Loading...
HomeMy Public PortalAboutORD14210 f BILL NO. 2007-23 SPONSORED BY COUNCILMAN ' Councilman Klindt ORDINANCE NO. 19I l) AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING A CONTRACT WITH EMERY SAPP & SONS TO CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS AT THE JEFFERSON CITY MEMORIAL AIRPORT; AND AMENDING THE 2006-2007 BUDGET OF THE CITY OF JEFFERSON, MISSOURI BY APPROPRIATING ADDITIONAL FUNDS WITHIN THE AIRPORT FUND. WHEREAS, Emery Sapp&Sons has become the apparent lowest and best bidder on the 2007 Construct Taxiway A and Taxiway Connectors Project at the Jefferson City Memorial Airport; and WHEREAS, additional grant funds have become available to complete the project, including Bid Alternate; NOW THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The base bid and bid alternate by Emery Sapp & Sons are declared to be the lowest and best bid and are hereby accepted. P Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Emery Sapp & Sons for the project (Project AIRE 06-040B-8); Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A; Section 4. There is hereby supplementally appropriated within the Airport Fund $184,210 as indicated on Exhibit B, attached hereto; Bill 2007-23 Page 1 of 3 Section 5. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed:(14-A� Appr e �/ Ji Od —7 r si g Officer Mayor ATTE AP VE A O FORM: (A 0 y Clerk City ounsel r CERTIFICATION BY MAYOR Pursuant to Article VII, Section 7.1(5.) of the Charter of the City of Jefferson, Missouri, I hereby certify that the sums appropriated in the ordinance are available in the various funds to meet the requirements of this bill. Mayor I i Bill 2007-23 Page 2 of 3 1 Project Manual C) 1 1 City of Jefferson Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors 1 06-0408-6 1 Issued for Construction 1 ' June 2007 1 45773/41529 El W OEM 1 �. - 's W r1 i t } y . Y } d S U oil . IT to II•, •r 9 " ,T ' Construct Taxiway A and Taxiway Connectors May 2007 ' CONTRACT AGREEMENT • CITY OF JEFFERSON,MISSOURI State Block Grant Project No IRE 06-040B-8 THIS AGREEMENT,made as of this 1 day of ,2007,is BY AND BETWEEN the OWNER: Name: CITY OF JEFFERSON 1 Address: 320 E.McCARTY STREEET t City/State/Zip Code:JEFFERSON CITY,MISSOURI 65101 And the CONTRACTOR: Name: EMERY SAPP&SONS. INC. ' Address: 2602 N. STADIUM BOULEVARD City/State/Zip Code: COLUMBIA,MISSOURI 65202 ' WITNESSETH: WHEREAS it is the intent of the Owner to make improvements at JEFFERSON CITY MEMORIAL AIRPORT generally ' described as follows; Construct Taxiway A and Taxiway Connectors. Base Bid And Bid Alternate 1 ' • hereinafter referred to as the Project. NOW THEREFORE in consideration of the mutual covenants hereinafter set forth,OWNER and CONTRACTOR agree as follows: ' Article 1—Work It is hereby mutually agreed that for and in consideration of the payments as provided for herein to the CONTRACTOR ' by the OWNER, CONTRACTOR shall faithfully furnish all necessary labor, equipment, and material and shall fully perform all necessary work to complete the Project in strict accordance with this Contract Agreement and the Contract Documents. Article 2—Contract Documents CONTRACTOR agrees that the Contract Documents consist of the following: this Agreement, General Provisions, Supplementary Provisions, Specifications, Drawings, all issued addenda, Notice to Bidders, Instructions To Bidders, ' Proposal and associated attachments, Performance Bond, Payment Bond, Wage Rate Determinations, Insurance certificates, documents incorporated by reference, documents incorporated by attachment, and all OWNER authorized change orders issued subsequent to the date of this agreement. All documents comprising the Contract Documents are ' complementary to one another and together establish the complete terms, conditions and obligations of the CONTRACTOR. All said Contract Documents are incorporated by reference into the Contract Agreement as if fully rewritten herein or attached thereto. ' Article 3—Contract Price In consideration of the faithful performance and completion of the Work by the CONTRACTOR in accordance with the Contract Documents,OWNER shall pay the CONTRACTOR an amount equal to: ' Two Million Thirty Five Thousand Eight Hundred Twenty-Seven Dollars and Twenty Cents, • (Amount in Written Words) ' ($2,035,827.20) (Amount in Numerals) JefCity Mo-contracts-bonds 113 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors May 2007 ' subject to the following; • a. Said amount is based on the schedule of prices and estimated quantities stated in CONTRACTOR'S Bid Proposal,which is attached to and made a part of this Agreement; b. Said amount is the aggregate sum of the result of the CONTRACTOR'S stated unit prices multiplied by the ' associated estimated quantities; c. CONTRACTOR .and OWNER agree that said estimated quantities are not guaranteed and that the determination of actual quantities is to be made by the OWNER'S ENGINEER; ' d. Said amount is subject to modification for additions and deductions as provided for within the Contract General Provisions. ' Article 4—Payment Upon the completion of the work and its acceptance by the OWNER, all sums due the CONTRACTOR by reason of faithful performance of the work, taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of"Extra Work" authorized under this Contract, will be paid to the CONTRACTOR by the OWNER after said completion and acceptance. ' The acceptance of final payment by the CONTRACTOR shall be considered as a release in full of all claims against the OWNER,arising out of,or by reason of,the work completed and materials furnished under this Contract. OWNER shall make progress payments to the CONTRACTOR in accordance with the terms set forth in the General Provisions. Progress payments shall be based on estimates prepared by the ENGINEER for the value of work performed and materials completed in place in accordance with the Contract Drawings and Specifications. Progress payments are subject to retainage requirements as set forth in the General Provisions. ' • Article 5—Contract Time The CONTRACTOR agrees to commence work within ten (10) calendar days of the date specified in the OWNER'S ' Notice to Proceed. CONTRACTOR further agrees to complete said work within (refer to Table A) calendar days from the commencement date specified in the Notice to Proceed. ' Table A Base Bid 1 219 Calendar Days Base Bid&Bid Alternate 1 1 219 Calendar Days ' It is expressly understood and agreed that the stated Contract Time is reasonable for the completion of the Work,taking all factors into consideration. Furthermore, extensions of the Contract Time may only be permitted by execution of a formal modification to this Contract Agreement in accordance with the General Provisions and as approved by the OWNER. Article 6—Liquidated Damages The CONTRACTOR and OWNER understand and agree that time is of essence for completion of the Work and that the OWNER will suffer additional expense and financial loss if said Work is not completed within the authorized Contract Time. Furthermore, the CONTRACTOR and OWNER recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of ' requiring such proof, the CONTRACTOR expressly agrees to pay the OWNER as liquidated damages the non-penal sum of$1,500 per day for each calendar day required in excess of the authorized Contract Time. Furthermore,the CONTRACTOR understands and agrees that; a. the OWNER has the right to deduct from any moneys due the CONTRACTOR, the amount of said liquidated • damages; ' b. the OWNER has the right to recover the amount of said liquidated damages from the CONTRACTOR, SURETY or both. ' JefCi hMo-contracts-bonds 114 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors May 2007 r • Article 7—CONTRACTOR'S Representations The CONTRACTOR understands and agrees that all representations made by the CONTRACTOR within the Proposal Form shall apply under this Agreement as if fully rewritten herein. ' Article 8—CONTRACTOR'S Certifications The CONTRACTOR understands and agrees that all certifications made by the CONTRACTOR within the Proposal shall apply under this Agreement as if fully rewritten herein.The CONTRACTOR further certifies the following; a. Certification of Eligibility(29 CFR Part 5.5) i. By Entering into this contract, the CONTRACTOR certifies that neither he or she nor any person or firm who has an interest in the CONTRACTOR'S firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1); ii. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1); iii. The penalty for making false statements is prescribed in the U.S.Criminal Code 18 U.S.C. ' b. Certification of Non-Segregated Facilities(41 CFR Part 60-1.8) The federally-assisted construction CONTRACTOR, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a • violation of the Equal Opportunity Clause,which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, ' and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas,parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race,color,religion,or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical ' certifications from proposed Subcontractors for specific time periods) it will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. Article 9—Miscellaneous a. CONTRACTOR understands that it shall be solely responsible for the means,methods,techniques, sequences and procedures of construction in connection with completion of the Work; b. CONTRACTOR understands and agrees that it shall not accomplish any work or furnish any materials that are not covered or authorized by the Contract Documents unless authorized in writing by the OWNER or ENGINEER; c. The rights of each party under this Agreement shall not be assigned or transferred to any other person, entity, firm or corporation without prior written consent of both parties; d. OWNER and CONTRACTOR each bind itself, their partners, successors, assigns and legal representatives to the other party in respect to all covenants,agreements,and obligations contained in the Contract Documents. Article 10—OWNER'S Representative • The OWNER'S Representative,herein referred to as ENGINEER, is defined as follows: ' Burns&McDonnell Engineering Company,Inc. 9400 Ward Parkway Kansas City,Missouri 64114 JefCi hMo-contracts-bonds 115 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors May 2007 ' Said ENGINEER will act as the OWNER'S representative and shall assume all rights and authority assigned to the • ENGINEER as stated within the Contract Documents in connection with the completion of the Project Work. ' IN WITNESS WHEREOF, OWNER and CONTRACTOR have executed five(5) copies of this Agreement on the day and year first noted herein. ' OWNER CONTRACTOR City of Jefferson Name: Emery Sapp&Sons, Inc. 320 E. McCarty Street 2602 N. Stadium Boulevard Jefferson City, Missouri 65101 Address Columbia, Missouri 65202 By: By: Signature yor v ' Title of Representative ATT'E ATTEST By: By: A ' • City Clerk Signature Title of Represe tative ' APP AS ORM City nselor, CITY SEAL: • JefCity Mo-contracts-bonds 116 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors May 2007 BOND NUMBER. PERFORMANCE BOND 6469845 ' PRINCIPAL•(Legal Name and Business Address) Emery Sapp&Soars, lnc 2602 N Sfadhan Boulevard Columbia, Missouri 65202 SURETY(Legal Name and Business Address) STATE OF INCORPORATION Safeco Insurance Company of America ' P.O. Box 66769 Columbia, MO 63166-6769 Washington- PENAL SUM OF BOND(Expie5wrt in words card mnnerals) CONTRACT DATE. ' Two 19illion ThW3,Five Tlwumwd Light Huwbetl Tweaaty-Seven Dollars aml Twenly Cents.(7;2,035,527 20) ' OBLIGATION KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR,and the above named SURETY hereby bind themselves unto CITY OF JEFFERSON,MISSOURI,320 E. McCARTY STREET, JEFFERSON CITY, MISSOURI 65101, as OBLIGEE, hereinafter referred to and called OWNER, in the penal sum stated above, in lawful money of the United States of America to be paid to OWNER For payment of the penal sum,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. ' WHEREAS, CONTRACTOR has entered into the mitten contract agreement identified hereinabove widh die OWNER for the following project: CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS BASE BID AND BID ALTERNATE 1 JEFFERSON CITY MEMORIAL AIRPORT,JEFFERSON CITY,MISSOURI which said contract and associated contract documents, including any present or fixture amendment thereto, is incorporated ' herein by reference and is hereinafter referred to as the Contract. CONDITION ' NOW, THEREFORE.,THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly and faithfully perform all undertakings,covenants,temps,conditions and agreements of the Contract during the original term of the Contract and any extensions thereof that are granted by the OWNER,with or without notice to the SURETY,and during the period of any guarantee or warranties required under the Contract,and if CONTRACTOR shall perform and fitfill all ' undertakings,covenants,terms,conditions and agreements of any and all duly authorized modifications of the Contract that hereafler are made, then this obligation shall be void; otherwise it shall remain in full force and effect subject to die following additional conditions: ' 1. SURETY, for value received, hereby stipulates and agrees that no change, extension of titre, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the same, shall in any way affect the SURETY'S obligation on this bond; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the ' terns of the Contract,work or specifications. 2. Whenever CONTRACTOR shalt be and declared by the OWNER to be in default under the Contract,the Surety shall promptly and at the SURETY'S expense remedy the default by implementing one or more ofthe following actions: a. Arrange for the CONTRACTOR,with consent of the OWNER,to perform and complete the Contract;or b. Undertake to perform and complete the Contract itself, through its agents or through independent Contractors;or • c. Obtain bids or negotiated proposals from qualified Contractors acceptable to the OWNER for a contract ' for performance and completion of the Contract;arrange for a contract to be prepared for execution by the JefCity Mo-contracts-bonds 109 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors May 2007 OWNER and the Contractor selected with the OWNER'S concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract; and make available as work progresses (even though there should be a default or a succession of defaults ' under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay die cost of completion less the balance of die.contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the penal sum of tite bond. The term"balance of , the contract price", as used in this paragraph, shall mean die total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the original contract,less the amount properly paid by OWNER to CONTRACTOR. d. With written consent ofthe OWNER, SURETY may waive its right to perform and complete,arrange for completion or obtain a new Contractor and with reasonable promptness, investigate and determine tlhe amount the SURETY is liable to the OWNER and tender payment therefor to the OWNER.. 3. CONTRACTOR and SURETY agree that if in connection with the enforcement of this Bond, the OWNER is required to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with or without suit,are in addition to the balance of the contract price ' 4. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the successors or assigns of the OWNER. WITNESS ' In witness whereof this instrument is executed this the 21 St day of May 2007 INDIVIDUAL PRINCIPAL: Company Name: ' Signature: Name and Title: ' CORPORATE PRINCIPAL: ATTEST: Corporate Name: Eme jV Sapp an ons, Inc. ' Signature: r Signature: Name and Title: �' tom{ ?'i1_ S Ct • Name and Title: ' (Affix Corporate Seal) SURETY: ' ATTEST: Surety Name: Safleco Insurance Company of America Signature: I-WgLa— Signature: Name and Title: ssica Andrews, Bond Tech Name and Title: Kris . Bennett, Attorney-in-Fact (Affix Seal) (Attach Power of Attorney) ' OWNER ACCEPTANCE: The OWNER approves the form of this Performance Bond ATTEST: Date: Signature: Signature: Name and Title:. Name and Title: (Affix Seal) JefCity Mo-contracts-bonds 110 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors May 2007 BOND NUMBER PAYMENT BOND 6469845 ' PRINCIPAL.(L•egal Mime and Business Address) Enrerp Sapp&Sons, hrc. 2602 N Stadium Borrlewn(I Columbia. A4is5ou i 65202 SURETY(L-egal Name and Business Address) STATE OF INCORPORATION Safeco Insurance Company of America P.O. Box 66769 Columbia, MO 63166-6769 Washington PENAL.SUM OF BOND(L•.mnressed in worrls and numerals) CONTRACT DATE Two Million Thirry Fire Thousand Eight Hundred Twenty-Seven Dollars and Twenty Cents, ($2.035.527 20) OBLIGATION KNOW ALL. PERSONS BY THESE PRESENTS, that the above named PRINCIPAL., hereinafter referred to and called CONTRACTOR,and the above named SURETY hereby bind themselves unto CITY OF JEFFERSON,MISSOURI,320 E. McCARTY STREET, JEFFERSON CITY, MISSOURI 65101, as OBLIGEE, hereinafter referred to and called ' OWNER, in the penal sum stated above, in lasvfirl money of the United States of America to be paid to OWNER. For payment of the penal sum,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR.has entered into die written contract agreement identified liereinabove with die OWNER for die following project: ' CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS BASE BID AND BID ALTERNATE I JEFFERSON CITY MEMORIAL AIRPORT,JEFFERSON CITY,MISSOURI which said contract and associated contract documents, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. CONDITION NOW, THEREFORE, THE CONDITION OF T141S OBLIGATION is such that, if CONTRACTOR shall promptly make payment to all employees,persons, firms or corporations for all incurred indebtedness and just claims for labor, supplies, materials and services furnished for or used in connection with the performance of-the Contract,then this obligation shall be ' void;otherwise it shall remain in full force and effect subject to the following additional conditions: I. CONTRACTOR and SURETY indemnify and hold ham-Jess the OWNER for all claims, demands, liens or suits that arise from performance of the Contract ' 2. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the same, shall in any way affect the SURETY'S obligation on this bond; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract,work or specifications. 3. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. 4. The amount of this bond shall be reduced by and to the extent of any payments made in good faith hereunder. 5. Amounts owed by die OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the CONTRACTOR. furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in dme performance of the ' Contract are dedicated to satisfy obligations of the CONTRACTOR and die SURETY under this Bond,subject to the OWNER'S priority to use the funds for the completion of the project. lefCity Mo-contracts-bonds 111 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors May 2007 WITNESS ' In witness whereof,this instrument is executed this the 21St day of May ,2007 INDIVIDUAL PRINCIPAL: Company Name: Signature: ' Name and Title: CORPORATE PRINCIPAL: ' ATTLST: Corporate Name: ry Sa PP and Sons, Inc. Signature: �' Signature: Name and Title: �C�44! >�lNwT't� Sa• Name and Title: (Affix Corporate Seal) SURETY: ATTEST: Surety Name: Safepo Insurance Compan of America Signature: LAA Signature: Name and Title.J ica Andrews, Bond Tech Name and Title: Kris L. Bennett, Attorney-in-Fact (Affix Seal) (Attach Power of Attorney) OWNER ACCEPTANCE: ! , The OWNER approves the form of this Payment Bond. ATTEST: Date: ' Signature: Signature: Name and Title: Name and Title: ' (Affix Seal) r JefCity Mo-contracts-bonds. 112 Jefferson City Memorial Airport SAFECO Insurance Company S A F E C Cr PO Box 34526 ' Seattle,WA 98124-1526 ACKNOWLEDGMENT BY SURETY STATE OF Missouri ss. County of Cole On this 21 S t day of May 2007 before me personally appeared Kris L. Bennett 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 WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,the day and year in this certificate first above written. ' Notary Pub c in the State of Missouri (Seal) County of Osage JANET HASLAG NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI OSAGE COUNTY COMMISSION#08427065 MY COMMISSION EXPIRES: OCT. 18,2010 r -0230/SAFE 10/99 ®A registered trademark of SAFECO Corporation FRP S A F E C O" POWER SAFECO INSURANCE COMPANY OF AMERICA ' GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 5462 11OW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint *************s**********LOUIS A.LANDWEHR;KRIS L.BENNETT;CHARLES E.TRABUE;BEV BACKERS;Jefferson City,Missouri*********************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 16th day of June 2003 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 issued 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 1 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, or ever,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 and of GENERAL 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 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." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 these corporations,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 21 s t day of May 2007 COMp . Gp1�Rtl�Qn SJ�P �/ C�iPORATE SEAL Fs SEAL a z x a� I95*3 ls2� of tl►ASM Tawas CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation 06/16/2003 PDF IMPORTANT SURETY BOND INFORMATION MISSOURI Your Safeco agent is a professional independent Insurance Agent. If you have . specific questions about your Surety Bond, you may direct them to your agent. MISSOURI SPECIFIC QUESTIONS If you have been unable to contact or obtain information from your agent, you may contact Safeco at the following address and telephone: I , AMERICAN STATES INSURANCE COMPANY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA Safeco Center 1191 Second Avenue, Suite 300 Seattle, WA 98101 Mailing Address: P.O. Box 34670 Seattle, WA 98124-1670 Telephone #206-473-3799 ' S-3655/SAEF 1/07 FRP OP ID R DATE(MM/DD/YYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE EMERY-1 05Z30/07 i ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ? Winter-Dent & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 01 E. McCarty Street HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR i .0. Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. efffrson City MO 65102-1046 Phone: 573-634-2122 Fax:573-636-7500 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Travelers Property Casualty Co 25674 INSURER B: Travelers Indemnity Company 1 Emery Sapp & Sons, Inc. & Hardy 9 lnc. INSURER C: American Guarantee & Liability 26247 2602 N. Stadium Boulevard INSURER D: Columbia MO 65202 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I 5K L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRE TYPE OF INSURANCE POLICY NUMBER DATE MM/DD DATE MM/D LIMITS l GENERALLL4BILITY EACH OCCURRENCE $1000000 A X X COMMERCIAL GENERAL LIABILITY VTC2JC0131J8135TIL0 04/01/07 04/01/08 PREMISES Eaocourence $300000 CLAIMS MADE X❑OCCUR MED EXP(Any one person) $5000 PERSONAL&ADV INJURY .$1000000 a GENERAL AGGREGATE $2000000 { GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2000000 POLICY X PRO LOC ?- JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO VTJCAP131J8147TIL07 04/01/07 04/01/08 (Ea accident) $1000000 ALL OWNED AUTOS $ i BODILY INJURY SCHEDULED AUTOS (Per person) i X HIRED AUTOS INSURANCE R EMI) BODILY INJURY X .NON-OWNEDAUTOS (Per accident) $ i BSI. i PROPERTY DAMAGE (Per accident) $ i 1q PF GARAGE LIABILITY Date: (] AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLALtABILITY EACH OCCURRENCE $1000000 C X OCCUR [__I CLAIMSMADE AUC9379498-03 04/01/07 04/01/08 AGGREGATE $ I I $ DEDUCTIBLE $ X RETENTION $0 $ i WORKERS COMPENSATION AND X TORY LIMITS ER EMPLOYERS LUIBILTIY B VTC2HUB6682B08207 04/01/07 04/01/08 E.L.EACH ACCIDENT $1000000 ANY PROPRIETOR/PARTNER/EXECUTNE OFFICER/MEMBER EXCLUDED? I E.L.DISEASE-EA EMPLOYEE $1000000 j Des,describe under i ECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1000000 OTHER A Leased or rented QT6304343B709TIL07 04/01/07 04/01/08 10000 Ded 800000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 5/30/07--REVISED TO SHOW ADDL INSRDS. Project: Jefferson City Memorial Airport- Construct Taxiway A and Taxiway Connectors. City of.Jefferson and Burns & McDonnell (Engineer) are additional insureds as regards general liability for the above referenced project. CERTIFICATE HOLDER CANCELLATION C I TYJ—6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN - NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL - City of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR Dept of Community Development 320 E McCarty Street REPRESENTATIVES. Jefferson City MO 65101 A THOR¢E EPRE T T ACORD 25(2001/08) ©ACORD CORPORATION 1988 • 12� 1 • 1 1 i t i IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between _ the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I ACORD 25(2001108) Construct Taxiway A and Taxiway Connectors February 2007 PROPOSAL FORM • CITY OF JEFFERSON State Block Grant Project No_AIRE 06-04OB-8 TO: City of Jefferson The undersigned, in compliance with the request for bids for construction of the following Project: ' Construct Taxiway A and Taxiway Connectors: hereby proposes to fiunish all labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for construction of the Project in accordance with the Project Manual, project drawings and issued Addenda within the specified time of performance for the following prices: BASE BID Item Spec.No. Description Quantity Unit Unit Price Extension No. 1 M01100- Mobilization 1 LS qZ100 O 00 12000 600 2 40-05 Traffic Control 1 LS 1(01800 00 1&1 goo 00 • 3 60-05 Office For Engineer 7 Mo. f'DOO 00 L112-00 00 4 MO-152- Class A Excavation (Off-Site Waste) 2,082 CY 5.00 10 q,0 00 4.1 1 5 M04-2 2 Class A Excavation 6,149 CY 9.S70 501 5'0 9' MO-155- Airport Fly Ash Treated Subgrade .22,731.0 00 Ro,92� 0 7.1 (12") 10 MO 2 5- Airport Fly Ash For Subgrade 1,528.0 TON qq,00 X07123260 11 M40 5 16 Silt Fence 5,040.0 LF gl Q%4,00 12 MO-156-4 Straw Bales 210.0 LF �, SO 13(05 00 MO-156- 04 4.5.3 Sediment Removal 45.0 CY oa JefCity Mo-100.doc 98 Jefferson City Memorial Airport 1 Co nstruct Taxiway A and Taxiway Connectors February 2007 MO-156- r i AC o0 00 14 8 4 1 Temporary Seeding and Mulching 10.0 5'�p , 5�q 0 p. MO-209- CI 15 5 1 4" Crushed Aggregate Base Course 22,731.0 SY l 1 2151$, S P-501- 9" Portland Cement Concrete ' 16 g 1 Pavement 17,315.0 SY 37. &47,55 I o� 17 P=501- 5" Portland Cement Concrete , °O yfo�9�o, 00 8.2 Pavement 1740.0 SY 27, 18 P-501- 6" Portland Cement Concrete 3,773 SY 00 00 8.3 Pavement 2.2 OS lo' . 19 MO-601- Saw Cut 610.0 LF 3• oo I 1 g 30 , 00 5.1 20 MO-601- Asphalt Pavement Removal (2.5"to 00 5.2 5") 6,900.0 SY S� 31 LI�0. . MO-601- Concrete Pavement Removal (7"to ZS ZZI�Z5. 00 21 5.3 9") 6,900.0 SY 3. 22 MO 401- Pavement Marking Removal 4,500.0 SF 25 S�&7-S. O0 .23 M05 5 1 Base Course Removal (3"to 4") 6,900.0 SY 3s ZI`t(S, O° 24 MO-601- Full Depth Pavement Repair 655.0 SY rj3 °o ,,11 00 5.6 (Concrete) 3`�t7�s. 25 MO-601- Cut and Epoxy Fill Existing Tie-Down 133.0 EA 5.7 Anchors 3$ 00 Sl�s�l. 00 P-605- q0 - 23 5 1 Joint Sealing Filler 32,411.0 LF I 24 - Tie-Down Anchor 99.0 EA 3 2S. a0 321 7 d0 • 25 MO-620- Airport Taxiway Pavement Marking 8,330.0 SF IS 50 5.1.1 (Yellow) �1 S7q JefCity Mo-100.doc 99 TPffersnn city MPmnrial Aimnrt Construct Taxiway A and Taxiway Connectors February 2007 • 26 MO-620-.5.1.2 Airport Pavement Marking (Black) 8,000.0 SF I 1 00 27 MO-620- Airport Runway Pavement Marking 285.0 SF �, iG7 327. -75 5.1.3 (White) 28 MO-623- Pavement Friction Sealcoat Surface .112.0 SY 6.1 Treatment / . oo / 72 00 l0 29 MO-701- Class III 15" Reinforced Concrete 672.0 LF 00 O° 5.2 Pipe ZA. I&I ag. t 30 MO-701- Class IV 15" Reinforced Concrete 152.0 LF °O o0 5.3 Pipe Z�P• 3j�52• 31 - Pipe Connection to Inlet 4.0 EA 4050• o0 Z'&00. 00 32 MO--351 Grate Inlets "2.0 EA 21g0� , 00 51(00x• 00 33 MO-901- Airport Seeding 29.5 AC —��p O0 22-1115. 00 • 34 MO 905- Topsoiling 3,700.0 CY .-1. 70 -aI zm 0. coo 35 MO-908- Airport Mulching 29.5 AC 5.1 p g �Sd , 00 Z21�2� 00 36 MO--108 Airport Type 1 Cable Trench 7,500.0 LF 2. 40 $ 000. 00 5. 1 MO-108- Airport Underground Cable (1/C#8 8� 37 5.2 AWG, 5KV, L-824C), Installed In 9,400.0 LF I. �4o q70.00 Trench, Duct Bank Or Conduit 38 MO-110- 1-Way 2"Conduit Bored Under 200.0 LF Oo 00 5.1 Existing Runway 2�. 4200. 39 MO-110- 1-Way 2" Conduit Under New 500.0 LF o• 00 Q 0 • 00 5.2 Taxiway 0 40 MO-110- 1-Way 2"Split Conduit, Concrete 300.0 LF Q 00 Z 'loo. 00 5.3 Encased Under New Taxiway 1 • JefCity Mo-100.doc 100 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectbrs February 2007 • MO-125- Airport Taxiway'Lights, Type L-861 41 5.1 Medium Intensity, Base Mounted 11.0 EA "150 . 00 g Z$0• 00 (Blue) MO-125- Airport Taxiway Lights, Type L-861 ' 42 5.2 Medium Intensity,Stake Mounted 66.0 EA (p40. 00 �2 ZyO, 00 (Blue) `t ' 43 MO-125- Airport Runway And Taxiway Sign 10.0 EA 80 0 . 38000• 00 00 5.3 (Size 1, Style 2) 3 44 MO-125- Demolition Of Existing Taxiway Edge 0 EA o0 33. 00 5.4 Lights 2'25 ���ZS. MO-125- Demolition Of Existing Guidance 40 EA 00 00 45 . 5.5 Signs $S� 3)400. 46 MO-125- New L-828, Constant Current 1.0 EA 5.6 Regulator f 0p.o• 00 11,000. Oo 47 MO-125-5- L-867 Junction Can 7.0 EA 00 5,�5 00 . 48 MO-125- Airport Runway Lights, Type L-862 3.0 EA 700, CO Z1)00- 00 5.8 High Intensity, Stake Mounted TOTAL BASE BID(Numeral Format)..................... $ IT_�0 O 2- (00 BID ALTERNATE 1: CONSTRUCT TAXIWAY A2 Item Spec.No. Description Quantity Unit Unit Price Extension No. 1 M0-1 100- Mobilization 1.0 LS I� 00O • p0 00 III000 . 2 40-05 Traffic Control 1.0 LS 51?00. °0 5)'70D. 00 3 MO-152 Class A Excavation (Off-Site Waste) 85.0 CY s 00 00 4 MO-1 52- Class A Excavation 989.0 CY C) 50 3 1 s, SO 4 JefCity Mo-100.doc 101 Jefferson City Memorial Airport Constnict Taxiway A and Taxiway Connectors February 2007 1 • 5 MO-155- Airport Fly Ash Treated Subgrade 4,448.0 SY 00 ap 7.1 (12") 6 MO 15- 5- Airport Fly Ash For Subgrade 330.0 TON I. 00 14 I 5770. 00 `1 7 MO-156-6 Silt Fence 40.0 LF I. (e0 00 8 MO-156- Straw Bales 105. 4.5.2 0 LF SD �c. �� (ng 2.. 9 M0536 Sediment Removal 20.0 CY �S 0O 00 t MO-156- 10 8 4 1 Temporary Seeding and Mulching 3.0 AC 5 coo• 00 1 ��, 00 � 11 11 MOS 109 4" Crushed Aggregate Base Course 4,448.0 SY jl, q5 z?7t7�-7. (00 P-501- 9" Portland Cement Concrete • 12 8.1 Pavement 4,291.0 SY �I. 00 I-75431. 00 I_I 13 MO-601- Saw Cut 120.0 LF 00 .3�0. 00 3. 14 P 5 05 Joint Sealing Filler 4,000.0 LF . L40 00 15 MO 620- Airport Taxiway Pavement Marking 460.0 SF Q 5.1.1 (Yellow) 16 MO-620- Airport Pavement Pavement Marking 500.0 SF �'� tj"'1�C. 00 5.1.2 (Black) 17 MO-620- Airport Runway Pavement Marking 120.0 SF W5 13 g• 00 5.1.3 (White) 18 MO-701- Class IV 18" Reinforced Concrete 210.0 LF 00 0'0 5.1 Pipe %�$ S1880, 19 - Pipe Connection to Inlet 2.0 EA 50. Oa 1 3o 0 . 00 JefCity Mo-100.doc 102 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 20 MO-751- Grate Inlets 1.0 EA o UO 5.3 ZIg00. z�g00, 21 MO-901- Airport Seeding 3.3 AC 50 . 00 21��Jr. °D 5.1 22 MO-9 Topsoiling 690.0 CY -7. ?0 00 531.3, 23 MO-908 Airport Mulching 3.3 AC TG7(j , oo 7-1 y4-757. 011 5.1 24 MO-108- Airport Type 1 Cable Trench 750.0 LF Z. 0 I god, 00 1 Airport Underground Cable (1/C.#8 25 MO-108- AWG, 5KV, L-824C), Installed In 890.0 LF �• 80 (opt, 00 5.2 Trench, Duct Bank Or Conduit 26 MO-110- . 1-Way 2"Conduit Under New 60.0 LF 9. 010 q801. 00 5.2 Taxiway Runway • MO-125- Airport Taxiway Lights, Type L-861 • 27 5.1 Medium Intensity, Base Mounted 4.0 EA —7 :51()00. 31000, 00 Blue MO-125- Airport Taxiway Lights, Type L-861 28 5.2 Medium Intensity, Stake Mounted 18.0 EA (A). O O0 Blue 29 MO-125- Airport Runway And Taxiway Sign 6.0 EA -3, 800, 00 00 5.3 (Size 1, Style 2) 2Z�800, 30 MO-1 5- L-867 Junction Can 2.0 EA g2 00 �r-0 , 00 TOTAL BID ALTERNATE 1:CONSTRUCT TAXIWAY A2(Numeral $ 32-91 !4 4 _ &0 Format)..................... TOTAL OF BASE BID&BID $ t O3�� O 2� V ALTERNATE 1 (Numeral Format) ACKNOWLEDGEMENTS BY BIDDER • a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities established by the OWNER are an approximate estimate of the quantities required to fully complete the Project and that the estimated quantities are principally intended to serve as a basis for evaluation of bids. The BIDDER further JefCity Mo-100.doc 103 Jefferson City Memorial Airport • JEFFERSON CITY MEMORIAL AIRPORT CONSTRUCT TAXIWAY A&TAXIWAY CONNECTORS AIRE 06-04OB-8 ADDENDUM NO. 1 April 20,2007 Addendum No. 1 consists of the following clarifications, changes, additions,etc. a. Prebid Meeting: A prebid meeting was held on April 11,2007. An overall review of the project was presented to the attendees. b. The following attachments are enclosed: • Pre bid Agenda • List of Attendees at the meeting • List of Attendees for the onsite observation tour. Summary of Prebid Discussion. • Detail 6R: Replaces detail 6 on sheet C602. c. Access and/or availability for water: A fire hydrant is located at the intersection of Airport Road and Hibernia. Bidders should contact the City Waste Water Division,Mr. Dave Erwin at 573-634-6502 for issues regarding water. d. Tie-Down Anchors: Delete detail 6 on sheet C602 and replace with the attached detail 6R. e. Will the subgrade need to be compacted underneath the 12-inch fly ash treated subgrade when the cross sections show no fill to get to the compacted subgrade elevation? Response: In areas where the top soil is to be removed and the balance of subgrade is designated for fly ash stabilization,the subgrade material below the limits of the fly ash stabilization will not require compaction. f. Is the material onsite within grading limits suitable for use as fill for the 12-inch fly ash treated subgrade? Response: The subsurface report as prepared by Terracon Consulting Engineers& Scientists dated April 20,2006 indicated topsoil thickness ranging from 2-6-inches. The underlying materials were classified as containing silt,lean and fat clays.Bidders are encouraged to review this report to make their own determination on the suitability of materials.This report is available for viewing at the airport manager's office and Burns &McDonnell's plan room. g. Can sand be used as fill provided it is outside the limits of the pavement area? Response: No. h. What is considered the fill area on the cross sections to calculate the total square foot of fill for each station? Response: In general the area between the proposed grade and the existing grade less the concrete and aggregate base was used for calculation purposes. i. Are the cross section cut quantities calculated to the bottom or top of the 12-inch fly ash treated subgrade surface? • Construct T/W A&T/W Connectors 1 Addendum No. 1 Response:In areas where the fly ash treated subgrade is located below the existing grade and after the topsoil has been removed; the balance of the section is not considered as a cut quantity. j. Taxiway A: Phase I and 2 is short approximately 1,800 CY of earth material. Phase NA contains most all of the excess material to build Taxiway A.According to the phasing diagram on sheet G003,Runway 12-30 and Taxiway Al must be kept open. Where are we to get the material to build Taxiway A if we can't obtain it from Phase IVA Construction? Response: Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading if available or from areas outside the airport. The amount of material available on airport property and beyond the work area will be minimal. k. There is no information to support the required grading for the 6-inch concrete paving areas. It looks like cross sections account for some of the quantity.Is there any additional grading information for this area? Response: Although there are no cross sections for the northern most area in question, there is limited data available as shown on drawing C305. 1. Are a subsurface investigation and other factual records for this project available? Response: The subsurface report prepared by Terracon Consulting Engineers& Scientists is available for review in the offices of Burns&McDonnell and the airport manager. m. The pavement typical section shows no fly ash stabilization under the 5-inch concrete pavement.However the quantities shown in the bid documents reflect stabilizing. Will • fly ash stabilization be required under the 5-inch pavement? Response: There is no fly ash stabilization required for the 5-inch pavement. Bidders should use the quantity of fly ash identified on the construction drawings for their bids. Acknowledge receipt and acceptance of this addendum in the appropriate space on the bid form. David G.Hadel,P.E. Project Manager Enc. Attachments Name of Firm Signature of Authorized Person of Above Firm Title Date • Construct T/W A&T/W Connectors 2 Addendum No. 1 • JEFFERSON CITY MEMORIAL AIRPORT CONSTRUCT TAXIWAY A&TAXIWAY CONNECTORS AIRE 06-040B-8 PREBID MEETING APRIL 11,2007 10;00 A.M. AGENDA 1. Introductions A. City of Jefferson Staff. B. MoDOT Staff C. Bums&McDonnell. 2. Review of Project A. Description of the Scope of Work: (i) Base Bid. (ii) Bid Alternate 1. B. Time required completing the project. (i) Base Bid: 219 calendar days. (ii) Base Bid and Bid Alternate 1:219 calendar days. C. Liquidated damages$1,500/calendar day. • 3. Bidding of Project A. Bid Opening: April 24,2007, 1:30 P.M. Bid will be received at the Office of the Purchasing Agent,City of Jefferson,320 East McCarty Street,Jefferson City,Mo. 65101 and read publicly in the Council Chambers of the City of Jefferson B. Anticipated Notice-To-Proceed:Approximately June 4 2006. 4. DBE Participation A. Zero percent goal has been established.However,the City of Jefferson and MoDOT encourage the use of qualified DBE participation for this project. 5. Keys to Construction A. Coordination with Owner and Engineer. B. Coordination with Airport Operations. C. Construction Start Up. D. Removal Operations. E. Final Clean Up. 6. Owner Provided Items A. Issue NOTAMS when notified by the Contractor 72 hours in advanced of need. • Construct T/W A&T/W Connectors ] Addendum No. 1 i • 7. Miscellaneous Items A. Contractor Lay down Areas. B. Access Routes. C. Technical Operations(formerly Airway Facilities)Notifications: Cindy Conner is the point of contact at D. All questions/inquiries shall be submitted in writing via email, fax or letter form. B. Questions/inquiries shall be submitted no later than 5:00 P.M.,April 20,2007. S. Open Discussion • Construct T/W A&T/W Connectors 2 Addendum No. 1 JEFFERSON CITY MEMORIAL AIRPORT CONSTRUCT TAXIWAY A& TAXIWAY CONNECTORS PREBID MEETING AIRE 06-04OB-8 ATTENDANCESHEET APRIL 11,2007 NAME COMPANY/AGENCY ADDRESS TELEPHONE & FAX No's. Dave Hadel Burns &McDonnell 9400 Ward Parkway 816-822-3378/816-822-3415 Kansas City, MO. 64114 Steve Stratton Burns & McDonnell 9400 Ward Parkway 816-822-3937/816-822-3415 Kansas City,MO. 64114 Don Rhea Don Schnieders Excavating 3208 Route C 573-893-2251 Jefferson City,MO 65109 573-893-7749 (fax) Bruce Bounds JC Industries 3208 Route C 637-8386 Jefferson City,MO 65109 761-033 (fax) Don Nelson APAC-Missouri Inc P.O. Box 1117 573-449-0886 Columbia, MO 65202 573-449-2980(fax) Luke Hake Muenks Brothers Const. Co. 3717 Hwy 50 West 573-897-4141 Loose Creek, MO 65054 573-897-2126 (fax) Steve Kullman CCG, Inc. Columbia,MO 573-897-4141 573-474-2831 (fax) Mike Robinett Schneider Electric 414 Dunklin 636-4101 Jefferson City, MO 636-4424 (fax) Larry Jones Schneider Electric 414 Dunklin 636-4101 Jefferson City, MO 636-4424 (fax) Terry Stephenson Purchasing Agent 573-634-6325 City of Jefferson Brian Roy United Contractors Midwest/ 9213 Highway 50 West 573-584-0018 Freesen Inc. Centertown,MO 65023 573-584-0019 (fax) • 0 NAME COMPANY/AGENCY ADDRESS TELEPHONE & FAX No's. Adam Carroll Lehman Construction 603 Russellville Road 573-796-8101 California, MO 65018 573-796-8293 (fax) John Rosson Chester Bross Construction Hannibal, MO 573-221-5859 573-221-1892 (fax) Larry Skretta Chester Bross Construction P.O.Box 430 573-221-5859 Hannibal,MO 573-221-1892 (fax) Kenny Lehman Lehman Construction 603 Russellville Road 573-796-8101 California, MO 65018 573-796-8293 Sam Gaines Sam Gaines Construction 3205 County Road 452 573-295-6157 New Bloomfield, MO 65062 573-295-4205 Ron Craft City of Jefferson 500 Airport Road rcraft(a)jeffcityrno.org Jefferson City, MO 65101 573-634-6469 573-634-5269 (fax) Glen Stratman MoDOT 573-526-3619 David Bange City of Jefferson Aaron Kliethermus Muenks Bros. 3717 Hwy 50 West 573-897-4141 Loose Creels, MO 65054 573-897-2126 (fax) JEFFERSON CITY MEMORIAL AIRPORT CONSTRUCT TAXIWAY A&TAXIWAY CONNECTORS OBSERVATION TOUR PREBID MEETING AIRE 06-04OB-8 ATTENDANCESHEET APRIL 11, 2007 NAME COMPANY/AGENCY ADDRESS TELEPHONE & FAX No's. Bryant Gaines Sam Gaines Construction 3205 County Road 452 573-295-6157 New Bloomfield, MO 65062 573-295-4205 Sam Gaines Sam Gaines Construction 3205 County Road 452 573-295-6157 New Bloomfield, MO 65062 573-295-4205 Adam Carroll Lehman Construction 603 Russellville Road 573-796-8101 California, MO 65018 573-796-8293 (fax) Larry Skretta Chester Bross Construction P.O. Box 430 573-221-5859 Hannibal, MO 573-221-1892 (fax) Steve Kullman CCG,Inc. Columbia,MO 573-897-4141 573-474-2831 (fax) Luke Hake Muenks Brothers Const. Co. 3717 Hwy 50 West 573-897-4141 Loose Creek,MO 65054 573-897-2126 (fax) David Bange City of Jefferson Don Rhea Don Schnieders Excavating 3208 Route C 573-893-2251 Jefferson City, MO 65109 573-893-7749 (fax) Bruce Bounds JC Industries 3208 Route C 637-8386 Jefferson City, MO 65109 761-033 (fax) Don Nelson APAC-Missouri Inc P.O. Box 1117 573-449-0886 Columbia,MO 65202 573-449-2980(fax) Aaron Kliethermus Muenks Bros. 3717 Hwy 50 West 573-897-4141 Loose Creek, MO 65054 573-897-2126 (fax) NAME COMPANY/AGENCY ADDRESS TELEPHONE & FAX No's. Glen Stratman MoDOT 573-526-3619 Dave Hadel Burns &McDonnell 9400 Ward Parkway 816-822-3378/816-822-3415 Kansas City,MO. 64114 Steve Stratton Burns &McDonnell 9400 Ward Parkway 816-822-3937/816-822-3415 Kansas City,MO. 64114 Ron Craft City of Jefferson 500 Airport Road rcraf�c�jeffcitymo.org Jefferson City, MO 65101 573-634-6469 573-634-5269 (fax) • SUMMARY OF PREBID MEETING DISCUSSIONS 1. Burns&McDonnell provided an overview of the project and meeting agenda. 2. Burns&McDonnell indicated to the attendees that safety is very important and the ' awarded contractor will need to provide a radio(s)to maintain communication with the air traffic control tower throughout the duration of the project. 3. The contractor shall provide Technical Operations a minimum of 20 days advance notice ' prior to closing Runway 12-30. 4. The work required in the safety area of Runway 12-30 shall be completed in 42 calendar days. 5. A minimum of 72 hours advance notice is required when issuing NOTAMS. NOTAMS shall be issued through Mr.Ron Craft, Airport Manager. 6. Cindy Conner's, FAA, contact information is as follows: 573-875-5310. Address: COU SSC, 11260 South Airport Road, Columbia,Missouri 65201. 7. The contractors will provide their own radios. 8. Quality Assurance: Owner will pay for first time testing. Any additional testing that is required or requested by the contractor will be at the cost of the contractor. 9. Quality Control and testing at the concrete plant will be at the cost of the contractor. 10. The contractor will need to provide a gate attendant or keep access gates locked at all times. 11. There no bonus payments for this project. Payment will be limited to 100%of total project payment. 12. Contractor shall remove and dispose of all demolished concrete and asphalt 1 • Construct T/W A&T/W Connectors 1 Prebid Meeting i 1 ' 18"DIAMETER • CORE CUT 1 � O TOP VIEW EXISTING PCC TROWELED DEPRESSION NEW PCC 1 w EXISTING AGGREGATE �` > :•'' , BASE COURSE a °O NEW TIE-DOWN EXISTING SUBGRADE (CHANCEANCHOR CATALOG NO.816 OR APPROVED EQUAL 1"DIAMETER X 5'-6"LONG GALVANIZED STEEL ROD 8"DIAMETER GALVANIZED • SIDE VIEW STEEL HELIX TIE-DOWN ANCHOR DETAIL IN EXIST PAVEMENT z � NOTES: }" 1, CONTRACTOR SHALL CUT A 18"DIAMETER CORE THROUGH THE LENGTH OF THE Q EXISTING PAVEMENT FOR A DEPTH OF 18'. THE TIE DOWN ANCHOR SHALL BE < INSTALLED INTO THE HOLE AND BACKFILLED WITH CONCRETE CONFORMING TO ' 2 SPECIFICATION MO-610. O U 2.THE DEPRESSION FOR THE TIE DOWN UNIT SHALL BE PROVIDED BY A REMOVABLE FORM OF APPROVED DESIGN_ WOOD.METAL OR COMPRESSED PAPER CUP MAY BE USED. Z_ Lu 3.TIE DOWN ANCHORS HAVING A STYLE OF LOOP DIFFERNT FROM THAT SHOWN MAY BE Z SUBMITTED FOR APPROVAL BY THE ENGINEER. Z 4.TIE DOWN ANCHORS THAT CONFLICT WITH STORM DRAINAGE SYSTEMS OR PAVEMENT ' W JOINTS SHALL BE RELOCATED TO CLEAR THESE OBSTRUCTIONS A MINIMUM OF T-0". J —i 5.TIE DOWN SHALL PROVIDE A MINIMUM HOLDING FORCE OF 3,000 POUNDS. LU Z Z O TIE—DOWN ANCHOR DETAIL 6R 06 NOT TO SCALE C503 U) Z Cif m C3 project CN JEFFERSON CITY MEMORIAL AIRPORT 41529 CONSTRUCT TAXIWAY A contract I AND CONNECTORS AIRE 06-0406-8 a data 4-17-2007 REVISED TIE DOWN ANCHOR DETAIL O designed D. HADEL SK - T i 1 I Constn!ct Taxiway A and Taxiway Connectors Febniary 2007 ' JEFFERSON CITY MEMORIAL AIRPORT CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS IAIRE 06-04OB-8 r 41529 _I INDEX AND CERTIFICATION PAGE ! CONTRACT DOCUMENT INDEX I PART NO. PART TITLE NO.OF PAGES i PF PROPOSAL FORM 11 TS TECHNICAL SPECIFICATIONS MO-100 MOBILIZATION 1 MO-108 UNDERGROUND POWER CABLE FOR AIRPORTS 12 ' MO-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS 8 MO-125 AIRPORT LIGHTING SYSTEMS AND GUIDANCE SIGNS 5 MO-152 EXCAVATION AND EMBANKMENT 9 MO-155 FLY ASH TREATED SUBGRADE 5 ' MO-156 EROSION AND SEDIMENT CONTROL 5 MO-209 CRUSHED AGGREGATE BASE COURSE 4 P-501 PORTLAND CEMENT CONCRETE PAVEMENT 30 ' MO-601 SURFACE PREPARATION 3 P-605 JOINT SEALING FILLER 2 MO-610 STRUCTURAL PORTLAND CEMENT CONCRETE 5 MO-620 RUNWAY AND TAXIWAY PAINTING 4 '. MO-623 PAVEMENT FRICTION SEALCOAT SURFACE TREATMENT 5 MO-701 PIPE FOR STORM DRAINS AND CULVERTS 4 MO-751 GRATE INLETS 4 MO-901 SEEDING 5 MO-905 TOPSOILING 2 MO-908 MULCHING 2 I CERTIFICATION CIVIL ELECTRICAL i ,,`ttz!!!eiir!irrrr Ct�" _4 YJ� b �: 4' �� • - � $ V d. AF cb &r NUMBER ME • Y � PE 2006024920 ; i �Fi �.- , fl al�°6i�•�+i�� ,q ' JefCity Mo-100-1.doc i Jefferson City Memorial Airport _J Constrict Taxiway A and Taxiway Connectors Febniary 2007 T T • BID DOCUMENTS & TECHNICAL SPEC IFICATIONS ' TABLE OF CONTENTS SECTION 1 Page No NOTICE TO BIDDERS/INVITATION FOR BIDS I ' SECTION 2 INSTRUCTIONS TO BIDDERS 7 ' SECTION 3 GENERAL PROVISION'S(FA) 9 ' SECTION 10 DEFINITION OF TERMS 12 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 15 SECTION 30 AWARD AND EXECUTION OF CONTRACT. 18 SECTION 40 SCOPE OF WORK. 19 ' SECTION 50 CONTROL OF WORK 22 SECTION 60 CONTROL OF MATERIALS 27 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 30 SECTION 80 PROSECUTION AND PROGRESS 36 ' SECTION 90 MEASUREMENT AND PAYMENT 42 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 48 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN 53 ' SPECIFICATION LIMITS(PWL) SECTION 4 SUPPLEMENTAL PROVISIONS l• Part A FEDERAL&STATE PROVISIONS 59 Part B DBE ADMINISTRATION 81 Part C LOCAL PROVISIONS 86 ' Part D FEDERAL&STATE WAGE RATES 95 SECTION 5 TECHNICAL SPECIFICATIONS 96 MO-100 MOBILIZATION MO-108 UNDERGROUND POWER CABLE FOR AIRPORTS MO-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS MO-125 AIRPORT LIGHTING SYSTEMS AND GUIDANCE SIGNS ' MO-152 EXCAVATION AND EMBANKMENT MO-155 FLY ASH TREATED SU13GRADE MO-156 EROSION AND SEDIMENT CONTROL ' MO-209 CRUSHED AGGREGATE BASE COURSE P-501 PORTLAND CEMENT CONCRETE PAVEMENT MO-601 SURFACE PREPARATION P-605 JOINT SEALING FILLER ' MO-610 STRUCTURAL PORTLAND CEMENT CONCRETE MO-620 RUNWAY AND TAXIWAY PAINTING MO-623 PAVEMENT FRICTION SEALCOAT SURFACE TREATMENT ' MO-701 PIPE FOR STORM DRAINS AND CULVERTS MO-751 CATCH BASINS AND INLETS MO-901 SEEDING MO-905 TOPSOILING ' MO-908 MULCHING ' JeMity Mo-100-1.doc ii Jefferson City Memorial Airport Construct Taxikway A and Taxiveay Connectors February 2007 APPENDIX Page No. ADVISORY CIRCULARS 97 • 150/5370-2E OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION PROPOSAL/ Page No. ' FORMS PROPOSAL FORAM R.DBE PARTICIPATION 98 PERFORMANCE BOND 109 ' PAYMENT BOND 111 CONTRACT AGREEMENT 113 1 1 E 1. �i 1� • JefCity Mo-100-1.doc iii Jefferson City Memorial Airport 11. Constrict Taxiway A and Taxiway Connectors February 2007 SECTION 1 NOTICE TO BIDDERS CITY OF JEFFERSON,MISSOURI ' JEFFERSON CITY MEMORIAL AIRPORT State Block Grant Project No. AIRE 06-04OB-8 Sealed bids will be received at the Office of the Purchasing Agent, City of Jefferson, 320 East McCarty Street, Jefferson City, MO 65101 until 1:30 P.M., April 24, 2007 (CDT), and then publicly opened and read in the Council Chambers of the City of Jefferson for furnishing all labor, materials and equipment and performing all work necessary to: Construct Taxiway A and Taxiway Connectors. Copies of the Bid Documents incktding Drawings and Specifications are on files and may be inspected at: ' Burns &McDonnell Engineering Company,Inc.(Engineer) 9400 Ward Parkway Kansas City,Missouri 64114 A complete set of Bid Documents may be obtained from the Engineer at the above address for a fee of$100. Checks should be made payable to"Burns&McDonnell'.The payment for Drawings and Specifications will not be refunded and the Drawings and Specifications need not be returned. A prebid conference for this project will be held at 10:00 A.M., CDT April 11, 2007 in the Conference Room of the Water Pollution Control Plant,401 Old Mokane Road,Jefferson City,Missouri. Contract Work Items. This project will involve the following work items and estimated quantities. Prospective Bidders are hereby advised that the quantities indicated herein are approximate and are subject to change. BASE BID ' Item Spec.No. Description Quantity Units No. 1 MO-100- Mobilization 1 LS ' 2 40-05 Traffic Control 1 LS 3 60-05 Office For Engineer 7 Mo. 4 MO-152-4.1 Class A Excavation (Off-Site Waste) 2,082 CY 5 MO-152-4.2 Class A Excavation 6,149 CY ' 6 MO-155-7.1 Airport Fly Ash Treated Subgrade (12") 22,731.0 SY 7 1 MO-155-7.2 Airport Fly Ash For Sub grade 1,528.0 TON 8 MO-56- Silt Fence 5,040.0 LF 9 MO-156- Straw Bales 210.0 LF 4.5.2 10 MO-156- Sediment Removal 45.0 CY ' 4.5.3 11 MO-156- Temporary Seeding and Mulching 10.0 AC i 8.4.1 ' 12 MO-209-5.1 4" Crushed Aggregate Base Course 22,731.0 SY 13 P-501-8.1 9" Portland Cement Concrete Pavement 17,315.0 SY • 14 P-501-8.2 5' Portland Cement Concrete Pavement 1,740.0 SY ' 15 P-501-8.3 6" Portland Cement Concrete Pavement 3,773 SY ' JefCity Mo-100-I.doc 1 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 ' 16 MO-601-5.1 Saw Cut 610.0 LF I, 17 MO-601-5.2 Asphalt Pavement Removal (2.5" to 5") 6,900.0 SY 18 MO-601-5.3 Concrete Pavement Removal (7"to 9") 6,900.0 SY ' 19 MO-601-5.4 Pavement Marking Removal 4,500.0 SF 20 MO-601-5.5 Base Course Removal (3"to 4") 6,900.0 SY 21 MO-601-5.6 Full Depth Pavement Repair(Concrete) 655.0 SY ' 22 MO-601-5.7 Cut and Epoxy Fill Existing Tie-Down Anchors 133.0 EA 23 P-605-5.1 Joint Sealing Filler 32,411.0 LF 24 - Tie-Down Anchor 99.0 EA 25 MO-620- Airport Taxiway Pavement Marking (Yellow) 8,330.0 SF , 5.1.1 26 MO-620- Airport Pavement Marking (Black) 8,000.0 SF 5.1.2 27 MO-620- Airport Runway Pavement Marking (White) 285.0 SF , 5.1.3 28 MO-623-6.1 Pavement Friction Sealcoat Surface Treatment 112.0 SY 29 MO-701-5.2 Class III 15" Reinforced Concrete Pipe 672.0 LF ' 30 MO-701-5.3 Class IV 15' Reinforced Concrete Pipe 152.0 LF 31 - Pipe Connection to Inlet 4.0 EA ' 32 MO-751-5.3 Grate Inlets 2.0 EA 33 MO-901-5.1 Airport Seeding 29.5 AC 34 MO-905-5.1 Topsoiling 3,700.0 CY 35 MO-908-5.1 Airport Mulching 29.5 AC 36 MO-108-5.1 Airport Type 1 Cable Trench 7,500.0 LF ' 37 Airport Underground Cable (1/C#8 AWG, 5KV, L-824C), 9,400.0 LF MO-108-5.2 Installed In Trench, Duct Bank Or Conduit , 38 MO-110-5.1 1-Way 2" Conduit Bored Under Existing Runway 200.0 LF 39 MO-110-5.2 1-Way 2" Conduit Under New Taxiway 500.0 LF 40 1-Way 2" Split Conduit, Concrete Encased Under New 300.0 LF ' MO-110-5.3 Taxiway 41 MO-125-5.1 Airport Taxiway Lights, Type L-861 Medium Intensity, Base 11.0 EA Mounted (Blue)' 42 MO-125-5.2 Airport Taxiway Lights, Type L-861 Medium Intensity, 66.0 EA Stake Mounted Blue 43 MO-125-5.3 Airport Runway And Taxiway Sign (Size 1, Style 2) 10.0 EA ' 44 MO-125-5.4 Demolition Of Existing Taxiway Edge Lights 33.0 EA 45 MO-125-5.5 Demolition Of Existing Guidance Signs 4.0 EA ' 46 MO-125-5.6 New L-828, Constant Current Regulator 1.0 EA 47 MO-125-5.7 L-867 Junction Can 7.0 EA ' 48 Airport Runway Lights, Type L-862 High Intensity, Stake 3.0 EA MO-125-5.8 Mounted • JefCity Mo-100-1.doc 2 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 BID ALTERNATE 1 • Item Spec.No. Description Quantity Units No. 1 MO-100- Mobilization 1.0 LS 4.1.1 2 40-05 Traffic Control 1.0 LS -, 3 MO-152-4.1 Class A Excavation (Off-Site Waste) 85.0 CY ' 4 MO-152-4.2 Class A Excavation 989.0 CY 5 MO-155-7.1 Airport Fly Ash Treated Subgrade (12") 4,448.0 SY 6 MO-155-7.2 Airport Fly Ash For Subgrade 330.0 TON 7 MO-156- Silt Fence _ 40.0 LF ' 4.5.1 8 MO-156- Straw Bales 105.0 LF 4.5.2 9 MO-156- Sediment Removal 20.0 CY 4.5.3 10 MO-156- Temporary Seeding and Mulching 3.0 AC 8.4.1 11 MO-209-5.1 4" Crushed Aggregate Base Course 4,448.0 SY 12 P-501-8.1 9" Portland Cement Concrete Pavement 4,291.0 SY 13 MO-601-5.1 Saw Cut 120.0 LF i 14 P-605-5.1 Joint Sealing Filler 4,000.0 LF 15 MO-620- Airport Taxiway Pavement Marking (Yellow) 460.0 SF • 5.1.1 16 MO-620- Airport Pavement Pavement Marking (Black) 500.0 SF 5.1.2 17 MO-620- Airport Runway Pavement Marking (White) 120.0 SF 5.1.3 ' 18 MO-701-5.1 Class IV 18" Reinforced Concrete Pipe 210.0 LF 19 - Pipe Connection to Inlet 2.0 EA 20 MO-751-5.3 Grate Inlets 1.0 EA 21 MO-901-5.1 Airport Seeding 3.3 AC 22 MO-905-5.1 Topsoiling 690.0 CY 23 MO-908-5.1 Airport Mulching 3.3 AC 24 MO-108-5.1 Airport Type 1 Cable Trench 750.0 LF 25 MO-108-5.2 Airport Underground Cable (1/C#8 AWG, 5KV, L-824C), 890.0 LF Installed In Trench, Duct Bank Or Conduit ' 26 MO-110-5.2 1-Way 2" Conduit Under New Taxiway Runway 60.0 LF 27 MO-125-5.1 Airport Taxiway Lights, Type L-861 Medium Intensity, Base 4.0 EA Mounted Blue 28 MO-125-5.2 Airport Taxiway Lights, Type L-861 Medium Intensity, 18.0 EA Stake Mounted Blue j • 29 MO-125-5.3 Airport Runway And Taxiway Sign (Size 1, Style 2) 6.0 EA ' 30 MO-125-5.7 L-867 Junction Can 2.0 EA ' JefCity Mo-100-1.doc 3 Jefferson City Memorial Airport 1 Constrict Taxiway A and Taxiway Connectors February 2007 , Contract Time. The Owner has established a contract performance time of 219 (Base Bid) and 219 (Base Bid and I� Bid Alternate 1) calendar days from the date of the Notice to Proceed. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed in the Project Manual_ I' Bid Security. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or trust company insured by the Federal Deposit Insurance Corporation, payable to City of Jefferson, Missouri, for not less than five (5) percent of the total amount of the bid, or by a bid bond secured by an approved surety or sureties,payable to the Owner,for not less than five(5)percent of the total amount of the bid. Bonding Requirements. The successful Bidder will be required to furnish separate performance and payment bonds each in an amount equal to 100%of the contract price at the time of contract execution. , Award of Contract. All proposals submitted in accordance with the instructions presented herein will be subject to ' evaluation. Bids may be held by the City of Jefferson, Missouri for a period not to exceed 60 days from the date of the bid opening for the purpose of conducting the bid evaluation. Award of contract will be based on the lowest aggregate sum proposal submitted from those Bidders that are ' confirmed as being responsive and responsible. The Owner reserves the right to select any one of the combinations of the base bid(s) and alternate bid(s), which in the judgment of the Owner, best serves the Owner's interest. The right is reserved,as the City of Jefferson,Missouri may require,to reject any bid and all bids. ' Award of contract is contingent upon the Owner receiving Federal-funding assistance under the State Block Grant Program. , Federal Provisions. This project is subject to the following Federal provisions, statutes and regulations; Equal Emplovment Opportunitv -Executive Order 11246 and 41 CFR Part 60: The Bidder's attention is •' called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions.The successful Bidder shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirnmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race,color,religion,sex,or national origin. Goals for Minoritv and Female Participation—.Executive Order 11246 and 41 CFR Part 60: , 1. The Bidder's attention is called to the "Equal .Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. 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: Timetables ' Goals for minority participation for each trade: 4.0%. Goals for female participation in each trade: 6.9%. These goals are applicable to all of the Contractor's constriction 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 geographical area where the work is actually performed. With regard to this second area, ' the Contractor also is subject to the goals for both its Federally involved and non-federally involved construction. Certification of Nonsegreaated Facilities—41 CFR Part 60: A certification of Nonsegregated Facilities must , be submitted prior to the award of a federally-assisted constriction contract exceeding $10,000 which is not exempt from.the provisions of the Equal Opportunity Clause. • Contractors receiving federally assisted construction contract awards exceeding $10,000, which are not exempt , from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the notice JefCity Mo-100-1.doc 4 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 to prospective Subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false • statements in offers in prescribed in 18 U.S.C. 1001. ' Disadvantaged Business Enterprise—49 CFR Part 26: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contact. It is the policy of MoDOT and the city to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contact. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Awards of this contact will be conditioned upon satisfying the requirements of this section. These requirements apply to all Bidders,including those who qualify as a DBE. A DBE contact goal of 0 percent has been established for this contact. The non- DBE Bidder shall subcontract 0 percent of the dollar value of the base bid(s), excluding any additive alternates, to disadvantaged business enterprises (DBE) or make good faith efforts to meet the DBE contact goal. The Bidder and any Subcontractor, who qualifies as a DBE who subcontracts work to another non-DBE firm, must subtract the amount of the non-DBE contract f'om the total DBE work counted toward the ,;oal, as defined in ' 49 CFR Part 26.55. The apparent successful competitor will be required to submit the following information: (1) the names and addresses of DBE firms that will participate in the contact; (2) a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) written documentation (signed contract proposal) of the Bidder's cornnutment to use a DBE Subcontractor whose participation it submits to meet the contact goal; and (5) if the contact goal is not met, evidence of good faith efforts, as described in 49 CFR Part 26. Davis-Bacon Act, as amended —29 CFR Part 5: The Contactor is required to comply Mth wage and labor provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the United States Department of Labor included in the supplementary provisions. i In addition, the Contactor will also be required to comply with the wage and labor requirements and pay minimum wages in accordance with the schedule of wage rates established by the Missouri Division of Labor Standards included in the Supplementary Provisions. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage. ' Debarment, Suspension,Ineligibility and Voluntary Exclusion—49 CFR Part 29: The Bidder certifies,by submission of a proposal or acceptance of a contact, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administration's"Excluded Parties Listing System"will not be considered for award of contact. Foreign Trade Restriction—49 CFR Part 30: The Bidder and Bidder's Subcontractors,by submission of an ' offer and/or execution of a contract,is required to certify that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of counties that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contact or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign county on said list; i c. has not procured any product nor subcontracted for the supply of any product for use on the project that ' is produced in a foreign country on said list. a • Buv American Certificate—Aviation Safetv and Capacitv Act of 1990: This contract is subject to the "Buy ' American Preferences" of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to certify that steel and manufactured products have been produced in the United States and to clearly identify those items produced or manufactured outside of the United States. ' JefCity Mo-100-1.doc 5 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 ' Airport Job Special Provision: "Notice to all potential Bidders on federally funded airport constriction , projects: As mandated by Executive Order 12818, issued by President George Bush on October 23, 1992, a Job • Special Provision will be inserted into and made part of every contract for federally funded airport construction projects, awarded from this or future notices of lettings." , Additional Provisions: Modification to the project documents may only be made by written addendum by the Owner or Owner's authorized Representative. The proposal must be made on the forms provided within the bound Project Manual. Bidders must supply all ; required information prior to the time of bid opening. 1 i 1 1 JefCity Mo-100-1.doc 6 Jefferson City Memorial Airport ' Constrict Taxiway A and Taxiway Connectors February 2007 SECTION 2 INSTRUCTIONS TO BIDDERS • This section contains excerpts of the bidding requirements from Sections 20 and 30 of the General Provisions.The Bidder's attention is directed to sections 20 and 30 for complete details. 1. The apparent low Bidder shall submit "evidence of competency" and "evidence of financial responsibility to the Owner no later than 3 business days after the specified date for opening bids. 2. Those individual elements of the Contract Documents that are bound together shall also be referred to as the Project Manual.No part of the Project Manual that is bound may be removed or detached. 3. Each Bidder shall certify in the Proposal Form at the time of bid submittal that they acknowledge receipt of all issued addenda. ' 4. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or bust company insured by the Federal Deposit Insurance Corporation,payable to the Owner, for not less than five (5) percent of the amount of the bid,or by a bid bond secured by an approved surety or sureties(licensed to conduct surety business in the state of Missouri),payable to the Owner,for not less than five(5)percent of the amount of the bid. 5. Proposals shall be sent to arrive at the specified time and date for receipt of bids. Proposals received after the specified time will not receive consideration and will be returned unopened. Envelopes containing proposals must be sealed and addressed to: City of Jefferson Purchasing Agent 320 E.McCarty Street ' Jefferson City,Missouri 65101 The upper left hand corner of the envelope should be marked as follows: Sealed Bid Proposal Bid of NAME OF BIDDER For construction improvements at JEFFERSON CITY MEMORIAL AIRPORT ' State Block Grant Project No.: AIRE 06-04OB-8 To be opened at: 1:30 P.M.,CDT,April 24,2007 For a modification to a previously submitted proposal, insert"Modification to Proposal"in place of"Sealed Bid Proposal'. 6. The Owner reserves the right to reject any or all bids, as determined to be in the best interest of the Owner. Causes for rejection of proposals include but are not limited to: • Submittal of more than one proposal from the same partnership,firm or corporation; • Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids; C Failure by Bidder to furnish satisfactory bid guarantee; • Failure by Bidder to provide all information required of the bid forms; ' • Failure by Bidder to comply with the requirements of bid instructions; • Failure by the Bidder to demonstrate good faith efforts in obtaining participation by certified DBE firms; • Determination by the Owner that Bidder is not qualified to accomplish the project work; • Determination by the Owner that the Bidder has placed conditions on or qualified their proposal; • Discovery of any alteration, interlineations or erasure of any project requirement by the Bidder; • Inclusion of the Bidder on the "Excluded Parties Listing System" as maintained and published by the General Services Administration; • Evidence of collusion among Bidders. JefCity Mo-100-Ldoc 7 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 7. The price submitted for each item of the work shall include all cost of whatever nature involved in its ' construction,completed in place,as described in the Contract Documents. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The City contact for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project.This provision shall apply to , only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might be lawfiilly assessed against the City are to be paid by the Contractor for the monies obtained in ' satisfaction of the Contract.It being understood by the Bidder,that the bid prices submitted for those items shall include the cost of such taxes. JefCity Mo-100-1.doc 8 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 SECTION 3 GENERAL PROVISIONS • INDEX TO GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 Bidder Qualifications 20-02 Bid Documents/Project Manual 20-03 Modifications to Project Documents 20-04 Errors and Discrepancies in Project Documents ' 20-05 Clarifications and Interpretations 20-06 Issuance of Proposal Forms 20-07 Interpretation of Estimated Proposal Quantities ' 20-08 Examination of Plans, Specification and Site Conditions 20-09 Preparation of the Bid Proposal 20-10 Bid Guaranty 20-11 Submission of Bid Proposal 20-12 Modification or Withdrawal of Bid Proposal 20-13 Bid Opening 20-14 Disqualification of Bid Proposals ' SECTION 30 AWARD AND EXECUTION OF CONTRACT ' 30-01 Evaluation of Proposals 30-02 Cancellation of Award 30-03 Notice of Award of Contract ' 30-04 Return of Bid Guaranty 30-05 Contract Agreement 30-06 Performance and Payment Bonds 30-07 Certificate of Insurance ' 30-08 Approval of Contract SECTION 40 SCOPE OF WORK 40-01 Intent of Contract 40-02 Alteration of Work and Quantities 40-03 Omitted Items 40-04 Extra Work 40-05 Maintenance of Traffic 40-06 Removal of Existing Structures ' 40-07 Rights In and Use of Materials Found in Work 40-08 Final Cleaning Up SECTION 50 CONTROL OF WORK 50-01 Authority of the Engineer 50-02 Conformity with Plans and Specifications ' 50-03 Coordination of Contract,Plans and Specifications 50-04 Cooperation of Contractor 50-05 Cooperation Between Contractors ' 50-06 Construction Layout and Stakes 50-07 Automatically Controlled Equipment JefCity Mo-100-1.doc 9 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 ' 50-08 Authority and Duties of Inspectors 50-09 Inspection of the Work 50-10 Removal of Unacceptable and Unauthorized Work 50-11 Load Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustments and Disputes SECTION 60 CONTROL OF MATERIALS 60-01 Source of Supply and Quality Requirements 60-02 Samples,Tests and Cited Specifications 60-03 Certification of Compliance , 60-04 Plant Inspection 60-05 Engineer's Field Office 60-06 Storage of Materials ' 60-07 Unacceptable Materials 60-08 Owner-Furnished Materials SECTION 70 LEGAL RELATIONS AND RESPONSIBLITY TO PUBLIC , 70-01 Laws to be Observed 70-02 Permits,Licenses and Taxes , 70-03 Patented Devices,Materials and Processes 70-04 Restoration of Surfaces Disturbed by Others 70-05 Federal Aid Participation , 70-06 Sanitary,Health and Safety Provisions • 70-07 Public Convenience and Safety 70-08 Barricades,Warning Signs and Hazard Markings 70-09 Use of Explosives ' 70-10 Protection and Restoration of Property and Landscape 70-11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Section of the Work to Traffic 70-14 Contractor's Responsibility for Work 70-15 Contractor's Responsibility for Utility Service and Facilities of Others ' 70-16 Furnishing Rights-of-Way 70-17 Personal Liability of Public Officials 70-18 No Waiver of Legal Rights 70-19 Environmental Protection ' 70-20 Archaeological and Historical Findings SECTION 80 PROSECUTION AND PROGRESS ' 80-01 Subletting of Contract 80-02 Notice to Proceed 80-03 Prosecution and Progress 80-04 Limitation of Operations 80-04.1 Operational Safety on Airport During Construction 80-05 Character of Workman,Methods and Equipment , 80-06 Temporary Suspension of the Work 80-07 Determination and Extension of Contract Time • 80-08 Failure to Complete on Time ' 80-09 Default and Termination of Contract JefCity Mo-100-1.doc 10 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 80-10 Termination for National Emergencies 80-11 Work Area, Storage Area and Sequence of Operations • SECTION 90 MEASUREMENT OF QUANTITIES 90-01 Measurement of Quantities 90-02 Scope of Payment 90-03 Compensation for Altered Quantities 90-04 Payment for Omitted Items 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand 90-08 Payment of Withheld Funds ' 90-09 Acceptance and Final Payment 90-10 General Guaranty SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM r100-01 General 100-02 Description of Program 100-03 Quality Control Organization 100-04 Project Progress Schedule 100-05 Submittals Schedule 100-06 Inspection Requirements 100-07 Quality Control Testing Plan 100-08 Documentation 100-09 Corrective Action Requirements 100-10 Surveillance by the Engineer 100-11 Noncompliance i ' SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS i 110-01 General ' 110-02 Method of Computing PWL 1 i 1 r r JefCity Mo-100-1.doc 11 Jefferson City Memorial Airport i ' Constrict Taxiway A and Taxiway Connectors February 2007 SECTION 10 DEFINITION OF TERMS • Whenever the following terns are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constricted thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be ' performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications,the term air operations area shall mean any area of the airport used or intended to be used for the landing,takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway,taxiway,or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and ' takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas,and includes a heliport. 1 ' 10-07 ASTM. The American Society for Testing and Materials. . 10-08 AWARD. The acceptance,by the Owner,of the successftil Bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative,who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport ' buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Everyday shown on the calendar. ' 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected ' by such changes. The work, covered by a change order,shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to Bidders. ' 10-14 CONTRACT ITEM(PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal,in lieu of a number of calendar or working days,the contract shall be completed by that date. ! • 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable ' performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. JefCity Mo-100-1.doc 12 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. ' 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized , representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. ' 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work ; within the intended scope of the contract as previously modified. 10-21 FAA, The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person,FAA shall mean the Adnunistrator or his/her duly authorized representative. , 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards,Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. ' 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary observations and/or tests of the work performed or being performed, or of the materials furnished or being famished by the ' Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," , "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, pernussion, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved,"approved," ��acceptable," "satisfactory,"satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the ., Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be ' designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or , within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the , proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a , previously agreed to date. If applicable,the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER. The term"Owner" shall mean the party of the first part or the contracting agency signatory to the , contract. For AIP contracts, the term"sponsor" shall have the same meaning as the term"Owner." Where the term "Owner"is capitalized in this document, it shall mean airport Owner or sponsor only. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single • unit. , JefCity Mo-100-1.doc 13 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. • 10-33 PERFORMANCE BOND. The approved form of security fitmished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the teens of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the Bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and ' specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the Bidder will enter ' into a contract if his/her proposal is accepted by the Owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. ' 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. ' 10-40 SPONSOR. See definition above of"Owner." t 10-41 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; '. storm and sanitary sewer lines; water lines; umderdrains; electrical ducts, manholes, hndholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features t of the airport that may be encountered in the work and not otherwise classified herein. ' 10-42 SUBGRADE. The soil that forms the pavement foundation. 1043 SUPERINTENDENT. The Contractor's executive representative who is present on the work during ' progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-44 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract,.or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract;or (2)work that is not within the scope of the originally awarded contract. ' 10-45 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or t performance bonds that are furnished to the Owner by the Contractor. ' 10-46 TAXIWAY. For the purpose of this document,the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. r10-47 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to t the Contractor's performance of all duties and obligations imposed by the contract,plans,and specifications. 10-48 WORKING DAY. A working day shall be any day other than a legal holiday,Saturday,or Sunday on which the normal working forces.,of the Contractor may proceed with regular work for at least 6 hours toward completion of • the contract when work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on ' which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. ' END OF SEC'T'ION 10 JefCity Mo-100-Ldoc 14 Jefferson City Memorial Airport J ' Constrict Taxiway A and Taxiway Connectors February 2007 i SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS i 20-01 BIDDER QUALIFICATIONS. The apparent low Bidder shall furnish the Owner satisfactory evidence of his/her competency and financial capability to perform the proposed work. The Bidder shall demonstrate that they are a responsible firm that possesses the skills, abilities, and integrity to faithfully perform the project work. Evidence of competency shall consist of statements covering the Bidder's past experience on similar work, a listing of plant and equipment immediately available for use on the project, and a listing of key personnel that are available for the project. The listing for plant and equipment shall identify the type, the capacity and the present condition of the item. Evidence of financial responsibility shall consist of a confidential statement or report of the Bidder's financial resources and liabilities as of the last calendar year.A public accotuitant must certify such statements and reports. If the Bidder is presently pre-qualified with the Missouri Department of Transportation (MoDOT), evidence of this ' pre-qualification may serve as evidence of financial responsibility in lieu of the certified financial statements and reports. The apparent low Bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner no later than 3 business days after the specified date for opening bids. 20-02 BID DOCUMENTS/PROJECT MANUAL. The bid documents are comprised of the following;Notice to ' Bidders, Instructions To Bidders, General Provisions, Supplementary Provisions, Technical Specifications, Project Drawings, Proposal Form, Performance and Payment Bonds, Form of Contract Agreement, any authorized addenda issued by the Owner and any document incorporated in whole or in part by reference therein. All documents comprising the Bid Documents are complementary to one another and together establish the complete terms,conditions and obligations of the successful Bidder. �. Those individual elements of the Contract Documents that are bound together shall also be referred to as the Project Manual.No part of the Project Manual that is bound may be removed or detached. Prospective Bidders may obtain a copy of the Project Manual and project drawings from the designated office identified within this Notice to Bidders. r 20-03 MODIFICATIONS TO PROJECT DOCUMENTS. Modifications to the project documents may only be ' made by written addendum issued by the Owner or the Engineer. Verbal explanations, interpretations or comments made by the Owner or Owner's representative shall not be binding. Addenda will be transmitted to all known official plan holders. Each Bidder shall certify in the Proposal Form at the time of bid submittal, that they ' acknowledge receipt of all issued addenda. 20-04 ERRORS AND DISCREPANCIES IN PROJECT DOCUMENTS. Should Bidder find an error, discrepancy, ambiguity or omission in the project documents prior to submittal of a proposal,the Bidder is obligated ' to contact the Owner or Engineer with written notice of the error, discrepancy, ambiguity or omission. The written notice shall identify the nature and location of the error, discrepancy, ambiguity or omission. Corrections or modifications to the project documents will only be made by written addendum as prescribed herein. By submittal of a Bid Proposal, Bidder represents that they have thoroughly reviewed the project documents and that they have not identified any error, discrepancy, ambiguity or omission that would affect cost, progress or performance of the project work. 20-05 CLARIFICATIONS AND INTERPRETATIONS. A Bidder requiring a clarification or interpretation of the project documents shall make a written request to the Owner or Engineer. The Owner or Engineer must receive the written request a minimum of seven(7)calendar days prior to the date of the bid opening. ' 20-06 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective Bidder should such Bidder be in default for any of the following reasons: • a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included,in the proposal as a requirement for bidding. JefCity Mo-100-1.doc 15 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , b. Failure to pay, or satisfactorily settle, all bills due for labor- and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective Bidder. c. Contractor default under previous contracts with the Owner. • d. Unsatisfactory work on previous contracts with the Owner. , 20-07 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under-these specifications is stated within the Project Manual. This estimate ' is a result of careful calculations and is believed to be correct. The estimated quantities are given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or irnpliedly agree that the actual quantities involved will correspond exactly with the estimated quantities. The Bidder shall not plead ; misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled"Alteration of Work and Quantities"of the general provisions without in any way invalidating the unit bid prices. 20-08 EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE CONDITIONS. The Bidder is expected , to carefully examine the site of the proposed work, the proposal, drawings, specifications, terms and conditions of the proposed agreement and the form of agreement. The Bidder shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the Bidder has made such examination and , is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract,plans, and specifications. Boring logs and other records of subsurface investigations and tests, as appropriate may be available for inspection , by the Bidder. It is understood and agreed that such subsurface information, whether included in the project drawings, specifications, or otherwise made available to the Bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all Bidders. • It is further understood and agreed that the Bidder is solely responsible for all assumptions, deductions, or conclusions which he or she may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-09 PREPARATION OF THE BID PROPOSAL. All bid proposals shall be made on the forms provided by the Owner within the bound Project Manual. No Bidder may submit more than one proposal. Each Bidder shall specify in the bid, in figures, a unit price for each of the separate items listed in the bid proposal, except a unit price , entry will not be necessary for those items having a quantity of one, and only the amount for that item need be entered. Zero will be considered a valid bid. The Bidder shall not enter zero in any"Unit Price" field unless zero is the intended bid for that item. A unit price left blank, with or without an extension, other than items having a ' quantity of one, will be considered as zero by the Owner. The Bidder shall show the products of the respective unit prices and quantities in the amount column provided for that purpose. These extensions shall be totaled and in case of errors or discrepancies in extensions, the unit prices shall govern. All entries in the bid shall be in ink. If, in the sole discretion of the Owner, an obvious and apparent clerical error exists in the unit bid price for an item due to a , misplaced decimal,but the extension appears to be correct and as intended in all respects,the Owner may correct the unit price bid in accordance with the extension listed. All errors in extensions or totals will be corrected by the Owner and such corrected extensions and totals will be used in comparing bids. Bids shall not contain interlineations, alterations or erasures except a Bidder may alter or correct a unit price, lump sum price or extension entered on the Proposal Form by crossing out the figure with ink and entering a new unit price,lump sum bid or extension above or below in ink with his/her initials. ' The proposal shall be signed and dated by an authorized representative of the Bidder. All signatures shall be made with an ink pen. The Bidder's representative shall have the legal authority to obligate and bind the Bidder to the , terms and conditions of the contract. The Bidder shall legibly state the name of the Bidder's representative,the legal name of the Bidder,the address of the Bidder including City, State and Zip Code. • For bids by corporations, an officer of the corporation shall sign the bid, the State of incorporation shall be . identified and the corporate seal affixed. • I JefCity Mo-100-1.doc 16 Jefferson City Memorial Airport , ' Construct Taxiway A and Taxiway Connectors February 2007 • For bids submitted by an agent,evidence of the power of attorney shall be attached to the bid. • For bids submitted by a partnership or joint venture,the proposal shall identify the name of all firms and the • authorized parties of all firms. A copy of the partnership/joint agreement shall be provided to the Owner as an attachment to the proposal. 20-10 BID GUARANTY. No bid will be considered unless accompanied by a certified check or cashier's check on any bank or trust company insured by the Federal Deposit Insurance Corporation,payable to the Owner, for not less than five(5)percent of the amount of the bid, or by a bid bond secured by an approved surety or sureties(licensed to conduct surety business in the state of Missouri), payable to the Owner, for not less than five (5) percent of the amount of the bid. 20-11 SUBMISSION OF BID PROPOSAL. Proposals shall be sent to arrive at the specified time and date for receipt of bids. Proposals received after the specified time will not receive consideration and will be returned unopened. Each proposal shall be submitted in a sealed opaque envelope addressed to the office location identified ' in the Notice to Bidders.The upper left hand corner of the envelope should be marked as follows: Sealed Bid Proposal Bid of NAME OF BIDDER For construction improvements at JEFFERSON CITY MEMORIAL AIRPORT State Block Grant Project No.:AIRE 06-04OB-8 To be opened at: 1:30 P.M.,CDT,March 20,2007 For a modification to a previously submitted proposal, insert "Modification to Proposal" in place of"Sealed Bid Proposal". 20-12 MODIFICATION OR WITHDRAWAL OF BID PROPOSAL. Bidder may modify or withdraw his/her proposal at any point up to the specified time and date identified for receipt of proposals. Any request for bid withdrawal or modification by the Bidder that is received after the specified time and date for receipt of proposals • will be returned unopened to the sender. Any modification to a Bidder's proposal, subject to the time constraint noted herein, must be made on the proposal forms contained in the Project Manual. The Bidder's authorized representative must sign the modification. The modification shall be placed in a sealed envelope and the statement "Modification to Proposal" shall be legibly marked in the upper left hand corner. Withdrawal of a proposal may be made, subject to the time constraint noted herein,only with written confirmation under signature of the Bidder. ' 20-13 BID OPENING. All proposals submitted prior to the stated time and date for receipt of bids will be publicly opened and read aloud by the Owner or the Owner's representative. Bidders, their authorized agents, and other interested parties are invited to attend. Proposals submitted after the stated time and date for receipt of bids will be automatically rejected without consideration and will be returned unopened. 20-14 DISQUALIFICATION OF BID PROPOSALS. The Owner reserves the right to reject any or all bids, as ' determined to be in the best interest of the Owner. Causes for rejection of proposals include but are not limited to: Submittal of more than one proposal from the same partnership, firm or corporation; • Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids; • Failure by Bidder to furnish satisfactory bid guarantee; • Failure by Bidder to provide all information required of the bid forms; • Failure by Bidder to comply with the requirements of bid instructions; • Failure by the Bidder to demonstrate good faith efforts in obtaining participation by certified DBE firms; • Determination by the Owner that Bidder is not qualified to accomplish the project work; • Determination by the Owner that the Bidder has placed conditions on or qualified their proposal; ' • Discovery of any alteration,interlineations or erasure of any project requirement by the Bidder; • Inclusion of the Bidder on the "Excluded Parties Listing System" as maintained and published by the General Services Administration; • • Evidence of collusion among Bidders. END OF SECTION 20 ' JefCity Mo-100-1.doc 17 Jefferson City Memorial Airport J ' Construct Taxiway A and Taxiway Connectors February 2007 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 EVALUATION OF PROPOSALS. Proposals may be held by the Owner for purposes of review and • evaluation by the Owner for a period not to exceed 60 calendar- days from the stated date for receipt of bids. The Owner will tabulate all bids and verify proper extension of unit costs. The Bidder shall honor their proposal for the duration of this period of review and evaluation. The bid guaranty will be held by the Owner until this period of review has expired or a contract has been formally executed. 30-02 CANCELLATION OF AWARD. At any time prior to execution of a contract agreement, the Owner reserves the right to cancel the award for any reason without liability to the Bidder, with the exception of the return of the bid guaranty, at any time prior to execution of the contract. ' 30-03 NOTICE OF AWARD OF CONTRACT. It is the intent of the Owner, after a period of review and evaluation,to award a contract to the responsible Bidder that submits the lowest responsive proposal. The successful Bidder will be informed their bid has been accepted through the Owner's issuance of a Notice-of-Award. The Notice-of-Award shall not be construed as a binding agreement. The proper execution of a contract agreement shall serve as the binding agreement. Award of this contract is conditioned upon MoDOT concurring in award of contract. The issuance of the Notice-of- Award will not be made until MoDOT has concurred in award. Unless specifically stated, the Owner reserves the right to accept alternates in any order or combination,which in the judgment of the Owner,best serves the Owner's interest. 30-04 RETURN OF BID GUARANTY. The bid guaranty of the successfiil Bidder will be returned upon successful execution of the contract documents as specified herein. Failure by the successful Bidder to execute the contract documents within the specified time shall result in forfeiture of the bid guaranty. The bid guaranty of the second and third lowest responsible Bidders will be retained for a period of 60 days pending the execution of the contract documents by the successful Bidder. Except as noted above, the bid guaranty of unsuccessful Bidders will be returned at the point their proposal is rejected. 30-05 CONTRACT AGREEMENT. The successful Bidder shall execute the contract agreement in accordance i • with the accepted bid proposal within thirty (30) days of the date of the Notice-of-Award. Failure to execute the contract agreement within the specified time frame may result in the bid being awarded to the next low Bidder and shall result in the forfeiture of the Bidder's bid guarantee as a liquidated damage. 30-06 PERFORMANCE AND PAYMENT BONDS. The successful Bidder shall furnish separate performance and payment bonds each in the amount of 100% of the contract price. The bonds shall be made payable to the ' Owner as security for faithful performance of the contract and for the payment of all persons, firms or corporations to whom the Bidder may become legally indebted for labor, materials, tools, equipment or services in the performance of the project work. The form of the bond shall be that provided within the Project Manual. The ' current power of attorney for the person signing the bond as a representative of the surety shall be attached to the bonds. The executed bonds shall be delivered to the Owner within fifteen (15) calendar days from the date of contract execution.Bonds should not be executed prior to execution of the contract agreement.The bonds shall be issued by a solvent Surety, which is certified to operate within the State the project work is located and which is listed in the current issue of the U.S. Treasury Circular 570. If specifically requested by the Owner, the successful Bidder shall obtain and submit information on the surety's financial strength rating. 30-07 CERTIFICATES OF INSURANCE. The successful Bidder shall furnish to the Owner all required certificates of insurance as specified within the Project Manual. 30-08 APPROVAL OF CONTRACT. Upon receipt of the Contract Agreement,Contract Bonds and Certificate of Insurance as executed by the successful Bidder,the Owner will complete execution of the contract conditioned upon the Owner's judgment that it remains in their best interest to enter into the Agreement. ' Delivery of the fully executed Contract Agreement to the successful Bidder shall constitute the Owner's approval to be bound by the successful Bidder's proposal and all tern-is and conditions of the Contract Agreement. . Upon satisfactory execution of the contract by the successful Bidder and the Owner, all references to`Bidder"in the bid documents become equivalent to the term"Contractor". END OF SECTION 30 ' JefCity Mo-100-1.doc 18 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 SECTION 40 . SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall fiuzrish all labor, materials, equipment, tools, transportation, and supplies required to completc the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such ! alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the Missouri Department of Transportation's Aviation Section and shall include valid wage determinations of the U.S. Department of Labor and Missouri Division • of Labor Standards when the amount of the supplemental agreement exceeds $2,000. However, if the y Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent,the supplemental agreement shall be subject to the same U.S. Department of Labor and Missouri Division of Labor Standards wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractors surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, ' except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of . contract items shall not invalidate any other contract provision or requirement. i ' Should a contract item be omitted or otherwise ordered to be nonperformed,the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements,the same shall be called"Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall i contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with • Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. i ' JefCity Mo-100-1.doc 19 Jefferson City Memorial Airport i Constrict Taxiwav A and Taxiway Connectors February 2007 , Extra Work that is necessary for acceptable completion of the project,but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the • subsection titled SUPPLEMENTAL AGREEMENT of Section 10. ' Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. , 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the ' airport with respect to his/her own operations and the operations of all his/her Subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies , thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her oven operations and the operations of all his/her Subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel.; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control • Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall be measured as Item No.2, Traffic Control,Lump Sum as denoted on the Bid Form. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise , specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly,but shall be included in the various contract items. , Should the Contractor encounter an existing structure(above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of ' this section, it is intended that all existing materials or structures that may be encountered(within the lines,grades, or grading sections established for completion of the work)shall be utilized in the work as otherwise provided for in the • contract and shall remain the property of the Owner when so utilized in the work. JefCity Mo-100-1.doc 20 Jefferson City Memorial Airport , Construct Taxiway A and Taxiway Connectors February 2007 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, • grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste,he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site upon written approval of the Engineer,or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a,,b., or c.,he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a.,b., or c., the Contractor shall be paid for 1 the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constiucting embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. • It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a.,b.,or c. The Contractor shall not excavate,remove, or otherwise disturb any material, structure,or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract,plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. ' END OF SECTION 40 1 J JefCity Mo-100-1.doc 21 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 SECTION 50 CONTROL OF WORK . 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished,work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials fu mished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will,in his/her opinion,result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner,he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and 1 recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications(change order or supplemental agreement)as applicable. 1 If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close • conformity with the plans and specifications and have resulted in an unacceptable finished product,the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract,plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion,such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term"reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA,to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract,plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, i specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy,calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions,plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for ' materials or testing, and cited FAA advisory circulars;plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General • Provisions or Technical Specifications,the Special Provisions shall govern. ' The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. JefCity Mo-100-1.doc 22 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. ; Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with • the Engineer and his/her inspectors and with other Contractors in every way possible. The Contractor shall have a ' competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. , 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save hamiless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control , only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or • markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for , the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as , to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades , and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made,unless otherwise specified in contract documents, for this labor,materials, or other ' expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25-foot stations and 25 foot offset distance(max.)for the following section locations: a. Runway—minimum 5 per station b. Taxiways—minimum 3 per station , c. Holding apron areas—minimum 3 per station d. Roadways—minimum 3 per station • Base Course blue tops at 25-foot stations and 25 foot offset distance(max.) for the following section locations: a. Runway—minimum 5 per station b. Taxiways—minimum 3 per station c. Holding apron areas—minimum 3 per station JefCity Mo-100-1.doc 23 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 Pavement areas: a. Edge of Pavement hubs and tacks(for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: • (1). Runways—each paving lane width (2). Taxiways—each paving lane width (3). Holding areas—each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas—Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100-foot stations Electrical and Communications System locations, lines and grades including but not limited to duct nuns, connections, fixtures, signs, lights,VASI's,PAPI's,REIL's,Wind Cones,Distance Markers(signs),pull boxes and manholes. t Drain lines,cut stakes and alignment on 25-foot stations,inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (.All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e.paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed t by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs,the equipment may be operated manually or by other methods for a period 48 hours following the.breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. '• 50-08 AUTHORITY AND DUTIES OF INSPECTORS/OBSERVERS. Inspectors/Observers employed by the Owner shall be authorized to inspect/observe.all work done and all material furnished. Such inspection/observation may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors/Observers are not authorized to revoke, alter, or waive any provision of the contract. Inspectors/Observers are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors/Observers employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the fmished work as may be directed. After examination,the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect . after having been given reasonable notice in writing that the work was to be performed. • Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility Owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. f JefCity Mo-100-1.doc 24 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND , SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through • carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed , immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as , unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. , The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. • 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for , the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner,shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor • may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. , 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the ' JefCity Mo-100-1.doc 25 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Comiectors February 2007 contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. • If,however, the inspection discloses any work, in whole or in part, as being unsatisfactory,the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection,provided the work has been satisfactorily completed. In such event,the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or r the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required,then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. f Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. i - � �0=17 DELETED END OF SEC'T'ION 50 f i iJefCity Mo-100-1.doc 26 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 SECTION 60 CONTROL OF MATERIALS • 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new(as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall fiunish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but,in all cases,prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found i after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials I specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications,the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular(AC) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified(by FAA)to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be fiunished by the Contractor in accordance with the requirements of this subsection: Specification Equipment Name FAA Reference Advisory • Circulars AIRPORT UNDERGROUND CABLE (1/C #8 AWG, AC 150/5345-53 I MO-108-5.2 5KV, L-824C) INSTALLED IN TRENCH, DUCT BANK AC 150/5345-7 OR CONDUIT ' MO-110-5.1 1-WAY 2" CONDUIT BORED UNDER EXISTING AC 150/5345-53 RUNWAY MO-110-5.2 1-WAY 2" CONDUIT UNDER NEW TAXIWAY AC 150/5345-53 AC 150/5345-53 MO-125-5.1 AIRPORT TAXIWAY LIGHTS, TYPE L-861, MEDIUM AC 150/5345-46 INTENSITY, BASED MOUNTED (BLUE) AC 150/5345-42 MO-125-5.2 AIRPORT TAXIWAY LIGHTS, TYPE L-861, MEDIUM AC 150/5345-53 INTENSITY, STAKE MOUNTED (BLUE) AC 150/5345-46 MO-125-5.3 AIRPORT RUNWAY AND TAXIWAY SIGN (SIZE 1, AC 150/5345-53 STYLE 2) AC 150/5345-44 MO-125-5.6 NEW L-828, CONSTANT CURRENT REGULATOR AC 150/5345-53 AC 150/5345-10 I MO-125-5.7 L-867, JUNCTION CAN AC 150/5345-53 AC 150/5345-42 MO-125-5.8 AIRPORT RUNWAY LIGHTS, TYPE L-862, HIGH AC 150/5345-53 INTENSITY, STAKE MOUNTED AC 150/5345-42 60-02 SAMPLES,TESTS,AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the • cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other,personnel, including the Contractor's representative at his/her JefCity Mo-100-1.doc 27 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be famished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall • submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, , of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies (ally comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if fotmd not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by"brand name or equal"and the Contractor-elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance,testing, quality or dimensional requirements; and, • b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed"or equal"is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections,the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the ' manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may ' be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and • approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which,when retested, does not meet the requirements of the contract,plans, or specifications. JefCity Mo-100-1.doc 28 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 i 60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building • for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A landline telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity. Payment for the Engineer's Field Offices shall be made at 60-05,Engineer Field Office,per Month. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contactor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contactor at his/her entire expense,except as otherwise agreed to(in writing)by the Owner or lessee of the property. 1 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contact, plans, or specifications shall be considered unacceptable and shall be rejected. The Contactor shall remove any rejected material or assembly from the site of the work,unless otherwise instructed by the Engineer. 1 • Rejected material or assembly, the defects of which have been corrected by the Contactor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contactor shall furnish all materials required to complete the work, except those specified herein(if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contactor at the location specified herein. i All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner- furnished materials shall be included in the unit price bid for the contact item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified,the Contactor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or 1 use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contactor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage,or use of Owner- furnished materials. END OF SECTION 60 i � i JefCity Mo-100-1.doc 29 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors SECTION 70 February 2007 .� LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fiilly informed of all Federal and state laws, all • local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance,regulation, order, or decree,whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges,fees,and taxes,and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright,he shall provide for such use by suitable legal agreement with the patentee or Owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration(NOAH) facility, or a utility service of another goverment agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner,such authorized work(by others)is indicated as follows: LOCATION • OWNER CONTACT REFER TO PLAN WHEN PERSON TO CONTACT (Utility or other facility) APPLICABLE ' City of Jefferson,Mo. Jefferson City Memorial Airport David Bange Airway Facilities Jefferson City Memorial Airport Cindy Conner i Utility Companies Per Utility Records 1-800 DIG-SAFE Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work,the Contractor shall cooperate with such Owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others,unless otherwise provided for in the contract,plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. i 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's(FAA's)agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code • (USC)and the Rules and Regulations of the FAA that pertain to the work. i JefCity Mo-100-1.doc 30 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract,plans, or specifications. , No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as • making the Federal Govermnent a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70A6 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary,hazardous,or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her- Subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances,safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her Subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not • more than 25 feet apart. Barricades,warning signs, and markings shall be paid for under Section 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect,and maintain barricades,warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways(published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1 (current edition),Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stockpiles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2 (current edition),Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2(current edition). The Contractor shall famish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until , their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the , Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall • be responsible for all damage resulting from the use of explosives. JefCity Mo-100-1.doc 31 Jefferson City Memorial Airport ' Constrict Taxiway A and Taxiway Connectors February 2007 All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. • The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet(300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefiilly from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission,neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnifv and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the • operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work;or through use of unacceptable materials in constricting the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such —phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described on the Construction Phasing Plan. i Upon completion of any portion of the work listed above,such portion shall be accepted by the Owner in accordance ' with the subsection titled PARTIAL ACCEPTANCE of Section 50. • No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and JefCity Mo-100-1.doc 32 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under • the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction. Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake,tidal wave,tomado,hurricane or other cataclysmic phenomenon of nature,or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever,the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. • 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: LOCATION OWNER CONTACT REFER TO PLAN WHEN PERSON TO CONTACT (Utility or other facility) APPLICABLE City of Jefferson,Mo. Jefferson City Memorial Airport David Bange Airway Facilities Jefferson City Memorial Airport Cindy Conner , Utility Companies Per Utility Records 1-800 DIG-SAFE It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location , information relating to existing utility services,facilities,or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility • to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall,upon execution of the contract,notify the Owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to JefCity Mo-100-1.doc 33 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. • In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in his/her plan of operations that would affect such Owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of his/her plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility Owner's PERSON TO CONTACT no later than two nornial business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall fiirnish a written summary of the notification to the Engineer. r The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the . Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as-may be required to ensure protection from damage due to the Contractor's operations. I Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent 1 further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility Owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility Owner. The Contractor shall bear all costs of damage and restoration of service to an utility service or facility due to his/her g Y tY tY �. operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor,or his/her surety. t 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor,during the prosecution of the project work,shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point-of-Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point-of-Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point-of-Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point-of- Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point-of-Contact as a condition of acceptance by the Owner. The • Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. JefCity Mo-100-1.doc 34 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in ' exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, • his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the teens of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of sdeams, lakes, ponds, and reservoirs with fuels, oils,bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property,district, or site,and does not contain any building, stricture, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. • The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 • JefCity Mo-100-1.doc 35 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 SECTION 80 ' PROSECUTION AND PROGRESS • 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any Subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval,the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least {25} percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed,but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major constriction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, • submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the 1 prosecution of the work be discontinued for any reason,the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts,the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her Subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA(AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the ' Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: • AOA: Areas as designated on the Construction Phasing Plan 1 TIME PERIODS AOA CAN BE CLOSED: Refer to the Construction Phasing Plan JefCity Mo-100-Ldoc 36 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA: Radio Contact. Contractor shall make himself and all Subcontractors aware of the airport safety • requirements as described in AC 150/5370-2E, Operational Safety on Airports During Construction, located in the APPENDIX of these documents. CONTROL AUTHORITY: Jefferson City Memorial Airport&Air Traffic Control Tower Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction. 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the 0,Amer for the conduct of all Subcontractors it employs on the project. The Contractor shall assure that all Subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, • employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract,plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work.shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any Subcontractor who violates any operational regulations and,in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or Subcontractor employing such person,and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract,plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other • than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing , and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for JefCity Mo-100-1.doc 37 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 producing work in conformity with contract requirements. If,after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall • discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality,or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract-items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. i In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in t. such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. • The Contractor shall erect temporary structures where necessary to provide for traffic on,to, or from the airport. i 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract(the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts,unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not th e fault of the Contractor,shall i not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to • proceed. ' (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. ' JefCity Mo-100-1.doc 38 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 , (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. , (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections • to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be , considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays,holidays,and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time • as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect,the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section), the stun specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. BID LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME BASE BID $1;500 219 Calendar Days BASE BID AND $1,500 219 Calendar Days ALTERNATE 1 Permitting the Contractor to continue and fmish the work or any part of it after the time fixed for its completion, or • after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. ' JefCity Mo-100-1.doc 39 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 i 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the • following reasons if the Contractor: I a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed,"or b. Fails to P erform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable,or d. Discontinues the prosecution of the work, or e. Fails to restore work which has been discontinued within a reasonable time after notice to do so,or If. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency,or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days,or h. Makes an assignment for the benefit of creditors,or i. For any other cause whatsoever,fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. • If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an • equitable settlement will be made with the Contractor. ' Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor,be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. JefCity Mo-100-1.doc 40 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. • 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain ' approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway,or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a nninimum or 200 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 200 feet of an active runway at any time. END OF SEC'T'ION 80 ' i •1 ! 1 1 ! 1 • 1 JefCity Mo-100-1.doc 41 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 SECTION 90 • MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. 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. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet(0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Strictures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. • The term"ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However,car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty i daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. ' Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity,and all loads shall be leveled when the vehicles arrive at the point of delivery. i When requested by the Contractor and approved by the Engineer in writing,material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. iBituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C)using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor,wasted, or otherwise not incorporated in the work. • When bituminous materials are shipped by buck or transport, net certified weights by volume, subject to correction for loss or foaming,may be used for computing quantities. Cement will be measured by the ton(kilogram)or hundredweight(kilogram). JefCity Mo-100-1.doc 42 Jefferson City Memorial Airport J Construct Taxiway A and Taxiway Connectors February 2007 ' Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. ' Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. • The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, •lump sum" work) is specified as the unit of measurement ' the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of , this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be norninal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor,or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale,but not less than 1 pound(454 • grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. ' Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "oderweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. ' In the event inspection reveals the scales have been"underweighing" (indicating less than correct weight),they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment,shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, ' they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result • in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. JefCity Mo-100-1.doc 43 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 ' 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. ' When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be i measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work(order nonperformance) any contract item, except major contract items,in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperforni such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. i In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account,such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence,the use of small tools,or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name,classification, date,daily hours,total hours,rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and ' equipment. ' JefCity Mo-100-1.doc 44 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 (3) Quantities of materials,prices,and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment i insurance contributions,and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation ' charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable o11 a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided(at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section.The balance(90 percent)of the , amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section,no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed,the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions,will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any Subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work,provided that such materials meet the requirements of the contract, ' plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. JefCity Mo-100-1.doc 45 Jefferson City Memorial Airport ' ' Constrict Taxiway A and Taxiway Connectors February 2007 b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has Rimished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against t loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in j accordance with the requirements of the contract,plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. i. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section)the Contractor's deposits in escrow under the following conditions. t : a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of . deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. ' d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any)in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. 1 After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum,or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. JefCity Mo-100-1.doc 46 Jefferson City Memorial Airport 3 Construct Taxiway A and Taxiway Connectors February 2007 ' If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS ' FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such clairns, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 GENERAL GUARANTY. Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting there fiom which shall appear within a period of 12 months from the date of final acceptance of work. The Owner will give notice of defective materials and work with reasonable promptness. In the event repair work is required,the Contractor shall remedy any defects and pay for damage to other work resulting there from which shall appear within a period of 12 months from the date of the acceptance of the repair work. END OF SECTION 90 oil JefCity Mo-100-1.doc 47 Jefferson City Memorial Airport I ' Constrict Taxiway A and Taxiway Connectors February 2007 SECTION 100 ' CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from Subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: i a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. ic. Allow the Contractor as much latitude as possible to develop his or her own standard of control. i ' The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any constriction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. ' a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by Subcontractors. .This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the preconstruction conference. The Quality Control Program shall be organized to address,as a minimum,the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; ' JefCity Mo-100-1.doc 48 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 , f. Documentation of quality control activities; and , g. Requirements for con-ective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be ' implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction fimctions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. I The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a ' consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable ' size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. ' (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering,Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies(NICET). (5) Highway materials technician certified at Level III by NICET. ' (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful , implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The ' Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately ' implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of ' experience in their area of expertise. JefCity Mo-100-1.doc 49 Jefferson City Memorial Airport ' 1 Construct Taxiway A and Taxiway Connectors February 2007 i The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, constriction, plant, and equipment for conformance to the technical specifications,and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of I NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each i work activity at all times. Where material is being produced in a plant for incorporation into the work,separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. i 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method(CPM),PERT, i or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities,milestone dates, and activity duration. ' The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice-monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the ' Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. i 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be i developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal;and ' e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. ' Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: i a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. I b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be ' inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. ' 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing JefCity Mo-100-1.doc 50 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 plan shall include the nvnimum tests and test frequencies required by each technical specification Item, as well as ' any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: ' a. Specification item number(e.g.,P-401); b. Item description(e.g.,Plant Mix Bituminous Pavements); c. Test type(e.g., gradation,grade,asphalt content); d. Test standard(e.g.,ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or nninimum frequency when requirements are not stated); f. Responsibility(e.g.,plant technician); and g. Control requirements(e.g.,target,permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects,deviations, causes for rejection,etc.;proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all ' supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and Subcontractor operations on a form acceptable to the Engineer. ' These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall,as a minimum,include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; ' (5) Adherence to plans and technical specifications; (6) Review of quality control tests;and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found,causes for rejection,and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. ' b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will. record all quality control test results. Daily test reports shall document the following information: JefCity Mo-100-1.doc 51 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 1 (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications,the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. ' 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective.action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the ' requirements detailed herein and the applicable technical specifications and plans. In addition,all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or Subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work,shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer,the Engineer may: 1 (1) Order the Contractor to replace ineffective or unqualified quality control personnel or Subcontractors. i (2) Order the Contractor to stop operations until appropriate corrective actions are taken. ' END OF SECTION 100 JefCity Mo-100-1.doc 52 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 i SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation(Snn) of the specified number(n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the ' calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the ' production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is i the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: ' a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. ' d. Find the sample average(X)for all sublot values within the lot by using the following formula: i ' X = (X, +XZ+x3+ . . .xp)/n Where: X= Sample average of all sublot values within a lot X1,x2 = Individual sublot values ' n = Number of sublots e. Find the sample standard deviation(S„)by use of the following formula: S„ = L(d,2+d 2+d32+. . .dnn2)/(n-1)71/2 J Where: S„ = Sample standard deviation of the number of sublot values in the set ' d,,d2, = Deviations of the individual sublot values xi,x,, ... from the average value X that is: d, =(x, -X), (12=(x2-X) ... d„=(x„--X) n = Number of sublots i JefCity Mo-100-1.doc 53 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the , following formula: QL=(X-L)/S„ , Where: L=specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column , appropriate to the total number(n) of measurements. If the value of QL falls between values shown on the table,use the next higher value of PWL. g. For double-sided specification limits (i.e. L and U), compute the Quality Indexes QL and Qu by use of the , following formulas: QL=(X-L)/S„and Qu=(U-X)/S„ ' Where: L and U=specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering ' Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values Of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of , the following formula: PWL=(PL+Pu)- 100 , Where: PL=percent within lower specification limit Pu=percent within upper specification limit EXAMPLE OF PWL CALCULATION ' Project: Example Project , Test Item: Item P-401,Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. , A-1 96.60 ' A-2 97.55 A-3 99.30 A-4 98.35 n=4 2. Calculate average density for the lot. X=(XI +x2+X3+ . . .x,)/n ' X=(96.60+97.55 +99.30+98.35)/4 X=97.95 percent density 3. Calculate the standard deviation(S„)for the lot. 1 So = [(d,2+d22+d3'-+ . . A,2)/(n-1)]112 ' S„ _[((96.60-97.95)2+(97.55 -97.95)2+(99.30-97.95)2+(98.35 -97.95)2))/(4- 1)]'/2 S�=[(1.82+0.16+ 1.82+0.16)/3]12 S„= 1.15 JefCity Mo-100-1.doc 54 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 I 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/S. QL=(97.95 -96.30)/ 1.15 QL= 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n=4. PWL=98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. -' X=(X, +X)+.X3+. . .X„)/n X=(5.00+3.74+2.30+3.25)/4 X=3.57 percent ' 3. Calculate the standard deviation(S„)for the lot. , S„ _ [(d,2+d,2+d3 2+ . . .d�2)/(n-1)]`" ' S„_[((3.57 -5.00)'+(3.57 -3.74)2+(3.57-2.3 0)2+(3.57 -3.25)2)/(4- 1)]`12 S,=[(2.04+0.03 + 1.62+0.10)/3]12 S„= 1.12 4. Calculate the Lower Quality Index QL for the lot. (L=2.0) QL=(X-L)/S. ' QL=(3.57-2.00)/ 1.12 QL= 1.3992 i 5. Determine PL by entering Table 1 with QL= 1.41 and n=4. PL=97 ' 6. Calculate the Upper Quality Index QU for the lot. (U=5.0) QU=(U-X)/S„ ' Qo=(5.00-3.57)/ 1.12 Qu= 1.2702 7. Determine Pu by entering Table 1 with QU= 1.29 and n=4. ' Po=93 i 8. Calculate Air Voids PWL PWL=(PL+Pu)- 100 PWL=(97+93)- 100=90 JefCity Mo-100-1.doc 55 Jefferson City Memorial Airport .1 Construct Taxiway A and Taxiway Connectors February 2007 , EXAMPLE OF OUTLIER CALCULATION(Reference ASTM E 78) , Project: Example Project Test Item: Item P-401, Lot A. , A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. ' A-3 99.30 A-4 98.35 A-2 97.55 ' A-1 96.60 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion= 1.463. , 3. Use average density,standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: ' If: (measurement-average)/(standard deviation) is less than test criterion, Then: the measurement is not considered an outlier ' for A-3 Check if(99.30-97.95 )/ 1.15 greater-than 1.463 1.174 is less than 1.463,the value is not an outlier b. For measurements less than the average: , If (average-measurement)/(standard deviation) is less than test criterion, the measurement is not considered an outlier ' for A-1 Check if(97.95 -96.60)/ 1.15 greater than 1.463 1.0 is less than 1.463,the value is not an outlier NOTE: In this example, a measurement would be considered an outlier if the density was: greater than(97.95+1.463x1.15)=99.63 percent or, less than (97.95-1.463x1.15)=96.27 percent i JefCity Mo-100-1.doc 56 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 ' TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Positive Values of Q(QL and Qu) Limits n=3 n=4 I n=5 I n=6 I n=7 n=8 I n=9 n=10 PL and Pu) 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 I 1.3946 1.4329 1 1.4561 1.4717 1.4829 f 1.4914 93 1.1269 I 1.2900 1.3508 1.3810 1.3991 I 1.4112 1.4199 1.4265 92 1.1184 1.2600 I 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 I 1.3081 1.3118 90 1.0982 1.2000 I 1.2290 1.2419 1.2492 1.2541 i 1.2576 1.2602 89 1.0864 1.1700 1.1909 I 1.1995 1.2043 1.2075 1.2098 1.2115 ' 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 1 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 ' 84 1.0119 1.0200 1.0124 1.0071 1.0037 I 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 ' 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 1 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 1 0.7009 0.6958 0.6922 1 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 1 0.6000 1 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 '0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 1 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 ' 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 1 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 02100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.13 12 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 ' 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 I ' JefCity Mo-100-1.doc 57 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 ' TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS(PWL) , Percent Within Negative Values of Q(QL and QL.,) Limits (Pi,and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 ' 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 , 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 ' 40 -0.3568 -0.3000 -0.2822 -0.2738 1 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 , 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 ' 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 ' 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 , 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 ' 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 , 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -13323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 ' 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 ' 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 , END OF SECTION 110 JefCity Mo-100-1.doc 58 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 1 SECTION 4 SUPPLEMENTARY PROVISIONS PART A FEDERAL AND STATE PROVISIONS 1. CIVIL RIGHTS ACT OF 1964, TITLE VI - CONTRACTOR CONTRACTUAL REQUIREMENTS (49 CFR PART 21) 2, AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982 (Section 520 - General Civil Rights Provisions) 3. ACCESS TO RECORDS AND REPORTS(49 CFR PART 1836(i)) ' 4. RIGHTS TO INVENTIONS (49 CFR PART 18.36(i)(8)) 5. BREACH OF CONTRACT TERMS(49 CFR PART 18.36) 6. DISADVANTAGE BUSINESS ENTERPRISES(DBE) (49 CFR PART 26) 7. TRADE RESTRICTION CLAUSE(49 CFR PART 30) S. TERMINATION OF CONTRACT(49 CFR PART 18.36(i)(2)) 9. CLEAN AIR AND WATER POLLUTION CONTROL(49 CFR Part 18.36(i)(12)) 10. DAVIS BACON REQUIREMENTS (29 CFR PART 5.5) ' 11. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS(29 CFR PART 5) i 12. EQUAL EMPLOYMENT OPPORTUNITY(41 CFR PART 60-1.4(b)) ' 13. EEO COMPLIANCE(41 CFR PART 60-1.7) 14. ENERGY CONSERVATION REQUIREMENTS(49 CFR Part 18) 15. REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(41 CFR PART 60-2) 16. CERTIFICATION OF NONSEGREGATED FACILITIES(41 CFR Part 60-1.8) 17. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(41 CFR 60-43) ' 18. BUY AMERICAN PREFERENCES (Title 49 U.S.C. Chapter 501) ' 19 VETERAN'S PREFERENCE(Title 49 U.S.C. 47112(c)) 20. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES(49 CFR Part 20) 21. AIRPORT JOB SPECIAL PROVISION 22. EXECUTIVE ORDER 94-03 ' 23. GENERAL GUARANTY ' JefCity Mo-100-1.doc 59 Jefferson City Memorial Airport J Constrict Taxiway A and Taxiway Connectors February 2007 ' 1. CIVIL RIGHTS ACT OF 1964,TTII.,E VI-CONTRACTOR CONTRACTUAL REQUIRD IEN-f S(49 CFRPART 21) ' During the performance of this contact, the Contractor, for itself, its assignees and successors in interest(hereinafter , referred to as the "Contactor") agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal , Regulations, Part 21, as they may be amended fi-om time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contact. 2. Nondiscrinunation. The Contactor, with regard to the work performed by it during the contact, shall not , discriminate on the grounds of race, color, or national origin in the selection and retention of Subcontractors, including procurements of materials and leases of equipment. The Contactor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when , the contact covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by ' competitive bidding or negotiation made by the Contactor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contact and the Regulations relative to nondiscrimination on the grounds of race,color,or national origin. , 4. Infomlation and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of ' information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration(FAA)to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to ' obtain the information. 5. Sanctions for NoncomRliance. In the event of the Contractor's noncompliance with the nondiscrimination , provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate,including,but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies,and/or b. Cancellation,termination,or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every ' subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for ' noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. ' 2. AIRPORT AND AIRWAY LMPROVEMENT ACT OF 1982(Section 520-General Civil Rights Provisions) The Contractor assures that it will comply with pertinent statutes,Executive orders and such rules as are promulgated , to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. In the case of Contractors, this provision binds the Contractors from the bid solicitation period through the completion of the contract. This ' provision is in addition to that required of Title VI of the Civil Rights Act of 1964. JefCity Mo-100-1.doc 60 Jefferson City Memorial Airport , ' Construct Taxiway A and Taxiway Connectors February 2007 3. ACCESS TO RECORDS AND REPORTS(49 CFR PART 18.361i)) The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents,papers, and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor ' agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. i 4. RIGHTS TO INVENTIONS(49 CFR PART 18.36(i)(8)) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. 5. BREACH OF CONTRACT TERIVIS(49 CFR PART 18.36) Any violation or breach of terms of this contract on the part of the Contractor or their Subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and ' remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. I 6. DISADVANTAGED BUSINESS ENTERPRISE(DBE)(49 CFR PART 26) Where used in this provision, "Department of Transportation" or "DOT" refers to the United States Department of Transportation. "MoDOT" refers to the Missouri Department of Transportation and the Missouri Highways and Transportation Commission. ' Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed ' in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 applies to this agreement. ' Contract Assurance. MoDOT and the city will ensure that the following clause is placed in every USDOT assisted contract and subcontract: "The Contractor or Subcontractor shall not discriminate on the basis of race, color, national ' origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, ' which may result in the termination of this contract or such other remedy as the recipient deems appropriate." (This assurance shall be included in each subcontract the prime Contractor signs with a ' Subcontractor) Federal Financial Assistance Agreement Assurance. MoDOT and the city agree to and incorporate the following ' assuurance into the day to day operations and the administration of all USDOT assisted contracts; where "recipient" means MoDOT and any MoDOT grantee receiving USDOT assistance: I "MoDOT or the city shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT assisted contract or in the administration of its DBE Program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and ' administration of USDOT assisted contracts. The recipient's DBE Program, as required by 49 ' JefCity Mo-100-1.doc 61 Jefferson City Memorial Airport .i Construct Taxiway A and Taxiway Connectors February 2007 , CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. , Implementation of this program is a legal obligation and failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program ' Fraud Civil Remedies Act of 1986(31 U.S.C. 3801 et seq.)." MoDOT and the city ensure that all recipients of USDOT assisted contracts, fiunds, or grants incorporates, agrees ' to and complies with the assurance statement. Prompt Pa,}ment. MoDOT and the city require all Contractors to pay all Subcontractors and suppliers ; for satisfactory performance of services in compliance with the prompt payment statute, Mo. Revised Statutes,Chapter 34, Section 34.057 (included below). MoDOT and the city also requires the prompt, as defined in Section 34.057,return of all retainage held on all Subcontractors after the Subcontractor's work is satisfactorily completed, as MoDOT and city personnel may ultimately determine (if , necessary). All Contractors and Subcontractors must retain records of all payments, made or received, for 3 years ' from the date of final payment and must be available for inspection, upon request, by any authorized representative of MoDOT, the city or USDOT. MoDOT and the city will maintain records of actual payments to DBE films for work committed to at the time of contract award. MoDOT and the city will perform audits of contract payments to firms. The audits will review , payments to Subcontractors to ensure that the actual amount paid to DBE Subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation and that payment was made in , compliance with Missouri Revised Statutes, Chapter 34,Section 34.057. Missouri Revised Statutes , Chapter 34 State Purchasing and Printing , Section 34.057 August 28, 1998 ' Public works contracts--prompt payment by public Owner to Contractor--prompt payment by Contractor to Subcontractor--progress payments—retainage--late payment charges—withholding of payments. ' 34.057. 1. Unless contrary to any federal funding requirements or unless funds from a state grant are not timely received by the contracting public municipality but notwithstanding any other law to the contrary, all public works ' contracts made and awarded by the appropriate officer, board or agency of the state or of a political subdivision of the state or of any district therein, including any municipality, county and any board referred to as the public Owner, for construction, reconstruction or alteration of any public works project, shall provide for prompt payment by the , public Owner to the Contractor and prompt payment by the Contractor to the Subcontractor and material supplier in accordance with the following: (1) A public Owner shall make progress payments to the Contractor on at least a monthly basis as the work ' progresses, or, on a lump sum basis according to the terms of the lump sum contract. Except in the case of lump sum contracts, payments shall be based upon estimates prepared at least monthly of work performed and material delivered, as determined by the project architect or engineer. Retainage withheld on public works projects shall not ' exceed five percent of the value of the contract or subcontract unless the public Owner and the architect or engineer determine that a higher rate of retainage is required to ensure performance of the contract.Retainage,however, shall not exceed ten percent of the value of the contract or subcontract. Except as provided in subsection 4 of this section, JefCity Mo-100-1.doc 62 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 ' the public Owner shall pay the Contractor the amount due, less a retainage not to exceed ten percent, within thirty days following the latter of the following: (a)The date of delivery of materials or construction services purchased; (b) The date, as designated by the public Owner, upon which the invoice is duly delivered to the person or place designated by the public Owner; or (c) In those instances in which the Contractor approves the public Owners estimate, the date upon which such notice of approval is duly delivered to the person or place designated by the public Owner; 1 (2) Payments shall be considered received within the context of this section when they are duly posted with the ' United States Postal Service or other agreed upon delivery service or when they are hand-delivered to an authorized person or place as agreed to by the contracting parties; (3) If, in the discretion of the Owner and the project architect or engineer and the Contractor, it is determined that a ' Subcontractor's performance has been completed and the Subcontractor can be released prior to substantial completion of the public works contract without risk to the public Owner, the Contractor shall request such adjustment in retainage,if any,from the public Owner-as necessary to enable the Contractor to pay the Subcontractor in full. The public Owner may reduce or eliminate retainage on any contract payment if, in the public Owner's opinion, the work is proceeding satisfactorily. If retainage is released and there are any remaining minor items to be completed, an amount equal to two hundred percent of the value of each item as determined by the public Owner's ' duly authorized representative shall be withheld until such item or items are completed; (4) The public Owner shall pay the retainage, less any offsets or deductions authorized in the contract or otherwise authorized by law, to the Contractor after substantial completion of the contract work and acceptance by the public ' Owner's authorized contract representative, or as may otherwise be provided by the contract specifications for state highway, road or bridge projects administered by the state highways and transportation commission. Such payment shall be made within thirty days after acceptance, and the invoice and all other appropriate documentation and certifications in complete and acceptable form are provided, as may be required by the contract documents. If at that ' time there are any remaining minor items to be completed, an amount equal to two hundred percent of the value of each item as determined by the public Owner's representative shall be withheld until such items are completed; ' (5)All estimates or invoices for supplies and services purchased,approved and processed, or final payments,shall be paid promptly and shall be subject to late payment charges provided in this section.Except as provided in subsection 4 of this section, if the Contractor has not been paid within thirty days as set forth in subdivision(1) of subsection 1 of this section, the contracting agency shall pay the Contractor, in addition to the payment due him, interest at the rate of one and one-half percent per month calculated from the expiration of the thirty-day period until fully paid; J (6) When a Contractor receives any payment, the Contractor shall pay each Subcontractor and material supplier in proportion to the work completed by each Subcontractor and material supplier his application less any retention not to exceed ten percent. If the Contractor receives less than the full payment due under the public construction contract, the Contractor shall be obligated to disburse on a pro rata basis those funds received, with the Contractor, ' Subcontractors and material suppliers each receiving a prorated portion based on the amount of payment. When, however, the public Owner does not release the full payment due under the contract because there are specific areas of work or materials he is rejecting or because he has otherwise determined such areas are not suitable for payment then those specific Subcontractors or suppliers involved shall not be paid for that portion of the work rejected or deemed not suitable for payment and all other Subcontractors and suppliers shall be paid in full; (7) If the Contractor, without reasonable cause, fails to make any payment to his Subcontractors and material ' suppliers within fifteen days after receipt of payment under the public construction contract,the Contractor shall pay to his Subcontractors and material suppliers, in addition to the payment due them, interest in the amount of one and one-half percent per month, calculated from the expiration of the fifteen-day period until fully paid.This subdivision ' shall also apply to any payments made by Subcontractors and material suppliers to their Subcontractors and material JefCity Mo-100-1.doc 63 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 ' suppliers and to all payments made to lower tier Subcontractors and material suppliers throughout the contracting , chain; (8) The public Owner shall make final payment of all moneys owed to the Contractor, less any offsets or deductions , authorized in the contract or otherwise authorized by law, within thirty days of the due date. Final payment shall be considered due upon the earliest of the following events: (a) Completion of the project and filing with the Owner of all required documentation and certifications, in ' complete and acceptable form, in accordance with the terms and conditions of the contract; (b) The project is certified by the architect or engineer authorized to make such certification on behalf of the ' Owner as having been completed, including the filing of all documentation and certifications required by the contract, in complete and acceptable form; or (c) The project is certified by the contracting authority as having been completed, including the filing of all ' documentation and certifications required by the contract, in complete and acceptable form. 2. Nothing in this section shall prevent the Contractor or Subcontractor, at the time of application or certification to ' the public Owner or Contractor, from withholding such applications or certifications to the Owner or Contractor for payment to the Subcontractor or material supplier. Amounts intended to be withheld shall not be included in such , applications or certifications to the public Owner or Contractor. Reasons for withholding such applications or certifications shall include, but not be limited to, the following: unsatisfactory job progress; defective construction work or material not remedied; disputed work; failure to comply with other material provisions of the contract; third party claims filed or reasonable evidence that a claim will be filed; failure of the Subcontractor to make timely , payments for labor, equipment and materials; damage to a Contractor or another Subcontractor or material supplier; reasonable evidence that the contract can not be completed for the unpaid balance of the subcontract sum or a reasonable amount for retention,not to exceed the initial percentage retained by the Owner. I Should the Contractor determine, after application or certification has been made and after payment has been received from the public Owner, or after payment has been received by a Contractor based upon the public Owner's ' estimate of materials in place and work performed as provided by contract, that all or a portion of the moneys needs to be withheld from a specific Subcontractor or material supplier for any of the reasons enumerated in this section, and such moneys are withheld from such Subcontractor or material supplier, then such undistributed amounts shall be specifically identified in writing and deducted from the next application or certification made to the public Owner , or from the next estimate by the public Owner of payment due the Contractor, until a resolution of the matter has been achieved. Disputes shall be resolved in accordance with the terms of the contract documents. Upon such resolution the amounts withheld by the Contractor from the Subcontractor or material supplier shall be included in , the next application or certification made to the public Owner or the next estimate by the public Owner and shall be paid promptly in accordance with the provisions of this section. This subsection shall also apply to applications or certifications made by Subcontractors or material suppliers to the Contractor and throughout the various tiers of the contracting chain. ' 4. The contracts which provide for payments to the Contractor based upon the public Owner's estimate of materials in place and work performed rather than applications or certifications submitted by the Contractor,the public Owner ' shall pay the Contractor within thirty days following the date upon which the estimate is required by contract to be completed by the public Owner,the amount due less a retainage not to exceed five percent. All such estimates by the public Owner shall be paid promptly and shall be subject to late payment charges as provided in this subsection. ' After the thirtieth day following the date upon which the estimate is required by contract to be completed by the public Owner, the contracting agency shall pay the Contractor, in addition to the payment due him, interest at a rate of one and one-half percent per month calculated from the expiration of the thirty-day period until fully paid. 5. Nothing in this section shall prevent the Owner from withholding payment or final payment from the Contractor, 1 or a Subcontractor or material supplier. Reasons for withholding payment or final payment shall include, but not be limited to, the following: liquidated damages; unsatisfactory job progress; defective construction work or material ' JefCity Mo-100-1.doc 64 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 not remedied; disputed work; failure to comply with any material provision of the contract;third party claims filed or reasonable evidence that a claim will be filed; failure to make timely payments for labor, equipment or materials; damage to a Contractor, Subcontractor or material supplier; reasonable evidence that a Subcontractor or material supplier cannot be fully compensated under its contract with the Contractor for the unpaid balance of the contract sum; or citation by the enforcing authority for acts of the Contractor or Subcontractor which do not comply with any material provision of the contact and which result in a violation of any federal, state or local law, regulation or ordinance applicable to that project causing additional costs or damages to the Owner. 6. Notwithstanding any other provisions in this section to the contrary, no late payment interest shall be due and owing for payments which are withheld in good faith for reasonable cause pursuant to subsections 2 and 5 of this section. If it is determined by a court of competent jurisdiction that a payment which was withheld pursuant to ! subsections 2 and 5 of this section was not withheld in good faith for reasonable cause,the court may impose interest at the rate of one and one-half percent per month calculated from the date of the invoice and may, in its discretion, ' award reasonable attorney fees to the prevailing party. In any civil action or part of a civil action brought pursuant to this section, if a court determines after a hearing for such purpose that the cause was initiated, or a defense was asserted, or a motion was filed, or any proceeding therein was done frivolously and in bad faith, the court shall ' require the party who initiated such cause, asserted such defense, filed such motion, or caused such proceeding to be had to pay the other party named in such action the amount of the costs attributable thereto and reasonable expenses i incurred by such party,including reasonable attorney fees. ' (L. 1990 S.B. 808 &672 § 1) 1 MoDOT DBE Program Regulations. The city, Contractor and each Subcontractor are bound by the new MoDOT DBE Program regulations at Title CSR 10, Chapter 8. 7. TRADE RESTRICTION CLAUSE(49 CFR PART 30) ' The Contractor or Subcontractor,by submission of an offer and/or execution of a contract,certifies that it: 1 a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; i ' c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. ! Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Contractor or Subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use 1 on the project,the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no ' cost to the Government. Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely on the certification of a prospective Subcontractor unless it has knowledge that the certification is erroneous. ' The Contractor shall provide immediate written notice to the sponsor if the Contractor learns that its certification or that of a Subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Subcontractor agrees to provide written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. r z ' JefCity Mo-100-1.doc 65 Jefferson City Memorial Airport 1 Constrict Taxiway A and Taxiway Connectors February 2007 ' This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or Subcontractor knowingly rendered an erroneous certification, the Federal Aviation Adnunistration may direct through the Sponsor cancellation of the contract or subcontract for default at no , cost to the Goverunent. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is noimally possessed by a prudent person in the ordinary course of business dealings. ; This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. , 8. TERMINATION OF CONTRACT(49 CFR PART 18.36(i)(2)) (a) The Sponsor may,by written notice,terminate this contract in whole or in part at any time, either for the ' Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract,whether completed or in progress, delivered to the Sponsor. (b) If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made,but no amount shall be allowed for anticipated profit on unperformed services. , (c) If the termination is due to failure to fulfill the Contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. , (d) If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the ' Sponsor. In such event,adjustment in the contract price shall be made as provided in paragraph 2 of this clause. (e) The rights and remedies of the sponsor provided in this clause are in addition to any other rights and ' remedies provided by law or under this contract. 9. CLEAN AIR AND WATER POLLUTION CONTROL(49 CFR Part 18.36(i)(12)) Contractors and Subcontractors agree: , a. That any facility to be used in the performance of the contract or subcontract or to benefit from the , contract is not listed on the Environmental Protection Agency(EPA)List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended,42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to , inspection,monitoring, entry,reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the Contractor or Subcontractor will notify the ' awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating ' Facilities; d. To include or cause to be included in any construction contract or subcontract,which exceeds $100,000 the aforementioned criteria and requirements. ' JefCity Mo-100-1.doc 66 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 10. DAVIS BACON 29 REQUIREMENTS CFR PART 5.5 Q ( ) 1 Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)),the full amount of wages and bona fide fringe benefits(or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. ' Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to ' laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than 1 quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing 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. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster ' (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. ' (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations;and (2) The classification is utilized in the area by the construction industry; and ' (3) The proposed wage rate, including any bona fide fringe benefits, bears a f reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. 1 ' JefCity Mo-100-1.doc 67 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 , (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or , their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and , the reconmlendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the ' 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(B) or(C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics i includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an ' hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably , anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the , Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the Sponsor 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 David-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 or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the ' Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased. 3 Pavrolls and basic records. ' G) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and ' mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a ' plan or program described in section I(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been ' JefCity Mo-100-1.doc 68 Jefferson City Memorial Airport , ' Construct Taxiway A and Taxiway Connectors February 2007 i ' communicated in writing to the laborers or mechanics affected, and records which show the • costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) i above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be maintained under paragraph(3)(i) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee)employed on the contract during the payroll period has been paid the full • weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR ' Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance"required by paragraph(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. ' (iii) The Contractor or Subcontractor shall make the records required under paragraph(3)(i)of this section available for inspection, copying or transcription by authorized representatives of the ' Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job.If the Contractor or Subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. 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. i ' JefCity Mo-100-1.doc 69 Jefferson City Memorial Airport 1 Constnict Taxiway A and Taxiway Connectors February 2007 , 4 Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the • work they performed when they are employed pursuant to and individually registered in a , bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau,or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the.ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's , registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. , Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice •, prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship ' program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal ' certification by the U.S. Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions 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 journeyman wage rate on the wage determination which provides for , less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee ' performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work • actually performed. In the event the Employment and Training Administration withdraws , JefCity Mo-100-1.doc 70 Jefferson City Memorial Airport , ' Constrict Taxiway A and Taxiway Connectors February 2007 approval of a training program,the Contractor will no longer be.permitted to utilize trainees at • less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Com liance With Copeland Act Requirements. P P The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. ' 6. Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier-Subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination:Debarment. A breach of the contract clauses in paragraph 11.1 through 11.10 of this section and paragraphs 12.1 through 12.5 of the next section below may be grounds for termination of the contract, and for the debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. '• 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes ConcerniniZ Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor(or any of its Subcontractors) and the contracting agency, the U.S. Department of Labor,or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor s/he ) nor any person or film who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). ' (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(x)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. JefCity Mo-100-Ldoc 71 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 11. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS(29 CFR PART 5) i 1. Overtime Requirements. No Contractor or Subcontractor contracting for any part of the contract work which may • require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. , 2. Violation: Liability for Unpaid Wages: Liquidated Damages. In the event of any violation of the clause set forth in paragraph 1 above, the Contractor or any Subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1. above, in the sum of$10 for each calendar , day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor , 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 any monies payable on account of work performed by the Contractor or- Subcontractor under any such contract or any other 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 2 above. , 4. Subcontractors. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the Subcontractor to include these clauses in any lower tier , subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier • Subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 12. EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) , During the performance of this contract,the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, , religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national ' origin. Such action shall include,but not be limited to the following: Employment,upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the , Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color,religion,sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which s/he has a collective , bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, • and of the rules,regulations,and relevant orders of the Secretary of Labor. ' JefCity Mo-100-1.doc 72 Jefferson City Memorial Airport ' Constrict Taxiway A and Taxiway Connectors February 2007 • (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September- 24, 1965, or by rule,regulation,or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs 1 through 7 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 that such ' provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided,however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 13. EEO COMPLIANCE(41 CFR PART 60-1.7) Reporting Requirements: Pursuant to Executive Order 11246 and Federal Regulation 49 CFR Part 60-1.7, the CONTRACTOR and its Subcontractors shall, within 30 days after award of contract, file a compliance report on Standard Form 100 (EEO-1) if said report has not been submitted within the twelve months preceding the date of '• award. This report is required if the CONTRACTOR or it's Subcontractors meet the following criteria: a. It is not exempt from the provisions as described in 49 CFR Part 60-5.1; ib. It has 50 or more employees; 1 c. Is a prime a prime Contractor or first tier Subcontractor; i d Has a contract, subcontract or purchase order amounting to$50,000 or more. 14. ENERGY CONSERVATION REQUIREMENTS(49 CFR Part 18.36) The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) 15. REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(41 CFR Part 60-2) e1. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all constriction work in the covered area, are identified in the Notice-to Bidders: These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally- assisted)performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and nonfederally involved constriction. JefCity Mo-100-1.doc 73 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 , The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the • specifications set forth in 41 CFR 60-43(a), and its efforts to meet the goals. The hours of minority and female , employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to 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. 2. The Contractor shall provide written notification to the Director, OFCCP,within 10 working days of award of any constriction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and cornpletion dates of subcontract;and the geographical area in which the subcontract is to be performed. 3. As used in this notice and in the contract, the "covered area" means the geographical area described in the solicitation from which the contract results. 16. CERTIFICATION OF NONSEGREGATED FACILITIES(41 CFR Part 60-1.3) Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities , 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a subcontract exceeding ' $10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective Subcontractors • ' for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 13 U.S.C. 1001. , CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction Contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, , segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, , which is to be incorporated in the contract. As used in this certification, the term"segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other , storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The , Bidder agrees that (except where it has obtained identical certifications from proposed Subcontractors for specific time periods) it will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. • JefCity Mo-100-1.doc 74 Jefferson City Memorial Airport , Constrict Taxiway A and Taxiway Connectors February 2007 17. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION • CONTRACT SPECIFICATIONS(41 CFR 60-4.3) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return,U.S.Treasury Department Form 941; i d. "Minority" includes: ' (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); I (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership • and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any ' constriction 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 Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions 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 PIan 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 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals 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 substantially uniform progress in meeting its • goals in each craft during the period specified. r JefCity Mo-100-1.doc 75 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 , 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 non-working training hours of apprentices and trainees to be counted in meeting the goals, such 1 apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the , availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S.Department of Labor. I 7. The Contractor shall take specific affirnative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts frilly 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 onsite supervisory personnel are aware of and cant' 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 of what action was taken with respect to each such individual. If , such individual was sent to the union hiring hall for referral and was 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 therefore 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 referred to the Contractor a minority , person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. 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 Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 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 EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.;by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where constriction work is performed. • JefCity Mo-100-1.doc 76 Jefferson City Memorial Airport , IConstruct Taxiway A and Taxiway Connectors February 2007 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 a superintendents, general foremen, 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 meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news 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 training 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 recruitment 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. i 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 opportunities. 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 subcontracts 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 supervisor's 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(18.7a through 18.7p). The efforts of a Contractor association,joint Contractor union, i Contractor community, or other similar groups of which the Contractor is a member and participant,may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p of these specifications provided that the Contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected • in the Contractor's minority and female workforce participation,makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on 1 JefCity Mo-100-1.doc 77 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 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. The Contractor, ' however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally,) the Contractor may 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 anv ' 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 Govenunent contracts pursuant to Executive Order 11246. 12. The Contractor shall cant'out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to 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 18.7 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 employment related activity to ensure that • the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, , telephone number, construction trade,union affiliation if any, employee identification number when assigned,social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as,a limitation upon the application of other laws, which establish ' different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 18. BUY AMERICAN PREFERENCES(Title 49 U.S.C.Chapter 501) 1. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: a. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1)or(2)shall be treated as domestic. • i JefCity Mo-100-1.doc 78 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 b. Components. As used in this clause, components means those articles, materials, and supplies • incorporated directly into steel and manufactured products. c. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. 2. The successful Bidder will be required to deliver only domestic steel and manufactured products,except those: a. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; b. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990,that domestic preference would be inconsistent with the public interest;or c. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. 19. VETERAN'S PREFERENCE (Title 49 U.S.C.47112(c)) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be . given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1)and(2) of the Airport and Airway Improvement Act of 1982. However,this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 20. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES(49 CFR Part 20) • 1. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the Contractor shall complete and submit Standard Form-LLL,"Disclosure.of Lobby Activities,"in accordance with its instructions. 21. AIRPORT JOB SPECIAL PROVISION "By entering into this Contract,the Contractor agrees to comply with all applicable terms of Executive Order 12818, issued by President George Bush on October 23, 1992,prohibiting certain contractual requirements, and prohibiting discrimination against certain persons or entities on the basis of whether or not labor organization Agreement's or affiliations exist. The Contractor further agrees to include within its contracts and subcontracts governing this work, a provision which requires those Contractors to comply with Executive Order 12818(except as may be exempted by the executive order itself). The Contractor understands, and agrees to inform its own Contractors and Subcontractors, that failure to comply with Executive Order 12818 will subject them to disciplinary action as appropriate, including but not limited to, debarment, suspension, termination of the contract for default, or the withholding of payments. The Contractor also understands that the Sponsor has no policies or contractual provisions which violate Executive Order 12818." 22. EXECUTIVE ORDER 94-03 . The Contractor shall comply with all the provisions of Executive Order 94-03, issued by the Honorable Mel Carnahan, Governor of Missouri,on the fourteenth(14`h) day of January 1994,which executive order is incorporated ' JefCity Mo-100-1.doc 79 Jefferson City Memorial Airport r Construct Taxiway A and Taxiway Connectors February 2007 herein by reference and is made a part of this contract. This Executive Order which promulgates a Code of Fair Practices in regard to nondiscrimination, is incorporated herein by reference and made a part of this Contract. This Executive Order prohibits discriminatory practices by the state; the Contractor or its Subcontractors based on race, color, religion,national origin,sex, age, disability,or veteran status. 23. GENERAL GUARANTY Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of 12 months from the date of final acceptance of work. The Owner will give notice of defective materials and work with reasonable promptness. In the event repair work is required, the Contractor shall remedy any defects and pay for damage to other work resulting therefrom which shall appear within a period of 12 months from the date of the acceptance of the repair work. • • JefCity Mo-100-1.doc 80 Jefferson City Memorial Airport , Construct Taxiway A and Taxiway Connectors February 2007 PART B DBE ADMINISTRATION ' 1. Eligibility of DBE's: Only those frrn-is currently certified as DBE's by the Missouri Department of Transportation (MoDOT), City of St. Louis, Metro, City of Kansas City, and Kansas City Area Transportation Authority are eligible to participate as DBE's on this contract. A list of these firms are available on MoDOT's Office of External Civil Rights webpage at the following address: http://www.modot.mo.gov/business/Contractor_resources/External_Civil_Rights/DBE program.htm. 2. Counting DBE Participation Towards DBE Goals: DBE participation toward attainment of the goal will be computed on the basis of the subcontract prices agreed to between the Contractor and Subcontractors for the contract items or portions of items being sublet, as documented in the Proposal Forni. Credit will only be given for use of DBE's that are certified or accepted according to this specification. DBE participation shall be counted toward meeting the DBE goal in accordance with the following: a. Commercially Useful Function: The Sponsor shall count toward the DBE goal only those expenditures to DBE's that perform a commercially useful function in the work of the contract. A DBE I performs a commercially useful function when it is responsible for execution of a distinct element of work by actually performing, managing, and supervising that work. To determine if a DBE is performing a commercially useful function, the amount of work subcontracted, industry practices, and other relevant factors will be evaluated. If consistent with industry practices, a DBE shall enter into a subcontract or other contractual written agreement. A DBE Contractor may subcontract a portion of the work up to the amount allowed under standard subcontracting contract provisions of normal industry practices. A DBE is presumed not to be performing a commercially useful function if the DBE is performing outside these guidelines. ' b. Materials and Supplies: The Sponsor shall count toward the DBE goal the expenditures for materials and supplies obtained from DBE suppliers and manufacturers as described below. The DBE's must assume the actual and contractual responsibility for the provision of the materials and supplies: (1) The entire expenditure to a DBE manufacturer will be counted toward the DBE goal. A manufacturer must operate or maintain a factory or establishment that produces on the premises the materials or supplies that are obtained by the Contractor. (2) Sixty percent of expenditures to a DBE regular dealer will be counted toward the DBE goal. A regular dealer must perform a commercially useful function in the supply process including buying the materials or supplies, maintaining an inventory and regularly selling materials to the public. Bulk items such as steel, cement, gravel, stone and petroleum products need not be kept in stock, but the dealer must own or operate distribution equipment. (3) No credit will be given toward the DBE goal, if the prime Contractor makes a direct payment to a non-DBE material supplier. However, it will be permissible for a material supplier to invoice the prime Contractor and the DBE jointly and be paid by the prime Contractor making remittance to the DBE firm and material supplier jointly. (4) No credit, toward the DBE goal, will be given for the cost of materials or equipment used in a DBE firm's work when those costs are paid by a deduction from the prime Contractor's payment(s) to the DBE firm. i c. Work Classifications: DBE credit will count toward the contractual goal only for work actually performed by the DBE firm and within the Standard Industry Classification (SIC) code approved for that firm. The credit will be counted in the following manner: I JefCity Mo-100-1.doc 81 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 (1) Manufacturer: Credit is given for 100 percent of the value paid for materials fiunished which become a permanent part of the project. A manufacturer is a firm that owns and operates the facilities to produce a product required by the project and purchased by the Contractor. (2) Supplier: Credit is given for 60 percent of the value paid for materials fiunished which becomes a , permanent part of the project. A supplier sells goods to the general public and maintains an inventory at an owned or leased warehouse or store. Bulk items such as steel,petroleum projects, or rock do not have to be maintained in an on-site inventory. Credit will not be given for the cost of the materials and separate credit for the hauling of those same materials. Transportation of the materials is deemed part of the total cost. (3) Broker: Credit is given for 100 percent of the fees or commission received by the DBE firm for materials purchased, services provided, or equipment secured and resold to the Contractor. Fees or commissions are defined as the difference between what the DBE firm paid for the materials purchased, services provided, or equipment secured and the price paid by the Contractor to the DBE Finn for those items. A broker does not manufacture or supply on a regular basis. (4) Trucker: Credit is given for 100 percent of the amount paid to the DBE trucker if that trucking is performed by the DBE, with employees of the DBE, using equipment owned or Iong-term leased by the DBE. However, if the DBE firm uses leased trucks, at least one truck owned by the fu-n-1 must be used on the project. , Full credit will not be given for leased trucks unless they are leased on a long-term basis from another DBE firm, DBE Owner operators, or a recognized commercial leasing operation. Firn-is licensed by the Missouri Public Service Commission as leasing agents qualify as a recognized leasing operation. Lease of trucks from the prime Contractor will not be credited toward the DBE goal, other than possibly the portion constituting broker fees and commissions. This type of relationship will be subject to strict scrutiny. All trucks used must be labeled clearly and visibly with a sign indicating the firm owning or leasing the vehicle. MoDOT will require submittal of a truck roster report, including Ownership and vehicle identification information, on a regular basis. MoDOT project office or other designated personnel will review the rosters for verification and will monitor the trucks operating on the project. MoDOT will conduct random verification and report any irregularities to the External Civil Rights Unit for review. In order for the use of a DBE trucker to be credited for the delivered price of materials supplies, the trucker must be certified as a supplier or manufacturer of the material, responsible for the quality standards of the material,negotiating the material price,payment, and select the source. (a) Owner-Operator Trucking: The Sponsor shall count toward the DBE goal, the entire delivery fee paid to DBE Owner-operators performing trucking for the Contractor, if they appear on the Contractor's payroll and separate records are furnished to the Sponsor documenting the expenditures.The records shall include for each Owner-operator; their social security number; driver's license number; vehicle registration number; current vehicle license number; truck number; and a complete record of the contract fees paid to them. If the DBE firm uses Owner-operators to supplement their owned trucks, the DBE must be responsible for management and supervision of the entire trucking operation. The trucking arrangement or contract cannot be a contrived arrangement to meet the DBE goal. The DBE will be considered a broker, and only fees or commissions received will count toward the goal, if the DBE is not in full control, or does not have employees or trucks on the project. d. Joint Venture: When a joint venture contract is involved, the Sponsor shall count towards the DBE goal that portion of the contract total dollar value equal to the percentage of Ownership and control of JefCity Mo-100-1.doc 82 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 ' each DBE firm within the joint venture. Such crediting is subject to the sponsor's acceptance of the i joint venture agreement. The Bidder must furnish the joint venture agreement with the DBE Participation Form. The joint venture,agreement must include a detailed breakdown of the following: (1) Contract responsibility of the DBE for specific contract items of work, (2) Capital participation by the DBE, (3) Specific equipment to be provided by the DBE, (4) Specific responsibilities of the DBE regarding control of the joint venture, (5) Specific workers and skills to be provided by the DBE, and (6) Percentage distribution to the DBE of the projected profit or loss incurred by the joint venture. The joint venture must be certified in writing by MoDOT. 3. Award Documentation and Procedure: All Bidders shall certify in the Proposal Form their intent to meet or exceed the established goal or to demonstrate good faith efforts to meet the goal. Failure to make such certification or failure to demonstrate good faith efforts will render a bid non-responsive and will not be considered. a. DBE Participation Information: All Bidders must complete. the required DBE participation information in the Proposal Form, when a DBE goal has been established for the project. The information shall demonstrate the Contractor's intended participation by certified DBE's. The information furnished shall consist of: (1) The names and addresses of DBE firms that will participate in the contract; (2) A description of the work that each DBE will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation (signed contract proposal) of the Bidder/offeror's commitment to use a DBE Subcontractor whose participation it submits to meet a contract goal; (5) If the contract goal is not met,evidence of good faith efforts(see paragraph c below). (Note: After award of the contract, the MoDOT External Civil Rights Office will contact by mail each DBE firm participating in the contract,requesting written confirmation from the DBE that it is participating in the contract as provided in the Proposal Form.) b. Sponsor Evaluation: In selecting the lowest responsible Bidder, the Sponsor and MoDOT will evaluate the DBE information provided with the bid. The Sponsor and MoDOT may request additional DBE information. Prior to awarding the contract,the Sponsor will verify verbally and/or in writing that the information submitted by the apparent successful Bidder is accurate and complete. c. Good Faith Efforts: If the Bidder is unable to meet the DBE goal, the Bidder must submit in and as part of its bid, written documentation and evidence of good faith efforts taken to meet the goal. Good faith efforts conducted after the bid opening will not be considered adequate to fulfill these bid requirements. Good faith efforts may include but are not limited to: (1) Efforts to select portions of the work for performance by DBE's,in order to increase the likelihood of achieving the DBE goal. This can include, but is not limited to, breaking down contracts into economically feasible units to facilitate DBE participation. Selection of portions of work shall be at least equal to the DBE goal. (2) Written notification to individual DBE's likely to participate in the contract sent at least 7 calendar days prior to the bid opening. The notification shall list specific items or types of work and shall be sent to a reasonable number of DBE's qualified to participate in the contract. (3) Efforts to negotiate with DBE's for specific items of work including: JefCity Mo-100-1.doc 83 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 (a) Names, addresses, and telephone numbers of DBE's who were contacted, the dates of initial contact and information on further contacts made to determine with certainty if the DBE's were interested. Personal or phone contacts are expected; (b) Description of the information provided to the DBE's regarding the plans, specifications and estimated quantities for portions of the work to be performed; (c) Individual statements as to why agreements with DBE's were not reached; and (d) Information on each DBE contacted but rejected and the reasons for the rejection. (4) Efforts to assist the DBE's that need assistance in obtaining bonding, insurance, or lines of credit required by the Contractor. (5) Documentation that qualified DBE's are not available or not interested. (6) Advertisements in general circulation media, trade association publications and disadvantaged- focus media concerning subcontracting opportunities. (7) Efforts to use the services of available disadvantaged community organizations; disadvantaged Contractor's groups; local, state and federal disadvantaged business assistance offices; and other organizations that provide assistance in recruitment and placement of DBE's. The demonstration of good faith efforts by the Contractor must prove the Contractor actively and aggressively sought out DBE's to participate in the project. The following actions would not be considered acceptable reasons for failure to meet the DBE goal and would not constitute a good faith effort: (1) The DBE was unable to provide adequate performance and/or payment bonds. (2) A reasonable DBE bid was rejected based on price. (3) The DBE would not agree to perform the subcontract work at the prime Contractors unit bid price. (4) Union versus non-union status of the DBE firm. (5) The prime Contractor would normally perform all or most of the work included in this contract. (6) The prime Contractor solicited DBE participation by mail only. , Should MoDOT and the city determine that the Bidder's submitted documentation on good faith efforts are inadequate, the Bidder must make a written request for administrative reconsideration within 2 working days of the notification on lack of good faith efforts. That notice may be faxed or emailed to: Lester Woods,Jr. External Civil Rights Administrator P.O.Box 270 Jefferson City,Missouri 65102 Telephone: (573)751-2859 Fax: (573)526-0558 E-Mail: Lester.WoodsJr a;rnodot.mo.(-Yov The Administrative Reconsideration Committee will include 3 individuals MoDOT deems appropriate and the members will be familiar with the DBE program, bidding, construction, and/or contracting matters. The External Civil Rights Unit will process the request, including providing documentation of the determination, and notify the Administrative Reconsideration Committee of the request for review, however, the administrator,nor any member of MoDOT that had a part in the initial determination will be a part of the reconsideration determination. As part of this reconsideration, the Bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so to the committee. The Bidder may choose to meet in person with the Administrative Reconsideration Committee to discuss the finding. MoDOT and the city will notify the Bidder, in writing of the decision on reconsideration, explaining the basis for finding that the Bidder did or did not make adequate good faith efforts to meet the goal. The result of the reconsideration process is not administratively appealable to the USDOT. JefCity Mo-100-1.doc 84 Jefferson City Memorial Airport ' Constrict Taxiway A and Taxiway Connectors February 2007 I 4. Post Award Compliance: If the contract is awarded on less than full DBE goal participation, the Contractor is not relieved of the responsibility to make a determined effort to meet the frill goal amount during the life of the contract. In such a case, the Contractor shall continue good faith efforts throughout the life of the contract to increase the DBE participation to meet the contract goal. If a DBE is unwilling or unable to perform the work specified,the Contractor shall request from the Sponsor and FAA, relief from the obligation to use that DBE. Efforts will be made by the Contractor to acquire from the DBE a letter which states the reason the DBE is unwilling or unable to complete its obligations under the project. If this results in a DBE contract shortfall, the Contractor shall immediately take steps to obtain another certified DBE to perform an equal dollar value of allowable credit. If a new DBE cannot be found, the Contractor shall submit evidence of good faith efforts within 15 calendar days of the request for relief. The Contractor shall submit the new DBE's name, address, work items and the dollar amount of each item. The sponsor and the FAA shall approve the new DBE before the DBE starts work. If the Contractor fails to conform to the approved DBE participation or if it becomes evident that the remaining work will not meet the approved participation,then the Contractor shall submit evidence showing either how the Contractor intends to meet the DBE participation, or what circumstances have changed affecting the DBE participation. If the sponsor is not satisfied with the evidence, then liquidated damages may be assessed for the difference between the approved and actual DBE participation. 5. Records and Reports: The Contractor and all of its Subcontractors shall keep records as necessary to determine compliance with the DBE obligations. The records shall include but are not limited to. a. Record of DBE Participation: The names of disadvantaged and non-disadvantaged Subcontractors, 1 regular dealers, manufacturers, consultant and service agencies; the type of work or materials or services performed on or incorporated in the project;and.the actual value of such work. b. Efforts to Utilize DBE Finns: Documentation of all efforts made to seek out disadvantaged Contractor organizations and individual disadvantaged Contractors for work on this project. All correspondence, personal contacts,telephone calls,etc.,to obtain the services of DBE's should be documented. c. Final DBE Certification: Upon completion of the individual DBE firm's work, the prime Contractor shall submit a certification letter attesting to the actual work performed by the DBE firm and the amount paid the DBE firm. This certification letter shall be signed by both the prime Contractor and the DBE firm.A sample certification letter is available on the MoDOT Aviation website. ' JefCity Mo-100-1.doc 85 Jefferson City Memorial Airport l sand Taxiway Connectors February 2007 PART C LOCAL PROVISIONS /These Special Provisions with the accompanying Drawings, Specifications,and related documents as d cover the requirements of the City of Jefferson,Missouri for construction at the Jefferson City P ort. The Work consists of fiumishing all labor and materials and performing all Work to Construct and Taxiway Connectors. Documents. The following Contract Drawings are made a part of the Contract: . Date Sheet Title 0er Cover Sheet 1 Legends,Abbreviations,General Notes,Index and Summary of Quantities j002 Access and Safety Plan G003 Construction Phasing Plan- 1 of 2 G004 Construction Phasing Plan-2 of 2 C001 Demolition Plan C101 Site Plan-1 C102 Site Plan-2 C 103 Site Plan-3 C104 Site Plan-4 C105 Site Plan-5 C106 Site Plan-6 C121 Bid Alternate 1, Site Plan 1 C201 T/W A Profile, Sta 100+00 to Sta 113+00 C202 T/W A Profile,Sta 113+00 to Sta 126+36.53 C203 T/W A North Profile, Sta 1+00.00 to Sta 5+00.00 and T/W A 1 Profile, Sta 1+10.00 to Sta 3+76.24 C221 Bid Alternate 1,VW A2 Profile, Sta 1+00.00 to Sta 5+00.00 C301 Grading and Utility Plan-1 C302 Grading and Utility Plan-2 C303 Grading and Utility Plan-3 C304 Grading and Utility Plan-4 C305 Grading and Utility Plan-5 C306 Grading and Utility Plan-6 C307 Grading and Utility Plan-7 C321 Bid Alternate 1,Grading Plan 1 C401 Rigid Pavement Jointing Plan-1 C402 Rigid Pavement Jointing Plan-2 C403 Rigid Pavement Jointing Plan-3 C404 Rigid Pavement Jointing Plan-4 JefCity Mo-100-1.doe 86 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors �a .�S Go C405 Rigid Pavement Jointing pI- C406 Rigid Pavement Jointing t o C421 Bid Alternate 1,Rigid Paven. ± T C451 Enlarged Partial Elevation Plan �eS�ia����Q•' �%e�s >>3 C452 Enlarged Partial Elevation Plan-2 \IP C453 Enlarged Partial Elevation Plan-3 C454 Enlarged Partial Elevation Plan-4 Go�� e� C455 Enlarged Partial Elevation Plan-5 Sre Go` C471 Bid Alternate 1,Enlarged Elevation Plan-1 G C501 Pavement Marking Plan-1 � C502 Pavement Marking Plan-2 C503 Pavement Marking Plan-3 C521 Bid Alternate 1,Pavement Marking Plan C601 Pavement Details C602 Miscellaneous Details C603 Pavement Marking Details C604 Erosion Control Details C701 Taxiway A Cross Sections-1 C702 Taxiway A Cross Sections-2 , C703 Taxiway A Cross Sections-3 C704 Taxiway A Cross Sections-4 C705 Taxiway A Cross Sections-5 C706 Taxiway A Cross Sections-6 C707 Taxiway A Cross Sections-7 C708 Taxiway A Cross Sections-8 C709 Taxiway A Cross Sections-9 C710 Taxiway A North Cross Sections-1 C711 Taxiway A North Cross Sections-2 C712 Taxiway Al Cross Sections-1 C721 Bid Alternate 1,Taxiway A2 Cross Sections-1 C722 Bid Alternate 1, Taxiway A2 Cross Sections-2 E001 Electrical Legend E101 Electrical Demolition Plan-1 E201 Airfield Lighting Plan, lof 3 E202 Airfield Lighting Plan,2 of 3 E203 Airfield Lighting Plan,3 of 3 E204 Bid Alternate 1,Airfield Lighting Plan, 1 of 2 JefCity Mo-100-1.doc 87 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 t E205 Bid Alternate 1,Airfield Lighting Plan, 2 of 2 E601 Electrical Details, 1 of 2 E602 Electrical Details,2 of 2 Testing. The Owner shall be responsible for providing first time testing and sampling. All acceptance testing must be performed by the Owner or an official representative of the Owner. All test results will be made available to the Engineer within a reasonable time after from the completion of the test. The Owner will pay for the initial testing. Additional testing as may be required because of noncompliance, unacceptable results,or other circumstances shall be performed by the Owner's testing laboratory,but the costs of retesting will be borne by the Contractor. Copies of Drawings and Specifications. The Contractor will be furnished,without cost, four(4)copies of all Specifications and four(4)sets of addenda thereto. The Contractor shall keep one copy of all such Specifications and plans constantly accessible at the Worksite. Upon completion of the project,the Contractor shall provide the Engineer with a red lined set of As Constructed drawings. Additional copies of such Specifications and Drawings,in excess of the number furnished without charge to the Contractor,may be obtained by him from the Engineer on the following basis: Full or Partial Set of Drawings $ 1.50 per sheet Each Book of Specifications $50.00 per book INDEMNIFICATION AND INSURANCE. The Contractor agrees to indemnify and hold harmless the City form all claims and suits for loss of or damage to property,including loss of all judgments recovered therefore, and from all expense in defending said claims,or suits, including court costs,attorney fees and other expense caused by any act of omission of the Contractor and/or his Subcontractors,their respective agents, servants or employees.The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: a. Workmen' Compensation Insurance for all of its employees to be engaged in work under this contract. b. Contractor' Public Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single occurrence and$300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law,Chapter 287,RSMo.,and Contractor's Property Damage Insurance in an amount not less f than$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person.in a single accident of occurrence. c. Automobile Liabilitv Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. d. Owner's Protective Liability Insurance.The Contractor shall also obtain at its own expense and deliver to the City,an Owner's protective Liability Insurance Policy naming the City and the Engineer as the insured,in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and$500,000 for any one person in a single accident or occurrence,except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287,RSMo.No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting explosion or collapse. e. Subcontracts.In case any or all of this work is sublet,the Contractor shall require the Subcontractor(s)to procure and maintain all insurance required in Subparagraphs a,b and c hereof and in like amounts. ' JefCity Mo-100-1.doc 88 Jefferson City Memorial Airport .3 Construct Taxiway A and Taxiway Connectors February 2007 f Scope of Insurance and Special Hazard.The insurance required under Sub-paragraphs b and c hereof shall provide adequate protection for the Contractor and its Subcontractors,respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph f is construed to require the procurement of Contractor's protective insurance(or contingent public liability and contingent property damage policies)by a general contractor whose Subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising form operation by anyone directly or indirectly employed by the Contractor. The certificate holders on the certificate of insurance shall read as follows: City of Jefferson(Owner) 320 E. McCarty Street Jefferson City,Missouri 65101 Burns &McDonnell Engineering Company,Inc. (Engineer) 9400 Ward Parkway Kansas City, Missouri 64114 Such certificate shall state that thirty(30)days written notice will be given the Owner before any policy covered thereby is changed or canceled. Shop Drawing Submittals. This section includes definitions, descriptions,transmittal,and review of "Miscellaneous"Submittals. , a. Definitions. 1. Submittals include shop drawings,product data, and samples which are prepared by the Contractor, Subcontractor,manufacturer, or Supplier and submitted by the Contractor to the Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the work or needed to describe installation,operation,maintenance,or technical properties. 2. Shop drawings include custom-prepared data of all types including drawings,diagrams, performance curves,material schedules,templates,instruction,and similar information not in standard printed form applicable to other projects. 3. Product data includes standard printed information on materials,products and systems;not custom-prepared for this Project,other than the designation of selections from available choices. 4. Samples include both fabricated and unfabricated physical examples of materials,products,and Work;both as complete units an as smaller portion of units of work;either for limited visual inspection or(where indicated)for more detailed testing and analysis. Mock-ups are a special form of Samples which are too large to be handled in the specified manner for transmittal of Sample Submittals. 5. Informational Submittals are those technical reports,administrative Submittals, certificates, and guarantees not defined as Shop Drawings,product data, or Samples. 6. Technical reports include laboratory reports,tests,technical procedures,technical records,and Contractor's design analysis. JefCity Mo-100-1.doc 89 Jefferson City Memorial Airport ' Construct Taxiway A and Taxiway Connectors February 2007 7. Administrative Submittals are those nontechnical Submittals required by the contract documents or deemed necessary for administrative records. These Submittals include maintenance agreements,workmanship Bonds,project photographs,physical work records, statements of applicability,copies of industry standards, as-constricted data,security/protection/safety data, and similar type Submittals. 8. Certificates and guarantees are those Submittals on Equipment and Materials where a written certificate or guarantee from the manufacturer or supplier is called for in the specifications. b. Quality Requirements. 1. Submittals such as Shop Drawings and product data shall be of the quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducibles shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to the Engineer that do not conform to these requirements shall be subject to rejection by the Engineer,and upon request by Engineer, Contractor shall resubmit conforming documents. If conforming Submittals cannot be obtained,such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. Contractor's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve Contractor(or his Subcontractors)from meeting the required schedule for submittal of shop drawings and product data. c. Language and Dimensions. 1. All words and dimensional units shall be in the English language. d. Submittal Completeness. 1. Submittals shall be complete with respect to dimensions, design criteria,materials of construction,and other information specified to enable Engineer to review the information effectively. 2. Where standard drawings are furnished which cover a number of variations of the general class of Equipment,each such drawing shall be individually annotated to describe exactly which parts of the drawing apply to the equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of"highlighting markers"is not an acceptable means of annotating Submittals. Such annotation shall also include proper identification of the submittal permanently attached to the drawing. 3.Reproduction or copies of Contract Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. The Contractor may use a reproduction of the Engineer prepared Contract Drawings for erection drawings such as to indicate information on erection or to identify detail drawing references. Where the drawings are revised to show this additional Contractor information,the Engineer's title block shall be replaced with a Contractor's title block and the Engineer's professional seal shall be removed from the drawing. The Contractor shall revise these erection drawings for subsequent Engineer revisions to the Contract Drawings. e. Schedule of Submittals. 1. Prepare for Engineer's concurrence,a schedule for submission of all Submittals specified or necessary for Engineer's approval of the use of Equipment and Materials proposed for incorporation on the work or needed for proper installation,operation or maintenance. Submit the schedule with the procurement schedule and work progress schedule. Schedule submission of all Submittals to permit review,fabrication and delivery in time so as to not cause a delay in the Work of Contractor or his subcontractors or any other contractors as described herein. JefCity Mo-100-1.doc 90 Jefferson City Memorial Airport . 1 Construct Taxiway A and Taxiway Connectors February 2007 2. In establishing schedule for compliance Submittals allow 14 days in Engineer's office for reviewing original Submittals and 10 days in Engineer's office for reviewing resubnlittals. 3. The schedule shall indicate the anticipated dates of original submission for each item and Engineer's acceptance thereof, and shall be based upon at least one resubmission of each item. 4. Resubmit Submittals the number of times required for Engineer's"Submittal Approved" However,any need for resubmittals in excess of the number set forth in the accepted schedule, or any other delay in obtaining acceptance of Submittals, will not be grounds for extension of the contract time,provided Engineer completes his reviews within the times stated above. f. Transmittal of Submittals. 1. All Submittals of Equipment and Materials furnished by Subcontractors,manufacturers,and suppliers shall be submitted to Engineer by Contractor. 2. After checking and verifying all field measurement, transmit all Submittals to Engineer for acceptance as follows: A. Affix all Submittal Information Blocks to Submittals whether prepared by Contractor, Subcontractor, or Supplier. Affix decals on all shop drawings,and gummed paper type blocks on all product data type Submittals. All Submittal Information Blocks needed for the project will be furnished to Contractor at no charge at the initial coordination conference. A copy of the Submittal Information Block is include as an appendix to this Section. B. Identify each submittal by project name and number, contact title and number,and the specification section and article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. C. Check and stamp Submittals of subcontractors, suppliers, and manufacturers with Contractor's approval prior to transmitting them to Engineer. Contractor's stamp of approval shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities,dimensions, field construction criteria, materials,catalog number, and similar data,or he assumes full responsibility for doing so, and that he has coordinated each Submittal with the requirements of the work and the Contract Documents. D. At the time of each submission,call to the attention of Engineer in the letter of transmittal any deviations from the requirements of the contact documents. E. Make all modifications noted or indicated by Engineer and return revised prints, copies,or samples until accepted. Direct specific attention in writing, or on revised Submittals,to changes other than the modifications called for by Engineer on previous Submittals. After Submittals have been accepted,submit copies thereof for final distribution. Print of accepted drawings transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. F. Following completion of the work and prior to final payment, furnish those drawing necessary to indicate"AS CONSTRUCTED"conditions,including field modification, in the number of copies specified. Furnish additional copies for insertion in equipment instruction books as required. All such copies shall be clearly marked "PROJECT RECORD." JefCity Mo-100-1.doc 91 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 G. Work requiring mg a Submittal shall not be commenced or sh i pped until the e Suburuttal has been stamped"Submittal Approved"or"Submittal Approved as Noted"by Engineer. H. Keep a copy or sample of each submittal in good order at the Site. g. Quantity Requirements. 1. Except as otherwise specified,transmit all manufacturer's or fabricator's Shop Drawings in the quantity as follows: Initial Submittal: Six copies to Engineer.Two copies will be returned to Contractor. Resubmittal: Six copies to Engineer. Two copies will be returned to Contractor. 2. Engineer will review and return Submittals to Contractor with appropriate notations. Instruction books and similar Submittals will be reviewed by Engineer for general content but not for basic details. 3. Engineer's approval of Submittals will not relieve Contractor from Contractor's responsibility as stated in the SUPPLEMENTARY PROVISIONS of these Contract Documents. h. Submittal Action Stamp. 1. Engineer's review action stamp,appropriately completed,will appear on all Submittals of Contractor when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows: A-SUBMITTAL APPROVED: Signifies Equipment or Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related Work. Copies of the Submittal are to be transmitted to Engineer for final distribution. B-SUBMITTAL APPROVED AS NOTED(RESUBMIT): Signifies Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the contact documents and is approved for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related Work in accordance with Engineer's notations and is to submit a revised Submittal responsive to notations marked on the returned Submittal or written in the letter of transmittal. C-SUBMITTAL APPROVED FOR REVISION(RESUBMIT): Signifies Equipment and Material represented by the Submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related Work is not to proceed until the Submittal is approved. 1 D-SUBMITTAL NOT APPROVED(SUBMIT ANEW): Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contact Documents and is disapproved for use in the Work. Contractor is to submit compliance Submittals responsive to the Contract Documents. JefCity Mo-100-I.doc 92 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 E.-PRELIMINARY SUBMITTAL: Signifies Submittals of such preliminary nature that a r determination of conformance with the design concept or compliance with the intent of the Contact Documents must be deferred until additional information is furnished. Contractor is to submit such additional information to pernnit layout and related activities to proceed. F-FOR REFERENCE.NO APPROVAL REQUIRED. Signifies Submittals which are for supplementary information only;pamphlets, general information sheets, catalog cuts, standard sheets,bulletins and similar data, all of which are useful to Engineer or Owner in design,operation, or maintenance,but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply wit the intent of the Contract Documents. Engineer reviews such Submittals for general content but not for basic details. G-DISTRIBUTION COPY(PREVIOUSLY APPROVED). Signifies Submittals which have been previously approved and are being distributed to Contractor, Owner,Resident Project Representative,and others for coordination and construction purposes. JefCity Mo-100-1.doe 93 Jefferson City Memorial Airport ' Constrict Taxiway A and Taxiway Connectors February 2007 LOCAL PROVISIONS APPENDIX t THIS SUBMITTAL REVIEWED BY BURNS&MCDONNELL ENGINEERING CO. Owner Project No. Specification No. Date Received Contractor remains liable for accuracy of submittals as provided in the contract documents. Engineer's Action (See Contract Documents) Initials&Date Initials&Date A E B F im C G D r • JefCity Mo-100-1.doc 94 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 PART D 1 • FEDERAL AND STATE WAGE RATES This sheet intentionally left blank r s 1 1 1 JefCity Mo-100-1.doc 95 Jefferson City Memorial Airport W A1J Llocumeffi iceLnevai GENERAL DECISION: M020070001 03/23/2007 M01 r •Date: March 23, 2007 General Decision Number: M020070001 03/23/2007 Superseded General Decision Number: M020030001 State: Missouri Construction Types : Heavy and Highway Counties : Missouri Statewide. r HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 02/09/2007 1 02/16/2007 2 02/23/2007 3 03/16/2007 4 03/23/2007 ASEE0001-002 10/01/2006 Rates Fringes Asbestos Worker/Heat and j Frost Insulator Includes application of • all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems. Also the application of firestopping material for wall openings and penetrations in walls, floors, ceilings and -_---curtain-walls ----���. . . . . . _ . . _ . _$-30 44----- - 13 .66- --_- CARP0007-008 04/01/2006 CASS (Richards-Gebauer AFB ONLY) , CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes Carpenters: CARPENTERS & LATHERS. . . . . . . .$ 31.30 10.03 MILLWRIGHTS-&-PILEDRIVERS. . .$ 31.30- 10.03 ------- --- ----- CARP0008-003 05/03/2006 ST. LOUIS COUNTY AND CITY • Rates Fringes Carpenter. . . . . . . . . . . . . . . . . . . . . . . .$ 30.52 9.32 t http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 2 of 32 ---------------------------------------------------------------- i CARP0011-001 03/01/2007 Rates Fringes • Carpenter and Piledriver ADAIR, AUDRAIN (West of Hwy 19) , BOONE, CALLAWAY, CHARITON, COLE, COOPER, HOWARD, KNOX,LINN, MACON, MILLER, MONITEAU,MONROE, OSAGE, PUTNAM, RANDOLPH, SCHUYLER, SHELBY AND SULLIVAN COUNTIES. . . . . . . . . . .$ 22 .18 9.71+b ATCHISON, ANDREW, BATES, CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, LIVINGSTON, MERCER, NODAWAY, ST. CLARR, SALINE AND WORTH COUNTIES . . . . . . . . . .$ 25 .18 9. 14 AUDRAIN (East of Hwy. 19) , RALLS, MARION, LEWIS, CLARK AND SCOTLAND COUNTIES.$ 26.47 9.07 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, • WEBSTER AND WRIGHT COUNTIES. . . . . . . . . . . . . . . . . . . .$ 24 .83 9.14 BENTON, MORGAN AND PETTIS. . .$ 24 . 88 9.49 BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, SCOTT, STODDARD AND WAYNE COUNTIES.$ 24 .56 7.18 BUCHANAN, CLINTON, JOHNSON AND LAFAYETTE COUNTIES. . . . .$ 25 . 83 9.14 CARTER, HOWELL, OREGON AND RIPLEY COUNTIES. . . . . . . . . . . .$ 23 .64 7 .18 CRAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, MONTGOMERY, PHELPS, PULASKI, REYNOLDS, SHANNON AND TEXAS COUNTIES. . . . . . . . . .$ 26.32 9.07+a FRANKLIN AND WARREN COUNTIES. . . . . . . . . . . . . . . . . . . .$ 28 .37 9.07 JEFFERSON AND ST. CHARLES COUNTIES. . . . . . . . . . . . . . . . . . . .$ 30.70 9.07 LINCOLN COUNTY. . . . . . . . . . . . . .$ 27 .98 9.07 PIKE, ST. FRANCOIS AND WASHINGTON COUNTIES. . . . . . . . .$ 27 .03 9.07 STE.GENEVIEVE COUNTY. . . . . . . .$ 26.26 9.07 a. PHELPS & PULASKI COUNTIES: Mining projects, dams, power • plants and miliitary installations (Fort Leonard Wood) will be paid at current St. Louis Commercial wage scale - $30.52 htt :/ frweb�-ate.access.gP o.�aov/c i-bin/�aetdoc.c i?dbname=Davis-Bacon&docid=M0200... 3/28/2007 wtin, jocumen,xe,r,eva, per hour and $9.32 fringe benefits. b. Millwight & Piledriver rate $23 .18 plus $9.71. -------------------------------------------------- ELEC0001-002 06/01/2006 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, FRANKLIN, IRON, JEFFERSON, LINCOLN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY,REYNOLDS, RIPLEY, ST.. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , STE. GENEVIEVE, SCOTT, STODDARD, WARREN, WASHINGTON AND WAYNE COUNTIES Rates Fringes i Electrician. . . . . . . . . . . . . . . . . . . . . .$ 32 . 10 18.96 ---------------------------------------------------------------- ELEC0002-001 09/01/2005 ADAIR, AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCON, LINN, MACON, MARIES, MARION, MILLER, MONITEAU, MONROE, MONTGOMERY, MORGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , STE. GENEVIEVE, SCHUYLER, SCOTLAND, SHANNON, SHELBY, SULLIVAN, TEXAS, WARREN AND WASHINGTON COUNTIES Rates Fringes Line Construction: Groundman and Groundman- Driver. . . . . . . . . . . . . . . . . . . . . .$ 21.22 4.50+41.30% Groundman Equipment Operator. . . . . . . . . . . . . . . . . . . .$ 27.04 4 .50+41.30% Groundman-winch Driver. . . . . .$ 22 .12 4 .50+41.30% - Lineman or Cable Splicer. . . .$ 30.30 4 .50+41.30% -------------------------------------------------------------- ELEC0053-004 09/01/2006 I Rates Fringes Line Construction: (ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN, CALDWELL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS, DAVIES DEKALB, DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, JASPER, LACLEDE, LAWRENCE, LIVINGSTON, MCDONALD, MERCER, NEWTON, NODAWAY, OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH AND WRIGHT COUNTIES) Groundman Powderman. . . . . . . . .$ 22 .84 4 .75+341 • Groundman. . . . . . . . . . . . . . . . . . .$ 21.15 4.75+34% Lineman Operator. . . . . . . . . . . .$ 31.01 4.75+34% Lineman. . . . . . . . . .$ 32 .72 4.75+34% http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 WAIS Document Retrieval Page 4 of 32 Line Construction; (BATES, BENTON, CARROLL, CASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PETTIS, PLATTE, • RAY AND SALINE COUNTIES) Groundman Powderman. . . . . . . . .$ 23 .71 4 .75+34% Groundman. . . . . . . . . . . . . . . . . . .$ 22 .49 4 .75+34% Lineman Operator. . . . . . . . . . . . $ 31.65 4 .75+34% Lineman. . . . . . . . . . . . . . . . . . . . .$ 33 . 91-- -4 .75+34% - - -------------------------- --- �. ELECO095-001 06/01/2006 BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE, MCDONALD, NEWTON, ST CLARR, AND VERNON COUNTIES Pates Fringes Electricians : Cable Splicers. . . . . . . . . . . . . .$ 21.35 9.71+8% Electricians. . . . . . . . . . . . . . . .$ 21.00 9.71+8% - ------------------------------------------------- ELEC0124-007 09/05/2006 BATES, BENTON, CARROLL, CASS, CLAY, COOPER, HENRY, JACKSON, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY AND SALINE , COUNTIES: Rates Fringes Electricians: . . . . . . . . . . . . . . . . . . . .$ 30 .73- - - - - --16. 92- - - ELECO257-003 03/01/2006 • AUDRAIN (Except Cuivre Township) , BOONE, CALLAWAY, CAMDEN, CHARITON, COLE, CRAWFORD, DENT, GASCONADE, HOWARD, MARIES, MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH COUNTIES Rates Fringes Electricians: Cable Splicers. . . . . . . . . . . . . .$ 27.32 13 . 852 Electricians. . . . . . . . . . . . . . . .$ 26.32 13 .852 ---------------------------------------------------------------- ELEC0350-002 12/01/2004 ADAIR, AUDRAIN (East of Highway 19) , CLARK, KNOX, LEWIS, LINN, MACON, MARION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES Rates Fringes Electrician. . . . . . . . . . . . . . . . . . . . . .$ 25.30 11.62 ---------------------------------------------------------------- ELEC0453-001 09/01/2006 Rates Fringes Electricians: • CHRISTIAN, DALLAS, DOUGLAS, GREENE, HICKORY, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 wAlJ vocumeni tKeilleval rarc J V1 JG HOWELL, LACLEDE, OREGON, OZARK, POLK, SHANNON, WEBSTER and WRIGHT COUNTIES.$ 22 .70 11.74 • PULASKI and TEXAS COUNTIES. .$ 27 . 35 12 .20 -----STONE and-TANEY COUNTIES. . . .$-16.30 - - - 10.70--- - f ELEC0545-003 06/01/2003 ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISON, HOLT, MERCER, GENTRY, HARRISON, DAVIESS, GRUNDY, WORTH, LIVINGSTON, NODAwAY, AND CALDWELL COUNTIES Rates Fringes Electricians : . . . . . . . . . . . . . . . . . . . .$ 27 .66 9.93 ELEC0702-004 07/03/2006 BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MADISON, MISSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODDARD AND WAYNE COUNTIES Rates Fringes Line Construction: Groundman - Class A. . . . . . . . .$ 20 .01 4 .75+28 .75% Groundman-Equipment Operator (all crawler type equipment D-4 and larger) . . .$ 28.81 4 .75+28 .75% Lineman. . . . . . . . . . . . . . . . . . . . .$ 35 .03 4 .75+28 .75% ------------------------------------------------- • * ENGIO101-001 05/01/2006 ANDREW, ATCHISON, BATES, BENTON, BUCHANAN, CALDWELL, CARROLL, CHARITON, CLINTON, COOPER, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, HOWARD, JOHNSON, LAFAYETTE, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH COUNITES Rates Fringes Power equipment operators : GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.50 11.15 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 25.10 11.15 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 23 .10 11.15 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or sub-grader; backhoe; blade operator (all types) ; boilers - 2; booster pump on dredge; bulldozer operator; boring machine (truck or crane mounted) ; clamshell operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; dredge operator; drill cat with compressor mounted (self-contained) or similar type self- propelled rotary drill (not air tract) ; drilling or boring machine (rotary-self-propelled) ; finishing machine operator; http://frwebgate.access.opo.c ov/cgi-bin/getdoc.co l?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 6 of 32 greaser; high loader-fork lift-skid loader (all types) ; hoisting engineer (2 active drums) ; locomotive operator (standard guage) ; mechanics and welders (field and plants) ; mucking machine operator; pile drive operator; pitman crane . or boom truck (all types) ; push cat; quad track; scraper operators (all types) ; shovel operator; sideboom cats; side discharge spreader; skimmer scoop operators; slip form paver operator (CMI, Rex, Gomeco or equal) ; la tourneau rooter (all tiller types) ; tow boat operator; truck crane; wood and log chippers (all types) . GROUP 2 : A-frame truck operator; articulated dump truck; back filler operator; boilers (1) ; chip spreader; churn drill operator; compressor; concrete mixer operator, skip loader; concrete saws (self-propelled) ; conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float operator; form grade operator; hoisting engine (one drum) ; maintenance operator; multiple compactor; pavement breaker, self-propelled hydra-hammer (or similar type) ; paymill operator; power shield; pumps; roller operator (with or without blades) ; screening and washing plant; self-propelled street broom or sweeper; siphons and jets; straw blower; stump cutting machine; siphons and jets; tank car heater operator (combination boiler and booster) ; welding machine; vibrating machine operator (not hand held) ; welding machine. GROUP 3 : (a) Oiler; (b) Oiiler driver (c) Mechanic. HOURLY PREMIUMS: THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE GROUP 1 RATE: Dragline operator - 3 yds. & over; shovel 3 yds. & over; clamshell 3 yds. & over; Crane, rigs or piledrivers, 100' of boom or over (incl . jib. ) , hoist each additional active drum over 2 drums THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50) ABOVE GROUP 1 RATE: Tandem scoop operator; crane, rigs or piledrivers 150 ' to 200' of boom (incl. jib. ) THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .75) ABOVE GROUP 1 RATE: Crane rigs, or piledrivers 2.00 ft. of boom or over (including jib.) ---------------------------------------------------------------- ENGI0101-005 04/01/2006 LASS, CLAY, JACKSON,PLATTE AND RAY COUNTIES Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27.49 11.47 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 26.45 11.47 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 21.98 11.47 GROUP 4 . . . . . . . . . . . . . . . . . . . . . $ 25.33 11.47 • POWER EQUIPMENT OPERATORS CLASSIFICATIONS http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 WA1J Document lcelnoval GROUP 1: Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or • sub-grader; backhoe; blade operator (all types) ; boilers-2; booster pump on dredge; boring machine (truck or crane mounted) ; bulldozer operator; clamshell operator; concrete cleaning decontamination machine operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; dredge operator; drillcat with compressor mounted (self-contained) or similar type self propelled rotary drill (not air tract) ; drilling or boring machine (rotary - self-propelled) ; finishing machine operator; greaser; heavy equipment robotics operator/mechanic; horizontal directional drill operator; horizontal directional drill locator; loader-forklift - skid loader (all types) ; hoisting engineer (2 active drums) ; locomotive operator (standard guage) ; master environmental maintenance mechanic; mechanics and welders (field and plants) ; mucking machine operator; piledrive operator; pitman crane or boom truck (all types) ; push cat; quad-track; scraper operators (all types) ; shovel operator; side discharge ' spreader; sideboom cats; skimmer scoop operator; slip-form paver (CMI, REX, Gomaco or equal) ; la tourneau rooter (all tiller types) ; tow boat operator; truck crane; ultra high perssure waterjet cutting tool system operator/mechanic; vacuum blasting machine operator/mechanic; wood and log chippers (all types) GROUP 2 : "A" Frame truck operator; articulated dump truck; i • back filler operator; boilers (1) ; chip spreader;churn drill operator; concrete mixer operator, skip loader; concrete saws (self-propelled) ; conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float Operator; form grader operator; hoisting engine (1 drum) ; maintenance operator; multiple compactor; pavement breaker, self-propelled hydra- hammer (or similar type) ; power shield; paymill operator; pumps; siphons and jets; stump cutting machine; tank car heater operator (combination boiler and booster) ; compressor; roller operator (with or without blades) ; screening and washing plant; self-propelled street broom or sweeper; straw blower; tank car heater operator (combination boiler and booster) ; vibrating machine operator (not hand held) GROUP 3 : Oilers GROUP 4: Oiler Driver (All Types) FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($1.00) ABOVE GROUP 1 RATE: Clamshells - 3 yd. capacity or over; Cranes or rigs, 80 ft. of boom or over (including jib) ; Draglines, 3 yd. capacity • or over; Piledrivers 80 ft. of boom or over (including jib) ; Shovels & backhoes, 3 yd. capacity or over. ---------------------------------------------------------------- gate.access.gpo.gov/cgi-bin �etdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 j http://frweb WAIS Document Retrieval Page 8 of 32 ENGI0101-022 05/01/2006 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, • OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER AND WRIGHT COUNTIES and CITY OF SPRINGFIELD Rates Fringes Power equipment operators : GROUP 1. . . . .. . . . . . . . . . . . . . . . .$ 22 .12 9.95 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 21.77 9. 95 GROUP 3 . . . . . . . . . . . . . . . . . . . . . $ 21.57 9 .95 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 19.52 9.95 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : Asphalt finishing machine & trench widening spreader; asphalt plant console operator; autograder; automatic slipform paver; backhoe; blade operator - all types; boat operator - tow; boilers-2; central mix concrete plant operator; clamshell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine - 2 active drums; launch hammer wheel; locomotive operator; - standard guage; mechanic and welders; mucking machine; off-road trucks; piledriver operator; pitman crane operator; push cat operator; quad trac; scoop operator - • all types; shovel operator; sideboom cats; skimmer scoop operators; trenching machine operator; truck crane. GROUP 2 : A-frame; asphalt hot-mix silo; asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant man; asphalt plant mixer operator; asphalt roller operator; backfiller operator; barber-greene loader; boat operator (bridges and dams) ; chip spreader; concrete mixer operator - skip loader; concrete plant operator; concrete pump operator; crusher operator; dredge oiler; elevating grader operator; fork lift; greaser-fleet; hoisting engine - 1; locomotive operator - narrow gauge; multiple compactor; pavement breaker; powerbroom - self-propelled; power shield; rooter; side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle man; tractor operator (over 50 h.p. ) ; winch truck. GROUP 3 : Boilers - 1; chip spreader (front man) ; churn drill operator; clef plane operator; concrete saw operator (self- propelled) ; curb finishing machine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator, other than high type asphalt; screening & washing plant operator; siphons & jets; sub-grading machine operator; spreader box operator, self-propelled (not asphalt) ; tank car heater operator (combination boiler & booster) ; tractor operator (50 h.p. or less) ; Ulmac, Ulric • or similar spreader; vibrating machine operator, not hand; http://frwebe,ate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnaine=Davis-Bacon&docid=MO200... 3/28/2007 VVt-110 1JVUU111C11L 1XL11CVc 1 r a6c Y V1 .)c, GROUP 4 : Grade checker; Oiler; Oiler-Driver HOURLY PREMIUMS : • The following classifications shall receive $ .25 above GROUP 1 rate: Clamshells - 3 yds. or over; Cranes - Rigs or Piledrivers, 100 ft. of boom or over (including jib) ; Draglines - 3 yds. or over; Hoists - each additional active drum over 2 drums; Shovels - 3 yds. or over; 1' The following classifications shall receive $ .50 above GROUP 1 rate: Tandem scoop operator; Cranes - Rigs or Piledrivers, 150 ft. to 200 ft. of boom (including jib) ; Tandem scoop. The following classifications shall receive $ .75 above GROUP 1 rate: -Cranes-- Rigs or Piledrivers, 200 ft. of boom or over (including jib. ) . --------------------------------- ENGI0513-004 05/03/2006 FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN COUNTIES R Rates Fringes Power equipment operators : GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27 .27 15 .35 �4 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 27.27 15 .35 • GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 25 .37 15.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 21.91 15 .35 . POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Backhoe, Cable; Backhoe, Hydraulic (2 cu yds bucket and under regardless of attachment, one oiler for 2 or 3, two oilers for 4 through 6) ; Backhoe, Hydraulic over 2 cu yds; Cableway; Crane, Crawler or Truck; Crane, Hydraulic - Truck or Cruiser mounted, 16 tons and over; Crane, Locomotive; crane with boom including jib over 100 ft from pin to pin; Crane using rock socket tool; Derrick, Steam; Derrick Car and Derrick Boat; Dragline, 7 cu yds and over; Dredge; Gradall, Crawler or tire mounted; Locomotive, Gas, Steam & other powers; Pile Driver, Land or Floating; Scoop, Skimmer; Shovel, Power (Electric, Gas, Steam or other powers) ; Shovel, Power (7 cu yds and over) ; Switch Boat; Whirley; Air Tugger with air compressor; Anchor Placing Barge; Asphalt Spreaker; Athey Force Feeder Loader, self-propelled; Backfilling Machine; Boat Operator - Push Boat or Tow Boat (job site) ; Boiler, High Pressure Breaking in Period; Boom Truck, Placing or Erecting; Boring Machine, Footing Foundation; Bullfloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile) ; Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when operator runs throttle; Concrete Breaker (Truck or Tractor mounted) ; Concrete Pump (such as • Pumperete machine) ; Concrete Saw (self-propelled) ; Concrete Spreader; Conveyor, Large (not selfpropelled) hoisting or moving brick and concrete into, or into and on floor level, i http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 10 of 32 one or both; Crane, Climbing (such as Linden) ; Crane, Hydraulic - Rough Terrain, self-propelled; Crane, Hydraulic - Truck or Cruiser mounted - under 16 tons; Drilling machine - Self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obtaining power • from other souces including concrete breakers, jackhammers and Barco equipmnet no engineer required) ; Elevating Grader; Engine Man, Dredge; Excavator or Powerbelt Machine; Finishing Machine, self- propelled oscillating screed; Forklift; Generators, Two through Six 30 KW or over; Grader, Road with power blade; Greaser; Highlift; Hoist, Concrete and Brick (Brick cages or concrete skips operating or on tower, Towermobile, or similar equipment) ; Hoist, ' Three or more drums in use; Hoist, Stack; Hydro-Hammer; Lad-A-Vator, hoisting brick or concrete; Loading Machine such as Barber-Greene; Mechanic on job site GROUP 2 : Air Tugger with plant air; Boiler (for power or heating shell of building or temporary enclosures in connection with construction work) ; Boiler, Temporary; Compressor, One over 125 CFM; Compressor, truck mounted; Conveyor, Large (not self- propelled) ; Conveyor, Large (not self- propelled) moving brick and concrete (distributing) on floor level; Curb Finishing Machine; Ditch Paving Machine; Elevator (outside) ; Endless Chain Hoist; Fireman (as required) ; Form Grader; Hoist, One Drum regardless of size (except brick or concrete) ; Lad-A-Vator, other hoisting; Manlift; Mixer, Asphalt, over 8 cu ft capacity; Mixer, one bag capacity or less; Mixer, without side loader, two bag capacity or more; Mixer, with side loader, regardless of size, not Paver; Mud Jack (where mud jack is • used in conjenction with an air compressor, operator shall be paid $ .55 per hour in addition to his basic hourly rate for covering both operations) ; Pug Mill operator; Pump, Sump - self powered, automatic controlled over 211; Scissor Lift (used for hoisting) ; Skid Steer Loader; Sweeper, Street; Tractor, small wheel type 50 HP and under with grader blade and similar equipment; Welding Machine, One over 400 amp; Winch, operating from truck GROUP 3 : Boat operator - outboard motor, job site; Conveyors (such as Con-Vay-It) regardless of how used; Elevator (inside) ; Heater operator, 2 through 6; Sweeper, Floor GROUP 4 : Crane type HOURLY PREMIUMS : Backhoe, Hydraulic 2 cu yds or less without oiler - $2 .00; Certified Crane Operator - $1.50; Certified Hazardous Material Operator $1.50; Crane,climbing (such as Linden) - $.50; Crane, Pile Driving and Extracting - $ .50 Crane with boom (including job) over 100 ft from pin to pin - add $ .01 per foot to maximum of $4 . 00) ; Crane, using rock socket tool - $ .50; Derrick, diesel, gas or electric hoisting material and erecting steel (150 ft or more above ground) - $ .50; Dragline, 7 cu yds and over - $ .50; http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WA1J Document Ketneval rage i i ui Hoist, Three or more drums in use - $ .50; ' Scoop, Tandem - $.50; Shovel, Power - 7 cu yds and over - $ .50; • Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tunnel or tunnel shaft - $ .50; Wrecking, when machines are working on second floor or higher - $ .50 -E-G--5-3-----05---/2-0----------------------------------------- ENGI0513-006 05/01/2006 I ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES Rates Fringes � • Power equipment operators : GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23 .70 15.31 r GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 23 .35 15 .31 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 23 .15 15.31 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 19.50 15.31 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine & trench widening spreader, asphalt plant console operator; autograder; automatic slipform paver; back hoe; blade operator - all types; boat operator tow; boiler two; central mix concrete plant operator; clam shell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine 2 active drums; launchhammer wheel; locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver operator; pitman crane operator; push cat operator; guad-trac; scoop operator; sideboom cats; skimmer scoop operator; trenching machine operator; truck crane, shovel operator. GROUP 2 : A-Frame; asphalt hot-mix silo; asphalt roller operator asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant mixer operator; backfiller operator; barber-greene loader; boat operator (bridge & dams) ; chip spreader; concrete mixer operator skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fleet; hoisting engine one; locomotive operator narrow guage; multiple compactor; pavement breaker; powerbroom self-propelled; power shield; rooter; slip-form finishing machine; stumpcutter machine; side discharge concrete spreader; throttleman; tractor operator (over 50 hp) ; winch truck; asphalt roller operator; crusher operator. http://frwebgate.access.gpo.c ov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 12 of 32 GROUP 3 : Spreader box operator, self-propelled not asphalt; tractor operator (50 h.p. or less) ; boilers one; chip spreader (front man) ; churn drill operator; compressor over 105 CFM 2-3 pumps 4" & over; 2-3 light plant 7 .5 KWA or any combination thereof; clef plane operator; compressor maintenance operator 2 or 3; concrete saw operator (self-propelled) ; curb finishing mancine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; riller operator other than high type asphalt; screening & washing plant operator; siphons & jets; subgrading machine operator; tank car heater (combination boiler & booster) ; ulmac, ulric or similar spreader; vibrating machine operator; hydrobroom. GROUP 4 : Oiler; grout machine; oiler driver; compressor over 105 CFM one; conveyor operator one; maintenance operator; pump 4" & over one. FOOTNOTE: HOURLY PREMIUMS Backhoe hydraulic, 2 cu. yds . or under Without oiler - $2 .00 Certified Crane Operator - $1.50; , Certified Hazardous Material Operator $1.50; Crane, climbing (such as Linden) - $0.50; Crane, pile driving and extracting - $0.50; Crane, with boom (including jib) over 100 ' from pin to pin add $0.01 per foot to maximum of $4 .00; Crane, using rock socket tool - $0 .50; Derrick, diesel, gas or electric, hoisting material and erecting steel (150 ' or more above the ground) - $0. 50; Dragline, 7 cu. yds, and over - $0 .50; Hoist, three or more drums in use - $0.50; Scoop, Tandem - $0.50; Shovel, power - 7 cu. yds. or more - $0.50; Tractor, tandem crawler - $0 .50; Tunnel, man assigned to work in tunnel or tunnel shaft - $0.50; Wrecking, when machine is working on second floor or higher - $0.50; ENGIO513-007 05/03/2006 ST. LOUIS CITY AND COUNTY Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27 .27 15.35 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 27.27 15 .35 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 25.37 15.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 21.91 15 .35 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Backhoe, cable or hydraulic; cableway; crane crawler or truck; crane, hydraulic-truck or cruiser mounted 16 tons & over; crane locomotive; derrick, steam; derrick ' car & derrick boat; dragline; dredge; gradall, crawler or http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 ' wAlJ Document xemeval rage 1j of .�L tire mounted; locomotive, gas, steam & other powers; pile driver, land or floating; scoop, skimmer; shovel, power (steam, gas, electric or other powers) ; switch boat; whirley. GROUP 2 : Air tugger w/air compressor; anchor-placing barge; asphalt spreader; athey force feeder loader (self- propelled) ; backfilling machine; backhoe-loader; boat I operator-push boat or tow boat (job site) ; boiler, high pressure breaking in period; boom truck, placing or erecting; boring machine, footing foundation; bull- float; cherry picker; combination concrete hoist & mixer (such as '. mixer mobile) ; compressor (when operator runs throttle) ; concrete breaker (truck or tractor mounted) ; concrete pump, such as pump-crete machine; concrete saw (self-propelled) , concrete spreader; conveyor, large (not self-propelled) , hoisting or moving brick and concrete into, or into and on floor level, one or both; crane, hydraulic-rough terrain, self-propelled; crane hydraulic-truck or cruiser mounted-under 16 tons; drilling machines, self-powered use for earth or rock drilling or boring (wagon drills nd any hand drills obtaining power from other sources including concrete breakers, jackhammers and barco equipment-no engineer required) ; elevating grader; engineman, dredge; excavator or powerbelt machine; finishing machine, self-propelled oscillating screed; forklift; grader, road with power blade; highlift. greaser; hoist, stack, hydro-hammer; loading machine (such as barber-greene) ; ! machanic, on job site; mixer, pipe wrapping machines; plant asphalt; plant, concrete producing or ready-mix job site; plant heating-job site; plant mixing-job site; plant power, generating-job site; pumps, two through six self-powered over 211 ; pumps, electric submersible, two through six, over 411 ; quad-track; roller, asphalt, top or sub-grade; scoop, tractor drawn; spreader box; sub-grader; tie tamper; tractor-crawler, or wheel type with or without power unit, power take-offs and attachments regardless of size; trenching machine; tunnel boring machine; vibrating machine automatic, automatic propelled; welding machines (gasoline or diesel) two through six; well drilling machine GROUP 3 : Conveyor, large (not self-propelled) ; conveyor, large (not self-propelled) moving brick and concrete distributing) on floor level; mixer two or more mixers of one bag capacity or less; air tugger w/plant air; boiler, for power or heating on construction projects; boiler, temporary; compressor (mounted on truck; curb finishing machine; ditch paving machine; elevator; endless chain hoist; form grader; hoist, one drum regardless of size; lad-a-vator; manlift; mixer, asphalt, over 8 cu. ft. capacity, without side loader, 2 bag capacity or more; mixer, with side loader, regardless of size; pug mill operator; pump, sump-self-powered, automatic controlled over 2" during use in connection with construction work; sweeper, street; welding machine, one over 400 amp. ; winch operating from truck; scissor lift (used for hoisting) ; tractor, small wheel type 50 h.p. & under with grader blade • & similar equipment; Oiler on dredge and on truck crane. GROUP 4 : Boat operator-outboard motor (job site) ; conveyor http://frwebgate.access.gpo.gov/cgi-bin/c,etdoc.cc,i?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 14 of 32 (such as con-vay-it) regardless of how used; sweeper, floor HOURLY PREMIUMS: Backhoe, hydraulic 2 cu. yds . or under without oiler $2 .00 Certified Crane Operator 1.50 Certified Hazardous Material Operator 1 .50 Crane, climbing (such as Linden) .50 Crane, pile driving and extracting .50 Crane, with boom (including jib) over 100 ' (from pin to pin) add $.01 per foot to maximum of 4 .00 Crane, using rock socket tool .50 Derrick, diesel, gas or electric, hoisting material and erecting steel (150 ' or more above ground) .50 Dragline, 7 cu. yds . and over .50 Hoist, three (3) or more drums in use .50 Scoop, Tandem .50 Shovel, power - 7 cu. yds. or more .50 Tractor, tandem crawler .50 Tunnel, man assigned to work in tunnel or tunnel shaft .50 wrecking, when machine is working on second floor or higher .50 ---------------------------------------------------------------- IRON0010-012 04/01/2006 Rates Fringes Ironworkers : ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, HOWARD, LACLEDE, LINK, LIVINGSTON, MERCER, MONITEAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, RANDOLPH, ST. CLAIR, SALINE, SULLIVAN, TANEY, VERNON, WEBSTER, WRIGHT and WORTH Counties; and portions of ADAIR, BOONE, MACON, MILLER, and RANDOLPH Counties. . . . . . . . . . .$ 22 .60 17.75 BUCHANAN, CASS, CLAY, JACKSON, JOHNSON, LAFAYETTE, PLATTE AND RAY Counties. . . . . . . . . . . . . . . . . . . .$ 25 .60 17.75 -------------------------------------------------- IRON0321-002 12/31/2004 DOUGLAS, HOWELL and OZARK COUNTIES Rates Fringes http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 wt-�1J 1Jocumen,tCe,neva, 1J ul JG I Ironworker. . . . . . . . . . . . . . . . . . . . . . .$ 17 . 15------------10 .06------- ---------------------------------- • IRON0396-004 01/03/2007 1. ST. LOUIS (City and County) , ST. CHARLES, JEFFERSON, IRON, FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS, STE. GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, -' PERRY, BOLLINGER, WAYNE, and CARTER Counties Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . . .$ 27 . 83------------15 06------- i ---------------------------------------- IRON0396-009 01/03/2007 AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MARIES, MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS and WRIGHT Counties; and portions of BOONE, CAMDEN, DOUGLAS, HOWELL, LACLEDE, MILLER, MONROE, OREGON, SHANNON and BALLS Counties I Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . . .$ 23 .57 14 .71 IRON0577-005 08/01/2005 ADAIR, CLARK, KNOX, LEWIS, MACON, MARION, MONROE, BALLS, SCHUYLER, SCOTLAND, AND SHELBY COUNTIES Rates Fringes 4 Ironworker. . . . . . . . . . . . . . . . . . . . . . .$ 20.60 11.95 ------------------------------------------------------- IRON0584-004 06/01/2006 I BARRY, JASPER, LAWRENCE, MCDONALD, NEWTON AND STONE Counties Rates Fringes I Ironworkers: . . . . . . . . . . . . . . . . . . . . .$ 20.35 9.22 --------------------------------------------------------- I IRON0782-003 01/01/2007 CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTT, & STODDARD Counties; and portions of BOLLINGER, BUTLER, CARTER, DUNKLIN, MADISON, PEMISCOT, PERRY, RIPLEY, and WAYNE Counties Rates Fringes Ironworkers: Locks, Dams, Bridges and other major work on the I Mississippi and Ohio River only. . . . . . . . . . . . . . . . . . . . . . . .$ 23 .94 13 .59 All Other Work. . . . . . . . . . . . . .$ 21.65 - -- 12 .59------- • LAB00042-003 03/05/2007 tST. LOUIS (City and County) http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 16 of 32 Rates Fringes Laborers : Plumber Laborers 26 .42 9.33 - LAB00042-005 03/05/2007 ST. LOUIS (City and County) Rates Fringes Laborers : Dynamiter, Powderman. . . . . . . . $ 26.78 9.33 Laborers, Flagperson. . . . . . . .$ 26 .28 9.33 Wrecking. . . . . . . . . . . . . . . . . . . . $ 26. 16 9.33 LAB00424-002 05/01/2005 Rates Fringes Laborers : ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, , RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, ' SULLIVAN, TEXAS, WASHINGTON AND WAYNE COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 21.77 7 .78 GROUP 2 . . . . . . . . . . . . . . . . . . . .$ 22 .37 7.78 FRANKLIN COUNTY GROUP 1. . . . . . . . . . . . . . . . . . . .$ 23 .22 7 .78 GROUP 2 . . . . . . . . . . . . . . . . . . . .$ 23 .82 7 .78 JEFFERSON COUNTY GROUP 1. . . . . . . . . . . . . . . . . . . . $ 23 .27 7.78 GROUP 2 . . . . . . . . . . . . . . . . . . . .$ 23.87 7.78 LINCOLN, MONTGOMERY AND WARREN COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 22 .02 7 .78 GROUP 2 . . . . . . . . . . . . . . . . . . . .$ 22 .62 7 .78 LABORERS CLASSIFICATIONS • GROUP 1 - General laborer-flagman, carpenter tenders; t gP o. htt P://frweb ate.access. ov/cgi-bin/getdoc.c-i?dbname=Davis-Bacon&docid=M0200... 3/28/2007 ' g g WA13 UQUU111Cn1 lcelileval rLty salamander Tenders; Dump Man; Ticket Takers; loading trucks under bins, hoppers, and conveyors; track man; cement handler; dump man on earth fill; georgie buggie man; material batch hopper man; spreader on asphalt machine; material mixer man (except on manholes) ; coffer dams; riprap pavers rock, block or brick; scaffolds over ten feet not self-supported from ground up; skip man on concrete paving; wire mesh setters on concrete paving; all work in -� connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form setters, puddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material; topper of standing trees; feeder man. on wood pulverizers, board and willow mat f weavers and cabelee tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft. where compressed air is not used; abutement and pier hole men working six (6,) ft. or more below ground; men working in coffer dams for bridge piers and footing in the river; barco tamper; jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditch lines; hot mastic kettlemen; hot tar applicator; hand blade operator; mortar men or I brick or block manholes; rubbing concrete, air tool operator under 65 lbs. ; caulker and lead man; chain or concrete saw under 15 h.p. ; signal Gan; Guard rail 'and sign erectors. �i 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. i 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 drills, gunite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 h.p. and over; grade checker; strigline man on electronic grade control; manhole builder; dynamite man; powder man; welder; tunnel man; waterblaster - 1000 psi or over, asbestos and/or hazardous waste removal and/or disposal ------------------------------------------------------------ LAB00579-005 05/01/2006 Rates Fringes Laborer (BUCHANAN COUNTY) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 20 .04 9.24 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 20.39 9.24 Laborers : (ANDREW, ATCHISON, CALDWELL, CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, LIVINGSTON, MERCER, NODAWAY and WORTH COUNTIES. ) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 20.04 9.24 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 20.39 9.24 ' http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 WAIS Document Retrieval Page 18 of 32 Laborers : (BARRY, BARTON, BATES, DENTON, CAMDEN, CARROLL, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HENRY. HICKORY, JASPER, JOHNSON, LACLEDE, LAWRENCE, MCDONALD, MORGAN, NEWTON, OZARK, PETTIS, POLK, ST.CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER and WRIGHT COUNTIES) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 18 .79 8.69 GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 19.34 '8 .69 Laborers : (LAFAYETTE COUNTY) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 20 .34 8 .94 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 20 .69 8 . 94 LABORERS CLASSIFICATIONS GROUP 1: General Laborers - Carpenter tenders; salamander tenders; loading trucks under bins; hoppers & conveyors; track men & all other general laborers; air tool operator; cement handler-bulk or sack; dump man on earth fill; georgie buggie man; material batch hopper man; material mixer man (except on manholes) ; coffer dams; riprap pavers - rock, block or brick; signal man; scaffolds over ten feet not self-supported from ground up; skipman on concrete paving; wire mesh setters on. concrete paving; all work in connection with sewer, water, gas, gasoline, oil drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator, all work in connection with hydraulic or general dredging operations; puddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material or materials (where special protection is required) ; rubbing concrete; topper of standing trees; ' batter board man on pipe and ditch work; feeder man on wood pulverizers; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 feet where compressed air is not used; abutment and pier hole men working six (6) feet or more below ground; men working in coffer dams for bridge piers and footings in the river; ditchliners; pressure groutmen; caulker; chain or concrete saw; cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet above ground; mortarmen on brick or block manholes; toxic and hazardous waste work. GROUP 2 : Skilled Laborers - Head pipe layer on sewer work; laser beam man; Jackson or any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, gutters; hot mastic kettleman; hot tar applicator; sandblasting and gunite nozzlemen; 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 . grade control; manhole builders-brick or block; dynamite ' and powder men; grade checker. http://frwebgate.access.gpo.gov/cgi-bir/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 ' VVL11J 1JUC UIi1C", L�CLi1CVa1 ---------------------------------------------------------------- ' * LAB00660-006 03/05/2007 ! • ST. CHARLES COUNTY ' Rates Fringes Laborers: . . . . . . . . . . . . . . . . . . . . . . . . $ 25 .54 8 .91 LABORERS CLASSIFICATIONS I ' General laborer; carpenter tender; salamander tender; dump man; ticket takers; flagman; loading trucks under bins, ! hoppers, and conveyors; track men; cement handler; dump man on earth fill; Georgie buggie man; material batch hopper man; spreader on asphalt machine; material mixer man (except on. manholes) ; coffer dams; riprap paver - rock, block, or brick; signal man; scaffolds over 10 ft not self-supported from ground up; skipman on concrete paving; wire mech setters on concrete paving; all work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with hydraulic or general dredging operations; form setters; I puddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material; topper of standing trees; ! feeder man on wood pulverizer; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft where compressed air is not used; abutment and pier hole men working 6 ft or more below ground; men working in coffer dams for bridge piers and footings in the river; Barco tamper, Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditchliners; hot mastic kettleman; hot tar applicator; hand blade operators; i� mortar men on brick or block manholes; rubbing concrete; air tool operator under 65 pounds; caulker and lead man; chain saw under 15 hp; guard rail and sign erectors; Vibrator man; asphalt raker; hand pipe layer on sewer work; ' batterboard man on pipe and ditch work; cliff scalers working from Bosun's chairs, scaffolds or platforms on dams or power plants over 10 ft high; air tool operator over 65 pounds;stringline man on concrete paving etc. ; sand blast . man; laser beam man; wagon drill; churn drill; air track I drill and all other similar type drills; gunnite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 hp and over; grade checker; stringline man on electronic grade control; manhole builder; dynamite man; powder man; welder; tunnel man; waterblaster - 1000 psi and ' over; asbestos and/or hazardous waste removal and or disposal; ---------------------------------------------------------------- LAB00663-002 04/01/2006 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes ' http://frweb-ate.access.,opo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 20 of 32 Laborers: GROUP 1. . . . . . . . . . . . . . . . . . . . . $ 23 .28 9. 39 ' GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 24 .49 9.39 LABORERS CLASSIFICATIONS • GROUP 1: General laborers, Carpenter tenders, salamander ' tenders, loading trucks under bins, hoppers and conveyors, track men and all other general laborers, air tool operator, cement handler (bulk or sack) , chain or concrete saw, deck hands, dump man on earth fill, Georgie Buggies man, material batch hopper man, scale man, material mixer ' man (except on manholes) , coffer dams, abutments and pier hole men working below ground, riprap pavers rock, black or brick, signal man, scaffolds over ten feet not self-supported from ground up, skipman on concrete paving, wire mesh setters on concrete paving, all work in connection with sewer,water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipelines, power tool operator, all work in connection with hydraulic or general dredging operations, straw blower nozzleman,asphalt plant platform man, chuck tender, crusher feeder, men handling creosote ties on creosote materials, men working with and handling epoxy material or materials (where special protection is required) , topper of standing trees, batter board man on pipe and ditch work, feeder man on wood pulverizers, board and willow mat weavers and cable tiers on river work, deck hands, pile dike and revetment work, all laborers working on underground tunnels less than 25 feet where compressed air is not used, abutment and pier hole men working six (6) feet or more below .ground, men working in coffer dams for bridge piers and footings in the river, ditchliners, pressure groutmen, caulker and chain or concrete saw, cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet above ground, mortarmen on brick or block manholes, signal man. , GROUP 2 : Skilled Laborer - spreader or screed man on asphalt machine, asphalt raker, grade checker, vibrator man, concrete saw over 5 hp. , laser beam man, barco tamper, ' jackson or any other similar tamp, wagon driller, churn drills, air track drills and other similar drills, cutting torch man, form setters, liners and stringline men on concrete paving, curb, gutters and etc. , hot mastic kettleman, hot tar applicator, hand blade operators, mortar men on brick or block manholes, sand blasting and gunnite nozzle men, rubbing concrete, air tool operator in tunnels, , head pipe layer on sewer work, manhole builder (brick or block) , dynamite and powder men. ---------------------------------------------------------------- PAIN0002-002 09/01/2006 CLARK, FRANKLIN, JEFFERSON, LEWIS, LINCOLN, MARION, PIKE, RALLS, ST. CHARLES, ST. LOUIS (CITY & COUNTY) , AND WARREN COUNTIES Rates Fringes • Painters: , htt p://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 ' wtic3 LJOcumem tceinevai r arJC 1 vi ,t Brush. . . . . . . . . . . . . . . . . . . . . . .$ 27 .79 9 .77 ' ray-----------------------$29.79 9.77 - ------- ------------------------ PAIN0002-006 02/01/2006 ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARITON, COLE, GASCONADE, HOWARD, KNOX, LINN, MACON, MONROE, MONTGOMERY, OSAGE, PUTNAM, RANDOLPH, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES and the City of Booneville. Rates Fringes Painters : Bridges, Dams, Locks or Powerhouses . . . . . . . . . . . . . . . . . $ 22 .05 6 . 92 ' Brush and Roll; Taping, Paperhanging. . . . . . . . . . . . . . . .$ 20.05 6 . 92 Epoxy or Any Two Part Coating; Sandblasting; Stage or Other Aerial Work - Platforms over 50 feet high; Lead Abatement. . . . . . . .$ 21. 05 6. 92 Spray; Structural Steel (over 50 feet) . . .$ 20.55 6 .92 Tapers using Ames or Comparable Tools. . . . . . . . . . . .$ 20.30 6 .92 ------------------------------------------------------- PAIN0003-004 04/01/2006 i ' BATES, BENTON, CALDWELL, CARROLL, CASS, CLAY, CLINTON, COOPER, DAVIESS, GRUNDY, HARRISON, HENRY, JACKSON, JOHNSON, LAFAYETTE, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES Rates Fringes Painters: ' Bazooka, Boxes & Pwer Sander. . . . . . . . . . . . . . . . . . . . . .$ 27.42 11.35 Brush & Roller. . . . . . . . . . . . . .$ 26.20 11.35 Drywall. . . . . . . . . . . . . . . . . . . . .$ 26.42 11.35 Lead Abatement; Sprayman. . . .$ 27.20 11.35 Sandblast (Bridge, Stage, Erected Steel and Storage Bin and Tanks) . . . . . . . . . . . . . .$ 27.70 11.35 Sprayman (Storage Bin & Tanks, Elevated Tanks) ; Stageman (Spray) ; Bridgeman (Spray) ; Steelman (Spray) . . . . . . . . . . . .$ 27 .95 11.35 Steeplejack - Spray or Sandblast (other than Elevated Tanks) . . . . . . . . . . . . .$ 31.89 11.35 Steeplejack (other than Elevated Tanks) . . . . . . . . . . . . .$ 30 . 89 11.35 Storage Bin & Tanks (Roller or Brush) ; Elevated Tanks (Roller or ' Brush) ; Stageman; Beltman; Bridgeman; Steelman; Sand ' htt ://frwebgate.access. o. ov/c i-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M p � gp g g � � 0200.. 3/28/2007 WAIS Document Retrieval Page 22 of 32 Blast (Base) ; Elevator -----Shaft-----------------------$ 26. 95 11.35 - ------------ ' PAIN0098-002 05/01/2005 • ANDREW, ATCHISON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & ' WORTH COUNTIES Rates Fringes ' Painters: I Brush & Roller. . . . . . . . . . . . . . $ 22 . 10 8 .40 ' Sandblasters . . . . . . . . . . . . . . . .$ 23 . 10 8 .40 Steeple Jack. . . . . . . . . . . . . . . . $ 25. 10 8 .40 PAIN0203-001 04/01/2006 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, JASPER, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER and WRIGHT COUNTIES Rates Fringes Painters: Painters. . . . . . . . . . . . . . . . . . . .$ 17 . 00 9.27 Sandblasters and Highman ' (over 401 ) . . . . . . . . . . . . . . . . . .$ 19.55 9.27 Tapers. . . . . . . . . . . . . . . . . . . . . . $ 18.80 7 .45 ---------------------------------------------------------------- PAIN1265-003 07/01/2006 CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS, PULASKI AND TEXAS COUNTIES Rates Fringes Painters: ' Brush and Roller. . . . . . . . . . . .$ 20 .55 9.36 Lead Abatement. . . . . . . . . . . . . .$ 22 .80 9.36 Spray. . . . . . . . . . . . . . . . . . . . . . .$ 22.05 9.36 ' Structural Steel, Sandblasting and All Tank Work. . . . . . . . . . . . . . . . . . . . . . . .$ 21.80 9.36 Taping, Paperhanging, Floor Work 21.05 9 36 - ------------- - ----- - ------- PAIN1292-002 09/01/2006 ; BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, RIPLEY, SCOTT, SHANNON, STODDARD and WAYNE COUNTIES ' Rates Fringes Painters : Bridges, Stacks & Tanks. . . . .$ 25 .52 9.72 Commercial. . . . . . . . . . . . . . . . . .$ 18.07 9.72 Industrial. . . . . . . . . . . . . . . . . .$ 20.57 9.72 ' Spray & Abrasive Blasting. . .$ 20 .07 9.72 http://frweb-ate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 ' 1-1 ' wAl�i liocument xemevat ra'D �� Ul J-1 Taper (Tools) . . . . . . . . . . . . . . .$ 18 .32 9.72 ' Waterblasting. . . . . . . . . . . . . . .$ 20 .07 9.72 Height Rates (All Areas) : ' Over 60 ft. $0 .50 per hour. Under 60 ft. $0 .25 per hour. ---------------------------------------------------------------- PAIN1292-003 09/01/2006 IRON, MADISON, ST. FRANCOIS, STE. GENEVIEVE and WASHINGTON COUNTIES ' Rates Fringes Painters : ' Bridges, Stacks & Tanks . . . . .$ 25.52 9.72 Commercial. . . . . . . . . . .$ 20..17 9.72 Industrial. . . . . . . . . . . . . . . . . .$ 21.17 9.72 ' Lead Abatement. : : : : : . : : : . : . .$ 20.92 9.72 Spray & Abrasive Blasting. . .$ 22 . 17 9.72 Tapers (Tools) . . . $ 20 .42 9.72 Waterblasting. . . . . . . . . . . . . . .$ 22 .17 9.72 Height Rates (All Areas) : Over 60 ft. $0 .50 per hour Under 60 ft. $0.25 per hour. --------------------------------------------------------- PLAS0518-006 03/01/2006 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, ' HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES ' Rates Fringes Cement Masons: . . . . . . . . . . . . . . . . . . .$ 19.11 6 .11 ---------------------------------------------------------------- ' PLAS0518-007 04/01/2006 CASS (Richards-Gebaur AFB only) , CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes ' Cement ------���. . ---��. . _ . . . . . . -$ 9.65 ------ -- - -- -- - - PLAS0518-011 05/01/2001 ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARROLL, CASS (Except Richards-Gebaur AFB) CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, JACKSON, LAFAYETTE, LIVINGSTON, MACON, ' MERCER, NODAWAY AND WORTH COUNTIES ' Rates Fringes Cement Masons: . . . . . . . . . . . . . . . . . . .$ 23 .13 7.15 --------------------------------------------------------- ------- PLAS0527-001 05/03/2006 ' Rates Fringes http://frwebgate.access.g po.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WATS Document Retrieval Pale 24 of 32 Cement Masons : , FRANKLIN, LINCOLN, AND WARREN COUNTIES. . . . . . . . . . . . .$ 26 . 66 11.35 • JEFFERSON, ST. CHARLES ' COUNTIES AND ST. LOUIS (City and County) . . . . . . . . . . .$ 27 . 83 11.35 ---------------------------------------------------------------- PLAS0527-004 06/01/2006 CRAWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, RALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SHANNON, TEXAS, ' WASHINGTON COUNTIES Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . . . .$ 25 .25 11.27 t ---------------------------------------------------------------- PLAS0908-001 05/01/2006 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT, STODDARD, AND WAYNE COUNTIES Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . . . . $ 18 .25 12.40 ---------------------------------------------------------------- I PLAS0908-005 03/01/2005 BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, ' JOHNSON, MARIES, MILLER, MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE & ST. CLAIR COUNTIES Rates Fringes ' Cement Mason. . . . . . . . . . . . . . . . . . . . .$ 18 . 91 -----10.10 ----- ' ----------------------- ---------------- PLUM0008-003 01/01/2006 Rates Fringes Plumber BATES, BENTON, CARROLL, HENRY, LAFAYETTE, MORGAN, ' PETTIS, RAY, ST. CLAIR, SALINE and VERNON COUNTIES. .$ 27.60 16.11 CASS, CLAY, JACKSON, JOHNSON and PLATTE COUNTIES.$- ------------ 30 .0416.11------- ---------------------------------- PLUM0035-002 01/01/2000 CAMDEN, COLE, CRAWFORD, FRANKLIN, JEFFERSON, MARIES, MILLER, ' MONITEAU, OSAGE, PHELPS, PULASKI, ST. CHARLES, ST. LOUIS (City and County) , WARREN and WASHINGTON COUNTIES Rates Fringes Plum ber--------------------------$ 26.105 9 74 - ------------ - ------- htt ://frweb ate.access. o. ov/cai-bin/getdoc.cai?dbname=Davis-Bacon&docid=MO200... 3/28/2007 ' P g gP g wl-13 vocumen[rc omevw PLUM0045-003 09/01/2006 •ANDREW, ATCHISON, BUCHANAN, CALDWELL, CLINTON, DAVIESS, DEKALB, GENTRY, HARRISON, HOLT, NODAWAY AND WORTH COUNTIES Rates Fringes Plumbers and Pipefitters . . . . . . . . . $ 30 .00 14 .25 1 ------------------------------------------------- * PL-UM0178-003----------11/01/2006 I BARRY, CEDAR, CHRISTIAN, DARE, DALLAS, DOUGLAS, GREENE, HICKORY, LACLEDE, LAWRENCE, POLK, STONE, TANEY, WEBSTER AND WRIGHT COUNTIES Rates Fringes Plumbers and Pipefitters. . . . . . . . . $ 24 .52 11. 15 ---------------------------------------------------------------- ' * PLUM0178-006 11/01/2006 I BARTON, JASPER, MCDONALD AND NEWTON COUNTIES Rates Fringes Plumbers and-Pipefitters . . . . . . . . . $-22 .05 ---- - - -10 .65 - PLUM0317-002 07/01/1995 . i ' BOONE, CALLAWAY, COOPER, HOWARD, AND RANDOLPH COUNTY (Southern half) Rates Fringes ' Plumbers and Pipefitters . . . . . .. . . .$ 19.18 3 .17 ---------------------------------------------------------------- ' PLUM0533-004 06/01/2006 BATES, BENTON, CARROLL, CASS, CLAY, HENRY, HICKORY, JACKSON, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY, SALINE, ST. ' CLARR AND VERNON COUNTIES 1 Rates Fringes Pipefitter. . . . . . . . . . . . . . . . . . . . . . .$-33 .94------------15.57------- ---------------------------------- PLUM0562-004 01/01/2005 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY,CAMDEN, CAPE GIP..ARDEAU,CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, FRANKLIN, GASCONADE, GRUNDY, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCOLN, LINN, LIVINGSTON, MACON, MADISON, MARIES, MARION, MERCER, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, NEW MADRID, OREGON, OSAGE, PEMISCOTT, ' . PERRY, PHELPS, PIKE, PULASKI, PUTNAM, PALLS,- RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST.FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WARREN, WASHINGTON,AND WAYNE COUNTIES. ' Rates Fringes 'j http://frwebgate.access.gpo.-ov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 26 of 32 Plumber/Pipefitter ' Projects $3 .5 million and over. . . . . . . . . . . . . . . . . . . . . . . .$ 30 .25 15 . 83 • Projects under $3 .5 million. $ 28 . 91- - 12 .33- , TEAM0013-001 05/01/2006 Rates Fringes ' Truck drivers (ADAIR, BUTLER, CLARK, DUNKIN, HOWELL, KNOX, , LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER AND SCOTLAND COUNTIES) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23 .24 8 .00 ' GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 23 .40 8 .00 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 23 .39 8 .00 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 23 .51 8 .00 Truck drivers : (P_UDRAIN, ' BOLLINGER, BOONE, CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFORD, DENT, GASCONADE, ; IRON, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, OSAGE, PEMISCOT, ' PERRY, PHELPS, PIKE, PULASKI, RALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, ' SCOTT, SHANNON, SHELBY, . STODDARD, TEXAS, WASHINGTON AND WAYNE COUNTIES) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23 .97 8 .00 ' GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 23 .40 8 . 00 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 23 .39 8 .00 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 23.51 8.00 TRUCK DRIVERS CLASSIFICATIONS: , GROUP 1: Flat Bed Trucks, Single Axle; Station Wagons; ' Pickup Trucks; Material Trucks, Single Axle; Tank Wagon, Single Axle GROUP 2 : Agitator and Transit Mix Trucks ' GROUP 3 : Flat Bed Trucks, Tandem Axle; Articulated Dump Trucks; Material Trucks, Tandem Axle; Tank Wagon, Tandem Axle GROUP 4 : Semi and/or Pole Trailers; Winch, Fork & Steel Trucks; Distributor Drivers and Operators; Tank Wagon, ' Semi-Trailer; Insley Wagons, Dumpsters, Half-Tracks, Speedace, Euclids and other similar equipment; A-Frame and Derrick Trucks; Float or Low Boy , TEAM0056-001 05/01/2006 Rates Fringes • http://frweb-ate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 wt-u,�, Locumen,tceineva, x a6._ z-, vi. Truck drivers (ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDAR, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, GREENE, HENRY, HICHKORY, HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, POLK, RANDOLPH, ST. CLAIR, SALINE, VERNON, WEBSTER AND WRIGHT COUNTIES) GROUP 1. . . . . . . . . . . . . . . . . . . . . $ 23 . 97 8 .00 GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 24 .13 8 .00 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 24 . 12 8 .00 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 24 .24 8 .00 ' GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23 .87 8. 00 Truck drivers: (ATCHISON, BARRY, GENTRY, GRUNDY, HARRISON, HOLT, MCDONALD, MERCER, NODAWAY, OZARK, STONE, SULLIVAN, TANEY AND WORTH COUNTIES) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23 .24 8 .00 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 23 .40 8 .00 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 23 .39 8. 00 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 23 .51 8 . 00 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23 . 14 8 .00 ' Truck drivers; (BUCHANAN, JOHNSON AND LAFAYETTE COUNTIES) ' GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25 .33 8.00 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 25.29 8.00 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 25 .33 8 .00 ' GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 25 .40 8 .00 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 25.08 8.00 i TRUCK DRIVER CLASSIFICATIONS GROUP 1: Flat bed trucks single axle; station wagons; pickup trucks; material trucks single axle; tank wagons single axle. GROUP 2 : Agitator and transit mix-trucks. GROUP 3 : Flat bed trucks tandem axle; articulated dump trucks; material trucks tandem axle; tank wagons tandem _ i axle. GROUP 4: Semi and/or pole trailers; winch, fork & steel trucks; distributor drivers & operators; tank wagons semi- trailer, insley wagons, dumpsters., half-tracks, speedace, euclids & other similar equipment; A-frames and derrick trucks; float or low boy. . GROUP 5 : Warehousemen. -TEAM0245-001-------------03/25/1998-------------------------------------------------- ' 1 ' http://frwebgate.access.gpo.00v/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 28 of')? BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DALLAS, DENT, DOUGLAS, , GREENE, HICKORY, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, MILLER, NEWTON, OZARK, PHELPS, POLK, PULASKI, SHANNON, STONE, , TANEY, TEXAS, VERNON, WEBSTER AND WRIGHT COUNTIES , Rates Fringes Truck drivers: Traffic Control Service Driver. . . . . . . . . . . . . . . . . . . . . . $ 12 . 90 3 .56+a PAID HOLIDAYS : New Year' s Day, Decoration Day, July 4th, ' Labor Day, Thanksgiving Day, Christmas Day, employee' s birthday and 2 personal days. ----------------------------------------------------------- TEAM0541-001 04/01/2006 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes ' Truck drivers : , GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 25.68 9.25 GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 25.11 9.25 GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 24.59 9.25 TRUCK DRIVERS CLASSIFICATIONS . I GROUP 1: Mechanics and Welders, Field; A-Frame Low Boy-Boom ' ruck Driver. • GROUP 2 : Articulated Dump Truck; Insley Wagons: Dump Trucks, Excavating, 5 cu yds and over; Dumpsters; Half-Tracks: ' Speedace: Euclids & similar excavating equipment Material trucks, Tandem Two teams; Semi-Trailers; Winch trucks-Fork trucks; Distributor Drivers and Operators; Agitator and Transit Mix; Tank Wagon Drivers, Tandem or Semi; One Team; , Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon Drivers, Single Axle GROUP 3 : Oilers and Greasers - Field , ---------------------------------------------------------------- TEAM0541-002 03/25/2000 BATES, CASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PLATTE, , AND RAY COUNTIES Rates Fringes Truck drivers : Traffic Control Service , Driver. . . . . . . . . . . . . . . . . . . . . .$ 14.15 2 .44+a a. PAID HOLIDAYS: New Year's Day, Decoration Day, July ' 4th,Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and 2 personal days. ----------------------------------------------------------- TEAM0682-002 05/01/2006 ' http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?dbname=Davis-Bacon&docid=MO200... 3/28/2007 , VV1i13 1.)ML1111G11L i1,GL11CVd1 r0.jG G7 Vl JG ST LOUIS CITY AND COUNTY Rates Fringes Truck drivers: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 24 .965 4 .58+a+b GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 25 . 165 4.58+a+b GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 25.265 4 .58+a+b GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 24 .455 4 .58+a+b a. PENSION: $25 . 60 per day, $128 .00 maximum per week. b. HAZMAT PREMIUM: If Hazmat certification on a job site is required by a state or federal agency or requested by project owner or by the employer, employees on that job ' site shall receive $1.50 premium pay. TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - Pick-up trucks; forklift, single axle; flatbed trucks; job site ambulance, and trucks or trailers of a water level capacity of 11. 99 cu. yds . or less GROUP 2 - Trucks or trailers of a water level capacity of 12 .0 cu yds. up to 22 .0 cu yds. including euclids, speedace and similar equipment of same capacity and compressors ' GROUP 3 - Trucks or trailers of a water level capacity of 22 . 0 cu. yds & over including euclids, speedace & all floats, flatbed trailers, boom trucks, winch trucks, including small trailers, farm wagons tilt-top trailers, field offices, tool trailers, concrete pumps, concrete conveyors & gasoline tank trailers and truck mounted mobile ' concrete mixers GROUP 4 - Warehousemen. ' FOOTNOTE FOR TRUCK DRIVERS: a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor Day, Memorial Day, Veterans Day, New Years Day, Thanksgiving Day PAID VACATION: 3 days paid vacation for 600 hours of service ' in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid vacation for 1, 000 hours of service in any one contract ' year. When such an employee has completed 3 years of continuous employment with the same employer and then works the above required number of hours, he shall receive double the number of days of vacation specified above. when such an employee has completed 10 years of continuous employment with the same employer and then works the above required number of hours, he shall receive triple the number of days ' of vacation specified above. When such an employee has completed 15 years of continuous employment with the same employer and then works the above required number of hours, he shall receive 4 times the number of days of vacation ' --specified above. ------------------------------------------------------ ' http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 WAIS Document Retrieval Page 30 of 32 TEAM0682-003 05/01/2006 ST.CHARLES, FRANKLIN, JEFFERSON, LINCOLN AND WARREN COUNTIES ' Rates Fringes • Truck drivers : , GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 24 .965 4 .58+a+b+c GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 25 .165 4.58+a+b+c , GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 25 .265 4 .58+a+b+c GROUP 4 . . . . . . . . . . . . . . . . . . . . . $ 24 .455 4.58+a+b+c a.PAID HOLIDAYS: Christmas, Fourth of July, Labor Day, ' Memorial Day, Veterans Day, to be celebrated on either its National Holiday or on the day after Thanksgiving, whichever is agreed upon by the Association and the Union, ' New Year' s Day and Thanksgiving Day. PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid vacation for 1, 000 hours of service in any one contract year. When such an employee has completed 3 years of , continuous employment with the same employer and then works the above required number of hours, he shall receive double the number of days of vacation specified above. When such an employee has completed 10 years of continuous ' employment with the same employer and then works the above required number of hours, he shall receive triple the number of days of vacation specified above. ' When such an employee has completed 15 years of continuous employmen with the same employer and then works the above required number of hours, he shall receive 4. times the number of days of vacation specified above. b.Pension: , $22 . 80 per day either worked or compensated to a maximum of $114 .00 per week. c.Hazmat Pay: If Hazmat Certification on a job site is , required by a state or federal agency or requested by project owner or by the employer, employees on that job site shall receive $1.50 per hour premium pay. , TRUCK DRIVER CLASSIFICATIONS: GROUP 1: Trucks or Trailers of a Water Level Capacity of , 11.99 cu. yds. or less, Forklift Trucks, Job Site Ambulances, Pickup Trucks, Flatbed Trucks. GROUP 2 : Trucks or Trailers of a Water Level Capacity of 12 .0 , cu. yds. up to 22 cu. yds. , Euclids, Speedace and Similar Equipment of Same Capacity and Compressors. GROUP 3 : Trucks or Trailers of a Water Level Capacity of 22 .0 ' cu. yds. and over, Euclids and all Floats, Flatbed Trailers, Boom Trucks, Winch Trucks, Including Small ' Trailers, Farm Wagons, Tilt Top Trailers, Tool Trailers, Concrete Pumps, Concrete Conveyors, Gasoline TankTrailers, Truck Mounted Mobile Concrete Mixers, End Dump, Side Dump and Articulated Dump Trucks , http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M0200... 3/28/2007 ' ' VV H1J LUGllII1CIIl NClIIC V 4, r a8Q it V1 JG GROUP 4 : Warehousemen. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing ' operation_to_which-welding-is-incidental. --- ------------------- Unlisted classifications needed for work not included within ' the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 .5 (a) (1) (ii) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. I ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS I 1. ) Has there been an initial decision in the matter? This can be: ' * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling ' On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ' because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3 . ) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: ' Branch of Construction Wage Determinations Wage and Hour Division ' U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 2 . ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request I review and reconsideration from the Wage and Hour Administrator ' (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor ' 200 Constitution Avenue, N.W. Washington, DC 20210 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 WAIS Document Retrieval Page 32 of 32 The request should be accompanied by a full statement of the , interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an , interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: ' Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. , Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ' END OF GENERAL DECISION ' http://frwebgate.access.gpo.o,ov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO200... 3/28/2007 Missouri Division of Labor Standards WAGE AND HOUR SECTION OF THE w�rwr♦ ♦ Z s"wt '� yex ss u C) �y MDCCCXX MATT BLUNT, Governor ' 1 Annual Wage Order No. 13 Section 014 CALLAWAY COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. ' Orginial Signed by Allen E. Dillingham, Director Division of Labor Standards This Is A True And Accurate Co Which Was Filed With The Secretary of State: March 10 2006 Copy rY ' Last Date Objections May Be Filed: April 10, 2006 Prepared by Missouri Department of Labor and Industrial Relations r Building Construction Rates for REPLACEMENT PAGE Section 014 CALLAWAY County **Effective Basic Over- , OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker 10/06 $30.44 55 60 $13.66 Boilermaker 9/06 $28.49 57 7 $18.62 Bricklayers-Stone Mason 1 $25.39 59 1 7 $10.12 Carpenter $21.13 60 15 $9.58 Cement Mason $20.99 9 3 $9.31 ' Electrician Inside Wireman $26.32 28 7 $10.50+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor 1/07 a $37.115 26 54 $16.23 Operating Engineer Group 1 5/06 $24.62 86 66 $15.40 Group II 5/06 $24.62 86 66 $15.40 Group III 5/06 $23.37 86 66 $15.40 Group 111-A 5/06 $24.62 86 66 $15.40 Group IV 5/06 1 $22.39 86 66 $15.40 i -Group V 5/06 $25.32 86 1 66 $15.40 Pipe Fitter 7/06 b $31.00 91 69 $17.93 ' Glazier $15.00 FED $1.42 Laborer(Building): General $17.87 110 7 $8.43 First Semi-Skiiled $19.87 110 7 $8.43 Second Semi-Skilled $18.87 110 7 $8.43 Lather JUSE CARPENTER RATE Linoleum Layer&Cutter JUSE CARPENTER RATE '• Marble Mason $25.39 59 7 $10.12 Millwright $22.13 60 15 $9.58 Iron Worker $26.94 FED $13.91 ' Painter 2/07 $20.25 18 7 $7.82 Plasterer $20.01 94 5 $9.10 Plumber 1 $21.50 FED 1 $3.20 Pile Driver $22.13 60 15 $9.58 ' Roofer 10/06 $25.25 12 4 $9.84 Sheet Metal Worker 7/06 $25.55 40 23 $11.18 Sprinkler Fitter $15.25 FED $2.37 Terrazzo Worker $25.39 59 7 $10.12 Tile Setter $25.39 59 7 $10.12 Truck Driver-Teamster Group 1 $21.00 101 5 $7.50 Group 11 $21.65 101 5 $7.50 Group III $21.15 101 5 $7.50 Group IV $21.65 101 5 $7.50 Traffic Control Service Driver ' Welders-Acetylene &Electric Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at(573)751-3403. **Annual Incremental Increase � s ' 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 13 1/07 I Building Construction Rates for REPLACEMENT PAGE Section 014 , CALLAWAY County Footnotes Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits ' Increase Rates Schedule Schedule ` Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. ' Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown ' on Building Construction Rate Sheet. a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% •' 'b-All work over$3.5 Million Total Mechanical Contract-$31.00, Fringes-$17.93 All work under$3.5 Million Total Mechanical Contract-$29.66, Fringes-$13.83 1 r 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 13 7/06 CALLAWAY COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION • FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 '/)shall be paid for all work in excess of forty(40)hours per work week. NO. 9: Means the regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for ' midweek holidays. f NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work perfonmed by employees anywhere in excess of forty(40)hours in one(1)work week, shall be paid for at the rate of one and one-half(1%z)times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten(10)hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(I%) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8)hours. Working hours are from six(6)hours before Noon(12:00)to six 1 (6) hours after Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m. and 12:00 Noon on ' Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/z). Sunday and Holidays shall be.paid at double(2)time. Saturday can be a make-up day if the weather has forced a day off,but only in the week 1 of the day being lost. Any time before six (6) hours before Noon or six (6) hours after Noon will be paid at time and one-half ' NO. 26: Means that the regular working day shall consist of eight(8) hours worked between 6:00 a.m., and 5:00 p.m., five(5) 1 days per week,Monday to Friday,inclusive.Hours of work at each jobsite shall be those established by the general contractor and ' worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on • Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive,shall be classified as overtime,and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for a four(4)ten(10)hour day work week at straight time pay for construction work;the regular working day shall consist of ten(10) hours worked consecutively,between 6:00 a.m.and 6:00 p.m.,four(4)days per week,Monday to Thursday,inclusive. Any work performed on Friday,Saturday,Sunday and holidays,and before and after the regular working day on Monday to Thursday where a four(4)ten(10)hour day workweek has been established,will be paid at two times(2)the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. NO. 28: Means a regular workday shall consist of eight (8) hours between 7:00 a.m. and 5:30 p.m., with at least a thirty (30) minute period to be taken for lunch. Five (5)days a week, Monday through Friday inclusive, shall constitute a work week. The ' Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: 1 -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. ' -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). ' -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&one-half(1'/z)times ' the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12) 1 consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%) ' percent for seven and one-half(7'/z)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch • period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall ' be paid at one and one-half(1'/z)times the shift hourly rate. ANNUAL WAGE ORDER NO. 13 AW 13 014 OT.doc Page 1 of 4 Pages f CALLAWAY COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION NO.33: Means the standard work day shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m., • excluding the lunch period,or shall conform to the practice on the job site. Four(4)days at ten(10)hours a day maybe worked at ' straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half(I'/). Overtime worked on Sundays and holidays shall be at double(2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days' labor on the job beginning with , Monday and ending with Friday of each week. Four(4) l0-hour days may constitute the regular work week. The regular working day shall consist of eight(8)hours labor on the job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular ' working week shall be paid for at time and one-half(1%z)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2)times the regular hourly rate. In the event of rain,snow,cold or excessively windy weather on a regular working day, Saturday may be designated as a"make-up"day. Saturday may also be designated as a"make-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for"make-up" days shall be at regular rates. NO. 55: Means the regular work day shall be eight(8) hours between 6:00 a.m. and 4:30 p.m. The first two (2) hours of work ' perfonmed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one&one-half(1%)times the straight time rate. All work performed on Sunday,observed holidays and in excess of ten(10)hours a day,Monday through Saturday,shall be paid at double(2)the straight time rate. NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)hours per week, Monday through Friday,shall ' constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant,the Employer may change the regular workweek to four(4)ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time worked before and after the established workday of eight(8)hours,Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(1%) except in cases where work is part of an employee's regular Friday shift. All time ' worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. • NO.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has the option of working either five (5)eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute a weeks work,Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day (8) hour work week is in effect, forty (40)hours per ' week shall constitute a week's work,Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8)hours or forty(40)hours per week. The regular starting time(and resulting quitting time)may be moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. , 1 • ANNUAL WAGE ORDER NO. 13 AW 13 014 OT.doc Page 2 of 4 Pages CALLAWAY COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION • NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week,hours worked more than eight(8) per day or forty (40) per week shall be paid at time and one-half(1'/) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty(40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days,between the hours of 6:30 a.m. and 6:30 p.m. in any week,work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at time and one half(1%) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, the Employer may work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours at the straight time rate, but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1%)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (I%)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fi•inge benefits. NOTE: All overtime is computed on the hourly wage rate plus an ' amount equal to the fringe benefits. NO.86: Means the regular work week shall consist of five(5)days,Monday through Friday,beginning at 8:00 a.m.and ending at ' 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. However, the Employer may have the option to schedule his work week from Monday through Thursday at ten(10)hours per day at the straight 1 time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, inclement weather or holiday, he shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. If an employee declines to work Friday as a make-up day,he shall not be penalized. All overtime work performed on Monday through Saturday shall be paid at time and one-half(1'/-)of the hourly rate plus an amount equal to one-half(%)of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2)the hourly rate plus an amount • equal to the hourly Total Indicated Fringe Benefits. NO. 91: Means eight(8)hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p.m.,allowing one-half ('/z)hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m.and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4)ten(I0)hour days from Monday through Thursday,with Friday as a make-up day. If the make-up day is a holiday,the employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(1'/)for work performed before the regular starting time or after the regular quitting time or over eight(8) hours per work day (unless working a 10-hour work day,then time and one-half(l'/z) is paid for work performed over ten (10)hours a day)or over forty (40)hours per work week. Work performed on Saturdays, Sundays and recognized holidays shall be paid at the double(2)time rate of pay. NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/) ' times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. l 1 • ANNUAL WAGE ORDER NO. 13 AW 13 014 OT.doc Page 3 of 4 Pages CALLAWAY COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION NO. 101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per • week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work ' day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1%)(except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The regular starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5) eight-hour days or four(4)ten-hour days to constitute a nonnal ' forty (40) hour work week. When a four(4)ten-hour day work week is in effect,the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40)hours per week shall constitute a week's work Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday ' may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. Starting time will be designated by the employer. When the five(5)day eight(8)hour work week is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO. 110: Means eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one(1)or two (2)hours. Employees shall have a lunch period of thirty (30)minutes. The Employer may provide a lunch period of one (1) hour, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday (or 5:00 p.m. on Friday if the Employer grants a lunch period of one (1) hour), or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and ' after 4:30 p.m. (or 5:00 p.m. where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half(1%)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours,Monday through Friday,or ' any part thereof by reason of inclement weather(rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight(8)hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work five(5) eight(8)hour days during any work week, hours worked more than eight (8) per day or forty (40) hours per week shall be paid at time and one-half(1%)the hourly rate Monday through Friday. If an Employer elects to work four(4)ten (10)hour days in any week,work performed more than ten(10)hours per day or forty (40) hours per week shall be paid at time and one-half(I%)the hourly rate Monday through Friday. If an Employer is working ten(10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the straight time rate, but all hours worked over the forty (40)hours Monday through Friday will be paid at time and one-half(1'/)overtime rate. • ANNUAL WAGE ORDER NO. 13 A W 13 014 OT.doc Page 4 of 4 Pages ' CALLAWAY COUNTY HOLIDAY SCHEDULE-BUILDING CONSTRUCTION • NO.3:All work done on New Year's Day,Decoration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.4: All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday,Friday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Day,Memorial Day,Fourth of July,Labor Day, Veteran's Day, Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. NO.7: All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the Monday following. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. i NO. 15: All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day), Independence Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve ' life or property. NO.19:All work done on New Year's Day,Memorial Day,July 4th,Labor Day,Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However,the employee shall notify his or her Foreman,General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday and all work perfonned on said day shall be at the double(2)time rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered the ' holiday and all work performed on said day shall be at the double(2)time rate. i NO.23:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. NO.54:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day.,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. When a holiday falls on Saturday,it shall be observed on Friday. When a holiday falls on Sunday,it shall be observed on Monday. NO.60: All work performed on New Year's Day, Armistice Day(Veteran's Day),Decoration Day(Memorial Day), ' Independence Day(Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When a holiday falls on Saturday,Friday will be r observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a ' Sunday,the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day,Decoration Day,July Fourth,Labor Day,Veteran's Day,Thanksgiving Day ' or Christmas Da .shall be compensated at double 2 their straight-time hour) rate of pay. Friday after Thanksgiving and the Y P ( ) g Y P Y Y � 5 day before Christmas will also be holidays,but if the employer chooses to work these days,the employee will be paid at straight -time rate of pay. If a holiday falls on a Sunday in a particular year,the holiday will be observed on the following Monday. ' ANNUAL WAGE ORDER NO. 13 AWO13 014 BHoLdoc Page I of I Pages Heavy Construction Rates for REPLACEMENT PAGE Section 014 CALLAWAY County *Effective Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen 5/06 $26.18 7 16 $9.49 Millwright 5/06 $26.18 7 16 $9.49 Pile Driver Worker 5/06 $26.18 7 16 $9.49 OPERATING ENGINEER 1 Group 1 5/06 $23.70 21 5 $15.31 Group II 5/06 $23.35 21 5 $15.31 Group III 5/06 $23.15 21 5 $15.31 ' Group IV 5/06 $19.50 21 5 $15.31 Oiler-Driver 5/06 $19.50 21 5 $15.31 LABORER General Laborer 5/06 $22.52 2 4 $8.13 Skilled Laborer 5/06 $23.12 2 4 $8.13 UCK DRIVER-TEAMSTER up 1 5/06 $24.27 22 19 $8.00 Group II 5/06 $24.43 22 19 $8.00 Group III 5/06 $24.42 22 19 $8.00 Group IV 5/06 $24.54 22 19 $8.00 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the ' Building Construction Rate Sheet. 1 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 13 7/06 1 CALLAWAY COUNTY OVERTIME SCHEDULE—HEAVY CONSTRUCTION • NO. 2: Means a regular workweek shall be forty (40) hours and will start on Monday and end ' on Friday. The regular work day shall be either eight(8) or ten (10) hours. If a crew is prevented-from working forty (40) hours Monday through Friday, or any part thereof, by reason ' of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday shift is to begin at the option of the Employer, between 6:00 a.m. ._' and not later than 9:00 a.m. However, the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays, they shall receive double (2)the regular rate of pay for such work. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (10) hours per day. All work over ten (10) hours in a day or forty (40) hours in a week shall be at the overtime rate of one and one-half (1'/2) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If a job can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a make-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1'/2) times the regular rate. Work performed on Sunday shall be paid at two (2)times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. • NO. 21: Means the regular workday for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) day eight(8) hour schedule, Saturday may be used for a make-up day. If an Employer is prohibited from working on a holiday,that employer may work the following Saturday at the straight time rate. However,the Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty (40) hours. If an Employer is prohibited from working on a holiday,that Employer may work the following Friday or Saturday at the straight time rate. Overtime will be at one and one-half(1'/2) times the regular rate. If workmen are required to work the enumerated holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight(8) or ten (10) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement 1 weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. ' Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For all time worked on recognized holidays, or days observed as such, double (2)time shall be paid. ' ANNUAL WAGE ORDER NO. 13 1 AWO13 014 HOT_doc Page I of 1 Pages CALLAWAY COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION O. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving ay, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ten (10) hours shall be applied to the forty (40) hour work week. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, ' Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40) hour week; however, no reimbursement for this eight(8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 19: The following days are recognized as holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workmen unless worked. If workmen are required to work the above enumerated holidays, or ' days observed as such,they shall receive double (2)the regular rate of pay for such work. AWO13 014 HHol.doc ANNUAL WAGE ORDER NO. 13 Page I of 1 Pages .1 REPLACEMENT PAGE OUTSIDE ELECTRICIAN • These rates are to be used for the following counties: Adair,Audrain,Boone,Callaway,Camden,Carter,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Manes,Marion,Miller,Moniteau, Monroe,Montgomery,Morgan,Oregon,Osage,Perry,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds, Ripley,St. Charles,St. Francois,St. Louis City, St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington COMMERCIAL WORK Occupational Title Basic Total Hourly Fringe Rate Benefits *Joumeyman Lineman $31.36 $4.75 +41.3% *Lineman Operator $27.50 $4.75 +41.3% *Groundman $21.41 +_$4.75 +41.3% ' OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m. Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/z)the regular straight time rate of pay between the hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday.Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. oil HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. UTILITY WORK Occupational Title Basic Total Hourly Fringe Rate Benefits *Journeyman Lineman $31.36 $4.75 +37.3% *Lineman Operator $27.08 $4.75 +37.3% ' *Groundman $20.94 $4.75 +37.3% 1 OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/z)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/2)the regular straight time rate of pay between the hours o16:00 a.m.and 5:30 p.m.,Monday through Friday. Worked performed in the first eight(8)hours on Saturday shall be paid at the rate of one and eight tenths(1.8)the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. ' *Annual Incremental Increase ANNUAL WAGE ORDER NO. 13 9/06 OUT STL AW 13 in3.doc Construct Taxiway A and Taxiway Connectors February 2007 r SECTION 5 TECHNICAL SPECIFICATIONS {This page intentionally left blank.} 1 I r r t r . t ' 1 Ir f r r r r �r JefCity Mo-100-1.doc 96 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ITEM MO-100 MOBILIZATION • DESCRIPTION 100-1.1 This item shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project except as provided in the contract as separate pay items; and for all other work operations which must be performed or costs incurred prior to beginning work on the various items on the project site. GENERAL 100-2.1 QUALITY ASSURANCE. The airport sponsor shall have the right to reject construction tools, equipment, materials, and supplies that are, in their opinion , unsafe, improper, or inadequate. The Contractor shall bring rejected tools, equipment, materials, and supplies to acceptable conditions or remove them from the project site. 100-2.2 DELIVERY. Delivery to the project site of construction tools, equipment, materials, and supplies shall be accomplished in conformance with local governing regulations. EXECUTION 100-3.1 EXECUTION AND REMOVAL. Provide personnel, construction tools, equipment, materials, i and supplies that will facilitate the timely execution of the work. Upon completion of the work, remove construction tools, apparatus, equipment, unused materials and supplies, plants, and personnel from the project site. BASIS OF PAYMENT 100-4.1 Mobilization should not exceed five (5) percent of the total bid amount. Should the bid amount for this item exceed five (5) percent, the amount over five (5) percent will not be paid until final project acceptance. Based on the contract lump sum price for "Mobilization", partial payments will be allowed on the next pay estimate as follows: A. When 5 percent or more of the original contract amount is earned, 25 percent: B. When 10 percent or more of the original contract amount is earned, an additional 25 percent. rC. When 25 percent or more of the original contract amount is earned, an additional 25 percent. D. When 50 percent or more of the original contract amount is earned, an additional 25 percent. Payment will be made under: Item MO-100-4.1.1 Mobilization r JEFFMO100.TAXA MO-100-1 Jefferson City Memorial Airport Taxiway A February 2007 ITEM MO-108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks-in accordance with these specifications at the locations shown on-the plans._ It includes excavation and backfill of trench for direct-buried cables only. Also included are the installation of ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct i banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is covered under Item MO-110 "Airport Underground Electrical i Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular(AC) 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturers certifications shall not relieve the Contractor of the Contractors responsibility I to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmission of submittals. 1 e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals (five(5) copies) shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. • f. All equipment and materials furnished and installed under this section shall be guaranteed ' against defects in materials and workmanship for a period of at least twelve (12) months from final JEFFMO108.TAXA MO-108-1 Jefferson City Memorial Airport 1 Taxiway A February 2007 acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the , Owner's discretion,with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (1000V megger) with isolation transformers connected • in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights) shall be Type C, copper, 7 strand, single conductor cable with 5,000 volt cross-linked polyethylene insulation and shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J-C-30 and shall be type THWN-2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. Conductor sizes shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. 108-2.3 BARE COPPER WIRE (GROUND) AND GROUND RODS. Wire for ground-installations for airfield lighting systems shall be of the size specified on the plans but in no case shall they be less than No. 6 AWG solid or No. 6 AWG stranded conforming to ASTM B 3 and ASTM B 8, and shall be bare cy copper wire conforming to the requirements of ASTM D 33. Install the groundwire 8"below grae. Ground rods shall be copper-clad steel. The ground rods shall be of the length and diameter specified on the plans but in no case shall they be less than 8-feet long nor less than 5/8 inch in diameter. 108-2.4 EXOTHERMIC BONDING. Bonding of ground wire to ground rods shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work • shall make these connections. Ground rods shall be installed every 500 ft. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: All slag shall be removed from welds. All buried copper and weld material at weld connections shall be thoroughly coated with 6 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture. 108-2.5 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast"Kit No. 82--B, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or equivalent, is used for potting the splice is acceptable. b. The Field-attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823.Plug , and Receptacle, Cable Connectors, employing connector kits, is acceptable-for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable • JEFFMO108.TAXA MO-108-2 Jefferson City Memorial Airport Taxiway A February 2007 to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with • integral sealant. c. The Factory-Molded Plug-in Splice. Specification for L-823 Connectors, Factory-Molded,to Individual Conductors, is acceptable. d. The Taped or Heat-Shrinked Splice. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL-I-24391or Fed. Spec. A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables, shielded cables, and armored cables shall be factory kits designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. e. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. All L-823 splices and terminations shall be made in accordance with the manufacturer's recommendations and s listings. f. All connections of grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except the base can ground clamp connector shall be used for attachment to the base can. All exothermic connections shall be made in accordance with the manufacturer's • recommendations and listings. 108-2.6 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.7 CONCRETE. Concrete for cable markers shall conform to Specification Item MO-610, "Structural Portland Cement Concrete." !! 108-2.8 FLOWABLE BACKFILL. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153 "Controlled Low Strength Material". 108-2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes—number Scotch 88 (1-1/2" wide) and ' Scotch 130C linerless rubber splicing tape (2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 ELECTRICAL COATING. Scotchkote shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.11 UNIT DUCT. Unit duct shall be schedule 40 HDPE and shall comply with UL 651 B,NEMA TC-7, ASTM D 3485, ASTM F 2160 and ASTM D 3035. The duct shall be annealed during the extrusion process. The duct shall be manufactured from black, virgin, high density polyethylene resin • designated as Type III, Grade 3, Class C, Category 5 material in accordance with ASTM D 1248. The resin used in extruding the duct shall conform, as a minimum, to the ASTM Standards (latest edition) specified below, certified by the resin supplier on each lot of resin: JEFFMO108.TAXA MO-108-3 Jefferson City Memorial Airport Taxiway A February 2007 Property Value ASTM Test Tensile Strength @ yield,psi 3000 D638 Ultimate Elongation, % 400 D638 Melt Index, gms/10min. 0.5 max. D1238 Density of Base Resin, gins/cc 0.941-0.955 D1505 Brittleness Temperature,F20i C Environmental Stress Crack -75 C max. D746 , Resistance, F20 96 hrs. D1693 Cond. B, Flo Standard sizes of smooth wall polyethylene duct shall conform to the dimensional requirements specified below: Duct Size Nominal Inside Diameter Nominal Wall thickness Nominal Outside Diameter 1" 1.049" 0.133" 1.315 1-1/4" 1.380" 0.140" 1.660 , 1-1/2" 1.610" 0.145" 1.900 2" 2.067" 0.154" 2.375 2-1/2" 2.469" 0.203" 2.875 3" 3.040" 0.216" 3.500 Dimensional measurements shall be performed on samples removed from each length of finished duct. The manufacturer shall have the capability to manufacture a composite wire/cable-in-duct system wherein the wire and cables are placed in polyethylene duct without sticking during the extrusion process. The open ends of each length of reeled flexible duct shall be sealed by plastic caps to prevent the entrance of dirt and water. The duct shall have a durable identification, which shows the manufacturer's name and/or • trademark, all at intervals not to exceed ten(10) feet. The manufacturer shall furnish copies of certified test reports on unit duct. The "unit duct" shall be as manufactured by Carlon Corporation or approved equivalent. 108-2.12 DETECTABLE WARNING TAPE. Red plastic, detectable, magnetic tape shall be polyethylene film with a metallized foil core 4-6 inches wide and imprinted with the words "Caution Buried Electric Line Below". Detectable tape is incidental to the respective bid item. 108-2.13 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors,L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations • indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements JEFFMO108.TAXA MO-108-4 Jefferson City Memorial Airport Taxiway A February 2007 expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, • cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at, the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable-in continuous lengths for home runs or other long cable runs without connections,unless otherwise authorized in writing by the Engineer or shown on the plans. hi addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future. connections, or as designated by the Engineer. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. lieThe Contractor shall make no connections or splices-of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers,use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item MO-110, 'Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts,base cans,manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit-at the same time. The pulling of a • cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling-tensions shall-be governed by cable manufacturer's JEFFMO108.TAXA MO-108-5 Jefferson City Memorial Airport t Taxiway A February 2007 recommendations. A non-hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. • The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or utilize other appropriate means to prevent abrasion to the cable j acket. 108-3.3 INSTALLATION OF DIRECT-BURIED CABLE IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Cable(s) shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable(s) shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3-inch vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. , Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, handholes, pullboxes, junction boxes, etc. Markers shall be of sufficient length for • imprinting the cable circuit identification legend on one line, using letters not less than % inch in size. The cable circuit identification shall match the circuits noted on the construction plans. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay items as part of Item MO-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the MO-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. • JEFFMO108.TAXA MO-108-6 Jefferson City Memorial Airport Taxiway A February 2007 When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required • cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. Unclassified excavation will consist of the excavation of all material of whatever character encountered in the work. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cable(s) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. • b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The remaining P and subsequent layers of backfill shall not exceed 8 inches of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction,the backfill material shall be moistened or aerated as required. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of in accordance with the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct- buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans,the warning tape shall be located six inches above the direct-buried r cable. A 4-6 inch wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable. The tape shall be of the color and have a continuous legend as indicated. The tape shall be installed 8 inches minimum below finished grade. • c. Restoration. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The f JEFFMO108.TAXA MO-108-7 Jefferson City Memorial Airport Taxiway A February 2007 restoration shall include any necessary topsoiling, fertilizing, liming, seeding, or mulching as shown on the plans. All such work shall be performed in accordance with Item MO-901 Seeding and MO-908 • Mulching or as directed by the Engineer. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item MO- 152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.3 INSTALLATION OF CABLE IN UNIT DUCT. In lieu of direct buried cable in trenches, at the contractor's option, plowing-in of cable-in-unit duct shall be permitted at no additional cost to the contract. Plowing-in shall constitute the single pass operation of a) opening up the trench,b)installing the combination cable-in-unit duct in this trench, c) closing up the trench, and shall include d) equipment necessary to perform the operation. The plowing equipment shall be of the vibratory type. It shall vibrate at a rate of at least 1200 cycles per , minute. The vibrating unit shall not be rigidly mounted on a tractor. It shall be connected to the tractor for towing, in such a manner that the tractor will not dampen the vibrations. The plow blade shall be of sufficient length to facilitate installation of the unit duct at the specified depth. The shoe throat shall be sized for the unit duct size. Cable way and cable guides shall be smooth, free of obstructions and sharp edges and shall not cause bending of the unit duct at shorter than 3-inch radius. It also shall not cause excessive cable strain, which may damage cable insulation or stretch the conductor. The unit duct may be unreeled along the proposed cable route before plowing or the unit duct reels may be mounted on the tractor. In the latter case unreeling of the unit duct shall not cause excessive tension on the cable. After the tractor and plow is positioned at the beginning of the run, sufficient unit duct slack shall be . pulled through the throats. Then the plow shall be lowered into the hole and the unit duct shall be hand held for the start of plowing. At each light hole the plow shall be stopped(movement and vibration), raised and the required amount of slack shall be hand pulled. Care shall be taken during this operation that the unit duct at the entrance into the light hole shall not be pulled from the specified depth. Plowing shall be continued by lowering the plow, starting it and holding by hand the unit duct until it is firmly held by the ground. The plow shall not be backed onto the unit duct. When an underground obstruction is encountered, the plow shall be lifted out of the ground. The obstruction shall be removed by hand digging. An opening shall be hand dug around the unit duct down to the depth of the unit duct and large enough to lower the plow. Then the plow shall be lowered into the opening. While this is being done the unit duct shall be pulled back into the throat by hand to prevent kinks and sharp bends. In no case shall the unit duct be bent sharper than 3 inch radius, or be subjected to excessive tension. After installation of unit duct by plowing, the disturbed earth at the surface shall be leveled and, if necessary,compacted by a device approved by the Engineer. Ends of cable shall be taped immediately after cutting to prevent moisture form entering the cable. Where the cable is not expected to be connected for at least 72 hours,the tape shall also be varnished. Unit duct shall be terminated on the inside of light bases, handholes, and splice cans, or as close as • possible to L-823 connectors at stake-mounted lights. Seal ends of unit duct to make watertight. JEFFMO108.TAXA MO-108-8 Jefferson City Memorial Airport Taxiway A February 2007 To identify routing of the unit duct, immediately after plowing, stakes shall be installed every 500 feet • along straight runs and at each curve. Later these stakes shall be replaced by regular cable markers. i Before cable plowing is commenced, equipment to be used shall be inspected by the Engineer and approved. Before approving, the Engineer may require demonstration of the equipment at the installation site and location selected by the Engineer and by using actual unit duct. The test run shall consist of at least one starting hole, one intermediate hole (light location) and one terminating hole at least 100 feet long as a minimum. The test cable shall not be reused. The cost of the test run will be paid at the contract unit price. Plow operators shall be experienced and qualified by schooling and/or by sufficient on-the-job training under an experienced operator.Proof of such qualification shall be required from the contractor. 108-3.4 CABLE MARKERS FOR DIRECT-BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet square and 4-6 inches thick, extending approximately 1 inch above the surface. Each cable run from a-line of lights and signs to the equipment vault shall be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other direct-buried cable shall be marked in the same manner. Cable markers shall be installed directly-above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide,with width of stroke 1/2 inch and 1/4 inch deep. The location of each underground cable connection, except at lighting units, or isolation-transformers, or power adapters shall be marked by a concrete marker slab placed above the connection. The Contractor • shall impress the word "SPLICE" on each slab. The Contractor-also shall impress additional circuit identification symbols on each slab as directed-by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 SPLICING. Connections of the type shown on-the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field-attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. c. Factory-Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. d. Taped or Heat-Shrinked Splices. A taped splice shall be made in the following manner: • Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch of 1 JEFFMO108.TAXA MO-108-9 Jefferson City Memorial Airport Taxiway �'A February 2007 bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be • thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied(plus 3 inches on each end) is clean. After scraping wipe the entire area with a clean lint-free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as , recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch over the original jacket. Cover rubber tape with two layers of vinyl pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat- shrink application shall be clean and free of contaminates prior to application. 108-3.8 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item • being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors , shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the—Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits(existing and new)are free from unspecified grounds. c. That the insulation resistance to ground of all new non-grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non-grounded conductors of new multiple circuits • or circuit segments is not less than 50 megohms. JEFFMO108.TAXA MO-108-10 Jefferson City Memorial Airport Taxiway A February 2007 e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. III a � - f. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. g. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall-of-potential ground impedance test shall be utilized, as described by ANSI/IEEE Standard 81,to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 108-4.2 Airport underground cable installed in trench, duct bank or conduit shall be measured by the number of linear feet of cable installed in trenches, duct bank or conduit, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable installed in trench, duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. Cable slack is considered incidental to this item and is included in the contractor's unit price. No separate measurement or payment will be made for cable slack. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable installed in trench (direct- buried), or cable installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape,necessary to complete this item. Payment will be made under: Item MO-108-5.1 Airport Type 1 Cable Trench--per linear foot • Item MO-108-5.2 Airport Underground Cable (1/c, #8 AWG, 5KV L-824C), installed in trench, duct bank or conduit--per linear foot JEFFMO108.TAXA MO-108-11 Jefferson City Memorial Airport Taxiway A February 2007 MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connectors FED SPEC J-C-30 Cable and Wire, Electrical Power, Fixed Installation (cancelled; replaced by A-A-59544 Cable and Wire, Electrical (Power, Fixed ; Installation)) FED SPEC A-A-55809 Insulation Tape, Electrical,Pressure-Sensitive Adhesive, �. Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code(NEC) MIL-S-23586C Sealing Compound,Electrical, Silicone Rubber Building Industry Consulting Service International(BICSI) ANSVIEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System • JEFFMO108.TAXA MO-108-12 Jefferson City Memorial Airport Taxiwa y A February 2007 • ITEM MO-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION J 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS i 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer,to determine compliance with the plans and specifications. The Contractor's submittals (five (5) copies) shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final JEFFMO110TAXA MO-110-1 Jefferson City Memorial Airport Taxiway A February 2007 acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 514B, and 1242. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of Fed. Spec. W--C-1094, Underwriters Laboratories Standards UL-651 and Article 347 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduit/fitting manufacturer. 110-2.4 SPLIT CONDUIT. Split conduit shall be pre-manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 CONCRETE. The concrete for conduit shall be proportioned, placed, and cured in accordance with Item MO-610 "Structural Portland Cement Concrete." Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153 "Controlled Low Strength Material". 110-2.8 DETECTABLE WARNING TAPE. Red plastic, detectable, magnetic tape shall be polyethylene film with a metallized foil core 4-6 inches wide and imprinted with the words "Caution Buried Electric Line Below". Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or 0 1 JEFFMO110TAXA MO-110-2 Jefferson City Memorial Airport �.. 1 Taxiway A February 2007 may traps where moisture accumulate shall be avoided. No duct bank or underground conduit shall be Y less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct bank. An iron-shod mandrel, not more than 1/4-inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct .banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. Unclassified excavation will consist of the excavation r of all material of whatever character encountered in the work. Underground electrical warning (caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for JEFFMO110TAXA MO-110-3 Jefferson City Memorial Airport 1 Taxiway A February 2007 approval b the Engine If not shown on the plans, the warning tape shall be located six inches above ' pP Y g p b P the duct/conduit. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks,joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings,where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item MO-152 and replaced with suitable material. Alternatively, additional duct bank j supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective MO-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item MO-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the MO-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item MO-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches below the bottom of the base or stabilized base • i � o JEFFMO110TAXA MO-110-4 Jefferson City Memorial Airport ' Taxiway A February 2007 course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Unless otherwise shown on the p lans, duct banks under paved areas shall extend at least 3 feet beyond the edges of the pavement or 3 feet beyond any underdrains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 1-1/2 inches apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less i than 3 inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings,piers, or piles located at approximately 5 foot intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4-6 inch wide tape 8 inches minimum below grade above all underground conduit or duct lines not installed under pavement. i When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. !' 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-conduit lines shall.be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding i JEFFMO110TAXA MO-110-5 Jefferson City Memorial Airport Taxiway A February 2007 , material shall consist of soft dirt sand or other fine fill and it shall contain no particles that would be retained on a 1/4-inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches below the finished grade. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet square and 4-6 inches thick extending approximately I inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2-inch and 1/4-inch deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item MO-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back, filling operations.. • JEFFMO110TAXA MO-110-6 Jefferson City Memorial Airport Taxiway Y A February 2007 • The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item MO-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements of MO-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. ' The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. i110-3.7 RESTORATION. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, or mulching, as shown on the plans. All such work shall be performed in accordance with Item MO-901 "Seeding" and MO-908 "Mulching" or as directed by the Engineer. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. Restoration shall be considered incidental to the pay item of which it is a component part. METHOD OF MEASUREMENT 110-4.1 Underground conduits bored under existing or installed under new shall be measured by the linear feet of conduits and duct banks installed, including encasement, trenching and backfill with designated, resolution, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. r JEFFMO110TAXA MO-110-7 Jefferson City Memorial Airport Taxiway A February 2007 t Payment will be made under: • Item MO-110-5.1 1-Way 2" Conduit Bored Under Existing Runway Item MO-110-5.2 1-Way 2" Conduit Under New Taxiway Item MO-110-5.3 1-Way 2" Split Conduit, Concrete Encased Under New Taxiway MATERIAL REQUIREMENTS Fed.Spec.W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit,Type EB &A Rigid PVC) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Cable and Conduit Standard 514B Underwriters Laboratories Intermediate Metal Conduit Standard 1242 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit for Direct Burial b Conduit(for Standard 651 Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit (for Standard 651 A concrete encasement) • r JEFFMO110TAXA MO-110-8 Jefferson City Memorial Airport Taxiway A February 2007 ITEM MO-125 AIRPORT LIGHTING SYSTEMS AND GUIDANCE SIGNS DESCRIPTION 125-1.1 This item consists of airport lighting systems and signs furnished and installed in accordance with this specification, the referenced specifications, and the applicable Federal Aviation Administration (FAA) Advisory Circulars. The lighting systems and signs shall be installed at the locations and in accordance with the dimensions, design, and details shown on the plans. This item includes the furnishing of all equipment, materials, services, testing, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 125-1.2 The contractor shall ascertain that all lighting system components furnished by him (including FAA approved equipment) are compatible in all respects with each other and the remainder of the new/existing system. Any non-compatible components furnished by the contractor shall be replaced by him at no additional cost to the airport sponsor with a similar unit, approved by the engineer (different model or different manufacturer)that is compatible with the remainder of the airport lighting system. 125-1.3 Additional details pertaining to a specific system covered in this item are contained in the FAA Advisory Circulars listed below: AC 150/5340-18 Standards For Airport Sign Systems AC 150/5340-30 Design and Installation Details for Airport Visual Aids The Contractor is responsible for using the latest editions of the referenced FAA Advisory Circulars, including any changes, in effect at the time of bidding. The advisory circulars may be obtained free of charge on the internet at the following address: http://www.faa.gov/arp/l 50acs.cfm EQUIPMENT AND MATERIALS 125-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular(AC) 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as JEFFMO125.TAXA MO-125-1 Jefferson City Memorial Airport Taxiway A February 2007 the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal • sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmission of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals (five (5) copies) shall be neatly bound in a properly sized 3-ring binder,tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (1000V megger) with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 125-2.2 CONCRETE. The concrete for bases, footings, etc. shall be proportioned, placed, and cured in accordance with Item MO-610"Structural Portland Cement Concrete." 125-2.3 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized t inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 51413, and 1242. 125-2.4 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of Fed. Spec. W-C-1094, Underwriters Laboratories Standards UL-651 and Article 347 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. b.Type II—Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduit/fitting manufacturer. 125-2.5 LIGHT BASES AND TRANSFORMER HOUSINGS. Light bases and transformer housings shall be Type L-867 conforming to the requirements AC 150/5345-42. The sizes of the units and any accessories shall be as shown on the plans. 125-2.6 ISOLATION TRANSFORMERS. Isolation transformers shall be rated 6.6/6.6 amperes and sized for the light or equipment being served. All isolation transformers shall be Type L-830 conforming to the requirements of AC 150/5345-47. 125-2.7 RUNWAY AND TAXIWAY LIGHTS. Runway, threshold and taxiway lights shall be of the types indicated on the plans and conforming to the requirements of AC 150/5345-46. 125-2.8 GUIDANCE SIGNS. The lighted guidance signs shall be Type L-858R, L-8584 and L-858L, Size 1 (18" legend panel with a 12" legend), Style 2 (6.6 amp 3 step), conforming to the requirements of AC 150/5345-44 and as detailed on the plans. Guidance signs shall use Quartz Lamps. • i JEFFMO125.TAXA MO-125-2 Jefferson City Memorial Airport Taxiway A February 2007 125-2.9 CONSTANT CURRENT REGULATOR. The constant current regulator shall be a Type L- 828, ferroresonant design, conforming to the requirements of AC 150/5345-10. The regulator shall be the size as shown on the plans and floor mounted. Single phase, 6.6 amp maximum output current, 60 Hz, taps for 208, 220, and 240 volts shall be provided. Brightness selection relays shall be interlocked to i prevent simultaneous operation. The output current shall be constant under all ambient temperature. The regulator shall have an integrated series plug cutout. CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.2 ELECTRICAL CONNECTION. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association,NFPA-70,National Electric Code. 125-3.3 INSTALLATION OF AIRPORT LIGHTING SYSTEMS AND SIGNS. A. Guidance signs, light fixtures, light bases, isolation transformers, and accessories shall be installed as shown on the plans or approved shop drawings and in accordance with the applicable FAA advisory circulars. Tolerances given in the FAA advisory circulars and on the plans shall not be exceeded. Where no tolerance is given, no deviation is permitted. Items not installed in accordance with the FAA advisory circulars, and the plans shall be replaced by and at the cost of the Contractor. B. The Contractor shall assemble units and connect them to the system in accordance with the manufacturer's recommendation and instructions. 125-3.4 DELIVERY, STORAGE AND HANDLING. Materials and equipment should be shipped disassembled to the extent necessary for reasons of. shipping limitations, handling facilities, and to avoid damage during shipment. Materials shall be maintained in new condition. This shall include suitable coverings,indoor storage, etc.,to properly protect the equipment and materials. Any equipment and materials, in the opinion of the Engineer, damaged during construction or storage shall be replaced by and at the cost of the Contractor. Painted and galvanized surfaces that are damaged shall be repaired according to manufacturer's recommendations,to the satisfaction of the Engineer. 125-3.4 REMOVAL OF EXISTING RUNWAY, TAXIWAY EDGE LIGHTS, GUIDANCE SIGNS AND REGULATOR. The Contractor shall remove existing taxiway edge lights, guidance signs and regulator as indicated on the plans. The Contractor shall turn over to the Owner regulator, all guidance signs and taxiway edge lights, including the globes and stems. The Contractor shall properly dispose of all materials, including isolation transformers, base cans, foundation and other incidental items off of airport property. METHOD OF MEASUREMENT 125-4.1 The quantity of taxiway lights to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the Engineer. 125-4.2 The quantity of guidance signs to be paid for under this item shall be the number of each installed as completed units in place, ready for operation, and accepted by the Engineer. JEFFMO125.TAXA MO-125-3 Jefferson City Memorial Airport Taxiway A February 2007 125-4.3 The quantity of taxiway edge lights to be paid under this item shall be the number of each removed and turned over to owner, including transporting to a storage site on the airport. 125-4.4 The quantity of guidance signs to be paid under this item shall be the number o f each c removed i and turned over to owner, including transporting to a storage site on the airport. 1� 125-4.5 The quantity of constant current regulator to be paid under this item shall be the number of constant current regulators installed as complete in place, ready for operation. 125-4.6 The quantity of L-867 junction can to be paid under this item shall be the number of junction cans installed as complete in place ready for operation. BASIS OF PAYMENT 125-5.1 Payment will be made at the contract unit price for each complete runway and taxiway light; guidance sign; and junction can installed by the contractor and accepted by the Engineer. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, including ground rod and equipment ground, and for all labor, equipment, tools, and incidentals necessary to complete this item. 125-5.2 Payment will be made at the contract unit price for each complete Constant Current Regulator installed by the contractor and accepted by the Engineer. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of the Constant Current Regulator and for all labor, equipment, tools and incidentals necessary to complete this item, including the removal of existing regulator. Payment will be made under: MO-125-5.1 Airport Taxiway Lights Type L-861, Medium Intensity, Base Mounted (Blue) -- per each MO-125-5.2 Airport Taxiway Lights Type L-861, Medium Intensity, Stake Mounted (Blue) -- per each MO-125-5.3 Airport Runway and Taxiway Sign(Size 1, Style 2) --per each MO-125-5.4 Demolition of Existing Taxiway Edge Lights MO-125-5.5 Demolition of Existing Guidance Signs MO-125-5.6 New L-828, Constant Current Regulator MO-125-5.7 L-867 Junction Can MO-125-5.8 Airport Runway Light,Type L-862, High Intensity Stake Mounted, --per each MATERIAL REQUIREMENTS Fed.Spec.W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 6,51 Standard for Conduit&Hope Conduit, Type • EB &A Rigid PVC) JEFFMO125.TAX4, MO-125-4 Jefferson City Memorial Airport Taxiway A February 2007 Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Cable and Conduit Standard 514B Underwriters Laboratories Intermediate Metal Conduit Standard 1242 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit(for Direct Burial) Standard 651 Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit(for Standard 651 A concrete encasement) AC 150/5340-18 Standards For Airport Sign Systems AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-42 Specification for Airport Light Bases, Transformer Housing, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Light Systems AC 150/5345-51 Specification for Discharge-Type Flashing Light Equipment AC 150/5345-53 Airport Lighting Equipment Certification Program REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code(NEC) JEFFMO125.TAXA MO-125-5 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ITEM MO-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item shall consist of excavation, disposal, placement, and compaction of all material encountered within the limits of the work not being removed under some other item. This work shall be performed in accordance with the specifications and in conformance with the lines, grades, thickness and typical cross sections shown on the plans, or established by the Engineer. 152-1.2 CLASSIFICATION. All excavation will be classified as hereafter described. t a. Class A Excavation will consist of all excavation not classified as Class C, Sandstone or Igneous Rock. b. Class C Excavation will consist of the removal of stone in ledges 6 inches thick or more. A ledge will be considered to be a continuous deposit of rock that may or may not include thin, interbedded seams of soft material or shale. The vertical limits of each.ledge will be determined by beds of soft material or shale more than 12 inches thick. The beds of soft material or shale will be included in the measurement of Class A Excavation only. Boulders or other detached stones, each having a volume of 2 1/2 cubic yards or more, will be considered as Class C Excavation. c. Shale, fire clay, chert (joint flint rock) broken by intermittent clayey partings or clay seams, stratified chert cemented with clay seams (hardpan), and plain or bituminous-bound bases or surface courses of macadam, gravel, broken stone or similar material will not be considered as Class C Excavation or Sandstone Excavation. d. Sandstone Excavation will consist of the removal of material determined to be sandstone in ledge formation. Laboratory analysis will be made, if necessary,to aid in the determination. e. Igneous Rock Excavation will consist of the removal of rock of igneous origin (porphyry, granite, rhyolite) occurring in continuous formation, or of detached boulders having a volume of 2 1/2 cubic yards or more. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation,may be used on the embankment slope. 152-1.4 Borrow. Borrow will consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of the usable material from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. The Contractor will be responsible for obtaining the necessary cross sections or measurements of the borrow area before and after excavating, subject to verification by the Engineer. Borrow will be classified in the same manner as other excavation included in the contract. CONSTRUCTION METHODS 152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely stripped of topsoil. JEFFMO152.TAXA MO-152-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches, in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. A. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. B. Undergrading. Class C, Sandstone, and Igneous Excavation for runway safety areas, j. subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a depth of 12 inches, or to the depth specified by the Engineer, below the subgrade. This excavated material shall be paid for at the contract unit price per cubic yard for rock excavation. Excavating and undergrading in rock (i.e., material conforming to the description of Class C, Sandstone or Igneous Rock, when the contract calls for classified excavation) shall be performed in a manner to produce material of such size as to permit being placed in embankments in accordance with the requirements of section 152-2.5. Where rock cuts are made and refilled with selected materials, any rock JEFFMO152.TAXA MO-152-2 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 pockets created in the rock surface shall be drained in accordance with the details shown on the plans. Care shall be taken to avoid overshooting when blasting. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified by the Engineer. Unsuitable materials shall be disposed of at locations as directed by the Engineer. This excavated material shall be paid for at the contract unit price per cubic yard for Class A Excavation. All undergraded areas shall be refilled with suitable material, obtained from the grading operations or borrow areas and thoroughly compacted as indicated in paragraph 2.5. The necessary refilling will constitute a part of the embankment and shall be paid for at the contract unit price per cubic yard for Class A Excavation. C. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded and removed by the Contractor and disposed of as directed: however, payment will not be made for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as rock excavation. D. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. E. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557. The material to be compacted shall be at at optimum moisture content to 4 percent above before rolling to obtain the prescribed compaction. There will be no separate measurement of payment for suitable material removed, manipulated, and replaced in order to obtain the required depth of density. Any removal, manipulation, aeration, replacement and recompaction of suitable materials necessary to obtain the required density shall be included in the contract unit price for excavation. The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted.in top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut-and-fill slopes.shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. 152-2.3 BORROW. There are no borrow area(s)within the airport property. . When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor JEFFMO152.TAXA MO-152-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. The contractor shall not excavate beyond the dimensions and elevations established, and no material shall be removed prior to his staking and cross sectioning the site. If the contractor places more borrow than required and thereby causes a waste of excavation, such waste will be deducted from the borrow volume as,measured in the borrow area. All borrow areas shall be bladed and left in such shape as to permit taking the necessary cross sections after excavating has been completed. The finished borrow areas shall be approximately true to line and grade if so specified in the contract, and shall be finished, where practicable, so that no water will collect or stand therein. 152-2.4 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in paragraph 2.5. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.5 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 9 inches in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag,blade, or slope the embanlanent to provide proper surface drainage. The material in the layer shall be atat optimum moisture content to 4 percent above before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each lift. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a JEFFMO152.TAXA MO-152-4 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 depth of 6" and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. l 1 The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. ' In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in f' accordance with ASTM D 2922,paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in y accordance with ASTM D 3017,paragraph 7. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and t. become incorporated with the other material in the layer. t In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet below the finished subgrade. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. JEFFMO152.TAXA MO-152-5 Jefferson City Memorial Airport 1 Taxiway A and Taxiway Connectors February 2007 There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation. 152-2.6 FINISHING AND PROTECTION OF SUIBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.7 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved.No payment will be made separately or directly for hauling on any part of the work. 152-2.8 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of ' the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2-inch, or shall not be more than 0.05-foot from true grade as established by grade hubs or pins. Any deviation in excess of �. these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.9 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item MO- 905, Topsoiling, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item MO-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 350 feet of runway pavement or 65 feet of taxiway pavement and shall not be placed on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item MO-905. No direct payment will be made for topsoil as such under Item MO-152. The quantity removed and • JEFFMO152.TAXA MO-152-6 Jefferson City Memorial Airport , Taxiway A and Taxiway Connectors February 2007 placed directly or stockpiled shall be paid for at the contract unit price per cubic yard for Class A Excavation. When stockpiling of topsoil and later rehandling of such material is directed by the Engineer,the material so rehandled shall be paid for at the contract unit price per cubic yard for "Topsoiling," as provided in Item MO-905. METHOD OF MEASUREMENT 152-3.1 Contract Quantity Payment. The quantities of excavation 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. A partial check of existing ground elevations will be made at the time slope stakes are set, and of the finished work for deviations in the grade, width or slope from the authorized grade or typical section, and shall be verified by the engineer. Contract quantities will be used for final payment of Class A Excavation except when: a. Errors are found in 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. e. Class C, Sandstone or Igneous Rock Excavation is encountered. If the above conditions are encountered, the corrections or revisions will be computed and added to or deducted from the contract quantity. f. Quantities are determined by measurement as specified in Section 152-3.2. 152-3.1.1 If the plans have been altered or when a disagreement exists between the contractor and the engineer as to the accuracy of the plan quantities of any balance, or the entire project, either party has the right to request a recomputation of contract quantities of excavation within any area by written notice to the other party. The written notice shall contain evidence that an error exists in the original groundline elevation or in the original computations which will materially affect the final payment quantity. If such final measurement is required, it will be made from the latest available ground surface and the design section. 152-3.2 Measured Quantities. If payment of excavation is to be made on a measured quantity basis, volumes of authorized excavation will be computed from cross section measurements by the average end area method. When not attributable to carelessness of the contractor, slides in Class A Excavation will be included in such measurements. Authorized excavation of rock, or other unsuitable material will also be included. 7 Authorized excavation of rock, shale, or other unsuitable material below grade shall consist of that excavation necessary to provide the designated depth of undergrading. No measurement or payment will be made of any material removed and replaced below the design limits of undergrading. While work involving classified excavation is in progress, the Contractor will fix points of elevation and JEFFMO152.TAXA MO-152-7 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 stationing as required to establish the lines of demarcation between the material of different classification. These top points will be determined before any Class C, Sandstone or Igneous Rock Excavation is removed, and it shall be the Contractor's responsibility to notify the Engineer before removing any such material. Any excavation removed before the Engineer has been notified and given 24 hours to verify lines of demarcation will be included in the measurement of Class A Excavation only. Excavation may be encountered in which lines of demarcation between material of different classifications are impracticable to establish. The quantity of material classified as other than Class A Excavation may be determined by the Engineer on a percentage basis as the work progresses after the limits of determinate classification material have been established. Measured quantities of excavation will be used where the ground elevations shown on the plans are found to be erroneous. No revision of contract quantities will be made if the actual ground elevations are considered to agree generally with the ground line shown on the plans. Where the Engineer authorizes a change in grade, slope or typical section affecting the volume of excavation allowed for payment in that particular balance or area, the revised volume will be determined by the average end area method on the basis of the revised grade, slope or typical section. Where unauthorized deviations result in a decrease in the contract quantities,the deviations will be measured and deducted from the contract quantity. The quantity of Class C, Sandstone or Igneous Rock Excavation will be computed on a measured quantity basis. The volume of Class A Excavation allowed for payment in balances involving rock excavation will be determined by one of the following methods, whichever in the judgment of the Engineer is more applicable: (a) Measuring and computing both the Class A Excavation and the Class C, Sandstone or Igneous Rock Excavation within the limits affected. (b) Deducting the volume of Class C, Sandstone or Igneous Rock Excavation from the total adjusted volume of excavation,regardless of classification,within the limits affected. Measurement will be made for unsuitable material actually excavated and removed to permit proper compaction in cut sections. Borrow quantities will be determined by measuring the borrow area before and after excavating. Stockpiled material shall be paid for on the basis of the number of cubic yards measured in the stockpiled position as soon as the material has been stockpiled. BASIS OF PAYMENT 152-4.1 Payment for excavation will be made at the contract unit price per cubic yard which price shall be full compensation for the excavating and hauling; placing, forming, and compaction of embankments; preparation of subgrade; backfilling required undergraded areas; shouldering, rounding slopes, finishing of graded earth, picking up and disposing of field stone and other rock; and any work noted on the plans to be included in the contract unit price for excavation. No payment will be made for any material used for purposes other than those designated, except as approved by theEngineer. 152-4.2 If the contract contains a unit price for either Sandstone or Class C Excavation, but not both, it shall apply to the other if both are encountered. If the contract does not contain a unit price for Class C Excavation or Sandstone Excavation and such material is encountered during construction, payment will JEFFMO152.TAXA MO-152-8 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' be made on the following basis: • 500 cubic yards or less $15.00 per cu.yd. More than 500 cubic yards but less than 2,000 cubic yards $10.00 per cu. yd. 2,000 cubic yards or more $8.00 per cu.yd. 152-4.3 If the contract does not contain a unit price for Igneous Rock Excavation and such material is ' encountered during construction,payment will be made on the following basis: 500 cubic yards or less $18.00 per cu. yd. More than 500 cubic yards but less than 2,000 cubic yards $15.00 per cu. yd. 2,000 cubic yards or more $11.00 per cu. yd. 152-4.4 No direct payment will be made for water required in compaction work. Any costs involved in reducing moisture content in soils will be at the contractor's expense. + 152-4.5 Payment will be made under: Item MO-152-4.1 Class A Excavation(Off-Site Waste)--per cubic yard. + Item MO-152-4.2 Class A Excavation--per cubic yard , JEFFM0152.TAXA MO-152-9 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ITEM MO-155 FLY ASH TREATED SUBGRADE DESCRIPTION 155-1.1 This work shall consist of the addition of self-cementing fly ash, mixing and compacting the material to the required density to develop a stabilized subgrade section. This item .applies to natural ground or fill and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS 155-2.1 FLY ASH. Fly ash shall comply with the physical requirements of ASTM D-5239 6.4 maintaining a minimum compressive strength of 500 psi at 7 days and the chenucal requirements of ASTM Specifications C-618, Section 3.3 when sampled and tested in accordance with Sections 5, 6 and 8, unless otherwise shown on the plans. Fly ash shall be of the Class "C" designation containing a minimum of 25 percent CaO. The source of the ash shall be selected by the Contractor and approved by the Engineer in advance of stabilization operations in order that the required laboratory tests can be completed prior to construction without delaying the work. The fly ash shall conform to Department of Natural Resources fly ash regulations. 155-2.2 WATER. The water used in the stabilized mixture shall be clean, clear, free of sewage, vegetable matter, oil, acid and alkali. Water known to be potable may be used without testing. All other sources shall be tested in accordance with AASHTO T26 and approved by the Engineer. 155-2.3 SOIL. The soil for this work shall consist of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod,weeds, and stones larger than 2-1/2 inches. COMPOSITION 155-3.1 FLY ASH. For Bidding purposes the Contractor shall assume an application rate of 16 percent by dry unit weight of material. The actual rate utilized will be determined from field samples and an approved fly ash source. The Contractor is required to submit a job mix formula that is determined in a soils testing lab from field samples and an approved fly ash source. The soil-fly ash mixture shall yield a minimum compressive strength of 175 psi. 155-3.2 TOLERANCES. At final compaction, the fly ash and water content for each course of subgrade treatment shall conform to the following tolerances: i Material Tolerance Fly Ash +0.5% Water 0%to+2% EQUIPMENT I 155-4.1 EQUIPMENT. The machinery, tools, and equipment necessary for proper execution of the work shall be on the project and approved by the Engineer prior to beginning construction operations.Blending 1 • of the soil-fly ash mixture shall be accomplished by a direct hydraulic drive pulvamixer. Compaction r JEFFMO155.TAXA MO-155-1 Jefferson City Memorial Airport Taxiway Taxiway A and Taxi Connectors February 2007 Y shall be achieved using sheepsfoot or padfoot rollers. Rubber-tired rollers will not be permitted except for finish rolling of the stabilized section. • All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Fly ash shall be stored and handled in closed weatherproof containers until immediately before distribution. Fly ash exposed to moisture prior to mixing with soils shall be discarded. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Engineer. CONSTRUCTION METHODS 155-5.1 GENERAL. It is the primary purpose of this specification to secure a completed section of treated material which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth. It shall be the responsibility of the Contractor to regulate the sequence of his/her work; to process a sufficient quantity of material to provide ' a completed section as shown on plans; to use the proper amounts of fly ash; to achieve final compaction within the specified time; to maintain the work; and to rework the lifts as necessary to meet the above requirements. 155-5.2 WEATHER LIMITATION. The soil-fl ash mixture shall not be mixed while the atmospheric Y p temperature is below 40°F or when conditions indicate that temperatures may fall below 40°F within 24 hours, when it is foggy or rainy, or when soil or subgrade is frozen. 155-5.3 PREPARATION OF SUBGRADE. Before other construction operations are begun, the area where the fly ash stabilized material will be placed shall be cut and shaped in conformance with the lines and grades shown on the plans. All areas shall be firm and able to support, without displacement, the construction equipment and the compaction hereinafter specified. Soft or yielding subgrade shall be corrected and made stable by scarifying, adding fly ash, and compacting until it is of uniform stability. Where the stabilized section is to extend below the cut surface, the fly ash shall be distributed uniformly across the surface in a quantity sufficient to provide the specified ash content. The fly ash shall be incorporated with a pulvamixer with water being added to achieve the specified moisture content. 155-5.4 MOISTURE CONTROL. Moisture control shall be achieved p a use through of ulvarnixer g equipped with a spray bar in the mixing drum capable of applying sufficient quantities of water to achieve the required moisture content for the soil-fly ash mixture. The system shall be capable of being regulated to the degree necessary as to maintain moisture contents within the recommended range. Required moisture contents will be established by the Engineer based on laboratory tests with the site soils and specific fly ash to be used for the treatment. Final moisture content of the mix, immediately prior to compaction shall not exceed the specified range of moisture content. If moisture contents exceed the specified limits, additional fly ash may be added to lower moisture contents to the required limits. Lowering moisture contents by aeration following addition of fly ash will not be allowed. 155-5.5 APPLICATION OF FLY ASH. Immediately prior to application of fly ash, the area shall be bladed to allow uniform distribution of fly ash. The fly ash shall be spread only on that area where the complete placement operation can be completed within 2 hours. The application and mixing of the fly ash • with the soil shall be accomplished by the methods hereinafter described. JEFFMO155.TAXA MO-155-2 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 The fly ash shall be spread uniformly over the top of the subgrade by an approved screw-type auger spreader box or other approved spreading equipment. The amount of fly ash spread shall be the amount required for mixing to the specified'depth which will result in the percentage determined in the job mix formula. The fly ash shall be distributed at a uniform rate and in such manner as to reduce the scattering of fly ash i by wind to a minimum. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to a proper application or becomes objectionable to adjacent property owners. A motor grader shall not be used to spread the fly ash. ; 155-5.6 MIXING. The mixing procedure utilized shall be for Dry Placing as hereinafter described. The full 12" depth of the treated subgrade shall be mixed with a rotary pulvamixer which utilizes a direct hydraulic drive. Fly ash shall not be left exposed for more than 30 minutes after distribution. The mixing machine shall make two coverage's. Water shall be added through use of a pulvamixer equipped with a spray bar in the mixing drum capable of applying sufficient quantities of water to achieve the required moisture content of the soil-fly ash mixture. The system shall be capable of being regulated to the degree as to maintain moisture contents within the recommended range. Required moisture contents shall be established based on laboratory ry tests with the site soils and specific ' fly ash to be used for the treatment. Final moisture content of the mix, immediately prior to compaction, shall be determined in accordance with ASTM D 698 and shall be within the specified range of moisture content as determined by laboratory tests. If moisture contents exceed the specified limits, additional fly ash may be added to lower the moisture content to the required limits. Lowering moisture contents by • aeration following addition of the fly ash will not be permitted. If the soil-fly ash mixture contains clods greater than 1-1/2" in size, they shall be reduced in size by additional pulverization. 155-5.7 COMPACTION. Compaction of the soil-fly ash mixture shall begin immediately after mixing of the fly ash and be completed within two hours following incorporation of fly ash. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to the specified density using sheepsfoot or padfoot rollers. A test for both density and moisture content of the soil-fly ash mixture shall be taken for each 750 square yards of material placed. The field density of the compacted mixture shall be at least 95 percent of the maximum density of laboratory specimens prepared from samples taken from material in place. The specimens shall be compacted and tested in accordance with ASTM D 698. The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. When ASTM D 2922 is utilized for testing purposes, the nuclear gage shall be calibrated in accordance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument.The gage shall be standardized daily in accordance with ASTM D 2922,paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017,paragraph 7. ' JEFFMO155.TAXA MO-155-3 Jefferson City Memorial Airport . J Taxiway A and Taxiway Connectors February 2007 1 All irregularities, depressions, or weak spots which develop shall be corrected inunediately by scarifying , the areas affected, adding or removing material as required and remixing and re-compacting. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked to meet these requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and shall conform with the typical section shown on the plans and to established lines and grades. Should the material, due to any reason or cause, lose the required stability, density and finish before the work is accepted, it shall be reprocessed, recompacted and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization including the addition of fly ash. 155-5.8 FINISHING AND CURING. After the final layer or course of the fly ash treated subgrade has ' been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor, at his/her own expense, in a manner satisfactory to the Engineer. After the fly ash treated course has been finished as specified herein,the surface shall be protected against ' rapid drying by either of the following methods for a period of not less than three days or until the pavement section is placed. 1)Maintain in a thorough and continuously moist condition by sprinkling. • 2)Apply a 2-inch layer of earth on the completed course and maintain in a moist condition. , 155-5.9 THICKNESS. The thickness of the fly ash treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace, at his/her expense, the soil/fly ash material where borings are taken for test purposes. 155-5.10 MAINTENANCE. The Contractor shall maintain at his/her own expense, the entire fl ash- t P � Y treated subgrade in good condition from the start of work until all the work has been completed, cured, and accepted by the Engineer. METHOD OF MEASUREMENT 12-6.1 The yardage of fly ash-treated subgrade to be paid for shall be the number of square yards completed and accepted. 12-6.2 The amount of fly ash to be paid for shall be the number of tons of fly ash, dry weight, used as authorized. JEFFMO155.TAXA MO-155-4 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 BASIS OF PAYMENT ' 12-7.1 Payment shall be made at the contract unit price per square yard for the fly ash-treated subgrade of the thickness specified. The price shall be full compensation for furnishing all material, except the fly ash, and for all preparation, delivering, placing, mixing these materials, shaping and maintaining, for all curing ' including water, and all labor, equipment, tools and incidentals necessary to complete this item. i 12-7.2 Payment shall be made at the contract unit price per ton (2,000 pounds) of fly ash. This price shall ' be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material; and for all labor,equipment,tools, and incidentals necessary to complete this item. Payment will be made under: Item MO-155-7.1 Airport Fly Ash-Treated Subgrade(12")--per square yard Item MO-155-7.2 Airport Fly Ash for Subgrade--per ton TESTING REQUIREMENTS ASTM D 698 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using ' 5.5 lb. (2.49 kg)Rammer and 12-in. (305 mm)Drop , ASTM D 1556 Density of Soil in Place by the Sand-Cone Method ' ASTM D 2167 Density of Soil in Place by the Rubber-Balloon Method ASTM D 2922 Test for Density of Soil and Soil-Aggregate In-Place by Nuclear Methods (Shallow Depth). ASTM D 3017 Test for Moisture Content of Soil and Soil-Aggregate In-Place by Nuclear Methods (Shallow Depth). AASHTO T26 Quality of Water to be Used in Concrete r MATERIAL REQUIREMENTS ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete i JEFFMO155.TAXA MO-155-5 Jefferson City Memorial Airport l ! Taxiway A and Taxiway Connectors February 2007 ITEM MO-156 EROSION AND SEDIMENT CONTROL DESCRIPTION J 156-1.1 This work shall consist of furnishing, installing, maintaining and removing temporary erosion ' and sediment control measures; furnishing and placing permanent erosion control features; or a combination of both as shown on the plans or as designated by the Engineer. This work shall consist of controlling water pollution in accordance with these specifications. The Contractor shall exercise best management practices throughout the life of the project to control J water pollution. Pollutants such as chemicals, fuels, lubricants, bitumen, raw sewage or other harmful material shall not be discharged from the project. Temporary pollution control measures shall be coordinated with permanent erosion control features specified in the contract to ensure economical, effective and continuous erosion control. ' Temporary control may include work outside the construction limits such as borrow pit operations, 1 equipment and material storage sites',waste areas, and temporary plant sites. MATERIALS 156-2.1 MATERIALS. All materials shall conform to the following requirements: Item Specification Fertilizer MO-901 ' Seed MO-901 Mulching MO-908 Straw Bales MO-908 Geotextile Fabric shall meet the physical and chemical requirements of AASHTO M 288. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and the pollution control laws, rules or regulations of other federal, state or local agencies, the more restrictive laws, rules or regulations shall apply. 156-3.2 SCHEDULE OF WORK. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing, grading, construction,paving, and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. J 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of ' erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes,ponds, or other areas of water impoundment. JEFFMO156.TAXA MO-156-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent t erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform ' the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during ' the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Clearing and grubbing operations shall be scheduled and performed so grading operations and erosion ' control features will follow immediately thereafter. The surface area of erodible earth material exposed at one time by clearing and grubbing, excavating fill or borrow shall not exceed 435,000 square feet within any individual drainage area without installation of erosion controls for that drainage area. The total erodible surface area exposed at one time for the entire project shall not exceed 750,000 square feet. The engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment ' operations in progress, commensurate with the contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall betaken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's ' negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the contractor at his/her own expense. The Contractor shall acceptably maintain the erosion control features installed by the Contractor during ' the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will ' adversely affect the sediment levels,temporary structures should be provided. TEMPORARY EROSION CONTROL ' (SILT FENCE/STRAW BALES) 156-4.1 DESCRIPTION. This work shall consist of furnishing, installing, maintaining and removing erosion controls for temporary ditch checks and at other temporary locations shown on the plans for controlling pollution and erosion, and removing sediment deposits at these locations and disposing of the sediment deposits at a location approved by the Engineer. The quantities of temporary erosion control ' shown on the plans may be increased or decreased at the direction of the Engineer. At the Engineer's discretion, the location may be field modified to fit field conditions. Such variations in quantity will not be considered as alterations in the details of construction or a change in the character of the work. 156-4.2 MATERIAL. Geotextile Fabric shall meet the physical and chemical requirements of AASHTO M 288. ' Posts for silt fence may be wood, steel or synthetic. Posts shall be sufficient length,not less than 3 feet,to ensure adequate embedment while fully supporting the silt fence and shall have sufficient strength to ' resist damage during installation and to support applied loads while in service. • JEFFMO156.TAXA MO-156-2 Jefferson City Memorial Airport ' ' Taxiway A and Taxiway Connectors February 2007 ' All geotextile silt fence shall be supported either externally by wire or other approved mesh to a height of ' at least 24 inches or by a suitable designed-in support system capable of keeping the material erect. Either method shall be strong enough to withstand applied loads. Prefabricated fence systems may be used provided they meet all of the above requirements. ' Straw bales shall meet the requirements of MO-908. Posts for straw bales shall be wood. Posts shall be 2 inch by 2 inch and sufficient length, not less than 3 ' feet,to ensure adequate embedment. 156-4.3 CONSTRUCTION REQUIREMENTS. The Contractor shall install the temporary erosion ' control as shown on the plans or at other locations as directed by the Engineer. Silt fence construction shall be adequate to handle the stress from hydraulic and sediment loading. Fabric at the bottom of the silt fence shall be buried a minimum 6 inches so that no flow can pass under the barrier. The trench shall be backfilled and the soil compacted over the fabric. The fabric shall be spliced together only at a support post with a minimum 6-inch overlap. Any installation method acceptable to the Engineer will be allowed ' as long as the effectiveness and intent of the silt fence is achieved. Post spacing shall not exceed 5 feet. Posts shall be driven a sufficient depth into the ground or.placed on closer spacing as necessary to ensure adequate resistance to applied loads. The silt fence shall be fastened securely to the upslope side of the post. When wire support is used, the wire shall extend into the trench a minimum of 2 inches. • Straw bale construction shall be adequate to handle the stress from hydraulic and sediment loading. Geotextile fabric shall be fastened securely to the bale on the side of flow and on top and then embedded a minimum of 6 inches so that no flow can pass under the barrier. Post spacing shall not exceed 2 feet. Posts shall be driven'a sufficient depth into the ground or placed on closer spacing as necessary to ensure adequate resistance to applied loads. The Contractor shall maintain the integrity of the erosion control as long as they are necessary to contain sediment runoff. The Contractor shall inspect all erosion control immediately after each rainfall and at least daily during prolonged rainfall. Any deficiencies shall be immediately corrected by the Contractor. In addition, the Contractor shall make a daily review of the location of erosion control in areas where construction activities have changed the natural contour and drainage runoff to ensure the erosion control is properly located for effectiveness. Where deficiencies exist, additional erosion control shall be installed 1 as approved or directed by the Engineer. The Contractor shall remove and dispose of sediment deposits when the deposit approaches one-half the height of the original height or sooner when directed by the Engineer. Periodic sediment removal shall include removal and disposal of sediment in a location where it will not erode into construction areas or watercourses. The erosion control shall remain in place until the Engineer directs it to be removed. Upon removal, the ' Contractor shall remove and dispose of any excess silt accumulations, grade and dress the area to the satisfaction of the Engineer, and establish vegetation on all bare areas in accordance with the contract requirements. The erosion control material shall remain the property of the contractor and may be used at • other locations, provided the material continues to meet the requirements of this specification, is sound and not weakened by exposure to the elements. JEFFMO156.TAXA MO-156-3 Jefferson City Memorial Airport 1 ° Taxiway A and Taxiway Connectors February 2007 ' 156-4.4 METHOD OF MEASUREMENT. Measurement of temporary erosion control will be made ' to the nearest linear foot. The temporary erosion control will be measured in place from end to end of each separate installation completed and approved in place. Measurement of the removal of accumulated sediment will be made to the nearest cubic yard. 156-4.5 BASIS OF PAYMENT. The accepted quantities of temporary erosion control completed, ' accepted and in-place will be paid for at the contract unit price per linear foot and will be full compensation for all labor, equipment and material to complete the described work. This includes maintaining and repairing the original structure and the removal and disposal of the erosion control after , completion of the work. The Contractor will be compensated if the Engineer determines unusual conditions warrant a repair or replacement of the erosion control. The removal of accumulated quantity of sediment will be paid for at the contract unit price per cubic yard. ' Payment will be full compensation for all labor, equipment and material to complete the described work and for sediment removal and disposal. Payment will be made under: Item MO-156-4.5.1 Silt Fence--per linear foot Item MO-156-4.5.2 Straw Bales--per linear foot Item MO-156-4.5.3 Sediment Removal--per cubic yard 156-5 Deleted 156-6 Deleted 156.7 Deleted TEMPORARY SEEDING AND MULCHING 156-8.1 DESCRIPTION. This work shall consist of fertilizing, furnishing and sowing of seed, mulching or other acceptable cover authorized by the Engineer. This work shall produce a quick ground • cover to reduce erosion in disturbed areas expected to be redisturbed at a later date. Finish grading of areas will not be required.Hydraulic seeding and fertilizing in accordance with MO-901 will be allowed. 156-8.2 CONSTRUCTION REQUIREMENTS. Seeding and mulching shall be a continuous operation on all cut and fill slopes, excess material sites and borrow pits during the construction process. All disturbed areas shall be seeded and mulched as necessary to eliminate erosion. The Contractor shall provide permanent seeding and mulching as shown on the plans following temporary seeding. Temporary seeding mixtures of oats, cereal rye or wheat shall be applied at a rate of 100 pounds per acre. Temporary seeding mixtures of oats shall be applied only during the months of December through May. Temporary mulch placed over temporary seed mixtures shall be applied in accordance with MO-908. Fertilizer shall be applied at a rate of 40 pounds nitrogen per acre. Lime will not be required for temporary seeding. 156-8.3 METHOD OF MEASUREMENT. Measurement of all temporary seed mixtures and accompanying mulch will be made to the nearest 1/10 acre. 156-8.4 BASIS OF PAYMENT. The accepted quantities of all temporary seed mixtures and the accompanying mulch will be paid for at the contract unit price per acre. ' Payment will be made under: • JEFFMO156.TAXA MO-156-4 Jefferson City Memorial Airport Taxiway Taxiway A and Taxi Connectors February 2007 Y MO-156-8.4.1 Temporary Seeding and Mulching--per acre 1 1 1 1 • 11 i ' JEFFMO156.TAXA MO-156-5 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ITEM MO-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION ' 209.1.1 This work shall consist of furnishing and placing one or more courses of crushed aggregate base 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. Aggregate base shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction(MSSHC), Section 304 - Aggregate ' Base Course. All construction methods, testing, and acceptance criteria shall be in accordance with the standards included within this Item MO-209. i ' MATERIALS 209-2.1 AGGREGATE. All materials for aggregate base shall conform to the requirements of the 2004 ' (MSSHC), Section 304, for Type 5 Aggregate. The ledge stone from which the aggregate base will be produced has to have source approval from the Missouri Department of Transportation (MoDOT). Prior to use of materials, the Contractor shall submit the current MoDOT source approval letter to the Engineer for the materials proposed for use during construction. Source approval granted for "all types of highway construction" (Product Code 1005CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises approval for all uses except portland cement concrete pavement. Source approval obtained for "all types except PCCP & PCCM" (Product Code 1002CAAC) is considered to be approval for all uses except portland cement concrete. ' • The Contractor shall submit certified test reports to the Engineer for the gradation of the aggregate base. ' The certification shall show the appropriate AASHTO test for the material, the test results, and a ' statement that the material passed or failed. The aggregate shall be sampled and tested for gradation using the following procedures: ' 1. Sampling Aggregates. Sampling shall be in accordance with AASHTO T 2. 2. Sieve Analysis of Fine and Coarse Aggregate. The aggregate shall be tested in ' accordance with AASHTO T 27 and shall meet the gradation requirements of the MSSHC, Section 1007. ' 3. Material Passing No. 200 Sieve. The aggregate shall be tested in accordance with AASHTO T 11 and meet the requirements of the MSSHC, Section 1007. In lieu of the above gradation testing requirements, the contractor may provide documentation from ' MoDOT(District Materials Office) indicating that the material meets specification requirements. The Engineer may request samples for testing,prior to and during production, to verify the quality of the ' materials and to ensure conformance with the applicable specifications. CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and • accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding JEFFM0209.TAXA MO-209-1 Jefferson City Memorial Airport J Taxiway A and Taxiway Connectors February 2007 places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the ' Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen • subgrade. ' 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in i layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 inches. If the total depth of the compacted material is more than 6 inches, it shall be constructed in two or more layers. In multi-layer construction, the base course shall be placed in approximately equal- depth layers. , The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. ' 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to , compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 1-1/2 , percentage points above,the optimum moisture content as determined by ASTM D 698. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall • ; be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2400 square yards. A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures , contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum ' density of laboratory specimens prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 698. The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This ' procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a ' nuclear gage in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show ' evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922,paragraph 8. 1 JEFFM0209.TAXA MO-209-2 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 1 Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in ' accordance with ASTM D 3017,paragraph 7. If a nuclear gage is used for density determination,two random readings shall be made for each sublot. 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. ' In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 inch or more below grade, the top layer of base shall be ' scarified to a depth of at least 3 inches, new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. Type 5 aggregate base is intended to provide some drainage and shall not be segregated. Trimmed Type 5 aggregate base may not be reused until it is verified as meeting the required specifications. Base material contaminated to such an extent that it no longer complies with the specifications shall be removed and replaced with satisfactory material at the expense of the Contractor. 209-3.7 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge applied parallel with or at right angles to the centerline. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into ' four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost ' by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and ' provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. 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 aggregate base as soon as practicable, or as otherwise specified. However, the contractor will not be permitted to apply prime if the moisture in the top 2 inches of the aggregate base exceeds the higher of either (1) the average of the optimum moisture as determined by the standard compaction test and the absorption of the plus No. 4 fraction, or (2) two-thirds of the optimum moisture as determined by the standard compaction test. At the discretion of the engineer, proof rolling may be required by a loaded tandem axle truck on top of the aggregate base course to determine the level of stability. If the condition of the aggregate base course is not satisfactory, it should be given more time to cure or be reworked to put it into the proper condition JEFFM0209.TAXA MO-209-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 for overlay. ' METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by measurement of the number of square yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per s q uare yard for crushed aggregate base , course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item MO-209-5.1 4" Crushed Aggregate Base Course--per square yard ' 1 r JEFFM0209.TAXA MO-209-4 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ' ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT • ' DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete, without ' reinforcement constructed on a prepared underlying surface in accordance with these specifications and r shall conform to the lines,grades,thickness,and typical cross sections shown on the plans. ' MATERIALS j 501-2.1 AGGREGATES. ' a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali-aggregate reactivity in accordance with ASTM C1260. The laboratory conducting the tests shall be accredited under ASTM C1077. Fine and coarse aggregates shall be evaluated separately in accordance to ASTM C1260. The aggregates shall also be evaluated in combination and shall match the Contractor's proposed mix design aggregate proportioning using the modified ASTM C1260 described below. Test results that have a measured expansion of less than 0.10% at 28 days meet the requirements of these specifications. Should any of the test data indicate an expansion of greater than,0.10%,the aggregates shall be rejected or additional testing,by the Contractor utilizing the i modified version of ASTM C1260 shall be performed either utilizing different aggregates, different cementitious material and additional supplementary cementitious material. ' b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33, TABLE 1. GRADATION FOR FINE AGGREGATE (ASTM C 33) ' Sieve Designation(Square Openings) Percentage by Weight Passing Sieves 3/8 in. (9.5 mm) 100 ' No.4(4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16(1.18 mm) 50-85 ' No. 30(600 micro-m) 25-60 No. 50(300 micro-m) 10-30 No. 100(150 micro-m) 2-10 ' The amount of deleterious material in the fine aggregate shall not exceed the following limits by mass: Deleterious Material Material Percentage by Mass ' Clay Lumps and friable particles ASTM C 142 1.0 Material finer than 0.075 nun(No. 200 sieve)ASTM C117 3.0 ' Lightweight particles ASTM C123 using a medium Density of 5 2.0 Mg/cumeter(Sp Gr 2.0) Total of all deleterious Material 3.0 ' c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation, within the separated size groups, shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than 1 inch, ' the aggregates shall be famished in two size groups. JEFFP501.TAXA P-501-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 , Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast furnace slag, crushed recycled concrete pavement, or a combination thereof. The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances ' contained in ASTM C 33, Class 4S. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having ' a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 3 to 1. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C 131 or , ASTM C 535. TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Percentage by Weight Passing Sieves Sieve Designations From 1-1/2" to No.4 ' (square openings) (38.1 mm-4.75 mm) #4 #67 in. mm 1-1/2" -3/4" 3/4" -No.4 , 2 50.8 100 1-1/2 38.1 90-100 1 25.0 20-55 100 3/4 19.0 0-15 90-100 ' 1/2%z 12.5 3/8 9.5 0-5 20-55 No.4 4.75 0-10 No. 8 2.36 1 0-5-5 Aggregate gradations that produce concrete mixtures with well-graded or optimized ' aggregate combinations may be substituted for the requirements of Tables 1 and Table 2 with prior approval of the Engineer and the MoDOT. The contractor shall submit complete mixture information necessary to calculate the volumetric components of the ' mixture. Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D-cracking ' shall not be used. Prior to approval of mixture design and production of Portland cement concrete the Contractor shall submit written certification that the aggregate does not have a history of D-Cracking and that the aggregate meets the specified State requirements. 1. Crushed Stone Aizcreaate from Missouri: The ledge stone from which the coarse aggregate will be ' produced has to have source approval from the Missouri Department of Transportation(MoDOT). Prior to use of the material, the Contractor shall submit the current MoDOT source approval letter to the Engineer for the material proposed for use during construction. Source approval granted for "all types of highway , construction" (Product Code 1005 CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises approval for all uses except Portland cement concrete pavement. Source approval obtained for"all types except PCCP &PCCM" (Product Code , 1002CAAC)is considered to be approved for all uses except Portland cement concrete." 2. Crushed Stone Accreeate from Kansas: Aggregate shall be approved by the Kansas Department of Transportation (KDOT) ledge classification procedure. Ledges shall be accepted if they meet the KDOT ' Class 1 requirements. The sodium and magnesium sulfate soundness tests (ASTM C-88) shall not be required, however, the aggregate shall have a soundness (modified freeze-thaw) minimum of 0.90 as 0 1 JEFFP501.TAXA P-501-2 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 rdetermined for the KDOT class 1 rating. The aggregate shall meet all other quality test requirements • within these specifications. 3. Crushed Stone Aggregate from Iowa: Aggregate shall meet the quality requirements of Iowa Department of Transportation (IDOT) Class 3 durability rating and shall meet all other quality test requirements within these specifications. r4. Crushed Stone Aggregate from Nebraska: Aggregate shall meet the quality test requirements of these specifications or shall have an acceptable rating from another state classification system. Aggregate ' and aggregate sources that do not meet the Nebraska Department of Roads (NDR) Section 1006 requirements shall not be used unless approved by other accepted State classification procedures. 5. Other sources of crushed stone aggregate shall be approved if the durability factor as determined by ASTM C 666 is greater than or equal to 95 and all other quality test requirements within these specifications are fulfilled. The MoDOT will consider and reserves final approval of other State classification procedures. ' 6. Crushed gravel and sand-gravel aggregates shall not be required to meet freeze-thaw durability ratings. These aggregates shall be approved for use in concrete by the state highway agency in the state from which the aggregate originates and the state in which they are to be used and shall meet all other criteria within these specifications. 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C150 Type I or II. q YP If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. '• Only cements containing less than 0.6% equivalent alkali or cements which can demonstrate a positive reduction in the expansion created by alkali-silica reactions shall be used. Total Alkali's (Na20 &K20) i shall be independently verified in accordance with ASTM C 114. Total Equivalent Alkali's (Na2O + .658K20)shall be<0.6%. ' 501-2.3 CEMENTITIOUS MATERIALS. ' a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class C, F, or N with the exception of loss of ignition, where the maximum shall be less than 6 percent for Class F or N. The supplementary optional chemical and physical properties of Tables 1A and 2A contained in ASTM C 618 shall apply. Fly ash such as is produced in furnace operations utilizing liming materials or soda ash ' (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish vendor's certified test reports for each shipment of Fly Ash used in the project. The vendor's certified test report can be used J for acceptance or the material may be tested independently by the Engineer. b. Blast Furnace Slag. Ground Granulated Blast Furnace (GGBF) slag shall conform to ASTM C 989, Grade 100 or 120. GGBF shall be used only at a rate between 25 and 55 percent of the total cementitious material by mass. ' 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the requirements of ASTM D 175 land shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be fiunished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint,the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the • requirements of Item P-605 and shall be of the type(s)specified in the plans. JEFFP501.TAXA P-501-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of welded steel wire fabric conforming to the requirements of ASTM A185. • 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the ' requirements of ASTM A 615 or ASTM A 996, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. i Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 966 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, 1I or III, Bare Finish. Before delivery to the construction site , each dowel bar shall be epoxy coated. Metal or plastic collars shall be full circular device supporting the dowel until the epoxy hardens. The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to ' cover 2 to 3 inches of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with , the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: a. Liquid membrane-forming compounds for curing concrete shall conform to the requirements of ASTM C 309,Type 2,Class B,or Class A if wax base only, b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. c. White burlap-polyethylene sheeting for curing concrete shall conform to the requirements of ' ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. , 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of ' the requirements indicated below. In addition,the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of , ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible. b. Chemical Admixtures. Water-reducing, set retarding, and set-accelerating admixtures shall meet the requirements of ASTM C 494,including the flexural strength test. 501-2.11 EPDXY-RESIN. Epoxy-resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881,Type I, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F. • JEFFP501.TAXA P-501-4 Jefferson City Memorial Airport , ' Taxiway A and Taxiway Connectors February 2007 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified • test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. ' MIX DESIGN 501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi. The mix shall be designed using the procedures contained in Chapter 9 of the Portland Cement Association's manual,"Design and Control of Concrete Mixtures". The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the acceptance criteria for the specified strength, the mix design average strength must be higher than the specified strength. The amount of overdesign necessary to meet specification requirements depends on the producer's standard deviation of flexural test results and the accuracy which that value can be estimated from historic data for the same or similar materials. The minimum cementitious material(cement plus fly ash) shall be 564 pounds per cubic yard. The ratio of water to cementitious material,including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.45 by weight. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type,brand, source, and amount of cement, fly ash,ground slag,coarse aggregate, fine aggregate, water,,and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least 14 days prior to the start of operations. The submitted mix design shall not be more than 90 day old. Production shall not begin until the mix design is approved in writing by the Engineer. Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. ' Flexural strength test specimens shall be prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 78. The mix determined shall be workable concrete having a slump for side-form concrete between 1 and 2 inches as determined by ASTM C 143. For vibrated slip-form concrete, the slump shall be between 1/2 inch and 1 1/2 inches. 501-3.2 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement,the minimum cement content may be met by considering portland cement plus fly ash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall be between 10 and 20 percent by weight of the total cementitious material. If fly ash is used in conjunction with ground granular blast furnace slag the maximum replacement rate shall not exceed 10 percent by weight of total cementitious material. b. Ground Slag. Ground blast-furnace slag may be used in a mix design containing Type I or Type II cement. The slag, or slag plus fly ash if both are used,may constitute between 25 to 55 percent of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the JEFFP501.TAXA P-501-5 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 air temperature is expected to be lower than 55 degrees F the percent slag shall not exceed 30 percent by r weight. • 501-3.3 ADMIXTURES. ' a. Air-Entraining. Air-entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mix air-entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce ' concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse , aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Chemical. Water-reducing, set-controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. d. 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the requirements of ASTM C 1077. The laboratory accreditation will include ASTM C 78. A certification that it meets these requirements shall be submitted to the Engineer prior to the ' start of mix design. The certification shall include evidence that the laboratory is inspected/accredited for the test methods required herein by a nationally recognized laboratory inspection-accreditation organization. CONSTRUCTION METHODS ' 501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work •' shall be approved by the engineer as to design, capacity, and mechanical conditions. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. ' (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the , capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar , or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. , (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central-mixed concrete shall conform to the requirements of ASTM C 94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the • requirements of ASTM C 94. JEFFP501.TAXA P-501-6 Jefferson City Memorial Airport ' ' Taxiway A and Taxiway Connectors February 2007 • c. Finishing Equipment. The standard method of constructing concrete pavements on MoDOT projects shall be with an approved slip-form paving equipment designed to spread,consolidate,screed,and float-finish the freshly placed concrete in one complete pass of the machine so a dense and homogeneous pavement is achieved with a minimum of hand finishing. The paver-finisher shall be a heavy duty, self- propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall -' weigh at least 2200 lbs. per foot of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. i On projects requiring less than 500 square yards of cement concrete pavement or requiring individual placement areas of less than 500 square yards, or irregular areas at locations inaccessible to slip-form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. Hand screeding and float finishing may only be utilized on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall ' be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches. 1 The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of ACI 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per ' day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309, • Guide for Consolidation of Concrete. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one ' standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. ' f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Forms shall be provided with adequate devices for secure settings so that ' when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent,twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. ' g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade,tolerances, and cross ' section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. ' 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure • continuous paving operation. After the forms have been set to correct grade, the underlying surface shall ' be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of 1 JEFFP501.TAXA P-501-7 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of r placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms , shall not deviate from true line by more than 1/8 inch at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall,be cleaned and oiled prior to the placing of concrete. , The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on 1 which the pavement will be placed shall be widened approximately 3 feet to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has ' been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines,or guide wires. If the density of the underlying surface is disturbed ' by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use ' the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. ' 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, • ' immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all , concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an , accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. ' The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, , equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of , deleterious materials. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All ' aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically I using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor • shall use a suitable method of handling the cement from weighing hopper to transporting container or into ' JEFFP501.TAXA P-501-8 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent • loss of cement. The device shall be arranged to provide positive assurance that the cement content ' specified is present in each batch. 501-4.6 MIXING.CONCRETE. The concrete may be mixed at the work site,in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from ' the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. i Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed time from the addition of cementitious material'to the mix until the 4 concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes ' after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded,and approved by the Engineer. 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or ' finished when the natural light is insufficient,unless an adequate and approved artificial lighting system is operated. 1 a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F. ' • The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. ' When concreting is authorized during cold weather,water and/or the aggregates may be heated to not more than 150 degrees F. The apparatus used shall heat the mass uniformly and shall be arranged to preclude ' the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 degrees F,the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90 degrees F (35 degrees Q. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. ' The finished surfaces of the newly laid pavement shall be kept damp by applying a water-fog or mist with approved spraying equipment until the pavement is covered by the curing medium. If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as ' determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity,wind velocity,and air temperature. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog • sprays, and similar measures commencing immediately behind the paver. If these measures are not ' effective in preventing plastic cracking,paving operations shall be immediately stopped. JEFFP501.TAXA P-501-9 Jefferson City Memorial Airport J Taxiway A and Taxiway Connectors February 2007 ' C. Temperature Management Program. Prior to the start of paving operation for each day of • paving,the contractor shall provide the engineer with a Temperature Management Program for the concrete , to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: 1. Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete , material. 2. Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity. ' 3. Anticipated timing of initial sawing of joint. 4. Anticipated number and type of saws to be used. ' 501-4.8 PLACING CONCRETE. The Contractor has the option of placing the concrete with either side (fixed) forms or slip-forms. At any point in concrete conveyance, the free vertical drop of the concrete ' from one point to another or to the underlying surface shall not exceed 3 feet. Backhoes and Grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used unless the contractor demonstrates that they can be used without contaminating the concrete and base ; course and it is approved by the Engineer. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi, based on the average of four ' field cured specimens per 2,000 cubic yards (1 530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of • ' 400 psi. A. Slip-Form Construction. The concrete shall be distributed uniformly into final position by a self propelled slip-form paver without delay. The alignment and elevation of the paver shall be regulated ' from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding ' forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space , from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches. The spacing of internal units shall be uniform and shall not exceed 18 inches. The term internal vibration means vibrating units located within the specified thickness of pavement , section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the ' amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit an for a distance of at least I foot. The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving ' machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as nearly a ' continuous forward movement as possible. And all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a • minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and , JEFFP501.TAXA P-501-10 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, • except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to ' avoid breaking the pavement edge. B. Side-Form Construction. Side form sections shall be straight, free from warps, bends, ' indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable t material may be used. ' Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms,the build-up shall also be metal. i Width of the base of all forms shall be equal to at least 80 percent of the specified pavement thickness. Side forms shall be of sufficient rigidity,both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing,compacting,and finishing the pavement. ' • Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. ' Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. i ' Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the i completed pavement will conform to the required cross section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. ' Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for ' measuring and indicating frequency of vibration. • Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the ' machine is stopped. JEFFP501.TAXA P-501-11 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 , The provisions relating to the frequency and amplitude of internal vibration shall be considered the • minimum requirements and are intended to ensure adequate density in the hardened concrete. ' C. Consolidation Testing. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. If a lack of consolidation of the concrete is suspected by the Engineer, additional , referee testing may be required. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made based on the water content of the core as taken. ASTM C 642 shall be used for the determination of core , density in the saturated-surface dry condition. Referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement,or fraction there of. The average density of the cores shall be at least 97 percent of the original mix design density, with no , cores having a density of less than 96 percent of the original mix design density. Failure to meet the above requirements will be considered as evidence that the minimum requirements for vibration are inadequate for the job conditions, and additional vibrating units or other means of increasing ' the effect of vibration shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above listed requirements. 501-4.9 STRIKE-OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following ' the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished,the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete • , shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud,oil,or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be , considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire-brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these , requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch from their designated position and shall be true to line with not more than 1/4-inch variation in 10 feet. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/4 inch shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms, as shown in the plans. ' Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. • JEFFP501.TAXA P-501-12 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the • plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch(3 mm)wide and to the depth shown on the plans. I c. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans,shall extend for the full depth and width of the slab at the joint,except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler ' and to permit the concrete to be placed and finished. After the concrete has been placed and struck off,the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Deleted. ' e. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints,unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted,greased,or enclosed in sleeves. ' • f. Dowel bars. Dowel bars or other load-transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load-transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal,or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. A lubrication bond breaker shall be used for epoxy coated steel dowels except when approved pullout tests indicate it is not necessary. Where butt-type joints with dowels are designated, the exposed end of the dowel shall be oiled. Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum ' permissible alignment tolerances. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation. All devices used for the installation of expansion joints shall be approved by the ' Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the ' elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the pouring and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections,there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible • tolerances on dowel bar alignment shall be in accordance with paragraph.501-5.2e(6). During the concrete placement operation, it is advisable to place plastic concrete directly on dowel assemblies immediately ' JEFFP501.TAXA P-501-13 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' prior to passage of the paver to help maintain dowel position and alignment within maximum permissible ' tolerances. • When concrete is placed using slip-form pavers, dowels and tie bars shall be placed in longitudinal ' construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8-inch to 1/4-inch greater in diameter than the dowel or tie bar shall be drilled with rotary-type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary-type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. , Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described ' in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall -produce a slot at least 1/8 inch wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall ' commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling,or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. Curing compound,if being used as the cure type,shall be reapplied , in the initial sawcut and maintained for the remaining cure period. Curing compound shall not be applied, and used as the cure method,to any final concrete face that is to receive a sealant. 501-4.11 FINAL STRIKE-OFF,CONSOLIDATION,AND FINISHING. • , a. Sequence. The sequence of operations shall be the strike-off,floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to , assist in finishing operations will not be permitted. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed , without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load-transfer devices,joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8.a. After the concrete has been placed and vibrated adjacent to the joints, the finishing , machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. ' c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such , intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used,the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift,wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined • longitudinal and transverse shearing motion, always moving in the direction in which the work is ' JEFFP501.TAXA P-501-14 Jefferson City Memorial Airport , Taxiway A and Taxiway Connectors February 2007 progressing, and so manipulated that neither end is raised from the side forms during the striking-off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish ' the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be a least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of ' metal or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators. e. Floating. After the concrete has been struck off and consolidated,it shall be further smoothed ' and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long-handled floats shall not be less than 12 feet in length and 6 inches in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of 1/8-inch thick shall be removed and wasted. (2) Mechanical method. The Contractor may use a machine composed of a cutting and ' smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long-handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open-textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical float, the surface shall be floated transversely by means of a long-handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/8-inch thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. f. Straight-edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not J more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8-inch thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straightedge testing and surface corrections shall ' continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long-handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing ' equipment. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. r ' JEFFP501.TAXA P-501-15 Jefferson City Memorial Airport J Taxiway A and Taxiway Connectors February 2007 a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom ' finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch in depth. , b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full-width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 , approximately 0.85-inches-long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. 501-4.13 Deleted. , 5014.14 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7-day cure period in ' accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint,the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint,the joint shall be cured with wet rope,wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. , a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. , Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 150 square feet. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to insure coverage. The curing compound shall be of such character that the ' film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms,the sides of ' the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with ' polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. The sheeting shall have dimensions • JEFFP501.TAXA P-501-16 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 7 days after the concrete has been placed. c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly saturated prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 7 days after the concrete has been placed. ' d. White Burlap-Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for 7 days after the concrete has been placed. (1). Curing in Cold Weather. The concrete shall be maintained at a temperature of at i least 50 degrees F for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. e. Water Method. The entire area shall be covered with burlap or other water absorbing ' material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for 7 days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase." 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times,materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab ' and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and JEFFP501.TAkA P-501-17 Jefferson City Memorial Airport 1 Taxiway A and Taxiway Connectors February 2007 intrusion of foreign materials into the joint. As a minimum,backer rod or tape may be used to protect the joints from foreign matter intrusion. The pavement shall be cleaned before opening for normal operations. 501-4.19 REPAIR,REMOVAL,REPLACEMENT OF SLABS. , a. General. New pavement slabs that are broken or contain cracks shall be removed and replaced or repaired, as specified hereinafter at no cost to the owner. Spalls along joints shall be repaired as specified. , Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4-inch diameter, shall be drilled by , the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin,using approved procedures. Drilling of cores and refilling holes shall be at no expense to the owner. All epoxy resin used in this work shall conform to ASTM C 881,Type V. , b. Shrinkage Cracks. Shrinkage cracks,which do not exceed 4 inches in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall , take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs With Cracks through Interior Areas. Interior area is defined as that area more than 6 inches from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the owner, when there are any full depth cracks, or cracks greater than 4" in depth, that extend into the interior area. ' d. Cracks Close To and Parallel To Transverse Joints. All cracks essentially parallel to original transverse joints, extending full depth of the slab, and lying wholly within 6 inches either side of the joint , shall be treated as specified hereinafter. Any crack extending more than 6 inches from the transverse joint shall be treated as specified above in subparagraph"Slabs With Cracks Through Interior Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original uncracked , transverse joint has not opened, the crack shall be sawed and sealed, and the original transverse joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inch, plus or minus 1/16 inch, and to a width of 5/8 inch, plus or minus 1/8 inch. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the , reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint,it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original transverse joint which is cracked only for the remained of the width, it shall be treated , as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. (2) Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a transverse joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. e. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs,unless there are keys or dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts , JEFFP501.TAXA P-501-18 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 rshall be perpendicular to the slab surface. If keys, dowels, or tie bars are present along any edges, these • edges shall be sawed full depth 24 inches from the edge if only keys are present, or just beyond the end of the dowels or tie bars if they are present. These joints shall then be carefully sawed on the joint line to within 1 inch of the depth of the dowel or key. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted ' out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 LB or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels,tie bars,or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12-foot straightedge. No mechanical impact breakers,other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels, tie bars, or keys on an edge, or where they have been damaged, dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy ' grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All 4 edges of the new slab shall thus contain dowels or original keys or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re-compacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. L Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 inch outside the spalled area and to a depth of at least 2 inches. Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint,or crack,shall be chipped out to remove all unsound concrete and at least 1/2 inch of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff-bristle brush. Pooling of ' epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. in size, and mortar SHALL BE USED FOR THE SMALLER ONES. ANY SPALL LESS THAN 0.1 CU. FT. shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall .be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding JEFFP501.TAXA P-501-19 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, , an insert or other bond-breaking medium shall be used to prevent bond at the joint face. A reservoir for the • joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. , All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. , a. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the Contractor shall saw the dowels or keys flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing dowels and Tie-bars and as shown on the drawings. All this shall be at no additional cost to the Owner. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2-inch and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 ft. straightedge. b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage I at all times. Areas that are damaged during construction shall be repaired at not cost to the Owner; repair of previously existing damage areas will be considered a subsidiary part of concrete pavement construction. (1) Spall Repair. Spalls shall be repaired where indicated and where directed. Repair materials and procedures shall be as previously specified in subparagraph "Repairing Spalls Along Joints." (2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted,without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. (3) Underlying Material. The underlying material adjacent to the edge of an under the , existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on*the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place,which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph "Underbreak Repair." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. , MATERIAL ACCEPTANCE JEFFP501.TAXA P-501-20 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the ' exception of 'coring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of ' a day's production not to exceed 2,000 square yards. Testing organizations performing these tests shall meet the requirements of ASTM C 1077, including accreditation. The accreditation will include ASTM C 78. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5.lb(1). a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be t taken for each sublot from the plastic concrete delivered to the job site. Sampling.locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension;height,depth,and i length, at the mid-point of the specimen and reported to the nearest tenth of an inch. The weight of the specimen shall be reported to the nearest 0.1 pounds. The sample unit weight shall be calculated by dividing the sample weight by the calculated volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method. Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples,per ASTM C 31. i (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding,the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F,and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes,damp sand pits,temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using ' other suitable methods,provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Areas, such as thickened ' edges,with planned variable thickness,shall be excluded from sample locations. JEFFP501.TAXA P-501-21 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 hall furnish all tools labor, and materials for Cores shall be neatly cut with a core drill. The Contractor s • cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non-shrink grout approved by the Engineer within one day after sampling. , (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. , (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation,i.e.,n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier(test criterion)in accordance with ASTM E 178,at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (4) Grade (2) Thickness (5) Edge slump ' (3) Smoothness (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits(PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit(L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501- 5.2e(l). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the , Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the ' presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Flexural Strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. JEFFP501.TAXA P-501-22 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 c. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General iProvisions. The lower specification tolerance limit(L)for flexural strength and thickness shall be: Lower Specification Tolerance Limit(L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches —0.50 inches ti e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. ' (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement j surface shall be tested with a 16-foot straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 inch from a 16-foot straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than 1/4 inch but not exceeding 1/2 inch in 16 feet shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch or less. Where the departure from correct cross section exceeds 1/2 inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. In addition to the 16-foot straight edge, the Contractor shall furnish a 25' wheel base California type profilograph and competent operator to be used to measure longitudinal pavement surface deviations. The profilograph shall be operated under the supervision of the Engineer and in accordance with the manufacturer's instructions. The profilograph shall be operated at a speed no greater than a normal walk. Original profilograms for the appropriate locations interpreted in accordance with ASTM E 1274 shall be furnished to the Engineer. The profilograms shall be recorded on a scale of one inch equal to 25 feet longitudinally and one inch equal to one inch or full scale vertically. (A) The surface of Runway and Taxiway pavements of continuous placement of 50 feet or ' more shall be tested and evaluated as described herein. Two passes shall be made in each paving lane greater than 20 feet in width; each pass shall be six feet from and parallel with the centerline of the paving lane. The average of the two passes shall be considered as the profilograph result for the paving lane. For paving lanes less than 20 feet in width, one pass along the centerline shall be required. Tests shall be run the next working day following concrete placement. Each trace shall be completely labeled to show paving lane,wheel pass,and stationing. i (B) The Contractor shall furnish paving equipment and employ methods that produce a riding surface for each section of pavement having an average profile index meeting the requirements of paragraph 8.1c. A typical subsection will be considered to be the width of the paving lane and 1 110 mile long. The profile index will be determined in accordance with ASTM E1274 using a 0.2-inch blanking JEFFP501.TAXA P-501-23 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 band. Within each 1/10th mile subsection,all areas represented by high points having a deviation in excess ' of 0.4 inch in 25 feet or less shall be removed by the contractor using an approved grinding device or a device consisting of multiple diamond blades. The use of a bush hammer or other impact devices will not be permitted. After removing all individual deviations in excess of 0.4 inch, additional corrective work , shall be performed if necessary to achieve the required ride quality. All corrective work shall be completed prior to determination of pavement thickness. (C) On those pavement subsections where corrections were necessary, second profilograph runs will be performed to verify that the corrections have produced an average profile index of 15 inches per mile or less. If the initial average profile index was less than 15, only those areas representing greater than 0.4-inch deviation will be re-profiled for correction verification. i (D) When the average profile index does not exceed 7 inches per mile,payment will be made for that section at the contract unit price for the completed pavement. When the average profile index exceeds 7 inches per mile,but does not exceed fifteen inches per mile,the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index. (E) Individual sections shorter than 50 feet and the last 15 feet of any section where the contractor is not responsible for the adjoining section, shall be straightedged in accordance with Section 501.5.2e(3). (F) If there is a section of 250 feet or less, the profilogram for that section shall be included in the evaluation of the previous section. If there is an independently placed section of 50 to 250 feet in length, a profilogram shall be made for that section and the pay adjustment factors for short sections of paragraph 8.1c shall apply. (G) Any corrective work required shall be performed prior to joint sealing and grooving operations. (H) All cost necessary to provide the profilograph and related to furnishing the appropriate profilograms as required in this provision are incidental to concrete pavement construction and no direct compensation will be made therefore. , (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. (5) Edge Slump. When slip-form paving is used, not more than 15 percent of the total free edge of each 500 foot segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4-inch, and none of the free edge of the pavement shall have an edge slump exceeding 3/8-inch. (The total free edge of 500 feet of pavement will be considered the cumulative total linear measurement of , pavement edge originally constructed as nonadjacent to any existing pavement; i.e.,500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge, 500 feet of fill-in lane will have no free edge,etc.). The area affected by the downward movement of the concrete along the pavement edge ' shall be limited to not more than 18 inches from the edge. When excessive edge slump cannot be corrected before the concrete has hardened,the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (6) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane,horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot of a dowel bar. Vertical alignment of dowels shall JEFFP501.TAXA P-501-24 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 be measured parallel to the designed top surface of the pavement, except for those across the crown or other,grade change joints. Dowels across crowns and other joints at grade changes, shall be measured to a level surface. Horizontal alignment shall be check perpendicular to the joint edge. L Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. 1 CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including but not limited to: a. Mix Design e. Proportioning i. Dowel Placement and Alignment b. Aggregate Gradation f. Mixing and Transportation j. Flexural or Compressive Strength c. Quality of Materials g. Placing and Consolidation k. Finishing and Curing d. Stockpile Management h. Joints 1. Surface Smoothness 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include,but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content,slump,and air content. 1 A Quality Control Testing Plan shall be developed as part of the Quality Control Program. 1 a. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. s b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. i' c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. JEFFP501.TAXA P-501-25 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 t t h formed for each lot of material produced in d. Air Content. Four air content tests, shall be per p accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stonelcoarse aggregate , and ASTM C 173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. e. Four unit weight and yield tests shall be made in accordance with ASTM C 138. The samples shall be taken in accordance with ASTM C 172 and at the same time as the air content tests. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and course aggregate gradation,slump,and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all , times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action,the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of I the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (i.e. difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. $1 CONTROL CHART LIMITS Control Parameter Individual Measurements Range Suspension Limit Action Limit Sus erasion Limit Slip Form: Slum +0 to-1 inch +0.5 to-1.5 inch +/- 1.5 inch Air Content +/- 1.2% +/- 1.8% +/-2.5% Fixed Form Slum +0.5 to-1 inch +1 to-1.5 inch +/- 1.5 inch Air Content +/- 1.2% +/- 1.8% +/-2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Quality Control Plan shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process ' is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables 1 or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher(s) and water batcher shall be adjusted. • JEFFP501.TA.XA P-501-26 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air-entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range;or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air-entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. tMETHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in-place, completed and accepted. BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price } per square yard adjusted in accordance with paragraph 501-8.1a,subject to the limitation that: oil The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work(See Note 2 under Table 3). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings,except for saw-cut grooving. 1 a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent. TABLE 3. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification Limits Lot Pay Factor(Percent of Contract Unit Price) (PWL) 96- 100 106 ' 90-95 PWL+ 10 75-90 0.5PWL+ 55 55-74 I APWL— 12 Below 55 Reject Z ' ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE JEFFP501.TAXA P-501-27 Jefferson City Memorial Airport 1 Taxiway A and Taxiway Connectors February 2007 SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN ' PARAGRAPH 501-8.1. • '- The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P-501-8.1 9"Portland Cement Concrete Pavement--per square yard Item P-501-8.2 5"Portland Cement Concrete Pavement--per square yard Item P-501-8.3 6"Portland Cement Concrete Pavement--per square yard c. Basis of adjusted payment for Smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule: (Sq yds in section)x(original unit price per sq yds) x PFm = reduction in payment for area within section Average Profile Index (Inches per mile) pavement strength rating Contract Unit Price Standard Short Adjustment Sections Sections PFm 0 -7 0- 15 0.00 7.1 -9 15.1 - 16 0.02 9.1 - 11 16.1 - 17 0.04 11.1 - 13 17.1 - 18 0.06 13.1 - 14 18.1 -20 0.08 14.1 - 15 20.1 -22 0.10 15.1 &up 22.1 &up corrective work required 501-8.2 Deleted. TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 70 Surface Moisture in Fine Aggregate ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third-Point ' Loading) ASTM C 88 Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ' ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates . JEFFP501.TAXA P-501-28 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ASTM C 138 Test for Density(Unit Weight),Yield,and.Air Content(Gravimetric) of Concrete ASTM C 143 Test for Slump of Hydraulic Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete I • ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method) ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Alkali-Silica Reactivity of Aggregates(Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 114 Chemical Analysis of Hydraulic Cement ASTM C 535 Test for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 566 Total Evaporable Moisture Content of Aggregates by Drying ASTM C 642 Test for Density,Absorption, and Voids in Hardened Concrete ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates(Mortar-Bar Method) ASTM D 3665 Random Sampling of Paving Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate ASTM E 178 Practice for Dealing With Outlying Observations i ASTM E 1274 Test for Measuring Pavement Roughness Using a Profilograph AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 185 Specification for Steel Welded Wire Fabric,Plain, for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 996 Specification for Rail-Steel and Axle Steel Deformed Bars for Concrete Reinforcement • ASTM C 33 Specification for Concrete Aggregates JEFFP501.TAXA P-501-29 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ASTM C 94 Specification for Ready-Mixed Concrete i ASTM C 150 Specification for Portland Cement ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air-Entraining Admixtures for Concrete , ASTM C 309 Specification for Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 881 Specification for Epoxy-Resin Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309 Guide for Consolidation of Concrete MIL-DTL-24441/20a (1999)-Paint,Epoxy-Polyamide,Green Primer,Formula 150,Type III Department of Defense END ITEM P-501 JEFFP501.TAXA P-501-30 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ITEM MO-601 SURFACE PREPARATION • DESCRIPTION 601-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 601-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 601-3.1 REMOVAL OF EXISTING PAVEMENT. A. Concrete. The existing concrete to be removed shall be freed from the pavement to remain unless jackhammers are used for the complete removal. This shall be accomplished by line drilling or sawing through the complete depth of the slab one foot inside the perimeter of the final removal limits or outside the load transfer devices, whichever is greater. In this case, the limits of removal would be located on joints. If line drilling is used, the distance between holes shall not exceed the diameter of the hole. The pavement between the perimeter of the pavement removal and the saw cut or line-drilled holes shall be removed with a jackhammer. Where the perimeter of the removal limits is not located on the joint, the perimeter shall be saw cut 2 inches in depth or 1/4 the slab thickness, whichever is less. Again,the concrete ' shall be line drilled or saw cut the full depth of the pavement 6 inches inside the removal limits. The • pavement inside the saw cut or line shall be broken by methods suitable to the Contractor; however, if the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the airport owner. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport owner. B. Asphaltic Concrete. Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset one foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. 601-3.2Deleted. 601-3.3 REMOVAL OF PAINT. Some paint shall be removed from the surface of the existing pavement. Chemicals, high pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or obliterate traffic markings where a new overlay is not to be constructed. 601-3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. i JEFFMO601.TAXA MO-601-1 Jefferson City Memorial Airport _J Taxiway A and Taxiway Connectors February 2007 A. Deleted. B. Full Depth Pavement Repair-Concrete. All failed material including bituminous surface, , concrete, base course, and subgrade shall be removed. Concrete Pavement shall be replaced with material meeting the requirements of Item P-501 Portland Cement Concrete Pavement. Other materials and methods of construction shall comply with the other applicable specifications. ' C. Deleted. 601-3.5 Deleted. A. Deleted. B. Deleted. METHOD OF MEASUREMENT 601-4.1 GENERAL. If there is no quantity shown in the bidding schedule, the work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. ' A. Saw Cut. The unit of measurement for saw cut shall be the number of linear feet. B. Pavement Removal. The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. C. Deleted. D. Pavement Marking Removal. The unit of measurement for pavement marking removal shall be the square foot. E. Deleted. F. Full Depth Pavement Repair-Concrete. The unit of measurement for full , depth concrete pavement repair shall be the square yard, and shall include saw cut, removal of existing bituminous pavement, concrete pavement and base course to the specified depth, new base course and new concrete pavement required to replace the pavement to the existing grade. G. Deleted. H. Deleted. I. Tie-Down Removal: The unit of measurement for tie-down removal shall be for each tie-down. BASIS OF PAYMENT 601-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified hereinbefore. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. • II JEFFMO60I.TAXA MO-601-2 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 Payment shall be made under: Item MO-601-5.1 Saw Cut--per linear foot Item MO-601-5.2 Asphalt Pavement Removal(2.5 to 5 ) per square yard Item MO-601-5.3 Concrete Pavement Removal(7" to 9") --per square yard Item MO-601-5.4 Pavement Marking Removal--per square foot Item MO-601-5.5 Base Course Removal (3" to 4") --per square yard Item MO-601-5.6 Full Depth Pavement Repair(Concrete) --per square yard Item MO 601-5.7 Cut and Epoxy Fill Existing Tie-Down Anchors--per each I f 1 1 1 1 JEFFM0601.TAXA MO-601-3 Jefferson City Memorial Airport 1 Taxiway A and Taxiway Connectors February 2007 ITEM MO-605 JOINT SEALING FILLER • DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of Fed. Spec. SS-S- 200E(2). ' Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. CONSTRUCTION METHODS t605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 40°F (4°C) at the time of installation of the preformed joint seal. 1 605-3.2 PREPARATION OF JOINTS. O• a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angel directly toward the joint face and not more that 3 inches from it. Upon completion of cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and water traps shall be used to prepare the joints for sealing. The joint faces shall be surface dry when the seal is applied. i 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack-free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will • produce a satisfactory joint seal. This shall include the preparation of two small batches and the JEFFM0605.TAXA MO-605-1 Jefferson City Municipal Airport Taxiway A and Taxiway Connectors February 2007 application of the resulting material. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately. • METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the linear foot (meter)of sealant in place, complete, and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot . The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of these materials, and for all labor, equipment,tools, and incidentals necessary to complete the item. Payment will be made under: Item MO-605-5.1 Joint Sealing Filler—per linear foot ' TESTING REQUIREMENTS ASTM D 412 Test Methods for Vulcanized Rubber and Thermoplastic Elastomers–Tension ASTM D 1644 Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet-Fuel-Resistant Concrete Joint Sealer,Hot-Applied Elastic Type •, ASTM D 3406 Joint Sealants, Hot-Applied, Elastomeric-Type, for Portland Cement Concrete Pavements STM D 3569 Joint Sealant, Hot-Applied, Elastometric, Jet-Fuel-Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot-Applied, Jet-Fuel-Resistant Type, for Portland Cement Concrete and Tar-Concrete Pavements ASTM D 5893 Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicon Joint Sealant for Portland Cement Concrete Pavements ASTM D 6690 Joint and Crack Sealants,Hot-Applied, for Concrete and Asphalt Pavements Fed. Spec. Sealants,Joint,Two-Component,Jet-Blast Resistant, Cold Applied SS-S-200E(2) END ITEM MO-605 i • JEFFM0605.TAXA MO-605-2 Jefferson City Municipal Airport Taxiway A and Taxiway Connectors February 2007 iITEM MO-610 STRUCTURAL PORTLAND CEMENT CONCRETE i • DESCRIPTION 610.1.1 This item shall consist of plain structural Portland cement concrete,prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. The materials and mixture shall meet the requirements of the 2004 Missouri Standard Specification for Highway Construction(MSSHC), Section 501-Concrete. All construction methods,testing and acceptance criteria shall be in accordance with the standards included within this Item MO-610. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started.Materials shall be stored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. 610-2.2 MATERIALS. All materials, proportioning, slump, and air-entertainment for Portland cement concrete shall conform to requirements of the 2004 (MSSHC), Section 501, for Class B concrete and • specifically as follows: A. Item Section Reinforcing Steel for Concrete Structures 1036.1 Concrete Curing Material 1055 Materials for Joints 1057.1 B. Coarse Aggregate. The ledge stone from which the coarse aggregate will be produced has to have source approval from the Missouri Department of Transportation(MoDOT). Prior to use of the material, the contractor shall submit the current MoDOT source approval letter to the Engineer for the material proposed for use during construction. Source approval granted for "all types of highway construction" (Product Code 1005CACP) constitutes approval for all uses. Source approval granted for "all types except PCCP" (Product Code 1005CACM) comprises approval for all uses except portland cement concrete pavement. Source approval obtained for "all types except PCCP & PCCM" (Product Code 1002CAAC) is considered to be approval for all uses except portland cement concrete. The contractor shall submit certified test reports to the Engineer for the gradation of the coarse aggregate. The certification shall show the appropriate AASHTO test for the material, the test results, and a statement that the material passed or failed. The aggregate shall be sampled and tested for gradation using the following procedures: 1. Sampling Aggregates. Sampling shall be in accordance with AASHTO T 2. i2. Sieve Analysis of Fine and Coarse Aggregate. The coarse aggregate shall be • tested in accordance with AASHTO T 27 and meet the applicable gradation requirements of the MSSHC, Section 1005.1. JEFFMO61O.TAXA MO-610-1 Jefferson City Memorial Airport r Taxiway A and Taxiway Connectors February 2007 3. Material Passing No. 200 Sieve. The portion of material passing the No. 200 • sieve shall be tested in accordance with AASHTO T 11 and meet the requirements of the MSSHC, Section 1005.1. In lieu of the above gradation testing requirement, the contractor may provide documentation from MoDOT (District Materials Office) indicating that the material meets specification requirements. C. Fine Aggregate. Prior to use of material,the contractor shall submit to the Engineer a certification from the supplier that the fine aggregate complies with the specification requirements. The certification statement shall be signed by an authorized representative of the supplier and shall be substantially as follows: "This certifies that the fine aggregate being supplied for this project complies with Section 1005.2 of the 2004 Missouri Standard Specification for Highway Construction." D. Material Acceptance. Prior to the use of all other materials (cement, admixtures, reinforcing steel, etc.) proposed for use during construction, the contractor shall submit to the Engineer the appropriate manufacturer's certification per the 2004 MSSHC indicating that the material meets specification requirements. CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and • incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C39. The concrete shall contain 5.5 percent of entrained air, plus or minus 1.5 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount • JEFFM061O.TAXA MO-610-2 Jefferson City Memorial Airport , Taxiway A and Taxiway Connectors February 2007 il for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be • approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at-the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 nor more than 100 F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been lie inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be i smooth and free from irregularities,dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at i intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. i 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. JEFFM061O.TAXA MO-610-3 Jefferson City Memorial Airport i Taxiway A and Taxiway Connectors February 2007 , 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of • forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened,the surface of the hardened concrete shall be cleaned • by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such , dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily,the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. • JEFFM0610.TAXA MO-610-4 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the • Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until ' removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits and ducts that are t e encased b p p o b c sed in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 and 100 F. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 F until at least 60%of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be incidental to the item being installed. BASIS OF PAYMENT 610-5.1 Payment shall incidental to the item being installed.. ym g JEFFM061O.TAXA MO-610-5 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ITEM MO-620 RUNWAY AND TAXIWAY PAINTING • DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans,or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterborne in accordance with the requirements as herein specified. Paint shall be furnished in White-37925,Yellow -33538 or 33655 and Black-37038 in accordance with Federal Standard No. 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D, Type H. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Federal Specification TT-B-1325C, Type III. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F and rising and the pavement surface temperature is at least 5 degrees F above the dew point. Markings will not be applied when the pavement temperature is greater than 120 degrees F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead-dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 620-3.3 SURFACE PREPARATION. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials.Paint shall not be applied to Portland • cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high- pressure water shall be used to remove curing materials. JEFFMO620.TAXA MO-620-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 Prior to placing a new asphaltic concrete overlay, the existing surface shall be prepared in accordance • with MO-601. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. Glass beads shall be applied to all runway,taxiway,taxilane and apron markings. i 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing �* shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches or less +/- 1/2 inch Greater than 36 inches to 6 feet +/- 1 inch Greater than 6 feet to 60 feet +/- 2 inches Greater than 60 feet +/- 3 inches The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of thirty (30) days is required between placement of new pavement (concrete or bituminous surface course) and the application of paint as specified below. If these pavements are to be opened to air traffic prior to the thirty (30) day waiting period, the first application of pavement marking must be • applied at the specified rate below. The paint shall be applied in two (2) separate applications for all markings with the exception of taxiway centerline markings. The first application of the pavement markings shall be made at 25% of the application rate minus glass beads. The second application shall be made at 100% of the application rate with glass beads. The time lapse between the two applications shall be per the manufacturer's �. recommendations. Taxiway centerline markings shall be applied in one application at 100% the application rate with glass beads. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Glass Beads, Paint Type Square feet Type III per gallon, Pounds per gallon ft2/gal of paint—lb/gal Waterborne 115 ft'/gal 121b/gal Minimum Maximum • JEFFM06210.TAXA MO-620-2 Jefferson City Memorial Airport y 2007 Taxiway A and Taxiway Connectors February Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass • beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the engineer. The i containers shall not be removed from the airport or destroyed until authorized by the engineer. -� 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway, taxiway, taxilane and apron markings to be paid for shall be the number i of square feet of painting performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-51 Payment shall be made at the respective contract price per square foot for runway, taxiway, taxilane and apron painting.No direct payment will be made for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item MO-620-5.1-1 Airport Taxiway Pavement Marking(Yellow)--per square foot Item MO-620-5.1-2 Airport Pavement Marking(Black)--per square foot Item MO-620-5.1-3 Airport Runway Pavement Marking(White)--per square foot TESTING REQUIREMENTS ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres MATERIAL REQUIREMENTS Federal Standard 595 Colors used in Government Procurement Fed. Spec.TT-P-1952D Paint,Traffic and Airfield Marking,Waterborne Commercial Item Description (CID)A-A-2886A Paint,Traffic, Solvent Based • Fed. Spec.TT-B-1325C Beads (Glass Spheres)Retroreflective JEFFM0620.TAXA MO-620-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 AASHTO M 247 Glass Beads Used in Traffic Paints • i JEFFM0620.TAXA MO-620-4 Jefferson City Memorial Airport , Taxiway A and Taxiway Connectors February 2007 ITEM MO-623 PAVEMENT FRICTION SEALCOAT SURFACE TREATMENT • DESCRIPTION 623-1.1 This item shall consist of a modified asphalt emulsion designed for sealcoating asphalt pavements. The sealcoat mixture shall be MicroPave, Ultra Seal, or an approved equivalent with sand, properly proportioned, mixed, and spread evenly on the existing wearing course in accordance with these specifications and shall conform to the dimensions shown on the plans or as directed by the Engineer. MATERIALS 623-2.1 AGGREGATE. The aggregate shall be black beauty sand for runways, and black beauty sand or silica sand for taxiways and aprons, in the quantities as specified below. Gradation limits shall be 20/40 mesh or 30/60 mesh as approved by the Engineer (20/40 mesh is recommended for the runway treatment). Sand shall be clean and free of vegetable matter, dirt, dust, and other deleterious substances. The black beauty aggregate material shall meet the requirements of Table 1. ' Mixing quantities of sand—pounds per gallon of asphalt emulsion: a. Runway—four(4)pounds of black beauty sand. b. Taxiway and Apron— two (2) pounds of black beauty sand or two (2) pounds of silica sand. TABLE 1 Properties of Black Beauty Aggregate Hardness (Mohs Scale) 6-7 Bulk Density 75 — 100 pcf Specific Gravity 2.70 min. Moisture Content 0.5%max. Conductivity 25 microSiemens max. Free Silica 1%max. o 623-2.2 ADDITIVE. Micro-lock or approved equivalent shall be added at the rate of 3%. Quantity of additive may be increased up to 5% subject to the direction of the Engineer. Additive is based on acrylonitrile/butadiene latex rubber. Additive must be pre-diluted with an equal volume of water per the manufacturer's recommendation, before adding to the emulsion sealer. (Water must be added to the additive and not vice versa.) 623-2.3 WATER. Water shall be clean and potable without harmful soluble salts and within a temperature range of 60°-80°F. 623-2.4 EMULSION MATERIAL (Contractor's Responsibility). Samples of the emulsion that the contractor proposes to use, together with a statement as to its source, must be submitted and approved by the Engineer before using such material. The contractor shall furnish the Engineer a manufacturer's certified report for each consignment of the emulsion. The test reports shall contain all the data required . by the applicable specification. If the contractor applies the material prior to receipt of the test reports, JEFFMO623.TAXA MO-623-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 payment for the material shall be withheld until they are received. If the material does not pass the , specifications, it shall be replaced at the contractor's expense. The manufacturer's certified report shall • not be interpreted as a basis for final acceptance. All such reports shall be subject to verification by testing samples of the emulsion as received for use on the project. A minimum of one sample per coat may be taken from the contractor's application machine subject to the direction of the Engineer. 623-2.5 MATERIAL ACCEPTANCE. Prior to the use of all materials proposed for use during construction, the contractor shall submit to the Engineer, the appropriate material certifications or laboratory tests indicating that the material meets specification requirements. COMPOSITION 623-3.1 COMPOSITION OF SEALCOAT MIXTURE. At least 10 days prior to placing any mixture on the project, the contractor shall submit a mix design for verification and approval by the Engineer. No sealcoat for payment shall be placed until the Engineer has approved a mix design in writing. The mix design shall be in effect until modified in writing by the Engineer. When unsatisfactory results or other conditions occur, or should a source of materials be changed, a new job mix formula may be required. The percent of aggregate passing each sieve shall not vary more than± 4.0 percent from the mix design formula. The residual asphalt content shall not vary more than ± 1.0 percent from the mix design quantity. 623-3.2 MODIFIED SEALCOAT MIXTURE. Specifications/Physical Properties Requirements Solids Content(with 4 lbs. sand per gallon) -62%+2% Ash Content 40%+7% Solubility in CS2 48%+2% Or Solubility in trichloroethylene 27%+ 8% Specific Gravity 1.16+0.1 Cone Penetration @77°F. dmm(depth in millimeters) 385 +45 (ASTM D217) Polymer/Asphalt Ratio 3%min. 623-3.3 TEST SECTIONS. Test sections shall be placed prior to the start of the sealcoat work in the presence of the Engineer. The areas to be tested will be designated by the Engineer and will be located on the existing pavement. Test strips shall be made by each machine after calibration. Samples of the sealcoat shall be taken and the mix consistency and proportions verified. The rate of application will also be verified. If any test does not meet specification requirements, additional tests shall be made at the contractor's cost until an acceptable test strip is placed. Test sections that are unacceptable shall be removed at the contractor's expense. CONSTRUCTION METHODS 623-4.1 WEATHER LIMITATIONS. The sealer material shall not be applied when the weather is rainy or foggy, on extremely humid days (maximum 80%),when the ambient and pavement temperatures are below 60°F and the forecasted low for the next 24 hours is expected to be below 50°F. • JEFFM0623.TAXA MO-623-2 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 623-4.2 EQUIPMENT AND TOOLS. All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working order at all times, Descriptive information on the sealcoat mixing and applying equipment to be used shall be submitted to the Engineer for approval not less than 10 days before work starts. 623-4.3. DISTRIBUTORS. Distributors or spray units used for the spray application of the sealcoat shall be self-propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yardof material over the required width of application. Distributors shall be equipped with removable manhole covers, tachometers,pressure gauges, and volume-measuring devices. The mixing tank shall have a mechanically powered full-sweep mixer with sufficient power to move and homogeneously mix the entire content of the tank. The distributor shall be equipped with a positive placement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. 623-4.4. SEALCOAT 1VIIXING EQUIPMENT. The sealcoat-mixing machine shall be a mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, and modified asphalt emulsion to the mixing changer and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box or applicator device without segregation. 623-4.5. SEALCOAT SPREADING EQUIPMENT. Attached to the mixing machine shall be a mechanical-type squeegee distributor equipped with flexible material in contact with the surface to prevent loss of sealcoat from the spreader box/applicator device. It shall be maintained to prevent loss of sealcoat on varying grades and crown by adjustments to assure uniform spread. There shall be a lateial control device and a flexible strike-off capable of being adjusted to lay the sealcoat at the specified rate of application. The box/applicator device shall be kept clean, and built-up modified asphalt emulsion and aggregate on the box/applicator device shall not be permitted. 623-4.6. AUXILIARY EQUIPMENT. Other tools or equipment such as brushes,hand squeegees,hose equipment, tank trucks, water distributors and flushers. Power blowers, low profile barricades, etc., shall be provided as required. 623-4.7. EQUIPMENT CALIBRATION. Each sealcoat-mixing unit to be used on the project shall be calibrated in the presence of the Engineer prior to construction. Engineer may accept previous calibration documentation covering the exact materials to be used provided the documentation represents tests made during the calendar year. The documentation shall include an individual calibration of each material at various settings,which can be related to the machine's metering devices. 623-4.8. SURFACE PREPARATION. Prior to placing the sealcoat, unsatisfactory areas shall be repaired in accordance with Item MO-601, and the surface shall be cleaned of dust, dirt, or other loose, foreign matter, grease, oil, or any type of objectionable surface film. Air blowers or pressure washing with water will be acceptable except that water flushing will not be permitted in areas where considerable cracks are present in the pavement surface. Embedded dirt and silt shall be removed with steel bristle hand brooms and mud areas shall be thoroughly scraped and pressure washed with clean water. Grease and oil spots shall be scraped with a wire bristle broom and coated with an approved primer in accordance with the manufacturer's recommendation subject to the direction of the Engineer. All paint and rubber over one foot wide that will affect the bond of the sealcoat shall be removed from the surface of the existing pavement, subject to the direction of the Engineer. Chemicals, high-pressure JEFFM0623.TAXA MO-623-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 water, heater scarifier (asphaltic concrete only), or sandblasting may be used. Any method used shall not ' cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/16 inch deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in approved areas as directed by the Engineer. A tack coat shall be applied to excessively weathered surfaces or other areas as directed by the Engineer according to Item MO-603 unless otherwise specified herein, to improve bonding of the sealcoat to the surface. The tack coat shall consist of one (1) part asphalt emulsion (SS-1-H) mixed with four (4) parts clean water or one(1)part MicroPave or approved equivalent mixed with one(1)part clean water volume and shall be applied at the rate of 0.05 to 0.10 gallon per square yard. The tack coat shall be applied at least 2 hours before the sealcoat but within the same day. No direct payment will be made for tack coat under Item MO-623. The quantity of tack coat applied shall be paid for at the contract unit price per gallon for"Bituminous Tack Coat", as provided in Item MO-603. No direct payment will be made for cleaning and sealing existing joints and cracks under Item MO-623. The quantity for cleaning and sealing existing joints and cracks shall be paid for at the contract unit price provided in Item MO-622. 623-4.9 APPLICATION OF SEALCOAT. The seal shall be applied in two(2)thin coats in a coverage range of 0.3 to 0.45 gallons of emulsion per square yard for both coats combined. First coat shall be applied by squeegee at the rate of 0.20 to 0.35 gallon per square yard subject to the conditions of the pavement and direction of the Engineer. Second coat shall be applied by squeegee or spray at the rate of 0.10 to 0.15 gallon per square yard subject to discretion of the Engineer. HAND SPRAY APPLICATION IS PERMITTED ONLY IN AREAS NOT ACCESSIBLE BY MACHINE SPRAY/SQUEEGEE UNITS. e The surface shall be pre-wet by fogging ahead of the sealcoat spreader/applicator device subject to the direction of the Engineer. (The machine should be equipped with a fog bar to be used for pre-dampening if the pavement temperature exceeds 90° F.) Water used in pre-dampening the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the sealcoat spreader/applicator device. The sealcoat mixture shall be of the desired consistency when deposited on the surface, and no additional elements shall be added. Total time of mixing shall not exceed 10 minutes. A sufficient amount of sealcoat shall be carried in all parts of the spreader/applicator device at all times so that complete coverage of all surface voids and cracks is obtained. Care shall be taken not to overload the spreader/applicator device, which shall move at a slow and uniform rate not to exceed 5 miles per hour. No lumping, balling, or unmixed aggregate shall be permitted. Any oversized aggregate or foreign materials shall be screened from the aggregate prior to delivery to the mixing machine.No segregation of the emulsion and sand aggregate will be permitted. If the aggregate settles to the bottom of the mix, the sealcoat will be removed from the pavement surface. A sufficient amount of sealcoat shall be fed to the surface to keep a full supply against the full width of the squeegee. The mixture shall not be permitted to overflow the front sides of the spreader/applicator device. No excessive breaking of the emulsion will be allowed in the mixing machine. No streaks, such as caused by oversized aggregate, shall be left in the finished pavement. Adjacent lanes shall be lapped at the edge a minimum of four (4) inches to provide complete sealing of the overlap. All edges shall be feathered with hand squeegees. JEFFM0623.TAXA MO-623-4 Jefferson City Memorial Airport 1 Taxiway A and Taxiway Connectors February 2007 Longitudinal joints shall be constructed either when the sealcoat in the previous lane is in a completely liquid or a completely cured condition. Longitudinal construction joints shall be smoothed with squeegees if necessary to obtain a good joint. The fresh sealcoat application shall be protected by barricades and markers and permitted to cure for at least 24 hours, depending on weather conditions (best drying conditions are temperatures of 70°-80° F, sunlight, relative humidity 50% or lower). Sealcoat shall be tested for trafficability prior to opening for regular uses. Any damage to uncured sealcoat will be repaired at the contractor's expense. In areas where the spreader/applicator cannot be used, the sealcoat shall be applied by means of a hand squeegee. Any joints or cracks that are not filled by the sealcoat mixture shall be filled by using hand squeegees. No excessive build-up or unsightly appearance shall be permitted on longitudinal or transverse joints. Upon completion of the work, the sealcoat shall not have bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform and skid-resistant texture satisfactory to the Engineer. All wasted and unused material and all debris shall be removed from the site prior to final acceptance. METHOD OF MEASUREMENT 622-5.1. The sealcoat coat application shall be measured by the square yard. BASIS OF PAYMENT 623-6.1. Payment will be made at the contract unit price per square yard for the sealcoat. These prices shall be full compensation for furnishing all materials and for all testing, preparation, mixing, and !► applying these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: MO-623-6.1 Pavement Friction Sealcoat Surface.Treatment--per square yard CERTIFICATION/TESTING REQUIREMENTS ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 128 Specific Gravity and Absorption of Fine Aggregate ASTM C 131 Resistance to Abrasion of Small Size Course Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates MATERIAL REQUIREMENTS , ASTM D 977 Emulsified Asphalt ASTMD 2397 Cationic Emulsified Asphalt The Asphalt Institute Table IV-3 Temperature — Volume Corrections Manual MS-6 for Emulsified Asphalt JEFFM0623.TAXA MO-623-5 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ITEM MO-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION ' 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. The pipe materials shall conform to the requirements of the 2004 Missouri Standard Specification for Highway Construction(MSSHC), Section 726 -Rigid Pipe Culverts, Storm Drains and Sewers. All construction methods, testing, and acceptance criteria shall be in accordance with the ' standards included within this Item MO-701. MATERIALS 701-2.1 PIPE MATERIALS. Pipe materials shall conform to the requirements of the 2004 MSSHC, as follows: Reinforced Concrete Pipe-Class III,V Section 726 Prior to the use of materials, the Contractor shall furnish manufacturer's certified test reports to the Engineer for those materials proposed for use during construction. The certified test reports shall include a statement that the materials meet the specification requirements. 701-2.2 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi at 28 days and conform to the requirements of ASTM C 94. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches or one-half inch for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. JEFFM0701.TAXA MO-701-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' 701-3.2 BEDDING. Bedding for reinforced concrete pipe will be classified as Class B. A. Reinforced Concrete Pipe. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below ' the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 inch (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. B. Deleted. ' 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment ' coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. All joints shall be sealed with an approved plastic compound, cement mortar or tubular joint seal. Rubber gasketed joints may be used at no additional cost to the sponsor. Where • permissible lift holes have been used, the holes shall be carefully filled with expansive mortar to provide a watertight section. The mortar shall be finished flush on the inside of the pipe and shall be properly cured on the outside. Lifting devices shall have sufficient bearing on the inside of the pipe to avoid damage resulting from a concentration of stresses around the lift holes. If rubber gasket type pipe is specified or used, the joints shall be installed in accordance with the manufacturer's recommendations to ensure that joint devices are properly installed and that rubber gaskets are not displaced. In sealing rigid pipe with mortar, the mortar contact areas of all pipe ends shall be damp when mortar is applied. After applying mortar to the entire interior surface of the bell or groove, the spigot or tongue end shall be forced into position. Any remaining void in the bell or groove shall be filled with a hub of mortar built up adjacent to the bell, or a bead of mortar built up around a groove-type joint. The interior joints of either type of pipe shall be finished flush with the surface of the pipe. Outside surface of mortar joints shall be cured with membrane curing compound. In sealing rigid pipe with plastic joint compound, trowel grade compound shall be applied to the mating surfaces of both the tongue and groove, or to the entire interior surface of the bell and the upper portion of the spigot. Rope or tape type plastic compound shall be applied in accordance with the manufacturer's recommendations. The joints shall be forced together with excess compound extruding both inside and outside the joint. Excess compound shall be removed from the interior surface where accessible. Tubular joint seals shall be installed in a manner as recommended by the manufacturer. The joint between the bell JEFFM0701.TAXA MO-701-2 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 and spigot shall be uniform for the full circumference and care shall be taken to prevent the bell from supporting the spigot. 701-3.5 BACKFMLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's ' expense. Material for backfill shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2-inch sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch sieve, and no less than 95 percent of it shall be retained on a No. 4 sieve. !' When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches on both sides of the pipe and shall be brought up one foot above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill m_ aterial under the haunches of the pipe.Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on both sides of the pipe to 1 foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet, whichever is less. All backfill shall be compacted to the density required under Item MO-152. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. 701-4.2 The number of concrete and/or corrugated metal pipe flared end sections of each class, type, and size shall be measured by the number per each installed and approved by the Engineer. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated, and per each for each kind of flared end section of the type and size designated: These prices shall fully compensate the Contractor for furnishing all materials, excavation, bedding, installation of these materials, backfilling, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item MO-701-5.1 Class IV 18" Reinforced Concrete Pipe--per linear foot JEFFM0711,TAXA MO-701-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' Item MO-701-5.2 Class 111 15"Reinforced Concrete Pipe--per linear foot. Item MO-701-5.3 Class IV 15" Reinforced Concrete Pipe--per linear foot. i J7EFFM070LTAXA MO-701-4 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ITEM MO-751 GRATE INLETS DESCRIPTION 751-1.1 This item shall consist of construction of grate inlets in accordance with these ' specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS t751-2.1 Deleted r 751-2.2 Deleted 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. r 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches(90 cm) nor more than 48 inches(120 cm). 751-2.5 Deleted 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B and 35B. b. Malleable iron castings shall meet the requirements of ASTM A 47. c. Steel castings shall meet the requirements of ASTM A 27. ' d. Structural steel for grates and frames shall conform to the requirements of ASTM A 283, Grade D. e. Ductile iron castings shall conform to the requirements of ASTM A 536. f. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or.galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. JEFFM0751.TAXA MO-751-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure , footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. , b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. Unless otherwise provided,bracin g, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 Deleted ' 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item MO-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.4 Deleted 751-3.5 Deleted 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but . shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete JEFFM0751.TAXA MO-751-2 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 ' or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat ' • connection. 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been ' allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. ' 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least 7 days. After this period has elapsed, the steps shall be cleaned and painted,unless they have been galvanized. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches(300 mm). In lieu of steps,prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case of metal structures,the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. ' 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item MO-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. ' b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or 1 strain in withstanding any pressure created by the backfill or the methods used in placing it. ' JEFFM0751.TAXA MO-751-3 Jefferson City Memorial Airport J Taxiway A and Taxiway Connectors February 2007 ' 1 c. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the ' Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Grate inlets shall be measured by the unit. ' BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment,tools and incidentals necessary to complete the structure. Payment will be made under: e Item D-751-5.3 Item MO 751-5.3 Grate Inlets--per each MATERIAL REQUIREMENT ASTM A 48 Gray Iron Castings ASTM A 123 Zinc Coating(Hot-Dip) on Iron and Steel Hardware ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ' ASTM A 897. Austempered Ductile Iron Castings ASTM C 150 Portland Cement ASTM C 478 Precast Reinforced Concrete Manhole Sections JEFFM0751.TAXA MO-751-4 Jefferson City Memorial Airport ' Taxiway A and Taxiway Connectors February 2007 r, ITEM MO-901 SEEDING DESCRIPTION ,j 901-1.1 This work shall consist of preparing, liming and fertilizing a seedbed, and the furnishing and seeding of the areas shown on the plans or as directed by the engineer in accordance with these specifications. All disturbed areas shall be seeded except: (1) sodded areas, (2) surfaced areas, (3) solid rock and (4) slopes consisting primarily of broken rock. Disturbed areas outside of authorized construction limits shall be seeded at the contractor's expense. MATERIALS 1 901-2.1 SEED. The seed shall be grown and processed in the United States or Canada and comply with the requirements of the Missouri Seed Law. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, ' percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture,the proportions of each kind of seed. The seed shall be applied as follows: Seed Rate of Application lb./acre Perennial Rye Grass 65 Redtop Grass 22 White Dutch Clover 45 ' Bermuda Grass 45 The following percentages for purity and germination or pure live seed will be the minimum requirements in the acceptance of seed,unless otherwise permitted by the Engineer. ' JEFFMO90I.TAXA MO-901-1 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 I Seed Purity Germination Pure Germination* Maximum . Including Live Excluding Percent Hard Seed Seed Hard Seed Weed Seed Bermuda Grass 95 80 1.00 Perennial Rye Grass 98 85 1.00 Redtop 92 85 2.00 White Clover 98 85 55 1.00 If the specified quantity is in pounds of seed, no reduction will be permitted in the specified quantity of ' seed if the purity or germination, or both, are higher than the minimum required by the specifications. If the specified quantity is in pounds of pure live seed, the pure live seed quantity shall be determined from the actual percentage shown by the supplier for native grasses or by multiplying the actual percentages of •� purity times the actual percentage of germination including hard seed for other seed. All leguminous seed shall be inoculated or treated with the proper quantity of cultures approved for the , particular legume to be sown. Legumiiious seed include Alsike Clover, Korean Lespedeza, Red Clover, Sericea Lespedeza, Sweet Clover,White Clover,Hairy Vetch, Crown Vetch and Birdsfoot Trefoil. The inoculant for treating leguminous seed shall be a pure culture of nitrogen-fixing bacteria. The containers of the inoculant shall be plainly marked with the expiration date for use and the manufacturer's directions for inoculating seed. The process of inoculation shall be in accordance with the manufacturer's directions for the particular species of legume. The time lapse for sowing the seed following inoculation shall not exceed 24 hours. If ' hydraulic slurry seeding is used, a quantity of inoculant equal to five times the normal rate required to inoculate only the legume seed shall be used. The inoculant shall be placed directly into the slurry and thoroughly mixed immediately before seeding. If other than the hydraulic slurry method is used, the , legume seed may be inoculated at the normal rate if it is to be sown alone or if the legume seed is inoculated prior to mixing with other seed. A seed mixture which contains a legume that was not inoculated prior to mixing and is not to be seeded by the slurry method, shall be inoculated with sufficient inoculant to cover all seed. 901-2.2 LIME. Material used for soil neutralization, unless otherwise specified, shall be agricultural lime with not less than 90 percent passing the No. 8 sieve and containing not less than 65 percent calcium carbonate equivalent. JEFFMO901.TAXA MO-901-2 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 The rate of application of lime shall be that required to provide at least the quantity of effective neutralizing material of 1,500 pounds per acre. The quantity of material required to provide the specified ' pounds of effective neutralizing material per acre shall be determined from the producer or distributor'.s certification of analysis furnished by the Director of the Missouri Agricultural Experiment Station, Columbia,Missouri in accordance with the Missouri Agricultural Liming Materials Act. If agricultural lime is furnished as a commercially bagged product, pelletized or otherwise, with a guaranteed product analysis shown on the bag listing the elemental properties and gradation, the E.N.M. ' shall be calculated as specified below. Material may be accepted on the basis of bag label analysis. The engineer will determine the effective neutralizing material per ton of liming material by the following formula: ' E.N.M. _ % C.C.E. x Fineness Factor x 800 100 100 where: E.N.M. is the Effective Neutralizing Material per ton. %C.C.E. is the percent Calcium Carbonate Equivalent as determined by Association of Official Analytical Chemists (AOAC) methods of analysis. ' Fineness Factor = (% passing No. 8 sieve and retained on the No. 40 x 0.25) + (% passing No. 40 sieve and retained on the No. 60 x 0.60)+(%passing No. 60). Gradation will be determined in accordance with AOAC wet sieving methods. The 800 is a constant representing the theoretical maximum quantity of calcium in one ton of lime. 901-2.3 FERTILIZER. Fertilizer shall be a standard commercial product which, when applied at the proper rate, will supply the quantity of total nitrogen (1), available phosphoric acid (P205) and soluble ' potash(K20) as specified below. Material may be accepted on the basis of bag label analysis or supplier's certification and shall comply with all applicable Missouri fertilizer laws. ' Fertilizer lbs/acre Nitrogen(N) 60 Phosphoric Acid(P205) 90 ' Potash(K20) 22 901-2.4 SOILS FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired.The soil shall be relatively free from large stones,roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the engineer before being placed. ' CONSTRUCTION METHODS 901-3.1 GENERAL. After grading of areas has been completed and before applying fertilizer and lime, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-covered areas. During the months of December through May, August and September, all lime, fertilizer, seed and mulch shall be applied to the finished slopes. During the months of June, July, October and November, lime, fertilizer, seed and mulch shall be applied at the following rates: Lime 100 percent of the specified quantity ' JEFFM0901.TAXA MO-901-3 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 , Fertilizer 75 percent of the specified quantity ' Seed 50 percent of the specified quantity Mulch 100 percent of the specified quantity , 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. When the partial application , has been made during June, July, October or November, the remainder of the fertilizer plus 75 percent of the specified quantity of seed shall be applied by overseeding during August, September, December, January or February. Seed shall be uniformly applied at the rates specified. Provisions shall be made by ; markers or other means to ensure that the successive seeded strips will overlap or be separated by a space no greater than the space left between rows planted by equipment being used. If inspection during the seeding operations indicates that strips wider than the space between rows planted have been left unplanted, additional seed shall be planted on these areas. 901-3.2 DRY APPLICATION METHOD. a. Liming and fertilizing. The area to be limed and fertilized will be the area specified within the limits of construction; shall have a uniform surface free from rills, washes and depressions; and shall conform to the finished grade and cross section as shown on the plans. The soil shall be thoroughly ' broken up, worked, tilled and loosened to a minimum depth of 2 inches. The seedbed or sodbed shall be prepared by loosening the existing soil on a slope, rather than by the addition of loose soil. Lime and fertilizer shall be applied evenly at the rates specified herein and only when the soil is in a ' tillable condition. They shall be applied by mechanical equipment designed for this purpose. After application, the lime and fertilizer shall be mixed into the soil by disking, harrowing or raking to a , minimum depth of 2 inches unless applied hydraulically in accordance with Sec 901-3.3. Lime and fertilizer shall be applied separately,but may be incorporated into the soil in one operation. Lime and fertilizer shall be applied not more than 48 hours before the seed is sown unless otherwise ' authorized by the Engineer. b. Seeding. The seedbed shall be prepared, limed and fertilized as specified herein and shall ' be in a firm but uncompacted condition with a relatively fine texture at the time of seeding. Dry seeding shall be done mechanically with equipment designed for even distribution of dry seed. The t equipment may either be hand operated, such as knapsack seeder, or be tractor-drawn, such as seed drill, except that tractor-drawn equipment will not be perniitted on a previously seeded and mulched area. Seed , scattered on the surface shall be covered with approximately 1/4 inch of soil by raking or other approved methods except that raking will not be required when seeding a previously seeded and mulched area. Seed placed in the soil shall be approximately 1/4 inch below the surface. After completing the seeding operation, the contractor shall firm the area by rolling, if in the judgment of the Engineer the seedbed is either too loose or contains clods which would reduce the germination of the seed. When rolling is required, a lawn-type roller shall be used and care shall be taken to avoid over-compacting the soil. 901-3.3 WET APPLICATION METHOD. ' In lieu of mechanical application of seed and fertilizer, hydraulic application may be used. When seeding ' is applied to a previously seeded and mulched area, seed and fertilizer may be applied hydraulically in a single operation and incorporation into the soil will not be required. On all other areas, seed and fertilizer may be applied hydraulically provided the seed and fertilizer are applied separately. The seed and ' JEFFM0901.TAXA MO-901-4 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' fertilizer shall be incorporated into the soil as specified in 901-3.2, in separate operations except that raking will not be required when seeding a previously seeded and mulched area. Seed and fertilizer, .' separately or in combination, shall be mixed with water and constantly agitated so that a uniform mixture can be,applied hydraulically to the specified areas. The ratio of seed and fertilizer to water shall be calculated by determining the number of square feet covered by a given quantity of water. Seed shall not be added to the water more than 4 hours before application. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall rotect seeded areas against P b traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or . otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as ' these requirements have been met. A grass stand shall be considered adequate when the bare spots do not exceed 1 square foot and the bare spots do not cover more than 3%of the area to be seeded. i ' METHOD OF MEASUREMENT i 901-4.1 Measurement will be made of the area seeded to the nearest 1/10 acre. 1 BASIS OF PAYMENT ' 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, for the accepted quantity of seeding. The price shall be full compensation for furnishing and placing all material and for all ' labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. No direct payment will be made for liming or fertilizing seeded areas. No direct payment will be made for additional work and seed required when seeding during the months of June,July, October and November. Payment will be made under: Item MO-901-5.1 Airport Seeding--per acre ' JEFFM0901.TAXA MO-901-5 Jefferson City Memorial Airport _J Taxiway A and Taxiway Connectors February 2007 ITEM MO-905 TOPSOILING DESCRIPTION removing topsoil from areas to be stripped on the project site 905-1.1 This item shall consist of rem g pso pp p � , preparing the ground surface for topsoil application, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. ' MATERIALS 905-2.1 TOPSOIL. Topsoil shall be a fertile, friable and loamy soil of uniform quality, without ' admixture of subsoil material, and shall be free from material such as hard clods, stiff clay, hardpan, partially disintegrated stone, pebbles larger than 2 inches in diameter and any other similar impurities. Topsoil shall be relatively free from grass, roots, weeds and other objectionable plant material or ' vegetative debris undesirable or harmful to plant life or which will prevent the formation of a suitable seedbed. r CONSTRUCTION METHODS GENERAL. The areas to be stripped of topsoil and the stripping de the shall be shown on the 905-3.1 RAL pp p p ' plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. ' 905-3.2 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or ' other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The contractor shall remove all suitable topsoil from the designated areas on the project site and to the ' depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth-graded or stockpiled in areas approved by the Engineer. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard for "Class A Excavation" as specified in MO- ' 152, Excavation and Embankment. When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard for"Topsoiling" as provided herein. ' 905-3.3 PREPARING THE GROUND SURFACE. Immediately prior to placing and spreading the topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the ' covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding,the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be ' maintained in a true and even condition. Where grades have not been established, the areas shall be smooth graded and the surface left at the prescribed grades in an even and properly compacted condition • to prevent,insofar as practical,the formation of low places or pockets where water will stand. JEFFM0905.TAXA MO-905-1 Jefferson City Memorial Airport i Taxiway A and Taxiway Connectors February 2007 905-3.4 PLACING TOPSOIL The topsoil shall be evenly spread on the prepared areas to a uniform depth of 3 inches after compaction, unless otherwise shown on the plans or stated in the Special Provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or , otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other ' effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The ' compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1. Topsoil stockpiled and rehandled by the contractor shall be measured by the number of cubic , yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by simple measurements. BASIS OF PAYMENT , 905-5.1. Payment will be made at the contract unit price per cubic yard for Topsoiling. This price shall be ; full compensation for furnishing all materials and for all preparation,placing, and spreading the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: MO-905-5.1 Topsoilmg--per cubic yard JEFFM0905.TAXA MO-905-2 Jefferson City Memorial Airport Taxiway A and Taxiway Connectors February 2007 ' ITEM MO-908 MULCHING DESCRIPTION 908-1.1 This work shall consist of furnishing, hauling,placing, and securing mulch on surfaces indicated on the plans or as designated by the eEngineer. Disturbed areas outside of authorized construction limits shall be mulched at the eContractor's expense. MATERIALS 908-2.1 MULCH MATERIALS (Vegetative with an Overspray). The vegetative mulch shall be prairie hay or straw from oats,rye, wheat or barley. Prairie hay shall consist of any combination of any of ' the following plants: Big Bluestein, Little Bluestein, Indiangrass, Sideoats Gramma and native wildflowers. The mulch shall be free of prohibited weed seed as stated in the Missouri Seed Law and shall be relatively free of all other noxious and undesirable seed. The mulch shall be clean and bright, relatively free of foreign material and be dry enough to spread properly.If the above specifications cannot be met practicably, hay of the following.plants may, with the eEngineer's approval, be substituted: Smooth Brome, Timothy, Orchard Grass, Reed Canary Grass, Tall Fescue, Redtop, Kentucky Bluegrass, Alfalfa and Birdfsfoot Trefoil. The overspray material may be virgin wood cellulose fibers or recycled slick paper as herein specified. It shall not contain any germination or growth inhibiting substances. The overspray shall be green in color after application and shall have the property to be evenly dispersed and suspended when agitated in water. When sprayed uniformly over vegetative mulch,the mulch fibers shall form an absorbent cover, allowing percolation-of water to the underlying soil. The mulch shall be packaged in moisture resistant bags with ' the net weight of the packaged material plainly shown on each bag. The mulch fibers shall not be water- s soluble. Virgin wood cellulose fibers shall be produced by either the ground or cooked fiber process and shall have the following properties: Moisture Content, 15 percent by weight, max Organic Matter-Wood Fiber, 80 percent by weight, min H 4.3-8.5 ' Recycled slick paper mulch shall be produced from printer's slick paper containing wood cellulose and kaolin clay. Recycled newsprint or cardboard will not be allowed. The material shall be free of other material or fillers and shall have the following properties: ' Moisture Content, 8 percent by weight,max H 4.5-6.5 The eContractor shall furnish a manufacturer's certification in triplicate certifying that the overspray mulch materials comply with these specifications. The- Engineer may sample and test these materials ' prior to approval and use. Acceptance will be based upon a satisfactory certification and results of any test deemed necessary by the eEngineer. JEFFMO908.TAXA MO-908-1 Jefferson City Memorial Airport �J Taxiway A and Taxiway Connectors February 2007 , CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all stones larger than 2 inches in any diameter, sticks, i stumps, and other debris shall be removed from the area to be mulched. All mulch shall be distributed , evenly over the area to be mulched within 24 hours following the seeding operation. The vegetative mulch shall be uniformly applied at the rate of 2 1/2 tons per acre. Recycled slick paper ' shall be applied at the rate of 750 pounds per acre. The recycled slick paper shall be hydraulically applied over the vegetative mulch as a separate operation. Virgin wood cellulose fibers with 90 percent or more organic matter shall be applied at the rate of 750 pounds per acre and that with 80 to 89 percent inclusive ' shall be applied at a rate calculated as follows: Rate lb/acre = 100 x 750 lb/acre ' Actual Percent Organic Matter The overspray material shall be mixed with water in a manner to provide a homogenous slurry. ' Equipment for mixing and applying the slurry shall be capable of applying it uniformly over the entire vegetative mulched area. The slurry mixture shall be agitated during application to keep the ingredients thoroughly mixed. , 908-3.2 CARE AND REPAIR. Following the mulching operation, precautions shall be taken to prohibit foot or vehicular traffic over the ' mulched area. The eContractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the eEngineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the eContractor. However, once the eContractor has completed the mulching of any area in accordance with the provisions ' of the specifications and to the satisfaction of the eEngineer, no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the eEngineer shall be made by the contractor and will be paid for as additional or extra work in accordance with Section 40-04 of the , General Provisions. METHOD OF MEASUREMENT , 908-4.1 Measurement of mulch will be made to the nearest 1/10 acre of the area mulched. BASIS OF PAYMENT , 908-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, for the accepted quantity of mulching. The price shall be full compensation for furnishing and placing all material and for , all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: , Item MO-908-5.1 Airport Mulching--per acre JEFFM0908.TAXA MO-908-2 Jefferson City Memorial Airport ' ' Construct Taxiway A and Taxiway Connectors February 2007 i APPENDIX 1 This sheet intentional left blank i 1 �I i l JefCity Mo-100-1.doc 97 Jefferson City Memorial Airport _ 1 ' Advisory U.S. Department of Transportation Federal Aviation Circular Administration t Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 1/17/03 AC No: 150/5370-2E DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. THE PURPOSE OF THIS ADVISORY 4. WHO THIS AC AFFECTS. CIRCULAR(AC). This AC assists airport operators in complying with 14 Aviation safety is the primary consideration at airports, Code of Federal Regulations(CFR),part 139, especially during construction.This AC sets forth Certification and Operation:Land Airports Serving guidelines for operational safety on airports during Certain Air Carriers,and with the requirements of construction.It contains major changes to the following airport construction projects receiving funds under the areas: "Runway Safety Area,"paragraph 3-2;"Taxiway Airport Improvement Program or from the Passenger Safety Areas/Object-Free Areas,"paragraph 3-3; Facility Charge Program. While the FAA does not "Overview,"paragraph 3-4;"Marking Guidelines for require noncertificated airports without grant Temporary Threshold,"paragraph 3-5;and"Hazard agreements to adhere to these guidelines,we Marking and Lighting,"paragraph 3-9. recommend that they do so as it will help these airports maintain a desirable level of operational safety during 2. WHAT THIS AC CANCELS. construction. This AC cancels AC 150/5370-2D,Operational Safety 5. ADDITIONAL BACKGROUND on Airports During Construction, dated May 31,2002. INFORMATION. ' 3. READING MATERIAL RELATED TO THIS Appendix 2 contains definitions of terms used in this AC. AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety Appendix 1 contains a list of reading materials on plan for an airport construction project. Appendix 4 is f airport construction,design,and potential safety a sample Notice to Airmen form. hazards during construction,as well as instructions for ' ordering these documents. Many of them, including 6. HAZARD LIGHTING IMPLEMENTATION this AC,are available on the Federal Aviation TIME LINE. Administration(FAA)Web site. Supplemental hazard lighting must be red in color by October 1,2004. See paragraph 3-9 for more information. DAVID L.BENNETT • Director,Office of Airport Safety and Standards 1/17/03 AC 150/5370-2E i CONTENTS • Paragraph Page I CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES.................................................1 1-1. Overview..................................................................................................................................................................1 1-2. Who Is Responsible for Safety During Construction. ..............................................................................................1 CHAPTER2. SAFETY PLANS................................................................................................................................3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview..................................................................................................................................................................3 2-2. Safety Plan Checklist................................................................................................................................................3 ' Section 2. Safety and Security Measures.............................................................................................................4 2-3. Overview..................................................................................................................................................................4 2-4. Vehicle Operation and Marking and Pedestrian Control..........................................................................................4 ' 2-5. Construction Employee Parking Areas.....................................................................................................................5 2-6. Construction Vehicle Equipment Parking. ..,............................ ...........5 ..................................................................... 2-7. Radio Communication Training...............................................................................................................................5 2-8. Fencing and Gates. ...................................................................................................................................................5 Section 3. Notification of Construction Activities................................................................................................5 2-9. General.....................................................................................................................................................................5 2-10. Assuring Prompt Notifications.................................................................................................................................6 2-11. Notices to Airmen(NOTAMs).................................................................................................................................6 t 2-12. Aircraft Rescue and Fire Fighting(ARFF)Notification........................................ 2-13. Notification to the FAA............................................................................................................................................6 2-14. Work Scheduling and Accomplishment...................................................................................................................6 I ' CHAPTER 3, SAFETY STANDARDS AND GUIDELINES.­­­­.......... ........ Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones Areas......................7 I 3-1. Overview..................................................................................................................................................................7 ' 3-2. Runway Safety Area(RSA)/Obstacle-Free Zone(OFZ)..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas................................................................................................................7 Section 2. Temporary Runway Thresholds..........................................................................................................8 3-4. Overview..................................................................................................................................................................8 3-5. Marking Guidelines for Temporary Threshold.........................................................................................................8 3-6. Lighting Guidelines for Temporary Threshold.........................................................................................................9 ' Section 3. Other Construction Marking and Lighting Activities......................................................................10 3-7. Overview................................................................................................................................................................10 3-8. Closed Runway and Taxiway Marking and Lighting.............................................................................................10 ' 3-9. Hazard Marking and Lighting................................................................................................................................10 3-10. Construction Near Navigational Aids(NAVAIDs)................................................................................................11 3-11. Construction Site Access and Haul Roads..............................................................................................................11 3-12. Construction Material Stockpiling................................................................................................................... ' .......I 1 3-13. Other Limitations on Construction.........................................................................................................................l 1 3-14. Foreign Object Debris(FOD)Management...........................................................................................................12 Section 4. Safety Hazards and Impacts..............................................................................................................12 3-15. Overview................................................................................................................................................................12 �t J AC 150/5370-2E 1/17/03 , Appendices ' APPENDIX 1. RELATED READING MATERIAL....................................................................................................A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC.................................................................... .....A-2 ' APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE..............................................................A-3 APPENDIX4. SAMPLE NOTAM............................................................................................................................A-7 iv i 1/17/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. (8) Ensure that construction contractors and subcontractors undergo training required by the safety Hazardous practices and marginal conditions created by plan. construction activities can decrease or jeopardize (9) Develop and/or coordinate a construction -� operational safety on airports. To minimize disruption of vehicle plan with airport tenants,the airport traffic control normal aircraft operations and to avoid situations that tower(ATCT),and construction contractors. Include the compromise the airport's operational safety,the airport vehicle plan in the safety plan. See Chapter 2,section 2, operator must carefully plan,schedule,and coordinate of this AC for additional information. ' construction activities. While the guidance in this AC is primarily used for construction operations,some of the (10) Ensure tenants and contractors comply methods and procedures described may also enhance day- with standards and procedures for vehicle lighting, ' to-day maintenance operations. marking,access,operation,and communication. 1-2. WHO IS RESPONSIBLE FOR SAFETY (11) At certificated airports,ensure that each DURING CONSTRUCTION. tenant's construction safety plan is consistent with 14 CFR part 139,Certification and Operations:Land An airport operator has overall responsibility for Airports Serving Certain Air Carriers. construction activities on an airport. This includes the (12) Conduct frequent inspections to ensure predesign,design,preconstruction,construction,and construction contractors and tenants comply with the inspection phases. Additional information on these safety plan and that altered constriction activities do not responsibilities can be found throughout this AC. create potential safety hazards. a. Airport operator's responsibilities— (13) Resolve safety deficiencies immediately. (1) Develop internally or approve a (14) Ensure construction access complies with construction safety plan developed by an outside the security requirements of 49 CFR part 1542,Airport consultant/contractor that complies with the safety Security. ' guidelines in Chapter 2,"Safety Plans," and Appendix 3, (15) Notify appropriate parties when "Airport Construction Safety Planning Guide,"of this conditions exist that invoke provisions of the safety plan AC. (e.g.,implementation of low-visibility operations). (2) Require contractors to submit plans b. Construction contractor's responsibilities— indicating how they intend to comply with the safety requirements of the project. (1) Submit plans to the airport operator on (3) Convene a meeting with the construction how to comply with the safety requirements of the contractor,consultant,airport employees,and, if project. appropriate,tenant sponsor to review and discuss project (2) Have available a copy of the project safety safety before beginning construction activity. plan. (4) Ensure contact information is accurate for (3) Comply with the safety plan associated each representative/point of contact identified in the with the construction project and ensure that construction safety plan, personnel are familiar with safety procedures and ' (5) Hold weekly or, if necessary,daily safety regulations on the airport. meetings to coordinate activities. (4) Provide a point of contact who will (6) Notify users,especially aircraft rescue and coordinate an immediate response to correct any fire fighting(ARFF)personnel,of construction activity construction-related activity that may adversely affect the and conditions that may adversely affect the operational operational safety of the airport. safety of the airport via Notices to Airmen(NOTAMs)or (5) Provide a safety officer/construction other methods,as appropriate. Convene a meeting for inspector familiar with airport safety to monitor review and discussion if necessary. construction activities. (7) Ensure that construction personnel know (6) Restrict movement of construction ' of any applicable airport procedures and of changes to vehicles to construction areas by flagging and barricading, those procedures that may affect their work. erecting temporary fencing,or providing escorts,as appropriate. 1 _ 1 AC 150/5370-2E 1117/03 (7) Ensure that no construction employees, construction-related activity that may adversely affect the ' employees of subcontractors or suppliers,or other persons operational safety of the airport. enter any part of the air operations areas(AOAs)from the (3) Ensure that no tenant or construction construction site un'•:ss authorized. employees,employees of subcontractors or suppliers,or c. Tenant's responsibilities if planning any other persons enter any part of the AOA from the construction activities on leased property— construction site unless authorized. (1) Develop a safety plan,and submit it to the (4) Restrict movement of construction airport operator for approval prior to issuance of a Notice vehicles to construction areas by flagging and barricading to Proceed. or erecting temporary fencing. (2) Provide a point of contact who will , coordinate an immediate response to correct any I' 2 r1/17/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. 2-2. SAFETY PLAN CHECKLIST. Airport operators should coordinate safety issues with the To the extent applicable,the safety plan should address air carriers, FAA Airway Facilities,and other airport the following: tenants before the design phase of the project. The airport operator should identify project safety concerns, a. Scope of work to be performed, including requirements,and impacts before making arrangements proposed duration of work. with contractors and other personnel to perform work on ' an airport. These safety concerns will serve as the b. Runway and taxiway marking and lighting. foundation for the construction safety plan and help maintain a high level of aviation safety during the project. c. Procedures for protecting all runway and taxiway The airport operator should determine the level of safety areas,obstacle-free zones(OFZs),object-free areas complexity of the safety plan that is necessary for each (OFAs),and threshold citing criteria outlined in AC construction project and its phases. The safety plan may 150/5300-13,Airport Design, and as described in this AC. be detailed in the specifications included in the invitation This includes limitations on equipment height and for bids,or the invitation for bid may specify that the stockpiled material. contractor develop the safety plan and the airport operator approve it. In the latter case,the invitation for bid should d. Areas and operations affected by the contain sufficient information to allow the contractor to construction activity, including possible safety problems. ' develop and determine the costs associated with the safety plan. In either case,safety plan costs should be e. NAVAIDs that could be affected,especially incorporated into the total cost of the project. The airport critical area boundaries. ' operator has final approval authority and responsibility for all safety plans. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. Coordination will vary from formal predesign conferences This may include fencing off construction areas to keep to informal contacts throughout the duration of the equipment operators in restricted areas in which they are construction project. authorized to operate. Fencing,or some other form of Details of a specified safety plan,or requirements fora restrictive barrier, is an operational necessity in some contractor-developed safety plan,should be discussed at cases. the predesign and preconstruction conferences and should include the following,as appropriate: g. Procedures and equipment,such as barricades (identify type),to delineate closed construction areas from a. Actions necessary before starting construction, the airport operational areas,as necessary. including defining and assigning responsibilities. h. Limitations on construction. b. Basic responsibilities and procedures for ' disseminating instructions about airport procedures to the i. Required compliance of contractor personnel contractor's personnel. with all airport safety and security measures. c. Means of separating construction areas from j. Location of stockpiled construction materials, aeronautical-use areas. construction site parking,and access and haul roads. d. Navigational aid(NAVAID)requirements and k. Radio communications. ' weather. I. Vehicle identification. e. Marking and lighting plan illustrations. m. Trenches and excavations and cover f. Methods of coordinating significant changes in requirements. airport operations with all the appropriate parties. 3 J AC 150/5370-2E 1/17/03 n. Procedures for notifying ARFF personnel if w. Procedures for contacting responsible ' water lines or fire hydrants must be deactivated or if representatives/points of contact for all involved parties. emergency access routes must be rerouted or blocked. This should include off-duty contact information so an immediate response may be coordinated to correct any o. Emergency notification procedures for medical construction-related activity that could adversely affect and police response. the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways p. Use of temporary visual aids. Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that q. Wildlife management. impacts FAA NAVAIDs. r. Foreign object debris(FOD)control provisions. x. Vehicle operator training. , s. Hazardous materials(HAZMAT) management. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan(e.g., if a ' t. NOTAM issuance. vehicle is involved in a runway incursion). u. Inspection requirements. z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan ' v. Procedures for locating and protecting existing to be activated(e.g.,low-visibility operations, snow underground utilities,cables,wires,pipelines,and other removal). underground facilities in excavation areas. Section 2. Safety and Security Measures 2-3. OVERVIEW. 2-4. VEHICLE OPERATION AND MARKING , AND PEDESTRIAN CONTROL. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the Vehicle and pedestrian access routes for airport construction project to ensure continual compliance with . construction projects must be controlled to prevent all safety and security requirements. Airports subject to inadvertent or unauthorized entry of persons,vehicles,or 49 CFR part 1542,Airport Security,must meet standards animals onto the AOA. This includes aircraft movement for access control,movement of ground vehicles,and and nonmovement areas. The airport operator should ' identification of construction contractor and tenant develop and coordinate a construction vehicle plan with personnel. In addition, airport operators should use safety airport tenants,contractors,and the ATCT. The safety program standards,as described in Chapter 3 of this AC, plan or invitation for biq should include specific vehicle ' to develop specific safety measures to which tenants and and pedestrian requirements. construction contractors must adhere throughout the duration of construction activities. The vehicle plan should contain the following items: General safety provisions are contained in AC a. Airport operator's rules and regulations for ' 150/5370-10,Standards for Specifying Construction of vehicle marking, lighting,and operation. Airports, paragraphs 40-05,"Maintenance of Traffic"; 70-08,"Barricades,Warning Signs,and Hazard b. Requirements for marking and identifying ' Markings";and 80-04,"Limitation of Operations."At any vehicles in accordance with AC 150/5210-5,Painting, time during construction,aircraft operations,weather, Marking, and Lighting of Vehicles Used on an Airport. security,or local airport rules may dictate more stringent c. Description of proper vehicle operations on safety measures. The airport operator should ensure that movement and nonmovement areas under normal, lost , both general and specific safety requirements are communications, and emergency conditions. coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in d. Penalties for noncompliance with driving rules , the coordination of all bid documents,construction plans, and regulations. and specifications for on-airport construction projects. e. Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, ' 4 , 1/17/03 AC 150/5370-2E i such as construction drivers under escort,may not require areas observe the proper procedures for communications, this training. including using appropriate radio frequencies at airports with and without ATCTs. Training of contractors on g. Escort procedures for construction vehicles proper communication procedures is essential for requiring access to aircraft movement areas. A vehicle in maintaining airport operational safety. When operating the movement area must have a working aviation-band, vehicles on or near open runways or taxiways, two-way radio unless it is under escort. Vehicles can be construction personnel must understand the critical in closed areas without a radio if the closed area is importance of maintaining radio contact with airport properly marked and lighted to prevent incursions and a operations, ATCT,or the Common Traffic Advisory NOTAM regarding the closure is issued. Frequency,which may include UNICOM,MULTICOM, h. Monitoring procedures to ensure that vehicle or one of the FAA Flight Service Stations(FSS), as drivers are in compliance with the construction vehicle directed by airport management. plan. Vehicular traffic crossing active movement areas must be i. Procedures for, if appropriate,personnel to controlled either by two-way radio with the ATCT,escort, control access through gates and fencing or across aircraft flagman,signal light,or other means appropriate for the movement areas. particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their 2-5. CONSTRUCTION EMPLOYEE PARKING position when given clearance to cross a runway. In AREAS. addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at Designate in advance vehicle parking areas for contractor any given time. ' employees to prevent any unauthorized entry of persons Even though radio communication is maintained,escort or vehicles onto the airport movement area. These areas vehicle drivers must also familiarize themselves with should provide reasonable contractor employee access to ATCT light gun signals in the event of radio failure(see the job site. the FAA safety placard"Ground Vehicle Guide to Airport 2-6. CONSTRUCTION VEHICLE EQUIPMENT Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at PARKING. http://ww,,v.faarsp.org or obtained from the Regional ' Construction employees must park and service all Airports Division Office. construction vehicles in an area designated by the airport 2-8. FENCING AND GATES. operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees should Airport operators and contractors must take care to also park construction vehicles outside the OFA when not maintain a high level of safety and security during in use by construction personnel(e.g.,overnight,on construction when access points are created in the security ' weekends,or during other periods when construction is fencing to permit the passage of construction vehicles or not active). Parking areas must not obstruct the clear line personnel. Temporary gates should be equipped so they of sight by the ATCT to any taxiways or runways under can be securely closed and locked to prevent access by air traffic control nor obstruct any runway visual aids, animals and people(especially minors). Procedures signs,or navigational aids. The FAA must also study should be in place to ensure that only authorized persons those areas to determine effects on 14 CFR part 77, and vehicles have access to the AOA and to prohibit Objects Affecting Navigable Airspace,surfaces(see °piggybacking"behind another person or vehicle. The paragraph 2-13 for further information). Department of Transportation(DOT)document DOT/FAA/AR-00/52,Recommended Security Guidelines 2-7. RADIO COMMUNICATION TRAINING. for Airport Planning and Construction,provides more specific information on fencing. A copy of this document The airport operator must ensure that tenant and can be obtained from the Airport Consultants Council, construction contractor personnel engaged in activities Airports Council International,or American Association involving unescorted operation on aircraft movement of Airport Executives. Section 3. Notification of Construction Activities 2-9. GENERAL. plan should contain the notification actions described below. In order to maintain the desired levels of operational safety on airports during construction activities,the safety 5 AC 150/5370-2E 1/17/03 ' 2-10. ENSURING PROMPT NOTIFICATIONS. Deactivation of Airports,requires that the airport operator notify the FAA in writing whenever a non-Federally The airport operator should establish and follow funded project involves the construction of a new airport; procedures for the immediate notification of airport users the construction,realigning,altering,activating,or and the FAA of any conditions adversely affecting the abandoning of a runway, landing strip,or associated operational safety of an airport. taxiway;or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 2-11. NOTICES TO AIRMEN(NOTAMS). 7480-1,Notice of Landing Area Proposal,to the nearest FAA Regional Airports Division Office or Airports The airport operator must provide information on closed District Office. or hazardous conditions on airport movement areas to the Also,any person proposing any kind of construction or FSS so it can issue a NOTAM. The airport operator must alteration of objects that affect navigable airspace,as , coordinate the issuance,maintenance,and cancellation of defined in 14 CFR part 77 must notify the FAA. This NOTAMs about airport conditions resulting from includes construction equipment and proposed parking construction activities with tenants and the local air traffic areas for this equipment(i.e.,cranes,graders,etc.). FAA facility(control tower,approach control,or air traffic Form 7460-1, Notice of Proposed Construction a' control center. Refer to AC 150/5200-28,Notices to Alteration,can be used for this purpose and submitted to Airmen(A�OTAA�Is)for Airport Operators, and Appendix the FAA Regional Airports Division Office or Airports 4 in this AC for a sample NOTAM form. Only the FAA , may issue or cancel NOTANIs on District Office. (See AC 70/7460-2,Proposed shutdown or irregular Construction or Alteration of Objects that Allay Affect the operation of FAA-owned facilities. Only the airport avigable Airspace.) operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The airport If construction operations require a shutdown of an airport owner/operator is the only entity that can close or open a owned NAVAID from service for more than 24 hours or runway.) The airport operator must file and maintain this in excess of 4 hours daily on consecutive days,we list of authorized representatives with the FSS. Any recommend a 45-day minimum notice prior to facility , person having reason to believe that aNOTAM is shutdown. Coordinate work for a FAA owned NAVAID missing, incomplete,or inaccurate must notify the airport shutdown with the local FAA Airways Facilities Office. operator. In addition,procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs 2-12. AIRCRAFT RESCUE AND FIRE must be addressed. FIGHTING(ARFF)NOTIFICATION. 2-14. WORK SCHEDULING AND The safety plan must provide procedures for notifying ACCOMPLISHMENT. ARFF personnel,mutual aid providers,and other emergency services if construction requires shutting off or Airport operators--or tenants having construction on their otherwise disrupting any water line or fire hydrant on the leased properties—should use predesign,prebid,and , airport or adjoining areas and if contractors work with preconstruction conferences to introduce the subject of hazardous material on the airfield. Notification airport operational safety during construction(see AC procedures must also be developed for notifying ARFF 150/5300-9,Predesign, Prebid, and Preconstruction and all other emergency personnel when the work Conferences for Airport Grant Projects). The airport , performed will close or affect any emergency routes. operator,tenants,and construction contractors should Likewise,the procedures must address appropriate integrate operational safety requirements into their notifications when services are restored. planning and work schedules as early as practical. , Operational safety should be a standing agenda item for 2-13. NOTIFICATION TO THE FAA. discussion during progress meetings throughout the project. The contractor and airport operator should carry For certain airport projects, 14 CFR part 77 requires out onsite inspections throughout the project and ' notification to the FAA. In addition to applications made immediately remedy any deficiencies,whether caused by for Federally funded construction, 14 CFR part 157, negligence,oversight,or project scope change. Notice of Construction,Alteration,Activation,and 6 1 1/17/03 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas 3-1. OVERVIEW. In addition,all personnel,materials,and/or equipment must remain clear of the applicable threshold siting Airport operators must use these safety guidelines when surfaces,as defined in Appendix 2,"Threshold Siting preparing plans and specifications for construction Requirements,"of AC 150/5300-13.' Consult with the activities in areas that may interfere with aircraft appropriate FAA Regional Airports Division Office or operations. The safety plan should recognize and address Airports District Office to determine the appropriate these standards for each airport construction project. approach surface required. However,the safety plan must reflect the specific needs of a particular project,and for this reason,these safety (2) Personnel,material,and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- guidelines should not be incorporated verbatim into project specifications. For additional guidance on 13' meeting safety and security requirements,refer to the (3) The safety plan must provide procedures planning guide template included in Appendix 3 of this for ensuring adequate distance for blast protection, if AC. required by operational considerations. RUNWAY SAFETY AREA(RSA)/ (4) The airport operator must coordinate ' 3 OBSTACLE-FREE ZONE(OFZ). construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or A runway safety area is the defined surface surrounding appropriate Airports District Office and issue a local the runway prepared or suitable for reducing the risk of NOTAM. damage to airplanes in the event of an undershoot, c. Excavations. overshoot,or excursion from the runway(see AC (1) Construction contractors must 150/5300-13,Airport Design). Construction activities prominently mark open trenches and excavations at the within the standard RSA are subject to the following construction site with red or orange flags,as approved by conditions: the airport operator,and light them with red lights during a. Runway edges. hours of restricted visibility or darkness. (1) No construction may occur closer than (2) Open trenches or excavations are not 200 feet(60m)from the runway centerline unless the permitted within 200 feet(60m)of the runway centerline runway is closed or restricted to aircraft operations, and at least the existing RSA distance from the runway requiring an RSA that is equal to the RSA width available threshold while the runway is open. If the runway must during construction,or 400 feet,whichever is less(see be opened before excavations are backfilled,cover the AC 150/5300-13,Tables 3-1 through 3-3). excavations appropriately. Coverings for open trenches (2) Personnel,material,and/or equipment or excavations must be of sufficient strength to support must not penetrate the OFZ, as defined in AC 150/5300- the weight of the heaviest aircraft operating on the 13. runway. (3) The airport operator must coordinate the 3-3. TAXIWAY SAFETY.AREAS/OBJECT- construction activity in the RSA as permitted above with FREE AREAS. the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a a. Unrestricted construction activity is permissible local NOTAM. adjacent to taxiways when the taxiway is restricted to b. Runway ends. aircraft such that the available taxiway safety area is equal (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a 'If a full safety area cannot be obtained through declared distance equal to that which existed before construction distances and partial closures,or other methods such as alternate activity,unless the runway is closed or restricted to runway use,construction activity may operate in the RSA as aircraft operations for which the reduced RSA is adequate long as conditions cited in paragraph 3-1b(2)thru(4)are met.In (see AC 150/5300-13). The temporary use of declared addition,various surfaces outlined in AC 150/5300-13 and Terminal Instrument Procedures(TERPS)must be protected distances and/or partial runway closures may help provide through an aeronautical study. the necessary RSA. J 7 i AC 150/5370-2E 1/17/03 , to at least %of the widest wingspan of the aircraft main landing gear at the edge of the pavement),then it expected to use the taxiway and the available taxiway will be necessary to move personnel and equipment for object-free area is equal to at least.7 times the widest each passing aircraft. In these situations,flag persons will wingspan plus 10 feet. (See AC 150/5300-13 for be used to direct construction equipment,and wing guidance on taxiway safety and object-free areas.) walkers may be necessary to guide aircraft. Wing walkers Construction activity may be accomplished closer to a should be airline/aviation personnel rather than taxiway,subject to the following restrictions: construction workers. (1) The activity is first coordinated with the b. Construction contractors must prominently mark open trenches and excavations at the construction site,as airport operator. approved by the airport operator,and light them with red (2) Appropriate NOTAMs are issued, lights during hours of restricted visibility or darkness (3) Marking and lighting meeting the c. Excavations and open trenches may be permitted provisions of paragraph 3-9 are implemented. up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph (4) Adequate clearance is maintained between 3-9 equipment and materials and any part of an aircraft. If "Hazard Marking and Lighting." such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width(with its ' Section 2. Temporary Runway Thresholds 3-4. OVERVIEW. such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance Construction activity in a runway approach area may available in the opposite direction. If project scope result in the need to partially close a runway or displace includes personnel,equipment,excavation,etc.within the ' the existing runway threshold. In either case, locate the RSA of any usable runway end,we do not recommend a threshold in accordance with Appendix 2 of AC displaced threshold unless arrivals and departures toward 150/5300-13,Airport Design. Objects that do not the construction activity are prohibited. Instead, penetrate these surfaces may still be obstructions to air implement a partial closure. navigation and may affect standard instrument approach procedures. Coordinate these objects with the FAA's 3-5. MARKING GUIDELINES FOR Regional Airports Office or appropriate Airports District TEMPORARY THRESHOLD. Office,as necessary. Refer to the current edition of AC 150/5300-13 for guidance on threshold siting Ensure that markings for temporary displaced thresholds requirements. The partial runway closure,the are clearly visible to pilots approaching the airport to displacement of the runway threshold,as well as closures land. When construction personnel and equipment are , of the complete runway and other portions of the located close to any threshold, a temporary visual movement area also requires coordination with NAVAID,such as runway end identifier lights(REIL), appropriate ATCT personnel and airport users. may be required(even on unlighted runways)to define the new beginning of the runway clearly. A visual Caution regarding partial runway closures: When vertical guidance device,such as a visual approach slope filing a NOTAM for a partial runway closure,clearly state to FSS personnel that the portion of pavement located indicator(VASI),pulse light approach slope indicator prior to the threshold is not available for landing and (PLASI),or precision approach path indicator(PAPI), departing traffic. In this case,the threshold has been may be necessary to assure landing clearance over purposes(this is moved for both landing and takeoff personnel,vehicles,equipment,and/or above-grade different than a displaced threshold). stockpiled materials. If such devices are installed,ensure an appropriate descriptive NOTAM is issued to inform , Example NOTAM:"North 1,000 feet of Runway 18/36 is pilots of these conditions. The current edition of AC closed; 7,000 feet remain available on Runway 18 and 150/5340-1, Standards for Airport Markings, describes Runway 36 for arrivals and departures."There may be standard marking colors and layouts. In addition,we situations where the portion of closed runway is available recommend that a temporary runway threshold be marked for taxiing only. If so,the NOTAM must reflect this using the following guidelines: condition. Caution regarding displaced thresholds: a. Airport markings must be clearly visible to Implementation of a displaced threshold affects runway pilots; not misleading,confusing,or deceptive; secured in length available for aircraft landing over the place to prevent movement by prop wash,jet blast,wing displacement. Depending on the reason for the vortices,or other wind currents;and constructed of displacement(to provide obstruction clearance or RSA), ' 8 1/17/03 AC 150/5370-2E materials that would minimize damage to an aircraft in 3-6. LIGHTING GUIDELINES FOR the event of inadvertent contact. TEMPORARY THRESHOLD. (1) Pavement markings for temporary closed A temporary runway threshold must be lighted if the portions of the runway should consist of yellow chevrons runway is lighted and it is the intended threshold for night to identify pavement areas that are unsuitable for takeoff/landing(see AC 150/5340-1). If unable to paint landings or instrument meteorological conditions. We the markings on the pavement,constrict them from any recommend that temporary threshold lights and related ' of the following materials:double-layered painted snow visual NAVAIDs be installed outboard of the edges of the fence,colored plastic,painted sheets of plywood,or full-strength pavement with bases at grade level or as low similar materials. They must be properly configured and as possible,but not to exceed 3 inches(7.6cm)above ground. When any portion of a base is above grade,place secured to prevent movement by prop wash,jet blast,or properly compacted fill around the base to minimize the other wind currents. rate of gradient change so aircraft can,in an emergency, (2) It may be necessary to remove or cover cross at normal landing or takeoff speeds without runway markings,such as runway designation markings incurring significant damage(see AC 150/5370-10). We and aiming point markings,depending on the length of recommend that the following be observed when using construction and type of activity at the airport. temporary runway threshold lighting: (3) When threshold markings are needed to identify the temporary beginning of the runway that is a. Maintain threshold and edge lighting color and available for landing,use a white threshold bar of the spacing standards as described in AC 150/5340-24, dimensions specified in AC 150/5340-1. Rumvay and Taxiway Edge Lighting System. Battery-powered,solar,or portable lights that meet the (4) If temporary outboard elevated or flush criteria in AC 150/5345-50,Specification for Ponable threshold bars are used, locate them outside of the runway Rumvay Lights, may be used. These systems are intended pavement surface,one on each side of the runway. They primarily for visual flight rules(VFR)aircraft operation should be at least 10 feet(3m)in width and extend but may be used for instrument flight rules(IFR)aircraft outboard from each side of the runway so they are clearly operations,upon individual approval from the Flight visible to landing and departing aircraft. These threshold Standards Division of the applicable FAA Regional bars are white. If the white threshold bars are not Office. ' discernable on grass or snow,apply a black background with appropriate material over the ground to ensure the b. When the runway has been partially closed, markings are clearly visible. disconnect edge and threshold lights with associated (5) A temporary threshold may also be isolation transformers on that part of the runway at and marked with the use of retroreflective,elevated markers. behind the threshold(i.e.,the portion of the runway that is One side of such markers is green to denote the approach closed). Alternately,cover the light fixture in such a way end of the runway;the side that is seen by pilots on as to prevent light leakage. Avoid removing the lamp rollout is red. See AC 150/5345-39,FAA Specification L- from energized fixtures because an excessive number of 853, Runway and Taxiway Retroreflective Markers. isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal (6) At 14 CFR part 139 certificated airports, value. temporary elevated threshold markers must be mounted with a frangible fitting(see 14 CFR part 139.309). ' c. Secure, identify,and place any temporary However,at noncertificated airports,the temporary exposed wiring in conduit to prevent electrocution and elevated threshold markings may either be mounted with fire ignition sources. a frangible fitting or be flexible. See AC 150/5345-39. A. Reconfigure yellow lenses(caution zone),as b. The application rate of the paint to mark a short- necessary. If the runway has centerline lights,reconfigure term temporary runway threshold may deviate from the the red lenses,as necessary,or place the centerline lights standard(see Item P-620,"Runway and Taxiway out of service. Painting,"in AC 150/5370-10,Standards for Specifying Construction of Air ports),but the dimensions must meet e. Relocate the visual glide slope indicator(VGSI), the existing standards,unless coordinated with the such as VASI and PAPI;other airport lights,such as appropriate offices. REIL;and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any c. When a runway is partially closed,the distance equipment that would give misleading indications to remaining signs for aircraft landing in the opposite pilots as to the new threshold location. Installation of direction should be covered or removed during the temporary visual aids may be necessary to provide construction. adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, J 9 AC 150/5370-2E 1/17/03 ' coordinate its installation or disabling with the local f. Issue a NOTAM to inform pilots of temporary Airway Facilities Systems Management Office. lighting conditions. Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. b. Temporarily closed runway and taxiways. Ensure that construction areas,including closed runways, For runways that have been temporarily closed,place an are clearly and visibly separated from movement areas "X"at the each end of the runway. With taxiways,place and that hazards, facilities,cables,and power lines are an"X"at the entrance of the closed taxiway. identified prominently for construction contractors. , c. Temporarily closed airport. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in When the airport is closed temporarily, mark the runways place and operational. Routine inspections must be made as closed and turn off the airport beacon. of temporary construction lighting,especially battery- powered lighting since weather conditions can limit d. Permanently closed airports battery life. When the airport is closed permanently, mark the ' 3-8. CLOSED RUNWAY AND TAXIWAY runways as permanently closed,disconnect the airport MARKING AND LIGHTING. beacon,and place an"X" in the segmented circle or at a central location if no segmented circle exists. Closed runway markings consist of a yellow"X" in compliance with the standards of AC 150/5340-1, 3-9. HAZARD MARKING AND LIGHTING. Standards for Airport rAl1ar•kings. Avery effective and preferable visual aid to depict temporary closure is the Provide prominent, comprehensible warning indicators lighted"X"signal placed on or near the runway for any area affected by construction that is normally designation numbers. This device is much more accessible to aircraft, personnel, or vehicles. Using discernible to approaching aircraft than the other appropriate hazard marking and lighting may prevent materials described. If the lighted"X" is not available, damage, injury, traffic delays, and/or facility closures. construct the marking of any of the following materials: Hazard marking and lighting must restrict access and double-layered painted snow fence,colored plastic, make specific hazards obvious to pilots, vehicle drivers, painted sheets of plywood,or similar materials. They and other personnel. Barricades, traffic cones (weighted must be properly configured and secured to prevent or sturdily attached to the surface), or flashers are movement by prop wash,jet blast,or other wind currents. acceptable methods used to identify and define the limits In addition,the airport operator may install barricades, of construction and hazardous areas on airports. traffic cones,activate stop bars,or other acceptable visual Provide temporary hazard marking and lighting to prevent devices at major entrances to the runways to prevent aircraft from taxiing onto a closed runway for takeoff and aircraft from entering a closed portion of runway. The to identify open manholes, small areas under repair, placement of even a single reflective barricade with a"do stockpiled material, and waste areas. Also consider less not enter"sign on a taxiway centerline can prevent an obvious construction-related hazards and include aircraft from continuing onto a closed runway. If the markings to identify FAA, airport, and National Weather taxiway must remain open for aircraft crossings, Service facilities cables and power lines; instrument barricades or markings,as described above or in landing system (ILS) critical areas; airport surfaces, such paragraph 3-9,should be placed on the runway. as RSA,OFA,and OFZ;and other sensitive areas to make it easier for contractor personnel to avoid these areas. a. Permanently closed runways. The construction specifications must include a provision For runways and taxiways that have been permanently requiring the contractor to have a person on call 24 hours closed,disconnect the lighting circuits. For runways, a day for emergency maintenance of airport hazard obliterate the threshold marking,runway designation lighting and barricades. The contractor must file the marking,and touchdown zone markings,and place"X's"at contact person's information with the airport. each end and at 1,000-foot(300-m)intervals. For taxiways, place an"X"at the entrance of the closed taxiway. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that are marked with diagonal,alternating orange and white stripes. Barricades may be supplemented with alternating , 10 1/17103 AC 150/5370-2E orange and white flags at least 20 by 20 inches(50 by 50 to movement and parking of equipment that may interfere • cm)square and made and installed so they are always in an with line of sight from the ATCT or with electronic extended position,properly oriented,and securely fastened emissions. Interference from construction may require to eliminatejet engine ingestion. Such barricades may be NAVAID shutdown or adjustment of instrument approach many different shapes and made from various materials, minimums for IFR. This condition requires that a I including railroad ties,sawhorses,jersey barriers,or NOTAM be filed. Construction activities and barrels. During reduced visibility or night hours, materials/equipment storage near a NAVAID may also supplement the barricades with red lights,either flashing or obstruct access to the equipment and instruments for steady-burning,which should meet the luminance maintenance. Before commencing construction activity, requirements of the State Highway Department(yellow parking vehicles,or storing construction equipment and lights are not acceptable after October 1,2004). The materials near a NAVAID,consult with the nearest FAA intensity of the lights and spacing for barricade flags and Airway Facilities Office. lights must adequately and without ambiguity delineate the hazardous area. 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. b. Movement areas. Use orange traffic cones; red lights, either flashing or Determine the construction contractor's access to the construction sites and haul roads. Do not permit the steady-burning, which should meet the luminance construction contractor to use any access or haul roads requirements of the State Highway Department (yellow other than those approved. Construction contractors must lights are not acceptable after October 1, 2004); collapsible barricades marked with diagonal, alternating submit specific proposed routes associated with construction activities to the airport operator for orange and white stripes; and/or signs to separate all evaluation and approval as part of the safety plan before construction/maintenance areas from the movement area. All barricades, temporary markers, and other objects beginning construction activities. These proposed routes placed and left in safety areas associated with any open must also provide specifications to prevent inadvertent runway,taxiway,or taxilane must be as low as possible to entry to movement areas. Pay special attention to ensure the ground; of low mass; easily collapsible upon contact that ARFF right of way on access and haul roads is not with an aircraft or any of its components; and weighted or impeded at any time and that construction traffic on haul sturdily attached to the surface to prevent displacement roads does not interfere with NAVAIDs or approach • from prop wash,jet blast, wing vortex, or other surface surfaces of operational runways. wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to CONSTRUCTION MATERIAL STO CKPILING. exceed 3 inches (7.6cm) above the ground. Do not use STOCKPILING. nonfrangible hazard markings, such as concrete barriers I and/or metal-drum-type barricades, in aircraft movement Stockpiled materials and equipment storage are not areas. Do not use railroad ties on runways. permitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled Use highly reflective barriers with flashing or steady- materials and equipment adjacent to these areas are burning red lights to barricade taxiways leading to closed prominently marked and lighted during hours of restricted runways. Evaluate all operating factors when determining visibility or darkness. This includes determining and how to mark temporary closures that can last from 10 to verifying that materials are stored at an approved location 15 minutes to a much longer period of time. However, to prevent foreign object damage and attraction of wildlife. t we strongly recommend that, even for closures of relatively short duration, major taxiway/runway 3-13. OTHER LIMITATIONS ON intersections be identified with barricades spaced no CONSTRUCTION. I greater than 20 feet(6m)apart. Mark the barricades with a flashing or steady-burning red light. At a minimum, use Contractors may not use open-flame welding or torches a single barricade placed on the taxiway centerline. unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no I 3-10. CONSTRUCTION NEAR NAVIGATIONAL circumstances should flare pots be used within the AOA AIDS(NAVAIDS). at any time. The use of electrical blasting caps must not be permitted on or within 1,000 feet(300m)of the airport Construction activities,materials/equipment storage,and property(see AC 150/5370-10,Standards for Specifying i vehicle parking near electronic NAVAIDs require special Construction of Airports). consideration since they may interfere with signals essential to air navigation. Evaluate the effect of • construction activity and the required distance and direction from the NAVAID for each construction project. Pay particular attention to stockpiling material,as well as 11 AC 150/5370-2E 1117/03 , 3-14. FOREIGN OBJECT DEBRIS(FOD) not leave or place FOD on or near active aircraft MANAGEMENT. movement areas. Materials tracked onto these areas must • be continuously removed during the construction project. Waste and loose materials,commonly referred to as FOD, We also recommend that airport operators and , are capable of causing damage to aircraft landing gears, construction contractors carefully control and propellers,and jet engines. Construction contractors must continuously remove waste or loose materials that might attract wildlife. Section 4. Safety Hazards and Impacts 3-15. OVERVIEW. sand,mud,paving materials,etc.)on airport pavements may result in aircraft propeller,turbine engine,or tire The situations identified below are potentially hazardous damage. Also, loose materials may blow about, conditions that may occur during airport construction potentially causing personal injury or equipment damage. projects. Safety area encroachments,unauthorized and improper ground vehicle operations,and unmarked or i. Inappropriate or poorly maintained fencing uncovered holes and trenches near aircraft operating during construction intended to deter human and animal surfaces pose the most prevalent threats to airport intrusions into the AOA. Fencing and other markings that operational safety during airport construction projects. are inadequate to separate construction areas from open ' Airport operators and contractors should consider the AOAs create aviation hazards. following when performing inspections of construction activity: j. Improper or inadequate marking or lighting of runways(especially thresholds that have been displaced a. Excavation adjacent to runways,taxiways,and or runways that have been closed)and taxiways that could aprons. cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, ' b. Mounds of earth,construction materials, barricading,and lighting of temporarily closed portions of temporary structures,and other obstacles near any open AOAs create aviation hazards. runway,taxiway,or taxilane; in the related object-free • area and aircraft approach or departure areas/zones;or k. Wildlife attractants—such as trash(food scraps obstructing any sign or marking. not collected from construction personnel activity),grass or ponded water---on or near airports. c. Runway resurfacing projects resulting in lips seeds, , exceeding 3 inches(7.6cm)from pavement edges and I. Obliterated or faded markings on active ends. operational areas. d. Heavy equipment(stationary or mobile) m. Misleading or malfunctioning obstruction lights . operating or idle near AOAs, in runway approaches and departures areas,or in OFZs. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. e. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring n. Failure to issue,update,or cancel NOTAMs of navigational and visual aids. Unauthorized or about airport runway closures other improper vehicle operations in localizer or glide slope construction-related airport conditions. critical areas,resulting in electronic interference and/or o. Failure to mark and identify utilities or power facility shutdown. cables. Damage to utilities and power cables during construction activity can result in the loss of L Tall and especially relatively low-visibility units runway/taxiway lighting;loss of navigational,visual,or (i.e.,equipment with slim profiles)—cranes,drills,and approach aids;disruption of weather reporting services; similar objects—located in critical areas,such as OFZs and/or loss of communications. and approach zones. p. Restrictions on ARFF access from fire stations to g. Improperly positioned or malfunctioning lights the runway-taxiway system or airport buildings. or unlighted airport hazards,such as holes or excavations, q. Lack of radio communications with construction on any apron,open taxiway,or open taxilane or in a related safety,approach,or departure area. vehicles in airport movement areas. ' h. Obstacles,loose pavement,trash,and other r. Objects,regardless of whether they are marked debris on or near AOAs. Construction debris(gravel, or flagged,or activities anywhere on or near an airport 12 r1/17/03 AC 150/5370-2E that could be distracting,confusing,or alarming to pilots v. Failure to provide for proper electrical lockout • during aircraft operations. and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors s. Water,snow,dirt,debris,or other contaminants should make provisions for coordinating work on circuits. that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting,and pavement edges. w. Failure to control dust. Consider limiting the Any condition or factor that obscures or diminishes the amount of area from which the contractor is allowed to visibility of areas under construction. strip turf. x. Exposed wiring that creates an electrocution or I. Spillage from vehicles(gasoline,diesel fuel,oil, fire ignition hazard. Identify and secure wiring,and place etc.)on active pavement areas,such as runways, taxiways,ramps, and airport roadways. it in conduit or bury it. y. Site burning,which can cause possible u. Failure to maintain drainage system integrity obscuration. during construction(e.g.,no temporary drainage provided when working on a drainage system). z. Construction work taking place outside of designated work areas and out of phase. I J 1 �I 13 _1 1/17/03 AC 150/5370-2E i 4 • APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free h. AC 1 5 015 3 40-1 8,Standards for Airpori Sign 1 publications from the FAA on its Web site at Systems. Contains FAA standards for the siting and http://www.faa.gov/arp/. In addition,these ACs are installation of signs on airport runways and taxiways. available by contacting the U.S.Department of Transportation,Subsequent Distribution Office, SVC- i. AC 150/5345-28,Precision Approach Path I 121.23,Ardmore East Business Center,3341 Q 75th Indicator(PAPI)Systems. Contains the FAA standards Avenue, Landover,MD 20785. for PAPI systems;which provide pilots with visual glide slope guidance during approach for landing. a. AC 150/5200-28,Notices to Airmen(NOTAJ14) for Airport Operators. Provides guidance for the use of j. AC 150/5380-5,Debris Ha_ards at Civil the NOTAM System in airport reporting. Airports. Discusses problems at airports,gives information on foreign objects,and explains how to b. AC 150/5200-30,Airport Winter Safety and eliminate such objects from operational areas. Operations. Provides guidance to airport owners/operators on the development of an acceptable k. AC 70/7460-2,Proposed Construction or airport snow and ice control program and on appropriate Alteration of Objects that rlllay Affect the Navigable ! field condition reporting procedures. Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace c. AC 150/5200-33,Hazardous Wildlife Attractants and explains the need to notify the FAA before On or Near Airports. Provides guidance on locating construction begins and the FAA's response to those certain land uses having the potential to attract hazardous notices,as required by 14 CFR part 77. wildlife to public-use airports. 2. Obtain copies of the following publications from the i d. AC 150/5210-5,Painting, Marking, and Lighting Superintendent of Documents,U.S.Government Printing of Vehicles Used on an Air port. Provides guidance, Office,Washington,DC 20402. Send a check or money • specifications,and standards for painting,marking,and order made payable to the Superintendent of Documents lighting vehicles operating in the airport air operations in the amount stated with your request. The Government areas. Printing Office does not accept C.O.D.orders. In addition,the FAA makes these ACs available at no charge e. AC 150/5220-4, Water Supply Systems for on the Web site at http://www.faa.gov/arp/. Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the a. AC 15015300-13,Airport Design. Contains design of a distribution system to support aircraft rescue FAA standards and recommendations for airport design, and fire fighting service operations on airports. establishes approach visibility minimums as an airport design parameter,and contains the object-free area and L AC 150/5340-1,Standards for Airport Markings. the obstacle free-zone criteria. ($26. Supt.Docs.) Contains FAA standards for markings used on airport SN050-007-01208-0. runways,taxiways,and aprons. b. AC 150/5370-10,Standards for Specifying g. AC 150/5340-14B,Economy Approach Lighting Construction ofAirports. Provides standards for Aids. Describes standards for the design,selection,siting, construction of airports. Items covered include and maintenance of economy approach lighting aids. earthwork,drainage,paving,turfing,lighting,and incidental construction. ($18.Supt.Docs.) SN050-007- 0821-0. i A-1 AC 150/5370-2E 1/17/03 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC • 1. AIR OPERATIONS AREA(AOA). Any area of 8. OBJECT-FREE AREA(OFA). An area on the the airport used or intended to be used for the landing, ground centered on the runway,taxiway,or taxilane takeoff,or surface maneuvering of aircraft. An air centerline provided to enhance safety of aircraft operations area includes such paved or unpaved areas that operations by having the area free of objects excepi for are used or intended to be used for the unobstructed those objects that need to be located in the OFA for air movement of aircraft in addition to its associated navigation or aircraft ground maneuvering purposes(see runways,taxiways,or aprons. AC 150/5300-13,Airport Design, for additional guidance 2. CONSTRUCTION. The presence and movement of on OFA standards and wingtip clearance criteria). construction-related personnel,equipment,and materials 9. OBSTACLE-FREE ZONE (OFZ). The airspace in any location that could infringe upon the movement of below 150 feet(45m)above the established airport aircraft. elevation and along the runway and extended runway 3. CERTIFICATED AIRPORT. An airport that has centerline that is required to be clear of all objects,except for frangible visual NAVAIDs that need to be located in been issued an Airport Operating Certificate by the FAA the OFZ because of their function, in order to provide under the authority of 14 CFR part 139,Certification and clearance protection for aircraft landing or taking off from Operation: Land Airports Serving Certain Air Carriers,or the runway and for missed approaches(refer to AC its subsequent revisions. 150/5300-13 for guidance on OFZs). 4. FAA FORM 7460-1,NOTICE OF PROPOSED 10. RUNWAY SAFETY AREA(RSA). A defined CONSTRUCTION OR ALTERATION.The form surface surrounding the runway prepared or suitable for submitted to the FAA Regional Air Traffic or Airports reducing the risk of damage to airplanes in the event of an Division Office as formal written notification of any kind undershoot,overshoot,or excursion from the runway, in of construction or alteration of objects that affect accordance with AC 150/5300-13. navigable airspace,as defined in 14 CFR part 77,Objects Affecting Navigable Airspace(see AC 70/7460-2, 11. TAXIWAY SAFETY AREA. A defined surface Proposed Construction or Alteration of Objects that tll/ay alongside the taxiway prepared or suitable for reducing Affect the Navigable Airspace,found at the risk of damage to an airplane unintentionally • http://Nvww.faa.gov/arp/). departing the taxiway,in accordance with AC 150/5300- 5. FAA FORM 7480-1,NOTICE OF LANDING 11 AREA PROPOSAL. Form submitted to the FAA 12. THRESHOLD. The beginning of that portion of the Airports Regional Division Office or Airports District runway available for landing. In some instances,the Office as formal written notification whenever a project landing threshold may be displaced. without an airport layout plan on file with the FAA involves the construction of a new airport;the 13. DISPLACED THRESHOLD. The portion of construction,realigning,altering,activating,or pavement behind a displaced threshold that may be abandoning of a runway,landing strip,or associated available for takeoffs in either direction or landing from taxiway;or the deactivation or abandoning of an entire the opposite direction. airport(found at http://w•ww.faa.gov/arp/). 14. VISUAL GLIDE SLOPE INDICATOR(VGSI). , 6. MOVEMENT AREA. The runways,taxiways,and This device provides a visual glide slope indicator to other areas of an airport that are used for taxiing or hover landing pilots. These systems include precision approach taxiing,air taxiing,takeoff,and landing of aircraft, path indicators(PAPIs),visual approach slope indicators exclusive of loading ramps and aircraft parking areas (VASIs),and pulse light approach slope indicators (reference 14 CFR part 139). (PLASIs). 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C. • A2 1/17/03 AC 15015370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE • Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators Notice to Airmen(NOTAM)System]of proposed with boilerplate format and language for developing a location,time,and date of commencement of safety plan for an airport construction project. Adapt this construction. Upon completion of work and return of all appendix, as applicable, to specific conditions found on such areas to standard conditions,the contractor must, the airport for which the plan is being developed through the airport operator,verify the cancellation of all Consider including a copy of this safety plan in the notices issued via the NOTAM System. Throughout the construction drawings for easy access by contractor duration of the construction project,the contractor must- ; personnel. Plans should contain the following: a. Be aware of and understand the safety problems 1. GENERAL SAFETY REQUIREMENTS. and hazards described in AC 150/5370-2,Operational Safety on Airports During Construction. Throughout the construction project,the following safety b. Conduct activities so as not to violate any safety and operational practices should be observed: standards contained in AC 150/5370-2 or any of the • Operational safety should be a standing agenda references therein. 1 item during progress meetings throughout the construction project. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. • The contractor and airport operator must perform onsite inspections throughout the project,with d. Promptly take all actions necessary to prevent or immediate remedy of any deficiencies,whether remedy any unsafe or potentially unsafe conditions as caused by negligence,oversight,or project scope soon as they are discovered. i change. • Airport runways and taxiways should remain in 3. APPROACH CLEARANCE TO RUNWAYS. use by aircraft to the maximum extent possible. Runway thresholds must provide an unobstructed I • 0 Aircraft use of areas near the contractor's work approach surface over equipment and materials. (Refer to should be controlled to minimize disturbance to Appendix 2 in AC 150/5300-13,Airport Design, for the contractor's operation. guidance in this area.) • Contractor,subcontractor,and supplier 4. RUNWAY AND TAXIWAY SAFETY AREA employees or any unauthorized persons must be (RSA AND TSA). restricted from entering an airport area that would be hazardous. Limit construction to outside of the approved RSA,as • Construction that is within the safety area of an shown on the approved airport layout plan—unless the active runway,taxiway,or apron that is runway is closed or restricted to aircraft operations, performed under normal operational conditions requiring a lesser standard RSA that is equal to the RSA must be performed when the runway,taxiway,or available during construction(see AC 150/5370-2 for apron is closed or use-restricted and initiated exceptions). Construction activity within the TSA is only with prior permission from the airport permissible when the taxiway is open to aircraft traffic if operator. adequate wingtip clearance exists between the aircraft and equipment/material;evacuations,trenches,or other • The contracting officer,airport operator,or other conditions are conspicuously marked and lighted;and designated airport representative may order the local NOTAMs are in effect for the activity(see AC contractor to suspend operations;move 150/5300-13 for wingtip clearance requirements). The i personnel,equipment,and materials to a safe NOTAM should state that,"personnel and equipment are location; and stand by until aircraft use is working adjacent to Taxiway completed. 1 a. Procedures for protecting runway edges. 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. • Limit construction to no closer than 200 feet (60m)from the runway centerline—unless • Before beginning any construction activity,the contractor the runway is closed or restricted to aircraft must,through the airport operator,give notice[using the operations,requiring a lesser standard RSA A-3 AC 15015370-2E 1/17/03 that is equal to the RSA available during 0 Coordinate construction activity with the construction. Airport Traffic Control Tower(ATCT)and Prevent personnel,material,and/or FAA Regional Airports Division Office or • • equipment,as defined in AC 150/5300-13, Airports District Office,and through the airport operator, issue an appropriate Paragraph 306,"Obstacle Free Zone NOTAM. (OFZ),"from penetrating the OFZ. Complete the following chart to determine the area that must be protected along the runway edges: I Runway Aircraft Approach Airplane RSA Width in Feet Divided by 2* Category* Design Group* A,B,C,or D I,II,III,or IV *See AC 150 15300-13,Airport Design, to complete the chart for a specific runway. b. Procedures for protecting runway ends. . Prevent personnel,material, and/or equipment, • Maintain the RSA from the runway as defined in AC 150/5300-13,from penetrating threshold to a point at least the distance from the obstacle-free zone. • the runway threshold as existed before 0 Ensure adequate distance for blast protection is construction activity—unless the runway is provided,as needed. closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA • Coordinate construction activity with the ATCT length available during construction in and FAA Regional Airports Division Office or accordance with AC 150/5300-13. This Airports District Office,and through the airport may involve the use of declared distances operator, issue an appropriate NOTAM. and partial runway closures(see AC 0 Provide a drawing showing the profile of the 150/5370-2 for exceptions). appropriate surfaces of each runway end where • Ensure all personnel,materials,and/or construction will take place. Where operations equipment are clear of the applicable by turbojet aircraft are anticipated,review threshold siting criteria surface,as defined takeoff procedures and jet blast characteristics of in Appendix 2,"Threshold Siting aircraft and incorporate safety measures for Requirements,"of AC 150/5300-13. construction workers in the contract documents. A-4 1/17103 AC 150/5370-2E Complete the following chart to determine the area that must be protected before the runway threshold: • Runway End Airplane Aircraft Minimum Safety Area Minimum Unobstructed Number Design Group* Approach Prior to the Threshold* Approach Slope Category* I,II,III,or IV A,B,C,or D 1 : FEET : I to(threshold) FEET : 1 to(threshold) FEET : 1 to(threshold) FEET : 1 to(threshold) *See AC 150/5300-13,Airport Design, to complete the chart for a specific runway. 5. MARKING AND LIGHTING FOR the airport operator/contractor,as specified in the l TEMPORARY THRESHOLDS. contract,and will be depicted on the plans. Marking and lighting for a temporary threshold is /is 8. TEMPORARY LIGHTING AND MARKING. not required. The airport owner or contractor, as 1 specified in the contract,will furnish and maintain Airport markings, lighting,and/or signs will be altered in markings for temporary thresholds. Precision approach the following manner(specify)during the period from path indicators(PAPIs)or runway end identification to The alterations are depicted on the 1 lights(REIL) are /are not required. The airport plans. owner or contractor,as specified in the contract,will furnish and install all temporary lighting. Include 9. VEHICLE OPERATION MARKING AND appropriate items per AC 150/5370-2,Chapter 3,"Safety CONTROL. Standards and Guidelines." Ifmarkingand lightingfor• the temporary threshold is not required, delete this Include the following provisions in the construction section of the safety plan. If visual aids and/or markings contract,and address them in the safety plans: are necessary,provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents.) a. When any vehicle,other than one that has prior approval from the airport operator,must travel over any 6. CLOSED RUNWAY MARKINGS AND portion of an aircraft movement area, it will be escorted LIGHTING. and properly identified. To operate in those areas during daylight hours,the vehicle must have a flag or beacon The following must be specified for closed runways. attached to it. Any vehicle operating on the movement Closed runway marking are /are not required. areas during hours of darkness or reduced visibility must Closed runway markings will be as shown on the be equipped with a flashing dome-type light,the color of plans /as furnished by the airport which is in accordance with local or state codes. owner /other (specify). Barricades,flagging, and flashers are /are not required at Taxiway b. It may be desirable to clearly identify the and Runway and will be supplied by the airport vehicles for control purposes by either assigned initials or /other (specify). numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at 7. HAZARDOUS AREA MARKING AND minimum 8-inch(20-cm)block-type characters of a LIGHTING. contrasting color and easy to read. They may be applied either by using tape or.a water-soluble paint to facilitate Hazardous areas on the movement area will be marked removal. Magnetic signs are also acceptable. In addition, 1 with barricades,traffic cones,flags,or flashers(specify). vehicles must display identification media,as specified in These markings restrict access and make hazards obvious the approved security plan. (This section should be to aircraft,personnel,and vehicles. During periods of low revised to conform to the airport operator's • visibility and at night, identify hazardous areas with red requirements.) flashing or steady-burning lights(specify). The hazardous area marking and lighting will be supplied by I A-5 .J AC 150/5370-2E 1/17/03 c. Employee parking shall be b. Prominently marking open trenches,excavations, (specify and stockpiled materials at the construction and lighting • location),as designated by the airport manager / these obstacles during hours of restricted visibility and project engineer /other (specify). darkness. d. Access to the job site shall be via c. Marking and lighting closed,deceptive,and (specify route),as shown on the plans /designated hazardous areas on airports,as appropriate. by the engineer /designated by the superintendent /designated by the airport d. Constraining stockpiled material to prevent its manager /other (specify). movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. e. At 14 CFR part 139 certificated and towered airports. all vehicle operators having access to the 12. RADIO COMMUNICATIONS. movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences Vehicular traffic located in or crossing an active of noncompliance. movement area must have a working two-way radio in contact with the control tower or be escorted by a person f. If the airport is certificated and/or has a security in radio contact with the tower. The driver,through plan,the airport operator should check for guidance on personal observation,should confirm that no aircraft is the additional identification and control of construction approaching the vehicle position. Construction personnel equipment. may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the 10. NAVIGATIONAL AIDS. area and the area is properly marked to prevent incursions. Two-way radio communications are /are The contractor must not conduct any construction activity not required between contractors and the Airport within navigational aid restricted areas without prior Traffic Control Tower /FAA Flight Service approval from the local FAA Airway Facilities sector Station /Airport Aeronautical Advisory Stations representative. Navigational aids include instrument (UNICOM/CTAF) . Radio contact is /is landing system components and very high-frequency not required between the hours of and omnidirectional range,airport surveillance radar. Such Continuous monitoring is required /or is required • restricted areas are depicted on construction plans. only when equipment movement is necessary in certain areas . (This section may be tailored to suit the 11. LIMITATIONS ON CONSTRUCTION. specific vehicle and safety requirements of the airport sponsor.) Additional limitations on construction include- 13. DEBRIS. a. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are Waste and loose material must not be placed in active provided and these operations have been authorized by movement areas. Materials tracked onto these areas must the airport operator(as tailored to conform to local be removed continuously during the work project. requirements and restrictions). i t A-6 1/17/03 AC 150/5370-2E APPENDIX 4. SAMPLE NOTAM AIRPORT FAA NOTAM# DATE: AIRPORT I.D.# TIME: NOTAM TEXT: NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY ####FSS PHONE# INITIALS TI\IE CALLED IN BY I AIRLINES .J CANCELLED: 1 NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY ####FSS PHONE# INITIALS TIME CALLED IN BY AIRLINES I � A-7 Constrict Taxiway A and Taxiway Connectors February 2007 PROPOSAL FORM • CITY OF JEFFERSON State Block Grant Project No.AIRS 06-040B-8 T0: City of Jefferson The undersigned, in compliance with the request for bids for construction of the following Project: Construct Taxiway A and Taxiway Connectors: hereby proposes to f imish all labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for constriction of the Project in accordance with the Project Manual, project drawings and issued Addenda within the specified time of performance for the following prices: v BASE BID Item Spec. No. Description Quantity Unit Unit Price Extension No. 1 MO-100- Mobilization 1 LS 4.1.1 2 40-05 Traffic Control 1 LS • 3 60-05 Office For Engineer 7 Mo. 4 MO-152- Class A Excavation (Off-Site Waste) 2,082 CY 5 MO-152- Class A Excavation 6,149 CY 42 . 9 MO-155- Airport t Fly Ash Treated Subgrade 22 731.0 SY 10 MO 15- 5- Airport Fly Ash For Subgrade 1,528.0 TON 11 MO-156- Silt Fence 5,040.0 LF 4.5.1 12 MO-156- Straw Bales 210.0 LF 4.5.2 13 MO-156- Sediment Removal 45.0 CY 4.5.3 • JefCity Mo-100.doc 98 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors Febniary 2007 MO-156- • 14 8.4 1 Temporary Seeding and Mulching 10.0 AC MO-209- 15 5.1 4" Crushed Aggregate Base Course 22,731.0 SY 16 P-501- 9" Portland Cement Concrete 17,315.0 SY 8.1 Pavement 17 P-501- 5" Portland Cement Concrete 1,740.0 SY 8.2 Pavement 18 P-501- 6" Portland Cement Concrete 3,773 SY 8.3 Pavement 19 MO-601- Saw Cut 610.0 LF 20 MO-601- Asphalt Pavement Removal (2.5"to 6,900.0 SY 5.2 5") 21 MO-601- Concrete Pavement Removal (7"to 6,900.0 SY • 5.3 9") 22 MO-601 0 - Pavement Marking Removal 4,500.0 SF 23 MO 501- Base Course Removal (3" to 4") 6,900.0 SY 24 MO-601- Full Depth Pavement Repair 655.0 SY 5.6 (Concrete) 25 MO-601- Cut and Epoxy Fill Existing Tie-Down 133.0 EA 5.7 Anchors 23 P 6- 05- oint Sealing Filler 32,411.0 LF 24 - Tie-Down Anchor 99.0 EA 25 MO-620- Airport Taxiway Pavement Marking 8,330.0 SF 5.1.1 (Yellow) • JefCity Mo-100.doc 99 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 r • 26 MO-620- Airport Pavement Marking (Black) 8,000.0 SF 5.1.2 MO-620- Airport Runway Pavement Marking 27 5.1.3 (White) 285.0 SF MO-623- Pavement Friction Sealcoat Surface 28 112.0 SY 6.1 Treatment 29 MO-701- Class III 15" Reinforced Concrete 672.0 LF 5.2 Pipe 30 MO-701- Class IV 15" Reinforced Concrete 152.0 LF 5.3 Pipe 31 - Pipe Connection to Inlet 4.0 EA 32 MO-351- Grate Inlets 2.0 EA 33 MO-901- Airport Seeding 29.5 AC 34 MO 905- Topsoiling 3,700.0 CY 35 MO-908- Airport Mulching 29.5 AC 36 MO-108 Airport Type 1 Cable Trench 7,500.0 LF 5. MO-108- Airport Underground Cable (1/C#8 37 5.2 AWG, 5KV, L-824C), Installed In 9,400.0 LF Trench, Duct Bank Or Conduit 38 MO-110- 1-Way 2" Conduit Bored Under 200.0 LF 5.1 Existing Runway 39 MO-110- 1-Way 2" Conduit Under New 500.0 LF 5.2 Taxiway 40 MO-110- 1-Way 2" Split Conduit, Concrete 300.0 LF 5.3 Encased Under New Taxiway JefCity Mo-100.doc 100 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 MO-125- Airport Taxiway Lights, Type L-861 . 41 5.1 Medium Intensity, Base Mounted 11.0 EA (Blue) MO-125- Airport Taxiway Lights,Type L-861 42 5.2 Medium Intensity, Stake Mounted 66.0 EA (Blue) L4N3 MO-125- Airport Runway And Taxiway Sign 1 5.3 (Size 1, Style 2) 10.0 EA 44 MO-125- Demolition Of Existing Taxiway Edge 33.0 EA 5.4 Lights 45 MO-125- Demolition Of Existing Guidance 4.0 EA 5.5 Signs i 46 MO-125- New L-828, Constant Current 1.0 EA 5.6 Regulator 47 MO-1725- L-867 Junction Can 7.0 EA 48 MO-125- Airport Runway Lights, Type L-862 3.0 EA 5.8 High Intensity, Stake Mounted TOTAL BASE BID(Numeral Format)..................... S rBID ALTERNATE 1: CONSTRUCT TAXIWAY A2 Item Spec.No. Description Quantity Unit Unit Price Extension No. 1 MO-100- Mobilization 1.0 LS 4.1.1 2 40-05 Traffic Control 1.0 LS 3 MO-152 Class A Excavation (Off-Site Waste) 85.0 CY 4. 4 MO-2 2 Class A Excavation 989.0 CY JefCity Mo-100.doc 101 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors Febmary 2007 MO-155- Airport Fly Ash Treated Subgrade • 5 4,448.0 SY 7.1 (12") MO-155- 6 7 2 Airport Fly Ash For Subgrade 330.0 TON 7 MO-156- Silt Fence 40.0 LF 4.5.1 8 MO-156- Straw Bales 105.0 LF 4.5.2 9 MO-156- Sediment Removal 20.0 CY 4.5.3 10 MO-156- Temporary Seeding and Mulching 3.0 AC 8.4.1 11 MO-109 4" Crushed Aggregate Base Course 4,448.0 SY 12 P-501- 9" Portland Cement Concrete 4,291.0 SY • 8.1 Pavement 13 MO-601- Saw Cut 120.0 LF 14 P-605- 5 Joint Sealing Filler 4,000.0 LF i 15 MO-620- Airport Taxiway Pavement Marking 460.0 SF 5.1.1 (Yellow) 16 MO-620- Airport Pavement Pavement Marking 500.0 SF 5.1.2 (Black) 17 MO-620- Airport Runway Pavement Marking 120.0 SF 5.1.3 (White) 18 MO-701- Class IV 18" Reinforced Concrete 210.0 LF 5.1 Pipe 19 - Pipe Connection to Inlet 2.0 EA • JefCity Mo-100.doc 102 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 MO-751- • 20 5.3 Grate Inlets 1.0 EA MO-901- 21 5.1 Airport Seeding 3.3 AC 22 MO 905- Topsoiling 690.0 CY 23 MO 908- Airport Mulching 3.3 AC 24 MO_11 08- Airport Type 1 Cable Trench 750.0 LF 25 M0 Airport Underground Cable 1/C#8 5.2 8_ AG, 5KV, L-824C), Installed In 890.0 LF Trench, Duct Bank Or Conduit 26 MO-110- 1-Way 2" Conduit Under New . 60.0 LF 5.2 Taxiway Runway MO-125- Airport Taxiway Lights, Type L-861 27 5.1 Medium Intensity, Base Mounted 4.0 EA • (Blue) MO-125- Airport Taxiway Lights, Type L-861 28 5.2 Medium Intensity, Stake Mounted 18.0 EA Blue MO-125- Airport Runway And Taxiway Sign 29 5.3 (Size 1, Style 2) 6.0 EA 30 MO 7 5- L-867 Junction Can 2.0 EA TOTAL BID ALTERNATE 1: CONSTRUCT TAXIWAY A2(Numeral S Format)..................... TOTAL OF BASE BID& BID S ALTERNATE 1 (Numeral Format) AChNOYLEDGEAIENTS BY BIDDER �1 a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities established by the • OWNER are an approximate estimate of the quantities required to fully complete the Project and that the 1� estimated quantities are principally intended to serve as a basis for evaluation of bids. The BIDDER further JefCity Mo-100.doc 103 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 jacknowledges and accepts that payment under this contract will be made only for actual quantities and that quantities will vary in accordance with the General Provisions subsection entitled "Alteration of Work and Quantities". b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the General Provisions. The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal,the undersigned encloses a bid guaranty in the form of a certified check, cashier's check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the Owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not issue a notice-of-award for a period not to exceed 60 calendar days from the stated date for receipt of bids. L The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within thirty (30) days of the notice-of-award, and furthermore, and provide executed payment and performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that failure to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the Owner as a liquidated damage. g. Time of Performance: By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written "Notice to Proceed" as issued by the OWNER. The undersigned further agrees to complete the Project within (refer to Table A) calendar days from the commencement date specified in the Notice to Proceed. Table A Base Bid 219 Calendar Days Base Bid&Bid Alternate 1 219 Calendar Days h. The undersigned acknowledges and accepts that for each and every Calendar day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of $1,500 per Calendar day as a liquidated damage to the OWNER. i. The undersigned prime Contractor, if not a MoDOT certified DBE,hereby assures that they will subcontract 0 percent of the dollar value of the prime contract to DBE firms or make good faith efforts to meet the DBE contract goal. In addition, the prime Contractor will include the DBE clauses (see Supplementary Provision No. 6 of the Federal and State Provisions)required by the DBE Program adopted by MoDOT and the Owner in all contracts and subcontracts relating to this project. The undersigned will complete the DBE Participation information included herein, when a DBE goal has been established,including a demonstration of good faith efforts if the DBE goal is not met. If the undersigned prime Contractor is a MoDOT certified DBE firm, then the prime Contractor must perform at least thirty percent (30%) of the total contract value work with its own forces, and will receive DBE credit for all work which the prime Contractor and any other MoDOT certified DBE firm performs directly. j. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject to the provisions of the Davis Bacon Act and the Missouri Prevailing Wage Law. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached JefCity Mo-100-1.doc 104 Jefferson City Memorial.Airport Construct Taxiway A and Taxiway Connectors February 2007 wage rate determinations as issued by the United States Department of Labor and the Missouri Division of • Labor Standards. The BIDDER further acknowledges and accepts their requirement to incorporate the provision to pay the established prevailing wages in every subcontract agreement entered into by the Bidder under this project. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage. k. Compliance Reports (41 CFR Part 60-1.7): Within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: 1. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. 2. Has 50 or more employees. 3..Is a prime Contractor or first tier Subcontractor. 4. There is a contract, subcontract, or purchase order amounting to$50,000 or more 1. The undersigned acknowledges receipt of the following addenda: Addendum No. dated Date Received Addendum No. dated Date Received Addendum No. dated Date Received Addendum No. dated Date Received Addendum No. dated Date Received • REPRESENTATIONS BY BIDDER 1� By submittal of a proposal(bid),the BIDDER represents the following: ■ a. The BIDDER has read and thoroughly examined the bid documents including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has fully informed themselves of the project site, the project site conditions and the surrounding area. d. The BIDDER has familiarized themselves of the requirements of working on an operating airport and understands the conditions that may in any manner affect cost,progress or performance of the work e. The BIDDER has correlated their observations with that of the project documents. f. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the Owner that would affect cost,progress or perfonnance of the work. g. The BIDDER is familiar with all applicable Federal, State and local laws, riles and regulations pertaining to execution of the contract and the project work. 1 h. The BIDDER has complied with all requirements of these instructions and the associated project documents. CERTIFICATIONS BY BIDDER a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER'S has direct or indirect financial interest in this proposal. • b. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8) JefCity Mo-100.doc 105 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 The BIDDER, as a potential federally-assisted construction Contractor, certifies that it does not maintain or • provide, for its employees, any segregated facilities at any of its establishments and that it does not pet-nut its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term segregated facilities" means any waiting roorns, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that(except where it has obtained identical certifications from proposed Subcontractors for specific time periods) it will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. ' c. Trade Restriction Certification(49 CFR Part 30) The Bidder,by submission of an offer certifies that it: 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; • 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. d. Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion(49 CFR Part 29) The Bidder certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It f i ther agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations,proposals,contracts, and subcontracts. Where the Bidder or any lower tier participant is tunable to certify to this statement, it shall attach an explanation to this so tic itation/proposal. e. Bu American Certification Title 49 U.S.C. Chapter 501 Y ( p ) By submitting a proposal under this solicitation, except for those items listed by the Bidder below or on a separate and clearly identified attachment to this bid/proposal, the Bidder certifies that steel and each manufactured product, are produced in the United States, as defined in the clause Buy American- Steel and Manufactured Products for Constriction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Bidder may obtain from the Owner a listing of articles,materials and supplies excepted from this provision. Product Country of Origin JefCity Mo-100.doc 106 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 • DISAD�ANTAGED BUSIN ESS ENTERPRISE (DBE) PARTICIPATION The information shown in this section must be completed when a DBE contract goal has been established. The percentage must equal or exceed the DBE contract goal. If the percentage is below the contract goal, then the Bidder must submit complete written documentation of good faith efforts taken to meet the DBE contract goal. a. 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 federal contract each DBE is to perform or fiu-nish is as follows: b. Joint venture with a DBE. The undersigned submits the following list of bid items the DBE prime is responsible for and any items that will be subcontracted out are noted with an asterisk or a similar notation. The work, applicable value and percentage of total federal contract the DBE prime is responsible for are as follows: Bid Item %of %of Number(s) $ Value **$Value $Amount Total DBE Name and Address Or Work of DBE Work Applicable Applicable to Federal to DBE DBE Goal Performed Goal Contract TOTAL DBE PARTICIPATION $ % **Cannot exceed contract amount for given item of work. (Please reproduce the above sheet if additional space is needed.) • JefCity Mo-IOO.doc 107 Jefferson City Memorial Airport Constrict Taxiway A and Taxiway Connectors February 2007 SIGNATURE OF BIDDER • The undersigned states that the correct LEGAL NAME AND ADDRESS of(1) the individual Bidder, (2) each partner or joint venturer (whether individuals or corporations, and whether doing business under a'fictitious name), or (3) the corporation (with the state in which it is incorporated) are shown below; that (if not signing with the intention to bind themselves to become responsible and sole Bidder) they are the agent of, and they are signing and executing this(as indicated in the proper spaces below) as the bid of a ( ) sole individual ( )partnership ( )joint venture O corporation, incorporated under the laws of state of Executed by Bidder this day of 20 Name of individual, all partners or joint venturers: Address of each: doing business under.the name of: Address of principal place of business in Missouri: (If using a fictitious name,show this name above in addition to legal names) (If a corporation, show its name above) I ATTEST: (SEAL) (Signature) Secretary (Signature) (Title) jPlease print name Please print name NOTE: If Bidder is doing business under a fictitious name, the bid shall be executed in the legal name of the individual partners,joint ventures, or corporation, with the legal address shown, and registration of fictitious name filed with the secretary of state, as required by sections 417.200 to 417.230 RSMo. If the Bidder is a corporation not organized under the laws of Missouri, it shall procure a certificate of authority to do business in Missouri, as required by section 351.572 et seq RSMo. • JefCity Mo-100.doc 108 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 BOND NUMBER PERFORMANCE BOND PRINCIPAL(Legal Name and Business Address) • SURETY (Legal Name and Business Address) STATE OF INCORPORATION PENAL SUM OF BOND (Expressed in words and numerals) CONTRACT DATE OBLIGATION KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, and the above named SURETY hereby bind themselves unto CITY OF JEFFERSON,MISSOURI,320 E. McCARTY STREET,, JEFFERSON CITY, MISSOURI 65101, as OBLIGEE, hereinafter referred to and called OWNER, in the penal sum stated above, in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has entered into the written contract agreement identified hereinabove with the OWNER for the following project: CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS JEFFERSON CITY MEMORIAL AIRPORT,JEFFERSON CITY,MISSOURI i which said contract and associated contract documents, including any present or future amendment thereto, is incorporated �. herein by reference and is hereinafter referred to as the Contract. CONDITION NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly and faithfully perform all undertakings, covenants, terms, conditions and agreements of the Contract during the original term of ' the Contract and any extensions thereof that are granted by the OWNER,with or without notice to the SURETY, and during the period of any guarantee or warranties required under- the Contract, and if CONTRACTOR shall perform and fulfill all undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that hereafter are made, then this obligation shall be void; otherwise it shall remain in full force and effect subject to the following additional conditions: 1. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the same, shall in any way affect the SURETY'S obligation on this bond; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract,work or specifications. 2. Whenever CONTRACTOR shall be and declared by the OWNER to be in default under the Contract,the Surety shall promptly and at the SURETY'S expense remedy the default by implementing one or more of the following actions: a. Arrange for the CONTRACTOR,with consent of the OWNER,to perform and complete the Contract;or • b. Undertake to perform and complete the Contract itself, through its agents or through independent Contractors;or c. Obtain bids or negotiated proposals from qualified Contractors acceptable to the OWNER for a contract for performance and completion of the Contract;arrange for a contract to be prepared for execution by the JefCity Mo-100.doc 109 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 OWNER and the Contractor selected with the OWNER'S concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract; and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient fiords to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the penal sum of the bond. The term"balance of the contract price", as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the original contract, less the amount properly paid by OWNER to CONTRACTOR. d. With written consent of the OWNER, SURETY may waive its right to perform and complete, arrange for completion or obtain a new Contractor and with reasonable promptness, investigate and determine the amount the SURETY is liable to the OWNER and tender payment therefor to the OWNER. 3. CONTRACTOR and SURETY agree that if in connection with the enforcement of this Bond, the OWNER is required to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with or without suit, are in addition to the balance of the contract price. 4. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the successors or assigns of the OWNER. WITNESS �c In witness whereof, this instrument is executed this the day of 120 INDIVIDUAL PRINCIPAL: Company Name: Signature: �s Name and Title: CORPORATE PRINCIPAL: ATTEST: Corporate Name: Signature: Signature: i Name and Title: Name and Title: (Affix Corporate Seal) SURETY: ATTEST: Surety Name: Signature: Signature: Name and Title: Name and Title: (Affix Seal) (Attach Power of Attorney) OWNER ACCEPTANCE: t The OWNER approves the form of this Performance Bond. ATTEST: Date: • Signature: Signature: Name and Title: Name and Title: (Affix Seal) JefCity Mo-100.doc 110 Jefferson City Memorial Airport J Construct Taxiway A and Taxiway Connectors February 2007 i BOND NUMBER PAYMENT BOND PRINCIPAL(Legal Name and Business Address) s SURETY(Legal Name mid Business Address) STATE OF INCORPORATION PENAL SUM OF BOND (Expressed in wards and numerals) CONTRACT DATE OBLIGATION KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, and the above named SURETY hereby bind themselves unto CITY OF JEFFERSON,MISSOURI, 320 E. McCARTY STREET, JEFFERSON CITY, MISSOURI 65101, as OBLIGEE, hereinafter referred to and called OWNER, in the penal sum stated above, in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum,we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally, firmly by these presents. i WHEREAS, CONTRACTOR has entered into the written contract agreement identified hereinabove with the OWNER for the following project: CONSTRUCT TAXIWAY A AND TAXIWAY CONNECTORS r• JEFFERSON CITY MEMORIAL AIRPORT,JEFFERSON CITY,MISSOURI i which said contract and associated contract documents, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. CONDITION . NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly make payment to all employees, persons, firms or corporations for all incurred indebtedness and just claims for labor, supplies, materials and services furnished for or used in connection with the performance of the Contract,then this obligation shall be void;otherwise it shall remain in full force and effect subject to the following additional conditions: 1. CONTRACTOR and SURETY indemnify and hold harmless the OWNER for all claims, demands, liens or suits that arise from performance of the Contract 2. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the same, shall in any way affect the SURETY'S obligation on this bond; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract,work or specifications. 3. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. 4. The amount of this bond shall be reduced by and to the extent of any payments made in good faith hereunder. • 5. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the CONTRACTOR famishing and the �. OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the SURETY under this Bond, subject to the OWNER'S priority to use the funds for the completion of the project. tJefCity Mo-100.doc 111 Jefferson City Memorial Airport 1 Construct Taxiway A and Taxiway Connectors February 2007 WITNESS In witness whereof,this instrument is executed this the day of 120 i INDIVIDUAL PRINCIPAL: Company Frame: Signature: Name and Title: CORPORATE PRINCIPAL: ATTEST: Corporate Name: Signature: Signature: Name and Title: Name and Title: (Affix Corporate Seal) SURETY: ATTEST: Surety Name: i Signature: Signature: Name and Title: Name and Title: (Affix Seal) (Attach Power of Attorney) OWNER ACCEPTANCE: The OWNER approves the form of this Payment Bond. ATTEST: Date: Signature: Signature: Name and Title: Name and Title: (Affix Seal) s . l JefCity Mo-100.doc 112 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 1 CONTRACT AGREEMENT CITY OF JEFFERSON,MISSOURI State Block Grant Project No. AIRE 06-04OB-8 THIS AGREEMENT,made as of this day of 120 is I BY AND BETWEEN the OWNER: Name: CITY OF JEFFERSON Address: 320 E.McCARTY STREEET City/State/Zip ode: JEFFERSON CITY MISSOURI 65101 Y P And the CONTRACTOR: Name: Address: City/State/Zip Code: i WITNESSETH: WHEREAS it is the intent of the Owner to make improvements at JEFFERSON CITY MEMORIAL AIRPORT generally described as follows; Construct Taxiway A and Taxiway Connectors. hereinafter referred to as the Project. • NOW THEREFORE in consideration of the mutual covenants hereinafter set forth,OWNER and CONTRACTOR agree as follows: Article 1—Work It is hereby mutually agreed that for and in consideration of the payments as provided for herein to the CONTRACTOR by the OWNER, CONTRACTOR shall faithfully furnish all necessary labor, equipment, and material and shall fully perform all necessary work to complete the Project in strict accordance with this Contract Agreement and the Contract Documents. Article 2—Contract Documents CONTRACTOR agrees that the Contract Documents consist of the following: this Agreement, General Provisions, Supplementary Provisions, Specifications, Drawings, all issued addenda, Notice to Bidders, Instructions To Bidders, Proposal and associated attachments, Performance Bond, Payment Bond, Wage Rate Determinations, Insurance certificates, documents incorporated by reference, documents incorporated by attachment, and all OWNER authorized change orders issued subsequent to the date of this agreement. All documents comprising the Contract Documents are complementary to one another and together establish the complete terms, conditions and obligations of the CONTRACTOR. All said Contract Documents are incorporated by reference into the Contract Agreement as if frilly rewritten herein or attached thereto. Article 3—Contract Price In consideration of the faithful performance and completion of the Work by the CONTRACTOR in accordance with the Contract Documents,OWNER shall pay the CONTRACTOR an amount equal to: $ ($ ) (Amount in Written Words) (Amount in Numerals) subject to the following; i JefCity Mo-100.doc 113 Jefferson City Memorial Airport Construct Taxiway A and Taxiway Connectors February 2007 i a. Said amount is based on the schedule of prices and estimated quantities stated in CONTRACTOR'S Bid Proposal,which is attached to and made a part of this Agreement; b. Said amount is the aggregate sum of the result of the CONTRACTOR'S stated unit prices multiplied by the associated estimated quantities; c. CONTRACTOR and OWNER agree that said estimated quantities are not guaranteed and that the deternunation of actual quantities is to be made by the OWNER'S ENGINEER; I d. Said amount is subject to modification for additions and deductions as provided for within the Contract General Provisions, Article 4—Payment Upon the completion of the work and its acceptance by the OWNER, all sums due the CONTRACTOR by reason of faithful performance of the work,taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of"Extra Work" authorized under this Contract, will be paid to the CONTRACTOR by the OWNER after said completion and acceptance. The acceptance of final payment by the CONTRACTOR shall be considered as a release in full of all claims against the OWNER, arising out of, or by reason of,the work completed and materials Rimished under this Contract. OWNER shall make progress payments to the CONTRACTOR in accordance with the terms set forth in the General Provisions. Progress payments shall be based on estimates prepared by the ENGINEER for the value of work performed and materials completed in place in accordance with the Contract Drawings and Specifications. Progress payments are subject to retainage requirements as set forth in the General Provisions. Article 5—Contract Time The CONTRACTOR agrees to commence work within ten (10) calendar days of the date specified in the OWNER'S Notice to Proceed. CONTRACTOR further agrees to complete said work within (refer to Table A) calendar days �. from the commencement date specified in the Notice to Proceed. Table A Base Bid 219 Calendar Days Base Bid&Bid Alternate 1 219 Calendar Days It is expressly understood and agreed that the stated Contract Time is reasonable for the completion of the Work,taking all factors into consideration. Furthermore, extensions of the Contract Time may only be permitted by execution of a formal modification to this Contract Agreement in accordance with the General Provisions and as approved by the OWNER. Article 6—Liquidated Damages The CONTRACTOR and OWNER understand and agree that time is of essence for completion of the Work and that the OWNER will suffer additional expense and financial loss if said Work is not completed within the authorized Contract Time. Furthermore, the CONTRACTOR and OWNER recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the CONTRACTOR expressly agrees to pay the OWNER as liquidated damages the non-penal stun of$1,500 per day for each calendar day required in excess of the authorized Contract Time. Furthermore,the CONTRACTOR understands and agrees that; a. the OWNER has the right to deduct from any moneys due the CONTRACTOR, the amount of said liquidated damages; b. the OWNER has the right to recover the amount of said liquidated damages from the CONTRACTOR, • SURETY or both. Article 7—CONTRACTOR'S Representations i JefCity Mo-100.doc 114 Jefferson City Memorial Airport J Construct Taxiway A and Taxiway Connectors February 2007 I The CONTRACTOR understands and agrees that all representations made by the CONTRACTOR within the Proposal Form shall apply under this Agreement as if fully rewritten herein. I Article 8—CONTRACTOR'S Certifications The CONTRACTOR understands and agrees that all certifications made by the CONTRACTOR within the Proposal shall apply under this Agreement as if fully rewritten herein. The CONTRACTOR further certifies the following; a. Certification of Eligibility(29 CFR Part 5.5) i. By Entering into this contract, the CONTRACTOR certifies that neither he or she nor any person or I firm who has an interest in the CONTRACTOR'S firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1); ii. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1); iii. The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. b. Certification of Non-Segregated Facilities(41 CFR Part 60-1.8) The federally-assisted construction CONTRACTOR, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause,which is to be incorporated in the contract. IAs used in this certification, the term"segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing �,• areas,parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color,religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed Subcontractors for specific time periods) it will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt i from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files.' Article 9—Miscellaneous a. CONTRACTOR understands that it shall be solely responsible for the means, methods, techniques, sequences ' and procedures of construction in connection with completion of the Work; b. CONTRACTOR understands and agrees that it shall not accomplish any work or firmish any materials that are not covered or authorized by the Contract Documents unless authorized in writing by the OWNER or ENGINEER; c. The rights of each party under this Agreement shall not be assigned or transferred to any other person, entity, firm or corporation without prior written consent of both parties; d. OWNER and CONTRACTOR each bind itself, their partners, successors, assigns and legal representatives to the other party in respect to all covenants, agreements,and obligations contained in the Contract Documents. Article 10—OWNER'S Representative The OWNER'S Representative,herein referred to as ENGINEER, is defined as follows: L Burns &McDonnell Engineering Company,Inc. 9400 Ward Parkway • Kansas City,Missouri 64114 ' JefCity Mo-I OO.doc 115 Jefferson City Memorial Airport 1