Loading...
HomeMy Public PortalAboutORD13843 BILL NO. 2004-137 SPONSORED BY COUNCILMAN . Martin _ ORDINANCE NO.�, AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH KAUFFMAN ENTERPRISES FOR THE MYRTLE STREET SIDEWALK PROJECT (42103). WHEREAS, Kauffman Enterprises has become the apparent lowest and best bidder on the Myrtle Street Sidewalk project (no. 42103); NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Kauffman Enterprises 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 Kauffman Enterprises for Myrtle Street Sidewalk. 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: Tom:. -' Approved: - G Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: City Clerkj City Counselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2220 - Project 42103 Myrtle Street Sidewalk, Community Development, Public Works, Opened .January 25. 2005 BIDS RECEIVED: Kauffman Enterprises, JefTcrson City, MO $105,507.00 *J C Industries, Inc. Jefferson City, MO $109,390.15 Lehman Construction, California, MO $119,372.00 Sam Gaines Construction, New Bloomfield, MO $127,699.06 Concrete Enf;inecring,.lefTerson City, MO $127,822.00 I and I Works, Columbia, MO $129,387.00 Doti Schnieders Excavating, .Jefferson City, MO $135,067.20 Aplex, Linn, MO $137,659.10 C & S Companies,New London, MO $139,163.60 All Seasons Home & l.,awn Care, Lohman, MO $146,760.20 outside the corporate city limits FISCAL NOTE: 3502-9900-7350-4112 - Myrtle Street Sidewalk 2004-2005 Budget $106,000.00 Bid 2200 $105,507.00 Balance $ 493.00 PAST PERFORMANCE: The City does not have recent experience with this vendor: however, staff believes that the bidder will meet all requirements of the specification and bid. RECOMMENDA'T'ION: Staff recommends the award of the bid to the lowest and responsible bidder meeting;the specifications, Kauff-nan Enterprises of,lefferson City, Missouri at the cost of$105,507.00. ATTACI-IMI:N'i'S - SUPPORTING DOCUMENTATION 'I'abulation of Bids, Departmental Reco III nlendation Signature-"Ii tx. u 2.) Purchasing AT; nt Dire t , (community Development Qty *01 ... e f arson wl COMMUNITY DEVELOPME 1� Memorandum PATRICK C.BNLLIVAN.PE:dII,CC+OI. ��VVVVlIif''���1 1 320 East McCarty Street III Jefferson City, Missouri 65101 Phone: (573) 634-6410 . Fax (573) 634-6562 . www.jeffcitymo.org Date: January 27, 2005 To: Terry Stephenson - Purchasing; Agent, Finance From: Gene Williams, P.E.— Engineering Division Director V Through: Matt Morasch, P.E. - Deputy Director for Public 'Works Re: Myrtle Street Sidewalk Project No. 42103, Bid No. 2200 Public Works has completed a review of the bids opened at 1:30 I'M on January 25, 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 ten(10)bids that were received for the project. Based on our review, we recommend acceptance of the base bid from the low bidder Kauffman Enterprises, P.O. Box 605,Jefferson City, Missouri 65102. 'rhe total base bid is$105,507.00. This represents a $1.00 difference from the total listed on the contractors bid form due to three instances of rounding. The project will be expensed as follows: Kauffman Enterprises ($105,507.00 Account Number: Amount Available: Required: Remaining: 3502-9900-7350-4111". $1 06,000.00 $105,507.00 $493.00 If you need any other information please fee] free to contact me at extension 453. Attachments: I3id Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan • F:\Crry-PR0JE(-1'SW2103•Mynlc Street Sidewalk\Correslxmdenca�Pultihasmg Men o.doc CO C 0 m (080 M: QUO (411 to 0 0 1 to 0 §C § r) 11� !2 1 -) m (--� f� V) (1) N w co (S,7 C.) - I it)if) ti in('i on if) C\i Qj V) I In 11) in "in In in in(A in V) if) in c 401 0 C: 1LJ 81 ton 8 11p, CO " Onoom "I j '13 z -N r2 MA M- N- L) �� f, 4) V)in - it) '51 in - IN W,in in A cc -to it)(A V) Q. ink V) 'n U3 (1) in if) CO ,r4 In C-) In in m o 0. 10 or� �, Tl R lj 111 tQ to '� c C, 'r') rs" ,I) (11-j P- .2 8 M I, C-4 0 'C"i (t, F, 1 2 -� N In Z4 'i -:In V)in if) ai "i In _7 V) 'd if)V) yj (f)I/)in I (f)In IN(f) to U)to In In(f) to 0 In In C3 if) in 0 00 0 ( 0 on 8 r w (C! tl� 1p In a) L? Ln Lj� Q O ('4 o to Lo o MCA to in It) 0 rD t- 9) 1- if) III V) CNJ 04 In CO I, J)(A m In " In I V)In If) C14 In if)if)if)U),U,(D in in in 10 C-4 W CL In(0) W) N in 11) in In in a IS 18)oc� F, 181(S' 11 ?1 0 4, n000 0 ,." , a , , . Q C, 0 'D CD Olv q . C) C! C! C). L? 9 R (U z 8 08 ("1 E C, 0 11•) 0 0 (D (1) 0 CD 8 In 0 8 t- rt m C� in in 0 m U) I r Lf) .0 a 'D a to CQ . I In in 1-: 04! 5)�9-7, in in D) 0 Ili V) 4) in V1 if)(71 4f) #it (1) r) V) W) NIL C, 0 11 8 L) In a 0 0 0 If) ci c) r., to 0 In 0 6 b 0) Z4 6 o ui to in p o; m r, 6 (D 8 o 66 z In in - IN CN I (�) m V) if) IN U') in to Cl) cc t, in In — rj In V)on in in — U) C14 In Z (I N M IN V)in if) in 0 Z W if) o C-4 w U) ci 8 8 E 0 E, CD 880088880880 C, LS In (D 0 9 . I I . . p , q $ 8 8 LQ LL tj z WW 0 o 0 a C) o C) 0 to to 00 o -T 0 o r4, o In o b C11 In to Lr) CO C, C.) m w In p if) Lq C� 8 0 C.) Ln 1 C14 IN Ln In co w I-- § to Q IN co it! -1 IN L) ui C-i Iri(-i in VI(A U) V) 0 P- W 0 V, on (f)U)if)if)ZA Ln 0 4�; m (7) ::: I, U) n U) 2 In (f) in V)U) C3 W 0 w 41) m J U) F- 0. w p 0 o c? q a C)m c. U? Z LL, c; o o o c) -w (-4 c-, o C) 00 C\j n (c In co (,1 0 C`) (V 0 oil, CD (n8 C) CD c4 rn .7,I� in j , ro r in in in tr) C\j V)in (P c In cz� C1.1 Z C7 Z W LQ III C.).if)in V)V) 7, �2 Q. ;;; in r) to In w in U)in In In 0 CO to r) V m 0 c I'- co 0 C, Irl C, I- m m to 1c, �j CT) co if) < 0 cn W LL V) U)U) Z LL IL LL LL } } Z LL Q >- z -4 -j -j 0 LL _j -_j -j -1 (1) (n cf)U) 0 -1 w (n U)11) M 2 ca U) w w in < LY CO w O .J W z C) 0 Z 0 ? 0 UJ u a.,u m F. n C. w LL D III o w w -cc O z U (U Cc: m (n u s U) LT' V. Q Lu LL m c tz ,E 0� 0 u () 43 0) 4) a rn 2 —0 0 , , o ri 0 u V) w uj ca m > (u E =m 0 i7) cn a, T CLn > (n .0 0 b -P E o C) Cc o V) — - 6 c -e u L) V r I -) , a) c (1) m .6, m 0 EL CL 0- c) "io r > - < v 'Y 65 < cs LL > m E V E F E: cn o 4, V 2 0 w m D '6 '75 ;6 w ,, ca ', 0 U in L) (X LLJ j) v) u) < < fy 0: -,1 (c, to CC U I- i- -Li V'S in ;t O cn ui N 8 6 C a z 2 _ f,) -1 tn to 1, a:) 0) �IJ 14) 1. If- CD l,) I in tD m (Ij CN N " 6 uj Z CL 0 co OI _i Op OOp6CJ 0O 000Q 00000 in0 <n 0000 O� Ca O O O O O O O O U O O O J O O-j O O N C� 7 V 1 rJ- O U N f C)C) In V OOO C)(D np C)0 to V O0 C) 0)O O tV OCJO !� M ? c,rN,) '3 O O O f`� to O C)n p CJ 1I. O tD q O) (O q t'7 [7 1, v) O lD tp PO O N '- O O O t� M f- N v)N O Vf M V In h• •- C' CS U K tD .- M M f`N M M In N V in V O M C.)N of In In M - M MVI VP U) V)CJ(A to VIM M In in o') U)V) to V) Is w ai w C)in 00 CD to OU 000000000 to C) In In 000 C U Ot- CD6C) U) to Cl O O O P C?0. 000tl O a)m O O C7 U (l: O N In 000 O In 000 G_ N OM ONp 1- ONCV O U) a jln� OU/n lNi) WO O MM Vtl)in nV)Ul U)in U1 V)(n�N C r- Z � in r� in in !n V M _ u in N 0 yq6' 0001CC. � fC)CD 0 U 00 000 00000 010 OdO OaaO CO V•C!O O V O t'�QOi V O r-O N In v 0 0 O p In t�)O In 0 O in ~ -6 In O to to In In N/NO A�to M V)V)In C V)� V) if))v V))�in(0)if)en N' 0 d N c W U pc)p000pQptaoOOpc)0aC) oQ a0oa0 _ G OOOOQO in �5CJ 000)000 OP 00000 OIhOOO Ui0 M0 ON MM M N 00 00 h r In 00 a op t° POOO°inei �i� 'I if)))env)V`))tnv)°V))o `�'�in0°'' t tri h 00 In V) (n Cj M Z U) to V)In in In 7 0000000 00 00 00000 00000 C.)na O 0000000 00 000000000 Q U 00 CD Cl O D) O) 00 PJ 0000 00G0 M Q 00004 00 •'- 0 InO rN @I C Z OC7 - OOOC) ONO W Otl V 1L1My MfJ)O r• Of�tD to N 'C O N CO tD O •4 'J r " (D r i- tD V t'� V tl tD N f` lD ? lb O Q N N 1` (D •a in N M M ^ _ V) Cj V) U)In t.) O V)VI to V)V)In K V) V)N In V) M V)V) V)V) _N M M O N W d a W) O O O O C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C O In 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C n- O N O O O O C7 .- O O tO O O) Ci N In W. (a0 M V � In V) O a 0 In O O O N V) O'- N N m M M N 4 N O V)V)� w V 2 M V O O ID O(n V) M V) r V)U)V)M In V)V)V)M N N tD O 2 yj° z I- v N t- to to Cl)to 0 N D.in V)V)to Cn c>: o •tr L U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C)0 0 0 0 0 f D 0 0 0 0 0 (D Z CO F OOC? 0000 tl0 0000 C! 00 MO (DN 00000 00 Ill C[) 0000 CON V O 0000 oa It 000 CV t- V 0000 mm W U3�.. Z M w 0 0 0 0 0 t-to O In CD O '1 0 0 M O I)')in 1-. 0 0 O O cn 7 U 7 V D)0 to N N O tl 1 O O O)O '- M.- M r) h N 0 h- In O tD V F•� w U h'Io r N N V) M In M in Crl N In V)In U) V)6•)V r•) h O ~O U) -� g to to to to V) en In in In to to to in en V)(f) yy. a w Fm �OK U ti U a in c > V 000 00 C)m w 00000000 t- 0 V 0000000 ' ro OOC) 00 0 0 000 0000000 to NCn O0 C) _ 0 C7 tr (15(V C), 00 0 .• MCj G In N 0 V ��jjO MO (D(V 04000 E a M7 V)G O O N N M In U M M In �7 VNw N N V')w 00 ro tYJ 0 N V)M OM to U)V)in MtD fn trill m N cV N V) U) In In V M ZIn M V)U) V) In .-• pbp .- .- CD M r- O N to 0 a.)0.v-- m M N N m in O O In Q = V C) G In LL(n w(1) ZLL 11. <c{ U. U. LL } } } yZLLQ } } } Q } z -j -j J .I _I0U- JW W -) _) J U) U)(1) (n0 _IW V) U)V)LLlQ CO � ww V) U) mw a JQ Z U Z UJ O 0 t 1 to O m N n W a) 0 W fY c ro n v a v o CL LL u � _ 0 U a E c ?y U) m j N o m rom - a) m (nc ro W ° o a x �? (� (� .ro � 3 u. > m u L 2 0 o u > 3 c v n v a,v p . E o cci u (L w V) (7 E o(n m a m E c (n (n in 3 a f0 E o o f u 0 o E U) � -°.) c � ° i'UUU s ° iaF� lu E o c a ro x arm m UU = a as cV) € m a c v,m o o 0 o s a m v tr a'C O L°:e .: > .t V •U U C a Q O N I- C ~ C c u m E ' A V V ti � Ea E °')r 9 r u I a c tr t: ib 0 s a w m a o v v a a u . 0 2 `1 S o t 4)) UV)V � wV)UJ V) Q QQ � V V zo to CC Uh♦- J WU) %S v 0 ep O z m N N M O to tp P co O O •'• N M tl Ii'7 tD r fD 0 •- N M•'1 to f() N ) p • r " •" •'- •� •- IN IN NN NN 0) Z _ aV 0 C U w a CL z pppppp p c(e� pp p SOt((JDDO909f(b�pO .�OjOOOr. bOppO6QO �7lNp GppOpp (q °rya J p V' N_ W M 0 M coo N 1,O Imo. 00 r W §a IOA M M O N O U. V U7 N CO fV In V)w(n f`fV In V)O - M IA M A w N E 0 44 Z Ip CO w 0 0 0 0 0 r 0 0 0 G O 0 0 0 0 0 0 0 0 0 0 0 0 0 yy Od r- O L C)cm)V In 00000000O0000(D (D O O p Oo In �t � In IN n n C) in in n vNi�V(t)N in IN S IN�L. N In 3 Z n �,1A vii `( pp O p 0 0 CI 0 0 0 0 0 0 0 0 4 0 0 0 U.) O N 0 0 0 0 0 00000 rwj 0000 O O O IA O O to 01- OM in OOO )D 00 ~ In V Roo '7 t7 U)II'1 q N U) O 0 V O ti pp N O O r- oo In 0 M O N Z r� U7 N r- aI) U)w O" M(D I-- .- O V 0) M/� O 0 (h(�7 N n w y (L?U)U) r (D U)O(O M(D (D r N In V M ' h D) On N N r 'C O N in M N in N fq M (V U)N N U) (D N D) /p (n Inv)l/1 lA U)M U)V) in in U)•r in(f)(A (A(A in in 1/) M E N E In w O (no0C) U) Ln000000Io0toOlnOln (o0OO X-) U w O In . GO r- r. ()01() In (nl(nr 1(,D0afr,, r O i rr)i oo Inri r(n- 0c v0i 0 °d u i nn o o i oc : C) 1/i V f- A N r- w 0) .� o U) 4U7(D r• Nr M 0)V) 0Nr Z tY M t ID In r U�(A V) m co In IA((((Anna V)V) In V)N (A IA N Q 2r O Z V) 11%IA V) in (AO ON D W (A� 000 00000 C)0000000 C) 00 00 0000 O o ,5 OZ, OOOOOOOOGOOOO(DOOO OIn 000000 r � wp W z L O (?0000UJOOO OOON 0000 V O(D 0000 Of r O CCE�O 00 O(0000 N In 00 o00(t) ppV 001n 00 0 U) �� wU p O V C)00 rO h 0)In0 V V U') r (D V.•- MOQ)N r- rl Nm (D LL.0 U) W O(V v) N u)f7 N In V: in to ti V'IA IA V) m cli F (n -� Q N V)V)N U)M V)V)V) VI c'4,V)V)IA V) (1)In (A IA 1'7 p w O M (A (n V „ m � a lx Ul w 0 0 0 0 O O h 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 '�. V O O r.J, O O U)h O O O O O O c O O O O O M 0 0 0 0 0 0 a s U)O O O r 0 U)Opp O U) U) to 1- 6 0 6 0 _O O 0 In O O (Mfg 0. O O O C C) in!n IA V/O IA V)In)n In V)Q V) O) V)iA N •- O 0 r N V) r V) V) V) r,.j(A Z r- in V)N V) V) fA in (p Lc,Qa, Z •- qOj .- r r 0'W,W ch '- N M w V r QOi c�M N in r, Q = V M Q Z J J J J J) 0 U- .J W W w.I J J 0 N In In n _3 W N In U)W U p H (D � w w to fn (D W J w -e FQ- Z U O C7 O u n,u )"W LLJ L 0 ° cEa c a v p w n c n m y C 0 LL u - O U A) a) �; 's ro al .0 S7 Q d Y X Y y n ro Z 0 L" W O1 :n w a Y O U m � 3 >. � LL > no m c u w c n o (U o 'D y 0 () c c o o u r ul w rn 2 - c mvppa Sp .._ y w � _ > V) C7 n Lm CO (a E c(fi(0 V) 3 y 19 € D o L c Y O o c E (n > > a' E {UUV o m c W 3 o .� o s m t N o a Q c y u u ro L Q p°H Fw 'c _ y r't $ v ? n v m n 1- F FF o 2 ° E r y X cgnL) 0 (n(R (K $ aaw � � 10zowu (Ln(n ; � d' O N td�� O r 111 (4 r N M) V U) 0 n PO Q) O •- N M V V)<D I� M V N N N N N N fh"l p w .- .- .- .- r r '- r �d Z C � s t f i ® :`,r CONTRACT DOCUMENTS M f 0ti 9, N W .__ . H %I-;I:- WAN . .. IV25 CITY OF JEFFERSON SPECIFICATIONS AND CONTRACT DOCUMENTS d � PROJECT NO. 42103 Myrtle Street Sidewalk ' f A 1'11gti1�1 Q,,,�71`';�nYH t111 Ic ww�V�r it Wi- Iry ,I'll yM•'YU �1411/x.11 �J'!@66G4b�a�+Q Jefferson City Department of Community Development January, 2005 TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form • Bid Bond " • Anti-Collusion Statement • Contractor's Affidavit • Minority Business Enterprise Statement • Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law ' Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract 1 Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions ' 0 Attachments • Addendums ( If Any ) (' INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) 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, January 25, 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. 42103, Myrtle Street Sidewalk" will include the furnishing of all material, labor, and equipment to construct approximately 1,410 feet of concrete sidewalk, including the grading and compaction of slopes, construction of retaining walls, installation of guardrail, the adjustment of utility structures, and coordination with utilities. A pre-bid conference will be held at 10:00 AM, on Tuesday, January 18, 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 Twenty Five Dollars ($25.00) 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. tCITY OF JEFFERSON Tep ns on Purchasing Agent ePublication Date Sunday, January 9, 2005 NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasin g Agent,A ent City all, 320 East Y McCarty Street,Jefferson City, Missouri, until ,1:30 PM on Tuesday,January 25,2005. 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. 42103, Myrtle Street Sidewalk" will include the furnishing of all material, labor, and equipment to construct approximately 1 ,410 feet of concrete sidewalk, including the grading and compaction of slopes, construction of retaining walls, installation of guardrail, the adjustment of utility structures, and coordination with utilities. A pre-bid conference will be held at 10:00 AM, on Tuesday, January 18, 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 for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Five Dollars ($25.00) 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. e 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 ' Patrick E. Sullivan, PE Director of Community Development INFORMATION FOR BIDDERS I13-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project ontilled "Project No. 42103, Myrtle Street Sidewalk" 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 approximately 1,490 fact of concrete sidewalk, including the grading and compaction of slopes, construction of retaining walls, installation of guardrail, the adjustment of utility structures, and coordination with utilities. I13-2 INSPECTION OF PLANS SPECIFICATIONS.,ARQ—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 docurrionts bolore submitting a bid. Failure to do so will not relieve a success sful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract, I13-3 INTERPRETATION OF CONTRACT DOCUMENTS ' ® If the bidder has any questions which arise concerning the true rneaning or inlonl of tho 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 (irate fixod 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 arid Specifications hnvo boon issued. All addenda issued shall become part of the contract documonls, Faituro to hr►ve ro(Itiostod nn ' addendum covering any questions affecting the interpretation of tho Plr►n,; and Sporification.; shall not relieve the Contractor from delivering the cornpletod project in accordanco with tho intent of the Plans and Specifications to provide a workable project. I13-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deeoniocl nocc►;;;;t►ry to do►torn►ino tho ability of the bidder to perform the work and the bidder shall furnkilr to Iho City nil :arch information and data for this purpose as the City May request, Tho City roKsorvo;; tho right to reject any bid if the evidence submitted by the bidder or invostigation of ,;uch hiddor Inills to ' satisfy the City that such bidder is properly qualified to carry out tho obli('alioru;of 11-io Contract and to complete the work contemplated therein. ' I13-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to tho wso al zany l,r►rlic;ulnr nrtalc:riftl ' or equipment, it is to be understood that any equivalent rr►atorial or oquipinont nuly ho u;;c►d • which will perform adequately the duties imposed by the general design, r;uhjoct 10 1110 tth,provrtl of the City. I13-6 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 fail 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. I13-7 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. I13-8 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 1 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. I13-9 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. I13-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in lace, Y P P p P and shat{ 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. IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 42103, Myrtle Street Sidewalk". 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 reserve 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. IB-15 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 Contractor and 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. IB-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. ' 1B-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. I13-18 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. IB-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 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. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of J ' efferson 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. IB-24 CONTRACT TIME ' The contract time shall be 30 working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete,should the project not be completed within the contract ' time. IB-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. IB-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: Purchasing Agent City of Jefferson, MO ' 320 E. McCarty Street Jefferson City, MO 65101 e 1 r " .. 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 1 rEND OF INFORMATION FOR BIDDERS 1 1 1 � r 1 i ■ r r r 1 r BID FORM Name of Bidder _kxx o-rJ F4,L4/l/s�',S ' Address of Bidder. [��Q ��J Jam(' DA/ 14 #0 To: CITY OF JEFFERSON 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 that the 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 under the 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: O Page 1 of 1 CITY OF JEFFERSON ITEMIZED BID FORM (Revised 01121105) MYRTLE STREET SIDEWALK PROJECT N0. 42103 eITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Construction Signage LS 1 0�f 73� °O _c;i 73,3 00 Oa 2 Silt Fence ' LF 480 5`D� 3 Clearing and Grubbing LS 1 3 3.97-70 .0'0 4 Removal of Improvements LS 1 p?� d0�-v °a 5 Earthwork LS 1 6 Subgrade Stabilization TON 160 1 oabDb °a 7 Solid Modular Block Wall SFF 1800 Z 00 8 Solid Modular Block Cap Unit LF 380 d-!�oo 9 Adjust Water Valve/Meter EA 3 ISO T 0 °' 10 Adjust Manhole to Grade EA 1 075�� .��6"'0 11 Remove Curb and Gutter LF 30 Cb ' 12 Remove Commercial Approach/Curb LF 30 13 Type A Curb and Gutter LF 60 c2 .00 fy�� ov 14 4"Thick PCC Sidewalk SY 867 15 6"Thick PCC Sidewalk SY 48 1 -2 cep ' 16 6"Thick PCC Sidewalk Ramps SY 14 �S3 17 Rock Blanket with Filter Fabric SY go �JD 00 ' 18 Crushed Stone Drive TON 3 d �.� OQ 20 Type A Guardrail LF 365 ,30 21 Turn Down Terminal Section EA 2 �i��� _L An_ nv 22 Long Term Erosion Blanket SY 537 02.,0 ' 23 Short Term Erosion Blanket SY 50 � �� (30 24 Seeding and Mulching SY 70 r25 4' x 3'Type A Inlet EA 1 j�2 b j,a Sa LT 26 Mecanical Rock Excavation CY 10 sb —° _ ) �. �,.,. r. _•,,, TOTAL BASE BID Signature of Bidder Date r SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he r shall list them. TIME OF COMPLETION The._undersigned_.hereby.agrees.to complete the project within 30 working days, subject to 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 ' maype mailed, telegraphed, or delivered: O Lao x la o �zyo�l �.c j F fr`� X 510 Z 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. Attached hereto is a Bid Bond for the sum of s i ✓4-- �k Lt b,1+7u� 7 tA> 1 Dollars (cashier's check), make payable to the City of Jefferson. .. ,. .. ,., :ytv:rutnraar•saty.+.a:�.::.a.,,...!+r!s!,•a:.;:rr:wX::�!:�rr.VK:mttsrr! r e r i Signature of Bidder; If an individual, .� � -'' ^, doing business as If a partnership, member of firm, by If corporation, by Title SEAL Business Address of Bidder. If Bidder is a corporation, supply the following information: State in which incorporated ' Name and Address of its: President Secretary Date 1 BID BOND KNOW ALL MEN BY THESE PRESENT'S, 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. 42103, Myrtle Street Sidewalk" 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 perf ormance ' of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, rthen this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any 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 aff ixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal SEAL Surety BY: - Bono Nu, BID 1311) 13C)N[� The American Institute ol'Architccts, A I A Document No. A3 VU(February, 1'.)7(1 Edition) KNOW ALL MI"N 13Y '1'I IIM" PRHSI NTS, that we THOMAS A. KAUFFMAN D/13/A KA(lF MAN ENTERPRISES, 116 130 ti115, .Il;l f f'sfZSON CITY MO 05102 as Principal hcreinalier called the Principal, and CONTRACTORS 13ONDINO AND INSURANCE COMPANY -- a corporation duly organized under the laws orthe state or WASHINGTON as Surety, hereinaltcr called the SUety, are held and firmly bound Unto Cl'1'1' OP JGI FIsIZSON, 310 F'. McCARTY S'I'REG'I',.II,f f f RSON CI'T'Y, MO 05101 as Obligee, hereinalier called the Obligee, in the sum of I'IVE PERCENT OP 1311)AMOUN"1'-------------------------- Dollars ($-----5"r..------ ), I��r the payment ol'wlrich sum well and truly to he made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firstly by these presents. WHEREAS, the Principal has submitted a hid Ior MYRTLE SIRE-1--T SIUf_WALK. NOW, THE'REFORf:, il'the Obligee shall accept the hid or the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of'such bid, and give such bond or bonds as may be specified ill the bidding or Contract DOCUmentS with good and sufficient surety (itr the taithf'ul per fbrm all cc,, ol'such Contract and For the prompt payment or labor and material Furnished in the prosecution thereof-' or in (he event or the failure oh the Principal to enter sueh CUntraCt and give such bond or bonds, il'the Principal shall pay to the Obligee the difference not to exceed the penalty herettr between the amount specified in said bid and such larger amount Por which t(te Obligee may in good faith contract with another party to perl'cn•nt the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in Full l61-cc and cl'rect. Signed and Sealed this 25111 day or .lanuary 2005 f C THOMAS A. KAUF MAN D/I3/A KAUFFMAN EN'1'I?RPRISLS Wiutess l'rine"p if (Seal) ' 13y: fs2� _ �Wi1i Name/Title CON'I'RACFORS IIONDIM; AND INSURANCE COMPANY 'leaf • p��G MID INS ) �..., ,, 'Q9,y RA __Ltl By: C14mta 1�1 & . T A. I3lickhan = ttorrtc n'r;' 7919 Z r,�rtbYgSH;NG`ti� r. ' •O°��i. ."°°�•�•'•� °° °•i °i� 1°7i° i+�Zi. l� °p0° Ib�io° ��•r• d° a°/' i�°°d J��i •�•r 10�°.°�'e�Z't°�••.��•+y °�•ay~i••°•°1♦.'�•°••I%%�+p°'i'♦ M••.•°y vr►��•e� °•�'•••i i ' .d'°/°°° p ° • • • • f e M° i�i°•pi+i ,�°° a•°0 � •��°•Oo••�'.r��.•�°•�•S•.+°4 .• e• •••� • l•,• • !je�••,,01�r 0 Pdb�1 � ••° O• /�•p Ada 0•' •�frr�i i°��r�/ °•�i.•°•�•dt•°O•°i4°Ow•°•oe••�0 0 • • • 0Cddd`•wf�R°C° 9 •° ♦� • .•[r•♦•d•� °°�•° �d+ •° •••ti •.�d• d i 0•e •�.Y 0 •d•°0••'•°• d00 .1✓•;�d�•e°•e°1r1 i'd/••'d'1g'r iS:i°N°•t'eiis>L {�•°i°Pt°dSi !e'•°P•°t° i';ff•°•/1°i'ii •i P•'e ^ d°°4'P1P� °P•oe9tii A'e°ii'• {P1'1'di'SS•S�' o' y°S1Sq tr.°r.°•°.d.�..•�r��s.SS• "^iNfllll/►�°I`iNNlli►i� hfl NH►3 11'rrlll fN6 I�IHlllflf/ IPrlllflltii= (1 Ill �r iil(1111/i NII►1INH �/) 11°tfSr (1�Ilftlii �1°�Iff 1tl' Si��� .•jet°r do•• � ed•• °•�IOOo�,yopiP� °°�e�•°d100 R'1••'°��s �t{R. RIAD C.MFULL Y- �to be.used onl wit.'ti the bond ipeci ced ;,.ei iin 'bill) Otily so°i°•�y .;.0°°• 0 Y •°��_ o°•°i°1 a°♦,R,�no_ y�o°OO°6P°1 �ao�°e�eo•i w`o�• Od'ooP ei e° i o�0d°P IENTS, that the Company does hereby make, constitute KNOW ALL MEN BY THESE PRE, P°praOeR�o o°•eo001�0;d rr •0 Oed°♦°1•d�°•♦do•°••°�0°�•i0de°e v°,O°•o;99o�P•�,. Attorney(s)-in-Fact, with full power and authority hereby conferred in lawful • e • caw execute, ow• n the:• • a ♦ _ • • •r • undertakings given for sve°ol.1••e that no such person shall be authorized to execute purpose, provided, however, and tl°°°•d i°1• °0 'k apet deliver any bond or undertaking that shall obligate the company for any portion of the penal thereof in e _ of and provided, o°°vo�°ee%e• -hat no Attorney-in-Fact shall have the authority to issue a bid or Ill-, s ,bond nd or 1°= project where, if a contract is awarded, any •• undertak�pg would be required with penal sum in excess,Oeoose%° _ - w ♦ • a required•by obligee under •• n• Company. •• • e�aeoedd we e•• d'o°o°egg g °er.°e°• d0eo +••°0♦00 °ooeo°;ao a •��e�evood° •°°° p °d0°O�e 0••01 0°°pe o°o e p°o°� a•tl• R0 0 o pe•� �•°R 90°o°r ee000• f0°°•°0 °ado���p -�'o�Pp�•yopo •r iu105 r4 6 Aw- •°o .♦ �.o•d01 °1°eya,°. °0°°•°pod t t'0A•°p•d �� °•° •000 .- �� ` .+.r � .�d;r.�. • o..�q pf1go 1►1 .•oZlIN111Nt °lllelli114° t 111111111•• I 1 1i111111$••JIINIIIIII I N 1!111 11 r ••'��I) •°::°�1.'•°D°•.°•°o°d•44°;•;:::°•°i°di°•°a°'':•ASS°°'iJd•••°./O�j p�°d°p°.°••°°.°.•jf1 •�d��1i�e;•1Z11;:;:�°d•de••e°•;�•;doe�ee°°°••et�a�i°e°I°I°+►•o: g:^�.d°le1°111i�;�allilililil•1e1,IP°,•��°Idldld1 11 11 e•::'!d•+°Itl°1�1°1°1'i::4i•�d°d°I°I°I�1°1;0;ei°°;:,p( °OOP�owevo;�r;oQ°�.°•�°�°ooiiM°°i•�+�0°.j°�w���°o�1•♦°♦:r`i °.•°e••i�1♦a.♦jwS•°♦00••0.0 d• �.o��°a0oi�1°w•°�°e°o°e°i°o°e°j>a°�°°•+�R�°°00°��r�0�0°♦°�♦°e•°•YrpSP°i•�°R°♦°•iJr•"ie°o°RP•°♦•1.Oi�.°i•,°r i•0°♦°e''•°y°o°i°iPP°♦•aoa�i"L�e°°o°o°e Ppe'e 6::•r�ed1ei:°"..�Lr"'°°°°i t�J••°""'r°°p,4':lf•°�ir����°%•°°'�:i i�iei i°°<<°'r°�Vi%%•°a°�tom%%oo��' °O%o�8.°�°�ig°o�i°�%�°�iS'�•°i�i°�p°°+•�O°�°�°�w°�?'i��i°�r°�°i`°i°e°e°Q�""4el'BS>°°Q°° r ANTI-COLLUSION STATEMENT STATE OF So'-Lc ) COUNTY OF co being first duly swom, deposes and says that he is of TITLE OF PERSON SIGNING 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, or financially affiliated ® with, any other bidder for the above project. BY J 01. �. (BY) Swom to before me this ��(,.,�day of —, 2005 . ' EILEEN S.CUMMINGS �~ Notary Public-Notary Seal STATE OF MISSOURI '/ Boone County TARY PUBLI ' My Commission Expires Sept.41,2(N18 ' My commission expires: _ a 0-,o CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the aid, and an executed copy thereof shall accompany each Bid submitted. STATE OF Hissbu-('1 ) . ss COUNTY OF _ �y �`' _ ) The undersigned, wict Su t t"-4-yyt��✓� , of lawful age, being first duly swom states upon oath that he is ocolvelc 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. AFFI Subscribed and swom to before me, a Notary Public, in and for the County and State aforesaid, this 20 day of t rlLLCLV% , 20 Qs' EILEEN S.CUMMINGS Notary Public-Notary Seal e STATE OF MISSOURI p ARY PU C Boone County My Commission Expires Sept.9,2008 ' My Commission Expires: eoc�' e 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. O2. 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. 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; a.nd t 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 an of ( P 9 Y 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. ' B. The bidder must indicate the Minority Business® y Enterprise(s) proposed for utilization as part of this contract as follows: rName and Addresses Nature of Dollar Value of of Minority Firms Participation Participation YoAK -F44 1Uc t i c g b o Total Bid Amount: Total: Percentage of Minority Enterprise Participation: % C. The bidder agrees to certify that the minority firm(s) 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 Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after 1 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. ' NAME OF AUTHO ZED OFFICER DATE SIGNATURE OF AUTH D OFFICER AFFIDAVIT COMPLIANCE WITH PREVAILING WAG E LAW Before me, the undersigned Notary Public, in and for the County of , State of ersonall came and appeared P Y 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. 42103, Myrtle Street Sidewalk located at Jefferson City in Cole County, Missouri, and completed on the day of , 20 SIGNATURE Subscribed and sworn to me this day of _ _, 20 NOTARY PUBLIC My commission expires: _. STATE OF MISSOURI ) ' ) ss COUNTY OF _ ) • 1 1 1 miassoun" 1 Division of Labor Standards WAGE AND HOUR SECTION hj -;T'L1 1 BOB HOLDEN, Governor 10 Annual Wacte Order No. I I 1 Section 026 COLE 1COL�I`W 1 In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been flied with the Secretary of State as indicated below, any 1 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 1 objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. 1 � RECEIVED & FILED 1 Colleen A. White, Director MAR 1 0 2004 Division of Labor Standards 1 Filed With Secretary of State: SECRETARY OF STATE COMMISSIONS DIVISION APP 0 9 2004 • Last Date Objections May Be Filed: 1 Prepared by Missouri Department of Labor and Industrial Relations 1 E 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 60 $11.27 Boilermaker $27.29 57 7 $1_5.41 Bricklayers-Stone Mason 1 $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 2.8 7 $9.51 + 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $32.315 26 54 $11.92.8 Operating Engineer Group 1 5/04 $23.37 86 66 $13.80 Group II 5/04 $23.37 86 66 $13.80 Group III 5/04 $22.12 86 66 $13.80 Group III-A 5/04 $23.37 86 66 $13.80 Group IV 5/04 $24.07 86 66 $13.80 Group V 5/04 $25.37 86 66 $13.80 Pipe Fitter 7/04 b $30.00 91 69 $14.68 Glazier $13.50 FED $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 7 $7.58 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE Marble Mason $24.85 59 7 $7.75 Millwright $20.78 60 15 $8.36 Iron Worker - 8/04 $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 9/04 $24.25 12 4 $8.31 Sheet Metal Worker 7/04 $23.74 40 23 $9.46 Sprinkler Fitter 4/04 $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 $5.75 Group III $20.35 101 5 $5.75 Group IV $20.65 101 5 _ $5.75 ' Traffic Control Service Driver Welders-Acetylene & Electric Fringe Benefit Percentage is of the Basis: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 9/04 r r Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes OC IVe Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule 1 1 - - r r Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments.Use Heavy Construction rates for remainder of project. For the occupational titles not listed In Heavy Construction Shoots,use Rates shown on Building Construction Rate Sheet. ' a-Vacation: Employees over 5 years-8%; Employees under 5 years-6 •b- All work over$3,5 Million Total Mechanical Contract-$30.00,Fringes-$14.68 All work under$3.5 Million Total Mechanical Contract-$28.66,Fringes-$11.83 1 ® r i r r 1 r 1 ' 'Annual Incromonlal Incranse ANNUAL WAGE ORDER NO,11 7/04 r COLi' COUNT)'OVF.i2 nw,SCH1:1)UI..1? BUILDING CONSTRUCTION FEU: Minimum requirement her Fair labor Standards Act means time sill one-half'() 'h)shall be paid for till work in excess of forty(40)hours per work week. NO.9: Means the regular workday starting time of 8:00 a.m. (and resulting quitting time of'4:30 p,m.)tray be moved forward to 6:00 ami. or delayed one hour to 9:00 a.m. All work peribmied in excess ol'the regular work clay and on Sauirday shall be compensated tit one and one-hall'(1 1/4)limes the regular pay. In the event time is lost during the work week(file to wenther conditions,the(?mployer may selicdule work on the Rillowing Saturday tit straight time. All work accomplished on Sunday raid holidays shall be compensated f rr tit double the regular rate of wages. The work week shall lac Monday through Friday,except for midweek holidays. NO. 11: Means eight (8) hours shall constitute a day's wotk,with the starting time to be established between 7:00 %,m. and 11:00 a.m. from Monday to Friday. Time and one-half'(1'a) shall he paid for firs( two (2) hours of overtime Monday through Friday ;and file first eight (R) hours on Saturday. All other overtime hours Monday through Saturday shall he paid tit double (2) time rate. Double(2) time shall be paid for all time on Sunday till(] recognized holidays or the days observed in )tell of lhese holidays, NO. 12: Means the work week shall commence on Monday at 12:01 a.m, and shrill continue through the following Friday, inclusive of each week. All work perlurmcd by employees anywhere in excess of forty(40) hours in one (t) work week, shall be paid I'or at the rate of one and tine-half(l I/A times the regular hourly wage scale, All work performed within the regular working hours which shall consist o1'a tell (10) hour work (li), except in emergency situations. Overtinic work and Saturday work shall be paid at one and one-half(1'/i) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate, NO. 18: Means file regular work clay shall be eight (8) hours, Working hours are from six (6) hours before Noon (12:00)to six (6)hours after Noon (12:00), `i'he regular work week shall be forty(40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m,and 6:00 p.m, on Friday. Saturday will be paid at time and one-half'(I 1/i). Sunday and Ilolidays shall be paid tit double (2) time. Saturday call he it make-up day if the weather has Rirced it day off,but only in the week of the day being lost. Any time before six (ti)hours belOiC Noon or six(6)hours alter Noon will be paid at time and ottc-half(1!% ►, NO. 26: Means that the regular working day shall consist ol'eight (S)hours worked hetween 6:00 ami.,till(] 5:00 p.m., five (5) days per week, Monday to Friday, inclusive, l lours of work m each jobsite shall be those established by till• general contractor and worked by the nia>.jority o1' trades. (The above working hours may he changed by mutual agreement). Work perfiarmed on Construction Work on Saturdays, Sundays and hekire rand after the regular working day on Monday to Frid:sy, Inclusive, shall be classified as overtime, and paid liar at double(2) till- rate ofsingle time, The employer may establish hours worked on a.jobsite (irr is four(4) tell (10) hour day work week at Staight time pay firr construction work: (lie regular working day shall consist of ten(I0)hours worked consecutively,lhetween 0:00 11.111, and 6:00 p.m., lour (4) drays per week, Monday- to 'Thursday, inclusive. An) work perfumed on Friday, Still 11-day, Sunday and holidays, till([ before and after the regular working day on Monday to'Thursday where a (lour(4) fen (10) hour day workwcel, has been established, will he paid tit two times (2) the single time rate of pay. The rate of pay for till work perfirrmed on lioliduyS shall be tit two tines(21 the single tinic rate of'pny. ANNUAL\1 AGE' ORDER NO. I I AW 11 alb 0T.doc Ihtuc I of•1 Pago ' t ® COLE COUNTY ONIAt'I'IME SCIIF,I)111,f, ■ 111111,1)ING CONSTRUCTION NO. 28: Means eight (8) hours between 7:00 a.m. and i:30 p.m., with at leaSl;a thirt\'1301 ►ninute period to be taken Ibr )ouch, shall constitute ;I day's work five(5)days a week, Monday Ihrouph Friday inclusive, shall constitute a k wor week. The Fmployer has the option fur a wurkdayiwvorlcweek ol•Fula•(4)ten(10)hour days(4-10's)provided -The project must he for a mininnntl of foul (4)consecutive days. -Starting'time naay he within one(I)hour culler side of 1:00;I.nl. -Work week must begin on either a Monday or Tuesday: 11•a holiday fstlls within that week it shall he a consecutive work day. (Altemme: I1'a holiday Falls in the middle of a week, then the regular eight (8)hour schedule may he implemented). -Any tints worked in excess of*;my ten(10)hour work day I in:14-10 hour work waeek 1 shall he,u the appropriate overtime rate. All work outside oFthe regular working'hours as provided, (Monday through Saturday,shall he paid at otnc&one-half, 111/',)times the employee's regular rate ol'pay. All work perfivilled Irom 12:00 a.m. Sunday through 8:00 a.m. Monday anI recognind holidays shall he paid❑t double(2)the straight tints hourly rate of p,. Should cnlployces work in excess of twelve(12)consecutive hours they shall be paid double tittle(2X)liar all tints after twelve(12)hours. Shill work performed between the hours of'-1:30 i nl,and 12:30 a.m.(second shill)shall receive eight (8)hours pay at the regular hourly rate of•pay plus Ica(IW ,l percent for seven and one-half(7!;)hams work. Shift work performed between the hours of 12:30 a.m.and 8:(10 a.m. (third sill It)shall receive eight(8)hours pay al the regular hourly rate of' pity plus fifteen(I51tt)percent for seven(71 hour:work. A lunch period o1 thirty(3(11 minutes shall he allowed on each shill. All overtime work required alter the completion of a regular shaft shall he paid at one and one-half(I!i)fillies the shift hourly rate. NO.33: Means the slandurd wort,day shall be eight(81 consecutive hours ol•work between life hours 0'6:00 a.m.and 0:00 p.m., excluding the lunch period, or shall conform to the practice on the jolt site. Four(4)clays at ten (10)hours a clay may be worked at straight time. Monday through Friday and need not be consecutive. All overtime, except for Sllrldays and holidays shall be at file rte ol•tittle and one-half(1'. ). Overtime worked un Sundays and holidays still)) be at double(2) tittle. No .40: Means file regular working week shall consist of five(5)consecutive(8)hour days'labor on thc,lob beginning Witt) Mtmdav and ending with 1•riday of each week. Four(4) 10-hour days may constitute the regular work week. The regular working day shall consist of.eight(8)(tours labor on the job beginning as early as 7:00 a,m.and ending as late its 5:30 p.m. All full or part time labor performed during such hours shall he recogni%ed as regular working hours and paid firr at the tegular hourly rate. All horns worked on Saturday and all hours worked in excess oFeight(8)hours hilt nut more than twelve(12)hours(1111.1111 the regular work.ing 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 lit excess of•tvelve (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. Sauarday may be designated as a "make-up" day. Saturday natty also he desiglialed as a "make-lip" day, fur an employee who has missed a day ohwork t'or personal or other reasons. Pay for "snake-up" days shall he at regular rates. ' NO. 55: Means the regular work day shall be eight (8) hours between 0:00 a.m. and 1:30 p.m. The first two(2) hours of work performed lit excvs,, of tltc eight (8a hour work clay. Monday through Friday, anet file first ten (I1)) hours of work un Saturday, shall he paid at one & one•-half(1',) times (he suItighl tithe rate. All work performed on Suudaw. ' observe(( holidays and in excess of ten (10) hours a day. Monda\ through Saturday, shall he paid at double ( .') Ills straight Irmo rate, ' NO, 57: Means eight (81 hours per day sh;111 ronstuute :1 day's work and fluty (40) hours per week. Monday through Friday. shall cons0ume :a wyrek's work. The regular starllng unae shall he 8:00 at,nt. The above may he changed by mutual consent o1• aruthoraied personnel. When carcumst:mces warrant. the kntployer may change the regular wVOrkwwl'Ck to liaur (4) 1011-horn days u( the lelul:u turns rate of pay. It beunl understood that all other pertinent ' in('onllation must he ad,)usled accordulg'ly. AIf time worked before and after the established workday of cighl(8)hours, Monday through Friday, all time worked on Satn•e1ay,shall be paid at the tale(it'lillic and one-hall'!I'")except in cases where work is part o1';tll emplovec's rerular Friday shift. All little worked on Sunday and rec(Igmzed holidays shall be paid at the double (2)time rate of pa\ A.N'NI)AL N\ AGL ORDER N(). I I A\Vl 1 0241 O 1.dui Page 2 of-I I'avve COLD,COUN'1'1' Ot'l;lt'1'IMI:5C1iE1)lll.l: BUILDING CONSTRUCTION NO. 59: Means that except as herein provided, eight (8) hours a dory shall constitute a standard work day, and firrty (40) hours per week shall constitute a week's work. All tittle worked outside of the standard eight (h)hour work day and on Saturday shall be classified as overtime and paid tilt-rate of time till(]one-half l 11'2). All time worked un Sunday and holidays shall he classified as overtime and paid at the rate of double (2) time. The Finployer has the option of working either five (5) eight hour days or four (4) tell hour days to constitute aI normal firrty (40) hour work week. ' When the ibur (4) ten-hour work week is in cllcct, the standard work day shall he consecutive tell (10) hour periods between the hours of 0:30 a.m. and 0:30 p.m. forty (40) hours pet- week shall constitute a weeks work, Monday through Thursday, inclusive. In (he even( the job is down firr any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as It make-up day; straight time not to exceed ten(10) hours or fbm (40)hours per week. When the five day(8) hour work week is in cllcct,firrty(40)hours per week shall constitute a week's work, Monday through Friday, inclusive, In the event the job is down Im any reason bevond the En►plover's control, then Saturday may,at the option ofthe E'nuplover,be worked as a make-up day: straight time not to exceed eight (h) hours or forty (40) hours per week. The regular starting time (and resulting quitting time) nnay be moved to 0:00 a.m. or delayed to 9:00 a.m. Make-up days shall not he utilized firr days lost due to holidays. NO.60: Melons the l:rnployer shall have the option of working five 8-hour days or four 10-hour days Monday through 1 Friday. If'an t:mplover elects to work five 8-hour days during; any work week, hours worked more than eight (8) per day or firrty (40) per- week shall he paid at time and onc-half(11`2') the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-Ul' DAY: If an Finploycr is prevented from working Harty(40)hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud). Saturday or Inv part thereof may be worked as a make-up Clay at the straight time rate. It is agreed by the parties that the make-up clay is not to be used to make up tittle lost clue to recognized holidays. Ifan Employer elects to work fiat• 10-hour days,between the hours of 6:30 a.m. and 0:30 p.m. in any week, work pertirrmed more than tell (10) hours per clay or tiny (40) hours per week- shall be paid at time and one hall (I'r:l the hourly wage rate plus li'irlge benefits Monday through Friday. 11' an Employer is working 10-hour days and loses a day clue to inclement weather,the Employer nmy work tell (10)hours on Friday at straight tittle. Friday must he scheduled firr no more than ten(10) hours tat the straight time rate, but all hours 1 worked over the luny (40) hours Monday through Friday will be paid at time and one-half,(1', �)the hourly wage rate plus fringe benefits. All Millwright work perfonred in excess of the regular work clay and on Saturday shall be compensated liar at tittle and one-half (11f:) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m. (and resulting quitting time of 4:3O p.m.)may be moved limward 10 0:00 u.nn,or delayed unc(1)hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays,or clays observed as recognized holidays, shall be compensated liar at double (2) the regular hourl, rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an attnnunt equal to the fringe benefits. NO. 86: Means the regular work week shall consist of(ivc (5) days. �Monday tlrroupli Friday. beginning at 8:00a.111, and ending a( 4:30 p.m. The regular work day beginning tittle may be advanced one or two hours or delaved by one hour. All overtime work performed oil Monday through Saturday shall he paid at time and onc-hnlf'(P 0 of'the hourly rate pills an amounl equal to onc-hall C-,) of the hourly 'total Indicated Fringe Benefits. All work performed on Sundays amt recognized holidays shall be paid at double (2) the hourly rate pim.an tunount equal to the hourly Total Indicated Fringe Belief Its. NO. 91: Means eight (8) hours shall constitute a da,v's work commencing at 8:00 a.m. and ending at 4:30 p.m., allowing. unc-half(I,'2) hour for lunch. The option exist!, flu•the lintpaoyer to use a flexible starting tittle boween the (tours of 6:00 a.m. 111(1 9:00 a.m The regular work week shall cnnsisr of forty (40) hours ol• five (5) work clays, Monday through Friday. The wort; week may consist of four (41 tell (M) hour days from Monday through Thursday, ' with Friday as a nutke-up clay. II'tile make-up dray is a holiday. the employee shall he paid at the double (2) time rate. The employees shall be parch time and one-half(I'.:► for work performed helore the regular staling time or after the regular quitting tints ur over eight(h) hours per work day (unless working a I0-hour wort:(Iay, then time and one-half, (P,2) is paid firr work pertirrnred over tell (Ill) horns it clay)or over forty (40) hour's per work wvck. Work performed Oil Satttt•doys. Sundays and recogttri.c(I holidays shall be paid at the double(2)note rate ol'pay. • ANNUAL. WAGE 0It1)F.It NO. 11 AWII IQ'1,M.tit t Pape 3 of 4 Pay" COIL COUN'1 , ovi Rwriw:tiCFlF,hUl,l? BUILDING CONS'T'RUCTION NO.94: Mcans eight (8)hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:0O a.m. (and resulting quitting time of 4:3(► p.m.) stay lie moved forward to 0:00 a.m. or delayed one (1) hour to 9:00 a.m, all work perforrtted in excess of the regular work day and on Saturday shall be compensated at one and one-half(I'h) times the regular pay. In the event tittle is lost during the wort: 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 al douhlc the regular rate of wages. NO. 101: Means that except as provided below.eight (8)hours it day shall constitute a standard work day,and forty(40) hours per week shall constitute a week's work,which shall begin on Mondav and end on Friday. All time worked outside of the standard work day and on Saturday shall he classified as overtime and paid the rate of time and one-hall'(I'ii) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid 1 at the rate of double (2) time. The regular starting time of 8:00 a.m. (and resulting quitting tittle of 4:30 p.m.) may he moved forvard to 6:00 a.m. or delayed one(I)hour to 9:00 a.m. The Fnlployer has the option of working either five(5) eight-hour days or flour(4)ten-hour days to constitute a normal flirty(40)hour work week. When it four(4)ten-hour day wort: week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours o1'6:10 a.m. and 6:30 p.n1. forty (40) hours per week shall constitute a week's work Monday through 'Thursday, inclusive, In the event the job is down Ior any reason beyond the Employer's control,then Friday and/or Saturday tray.at the option of the Employer,be worked as it make-up day: straight tittle not to exceed ten(10)hours per day or forty(40) hours per week. Starting time will be designated by the entplover. When the five(5)day eight (8)hour work week is in effect, forty (40) hours per week shall constitute it week's work. Monday through Friday, inclusive. In the event the job is down for any reason beyond the Entplover's control, then Saturday may. at the option of the (entplover, be worked as it make-up day: straight time not to exceed eight (8) hours per day or forty(40) hours per week. Make-up days shall not he utilized for days lost due to holidays. NO. 110: Means eight(8)hours between the hours of 8:00 a.nt.,in(]4:10 p.m. shall constitute it work day. The starting time tray be advanced one (I) or two (2) hours. Employees shall have it lunch period of thirty (30) minutes. The Employer may provide it lunch period of one(i)hour, and in that event, the workday shall continence at 8:00 a.m.and end at 5:00 p.m. The workweek shall continence at 8:00 1.111. on Monday and shall end at 4:30 p,nt. on Friday(or 5:00 p.m. on Friday if the Enlplover grants it 11.11101 period of one (I) hour), or as adjusted by starting time change as stated above, All work performed before 8:00 a.m. and afler 4:30 p.m. (or 5:00 p.m. where one(I) hour lunch is granted liar lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall he compensated at one and one-half (I!%I times the regular hourly roc of pay liar the work perfionned. All work performed on Sunday and on recognized holidays shall he conlpensaled at double(2)the regular hourly rate of'pay for 1 the work performed, If'an Employer is prevented front working flirty (40) hours, Monday through Friday, orally part thereof by reason of inclement weather i rain and niud), Saturday or any part thereof Wray be worked as it make-up day at the straight time rate. The Employer shall have the option of%vorking five eight (8)hour days (it- lour 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 flirty(40) hours pct-week shall lie paid at time and one-half(11/0 the hourly rate Monday through Friday. If an Employer elects to work four(4)ten (10)hour days in any week,work performed more than ten(10)hours per day or flirty(40)hours per week shall lie paid au time and one-half(I!-"I the hourly rate Monday through Friday. Van Employer'is working ten(10)hour days and loses a day due to inclement weather,they ruav work ten (10)hours Friday at straight time. Friday must he scheduled for at leas) eight (8) hours ,in(] nu 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 tittle and one-half(I'/.,)overtime rate. NO. 122: Means forty (40) hours bettvt!cn Monday and Friday shall constitute (le normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 0:30 p.m., with one-hall'hour For lunch. Work in excess of eight (8) ' hours per day and Corry (40) hours per week. an(i tin Saturdays, shall he paid at the rate of one and one-half limes the normal rate. I)ue to inclement weather during the week. Saturday shall be a voluntary make up day. • ANNUA1.11'AGE ORDER N'O. 11 ' A W 11 02p(rf.doc Pape 4„f 4 hipcs COLE COUNTY HOLIDAY SCHEDULI? — BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Decoration Day, .July 4th, Labor Day, Veteran's Day, 'Flianksgiving , bay and Christmas Day shall be paid at the double tirne rate of pay. 1h'hencver any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO,4: All work done on New )'car's Day, Memorial Day, Independence Day, Labor L)ay,Thanksgiving and Christmas Day shall be Maid at the double time rate ot'pay.. I f any of the ahovc holidays Call Oil SLCnday, Monday will be observed as the recognized holiday. If any of the above holidays Call on Saturday. Friday will he observed as the recognized holiday. NO. 5: All work that shrill be done on New Year's Day, Memorial Day, Fourth of.luly, Labor Day. Veteran's Day, Thanksgiving Day, and Christmas Day shall he paid at the double (2) time rate of pay. NO. 7: All work clone on New )'car's Day, Memorial Day. Independence Day, Labor Day, Veteran's Day. Thanksgiving Day, and Christmas Da_v shall be paid at the double time rate of pay, I f a holiday Bills on i Sunday, it shall be observed on the Monday. I Fa holiday falls on a Saturday, it shall be observed cal the preceding Friday. NO. S: All work perforned on New Year's Day. Mcnlorial Day. Indcpcndcaice Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed ill Iicu of these holidays, shall hC paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays o1'Ncw Year's Day. iecoration flay (Memorial Day), Independence Day (Fourth of',luly), Labor Day, Veteran's Day,Thanksgiving Day and Christmas Day. or days observed as these named holidays, shall be compensated for at dUliblC (2) the regular hourly rate of wages plus ® t fringe benefits. If a holiday flails oil Saturday. it shall be observed on the preceding Friday. Ka 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 hic or property. NO. 14: All work done on NCw Year's Day, Memorial L)ay. .luly 4th. Labor I)ay,Thanksgiving D iy, and Christmas Day shall be paid at the clouhlc time rate of pay. The employee nwy take oft'Friday following r 'Thanksgiving Day. I lowcycr, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding"iThanksgiying Day. Whell one of till' ahovc holidays Calls on Sunda)', the li)llowirig Monday shall be considered the holiday ;and all work perlormed on said day shall he al rile dOtrbiC (Z) time rate. When one ol'the holidays falls On Saturday. (he preceding Friday shall he considered (he holiday and all wort: performed on said day shall beat the double(2) time rate. NO. 23: All work done on New Year's Day. Memorial Day, Indepcndcncc 1)ay. Labor Uciy, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays Shall be recognized holidays and shall he paid at the double time rate of pay. When a holiday Calls on Sunday, the lollo\yul(, Monday shall be considered a holiday. ' NO. 54: All work performed on New Year's Day, Memorial Day, Independence Deny. Iahor Day, VC(Crall'S Day, Thanksgiving Day, (lie Friday after Thanksgivingg Day, and Christmmas Clay :;hall he paid a1 the d0LIhlC (2) time rate of pay. When a holiday (a1)s on Saturday, it shall he observed on Friday. 11'hen a hc►liday falls on Sunday, it shall be observed on Monday. AWO 11 026 lidy.doc ANNUAL \\A61:MI)I K No 11 Pape I id''_I'ap.c , 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.luly), 'thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. e 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 ol',luly, Labor Day, Veteran's Day, 'llianksgiving 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 fallowing Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, llecoration Day, Ady 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, Ira 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 a holiday talcs on a Sunday, it shall be celebrated on the following Monday, if it falls on Saturday, it shall be celebrated on the preceding Friday. 1 AWO 11 026 hdy,doe ANNUAL.WAGE ORDER NU, 1 I Page 2 ot'211ages Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE Count echve Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen _ 5/04 $24.78 7 16 $8.34 Millwright 5/04 $24.78 7 16 $8.34 Pile Driver Worker 5/04 $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 11 5/04 $23.53 22 19 $6.75 Group III 5/04 $23.52 22 19 $6.75 Group IV 5/04 1 $23.64 1 22 _ 19 1 $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 ' COLE COUNTY OVERTIME' SCHEI)ULF,— HEAVY CONSTRUCTION NO. 2: Means a regular work week ofiony (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. 11'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 &, one-half'(]'/2) shall be paid for all hours in excess ot'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 al) time worked on Saturday (unless Saturday or any portion of'said day is worked as make-up to complete lorty hours), time and one-half(1'/2) 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 cnd on Friday, except where the Employer elects to work Monday through 'Thursday, tell (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*(1112.) tithes the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. i f a job can't work Forty (40) hours Monday through Friday hecauSC of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-1 O's). Saturday may be worked as a make-up day at straight lime 01'working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1'/) 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 clays. 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 11,mploycr, 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 tcn (10) hours per day at the straight time rate ' of pay with all hours in excess o1 ten (1O) hours to 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-hall'()'h) times the regular rate. if workmen 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 Monde) 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 tirne rate. 13mployecs 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. l"or all time worked on recognized holidays. or days observed as such, double(2) tithe shall be paid. ' A%V 11 026 hvy ot.dov ANNUAL WAGE OZI)HR NU. I I Page I of I Pages COL F, COUNTY HOLIDAY SC11EDU1,F -- III,AVI' CONS'FRUCI'ION NO. 4: All work perfonned on New Year's Day, Memorial Day, Independence Day, Labor Day.Thanksgivin s f Day, Christmas Day, or days observed as such, shall be paid al the double tirnc rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days are recognized as holidays: New )'car's Day, Menlorial Day, Fourth of'.luly, Labor 1 Uay, Thanksgiving Day and Christmas Day. If'a holiday III% oil a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of.jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week, however, no reimbursement for this eight (8) hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through `Hl ursday work week. The tell (10) hours shall be applied to the , forty (40) hour work week. NO. 16: The following days are recognized as holidays: New )'car's Day. Memorial Uay, Fourth of.luly, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls cm Sunday, it shall be observed on the following Monday. If a holiday fells on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. 'Phis rule is applied to protect Labor Day. When a holiday falls during the nomial 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 arc required to work the above recognized holidays or • days observed as such, they shall receive double (2) the regular rate of hay for such work. NO. 19: The following days arc recognized as holidays: New )'car's Day, Mcnu0rial Day. Independence Day, Labor Day. 'Thanksgiving Day and Christmas Day. Ifa holiday fall~ on a Sunday, it shall he observed on the 1 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, theti' shall receive double (2) the regular rate of pay fir such work. i 1 1 • 1 1 Aw II 020 hvyhohloc ANNUAL WAGE ORDI tl NO. 11 Page 1 orI Page". 1 REPLACEMENT PAGE OUTSIDE ELECTRICIAN These rates arc to be used liar the Iirllowing counties: Adair, Audrain, Boone, Callaway, Camden,Carter, Chariton. Clark. Cole. Cooper, Cr tw(irrd, Dent, Franklin. Gasconade, Howard, I Iowell, Iron,,le(Ibrson, Knox, Lewis, Lincoln, Linn, Macon, Marics, Marion, Miller, Moniteau, Monroe, Montgomery, Mors,an, C)regon, Osage, Perry, Phelps, pike, Pulaski, Putnam, Ralls, Randolph, Reynolds, Riplcy, St. Charles, St. Francois, SL Louis City, St. Lotus county, Ste, Genevieve, Schuyler, Scotland, Shannon. Shelby, Sullivan. Texas, Warren, and Washington CORIMERCIAI, WORK — Occu "Itional�Titic _ Basic , ----- -Total -- �� Flourly_ _ _ Fringe Rate _ l3cncf its *,loumcvman L,lilCiliin -•-�-- --- '-528.96---- ------ - `t:4,25 -+- 41.3°i *Lineman O orator $25.93 _ $4.25 + 41.3`% *Ciroundman 520.52—- — -.- - ---� $4.25 + 41.3'!,i, — . U'I7L1'1'1' WORK OCCU rational Title Basic _ 'T'otal I-burly I Tinge Ratc--� --�— Bend its *,lournevman Lineman 527.95 _ S4.25 + 37,3`%, *Lineman Operator -� — $24.13 --_— -- $4.25 -+ 17.3'1/i, *Groundrnan S1 5.66 54.25 -+- 37.3`%O OVERTIME' RATE: l:i ght(8) hours shall constitute a work day between the hours of 7:OO a.m, and 4:30 p.m. Forty (40)hours within five(5) clays. Monday through Friday inclusive,shall constitute the work week, Work performed in the 901 and )tlth hour, Monday through Friday, shall be paid at time and one-half(1""'2) the regular straight time rate of pay. Contractor has the option to pay two(2)hours per clay at the time and one-half(I'iz)the regular straight time rate of pay between the hours of 6:(1(1 a.m. and 5:30 p.m., Monday through Friday. Work perlormed outside the regularly scheduled working hours and on Saturdays. Sundays and recognized legal holidays. or clays celebrated as such,shall he paid for at the rare of double(2) time. HOLIDAY RATL: All work performed on New f'ear's Day, Mcnwrial Day, Fourth of',luly, Labor nay. Veteran's Day,Thanksgiving Day,Christmas Day, or clays celebrated as such, shall be paid at the double time rate of pay. When one of the f6regoing holidays falls on Sunday, it shall he celebrated cur the hallowing Monday. ' 'Annual Incremental Increase ANNUAL. N/AGl- ORDF"R NO. I I 7nN MYI s 1*1 AW l 1 in kliK AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW 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. 42103, Myrtle Street Sidewalk. 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 rMy Commission Expires: STATE OF MISSOURI ) ss ' COUNTY OF _ ) CERTIFICATION EXCESSIVE UNEMPLOYMENT EXCEPTION _ 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. 42103, Myrtle Street Sidewalk. 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 _____ 20 NOTARY PUBLIC My Commission Expires: ' APPROVED BY: Director of Community Development, City of Jefferson, MO 1 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this ' day of_ `f 1 , 2005, by and between Kauffman Enterprises, hereinafter referred to as "Contractor", 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. 42103, Myrtle Street Sidewalk. 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 "Myrtle Street Sidewalk"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 30 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Community Development within ten (10) days after the date of this contract. 3. Prevailing Wa_aes.. 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 Contractor knows the prevailing hourly rate of wages for this 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 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) 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 for any one person in a single accident or occurrence, except for those clairns 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 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 forthe acts and omissions of persons it directly employs. Contractor 1 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 twithout fault or negligence on Con'tractor'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 fail 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 fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take Oover 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 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 injury to or destruction 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 by any 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 Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated January 25, 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 One Hundred Five Thousand Five Hundred and Seven Dollars and Zero Cents ($105,507.00). ' 13. Performance and Materialman's Bonds R�quired. 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 any section, 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 other documents 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, Merger. 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 officerof 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 . t 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. Assignment. 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. Nondiscrimination. 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 R.O. Box 605, Jefferson City, MO 65102. The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITNESS WHEREOF,the parties hereto have set their hands and seals this day Of Pelt , 2005. CITY OF JEFFERSON CONTRACTOR May Title: ,,uAW IL ATTEST: ATTEST: bgl City Cle& Title: APPROVED AS TO FORM: r City unselor Bond No. JA4874 PERFORMANCE, -RAYIIAR.(91'.A.N.DGUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Kauff'riv,-in Fmt.-er I)r isc:.�, 11,0. 1 iox 005, J of Ci ty , NO 05102 -------------- hereinafter, referred to as "Contractor" and Coll t".rac tors Bonding nild 1.115m1-illice Collip'liq a Corporation organized tinder the laws of the State of lqzlshJ,116'Loll and authorized to transact business in the State of M-i S SO Ll I-J. as Surety, are held and firmly bound unto the G.Uy of Jefferson hereinafter referred to as"Owner" in the penal sum of (�` hundred five 010LIS011d five hundred :even & (X)/](.'O DOLLARS ($_1.05,507.00 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 oil the day of.—Ee.} >---,20 c�-,entered into a written contract with the aforesaid Owner forfurnishing all materials, equipment, tools, Superintendence, labor, and otherfacilities 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 Contr,.ict Documents thereto r-ittnched or, by rofererrce, made a part thereof, according to the true intent and meaning in cacti 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, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries 1 and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consured 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 Contractorfails 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 r r seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at r Jor:fei son City, Missouri _�.._ on this the 1 9^21-D day of t.- , 20 Q r Contractors Bondhig $ Insurance Canpany Kay Ifnnn ifiterpr:iaug r SURETY COMPANY CONTRACTOR 1 BY (SEAL) BY ifaO EA L) 00 ENO INS& ° r�Y's (SEAL) BY (SEAL) Afney-in-fact John I1, William (Stale Representative) Gam' 7g7g LASHING I \\\,0ccompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) r r r r r r r • r r r r fY. .rti� Jr Y.r `"l� L� .�:j�:��. "l.✓T�� '`�•t�� %�•�•:;'• .lJ;'.4 .J•`,.., r,/ J J��l y". ,l�-`'. .;�7. .1 �,.\4 1 r f `� f� .Jti;�s`` 7lfr,,y,,A .•� fy r::f:�,s., l'-� ,.;1 �• i✓`::�° ,!�• 'ti / r.. /, „ ,r 4`. 1 t t �/ f� f ry,rlr , 1 f �,\•.� �'„ r � r r ,. '.' r, t t r' r, I t•\ rr 1' f ryr• ,�� �lr/rY r� �;If' '. r11;r�f'�r ':t'Y'�r/y ,>',ty��ll�r,,,,ti 1 /i „rr',`+��rr�rr// ,'�r' rirl,L •�(/lIr`i,� ' � •i, `,t r-'�t" f�,i ✓,' +((( 1 t rCl� � ,Ili III 111Y111 f {(n rY �,•f(((( IUI It1,I���1�{ It r,.�l( �Il Ir iit',jJ I( r{rtlti S' I41 t (�tSa,. tt , I Yi+ 1 � I ti E'•1 , , t` 'Il � �`` (Y�77r/� r��YYY 1Y �i rYy YY J1Y 1 vir r: YYVr`uLY tlVl Lr, ur lr Yl vlr .Iry ,r5„r r+u rY Jry 'ry rYYvr,. +.r 1 rlLr' ! Jvn Ir t1'Y .}1t��� I� I'c�ti�crr c�i :1 ttc►rt��'t '1��►licl t•c►i� I�cyt'icl�; DECEMBER 31„T, ?.OUP 995956 `i tr{' '�n1i;�r x•l'���'�n(A}�+ 1'? r n�1 i ! a , .r .t , t +} y 1 ' ��� 'S'� "�i`.��t� t"{ Y"r f t{Lr'�• j q F a:r�� F �k °.{..�i� �� .. (1 �(, � ; I .. �,. i f r I {`!r•;r�J� J N 9�f'� r� �� � � .�'�..G.';� :r,P.'l:'.+.L �'•fa3'. .r..,:.:t ..E^; ,!, , ..r , � ° v � {�+ ..-s � �,- tr!:..s. ,! i; (h,l\ ,ul un,l!!rl"J nlll'uLll„I tln•, I'u11,'I „! 1u,nnrc,l„�un:, 'lt 1 '.,111,1. Y, •, Ill,!„I.rl,,,ll, : tl;l,,I,�.'lull�nl : I'rntlrrl(n,f ra\ � r {� IIIII IM I l'.II{I I'I:I,'I, .Ill,i iCd 1111• .w.I I i'ii,Ills 't",II t'I ( ull!I•n ! It,,,t,lnl)' 'I"I II1 ICI �tl I Ilr ICI Il'In,ll J,,,Ilnlrlll,,nl'.un,.I ,,,Ilr(nl,u h '.�I;I1 !Ilt• I; u,'1., .. I,,. ;n,`�; :I,I,',I l,l III, I,,ll,, l l.11il, 11!, �n I�rn!t,.•ll ul,l,n ;c. I IIi >,I,', ,L,IlrttI1.11 1 1 4,11 Ill !! i (,',I I rI „I '',ti„I I.•',. :II .II, 'ya. ,I ILr J�.,, unn'rl :IUJ I� i '� ! '�•= ,Inlhl:„Ilrnllli�.I,�: lu'rn11�Ilt•111tnIII-' 'u'I,t ;II1.1!�`, nn�,'n' �. . 11(,i 1,i, 1, l�l,,,,lnl, ' t,,,u '.,II!It'`r,`,,.', ',Itl„r,.I!`11,IiInrl•• n! � r.rr'S? ,�(/� tilt'Iu,Illl Irt';II II11 Ills'IllillIhL,I !II,Iit AICII 1 1'I,+N. ,Iil,l i`(n'.I,It'li �! ,�,!I:..', !14' I,,, i,l '! �� � I• �,11i14 roll, II IL,. hu'ul I` `.,, (IIr:1„n a i, 'f„Ir:II �I :I n,!. IIr I I `'� I!' K KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: JOHN H. WILLIATQS and TERRY SLICY.}IAN its true and } lawful Attorney(s)-in-Pact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver an behalf of the w Company: (1) any and all bonds and undertakings of suretyship given for any R ;, purpose, provided, however, that no :such person shall I authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10, 000, 000, and provided, S, further, that no Attorney-in-Fact shall have the authority to issue a bid or ' proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10, 000, 000; and (2) consents, releases and other similar documents required by an obligee under a c contract bonded by the Company. This appointment is made under the authority of the-Board-of-Directors --of.-the-Company ----------`------------- - --------- -- -- � ! ----------------------------------------------- ------------------------------- ti r I4 _ ____________________________________:_:____________________ -;___::_____________- = � ------------------------------------------------------------------------------------ < ; I. IIIC 11111 t'i'�li!Ilcl v.'1'I'cL111 ,` l IIIIII:ICI(�! 1+ It III:• ,111,1 I;I�IIi.IIU �' ( l' I �,lil`.. ,t �1;1� 1111.'IUII ,,;! �•(111u,r,Itiyln, I )I 1 I II I?I !il l l I; 1 !I'1 I!!.It III,•. I'I''•, :r 1I! \.11,,;n�'\ I,' Il.:ln . nl I,III !11111• :In1! Clict l ;Inc! � Ims not hct-11 Ic\okc11. mill- IUlln'IIl1111i'. 1!1.11 i!Tt• I1' ,t'IIIII,III . 1l! III:' I',I,,III! „! 1111' , I,II , -.cl lullll oil 1110 f,'' 1'C\l'ItiC ,tl'c IlU\1 III !Ili) I+Ill:i' J1111 `.'111'1'! z ,, - .. . .�`. Q��b ,I"Ili•1! ,sn,i t I t'II 1,11 l,l Ci st XL .O 1 I'' •l / ��,'/, �. SI � !.I III,I I,';II'. 1 J , 91 ,�•' (•BW ra 1_' I \,tl!1'\ �!rl't ! a I'I 1 (; , ', 1 m ; 1 +I;;in1J-(J..'."71 ', �, `r11,,,,•• Q'C� ;Inl �� , !'I �A �SH114G li!c t 11,11 1 11'1'1 0 (\iJl)lll�u .... ��:r�. �f:" �"'���,�..... �.f �� J'• l:-�\•x}'ti �'�'Ll S'! /-:. �:h�!,' ��.,,}r;� :� fir.r R �f, / ,;S}`�-: -,,�;ti{.rt,'r.- ��.,;rr.. ��s1!• ��;rrr 1.....��>�,%�f._� ��•,:;r� ��ti J;,,r �1,�.• � \�;v:'�;Ir..�; r:r) - FEB, i5. 2005 3, 03AM WILLIAMS & ASSOCIATES N0. 696 P. 1 CORP. (CERTIFICATE OF LIABILITY INSURANCE 02-1 05rTr, I PROW..:FR THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGIffS UPON THE CERTIFICA-rI~ Williams & Asmoc i-rltLlN Tnsurtlnce Agoncy,, NW. HOLDER, T1115 CERTWICATaE VOP_6 N01 AMfNO UXTUND OR .125 S v u L h 8l h 9 C r e e t, Suite LALI LIt 144t- COVERAGE.C._OVE..R..A._G...E.._AFFORDED^D�Y�THE f OI.CIPB 11PIOW-. Quincy, 11, 61301 -RS:4FFORnIN(J COVERAGE NAIL N I �C -- INOURKD WIURFRA' Chin G..1mitty )T1EAtr[+t1CG' _-.y.__.._ .._---- Kauffman Ent;erpri©ca INSu(tcn D. Mj,-t ci ri ftlnyers_Mut:ii111 nre c/o Tom Kauffman IN►7URFNC.---�—w_ _ YO BOX 605 Jefferson City, MO 65102-0605 _ INSVnEnC. COVERACE5 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISVUE0'10 THC WBUREO NAMED AODYE POR THE POLICY PGRIOO INDICATED.IJOTWITHSTAHDING ANY REQUIREMENT, TURIA OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RFSPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE(NRURANCt APFORDE'D BY THE 12OLICILS DESCRIBED HEREIN IB SUBJECT TO ALL THE PERMS,FXCLUSIONO AND CONDITIONS OF OUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BNL+N REDUCED BY PAID CLAIMS. m R OD —IM - IO , -ZP1 k'riwtilo:W(- lE�fJt4Bt1BANGL_—_. _ L1CVNUMRrn �J laL LIMITS OCNCRAL.UADILm {EACHOCCURnENCE� 1 1 ,000,000 A X COM1MRRCIALGENGRALLLAOILIIY B110 52813261 01/25/2005 01/2.5/2006 VAWA-U IU1 ruu !�i7�I PH<iVi4L ELF i oa�encel I .15 DAM- CLAI►AO MAD' M OCCUR WED EXP Mope PCICon) f X10.000 r[REONAL A AM INJURY f 4000' - OENl ACORE(LATELIMIT APP(IF.6 rEn. PRODUCTS•COLtP_rOP AGCi f U Nolwr X rrlD AUTOIAOOIIC L AIIIUTY COMOINED SINGLE LIMIT S 1,000,000 A X ANY AUTO BAO 52813281. 01/25/2005 01/25/200 lr:.Mctlrnl) All OWNED AWOC OOUILY INJURY SCHEDULED AUTOS (Prr pemon) HIRED AUT08 (PW X' INJURY f NON•OWNEDAUTGB ,1F;,[I,11f,�f- @a�M (Paacrldp++1) 1 i 1�Lq, 6� li:T..r PnOPCRtY DAMAGE (Par 3matnt) _ 0/1RA015LIAOILITY AUTO ONLY•EAACGIDENP Y `— ANY AUTO I �I OTHER.TINN EA ArC f _ N^ AIITOONLY _ AGO f C=L3SIU1WDRFLLAUAVILITT �uw.n EACH OCCURRENCE i 1,000,000 A X Occun �cL.IMOMAOF BXO :52813281 01/?.$/200 011151200 AOOREGnTE e 1 000►000 DESUCrIDLC i V10" I WORKC.RSCOMPENfATIONANU WCETAT OTH 8 dMPLOYCRO'LIAVILIIY AY YrY+OMUl10lt4'ATITNErllrxt('U1N% '1,320! 06/15/200 06/1..°i/2:(10. F..L.EAcl+ncc+c6N1 i -- — OrFlCCR/MEAIBEn f.:LCLU0EU7 I e l DIO_CA(IE-L-A EMPLOI TE f 500,000 1!rN OM.UO.undo+ _ C ' BPECrI L PnOVIG10N6 DO(oa^ —^uW� L DISEASE-POLICY llklT 500 0 . D"CRMTIONOFUPeAA 11ON.^,I LOCATIONS IVCNICLG9IEXC(UOIDNAAUOR)FIT KNDORPEMP.NTIOPUCIAIPROVI510NS City of Jefferson 11"a"l be HnmUNI :!13 additfanal insured as perl.ajnB to work done for them by Kauffman Ynterprisen for Project No. 42103, Myrtle St.reetSidnwalk., CERTIFICATE HOLDER CANCELLATION SHOULD ANY OP mr,AuOVr OFOCWHLp nOLKaEIK ME CANCELLCT)DCrOAF THE NXP►MTION City of Jefferson OATr THERtOr. THE lKWANO INSUnER YIILL VMOVAVOR TO nAn. IL DAYS WNITTEN 320 East McCarty Street NOTICr TO T06 CPRTirICAic HOI nrR NAA+BO TO THC LLFI,UUY rAlulm 10 DO 80 SMALL Jefferson City, 1,10 65301 1-41`09E NO OnUOAT1014 OR LVOIUI1 DP ANY HIND UPON THE 1NSURVr,,ITS AODNtz OFt ' n[PnA-sKNrATTYEf, -__ - N AF'� — Aunlo'atzcunrrnsf%NTnnvF T„ J,�!�"�`ti'►""" • ACORD 20(2001708) 0 ACORD—CORPORATION 19D6 �1 _GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified asset 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 maybe 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 necessary to 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 necessary for constructing complete and ready to 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 bid as submitted,the Performance Bond properly executed,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. e 5. "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 or technical 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 City to the Contractor during the progress of the work, as provided for herein. 1 11. Whenever in these contract documents the words"as directed","as required","as permitted", "as allowed", or words or phrases of like 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/his/her 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 shall be that of an independent contractor, t GP4 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 responsibility for their safety. The Engineer's sole responsibility during 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-5 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) for the 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 mariner 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 City shall 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 life 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 wrillen 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 riot 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 Property Damage coverage with $2,000,000 aggregate limit. GP-6.5 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 iiability 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 Dy 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-awned 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 tl-ie project. GP-6.8 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 "All State" endorsement shall be included. In case any class of employees is not protected tinder 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 any claims 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 Contractor and the City from 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 insL►red 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. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10.000 such equipment may be covered under Builder's Risk Insurance, and if so coverer), 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, sub-contractors, 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 labor connected 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 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,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,or suppliers of machinery and parts thereof,equipment,power tools 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, if 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 at, ra 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 assigntraent, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS PRINCIPAL. MATERIALS & EQUIPMENT Frior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principral 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 City for the arts 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 contrractual 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 of- 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 inf ringements,ar rd the Contractor shall at his own expense, defend any and all suits or proceedings that rraay be instituted at any time against Ilie City for infringement or alleged infringement of any pntent or patonts involved in thr,work,and in caso of ran sward of darnagos,tho said Contractor shall pay such award;final payment t o t he Contractor by the. City wllI riot be made while any such suits or claims remain unsettled. 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 eto 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 differ from 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 f ull instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as it 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-12.4 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 PROJEC[ 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 rep resent atives 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, it the City so decides, 10 annul the contract. ' Such construction representation shall not relieve the 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 by the 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 may be 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 Contractor will 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 1 materials, shall be promptly removed from the vicinity of the work. Should the Contractor tailor 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-line 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 riot less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. ' The Contractor shall carefully preserve stakes and hench marks. If such stakes and bench mark become damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. ' Any work done without being properly located and established by base lines,offset stakes,bench marks, or other basic reference points checked by the Construction Representative maybe ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS, e 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 lound 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 certify in writing to the City that all materials furnished for use in this project do conform to these specifications. 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 in connection 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 stre, t which is to be reconstructed under this project, the Contractor shall make every effort to provide acre: s to each home every night. This work shall be subsidiary to the construction and no direct payment wil 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. GP-2•1 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 obstructions 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 by the 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. Any compensation,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, shall ' 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 wniver of any other or subsoquoril breach, GP-25 USE OF COMPLETED PORTIONS If desired b the City,p ortions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this 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-26 ADDITIONAL OMITTED OR CHANGED WORK The Owner,without invalidating the Contract,may order additional work to be done in connection with the Contractor may alter or deduct from the work,the Contract sum lobe 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 t 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 prier's therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP-26. 1 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 riot 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 Ue 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 laler than fifteen (15) clays after the completion of each assignment of extra work and if found correct will be approved by the E=ngineer 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: r (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 1 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 100, Measurement and Payment, of the Missouri Standard Specification for Highway Construction,as published bythe Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part 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 1 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-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this e 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 fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail 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 I recover from the Owner payrnent 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 I 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 by the 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 rase of emergencies or for the protection of equipment or finished work maybe 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 toy the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS 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 by the 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-35 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 wren, or' suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnity 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 I • 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 tirne because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. 1 If the time for the completion of the work is based upon working days, this time will be specified in the 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-38 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 shall 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 vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the mariner 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 laid 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 aid 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°0 of r 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 P P 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 1 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 liability to 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. r . 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 pe;rlormed 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 or in letting contracts for the performance of any job or service,the purchasing agent 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. GP45 AWARD OF CONTRACT- REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all O subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Businoss 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 prior to 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 complied with the provissions 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°o) 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 riot 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. GP-48 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,whenever there is a period of excessive unemployment in Missouri,agrees to hold harmless and indemnify the City of Jefferson, Missouri,for any liability 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 SPECIAL PROVISIONS FORWARD: T'he p rovisions 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 nny 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 290.265 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 shall 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-5 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. SP-6 PERMITS ' Land Disturbance -The work in this project will be covered under the General Operating Permit issued to the City of Jefferson by the Missouri State Department of Natural Resources, Water Pollution Control Program, Permit No. MO-R100031, The contractor will receive a copy of this permit at the pre-construction conference and is bound by its provision! SP-7 TRAFFIC CONTROL DURING CONSTRUCTION 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 aril equipment and to protect the public by marking open trenches and other potential dangers. Two-way vehicular traffic shall be maintained during construction at all times. In the event of lane Closure the Contractor shall provide flagman, and any signing, and or warning devices necessary to maintain traffic flow. The traffic control plan shows the minimum signage required. The signs shall be placed in accordance with the MUTCD. At the end of each work day all lanes shall be open to traffic. No material or equipment may be left on the street overnight. SP-8 ACCESS TO ADJACENT PROPERTIES_ Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the 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. Pedestrian access shall 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-9 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. SP-10 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to ' construction. SP-11 ITEMS TO BE LEFT IN PLACE Items marked "LIP" on the plans shall be "left in place Any damage to these items, or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own ' expense. SP-12 MODULAR BLOCK WALL The modular block wall as shown on the plans shall be considered a layout only. The contractor shall retain a engineer licensed in the state of Missouri to prepare a final wall design, or shall provide sealed shop drawings for the modular block wall design as provided by the manufacturer. e The design shall include an analysis of the global stability of the wall with the existing slope. The contractor shall submit a set of stamped engineer drawings for review and approval prior to the construction of the wall. SP-13 CONSTRUCTION STAKING i All staking required for this project shall be the responsibility of the contractor. All associated costs 0 shall be considered incidental to the project. SP-14 MEASUREMENT AND PAYMENT Item No. 1 - Construction Signage This item shall include all labor, material, equipment, and sorvices necessary to provide all the signage shown on the traffic control plan, and all barrels, cones, flaggers, and other apparatus need to meet the requirements of the MUTCD. I-he 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 - Silt Fence This item shall include all labor, equipmet it, and materials for the installation of a silt fence as shown on the plans in location and detail. It shall also include the removal and disposal of the fence after the placement of the erosion blanket. 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, material, equipment, and services necessary to clear and grub the site. The requirements for clearing and grubbing are contained in the'f echnical Street Specifications TS-1.1 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 - Removal of Improvements 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 o • Technical Street Specifications TS-1.2 to TS-1.2.4, excepting paragraph 2 of TS-1.2.2. The work provided herein will not be measured for payment, but will be considered a lump SLIM unit and will be paid at the lump sum bid price. t 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, acquisition of barrow material, (conforming to Technical Specification TS-2214), 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 seeded and mulched. It does not include any excavation, fill material or other work behind the modular block wall. 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. G - 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-silt. 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. 7 -Solid Modular Block Wall • This item shall include all labor, material, equipment, and services necessary for the final design, and construction of the block wall, and includes all excavation necessary to install 0 0 the wall, all fill behind the wall, construction and compaction of the base material, geogrid, blocks, pins and any other material required for its construction, except for the cap blocks, The work provided herein will be measured by the square foot of the wall face in a vertical plane. Payment will be made by the square foot of wall face in a vertical plane at the bid price. Item No. 8- Solid Modular Block Cap This item shall include all labor, material, equipment, and services necessary for the placement of the modular cap units. This item shall also include the adhesive. The work provided herein will be measured the linear foot of wall with payment being made by the linear foot of wall at the at bid price. Item No. 9 - Adjust Water Valve/Meter This item shall include all labor, material, equipment, and services necessary for the ' adjustment of these utility structures. The structures shall be brought to grade and supported through the placement of the concrete. 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. 10 - Adjust Manhole to Grade This item shall include all labor, material, equipment, and services necessary for the adjustment of the sanitary manhole. The adjustment shall follow all specifications of TS- 14.1.2. and brought to the grade of the proposed sidewalk. 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. 11 - Remove Curb and Gutter 1 This item shall include all labor, material, equipment, and services necessary for the removal of the existing curb and gutter. All curb to be removed shall be isolated by a full depth saw cut. All removed materials shall be disposed of off-site by the contractor.. The work provided herein will be measured by the linear foot at the flow line of the gutter. Payment will be made by the linear foot at the bid price. Item No. 12 - Remove Commercial Approach/Curb This item shall include all labor, material, equipment, and services necessary for the removal of a section of commercial approach and curb as shown on the plans. The ' portion of approach and curb to be removed shall be isolated by full depth saw cuts. All removed materials shall be disposed of off-site. The work provided herein will be measured by the linear foot at the flow line of the gutter. Payment will be made by the linear foot at the bid price. Item No. 13 - Type A Curb and Gutter This item shall include all labor, material, equipment, and services necessary for the ' construction of standard type A curb and gutter in accordance with the standard details and specifications. The work provided herein will be measured by the linear foot at the flow line of the gutter. Payment will be rade by the linear foot at the bid price. Item No. 14 - 4"Thick PCC Sidewalk This item shall include all labor, material, equipment, and services necessary for the construction of a 4" thick Portland Cement Concrete sidewalk of varying width . The concrete shall have a twenty eight day compressive strength of 4000 psi, and an air content between 4% and 70/0, The work shall include the sawing and placement of all joints 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. 15 - G' Thick PCC Sidewalk This item shall include all labor, material, equipment, and services necessary for the e construction of a 6"thick Portland Cement Concrete sidewalk. This item shall inckrriEa the placement and compaction of the aggregate as shown in the typical section. The concrete shall have a twenty eight day compressive strength of 4000 psi, and an air content between 4% and 7%. The work shall include the sawing and placement of all joints 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. 16 - 6"Thick 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 details. The concrete shall have a twenty eight day compressive strength of 4000 psi, and an air content between 4% and 7%. The work shall include the sawing and placement of all joints 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, 17 - Rock Blanket with Filter Fabric This item shall include all labor, material, equipment, and services necessary for the construction of a 9" thick stone blanket. 'file stone shall be 4" to 6" clean limestone approved by the engineer prior to its placement. It shall be placed as shown in the typical and cross sections.This rock blanket shall be placed on filter fabric as shown in the typical section. The work provided herein will be measured by the square yard, with payment by the square yard at the bid price. Item No. 18 - Crushed Stone Drive This item shall include all labor, material, equipment, and services necessary for the restoration of the driveways at approximate stations 0+80 and 1+40. Tile 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 from the sidewalk to the existing stone drive. The work provided herein will be measured by the ton of material provided based on the tickets submitted to the City at the time the work is undertaken. Payment will be made by the ton at the unit price. Item No. 19 -Asphalt Wedge This item shall include all labor, material, equipment, and services necessary for the restoration of the drive at approximate station 12+85. The contractor shall place plant mix bituminous pavement (BP 1) so at to provide a smooth transition with the sidewalk. This item shall include the placement of tack coat, prior to the placement of the asphalt. The work provided herein will be measured by the ton of bituminous pavement provided based ' on the tickets submitted to the City at the time the work is undertaken. Payment will be made by the ton at the unit price. Item No. 20 -Type A Guardrail This item shall include all labor, material, equipment, and services necessary for the construction of a MODOT type A Guardrail. Tile guardrail shall be installed per MODOT specifications. The contractor may at his option install the guardrail prior to, or following the placement of the sidewalk. In either case the location of each post shall be blocked out when the sidewalk is poured. After the sidewalk and posts are in place the concrete caps as shown in the details shall be poured around each post. All work associated with blocking out the sidewalk and placing the concrete cap shall be included in this item. The work provided herein will be measured by the linear foot along the rail, and will be paid in a like fashion at the unit price. ' Item No. 21 -Turn Down Terminal Section This item shall include all labor, material, equipment, and services necessary for the • construction of a MODOT turn down terminal section. The terminal sections shall be installed per MODOT specifications. The contractor may at his option install the terminal section prior to, or following the placement of the sidewalk. In either case the location of each post shall be blocked out whet) the sidewalk is poured. After the sidewalk and posts are in place the concrete caps as shown in the details shall be poured around each post. The work provided herein will be measured by the competed terminal section, and will be paid in a like fashion at the bid price. Item No. 22 - Long Term Erosion Blanket This item shall include all labor, material, equipment, and services necessary for the installation of a long term erasion control blanket. This blanket shall be North American Green SC 150 or approved equal, It shall be installed according to tl)e manufactures specifications using the green dot stapling pattern (1.70 staples per square yard). This blanket is to be installed from the back edge of sidewalk to the toe of the slope from station 4+75 to station 8+81. And in other disturbed areas with a slope of greater than or equal to 2:1. This Hem 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. 23 -Short Term Erosion 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). This blanket is to be installed in all disturbed areas with slopes less than 2:1 and which also extend more then four feet beyond the back of the sidewalk, or 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. 24 - 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 work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 25 -4' x S Type A Inlet This item shall include all labor, material, equipment, and services necessary for the complete removal of the existing stormwater inlet and curb and gutter, and the construction of a 4' x 3' type A inlet. This shall include but is not limited to the piping and collar, the granular backfill, the throat and 10 foot wings, the repair of the street, and all other work or materials required. The street repair shall be a G' concrete patch that is held 1 %"from the grade of the street. The City Street Division shall bring the street to grade Upon the contractors completion of work on the inlet. This item does riot include any rock excavation, which will be paid separately. The work provided herein will riot be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price, Item No. 26 - Mechanical Rork 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 1/2 yard in volurne, in ledges six (G) 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. END OF SPECIAL CONDITIONS ' r r r r r r r CITY OF JEFFERSON r TECHNICAL STREET SPECIFICATIONS 1 � r � r 1 1 r r 1 rREVISED OCTOBl?R. 2000 1 i TECHNICAL STREET SPECIFICATIONS TABLE OF CONTENTS Section Page 1.0 Clearing, Grubbing and Removal l 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 e 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 rl-raff is and Access 65 ' 24.0 Temporary Surt'hcinL; 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 • r 'FECHNICAl, TS-1. (]j"AR I NG. OR I J Jill ING A N.D...REMOVA L TS_LI Clearing ,111(l GrUbbil'1121 TS-1.1.1 Sc( This work shall consist of clearing. grubbing. removing. and disposing of vegetation within the COIlStrLlCtiOlI limits. TS-1 .1.2 COI1StrLIC.tiOI1 Requircments: The F"ilgineer will establish the const •uclion limits and will designate all trees. shrubs. vegmation within tile Construction limits shall he removed and properly diSPOSCC1 Of*. Stumps cold roots in cut area Sll',Ill he grubbed to a ClCilth of less than twelve (12) inches below the finished earth grade. (irubhing of'Usage Orange Or lOCLISt llCdgC SIHIll illClUdC I'CtIIO\',Il Oh-Oots. Ill embankment areas. undisturbed stumps and roots extending not more than six (6) inches above the ground line may remain, provided tile\,arc minimum Of• lircc(1) f'CCt hClO\Vthe filliShCd C,11'111 grade Or the slope of'thc embankment. F'xcept in areas to he excavated. stump holes shall he backfillcd with suitable material and Computed to the approximate dellsit\ 01'tile adjacent area. When burning is permissible under controlling air pollution regulations, all burning ol'products 01' CIC,11'illg and gl'Lll)l)il)g SllIll he (1011C Under the Care of C()IIIPctcllt \V,I(Clllll,lll at such tulles alld ill SLICII 111,1111ICl• that IICIIIICI' VC121CUltioll Oil iIdj,ICCIlt property nor that designated to remain On the right-of-way will 1w.jeoparclinci. The 111.16,11 Of'stumps and dchris will 1101 be j)C•lllit1CLl Oil the Products Of* c1caringgrullbing play lie rCIIlO\'CC1 F•011) the and diSj1OSL'd Of'()LI1 Ol'Sight fi'0111 the roadway l)I'OViLlCCl all ICCCP1,Iblc written agreement with the property Owner on Whose property tile products are placed is submitted by the contraclor. The contractor shall scalp all areas where excavation or embankmcm is to be made. euclit that mowed. hurned over S()Ci need not he removed where the cillballkillent to be C()Ilstl•ilctc(l is 4 feet Or more in IlCil SCIll)iII2 S11,111 il)CILI(IC the I'CIl)OVI) of material stich as sk)(1, grass. rC,,i(.ILIC (11 11griCtIltIll',11 COI'l)S, Si\VCILISt. 1111d (ICCI\ICLI VCge1,IhlC 1111111CH'I'0111 the S111111CC 01'01C gI'OIIlId without IvIllOvillp more earth than is necessary. The products of scalping shall he disposed (11"away FrOill (Ile site ot'tllc work unless permission is granted by the 11"llgillecl. 10 '111(m such disposal on the All SLICII diSj)OSIl S11,111 he at 1110 CO1111"IcIm"", SOIC expense. TS-I I NIIC;ISLII'CIIICIII '111(1 PIVIlICII1: No IIICZIS1II• I1lCII1 will he niodc O'cicarin and grubbilig. Payl-licill 1,01. Clearing and gr(lbbillL' Will he It the 111111 1) SLI111 l')I'iCc hid. R l,N,I(WA LS ............ • 2 'I'S-1.2.1 ,q .c: This work shall consist of removing all drainage structures, pavements. sur(iacing, and base c(nlrses of all types, curb, curb and gutter, sidewalks and house walks, steps, retaining walls. tonuldation walls, catch basins, manholes.drainage and sewer pipes, water and gas main pipes, other objects or structures and other existing improvements which conflict with the work and arc not designated to remain in place. No listing elf items to be removed will be made. 'I'S-1.?.2 ('011ti11'LICti011_Re( uirenlerlts: Old pavements. abandoned sewers or pipe lines. or other obstructions to the construction ofthe roadway or within the limits of'tllc right- ' of=way a nd not designated or perinitted to remain,shall be removed or disposed ofby the Contractor away from the site of the work. In removing pavenlent. curb, curb and putter. gutters. sidewalk. and other similar improvements,and where a portion ofsuch inlprovenlents cure to be left in place.they shall be removed to rill existing joint or to a joint sawed to I nlininlunl depth of one inch with a true line and vertical f11CC. SLIffiCiClll removal ~hall he made to provide I'm proper gracle and connections in the new work regardless ofanv limits\which may he indicalcd on the plans. All sewers. drainage pipes and floor drains which have been or ire to lie abandoned ' shall be permanently scaled at the CIRIS With bulklicads COnStr'Llcted Of concrete of brick masonry. having a minitllum thickness o i1 inches. The use ofsalvagcd 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 draills. Broken concrete. paving material. hricks or rubble may be placed in roadway ' embankillent provided they arc well spread. completely surrounded by dirt and arc not located within twelve inches of the finished subgrade. shuuldcr or ground surlace. "1'S-I?.3 Measurenicnt: "I'he work provided herein will not be measured tior payment. but will be Considered a lump suns unit. This shill include the removal ofall items, whether ' in vices or hidden underneath the surface o('the ground. regardless of whether shown ail the plans or encountered during construction. ('S-1 2.4 Pavnieilt: The aCCCpIcd rcnlovral of improvements will he paid fill. at the contract 1111111 sum hid prig. "I'S-2.1 Scc,r This work shall include ill labor, rllaterlal. CIILlIplllCllt and services necessary ' 10 complete all earthwork as shown on the Hans and spccificd herein including roadway exctivalloll. clllhankment, subprade preparation and finish ,L'rmlllq! TS-2.2 karthwor•k for Roadwav: FS-2.2.1 The terrll, "Itoadtvay", as used in this Scction, is defined as inclur.linr. roadways, roadway intersections. sidewalks. Shoulders. ctrl and 1"111 slopes, driveways. parking areas and all other areas of' earthwork except excavation and hackfill fire pipe ' trCI1CI1e5 and Structures. "I'S-2.2.2 Missouri 1 Iiphway Specifications Scction ?Oa shall govern all earthwork file roadway ' except that the proviSionS For 11MISUrcnle111 and paylllellt thereat Shall not apply and except as modified in the Corm of additions. deletions and Substitutions in this Article. Where any part of"said Section of,the Missouri I liphway Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall confiornl to Missouri Highway Specification:; Section 203.3). The first paragraph of"Scction 2033. 1 shall he changed to read as follows: Compaction to at least 90 per•cellt ol'nlaxirltunl density. as determined by standard Compaction "Pest. Will he I•cduil•c(I in the I011owill areas: 'TS-2.2.4 I)i j�OS l: l;nsuit'thle cxcaVatcd material shall not he used ill the embankments and Shall not he disposed ol'on rii'ht--ol=way. Disposal shall he the sole responsibility and at the sole expense of the contractor, t .nsultafale and excess excavated material may he disposed of on private property adjacent to the ripht-of-wa y. provided written permission of'the properly owner is obtained and provided the sur(iice is properly ' finished and drained. In such cases. Sccdin(,. sodding. and other pa\•quantities shall not he increased thcrebv. TS-2.2.5 Ditch Cl e anout_ Special care shall he taken to clean out all debris and orianic matter 1'rorn existing, roackvay clitchcS to he lillcd. TIlC (filches s11a11 he carefully hackfilled 1 in accordance with the requirements herein. using trench rollcrS or hand-operated power compactors as bray he needed to assure proper compaction throupllout. ' FS-2.2.0 Undergradinu ill l OCk ('Lit: In rock cut areas excavation shall he carried to twelve ( 1?) inches hcloW Suh�radc to a Iltlllli111ii11 distance of two (2) feet behind hack of" eurh. 13acklillinz 0l'undC1'Ur<Idcd cut areas shall he Wilh n dralliahle material with top ' Surliicc Choked With (incS I61' proper Suh,21-ade preparation. Wllenc\el-possihlc. this material shall he fivill project excavation. Where authorized all open-graded drainahlc crushed limestone shall he 111.01.IL'.Ill ill. I Indraincd pockets shall nol he left in the surlilcc ol'tho: ruck. ' TS-2.2.7 Suh-:'rack Stabilization: Pockets ofunsuitahle earth 111,1\' he cncou►lter•ed in cut al-caS where it will be impracticable to replace with suitable materials from excavation oil the work site. In such cases, where authorized by the Engincer. the contractor shall Furnish and place crushed stone base is required to provide a stable sub-grade. CrUSlled stone base in accordance with requircinents of Article TS-1 1. Where necessary, a portion ol'the stone hase shall he mixed with existing earth to provide , subgrade stability. and that portion ol'the stone base material shall be delivered to the project in as dry is possible condition. TS-2.2.8 Additional Base Thick netts: Where. in the opinion of the Engineer. conditions are such that it is impracticable to obtain sub-grade satisfactory Cor the design pavement thickness, the contractor may he directed to finish the Suh-grade at lower than ' specified elevation and increase the thickness oCaspllaltic concrete base. T1 -2.2.9 The provisions of paragraphs TS-2.2.7 and 8 shall not he construed to relieve the contractor ofhis responsibility I61•any necessary aeration and compaction of suitable earth at Suh-grade ievCl. TS-2,2.10 Protection of•Suh-Gradc: The contractor shall protect the sub grade by not allowing delivery vehicles of excess weight thereon and by varying the path of delivery vehicles so as to not cause excessive rutting. I ICaving or rutting damage to sub-grade caused by delivery vehicles during asphalt paving operations shall he immediately repaired and brought hack to specified elevation prior to placing asphaltic concrete base or portland cement concrete pave illent. TS-2.2.1 1 l o soil: The top Im-(4) inches of hackfill behind cmhs shall be top soil, free from , rocks. gravel.and any undesirable materials and shall be nlatcr•ial Suitable to establish a seed bed. This material may he either top soil available within the limits of the project or it play he top soil furnished by the contractor. No direct payment will be made 161• such topsoil. but shall be inClUded in the Ililllp SLIM price Im grading and excavation. TS-2.2.I_2 Are,i Drainavc: All earth areas \vithin and adjacent to the grading limits as shown on the flans sh,.ill he graded to drain is directed by the F.ilgiilcer. at one (I ) percent minimum slope wherever possible:. Special care shall he taken to avoid leaving low , areas or water pockets. No direct payment will hC made I01•such grading except that nleasur•enlent I01- payment of I'roposal items will be made. TS-2,2.1 3 S1.1b-(ir,.ulc 'i'olcr,inCe: l"Acept as otherwise specif iccl in paragraph TS-2 2.7. the sub- grade Cor all paving and surfacing shall he within the tolerance range o1'nlinuS ogle- ' hall•('/a) inCll to plus one-quarter (14) inch with respect to specified elevation. TS-2.2.14 Borrow Material: ' 0 a If'borrow material is rec aired,the contt'tictor•shall su lv this material front a O 1 pp . borrow area o1'f the site. The borrow area shall he obtained by the contractor it his sole expense. Borrow materials shall be approved by the I=:ngillecl' before they are transported to the site of the Project. (b) Materials shall he similar to soils found on the Project. Soils showing high swell potentials will riot be approved. 1 (c) The f?nginecr's Earthwork Calculations are shown on the plans for the ' convenience of the Bidder. TS-2.2.15 Excess Material: All suitable excess nlatcrial f ronl excavation become the property of the City of'.Ic1•fcrson and will be stockpiled on site at the direction of'the Engineer. TS-2.3 .i renchinu. Ftllbednient and Backfill for 1'i : 'I'S-2.3.1 Trench (:xcaVallon and Shcetin o (a) I:XCavatC in open cut except where boring.jacking or tunneling is specified. I'r'cnch walls shall be vertical in streets or improved areas unless otherwise • authorizcd by the l::ngineer. Provide bracin g. sheeting and cribbing where necessary to prevent caving. o (b) All sheeting shall he pulled inlnlediatcly prior to backlilling around the sheeting. However. the Fn`sincer nlav direct all or a portion of'the sheeting to be left in place in order to protect the pipe aLallist shock load of' caving ' hanks. or' to protect idi scent street or property. or to prevent nlatcrial that cannot he compacted tr) specified density From caving into the trench. ' (c) Where sheeting is left in place. do not brace against pipe, but support ill a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe play he removed after backfill to top of ' pipe has been conlplctccl. o (d) "Drench Will IS nlav he sloped in unimproved areas Wre(luircd to prevent caving and if adjuccllt property or trecs to he left in place arc not thereby subjected to 'Idditional cutting of routs. (e) See Pipe I:nlbcdlllent Details Oil Plans for nlinirllunl and nlaxinlunl trench Widths. It' lllaxlnitllll is C\CCCded. and stl'Cllgtll rCClllir'C111CntS control. l..11oincer nlav direct contractor to install Special bedding or heavier class or ' 6 1 gage 01,pipe at rOntractOr :; expense. (ir( und Water u11d_SUrli1CC \\",Itcr: (a) Pipe trenches shall he kept frec 1'1.0111 wiltCl' dlll'1114',CXCilVati011. fine grading. pipe laying andjointill . and pipe cl)lhminlcnt Operations. Whcre the trcn(,h bottom is mucky Or Otherwise LlllSlahle hCCitIISC 01 the pl'CSCTICC Of'grOund water, and 111 all Cases \Vhcl'e tilt static ul-01.111d watcl' CICVi16011 IS 11110VC the bottom Of ant• trench hell hole excavation. such ground water shat) he 10\VCI'Cd by 111Carts Of pLlnlps Or Other acceptable nlcalls t0 tile extent nccessar•\, t0 keep the timich frec from water. pipe sup-pradC staple 111(1 111-111 under FOOL at all times \Vhen work withal the trench Is ill Irvin-css. (h) The COI1trIC101' 111;1\' LI5C additlOIlid `!ri111Ulill' 1111 IllalCriill. 111 aCCORI'111CC With till` 1'cquil•cments TS-233 i (h). in cOnneclioll with drainage Control. at his mvn Cxpensc. (C) I",ach excavation shall he kept dr\ until the hackl ill is completed t0 the extent that no danrlpc from hydr(IStatic prcSSUres. I101alion. Or Other causes Will r'CSUIt. (c1) surlace water Shall he diverted. and Olher\\ise prevcnled from entering C'xcavatl011s and 11'el1C11CS W the' CllV ltCSI extC111 111'aCllea1)le \VllllOLII 10 , adjacent 1)1'Opcl'ty from clikes. ditches. or impounded water 1'S-?.;.i I'ipc 1.0111 diitiOn._(jr'antllar Fill MILl �rcnch l�tmom Stabilization: On All pipe shall he heddcd as Shown in the "Pipe I.:nlhcxhr►cnt Details" On the Plans. (h) (iranular I111 shall he clean river ,.ravel or re,ISOnahl\ SOUnd crushed Iinlesimic. free(1f ce111e1111tiulls. S11a11.(1t' 11,11 ilnd 11,1k\• particles in 1111 111101.111t which wuUld cause the nr►tcl'ial t0 crake Or pack or Otherwise 1161-111 an UtIViCldinL! suppOrl liir the pipe. Gradation Shall he such (hat al ICast ninety- , I we 05) percent posses a thrre-cluiu'ter (V-I) inch SLluarC mesh sieve and 1101 over five• (5) percent passes a nuinher four (-1) square mesh SicVC. (e) Stabilization: II' the trench bottom at haSC Of the required pipe clnhe(imcrll rlultcrial is unstah(c, the cmitrac:t01' Shall excavnte tO all additional depth and hacklill with crashed stunt as dircctcd by the 11,110neer. The sirs Of stone uscL1 shall he OS rC(11111-cd li)r cl'Icctivc StahiliratiOn. Where larve slonc is ' used. the Upper pOrti011 Shall he choked \with Snulller stone and 110 stone lar!�er than One ( I ) inch sire Will he allowed within ('';) inches. O1, the pipe wall. Slahih%il1i011 nulteria) Ordcrcd h\' IhC I•.ni2inccr will he paid for ill accurdancc With the Stipulali011S ofArticics TS-2.5 and 'I'S-2.0, I IOwever. paynlerll will 7 not be made Im stabilization material or cxtr•a granular fill used tier contractor's convenience in controllin1v drainage or as may be required to stabilize trench bottoms made unstable through contractor's disturbance thercol•or excessive tramping thereon. t (d) Pipe shall not he placed over frozen trench suh-grade. ' (c) Placement of_Ciranulir.Fill: 1, Place granular till in lilts not CXCCC(ling six (h) inches and bring up evenly on both sides of•llipc. Do not dump over side of•trench in any nlanncr that will bring earth into the granular fill area or displace the pipe, Compact. vibrate, or slice with a shovel, in such nlanncr that ' granular fill will take its final compaction Ilnd provide unifOr•nl and solid bearing under and around the Pipe arld its haLiru:hes. 2. Screcd granular till as shown on the flans und(:r CiliptiCal or arch pipe. 1, 1 or I length of' Iwo (2) pipe diameters (ClTCCtivc (Ilan)eter Cquals average of'span and rise Rw elliptical or arch pipe) on the upstream Cnds of culverts, omit Lranular fill. l;se SOICCted clay screeded and ' corllpacicd to not less than rlrnely (c)U) percent of'Standard Density. TS-2.1.4 liell I loles: Dig bell holes where pipe has bell joints. No Hart ol'any bell shall be rin contact with the trench hottom or sides or grallidar I11) when the pipe is jointccl. `fS-23.5 13ackfill to To ) cif'Dine: ('a) Sec "Pipe I;mbednlent Details" on Planti, This sc•Ctiun covers tllc backlill from top olt(1ranular till to top of pipe. (b) liackfill as soon as possible to nlinilllize tilt• possihiIity ofdaillage to joints an incorfyCrlicnCC to the public. (C) Material to be selected earth or grarfular fill material, free from sod. sticks. roots. or rocks over one ( 1 ) inch size. to he unfrozen. and to he of• proper moisture content for specified compaCtiorl. SLlilallle material front the project ' cxCayation shall he br(1LIght ill Iloill elsewhere oil life \vurk where required. (d) PkICC alongside pipe in loose layers of* siz (6) inch illaxilllllrll thickness, thoroughly Compacting each layer. 'fake special care to place and compact material Around the pipe so as to Icave no voids and to provide unililrm lateral support for the pipe. Bring materials up uniformly cm both sides of pipe. taking special care with corrugated metal pipe, (c) The material shall be compacted to the same density as recltiired Cor hackfill above top of pipe. TS-23.6 Back fiII Above 'fo p )f i'I ipc: (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 hackf ill above top of pipe shall he the same as For backf ill below top of pipe as specified in subparagraph TS-2.3.5 (c). except that small sticks and roots less than one-half(1/z) inch in diameter. interspersed hard lumps and clods will he allowed insofar as they do not interfere with specified compaction. More suitable matcrial shall he brought from elsewhere on the project if necessary and the unsuitable material disposed of'. if the specified compaction cannot he obtained with earth excavated from the trench. the ' contractor shall use granular fill or similar approved material at his own expense. 2. hock larger than one (i ) inch shall not he placed within three (3) inches of pipe. Rock larger than eight(8) inches shall riot lie placed within two(2) feet of'thc top of'pipe. No rock larger than two (2) inches may he placed in the Lipper six (6) inches under paverrient 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 he placed in the remainder of' the backlill only if well separated and so arranged that no interference with the specified backfill will , result. (c) Methods: 1. Method of backf ill used shall not impose excessive concentrated or unbalanced loads. shock. or impact on. or cause displacement of'tile pipe. ' The hackf ill shall be slowly rolled down a slope ut the end ofthe trench and shall not be pushed over the side cif the trench. 2. Consolidated material weighing more than one hundred (1OO) pounds shall not he permitted to fall more than three (3) (co into (lie trench unless cushioned by at least three (3) Iect ofhackfill over top ofpipe. ' 9 1 (d) C'onSuctioti: 1. Back illl under pavenlent shall he Lief hied as being under all areas to be paved or surfaced For vehicular aceess, except those to be surfaced with crushed s1011C. The Illlllting line lbr such hackfill shall extend from sub-guide at twelve (1 2) inches beyond edge of pavement or brick ofcurb,downward on a slope not steeper than ollc(1 ) to.011e(1 ). In areas so dclir►ccl. hackfill shall be not less than ninety-five (95) percent of S(atldrtt'(1 I)Ctisity. ?. 1ackfil) in Othcrnt•cas: In areas not defined i►1 Item 1 above, hackfill shall he not less than ninety (()0) percent of'Standard Density, 3. The engineer lnay causC field density tests to he made whcncver deemed necessary. The specified density will he the mininnun allowed and the attainnicnt thercof'will he entirely the contractor's responsihility. Obvious voids will not be permitted. 4. "Thickness of hackfill lavers will he determined by the coordination of,lest results with field perli0rnrmce and cquipr►lellt used. The contractor will he 1 expected to maintain established procedures Cxccpt where unusual conditions arise. 'i'S-2.3.7 Installation of Pi 1e in i mhankmcnt: (a) i cnibunknient is made prior to placing pipe excavate trench, place pipe and hackfill. in accordance with the Specifications herein. (h) If embankment is made after placing pipe compact cnihanknlent to top of pipe on both sides ol•pipe For a distance ofat (crest live (ti) pipe diameters each side of Pipe. A ' I'S-2.3.8 Protection ol•Pipc from i Icav�l?CILlipn►Cnt: Provide temporary f ill to at least two (?) Icet over top of pipe extending at least five (5) pipe diameters each side. or greater protection. as rcquircd to protect pipe fi•onl hcayy Cquipnlcnt. Ilalllage to the pipe resulting front excessiv(- cglllpment loads shall lie satislacloril\ repaired by the Contractor at his sole expense. ' TS-2.3.9 F'xcayation Ahead for.Loca(ion of Ohstructions: (a) Except where otherv\isc directed. cxcayatC tit Ieas( onC )ltln(II'C(l fift)' ( 150) ' feet ahead ofpipe layinp in order to uncover any possible obstructions in the way of laving the Pipe. If such obstructions arc encountered notifj• the f.nginecr illirnediately so that a needed Change niay lie considered and ' 10 effected. (11) Chailges .f -om Plans may lie made only oil the dircclion of the IIngincer. Such changes may include changes in line, grade,pipe size Or type,additional or less mitering. r»a1111oles. Cie. Such changes nlay involve unanticipated moving of underground utility lines. ' (c) Refer t0 Article 011-7 regau•ding pr•otCCtic)n and 111OV41g ON11ilitiCS and other Obstructions. (d) The contractor will be paid fin• the actual amlount Of' Proposal Items authori Cd (Within the pay limits established) and pulormed tly him. He will not he paid Im unused materials Icl't over Or' for delays arising 1"rO1t) CncountCHMU ObstructiOlIS. TS-2.3.10 Maximum_ iCnL'th OCI CilChirlu allowed ahead ol'Pipc. lavin�u,Shall he One city block of- 1`0111- hundred (400) feet, whichever is shorter. ^ '1'S-2.4 FXCayilliOlI and liack(ill lm StruCturCS: TS-2.4.1 '['he terin "StruCRINS" !IS used in this Article. means inlets. manholes and all other structurcS. 1101, including pipe. I'S-?.4.2 MISSOCn•1 Highway S ecl(rcauOns Section 206 shall govern excavation and backfill For Structures except that the provisions 161- measurement and payment therein shall not apply and except as modified in the form of'additions. delctions and substitutions r in this Article. Where any part 0f Nil iSSOUri 1 lighway Spec if ications Section 206 is so modified, the unaltered provisions shall remain if) cl'Icct. TS-2.4.3 i)elete the following from MisSOln-i I lighway Specifications Scction 206. (a) SuhSCClions 206.2. 206.4.7. 206.4.8. 200.4.0. 2000. 1() and 206.4.11 . (h) All sections on MCISUr'C111C111 and/Or I'ayn)ent. TS-2.4.4 Crushed Stolle. as specified in paragraph TS-23.3 (c). shall he installed where , required by tiic stipulations Of the Missouri I lighway Specriicatiorls Article 2063. This rCyuirc111Cnt Sha111 apple to all StrtlCturCS aS defined in paragraph TS-2.4.1. Stabilization material ordered by the Engineer will he paid 101.in accordance with the Stipu1,160 IS Of Articles TS-2.5 and TS-2.6. I (owever. payment will not he made for Stabilization 111,1106,11 IISCd lUr contractor'", ('( nvc1licnce Ill controll1nL drainage. ill ' line grading, or as nlav he rCyuirccl to StahilizC Structrn•C INMOMS made unstable thrOUgh cOnuaCtor S diStllrballCl' therc0('or CxCCSSiyC tramping thereon. 'I'S-2.4.5 liackfill fi)r StRICtUIVS_ Shall he in aCCOrdanCC with the IppliCiINC rCduiWlllcntS 01' , Section TS-2.3.6. II ' • TS-2.5 Method of'Measurement: TS 2.5.1 l:xcaMltion and ConJlactcd I r»hanknient: (a) '['lie excavation and Compacted embankment item shall he hid on a lump sunl basis. The wort: shall he perlormcd in accordance with specifications and in ' conlitrmance with the lines. grades. thicknesses rill(] typical cross sections Shown oil the plans. (h) No nlcasurenlcnt Cllr paynicnl will he Illadc litr any of'tile following: 1. I-"xcavatiorl tier structures. or pipes payment will he included in cost ofbid item Cor each. 2. No r1lCasurenlent 0I'horrow excavation will he made. All costs ol'SUpplying borrow material to the Project site shrill he includCd in the hid price lilt excavation and Compacted cnlbankment. ' (c) Computations: The FAn>'ineer's earthwork computations arc available for InSpCCti011. '['lie V(llunlC of excavated and compacted enibanklllcnt as shown e thereon. and as listed ill the plans. From existing cross sCCtlons by average end 1 area method and will he the basis fitr final prIvillent. Cxccpl as lol)ows: 1. An authorized change in grade. slope. or lypical section is made. 1'S-2.6 Basis of,Pavnlent: •1'S-2.6,1 1 xwlvation and Compacted I:nlhankment. will he paid 1(lr at the contract unit price hid hascd on a lump sum cost. -I'S-2.6.2 Crushed stone Cllr sub-l-adc and trench hottonl stabilization, as well as open-traded drainahlC crushed stone 1i01' hack(illing, of unClergrrldc(I rock cuts, measured as 1 provided will he paid 161, at the contract unit price hid per toll. 'I'S-i CI,IA_Nttl► The contractor shall rcnlovc from the owner's _ 111(1 [1'0111 all I luhlic in( i ir'ivatC property. at his own expense, all Icmporary St (.letuNS. ruh)ish. excess excavation and waste material reS1.11t►ng Ir0111 his (►pCraliollS. All rllatcrial lltund to hC urlsatishwwry Im hacklill shall he removed at the contr'actor's expense. 't All existing sod areas Shall be hand raked to r'erllovc carth deposited oil or 111 them during ' construction. • r 1, r All ditches shall be graded and properly sloped. I"ACUS'S excayatcd material shall he r•etroved r From dilches. Shoulders where sodding. sec(ling or• sttt•facing 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 he removed Crom the site as soon as construction is completed in a given area. Dirt piles shall he rctlu,ved and the area finish graded as Soon as possible after construction Of-,I given section of the pr•o•icct is complclecl. In no instance Shall dirt piles ot•debris be allowed to remain on lawn areas long enough 10 chimagc growing sod. 'I'S-4 P11)1 SI-MI I R C0NSTRI I("I'!ON r 'I'S-4.1 General: This work shall include the c(ulsU-uction of all pipe sewers whether storm Sewcrs or•sanitary sewers. The material required Cor each section of sewer shall be as Shown on the plans. 'I t•crrcjling shall be in accordance with fart TS-2 of, these specifications. TS-4.2 Reiniorced C'onc:rcic Pine `storm Sealers: TS-4.2.1 General: This section covers the materials and construction of'rcinfmccd concrete r Pipe storm sewers. Other types (it'pipe and all appurtCnant structure are coverccl in other sections ol'thcsc specifications. TS-4.2.2 Mgtcr•ial: All rcinlor•ccd concrete pipe shall conl6rn► to the►•e(luu-CMC)l1S of ASTNI C- 76-02'!' Class Ill. Vc'all B. PipcjoirltS SIxtII be tongue .111d groove or hell and spigot vpc. Pipe 1M- use on the project shall appeal,neat and well made. It shall he tree ol'cracks. broken places. and obvious manufacturing defects. All pipe shall he stan►pcd on the inside with its class hel'ow delivery to the job Situ. r TS-4.23 1'i�C I IM ini: Pipe Shall he carefully handled by sling or othernlcans to protect it fi•onl danlagC. Particular care shall he taken to avoid an.\ free (all or shod: to the pipe. Pipe shall he Carcf(►Ily placed ore the prepared hedding rr►atet•ial and jointed as Specified Pipe -dull he laid true to both line and gr•acic and shall produce a straight fine 11cmee►► Structures Cxcept «here other than straight rthgnn►cnt is►•equir•ed of-allowed by the plans. 1'►'here curTc:, are required tile•\ may he uccunlphShL-d by the 1611 wing methods: (a) Ifthc curve is slight or il'the radiuS o1'the curve is �.�ery Ion t. curyi11 � uu►y he ' f ? LI • accomplished hy dellectinl! ��uch pipe joins in rile cursed section C(Iually to 1 ' r r lorm a smooth unili►rm curve. III no case shall am pi lc joint he deflected to the extent that the Ittaxlllllllll (►pettlllf_' t►I*llle 101111 exCC:eC1S one ha{f tlte•joint rdepth (one hal l'the depth ol•the socket). (b) Short radius bends shall he accomplished through the usC of Iilctory made nliterc(I pipe sections. 'IThcse sections shall he ihbricatcd specifically for I given curve and. when properly assemhIC(l. shall produce a urtilin•nl curve (consisting ofa series of short chords) oi-tile specified radius. Pipe shall be placed ill accordance with the manufilcturer's reconliliendations and the details given on the plans. eAll pipe laying shall begin at the lowest point on the SCwer• proceed to the higher parts. "1'S-4.2,4 .loint.itlu: Pipc jointing shall be as specified in Section 7203 of"Missouri Standard SpCCi(ications fi►r I lighwac ('onstruction", except as follows: (a) C'crncnt or tar joints other than "dia lcr" joints will not he permitted. f 1 (b) Pipe joint surfilces shall be deal► prior to jointing. • (c) Care shall he taken not to allow bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. TS-4.2.5 Back ill: Following jointing s1.11*116Cnt heddinl-' material shall he placed and compacted along the sides of'tile pipe to hold it sccul•cly in place during the hacklill operation. See plans for bedding details. ' Next. the trench to 12 inches above file top ofthe pipe shall he backfilled with layers of,carcfull\' compacted select hacklill material, This material shall he placed and Compacted Sinlultancously on hoth sides ol•the pipe. ' Backlill ahovc this joint Shull be as s pecilicd 'I'S-2. 1 f S-4.2.(► l)iPc--An,chO rs: Wherc%•cr storm sewer does not outlet into a pavC(l channel or other structure. pipe anchors will bC r•eyuil-Cd to Connect 111 pipe joints ill the 70 Icct of' stomp SCwer the outlet. This 20 icct shall include the Icn_sth ol'the end section. 'I'S-4.3 Cr0rrLl(-1,itCdvN1CWl_Pile and Pipc Arch Storm tic\%crs ' '1'S-4.3.1 Sce)lie: This specification covers corru11ated metal ii lc. 1i ie arch. t111d (Itlitl�'s which tr shall he furnished and installed complete with connectillu hands and other ncecsst_ry ' 14 appurtenances for sewers and culverts, Wherever applicable. the term "pipe" shall also include hire arch. TS-4.3.2 Uses: Where "C'MP" is called for or allowed on the plans corrugated steel ripe as specified herein may be used. TS-4.3.3 Materials: TS-4.3.3.1 C'orru -ated Metal Pine and Ij Arch shall he in accordance with AASFJO Designation M36 for riveted pipe and pipe arch. I IC1iCU11y cclnstl-ucicd corrugated steel pipe which meets all other criteria of this section may be used provided the ' corrugations ol'thc ends ol'the joints of pipe are made annular fi,r tighter jointing. Unless otherwise specified or shown on plans. gages shall be as follows: Round Pi 6" throw gh 24" diameter - 10 � ga. 30" through 36" diameter - 14 ga. 42" through 54" diameter - 12 ga. 60" through 72" diameter - 10 ga. Pihc Arch 18" x I I " t.hrough 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. ' 7911 x 4911 - TS-4.3.4 Alis:rlment md CiradC: C'orrugatcd metal pipe shall he aligned and graded in , accordance with the requirements liar reinforced concrete pipe. Where plans show grade change between structures or slight alignment ChangC to ' Clear obstructions, cIC11CCt pipe and joints over a distance as required,alter joints have been coupled and only to the extent that joints will not he over-stressed. TS-4.3.5 Pipe shall he protected front lateral displacement by mear1S of p I p e Crllbechllerlt material installed as provided in the trench backfill specification. No pipe shall be laic] in water and no pipe shall hC laic] in unsuitablC weather or trench ' conditions. When jointed in the trench. the pipe shall form a true and smooth line. Pipe shall not , be trimmed cxcept f 61-CIOS1I1'C. and pipe not making a good fit shall be removed, 15 ' ® Unless otherwise approved by the l:;nginccr, the laying elf hihc: Shull begin at the t� lowest point and the pipe shall he installed tics thr.lt the clutside laps of'circunllcrcntial joints Point upstream and with longitudinal laps on the sides. ' 1'S-4.3.6 ( u it ng I'ipg: Pipe ends shall he hutted as closely as the corrugations will permit.. then jointed will]a firmly bolted coupling hand. Draw coupling bands tight. Merely tightening bolts will ]lot he ldequatC. I.uhricate contact surfiaces of coated pipe and hands with fuel oil or similar solvent. "fall the hands with heavy Wooden or• rubber mallet. Use chain Clinching device or special clalllpllll! dCVICC if R%luirCd for tight connection oil larger pipe. Field coat coupling hops, nuts and rods with hitllminolis material after installation. 1•S-4.3.7 Installing End Section's Prepare moist clavev soil hearing shaped to end section and place thereon. Join end section to pipe will')coupling hand. The toe plate shall he set ill a n•Cnch arld haCkf illcd with compacted moist c:lavey soil or driven to (lie rcduired ' elevation. 'I'S-4.4 Measurement and Pavnlent ' FS-4.4.1 ('MP and M,l) I'i le: Pipe will he measured per linear filol of cons lletcci i)e in ® place. PaVrllellt will he made at the unit price hid )e• linear Fool For the completed li le in l I p ll place. I'ayrllellt Shall include all costs of furnishing. and installing pipe including ' trenching, hackfilling of pipe. ' I'S-4.4? C'MP and R C'I' l,.nd Sections: LIld section will he ulcasl.lred aS one unit each complete in place. _. Payment will he made at the unit price hid For each conlpicte end section in place. 1'aynlent Shall include all costs fOr furnishing and installing end SCCtiou including trenching. hackfilling. "fS-4.5 Plastic Gnivity Sever 1'i•he I'S-4.5.1 General: This specification designates general rCduil•CnlentS C01' polyvinyl chloride (PVC'1 Plastic Gravity Sever Pipe with integral wall hell and spigot joints for the C()111'C1lclllcC of donlesllc Scw,112c. '1'S-4.3.2 Mil ri IIS: Pi u' and littilt S' shall rl')cct and/u►• excccd all ol• the rcc lairCnlCntS of ASTM Sllccif ications D3034. All pipe shall he suitable Im use a a s gravity Sewer conduit. Provisions must he I1 Houle I`)r contraction and expansion at ouch.joint with a rubber tins;. The hell shall 10 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 (ect t I inch. Rubber gaskets shall comply with the physical recluircmentsol`ASTM-Ul869. 0361, , and ('443. Lubricant shrill have no deteriorating, effects on the gasket or the pipe materials. TS-4.5.3 Fittil : All fittings and accessories shall he as nlanu(ucttu•ed and Furnished by the ' pipe supplier or approval edual :1111 have bell arldior spigot configiu•atio►ns identical to that oI'tile pipe. TS-4.5.4 1'hvsical and Chemical Rec1 Ili I-CI11CIlls: The pipe shall he designed to Fuss all test at 73 degrees I' ( 3 degrees F) TS-4.5.5 Pjj1L !tif,finess: MllliIIIIIIII "pilic stil'l'ness" (Idyl at 5"(,deflection shall he 46 ('►r sires 6 Inch t111'oclgll 12 inch when tested in accordance with ASTNI Designation 1)2412. Minimum "pipe stiffness" Im 4 inch shall be 51. I:xter•nal Loading Properties of Plastic Pipe by Pal•aIICI-Plate Loading, TS-4.5,6 Flattc cling: There shall he no c6clencc uf'splittinu. cracking or breaking \N,hcn the pipe is tested as 1611ows: Flatten specilllen ol'pipe, six inches lone 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 ~hall he uniform and such that the connpression is completed within two to five minutes. TS-4.5.7 1)ropljij2a t Pipe (6" long section) shall be suhjcctcd to impact fi•onl a free fullin t (2( I . 'I p A) in accordance with AS '�1 g ethod D2444. No shattering , or splitting (denting. is not a failure) shall he evident when the 161lowing energy is impacted: Nominal size 4 Err 81, 10" 12" ' 1•t. - Lbs. 150 210 211 O 220 220 'I'S-4.5,8 Acemicllllmersion _Lest: Mier 20 minutes immersion In a scaled container of anhydrous(QQ.5','0 pure)acetone a 1" long sample ring ;;hall Show no visible spalling or cracking (swelling or soheninu, is not n failure) whorl tested in accordance with ASTM 2152. 1 17 ' TS-4.5.1) Si7 ell ,_Dimensiclnti, and "iolcrancc Diameter l • er Min. Wall Nom, ( ut.,td� t� n Size Avermw TolcranceThickness SIM, 6 0,275, 0.011 0,190 35 8 8,400 0.0 12 0?40 35 10 10,500 0.020 0.100 35 12 12.500 0,024 0.300 i 10 Ali�_rtliiciil tend Gradc: Pipe which is a p,.lr•t of dw ,uravity sewer line shall be aligned and constructed to grades as shown on the Plans. 1'S-4.5.1 1 Connections to Manholes: Special manhole CI'I OS Iittings shall be used to Connect PVC pipe into nlarlhole walls, 'I'S-4.6 ABS PjVS: i'5-4.6.1 ticclhe: This Specification covers ABS composite pipc and fittings which shall be furnished and installed complete with all jointing materials and other necessary appurtenances I01- sewers. TS-4.6.2 Materials: n B S Composite Pipe shall be made Frortl virgin ncry lonitrile i3utadienc- ' Styl•en material. This material Shall be i ypc 1. Grade I. '1 ypc I. Grade 11, Type IV. Grade 1, and shall conform to AS"1•M Specifications 1789-62-'I'. ABS Composite Prl)C',11,111 Collslst of two cc,nccrltriC Illcrtllo-plastic luhCS intrically braced across the a1111ni11S with resultant angular space filled to provide continuous Support between inncr,ul(l outer tubes. The e;(111 I)MIC111 bet"'Cell the ABS shall be of Portland Cement hear•-lite concr•Cie other iller•t hiller exhibiting tilt same degrec ol•performanve which ' essentially fills the truss annulus to filrnl a composite pipe to meet the requirements of'this Specification. Size. physical requirements. the dimensions. tllc method of test. the length. the testing procedures and marking procedures for this pipe shall conlilrnl with ASTM Specification D-2680-68'1 . ' C'ouplings s11a11 he ol•solid wall slecvc type (or cherllical Weld to the tl•uss pipe. TS-4.63 11,►ndling: Pipe, fittings and accessories shall he handled ill a nl,ulncr th,11 will insure their installation in the wort: in a sound undan lg,Cd condition. ripe shall not be dropped. humped or drug along the ground. Pipe shall not he lifted by hooks. ' 1•S-4.6.4 COIctutitl", The interior of all pipe and fittings shall lie thoroughly cleaned of all • fin•ei�um matter before being installed and shall he kept clean until the wort: has 11CC11 accepted. All joint contact surfitees shall he kept clean until the jointing is t completed. F'Nery prccautiun Shall he taken to prevent forcign material from entering the pipe during installation. No debris. tools. clothing or other material;shall he placed in the pipe Whenever pipe laying is stopped. the upper end of*the pipe shall be closed with an endhoard closely filling lilt end 01' the pipe and having a nurllhcr of Snlall hoICS drilled near the center, to prevent the trench from filling with water and to keep sand and earth curl of the pilic. '1'S-4.6.i Lavilig I )S: Pipe shall be protected from lateral displacement by means ol'Class B pipe cnlhednicnt m ateridl 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 lornn a true and smooth line. Pipe shall not he trimmed except for closure. and pipe not making a good lit shall be removed. Unless otherwise a l lrovcd by the I;n �IIICCI'. the laying of pi pc shall begin at the , 1 1 . t, g p l f- lowest point and the pipe shall be installed so that the outside laps ol'circunlferential joints point upstream and with longitudinal laps on the sides. '1'S-4.6.6 C'o►jPliljq Pi1le: The couplinIIs shall he chemically welded to the pipe with one end, factory applied. The coupling and pipe cnd to be chemically \vclded in the trench Shall he thoroughly cler.uned after it is in the trench and primer rind cement shall be applied to both the coupling and the end of the pipe. This shall be done in accordance with the manufiteturer's specifications. The pipe shall be thoroughly shoved into the coupling and then turned within the coupling one quarter turn to insure complete Contact het\VCCrl cernlcnt. pipe and coupling. , TS-4.6.7 fvtanhole. ConstI-ti tioll: Connection at manhole walls shall he made by "0" ring type couplings set in the wall and havillp I nl.unholc water stop assembly between the Coupling c►nd the Manhole wall. lietween the pipe and the coupling shall he in "U" seal. "1'S-4.6.8 MC,itiurcnicnt 111d I'<<lVlllent: , '1'S-4.6.7.1 ABS And Plastic Gravi_t\ Saver-PiR�': Pipe Vyill he measured per linear root of' conlplelcd pipe: in place Payment will he made at the unit price hid per linear lirot I'M' the corllpletCd pipe in place. Pa}'nlent shall include all CoS1S 01 Ilrl'Iti5hing and installing pipe Including , trenching cold hackfillinp,, of'pipe. l r.� r TS-5 DRn1NACil STR.l tc"ITIRl?S co c of Work: The work shall consist of' furnishing all labor. materials, and equipment necessary to perlorm rill operations in connection with the construction or Junction boxes. inlets and catch basins rquired lily the pro'ject 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. Materials: ' 1. C'onercle shall he Class "B" Portland C'cmcnt Concrete in accordance with the N(JUirements of Section 'I'S-()' of these specifications. 2. Reinforcing steel Shall consist of de ormcd bars of•gr•adc 40 stet) confl m-ling, to the requirements of"ASTM designation A615 or of wire fabric conforming to AS`i'M designation A 185. 3. f: xpansion Joint fillers shall be Ofa non-extruding type co nflO nling to AS`I'M designation DI 751 and cut to the dimensions shown on the plans. ' ® I'S-5.3 l,arthwork:'Phis section shall coverall necessary excavation and backf ill required for construction of the varlOUS strUCtur•es. All ipplic chic portions ol•Section 'I'S shall apply to this work. Particular care shall be taken to protect existing Underground utilities and SLIITUCC inlprovcnlents. l'xcavations for structures in improved areas shall be held to the srnallest practical ' dimensions. NO increase in payment for street or lawn repair will lie made to allow for areas disturbed by such excavations. SIrUCWIVS shall be 1­(1U11(ICd On undisturbed subsoil. if•suhSOil is not firm, over-excavate and rcplaCC with granular' fill as I'C(lUlr'Cd. Section TS-2.2 shall apple ii withstand (lie pressure of'the concrete. the cI'li!ct ofvihralion as the concrete is Placed raid all olf►cr loads incidental to the construction opert►bons without distortion or displacement. They shall hr r11c,1•tclr tight. Oillllg both illSICIC and outsidC Sur(i►ccs will be required to prevent warping. shrinkage. or swelling. Forms shall he Constructed and designed so that their removal can he ellccted Without injury to the concrete and So that Portions whcl•C Surface finishing is required may he rerrloved without disturbing forms that are to remain. Dirt.chips.sawdl.►st. nails and other forcign matter shall he removed before any conc:rctc is deposited therein. Tic rods. belts and atichor•agcs within the Ii,rmS shall be constructed so as to permit ' their removal to a depth of It ICISI I Y2 inchcS f'1'0111 the (ace without injUl-y to the concrete. In cuss wire tics werC uSed. upon rerlloval ofthC 1'c,rn1S.all 1)1'0'cctingwire Shall he cut hack at Ieast I/- inch 1'r0111 (ace c,full Scu•(aceS that will he exposed to vices after the Completion of'Ihe work and flush with the lace of all concrete Surfaces that will not he exposed to All littirl>!S li,r IIICU►I lieS Shall he of Such design that. upon their• removal. the cayilies which arc Icft will k ol'thc Smallest practical size, e TS-5.4.2 Inlet and Outlet Pipe: Pipe or life placed in rile concrete 161.inlet or outlet ConnectionS shall cxtcnd through the concrete walls beyond the ou(Side SuI•Iilces o1'the walls I Sufficient distance to alloy For cotmcctlolls. The pipc or tilt shall he placed through the 10111IS and poured in place. The ends of tic pipe shall he flush with the inside wall of'thC SU•ucturc. TS-5.4.3 Reinforcement: ' I . Placement. Reinforcing bars Shall be accurately placed as shown on the ' plunS and Shall he firmly IIICI sucurcly held in position in accordance with Concrete Rcin;6rcing Steel Inmitute "Recommended Practice lily Placing Reinforcing, Bar's". and by using concrete or Illetal Chairs. spacers. Illetal 11an12LI.S. s►Ipportinu, wircS and other•apploved dCViCCS c11 SI1fIICICIlt Str'Cllgth to resist crvShing under full load. n11etal chairs. which extend to the Surface of the concrete tcxcept \VhcrC S11mvn on file plans) and wuocicn supports. Shall not he used. Placiliv hews in layers ell'li•c;;h concrete us the work progresses and adjusting hal•S clurin11 tic placill4,. o ec,ncrew will nut he permitted. Before Placing in the lilr►nS. all rcir►forcinu, steel S11,111 be cicancd oil.dirt. loose mill scale. louse or thick rust. and c0l.16111-IS charade)• that would , destroy or reduce (lie hond. No ConCretc shall he deposited until the placing of the reinlirrcirlg Steel 11a,; been inspcctcd and approved. �. Siili�ill. Splices ol'hars shall he elude only \yierc shown on the Illans ur 4IS approved by the Engineer. \V11crC hors are Spliced. they shall he lapped at • 21 ' least 30 diamcters. unless otherwise shown on the r lads. Splicing 811,111 he accomplished by placing the hars in contact with each other and wiring them together. Welding of' reinfol-sing steel or cutting with a cuttirl!! torch will not he permitted unless specifically authorized by the I"Ilgincer. 3, fic11ding -cement. Bends ,111(1 hoot<s in bars shall he mu(ir in the nlzulner prescribed in tllc "Manual (►I' Standard Practice" of the ;American Concrete Institute. Bars shall not he bent or stl•aigh1CIICd ill a nralller which Will illjur•c 1110 material. liars with kinks or unSpCCified bendS 511,111 not he used. 4. Welded\ irc fabric. Welded wirc fahric shall he spliced not less than two InCSIICS. It shall be hfled cal'el'tlll\ inlo its Specifie(I position after the concr'c.tc is placed but still plastic. I'S-5.4.4 C'oncr'ete Placement: (.'oncrcic collstl•t.lct io11 shall he in accordance\\•ith Section 'I'S-7. Concrete shall he convcvc(I. deposited. and col'solid,ltcd he any 111clhod which will lieprccluClc the segregation or loss of ingredients. C'hutes 1Isc(1 in ecnlvCVmn concrete si,►II he sloped to permit concrete of the CUl1SISlCIIC\ I'CCIt11t'Cd to Ito\\ WithoLll segregation. kVIlCrC IICCCSSa1'\' to prcvcnt ' segregation. ClltltCS Slulll he provi(IL-d With h,Ifl)e b0,II-dS or a rCycrscd section at the outlet. Where a se(Iuencc for placing concrete is shown un the plans. no deviation will he permitted unless approved in writin(! h\ file I';ngincer. Where concrete is to he deposited againSt h,u•dcnc(I COIICI'ele at hol•ir.Ontal C011S11'LICtloll 1(111115. p1aC'lllt! oI?CralIO115 511,111 he'!II1 b of 'C a gI'011l 1111\Illl'C through 1110 placing 5N'slcrll an(I C(Iuipmc11t. 111d (ICpnsitillg the mixture on the joint. The groin 11liNItIN :;hall consist of IIIodilicaIioII of•IIle Concrete Specified to reduce till'(11.1a1111t\ (►I coarsk.aL' !,rl'!'alC' Ill 111(' 11►IX 1111't!l'r 111;111 pcil-!pravcl size Ill onc-11,11 f (hc (ILlalltit\ SpecifiCLI. 1 'I o avoid sc11rcgulio11. concrete Shall he deposited aS near to its 1111,11 position as is pracIicahlc. T I I C use nl'vihI-;hors for CxICHSIVC SIIiftiIIP ol'thC mass ufconcreIC \\'ill 1101 he I-W111611ed. ('o11crCtc Ihat Il,e, part;;Illy hardened or is COI it'll ninated by li)reign nlafcrials shall 1101 be (IeI')()SIIecI ill the StractLlrc. ' C'oncr'ete shall be placed is hurii.ontal lavers insular a5 practical, Placing Sllall start at the lo\\ point and proceed uppradc unless otherwise permitted by the I".ngineer. Concrete shall he placed in a continuous operation hC1wCC11 construction.joints and ,e terminated with S( care ends and level tolls unless otherwise shown oil the shall l t( r 1 1 plans. Concrete shall not be permitted to tall More thall Six IeCt Wlth(lllt th(: Use (11 plpeS Or tremies. Pipes or trcmies shall he at least six inches in diameter. or the equivalent ' cross Sectional area For rectallglllar sections. Conct'etc Shall not be placed ill 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 vihratcd in a manner that will encase the rcinlorcenicilt and inserts. (ill the forms. alld pr(,►duce a surface ar even tCxtlll•C tree of rock pockets and exccssive voids. Structuritl concrete. except Slope paving steeper than one ( I ) inch per li►ot. such as spillway aprons and Channel lilting. and cuncrele placed under watct•, shall be consolidated by means al'high frequency internal vibrators or n type.sine and number approved h\' the I;nginccr. I'hc location. manner and duration of the application of the vibrators shall be such as to secure maximum consolidation ol* the concrete \\'ithailt SCpi.11'iltlall 01'111C 111011ar illld (•(1;11'SC aggrCgalC. illl(I With01.11 CaUSlllg Water Or celllent paste to IItl5ll 10 'tile Sllr'lacc. Internal vibrators shall not be held against the 161-ills or reinl'►rciriv steel. O , 'Pile number of vibrators employed shall he sul'licicnt to cons(,li(I lte Ills concrete within I� minutes alto' it has been deposited 111 the lilrnls. At least t\wo vibrators in good operating ean(lition shall he available at the site ol'the structure in which nlot•C than 25 cubic yards of concrete is to he placed. Tai-5.4.5 Joints: The wort; shall be so prosecuted that Corlstl•tlelion inilllS will (►CCUI. at designated places shown on the planV; unless other\wisc authoriZC(I h\ the l"Awulcer. The Contractor shall Construct. in anc Continuous C011CIVIC I)INCinjo operation. all wort: comprised het\\'cen such joints. .Taints shall be kept moist until adjacent concrete is placed. ' All consU'uction joints having a keyed. stepped.ar roughened slu lace shall he cleaned prior to placement of the adjaccnt concrete as direclud h.N the I';ngincer. I xparlsion and C(►Iltr'actImI 1(►ifits ill Concrete structures shall be 161111e(I where shown on the plans. No reinli,rcemunt shall bC C\Tended Iltl'atlt_'b Illy 1mills. except where ' Speeilicallw noted or del;IilC(I on the plans. No direct payment will he made lily Ilu•nishing and Ilak:ing aSllh;lltiC point. pre- 1 molded aspllallic filler. or other types ofjoint separators. The cost there(ol-C shall be irlclu(Ic(I in the price bid li►r the item of work of which theN arc a part. 23 TS-5.4.6 Cold Weather lteduitrcmcnts: Whenever the temperature of' the surrounding air is helow 40" F.or when the possibility exists that the temperature will fall below 40" F, within the 24 hour period after concrete operations,concrete placed in the forms shall have a temperature ol'between 80` I: and 100" F. All concrete shall he maintained at I temperature of not less than 50" I: for at least 72 hours or lire 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 ill place and intact al. least 24 hours al'tcr the nrtilicial healing is discontinued. No dependence shall he placed oil salt or other chemicals Col. the prevention of' freezing. Contractor will he held ' responsible 1,61- ally danutge to concrete as a result ( 'cold weather operations. 'I'S-5.4.7 I'inislt: fillet lops shall have light hrooni finish. ('urh transition;; shall have groom finish. Contract i()n•joiIlls shrill he cut where shown. Ctit each I lb inches deep and finish witli joint tool. I'S-5.4.8 Inverts: Inverts shall he cuicfufly constructed to maintain the proper velocities through the structure. and in no case shall the invert sections through the structure he greater than that ()!'tile outgoing pipe. 'I•hc shape of'the invert shall confirrnl exactly ® to the lower half of'the pipe it connects. t Ise hall' circle template to check invert �■ shape and size while building. (irado: ()n the invert shall he such that no water pockets are thrilled. Side hranches shrill he comlccted with rls large radius ofcurvc as tpracticable. ' Inverts shall he cotlstructed ofconercte c()nf()rnling to the rcduirenlcnts ol'Scetion '1'S-6. ' Concrete filling between the sewer invert and walls ol'str•ucture shall he (lush with the top edges 01'111C invert an(I shall sl()pe up li•ori) the invert at the rate of three (3) inches per lowt. Inverts shall he U•owcle(I smooth rind decal. Where pr()hlcnrs recfuire. use cfuiCk setting ccrilent to aid in construction o1'silwoth inverts. I'S-5.4.1 Steps: When shown ()n the plans. shall he solidly grouted in place with hell mortar encasement. ' 1'S-5.5 Precas_t_Collc.retc Inlets; I . Precast concrete Inlets shall he constructed ill all respects in accordance with ' the flans and Sllecificntionsexcept as provided in the 101lowilig itemsofthis suhpar•agraph. ' ?. All applicable rquircnrcnis of ASTM C-478 shall apple to the manufacture of,precast concrete inlets. 1 24 r a. he n ;ulu Edo urcr of precast concrct, inlets Shall s br llit detailed dr; wlnfs and Specifications till' the Construction of' till' haste precast Ulllts Gild appurtenances to the I•.ngincer and t hvncr l6r prior approt'aL A shop drawing Cor each inlet showing dimensions. elevations and openings. shall he suhrllittcd to the I',ngirlcer and ( lwncr• 1'01';111111'0\111 prior to nu►nulacluring of the tnlils. -I. Wherc dividing walls tuc used or where multiple precast units are used. the ' tolal net length of opening shall equal the length of' Inlet spccilICd on the pre+jeer plans. Intcrnwdiale wall openirlps shall he Iarpc enough so as not to ca►usc hydraulic head loss. I.ocalion and number of manhole openings. as well as openings in walls shall he as required to promote case access to all parts (11'tile inlet. suhicet to the I"ngincer's approval. �. The walls oI'thc entire siructurc shall he wt ill place on concrete blocks prior to po►n'ing concrele base slab. The hose slab shall he reinforced in accordance with the project plans. and the hottoill of the hose slall shall he at least the distance he.•lott• hollonl of precast walls that is shown oil the protect plans. The entire base slah shall he poured monolithic and shall be brought up lu a level of at least six (6) inches above hottc+ill m precast walls. 6. Mastic pipe joint Compound shall he used in horii.ontal joints tend where ""Ills of, mulriple sections join. in order to 16r•nl a reasonahle watertight sl l'tIC l tll'C. r i. Where top slabs oI' nitlltiple sections joi►l. the joint shall he scaled with ' (ieneral I•'lectric sillude Component silicone. ('ray color. strictl\ in accordance With the nunnifaclurcr's rccorl►lnendations, 9. '1 op slabs cast scparatck front illlct walls :•;ha11 he anchOrcd against lateral r 11-1mvillerlt ttith respect to trolls bt a steel dowel in each corner extendin!_1 I•ronl the walk through holes in the sl;ihs. 'I he top slabs shall he set acc'uratcly Io line, t!rak Hind �aopc and _-routed sccurCk in place. 'I'S-i.(+ I'recust ('onc're)� I�l;.ull�olcs: ' 'I'S->.(,.I l\hit*Crials: Precast (.'oocrcic 1lanholc Ring,,, M I'M Ihsig-imlion (. -478. Cxcept as ill(IlClited bl'lot1: r 25 r r (1) Shell Thickness: Inside, Diameter Shell ' of,Manhole Thickness X11 - f111 5 n l' - Wt 611 ' 61 - 011 711 (2) I're�astt fla_CF oIs. C)esigned to withstand 11-20 wheel load plus 30`10 impact. AASI ITO "Standard Specification for 1 Iighway [fridges". (3) Conical ;I uPs. Fcccntric colic prefcrml. (4) Munholc tits. When shown on pions, shall he solidly cast in place or set with cXpatlding .!rout. (5) Shi ment to joh not allowed until Lulus have cured sufficiently to ' prevent damage in handling. ® (6) Ap_11Lovat, Submit all details to I?ngincer• and Owncr For approval prior to nu►llufLrctur•er. TS-5.6.2 Setting Precast Rini: Rings Illu}• be set either nn 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 fill-St ring. Rings shall be set with the hells up. Butter' hoth bell and spigot ends with pre-nlixcd sewer joint mastic compound, as approved by the I:nginecr. and set the next section ' in place. Wipe joint smooth on the inside and fill all .joints inside and out. Watertight joints will he required. Where precast Illtulholes arc constructed in existitlg or proposed streets. 3 courses of brick shall be placed between the precast Colic and the casting. I'S-6 C ONCRI 'I F: TS-6.1 General: 'I'S-6.1.1 Pescri ration of Mork 111elUdell: All concrete rec t►ircd oil the project except precast material. TS-6.1? C),udn ity Control: • 20 'FS-6.1.2.1 Su lcrvisic►n: 1. i'rovide full time st.tperintendcrtt cm the project who is qualified and experienced in concrctc construction. Superintendent shall direct all work in connection with concrctc construction. •sl • s sl •11) he purr e nun concrete finishers experienced ill concrctc �. l�rnr, u►. 1� .I � y 1 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. nlix. additives and cement. TS-6.1.3 Product I hindlling: 'I'S-6.1 .3.1 Transit Mi\: ('oncr-ctc shall he }latldlcd and preserves( in its "hatched" proportion during transportation. Mixing tints shall not cxcced 45 minutes and excess water shall not he added. Concrete improperly cared fi►r or mixed in tile truck longer than aS minutes shall he disposed of away from the project. '1'S-6.1.3.2 Dcicctive Concrete: Danlagcd (►r•(Icfcctivc concrete shall he repaired or removed and replaced immediately as dircctel by the F►►gi11eer. TS-6? Materials: 'I•S-6.2.1 General: ' I. All concrctc used ill the project shall he ftrrtlishesl b}' a rcputahle permanent concrctc pl;►nt using transit mix trucks. The plant shall he located within a ' rCas0nablc distance ('1'0111 the project so travel tinge is ill minutes or IcSS. Supplier shall have adcduatc bins that weigh material by approved scads systcnl. TIIC supplier tihall have an acicsluatc number of modern truekS to insure dclivcry of'conerctc as required fie• placing schedule. Supplier shall he subject to approval of 111C I.:rlgincer. 2. 'Fhc contractor sluill use whatever meads necessary to insure concrete dclivcrel to tlx: project is properl\ batchcd with approved kinds and gt►antities ofmalcrials. ' 3. n copy of the deliver\ ticket for each land of concrctc shall he provided the ' inspector as each tract,, is unto;r(Iccl. ticket ,hall include the Hollowing i11lin.rnation: ( 1 ) Nanle ofconcrctc company (2) Serial numberOfticket 27 (3) Date (4) Nunlher Ol'truck (5) Name and location of joh (6) Identification ofconcrete mix delivered (7) Volume ofconcrete in truck ' (S) Time Concrete was loaded (()) Amount of water added at plant ' TS-6.12 Cement: All cement shall lie Type I Portland Cement conlorming to ASTM C-150. All concrete for curb and gaiter and concrete pavement steal I contain not less than 6.5 sacks cement per Cubic yard. All other concrete shall contain not less thail 5.8 sacks cement per cubic vard. 'fS-6?.3 Dine A g grccatc: line aggregate shall Consist ofnatural sand conForrlling to ASTM C- 33. Sand shall he well graded. washed.clean sand from the Missolu•i RivcrClass I or Cdual and Shall COIII'01'111 to the fi1110w1119 sieve analysis: _Sieve Sire Percent I'assir�. _. - --- 3/9 inch 100 No, 4 95-100 No, 20 40-75 1 • No. 50 5-30 No. 100 O-I U The scold shall not have hood-C than 35%ii I'Ctaincd I)CIVXCn rlrly Iwo Cunsccutivc sicvC SiZCS. Fillcrlcss modulus ~hall not he less than 2.5 nor more than 3.1 , 1"he amount of deleterious substances in fine aggregate. each determined on Ill(ICpendCllt SalllplCS Corllplylllt! \\'itb the gradinc1, reluirenlCnts of,Division 3. shall 1101 Cxcecd the Following limits: Tahle 1 . Limits filr Deleterious Substances in Dine :\guregate (in• Concrete: MONilnlltll 11CI-CCIII h\' Item Wcioht olI otal Sall_1ple Oil)' Liullps 0.2 Materlcll ' Diner than No. 2011 Sieve :_'..Ot) Coal & Lignite 0.2 Sticks. Lea vcs c Uther 1)t:ICICI'iol1S Material 0.25 Dine aggregate gate shall he five of in'uriouS amounts of or panic inl nn'itieS. I?x ep S • �f- ;` .I g I Wept t .►. herein provided. aggregates subjected to AS'I'M test No. C'40-56T Im organic 28 impurities and producing a color darker than the standard shall be rcjectcd. > > e .,atc shall be fcc of material that could react harmfully With alkalies in the I'1r14 d�,�,t L• cement. If such materials arc present in ill juricluS:1111c11.011s, the iineaggre gate shall he rejected, or shall be used with cement Containing. less than 0.6 percent alkali calculated as sodielnl oxide oI-with the addition ofa material that has been shown to inhibit wldue expansion due to the alkali-aggregate reaction. Except ,I,; provided ahove, fine aggregate sllh,icctcd to five cycles elf the soundness test("ASTN ('99-500). shall shown loss. weighted in accordance with the grading of a sample complying; With the limitations set iilrth above. not greater than 10%,when I SO( iLl sulfate is used or 15` When nlrlgnesiurll is used. 'I'S-6.2.4 Course Arc a C'uu-se agt:I•Cgate shall he cru;;ll,:cl limestone produced from the Callaway formation or equal having cal estimated history of sound n l,.terial and shall he approved by the kIngineer. I urnish soundness test results For approval of source. Coarse aggregate source shall not contain chert deposits. ' (iradation Sieve Size Percent,llwI silw 11/, inch I(1O I inch 95-100 1/1 inch 25-(1(1 No. 4 U-8 No. 10 U-1 Satisfilctory experience record shown for durability. other wise pass soundness test AS`I'M C88-5 CVCICS llSlllgt 11111!lI1CSllllll SIIIfi1tC without Sllllttillg 01' I0SII1Z more than 151N, weight. Contractor shall arrange and pal\ for testing if adequate history is not available. TS-6.2.5 \V It11': Water for nlixirlg and curing C011CretC shall he clean, clnd free front ill(l(rious amounts ol'sewagc, oil, acid. alkali. wilt 11I'l rgitinic matter, Only potable water shall he used. TS-6.2.6 Concrete MiN: All concrete for the project shall conform to the design Illy listed Ill the table below. "file concrete mix Shall include air entrainment not to exceed 7 percent air: Mrlxillll.1111 Ilg grcgate sire I inch MiIxInlIIIII WIl1CI' 2.50lb/C1' W/C weight ratio (nrlx.) 0.450 • 'y r Cclllelit -6.5 sucks Ilex cubic \'at'il lilt curb &, !Litter'and pavc111Cn1 -5.9 sacks her cubic yard lilt• all olhcr:s 'I'lic contractor shall furnish lahoralory desi�ln nliX 1'01- Illy apprnvcd materials. Water reducing and air entraining apents shall he suhicct to I.ngincer''s approval, 'I'S-6,3 Corlstruclio.11 Rec uircments: OI'S-6,3.1 1'rc laration: I'S-6,3.1.1 C�cncral: I . Clean all Forms and correct all find grade damage. ' ?. Wcl down all suhgradcs, 3. Verify all needed equipment I'm placing concrete is on hand: Vibrators,crane or pump, tl'CtlliCS. flUmes. finishing equipment. ' 4. All kcyWays are to he in place. 7. Dl-y Lill CXCai'atlotl if atl\' WIICI' is IINSCllt. 6. Have CoICI Weather Cquipnlcnt on h,lnd if'apI)hCi1bIC. ' • 7. Notify F.*mincer at lead 24 hours in advance of placing concretc. TS-6.3.2 I'laciliv, _Concrete: 'fS-63.2.1 General: 1. All concrete shall he placed in a ni,11111CI-1111 l With adequate equipment Which Shall he suhiect to the I:nwineer's ipproval. I",cquipnlent fi)r placing concrete Shall include flunks. 11'C1111CS. c:rlules 01'e)IICI'CtC 1'1Llllll)S IN-placinl concrete: hand tool and finishing equilllllent for manipulation as needed. ?. Concrete shall he placed in a lowical sequence that Will permit efficient operation, but shall Ilruvidc structUNd cc))lllllultl' and strenL!tll required. Placing sequence shall he suhicct to gencral approval by the I.I.nu.ineer. 3. Humes shall not be used at Slopes fiuttcr than 45 degree:;. ('o11C1'etC pumping equipment shall be designed 161-the I)urpuse - shall he suhjcct to approval h�' the E'nS!Illcer. • 4. Subgradc shall have been fine graded and moistened prior 10 plucinf� � 30 w concrete. Dorms and keyways shall be carcfully cleaned prior to placing concrete. Concrete shall he placed Ill locations llot to exceed 12 feet apart, Placing shall he a continuous operation using a heavy duty vibrator. 5. Tremics required for depth gl•caler than () Com. G. In case of lcndh) :,, inclement wcrUhcr, prepare temporary x a s (o protect ' Freshly placed and finished surfaces I'rurrl surface danlagc. Protect Im 12 hours. 7. Embedded screeds may he uscd unless otherwise called for. Screeds shall be accurately set and held in place by solid steel Pods with mechanical clamps iilr attaching screed. Wood screed supports shall not be used. Screeds must he removed and voids filled while concrete is plastic. ' R. Reduu coarse aggregate in first lift above cold construction joint. 9. Keep working like of concrete "alive" and plastic. 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-6.3.2.2 Slum 1: Hold slump as low as possible to allow proper placement of concrete. 1 p f I 1 Maximum slump fill-curb. C1.11-hand gutter. and concrete pavement shall he 3 inches. All other concrete shall have a 4 111011 tllilxlrlllllll 51u11111• ' TS-63.2.3 Cold WCatI1C1' RC( uircnlents: ' 1. Do not place concrete on ice or Iroi•cn subgrade, 2. Do not place concrete at Icrnpe:raturc helo\N 20' F ultless covered and heated. w 3. When temperature is or is forecast helow 401'. the iipllowing are required: - a. I-1vat water - 150 F nlaxinlurll h. bleat aggregate to Frost Ircc temperuture, C. 'f•enlperatiu•e oi'c()rtcrctc regulated to the Iilllowing schedule: , flir'1 c�?L raturc Concrete 'I'cnll��raturc 30 to 40 70 to 80 20 to 30 80 to 100 d. Cover, protect. and heal to 70° F air temperatures when heated concrete is required. C. Preserve and maintain moist curing conclitions when heating. C Admixtures for cold weather purposes are not approved. IFS-6.3.2.4 Hot Weather: 1. Concrete exposed to direct weather shal I not he 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: 1 TS-6.3.3.1 General: ' • 1. All slabs, walks and decks shall lie sloped uniformly to drain to Finish grade, and must drain completely. 2. Finish shall lie of specified texture and uniform in color and appearance. Approval of finish is required on first concrete placed. All voids in slabs and horizontal surfaces are to be filled during finishing operation. Voids in forms surfaces are to he repaired immediately at the tinge ' forms are removed. 4. Avoid over-finishing;. late finishing, re-watering, and other techniques that nuly cause "crarinc". 5. Provide adequate manpower lull equipment Im finishing prior to placing ' concrete. 6. Initiate curing process as soon as surface strength will permit. ' "fS-63.3.2 Formed Surfaces ( xtiosed to View: I. RC111ove f6ri11S as soon as curing and stregth development permits. • 2. Remove the cones where applicable and fill with sand cement grout. 3 2 3. Break offall "fins", grind as required firr uniform appearance. 4. Grind all lorm "offset" where concrete will be visible after construction is complete. S. Chisel all loose material in " o u w o b" areas until only Solid concrete. exists. F'ill void with grout. Cure 5 clays. "IS-6.3.3.3 Pavement: All concrete shall be finished monolithically. No topping or "plastering". Sidewalks and curb and gutter shall receive a light broorn finish. Sec Section TS-8 for finish elf Concrete street pavement. TS-6.3.3.4 Construction .Joints: All keyed and other construction joints shall be constructed as Shawn on the plans. KC\'way reduired unless 01herwise shown. TS-6.4 Curinu: TS-6.4.1 General: 1. All concrete is to be cured a Inininlunl of 5 days of to 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 . Fornls are adequate if'lck in place 5 ( ;.lvs. r 2. Cover top with 6 rnil Polyethylene sheet. 3. If lornls arc removed to stone finish or repair concrete. Cover with polyethylene sheets. Anchor in placc. TS-6.4. Walks. Curl) atld Gutter. and PaVe111C111: 1 . Spray liquid membrane (ASTM - "Standard Specifications For Liquid Membrane- F01111ing ('orllpounclS Itlr Curing C011CIVIC". Designation C-309. current edition), , 2. Follow rllanufaelurer's directions liar Spra)'Cd llgUld Membrane. 3. Protect surface from damage. �� r 'I'S-6.5 Ihleetive Work: 'I'S-6.5.1 General: 1. 1)clectivc concrete work shall be removed and replaced immediately. 2. Work built outside tolctanccs s111111 he Considered detective. 3. Concrete of*inadequate strength or havirlL!Surface conditions indictltingpoor durtthility such aS CrIlZing. severe "neap cracking". crumbling, or other evidence shall he considered defective. 4. f`nginecr shall he notified immediately when such conditions become apparent. TS-6,5.2 Re pairiLig: 1 . Repairing ol'minor•faults such as Small "honeycomb" areas tend voids may be patched. Rcpairs shall he made as described ill TS-6.33.2 above. 2. C.urc patched areas 5 days. 1'S-6.6 Joints: 1 . .taints shall lie constructed aS shO\yn (1n the p1tu1S. Unless Shown Oil the plans. joints shall not be const-uctal unless approved by the i?ngilIM', Where water stop is specified in joint. water St0l) shall he SCCUrely fixed in place to prevent voiLlS or"(oldoycl'" OI water stop. Vlll('ilte al'OLlnd water stag) to Ir1SL11'C watel-tlLlllt Seal With 110 Voids. 2. All constrlletioll jOilltS s11a11 be Illadc with canted 2X4 at Icast 2 11,2 inches from wall face. All construction joint contact surfaces shall be finished with wood float f Inish. �. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of joints with wood float. 4. Contraction joints S11.111 he SawC(I to a Llepth equal to one-quarter Of* the thickness of' the concrete, Unless otherwise indicated on the pinns. ' Contraction Joints shall he spaced a1 a Illax1111L1n1 distance oC 12 f ect each wav Cor concrete p(Ivement. C'ontr'action joints steal I he ul approximately 10 160,1 intervals. Joints in curb and gutter sha11 line ul) with Silwcd joints in conCrcIc ' pavement. �4 w TS-7 n5i HAL'i'IC CONC'Jt(�'"i•i. TS-7.1 General: This work shall consist of the Constr ICtion of aS 1ha16C Corlcrctc b,'ISC. aticl sur(i1CC CO1ll-.SC aS shown nn the planS 1111(1 SPCCi1lCd herein. 'I . 7... _Standard ;Snecification: All work of, this sCClion shall he in accordance with the rctcrcliccd lions of"Missouri Standard Spec.i f icatioils li,r I Iighway(.'onSU action" 1986 f:dition published by the Misscluri Stale LlighwaN' and 'I ra11sportation Commission. CNCC;pt as illodilicd hCrC. •I'S-73 iillaltic C'c,ncrctc (3;1tic: '1'S-7.3.1 SubgRRIC shall he prepared as specilied in Section 'I'S-2. ' 'I'S-73.2 Material: Malcrials shall confirm to Standard Specifications Section 3101.2. 'I'S-7.3.3 Mixture: 'I he mix shall coil 101'111 to II1C re( 1111•C111Cllt5 0I SCCt1011 301.3 As halt cement content tillall be 111 till' range of'-3) to 6 percent. Marshall Properties Stability 1200 Min. 1.1ow fi to h '1•S-7.3.3.1 Section 301 .3.2 shall he changed to read as lollows: Prior to preparing any of the illixture oil the project. the Contractor shall obtain. in the presence ol•the Engineer. representative samples of asphaltic cement and mineral aggregates for tests. The samples of illat.erial shall he of' the size designated by the 1:nglncer and shall be suhnlitted to an approved lahclratclr\ for CSU11g. The Contractor shall also Submit fin• t the Gngincer's approval. n job-mix 101.1111.110 li,r cash nlixturC to he supplied lot- the project. No mixture will be accepted 101-usC until the.joh-nlix IOrmula for the project is approved by file Erluinccr. TllC joh-nli\ formula Sha11 he within the master range SpeeiliCd 101- the particular type ofasphaltic concrCte. and S11111 include the IV PC and sources ofalI materials. the gradations o('the aggregates. the relative qutultity of•Well ingredient. and shall state a clefinite perCC111a2C for caCll Sieve fraction ol'aggregate and I'or asphaltic cement. No job-mix lornitlla Will he tll)provccl which does not permit. within the limits ol•thc 111,1stC1. range, the full tolerances specified 161-asphalt cement and Im material passing the No. 200 sieve. '1•he joh-mix li,rnlula approved for each mixture shall he in CACCt until modified ill writing h\ the Engineer. When Satishictory resells or other Corlditic,rls MAX it neCCSSar•v. or should a Source of• material he challucd. a ne\1 oh-1111\ I01.111u111 111av he rCyuircd. The 1 11gllleer Illa\' make adjustnlCntS in the loh-1111\ fot•111111t1 in order that the nlixtLIN nlcetS cstablishcd criteria of the Marshall 11lix clesign, The lllaxlllllllll tlllle ajoh-[llix will he used will , he two (2) construction seasons. 3; "I'5-7.3.3.2 Omit Section 301.3.6. 101.3.7.. 301 .3.7.1 . and 301.4. 1'5-7.33.3 Commercial Mixture: A commercial nlix nlay be used if approved by the Engineer. To request approval ofa commercial nlix. the C:'ontractorshall suhtnit 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 Ro,'ollrir'Cr1lCllts: 'TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not I)c placed(1)when cit}ler the air temperature or the temperature of the surlaCC oil Which the llllxtUrC 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 ell• frozen surface. or (3) when weather conditions prevent the proper handling or finishing of the mixture. Mixture shall not he placeol during irlClcnlcnt weather. TS-7.3.4? Asphalt Plant: 'fhe asphalt plant or plants shall meet the requirements or Standard Specifications Section 301.6. Plant calibration shall he the sole responsibility of the ' Contractor. TS-7.3.4.3 Preparation of the Mixture: Preparation of tllc 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 conf'orm to Standard Specifications Section 301.6. An adequate number of trucks io 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 404.63 shall be met. 'I'5-7.3.4.4 Spreadil�the Mixture: Asphaltic mixtures shall he spread in accordance with Standard Specilications Section 301.9 and 101 .9.1 . ' Allowance shall he made for the slope ol'thc outside edge so that the finished top dimensions match those shown on the ptruls. '['Ile curb and gutter shall he used as a grade reference 1'c►r the automatic screed control. ' 'I'5-7.3.4.5 Compaction: (tolling shall begin as soon as practicable after the spreading. The Contractor shall submit to the l;ngincer the rolling system he proposes to use or the compaction of'the mixture, Rollers shrill he in good condition. capable of operation without backlash. Steel wheel rollers shall he equipped with scrapers. All rollers shall have a functioning water system for molsiening each roller or wheel. Base course shall be compacted to 95 %0 of lahorator)' density. SurfUCC course shall be compacted to 9t;'/o of laborntor\ density. • ' 30 "I'5-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall confirm to the applicable sections of Standard Specifications Cor llighwa�; Construction. Sections 401, 403, and TS-7.3.3.1 for Gradc "C". Circrde "U" and l ypc "C" except us modified hereto. 1 5-7.4.2.1 Gradation Max Desired Max Desired ' Gradation Limit Gniclation Limit Gradation Passim Gnicie_C (irmle C' Grade 1) Grade 1) , 3/4° SiCVC 100 100 100 100 1/2" 80-100 88 95-100 100 , No. 4 40-05 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 TS-7.4 2.1 Gradation NOTE': The gradations of the aggregates will be determined from samples taken from the hot bins. "Type CIII Pass 3/4-inch sieve ' 100 ... Pass 3/4-inch sieve. retained on 1/2 -inch sieve 0 Pass '/2-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 Nu. 80 sieve �U Pass No. 80 sieve. retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 ' Asphalt Cement ;.; 7 T'5-7.4.2? 6X rc-,atc for Atiphaltic Concrete: Shall conl'5rm to the applicable sections of the Standard Specifications I01' I li(shwct)' construction with the additional requirement that supplier shall crush cued stockpile 50`11i0 ol'the needed approved aggregates prior ' to placement of uny asphaltic base or pavement. • 37 '1'S-7.4.3 CoI15tr`tletlo1 Rec L1 1:g1 eats: Construction requirements shall he specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather Limitations: Walther limitations shall he 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 he placed is less than 40" 1". rS-7.4.3.2 -.,'j2rgading: Spreading ofthe mixture shall lie in accordance with Sections TS-7.3.4.4 except that automatic screed control shall not he: used on the surface source unless directed by the Fngirlecr. TS-7.4.3.3 ConlMUC411 Mixture: A conllncrcial mixture mutt' he approved For this work in accordance with '1'S-7.33.2. 'I'S-7.5 "fact: Coat: A 'lack Coat will he required over all existing pavement to be overlaid and between each Ills of the new asphaltic concrete payClllCrlt 1I11ICSS the prcceding lift has been protected from all dirt and tral1ic since its placement. Tack Coat will he placed after cleaning and preparing of' the surface is Complete. Application rate will generally he U.1 U to 0.15 gallon per square vard as directed by the fingincer. "Lack coat material shill he RC-70. SS-I or SS-1 1 1 unless otherwise approved by the l;ngineer. There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic ccnlcrcte pavement or bust. TS-7.6 Measurement and Pavment: Measurement will he made Im the various type o1' pavement as per the itemized hid I,61-111. WhCrc existing, ayCllleilt is hcin�� overlaid. paylllullt will he fin• Base Levchil�o cp _ I C011rse per ton and (ilr Surface Course per scluarC yard as shown on plans. 'Where all new pavement is to he constructed. payment will he made per square vard of Bull-depth Katie and surface course per 1)'pical section. Pavnlem will include all costs OhACanirlg existing pavement or previously laid lifts and all costs oI*tack. coat. TS-8 PC)RTLANC) Cf?MENT CONC'RFIT, I'AVP'MI:N'I : ' "I'S-8.1 Portland Cenlent Concrete: The work shall con(Orm to the relcrenced portions of "Misscluri Standard Specifications" as modified herein. 1.1 Materials: Materials shall conlorm to Section 501 .2 of'the "Stanchird Specifications" • as modified herein. ' 38 Tinting nlateriai as spcciIted in Section 1056 will not he used. 501.2.2 Mix llcsigrr. Delete Section 501.2.2.1 and Section 501.2??. 501.2.2.3 Use Class A sand only. Nlix 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 possihlc to alloy proper placcnlcnt of concrete. Maxilmllll I S11.111111 1'c)r pavement, curb. or curb cold gutter shall be a". All concrete shall be air entrained in accordance with Section 501 .7 including paragraphs 501 .7.1 through 501.7.�. Air content ~hall he between 4'ro and TY0. All concrete• fi)r curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard, Actual mix design shall he prepared curd submitted by the Contractor to the Engineer For his approval. Slabnlival shout include source and properties o('all aggregate. source of cement. proportions used, slump. air content and results of breaks of 5 test cylinders. Cylinders shall be broken as (�)llows: ' at 7 clays at ?8 days Prior to starting project. contractor shall obtain in the presence of the Engineer. ' repreSentative samples of cement. fine and course aggregates (in'test. The samples of material shall he ol'the sire designated by the f;nginecr and shall he submitted to an approved lahoraton, for testing. The Contractor shall submit fin' the Engineer's approval each Job-Mix forniU1a. The tlllNi►lllltll t1111C cl.loh-Mix will be used will lie ' construction seasons. MlllllllUrll compressive Stre►lgth, hatted on ASTM designation C-?e). C-31, and C- 192. 2800 psi at 7 days and 4000 psi at 28 days laboratory cured. 1?"rig less for job cured cylinders, e Concrete play be either central mixed and delivered in approved truc)cs or' May he truck )Mixed. Total elapsed tittle fr-om little ()F Coillhillatloll of Witte►' 111d CCI11CIlt Until all elf tllclt • batch is placed shall not exceed one hour, The use cif calciluli chloride will not he permiticcl. Other admixtures may be used only if approved by the Engineer. I'5-8.2 Portland Cement Concrete Piivement: '['his work shall confirm to "Standard Specifications" Section 502 and substitute the Billowing: 1'5-8.2.1 Materials: Delete the Mist sentence. cif Section 502.2 and Substitute the following: ' Contractor will conform to the rC(lllll'CI11C11tS of the preceding section of these speci f ications. Delete Sections 502.3,1 , 502.3.2. and 502.3?.1 . Delete Sections 502.3. 1. 5023.5. 5023.6. and 502.3.7. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 Shall he Chailged to read as f ail lows: ' Auxilian, Equipment shall he available at all tillles as fiillrnvs: a) Two or more 10-foot straight edges of an approved type. Blades shall he ' replaced when edges become wavy or warped, b) hnmcdiately following the machine floating and while tile: concrete is still plastic. the contractor shall test the pavement surfacc Ior trueness by means of a 10-Blot straightedge in contact with the concrete Surface parallel to the Pavement centerline. and drawing the straightedge lightly across the suI•fiace. Advance along the pavement shall be in successive stages of'the more than one-hal f the length of the straightedge. All variations shall he eliminated by filling depressions with freshly mixed concrete or striking off proJeetions,and ' the areas so corrected shall be consolidated and refinished by means of a long-handled float. C) Sufficient burlap. watcrproc►I'paper. or plastic 1-11111 For the protection of the pclveil em in Case of rain or bieakdown of cllrim, equipment. ' (1) Joint Seal shall Confirm 1.0 Section 1057 oi' the 1996 Missouri Standard Spccif'ICations 1-101- i-lighWay C OnStRIClion. ' Bland placement and finishing as specified in Section 502.10.9 will be permitted, ' I'S-8.2.2 C011St1 IC6011 Regllll•C111e11tS: 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 oJ'Sub grade. References to other sections shall be references to those Sections as amended by thesic Specifications, ' Delete Section 502.7 and paragraph 502.7.1. Deletc Section 502.0 and paragraphs 502.9.1 and 502.9,2. Delete Section 502.10.7- Station Numbers. Section 502.10.0 l land Finishing will hC permitted on the project. 502.11, Slip Dorm Construction, This type of consll-uction will he allowed on this project. 'Mlle provisions of Section 502.1 G and the succeeding paragraphs as amended herein shall apple. References to other sections o(' the Missouri Highway Specifications shall refer to those sections as m>dilied by these specifications. 502.16,l Subgrade and Basc. Delete all rcicrences to aggregate base. Pavement shall be placed on earth subgrade and the paver and check template shall also operate on the subgradc. Delete Section 502.17 and paragraphs 502,17.1 through 502.17.5. Cores will not he 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 eonstructcd thickness, Pavement thickness will he considered to lie design thickness. TS-8.2.3 Metesurement and Paynient shall be in accordance with Sections 502.18 and 502.19 of the Standard Specifications as anlendcd by the following: If cores are taken and the thickness found to he deficient the provisions of 502.19.1 through 502.19.3 shall apply with the exception oC Typc "A" curb and gutter (see typical section for end details and thickness)which shall he measured on the basis of linear Icet constructed. Payment shall he continuous tllrutlgh residential drive approacheS and s11a11 include the hooking up of existing house drains that no\\' extend to the street. '1'S-9 LAWN RPTAIR AND SE.I`1.DlN6: TS-9.1 General: All areas dlStUrbed by the Corlstl ucnoll Shall be seeded or Sodded exCCpt for , paved areas. Sce plans fin• areas to he sodded. TS-9? Blues MS1, Sodding: Sod shall he planted in accordance with the I61lowing requirements. -- • 4 I ' Sod shall be of the best quality and when placed. shall be live fresh growing grass ® with s1.111"Wicrlt soil adhering,to the ['(lots. Sod shall he procured from areas where the ■ soil is Icrtlle and contains a high percentage of loamy topsoil and from areas that are predominately bluegrass and that have 11eell grand or plowed suff lciently to Form a (ICIISC turf, Sot.INCC Of' Soil shall he arppnwcd by the Engineer hcfi)rc cutting and harvesting. The sod shall he transplanted within 24 hours from the ti[nc it is hal•yesled unless it is stacked at its destination in a manner satislnctory to the L`,ngincer. All sod in stacks shall be kept moist and protected front exposure 10 the sun and from lrecr,ing. In no event shall Illorc than one week elapse hctween the time ol•cutting and planting of'tile sod, 1.1clore placing or depositing sod un areas to he sodded. all shaping and dressing of the areas shall have been completed Io the satisftactior► of the I•:r►ginecr. Top soil as ' specified in shaping tall dressing. commercial fertilizer. grade 12-24-24. shall he applies{ Lill i(*)rutty at a Nate o('not less than 350 pounds per acre and harrowed lightly. Sodding shall ibilow immcdiatclN. Mier planting. the sod shall he watered and mowed as required tmtil completion and acceptance ol'thc entire work. No sodding shall he dor►C during the period from .lurk I to September I, unless the planting season is extended by the engineer. ' 1'S-93 Sceding: Mier shaping. placing 4" ol'to psoil. and dressing ol'arcas to he seeded have I ;~ placing ! t« been approved by the Engineer. a commercial fertilizer. grade 12-24-24. shall he 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. fired shall then be spread at the specified rate by drill. by hand seeder, by brillion seeder. or by other approved seccicrs. Seeding shall not be done during windy weather. or when the ground is frozen. muddy, or otller\;6se in a non-tillable condition. An establishCd grass cover shall he proyicled on all areas requiring seCding. Irrigation. mulching. plowing. and any other operation necessary to provide an acceptable grass cover shall he provided by the contractor at no additional cost to the Owner. ' Seed shall he applied at the rate ol•3O0 pounds per acre. The seed shall he composed of•a rllixtur:' of OMO "Derby" lye crass. 2W.o creeping fescue. and 20%, Bluegrass. 131ucg.rass may bc either Ram I. Touchdown. or Cilade. ' Seeded areas shall he IIIUICIIed with suave at a rate of, 1.5 tons per acre. ' The Contractor Illa1' at his option and at no additional cost to the Owner. provide sod as specified herein in lice of ticccfi1W in a111\ or all tu•eus required to he seeded. 42 Protection and Repair: The seeded area shall he free of traffic. If at any time bef6re acceptance becomes sullied or otherwise dammed,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 ' nnarnifacturer 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 inte2'SpeCUon 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 E=ngineer 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 1 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. 'I'S-9.5? Scedinb: MCaSUi'Clllent will he made of the area seeded (horizontal measurement)to the nearest 1/10 acre. Measurcillent will not he made beyond a line 5 feet outside the grading limit. TS-9.5.3 5cyddir : Measurement will he rnadC ofthe areas sodded (slope mcuSUrCnlent) to the ' nearest squar•C yard. MCaSLtl'Cn)ent will not he made beyond a line 2 lect outside the grading limit. TS-9.6 Basis of Pavnncnt: 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 C01111-110 unit price bid per Square yard for sodding.. 4; TS-10 RFINFC)ItC'F?D_t'ONC'I:1°I�C, l)C)t►1"31 l.,BOX CIlINF.'RTS ANi) i:F-FAiNiNC► WALLS TS_M.I General: 'I llcsC items shall be bid oil tie Itrlllp stllll baSiS to I11CILKIC: till` llCCCSSary excavation rind tilt disposal ell' anv excess excavation material From the channel to allow construction of the proposed Structures and all materials and labor to corllplcte the camstruction ol'a I I x () ItcinlilrMl C 011CrCtC DOLINC liox C 1lIVCrt and all itctaining Walls according to the plans and specifications. TS-]0.2 iZcin(6rccd Steel lilr t'011CPCIC StRIClilreti: All r6111`01'cing steel to he used fir this structure shall he dclbrnled bars meeting the requirClllents ol•tIlC 1011owing: Grade 60 ASTM a 615-70 Deformed Billett Steel liars Concrete Itcrnlol•Cenlent. Reinl'lrcing steel shall lie protected from damage at all times. When placed in the work. it shall he free front dirt. oil, paint. grease. loose Mills scale, thick rust and other lilrcign suhstallCC'S. iZC'lllftll•CCI11C111 for tile top Slab shall he held Securely in correct position by means of approved metal bar supports ' and tics. Bars in lire top slob shall he tied at each lap or crossings of closer. Care shall he taken to maintain proper-Clearance between the f'ornls£llld t.fle rcr11101•ccnlCnt. 'i hC Stcel shall be tied ill col'l'ect iosition and inspected liefilrc env concrete is placed. Such inspection will not relieve the contractor of his responsibility for constructing the unit in accordance with the plans. ' I'S-10.3 P'ornlinu: Dorms For concrelc shall he built truC to the lines and grades designated and be mortar-tight and of sound materials ldCCiLlatC to prevent distortion during the illacill`._' and curing of•concrcte. All concrete shall he f01•111CCl unless otherwise Specilicd. If during or after placing the ConcretC. the 1`61-111s sag or bulge. the concrete affected shall he removed. IhC I01'111S realigned and lie\\ concrete placed. Construction camber to take care ol'shrinkaue or settlement impairing the strength ol'thC Structure by the reduction ofdcpth will rint be permitted. 1 The forms shall lie designed tin• a livid pressure of• 150 pounds per CubiC fruit on ho1•iiorltal sul•lilccs and 10 pounds per SCluarC f iiol on vertical SurfirCCS for impact and vibration. ' FS-10.3.1 Face I.unlh_cr Of* ['M-111S for CxlrosCCI surfitcCS 01' C011c1•ctC shrill prCSCnt a s11100th dressed stlrltice free of* loose knots. knot holes. an.l othcl defects. The spacing Of' supports and the thickness of MCC 111111hC1•shall have a Illillir11Ur11 110i11rrlal thickness of ' oue inch I61• solid lumber oi. .5/8 inch 16r plywood. Form materials shall he placed With ho1•i•rolltal joints. 'I riangulur moldin�C. smooth on Ihrec sides and havin�(Y ., • inch width on orlon ol'the two loom sides, shall hC used to hovel all exposed edges of ' 44 the sll•ucturc. esec ll whcMC Special hovels aw sh0\\'n on the plans. TS-10.3? Dorms lac-used shall he in plod cclncliliml. I'm-111 lumber which is unsatlslactory ill any respect shall not he used. TS- f)csi i ultd ('(�mtngctic,il ,f I"O'l,il>s hermit their I-CII) ,v,rl With(lut damage tO (hc concrete. Col'fcrclam hraccs or struts which will cNtend thr0r.l�h r1tlV cxp()secl concrete section will n(,t he perrtlitled. 1-01'.111" Under mpinps and around()14sels tray he given a deal'( ofnol 111orC than ol)e• inch per 1;x11 to per'rnil rcrl,(1va1 withoul damage to the cmicr'ele. Fm- 11,11''1'(1\\' \vans \whet'(• 11CCCSS lc, the h(11((,nls Of'the 1(11'n1S is 1)01 otherwise obtainable. an ()}1c1linz shall he pr0vidcd so that chips. dirt. sawdust. or other cNtrancmis nlatcrinl ma\ he N111Mcd immcdiatc}w prior to placing concrete. TS-10.3.4 Tics aiid SINC ICI's MILL _.Ill metal ', )jjtianccs used inside of 1'nrnls to hold them to correct alignment and kwatic,rl shall he so constructed that alter removal ol'forrns.the metal 11mv he removed 10 a depth ()I' at least mic inch helo\w the surface of the concrete. Metal lie rods used inside the li,rnm \where concrete will ha,c an exposed MA surface shall he a type which will clot produce 1 Cavity 11 the surfilcc of'the concrete LDVWcr than 14'22 irlch:�s Ill diameter. Bolts :111(1 rods used (ts tics shall nut be removed hw I)UIiinLI them lhrough the concrete. \fire ties and Mlle spreaders\will not he permitted.and metal or wood spreaders which are separate frorll lilr•tll tics shall he r•enloved as concrete is being placed. A h(di-Ill1'ough method c)( supporting forms for massive suhstrlumv ((ails Maw he used \with the approval of(hc Engineer. No form ties shall he embedded ill concrete above the roadway surface on bridges. TS-10.3.5 Cavitics produced V,\' the removal of metal lie rods shall he carefully filled with mortar composed of approsinlatclw one part cclllcnt to Iwo harts sand. White ccillent shall he added to the mortar if' nccessnr\ to (,plain the re(luired color. In order to ' I•C(1l1CC the sht•inkage. 110 11101.1,.1' shall he placed in the cavities until 45 minutes after the initial miNing. In lieu 01' 111c ahtwe. ill\ appr0wecl mm-shrinking. 1101'1-stainim, ' type of'nlortar nla\ he used. After the c:rwitics are lillccl. the scu•face shall he left smooth. even. and unifi,rnl in culur and le\111I.C. Tic 1-ml cavities in surfaces against which hacklill is t0 he placed ~hall he lillccl with 111urt:lr u . an approved plastic comp0unc( mectin, the reyuir(nlcnt� of`,cctiun 1057.1. Patching of tie rod cavities in the interior surfaces (,f'h(0. 1�1'indcrs will )lot he 1'c(luircd. TS-10.4 I'm-dand (_cold;( U(mcr(•tc This ilea) sh:111 C011161111 10 the IMINSouri ,-;tand"Ird Spccificallmis 101. Iligllway ' ('onstruclion. Ulatis B Conc•relc• \\ill)a coarse ag��regat�°classilirati0n ol'(;radation I). Osave Rker Oravcl. I`inc i1LT1c1'atc sh;111 he M kso uri Diver Sand. ('lass A. It shall he a S.KI bw, 1111\ \\Ith all air content of four (-{) to scwen (7► percent. Finish for bottom slab shall be travel and finish For top slab shall be broom. TS-10.5 Excavation The contractor shall he responsible for excavation required to complete the proposed structures in place. "i'he contractor shall establish a sound bedding,before pouring the bottom slah and Footings. TS-10.6 Testing of,Portland Cement Concrete The contractor shall perlilrnl or have performed the Following tests to insure the strength of the structure when completed. Such tests in no way relieve the contractor ol'his responsibility for the construction of this structure anct its acceptance alter final inspection, (Payment for this item will he included under the hid item for Double Box.) ' FS-10.0.1 Sltt 11 ,I:cst: Slump 'tests shall be taken arch pouring and shall not he IeSS than ? inches and not more than 4 inches. e I'S-10.(x? C'c_�mhressioil_1_est: Cylinders 0 inches in diameter and 12 inches in height shall he used in determining the compressive strength. •fhc contractor shall make 1 cylinder per 25 cubic yards poured. I'S-I 1 CRUSI II-D S"I'ONI I)RIYI NKA)'S: I'S-11.1 C'rtlshed stone driveways shall he constructed in accorclancc with the details on the Plans and with the regt.rircnlcnts of Missouri Filghm,"ay Specilications Section 304 for rlggrc gate hale course Cxcipt that the provisions im measurement and payment therein shall not apply and except as modified In this Section. "I'S-) 1.2 L�t�grcgu��_:I�'��c: 'I'ypc I "I'5-11.3 The required thickness mny he conlp'u•ed in one layer. Required density of compaction shall he not less than ninctx 00) percent, 'fS-1 1.4 Where practicable. trtilii.c surfacing material aS St IAXISC to improve ' stability ( 'crushed Stonc drives and to reduce amount etfaddCd trraterial required. "I'S-I 1. Crushed stoic drives shall he carclllll\ gracicLl to drain. FS-11.0 Niursurenlcnl of crushed stone drive, shall he to the Ilearl'SI I sc Marc yard. I ' I'S-1 1.7 Payment shall he at the unit price hid including all labor.equipment and 111a1crials to construct the drivcwm will 11ety including stlhgr,u.le preparation, 410 TS-12 RiP RAP: TS-12.1 General: Rip rap shall be fumishcd where provided on the flans or- where otherwise directed. Rip rap shall he durable limestone meeting the requirements elf'Missouri Highway Specifications Sections 611.31, 611.32 and 611.3:3 For Type 2 Rock Blanket. The tnininlum laver thickness shall he one nild one-half(1 1/2) feet. The surface of rip rap shall be hush with the surrounding finished carth grade and grouted, TS-12? Inspection: The Contractor shrill notify the 1ingincer of the source of'rip rap prior to its delivery in time to permit its inspeetioll. TS-12.3 MCrtsurcnlent and 11,1vment: Rip Rap will he mcasurcd complete and in place to the nearest square yard ol'surlace area (slope rllcasur MCIlt). Payment at the unit price hid will he full compensation liar all costs of excavation and furnishing and placing rip rap as shown on the plans and specified herein, e TS-13 ROCK I XCAVATI0N: TS-13.1 General: Should rock be encountered in two or, more ledges. each ledge being more � � b than six (6) inches thick and with interlving 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 he classified as rota:. (Sec Article TS- 2 fin• detail specifications,) TS-13 2 Use of' Ex llosivcS: WilC11 ex IoSi\'CS arc used in tilt PrOSCCU6011 of work. the ' Contractor shall use the utmost care to prevent injure to persons and property. All 1 explosiveS S11a11 be Stored and used ill a sale manner and in compliance '.with all existing statutes and ordinances and all places used fir Such storage shall he marked clearly "DAN(il WN IS I;XITOSI\1FIS". The Contractor shalI wlrn all persons in the vicinity of the danger area when explosives arc heing used, The Contractor shall save the City and its agents, officers, and employees harmless front any claim growing out 01'(11C use of'such explosives. Removal of any i(,jlll or material of any nature by hlastin-, shall he done in such manner and at such time as to avoid danlrrge aficeting the integrity of the design ant) Io avoid damage to any ne\y or existing structure included in or adjacent to the work. I finless the plans. special provisions,or the Engineer restricts such operation. it shall be the C'ontractor's responsibility to determine a method of operatiOrl 10 IllSlll'e file dV-;il'ed results and the integrity ol'the completed work. 131asting will not he permitted until a Contractor has obtained prior insurance and has obtained a permit from the City lire Depru-tnlcnt. f5-I3.3 MC,1Slll-ClllelltMild PlIVI11e111 '. Rock excavation shall be bid oil Unit price I1Cr CLINC yard 111(1 1111,11 payment shall he 47 based on field measurement. hock is defined as being sandstone. limestone, chert, granite, sillstone, quartzite. slate, shale, occurring, ill its natural undisturbed state. hard and unweathered or similar material in masses more than 1 1 12 cubic yard in volume, in ledges six (h) inches or more in thickness. 'I'5-14 SANITARY SF'WfdR ADJUS'I'M1:NTS: I5-14.1 !1c1ju tjLigand Rebuilding Manholes: ' I'S-14.).1 General: (a) F"ach existing storm or sanitary sewer manhole encountered within the grading limits. whether or not shown on the flans. arnl which is to be lcf't ill service shall he raised or lowered to the new grade and slope. (b) All construction work in connection therewith shall he in accordance with the applicab(c details on the nlrinhole sheet of,thc drawings. Manhole steps shall be properly reset and spaced. All new construction with brick shall he given a three-I Urtlls (3/4) inch mortar coat on the outside. All new construction with brick or precast concrete shall he given one heavy coat of coal tar paint. (c) In areas to he paved or surlirced the work shall be accomplished and protected in such a manner as to not create a tral"fic hazard and to provide For proper construction and compaction of the sub-gradc 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 he immediately removed to prevent hcing washed down the sewer line. (�) '['lie C.ont'actor shall ycrrly for hnrlscil the (vpcs of construction of the existing manholes. "I'S-1X1.1 .? howerinz Manholes: ' (a) Wherever possible, the manhole shall be )OWCrCd without resoling or rebuildi►lg the cone: (this will he classified as "Adjust Manhole to Grade"). utiliAllg one 01' both of the f'O)lr>wing nlctllods: Relllhye CNistirl!,! 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 flans. (machined). or equivalent. ' 48 designed to receive existing covet'. ' � l- (b) When the required lowering is greater than can be accomplished as specified in file above subparagraph, the work will tic classified as "Rebuild Manhole to Grade". which shall be accomplished by one of the following methods: , 1 . Precast concrete shall he removed and reset. removing one or more precast concrete rings below the colic. furnishing any necessary shallow depth straight concrete rings below the cone or concrete or cast iron adjusting rings abovC the Cone. The existing cast iron ring and cover shrill he reset, or. if necessary, a shallow type ring shall be furnished as specified in Item 2 of'sub-paragraph S-14.1.2 (u). 2. [crick cones shall be torn down rued rebuilt with brick, using CCCClllrle or concentric cone as requird to nice( clearance conditions. An eccentric colic is prcfcrrccl, Taper on walls shall riot be nlore than twelve (12) horizontal to iOrty (40) vertical. The existing cast iron ring and cover shall be reset. or. i f'necessary,a shal low-type ring steal l be furnished as specified in ]tens 2 ol'subparagraph S-14.1.2 (a). TS-14.1.3 Raising Manholes: (a) Wherever possible. the manhole shall be raised without resetting or rebuilding the colic. This will he classified as "adjust Manhole to Grade". This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick: or in appropriate combination thereof', and resetting the existing cast iron ring and cover. The ma imilill allowable height of 1 straightneck Section. measured to top of cast iron ring, shall he twenty-onc (2)1) inches unless otherwise directed by the ingineer. (b) When tile I-CCIlll1'CCI I'aiSlllg is gi-cater than cull be iccomphshcd as specif ted ill the above subparagraph, the work will be classified is "Rchllild Manhole to Grade". which shall he Iccollllllishecl by one elf,the Iollowulg methods: 1 . Precast concrctc cone Shall he removed and reset.adding one or more precast concrete rings below rile colic. furnishing am necessary concrete or cast iron adjusting rings above the colic. The existing cast iron ring and cover shall he reset. e 2. Brick conics shall he torn Clown and rebuilt with brick. using eccentric or concentric colic is required to me:ct clearance conditions. An ' eccentric colic is preferred. 'Faller oil walls Shall not lie more than twelve (12) horizontal to lorty (40) vertical. 'fhC existing cast ircln ring and cover shrill he reset. , TS-14.1.4 'fhc C"ontractor shall furnish all materials required lilr adjuStin�, and rchuilding i ,l e� r manholes. Suitable materials sulva�Ied I'ron) existini! manholes 1111IN he reused as needed. if directed to replace till\- cast iron item Cound to he unsuitable th►•ouph 1110 ® fault of the Contractor. payment Im the materials only will be n adc in accordance i with the Provisions of Rqulations ol'the Contract Article FC-21 . ' TS-15 UNDI RDRAIN: TS-15.1 General: The Contractor steal I install unclerdraius\�litre directed. Nona are shown on the flans. I Ic shall have an avail;thlc source of underdrain material;so that Ihey can be quickly obtained when it is determined where Itncl il'Ihcy ;u•1, recluirccl, I Ic,wevcr. such nuttcrials shall not he ordered until dircefed h\' (he I•.rll.tirt(er, I Inderdraills shall be installed only at locations as directed by the I nvineer. TS-15? matcririls: 1. IIine Cor l J idcrc.lrain: "N'lism)IIri I Ii)'Ii ;I Spec.IIic iIIitins" Set:timfl 1().,-2, with ncccssar•v linings, Pipc. fittinl�:. and >.h;Ill hc• hIlk hitnntio011s eO;Itrd alier fabrication in compliance with the rccluirelncnls of AASII() M 190. Diameter of perlornti(ins after cm;ttillp shad) hr lwl ICS's Ih;tn unr-1,0111,111 (VI) lllcll. 2. (or I Inderdr;0ii: Natur;tl smid, merlin,, tilt' recluirenlc-nt', for Dine Attgrc:!atc. MC'III Section •I. TS-15.3 Installation: 1. Installation of undcrdrainti s11;111 he ill w1111 tilt• del;tik un the Plans. with "Missouri I lipliwNY SIX-Ci l irntiti11•," SLT6010, (IO:'.I I . (10,1:, I , 605.13.2. 60 .13.3. and 1111d in ;IrOW(IMICC 111111 the 16110\011J.' items. 2. Underdrains will (LMILT,111V IV diSeh;11'�'ed 1(� Ill" nr;ue,�,I ,I��rt1l .t �crr pi1u. n1, struclu1,e or to the dearest ditc ), ( lapel in sttirnt !W1, Wl shall plebe;Ihl hr in uppertwo thirds (2,')) ol'pipe1wiL01l: in ditcltc.', ;1 11 611111111111 of";I� lo) irtrltc• , above bottom of'ditch. 3. Break into storm sewer or clrain;ttiI.., S11110un• mid pr„ul tutdrtc{r;tin ill pipt, into as li,t• branch conncction ns shtvwn till the Plim" I ,w l'1:111111;11 1111 bCIICatll undcrdrairt pipe to hotto►tI c,l storflt ,c\wl 11VItt•II Ol ;Itut• MV excavation. 4. A section o1,non-perlorated pipe, ol'Ielti.elli 0.:, !;peeilircl h.\ 1111• I1:111.�iIILYr. ,Jlllll ' be installed at the mullet end. • 5. Seal around underch-ain With el;t\ nc;t1, 01IIIeI end" W ('011linr t„Iirl in the 5( pipe. e. a 6. Aggregate for underdrain shall be compacted to final settlement bN, pctinding, 'I'5-15.4 Measurement and Payment: Underdrain pipe shall be rncasured per linear Foot complete including; trenching, installation, granular fill and back-fill. ' S-16 PAVEMENT MARKING: TS-16.1 Scope: Furnish and apple white and yellow thermoplastic -cflcctorizcd pavement marking materials as indicated on the plans. Cold applied type sliall be used for all markings and shall consist of a honwgcnous, extruded,prefabricated material ofspecified thickness and width.which shall contain reflective glass spheres uniformly distributed throughcnit the cross section.and shall be applied to the pavement surface by means of a pre-coated adhesive acid pressure. TS-16.2 Materials: ' TS-16.2.1 General: , a) Materials will be considered only from manufacturers of rellectorired plastic pavement markers and legends. who can submil evidence of successful , product use over the past five (5)years, under climatic conditions si nilar to that of the work location. Each work and symbol marking shall be supplied lied with a dia gram with each ' b) Y L- 1 p 1^ 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. Tlie plastic marker shall have resealing characteristics such that it will fuse with itscll'and with , previously applied markings of the same composition under normal conditions of use. e TS-16.2.2 Composition Requirements: a) As supplied. the plastic without pre-coated adhesive shall not he less than ' 0.06" in thickness. The edges shall be clear cut and true, b) Plastic shall be supplied complete Nvith 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 ol'tack so that it can be 51 ' r easily handled without the protective backing, and be rc-positioned on t11e surface to which it is to be applied, before permanently fixing it in this position with with a downward pressure. TS-16.2.3 i'll Sical Requirements: ra) Bend Test: The plastic shall be of such a structure that at a temperature of 80" F.. a piece of 3" x6" (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 he no fracture lines apparent in the uppermost surface by visual inspection. b) Reseal 'Feet:The plastic shall reseal to itself when tested as specified. Cut l" x 3" pieces ol'plastic. Overlap these pieces face to face ('or an area of 1 sq. r in. on a flat steel plate,with the backing material remaining in place. Center a 1.000 grail weight over the 1 sq. in. overlap area. and place in an oven at 190' 10` F, for two (2) hours. After cooling to room temperature, the pieces shall not be separable with tearing. C) Glass Sphere Retention: The plastic shall have Mass 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 '/z" mandrel. While ® the specimen is bent, a strip of' 1/2" wide masking tape (such as Utilitape, ' manufactured by Permacel) shall be applied firmly along the length of'tile 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. (1) Skid Resistance: The surface friction of pro erties of the plastic shall not be 1 p less than 35 B.P.N.. when tested according to ASTM h-303-66T. C) Lateral Shock Load Test: A T" 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 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 tbs. 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 Stren{uth: Specimens shall be tested according to the method described in ASTM D-638-61T as modified to test the adhesive shear strength. 'rile samples shall be prepared as fellows: Plastic samples cut as described In paragraph 207-313(i).shall have applied to the adhesive f ace a 1" x 3" piece of earborundL1111, extra coarse emery cloth, or'Its equivalent,so that there is 1 sq. in,overlap at one end ofthe plastic specimens. A pressure of 50 • p.s.i. shall be applied over this area of a period of 30 seconds, load shall 52 r w 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. Tile speed of testing shall be 0.25" per minute. The test shall be conducted at a temperature of between 70° F. and 80° F. Submittals: ' TS l 6.3 . 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 Premarkins,: The Contractor shall do all measuring and pre-marking required for application of the a pavement markings. TS-16.5.1 Application Requirements: e 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 s upply detailed information concerning and 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 arc given on the plans for informational use only. TS-16.7 Basis of Pavment: ' Pavment for pavement marking's will be made at the contract lump sum bid price and shall include all material. labor and incidental items necessary to complete the work as shown un the plans. TS-17 OMITTED 53 ' TS-18 TRAFFIC SIGNALS: TS-18.1 General: All traffic control signal cq t ii cn t. m at erials and construction methods relating thereto shall conform to Section 902, "'Traffic Signals" of'Missouri Standard S ccif icatirnis fiir 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 convict with the flans, or the Missouri Standard Specifications, these Technical Specifications shall govern. TS-18.2 Scone: The work o(' 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 representatives) to result in a complete and finished jab. TS-18.3 Section 902.3, "Materials". of the Missouri Standard Specifications for Fliu.hwav Construction is modified by adding the following paragraphs: A. Section 902.3.5.1, "Multi-Conductor Cable". shall be amended by the addition of tile 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 Polycthvlcne- Insulated. Polyvinvl Chloride Jacketed Signal Cable. ' B. Section 9023.53. "Induction Loop Detector Cable", shall be replaced by the following: I ) induction loop detector cable shall be No. 14 AWG. TI f WN or 'I'HFIN, 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. "E"quipment". of the MiSSOUri Standard Specifications for 1-114uhwav 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 furnisher) by the Contractor as follow~: 54 Lamps for 1�2_ inch Ic.nsc.ti shall he 150 watts. All other lamps shall be clear H 6 watts. Signal lamps shall be minimum life rating of 8,000 hours,guaranteed by the manufacturer. Horizontally mounted lamps shall he installed with the open segment of tllc filament up. ' B. Section 902.4.4. "Power Stipp]),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 I-li 41z1wav Construction shall be amended by adding the following: A. Section 902.5.1. "Pull Boxes and .1 unction Boxes", shall be amended by the Addition of the following: i. Concrete pipe, meeting ASSI-10 Specification Designation M86 for • non-reinforced or MI 70 Class Ill 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 Rin-s 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 oil the Plans. They shall be of the sizes and designs as shown on the Plans. 5. 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 hid. ' 13. Section 902.5.3. "Conduit System". shall be amended by the addition of the S 55 ' r 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: I. The detector loop wire shall normally be No. 14 AWG, THWN, 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 highIN, abrasion resistant and have a smooth bore. The wire shall be inserted into the vinvl 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. r 3. All lengths of loop wires and tubing that is not imbedded in the ' pavement shall be twisted with at least 5 turns per toot, 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 icad-in cable coverings leaving_ fOLII' (4) 'inches insulated wire exposed. ' h. ReMONIC the insulation from each conductor ofa 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 2 b 1 one-half(1 �/2) inches. r56 d. Remove the insulation from the loop wires Im one half('/2) inch and scrape both copper conductors with knife until bright. C. The conductors shall be connected by twisting together, soldering and covered with a screw-on wire connector. 1'. Center all conductors in a splicing mold. The mold shall be approved by the Engineer. Q. 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 Ftigineer. h. Cover the exposed shieldin ground wire and end of any p b f: unused loop lead-in where the sheathing was cut. by liquid silicone rubber. Apply Butyl Rubber Polymer 'Pape 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'protccting the detector against differential (between the loop loads) surges. and against common mode (betNveen leads and ground) surges. b. Unit must be of the inductive type with a maximum DC ' resistance of 150 milhollms. C. Unit Inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. C. Unit must be a two stage device capable of clamping a 350 ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. t 1'. Unit must clamp a 350 ampere common mode(between leads and -,round) surge to 30 volts. ' G. 'f he control let-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 30.000 ampere • 57 surges minimum of25). t: b. Unit must have internal foliow-current limiters (resistive elements). e. Unit muse. contain 3 active clamping stages nlinimunr. d. Unit must self-extinguish within 83 milliseconds after trailing edge of surge. e. Parallel impedance of 1 limiters must be less than .15 ohms. 1) Section 902.5.10. "fainting", shall be amended as follows: 1 . 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. ?. Polycarbonate components. i rused, 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 be covered or turned away from approachin traffic. When read\, for operation. tiley 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. Flowevcr, the signal shall not be put into permanent operation until authorization is given by the Owner's authorized rcpresentativc(s). Lt. tA'hen the Contractor is certain the traffic signal controller and control accessories are working properly.and all signal ecluipment is properly ' installed. he shall make an inspection appointment with the Owner's authorized representalive(s). b. After a thorough inspection of the sis111a1 ecluipment and installation. ' the Owner's authorized representative(s) maN authorize the Contractor to put the signal into permanent operation. This authorization will he ygiven if' all signal equipment is workings �8 properly. of if' ublic safety and convenience warrants the operatI'o l of the signal belore all corrections have been made. C. A written communication confirming tile 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 he corrected, , d. If the inspection finding contain a list of signal deficiencies. the Contractor shall correct them as soon as possible. 1 f the signal must he put on flashing operation or completely shut down to make the necessary correction.the Contractor must receive authorization from the Owner's authorized representatives) hclt)rc this action is taken. When the Contractor is certain all corrections have hell made he shall again make an inspection appointment with the Uwncr's authorized representative(s). After the final inspection of the signal. a written C0111111 Lill lcat1011 confirming the acceptance and approval ofthc signal shall be sent to the Contractor by the Owner's authorized representative(s)at the end ofthe 15 consecutive days ofoperation of said equipment. TS-1 8.7 Guarantee and Maintenance: e 1. General: ' a. The Contractor is requil-Cd. until the end of the one year guarantee period covered by the PCIT01'i11aI1CC and Civarantcc Bond to: 1 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. ' h. This requirement uppliCS to all tl'af'(ic control signals under• this contract. , C. "fhc intent is that at the end of the 0110 (1 ) year guarantee period the Owner will have properly operating and serviceable traffic control , signals: that defectivC equipment. materials and workmanship will have hCell Col'l'ected: i111d that 11111' IiCCCSSi11•1' IllallltCliallCe 111 COIii1CCtioll With SpeClf lC itelllS Cllulllcl•atCd in paragraph TS-14.7? ' wethet' or not due to dCfCCtS in Contractor's materials and workmanship. will have IVC11 accomplished. All materials and 9 installation for such work will be a the Contractor's expense. 1 2. Conditions Recluirir orrections: Any adverse conditions which affect the use, function. Operation, quality or life of'the traffic control signals shall be corrected, including the (i111Owing: a. Traffic control SlLtlal a.luipnient nlallunctions: including. but not limited to the Following: signal controllerniilfiinctions: vehicularand ' pedestrian detector malfunction: electrical cable malfunctions: and failure ol'trai'fic signal units. poles and mast arms: which affect the Junction and sale (Teration Of'thc traffic control signals. b. FNCiUSiOnS: The following conditions are excluded and are not considered the responsibility of the Contractor. 1. Traffic signal lamp replacement due to lamp burn-out. I I aniage to traffic control signal equipment and materials resulting From acts of vandalism. traffic accidents. natural disasters. or street cuts 01•excavation within the right-Of, way of'others. ® :3. General Lcc L renicnts Im Corrective and Maintenance Work: a. All corrective and maintenance work shall he done promptly upon notification by the Owner in order to prevent unneccssar�• inconvenience to the traveling public and to minimize traffic safety ' hazards. h. A11 work shall be in accordance with these specifications and the highest standards and methods of the traffic control signal industry. The Contractor Shall SUbmil his proposed methods in([designation of equipment and materials to the Uwncr, for approval in advance of' ' such wort:. I'5-18.8 SLIb111i11aIS: The Contractor shall furnish. in triplicate, a list of equipment and materials to be installed. showing name of•manufacturcr. catalog or descriptive data, arld S11aI1 furnish 111a11iICaCttn•cr's certifications. in triplicate attesting that all materials supplied conlin•nl to the requirements of these Specifications. TS-18.O FICId lAIVOLlt: All work covered by this Section shall he done to the lines shown on the flans or as directed by the 0"'Im"S authorized represcntativc(s). The Contractor shall lie responsible for all field layout work subject the approval 01' the C)wner'S authorizc(I representative(s). i ' 60 TS-1 8.10 Method of Measurement: Method of Measurement shall conform to Section 9 2 _ rc i 0-..8, "Method of Measurement", of the 1986 Missouri Standard Specifications for I-1igliway Construction. TS-18.1 1 Basis of Pavment: 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-setting 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 ® r 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 fencino at no cost to the Owner. Removal and re-setting of fence will be paid for at the unit price hid 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 ofthe permanent fence until the permanent fence can be restored. , The construction of the temporary fencing shall be coordinated witll the property • 61 ' w 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 P b 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: Ifs-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 Speci fications.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. Shop 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 %\,here so indicated. I. Reinforced concrete pipe. fittings and specials. (Shop drawings ' required for all fittings and specials. including bunch connections, and riser manholes.) 62 2. Joint materials for reinforced concrete r i p e. 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. ' S. Metal work (Shop drawings required for fabricated items). 9. Iron castings. 10. Seed. 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. t 14. Fibercloth. ' C. Rock and sand products will require certificates of compliance. as follows: 1. Stone for gabion fill. ' d. Back-fill: It is recognized that, due to mixing 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 hilly responsible for settlement of back(ill as provided in Special Conditions Article SC-3. c. 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. �. Acceptance f Cc n c et c f or strength shall be asstipulated rn Article 5.02 of MCII3 Section 5. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. 4. Visual inspections and tests far pert orrmance 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 MC113 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 Or WORK tTS-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: I3efore 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'startinO and completion of each part. The schedule shall be submitted to the Engineer for his concurrence. ' TS-22.3 Winter Shut Down: If tile 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 5-23.2. The ' Contractor shal I 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-nix or asphaltic concrete in order to facilitate the City's snow plowing. Access shall he provided to all houses. • ' 64 S TS-23 MAiNI'ENANCE OF ']'RAFT'](' ANI)�C'C'I?SS: TS-23.1 General: '1 he Contractor shall conduct his work so as to mtcrlere 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 front 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. Fle 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 resent a work schedule and a plan for handling traffic for p P g review before commencing any work. TS-23.2 When Work Not In Prouress: 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-gradc and paving. TS-23.3 Contact Person: The Contractor shall designate a perSOil (with ph(111e 111.1mber) who ' can be called by the City during the night. weekends, holidays. and other days when wort: 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 ofparagraph S-2.,?. TS-23.4 The provisions of MUTCU. Part V1. apply to this Contract. , TS-24 TEMPORARY SURFACING Where required to provide access and when u•e dcted by the Engineer, the Contractor shall 1 provide tcrnporary surfacing either of Crushed Stone for 'fc111porarV 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 fir temporary surfacing shall meet the requirements of 65 paragraph 1007.2 of Missouri Highway Specifications forT YP e 2 Aggregate, Gradation A unless the Engineer agrees to a ditTerent gradation because of site conditions. Asphaltic concrete for temporary surfacing shall be 'type i base as specificd 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 Lnginecr. 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 oi- for applying water fir this purpose. TS-26 PROPERTY CORNERS AND MONt1MENTATION: It shall by the responsibility of the Contractor to protect all property lot corners and land survey corners 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 pert brmed 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 wort:. 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 Operation. TS-27.2 The Contractor shall open find 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 pact: on the roadway or create a traffic ' nuisance. No direct payment will lie inade for work \\ithin the scope of this Article. `1'S-28 TRAFFIC SIGNS. STOP SIGNS. AND S'hltl-.l:'I_SIGNS: All existing traffic signs. stop shins and street signs in the \\,a\, of the work shall be carefully removed by the Contractor in accordance with'the requirements of ' MUl'CD. The required function of*stop signs shall he preserved by the contractor whenever a street is open to traffic. All signs shall be re-installed following the ' GG r r construction. No separate payment will be rnade for this work. TS-29 DOWNSPOUT DRAINS: TS-29.1 General: This work shall include connecting existing downspout drains through and r 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 r facilities so as to minimize damage to existing drains. Generally.new material of the same diameter as the existing drain shall be used. Asapproved 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 r 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 ITI3MS: 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 of other related , items of work. 1 1 1 1 1 1 • r 67 ' Page 1 of 2 ADDENDUM NO. 1 PROJECT NO. 42103 MYRTLE STREET SIDEWALK January 21, 2005 1. The bidder will acknowledge receipt of this Addendum and his acce tance of its 9 P P conditions by signing this Addendum and including it with his bid. 1 BIDDER: i�i�/=��/q;nj P—AI BY: TITLE: CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT r Page 2 of 2 r ADDENDUM NO. 1 r PROJECT NO. 42103 MYRTLE STREET SIDEWALK January 21, 2005 1. Bid Item #19 Asphalt Wedge and all work associated with that item shall be removed from the contract. , 2. , The quantity of Bid Item#6"Subgrade Stabilization"has been increased to allow for the potential need to stabilize of the soil in the area of the retaining wall foundation. The quantity has been increased from 10 CY to 160 CY. 3. The quantity of Bid Item #20 "Type A Guardrail" was incorrectly stated. This quantity has be adjusted. These changes have been reflected in the accompanying bid form entitled "ITEMIZED BID FORM (Revised 01/21/05)" This revised bid form shall be used for the r submission of all bids. ® r r 1 1 1 1 r r • 1 1