0.S7 CP&A • aHw 1 > O.1n {" 9 a 1 • W O!.1 d 1 w U N C N 0.p1 C U -0-0 +a w a +Y W 0-0 EI •d a V Y -1r4.a r' � �q•w"a pp D' C F w q v FI d d 0Q1}a�Ya 01 MQY +1 a � F U� �a C C o�N QO 14 v•0 01 0. 0.lae O Q a YNwd NN id Nw.4 HH0 Y N H t1OA1 Y t7• 41 W F N W FV0 du104 W 4 4aA0 C C.1 N+ >O 0 'Y a a ad Ul 9 aWD 0,4 nib.c- r.O W 4 +a N aU 43"".-1 1 N 0 4j an 4 e N O a Yr ,L o. yE-{ dU� F W� O °�61m� 0. d ls O {nU00"d 11,a wVY1 w. W � N p ■ H agg� Sao : ti � w a $�a aeo � n In (y w ^ •Y 41 0 ✓ �WJ � ►1 ppp p 7 ° � � 6 N .d '� r•� leg ••. m �a'9 N ON N� ,,.. .81 •i leg !~. 3• ✓.0..15 {9 8 A IF,cEc p � -1 A dl � 0 �.p; • � � Y a p . 1Ma1 D 11 J{lpjl �. b~ . y g Aa �.� w �G u a yg .� •�� IP � G7 N C �. .�y.{ppW1 �j yy, 76 ✓u X11 • 1Y1 1N� apm M •g.V 8 V. /«. w � �',$f.�yy •./ M /v O Y� ��•�O o��1 • • ��y �Q M � �� 44p�1 8 .e L�Y �_y p vd ✓"" r . &g Nil OW F ~ gyp+ Orti yelp^ v V • . 71 C ✓ . 4 e'• . . .� el N v L1 N o• Y .4 N H •Y '" N •„ dr •W b W ® O a jog id M M M � �i M .q Y Y �~qYy�b �� � � � W I i O E h Y M v `C ✓ ■M w a 0 Y .w b p •O ✓ N pp Y •WI • • M A4 N Y 11 p M Y � y pr � � ��� ►1�� � Op M s q�•yy �R ' lad �aa p!�1�Na�w1 .yp1 191"1 �e61!•��1 1pM� ��a W k •�Y � '0 !1••/✓ • a Y d �v•/ ��w w M PYl l i� 1v JOB SPECIAL PROVISIONS SECTION 203 - ROADWAY AND DRAINAGE EXCAVATION Add Sec. 203.8 203.8 For borrow areas outside the limits of construction not designated by the engineer as approved sources by the Missouri Department of Natural Resources, the contractor shall complete for NPP-CRS/100 in request of approval for use of the desired borrow site. Prior to use of borrow, the contractor shall be required to submit to the engineer one copy of written approval from the Missouri Department of Natural Resources for use of said borrow area(s). Payment for all work covered under this section will be made on a lump sum basis at the contract unit price under "203.8 DNR Permit Req.". SECTION 502 - PORTLAND CEMENT CONCRETE PAVEMENT Add Sec. 502.2.1 502°2.1 Prior to approval and use of the material , the contractor shall furnish a certification stating that the material supplied conforms to all the requirements of these specifications. The certification shall include or have attached typical results of these tests for specified properties, which have been on representative samples of the materials to be supplied. The engineer reserves the right to sample and test any material. Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. Delete Sec. 502.3.10 and substitute the following: 502.3.10 Vibrators. Vibrators, for full width of the concrete, may be wither the surface pan-type or the internal-type with either tube or multiple spuds. They may be attached to the spreader or the finishing machine, or may be mounted on a separate carriage. They shall not come in contact with the reinforcement, load transfer devices, subgrade or side forms. Vibrating equipment shall be operated in accordance with the side forms. Vibrating equipment shall be operated in accordance with the manufacturer's recommendation at the frequency to provide satisfactory results. Delete Sec. 502.3.17 in its entirety. 1 SECTION 608 - CONCRETE MEDIAN, MEDIAN STRIP, SIDEWALK, STEPS AND PAVED APPROACHES. Delete Sec. 608.4.4 and substitute the following: 608.4.4 All excavation and all work necessary in preparing the subgrade and backfilling will be considered incidental to the work and no direct payment will be made. SECTION 609 - PAVED DRAINAGE Delete Sec. 609.12 and substitute the following: 609.12 Materials. All materials shall conform to Division 1000, Materials Details, and specifically as follows: ITEM SECTION Reinforcing Steel for Concrete Structures. ... .. .... ..... .. . ..1036.1 Materials for Joints... ........ .. ....... .. ... .. ... ... ..... ...1057.1 Materials, proportioning, air-entraining, mixing, slump and transporting of concrete shall be in accordance with Sec. 501. Concrete shall be Class B-1. Concrete shall be placed, finished and cured in accordance with the applicable provisions of Sec. 703. SECTION 619 - STRIP DRAIN Add Sec. 619.1: 619.1 The subsurface collector drain shall be CONTECH STRIPDRAIN 150 as distributed by CONTECH CONSTRUCTION PRODUCTS, INC. or approved equal . STRIPDRAIN 150 product will be composite plastic core formed from high density polyethylene with a minimum crush strength os 20 psi . The thickness of the core will be 1 1/2" (38 mm) , plus or minus 1/8", and spacing of the crowns of the cuspations (wave length) will be approximately 2" (50 mm) when measured along the longitudinal rows. The minimum width will be 40". The STRIPDRAIN 150 core will be laminated one side only with a non-woven geo- textile filter having a 4" flab on both sides. The geotextile material will cover the full length of the core. Cut off the core tips on the side opposite the fabric at weep hole position, one square foot minimum. 2 SECTION 719 GROUTED ROCK ANCHORS 719.1 Description.' This work shall include all materials, labor, equipment and supervision to drill anchor holes, install anchor rods and post-tensioning strand, and grout and test all Post-Tension rock anchors. 719.2 Materials. All materials shall conform to Division 1000, Materials Details, and specifically as follows: Item Section r. Reinforcing Steel for Concrete Structures. .. . .. ... .. . .. ... . ...1036.1 Specification Steel Strand.. ..... ... . .. .. . . . ... .. . ... .. .. .... .. ... .AASHTO M 203 Wire and Parallel-Lay Cables.. . ... . ... ... . .. ... ... .. . .. .AASHTO M 204 High-Tensile Strength Alloy Bars (stress relieved and cold stretched to 130,000 psi min) Ultimate tensile strength. . .... .. .. . .. . . .145,000 psi min Yield strength (0.2 percent offset) ... . .. ... ..130,000 psi min Modulus of elasticity. .. . . ... ... .... .. . . . .. . .. .25,000,000 psi Elongation in 20 diameters. .. . .. . ..... ... .. . .. . .4 percent min Diameter tolerance (inch) .... . .. . .. . .. . . . .. . .. . .. .+0.03.-0.01 Epoxy Adhesive/grouting system Solids Content.. ... . . . . .. ...98 percent.. .. ... .ASTM D 1644 y 1000 - 3000 cps.. .ASTM D 2393 Initial Viscosity at 77 F. . .. ... Tensile strength at 14 days.. . .. . .4000 psi .. .. ... .ASTM D 638 Tensile elongation at 14 days. .. . ...1 percent. ... .ASTM D 638 Bond strength at 14 days.... .. ..1400 psi . .. . . . . .. .ASTM D 882 Shear strength at 14 days. .. . ...4500 psi . ... .. . .. .ASTM D 732 Flexural Strength at 14 days....5000 psi .. . . .. . ...ASTM D 790 719.2.1 The contractor shall furnish a manufacturer's certification of the epoxy grout, in triplicate, stating that the material proposed conforms to the requirements of these specifications. The certification shall include typical results of tests for the specified properties, representative of the materials offered for use. The engineer reserves the right to sample and test any material offered for use. Acceptance will be based on the certification and the results of any tests the engineer may perform. 3 719.3.1 Construction Requirements. Anchor holes shall be drilled to the diameter and depth indicated on the plans. All holes shall be free of dirt, loose rock, standing water, or grease. All holes shall be subject to visual inspection by the engineer before any anchors or post-tensioning strand are grouted. 719.3.1 All anchors, and post-tensioning material used as rock anchors shall be free of loose rust, dirt, or grease. The tendon sheathing material shall be removed from the end to be grouted and the exposed tendon shall be cleaned with a solvent to remove all grease. 719.3.2 The epoxy grout shall not be applied when either the air or surface temperature is 50 F or below. The two components shall be thoroughly mixed in the ratio and in accordance with the instruction shown on the containers. Under no circumstances shall any solvent be added to the compound. 719.4 Testing Post-Tensioned Rock Anchors. Each anchor shall be field tested with a "Load Test" as defined under section 719.4.1 of these specifications. At least one anchor shall be subjected to a "Proof Test" as described in Section 719.4.2. More than one Proof Test may be required as determined by the Engineer based upon field conditions and results. A "Performance Test" as described in section 719.4.3 herein may or may not be required by the Engineer depending upon field conditions and results of the Proof Testing. 719.4.1 Load Test. Each Post-Tensioned Rock Anchor shall be field tested to a force of 66 Kips (or 133 percent of Final Effective Design Force, whichever is smaller). Any anchors not able to sustain this force shall be replaced, with no payment being made for the quantities in the failed anchor or the failed test. 719.4.2 Proof Test. One or more anchors shall be field tested according to the Proof Test described herein prior to placement of any footing concrete. The following procedure is also described in Section 4.3.7.2 of the Fourth Edition of the Post-Tensioning Manual published by the Post Tensioning Institute in 1985. 4 The proof test shall be performed by incrementally loading the anchor in accordance with the following schedule. At each increment, the movement of the tendon shall be recorded to the .nearest .001 inches with respect to an independent fixed reference point if possible. The anchor load shall be measured with a pressure gage calibrated with the jack and accurate enough to read 100 psi changes in pressure. The pump shall be capable of applying each load increment in less than 60 seconds. The increments of load shall be: P = Design load for the anchor AL = Alignment load Proof Test AL .25 P .50 P .75 P 1.00 P 1.20 P 1.33 P Test Load (10 minute hold) Adjust to lock-off load Am The anchor tendon may be completely unloaded prior to lock-off, if circumstances warrant. Final stressing then does not require further movement reading. The load shall be held at each increment just long enough to obtain the movement reading, but not more than 1 minute. The test load shall be held for 10 minutes. Total movements with respect to a fixed reference point shall be recorded at 1 minute, 2, 3, 4, 5, 6 and 10 minutes. If the movement between 1 minute and 10 minutes exceeds 0.04 inches the test load shall be maintained for 50 more minutes. Additional anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45 and 60 minutes. The period shall start when the pump begins to load the anchor from 1.20 P to the test load. A second Proof Test shall be required if conditions encountered subsequent to the first test appear to be less desirable than the conditions tested. 5 719.4.3 Performance Test. The Engineer shall reserve the right to require one or more Performance Test( s) as described in Section 4.3.7.1 of the PTI Post-Tensioning Manual , Fourth Edition. 719.4.4 General Testing Requirements. For the Proof Test and the Performance Test, the supports for the equipment used to test the anchors shall not be closer than 5' to the hole being tested. The physical aspects of the test shall be submitted in written form to the Engineer with ample time for his review prior to the performance of the test. This report shall include information regarding stressing equipment to be used and support system, methods of measuring and equipment to be used for measurements, forms to be used for recording tests, and personnel to be performing tests. Testing may be done by the contractors personnel (with competent supervision) or by an independent testing agency. The Engineer shall be present when any Proof Testing or Performance Testing is being performed. PTI Post-Tensioning Manual "Recommendations for Prestressed Rock and Soil Anchors" shall be used as a guide for this work whenever applicable. 719.4.5 Test Approval. This Proof Testing (and Performance Testing if required) shall be done to allow review of the results by the Engineer and verification of rock anchor system details (hole diameters, depth, and spacing) prior to the drilling of any additional holes or the placing of any additional grouted rock anchors. This testing shall also be done early enough to prevent additional costs being incurred due to changes in those details, other than just costs based on unit prices and quantities. 719.5 Safety Precautions. Epoxy resin compounds are toxic and the solvents are flammable. The contractor shall take due precautions to protect workmen from the hazards of handling these materials. 719.6 Method of Measurement. Measurement will be made to the nearest linear foot of drilled anchor holes as shown on the plans or as authorized by the engineer. 719.7 Basis of payment. The accepted quantity of Grouted Rock Anchors will be paid for at the unit price indicated in the contract. No direct payment will be made for the epoxy grout, testing, and incidental items necessary to complete the work unless specifically provided as a pay item in the contract. 6 SECTION 720 POST-TENSIONED CONCRETE 720.1 Description. This work shall include all materials, labor, equipment and supervision to fabricate and install all post-tensioning work as shown on the drawings. 720.2 Materials. All materials shall conform to Division 1000, Materials Details, and specifically as follows: Item Section Reinforcing Steel for Concrete Structures... .. . .. ... ... .. ...1036.1 Specification Structural Steel ... .... ... ... .... . .. .... . ... .. . .. . .. .AASHTO 1,1 183 Structural Steel (for anchorage plates) ... . .. .. . .. ... .AASHTO M 161 Steel Strand. . . .... ... . .. ..... .. . ... .... .. . .. ... .AASHTO M 203 Wire and Parallel-Lay Cables...... ... .. . . .. . . .. .. ... .AASHTO hl 204 High-Tensile Strength Alloy Bars, (stress relieved and cold stretched to 130,000 psi min) Ultimate tensile strength. . .. . .. . . ... ... .. . .145,000 psi min Yield strength(0.2 percent offset) .... .. . .. . .. . .130,000 psi min Modulus of elasticity.. . . . . ... . .. . . . .. .. . ... .. . ..25,000,000 psi Aft Elongation in 20 diameters..... ... . . .. ... .. . .. . .. .4 percent min Diameter tolerance (inch).... .. ... ....... ... .. . .. ....0.03,-0.01 720.2.1 Post-tensioning tendons shall be seven-wire, uncoated, low- relaxation steel strand, Grade 270 with mimimun ultimate strength of 270,000 psi , unbonded system conforming to AASHTO M203. 720.2.2 Tendon sheathing material shall be high density polyethylene of diameter sufficient to allow the tendon to move freely through the sheathing. Sheathing shall be continuous and watertight between end anchors and taped or otherwise finished at the anchors to provide a watertight seal to the anchors. Heat-sealed sheathing is not permitted. Sheathing properties: 100 percent pure virgin high density polyethylene Density: 59 pounds/cubic foot minimum. Tensile Strength: 3000 psi minimum. Elongation: 700 percent minimum. Low temperature brittleness: Minus 40 degrees C at 50 percent flexibility minimum requirement. Thickness: 40- mils minimum. 720.2.3 Repair tape shall have material properties requirements the same as for sheathing. Minimum thickness 40 mils. 7 720.2.4 Tendon grease shall be lithium-based, containing corrosion inhibitors, wetting agents, and less than fifty parts per million of chlorides, sulphides or nitrates. Grease shall completely fill void between tendon and sheathing. 720.2.5 Anchorages shall be in accordance with AASHTO M161. The anchorages of unbonded tendons shall develop at least 95 percent of the minimum specified ultimate strength of the prestressing steel without exceeding anticipated set. The total elongation under ultimate load of the tendon shall not be less then 2 percent measured in a mimimun gage length of 10 feet. 720.2.5 The contractor shall furnish a manufacturer's certification, in triplicate, stating that the material supplied conforms to the requirements of these specifications. The certification shall include typical results of tests for the specified properties, representative of the materials offered for use. The engineer reserves the right to sample and test any material offered for use. Acceptance will be based on the certification and the results of any tests the engineer may perform. 720.3 Static and Dynamic Test Requirements The contractor shall submit test results in triplicate to the engineer for all applicable componets of the post-tension assembly. Test shall be in accordance with Sec. 720.3.1 and Sec. 720.3.2. 720.3.1 Static Test. The test assembly shall consist of standard production quality components and the tendons shall be at least 10 feet long. The test assembly shall be tested in a manner to allow accurate determination of the yield strength, ultimate strength and percent elongation of the complete tendon to insure compliance with this specification. The specimen used for the static test need not be one that has been subjected to dynamic loading. 720.3.2 Dynamic Test. A dynamic test shall be performed on -a representative specimen and the tendon shall withstand, with failure, 500,000 cycles from 60 percent to 66 percent of its mimimun specified ultimate strength, and also 50 cycles from 40 percent to 80 percent of its mimimun specified ultimate strength. The period of each cycle involves the change from the lower stress level to the upper stresss level and back to the lower. The specimen used for the second dynamic test need not be the same used for the first dynamic test. Systems utilizing multiple strands, wires, or bars may be tested utilizing a test tendon of smaller capacity than the full size tendon. The test tendon shall duplicate the behavior of the full size tendon and generally shall not have less than 10 percent of the capacity of the full size tendon. 8 720.4 Shop Drawings and Submittals. Shop drawings shall be submitted to the engineer as herein specified with the following information shown. 1. Numbers and arrangement of post-tensioning tendons. 2. Methods of maintaining tendon alignment. 3. Type of post-tensioning sheathing. 4. Type and chemical analysis of grease. 5. Type, material and thickness of post-tensioning sheathing repair tape. 6. Detailing of anchorage devices. 7. Other incidental features. 720.4.1 The contractor shall also submit the following information to the engineer with the shop drawing submittal : 1. Sealed calculations, prepared under the supervision of a qualified, professional , legally Reqistered Engineer in the state of Missouri , of losses due to anchorage seating, elastic shortening, creep, shrinkage, relaxation, friction and wobble, used to determine tendon sizes and numbers. 2. If additional reinforcement is required due to change of strand type, this reinforcement shall be furnished at no additional cost to the Owner and shall be coordinated between the post-tensioning subcontractor and the General Contractor before Shop Drawings and calculations are submitted to the engineer. 3. Post-tensioning tendon and end anchorage sizes. 720.4.2 After submittal , Shop drawings and data shall not be changed, nor shall construction operations be revised unless resubmitted to the engineer. The engineer's will not review drawings for approval . Details and construction operations will be the Contractor's responsibility for completing the work successfully in accordance with these specifications and within the Contract Time. 720.5 Construction Requirements. Post tensioned members shall be stressed in such manner that the tension being applied and the elongation of the tendon may be measured at all times. The contractor shall furnish , a certified record of guage pressures and elongations to the engineer. All losses (friction, elastic shortenings, anchorage set, creep, shrinkage, and relaxation of steel stress) shall be included in the computations for the required elongation of the tendon. Loads shall not be applied to the concrete until it has attained the design compressive strength shown on the plans, with a miminim of 5 and a maximum of 8 days. Tendons shall be stressed in a sequence to produce the least eccentricity of the load. 9 720.5.1 Stress all post-tensioning tendons by means of hydraulic jacks, equipped with accurate reading, calibrated hydraulic pressure gauges to permit the stress in the post-tensioning steel to be computed at any time. A certified calibration curve shall be provided with each jack used. 720.5.2 If a deviation greater than 5 percent occurs between the measured elongation and the computed elongation for a given jack gauge pressure, imniediately recalibrate gauges. If after recalibration, computed and measured elongation for a given gauge pressure still deviates by more than 5 percent, cease tensioning operations until the cause of the deviation is found and corrected. 720.5.3 Anchor the post-tensioning steel at an initial force that will result in effective forces, after all losses occur, of not less than those shown on the drawings. 720.5.4 All post-tensioning work shall be under the immediate control of a person experienced in this type of work. Exercise close check and rigid control of all operations as necessary for full compliance with all requirements. The contractor's superintendent shall be present during all placing and post-tensioning operations. 720.5.5 The contractor shall not cut or cover the tendon ends until the engineer has issued a written review of the post-tensioning records. 720.6 Method of Measurement. Post-tensioning materials will be measured to the nearest liner foot of post-tensioned material complete in place in the finished structure. The post-tensioning tendons, anchorages and accessories, enclosures, and all other incidentals will be construed as comprising a completed structure. 720.7 Basis of Payment. Accepted post-tensioned concrete will be paid for at the contract unit price. 10 SECTION 733 - PRECAST CONCRETE ARCH CULVERTS 733.1 Description. This work shall consist of furnishing and installing precast concrete arch culverts complete in place in accordance to the lines and grades shown on the plans. 733.1.1 The precast concrete arch culvert shown on the plans is the product of BEBO, by Hancock Concrete Products Co. Inc. The product of other manufacturers, made to the same approximate dimensions shown on the plans, may be used if approved by the engineer. Complete drawings and design calculations of alternate type structures using other methods of reinforcement, shall be submitted to the engineer before fabrication. All structural drawings of the concrete arch shall be prepared by or under the direct supervision and signed and sealed by a duly registered professional engineer under the laws of the state of Missouri . The drawings and or calculations will not be reviewed by the owners engineer for compliance with the AASHTO Specification and is the sole responsibility of the supplier. 733.2 Materials. All materials shall conform to division 1000, Materials Details, and specifically as follows: Item Section Reinforcing Steel for Concrete Structures... ... ... ... ... ..... .1036.1 733.3 Backfill . Selected granular material shall be used around and over the structure. This backfill material shall conform to the requirements of the structure manufacturer. 733.4 Construction Requirements. The contractor's erection drawings shall be submitted to the engineer for review before erection of the precast concrete arch culvert is started. Such review will not be considered as relieving the contractor of his responsibility of obtaining satisfactory results. 733.4.1 The manufacturer shall provide a field engineering representative to assist the engineer in monitoring all phases of construction, including all phases of backfilling. The contractor shall be responsible for informing the company representative prior to date of installation. The cost of providing this representative shall be included in the lump sum price for Precast Concrete Arch Culvert. 11 733.5 Backfilling. Backfilling shall be with the material specified and shall be placed in accordance with the specifications of the structure manufacturer, and their company representative. The manufacturers field representative shall be responsible for monitoring the backfilling operations and compaction requirements of the company. 733.6 Embankment Capping. The contractor will be required to cap the granular fill material . This work. shall consist of furnishing, placing and compacting earth material over the fill material on the side slopes to a depth of 18" measured normal to the slope line. Material used for capping embankment shall be earth material meeting the approval of the engineer. 733.6.1 Material placed as embankment capping shall be placed compacted in accordance with the applicable requirements of Sec. 203, except that specified density requirements will be waived, and the required density shall be that obtained by a reasonable compactive effort. 733.6.2 Payment for furnishing and placing the embankment capping including all materials, equipment, tools, labor and any work incidental thereto, shall be included in price bid for other items. 733.7 Payment. The contract lump sum price paid for "Precast Concrete Arch Culvert" shall include furnishing and erecting complete in place the particular type structure selected, including all materials, equipment, tools, labor and any work incidental thereto. Payment for footings shall be as shown on the design plans. 12 . Al CITY OF JEFFERSON JOB SPECIAL PROVISIONS This section shall have precedence over Missouri State Specifications and General Special provisions in cases of discrepancy. TS-9 LAWN REPAIR AND SEEDING: TS-9.1 General : All areas disturbed by the construction shall be seeded excep for paved areas. TS-9.2 Blue2r_as_ss Sodding: Sod shall be planted in accordance with the TO-1 owT�g requirements. Sod shall be of the best quality and when placed, shall be live fresh growing grass with sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is fertile and contains a high percentage of loamy topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of the areas shall have been completed to the satisfaction of the Engineer. Top fertilizer, grade 12-24-24, shall be applied uniformly at a rate not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting, the sod shall be watered and mowed as required until completion and acceptance of the entire work. No sodding shall be done during the period from June 1 to September 1, unless the planting season is extended by the Engineer. TS-9.3 Seeding. After shaping, placing 4" of topsoil , and dressing of areas to be seeded have been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied at a rate of not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seeding shall then be spread at the specified rate by drill , by hand seeder, by brillion seeder, or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is frozen, muddy, or otherwise in a non- tillable condition. An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, mowing, and any other operation necessary to provide an acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of 60% "Derby" Rye grass, 20% creeping fescue, and 20% Bluegrass. Bluegrass may be either Ram I, Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons per ® acre. e The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of seeding in any m or all areas required to be seeded. Protection and Repair: The seeded area shall be free of traffic. • if at any time before acceptance becomes gullied or otherwise damaged, or the seeding has been damaged or destroyed, the affected portion shall be repaired to re-establish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically named state laws and regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. TS-9.5 Method of Measurement: TS-9.5.1 Definition of Grading Limit: The term "grading limit" as used in is Article, snall mean any of the following: 1. The location of a line determined by the intersection of the cut or fill slopes shown on the Plans with the existing surface, plus allowance for rounding at such intersection as shown on the Plans. During the course of the work the Engineer may direct that the grading limit be elsewhere than as determined by the foregoing, and in such case, the grading limit will be at the location as directed by the Engineer. 2. For structures placed in excavations and for pipes in trenches, five (5) feet outside a vertical plane through the outermost surfaces of the neat lines of such structures or of the pipes. TS-9.5.2 Seeding: Measurement will be made of the area seeded (horizontal measurement) to the nearest 1/10 acre. Measurement will not be made beyond a line 5 feet outside grading limit. TS-9.5.3 Sodding: Measurement will be made of the areas sodded (slop measurement) to the nearest square yard. Measurement will not be made beyond a line 2 feet outside the grading limit. TS-9.6 Basis of Payment: TS-9.6.1 Seeding�and Soddin • The amount of completed and accepted work, measures as prove ed shall be paid for at the contract unit price bid per acre for seeding and at the contract unit price bid per square yard for sodding.