Loading...
HomeMy Public PortalAboutORD13893 • BILL NO. 2005-25 SPONSORED BY COUNCILMAN/� Martin ORDINANCE NO. 13�93 AN ORDINANCE OF THE CITY OF JEFFERSON,MISSOURI,AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAM GAINES CONSTRUCTION FOR STORMWATER IMPROVEMENTS ON HAVANA, HART, HAMLIN, BERRY, WEST MAIN, WEST HIGH, WEST MCCARTY, FRANKLIN, LAFAYETTE STREETS, AND THE JEFFERSON CITY MEMORIAL AIRPORT. WHEREAS, Sam Gaines Construction has become the apparent lowest and best bidder on Stormwater Improvements on Havana, Hart, Hamlin, Berry, West Main, West High, West McCarty, Franklin, Lafayette Streets, and Jefferson City Memorial Airport. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Sam Gaines Construction is declared to be the lowest and best • bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Sam Gaines Construction forStormwater Improvements on Havana, Hart,Hamlin,Berry, West Main, West High, West McCarty, Franklin, Lafayette Streets, and the Jefferson City Memorial Airport. Section 3. The agreement shall be substantially the same In form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of Its passage and approval. Passed: ��S Approve / 75 P es ing Offlcer /"/// Mayor A ST: APPROVED AS TO FORM: • City CI rk City Counselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2232- Project No, 33043 Stormwater Improvements, Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin and Lafayette Streets Community Development, Engineering- Opened June 7, 2005 BIDS RECEIVED: Base Bid & Alt A Sam Gaines Construction,New Bloomfield, MO $ 530,391.64 Concrete Engineering, Jefferson City, MO $ 551,190.50 L Lehman Construction, LLC, California, MO $ 560,649.00 Aplex, Inc., Linn, MO $ 578,144.25 *JC Industries,Jefferson City, MO $ 646,335,75 *Outside corporate City limits FISCAL NOTE: 3500-0000-7350-3022 3502-9900-7350-3007 - Stormwater Stormwater Havana Misc. Neighborhood Projects 2004-05 Budget $ 141,721.00 2004-05 Budget $ 937,645.00 Expended -0- Expended 253,751.18 • Encumbered -0- Encumbered 7,793.96 Bid 2232 $ 141.721.00 Bid 2231 114,683.50 Balance -0- Bid 2232 361,890.64 Balance $ 199,525,72 3502-9900-7350-5015 Airport Matching 2004-05 Budget $ 221,988,00 Expended -0- Encumbered -0- Bid 2232 26,780,00 Bid 2233 195.208.00 Balance $ -0- PAST PERFORMANCE: This contractor has satisfactorily completed prior work. Staff believes the contractor will complete this project as specified and bid. RECOMMENDATION: Staff recommends award of the bid to the lowest, responsible bidder meeting the specifi- cations, Sam Gaines construction, Inc., of New Bloomfield, MO at a total cost of$530,391.64. ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation • Signatur r L Pukhashiij AkW Direct nanny Development ' cuv ty of erson 1 QOMMUNITY DEVELOPMENT �.+•�.a.•uuw.�.PC:0'.9wo" Memorandum 320 East McCarty Street • Jefferson City, Missouri 65101 Phone: (573) 634-6410 • Fax (573) 634-6562 •www.jeffcitymo.org Date: June 14,2005 To: Terry Stephenson-Purchasing Agent, Finance ��;;// ,'From: Gene Williams, P.E.—Engineering Division DirectoJe�w� Re: Stormwater Improvements (Havana, Hart, Hamlin,Berry,W.Main,W. High,W. McCarty,Franklin, and Lafayette Streets) Project No. 33043, Bid No. 2232 Public Works has completed a review of the bids opened at 1:30 PM on June 7, 2005 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the five (5) bids that were received for the project. • Based on our review, we recommend acceptance of the base bid with alternate A from the low bidder Sam Gaines Construction Inc., 3205 County Road 452, New Bloomfield, MO 65063. The bid total Including alternate A is $530,391.64. The project will be expensed as follows: Sam Gaines Construction Inc.Contract($530.391.84): Account Number: Amount Available: Required: Remaining: 3500-9900-7350-3022 $141,721.00 $141,721.00 $0.00 3502-9900-7350.3007 $561,416.36 $361,890.64 $199,525.72 3502-9900-7350.5015 $26,780.00 $26,780.00 $0.00 TOTAL $530,391.64 If you need any other information please feel free to contact me at extension 547. Attachments: Bid Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan FAMY•PROJEC M33043-Berry and Hamlin StolmwateiWempla•LotasTurchasing Momo.doc 88881 8§88888ryp8883(88$$888{88888888888 / 8 �ww�8 sa$$ 888 8888 • ' M �N MM MMMN �'.X IR NNMN N �N M NMMM B°86 886 8181§888888888881882888 8 88888 SS 888 8888 88868 88888888 8888g88888888888888 8 88888 8 888 8888 Y 111"1 � a s" d G g Noll! w Ig d w848 888888888888888888888888888 8. 8888.8 888 888 8888 Jag » &»»ERM9 a a g� a»»9 »av »» M= 1111111118 888888886888888888888888888 8 88888 888 888 8888 M N N NM N Ivil slog N W 8 88 8888888 8888 8,NJY8y1�8 8�8 888f j 8888y888 8 N988 I� 8838 8Mµ888 § a jag$NaM ~_ 188888 88888888888 888688888888888 8 88888 888 888 8888 . Ig m F d a #� $ I Tejo m OR5 �;�& w88888 8.8 68S8888888888.8888a888,888 8 88888 888 88.8 8888 NAM a�� �»»�� � �'a»�� »tt& fax ME 88888 888 8888888 888 88888888888 8 88888. 889 888 W�88 — a a 131119 tts gal �ffi .&� N 9 8s88s 88888888888888888888888888 1 � 88888 888 SIB saes � ill w ��� ��x� a e as a8(] s ssasess 88888888 a }8Q(888 88 Ssa 8831 pR MNN YI NNN�N „NNLYNNNNNhMNNMNNNN M YfN n NNN NHNM MHO. BIS$8 181888188818888888088888881 886 88 8�2 8E 888$ s Sea s 1314 NN« 99 Ream V vc _�•..... SAS:.f8��8a6t7�a..N..N__N___gl�eN N _K'R�ry ��� SAW 4A�� a w • �� ��I^I'bI^b66nrvrv��R44OW24b44N Y Y_b d M&UH64�t7 � , � �$BE� �^oe�8�69n99WUeuWeunun�unu�u�mu �w �6a$$ �oa8 oge °o 8�d R5�88g88 7 8 688888888Th 8E8 88 8� N K R88S88 8$a 6858866998 888 B a� tt aI Pag11a3»1 a&» SBaa8a ry88 86998888.698 b`, 866 88 Sq ��yt »aNa»" g w888888 88 888888888 888 8 alml Ila 41a99� 599 416 9 888888 6 888888868888 88 88 $9. � x S" D tt l« sassas tt898 2888888088� 8Q81 1 NI{jA N HIM Ise�� tt1"I'l ;;U" �tt tt a� aga& 8 x C RAIN 991 1 a»1 _ • $88888 8 88$8866888 ass . 8$ $888 TS 8 888888 88 $ dtt �s as N tt» y�}�Y■p � xF {{€kk�� � �� ygyg }� p o �yy p � ddoedtltwgg �o�aooeooed �gg a ~ �� • ', {fig" 1 }'r• tyb ''tit e.• 7 � ��'#.tY�' '61 1 �ntiq��"t':7EN` rr hay `r ..l `' Y ilJ••. ( ,FSIt' 1' .•�• as [�y E `'��i rr"i�;�, : >�^' �1yp\�: i Y •Hr.r�'r:4P � d' �*'�z�ti . 'r� TM1 ' Yi ti z�n�•� 11� J,F` S);" +i i x'1. t�li�.t'+S,i��i}p'fo�;;�,�*'��t��,({.q4 �;� �YC'� d ���p'° �'71.�t 1i�,�°5t•'i 17t l , NMI � x" SF t,,.`.14 ::' } u `♦;rrjl;7 fl't7n'4:�,;;. • • 33043 .r t •j't1 nY�' did n , a •qtr., t �' ;'�-;f.>a;xh;'�'�.'�i14'y+ ���,.�'r�lr,' }+1r.,�n • a �r:.. �YgtlE.j7';:r y�"°µ'=:l�l.{'.'Xi a,t?`z,r 1r•r`it tj,,�i�y,`frg�l..Yj ttt Ya Yc+.f:ax jL.i.yli la((a�\"t,t 4F{T{S 7;r+r,�x j?�tit tk r;r Y}}�p i r ��(i h#,T,,,.„Ar,h,;;y r,k 5a}r4 1 wj,} �°• — • • • • • tT�y”+,��S t r,yp+u,� Slt r?•ei`Y]1�j:x,fi "rt 1— - x ;:C.y�„.r j } FIRMS' i l I. sry ; Lafayette Streets i.i`..' .��.Y:.. >:. I � �:SC,• .1 y } b 1 > fj £ aLl'x ii 1 j¢ �/1'ii : r�.e`y� •{�trii'}l ,(Yri r'� ri S {� p(� it r'"S �c 't �G t Y•3 ( r ,R•,.Ftf ir4 S,rk,Ml. }. ?`r !,.'I .�lt� tf: t,4 7 •�,!f fP'rr�N./Y•Y 4t� lt.{. y:f ' ''h`,t'+^[�''+'.i7 t Y:i'�!(jyy±i` l ':h:}' 1:'y 1J Y ,t` Ytk• b `•:j.. ?:�i;,fir:i-5 s ti.a` .. ,i'. .ya .'S. ,'�, f�'4 air „ry t4. ,• u:. pp i r Lfr.trt },ttt c i, r• 1rtP�t � 1 `2 , �c'[[ •rY •f•. ( _ pr f�� t 1; t.S f� �.?S )'t 4.Grt tYit�t� ttr•.y'tt,�P E Ire fi 'f!{yll��!? �fi jz�r I F„}Y i.;•r /}'.f.�`}L `1`✓. L�'Ci 'ti r rav t� +t�•�.Fk F't'�j+�r t�'J3I�rA Yit�'r f,'„ It .t a, t,+G,i 't rt •j"r`', '1:5;' '} s, ,� qr�,r`' •t pill n "1 r{,' � 'WYk:�` ipi t(� LU ' r r.Y rtt r •Sy. t` + , x �. i 25,�ltt�yY�r%�r#(V s, t e a.•° � F 'f � Nii' ' Lij��.�"y� ( ttfV 2 Y^'x (+ ,� ��i � fy'f t �R11 "^T {2� i ��, t' vjti, i4�,�,�L i''f•JY t tt w`5t f tjt l 'ig, 1y }��.,lt,,�J �',tyt yr tY``+r tR4yt�4�rt-�"� SC�..(�J%F `{. r'��rlt .pr.� � 11 i 7� 7ir>��t�i"j��,N�•�. lv , ,�f tir w}i3. JiP }Y'S`'? t'"F �3,�'{",a x r` t a J:• 'F 1 ' ' ' ` x, 4I4I *�fI y� g }y }'r�/�' �f # �i P•a�4x�,, �' , t t+y Srt, r.vitrj'. tlt' n°4 r t i (' Lin r}+ i �"L.;""{ni } �4Fn� ta'r•,t eg r ri •a' ,.5. f ti4i'"Id. ( ' xtL s.``(t�7 Y' ,i k• ¢ 4 447+,A,°\ }.�•'tLa: Ef SY K' 4 '' * �. y ^' q } Y'a1 4 /tpt t7,?pr�ar iYS�inliYii r l S S t i s ,t Fi'lT� rry , r. r�..TtU' � ' '- '1 N t t i t r 5 3 i Sl. qyy l •� r r 4 ry r t J r{'r'�", { 1� ii P , TF• W=' Y ,y 4k p.� µ e p.r)•,�(± ',t P r✓ it r r r7t � 4.{' 4t{. , �b,y+i ,yi'd' ^�L'.r{� a ftt it ��Yi� .k lt, 7,kU ':`+Y ✓' J^ s 5 r . p.tt� ; ` C +yob># t? e;tFtyf i t•r 6 r t r"f � # X Y'a Cx;�•t 'tv 4+1 +ett! y, Id` yd'''j !r� � i •I y � fjh Syt'F 1•! �'�"WIN Ir t i t r . + sr✓ CY r , Y 2t"G.. •S i °�(a(i Y4 r 2(C'!.I t t r.r+'d:p i3 i v,L5 a�a,lt.r i.1?✓.l I.i S,)!1'4�tt f t l.,1pP L t(,t t r;L ti,,., r Jv Itt•b t'!F rFYt r,1}L ft.t 1.s ti fSvt5 4.4t 9u/r#$}r.y 1..r Vr•?�l L f A't t.i�r N•at�%Y i1{P}j�rx ir f}1 5 a f}�{'C('i:b q1T.ti$t!l�ML^�4,rt�t�w r asv 6/y" }�1''z t,Y•,' ?•'''" r 1G''• ' tt�,,a,.#.`J'.��t'a f,�_ {�:{{Q'r.}rY 5 w p y ,i x�1'E 4�r��Y��)i�1}'_�t,ii'�'.'h Y�•t�tZl+r}:}xa{itlW 1Et�•r� Y 1 t t;��1r L t t y K Y� t,EYY1'l Y�i y 5� xl,pr,4t 1 t"r r d 1 f i yn �f i f y y✓ i �i l,T t{•'4 r•, r r a y r'r l✓e.! = (A hS r I' S l .�v }t t•.,i t J •1 A M7{,ti Yf i d,;F i "Y �7�11c�}Jt1"} { ^" ..�.1M j•h �' ':7{hU .af.l�t,gw4`"l�4 tq', ;'t. ,,. { .{ '! ,, Y}Y '}f� r ..,: ,f.r"' yr X . �.rt•1 4+ t J rte'/ t': *• . r { r "+[ s- �'1 ,f,• `3 �i' F }i N)` ^p . 1 r � �5'.g!'(`i 'ifa.,lr S#; t11' a.•rr fys «�.'j r.�' , S'tY l': r,' ,A �ar��y, l }1¢[t�t'utt. 3�'• ra'u.rh:r�(h p''{`ptSr1 nF� 1';n f. "..3'• { p'�•.r�a e+.t, 1, ..1-LS' �t ? �{Ti ( 7`W�7.� d'`'`G .. 4 5 ;y..'SI t�t`.,g• tt^�k r, l..t We , .y,..:•� r�q .•}:,, ..�.� .5�" • 1t;1 �`A } ,�`'-+ 2 ��j r i t..l.�•a ri.L .,.,.r'; L ,} '.i' t.:'I', {r"1� "}i` r,t ai�r'Ir p/yt� �'�"° ''i ' A. �• ••,{yy V.-t� ?7 d >tJ § 5 �( t"S'Y•lxl 1 p• yt� }�!�,„,5.�^ r p�;}'•it G't'r, } fF /�t3i r� \ t`Y'�L, ,,( ' i ✓ •h , }. f1.{s d"''. .+ r. fYY, yt[ ,r 1rf q +i tx� r 1' Ck: 1w�Y r.i n 4e„ t \ �♦77 tL �l�' jry wt r , F' is S•^ r'' J•r ,{�i yf;5,:1 St; LV, t �: .4;;� r'';). 7At "t��j iltriri'K tF n?l`.(ri3t ` i•�!,5}T jp'',y�+yr' 4} •a' Si «t:1 tl'\?�t�uiJrg'a•�: •',. t is r•}Yrr ,.1;S..Fir,.• ..��f,{i.t'.lr`[,!.'f�.tt•it'i`S �'i}'tiU+ it':11% P ,ex+ f:a7•-!/',r n i :�YYt � i ' 'hi.rx ':. F .I t'jtC x fw j0 'yy1`'j ar` i .y``i r '`Y fj�- _n t , � p n fi 'i r'ht �}' iift+: t.07; ! + ! `ar 4 8t 'rAA''' y�N r t r = ,(.t,r )3?rJ` �' )YA. r. {� NINE y 'r .{'S1M1: � ♦ jtS.l Ti�x =4l it p f . .t�' nom° i * ff ,^yLd• d.�'tn g YS¢r 4'•S`� j'jry)� ilt 1 .`k+..dl..^,.tF.)rA`it �• ,.J }..�f,+'t, �'.?M • Etyi .�••t' t:t .S'S'. 'c`• � ., ,YY,rrt '1iRCTf t'tjy"'t.iR'+'i , i.xii�r .: f fafh •31c{' . p', �•d yV' r'XY.Ia � K�y 2 t1 $ � ��� a � ^r+ x �1.7.K(a'��' ' (4t 1 :t . 1•{ �z�a' x'^'tP r tt P Tj 5t t•. f{ � tN1{y1w1}r*pY},'t a�l,r !,., ,i 1 7P}' a r%.V r��[�1�5�yr�:r; t�+T' ,��' t`a 4 '� •I, Y. 4'�t''St ,r�' �r I..,,�ti'f�:3`'pr�„J ?� !A A f/` t , a � ; lt •,,:k r< �.r>w� tJ.�+1i 4f� 4! r .•.wSr+. 9 i '}fV• Y a � �4 t.rr ,y<j�a��FZt`�'tw�i4rf: ut �sYJ'+. t .!.IE A }+ x..t �S}�.J¢rl S, aSj{' �'d,ii^'pp}�S� ,� t x', ) `y'f{Q ;�fiy+Y �y�y r rrrt w r A i yc t ,•.: afx ix{' .x r 1,'trt, t yyp,r M, yC *br• 'F,?. '<`t(t C! r�, {. � `xn Nn g1 'C ,. } c t >.!• f xYJ 1 v 4: w' ter aY�.' 1 }�G a't f3'h5 , t'., io• 'vl itr r, 7t l' 1'7t qk s`r¢n rv'?.r iS ff Q i. r t 'Y at� �Ct 4 Y; C 3 Y.; ?, i YS# t.• '�v K•ak7+' �, eif�`yR,!y.�•F�� y, 1 `1f :r'a.-•5 f• •R h s 3 ,:y.,:: t t. i l ' kl L;.1 a r /, R A•� t X FiSrr'r C ''k� t'y �k, fat*{'' 4 I !S u hi r j . t yJ yr! Y. y`iN,�bl'...' (t� .�, If } •'ib''�' .�f � ,.r G 'j y: c�.rS', {' /¢`, 't r pit, ,.; �. E G 4.1a{'(•{t`!'1tt.�Y r[q pi!l.Zx•r-l A�M C¢`>�(N SKG2f S 7 a{,,�,t.V4,¢t i1`{• ^pY,C i+'}i.,'l{r!„,(L}t,f 4 s,�'i L-ij`1t,+t{.y', r!g f 'S•i t¢�”'•L'W•.Ttnr,Q3`•f•• '��"'^d'r�t iVj!,r5r�7.}r'a�._h'qt'f(,!ya�v.F,yL�.��.rt"£'-Yi,r'R r t k A}�4 1{4 Y> t�-�4 n+"# -�t,,.t'M'�,{r\e ({'f'd't �S fi'J..V +4' ' ctXr' ft YtgF r'3"•'t' },F�. r/±,rirY't .Q�i� �e:# t.r. '1L'T a�T�t; �, C ; �i•' �i•}} (t+�''�� 4y rakr:'+.'�' r ' i »F:'::g' P ,(.t f�` NYrra1 t• =4As Lt t,a Y �{, T.a' R : t LJ,,,.y yl } J(',�J r. l�tti, r .t, •! �,r. f'x r,• �h9,+r�':it"•�d:,}-��}+5�1'if .n�.'i lfilfii�i , a Its i.T � t' .+ t• 1 a r G L k r a'i. x? !. aXlSraf 4'l11f1,.'F�F�.11�i'S`t 1 C 'ffr�•�''..ral xYTM�(i:C�T 11tH ��j,+ , +t q ^. 'w� , a • � . 'i�lt (. 4'1.,tF�'�rg�ri.i• (t". ,rx et':na F,: :4• t (,i%. ,',i tY. 1i y�;',4'$:Y£��.•w i(.i il'} .A* ti',t�;i'�'l ��' Wc; 'rl ity. •L'1= rpri.^,A`yT>k�,`, rrr �:AlS�E�n..}a,rr] r4 {t,AS ?"y4ji �,�, .,c't . r'E''•K$�s ,1;:t'+: - P ��¢ a M1. � 9 k ' d ( :. p Jt,$ � w' 1� F ,-j".�n;-^'f,:+.'».t' �r n• yT..t(Y•�h.7,�l5rt t, > �7YpEi it cJi. ':t '.f. ' + 7. j� a � r4, ,(„+� ..a,,;�7,�:tr,�;a,}?rt::ilJ '��":jT��'':r:Y.':�rC:, t'x� �g�1.�� =�:CF"N�.7,f't,�l.1Y}Z,�r�`}{,li',i;t•.1�,{S( v i. d Yf t •r' t �,! S nt f ',� r�r���'�•�''�'s, } 1l�y��lr ''+'�s`aYfjf 'Y,f`{;pi,1;,,J :,tas �l��ti " ,� N�.?�.c, rr,�3Xh� tr't�Y. �'�v• y.,• ��{. , *}lpy �' r :{ e�F' x��rr;: ( it `d 77 7 �1,'t}'r' '�i1`iIS' .n. Y�'` 'rif' 1'f �� yS' }' S.,li a'• � ' 'lq Kryy f'x><i,`a' �1•{.At�r� ''i .`ir�drrid,',}r7,:. F;'^.} .r y•...�ir'S1 A�Ftl�1 �r3�'��•�'�����};? `'� �r1 t�?y5 i,x;.r �x� Fi >;j{'�.,yr t.n "ti,' R i r,..,�t,,y' �' �' .�t,N�"1•..J ir���y r•�:r''ji'1�ri �,r'. Y, "$t �r;• 5Y � r '+t 15.,,?P r ,t iij*/. I�.�i:tY Dj Y / ..(T, �j i /�P�n,/!i1 �:�. A♦l" t I t l �yy� ,i/ t ,S t'+ it y: ♦Y•j.•�5 r r ar a 1A S'i••,F'ii�xf.i�t".S!L.?t�;[.t.1?7t.'ri,n n..�r i YL,'S,.}'•,1•!iglY'�'7.�"rttr i.(<`'5.rtJ•`i.f.,.1iJ,{`+l}I n?.�.:.iL 7.•.x'.���if Y.''/Mf S{«�t{F L�S})S;/:1{4:n/,.a{y i)U°�.t'U�A4.�F'.,v:.f;y'y�'yt.�„',1�,S t a'7..(1.T,�nrt.il cxr.:L,7 t.,Ntt r t r.l�(,tk y�c a�h Cj():�a M-y xrt r n,'l}[xy•"{,� la1..y+t R • ,v!t.'ti'1t`qq`W,,t�i�'tS.: . ,.� �}♦]•a�t7}�,Y,}�Y ey i r)7Y YilJI.:"y)i�7�5 S 1 �� ,.,.,1%_Y,t�,C.'1i71fS'ti,',,�t�l�>•t,ir'tt�.Yt'�'.• ::.. 13A t Ya'?.`e •'_.'Y 1 1 SPECIFICATIONS AND CONTRACT DOCUMENTS ' PROJECT NO. 33043 , i ' Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) \\N1111f 1 ' lie1 i.• r G� W P � 8111111111111\ ' Jefferson City Department of Community Development June, 2005 1 ' • TABLE OF CONTENTS r 0 Advertisement for Bids r 0 Notice to Bidders r 0 Information for Bidders • Bid Form r 0 Bid Bond ' r 0 Anti-Collusion Statement • Contractor's Affidavit " ' a Minority Business Enterprise Statement r 0 Minority Business Utilization Agreement " • Affidavit of Compliance with Prevailing Wage Law r • 0 Prevailing Wage Determination r 9 Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification ' 0 Construction Contract rPerformance, Payment, and Guarantee Bond • General Provisions r 0 Special Provisions r a Attachments • Addendums ( If Any ) r (' INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) r � r . r • ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, June 7, 2005. The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. ' The proposed work for the project entitled "Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, ' Franklin, and Lafayette Streets)" will include the furnishing of all material, labor, and equipment to construct stormwater inlets and associated piping including cast in place end sections and gabion mattresses. The project will also include the rebuilding of ' several sections of street, associated curb and guttering, sidewalk, and sections of sanitary sewer main with manholes. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, May 31, 2005 in the Small Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, ' • Missouri. A non-refundable deposit of Thirty-five Dollar (;35.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. ' The contract will require compliance with the wage and labor requirements and the payment of minimum wages In accordance with the Schedule of Wage Rates ' established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, ' to determine which is the lowest and best bid and to approve the bond. ' CITY OF JEFFERSON lF%J7�i� ' Te St a on Purchasing gent Publication Dates Sunday, May 22, 2005 • NOTICE TO BIDDERS ' Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, June 7, 2005. ' The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. The proposed work for the project entitled "Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, ' Franklin, and Lafayette Streets)"will include the furnishing of all material, labor, and equipment to construct stormwater inlets and associated piping including cast in place end sections and gabion mattresses. The project will also include the rebuilding of ' several sections of street, associated curb and guttering, sidewalk, and sections of sanitary sewer main with manholes. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, May 31, 2005 in the Small Conference Room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community • Development, Jefferson City, Missouri. Copies of the contract documents required forbidding purposes may be obtained from ' the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Thirty-five Dollars ($36.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount ' equal to five (5)percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. ' The owner reserves the right to reject any or all bids and to waive informalities therein to determine which Is the lowest and best bid and to approve the bond. ' CITY OF JEFFERSON, MISSOURI 1 Patrick E. Sullivan, PE ' Director of Community Development 1 • INFORMATION FOR BIDDERS ' iB-1 SCOPE OF WORK ' The workto be done under this contract includes the furnishing of all technical personnel,tabor, materials,and equipment required to perform the work included in the project entitled"Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry,W. Main,W. High, ' W. McCarty, Franklin, and Lafayette Streets)" in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, and equipment to construct stormwater Inlets and associated piping Including cast In place end sections and gablon mattresses. The project will also include the rebuilding of ' several sections of street, associated curb and guttering, sidewalk, and sections of sanitary sewer main with manholes. IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications,special provisions,and contract documents before ' submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. lie IB-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or Intent of the Plans, ' Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be Issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been Issued. All addenda Issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the Interpretation of the Plans and Specifications ' shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I0-4 QUALIFICATIONS OF BIDDERS 1 The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such ' information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract ' and to complete the work contemplated therein. IB-5 EQUIVALENT MATERIAL ' Wherever definite reference is made in these Specifications to the use of any particular material • or equipment, it is to be understood that any equivalent material or equipment may be used ' which will perform adequatelythe duties imposed by the general design,subject to the approval ' of the City. ' • IS-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of ' Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fall or refuse to execute the bond and the contract required within seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. ' I113-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only ' sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled In and no change shall be made in the phraseology ' of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them Informal and may be considered cause for their rejection. ' Extensions of quantities and unit prices shall be carried out to the penny. IB-B PRICES ' • The price submitted for each item of the work shall include all costs of whatever nature involved In Its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and ' materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. ' All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the ' bidder, that the bid prices submitted for those items shall Include the cost of such taxes. I113-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used In establishing final payment due the successful ' Contractor. The quantities stated on which unit prices are so Invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each Item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best ' information available, are approximate only. Payment of the Contract will be based on actual • number of units Installed on the complete work. 1 ' IB-10 LUMP SUM ITEMS ' . Payment for each lump sum item shall beat the lump sum bid for the item, complete in place, and shall Include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. ' I8-11 SUBMISSION OF BIDS ' The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked"Project No.33043,Stormwater Improvements (Havana,Hatt,Hamlin,Berry,W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets)'. ' IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be In ' the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS ' If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. ' • IB-14 RIGHT TO REJECT BIDS The City reserves the right to reject any or all bids,to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. IS-16 AWARD OF CONTRACT If,within seven (7) days after he has received notice of acceptance of his bid, the successful ' bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractorand the Surety and Sureties ' satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. ' I0-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing ' licensed to do business in the State of Missouri and acceptable to the City of Jefferson. • I0-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss ' • of or damage to property, Including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or 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. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER ' Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. ' IS-19 NONDISCRIMINATION IN EMPLOYMENT ' Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. ' IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage • hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE ' The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall ' be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City,the Contractor ' shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. ' The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. ' The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. ' . If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the 1 ' necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be paid ' by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. ' 18-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10)days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established In this notice. ' IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to Its ' completion with the least possible Interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of work are ' to be performed. IS-24 CONTRACT TIME ' • The contract time shall be 70 working days. ' IS-26 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($600.00) per ' calendar day until the work is complete,should the project not be completed within the contract time. I8-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. ' 18-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. ' Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder,the bidder's address, and the name of the project for which the bid is being submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another ' envelope addressed as follows: 1 Purchasing Agent • City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 66101 ' For the convenience of bidding this project, a "BID PACKET' has been Included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: . 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT END OF INFORMATION FOR BIDDERS 1 1 ' BID FORM Name Bidder of AM G A tNES Co JW7eU-C--no Q s Nc Addressof Bidder, 3aus caCwry P-"o 4-k!ZL NEW gLW to ' To; CITY OF JEFFERSON M D 6 5-1240 320 East McCarty Street Jefferson City, Missouri 65101 ' THE UNDERSIGNED BIDDER, having examined the plans,specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all ' addenda thereto;and being acquainted with and fully understanding(a)the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of ' existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other Installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary ' • handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, ' transportation, hauling,and rail delivery facilities;and(I)all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materials,supplies,equipment,tools,and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed ' contract documents and the drawings,specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following Items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands thatthe estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described In the specifications, and that increases or decreases may be made over or underthe Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such Increased or decreased quantities as follows: Page 1 of 3 CITY OF JEFFERSON • ITEMIZED BID FORM (REVISED MAY 31,2005) STORMWATER IMPROVEMENTS(HAVANA, HART, HAMLIN, BERRY,W.MAIN,W. HIGH, W. McCARTY,FRANKLIN,AND LAFAYETTE STREETS) PROJECT NO.33043 ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ' 1.00 Construction Signage and Traffic Control LS 1 at CL G Q01,e o 2.00 Silt Fence LF 220 7, 3.00 Clearing and Grubbing LS 1 2 .00 -47000 4.00 Removals LS 1 J3,sep ' 5.00 Earthwork LS 1 C000 -4-00 D — STORM DRAINAGE 6.01 12" Die. HDPE LF 15 go 3 00 ' 6.02 12"Die.Aluminized CSP LF 30 �//O 6.03 15"Die. RCP, Class III LF 232 .x d zag)M ' • 6.04 15"Dia. HDPE LF 21 'VO y0 ee 6.05 15"Die.Aluminized CSP LF 86 i0o 3 VIVO ' 6.06 18"Dia. RCP, Class III LF 287 36 /Oy.3-u- 6.07 18"Dia. HDPE LF 135 -21 07 83.5 ' 6.08 24"DIa. RCP, Class III LF 50 S0 .7.!r 0d) 6.09 24"DIa. HDPE LF 12 L O 7e�0 ' 6.10 24" Die.Aluminized CSP LF 82 S(S 3 6 90 6.11 36"Dia. RCP, Class III LF 142 La 6.12 36"DIa. HDPE LF 769 _ 3 ,49/2 6.13 4'x 3'Type A Inlet EA 12 3 QoC if(i,a m D ' 6.14 4'x 4'Type A Inlet EA 1 3-716^ 3 M n o 6.16 6'x 3'Type A Inlet EA 5 33 to^a / 2000 ' 6.16 6'x 6'Type A Inlet EA 1 ,3 6 ago 3 &OO 6.17 4'x 4'Type C Inlet EA 3 .32 0,0 96!w ' 6.18 6'x 4'Type C Inlet EA 1 3 SAO m MA/0e ' • 6.19 4'x T Grated Inlet EA 1 .3-d o0 3a o g 1 Addendum #2 Revised, Page 2 of 3 • ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 6.20 4' x 4'Junction Box EA 5 34200 15,00z" _ ' 6.21 5'x 5'Junction Box EA 1 _ 001D_ 3 am 6,22 Cast In Place End Section,Area#2 LS 1 440 G mm 6.23 Cast in Place End Section, Area#3 LS 1 LCD 600 6.24 Gabion Mattress SY 32 ) .S.7106 91914"a 6.25 Rock Excavation CY 436 Eta 3 7,d60.CV 6.26 Filling of Abandoned Pipes CY 8 d0 1400,40 ' 6.27 Adjust Water Service Lines EA 5 /1W 2000. 00 — SANITARY SEWER 7.01 4'Dia.Sanitary Sewer Manhole(McCarty St.) EA 3 Of30 Q;!_/04 &00 7.02 4' Dia.Sanitary Sewer Manhole(Alley). EA 1 —Aw. .3a".00 ' 7.03 15" PVC Pipe LF 75 6S.0 07S, 00 7.04 8"PVC Pipe LF 20 S 0,ma /0AW *a • 7.05 Sewer Lateral LF 230 1_rAw 1450.00 7.06 Adjust Manhole EA 2 W0 ,00 4TOa Oa PAYING 8.01 Sub-Grade Stabilization TON 1275 7,00 21, bm . ' 8.02 3" Rolled Stone Base SY 2210 _!� (LPG 39), Oe 8.03 Type A Curb and Gutter, Removal& ' Replacement LF 1954 340f YZ 14 ZD 8.04 6"PCC Residential Drive Approach SY 48 _ O. X9210-Av ' 8.05 6"PCC Commercial Drive Approach SY 123 a�,iOG1 449 6 Z 8.06 6"PCC Sidewalk, Residential I Commercial Av Drive SY 138 d 0 S 8.07 6"PCC Street Pavement SY 143 _ O *5.Ob � 3C�, do 8.08 AC Base TON 488 JrD 7 Z ' y 8.09 AC Surface BP 1 TON 352 _ gn / p ' 8.10 Cold Milling(Asphalt) SY 315 WO 3 *tes 0 • 8.11 4"Gravel Drive SY 258 6 103200 ' 8.12 4"PCC Sidewalk, Removal&Replacement SY 695 �dfG►0 Page 3 of 3 ' • ITEM APPROX. UNIT ' NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 8.13 8"PCC Sidewalk Ramps SY 109 4 y40 G 00,(2& ' 8.14 8"Monolithic Curb LF 150 ym d O'JO 8.15 12"Monolithic Curb LF 50 —4.60 _l�4P 0.4 O 8.18 Concrete Steps CY 3 xD_dfa — LANDSCAPING 9.01 Erosion Control Blanket SY 473 _ ! �;00 9.02 Seeding and Mulching AC 0.81 12040 ZZ 00..076 9.03 Zoysia Sad SY 80 — AIRPORT IMPROVEMENTS ' 10.01 Removals LS 1 &NO.BO f Oda. O 10.02 Excavation and Grading LS 1 00-00 Z•o& •e G 10.03 3"Compacted Base Rock SY 520 4�df7 Z.&P/.-&0 10.04 8"PCC Pavement SY 520 Z.r/b /5,1 dU d.Ox�> ' • 10.05 4'x 4'Area Inlet EA 1 �0 $-Q.&. a 9 10.08 Tie Into and Modify Existing Inlets EA 2 -4 D0"INS 000.0 d ' 10.07 8" PVC LF 72 Vr0 10.08 10"PVC LF 120 I&OV ' 10.09 12"HDPE LF 150 Ir-10 10.10 Seeding and Mulching LS 1 OD.. .1Z 0&015 TOTAL BASE BID 9 ALTERNATE A-SIDEWALK AND CURB AREA N8 11.01 Sidewalk Removal LF 382 ' 11.02 4" PCC Sidewalk SY 282 !_ f jZd2 J tl. 11.03 Type A Curb and Gutter, Removal& 1 Replacement LF 362 a� fd19'iGf1� ' 11.04 8"PCC Commercial Drive Approach SY 13 ''gd,0 0 TOTAL ALTERNATE A ' a • Signature of Bidder Date ' SUBCONTRACTORS ' • if the Bidder intends to use any subcontractors in the course of the construction, he shall list them. D A l a Pe g-eq LY-PA V ATIQ& TIME OF COMPLETION The undersigned hereby agrees to complete the project within 70 working daya, subjectto the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that If this bid Is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested In the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or In the Contract to be entered into;and this bid is made without connection with any other person,company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property ' • of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered; 3 a.o 3 e o cK ctc, U.:2& N 'W f3 t_Sbi>'L F, N4o (ebU(o3 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Altached hereto is a Bid Bond for the sum of Dollars (cashier's check), make payable to the City of Jefferson. • ' Signature of Bidder. • If an individual, doing business as ' If a partnership, member of firm, by If corporation, S Fir nA A ►n1 eS C-o i 2ltc T?Or) tj 5- by t71 ' Title P aeZ t 0-P+l+ SEAL ' • Business Address of Bidder C) 4 20 L4 5� N CIS P t 0 r►1 o Co sn(o3 ' If Bidder is a corporation, supply the following information: State In which Incorporated S 5 0►_a.,C.t Name and Address of its: President &tcz 6*PrWr-s 3 AO S 0 o LIPJ 14 ' Secretary S Afm 6A a iijL 5 31oS �nu.�1'� �a t�rZ Nrr-W Bt.00nnRal,((h,,, Date r ' BID BOND ' • KNOW ALL MEN BY THESE PRESENTS, that we, the . undersigned,______________________________________as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of for the payment of•which, well and ' truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this day of , 200_. ' The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter Into a contract In writing, for the project entitled: "Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets)" ' NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, ' (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in • accordance with said Bid) and shall furnish a bond for his faithful performance ' of said contract, and for the payment of all persons performing labor or furnishing materials In connection therewith, shall in ail other respects perform the agreement created by the acceptance of said Bid, ' then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed thatthe liability of the Suretyforany and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and Its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid;and said Surety does hereby waive notice of any such extension. ' IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth ' above. Principal By: SEAL ' . Surety 1 By. For the ll t (nearest you, u ! free: (8881 283-2242 ' BID BOND (888)293.2242 FAX Nz�A�e (Public Work) ' • Premium: KNOWN ALL BY THESE PRESENTS.That we,_Sam-Gylnes Congtrurt on , as Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY,Surety,are held and firmly bound unto Alpo of deHPrson Obligee, in the sum of t;% Dollars(S ) for the ' payment of which we bind ourselves,and our successors and assigns,jointly and severally,firmly by these presents. WHERl'AS,Principal has submitted or is about to submit it bid to the Obligee on a contract for ErD*LNO 43049 Storm waterJmprnyemeAtti(bnving Hart Hamlin Barry. W. Main W. W Mrrarty, Franklin. ,&.Lafayette Streets) ("Project"). ' NOW,TIIEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with the Obligee in conformance with the terns of the bid and provides such band or bands as may be specified in the bidding or contract documents,then this obligation shall be void; otherwise the Principal and Surety will pay to the Obligee the difference between ttte amount of the Principal's bid and the amount for which the Obligee shall in good faint contract with another person or entity to ' perform the work covered by the Principal's bid, but in no event shall the Surety's and Principal's liability exceed the penal sum of this bond. ' Signed and scaled this 7th day of June 19005 ' • SamSalaes Goastuictlnn (Seal) Princl- By. ' CONTRACTORS BONDING AND INSURANCE CO IPANY ' By. Attorney-e-act Larry D. ertens 1 ii:. ��S• ir�'I�Illrl i•'(1111 r'i IllllyY, Ifflflll'r t;F: (lllllr�tir:f fi'lllr;��'rill ir�'i'i•hf'1'fii�i;�'tifl Viii�:Fa liril'il�'1�tF:�;•Si�j`� R h.A D CAREFULL Y - to be used only with the boird vp • •ifi •d herein IQ, r T-I A WN .......... ...............-r. ANTI-COLLUSION STATEMENT STATE OF m1 SSDu(L1 ) ' COUNTY OF 0 o Le- _) SA in &A cN c S being first duly swom, deposes and says that he is See t%e-{um4 of ' S A TITLE OF PERSON SIGNING _ -Y)'1 G n3 t"S 0 nh T t�L S rJ C NAME OF BIDDER that all statements made and facts set out In the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid)has not, either directly or indirectly, entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially Interested In, orfinancially affiliated ' • with, any other bidder for the above project. (BY) ' (BY) ' me this day of , 2( Sworn b j(RrR , � ,,,, 9c NOTARY o NOTARY PUBLIC SEAL iii iO(i•°;;�wY Co°O.��'`�� My commission expires: 1 • 1 ' CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF ' 111 t S So" t ) COUNTY OF Colt ; ss The undersigned, S R ' of lawful age, being first duly sworn states upon oath that he is of ' the contractor submitting the attached bid, that he knows of his own knowledge and ' • states it to be a fact that neither said bid nor the computation upon which it is based Include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required ' to furnish material or actually perform services upon or as a part of the proposed project. ' AFFIANT ' Subscribed and swom to before me, a Notary Public, in and for the County and State afor.R�S,B N b 7 day of —120 osly 0, 0M.:M E ¢= NOTARY PUBL ,9: NOTARYSEAL 0 My i%% Expires: MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned,and minority business are utilized when possible as sources ' of suppliers, services, and construction items. 1. Contractor's will submit the names and other information if any,about their MBE sub-contractors along with their bid submissions. ,1 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. ' 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. ' 5. When economically feasible, Contractors will divide total requirements Into smaller tasks or quantities so as to permit maximum small, women owned, and . minority business participation. • 6. Where the requirement permits, Contractor will establish delivery schedules ' which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business ' Administration, the Office of Minority Business Enterprise, and the Community Services Administration. ' 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. , 1 • • MINORITY BUSINESS UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded,for Minority Business Enterprise (MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: ' 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); ' 2. Hispanic (a person of Spanish or Portuguese culture with origins In Mexico, South or Central America, or the Caribbean Island, regardless of race); • 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins In any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically ' and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. ' 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors,subcontractors, or suppliers. 1 ' • B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation o sa .6r W7 r �1jt Total Bid Amount: 7 ro 7 3 Total. 6 D '4C9 ' Percentage of Minority Enterprise Participation: a.°d C. , The bidder agrees to certify that the minority firms) engaged to provide materials or services in the completion of this project: (a) Is a bona fide Minority Business Enterprise;and(b)has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprises) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract Is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this ' agreement and is authorized to bind the bidder to the agreement herein set forth. �. ur�ry I/ F. Aj 6 Go d_ ' N AUTHOF 3JZED OFFICER DATE 7 —0 S SI NATURE OF AUTHORIZED O FICER • AFFIDAVIT COMPLIANCE WITH PREVAILING ' WAGE LAW Before me, the undersigned Notary Public, in and for the County of ' State of , personally came and appeared ' NAME POSITION of the ' NAME OF COMPANY (A corporation)(a partnership) (a proprietorship)and after being duly sworn did depose ' and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and ' there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 11, Section 026, ' • Cole County in carrying out the contract and work in connection with Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) located at Jefferson City In ' Cole County, Missouri, and completed on the day of , 20_. SIGNATURE Subscribed and swom to me this day of , 20_. ' NOTARY PUBLIC My commission expires: 1 STATE OF MISSOURI ) ' • ) ss COUNTY OF ) 1 i � i , M ssouri Division of Labor Standards WAGE AND HOUR SECTION OF. THF .ST 40 h . n , i;,••O on 5 `% y�' s�0 �y ^+occcxx ' BOB HOLDEN, Govemor Annual Wage Order no. 11 ' Section 026 COLE COUMTY ' 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 B CSR 20-5.0100). A certified copy of ' the Annual Wage Order has been filed with the Secretary of state of Missouri. RECEIVED & FILED AAO" Ileen A. White, Director MAR 10 2004 Division of Labor Standards ' filed With Secretary of state: YI" MISSIONS OF STATE AP„ O 9 ' MMI691DNS DIVI6ION I� Last Date Objections May Be Filed: ' Prepared by Missouri Department of Labor and Industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 026 • , COLE County "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $27.08 55 80 $11.27 , Boilermaker 1/05 $27.69 57 7 $16.42 Brickle era-Stone Mason $24.85 59 7 $7.75 Carpenter $19.78 60 15 $8.36 Cement Mason $18.26 9 3 $9.60 Electrician Inside Wireman $25.11 1 28 1 7 1 $9.51 + 13% Communication Technician USE ELECTRICIAN INSIDE WREMAN RATE Elevator Constructor 1/05 a $34.065 26 54 $13.241 Operating Engineer , Group 1 5/04 $23.37 86 66 $13.80 Group II 5104 $23.37 86 66 $13.80 Group III 5/04 $22.12 86 66 $13.80 ' Group III•A 5104 $23.37 86 66 $13.80 Group IV 5104 $24.07 86 66 $13.80 Group V 5104 $25.37 86 66 $13.80 Pipe Fitter 7104 b $30.001 91 1 69 1 $14.68 , Glazier 1 $13.501 FED 1 $1.89 Laborer(Building): General $16.72 110 7 $7.58 First Semi-Skilled $18.72 110 7 $7.58 ' Second Semi-Skilled $17.72 110 1 7 $7.58 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE . ' Marble Mason $24.85 59 7 $7.75 Millwd ht $20.78 60 15 $8.36 Iron Worker 8/04 1 $22.48 11 8 $13.76 Painter $19.19 18 7 $5.58 ' Plasterer $17.32 94 5 $9.35 Plumber 7/04 b $30.00 91 69 $14.68 Pile Driver $20.78 60 15 $8.36 Roofer 9104 $24.25 12 4 $8.31 ' Sheet Metal Worker 7104 $23.74 40 1 23 $9.46 Sprinkler Fitter 4104 $27.09 33 19 $11.95 Terrazzo Worker $24.85 59 7 $7.75 , Tile Setter $24.85 59 7 $7.75 Truck Driver-Teamster Group 1 $19.95 101 5 $5.75 Group II $20.65 101 5 $5.76 , Group III $20.35 101 5 $5.75 Grou IV $20.65 101 5 $5.75 Traffic Control Service Driver Welders-Ace lane 8 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 • ' *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.11 1105 ' Building Construction Rates for REPLACEMENT PAGE Section 028 COLE County Footnotes effective asic ver- 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 Roles on Building(s)and All immediate Attachments.Use Heavy Construction ' rates for remainder of project. For the occupational t81es not listed In Heavy Construction Sheets,use Rates shown on Building Construction Rate Sheet. a-Vacation: Employees over 5 years•e%; Employees under 5 years•0% b- All work over$3.5 Million Total Mecheolcai Contract-330.00,Fringes-314.88 All work under$3.5 Million Total Mechanical Contract•320.08,Fringes-$11.03 1 1 •' •Annuel Incremental Ineroew ANNUAL WAGE ORDER N0,11 7104 COLE COUNTY OVERTIME SCIIEDULE ' BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half(I %)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 quilting time of 4:70 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 atone and one-half(I'/:)tines 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. t NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 7:00 am. and 8:00 am. from Monday to Friday. Time and one-half(IV,,) shall be paid for first two (2) hours of overtime ' Monday through Friday and the first eight(8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)time rate. Double(2)time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m.and shall continue through the following ' Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1) work week, shall be paid for at the rate of one and one-half(I%:) 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(1'A)times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. IS: Means the regular work day shall be eight(8) hours. Working hours are from six (6) hours before Noon ' (12:00)to six(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 mid ending between 1:00 p.m.and 6:00 p,m.on Friday. Saturday will be paid at time and one-half(I%). 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 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-haif(I'/:). 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)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 often(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. 1 ANY II 0360T.doc ANNUAL WAGE ORDER NO. 11 ' Page 1 of4Pages ' COLE COUNT('OVERTIME SCHEDULE BUILDING CONSTRUCTION ' • NO.29: Means eight(8)hours between 7:00 a.m.and 5:30 p.m.,with nt least a thirty(30)minute period to be taken for lunch,shall constitute a day's work 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: ' -Tile 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 die regular eight(8)hour ' schedule may be implemented). -Any time worked in excess orally 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,shrill be paid at one&one-half (I%)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)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%)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)(lours 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'/2)times the shift hourly rate. 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 may be 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'h). 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) 10-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 nil 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(I%,)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 performed 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(I'/,)times the straight thne 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 n 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(I%,)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. ' ANNUAL WAGE ORDER NO. I I AW 11026 OT.doc 1'opc 2 of 4 Pages COLE COUNT\'OVERTIME SCHEDULE , BUILDING CONSTRUCTION NO. 59: Means dal 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 tittle worked an 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. 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 fringc 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, iron Employer elects to work four 10-hour days,between Die hours of 6:30 a.m.and 6:30 p.m. in any week,work performed more than ten(10)(tours per day or forty(40) hours per week ' shall be paid at time and one half(I%,) rile 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(I'/:)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%,)time 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 fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. N0.86t Means the regular workweek 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. All overtime work performed on Monday through Saturday shall be paid at time and one-half(I%)of the hourly rate plus an amount equal to one-half('/a) 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 Tow) 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(1/2)hour for Iuneb. 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 work week shall consist of forty (40) hours of five (5) work days, Monday through Friday. The work week may consist of four(4)ten(10)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 rata ' The employees shall be paid time and one-half(11/2) 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 (1%_)is paid for work performed over ten(10)hours a day)or over foray(40)hours per work week. Work performed , on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO, 11 , AW 1 1026 OT.doc Pope 3 of 4 Pages ' COLE COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION ' . NO.94: Means eight(8)hours shall constitute a days work between Ilia 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 cite regular work day and on Saturday shall be compensated at one and one-half 0'/,) 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. 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(I V2) (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 eidier five(5) eight-hour days or four(4)ten-hour days to constitute a normal 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)lours per day or forty(40)hours per week. Starting time will be designated by the employer. When Ilse 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, Ilion Saturday may,at the option of ilia Employer,be worked as a make-up day; straight time not 90 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 n lunch period of thirty(30) minutes. The Employer may provide a lunch period of one(1)(tour,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 oil Saturday, except as herein provided, shall be compensated at one and one-half (IV2) 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'/2)the hourly rate Monday through Friday. If an Employer elects to work four(4)tell(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 V2)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 lime rate, but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(11/2)overtime rate. ' NO. 122: Means forty(40)hours between Monday and Friday shall constitute ilia normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-half(tour for lunch. Work in excess of eight(8) hours per day and fony(40)hours per week,and on Saturdays,shall be paid at the rate of one and one-half times the ' normal rate. Due to inclement weather during the week,Saturday shall be a voluntary make up day. 1 - ' ANNUAL WAGE ORDER NO. 11 AtVI 1 026 OT.da I'ege 4 af4 I'ogcs 1 COLE COUNTY ' HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO.3:All work done on New Year's Day, Decoration Day.July 41b, 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 holiday falls on a Sunday, , it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO.8: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, , Thanksgiving Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. 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 performed 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. 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 Net,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. AWD 11026 bdy.dOc ANNUAL WAGGORD[R NO. 11 Page l Of 21-ages , ' COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION ' • 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 fails on Saturday, Friday will be 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 Day shall be compensated at double(2)their straight-time hourly rate of pay. ' Friday after Thanksgiving and the 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. NO.76: Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays are: New Years Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Day after Thanksgiving,Christmas ' Day. If holiday falls on a Sunday, it shall be celebrated on the following Monday, if it falls on Saturday, it shall be celebrated on the preceding Friday. AWO It 026 hdy.da ANNUAL WAGE ORDER NO,I I 1'agc2 01`211aga Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER , Journeymen 5104 $24.78 7 16 $8.34 Millwright 5/04 $24.78 7 16 $8.34 ' Pile Driver Worker 5104 $24.78 7 16 $8.34 OPERATING ENGINEER Group 1 5/04 $22.45 21 5 $13.75 Group II 5/04 $22.10 21 5 $13.75 , Group III 5/04 $21.90 21 5 $13.75 Group IV 5/04 $18.25 21 5 $13.75 Oiler-Driver 5/04 $18.25 21 5 $13.75 ' LABORER ' General Laborer 5/04 $21.17 2 4 $7.28 , Skilled Laborer 5/04 $21.77 2 4 $7.28 TRUCK DRIVER-TEAMSTER ' Group 1 5/04 $23.37 22 19 $6.75 Group II 5/04 $23.53 22 19 $6.75 ' ,Group III 5/04 1 $23.52 22 19 $6.75 lGroup IV 5104 $23.64 22 19 $6.75 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the , Building Construction Rate Sheet. • ' 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 7/04 , 1 ' COLE COUNTY OVERTIME SCHEDULE—HEAVY CONSTRUCTION ' • NO. 2: 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 weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. 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. Time R one-half(I%)shall be paid for all hours in excess of eight(8) hours per day(if working 5-8's) or ten (10)hours per day (if working 4- ' 10's), or forty(40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours),time and one-half(I%) shall be paid. For all time worked on Sunday and recognized holidays, double (2) time shall be paid. 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 workday 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 maybe worked as a make-up day at straight time (if working 4-10's). Saturday maybe 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(I%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 work week shall consist of five(5) eight (8) hour days, Monday through Friday. • The regular work day 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. 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 per work week. Overtime will be at one and one-half(I%2)times the regular rate. lfworkmen ' are required to work the recognized 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 workday 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. For all time worked on recognized holidays, or days observed as such, double(2) time shall ' be paid. 1 • ' AW 11026 hvy 01 doc ANNUAL WAGE ORDER NO. I I Page I or I Pages COLE COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO.4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving • Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday ' falls on a Sunday, Monday shall be observed. NO. 5: 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 arc 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 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 ofjeopardy 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. ' 1 AW 11026 hvy hol.doc ANNUAL WAGE ORDER NO. I I Page I of i Pages , REPLACEMENT PAGE • OUTSIDE ELECTRICIAN 1 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 ' -*Journeyman Lineman $28.96 $4.25+41.3% *Lineman Operator $25.93 $4.25+41.3% *Groundman $20.52 $4.25+41.3% UTILITY WORK ' • Occupational Title Basic Total Hourly Fringe Rate Benefits *Journeyman Lineman $27.95 $4.25+37.3% *Lineman Operator $24.13 $4.25+37.3% *Groundman $18.66 $4.25+37.3% 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 perforated in the 9th and I Oth hour,Monday through Friday,shall be paid at time and one-half(1'/2) the regular straight time rate of pay.Contactor has the option to pay two(2)hours per day at the time and one-half(11/2)the regular straight time ate 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 ns such,shall be paid for at the ate 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, 1 • ' 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 gat OUr STL A W I I in I.doe ' • AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW ' I, the undersigned, of lawful age, first being duly swom, state to the best of my Information and belief as follows: ' 1. That I am employed as by 2. That was awarded a public works ' contract for Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and ' Lafayette Streets). 3. That I have read and am familiar with Section 290.290 RSMo (1994 as ' amended)an act relating to public works contracts,which impose certain requirements upon contractors and subcontractors engaged in a public ' • works construction project In the State of Missouri. 4. That has fully complied with the ' provisions and requirements of Section 290,290 RSMo (1994 as amended) ' FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT Subscribed and sworn to before me this day of 20_. ' NOTARY PUBLIC ' My Commission Expires: ' STATE OF MISSOURI ) • ) ss ' COUNTY OF ) • EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION ' I, the undersigned, , of lawful age, ' first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded a public works contract for Project No. 33043, Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets). .3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public ' works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of • Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or Improvements, an exception applies as to the hiring of since no Missouri ' laborers or laborers from non-restrictive states are available or capable of performing ' FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT Subscribed and sworn to before me this_ day of NOTARY PUBLIC ' My Commission Expires: ' . APPROVED BY: Director of Community Development, City of Jefferson, MO • CITY OF JEFFERSON ' CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this JL day of 2005, ' by and between Sam Gaines Construction Inc.hereinafter refer* to as" ontractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 33043, Stormwater improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets). ' NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. ' Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Stormwater Improvements (Havana, Hart, Hamlin, Berry,W. Main,W. High,W. McCarty, Franklin, and Lafayette Streets)" in • accordance with the plans and specifications on file with the Department of Community Development. ' 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in ' accordance with the contract documents and any applicable City ordinances and state and federal laws, within 70 working days from the date Contractor is ordered to proceed,which order shall be issued by the Directorof Community Development within ' ten (10) days after the date of this contract. 3. Prevailing_Wages. ' To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and ' Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractorknows the prevailing hourly rate ofwagesforthis project because Contractor ' has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 11, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the ' names and occupations of all workmen employed in connection with the work to be • performed under the terms of this contract. The record shall show the actual wages ' paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent of the Jefferson City Finance Department each week. In accordance with Section 290.250 1 • RSMo, Contractor shall forfeit to the City Ten Dollars ($90.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than ' the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at Its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. ' (b) Contractor's 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 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. ' (c) Automobile Liability 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 City 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 forany one person in a single accident oroccurrence, except forthose 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 to procure and maintain all insurance required in ' Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under ' Sub-paragraphs(b)and (c)hereof shall provide adequate protection for the Contractor and Its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the Insured or by anyone directly or indirectly employed by it, and also against any 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 from operations 1 1 • by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It Is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or Indirectly ' employed by them, as Contractor is for the acts and omissions of persons It directly employs. Contractor shall cause appropriate provisions to be Inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, Insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. ' 6. Liquidated Damages. The City may deduct Five Hundred Dollars($500.00)from any amount otherwise due ' under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such ' time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays In the completion of the work due to unforeseeable causes beyond ' • Contractor's control and without fault or negligence on Contractor's part or the part of Its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior written notice to Contractor,without prejudice to any other rights or remedies of the City ' should Contractor be adjudged a bankrupt, or If Contractor should make a general assignment for the benefit of Its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly ' refuse or fail to supply enough properly skilled workmen or proper material, or If Contractor should refuse or fall to make prompt payment to any person supplying labor or materials for the work under the contract,or persistently disregard Instructions of the ' City or fall to observe or perform any provisions of the contract. B. City's Rlght to Proceed. ' In the event this contract is terminated pursuant to Paragraph 7,then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and Its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. ' The foregoing provisions are In addition to,and not in limitation of,the rights of the City • under any other provisions of the contract, city ordinances, and state and federal laws. ' 9. Indemnity. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless 1 • the City, its elected and appointed officials, employees, and agents from and against any and all claims,damages,losses,and expenses including attorneys'fees arising out ' of or resulting from the performance of the work, provided that any such claim,damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injuryto ordestruction of tangible property(other than the Work itself)Including the loss ' of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor,anyone directly or indirectly employed byany of them or anyone for whose acts any of them may be liable, regardless of whether or ' not it is caused in part by a party Indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of ' indemnity which would otherwise exist as to any party or person described in this Paragraph. ' 10. Payment for Labor and Materials. The Contractor agrees and binds Itself to pay for all labor done,and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. ' 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section • 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and Invoices of all such purchases which shall be submitted to the City. ' 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon ' acceptance of said work by the Directorof Community Development and In accordance with the rates and/or amounts stated in the bid of Contractor dated June 6,2005 which are by reference made a part hereof. No partial payment to the Contractor shall ' operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Five Hundred Thirty Thousand Three Hundred Ninety-five Dollars and Sixty-four Cents ($530,391.64). ' 13. Performance and Materialman's Bonds Reguired. Contractor shall provide a bond to the City before work is commenced, and no later ' than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of Insurance premiums for workers compensation ' insurance and all other Insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be ' acceptable to the City in its sole and absolute discretion. The amount of the bond shall • be equal to the Contractor's bid. ' 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and • the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. If anysection,subsection,sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such Illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract,the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions ' b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches • e. Signed Copy of Bid This contract and the otherdocuments enumerated in this paragraph,form the Contract ' between the parties. These documents are as fully a part of the contract as If attached hereto or repeated herein. ' 18. Complete Understanding, Memor. Parties agree that this document Including those documents described In the section entitled "Contract Documents"represent the full and complete understanding of the ' parties. This contact Includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. ' 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties ' and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. ' This contract may not be modified,changed or altered by any oral promise or statement • by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer ' of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. ' • 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. ' 22. Asslunment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. ' 23. NNondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground .' or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded ' hereunder. 24. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City,Missouri,65101,and Contractor at 3205 County Road 452,New Bloomfield,MO ' • 65063. The date of delivery of any notice shall be the second full day after the day of its mailing. 1 1 1 • IN WIT S W EREOF,the parties hereto have set their hands and seals this 1 day of 2005. ' CITY OF JEFFERSON CONTRACTOR 1 ay Title: 1 ATTEST: ATTEST: 1 City Clerk V Title: 1 1 APPROVED As TO FORM: 1 1 City ounselor 1 i 1 1 • 1 BOND 13A5868 ' • PERFORMANCE. PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned ' SAN GAINES CONSTRUCTION INC. ' hereinafter, referred to as "Contractor" and CONTRACTORS BONDING AND INSURANCE COMPANY (CBIC) a Corporation organized under the laws of the State of WASHINGTON and authorized to transact business in the State of MISSOURI as Surety, are held and firmly bound unto the CITY OF JEFFERSON hereinafter referred to as"Owner" ' in the penal sumofFIyEHUNDRED THIRTY THOUSAND.THREEHUNDRED NINTYONE DOLLARS& 64/100 ($_530,391.64 ), lawful money of the United States of America for the ' payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; ' WHEREAS, the above bounded Contractor has on the 5TH day ' of JULY —12005 ,entered Into a written contract with the aforesaid Owner forfumishing all materials,equipment,tools,superintendence,labor,and otherfacilitles and accessories, for the construction of certain Improvements as designated, defined and described In the said Contract and the Conditions thereof, and In accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof; ' • NOW THEREFORE, if the said Contractor shall and will, in all particulars,well,duly and ' faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law ' • and other Contract Documents thereto attached or, by reference, made a part thereof, ' according to the true Intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after ' acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, 1 materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries ' and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or ' Its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with Interest as provided by law: PROVIDED FURTHER,that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the ' contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and It does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: ' PROVIDED FURTHER, that if the said Contractor falls to pay the prevailing hourly rate ' of wages, as shown in the attached schedule, to any workman engaged In the construction of the Improvements as designated, defined and described In the said ' contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or ' omission, in any amount not exceeding the amount of this obligation together with Interest as provided by law: • IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the ' said Surety has caused these presents to be executed In Its name, and Its corporate • seal to be hereunto affixed, by it atomey-in-fact duly authorized thereunto so to do, at JEFFERSON CITY. MISSOURI on this the ' 5TH day of JULY 20 05 ' CONTRACTORS BONDING AND INSURANCE CO SAM GAINES CONSTRUCTION INC. ' SURETY COMPANY CONTRACTOR 13Y Za2lcwAl-) BY 3f�2n - (SEAL) ' BY LARRY D. MERTENS (SEAL) BY SAM GAINES (SEAL) Attomey-In-fact (State Representative) • (Accompany this bond with Attomey-in-fact's authority from the Surety Company certified to Include the date of the bond.) 1 r 07/14/2005 09:40 8006978310 MUTUAL OF OMAHA PAGE 02 ACM CERTIFICATE OF LIABILITY INSURANCE OPID6A ' wwwv OS THISCERTIFICATR IS ISSUED ASA MATTER OF INFORMATION . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Midrn.t Agency HOLDER.THIS CERTIFICATE DOES NOT AMEND.EXTEND OR 6915 Veteran. Maworial ParkwAy ALTERTHE COVERAGE AFFORDED RY THE POLICIES BELOW. 0•n 36 illii -hone:t: (]6.976-in0 yea 936-9764716 INSURERS AFFORDING COV[:RAO! NA1C6 "r"a •.w•• Aeu1t i 14184 wnrl• _ •••__ tr O./nes Construction, tne. Eau caiee. 6r. 1106 C(Nuntwr %)J y 6d. M.v mine Ho slags —� waww• ' CMRAOtO •Y•gtsl M.•Nmm W r•rw«r.l KI•shhr•.<ravr•w..rr••7.trw rK•K.n n•Or,w..w•.•r..fw•M•a •^4MMN•I.rwrMtOrra•wwto.•.nw.••(•rnv.rr.+.uMwl row•W Ma•we.nw.K•IrMw w•N•••w MnMwl•✓.aYM••rrlgSSlmr(+m1.rY+s M.rr n,.l M rirllrtNMMtO+r•w•srs- rwrw.•Mrr.r.r•-u�.•....rt w«wewr w r�.,.r, T� ..•.,r. m.ar Wr... _.. Ir I .. nlar.wlla .rY ... •Martl.mm t•wrK.•rM 11000000 r • Itra..urin-.•v Lt6697 01101/06 01/01/06 100000 1 pr.•uL uwl.n MW,.•,wnr( I SJJD _ •• ��^_ nr.7.wln.Kw.r .11000000 _. Grr Yr•1«4 ;1 100000D I ArIYWw-Iwawalw •gtrl•t.rMw 11000000 ••raw•rlrm iPwerl I., 1100000 A rrrn• L16667 01/01/05 01/01/04 {"0'r"' 1 ♦It-+..nm 1 •r.•..ts.nw m••••^• POnYriw.w '1 I NWI4rsm 1� wrrnrr•u KCgM 1 M`Fn 1=K• 1 w[•r.r 4Xr V{• 1 ' IKm•w•W IY•\In r.(•OCiVY1W {VIII uaM �n.ri.M KLywn 1 1 , KNI.Mt 1 ' MMnw 1 r 1 -- IrrY«ItK.r•"rM•Y9 A ron1r�� A Irnuwrlwun 1676607 01/07/05 01/01/06 el wmYtmr 1100000 W m0•t.«M Wt,•di•K drut••ar..wlmr — .. ' I•n M.rw. "Ir•wml•4om 1 100000 - I,rLr •nw nw..ruulrr '11--000 A mWiPrant Floater 1.16657 0103101 01/01/06 ' wKVTY«w•rY•/,IWMIi.KnliYnW.+.N{frrrril.•IIMI.►IrR rq.yml project 611061 atone M.k.r arylroY..rwb1 Nev'"'. Mart, Arlin. marry, Mot Main, Nast High, Meet McCarty. Franklin. L.tayette Street* CERTIFICATE HOLDER CANCVLLA71ON ' CITYJCF .a•r•M rwwwl'•K'w•••1•m•meraKUrwlw.Ylwlp r1R1 r•rr•r•w{•M Mw•.w.•IMN.r.MrKW.•M«IY1 City of Jefferson 110 6 McCarty n••Mioww•^n°'UY.m«rruraw�r�rw.rmulw.« ' Jefferson City no 65101 aMn rrr Muturlralr,tMnM • ACORD20(1001101) Am1.1d 11.-18 Over O ACORD CORPORATION 1600 1 1 f 1r f•. ��• r' r ._ti } ••'' .�' irn�•.p •--•:"�S�1_-^.rff•••^' s�_,r{: t:^�i st,p ,f'r�'^f��•^ �''• t 5i}�.�:::: •::,:,.�:".{� i••tir;;,, 5 ;tt•.,., rr .•..i •fl rr�t ...--rt•1. '•::•t!as'— titiift=rrf7.i}vb°�riy��.tgtiv.r./ •k54:c_.•('rx+'`t _rlfr,,it:�jl�+:•1•—r/t is?tctrr 5- fi�4• (r�Sfi:•rte/�i'•y;•;{��;:_rir`f;15'i..rrtpil.•' f f�J-1111'1'11'r}l•lilll �i S•ti�i5(.. i-tr1`fi�ii ti I�rlll li� i�Illl�lit'r ri(1• 1 s1f�Zr1�IIIIS�{titt(111•IIISIIS-�11�5t1}t�i 11x1.111•iyFfj 1'j(11•1`Ire �fl��'�,11 it' �•�yj•' 1 �� tr,; 11 /ti�,.:Q 11 11 Sj it 15 Ir i•. �rr 11 !1 �f((ftiC READ CAREFULLY- to be used only with the bond specified herein 'I) 111,1:'•.2 • , , , , , , , �.l.�1 •�((((�r f I�I�i�. �Ilfit ??�II ����{`1�t"i�lt„11J�+iSt:Iti:1.r 1�.t4Ci,1�1111jtitttsl� jtitEltiill���1��.Ltlf,i�i �ltt.5�.5�711f73�1tt,,ra S1�S151%,%.I�IjiItS✓�1111�111 j' 511 isi�1 11 t1:'1�:,'1'7llt71;L���1�il��t:'��i��t} } .retE4 ,t f�tt rfi, /tltrrn':5v t :;:^tlts::vltr_.i;t��r/ Lt...1r�tst5 fr.ts f+1��. 1r �. �: lr tt. t C, f S}i r� ; rhr,}} _ v. t,F-�i l rte.• sr fat„ r t••t t r= tssri:=it'• 1" 'it:. '':t`{rtC.."•?i�:::rHl'S•vtri:�:;rVl/G• r�e:'i+}fr'•...�:vfjrc .;{yr kvrC:�f�'�'�}%'r;4'vrr��' '•Y.tj�i$�fi`4��GV ' • GENERAL PROVISIONS ' FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified as set forth ' in the Special Provisions, GP-1 CONTRACT DOCUMENTS ' It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this ' Volume, Plans,all Addenda thereto issued prior to the time of opening bids for the work,all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished ' by the Engineer from time to time as are necessaryto make clear and to define in greater detail the Intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents Is to Include the furnishing of all materials,labor,tools,equipment and supplies necessaryfor constructing complete and readyto use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. • The Contract shall be executed in the State and County where the Owner is located. Three(3)copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bides submitted,the Performance Bond properlyexecuted,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall ' be filed as follows: One (1)with the City Clerk of the City of Jefferson One(1)with the Jefferson City Director of Community Development ' One (1)with the Contractor GP-2 DEFINITIONS ' Wherever any work or expression defined in this article, or pronoun used in its stead, occurs In these contract documents, it shall have and Is mutually understood to have the meaning herein given: ' 1. "Contract"or"Contract Documents"shall Include all of the documents enumerated In the previous article. 2. "Owner","City", or words 'Party of the First Part", shall mean the party entering Into contract to ' secure performance of the work covered by this Contract and his or Its duly authorized officers or agents. Generally this will be the "City of Jefferson% 3. "Contractor"or the words "Party of the Second Part"shall mean the party entering Into contract ' for the performance of the work covered by this contract and his duly authorized agents or legal representatives. ' 4. "Subcontractors"shall mean and refer to a corporation,partnership,or individual having a direct contract with the Contractor,for performing work at the Job site. • 6. "Engineer"shall mean the authorized representative of the Director of Community Development, ' (I.e.,the Engineering Division Director). 6. "Construction Representative"shall mean the engineering ortechnical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth • ' herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the ' successful bidder's proposal is accepted by the City. 8. "Day'or"days", unless herein otherwise expressly defined, shall mean a calendar day or days ' of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be , furnished under this contract, unless some other meaning Is indicated by the context. 10. "Plans"or"drawings"shall mean and Include all drawings which may have been prepared by the , Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, If and when approved by the Engineer, and all drawings submitted by the Cftyto the Contractor during the progress of the work,as provided for herein. ' 11. Whenever in these contract documents the words"as directed","as required",'as permitted","as allowed", or words or phrases of Iike Import are used, It shall be understood that the direction, requirement, permission, or allowance of the City and Engineer Is Intended. , 12. Similarly the words"approved","reasonable","suitable", "acceptable", "properly","satisfactory", or words of like effect and Import, unless otherwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable,proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression"it is • ' understood and agreed"or any expression of the like Import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard ' Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/histher duly authorized , representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract, ' GP-3 THE CONTRACTOR It Is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work,the conformation of the ground,the character,quality and quantity of the '. materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work,the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer,agent or ' employee of the City,either before or after the execution of this contract,shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shell be that of an Independent contractor. ' GP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the ' work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority • to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision , of the construction activities or responsibllity for their safety. The Engineer's sole responsibility during 1 ' • construction Is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor,but not specified or required,if adopted or followed by the Contractor In whole or in part,shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no ' responsibility therefore. GP-6 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) forthe faithful performance and completion of the work in strict accordance with ' the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the ' acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or Improper workmanship done, In the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes ' • Irresponsible,the Cityshall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract ' completed as hereinafter provided. GP-6 INSURANCE ' GP-6.1 GENERAL: The Contractor shall secure,pay for and maintain during the fife of the Contract,insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be In the amounts,form and companies satisfactory to the City. The Insuring company shall deliver to the City certificates of all Insurance required, signed by an ' authorized representative and stating that all provisions of the following specified requirements are complied with. ' All certificates of insurance required herein shall state that ten(10)days written notice will be given to the City before the policy Is canceled or changed. All certifications of Insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of Insurance shall be written in an Insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY& PROPERTY DAMAGE LIABILITY INSURANCE ' (1) Bodily Injury Liability Insurance coverage providing limits for bodily Injuries,Including death,of not less • than$2,000,000 per person and$300,000 per occurrence. ' (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than$2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY& PROTECTIVE PROPERTY • , DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per ' occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 ' aggregate. GP-6.4 CONTRACTUAL LIABILITY t Property Damage coverage with$2,000,000 aggregate limit. GP-6.6 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE ' The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage Insurance Issued In the name of the Owner and the Engineer as will protect both against any and all claims that ' might arise as a result of the operations of the Contractor or his subcontractors In fulfilling this contract. The minimum amount of such Insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the , Engineer. GP-6.6 EXCLUSIONS , The above requirements GP-6.2,6.3,6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this • , requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers,etc.,caused by the Contractor's operations. (3) The collapse of,or structural Injury to,any building or structure on or adjacent to the City's premises, ' or Injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE ' LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with , Bodily Injury or Death Limits of not less than$300,000 per person and$2,000,000 per occurrence,and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. ' The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.6 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION , Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from Injuries to and death of workmen engaged in work under this contract, and in addition the ' Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of$300,000 per person. The "AII State"endorsement shall be Included. In case any class of employees is not protected under the Workmen's Compensation Statute, the • , Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against anyclaims resulting from Injuries to and death of workmen engaged in work under • this contract. ' GP-6.9 INSTALLATION FLOATER INSURANCE This Insurance shall Insure and protect the Contractorand the Cityfrom all insurable risks of physical loss ' or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in warehouses or storage areas, during installation,during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular work Included In this contract. The coverage shall be for an amount not less than the value of the work ' at completion,less the value of the material and equipment Insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise Insured under Builder's Risk Insurance, ' Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made payable to the Contractor and the City as their Interests may appear. 1 If the aggregate value of the City-furnished and Contractor-furnished equipment is lessthan$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. ' GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, ' the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, subcontractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The ' • Contractor shall also assume responsibility for all loss or damage caused by,arising out of or incident to larceny,theft, or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to ' materials and laborconnected or to be used as a part of the permanent materials,and supplies necessary to the work. GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY ' The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages,costs, expenses,judgments,or decrees whatever arising out of action ' or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractorto do and perform any of the covenants,acts, matters,or things by this contract undertaken to be done or performed,or for the Injury,death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their ' agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen,material men,orsuppliers of machinery and parts thereof,equipment,powertools and supplies Incurred in the fulfillment of this contract. ' GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which Is herein assumed, the Contractor agrees to ' forthwith notify the City, in writing such happening,which notice shall forthwith give the details as to the happening,the cause as far as can be ascertained,the estimate of loss or damage done,the names of witnesses,It any,and stating the amount of any claim. ' GP-7 ASSIGNMENT OF CONTRACT • The Contractor shall not assign or transfer this contract nor sublet It as a whole, without the written ' consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall reffeve the Contractor of his liabilities under this contract. Should any assignee fall to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-9 SUBCONTRACTS, PRINCIPAL MATERIALS 3 EQUIPMENT ' Prior to the award of the contract, the Contractor shall submit for approval of the City a list of ' subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the Cfty for the acts and omissions of his , subcontractors and of person either directly or Indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors, , Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, Including the Engineer, shall have any power or authority ' whatsoever to bind the City or Incur any obligation in Its behalf to any subcontractor,material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS ' The City reserves the right to let other contracts in connection with this work. The Contractor shall afford ' other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work,and shall properly connect and coordinate his work with theirs, If any part of the Contractor's work depends for proper execution or results on the work of any other • , contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders It unsuitable for such proper execution and results, His failure so to Inspect and report all constitute an acceptance of the other contractor's work as fit and , proper for the reception of his work,except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by ' this Contract,the respective rights of the various Interests Involved shall be established by the Engineer, In order to secure the completion of the various portions of the work in general harmony. ' GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature , and shall give due and adequate notice to those In control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes In existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or , specified. GP-11 ROYALTIES AND PATENTS It Is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices,that might be Involved in the construction or use of the work, shall be Included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such ' and shall be liable for any damages or claims for patent Infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for • Infringement or alleged Infringement of any patent or patents involved in the work,and in case of an award ' of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. 1 ' • GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS ' GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other,and together constitute one complete set of Specifications and Plans so that any work exhibited In the one and not in the other,shall be executed just as if it has been set forth in both, In order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessaryto a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written ' instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and Intent of the contract, specifications and plans. ' GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differirom scaled measurements. No work shown on the plans,the dimensions of which are not Indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES ' The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the • conditions on the ground,or any error or omission in plans,or in the layout as given by stakes,points,or ' instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission In the plans or contract documents,as full Instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such Instructions as If originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general ' practices, as accepted by the particular trades or industries involved,shall be used. GP-12A STANDARD SPECIFICATIONS ' Reference to standard specifications of any technical society,organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT ' The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, In substantial accordance with the plans and specifications therefor. ' The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction Is to the City to endeavor to protect against defects and deficiencies in the work. ' • The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications ' therefor, provided, however, that should the Contractor object to any order given by the Construction Representative,the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free • , at all times to perform their duties, an intimidation or attempted Intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, If the City so decides, to annul the , contract. Such construction representation shall not reilevethe Contractor from any obligation to perform said Work , strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good bythe Contractor at his own expense,and free of all expense to the City, whenever so ordered by the Engineer,without reference to any previous oversight in observation of work. Any defective material or workmanship maybe rejected by the Engineer , at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and ' specifications except on written order from the Engineer,and the Contractorwill be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned , materials shall be promptly removed from the vicinity of the work. Should the Contractor fall or refuse to comply with Instructions in this respect the City may,upon certification by the Engineer,withhold payment or proceed to terminate contracts as herein provided. ' Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City ' shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer,and • shall furnish any Information required concerning the nature or source of any material which he proposes to use. GP-14 LINES AND GRADES The Department of Community Development will set construction stakes establishing lines,scopes,and ' continuous profile grade In road work, and center-Ilne and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary Information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines,grades,and bench marks and use them to lay out the work he Is to perform under , this contract, The Contractor shall notify the Department of Community Development not less than 48 hours before , stakes are required. No claims shall be made because of delays if the contractors fall to give such notice. The Contractor shall carefully preserve stakes and benchmarks, it such stakes and benchmark become damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted , from the payment for the work. Anywork done without being properly located and established by base lines,offset stakes,bench marks, orotherbasic reference pointschecked bythe Construction Representative maybe ordered removed and ' replaced at the Contractor's expense. GP-16 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall ' replace at his own cost and expense any and all such material found to be defective in design or • manufacture,or which has been damaged after delivery. This Includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior ' to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certif� In writing to the City that all materials • furnished for use in this project do conform to these specs ications. Whenever standard tests are conducted,he shall forward a copy of the test results to the City. GP-16 WATER All water required for and fn connectlon with the work to be performed shall be provided by the Contractor at his sole cost and expense. -GP-17 POWER ' All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor,shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during Its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary in the construction and execution of the work contemplated ' and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, Intemperate or Incompetent or who neglects or refuses to perform his work in a satisfactorily manner,shall be promptly discharged. ' It Is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC ' • Whenever any street is closed,the Police Department, Fire Department,and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic,the Contractor shall provide proper barricades and shall mark a detour route around the section of the project If applicable. The route of all detours shall be approved by the Director of Community Development. All ' detour signing shall conform to the latest edition of the"Manual on Uniform Traffic Control Devices", Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide access to each ' home every night. This work shall be subsidiary to the construction and no direct payment will be made for It. GP-20 BARRICADES AND LIGHTS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. ' All open trenches and other excavations shall be provided with suitable barriers, signs,and lights to the extent that adequate protection Is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. ' All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise, Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the ' minimum obstruction and inconvenience to the traveling public. All barricades,signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and In conformance with the Manual of Uniform Traffic Control ' Devices. All necessary barricades, signs,lights and other protective devices will be furnished,installed • and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for It. 1 1 GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES • ' Pipe lines and other existing underground Installations and structures In the vicinity of the work to be done ' hereunder are indicated on the plans according to the best Information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines,conduits and structures by contacting owners of underground utilities and by ' prospecting In advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstruction's not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for , extra work,additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their ' owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be ' moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid bythe Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for In this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. ' GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully , responsible for the protection of all persons including members of the public,employees of the City and employees of other contractors or subcontractors and all public and private property Including structures, - sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of , the work,or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers,signs,warning ' lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall , make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without , special Instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened loss or injury,and he shall so act. Anycompensation,claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. , The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. ' GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or ' poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS ' Neither observation of work by the City or any of their officials, employees, or agents, nor any order by - the City for payment of money,or any payment for, or acceptance of, the whole or any part of the work ' by the City, nor any extension of time, nor any possession taken by the City or its employees, shell operate as a waiver of any provision of this contract, or of any power herein reserved to the City,or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a ' • waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired bythe City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work forthis purpose-,but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-25 ADDITIONAL,OMITTED. OR CHANGED WORK ' The Owner,without Invalidating the Contract,mayorder additional work to be done in connection with the Contract or may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein Included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not Inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations In the terms or scope of the Contract shall be made under the authority of duly executed change orders Issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall ' be done as authorized by the Owner and ordered In writing by the Engineer,which order shall state the location,character,amount,and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. ' • If the modification or alteration Increases the amount of work to be done,and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price ' items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work"as hereinafter provided in this Article GP-26. ' If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred In connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used In any part of the work as actually built, ' 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. ' Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim • for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied • ' by the Specifications and not covered by the Contract proposal Items and which is not otherwise provided under this Article GP 26. ' (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined ' by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum ' 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work ' shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for HlghwayConstructfon,as published bythe Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK , The Owner may at any time suspend the work, or any pert thereof by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date ' fixed in the written notice from the Owner to the Contractor to do so. But if the work,or any part thereof, shall be stopped by the notice in writing aforesaid,and if the Owner ' does not give notice in writing to the Contractor to resume within a reasonable period of time,then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, If any. GP-29 OWNER'S RIGHT TO DO WORK • ' If the Contractor should neglect to prosecute the work properly or fall to perform any provision of this , contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT , If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the ' benefit of his creditors, or If a receiver should be appointed on account of his insolvency,or if he should persistently or repeatedly refuse or should fall, except In cases for which extension of time Is provided, to supply enough properly skilled workmen or proper materials, or If he should fell to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the ' instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever , method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid ' balance of the contract price shall exceed the expense of finishing the work,including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor, If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ' If the work should be stopped under an order of any court,or other public authority,for a period of three • ' months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five(5)days written notice to the Owner and the Engineer,stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials ' • and reasonable profit and damages. GP 31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done,of from the action of the elements,or from floods or overflows,or from ground water,or from any unusual obstruction of difficulty,or any other natural or existing circumstances either known or unforeseen, which may be encountered In the prosecution of the said work,shall be sustained and borne bythe Contractor at his own cost and expense. ' GP-32 SUNDAY,HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m.and 7:00 a.m., nor on Sundays or legal holidays, ' without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor falls to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS 1 During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall ' be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken bythe Contractor to perform the work in a proper and satisfactory manner. ' • GP-34 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case,all materials and equipment furnished for permanent Installation in the work shall be new, unused,and undamaged when installed or otherwise Incorporation In the work. No such material or equipment shall be used by the Contractor for any purpose other than that Intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS In case any action at law or suit In equity is brought against the City or any officer or agent of them for or ' on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, acts, matters,or things by this contract undertaken to be done or performed,or for the Injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies Incurred in the fulfillment of this contract,the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or ' decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER ' Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME • The time for the completion of the work is specified and it is an essential part of the contract. The ' Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the • 1 contract. A working day Is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over ' unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours,the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, , Sundays, and City holidays will not be counted as working days any time during the year. GP-39 CONTRACT TIME EXTENSION , The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish ' his claim and state the approximate number of days he estimates he will be delayed. Notice of Intention to claim an extension of contract time on the above grounds shelf be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause , for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed e vigorously to completion. Should the Contractor or in case of default the surety fall to complete the work within the time specified in the contract, or within such extra time as may be allowed In the manner set ' out in the preceding sections,a deduction of an amount as set out In the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the • ' contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time,or after any extension of the ' time, shall in no way operate as a waiver on the part of the City or any of Its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT , Contractor will be paid for quantities actually constructed or performed as determined by field , measurement (except as may be hereinafter provided) at the unit price bid for the Items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of Incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be Included in bid Items. , (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems It expedient not to correct work that has been damaged or that was not done In , accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS ' Payment for each lump sum item shall be at the lump sum bid for the item,complete in place, and shall Include the costs of all labor, materials, tools, and equipment to construct the Item as described herein and to the limits shown on the plans. ' (d) PARTIAL PAYMENT • Partial payment will be made on a monthly basis. The payment shall be based on the work that has been ' found generally acceptable under the contract by the Engineer or Inspector. A retainer equal to 10 06 of • the amount of work completed to date shall be withheld. ' (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance,the Engineer will ' promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly Issue a final certificate,over his own signature,stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained ' percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30) days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and Ilebllityto the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating ' to or affecting the work. GP-42 CERTIFICATIONS ' • GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered ' In triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at Its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are Incorporated Into the work. GP-43 LOCAL PREFERENCE ' In making purchases orin letting contractsforthe performance ofanyjoborservice,ihepurchasingagent shall give preference to all firms,corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance ' promised is equal or better and the price quoted Is the same or less. ' GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases In excess of$5,000,the City shall select products manufactured,assembled or produced In the United States,if quantity,quality,and price are equal. Every contract for public works construction ' or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF CONTRACT-REJECTION OF BIDS • All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor Intends to use on the project. Compliance with this ' requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, • , complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and It is in the Interest of the City of Jefferson,Missouri to accept same. The bidder to whom ' an award is made will be notified at the earliest possible date. The City of Jefferson,however,reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their Interest. , GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and priorto final payment,each contractor and subcontractor hereunder shall , file with the City of Jefferson, Missouri, Department of Community Development,an affidavit stating that the contractor or subcontractor has fully compiled with the provisions and requirements of Section 290.290,RSMo(1994 as amended),an act relating to public works contracts. The City of Jefferson shall ' not Issue a final payment until such affidavit Is filed. GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which Is defined as any month ' Immediately following two consecutive calendar months during which the level of unemployment In the State has exceeded five percent(5°6)as measured by the U.S. Bureau of Labor Statistics in Its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- ' restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are Incapable or performing the particular type of work Involved, if so certified by the contractor or , subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this - provision would conflict with any federal statute, rule or regulation. , Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects In that state,as determined , by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. GP40 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND ' MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that , the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when In fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are Incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose , subcontractor makes a false statement, shall hold harmless and Indemnify the City for any liability assessed against It or any additional expenses Incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from ' non-restrictive states,absent statutory exceptions,wheneverthere is a period of excessive unemployment in Missouri,agrees to hold harmless and indemnlfythe City of Jefferson,Missouri,for any(lability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because , of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS • ' 1 1 . SPECIAL PROVISIONS ' FORWARD: The provisions of this section take precedence over any other provisions in these specifications. ' SP-1 PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or all of the bid for the project. ' SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, Its ' scheduling and Its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner,the Engineer, the Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may ' wish to Invite. The work schedule specified In Section IB-23 of the Information for Bidders will be submitted at the conference. SP-3 PREVAILING WAGE LAW ' Bidders are hereby advised that compliance with the Prevailing Wage Law, Section 290.210 through 290.340 Inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20) ' • Section 290.205 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. SP-4 PROOF OF INSURANCE ' All certificates of Insurance provided for this project shail be Insured directly from the company affording coverage. Certification from a local agent In not acceptable without the necessary paperwork empowering and authorizing the agent to sign the surety's name. ' In addition,when an aggregate amount is Included, a statement of the amount of that aggregate available to date shall also be attached. ' SP-1 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's ' Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included in the contract documents. All construction details Included with the plans and attached hereto shall be used In constructing this project. SP4 PROTECTION OF ADJACENT PROPERTIES ' Surface water shall be diverted and otherwise prevented from entering or damaging adjacent • property as a result of precipitation during construction. 1 SP-5 ACCESS TO ADJACENT PROPERTIES • , Prior to the removal of the driveways to any dwellings or buildings,the Contractor shall notify the t Inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other Items that may be Inaccessible during construction activities.The contractor shall provide for ' vehicular access to all adjacent properties at the end of each working day. Pedestrian access shaft be maintained at all times. Suitable access shall be provided across trenches,ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall , be used to warn the public of the dangers that may be present. SP-6 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to ' construction.The necessary adjustment of utility services such as water, gas,telephone,electric and sanitary sewer, including meters, valves, manholes and other appurtenances not specifically ' called out on the plans shall be subsidiary to the work. SP-7 ROCK REMOVAL No explosives shall be used on this project. Rock shall be removed by mechanical chipping,Jack- , hammering or other methods approved by the Engineer. SP-8 STREET CLOSURE, PROJECT PHASING,AND TRAFFIC CONTROL , For this project the contractor has the option of closing the effected streets to traffic, or maintaining traffic by use of flaggers or other means acceptable to the engineer and meeting the • ' requirements of the MUTCD. If the contractor chooses to close the street to traffic he shall keep the closure time to a practical minimum as determined in concert with the engineer. He shall also meet the notification of closure specified In GP- 19 as well as notifying adjacent landowners.A ' traffic control plan has been provided for the street closures. If the contractor chooses to maintain traffic on the street, he shall provide the necessary traffic control personnel, such as flagmen,and any signing,warning devices and signs necessary as established by the MUTCD to maintain traffic flow.A typical minimum sign requirement has been provided in the traffic control plan. , Excluding the intersection of Lafayette and Franklin Streets no two Intersections may be closed to traffic at the same time. ' The Improvements to the Intersection of Franklin and Lafayette Streets(Area of Improvements #7) must be completed by Friday,August 19, 2005 All work shall be In accordance with the Manual on Uniform Traffic Control Devices. Signs, ' cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. SP-9 CONSTRUCTION STAKING , The construction staking for this project will be the responsibility of the contractor. ' SP-10 SANITARY SEWER The installation of the sanitary sewer, including the adjustment to all manholes, shall conform to ' the City of Jefferson Sanitary Sewer Specifications. All care shall be taken to limit damage to the existing sanitary sewer mains. Damage to the sewer • ' ' • mains caused by negligence shall be repaired at the contractors expense. SP_11 SUGGESTED CONSTRUCTION SEQUENCE FOR THE 15"SANITARY SEWER The flow in the present system will need to be maintained during the construction of the new 15" ' sewer main.The system has an average flow rate of approximately 400 gpm with a peak flow rate of 1300 gpm. Given the location of the sewer with respect to the adjoining buildings the amount of storage in the system is limited. ' The suggested construction sequence Includes the construction of "doghouse"manholes at locations B and D. Upon being built, a pump around between the two could be established.At that point the slormwater pipe could be Installed.Simultaneously manhole C and the associated pipe could be constructed.This can be facilitated by making use of a second pump around for the Intersecting pipe beginning at the manhole at the alley on Berry Street between McCarty and High Streets.This second bypass would allow manhole C to be built while dealing with the flow from only four residences. This Is a suggested sequence, and the contractor Is free to suggest a method that better suits his construction style or capabilities. SP-12 3"ROLLED STONE BASE Payment for 3"Rolled Stone Base shall be made by square yard measured from back of curb to back of curb, plus one(1)foot. Any additional thickness necessary under the curb and gutter section,that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this Item. No additional payment will be made. ' • SP-13 TOPSOIL IN AREAS TO BE SEEDED OR SODDED The top six(6) Inches of all areas of the project to be seeded or sodded shall be free of rocks, stones and clods prior to seeding.This may require the contractor to utilize a mechanical rock rake, hand picking of stones, and/or placement of six(6)Inches of clean topsoil In those areas to be seeded or sodded. No direct payment will be made for this requirement.All areas to be seeded or sodded shall be Inspected prior to seeding and mulching, Any deficiency shall be corrected prior to the seed application. SP-14 AREA OF IMPROVEMENTS#1 STRUCTURE#1 ' The existing 18"CMP exiling inlet#1 shall be removed and replaced with a 12"aluminized CSP as shown on the plans.Any damage to the existing inlet shall be repaired at the contractors expense. ' SP-15 AREA OF IMPROVEMENTS 01 STRUCTURE 04 Structure#4 Is located at the intersection of the existing piping. Its exact depth and location have been determined using available information which has not been field verified.The contractor shall verify the location of this Intersection at the beginning of construction in this area, and any deviation in the location or depth of this Intersection is to be reported to the engineer.The existing ' outflow pipe is to remain In place.Any damage to outflowing pipe shall be repaired by the contractor at his expense. SP-16 USE OF PRECAST STRUCTURES • Precast structures will not be allowed for this project. 1 SP-17 SURFACE REPAIR FOR STREETS For all trenches cut through the street the surface repair shall follow the Patching and Backfilling • ' Paved Streets detail in the City of Jefferson Standard Drawings. SP-18 ALUMINIZED CSP All the Corrugated Steel Pipe on the project shall be annular riveted Aluminized Steel Type 2. t SP-19 COORDINATION WITH THE CONTRACTOR FOR CITY OF JEFFERSON PROJECT#31075 , The contractor shall coordinate with the contractor who is awarded the contract for project #31075.That project consists of improvements to the sewer and stormwater systems at the Intersection of Brooks and McCarty Street.This coordination consists of timing construction , activities so that the Intersections of Brooks and Berry with McCarty Street are not closed at the same time, and to ensure that posted detour routes do not conflict with each other. SP-20 MEASUREMENT AND PAYMENT ' Item No. 1 -Construction Signage and Traffic Control ' This Item shall Include all labor, material, equipment, and services necessary to provide the signage shown on the traffic control plan, and all barrels, cones,flaggers, and other apparatus needed to meet the requirements of the MUTCD.The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at ' the lump sum bid price. Item No.2-Sill Fence • This item shalt include all labor, equipment, materials and services necessary for the , Installation of silt fence as shown on the plans, along the toe of the slope at Area of Improvements#7, and as further directed by the engineer. It shall also Include the removal and disposal of the fence after the placement of the erosion blanket or ' establishment of grass. Measurement will be made by the linear foot of fence installed, and will be paid by the linear foot at the bid price. Item No.3-Clearing and Grubbing ' This Item shall Include all labor, equipment, materials and services necessary to clear and grub the site.The requirements for this Item are contained the Technical Street Specifications TS-1 to TS-1.1.3. The work provided herein will not be measured for , payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. Item No.4-Removals , This Item shall Include all labor, material,equipment, and services necessary to remove the Improvements on the site.The requirements for these removals is contained In the Technical Street Specifications TS-1.2 to TS-1.2.4.The work provided herein will not be , measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. Excepted from this item is the removal of curb and gutter and sidewalk.The removal of , the existing curb and gutter shall be included in Item number 8.03"Type A Curb and Gutter Removal & Replacement",while the removal of the existing sidewalk shall be Included in item number 8.12 "4"PCC Sidewalk Removal &Replacement". Item No. 5- Earthwork . ' This Item shall Include all labor, material, equipment, and services necessary to grade the site to the elevations shown on the plans.This work consists of but Is not limited to, , ' • hauling, placement, compaction, subgrade preparation, and finish grading. It shall also Include the necessary placement and grading of topsoil materials in areas that are to be ' vegetated.The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. Item No.6.01 - 12"Dia. HDPE This Item shall Include all labor, material, equipment, and services necessary for the installation of 12"Dia. HDPE as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details This shall Include but is not ' limited to,trenching, bedding, haunching, backfilling, and surface repair.This Item does not Include any rock excavation, as it will be paid under a separate Item. The work provided herein will be measured by the linear foot of Installed pipe,and will be paid In a like fashion at the unit price. ' Item No. 6.02- 12"Dia.Aluminized CSP This Item shall Include all labor, material, equipment, and services necessary for the ' installation of 12"Dia.Aluminized CSP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details This shall Include but Is not limited to,trenching, bedding, haunching,backfilling, and surface repair.This item does not include any rock excavation, as it will be paid under a separate Item. The work ' provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. ' Item No. 6.03-15"Dia. RCP Class III This Item shall Include all labor, material,equipment,and services necessary for the Installation of 15" Dia. RCP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details.This shall Include but is not ' • limited to,trenching, bedding, haunching, backfiffing, and surface repair.This Item does not Include any rock excavation, as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of installed pipe, and will be paid in a ' like fashion at the unit price. Item No. 6.04- 15"Dia, HDPE This Item shall Include all labor, material, equipment, and services necessary for the ' installation of 15" Dia. HDPE as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details. This shall Include but is not limited to, trenching, bedding, haunching, backfilling, and surface repair.This item does not Include any rock excavation,as It will be paid under a separate Item.The work ' provided herein will be measured by the linear foot of installed pipe, and will be paid in a like fashion at the unit price. ' Item No. 6.05-15"Dia,Aluminized CSP This item shall include all labor, material, equipment, and services necessary for the Installation of 15'Dia,Aluminized CSP as shown on the Plans,and as specified In the City of Jefferson Standard Specifications and Standard Details This shall Include but Is not ' limited to, trenching, bedding, haunching, backfilling, and surface repair.This Item does not Include any rock excavation, as it will be paid under a separate Item. The work provided herein will be measured by the linear foot of installed pipe, and will be paid in a ' like fashion at the unit price. Item No. 6.06- 18"Dia. RCP Class III This Item shall Include all labor, material, equipment, and services necessary for the ' Installation of 18" Dia. RCP as shown on the Plans,and as specified in the City of Jefferson Standard Specifications and Standard Details.This shall Include but is not • limited to, trenching, bedding, haunching, backfilling, and surface repair.This Item does ' not Include any rock excavation, as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a • ' like fashion at the unit price. Item No. 6.07-18"Die. HDPE ' This Item shall Include all labor, material,equipment, and services necessary for the Installation of 18" Die. HDPE as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details.This shall Include but Is not , limited lo, trenching, bedding, haunching, backfilling, and surface repair.This Item does not include any rock excavation,as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of installed pipe, and will be paid in a ' like fashion at the unit price. Item No. 6.08-24"Dia. RCP Class III This Item shall Include all labor, material,equipment, and services necessary for the , Installation of 24" Dia. RCP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details.This shall include but is not limited to, trenching, bedding, haunching, backfilling, and surface repair.This item does , not Include any rock excavation,as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of installed pipe,and will be paid in a like fashion at the unit price. Item No.6.09-24"Dia.HDPE ' This item shall Include all labor, material,equipment, and services necessary for the Installation of 24" Dia. HDPE as shown on the Plans, and as specified in the City of , Jefferson Standard Specifications and Standard Details.This shall include but Is not limited to,trenching, bedding, haunching, backfilling, and surface repair.This Item does not Include any rock excavation, as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. Item No.6.10-24" Dia.Aluminized CSP ' This item shall Include all labor, material, equipment, and services necessary for the installation of 24" Dia.Aluminized CSP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details This shall Include but is not limited to,trenching, bedding,haunching, backfilling, and surface repair.This Item , does not Include any rock excavation, as It will be paid under a separate Item.The work provided herein will be measured by the linear foot of Installed pipe,and will be paid in a like fashion at the unit price. , Item No.8.11 -36"Dia. RCP Class III This Item shall Include all labor,material, equipment, and services necessary for the Installation of 36" Dia. RCP as shown on the Plans, and as specified in the City of ' Jefferson Standard Specifications and Standard Details.This shall Include but is not limited to,trenching, bedding, haunching, backfilling, and surface repair.This Item does not Include any rock excavation,as it will be paid under a separate Item.The work provided herein will be measured by the linear foot of Installed pipe, and will be paid In a , like fashion at the unit price. Item No. 6.12-36"Dia. HDPE ' This Item shall Include all labor, material, equipment, and services necessary for the Installation of 36" Dia. HDPE as shown on the Plans, and as specified In the City of Jefferson Standard Specifications and Standard Details,This shall Include but Is not limited to, trenching, bedding, haunching, backfilling, and surface repair.This item does ' not Include any rock excavation, as it will be paid under a separate item.The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a • like fashion at the unit price. ' Item No.6.13-4'x 3'Type A Inlet • This item shall include all labor, material, equipment, and services necessary for the ' construction of 4'x 3'Type A Inlets as shown on the Plans and detailed In the City of Jefferson Standard Details. The work provided herein will be measured per each Inlet constructed, and will be paid in a like fashion at the bid price. ' Item No.6.14-4'x 4'Type A Inlet This Item shall Include all labor, material, equipment, and services necessary for the ' construction of a 4'x 4'Type A Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each inlet constructed, and will be paid in a like fashion at the bid price. Item No.6.15-6'x 3'Type A Inlet This item shall Include all labor, material, equipment, and services necessary for the construction of 6'x 3'Type A Inlets as shown on the Plans and detailed in the City of ' Jefferson Standard Details, The work provided herein will be measured per each inlet constructed, and will be paid in a like fashion at the bid price. Item No.6.16-6'x 6'Type A Inlet ' This Item shall Include all labor, material, equipment,and services necessary for the construction of a 6'x 6'Type A Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each inlet constructed, and will be paid in a like fashion at the bid price. Item No.6.17-4'x 4'Type C Inlet This Item shall Include all labor, material,equipment, and services necessary for the ' • construction of 4'x 4'Type C Inlets as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each inlet constructed, and will be paid in a like fashion at the bid price. Item No.6.18-6'x 4'Type C Inlet This Item shall Include all labor, material, equipment, and services necessary for the construction of a 6'x 4'Type C Inlet as shown on the Plans and detailed In the City of ' Jefferson Standard Details. The work provided herein will be measured per each Inlet constructed, and will be paid In a like fashion at the bid price, Item No.6.19-4'x 3'Grated Inlet ' This item shall include all labor, material, equipment, and services necessary for the construction of a 4'x 3'Grated Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each Inlet ' constructed, and will be paid in a like fashion at the bid price. Item No.6.20-4'x 4'Junction Box This Item shall Include all labor, material, equipment, and services necessary for the ' construction of 4'x 4'Junction Boxes as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each junction box constructed, and will be paid in a like fashion at the bid price. ' Item No. 6.21 -5'x 5'Junction Box This Item shall Include all labor, material, equipment, and services necessary for the construction of a 5'x 5'Junction Boxes as shown on the Plans and detailed in the City of ' Jefferson Standard Details. The work provided herein will be measured per each junction box constructed, and will be paid in a like fashion at the bid price. • Item No.6.22-Cast in Place End Section, Area#2 1 This item shall include all labor, material, equipment,and services necessary for the • , construction of a concrete end section as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will not be measured for payment, ' but will be considered a lump sum unit and will be paid at the lump sum bid price. Item No.6.23-Cast in Place End Section, Area#3 This Item shall Include all labor, material, equipment,and services necessary for the ' construction of a concrete end section as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. ' Item No.6.24-Gabion Mattress This Item shall include all labor, material, equipment, and services necessary for the installation of the gabion mattresses as shown on the plan.The mattresses are to be , Installed per manufacturers recommendations.This item shall Include, but is not limited to the shaping of the channel, the filter cloth, the baskets, and the required rock. The work provided herein will be measured by the square yard, and will be paid in a like fashion at ' the bid price. Item No. 6.25-Rock Excavation This Item shall Include all labor, material, equipment, and services necessary for the ' mechanical removal of rock. Rock is defined as being sandstone,limestone,chert, granite, sillstone, quartzite, slate, shale,occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 '/2 yard in volume, in ledges six(6)Inches or more in thickness.The work provided herein will be measured by the ' cubic yard, and will be paid in a like fashion at the unit price. Item No.6.26-Filling of Abandoned Pipes • , This Item shall Include all labor, material, equipment, and services necessary for the filling of pipes that are to.be abandoned In plane.The pipes shall be filled with flowable grout with the ends capped as required to place the grout.The work provided herein will be measured by the cubic yard of grout used, and will be paid in a like fashion at the unit ' price. Item No.6.27-Adjust Water Service Lines This Item shall Include all labor, material,equipment, and services necessary for adjustment of water service lines and other associated appurtenances to allow of the placement of the proposed stormwater system.The work provided herein will be measured per each line adjusted,and will be paid in a like fashion at the unit price. ' Item No. 7.01 -4'Dia. Sanitary Sewer Manhole(McCarty Street) This Item shall Include all labor, material, equipment, and services necessary for the construction of 4'dia. sanitary sewer manholes, located at the Intersectlon of McCarty and ' Barry Streets, noted on the Plans as"B", "C", and"D".The manholes are to be constructed as shown on the Plans and as detailed in the City of Jefferson Standard Drawings and specifications.This Item shall Include all connections to the existing system ' and all necessary bypass pumping required for the construction of the manholes and sewer.The work provided herein will be measured per each structure constructed, and will be paid In a like fashion at the unit price, ' Item No. 7.02-4'Dia.Sanitary Sewer Manhole(Alley) This Item shall Include all labor, material, equipment, and services necessary for the construction of a 4'dia, sanitary sewer manhole.The manhole is to be constructed as ' shown on the Plans and as detailed in the City of Jefferson Standard Drawings and specifications.This Item shall include all connections to the existing system.The work • provided herein will be measured per each structure constructed, and will be paid in a like ' • fashion at the unit price. ' Item No. 7.03-1 S"Die. PVC Pipe This Item shall Include all labor, material,equipment, and services necessary for the installation of 15"dia. PVC pipe.The pipe is to be Installed shown on the Plans, as detailed In the City of Jefferson Standard Drawings and as specified in the City of Jefferson Standard Sanitary Sewer Specifications.The work provided herein will be measured by the liner foot,and will be paid in a like fashion at the unit price. ' Item No. 7.04-8"Die. PVC Pipe This Item shall Include all labor, material,equipment, and services necessary for the Installation of 8"dia. PVC pipe.The pipe is to be installed as required by construction activity, as detailed In the City of Jefferson Standard Drawings and as specified in the City ' of Jefferson Standard Sanitary Sewer Specifications.The work provided herein will be measured by the liner foot, and will be paid In a like fashion at the unit price. Item No. 7,05-Sewer Lateral This Item shall Include all labor, material,equipment, and services necessary for the Installation of sewer lateral pipe.The pipe is to be installed as required to accommodated the Installation of the proposed stormwater system.The pipe Is to be Installed as detailed In the City of Jefferson Standard Drawings and as specified in the City of Jefferson Standard Sanitary Sewer Specifications.The work provided herein will be measured by the liner foot along the flow line of the pipe,with no direct payment being made for any required cieanouts or other appurtenance. Payment will made by the linear foot at the unit price. Item No. 7.06-Adjust Manhole • This Item shall Include all labor, material, equipment, and services necessary for the adjustment of existing manholes.The adjustment shall follow all specifications of TS- 14.1.2.and brought to the proposed grade. The work provided herein will be measured ' per each structure adjusted, and will be paid In a like fashion at the bid price. Item No.8.01 -Subgrade Stabilization This Item shall Include all labor, material,equipment, and services necessary to identify and stabilize unsuitable soil encountered within the project limits. In a case where unsuitable material In found, the contractor, under the direction of the engineer shall furnish and place stone (the size of which will be determined by the engineer based on the conditions) as required to provide a stable sub-grade. Where possible, a portion of ' the stone shall be mixed with existing soil to create a stable subgrade.This Item shall also Include the removal of the unsuitable material and Its disposal off-site.The work provided herein will be measured by the ton of stone provided based on tickets submitted to the City at the time the work Is undertaken. Payment will be made by the ton at the bid price. Item No, 8.02-3"Rolled Stone Base This item shall include all labor, material, equipment, and services necessary for the placement and compaction of a 3"lift of stone base as shown In the standard cross sections. The work provided herein will be measured by the square yard, and will be paid In a like fashion at the unit price. ' Item No. 8.03-Type A Curb and Gutter, Removal &Replacement This item shall Include all labor, material, equipment, and services necessary for the removal of the existing curb, or curb and gutter, and the construction of standard type A ' curb and gutter in accordance with the City of Jefferson Standard Details and specifications.The work shall also include(in applicable areas)the cutting of the existing • pavement to provide a neat line to which the new gutter can be poured.The work provided herein will be measured by the linear foot at the flow line of the gutter for all 1 1 constructed curb and gutter sections. Payment will be made by the linear foot at the bid , price. • Item No. 8.04-6"PCC Residential Drive Approach ' This Item shall Include all labor, material, equipment, and services necessary for the construction of residential drive approaches as shown on the Plans and detailed in the City of Jefferson Standard Details and specifications.The work provided herein will be ' measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 8.05-6"PCC Commercial Drive Approach , This Item shall Include all labor, material, equipment, and services necessary for the construction of commercial drive approaches as shown on the Plans and detailed in the City of Jefferson Standard Details and specifications. The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. , Item No.8.06-6"PCC Sidewalk, Residential/Commercial Drive This item shalt include all labor, material, equipment, and services necessary for the ' construction of 6"thick sidewalks and driveways shown on the Plans and detailed In the City of Jefferson Standard Details and specifications.The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 8.07-6"PCC Pavement , This Item shall Include all labor, material, equipment, and services necessary for the construction of a 6"thick PCC pavement section. (Franklin Street)The pavement shall be placed as shown on the plans and shall conform to City of Jefferson Technical ' Specifications.This item shall Include all dowels, expansion,Joints, and Joint sealer as required.The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. • ' Item No. 8.08-AC Base This item shall include all labor, material, equipment, and services necessary for the placement of asphaltic concrete base.The pavement shall be placed as shown on the , plans and shall conform to City of Jefferson Technical Specifications.The AC base shall be placed in lifts of no greater than 4".The work provided herein will be measured by the ton, and will be paid In a like fashion at the unit price. ' Item No. 8.09-AC Surface BP 1 This Item shall include all labor, material, equipment, and services necessary for the placement of asphaltic concrete surface,The pavement shall be placed as shown on the ' plans and shall conform to City of Jefferson Technical Specifications.The work provided herein will be measured by the ton, and will be paid in a like fashion at the unit price. Item No.8.10-Cold Milling(Asphalt) ' This Item shall include all labor,material, equipment, and services necessary for the cold milling of asphalt.The area of milling is located at the intersection of Hari and High Streets and shown in the plan and typical section. The work provided herein will be , measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 8.11 -4"Gravel Drive This Item shall Include all labor, material, equipment, and services necessary for the ' restoration of the existing gravel driveways.The stone shall be 1"clean limestone, or other size deemed appropriate by the engineer. It shall be placed so as to provide a smooth transition to the existing stone drive.The work provided herein will be measured ' by the square yard, and will be paid in a like fashion at the unit price. Item No. 8.12-4"PCC Sidewalk, Removal&Replacement • ' • This Item shall Include all labor, material, equipment,and services necessary for the removal of the existing sidewalks and the construction of 4"thick portland cement ' concrete sidewalks of varying width.The work shall include all sub-grade preparation and compaction,the sawing and placement of all joints, and all required expansion as specified or shown on the plans.The work provided herein will be measured by the ' square yard of constructed sidewalk,with payment by the square yard at the bid price. Item No.8.13-6"PCC Sidewalk Ramps This Item shall include all labor, material,equipment,and services necessary for the construction of 6"thick portland cement concrete sidewalk ramps as shown in the City of Jefferson Standard Details,The work shall Include the sawing and placement of all joints and placement of expansion as specified or shown on the plans.The work provided herein will be measured by the square yard,with payment by the square yard at the bid ' price. Item No.8.14-6"Monolithic Curb ' This Item shall Include all labor, material, equipment, and services necessary for the construction of 6"tall monolithic curb as shown In the City of Jefferson Standard Details. This Item is undistributed. The work shall Include all sub-grade preparation and ' compaction and the sawing and placement of all joints as specified or shown on the plans.The work provided herein will be measured by the linear foot,with payment by the linear foot at the bid price. Item No.8.15-12"Monolithic Curb This Item shall Include all labor, material, equipment, and services necessary for the construction of 12"tall monolithic curb as shown in the City of Jefferson Standard Details. ' • This Item is undistributed. The work shall Include all sub-grade preparation and compaction and the sawing and placement of all joints as specified or shown on the plans.The work provided herein will be measured by the linear foot,with payment by the MMear foot at the bid price. ' Item No. 8.16-Concrete Steps This Item shall Include all labor, material,equipment,and services necessary for the construction of concrete steps as shown In the City of Jefferson Standard Details,This Item is undistributed.The work shall Include the saw cutting existing steps to create a clean line, sub-grade preparation and compaction,forming and placement, and the sawing and placement of all joints as specified or shown on the plans.The work provided ' herein will be measured by the cubic yard,with payment by the cubic yard at the bid price. Item No, 9.01 -Erosion Control Blanket ' This Item shall Include all labor, material,equipment, and services necessary for the installation of a short term erosion control blanket.This blanket shall be North American Green S75 or approved equal. It shall be Installed according to the manufactures specifications using the red dot stapling pattern(1.15 staples per square yard).The ' blanket is to be Installed in the disturbed area between structure 38 and 39(area of Improvement#7), and in disturbed areas at the end sections in area of improvement#2 and#3, and as directed by the engineer,This Item shall also Include all fertilizing and ' seeding required In the areas it covers. The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 9.02-Seeding and Mulching ' This item shall include all labor, material, equipment,and services necessary for the fertilizing, seeding and mulching of all disturbed areas not receiving erosion control • blankets. The seeding shall follow the specifications found in TS-9.3. The contractor, at ' his option, may submit an alternate seed mix for consideration.The work provided herein 1 will be measured by the acre, and will be paid in a like fashion at the unit price. • ' Item No.9.03-Zoysia Sod ' This Item shall Include all labor, material, equipment, and services necessary for the placement of zoysia sod.The zoysia sod is to be placed in disturbed areas previously having zoysia grass. Direction as to these areas will be given by the engineer.The sod ' shall be placed according to TS-9.2.The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 10.01 -Sidewalk Removal , This Item shall include all labor, material,equipment, and services necessary for the removal of the existing sidewalks as shown on the plans.The work provided herein will be measured by the linear foot of sidewalk removed,with payment by the linear foot at the ' bid price. Item No. 10.02-4"PCC Sidewalk This Item shall Include all labor, material, equipment, and services necessary for the , construction of 4"thick portiand cement concrete sidewalks of varying width.The work shall Include all sub-grade preparation and compaction, the sawing and placement of all joints, and all required expansion as specified or shown on the plans, The work provided , herein will be measured by the square yard of constructed sidewalk,with payment by the square yard at the bid price. Item No. 10.03-Type A Curb and Gutter, Removal&Replacement ' This Item shall Include all labor, material,equipment, and services necessary for the removal of the existing curb, or curb and gutter, and the construction of standard type A curb and gutter in accordance with the City of Jefferson Standard Details and • , specifications. The work shall also Include the cutting of the existing pavement to provide a neat line to which the new gutter can be poured.The work provided herein will be measured by the linear foot at the flow line of the gutter for all constructed curb and gutter sections. Payment will be made by the linear fool at the bid price. ' Item No. 10.04-6"PCC Commercial Drive Approach This Item shall Include all labor, material,equipment,and services necessary for the ' construction of the commercial drive approach as shown on the Plans and detailed In the City of Jefferson Standard Details and specifications.The work provided herein will be measured by the square yard, and will be paid In a like fashion at the unit price. 1 1 1 1 • 1 1 ' CITY OF JEFFERSON 1 TECHNICAL STREET SPECIFICATIONS 1 .1 ,1 1 ,1 1 1 1 ' REVISED OCTOBER,2000 TECHNICAL STREET SPECIFICATIONS • ' TABLE OF CONTENTS ' Section Page , 1.0 Clearing, Grubbing and Removal 1 2.0 Earthwork 3 , 3.0 Cleanup 12 4.0 Pipe Sewer Construction 13 5.0 Drainage Structures 20 ' 6.0 Concrete 26 7.0 Asphaltic Concrete 35 ' 8.0 Portland Cement Concrete Pavement 38 9.0 Lawn Repair and Seeding 41 ' 10.0 Reinforced Concrete Double Box Culverts and Retaining Walls 44 11.0 Crushed Stone Driveways 46 ' 12.0 Rip Rap 47 13.0 Rock Excavation 47 • 14.0 Sanitary Sewer Adjustments 48 ' 15.0 Underdrain 50 16.0 Pavement Marking 51 ' 17.0 Omitted 53 18.0 . Traffic Signals 54 , 19.0 Omitted 61 20.0 Fencing 61 ' 21.0 Certificates of Compliance 62 22.0 Schedule of Work 64 ' 23.0 Maintenance of Traffic and Access 65 24.0 Temporary Surfacing 65 25.0 Dust Control 66 ' 26.0 Property Corners and Monumentation 66 27.0 Cleanup 66 ' 28.0 Traffic Signs, Stop Signs, and Street Signs 66 29.0 Downspout Drains 67 ' 30.0 Subsidiary Items 67 • 1 ' • TECHNICAL STREET SPECIFICATIONS ' TS-1. CLEARING. GRUBBING AND REMOVAL ' TS-1.1 Clearing and Grubbing TS-1.1.1 Scope: This work shall consist of clearing, grubbing, removing, and disposing of ' vegetation within the construction limits. TS-1.1.2 Construction Requirements:The Engineer will establish the construction limits and ' will designate all trees, shrubs, vegetation within the construction limits shall be removed and properly disposed of. Stumps and roots in cut area shall be grubbed to a depth of not less than twelve(12) inches below the finished earth grade. Grubbing of Osage orange or locust hedge shall include removal of roots. In embankment areas,undisturbed stumps and roots ' extending not more than six (G)inches above the ground line may remain,provided they are a minimum of three(3)feet below the finished earth grade or the slope ofthe embankment. Except in areas to be excavated,stump holes shall be backfilled with ' suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations,all burning • of products of clearing and grubbing shall be done under the care of a competent ' watchman at such times and in such manner that neither vegetation on adjacent property nor that designated to remain on the right-of-way will be jeopardized. The ' burial of stumps and debris will not be permitted on the right-of-way. Products of clearing grubbing may be removed from the right-of-way and disposed of out of sight from the roadway provided an acceptable written agreement with the property owner ' on whose property the products are placed is submitted by the contractor. The contractor shall scalp all areas where excavation or embankment is to be made, ' except that mowed,burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust, and decayed ' vegetable matter from the surface of the ground without removing more earth than is necessary. The products of scalping shall be disposed of away from the site of the work unless permission is granted by the Engineer to allow such disposal on the ' right-of-way. All such disposal shall be at the contractor's sole expense. TS-1.1.3 Measurement and Payment: No measurement will be made of clearing and grubbing. Payment for clearing and grubbing will be at the lump sum price bid. ' TS-1.2 REMOVALS ' • 2 7TS-1.2.1 This work shall consist of remov ing all drainage structures, pavements,ng, and base courses of all types,curb, curb and gutter, sidewalks and house steps,retaining walls,foundation walls,catch basins,manholes,drainage and pipes,water and gas main pipes,other objects or structures and other existing ements which conflict with the work and are not designated to remain in No listing of items to be removed will be made. TS-1.2.2 Construction Requirements: Old pavements, abandoned sewers or pipe lines, or ' other obstructions to the construction of the roadway or within the limits of the right- of-way and not designated or permitted to remain,shall be removed or disposed of by the Contractor away from the site of the work. , In removing pavement, curb, curb and gutter, gutters, sidewalk, and other similar improvements,and where a portion of such improvements are to be left in place,they ' shall be removed to an existing joint or to a joint sawed to a minimum depth of one inch with a true line and vertical face. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless of any limits which may be indicated on the plans. All sewers,drainage pipes and floor drains which have been or are to be abandoned ' shall be permanently sealed at the ends with bulkheads constructed of concrete or brick masonry, having a minimum thickness of 8 inches. The use of salvaged brick will be permitted for constructing bulkheads provided the brick are clean and sound. • ' No direct payment will be made for blocking abandoned sewers,drainage pipes, or floor drains. Broken concrete, paving material, bricks or rubble may be placed in roadway ' embankment provided they are well spread, completely surrounded by dirt and are ' not located within twelve inches of the finished subgrade,shoulder or ground surface. TS-1.2.3 Measurement:The work provided herein will not be measured for payment,but will ' be considered a lump sum unit. This shall include the removal of all items,whether in view or hidden underneath the surface of the ground,regardless of whether shown on the plans or encountered during construction. ' TS-1.2.4 Payment: The accepted removal of improvements will be paid for at the contract lump sum bid price. , TS-2 EARTHWORK: , TS-2.1 Scone: This work shall include all labor,material,equipment and services necessary ' to complete all earthwork as shown on the plans and specified herein including • 3 , ' • roadway excavation, embankment, subgrade preparation and finish grading. TS-2.2 Earthwork for Roadway: ' TS-2.2.1 The term, "Roadway", as used in this Section, is defined as including roadways, roadway intersections, sidewalks,shoulders,cut and fill slopes,driveways, parking areas and all other areas of earthwork except excavation and backfill for pipe ' trenches and structures. TS-2.2.2 Missouri Highway Specifications Section 203 shall govern all earthwork forroadway ' except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so ' modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to Missouri Highway Specifications Section 203.3. The ' first paragraph of Section 203.3.1 shall be changed to read as follows:Compaction to at least 90 percent of maximum density,as determined by standard Compaction Test, will be required in the following areas: ' TS-2.2.4 Disposal: Unsuitable excavated material shall not be used in the embankments and • shall not be disposed of on right-of-way. Disposal shall be the sole responsibility and 1 at the sole expense of the contractor. Unsuitable and excess excavated material may be disposed of on private property adjacent to the right-of-way, provided written ' permission of the property owner is obtained and provided the surface is properly finished and drained. In such cases,seeding,sodding,and other pay quantities shall not be increased thereby. ' TS-2.2.5 Ditch Cleanout:Special care shall be taken to clean out all debris and organic matter from existing roadway ditches to be filled. The ditches shall be carefully backfilled in accordance with the requirements herein, using trench rollers or band-operated power compactors as may be needed to assure proper compaction throughout. ' TS-2.2.6 Undergradinu in Rock Cut: In rock cut areas excavation shall be carried to twelve (12) inches below subgrade to a minimum distance of two (2) feet behind back of curb. BackfiIling of undergraded cut areas shall be with a drainable material with top surface choked with fines for proper subgrade preparation. Whenever possible,this material shall be from project excavation. Where authorized an open-graded drainable crushed limestone shall be brought in. Undrained pockets shall not be left in the surface of the rock. ' • TS-2.2.7 Sub grade Stabilization: Pockets of unsuitable earth may be encountered in cut areas 4 where it will be impracticable to replace with suitable materials from excavation on • ' the work site. In such cases, where authorized by the Engineer,the contractor shall ' fumish and place crushed stone base as required to provide a stable sub-grade. Crushed stone base in accordance with requirements of Article TS-11. Where necessary, a portion of the stone base shall be mixed with existing earth to provide ' subgrade stability,and that portion of the stone base material shall be delivered to the project in as dry as possible condition. TS-2.2.8 Additional Base Thickness: Where, in the opinion of the Engineer, conditions are , such that it is impracticable to obtain sub-grade satisfactory for the design pavement thickness, the contractor may be directed to finish the sub-grade at lower than , specified elevation and increase the thickness of asphaltic concrete base. TS-2.2.9 The provisions of paragraphs TS-2:2.7 and 8 shall not be construed to relieve the ' contractor of his responsibility for any necessary aeration and compaction of suitable earth at sub-grade level. TS-2:2.10 Protection of Sub-Grade: The contractor shall protect the subgrade by not allowing delivery vehicles of excess weight thereon and by varying the path of delivery vehicles so as to not cause excessive rutting. Heaving or rutting damage to sub-grade ' caused by delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete • base or portland cement concrete pavement. ' TS-2.2.11 Topsoil: The top four(4) inches of backfill behind curbs shall be top soil,free from ' rocks,gravel,and any undesirable materials and shall be material suitable to establish a seed bed. This material may be either top soil available within the limits of the project or it may be top soil furnished by the contractor. No direct payment will be ' made for such topsoil, but shall be included in the lump sum price for grading and excavation. TS-2.2.12 Area Drainage: All earth areas within and adjacent to the grading limits as shown on ' the Plans shall be graded to drain as directed by the Engineer, at one (1) percent minimum slope wherever possible. Special care shall be taken to avoid leaving low , areas or water pockets. No direct payment will be made for such grading except that measurement for payment of Proposal items will be made. TS-2.2.13 Sub-Grade Tolerance:Except as otherwise specified in paragraph TS-2.2.7,the sub- grade for all paving and surfacing shall be within the tolerance range of minus one- ' half(1/2) inch to plus one-quarter(1/4) inch with respect to specified elevation. TS-2.2.14 Borrow Material: ' 5 • ' 1 • (a) If borrow material is required,the contractor shall supply this material from a borrow area off the site. The borrow area shall be obtained by the contractor at his sole expense. Borrow materials shall be approved by the Engineer before they are transported to the site of the Project. ' (b) Materials shall be similar to soils found on the Project. Soils showing high ' swell potentials will not be approved. (c) The Engineer's Earthwork Calculations are shown on the plans for the convenience of the Bidder. . TS-2.2.15 Excess Material:All suitable excess material from excavation become the property of ' the City of Jefferson and will be stockpiled on site at the direction of the Engineer. TS-2.3 Trenching. Embedment and Backf ill for Pine: TS-2.3.1 Trench Excavation and Sheeting: ' (a) Excavate in open cut except where boring,jacking or tunneling is specified. Trench walls shall be vertical in streets or improved areas unless otherwise • authorized by the Engineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. ' (b) All sheeting shall be pulled immediately prior to backfilling around the sheeting. However,the Engineer may direct all or a portion of the sheeting to be left in place in order to protect the pipe against shock load of caving ' banks, or to protect adjacent street or property, or to prevent material that cannot be compacted to specified density from caving into the trench. (c) Where sheeting is left in place, do not brace against pipe, but support in a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe may be removed after backfill to top of ' pipe has been completed. ' (d) Trench walls may be sloped in unimproved areas if required to prevent caving and if adjacent property or trees to be left in place are not thereby subjected to 1 additional cutting of roots. (e) See Pipe Embedment Details on Plans for minimum and maximum trench ' widths. If maximum is exceeded, and strength requirements control, . Engineer may direct contractor to install special bedding or heavier class or ' 6 1 gage of pipe at contractor's expense. . ' TS-2.3.2 Ground Water and Surface Water: ' (a) Pipe trenches shall be kept free from water during excavation, fine grading, ' pipe laying and jointing,and pipe embedment operations. Where the trench bottom is mucky or otherwise unstable because of the presence of ground water, and in all cases where the static ground water elevation is above the , bottom of any trench bell hole excavation, such ground water shall be lowered by means of pumps or other acceptable means to the extent necessary to keep the trench free from water,pipe sub-grade stable and firm under foot, , at all times when work within the trench is in progress. (b) The contractor may use additional granular fill material,in accordance with ' the requirements of subparagraph TS-2.3.3 (b), in connection with drainage control, at his own expense. (c) Each excavation shall be kept dry until the backfill is completed to the extent ' that no damage from hydrostatic pressures, flotation, or other causes will result. ' (d) Surface water shall be diverted, and otherwise prevented from entering • ' excavations and trenches to the greatest extent practicable without damage to adjacent property from dikes, ditches,or impounded water. TS-2.3.3 Pipe Foundation, Granular Fill and Trench Bottom Stabilization: , (a) All pipe shall be bedded as shown in the "Pipe Embedment Details" on the ' Plans. (b) Granular fill shall be clean river gravel or reasonably sound crushed ' limestone,free of cementitious,shaly,or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an unyielding support for the pipe. Gradation shall be such that at least ninety- ' five(45)percent passes a three-quarter(3/4)inch square mesh sieve and not over live(5) percent passes a number four(4)square mesh sieve. (c) Stabilization: If the trench bottom at base of the required pipe embedment ' material is unstable,the contractor shall excavate to an additional depth and backfill with crushed stone as directed by the Engineer. The size of stone used shall be as required for effective stabilization. Where large stone is ' used,the upper portion shall be choked with smaller stone and no stone larger than one (1) inch size will be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid for in accordance , with the stipulations of Articles TS-2.5 and TS-2.6. However, payment will • 7 ' not be made for stabilization material or extra granular fill used for ' • contractor's convenience in controlling drainage or as may be required to stabilize trench bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. ' (d) Pipe shall not be placed over frozen trench sub-grade. ' (e) Placement of Granular Fill; 1. Place granular till in lifts not exceeding six (6) inches and bring up evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that ' granular fill will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. 2. Screed granular fill as shown on the Plans under elliptical or arch pipe. 1 3. For a length of two (2) pipe diameters (effective diameter equals average of span and rise for elliptical or arch pipe) on the upstream ' • ends of culverts, omit granular fill. Use selected clay screeded and compacted to not less than ninety(90)percent of Standard Density. ' TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. TS-2.3.5 Backfill to Top of Pine: (a) See "Pipe Embedment Details" on Plans. This section covers the backfill from top of granular fill to top of pipe. ' (b) Backfill as soon as possible to minimize the possibility of damage to joints an inconvenience to the public. ' (c) Material to be selected earth or granular fill material, free from sod, sticks, roots, or rocks over one (1) inch size, to be unfrozen, and to be of proper moisture content for specified compaction. Suitable material from the project ' excavation shall be brought in from elsewhere on the work where required. (d) Place alongside pipe in loose layers of six (6) inch maximum thickness, thoroughly compacting each layer. Take special care to place and compact • material around the pipe so as to leave no voids and to provide uniform 1 8 lateral support for the pipe. Bring materials up uniformly on both sides of • t pipe, taking special care with corrugated metal pipe. (e) The material shall be compacted to the same density as required for backfill , above top of pipe. , TS-2.3.6 Backfill Above Ton of Pine: (a) General: Backfill from top of pipe to original surface or to sub-grade where ' pavement is to be placed is covered by this section. (b) Materials: ' 1. Material for backfill above top of pipe shall be the same as for backfill below , top ofpipe as specified in subparagraph TS-2.3.5(c),except that small sticks and roots less than one-half(1/2) inch in diameter, interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified ' compaction. More suitable material shall be brought from elsewhere on the project if necessary and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench, the , contractor shall use granular fill or similar approved material at his own expense. • 2. Rock larger than one (1) inch shall not be placed within three (3) inches of , pipe. Rock larger than eight(8)inches shall not be placed within two(2)feet ' of the top of pipe. No rock larger than two (2) inches may be placed in the upper six (6) inches under pavement sub-grade. No rock may be placed in the upper twelve (12) inches of trenches through grass parkways or earth , areas. 3. Large stones may be placed in the remainder of the backfill only if well , separated and so arranged that no interference with the specified backfill will result. (c) Methods: ' 1. Method of backfill used shall not impose excessive concentrated or ' unbalanced loads, shock, or impact on, or cause displacement of the pipe. The backfill shall be slowly rolled dawn a slope at the end of the trench and shall not be pushed over the side of the trench. , 2. Consolidated material weighing more than one hundred (100) pounds shall not be permitted to fall more than three (3) feet into the trench unless ' cushioned by at least three (3) feet of backfill over top of pipe. • 9 , 1 . (d) Compaction: 1. Backf ill under pavement shall be defined as being under all areas to be paved or surfaced for vehicular access, except those to be surfaced with crushed ' stone. The limiting line for such backfill shall extend from sub-grade at twelve(12)inches beyond edge of pavement or back of curb,downward on a slope not steeper than one(1)to one(1). In areas so defined,backfil)shall be ' not less than ninety-five(95)percent of Standard Density. 2. Backfill in Other Areas:In areas not defined in Item 1 above,backfill shall be ' not less than ninety (90)percent of Standard Density. 3. The engineer may cause field density tests to be made whenever deemed ' necessary. The specified density will be the minimum allowed and the attainment thereof will be entirely the contractor's responsibility. Obvious voids will not be permitted. 4. Thickness of backfill layers will be determined by the coordination of test results with field performance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 Installation of Pipe in Embankment: ' (a) If embankment is made prior to placing pipe excavate trench,place pipe and backfill, in accordance with the Specifications herein. ' (b) If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe for a distance of at least five (5) pipe diameters each side of Pipe. TS-2.3.8 Protection of Pipe from Heavy Equipment: Provide temporary fill to at least two(2) feet over top of pipe extending at least five (5)pipe diameters each side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe ' resulting from excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. ' TS-2.3.9 Excavation Ahead for Location of Obstructions; ' (a) Except where otherwise directed, excavate at least one hundred fifty(150) feet ahead of pipe laying in order to uncover any possible obstructions in the • way of laying the Pipe. If such obstructions are encountered notify the Engineer immediate)), so that a needed change may be considered and ' 10 effected, • ' (b) Changes from Plans may be made only on the direction of the Engineer. ' Such changes may include changes in line,grade,pipe size ortype,additional or less mitering, manholes, etc, Such changes may involve unanticipated ' moving of underground utility lines. (c) Refer to Article GP-7 regarding protection and moving of utilities and other ' obstructions. (d) The contractor will be paid for the actual amount of Proposal Items , authorized(within the pay limits established)and performed by him. He will not be paid for unused materials left over or for delays arising from encountering obstructions. ' TS-2.3.10 Maximum length of trenching allowed ahead of Pipe laving shall be one city blockor four hundred (400) feet, whichever is shorter. ' TS-2.4 Excavation and Backfill for Structures: TS-2.4.1 The term "structures" as used in this Article, means inlets, manholes and all other ' structures, not including pipe. • ' TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill for structures except that the provisions for measurement and payment therein shall , not apply and except as modified in the form of additions,deletions and substitutions in this Article. Where any part of Missouri Highway Specifications Section 206 is so modified,the unaltered provisions shall remain in effect, , TS-2.4.3 Delete the following from Missouri Highway Specifications Section 206, (a) Subsections 206.2,206.4.7, 206,4.8, 206.4.9, 206.4.10 and 206.4,11. ' (b) All sections on Measurement and/or Payment. TS-2.4.4 Crushed stone, as specified in paragraph TS-2,3.3 (c), shall be installed where ' required by the stipulations of the Missouri Highway Specifications Article 206.3. This requirement shall apply to all structures as defined in paragraph TS-2.4.1. ' Stabilization material ordered by the Engineer will be paid forin accordance with the stipulations of Articles TS-2.5 and TS-2.6. However,payment will not be made for stabilization material used for contractor's convenience in controlling drainage, in ' fine grading, or as may be required to stabilize structure bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 Backfill for structures shall be in accordance with the applicable requirements of • , Section TS-2,3.6, ' 11 •' TS-2.5 Method of Measurement: TS-2.5.1 Excavation and Compacted Embankment: ' (a) The excavation and compacted embankment item shall be bid on a lump sum basis. The work shall be performed in accordance with specifications and in ' conformance with the lines, grades, thicknesses and typical cross sections shown on the plans. (b) No measurement for payment will be made for any of the following: 1. Excavation for structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of supplying ' borrow material to the Project site shall be included in the bid price for excavation and compacted embankment. ' (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown • thereon,and as listed in the plans,from existing cross sections by average end ' area method and will be the basis for final payment, except as follows: ' I. An authorized change in grade, slope,or typical section is made. TS-2.6 Basis of Payment: TS-2.6.1 Excavation and Compacted Embankment, will be paid for at the contract unit price bid based on a lump sum cost. TS-2.6.2 Crushed stone for sub-grade and trench bottom stabilization,as well as open-graded drainable crushed stone for backfilling of undergraded rock cuts, measured as ' provided will be paid for at the contract unit price bid per ton. TS-3 CLEANUP ' The contractor shall remove from the owner's property and from all public and private property,at his own expense,all temporary structures,rubbish,excess excavation and waste ' material resulting from his operations. All material found to be unsatisfactory for backfill shall be removed at the contractor's expense. ' All existing sod areas shall be hand raked to remove earth deposited on or in them during • construction. ' 12 All ditches shall be graded and properly sloped. Excess excavated material shall be removed • , from ditches. Shoulders where sodding, seeding or Surfacing is not required shall be bladed and shaped. ' The project area shall be kept at all times as neat and clean as possible. Debris from ' construction operations shall be removed from the site as soon as construction is completed in a given area. Dirt piles shall be removed and the area finish graded as soon as possible , after construction of a given section of the project is completed. In no instance shall dirt piles or debris be allowed to remain on lawn areas long enough to damage growing sod. TS-4 PIPE SEWER CONSTRUCTION ' TS-4.1 General: This work shall include the construction of all pipe sewers whether storm ' sewers or sanitary sewers. The material required for each section of sewer shall be as shown on the plans. Trenching shall be in accordance with Part TS-2 of these specifications. , TS4.2 Reinforced Concrete Pipe Storm Sewers: TS-4.2.1 General: This section covers the materials and construction of reinforced concrete pipe storm sewers. Other types of pipe and all appurtenant structure are covered in other sections of these specifications. • ' TS4.2.2 Material:All reinforced concrete pipe shall conform to the requirements ofASTM C- ' 76-62T, Class 111, Wall B. Pipe joints shall be tongue and groove or bell and spigot type. Pipe for use on the project shall appear neat and well made. It shall be free of cracks, , broken places, and obvious manufacturing defects. All pipe shall be stamped on the inside with its class before delivery to the job site. ' TS4.2.3 Pine Lavine:Pipe shall be carefully handled by sling or other means to protect it from ' damage. Particular care shall be taken to avoid an), free fall or shock to the pipe. Pipe shall be carefully placed on the prepared bedding material and jointed as ' specified below. Pipe shall be laid true to both line and grade and shall produce a straight line between structures except where otherthan straight alignment is required or allowed by the plans. , Where curves are required they may be accomplished by the following methods: (a) If the curve is slight or if the radius of the curve is very long,curving may be • 1 accomplished by deflecting each pipe joint in the curved section equally to 13 ' t • form a smooth uniform curve. In no case shall any pipe joint be deflected to the extent that the maximum opening of the joint exceeds one half the joint ' depth(one half the depth of the socket). (b) Short radius bends shall be accomplished through the use of factory made mitered pipe sections. These sections shall be fabricated specifically for a given curve and, when properly assembled, shall produce a uniform curve (consisting of a series of short chords)of the specified radius. Pipe shall be placed in accordance with the manufacturer's recommendations and the details given on the plans. All pipe laying shall begin at the lowest point on the sewer proceed to the higher parts. ' TS-4.2.4 Jointing: Pipe jointing shall be as specified in Section 726.3 of"Missouri Standard Specifications for Highway Construction", except as follows: (a) Cement or tar joints other than "diaper"joints will not be permitted. ' (b) Pipe joint surfaces shall be clean prior to jointing. • (c) Care shall be taken not to allow bedding Material or other deleterious matter ' to enter the joint during pipe laying or jointing. ' TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and compacted along the sides of the pipe to hold it securely in place during the backf ill operation. See plans for bedding details. ' Next,the trench to 12 inches above the top of the pipe shall be backfilled with layers of carefully compacted select backf ill material. This material shall be placed and compacted simultaneously on both sides of the pipe. ' Backfill above this joint shall be as specified TS-2. TS-4.2.6 Pipe Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of storm sewer preceding the outlet. This 20 feet shall include the length of the end ' section. TS4.3 Corrveated Metal Pile and Pine Arch Storm Sewers ' • TS-4.3.1 Scope:This specification covers corrugated metal pipe,pipe arch,and fittings which shall be furnished and installed complete with connecting bands and other necessary ' 14 1 appurtenances for sewers and culverts. Wherever applicable, the term "pipe" shall • ' also include pipe arch. TS4.3.2 Uses: Where "CMP" is called for or allowed on the plans corrugated steel pipe as ' specified herein may be used. ' TS4.3.3 Materials: TS4.3.3.1 Corrugated Metal Pipe and Pine Arch shall be in accordance with AASHO ' Designation M36 for riveted pipe and pipe arch. Helically constructed corrugated steel pipe which meets all other criteria of this section may be used provided the , corrugations of the ends of the joints of pipe are made annular for tighter jointing. Unless otherwise specified or shown on plans, gages shall be as follows: , Round Pine 6"through 24" diameter- 16 ga. 30" through 36" diameter- 14 ga. 42"through 54" diameter- 12 ga. ' 60" through 72" diameter- 10 ga. Pipe Arch • ' 18" x 11" through 25" x 16" - 16 ga. , 29" x 18" through 36" x 22" - 14 ga. 43" x 27" through 65" x 40" - 12 ga. 72" x 44" - 10 ga. ' 79" x 49" - 10 ga. TS4.3.4 Alignment and Grade: Corrugated metal pipe shall be aligned and graded in ' accordance with the requirements for reinforced concrete pipe. Where plans show grade change between structures or slight alignment change to ' clear obstructions,deflect pipe and joints over a distance as required,after joints have been coupled and only to the extent that joints will not be over-stressed. TS-4.3.5 Laving Pine: Pipe shall be protected from lateral displacement by means of pipe ' embedment material installed as provided in the trench backf ill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench ' conditions, When jointed in the trench,the pipe shall form a true and smooth line. Pipe shall not , be trimmed except for closure, and pipe not making a good fit shall be removed. • 15 t 1 1 ' • Unless otherwise approved by the Engineer, the laying of pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of circumferential joints point upstream and with longitudinal laps on the sides. TS4.3.6 Coupling Pine: Pipe ends shall be butted as closely as the corrugations will permit, then jointed with a firmly bolted coupling band. Draw coupling bands tight. Merely tightening bolts will not be adequate. Lubricate contact surfaces of coated pipe and bands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device if required for tight connection on larger pipe. ' Field coat coupling bolts,nuts and rods with bituminous material after installation. ' TS-4.3.7 Installing End Sections Prepare moist clayey soil bearing shaped to end section and place thereon. Join end section to pipe with coupling band. The toe plate shall beset in a trench and backf tiled with compacted moist clayey soil or driven to the required elevation. TS-4.4 Measurement and Payment TS-4.4.1 CMP and RCP Pine: Pipe will be measured per linear foot of completed pipe in ' • place. Payment will be made at the unit price bid per linear foot for the completed pipe in ' place. Payment shall include all costs of furnishing, and installing pipe including trenching, backfilling of pipe. ' TS-4.4.2 CMP and RCP End Sections: End section will be measured as one unit each complete in place, Payment will be made at the unit price bid for each complete end section in place. Payment shall include all costs for furnishing and installing end section including trenching, backfilling. TS-4.5 Plastic Gravity Sewer Pine ' TS-4.5.1 General: This specification designates general requirements for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral wall bell and spigot joints for the conveyance of domestic sewage. ' TS-4.5.2 Materials: Pipe and fittings shall meet and/or exceed all of the requirements of ASTM Specifications D3034. ' • All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be ' made for contraction and expansion at each joint with a rubber ring. The bell shall 16 consist of an integral wall section stiffened with two PVC retainer rings which ' securely lock the solid cross section rubber ring into position. Standard lengths shall • , be 20 feet and 12.5 feet t 1 inch. Rubber gaskets shall comply with the physical requirements of ASTM-Dl 869,C361, ' and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4.5.3 Fittings: All fittings and accessories shall be as manufactured and furnished by the ' pipe supplier or approved equal and have bell and/or spigot configurations identical to that of the pipe. ' TS-4.5.4 Physical and Chemical Requirements:The pipe shall be designed to pass all test at 73 degrees F(t 3 degrees F). , TS-4.5.5 Pipe Stiffness:Minimum "pipe stiffness"(Fly)at 5%deflection shall be 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. , Minimum "pipe stiffness" for 4 inch shall be 51. External Loading Properties of Plastic Pipe by Parallel-Plate Loading. ' TS-4.5.6 Flattening: There shall be no evidence of splitting, cracking or breaking when the • ' pipe is tested as follows: Flatten specimen of pipe, six inches long between parallel plates in a suitable press ' until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to live minutes. ' TS4.5.7 Drop Impact Test; Pipe (6" long section) shall be subjected to impact from a free falling tup(20 lb. Tup A)in accordance with ASTM method D2444. No shattering , or splitting (denting is not a failure) shall be evident when the following energy is impacted: Nominal size 4" 6" 8" 10" 12" , Ft. -Lbs. 150 210 210 220 220 TS4.5.8 Acetone Immersion Test: After 20 minutes immersion in a sealed container of , anhydrous(99.5%pure)acetone a 1"long sample ring shall show no visible spalling or cracking (swelling or softening is not a failure) when tested in accordance with , ASTM 2152. 17 ' 1 •' TS-4.5.9 Sizes. Dimensions. and Tolerances Nom. Outside Diameter Min. Wall ' Size Averace ToleranceThickness SDR 4 4.215 10.009 0.125 33.5 6 6.275 ±0.011 0.180 35 ' 8 8.400 ±0.012 0.240 35 10 10.500 ±0.020 0.300 35 12 12.500 ±0.024 0.360 35 ' TS-4.5.10 Alignment and Grade: Pipe which is a part of the gravity sewer line shall be aligned and constructed to grades as shown on the Plans. TS-4.5.11 Connections to Manholes;Special manhole CPLGS fittings shall be used to connect PVC pipe into manhole walls. TS-4.6 ABS Pine: TS-4.6.1 Scone: This Specification covers ABS composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary • appurtenances for sewers. ' TS-4.6.2 Materials:A B S Composite Pipe shall be made from virgin Acrylonitrile Butadiene- ' Styren material. This material shall be Type I, Grade I, Type I, Grade II, Type IV, Grade 1, and shall conform to ASTM Specifications 1788-62-T. ABS Composite Pipe shall consist of two concentric thermo-plastic tubes intrically braced across the ' annulus with resultant angular space filled to provide continuous support between inner and outer tubes. The component between the ABS shall be of Portland Cement Pearl-lite concrete other inert biller exhibiting the same degree of performance which essentially fills the truss annulus to form a composite pipe to meet the requirements of this Specification. Size, physical requirements, the dimensions, the method of test, the length, the ' testing procedures and marking procedures for this pipe shall conform with ASTM Specification D-2680-68T. ' Couplings shall be of solid wall sleeve type for chemical weld to the truss pipe. TS-4.6.3 Handline:Pipe,fittings and accessories shall be handled in a manner that will insure ' their installation in the work in a sound undamaged condition. Pipe shall not be dropped, bumped or drug along the ground. Pipe shall not be lifted by hooks. ' TS-4.6.4 Cleanine: The interior of all pipe and fittings shall be thoroughly cleaned of all • foreign matter before being installed and shall be kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until the jointing is ' 18 1 completed. • , Every precaution shall be taken to prevent foreign material from entering the pipe ' during installation, No debris,tools,clothing or other materials shall be placed in the pipe. , Whenever pipe laying is stopped,the upper end of the pipe shall be closed with an endboard closely fitting the end of the pipe and having a number of small holes ' drilled near the center,to prevent the trench from filling with water and to keep sand and earth out of the pipe. TS-4,6.5 Lavine Pine: Pipe shall be protected from lateral displacement by means of Class B ' pipe embedment material installed as provided in the trench backfill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or ' trench conditions. When jointed in the trench,the pipe shall form a true and smooth line. Pipe shall not 1 be trimmed except for closure,and pipe not making a good fit shall be removed. Unless otherwise approved by the Engineer, the laying of pipe shall begin at the , lowest point and the pipe shall be installed so that the outside laps of circumferential • joints point upstream and with longitudinal laps on the sides. , TS-4,6.6 Coupling Pine: The couplings shall be chemically welded to the pipe with one end, ' factory applied. The coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end of the pipe. This shall be done in accordance with the manufacturer's specifications. The pipe shall be thoroughly shoved into the coupling and then turned within the coupling one quarter turn to insure complete contact between cement,pipe and coupling. ' TS-4,6.7 Manhole Construction: Connection at manhole walls shall be made by"0"ring type couplings set in the wall and having a manhole water stop assembly between the coupling and the manhole wall. Between the pipe and the coupling shall be an "0" ' seal. TS-4,6.8 Measurement and Payment: ' TS-4.6.7,1 ABS And Plastic Gravitv Sewer Pipe: Pipe will be measured per linear foot of completed pipe in place. ' Payment will be made at the unit price bid per linear foot for the completed pipe in place. Payment shall include all costs of furnishing and installing pipe including ' trenching and backfilling of pipe. • 19 ' ' TS-5 DRAINAGE STRUCTURES ' TS-5.1 Scope of Work: The work shall consist of furnishing all labor, materials, and equipment necessary to perform all operations in connection with the construction of junction boxes,inlets and catch basins required for the project in accordance with the ' specifications and drawings. Items not specifically mentioned, but necessary for completion of the work shall be considered as incidental to other items in the contract. TS-5.2 Materials: ' 1. Concrete shall be Class`B"Portland Cement Concrete in accordance with the requirements of Section TS-6 of these specifications. 1 Reinforcing steel shall consist of deformed bars of grade 40 steel conforming to the requirements of ASTM designation A615 or of wire fabric conforming to ASTM designation A185. ' 3. Expansion Joint Fillers shall be of a non-extruding type conforming to ASTM designation D1751 and cut to the dimensions shown on the plans. ' • TS-5.3 Earthwork:This section shall cover all necessary excavation and backfill required for construction of the various structures. ' A)1 applicable portions of Section TS-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and surface improvements. Excavations for structures in improved areas shall be held to the smallest practical dimensions. No increase in payment for street or lawn repair will be made to allow for areas disturbed by such excavations. Structures shall be founded on undisturbed ' subsoil,if subsoil is not firm,over-excavate and replace with granular fill as required. Section TS-2.2 shall apply for subgrade stabilization under structures. Backfill requirements for each drainage structure will be the same as that of the pipe ' to which it is connected. If more than one pipe is connected to the structure, the higher backfill requirement shall apply. ' Baekfi)) under curb transitions shall be to 95%of Standard Maximum Density. All excavations shall be kept drained until the structure is constructed and backfrlied. ' TS-5.4 Construction Methods: ' TS-5.4.1 Forms: Forms shall be of wood, plywood, or any other suitable material, designed, • constructed, braced and maintained so that the finished concrete will be true to line and elevation and will conform to the required dimensions. They shall be designed to ' 20 1 withstand the pressure of the concrete,the effect of vibration as the concrete is placed • , and all other loads incidental to the construction operations without distortion or displacement. They shall be mortar tight. Oiling both inside and outside surfaces ' will be required to prevent warping, shrinkage, or swelling. Forms shall be constructed and designed so that theirremoval can be effected without ' injury to the concrete and so that portions where surface finishing is required may be removed without disturbing forms that are to remain. Dirt,chips,sawdust,nails and ' other foreign matter shall be removed before any concrete is deposited therein. Tic rods,belts and anchorages within the forms shall be constructed so as to permit ' their removal to a depth of at least 1 1/s inches from the face without injury to the concrete. In case wire ties were used,upon removal of the forms,all projecting wire shall be cut back at least 1/z inch from face of all surfaces that will be exposed to view , after the completion of the work and flush with the face of all concrete surfaces that will not be exposed to view. All fittings for metal ties shall be of such design that, upon their removal, the cavities which are left will be of the smallest practical size. ' TS-5.4.2 Inlet and Outlet Pine:Pipe or tile placed in the concrete for inlet or outlet connections shall extend through the concrete walls beyond the outside surfaces of the walls a ' sufficient distance to allow for connections. The pipe or tile shall be placed through the forms and poured in place. • The ends of the pipe shall be flush with the inside wall of the structure. , TS-5.4.3 Reinforcement: ' 1. Placement. Reinforcing bars shall be accurately placed as shown on the ' plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing Steel Institute "Recommended Practice for Placing Reinforcing Bars", and by using concrete or metal chairs, spacers, metal ' hangers,supporting wires and other approved devices of sufficient strength to resist crushing under full load. Metal chairs, which extend to the surface of the concrete (except where shown on the plans) and wooden supports, shall , not be used. Placing bars in layers of fresh concrete as the work progresses and adjusting ' bars during the placing of concrete will not be permitted. Before placing in the forms,all reinforcing steel shall be cleaned thoroughly of mortar,oil,dirt, loose mill scale,loose or thick rust,and coatings of any character that would ' destroy or reduce the bond. No concrete shall be deposited until the placing of the reinforcing steel has been inspected and approved. 2. Sl2licin Splices of bars shall be made only where shown on the plans or as • ' approved by the Engineer. Where bars are spliced, they shall be lapped at 21 ' 1 ' • least 30 diameters, unless otherwise shown on the plans. ' Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. ' Welding of reinforcing steel or cutting with a cutting torch will not be permitted unless specifically authorized by the Engineer. ' 3. Bending Reinforcement. Bends and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of the American ' Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 4. Welded Wire Fabric. Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. ' TS-5.4.4 Concrete Placement:Concrete construction shall be in accordance with Section TS-7. Concrete shall be conveyed,deposited,and consolidated by any method which will • preclude the segregation or loss of ingredients. ' Chutes used in conveying concrete shall be sloped to permit concrete of the ' consistency required to flow without segregation. Where necessary to prevent segregation,chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation ' will be permitted unless approved in writing by the Engineer. ' Where concrete is to be deposited against hardened concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing system and equipment,and depositing the mixture on the joint. ' The grout mixture shall consist of a modification of the concrete specified to reduce the quantity of coarse aggregate in the mix larger than pea-gravel size to one-half the quantity specified. ' To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive shifting of the mass of concrete will ' not be permitted. Concrete that has partially hardened or is contaminated by foreign materials shall not be deposited in the structure. ' Concrete shall be placed in horizontal layers insofar as practical. Placing shall start . at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous operation between construction joints and ' 77 shall be terminated with square ends and level tops unless otherwise shown on the • , plans. , Concrete shall not be permitted to fall more than six feet without the use of pipes or tremies. Pipes or tremies shall be at least six inches in diameter, or the equivalent , cross sectional area for rectangular sections. Concrete shall not be placed in horizontal members or sections until the concrete in the supporting vertical members or sections has been consolidated and a 2-hour period has elapsed to permit shrinkage , to occur. Concrete shall be thoroughly vibrated in a manner that will encase the reinforcement ' and inserts,fill the forms,and produce a surface or even texture free of rock pockets and excessive voids. Structural concrete, except slope paving steeper than one (1) inch per foot, such as , spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means of high frequency internal vibrators or a type,size and number , approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and coarse aggregate,and without causing water or , cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. • The number of vibrators employed shall be sufficient to consolidate the concrete , within 15 minutes after it has been deposited in the forms. At least two vibrators in , good operating condition shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. TS-5.4.5 Joints: The work shall be so prosecuted that construction joints will occur at , designated places shown on the plans unless otherwise authorized by the Engineer. , The Contractor shall construct, in one continuous concrete placing operation, all work comprised between such joints. Joints shall be kept moist until adjacent concrete is placed. , All construction joints having a keyed,stepped,or roughened surface shall be cleaned prior to placement of the adjacent concrete as directed by the Engineer. , Expansion and contraction joints in concrete structures shall be formed where shown on the plans. No reinforcement shall be extended through the joints, except where ' specifically noted or detailed on the plans. No direct payment will be made for furnishing and placing asphaltic paint, pre- ' molded asphaltic filler,or other types of joint separators. The cost therefore shall be • included in the price bid for the item of work of which they are a part. ' 23 1 TS-5.4.6 Cold Weather Requirements: Whenever the temperature of the surrounding air is ' below 40°F,or when the possibility exists that the temperature will fall below40*F, within the 24 hour period after concrete operations,concrete placed in the forms shall ' have a temperature of between 80°F and 100'F. All concrete shall be maintained at a temperature of not less than 50° F for at least 72 hours or for as much time as is necessary to insure proper curing of the concrete. The housing, covering, or other ' protection used in connection with curing shall remain in place and intact at least 24 hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. Contractor will be held ' responsible for any damage to concrete as a result of cold weather operations. TS-5.4.7 Finish: Inlet tops shall have light broom finish. Curb transitions shall have broom finish. Contraction joints shall be cut where shown. Cut each 1 1/z inches deep and finish with joint tool. TS-5.4.8 Inverts: Inverts shall be carefully constructed to maintain the proper velocities through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly 1 to the lower half of the pipe it connects. Use half circle template to check invert shape and size while building. Grade on the invert shall be such that no water • pockets are formed. Side branches shall be connected with as large radius of curve as ' practicable. Inverts shall be constructed of concrete conforming to the requirements of Section TS-6. Concrete filling between the sewer invert and walls of structure shall be flush with the top edges of the invert and shall slope up from the invert at the rate of three (3) inches per foot. Inverts shall be troweled smooth and clean. Where water problems require, use quick setting cement to aid in construction of smooth inverts. ' TS-5.4.9 Steps: When shown on the plans, shall be solidly grouted in place with full mortar encasement. ' TS-5.5 Precast Concrete Inlets: 1. Precast concrete inlets shall be constructed in all respects in accordance with ' the Plans and Specifications except as provided in the following items ofthis subparagraph. ' 2. All applicable requirements of ASTM C478 shall apply to the manufacture • of precast concrete inlets. ' 24 1 3. The manufacturer of precast concrete inlets shall submit detailed drawings • r and specifications for the construction of the basic precast units and appurtenances to the Engineer and Owner for prior approval. A shop drawing r for each inlet showing dimensions, elevations and openings, shall be submitted to the Engineer and Owner for approval prior to manufacturing of , the units. 4. Where dividing walls are used or where multiple precast units are used,the r total net length of opening shall equal the length of inlet specified on the project plans. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss. Location and number of manhole openings, as r well as openings in walls shall be as required to promote easy access to all parts of the inlet, subject to the Engineer's approval. 5. The walls of the entire structure shall be set in place on concrete blocks prior r to pouring concrete base slab. The base slab shall be reinforced in accordance with the project plans,and the bottom of the base slab shall be at r least the distance below bottom of precast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought up to a level of at least six (6) inches above bottom or precast walls. r 6. Mastic pipe joint compound shall be used in horizontal joints and where • walls of multiple sections join, in order to form a reasonable watertight r structure. r 7., Where top slabs of multiple sections join, the joint shall be sealed with r General Electric single component silicone,gray color,strictly in accordance with the manufacturer's recommendations. 8. Top slabs cast separately from inlet walls shall be anchored against lateral ' movement with respect to walls by a steel dowel in each corner extending from the walls through holes in the slabs. The top slabs shall be set r accurately to line, grade and slope and grouted securely in place. TS-5.6 Precast Concrete Manholes; ' TS-5.6.1 Materials; Precast Concrete Manhole Rings. ASTM Designation C-478, except as indicated below: , � r 25 r r i 1 • (1) Shell Thickness: Inside Diameter Shell 1 of Manhole Thickness 4 0 5'- 0" 6"' 6,- 0i 7" 1 (2) Precast Flat Tons. Designed to withstand H-20 wheel load plus 30% impact,AASHTO "Standard Specification for Highway Bridges". 1 (3) Conical Tops. Eccentric cone preferred. (4) Manhole Steps. When shown on plans,shall be solidly cast in place ' or set with expanding grout. (5) Shipment to job not allowed until units have cured sufficiently to 1 prevent damage in handling. • (6) Approval. Submit all details to Engineer and Owner for approval 1 prior to manufacturer. ' TS-5.6.2 Setting Precast Rinds:Rings may be set either on a previously poured,properly cured base slab or may be blocked in place with solid concrete blocks while the base slab is poured around the first ring. ' Rings shall be set with the bells up. Butter both bell and spigot ends with pre-mixed sewer joint mastic compound,as approved by the Engineer,and set the next section in place. Wipe joint smooth on the inside and fill all joints inside and out. Watertight joints will be required. 1 Where precast manholes are constructed in existing or proposed streets,3 courses of brick shall be placed between the precast cone and the casting. TS-6 CONCRETE: TS-6.1 General: 1 TS-6.1.1 Description of Work Included: All concrete required on the project except precast material. ' • TS-6.1.2 Ouality Control: ' 26 1 1 TS-6.1.2.1 Supervision: • ' 1. Provide full time superintendent on the project who is qualified and ' experienced in concrete construction. Superintendent shall direct all work in connection with concrete construction. , 2. Finishers shall be journeymen concrete finishers experienced in concrete finish work. ' TS-6.1.2.2 Submittals: Contractor shall submit name and location of transit mix company for approval along with complete data on gradation and durability of aggregate, mix, ' additives and cement. TS-6.1.3 Product Handling: , TS-6.1.3.1 Transit Mix: Concrete shall be handled and preserved in its "batched" proportion during transportation. Mixing time shall not exceed 45 minutes and excess water ' shall not be added. Concrete improperly cared for or mixed in the truck longer than 45 minutes shall be disposed of away from the project. ' TS-6.1.3.2 Defective Concrete: Damaged or defective concrete shall be repaired or removed and replaced immediately as directed by the Engineer. • TS-6.2 Materials: ' TS-6.2.1 General: , 1. All concrete used in the project shall be furnished by a reputable permanent , concrete plant using transit mix trucks. The plant shall be located within a reasonable distance from the project so travel time is 30 minutes or less. Supplier shall have adequate bins that weigh material by approved scale ' system. The supplier shall have an adequate number of modern trucks to insure delivery of concrete as required for placing schedule. Supplier shall be subject to approval of the Engineer. , 2. The contractor shall use whatever means necessary to insure concrete delivered to the project is properly batched with approved kinds and , quantities of materials. 3. A copy of the delivery ticket for each load of concrete shall be provided the , inspector as each truck is unloaded. Delivery ticket shall include the following information: (1) Name of concrete company • ' (2) Serial number of ticket 27 ' 1 1 • (3) Date ' (4) Number of truck (5) Name and location of job (6) Identification of concrete mix delivered (7) Volume of concrete in truck (8) Time concrete was loaded (9) Amount of water added at plant TS-6.2.2 Cement: All cement shall be Type I Portland Cement conforming to ASTM C-150. ' All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. All other concrete shall contain not less than 5.8 sacks cement per cubic yard. ' TS-6,2.3 Fine Aggregate:Fine aggregate shall consist of natural sand conforming to ASTM C- 33. Sand shall be well graded,washed,clean sand from the Missouri River Class I or equal and shall conform to the following sieve analysis: Sieve Size Percent Passing ' 3/8 inch 100 No. 4 95-100 • No. 20 40-75 ' No. 50 5-30 No. 100 0-10 The sand shall not have more than 35%retained between any two consecutive sieve sizes. Fineness modulus shall not be less than 2.5 nor more than 3.1. ' The amount of deleterious substances in fine aggregate, each determined on independent samples complying with the grading requirements of Division 3, shall not exceed the following limits: Table 1. Limits for Deleterious Substances in Fine Aggregate for Concrete: Maximum percent by ' Item Weight of Total Sample Clay Lumps 0.25 Material ' Finer than No. 200 Sieve 2.00 Coal & Lignite 0.25 Sticks, Leaves& Other Deleterious Material 0.25 1 • Fine aggregate shall be free of injurious amounts of organic impurities. Except as herein provided, aggregates subjected to ASTM test No. C40-56T for organic ' 28 1 impurities and producing a color darker than the standard shall be rejected. • ' Fine aggregate shall be fee of material that could react harmfully with alkalies in the , cement. If such materials are present in injurious amounts,the fine aggregate shall be rejected, or shall be used with cement containing less than 0.6 percent alkali , calculated as sodium oxide or with the addition of a material that has been shown to inhibit undue expansion due to the alkali-aggregate reaction. Except as provided above, fine aggregate subjected to five cycles of the soundness ' test(ASTN C88-59T),shall show a loss,weighted in accordance with the grading of a sample complying with the limitations set forth above,not greater than 10%when ' sodium sulfate is used or 15%when magnesium is used. TS-6.2.4 Course Ag reeate: Course aggregate shall be crushed limestone produced from the ' Callaway formation or equal having an estimated history of sound material and shall be approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source shall not contain chert deposits. ' Gradation Sieve Size Percent Passine ' 1 1/2 inch 100 1 inch 95-100 1/2 inch 25-60 • ' No. 4 0-8 No. 10 0-3 Satisfactory experience record shown for durability,other wise pass soundness test ' ASTM C88-5 cycles using magnesium sulfate without splitting or losing more than 15%weight. ' Contractor shall arrange and pay for testing if adequate history is not available. TS-6.2.5 Water: Water for mixing and curing concrete shall be clean,and free from injurious ' amounts of sewage,oil,acid,alkali,salt or organic matter. Only potable water shall be used. ' TS-6.2.6 Concrete Mix: All concrete for the project shall conform to the design mix listed in the table below. The concrete mix shall include air entrainment not to exceed 7 ' percent air: Maximum aggregate size 1 inch ' Maximum water 250 lb/ey • W/C weight ratio (max.) 0.450 29 1 • Cement -6.5 sacks per cubic yard for curb &gutter and pavement ' -5.8 sacks per cubic yard for all others The contractor shall furnish laboratory design mix for the approved materials. ' Water reducing and air entraining agents shall be subject to Engineer's approval. TS-6.3 Construction Requirements: TS-6.3.1 Preparation; ' TS-6.3.1.1 General: 1. Clean all forms and correct all find grade damage. 2. Wet down all subgrades. 3. Verify all needed equipment for placing concrete is on hand:Vibrators,crane or pump,tremies, flumes, finishing equipment. 4. All keyways are to be in place. 5. Dry up excavation if any water is present. • 6. Have cold weather equipment on hand if applicable. ' 7. Notify Engineer at least 24 hours in advance of placing concrete. 1 TS-6.3.2 Placing Concrete; TS-6.3:2.1 General: 1. All concrete shall be placed in a manner and with adequate equipment which shall be subject to the Engineer's approval. Equipment for placing concrete shall include flumes,tremies,cranes or concrete pumps for placing concrete: hand tool and finishing equipment for manipulation as needed. 2. Concrete shall be placed in a logical sequence that will permit efficient operation, but shall provide structural continuity and strength required. Placing sequence shall be subject to general approval by the Engineer. 3. Flumes shall not be used at slopes flatter than 45 degrees. Concrete pumping equipment shall be designed for the purpose-shall be subject to approval by the Engineer. • 4. Subgrade shall have been fine graded and moistened prior to placing ' 30 1 concrete. Forms and keyways shall be carefully cleaned prior to placing • ' concrete. Concrete shall be placed in locations not to exceed 12 feet apart. , Placing shall be a continuous operation using a heavy duty vibrator. S. Tremics required for depth greater than 6 foot. ' 6. In case of pending inclement weather, prepare temporary covers to protect freshly placed and finished surfaces from surface damage. Protect for 12 , hours. 7. Embedded screeds may be used unless otherwise called for. Screeds shall be ' accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports shall not be used. Screeds must be removed and voids filled while concrete is plastic. ' 8. Reduce coarse aggregate in first lift above cold construction joint. 9. Keep working face of concrete "alive" and plastic. 1 10. Avoid other vibrating. ' 11. Do not transport concrete in form with vibrator. . ' 12. Place concrete uniformly at spacing not to exceed 10 feet. TS-6.3.2 Slump: Hold slump as low as possible to allow proper placement of concrete. ' Maximum slump for curb,curb and gutter,and concrete pavement shall be 3 inches. ' All other concrete shall have a 4 inch maximum slump. TS-6.3.2.3 Cold Weather Requirements: ' 1. Do not place concrete on ice or frozen subgrade. 2. Do not place concrete at temperature below 20°F unless covered and heated. , 3. When temperature is or is forecast below 40°F, the following are required: ' a. Heat water- 150° F maximum b. Heal aggregate to frost free temperature. C. Temperature of concrete regulated to the following schedule: ' Air Temperature Concrete Temperature • 31 ' • ' 30 to 40 70 to 80 20 to 30 80 to 100 d. Cover, protect, and heat to 70° F air temperatures when heated concrete is required. ' e. Preserve and maintain moist curing conditions when heating. f. Admixtures for cold weather purposes are not approved. ' TS-6.3.2.4 Hot Weather: 1. Concrete exposed to direct weather shall not be placed at temperatures above 100° F. ' 2. Cover,protect and cool work as required to maintain concrete below 100'F. TS-6.3.3 Finishing Concrete: TS-6.3.3.1 General: 1. All slabs,walks and decks shall be sloped uniformly to drain to finish grade, and must drain completely. 2. Finish shall be of specified texture and uniform in color and appearance. Approval of finish is required on first concrete placed. ' 3. All voids in slabs and horizontal surfaces are to be filled during finishing operation. Voids in forms surfaces are to be repaired immediately at the time ' forms are removed. 4. Avoid over-finishing, late finishing, re-watering, and other techniques that ' may cause "crazing". 5. Provide adequate manpower and equipment for finishing prior to placing ' concrete. 6. Initiate curing process as soon as surface strength will permit. TS-6.3.3.2 Formed Surfaces Exposed to View: ' I. Remove forms as soon as curing and strength development permits. • 2. Remove the cones where applicable and fill with sand cement grout. 32 3. Break off all "fins"; grind as required for uniform appearance. , 4. Grind all form "off-set" where concrete will be visible after construction is complete. ' S. Chisel all loose material in "honeycomb" areas until only solid concrete. exists. Fill void with grout. Cure 5 days. ' TS-6.3.3.3 Pavement: All concrete shall be finished monolithically. No "topping" or "plastering"., Sidewalks and curb and gutter shall receive a light broom finish. See Section TS-8 for finish of Concrete street pavement. ' TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be constructed as shown on the plans. Keyway required unless otherwise shown. ' TS-6.4 Curine: TS-6.4.1 General: ' 1. All concrete is to be cured a minimum of 5 days after placing and finishing or 5 days after repairing. 2. Protect all concrete surfaces from damage during and after curing period. ' TS-6.4.2 Formed Surfaces: 1. Forms are adequate if left in place 5 days. , 2. Cover top with 6 mil Polyethylene sheet. , 3. If forms are removed to "stone" finish or repair concrete, cover with polyethylene sheets, Anchor in place. , TS-6.4.3 Walks. Curb and Gutter. and Pavement: 1. Spray liquid membrane (ASTM - "Standard Specifications for Liquid r Membrane-Forming Compounds for Curing Concrete",Designation C-309, current edition). , 2. Follow manufacturer's directions for sprayed liquid membrane. 3. Protect surface from damage. , 33 ' ' . TS-6.5 Defective Work: TS-6.5.1 General: ' 1. Defective concrete work shall be removed and replaced immediately. 2. Work built outside tolerances shall be considered defective. ' 3. Concrete of inadequate strength or having surface conditions indicating poor durability such as crazing, severe "map cracking", crumbling, or other ' evidence shall be considered defective. 4. Engineer shall be notified immediately when such conditions become ' apparent. TS-6.5.2 Repairing: 1. Repairing of minor faults such as small"honeycomb"areas and voids maybe patched. Repairs shall be made as described in TS-6.3.3.2 above. ' 2. Cure patched areas 5 days. • TS-6.6 Joints: ' 1. Joints shall be constructed as shown on the plans. Unless shown on the plans, joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint, water stop shall be securely fixed in place to prevent voids or"foldover"of water stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints shall be made with canted 2x4 at least 2 1/z inches from wall face. All construction joint contact surfaces shall be finished with ' wood float finish. 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish ' surface of joints with wood float. 4. Contraction joints shall be sawed to a depth equal to one-quarter of the thickness of the concrete. Unless otherwise indicated on the plans, ' contraction joints shall be spaced at a maximum distance of 12 feet each way for concrete pavement. Contraction joints shall beat approximately 10 foot intervals. Joints in curb and gutter shall line up with sawed joints in concrete ' pavement. ' • 34 TS-7 ASPHALTIC CONCRETE ' TS-7.1 General: This work shall consist of the construction of asphaltic concrete base,and surface course as shown on the plans and specified herein. , TS-7.2 Standard Specification: All work of this section shall be in accordance with the referenced portions of"Missouri Standard Specifications for Highway Construction" ' 1986 Edition published by the Missouri State Highway and Transportation Commission, except as modified here. TS-7.3 Asphaltic Concrete Base: ' TS-7.3.1 Subgrade shall be prepared as specified in Section TS-2. ' TS-7.3.2 Material: Materials shall conform to Standard Specifications Section 301.2. TS-7.33 Mixture:The mix shall conform to the requirements of Section 301.3 Asphalt cement content shall be in the range of 3 to 6 percent. Marshall Properties ' Stability 1200 Min. • ' Flow 8 to 6 TS-7.33.1 Section 301.3.2 shall be changed to read as follows: Prior to preparing any of the ' mixture on the project,the Contractor shall obtain, in the presence of the Engineer, representative samples of asphaltic cement and mineral aggregates for tests. The samples of material shall be of the size designated by the Engineer and shall be ' submitted to an approved laboratory for testing. The Contractor shall also submit for the Engineer's approval, a job-mix formula for each mixture to be supplied for the project. No mixture will be accepted for use until the job-mix formula forthe project is approved by the Engineer. The jab-mix formula shall be within the master range specified for the particular type of asphaltic concrete,and shall include the type and sources of all materials,the gradations of the aggregates,the relative quantity of each ' ingredient, and shall state a definite percentage for each sieve fraction of aggregate and for asphaltic cement. No job-mix formula will be approved which does not permit,within the limits of the master range,the full tolerances specified for asphalt ' cement and for material passing the No. 200 sieve. The job-mix formula approved for each mixture shall be in effect until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of ' material be changed, a new job-mix formula may be required. The Engineer may make adjustments in the job-mix formula in order that the mixture meets established criteria of the Marshall mix design. The maximum time a job-mix will be used will , be two (2) construction seasons. • 35 ' ' • TS-7.3.3.2 Omit Section 301.3.6, 301.3.7, 301.3.7.1, and 301.4. ' TS-7.3.3.3 Commercial Mixture:A commercial mix may be used if approved by the Engineer. To request approval of a commercial mix,the Contractor shall submit to the Engineer the proposed mix proportions,sources of materials,Marshall properties,and a list of projects on which it has been used. ' TS-7.3.4 Construction Requirements: TS-7.3.4.1 Weather Limitations:Bituminous mixtures shall not be placed(1)when eitherthe air ' temperature or the temperature of the surface on which the mixture is to be placed is below 40° F. (except that base courses 3 inches or more in thickness may be placed when the air temperature is 35' F.) (2) on any wet or frozen surface, or(3) when ' weather conditions prevent the proper handling or finishing of the mixture. Mixture shall not be placed during inclement weather. TS-7.3.4.2 Asnhalt Plant: The asphalt plant or plants shall meet the requirements or Standard Specifications Section 301.6. Plant calibration shall be the sole responsibility of the Contractor. • TS-7.3.4.3 Preparation of the Mixture: Preparation of the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.6.3. Transportation of the mixture shall conform to Standard Specifications Section ' 301.8. An adequate number of trucks to provide constant supply of mix to the laying machine shall be used. The location of the plant shall be close enough to the project that excessive cooling does not occur. ' The provisions of Standard Specifications 301.9 and 404.6.3 shall be met. ' TS-7.3.4.4 Spreading the Mixture: Asphaltic mixtures shall be spread in accordance with Standard Specifications Section 301.9 and 301.9.1. Allowance shall be made for the slope of the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade reference for the automatic screed control. ' TS-7.3.4.5 Compaction: Rolling shall begin as soon as practicable after the spreading. The Contractor shall submit to.the Engineer the rolling system he proposes to use or the ' compaction of the mixture. Rollers shall be in good condition,capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system for moistening each roller or wheel. Base ' course shall be compacted to 95% of laboratory density. Surface course shall be • compacted to 98%of laboratory density. ' 36 TS-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. • , TS-7.4.1 Materials: Material shall conform to the applicable sections of Standard ' Specifications for Highway Construction, Sections 401, 403, and TS-7.3.3.1 for Grade"C", Grade"D" and Type "C" except as modified hereto. TS-7.4.2.1 Gradation ' Max Desired Max Desired ' Gradation Limit Gradation Limit Gradation Passing Grade C Grade.0 Grade D Grade D , 3/4" sieve 100 100 100 100 1/2" 80-100 88 95-100 100 ' No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 ' No. 200 4-12 8 4-12 8 1 TS-7.4.2.1 Gradation • ' NOTE:The gradations of the aggregates will be determined from samples taken from t the hot bins. "Type C" Pass 3/4-inch sieve 100 ... , Pass 3/4-inch sieve, retained on 1/2-inch sieve 0 3 Pass?/x-inch sieve,retained 3/8-inch sieve 0 25 ' Pass 3/8-inch sieve,retained on No. 4 sieve 20 45 Pass No.4 sieve, retained on No. 10 sieve 7 20 , Pass No. 10 sieve, retained on No.40 sieve 7 20 Pass No.40 sieve,retained on No. 80 sieve 5 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 , Pass No. 200 sieve 4 10 Asphalt Cement 3.5 7 TS-7.4.2;2 Aggregate for Asphaltic Concrete: Shall conform to the applicable sections of the , Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 50%of the needed approved aggregates prior ' to placement of any asphaltic base or pavement. • 37 ' 1 • TS-7.4.3 Construction Requirements:Construction requirements shall be specified in TS-7.3.4 as amended herein. ' TS-7.4.3.1 Weather Limitations: Weather limitations shall be as specified in TS-7.3.4.1 except ' that no asphaltic concrete shall be placed when the temperature of the air or the surface on which the asphalt will be placed is less than 40° P. ' TS-7.4.3.2 Spreading: Spreading of the mixture shall be in accordance with Sections TS-7.3.4.4 except that automatic screed control shall not be used on the surface source unless directed by the Engineer. ' TS-7.4.3.3 Commercial Mixture: A commercial mixture may be approved for this work in accordance with TS-7.3.3.2. TS-7.5 Tack Coat: A Tack Coat will be required over all existing pavement to be overlaid and between each lift of the new asphaltic concrete pavement unless the preceding ' lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. ' Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. Tack coat material shall be RC-70, SS-1 or SS-111 unless otherwise • approved by the Engineer. ' There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic concrete pavement or base. ' TS-7.6 Measurement and Payment: Measurement will be made for the various type of ' pavement as per the itemized bid form. Where existing pavement is being overlaid, payment will be for Base Leveling Course per ton and for Surface Course per square yard as shown on plans. Where all new pavement is to be constructed,payment will be made per square yard ' of full-depth base and surface course per typical section. Payment will include all costs of cleaning existing pavement or previously laid lifts ' and all costs of tack coat. TS-8 PORTLAND CEMENT CONCRETE PAVEMENT: ' TS-8.1 Portland Cement Concrete: The work shall conform to the referenced portions of "Missouri Standard Specifications" as modified herein. • TS-8.1.1 Materials:Materials shall conform to Section 501.2 of the"Standard Specifications" as modified herein. ' 38 1 Tinting material as specified in Section 1056 will not be used. 501.2.2 Mix Design Delete Section 501.2.2.1 and Section 501.2.2,2. ' 501.2,2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacks of cement ' per cubic yard. 501.2.4 Consistency. Delete slump table and paragraph 501.2.4.1. ' Hold slump as low as possible to allow proper placement of concrete. Maximum ' slump for pavement, curb, or curb and gutter shall be 3". All concrete shall be air entrained in accordance with Section 501,7 including ' paragraphs 501.7.1 through 501.7.3. Air content shall be between 4% and 7%. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 , sacks cement per cubic yard. Actual mix design shall be prepared and submitted by the Contractor to the Engineer ' for his approval. • Submittal shall include source and properties of all aggregate, source of cement, , proportions used, slump, air content and results of breaks of 5 test cylinders. ' Cylinders shall be broken as follows: 2 at 7 days ' 3 at 28 days Prior to starting project, contractor shall obtain in the presence of the Engineer, , representative samples of cement,fine and course aggregates for test. The samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer's ' approval each Job-Mix formula. The maximum time a Job-Mix will be used will be 2 construction seasons, Minimum compressive strength, based on ASTM designation C-39, C-31, and C- ' 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job cured cylinders, ' Concrete may be either central mixed and delivered in approved trucks or may be track mixed. Total elapsed time from time of combination of water and cement until all of that • 39 ' ' • batch is.placed shall not exceed one hour. ' The use of calcium chloride will not be permitted. Other admixtures may be used only if approved by the Engineer. tTS-8.2 Portland Cement Concrete Pavement: This work shall conform to "Standard Specifications" Section 502 and substitute the following: ' TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute the following: Contractor will conform to the requirements of the preceding section of these specifications, Delete Sections 502,3.1, 502.3.2,and 502.3.2.1, Delete Sections 502.3,4, 502.3.5, 502,3.6, and 502.3.7. Delete Section 502.3.9 through 502.3.13.2, ' Section 502.3.16 shall be changed to read as follows: Auxiliary Equipment shall be available at all times as follows: • a) Two or more 10-foot straight edges of an approved type. Blades shall be ' replaced when edges become wavy or warped. ' b) Immediately following the machine floating and while the concrete is still plastic,the contractor shall test the pavement surface for trueness by means of a 10-foot straightedge in contact with the concrete surface parallel to the ' pavement centerline,and drawing the straightedge lightly across the surface. Advance along the pavement shall be in successive stages of the more than one-half the length of the straightedge. All variations shall be eliminated by filling depressions with freshly mixed concrete or striking offprojections,and the areas so corrected shall be consolidated and refinished by means of a long-handled float. C) Sufficient burlap, waterproof paper, or plastic film for the protection of the pavement in case of rain or breakdown of curing equipment, d) Joint Seal shall confomt to Section 1057 of the 1986 Missouri Standard Specifications for Highway Construction. ' Hand placement and finishing as specified in Section 502.10.9 will be permitted, ' TS-8.2:2 Construction Requirements: • Delivery tickets shall be provided the inspector in accordance with Section TS-6:2,1 40 of this specification. • ' Delete Section 502.5.3. , Section 502.6 - Conditioning of Subgrade. References to other sections shall be references to those Sections as amended by these Specifications. Delete Section 502.7 and paragraph 502.7.1. ' Delete Section 502.9 and paragraphs 502.9.1 and 502.9.2. Delete Section 502.10.7- Station Numbers. Section 502.10.9 Hand Finishing will be permitted on the project. 502.16 Slin Form Construction. This type of construction will be allowed on this project. The provisions of Section 502.16 and the succeeding paragraphs as amended herein shall apply. References to other sections of the Missouri Highway ' Specifications shall refer to those sections as modified by these specifications. 502.16.1 Subgrade and Base. Delete all references to aggregate base. Pavement shall be placed on earth subgrade and the paver and check template shall also operate on , the subgmde. Delete Section 502.17 and paragraphs 502.17.1 through 502.17.5. • ' Cores will not be drilled on this project unless required by the Engineer. This will ' only be done if doubt as to the actual thickness exists. Normally edge thickness will be used as a rough check on constructed thickness. , Pavement thickness will be considered to be design thickness. TS-8.2.3 Measurement and Payment shall be in accordance with Sections 502.18 and 502.19 of the Standard Specifications as amended by the following: If cores are taken and the thickness found to be deficient the provisions of 502.19.1 through 502.193 shall apply with the exception of Type "A" curb and gutter (see typical section for end , details and thickness)which shall be measured on the basis of linear feet constructed. Payment shall be continuous through residential drive approaches and shall include the hooking up of existing house drains that now extend to the street. ' TS-9 LAWN REPAIR AND SEEDING: TS-9.1 General:All areas disturbed by the construction shall be seeded or sodded except for ' paved areas. See plans for areas to be sodded. TS-9.2 Bluegrass Sodding: Sod shall be planted in accordance with the following requirements. • 41 ' 1 1 ' • Sod shall be of the best quality and when placed, shall be live fresh growing grass with sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is fertile and contains a high percentage of loamy topsoil and from areas that are ' predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. ' The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. ' Before placing or depositing sod on areas to be sodded, all shaping and dressing of the areas shall have been completed to the satisfaction of the Engineer. Top soil as ' specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting, the sod shall be watered and ' mowed as required until completion and acceptance of the entire work. No sodding shall be done during the period from June 1 to September 1, unless the planting • season is extended by the engineer. ' TS-9.3 Seedine:After shaping,placing 4"of topsoil,and dressing of areas to be seeded have ' been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied at a rate of not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed ' shall then be spread at the specified rate by drill, by hand seeder,by brillion seeder, or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is frozen, muddy, or otherwise in a non-tillable condition. ' An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, mowing, and any other operation necessary to provide an ' acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. ' Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of 60% "Derby" Rye grass, 20%creeping fescue, and 20% Bluegrass. Bluegrass may be either Ram 1, Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons per acre. The contractor may at his option and at no additional cost to the Owner,provide sod • as specified herein in lieu of seeding in any or all areas required to be seeded. 42 Protection and Repair:The seeded area shall be free of traffic. If at any time before • , acceptance becomes gullied or otherwise damaged,or the seeding has been damaged or destroyed, the affected portion shall be repaired to reestablish the specified ' condition prior to the acceptance of the work. TS-9.4 Submittals: ' TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or ' manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with ' specifically named state laws and regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. ' TS-9.5 Method of Measurement: ' TS-9.5.1 Definition of Grading Limit: The term "grading limit" as used in this Article, shall mean any of the following: , (a) The location of a line determined by the interspection of the cut or fill slopes • shown on the Plans with the existing surface,plus allowance for rounding at ' such intersection as shown on the Plans. During the course of the work the Engineer may direct that the grading limit be elsewhere than as determined by the foregoing, and, in such case, the grading limit will be at the location as directed by the Engineer. (b) For structures placed in excavations and for pipes in trenches, five (5) feet , outside a vertical plane through the outermost surfaces of the neat lines of such structures or of the pipes. , TS-9.5.2 Seeding: Measurement will be made of the area seeded(horizontal measurement)to the nearest 1/10 acre. Measurement will not be made beyond aline 5 feet outside the grading limit. TS-9.5.3 So_ dding: Measurement will be made of the areas sodded(slope measurement)to the ' nearest square yard. Measurement will not be made beyond a line 2 feel outside the grading limit. TS-9.6 Basis of Payment: TS-9.6.1 Seeding Sodding: The amount of completed and accepted work, measured as provided shall be paid for at the contract unit price bid per acre for seeding and at the contract unit price bid per square yard for sodding. 43 M ' TS-10 REINFORCED CONCRETE DOUBLE BOX CULVERTS AND RETAINING WALLS TS-10.1 General: These items shall be bid on the lump sum basis to include:the necessary excavation and the disposal of any excess excavation material from the channel to allow ' construction of the proposed structures and all materials and labor to complete the construction of a 11 x 9 Reinforced Concrete Double Box Culvert and all Retaining Walls according to the plans and specifications. ' TS-10.2 Reinforced Steel for Concrete Structures: All reinforcing steel to be used for this structure shall be deformed bars meeting the requirements of the following:Grade 60 ASTM a 615-70 Deformed Billett Steel Bars Concrete Reinforcement. Reinforcing steel shall be protected from damage at all times. When placed in the work, it shall be free from dirt, oil,paint, grease, loose mills scale, thick rust and other foreign substances. Reinforcement for the top slab shall be held secure]}, in correct position by means of approved metal bar supports and ties. Bars in the top slab shall be tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the forms and the reinforcement. • The steel shall be tied in correct position and inspected before any concrete is placed. ' Such inspection will not relieve the contractor of his responsibility for constructing the unit in accordance with the plans. ' TS-10.3 Formin : ' Forms for concrete shall be built true to the lines and grades designated and be mortar-tight and of sound materials adequate to prevent distortion during the placing and curing of concrete. All concrete shall be formed unless otherwise specified. If ' during or after placing the concrete, the forms sag or bulge, the concrete affected shall be removed,the forms realigned and new concrete placed, Construction camber to take care of shrinkage or settlement impairing the strength of the structure by the ' reduction of depth will not be permitted, The forms shall be designed for a fluid pressure of 150 pounds per cubic foot on horizontal surfaces and 30 pounds per square foot on vertical surfaces for impact and vibration. TS-10.3.1 Face Lumber of forms for exposed surfaces of concrete shall present a smooth dressed surface free of loose knots, knot holes, and other defects. The spacing of supports and the thickness of face lumber shall have a minimum nominal thickness of ' one inch for solid lumber or 5/8 inch for plywood. Form materials shall be placed • with horizontal joints. Triangular molding, smooth on three sides and having 3/4 inch width on each of the two form sides,shall be used to bevel all exposed edges of 44 the structure, except where special bevels are shown on the plans. • , TS-10.3.2 Forms Re-used shall be in good condition, Form lumber which is unsatisfactory in ' any respect shall not be used. TS-10.3.3 Design and Construction of Forms permit their removal without damage to the ' concrete, Cofferdam braces or struts which will extend through any exposed concrete section will not be permitted. Forms under copings and around offsets may , be given a draft of not more than one inch per foot to permit removal without damage to the concrete. For narrow walls where access to the bottoms of the forms is not otherwise obtainable, an opening shall be provided so that chips, dirt, sawdust, or ' other extraneous material may be removed immediately prior to placing concrete. TS-10.3.4 Ties and spreaders and all metal anmliances used inside of forms to hold them to ' correct alignment and location shall be so constructed that after removal of forms,the metal may be removed to a depth of at least one inch below the surface of the , concrete. Metal tic rods used inside the forms where concrete will have an exposed surface shall be a type which will not produce a cavity at the surface of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as ties shall not be , removed by pulling them through the concrete. Wire ties and pipe spreaders will not be permitted,and metal or wood spreaders which are separate from form ties shall be • removed as concrete is being placed. A bolt-through method of supporting forms for , massive substructure units may be used with the approval of the Engineer. No form ties shall be embedded in concrete above the roadway surface on bridges. TS-10.3.5 Cavities produced by the removal of metal tie rods shall be carefully filled with , mortar composed of approximately one part cement to two pans sand. White cement , shall be added to the mortar if necessary to obtain the required color. In order to reduce the shrinkage,no mortar shall be placed in the cavities until 45 minutes after the initial mixing. In lieu of the above, any approved non-shrinking, non-staining ' type of mortar maybe used. After the cavities are filled, the surface shall be left smooth,even,and uniform in color and texture. Tie rod cavities in surfaces against which bnckfill is to be placed shall be filled with mortar or an approved plastic , compound meeting the requirements of Section 1057.3. Patching of tie rod cavities in the interior surfaces of box grinders will not be required. TS-10.4 Portland Cement Concrete ' This item shall conform to the Missouri Standard Specifications for Highway Construction,Class B concrete with a coarse aggregate classification of Gradation D. Osage River Gravel, Fine aggregate shall be Missouri River Sand, Class A. It shall be a 5.81 bag mix with an air content of four(4) to seven (7) percent, • , 45 , ' • Finish for bottom slab shall be travel and finish for top slab shall be broom. TS-10.5 Excavation ' The contractor shall be responsible for excavation required to complete the proposed structures in place. The contractor shall establish a sound bedding before pouring the bottom slab and footings. ' TS-10.6 Testing of Portland Cement Concrete ' The contractor shall perform or have performed the following tests to insure the strength of the structure when completed. Such tests in no way relieve the contractor of his responsibility for the construction of this structure and its acceptance after final ' inspection. (Payment for this item will be included under the bid item for Double Box.) TS-10.6.1 Slump Test: Slump Tests shall be taken during each pouring and shall not be less than 2 inches and not more than 4 inches. ' TS-10.6.2 Compression Test: Cylinders 6 inches in diameter and 12 inches in height shall be used in determining the compressive strength. The contractor shall make 1 cylinder ' • per 25 cubic yards poured. TS-11 CRUSHED STONE DRIVEWAYS: TS-11.1 Crushed stone driveways shall be constructed in accordance with the details on the Plans and with the requirements of Missouri Highway Specifications Section 304 for ' aggregate base course except that the provisions for measurement and payment therein shall not apply and except as modified in this section. ' TS-11.2 Aggregate TIM : Type I TS-11.3 The required thickness may be compared in one layer. Required density of ' compaction shall be not less than ninety(90)percent. TS-11.4 Where practicable, utilize temporary surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of added material required. TS-11.5 Crushed stone drives shall be carefully graded to drain. TS-11.6 Measurement of crushed stone drives shall be to the nearest 1 square yard. ' TS-11.7 Payment shall be at the unit price bid including all labor,equipment and materials to • construct the driveway complete including subgrade preparation. ' 46 1 • TS-12 RIP RAP: TS-12.1 General: Rip rap shall be furnished where provided on the Plans or where otherwise ' directed. Rip rap shall be durable limestone meeting the requirements of Missouri ' Highway Specifications Sections 611.31, 611.32 and 611.33 for Type 2 Rock Blanket. The minimum layer thickness shall be one and one-half(1 1/2) feet. The surface of rip rap shall be flush with the surrounding finished earth grade and ' grouted. TS-12.2 Inspection:The Contractor shall notify the Engineer of the source of rip rap prior to ' its delivery in time to permit its inspection. TS-12.3 Measurement and Payment: Rip Rap will be measured complete and in place to the ' nearest square yard of surface area (slope measurement). Payment at the unit price bid will be full compensation for all costs of excavation and furnishing and placing rip rap as shown on the plans and specified herein. t TS-13 ROCK EXCAVATION: TS-13.1 General: Should rock be encountered in two or more ledges,each ledge being more than six(6) inches thick and with interlying strata of earth clay,shale,or gravel not • more than twelve (12) inches thick in each stratum, the entire volume between the , top ledge and bottom of the bottom ledge will be classified as rock. (See Article TS- 2 for detail specifications.) ' TS-13.2 Use of Explosives: When explosives are used in the prosecution of work, the Contractor shall use the utmost care to prevent injury to persons and property. All ' explosives shall be stored and used in a safe manner and in compliance with all existing statutes and ordinances and all places used for such storage shall be marked clearly"DANGEROUS EXPLOSIVES". The Contractor shall wam all persons in the ' vicinity of the danger area when explosives are being used. The Contractor shall save the City and its agents, officers, and employees harmless from any claim growing out of the use of such explosives. Removal of any item or material of an}, , nature by blasting shall be done in such manner and at such time as to avoid damage affecting the integrity of the design and to avoid damage to any new or existing structure included in or adiacent to the work. Unless the plans,special provisions,or , the Engineer restricts such operation, it shall be the Contractor's responsibility to determine a method of operation to insure the desired results and the integrity of the completed work. Blasting will not be permitted until a Contractor has obtained prior , insurance and has obtained a permit from the City Fire Department. TS-13.3 Measurement and Payment ' Rock excavation shall be bid on unit price per cubic yard and final payment shall be • 47 ' • based on field measurement. Rock is defined as being sandstone, limestone, chert, ' granite, sillstone, quartzite, slate, shale, occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 1/z cubic yard in volume, in ledges six(G) inches or more in thickness. TS-14 SANITARY SEWER ADJUSTMENTS: ' TS-14.1 Adiusting and Rebuilding Manholes: ' TS-14.1.1 General: (a) Each existing storm or sanitary sewer manhole encountered within the grading limits,whether or not shown on the Plans, and which is to be left in service shall be raised or lowered to the new grade and slope. ' (b) All construction work in connection therewith shall be in accordance with the applicable details on the manhole sheet of the drawings. Manhole steps shall be properly reset and spaced. All new construction with brick shall be given a three-fourths (3/4) inch mortar coat on the outside. All new construction with brick or precast concrete shall be given one heavy coat of coal tar paint. ' • (c) In areas to be paved or surfaced the work shall be accomplished and protected in such a manner as to not create a traffic hazard and to provide for proper ' construction and compaction of the sub-grade and pavement adjacent to the manhole. (d) Precautions shall be taken to drop no debris into the bottoms of manholes. Any debris so dropped shall be immediately removed to prevent being washed down the sewer line. ' (e) The Contractor shall verify for himself the types of construction of the existing manholes. ' TS-14.1.2 Lowering Manholes: ' (a) Wherever possible, the manhole shall be lowered without resetting or rebuilding the cone (this will be classified as "Adjust Manhole to Grade"), utilizing one or both of the following methods: 1. Remove existing straight neck brick or precast concrete ring sections and lower existing cast iron ring and cover. 2. Remove existing cast iron ring and furnish and set shallow type cast iron ring,Type 3,as shown on the Plans, (machined), or equivalent, ' 48 designed to receive existing cover. • , (b) When the required lowering is greater than can be accomplished as specified ' in the above subparagraph,the work will be classified as "Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: ' 1. Precast concrete shall be removed and reset, removing one or more precast concrete rings below the cone, furnishing any necessary shallow depth straight concrete rings below the cone or concrete or ' cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset,or, if necessary, u shallow type ring shall be furnished as specified in Item 2 of sub-paragraph S-14.1.2 (a). , 2. Brick cones shall be tom down and rebuilt with brick,using eccentric or concentric cone as required to meet clearance conditions. An ' eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall be reset,or,if necessary,a shallow type ring shall be furnished as specified in Item 2 of subparagraph S-14.1.2 (a). TS-14.1.3 Raisins Manholes: ' (a) Wherever possible, the manhole shall be raised without resetting or rebuilding the cone. This will be classified as "adjust Manhole to Grade". • , This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick; or an appropriate combination thereof, and resetting the 1 existing cast iron ring and cover. The maximum allowable height of straightneek section, measured to top of cast iron ring, shall be twenty-one (21) inches unless otherwise directed by the Engineer. ' (b) When the required raising is greater than can be accomplished as specified in the above subparagraph, the work will be classified as "Rebuild Manhole to ' Grade", which shall be accomplished by one of the following methods: 1. Precast concrete cone shall be removed and reset,adding one or more precast concrete rings below the cone, furnishing any necessary concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset. , 2. Brick cones shall be torn down and rebuilt with brick,using eccentric or concentric cone as required to meet clearance conditions. An , eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall be reset. ' TS-14.1.4 The Contractor shall furnish all materials required for adjusting and rebuilding • 49 ' ' • manholes. Suitable materials salvaged from existing manholes may be reused as needed. If directed to replace any cast iron item found to be unsuitable through no fault of the Contractor, payment for the materials only will be made in accordance with the provisions of Regulations of the Contract Article FC-21. TS-15 UNDERDRAIN: TS-15.1 General:The Contractor shall install underdrains where directed. None are shown on the Plans. He shall have an available source of underdrain materials so that they can be quickly obtained when it is determined where and if they are required. However, ' such materials shall not be ordered until directed by the Engineer. Underdrains shall be installed only at locations as directed by the Engineer. ' TS-15.2 Materials: I. Pipe for Underdrain: "Missouri Highway Specifications"Section 1022,with ' necessary fittings. Pipe, fittings and shall be fully bituminous coated after fabrication in compliance with the requirements of AASHO M 190. Diameter of perforations after coating shall be not less than one-fourth (1/4) inch. • 2. Aagrepate for Underdrain: Natural sand, meeting the requirements for Fine Aggregate, MCIB Section 4. TS-15.3 Installation: ' 1. Installation of underdrain shall be in accordance with the details on the ' Plans, with "Missouri Highway Specifications" Sections 605.11, 605.12.1, 605.13.2, 605.13.3, and 605.13.4, and in accordance with the following items. ' 2. Underdrains will generally be discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably be in upper two thirds(2/3)of pipe height;in ditches,a minimum of six(6)inches above bottom of ditch. ' 3. Break into storm sewer or drainage structure and grout underdrain in pipe into as for branch connection as shown on the Plans. Use granular fill beneath underdrain pipe to bottom of storm sewer trench or structure ' excavation. 4. A section of non-perforated pipe,of length as specified by the Engineer,shall be installed at the outlet end. • 5. Seal around underdrain with clay near outlet ends to confine water in the ' 50 pipe. • , 6. Aggregate for underdmin shall be compacted to final settlement by ponding. , TS-15.4 Measurement and Payment: Underdrain pipe shall be measured per linear foot , complete including trenching, installation, granular fill and backfill. TS-16*PAVEMENT MARKING; ' TS-16.1 Scone: Fumish and apply white and yellow thermoplastic reflectorized pavement marking materials as indicated on the plans. ' Cold applied type shall be used for all markings and shall consist of a homogenous, extruded,prefabricated material of specified thickness and width,which shall contain ' reflective glass spheres uniformly distributed throughout the cross section,and shall be applied to the pavement surface by means of a pre-coated adhesive and pressure. TS-16.2 Materials: TS-16.2.1 General: ' a) Materials will be considered only from manufacturers of reflectorized plastic pavement markers and legends, who can submit evidence of successful • , product use over the past five(5)years, under climatic conditions similar to that of the work location. b) Each work and symbol marking shall be supplied with a diagram with each , section numbered to correspond with the completed layout. ' C) The plastic marker shall mold itself to pavement contours,breaks and faults, merely by traffic action at normal pavement temperatures. The plastic marker ' shall have resealing characteristics such that it will fuse with itself and with previously applied markings of the same composition under normal conditions of use. ' TS-16.2? Composition Requirements; a) As supplied, the plastic without pre-coated adhesive shall not be less than ' 0.06" in thickness. The edges shall be clear cut and true. b) Plastic shall be supplied complete with a pre-coated adhesive and an easily ' removable backing shall protect the adhesive in storage and facilitate rapid application. ' C) The plastic and its adhesive shall be sufficiently free of tack so that it can be • 51 ' • easily handled without the protective backing, and be re-positioned on the surface to which it is to be applied, before permanently fixing it in this ' position with a downward pressure. TS-16.2.3 Physical Requirements: a) Bend Test: The plastic shall be of such a structure that at a temperature of 80' F.,a piece of 3" x 6" (with backing)placed upon a 1"diameter mandrel,, may be bent over the mandrel until the end faces are parallel and 1" apart. There shall be no fracture lines apparent in the uppermost surface by visual inspection, ' b) Reseal Test:The plastic shall reseal to itself when tested as specified. Cut 1" x 3" pieces of plastic. Overlap these pieces face to face for an area of I sq, in. on a flat steel plate,with the backing material remaining in place. Center a 1,000 gram weight over the 1 sq. in, overlap area,and place in an oven at 190° t 10° F. for two (2) hours. After cooling to room temperature, the Ipieces shall not be separable with tearing. C) Glass Sphere Retention: The plastic shall have glass sphere retention qualities. A 2" x 6" specimen of plastic shall be cut at a right angle to the beveled edge and bent parallel to the beveled edge of a 1/2"mandrel. While • the specimen is bent, a strip of 1/2" wide masking tape (such as Utilitape, manufactured by Permaccl) shall be applied firmly along the length of the area of maximum bend and then removed. Should any glass spheres remain on the masking tape when the strip is removed,the sample shall be rejected. ' d) Skid Resistance: The surface friction of properties of the plastic shall not be ' less than 35 B.P.N, when tested according to ASTM E-303-66T. e) Lateral Shock Load Test: A 3"x 6"plastic panel shall be applied to a 3"x 6" ' piece ofcarborundum extra coarse emery cloth,or its equivalent,so that 3"x 3"overlap occurs. The application shall be such that a pressure of 50 p.s.i, is placed on the panel for 30 seconds. The overlap ends shall each be clamped ' with one end in a fixed position; a sudden load of 50 lbs, shall be applied vertically to the other end. Upon immediate load release and examination, there shall be no noticeable slipping or fracture of the adhesive coating. This test shall be conducted at a temperature of between 70° F. and 80° F. f) Adhesive Shear Strength:Specimens shall be tested according to the method described in ASTM D-638-61T as modified to test the adhesive shear strength. The samples shall be prepared as follows: Plastic samples cut as described in paragraph 207-3.3(i),shall have applied to the adhesive face a 1" ' x 3"piece of carborundum.extra coarse emery cloth,or its equivalent,so that • there is 1 sq.in,overlap at one end of the plastic specimens. A pressure of 50 p.s.i. shall be applied over this area of a period of 30 seconds. Load shall ' 52 1 applied by gripping each end of the test piece in a suitable tensile test • , machine such as a Dillon or Scott Tester. The average of the load required to break the adhesive bond shall not be less than 10 lbs. The speed of testing , shall be 0.25" per minute. The test shall be conducted at a temperature of between 70° F. and 80° F. TS-16.3 Submittals: , The Contractor shall furnish a manufacturer's certification,in triplicate,attesting that , all materials supplied conform to the requirements of these Specifications. The certification shall include,or have attached,specific results of laboratory tests for the ' specified physical and chemical properties as determined from samples representative of the lot or lots of thermoplastic compound, glass spheres and reflectorized plastic marker material supplied. ' TS-16,4 Measuring and Premarking: The Contractor shall do all measuring and pre-marking required for application of the ' pavement markings. TS-16.5.1 ApBlication Reguirements: Cold applied thermoplastic materials shall be applied to clear,dry pavement surfaces, • , free of dirt and foreign matter,by removing the release paper and placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60° F.or over, ' unless special instructions are supplied by the manufacturer for application at temperatures below 60° F. , TS-16.5.2 The manufacturer shall supply detailed information concerning any special application procedures. Any necessary activators for the adhesives or various special ' coatings for different pavement surfaces shall be supplied. TS-16.6 Method of Measurement: ' Measurements of the marking are given on the plans for informational use only. TS-16.7 Basis of Payment: ' Payment for pavement markings will be made at the contract lump suns bid price and ' shall include all material, labor and incidental items necessary to complete the work as shown on the plans, TS-17 OMITTED , 53 • ' 1 • TS-18 TRAFFIC SIGNALS: TS-18.1 General: All traffic control signal equipment, materials and construction methods relating thereto shall conform to Section 902,"Traffic Signals"of Missouri Standard Specifications for Highway Construction. 1986,except as amended by the additions, deletions, and substitutions of this Article. Where any section of the Missouri ' Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the Plans,or the Missouri Standard Specifications,these Technical Specifications shall govern. ' TS-18.2 Scone: The work of this section shall consist of furnishing and installing traffic control signal equipment and materials as shown on the plans, as set out in these Technical Specifications and as directed by the Owner's authorized representative(s) to result in a complete and finished job. TS-18.3 Section 902.3, "Materials", of the Missouri Standard Specifications for Hiahwav Construction is modified by adding the following paragraphs: A. Section 902.3.5.1, "Multi-Conductor Cable", shall be amended by the addition of the following: ' • 1) As an acceptable alternate the Contractor may use multiconductor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) for Polyethylene- ' Insulated, Polyvinyl Chloride Jacketed Signal Cable. ' B. Section 902.3.5.3,"Induction Loop Detector Cable",shall be replaced by the following: ' 1) Induction loop detector cable shall be No. 14 AWG, THWN or THHN, soft drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of 1/32-inch. ' TS-18.4 Section 902.4, "Equipment", of the Missouri Standard Specifications for Highway Construction is modified by adding the following paragraphs: A. Section 902.4.1, "Signal Heads" shall be amended by adding the following: ' 1) The housing,signal hardware,visors,louvers,and lenses may also be polycarbonate. 2) Lamps for signal section optical units shall be furnished by the • Contractor as follows: ' 54 1 Lamps for 12-inch lenses shall be 150 watts. All other lamps shall be • 1 clear 116 watts. Signal lamps shall be minimum life rating of 8,000 hours,guaranteed ' by the manufacturer. , Horizontally mounted lamps shall be installed with the open segment of the filament up. ' B. Section 902.4.4,"Power Supply Assembly",shall be amended by adding the following: , 1. The circuit breaker cabinet as detailed on the Plans for the power supply assembly shall be installed on the existing wood poles as ' shown on the Plans. TS-18.5 Section 902.5 "Construction Requirements",of the Missouri Standard Specifications , for Highway Construction shall be amended by adding the following: A. Section 902.5.1, "Pull Boxes and Junction Boxes",shall be amended by the , addition of the following: 1. Concrete pipe, meeting ASSHO Specification Designation M86 for • ' non-reinforced or MI 70 Class III for reinforced of suitable length and diameter,and provide with cable hooks,may be substituted for other types of pull boxes with the approval of the Owner's authorized , representative(s). 2. Expansion Cast ABS(Acrylonitrile-Butadiene Styrene)thermoplastic , Manhole Rings and Lock Covers shall specifically not be allowed on this project. ' 3. Delete subsection 902.5.1.4. 4. Junction boxes shall be installed at locations shown on the Plans. , They shall be of the sizes and designs as shown on the Plans. S. The Contractor, at his option, may submit in writing to the Owner, , pull box or junction box designs with materials, shapes, and dimensions deviating from those required by the plans and ' specifications for possible use on this project. The submittal and approval must be completed prior to including such deviating designs in the construction bid. ' B. Section 902.5.3, "Conduit System", shall be amended by the addition of the • 55 , ' • following: 1. Polyvinyl chloride pipe schedule 40, UL approved, may be used in lieu of rigid steel pipe. C. Section 902.5.7, "Wiring", shall be amended by adding the following: ' 1. The detector loop wire shall normally be No. 14 AWG, TH", Stranded of a continuous length from the spliced connection to the pair of shielded conductors in the lead-in cable. The splices will be ' permitted in the length of loop wire beyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall be protected by a flexible vinyl plastic tubing of 3/16 inch ID,a minimum of 1/32 inch wall, 1/4 inch OD. The tubing shall be capable of resisting deterioration from oils and solvents. The tubing shall also be highly abrasion resistant ' and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number of turns as shown on the plans, or as directed by the Engineer. The tubing shall be of continuous length from the point of splicing of the loop wire to the lead-in cable. No splices will be made in the tubing. ' + 2. At the time of placing the loop wire in the sawed slots,the ends of the tubing shall be sealed to prevent any entrance of moisture into the ' tubing. 3. All lengths of loop wires and tubing that is not imbedded in the ' pavement shall be twisted with at least 5 turns per foot, including lengths in conduits and handholes. 4. The electrical splice between the loop lead-in to the controller and the loop wire shall also consist of providing a watertight protective covering for the spliced wires,the shielding on the loop lead-ins,and the end of the tubing containing the loop wires. The splice shall be made by the following method: ' a. Remove all lead-in cable coverings leaving four (4) inches insulated wire exposed. ' b. Remove the insulation from each conductor of a pair of lead- in cable conductors for one-half(1/2) inch and scrape both copper conductors with knife until bright. • C. Remove the plastic tubing from the loop wires for one and one-half(1 1/2) inches. ' 56 d. Remove the insulation from the loop wires for one half('/z) ' inch and scrape both copper conductors with knife until bright. e. The conductors shall be connected by twisting together, , soldering and covered with a screw-on wire connector. f. Center all conductors in a splicing mold. The mold shall be ' approved by the Engineer. g. Position the spliced wires in the center of the mold and fill the , mold with a sealant or epoxy-type resign. The sealant or epoxy-type resin used must be approved by the Engineer. h. Cover the exposed shielding, ground wire and end of any ' unused loop lead-in where the sheathing was cut, by liquid silicone rubber. Apply Butyl Rubber Polymer Tape sealant ' between the wires and completely cover the silicone rubber. 5. External surge protection is required on each loop detector which will , meet or exceed the following requirements: a. Unit must be a three terminal device capable of protecting the . ' detector against differential (between the loop loads)surges, and against common mode (between leads and ground) ' surges. b. Unit must be of the inductive type with a maximum DC , resistance of 150 milliohms. C. Unit inductance must be at least 4 millihenries. ' d. Unit must withstand repeated 400 ampere surges. e. Unit must be a two stage device capable of clamping a 250 , ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. ' f. Unit must clamp u 250 ampere common mode(between leads and ground) surge to 20 volts. ' 6. The controller cabinet must be furnished with a surge arrestor on the AC service which meets or exceeds the following requirements: ' a. Unit must be capable of withstanding repeated 20,000 ampere • 57 , ' • surges (minimum of 25). ' b. Unit must have internal follow-current limiters (resistive elements). C. Unit must contain 3 active clamping stages minimum. d. Unit must self-extinguish within 8.3 milliseconds after trailing edge of surge. ' C. Parallel impedance of 1 limiters must be less than .I S ohms. D Section 902.5.10, "Painting",shall be amended as follows: I. All exterior metal parts of the signal heads, including ' mounting brackets and other hardware, except door fronts, inside and outside of visors, louvers,and backplates,shall be primed and painted with a standard Federal Yellow enamel. Door fronts, inside and outside of visors, louvers, and backplates shall be painted flat black and in their entirety, ' • except backplates constructed from black thermoplastic material. 2. Polycarbonate components,if used,shall be the same color as specified for painted metal parts. ' TS-18.6 Traffic Signal Operation Policies: 1. During the course of signal installation and until the signals are placed in operation, signal faces shall he covered or turned away from approaching traffic. When ready for operation, they shall be securely fastened into position facing toward approaching traffic. After the signal installation is ' complete, the Contractor may put the signal in operation for test purposes only. However, the signal shall not be put into permanent operation until authorization is given by the Owner's authorized representative(s). ' a. When the Contractor is certain the traffic signal controller and control accessories are working properly,and all signal equipment is properly installed,he shall make an inspection appointment with the Owner's authorized representative(s). b. After a thorough inspection of the signal equipment and installation, ' the Owner's authorized representative(s) may authorize the • Contractor to put the signal into permanent operation. This authorization will be given if all signal equipment is working ' 58 properly, of if public safety and convenience warrants the operation • , of the signal before all corrections have been made. ' C. A written communication confirming the permanent signal operation authorization and the findings of the inspection shall be prepared by ' the Owner's authorized representative(s). The findings of the inspection may include the acceptance and approval of the signal or a list of signal or a list of signal deficiencies to be corrected. ' d. If the inspection finding contain a list of signal deficiencies, the Contractor shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut down to make the , necessary correction,the Contractor must receive authorization from the Owner's authorized representative(s) before this action is taken. When the Contractor is certain all corrections have ben made he shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection of the signal, a written , communication confirming the acceptance and approval of the signal shall be sent to the Contractor by the Owner's authorized representative(s)at the end of the 15 consecutive days of operation of ' said equipment. TS-18.7 Guarantee and Maintenance: • ' 1. General: , a. The Contractor is required, until the end of the one year guarantee period covered by the Performance and Guarantee Bond to: , 1. Guarantee all traffic control signals against defective equipment, materials,and workmanship. ' 2. Maintain all traffic control signals in connection with specific items enumerated in paragraph TS-14.7.2. , b. This requirement applies to all traffic control signals under this contract. ' C. The intent is that at the end of the one (1) year guarantee period the Owner will have properly operating and serviceable traffic control ' signals; that defective equipment, materials and workmanship will have been corrected; and that any necessary maintenance in connection with specific items enumerated in paragraph TS-14.7.2 ' wether or not due to defects in Contractor's materials and • workmanship, will have been accomplished. All materials and , 59 1 • installation for such work will be a the Contractor's expense. ' 2. Conditions Requiring Corrections: Any adverse conditions which affect the use, function, operation, quality or life of the traffic control signals shall be ' corrected,including the following: a. Traffic control signal equipment malfunctions; including, but not ' limited to the following:signal controller malfunctions;vehicularand pedestrian detector malfunction; electrical cable malfunctions; and failure of traffic signal units, poles and mast arms; which affect the ' function and safe operation of the traffic control signals. b. Exclusions: The following conditions are excluded and are not considered the responsibility of the Contractor. 1. Traffic signal lamp replacement due to lamp burn-out. ' 2. Damage to traffic control signal equipment and materials resulting from acts of vandalism, traffic accidents, natural ' disasters, or street cuts or excavation within the right-of-way of others. ' • 3. General Requirements for Corrective and Maintenance Work: a. All corrective and maintenance work shall be done promptly upon ' notification by the Owner in order to prevent unnecessary inconvenience to the traveling public and to minimize traffic safety hazards. b. All work shall be in accordance with these specifications and the highest standards and methods of the traffic control signal industry. The Contractor shall submit his proposed methods and designation of equipment and materials to the Owner, for approval in advance of ' such work. TS-18.8 Submittals: The Contractor shall furnish, in triplicate, a list of equipment and materials to be installed,showing name of manufacturer,catalog or descriptive data, and shall fumish manufacturer's certifications,in triplicate attesting that all materials supplied conform to the requirements of these Specifications. ' TS-18.9 Field La out: All work covered by this Section shall be done to the lines shown on the Plans or as directed by the Owner's authorized representative(s). The Contractor shall be responsible for all field layout work subject the approval of the Owner's • authorized representative(s). ' 60 TS-18.10 Method of Measurement: Method of Measurement shall conform to Section 902.8, • ' "Method of Measurement", of the 1986 Missouri Standard Specifications for Highway Construction. ' TS-18.11 Basis of Payment: Accepted traffic control signals, measured as provided, shall be ' paid for at the Contract unit price for each of the pay items included in the Proposal. No direct payment shall be made for any incidental items necessary to complete the work unless specifically provided as a pay item in the Contract. TS-19 OMITTED TS-20 FENCING TS-20.1. Removal and Re-settine Fence:Wherever existing fences lie within the construction ' limits or wherever shown on the plans, the Contractor shall remove and store the fencing during the construction of that portion of the project that is in conflict with the fence. ' The Contractor shall take care not to damage the fencing materials during this operation and shall be fully responsible for any damage to the fencing materials ' caused by his operations. Any damaged materials shall be replaced by the Contractor and at his sole expense • ' with new material equal to that from which the fence was constructed. The fence shall be reconstructed in accordance with best accepted fencing practices, , All posts shall be cleaned of existing concrete and re-set in concrete. Prior to removing any fence the Contractor shall contact the property owners so that , they may take necessary steps to confine any animals or children normally kept within the fence. ' It may be necessary for the Contractor to erect temporary fencing during the period between the actual construction and the re-setting of the permanent fence. Wherever ' this is necessary so that the property owner can retain normal use of his yard, the Contractor shall provide and erect such temporary fencing at no cost to the Owner. Removal and re-setting of fence will be paid for at the unit price bid per linear foot. , TS-20.2 Temporary Fencing Wherever permanent fencing that is used to contain small ' children or animals must be removed to accommodate construction, the Contractor shall erect temporary fencing suitable to perform the function of the permanent fence until the permanent fence can be restored. ' The construction of the temporary fencing shall be coordinated with the property • 61 ' owner to cause as little inconvenience as possible. In no case shall such area be left ' • unfenced over a weekend or for more than one weekday. At the Contractor's option, materials from the existing fence may be used for the ' temporary fencing. However,the Contractor will be fully responsible for restoring the permanent fence in condition at least equal to that prior to construction. ' Temporary fencing will be subsidiary to the other items of construction. TS-21 CERTIFICATES OF COMPLIANCE: ' TS-21.1 General: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, producers fabricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in ' connection with the work conform to the requirements of the Specifications, as provided in the various sections of these Specifications. ' b. Whenever the items so certified deviate from the requirements of the Specifications,Plans and other Contract Documents,then the Contractor shall • point out such deviation in the letter of transmittal. Unless this procedure is ' followed and such deviations are specifically approved by the Engineer in writing,then the Engineer's approval of such certifications will not constitute ' approval of the deviations. C. Said certificates may be accepted by the Owner and Engineer as adequate ' evidence of compliance with the Contract Documents. However, at its option,the Owner may test any or all of said items for compliance. If found to be in compliance with the Contract Documents, the cost of testing will be ' borne by the Owner. If found to be not in compliance, the Contractor shall pay for such testing. TS-21.2 Requirements For Certifications, Shon Drawings and Testing: a. Specific requirements for certifications,shop drawings and testing are given in the following subparagraphs. b. Manufactured items,as follows,will require certificates of compliance,with ' shop drawings, catalog data or installation instructions where so indicated. I. Reinforced concrete pipe, fittings and specials. (Shop drawings required for all fittings and specials, including branch connections, • and riser manholes.) ' 62 • 2. Joint materials for reinforced concrete pipe. , 3. Corrugated metal pipe and underdrain pipe, fittings and specials • ' (Shop drawings required for same items as in item 1 above). 4. Ductile iron,cast iron,vitrified clay and copper pipe and fittings. ' 5. Brick and mortar. 6. Precast concrete manholes and inlets. 7. Reinforcing steel and welded wire fabric. , 8. Metal work (Shop drawings required for fabricated items). ' 9. Iron castings. 10. Seed. 1 11. Sod(considered as manufactured material for compliance purposes). ' Engineer shall be given the opportunity to inspect and field prior to delivery to project. • , 12. Fertilizer. 13. Gabion baskets. ' 14. Fibercloth. ' C. Rock and sand products will require certificates of compliance, as follows: 1. Stone for gabion fill. , d. Backfill: It is recognized that, due to miring of types of materials found in , City construction, it may sometimes be difficult to correlate actual performance with test results. The Engineer may make notations of waiver on certain field moisture-density test reports when, in his judgment, the ' Specification requirements have been met on the basis of visual inspection and the test reports do not truly indicate the field condition. However, the Contractor will be fully responsible for settlement of backfill as provided in ' Special Conditions Article SC-3. e. Concrete: ' 1. The actual mix proportions shall be determined by the Contractor, • ' 63 • based on satisfactory experience with the proposed materials and ' MCIB mix. Mix proportions, typical test reports and complete data on materials and plant, supporting their acceptability under the Specifications, shall be submitted to the Engineer in triplicate for ' concurrence before beginning concrete work. 2. Acceptance of Concrete for strength shall be as stipulated in Article . ' 5.02 of MCIB Section 5. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. 4. Visual inspections and tests for performance of concrete may be made ' by the Engineer to satisfy himself that consistency, air content, minimum compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and ' tests will be in accordance with MCIB Bulletin No. 6, "Concrete Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design Tables". f. Asphaltic Concrete Mix:The provisions of Item 1 of Subparagraph 5-21.4(e) • shall apply to asphaltic concrete mix,except delete the reference to "MCIB". ' TS-21.3 Payment: No payment can be made to the Contractor unless the City is in receipt of ' Certificates of Compliance for all materials installed to date. TS-22 SCHEDULE OF WORK ' TS-22.1 General: Scheduling shall provide for the least practical inconvenience to the traveling public and to residents along the project. ' TS-22.2 Submission and Concurrence: Before work is started,the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the ' sequence of the work but also the time of starting and completion of each pan. The schedule shall be submitted to the Engineer for his concurrence. ' TS-22.3 Winter Shut Down: If the project is shut down over a winter,the area shall be left in a safe,passable,and accessible condition for the winter. The Contractor shall maintain traffic and access over the winter shutdown as provided in paragraph 5-23?. The ' Contractor shall maintain the project over the winter shutdown period in such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes projecting above the base shall be ' ramped with temporary bituminous cold-mix or asphaltic concrete in order to • facilitate the City's snow plowing. Access shall be provided to all houses. ' 64 TS-23 MAINTENANCE OF TRAFFIC AND ACCESS: TS-23.1 General:The Contractor shall conduct his work so as to interfere as little as possible , with public travel, whether vehicular or pedestrian. Whenever it is necessary to ' cross, obstruct, or close roads, driveways and walks,whether public or private,the Contractor shall,at his own expense,provide and maintain suitable and safe bridges, detours,or other temporary expedients for the accommodation of public and private ' travel,and shall give reasonable notice to owners of private drives before interfering with them;provided,however,that such maintenance of traffic will not be required at any point where the Contractor has obtained permission from the owner and tenant of ' private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at any designated point thereon and for the duration of whatever period of time as may be agreed upon. ' The Contractor will be required to make provisions for or maintain local traffic. He will be expected to make reasonable effort to provide access to all drives whenever ' possible, and particularly when work is not in progress. He shall provide for emergency vehicle access to any point at all times. The Contractor shall present a work schedule and a plan for handling traffic for ' review before commencing any work. • TS-23.2 When Work Not In Progress: The work shall be cleaned up at the end of each ' working day,and temporary surfacing shall be placed such that access will be had to ' all driveways during the night,weekends,holidays,and other days when work is not in progress and when the stage of the work does not directly interfere with the drive. The Engineer,at his discretion,may grant short-term exceptions to this requirement ' in connection with preparing sub-grade and paving. TS-23.3 Contact Person: The Contractor shall designate a person (with phone number)who , can be called by the City during the night,weekends,holidays, and other days when work is not in progress. The Contractor will be responsible,through this person,for making such temporary repairs during said periods as may be needed to meet the , requirements of paragraph S-23.2. TS-23.4 The provisions of MUTCD, Part VI, apply to this Contract. ' TS-24 TEMPORARY SURFACING Where required to provide access and when directed by the Engineer, the Contractor shall ' provide temporary surfacing either of Crushed Stone for Temporary Surfacing or of Asphaltic Concrete for Temporary Surfacing as directed by the Engineer. Such temporary ' pavements shall be maintained by the Contractor in a safe,reasonably smooth condition as • long as they are in use. Crushed stone for temporary surfacing shall meet the requirements of 65 ' ' • paragraph 1007.2 of Missouri Highway Specifications for Type 2 Aggregate, Gradation A ' unless the Engineer agrees to a different gradation because of site conditions. Asphaltic concrete for temporary surfacing shall be Type 1 base as specified in Article 23. ' Payment for temporary surfacing shall be at the unit price bid per ton of material. Measurement will be on the basis of delivery tickets. ' TS-25 DUST CONTROL Adequate precaution shall be taken to insure that excessive dust does not become airborne ' during construction. The Contractor shall comply with any regulations of the Missouri Air Conservation Commission or federal government which apply to this matter in the geographical area of the work. The determination as to whether excessive dust is becoming ' airborne shall be by the Engineer. When directed by the Engineer,the Contractor shall take appropriate dust control measures satisfactory to the Engineer. No separate payment will be made for performing dust control or for applying water for this purpose. ' TS-26 PROPERTY CORNERS AND MONUMENTATION: ' It shall by the responsibility of the Contractor to protect all property lot corners and land survey comers and accessories. Should it be necessary to disturb any such monument, • whether stake,pin,bar,disk,box,or other,it remains the responsibility of the Contractor to ' reference such markers prior to removal, reset them, and file such relocations or monumentation documents as the law requires. Any such references,removal,replacement ' and certification of monuments shall be performed by a licensed engineer or land surveyor. TS-27 CLEANUP: ' TS-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition during the ' progress of the work. The Contractor shall,as directed by the Engineer,remove from all public and private property,at his own expense,all temporary structures,rubbish and waste materials resulting from his oftration, TS-27.2 The Contractor shall open and clean all existing ditches and culverts within the right- , of-way and easements, leaving them free from all excess mud or silt,drift,brush,or debris of any kind prior to final acceptance. The Contractor shall clean up all dirt from paved surfaces, not allowing same to pack on the roadway or create a traffic ' nuisance. No direct payment will be made for work within the scope of this Article. TS-28 TRAFFIC SIGNS. STOP SIGNS, AND STREET SIGNS: • All existing traffic signs, stop signs and street signs in the way of the work shall be carefully removed by the Contractor in accordance with the requirements of MUTCD. The required function of stop signs shall be preserved by the contractor whenever a street is open to traffic. All signs shall be re-installed following the ' 66 construction. No separate payment will be made for this work. • ' TS-29 DOWNSPOUT DRAINS: ' TS-29.1 General:This work shall include connecting existing downspout drains through and , into the proposed curb,curb and gutter,or storm sewer facility. The location of some downspout drains may be shown on the plans,but other drains may exist that are not shown. The contractors shall be responsible to connect all downspout drains ' regardless of whether they are shown on the plans. TS-29.2 Construction Methods: The contractor shall exercise care in removing existing , facilities so as to minimize damage to existing drains. Generally,new material of the same diameter as the existing drain shall be used. As approved by the owner,the removed pipe may be cleaned and re-used. , TS-29.3 No Direct Payment:All work associated with connecting downspout drains through ' or into the proposed curb,curb and gutter,or storm sewer facility shall be subsidiary to the item to which it is connected. No direct payment will be made. TS-30 SUBSIDIARY ITEMS: , There are small items of work specified herein or that are incidental to the other construction • ' for which no bid items are given. These items and any item for which no bid item is given shall be considered subsidiary and their cost shall be included in the bid price ofother related , items of work. 1 1 67 , ' CITY OF JEFFERSON '1. ' STANDARD SANITARY SEWER SPECIFICATIONS 10 1 1 1 1 1 Revised April 2004 TABLE OF CONTENTS 1 Section Page 1.0 General 1 2.0 Materials and Testing 1 , 3.0 Grading and Site Preparation 5 ' 4.0 Pipe Laying,Jointing and Testing 8 5.0 Manholes and Special Structures 13 6.0 Pipe Encasement and Collars 15 7.0 Backfill 16 8.0 Tunneling, Boring and Jacking 18 • , 9.0 Acceptance Test for Sewers 21 10.0 Seeding 27 ' 11.0 Pavement Replacement 27 ' 12.0 Measurements and Payments 28 , 13.0 Subsidiary Items 31 , 1 ' • STANDARD SANITARY SEWER SPECIFICATIONS ' SS-1.0 GENERAL SS-1.1 Description: Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the City Standard Drawings, Plans, General Provisions and Covenants, Street' Specifications and Standards, and these Specifications. SS-1.2 Specification Modifications: It is understood that throughout this section these specifications may be modified or deleted by appropriate items in the Special Provisions or notes on the contract drawings. SS-1.3 Revisions of Standards: When reference is made to a Standard Specification (ASTM, AWWA) the specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Plans or in the Special Provisions, SS-2.0 MATERIALS AND TESTING • SS-2.1 Scone: This section governs the furnishing of all pipe, fittings and other materials as required to complete the work as shown on the Plans and as ' provided for in the Special Provisions. The materials specified are to be used under normal conditions. Vitrified clay, HDPE, and fiberglass reinforced pipe may be approved for special applications if installed by manufacturer's recommendations, SS-2.2 General: a. Requirements: Fumish pipe of materials, joint types, sizes, and strength class indicated and specified. Higher strengths may be ' furnished at Contractor's option, at no additional cost to the Owner. ' b. Manufacturer: The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. ' C. Inspection and Testing: To be performed by the manufacturer's quality control personnel in conformance with applicable ' standards. Testing may be witnessed by Owner, Engineer, or • approved independent testing laboratory. Upon request of the Owner, and prior to delivery, the Contractor shall provide three (3) I 1 copies of certified test reports indicating that material does • , conform to the specifications. SS-2.3 Ductile Iron Pine: Conform to ANSI A21.51, except as otherwise , specified herein. a. Design: Design of pipe shall be in accordance with ANSI A21.50 laying conditions'B or F. Minimum wall thickness shall be for Class 2. b. Joints: Mechanical and push-on joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.11. C. Gaskets shall be neoprene or other synthetic rubber material. , Natural rubber gaskets will not be acceptable. Gaskets shall be rated for intended use(gravity sewer or pressure main). d. Fittings: Fittings shall be in accordance with ANSI A21.10 and t shall have a pressure rating of not less than that specified for pipe. Fittings used with ductile iron pipe shall be ductile iron. Fittings , for pipe with mechanical joints shall have mechanical joints. Fittings for pipe with push-on joints shall be either mechanical joint or push-on joint. • , C. Lining: Polyethylene in accordance with ANSI/ASTM D 1248 or two component epoxy per manufacturer's recommendations. , Cement-mortar lining is not acceptable. f. Coating: Bituminous per manufacturer's recommendations. , g. Furnish all specials, taps, plugs and wall fittings as required. SS-2.4 Poly Vinyl Chloride (PVC) Sewer Pin: Conform to ASTM D-3034, ' except as otherwise specified herein. Building sewer (lateral) pipe is specified in the City Plumbing Code. , a. General: Furnish maximum pipe lengths manufactured by the supplier, except fittings, closures and specials. , b. Design: The minimum wall thickness for PVC Pipe shall conform to SDR-35. Pipe bedding shall conform to ASTM D-2321 for ' Class I materials. C. Joints: Flexible gasketed joints shall be compression type with a ' gasket confined in either the spigot end or the bell end of the pipe. • Rubber gasket rings shall conform to the requirements of ASTM 2 • D-1869. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. ' d. Fittings: Fittings defined as tee connections suitable for assembly to 4-inch or 6-inch house or building sewers connection to existing ' sewer mains shall be saddle-type fittings of PVC Plastic. Connections to new or inactive sanitary sewers shall be with wye fittings. SS-2.5 Sanitary Sewer Forcemain: Shall be PVC and conform to the requirements of ANSI/AW WA C900-89. Pressure Class 200. a. Bends in sanitary sewer forcemain shall be by restrained joint ' ductile iron fittings restrained in accordance with manufacturer's recommendations. Sanitary sewer forcemain shall be installed with locating tracer wire. Tracer wire shall be insulated THNN, 12 gauge copper wire. All wire shall be joined by use of wire clamps, These connections shall be sealed and taped to create a watertight connection. Tracer wire shall be secured to the top of the main by ' tape a minimum of 3 times in each standard length of pipe. Tracer wire shall be looped to the top of valve boxes for access and at ends for conductivity. b. Where sanitary sewer forcemains must cross watermains, the forcemain shall be installed below the watermain with not less than an 18 inch separation. C. Buried gate valves on forcemains two (2") inch through twelve (12") inch inclusive shall be Mueller Gate Valves, mechanical joint, resilient seated wedge disk or equal. Valve shaft shall have an "O" ring seal with a two (2") inch square operating nut. Valve ' shall open in a counter-clockwise direction. Buried gate valves shall have valve boxes which shall be two-piece, twenty-four (24") inch, screw type, bottom section and sixteen (16") inch screw type, top section with lid marked"SEWER". SS-2.6 Reinforcin Steel: Reinforcing steel shall be placed as shown on the Plans ' and shall conform to ASTM Specifications as follows: a. Bars and rods shall be deformed billet-steel conforming to ASTM A-615, Grade 40. b. Welded wire fabric shall conform to ASTM A-185, Grade 40. C. Fabricated steel bar and rod mats shall conform to ASTM A-184. • Bar material shall conform to ASTM A-615, Grade 40. 3 d. Smooth bars shall be round carbon steel bars conforming to ASTM � 11 A-306, Grade 60. ' SS-2.7 Manhole Materials: a. General: Manholes shall conform to the applicable City Standard ' Drawing. All new manholes must be precast as defined in these specifications and applicable City Standard Drawings. b. Brick and mortar manholes: Repair to existing brick manholes use ' materials as follows: 1. Mortar: Mortar and plaster casting for masonry, manhole ' units shall be two parts Portland Cement to one part Masonry Cement to six parts plaster sand mixed with the least amount of potable water necessary to provide a , workable mortar. 2. Brick: Clay brick shall conform to ASTM C-32, Grade SS , or SM. For Grade SM, the maximum water absorption by 5-hour boiling shall not exceed 12.0 percent for individual brick or 9.0 percent for the average of five bricks. • ' C. Precast Concrete: Precast concrete manholes shall conform to ASTM C-478. Joints shall be of material as specified for reinforced concrete pipe joints or a bitumastic material or performed flexible joint sealants applied in accordance with manufacturer's recommendations. ' d. Cast in Place Concrete: Concrete used shall conform to applicable City Standard Drawing. ' e. Waterproofing: Waterproofing will be required to all manholes, The bitumen shall consist of two coats of asphalt or coal-tar pitch, ' H.B. Tnemecol (Coal Tar) Series 46-465 or equal. Asphalt shall conform to the requirements of ASTM D-449. Coal-tar pitch shall conform to the requirements of ASTM D-450. ' f. Flexible connectors designed to produce a positive watertight connection for pipes entering precast manholes shall be provided, , These connectors shall be the "A-LOK" produced by A-LOK Products, Inc. or approved equal. g. Interior coating: Where manholes are subject to excessive • hydrogen sulfide exposure, the City requires manholes be lined 4 ' 1 • with a one-part urethane Tnemec Series 434 Perma-Shield H2S or equal. Interior coating shall be applied prior to delivery to the site and touched up where necessary. SS-2.8 Manhole Castings: a. General: Cast-iron rings, covers and steps conform to the t applicable City Standard Drawings. The castings shall meet or exceed the following requirements: ' b. Iron Castings: 1. Iron castings shall conform to the requirements of ASTM A-48, Class 30. 2. Castings shall be clean and whole, and without blow or ' sand holes or any other surface defects which would impair serviceability. Plugging or filling of holes or other defects will not be permitted. 3. Parting fins and pouring gates shall be removed. ' • 4. Castings shall be thoroughly cleaned and painted with two coatings asphaltum paint before being delivered to the site. SS-2.9 Bedding Aggregate: All materials used for crushed stone pipe bedding shall conform to applicable City Standard Drawings, SS-2.10 Water Stons: Water stops must be installed in accordance with City Standards. SS-3.0 GRADING AND SITE PREPARATION ' SS-3.1 Scone: This section governs the furnishings of all labor, equipment tools, materials, and the performances of all work for clearing, grubbing, and demolition, wholly or in any part, at locations shown on the Plans, or as provided for in the Special Provisions. Clearing, grubbing and demolition shall be done only to that extent which is necessary for the prosecution of the construction of the sewers. SS-3.2 Definitions: ' a. Clearing: Clearing shall consist of removing all vegetable matter, • such as trees, brush, down timber, rotten wood, rubbish and other objectionable combustible materials, found on or above the surface 5 of the site. It may include removing fences, lumber, waste dumps • and trash, and the salvaging of such of the materials as may be specified. This item shall include the disposal of the debris ' resulting from the clearing operations. b. Grubbing: Grubbing shall consist of removing and disposing of stumps, roots, buried trees and brush, wood piling, wood curb planking, wood culverts,'wood catch basins and drains, and wood , stairs appearing on or below the surface of the ground which has not been included in section entitled "Clearing". C. Demolition: Demolition shall consist of demolishing, removing, ' disposing, or incorporating into backfill all non-vegetable matter appearing above, on, or below the ground surface. This shall ' include all material derived from the demolition of Portland Cement Concrete items such as base courses, curbs, curb and gutters, sidewalks, floors, steps, driveways, drainage structures of ' all sorts, fences, and other miscellaneous items such as foundations or wall of any sort, and iron or steel items, and shall include all asphaltic items such as pavement and base courses. , SS-3.3 Construction Details: a. Limits of Work: The limits for clearing, grubbing and demolition • ' shall, in no case, extend beyond the limits of the right-of-way, city property lines, or easements, unless otherwise specified on the Plans or Special Provisions. b. Protection of Existing Facilities: The Contractor shall be responsible for protecting any improvement of any agency, public or private, in the vicinity of clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the , assistance of the affected agencies in the location of their facilities. The Contractor will not be responsible for the cost to any agency for assistance in the location of its facilities, but he shall be , responsible for the cost of all damages to such facilities arising because of his carelessness or negligence. 1. Private Sewer Facilities: The Contractor shall make every reasonable effort to protect private sewer facilities. They are not shown on the Plans. When these facilities are , disturbed or damaged by the work, the Contractor shall make necessary repairs to the facilities for continuous service prior to the close Abe work day. 6 , • 2. Property Pins: All property or lot comer pins or stakes shown on the Plans and disturbed by this construction will be properly referenced by the Contractor prior to removal, and reset by the Contractor upon completion of the project. ' SS-3.4 Cl_ earing: Clearing shall be performed in advance of the construction operation so as not to delay the progress of the work. The refuse resulting from clearing shall be hauled to a waste site secured by the Contractor, or if permitted by the Special Provisions may be burned in the area indicated on the Plans in such a manner as to meet all applicable requirements of the Federal, State,County and Municipal regulations concerning health, safety and public welfare. SS-3.5 Grubbing: Grubbing shall be kept abreast of the "Clearing" as nearly as the sequence of operations may permit. All stumps, roots, and other objectionable material within the disturbed area shall be removed to a depth of at least twelve (12) inches below the finished grade elevation. Disposal of debris from grubbing shall be as described in "Clearing" above. ' SS-3.6 Demolition: If portions of existing improvements are to be left in place, the limits of pavement removal shall be laid out as neat, straight lines a minimum distance of six (6) inches beyond the anticipated edges of excavation. If the pavement removal limits are approximately parallel to and three (3) feet or less from an existing pavement joint, previous cut, or curb, the limits of removal shall be extended to the joint, cut, or curb. Sufficient portions of the pavement shall be removed to provide for the proper grade and alignment of the new construction. Disposal of debris from demolition shall be described in SS-3.4"Clearing". SS-3.7 Environmental Protection Procedures: a. General: Contractor shall take all measures to minimize disturbed areas. Compliance with the following procedures for protection of ' existing greenery is required. b. Trees: All reasonable effort shall be made to save as many trees as possible. if trees can be saved by trimming, this shall be done in accordance with acceptable pruning practices. Any tree removed shall be replaced with like species of nursery stock outside the temporary Sewer Right-of-Way. All trees within 30 feet of either side of sewer centerline which are ' specifically to be removed or saved have been marked on the Plans • with the following notations. 7 I, Trees marked"S"shall be saved. • , 2. Trees "Xed"out shall be removed. C. Shrubbery, Small Plants and Flowers: Prior to the start of construction, property owners will be notified of the proposed starting date. One purpose of this notification is so that the property owners may remove any shrubbery, small plants or ' ,flowers that they, the property owners, desire to save. SS4.0 PIPE LAYING,JOINTING AND TESTING ' SS4.1 Scone: This section governs the furnishing of all labor, equipment, ' materials and tools for the installation of all pipes, fittings, specials and appurtenances as shown on the Plans, City Standard Drawings or as provided for in the Special Provisions. ' SS4.2 Handlinc: a. Handle pipe materials and fittings in a manner to insure installation ' in sound and undamaged condition. Do not drop or bump, Use slings, lifting lugs, hooks, and other devices designed to project • ' pipe,joint elements and coatings. In handling plastic pipe of ten (10) feet in length or greater, a double sling will be required unless otherwise approved by the Engineer. , b. Ship, move and store with provisions to prevent movement or shock contact with adjacent units. ' SS4.3 Installation: a. All work shall be in accordance with the following standards: ' ASTM D-2321 - Underground installation of flexible ' Thermoplastic Sewer Pipe. AW WA C-600- Installation of Cast Iron Water Mains. ' b. Utilize equipment, methods and materials insuring installation to lines and grades indicated. ' 1. Batter Boards and Laser: The Contractor shall provide and maintain in good working order, on the site, at all times, a ' laser beam or a gauge rod of sufficient length to reach from • the invert of the sewer pipe being laid to the top line strung 1 8 ' ' • on the three batter boards. The gauge rod shall be graduated and numbered each foot of its entire length. The gauge rod shall be equipped with either a plumb line or two spirit levels and the utmost care used to insure a truly ' vertical gauge rod at the time the reading is taken and pipe is being set. In the event a laser beam is used to control line and grade for the pipe laying operation, the laser must ' be checked at the beginning of each day and at least once between manholes and at any other time the Engineer deems necessary to insure the proper line and grade of the pipe. Maintain the following tolerances from true alignment and grade: Alignment 3 inches ' Grade finch Joint deflection shall not exceed the maximum allowable ' deflection per joint according to ASTM C425, ASTM C- 594 and AW WA C-600. Only one correction for alignment and/or grade shall be made between adjacent manholes. ' • 2. Except where pipe sections are being encased in concrete, no pipe is to be supported by blocks. 3. All transition in sewer main line and grade must be within a manhole. ' C. Install pipe of size, material, strength class, and joint type with embedment as shown on the Plans. ' Reinforced concrete pipe with elliptical reinforcement shall be installed and positioned in accordance with the pipe ' manufacturer's pipe markings indicating top and bottom pipe. d. Pipes installed on grades in excess of 20% shall be anchored securely with concrete anchors spaced as follows: Grade Maximum Anchor ' Spacing 20% -35% 36 ft. 35% - 50% 24 ft. ' greater than 50% 16 ft. • e. Insofar as possible, commence laying at downstream end of line ' and install pipe with spigot or tongue end downstream. f. Clean interior of all pipe, fittings, and joints prior to installation. , Exclude entrance of foreign matter during discontinuance of installation. Close open ends of pipe with snug fitting closures. Do not let water fill trench. Include provisions to prevent flotation ' should water control measures prove inadequate. Remove water, sand, mud and other undesirable materials from trench before removal of end cap. , g. Install pipe only when weather and trench conditions are suitable. Do not lay in water. Brace or anchor pipe as required to prevent ' displacement after establishing final position. SS-4.4 Pipe Bedding: The sewer trench shall be carried to a point not less than ' four (4) inches below bottom of pipe bell, Crushed stone bedding, compacted to full width of trench, shall than be placed and compacted to bottom of pipe with proper allowance for bell joints. After each length of , pipe being laid has been shoved "home" and placed in proper alignment, it shall be securely anchored and held in position by crushed stone deposited simultaneously on each side of the pipe. This crushed stone backfill shall , extend to a point not less than six (G) inches above the top of the pipe bell. If unstable conditions are encountered and it is determined by the Engineer that the bedding specified will not provide suitable support for • ' the pipe, additional excavation to the limits determined by the Engineer will be required. This additional excavation shall be backfilled with crushed stone material approved by the Engineer, SS-4.5 Jointing: a. General Requirements: ' I. Locate joints to provide for differential movements at ' changes in type of pipe embedment, concrete collars, and structures. Support pipe from wall of manhole to first joint in normal sewer trench with concrete cradle structurally ' continuous with base slab or footing, 2. Clean and lubricate all joint and gasket surfaces with ' lubricant recommended by pipe manufacturer. 3. Utilize methods and equipment capable of fully homing or ' making up joints without damage. 4. Check joint opening and deflection for specification limits. ' 10 , ' • 5. Examine each piece of pipe prior to installation for soundness and specification compliance. b. Provisions for Jointing Concrete Pipe: Check gasket position and condition after assembly with feeler gauge prior to installation of next section. ' C. Provisions for Jointing Cast Iron and Ductile Iron Pipe: 1. Conform with AWWA C-600. 2. Paint suspected damaged portions with turpentine and dust cement to check for cracks. Remove turpentine and cement by washing when crack test is satisfactorily completed. If cracks are found, the pipe shall be rejected. ' 3. Check gasket position and condition after assembly prior to installation of next pipe section. ' 4. Rubber Gasketed Joints: Check gasket position and condition after assembly with feeler gauge prior to installation of next section. ' • 5. Provisions for Jointing RPM Pipe: Check gasket position and condition after assembly prior to installation of next ' pipe section. 6. Provisions for Jointing PVC Pipe: Check gasket position and condition after assembly prior to installation of next pipe section. SS-4.6 Cutting: Cut in neat workmanlike manner without damage to pipe. Observe specifications regarding joint locations. Smooth cut by power grinding to remove burrs and sharp edges. ' Repair lining as required and approved. SS-4.7 Temporary Plugs: ' 1. Plugs: Provide and install plugs as manufactured by pipe supplier or as fabricated by Contractor if approved. Plugs shall be ' watertight against heads up to twenty (20) feet of water. Secure plugs in place in a manner to facilitate removal when required to connect pipe. 2. Location: Plugs shall be installed as specified or where shown on • Plans. Also the open end of the sewer shall be plugged at the end ' 11 of the work day with a suitable mechanical plug to prevent entry of • , foreign material until work is resumed. SS-4.8 Connections to Existing Pipelines and Structures: , a. Connect pipe to existing structures and pipelines where indicated. , Observe pertinent articles of specifications pertaining to joint locations. , b. Prepare structure by making an opening with at least two (2") inches clearance all around fitting to be inserted. Connector gasket shall be placed on pipe. Pipe shall be positioned in manhole wall prior to grouting. Opening between pipe and manhole shall be filled with an expansive grout in such a manner that a watertight ' condition will result. C. Manholes to be built on an existing sewer shall be constructed in , such a manner as will not disturb services of existing sewer. The manhole base, walls and invert shall be completed before the top half of the sewer pipe is cut or broken away. Rough edges of the , pipe thus exposed shall be covered with expansive grout, in such a manner as to produce a smooth and acceptable finish. Any portion of the existing sewer damaged by the Contractor shall be repaired • at no expense to the City. d. Connections between different pipe materials shall be made using ' proprietary transition coupling unless otherwise specified on the Plans. SS4.9 Service Lines and Connections: ' a. Wyes and saddles for service lines shall be installed at a 45 degree angle measured from the horizontal center line of the pipe for pipe sizes eight inches (8") through fifteen inches (15") in diameter. Service lines shall not be installed in pipe sizes 18 inches (18") in ' diameter or larger unless approved by the City Engineer. Wyes shall be 8" x 4" with DVW branch and shall be installed on new sewer mains as the mains are installed. , b. Service lines under streets shall be installed by the Contractor/Developer extending from the main to the limits of the , street right-of-way and shall be installed prior to construction of the street at a slope not less than one foot per 100 feet (1.0%). Service lines for each building unit shall be connected to the mains ' by means of a wye or tee and shall extend at least to the street right-of-way, but never less than ten feet (10') from the sewer • 12 • main. Individual service lines shall not connect directly into manholes unless approved by the City Engineer. Service lines ' shall be adequately plugged to prevent foreign matter from entering the pipe during construction. All service lines shall be constructed bell to spigot or shall have a solid glued sleeve. C. Saddles are only to be used to connect to existing sanitary sewers. The saddle shall be installed over a hole sized to fit the saddle ' opening (4" minimum). Cut shall be made with non-impact rotary equipment. ' d. The service line shall terminate at a capped cleanout. The cleanout top shall be maintained 2' above ground or flush at finish grade. e. The Contractor/Developer shall maintain an accurate record for the production of the as-built drawings of the location, size and direction of each tee and wye, and location, size and length of each building service line. Locations will be referenced to the pipe line stationing as shown on the plans, or the distance from the first ' downstream manhole. ' • SS-5.0 MANHOLES AND SPECIAL STRUCTURES SS-5.1 Scone: This section governs the furnishing of all labor, equipment, tools ' and materials, and the performance of all work incidental to the construction of manholes, drop manholes and special sewer structures complete with covers, steps, fittings and appurtenances as required in accordance with the Plans, Special Provisions, and City Standard Plans, SS-5.2 General: As used herein special structures refers to manholes on large sewers, special junction structures, metering stations, siphons and similar structures constructed on the pipeline. Manholes and special structures may be constructed of precast concrete sections, cast-in place concrete on ' existing mains or where space does not permit a precast manhole. SS-5.3 Construction: ' a. General: Manholes and special structures shall be constructed at locations indicated and in accordance with details as shown on the ' Plans or City Standard Drawings. b. Precast Wall and Reducing Cone Sections: Handle with care to avoid damage to joint ends of each section. Damaged sections • may be subject to rejection at the discretion of the Engineer. When using O-ring joints, care shall be exercised in placing the O-ring on 1 ' 13 the spigot end, and lowering the bell section on to the spigot end so • , that a watertight seal is obtained. When using bitumastic joints both spigot and bell ends shall be , primed with solvent material compatible to the adhesive in the mastic. Approved bitumastic material shall completely fill the , joints so that a minimum of one-fourth inch bead of material is visible after jointing, to be smoothed off after completion of the jointing operation. ' When a flexible preformed butyl rubber or bituminous polymer compounded with modifiers is used to seal jointed sections of ' manholes, the extrusion of sealant from the joint is not required. The vertical spacing between manhole sections shall not exceed one-fourth inch. Preformed joint sealers remain flexible at temperatures as low as 0 degrees Fahrenheit. All bitumastic materials or preformed flexible joint sealants shall , not be applied to wet or damp surfaces. C. Cast-in-Place: Consolidate concrete with mechanical vibrators to ' eliminate entrapped air voids and rock pockets. Forms shall be supported in such a manner as to prevent any movement of the • , forms while concrete is being cured. Any movement of the forms may be cause for rejection. d. Invert Channels: Alignment of the invert channels shall be as , shown on the Contract Drawings. When no specific details and dimensions are given, changes in flow direction shall be smooth, ' uniform and made with the longest radius possible. The cross section shape of invert channels shall match the lower halves of the entering and exiting pipes. The surfaces of the channels shall be , steel—troweled to produce a dense, smooth surface. When filling openings around pipes through manhole walls, mortar and/or masonry units shall be placed so that the resulting joints are ' watertight. Mortar used in the joint closure shall not interfere with the invert channel. SS-5.4 Cu" rine: Cast-in-place concrete shall be adequately protected from freezing ' and loss of moisture for the first 24 hours. The curing methods and materials to be used shall be approved by the Engineer. , SS-5.5 Manhole Rinos: All rings for manhole covers shall be set to match the existing surfaces, except in flood plains where the Plans indicate that the ' ring is to be set at an elevation higher than existing ground. Each ring shall be set on a full mortar bed of bitumastic material, if approved by the 14 • Engineer. If masonry units are used to adjust rings to grade, the masonry work shall conform to Section SS-5.3 (d)of these specifications. SS-5.6 Waterproofing: Two coats of an asphalt or coal-tar pitch waterproof coating shall be applied to the exterior of all structures from base to 1 manhole ring. The coating shall be applied in sufficient quantity so that no bare or thin spots show. The coating shall be applied in sufficient time to permit proper curing prior to backfilling the excavation. Proper ' methods and materials shall be used during backfilling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. SS-6.0 PIPE ENCASEMENT AND COLLARS ' SS-6.1 Scone: This section governs the furnishing of all labor, equipment, tools ' and materials, and the performance of all work for the encasement of pipe in concrete or installation of concrete collars at locations shown on the Plans. ' SS-6.2 General: Tools or partial encasement of pipe in concrete shall be used where the required safe supporting strength cannot be obtained by other ' • bedding methods. Concrete encasement shall also be provided at locations to protect public water supplies or where there exists the possibility that standard bedding may be eroded by currents of water under and around the ' pipe. SS-6.3 Materials: ' a. Concrete: Concrete whether reinforced or nonreinforced shall be approved by the Engineer. ' Reinforcing: Reinforcing steel used in concrete encasements shall be ASTM A-615, Grade 40. ' SS-6.4 Construction: Concrete encasement shall be constructed at locations indicated and in accordance with details as shown on the Plans or City ' Standard Drawings. Start and terminate encasement at a pipe joint. Suitably support and block pipe to maintain position and prevent flotation. Form to dimensions indicated or construct full width of trench. ' a. Joints: If a single section of encasement is not constructed continuously (concrete is not placed in a single deposit) ' construction joints shall be provided in the encasement to coincide with pipe joints. Construction joints shall be keyed continuously ' 15 around the encasement. Longitudinal reinforcement shall be • ' continuous through construction joints. , b. Curing: Concrete encasement shall be protected and cured so as to prevent excessive evaporation of moisture or freezing. ' C. Backfilling: Backfill trench only after concrete encasement has obtained a minimum of 2000 psi and can sufficiently support the ' loads imposed by backfill and backfill operations. SS-7.0 BACKFILL ' ' SS-7.1 Scone: This section governs the furnishings of all labor, equipment, tools ' and materials, and the performance of all operations necessary for the proper replacement of backfill material in pipe trenches and around structures as required by the Plans and Special Provisions. , General: a. Unless otherwise specified, all sewer trenches and excavation ' around structures shall be backfilled to the original surface of the ground with earth, earth and rock or other acceptable material. • , When earth and rock is used it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the , excavated material so that the proper material is available for backfill. b. The backfill material shall be compacted to a minimum of 80.0 , percent of optimum density as determined by the Standard Proctor Test or shall be compacted to a density equivalent to the density of ' the immediate adjoining soil. The top six inches of backfill in street right-of-way shall be compacted to a minimum density of 95.0 percent of optimum density as determined by the Standard , Proctor Test. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content as determined by Standard Proctor Test. ' C. The combination of the thickness of the layer, the method of compaction and the type of compaction equipment shall be at the , discretion of the Contractor subject to obtaining the densities as specified above. d. The quality of the compactions shall be subject to compaction tests • ' when deemed necessary by the Engineer. 16 , 1 1 •' It shall be the Contractor's responsibility to make necessary excavation in order to accommodate compaction tests at locations specified by the Engineer. The compaction tests will be performed at no cost to the Contractor, If the quality of the compaction does not meet the above requirements, the material will be removed and replaced to meet the above requirement, at the expense of the Contractor. e. Commercial sand backfill shall not be used. ' f. In areas marked "Garden" or "Flower Garden" on the Plans, the topsoil. as excavated shall be stockpiled and replaced to original ' elevation, location and depth. g. Backfill material shall be carefully placed to avoid damage or ' displacement of sewer or structures. h. Backfill shall not be placed when material contains frost, is frozen, ' or a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material,rubbish,etc. ' • SS-7.2 Backfill of Pipe Trenches: a. The area below a plane six inches above the top of pipe bell shall be backfilled in accordance with the specifications for "Pipe Bedding". b. Backfill above a plane six inches above the top of pipe bell shall be made with suitable earth, earth and rock, or other acceptable material except that the area below a plane one foot above the pipe ' bell shall not contain any excavated rock. When earth and rock is used, the maximum dimension of the rock shall not exceed twelve inches, SS-7.3 Backfill Around Structure: a. No backfill shall be placed over or around any structure until the concrete or mortar therein has attained a minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill ' without damage. b, The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would • cause any movement of the structure. Any damage caused by ' 17 premature backfill or by the use of equipment on or near a • , structure will be the responsibility of the Contractor. C. Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the Backfill is always at approximately the same elevation on all sides ' of the structure. d. No excavated rock larger than four(4) inches maximum dimension ' shall be placed within one (1).foot of the exterior surface of any structure. SS-8.0 TUNNELING, BORING AND JACKING SS-8.1 Scone: This section governs the furnishing of all labor, materials and , equipment, and the performance of all operations necessary for the construction of tunnels complete with lining, bulkheads and sand fill at ' locations shown on the Plans or where constructed at the Contractor's option when approved to pass the utilities, streets or obstructions without ' open excavation. SS-8.2 Tunnel Cross Section: Construct circular in cross section of size indicated. • , Alternate size and shape may be submitted for approval subject to the following: a. Best suited to proposed method of excavation and lining. ' b. Clear cross-sectional area not less than clear area of circular ' section indicated. C. Invert at grade consistent with adjoining open cut construction. ' 1 18 , SS-8.3 Materials: • a. Steel Liner Plate: Steel tunnel liner plates shall be Armco "Standard", Commercial Shearing and Stamping Company "Commercial", Republic "Truscon Paneled Out", or equal and shall be galvanized in accordance with ASTM A-123. The design and shape of the liner plates shall be such that assembly can take place entirely from within the tunnel liner. The outside diameter ' shall be four (4') feet and the minimum wall thickness shall be United States Standard Gauge 12 (0.1046 inches). Sufficient ' sections shall be provided with one and one-half(1 %") inch or larger grouting holes, located near the centers, so that when the plates are installed there will be one line of holes on either side of ' the tunnel and one at the crown. The holes in each line shall not be more than nine(9') feet apart and, unless otherwise approved, shall be staggered. Bolts and nuts shall conform to ASTM A-153, A- ' 307,A-325 and A-449 as applicable. b. Steel Casings: Steel casings for bored or jacked construction shall ' be steel pipe conforming to ASTM A-139 with minimum diameter as shown on the Plans. ' • 1. Minimum wall thickness shall be in accordance with the following table: ' Diameter Nominal Wall Thickness of Casino Under Railroads All Other Uses 24" 0.406" 0.281" 26" 0.438" 0.281" ' 28" 0.469" 0.312" 30" 0.469" 0.312" 32" 0.500" 0.312" ' 34" 0.500" 0.312" 36" 0.500" 0.344" ' 2. Steel shall be Grade B under railroads and Grade A on all other uses. ' C. Joints: ' 1. Steel liner plates shall have bolted joints in both longitudinal and circumferential planes. Stagger longitudinal joints in adjacent rings when assembling. 2. Steel pipe shall have welded joints in accordance with • AW WA C-206. ' 19 1 SS-8.4 Construction: • 1 a. General: Before starting work, complete details of the method of , operation and liner materials to be used shall be submitted to the Engineer. The sewer, in the area to be tunneled, bored or jacked, shall be completed before the construction of adjacent portions of , the same sewer lateral. The purpose of this requirement is to allow for slight discrepancies in alignment and grade which may occur in the tunneled, bored or jacked installation, so minor adjustments in , the adjacent sewer can be made. The maximum allowable deviation in alignment and grade of sewer pipe shall be as shown on the Construction Plans. , b. Excavation: Excavate by approved methods applicable to materials t encountered. Boring operations shall be performed by experienced crews using a rotary-type boring machine designed especially for this purpose. Include dewatering and chemical soil stabilization or ' grouting if necessary due to existing field conditions. Conduct excavation in a manner to prevent disturbing the overlaying and adjacent material. , C. Lining: Assemble liner plates immediately following the excavation. Advance casing continuously with excavation. When • , liner plates are being installed, care shall be taken to maintain alignment, grade and circular shape of the tunnel. All voids between linear and surrounding earth shall be filled with grout , forced in under pressure. The grout shall consist of two parts of sand to one part of Portland Cement,mixed with sufficient water to maintain a freely pouring consistency. As the pumping through ' any hole is stopped, it shall be plugged to prevent the backflow of grout. After lining installation is complete it shall be cleaned of all debris and all leaks which allow flowing or seeping water into , tunnel shall be stopped. d. End Seals: Construct end seals after sewer pipe has been , permanently placed inside casing, tested and approved. Brick shall be in accordance with ASTM C-32, Grade SS or SM and mortar in accordance with ASTM C-270. , C. Casing spacers: Carver pipe shall be supported inside the casing pipe per the City Standard Drawings. , • 20 ' SS-9.0 ACCEPTANCE TESTS FOR SEWERS SS-9.1 Sco ac . This section governs the furnishing of all labor, equipment, tools and materials, and the performance of any or all acceptance tests as required by the Plans, Special Provisions, and these specifications. SS-9.2 Acceptance Tests for Gravity Sewers: ' SS-9.2.1 Visuallnsoection: 1. Contractor shall clean pipe of excess mortar,joint sealant and other dirt and debris prior to inspection. 2. Sewer will be inspected by flashing a light between manholes and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced or broken pipe and the presence of visible infiltration or other defects. ' 3. Correct defects as required prior to conducting leakage tests. SS-9.2.2 Exfrltration Leakage Test to be performed on the full length of all lines ' • prior to acceptance. 1. Contractor may perform leakage testing by exfrltration on sewer ' pipe larger than eighteen (18") inches I.D. 2. Furnish all labor, equipment, tools and materials required including ' bulkheads, water and all miscellaneous items required to perform the tests. ' 3. Test all sewer pipe over eighteen (18) inches I.D. after either the completed backfill or partial backfill sufficient to stabilize the position of the pipe in both alignment and grade is accomplished, ' Contractor may select sections of the project for testing at any time by notifying the Engineer 24 hours in advance. ' 4. Perform at depths of water as measured above centerline of pipe of not less than two (2) feet or more then ten (10) feet (consideration shall be given for water table above said centerline). ' S. Maintain test as necessary to locate all leaks but not less than two hours. 6. Repeat as necessary after repair of leaks and defects until leakage, • as measured, does not exceed 0.15 gallons per inch of internal 1 21 diameter per hour per 100 feet of pipe length (200 gal/inch of , 1.D./day/mile). • , 7. Protect manholes and other structures by means of bulkheads to prevent bursting pressures from being applied inside the structure. , 8. Dewater pipe upon completion of testing. SS-9.2.3 Air Leakage Test to be performed on the full length of all lines prior to ' ' acceptance. 1. Contractor may perform air tests for all pipe sizes, ' 2, Furnish all facilities required including necessary piping ' connections, test pumping equipment, pressure gauges, bulkheads, regulator to avoid over- pressurization and all miscellaneous items required, , a. The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce , air into the line being tested, through suitable valves and fittings, so that the input air may be regulated. The second tap will be fitted with valves and fittings to accept a • , pressure test gauge indicating internal pressure in the sewer pipe. An additional valve and fitting will be incorporated on the tap used to check internal pressure so that a second ' test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. , b. The pressure test gauge shall meet the following minimum specifications: ' Size(Diameter) 4 '/z inches Pressure Range 0-15 P.S.I. ' Figure Intervals 1 P.S.I. increments Minor Subdivisions 0.05 P.S.I. Pressure Tube Bourdon tube or diaphragm ' ±0,25% of maximum scale reading Dial White coated aluminum with black lettering, 270 degree arc and mirror edge , Pipe Connection Low male ''/i' N.P.T. • ' • Calibration data will be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data will be available to the Engineer ' whenever air tests are performed. 3. Test each reach of sewer pipe between manholes after completion ' of the installation of pipe and appurtenances and the backfill of sewer trench. ' 4. Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig,throttle the air supply to maintain between 4.0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check all plugs to detect any leakage. If plugs ' are found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing to ' • determine the time required for pressure to drop to 2.5 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 2.5'psig is greater than that shown on the table below, the pipe ' shall be presumed free of defects. Pipe Required Time Maximum Required Size Per 100 LF Time 8" 70 sec. 227 sec. 10" 110 sec. 283 sec, 12" 158 sec, 340 sec. ' 15" 248 sec. 425 sec. 18" 356 sec. 510 sec. 21" 485 sec. 595 sec. ' 24" 634 see. 680 sec, 27" 765 sec. 765 sec. 30" 851 sec. 851 sec. ' 33" 935 sec. 935 sec. If air test fails to meet above requirements, repeat test as necessary ' after all leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test, ' • 5. In areas where ground water is known to exist, install a one-half ' inch diameter capped pipe nipple, approximately ten (10") inches 23 long, through manhole wall on top of one of the sewer lines • , entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line ' acceptance test, ground water level shall be determined by removing pipe cap,blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe , nipple. The hose shall be held vertically and a measurement of height in feet of water shall be taken after the'water stops rising in this plastic tube. The height in feet shall be divided by 2,3 to ' establish the pounds of pressure that will be added to all readings, SS-9.3 Acceptance Tests for Pressure Sewage Forcemains: ' a. Perform hydrostatic pressure and leakage tests. Conform to AWWA C-600 procedures as modified herein. Test shall apply to all pressure sewers. Perform after backfilling. b. Test separately in segments between sectionalizing valves, ' between a sectionalizing valve and a test plug, or between test plugs. Select test segments such that adjustable seated valves are isolated for individual checking. Contractor shall furnish and install test plugs at no additional cost to the Owner, including all anchors, braces and other devices to withstand hydrostatic pressure • ' on plugs. Contractor shall be responsible for any damage to public or private ' property caused by failure of plugs. Limit full rate of line to available venting capacity. C. Pressure Test: Conduct at 1.5 times maximum operating pressure ' determined by following formula: 1' pt=0.650 (OP-GE) in which ' P pt=test pressure in psi at gauge elevation ' OP = operating pressure in feet as indicated for highest elevation of the hydraulic gradient on each section of the line. ' GE = elevation in feet at center line of gauge. Perform satisfactorily prior to determining leakage. , d. Leakage Test: Conduct at maximum operating pressure determined by following formula: ' P It=0.433 (OP-GE) in which • • P It=test pressure in psi at gauge elevation OP and GE=as in previous article. ' 1. All joints shall be watertight and free from leaks. C. Deflection Test: Gravity pipeline#f flexible materials shall also be tested by pulling a mandrel. The test shall be conducted not less than one (1) month ' after backfill has been properly installed. The maximum allowable deflection shall not exceed five (5) percent of the pipe's internal diameter. ' Mandrel testing shall be performed on a minimum of 25% of the pipeline. The sections tested will be determined by the City. ' If one section of line fails the test, the City may require all sections ' of pipeline be tested. The additional testing shall be done at no additional cost to the City. ' • Any pipeline found not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City, and shall then be retested. The City may, prior to the end of the ' warranty (guarantee) period, conduct another deflection test with City personnel. Any pipeline found not conforming to these requirements shall be replaced by the Contractor at no additional ' cost to the City, and the Contractor shall provide an additional warranty (guarantee) for not less than two (2) years for that portion of pipeline so replaced. ' The City also reserves the right to conduct deflection tests on any sewer installation. ' Mandrell shall be similar or equal to the "Wortco 9-Arm Mandrell" five (5) percent deflection for flexible or semi-rigid pipe as approved by the Engineer. SS-9.4 Acceptance Test for Manholes ' All manholes shall be vacuum tested by the contractor at his expense. Appropriate equipment and manpower will be furnished by the Contractor ' for this purpose. • When vacuum testing manholes, the following criteria are to be used: 1 25 1 1 1. This method is applicable to precast manholes only. • , 2, All lift holes shall be plugged with an approved non-shrink grout. ' 3. Manholes are to be tested after assembly and before backfilling. No standing water shall be allowed in the manhole excavation which may affect the accuracy of the test. 4. All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement of the plugs while the vacuum is drawn. ' S. Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions ' provided by the manufacturer. 6. The test head may be placed in the cone section of the manhole, , The frame-cone joint will be visually inspected by the engineer. 7. A vacuum of 10 inches of mercury shall be drawn and the vacuum ' pump shut off. The time for the vacuum to drop to 9 inches of mercury shall be recorded. • , S. Acceptance for four(4) foot diameter manholes shall be defined as when the time to drop to 9 inches of mercury meets or exceeds the ' following: Manhole Depth Diameter Time to Drop 1"of HG 10 ft. or less 4 ft. 60 seconds ' ]oft. to 15 ft. 4 ft. 75 seconds 15 ft. to 20 ft. 4 ft. 90 seconds , 9. For manholes five (5) foot in diameter, add an additional 15 seconds and for manholes six (6) foot in diameter, add an ' additional 30 seconds to the time requirements for four (4) foot diameter manholes. If the manhole fails to test, necessary repairs shall be made with a ' non-shrink grout while the vacuum is still being drawn. Re-testing shall proceed until a satisfactory test is obtained. 1 • 26 ' • SS-10.0 SEEDING ' SS-10.1 Sco e: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of all work for seeding, complete as specified in the Special Provisions and/or as shown on the Plans. All ' grassed areas disturbed which lie outside the Contractor's normal trenching operation areas shall be restored to a condition equal to or better than existing prior to construction. All provisions of Section TS-9 shall ' apply except as amended herein. SS-10.2 The seeding mixture used to seed areas off street right-of-ways that are not maintained shall be as follows: Min.Pure Rate Lbs ' Kind of Seed Live Seed(%) Par Acre Alta Fescue or Kentucky 31 Fescue(Festuca Eliator Var. Arundinces) 75 90 Rye Grass (Lolium Perenne ' 80 or L. Miltiflorum) 80 50 • Total 140#/acre SS-10.3 Sowing shall be accomplished by use of an approved mechanical seeder or drill (hand spreader can be used in small area), making sure that ' successive seed strips overlap to provide uniform coverage. Seed should be drilled to a depth of one-half(%_") inch. SS-11.0 PAVEMENT REPLACEMENT ' SS-11.1 Scone: This Section covers the furnishing of all labor, equipment, tools and materials, and the performance of all work for the replacement of pavement including sidewalks, driveways, and curbing, as specified on the ' Plans in the Special Provisions. SS-11.2, Definitions: Pavement, as used herein, shall include Portland Cement ' Concrete (PCC), asphaltic concrete, asphaltic and lime or cement treated surface courses, and other similar types of construction, including sidewalks, driveways, and curbing. Replacement, as used herein, shall ' mean reconstruction of the entire structural section of all pavements removed in excavated areas, including sidewalks, driveways, and curbing, and reconstruction or restoration of damaged pavement surfaces outside of ' excavation limits. • 27 1 1 SS-11.3 General: In all areas of pavement removal replace pavement upon • ' completion of sewer installation. All pavement not designated for removal that is damaged by the Contractor's operations shall be required, , restored or replaced depending upon the degree of damage. Prior to pavement replacement, all edges that were previously cut but have , been subsequently damaged, shall be re-cut, and all adjacent undermined and heaved pavement shall be removed to the edge of the undisturbed- trench. ' SS-11.4 Pavement Replacement: a. General: Removed pavement shall be replaced in conformance with the typical sections shown on the City Standard Drawings, Plans, and Technical Street Specifications, the requirements ' specified in the Special Provisions, and will generally be replaced in kind. Replacement shall include construction of all courses upon the subgrade for a complete pavement structural section. ' Restoration of damaged surfaces shall be as directed by the Engineer. Final pavement joints must be parallel or perpendicular to the street centerline. ' b. Subgrade Compaction: Subgrade compaction shall conform to SS- • 7.0. SS-12.0 MEASUREMENTS AND PAYMENTS ' SS-12.1 Scone: This section covers the method of measurement and basis of , payment for the furnishing of all labor, equipment, tools and materials and for the performance of all related work necessary to complete the sewer and appurtenances. ' SS-12.2 Method of Measurement: The amount of completed and accepted work- shall be measured or determined as follows: , 1, Pipe Sewer: a. Open Trenched: Measurement of various size, type and ' depth pipe sewer will be in linear feet, as listed on the Sid, based on the true length of pipe computed from inside wall , to inside wall of manholes along centerline of pipe sewer. Depth range as listed on the Bid and shown on the Plans is the average trench depth between adjacent manholes and ' will not be measured unless changed field conditions result in a change in the Plans by the Engineer. • 28 ' • b. Tunneled, Bored or Jacked: Measurement will be made in ' linear feet for the applicable size of cast iron pipe sewer, tunneled, bored or jacked as listed in the Bid, based on the true length of pipe shown on the Plans, unless changed in ' the field by the Engineer. 2. Manholes: Measurement will be made for the applicable type, size ' and depth of manholes as listed in the Bid. The manhole depth shall be determined by measuring from top of casting to outlet pipe ilowline. ' 3. Encasement: Standard concrete encasement will be measured in linear feet for the applicable size pipe, as listed in the Bid. ' Concrete collars will be measured as one (1') linear foot of concrete encasement based on true length of encasement along the ' centerline of pipe. 4. Seeding: Seeded areas will be measured horizontally in linear feet ' along centerline of sewer, regardless of width of disturbed area or type of seed used. Seeding will be measured only when centerline of sewer lies in grassed areas to be seeded, as shown on the Plans. ' • When centerline of sewer lies in areas that are not grassed, such as street paving, driveways, parking areas, gardens, etc., no measurement will be made. Areas that are disturbed which lie ' outside the Contractor's normal trenching areas will not be measured for payment, but shall be restored to condition equal to or better than that existing prior to construction. When sewer ends ' in a grassed area, measurement will be made only to centerline of manhole. ' 5. Rock: Measurement of the quantity of excavated rock will be in cubic yards, as listed in the Bid, based on the true lengths and depths as measured in the field. Payline width shall be the outside ' diameter of the pipe plus twelve (12") inches. The minimum payline width shall be twenty-four(24") inches. ' SS-12.3 Basis of Payment Payment for the completed and accepted work shall be made as follows: ' t. Pipe Sewer: ' a. Open Trenched: Payment will be made at the contract unit price per linear foot for the applicable size, type and depth • of pipe sewer, as listed in the Bid. Such payment and price 29 1 shall constitute full compensation for all labor, materials, • ' equipment and for the performance of all work necessary to complete the sewer, including excavation, sheeting and ' shoring, dewatering, preparation of bedding, installation of pipe sewer, backfilling, compaction, disposal of excess materials and replacement of pavement. , b. Tunneled,'Bored or Jacked: Payment will be made at the contract unit price per linear foot for cast iron pipe sewer, ' tunneled, bored or jacked as listed in the Bid. Such payment and price shall constitute full compensation for all labor, material, equipment and for the performance of all ' work necessary to complete the sewer, including all excavation, sheeting and shoring, dewatering, installation of casing pipe, tunnel liner plate, grouting, installation of , carrier pipe, sand fill, end seals, backfilling compaction and disposal of excess material, including all cost of jacking and pit(s). ' 2. Manholes: Payment will be made at the contract unit price per each , for the applicable type, size and depth of manholes as listed in the Bid. Such payment and price shall constitute full compensation for all work necessary to complete the manholes, including • ' excavation, sheeting and shoring, dewatering, concrete base, manhole steps, manhole ring and cover, waterproofing, reinforced concrete, backfilling, compaction and disposal of excess material. ' 3. Encasement: Payment shall be made at the contract unit price per linear foot of encasement, for the applicable size pipe as listed in , the Bid. Such payment shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the item, including reinforced concrete ' collars. 4. Seeding: Payment will be made at the contract unit price per linear ' foot for seeding, regardless of type of seed, as listed in the Bid. Such payment shall constitute full compensation for all labor, materials, equipment and work necessary to complete the item, ' including grading, tilling, fertilizing, seed application, compaction and mulching. 5. Rock: Payment will be made at the contract unit price per cubic ' yard, as listed in the Bid. Such payment and price shall constitute full compensation for all labor, material, equipment, and all work , necessary to complete the rock removal. • 1 30 ' • SS-13.0 SUBSIDIARY ITEMS Section TS-30 shall apply. 1 1 1 • 31 • ADDENDUM NO. 1 PROJECT NO. 33043 ' Stormwater Improvements.(Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) ' May 31, 2005 ' 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER: S Am G A t AjES C0/0s'r -T- tjc- jj t BY: �� .. t-1� TITLE: PKCS l�DP1J� ' • CITY OF JEFFERSON, MISSOURI ' PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 • ' ADDENDUM NO. 1 PROJECT NO. 33043 Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) May 31, 2005 ' 1. An area of stormwater improvements has been added to the project. These Improvements are shown on the accompanying sheets numbered AD 1 and ' AD 2, with bid items numbered 10.01 — 10.10 on the revised bid sheet. The details for this area of improvements are enumerated below. ' Measurement and Payment 10.01 — Removals ' This item shall Include all labor, material, equipment, and services necessary to remove the improvements on the site. The requirements for these removals is contained In the Technical Street Specifications TS-1.2 to TS 1.2.4. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. ' • 10.02 — Excavation and Grading This Item shall include all labor, material, equipment, and services necessary to grade the site to the elevation shown on the plans. This work consists of but is ' not limited to, hauling, placement, compaction, subgrade preparation, and finish grading. It shall also include the necessary placement and grading of topsoil material in areas that are to be vegetated. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. 10.03 — 3" Compacted Base Rock This Item shall Include all labor, material, equipment, and services necessary for ' the placement of compaction of a 3" lift of stone base as shown In the standard cross sections. The work provided herein will be measured by the square yard and will be paid in a like fashion at the unit price. ' 10.04 —6" PCC Pavement This item shall Include all labor, material, equipment, and services necessary for ' the construction of a 6"thick PCC pavement section. The pavement shall be placed as shown on the plans and conform to City of Jefferson Technical Specifications. This item shall include all dowels, expansion, joints and joint ' sealer as required. The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit bid price. 1 ' • 10.05—4'x4' Area Inlet This item shall Include all labor, material, equipment, and services necessary for ' the construction of a 4'x4' Area Inlet as shown on the plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each inlet constructed, and will be paid In a like fashion at the bid price. 10.06—Tie into and Modify Existing inlets This item shall include all labor, material, equipment, and services necessary for ' the modification of existing inlets In order to tie new pipe. The work provided herein will be measured per each inlet modified, and will be paid in a like fashion at the bid price. ' 10.07 —6" PVC This Item shall include all labor, material, equipment, and services necessary for ' the Installation of 6" dia. PVC as show on the plans. This shall Include but Is not limited to pipe, elbows, fittings, trenching, bedding, haunching, backfill, and ' surface repair. The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. ' 10.08 — 10" PVC This item shall Include all labor, material, equipment, and services necessary for the installation of 10" dia. PVC as show on the plans. This shall include but Is not ' • limited to pipe, elbows, fittings, trenching, bedding, haunching, backfill, and surface repair. The work provided herein will be measured by the linear foot of Installed pipe, and will be paid In a like fashion at the unit price. ' 10.09 — 12" HDPE This Item shall Include all labor, material, equipment, and services necessary for ' the installation of 12" dia. HDPE as show on the plans. This shall Include but is not limited trenching, bedding, haunching, backfill, and surface repair. The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. 10.10— Seeding and Mulching ' This item shall Include all labor, material, equipment, and services necessary for fertilizing, seeding and mulching of all disturbed areas. The seeding shall follow the specifications found in TS-9.3. The contractor at his option may submit an alternate seed mix for consideration. The work provided herein will not be measured for payment but will be considered a lump sum unit and will be paid at the lump sum bid price. ' 2. The title of the project as stated on the original bid sheet has been changed to correct for the omission of Berry Street. ' 3. The Item numbers for Alternate A have changed from 10.01 — 10.04 to 11.01 — • 11.04. 1 • 4. A revised bid form has been Included with this addendum. This bid form entitled ' 'ITEMIZED BID FORM (REVISED MAY 31, 2005)" shall be used for the submission of all bids. 1 1 1 1 Z O EXISTING STORMWATER INLET CONTRACTOR SHALL REMOVE ° EXISTING INVERT AND TIE IN a PIPE INTO EXISTING BOX z o 10" PVC W s SLOPE ® 0.5% ° N ' EXISTING CATED INUETHIS LINES AREA III z EXISTING GATE TO REMAIN IN PLACE ' w 3d �o Eo' ua _ NEW 6" THICK CONCRETE W/ 3" COMPACTED BASE R0( 6" PVC TIE TO EXISTING ROOF z DRAIN (TYPICAL) = III ' Q III 10" PVC SLOPE ® 0.5% QP Ja XISTING GATE Al� T < � REMAIN IN PLACE W III \�� ' U III -6" PVC SLOPE 90 5 w II � • OoO O JOINTS i JOINTS 5 �_- i ZW NEW 6" THICK CONCRETE W/ 3" COMPACTED BASE ROCK SCALE 1" = 20'-0" ` ?'= z 1 NEW AREA INLET a CONTRACTOR TO ADJUST FLOW LINES TO BE 1 OR WORK AROUND FENCE FIELD- DETERMINED ° ° AS NECESSARY. MAX INLET DEPTH 5'-0" a z d 1 0 � an v O i �y O m ° N 1 GRADING LIMITS Z 1 GRADE THIS AREA TO DRAIN TO NEW AREA INLET ui z Q E > V c ' of c< N 2 QI 1 :5 o CL z W a d H 1 Q of 12" HDPE SLOPE TO BE 1 w FIELD DETERMINED i N 1 moo_ TIE INTO EXISTIN 1' AREA INLET 4 S r•,r° SCALE 20' 0" city Of . „ III erson V Memorandum ' COMMUNITY DEVELOPMENT 320 East McCarty Street • Jefferson City,Missouri 65101 • P: 573.634.6410 . F: 573.634.6562 . www.jeffcltyrno.org/cd ' Date: June 2, 2005 To: Pre-bid Meeting Attendees and al Ian Holder_ s From: David Bange, Design Engineer �r ' Subject: Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) Project#33043 ' Pre-bid Conference, May 31, 2005 ' A pre-bid conference was held in the small conference room of City Hall on Tuesday, May 31, 2005 for the above noted project. Those attending the meeting are as listed below: ' NAME REPRESENTING PHONE 1. Ron Helmig Aplex Inc. (573)897-4604 • 2. David Bangs City of Jefferson, Community Dev. (573)634-6410 ' 3. Britt Smith City of Jefferson, Community Dev. (573)634.6410 4. Jason Schneider City of Jefferson, Community Dev. (573)634-6538 5. Steve Wankum City of Jefferson, Community Dev, (573)634.6410 t6. Len Bonnot City of Jefferson, Community Dev. (573)634-6476 The meeting proceeded with a general discussion of the planned project and an overview of the specifications. ' This memorandum summarizes the proceedings of that meeting and the questions received at the meeting. In addition, this memo contains any questions received by telephone, etc. after the meeting and prior to the closure of the questions period. Below are the Items that were specifically discussed. ' GENERAL COMMENTS: CONTRACT TIME: 70 working days ' BiD OPENING: Tuesday,June 7, 2005 at 1:30 p.m. ' LIQUIDATED DAMAGES: $500.00 a day. ADDENDUM: There is an addendum for the project which Includes storm drainage at the airport, drawings and details are Included with the addendum. No questions will be allowed after 12:00 PM,Thursday, June 2 at 12:00 noon. ' PLAN REVIEW: • Attention was drawn to each area of the plans. • In area#1 it was noted that the beginning of the system would Ile to an existing Intel, and that the end of ' the new system would tie Into the existing system, the location of which would need to be verified. All ' "building a better community" Memorandum 2 Subject: Pro-bid Conforance ' • existing pipes and structures not being use are to be removed. • In area #2 the beginning of the system ties to an existing pipe, the exact location Is to be verified. The stormwater pipe will be placed under the sanitary sewer and a section of sewer is to be replaced with additional manholes.The hatched area of the intersection shall be rebuilt according to the typical section, • In area #3 the Intersection is to be rebuilt as shown on the plans. Be mindful of the energy dissipater ' detail for the outlet structure of this system. • In area #4 the new system will have to tie to the old system at Hart Street. A portion of High Street will need to be built up with lifts of asphalt to reduce the cross slope, follow the cross sections. The sewer laterals and water service lines along High Street may need to be relocated, this work needs to be done by a licensed plumber. Care need to be taken at structure #27 as the pipe goes under the existing telephone conduits. • In area#5 the system will tie Into an existing pipe.The entrance to Cuba Street is to be replaced,and the curbing modified to ensure water reaches the existing inlet. • Area #6 is an alternate to the project. This alternate may be accepted in its entirely or potentially the removals and replacement of the curb only. • In area #7 the approach of Franklin Street shall be replaced with attention paid to creating proper ' drainage across the entrance of the street. The existing CMP under Lafayette is to be filled with grout. • There is an addendum to the project concerning the construction of storm drainage at the airport. Drawings for this have been included with the addendum. ' • There are a number of utilities that will be exposed during the project. A number of water lines are close to the proposed system and some slight adjustments to the design may be needed to avoid these lines. Others cannot be missed and the contractor will need to work with Missouri American Water for their relocation. ' SPECIAL PROVISIONS REVIEW: The special provisions section for this project was reviewed, and those present were encouraged to review them carefully. It was noted that no pre cast structures will be allowed on the project. QUESTIONIANSWER :(Received at the prebid meeting and those received by telephone,etc. Prior to 12:00 ' PM Thursday June 2,20061 QUESTION: Where are the notes for the project? ANSWER: The notes can be found on sheet 4 and apply to the entire project. QUESTION: Is any of the airport work in a restricted zone? ANSWER: No, all the work Is outside the restricted zone. ' QUESTION: Who Is responsible for the construction staking? ANSWER: As stated in SP—9 the construction staking is the responsibility of the contractor. No separate bid ' Item has been Included for this requirement. QUESTION: What type of rock Is to be used in the Installation of the HDPE pipe? ANSWER: The rock shall meet the gradation for granular bedding material as shown In the City of Jefferson ' Standard Drawings, page 40, ' DB:db C: Project File ' Writer's File "building a better community" • ADDENDUM NO. 2 ' PROJECT•NO. 33043 Stormwater Improvements (Havana, Hart, Hamlin, Berry, W. Main, W. High, W. McCarty, Franklin, and Lafayette Streets) ' June 2,2005 ' 1. The bidder will acknowledge receipt of this Addendum and his acceptance of Its conditions by signing this Addendum and including It with his bid. BIDDER: SAM CA i NcS n tjs—, =NG BY: TITLE: P F-es I aeisr CITY OF JEFFERSON, MISSOURI ' PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1. This addendum conveys the Pre-bid Conference notes and hereby makes them a part of the contract. ' 2. item number 6.24 Gablon Mattress, lists a quantity of 16 square yards. This ' quantity is Incorrect. The correct quantity is 32 square yards. This change has been made to the attached bid sheet (Addendum #2 Revised, Page 2 of 3) which should be used in the place of Page 2 of 3 of the "ITEMIZED BID FORM (REVISED MAY 31, 2005)" which was Included In Addendum #1 ` z 0 EXISTING STORMWATER INLET CONTRACTOR SHALL REMOVE ° EXISTING INVERT AND TIE IN PIPE INTO EXISTING BOX o b Ii N rr o SLOPE ® 0.5% I S - i � o EXISTING FUEL LINES z LOCATED IN THIS AREA III I EXISTING GATE TO III o REMAIN IN PLACE I f LLJ CL u _ NEW 6" THICK CONCRETE H E L a III w W/ 3" COMPACTED BASE R0( w 6" PVC TIE TO U EXISTING ROOF _ III DRAIN (TYPICAL) 10" PVC z E m SLOPE ® 0.5% QQ I a EXISTING GATE T REMAIN IN PLACE ui I v III 61' PVC SLOPE ® .5% w JOINTS �yy QJ JOINTS w � ' NEW 6" THICK CONCRETE '1A W/ 3" COMPACTED BASE ROCK,'( - •.. rl r � t��9 1 F•r = .� SCAL E 1 2 0 -0 r1 �.•.�; NEW 'AREA INLET a CONTRACTOR TO ADJUST' FLOW, ;LINES TO BE OR WORK AROUND FENCE FIELD DETERMINED ' c AS _NECESSARY. MAX INLET DEPTH 5'-O" a z d o n Q ce ON GRADING LIMITS I Z GRADE THIS AREA I TO DRAIN TO NEW z AREV INLET - ° Ic O CR i E 0 I „ ' E LA V (.., 12" HDPE �- SLOPE TO . BE I w FIELD , DETERMINED , r N ., € N _ \\N11lilt 1///,►�, , L L =o TIE INTO EXISTIN - . AREA, INLET'L .. _ aJ G s- I ~�. `� . . , .. 7. ,• � 111 \\� ,-'°•�' �•, �! T SCALE = 20'-.0"