Loading...
HomeMy Public PortalAboutORD13758 BILL NO. 2004-49 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 LEHMAN CONSTRUCTION LLC FOR SUNSET LAKE ROADWAY AND STORMWATER IMPROVEMENTS PROJECT. WHEREAS, Lehman Construction LLC has become the apparent lowest and best bidder on the Sunset Lake Roadway and Stormwater Improvements project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Lehman Construction LLC 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 Lehman Construction LLC for Sunset Lake Roadway and Stormwater. 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. QC Passed:_ Approved: n 1 /Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: City Cletk City Counselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2158 Sunset Lake Road and Stormwater Improvements Project 32076 Community Development, Opened July 20, 2004 BIDS RECEIVED: Base Bid. &; Alt A Lehman Construction, LLC, California, MO $ 309,731.00 Aplex, Inc., Linn, MO $ 321,757.20 Concrete Engineering, LLC, Jefferson City, MO $ 337,798.10 Don Schnieders Excavating, Co., Inc. Jefferson City, MO $ 353,712.10 *J C Industries, Jefferson City, MO $ 398,194.00 * Not within the corporate city limits. FISCAL NOTE: C.I. Sales Tax 2002-2007 3502-9900-7350-4110 - Sunset Lake Road and Stormwater Improvements Budget 2003-04 $ 310,000.00 Expended -0- Encumbered -0- Bid 2158 ' 309.731.00 Balance $ 269.00 PAST PERFORMANCE: This contractor has completed projects for the City as specified and bid in the past. Staff believes they will complete this project as specified and bid. RECOMMENDATION: It is the recommendation of staff to award the bid to the lowest and responsible bidder, Lehman Construction, LLC of California, Missouri, in the amount of $309,731.00. This amount includes the base bid and alternate A. ATTACHMEN'T'S - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation Signatur �( ft Purcha ing . Tent Direct munity Development 6" PATP1tK Qt ... III "f e � '�C.�GEJNRY VEI_L7PMEN ��� Nieli orandum E.SULLIVAN.PL;DIN CC tt7N 320 East McCarty Street a Jefferson City, Missouri 65101 ___. Phone: (573) 634-6410 • Fax (573) 634-6562 *www.jeffritymo.org Date: July 22, 2004 To: 'ferry Stephenson- Purchasing Agent, Finance From: Matt Morascih, P.E. - Deputy Director for Public WorJ6 Re: Sunset lake Road and Stormwater Improvements Project No. 32076,Bid No. 2158 Public Works has completed a review of the bids opened at 1:30 PM.on July 20, 2004 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the five(5)bids that were received for the project. Based on our review,we recommend acceptance of the base bid with alternate A from the low bidder Lehman Construction OLLC,603 Russellville Road,California Missouri 65108. The bid total including alternate A is$309,731.00. The project will be expensed as follows: Lehman Constniction LLC Contract($309.731.00): Account Number: Amount Available. Required: Remaining: 3502-9900-7350-4110 $310,W 0 $309,731.00 $269 If you need any other information please feel free to contact me at extension 453. Attaclunents: Bid Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan F UIT-PROJECTM32076-Sunset tutee R&I'urchasing htenw.doc $8888 f 8 883c;�;5Rst.88RR�; T. `-i t��Yi�b °;�, l C1!Y•t .1 m�'rr,I'1'- •-IV Ul n Yl•�t'G�\ f'�V,�'� 4 v�1 nJ•1.�aJ Lr 1-G 1 J f�^4 U�Cam.,7V O -�' �7 {. n�ri A N.n ` N ry'A J,'J.•;N ccq„� fr Nf1NM ;�•- N!'1N NNNN M N N NN 1 N N•R- NHH N� NN LLI N N wNN N NMNNNNN N M N N M. o u8$[p8ap$��$�l8pp �tR� Ca^Rr�;f3 fi881z�H(}fi8�88�Rf °E$$ y6jEfi BFy YE° f_$8}8 �J,::'S c E 8 CJ Cl 1YY(�11 aUa O C! I'1 N (`(yy' Y'iA rNl'N M),r N R CJ YS r� I Ni N rC,W� Vr N'N N N M N N H•f•1 N N it N U in r ' M �� sys s rV pU�r1J? Nnccp�1s S EE f;SE 8P .3:s 8 88 °^885z 8°� b 8FSE8 88 P88 ? $m � E£ IS o '(U ; . �;� ff V) M F:fV•- Rr n!1 V f•1..Jr 7 ••tI M N N NNN A N N NNN N N V r ✓. N M N N„NNNN N N I N N N iN Y I N uj 1> a u �pE'8Go8o8pEppp � , 8885 ft�tEb$$E$[3RR 8�$8S $p[88 B� ;�R'-�xg~uSieN� ff�i;' R ° f: N'i Z=. N N N N M NNNN V I N N N iA LD BgEFF �F $8ES 88$8888888 $888 Ft88 R8E8Ea88E$E"S EE�?£�°„ RP �•J� Vr t N w N N N N N NNNN M M Y N N N N M N N M N N Vr N✓r N N N N .}}N^N N�'G^) N V N N w N Vr 'A Vr N N N N M W w 8f3$$$ 23 $888 E8E88$88S$ 88$8 SE$ °c3EY :tfi`'EFEEQ $fi 3 n 8�pj�pj gip) N,o ^i un) 1G (Ny, N n o )n r oMa - -m n^r�a, Vpc.ul nw ry G.1 C�r0 U Op N N N fV ~,N N N Y(r O Cr E b Y. r•-;n Vr N Vr N N N H r/•!1 N N .�j1 N N uj cr f.J Z N r NNN H V r'N N M N N N 888FE S8 8882 8SESSEE888 8885 888 88 ss V N N N VI N N N '��lC� h^N N N h N N wr N vi N N N N N N t7�b Y f•,N V'V'CI��'^ N M' N n N N Z •� NNN M r N 'N ' N Yw N LL x $8$88 F 8SS8 F,882EE8RES 8858 SEE 8E2S38 'AE8R88 8 rS, $ n. Vf Vt��U rC�r^ V 1•`•M N'N M��V,N N� 1.N VIN N N� N N N N N'N H N r�ir N N N �j M'V`i N Z V i N N�N N N N�•i N N N N MNN w 1 _ ° X8888$ $8 8888 $88SE8SS88 8888 888 8E88$8E8EEF8E 82E88� $N _ O IV.-QI Yf H N vtii r^V' '�l NI N'fV lti y(•)N N N Vr Vr N T N•1 -aR N(V p Ct •- .- N ul O Z ul O tL_ Z Y88888 8S ESSE SSSS888888 E888 885 88 8 K ("O M N f, m to p O�}, J(� [J n p p C,M,D M •-„N Yt yO ('� M Ix N Z. W N tp Vr M N NHN Vl N .-,O•t ''.V1 N N N O x: r` T Z NNNNV N hN N N N N N N V a°3r ° rtnr- EO LL~mod w 8 88 $ $R$8 8SE 88$8 88 3SE8 588 8R5 �fi888E88f 8 ='fib'N cr LL oz '- LL fQ 0 H h C: Q "Z O G O O .•[ V N N N Vr N$ 2c „O - D N N N Vr N .-Cl -N♦ N.- I. 1- N N N � � N h N .-N N•-N N N N N N _YO W ¢ YY U m O a o W 88888 1 888E F88SES8888 8EEE SEE 8RIS aFC,S8SESR $E8c' E U• Z •- N N N Y) 1 (•,V t`I M N NNN N N N N n N N uj W I a N - VrMN N uj � �; . .-.-.-" h�',.' •-Q N N f Y:-'N::,R.-N r.. N�;0 M Y,(v.. V,rT r•tCI Y rh F�.'V ��fli�� � If�:- �� .' - 1 ._ N V)J N N V,♦ 4.�� LL,u LL w A n, •j W 4 .( u)•l ul ,•u > w T . ) I!v) W _..., W 1.J 41 J LLI W UI ���.,UJ N VJ Vl V)VJ V,V!Vl,'r .i N U,V, J w u N z w a w l O .4 v m w cc. o 'aQ UE c _ C)C' a� ro .. �; F� 3i•_ L. n - - t K x 6 t w ;y U v o A, W a'M fY i' c`' E c F; a' iir o �t9 c7 m z ��, s,- eK> ig(9T � a {5��� In unLo �1` der. O S o' O ally _ wWW �> t a uFV�np z ,S ?urJrl f u t c wa s 2 t z F k U 4 L1 7.°) l •1 U a yy u, q cr' 7 6• d Ul q <: - a� ❑ 6 /A Z' r t o kQ o } K{ 2R U u p,Zl,Via ' n c�,,> a ) S m o r� roc '- c N o..',�¢ a�>::V' U U 8 r a m•,r•c c1 c,(.,N P�+ z Y' u. 4 [r. �i U K U[:,t�b L i•, r. U �� 4, W i n a GdsU 53 d' °�;n:.v,'. ...0 =Cl d E eF �:: �n �n),cc`�uwin u�u)mr-vrN� �r-�,rr-, v .1unNn }n:r iv:�:.. n. � ��,.-�!•:r .-1y�}�L�.JUrwr.}t� rtN. 3 u: p T'J� � �I(. _ .. V,4. ,a. a.0.Q' th C,n.R. R:C'� .-.. .. .-..•-. ^. .--• .'.J.-�. .. 9 T' H 0.O¢1 1 7 y.. 1 r �r r r { SPECIFICATIONS AND CONTRACT DOCUMENTS E 1 T PROJECT NO. 32076 3 Sunset Lake Road and Stormwater Improvements r z i r 1 1 1 r r Jefferson City Department of Community Development July, 2004 quilt ut q"I- r � .. it WV r M t W N � TABLE OF CONTENTS 1 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 1 Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond General Provisions ' 0 Special Provisions • Attachments • Addendurns ( If Any ) 1 (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) • tADVERTISEMENT FOR SIDS 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, July 20, 2004. 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. 32076, Sunset Lake Road and Stormwater Improvements" will include the furnishing of all material, labor, and equipment to reconstruct approximately 1,252 feet of Sunset Lake Road, with new curb and gutter, enclosed storm water system, and sidewalk. The project includes 56 feet of sewer main replacement, two manholes, a small retaining wall, grading, and coordination of utility relocation. A pre-bid conference will be held at 0:00 AM, on Tuesday, July 13, 2004 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 Forty Dollars ($40.00) will be required for each set of plans and specifications. Individual full size sheets of the pians may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the 1 payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON - Ll,�'1,i�(1 i Terry Ste he n Purchasing Agent Publication Date Sunda July my 4, 2004 1 NOTICE TO BIDDERS iSealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, July 20, 2004. 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.32076,Sunset Lake Road and Storrnwater Improvements" will include the furnishing of all material, labor, and equipment to reconstruct approximately 1,252 feet of Sunset Lake Road,with new curb and gutter, enclosed storm water system, and sidewalk. The project includes 56 feet of sewer main replacement, two manholes, a small retaining wall, grading, and coordination of utility relocation. A pre-bid conference will be held at 9:00 AM, on Tuesday,July 13, 2004 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 Forty Dollars ($40.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. 1 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 w INFORMATION FOR BIDDERS I13-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, t materials, and equipment required to pet-form the work included in the project entitled "Project No.32076,Sunset lake Road and Stormwater Improvements"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 reconstruct approximately 1,252 feet of Sunset Lake Road, with new curb and gutter, enclosed storm water system, and sidewalk. The project includes 56 feet of sewer main replacement, two manholes, a small retaining wall, grading, and coordination of utility relocation. eI13-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid r opening, that an interpretation be made and an addendum be issued by the City, which shall ■ then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. I13-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material ' or equipment, it is to be understood that any equivalent material or equipment may be used • which will perform adequately the duties imposed by the general design, subject to the approval 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. I113-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. IB-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 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. IB-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. IB-10 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. 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. 32076, Sunset Lake Road and Stormwater Improvements". 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. 113-13 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. I13-15 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. IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. 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. e 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 Jefferson within ten (10) days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be 40 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 For the convenience of bidding this project, a "SID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT END OF INFORMATION FOR BIDDERS BID FORM Name of Bidder Lle, ��n4rr LtC6 C)" LLC. Address of Bidder (o;1(e --CAA (14OWn,, o LC 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 iaddenda 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: Page 1 of 3 CITY OF JEFFERSON ITEMIZED BID FORM SUNSET LAKE ROAD AND STORMWATER IMPEOVEMENTS PROJECT NO. 32076 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1.00 Mobilization/ Demobilization LS 1 4 aroo'=u r > �2,ccx 2'* 2.00 Clearing and Grubbing LS 1 I,-OD 4" / .5b z)-u 3.00 Removal of Improvements LS 1 4.00 Construction Signage and"traffic Control LS 1 5.00 Construction Staking LS 1 A .551�� 46 $'aa --- EROSION CONTROL 6.01 Silt Fence LF 210 6.02 Temporary Mulch SY 1000 -- EXCAVATION i 7.01 Excavation and Grading LS 1 ertL �' 8 000 ® + 7.02 Bulk Rock Excavation CY 150 "TS`-' 7.03 Trench Rock Excavation CY 215 7.04 Sub-Grade Stabilization TON 20 30 --- STORM DRAINAGE 8.01 15" Dia. RCP, Class III LF 264 u, 8.02 21" Dia. RCP, Class III LF 555 8.03 15" Dia. HDPE LF 127 O� ?j$lo °Lo 8.04 21" Dia. HDPE LF 23 � g C—P 8.05 24" Dia. HDPE LF 50 5c b 1 8.06 4'X 3'Type A Inlet W/O Deflectors EA 5 fS Q co 8.07 4'X 4'Type C Inlet W/O Deflector< EA 1 op ut1 8.08 4' Dia, Slab Top Storm Water Manhole EAL 8.09 Cast In Place Concrete End Section L.S 1 00 8.10 Pipe Connection at Sta. 12+45 Offset Left LS 1 - �� �b✓� --- SANITARY SEWER Page 2 of 3 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 9.01 4' Dia. Sanitary Sewer Manhole EA 2 ' ( oe k (aodv - 9.02 8" PVC Pipe LF 56 � _ Z Z O Cie 9.03 4" Sanitary Sewer Lateral LF 20 oQC>C9 _ K .4co ' 9.04 Adjust Manhole to Grade EA 3 -- WATER LINE 10.01 Service Line Adjustment EA 5 10.02 Water Valvn Adjustment EA 2 axe 10.03 Water Meter/Valve Pit Relocat;on LS 1 q C� ° — PAVING c Q 11.01 Temporary Surfacing TON 450 ( ''���(� = 11.02 Type A Curb and Gutter LF 2349 11.03 Rolled Curb and Gutter LF 135 C. ZML C° ® 11.04 3" Roiled Stone Base SY 4689 b87 11.05 7" High Early Strength PCC Pavement SY 100 'g' 4(;5 �'o Lt A 00 11.06 6-1/2" AC Base SY 3344 11 A 3$4(5'b 11.07 4"AC Base SY 120 4 c-� &\ t O8Q =° 1 11.08 1-1/2" AC Surface (BP 1) SY 3464 3 a 9, $(oloD 1-1.09 6" PCC Commercial Drive Approach SY 49 �a og AJ 8 ao 11.10 6" PCC Residential Drive Approach SY 56 ` 00_�_ tk 11.11 6" PCC Residential/Commercial Drive SY 410 350,0 A 114 36o 1 11.12 6" PCC Pavement (Greenway Trail) SY 199 _._ 79" to cio 11.13 4" PCC Sidewalk SY 541 &,:P© , � -- LANDSCAPING 0 12.01 Seeding and Mulching AC 0,32 12.02 Bluegrass Sod SY 800 3 12.03 Zoysia Sod SY 125 IG`=� ('L 12.04 Photodegradable Straw Blanket SY 600 � Q 41 eco TOTAL BASE BID 3 ey', 00 Page 3 of 3 ITEM APPROX. UNIT ' NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT ALTERNATE A -CURB AND GUTTER ALONG SOUTHRIDGE DRIVE ■ 13.00 Type A Curb and Gutter(Southridge Drive) LF 125 TOTAL ALTERNATE A Sign ure of Bidd Datd 1 e SUBCONTRACTORS If the Bidder intends to use an subcontractors i f e c nstruction he y n the course o the construction, shall list them. C. TIME OF COMPLETION The undersigned hereby agrees to complete the project within 40 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 may be mailed, telegraphed, or delivered: Le�.rr•a,,, Cn,..bu��cou u.c 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 d u e 0 Dollars (cashier's check), make payable to the City of Jefferson. r • rSignature of Bidder: If an individual,__"____— _ _ , doing business If a partnership,-.- ___ ...�� , member of firm, bY.� -� 1' _ ___--- rIf corporation, .__ by Title SEAL Business Address of Bidder MA" � nn If Bidder is a corporation, supply the following information: State in which incorporated_ Name and Address of its: President Secretary Date c 0'4 131© &ONP KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,Lehman Construction, LLC ' _WW as Principal, and United Fire & Casualty Company —as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of Five Percent of Amount [aid _ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our hairs, executors,, administrators, successors and assigns, this 20.th_.day of JLrIY _ _-i, 200 4 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, 32076, Sunset (Lake Road and Stonnwater Improvements" 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 band for his faithful performance 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 did, then 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 heroin staled. 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 tirne within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Lehman -nstruction, LL C,// �(L.S.) Principal SEAL United Fire & asualty Compan _ Kris L Bennett, Attorney-In-Fact ACKNOWLEDGMENT BY SURETY ss, Comm,al' Cole Oil III is 20th day ol, July ....... -904, hel'orc me personally appeared Kris L. Bennett known lo, me to be Ille Attorney-ill-Fact Of United Fire and CaRialty_�CqMpary........ the corporation that executcxl the Withill I list I'llilicill. to me that such corporation cxectifed the same. IN WITNU'SS W1 IFREOF, I have hereunto set Ili\, hand and affixed 111v official seal, at my office in the aforesaid County, the day and year in this certificate 1-11-st above written. Notary in the State-of Missouri etulj County of Usage 4M'Jul HASIAG PUI]XIC -NOTARY SE-AL SlArE OF MISSOURI COUNTY OF OSAGF- n F yp i r e t,,, r 1, 1)c7 r I r"' 1 1 S•02301GEEF 10199 UNITED FIRE E, CASUALTY COMPANY HOME: OFFICE -CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWE=R OF ATTORNEY (Original on file at I IOfTW Officr� of C:oIni,any - t:;r(• Certifi(alien) OW ALL MEIN BY THESE: PRESENTS, ']hat the UNII I (1 f INI ,, I;A;;t JAI f Y Ci'rMf'AN1', ,i corporation duly jrclanl,od find rxisting der the law:; of thc� State of Iowa, and having Its principal office to C.ncl;,r !iaf,icL; ,;tats of lnwa, do(•s make, cclnstiitrte and appolnl LOUIS A. L,ANDWh11R, OR c'l1ARL.1?; L. TRAHIIE, CA RNI L. HEN111-:11 , Ok fIF:V A. HACKERS, AL1, !NDTVt1111A1,LY of JEFFERSON CI'T'Y MO Its true and lawful Attorney(s)-in-Fact with power and authority hoioby conferred to sign, seal and exomite in its behalf all lawful bonds, undertakings and other obligatory instruments Of sllTlilar nnture a; follows. Any and Al I Dori..r; and to bind UNITED FIRE & CASUALTY COMPANY th(jteby as fully and to thr, strrrle, axtent as If such instruments were signed by the duly authorized officers of UNITED FIRES & CASUALTY CC)MPANY and till the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed The Authority hereby granted is conlinuous and shall remc:rin in lull force and rffecl until revoked by UNITED FIRE U CASUALTY COMPANY. This power of Attorney is made and exocutod pursuant 10 and by authority of the following By-Law duly adopted by Board of Directors of the, Company on April 18, 1073 "Article V - Surety Bonds and Undertakings," Section 2, Appointment of Attorney-in•Fact "The President or any Vic(- President, or any other officer of the Company miry, from time to time, appoint by wnttan corbficalu'e attorney~ in fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obhgalwy rn;;ulJrlleflts of like nature 1I)c• signature Of any Officer authorized hereby, and the Corporate se�il, may be affixed by to any power of attornoy or slurcial power of attorney or certification of either authorized hereby, such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Conipimy, to b(,valid and binding upon the Company with the same force and effect as though manually affixed Such attorneys-in fclat, subject to the lirnitations set forth in then rospoctive certificates of authority shall have full power to bind the Company by their signature. and execution Of any su<:h instrUrnonts and to attach the seal of the Company thereto. Th,) President or any Vice President, the Board of F:lirectors or any other officer of the Company may at any time revoke all power and authority praviously given to any attorney-in-fact *liar" IN WITNESS WHEREOF the UN!H:-:D FIRE' F. CASUALTY COMPANY has caused these presents to be signed by 4� 1j�it Its vice: president and it:; corporate seal to be hereto affixed this TCrth day r,f October, 2003 GOA/OAA1E� . 11iflL UNITED FIRE_ CASUALTY COMPANY Y 41411/1/ C 1(L�..-•�,. �.:-__" A Esy // 1 (:� 7{ 1��.,�6 Vice President State of Iowa. County of Linn, ss On 15th day of Ockobor, 2003, hofcw(l me. per:;orlal.ly caurie Ran,ly 1, R,+III.10 to me known, who being by me duly sworn, did depose and say; that he resid(,:, in Codar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & C:ASL)AL.FY Ca:>Mi'AWT', thy• corr,nrat on de,,;cri::,od -n and vAiich executed the above instrument; that he knows the seal of said corporation, thrit the suai affrA:d to tile salsa nlsUcurc.nt 1s such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporal on and that he- signed his name thereto pursus nt to like authority, and acknowledges carne to be the act and deed of ,ard cos fulrrtieln .r ,'' --- ,• 'M,A J+ �,....-•---a••...•,..:1 (MARY A.JANSEN Notary l i'lry Ptil r COMMISSION NUMBED 713273 My c;orTrrnission rx.li/es 10/'W20011 MY L p MM MQN I, the undersigned officer of the UNITED E=IRE. E. CASUAL.FY C(DIVIPAHY, do her,:by coftify that I h;rve compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of tho by-hvvs of said Company a:, set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE. OF SAID COL"F'A.PJY' and that the sanio arc: corroc:t transcripts thurreof, and of the whole of the said originals, and that the stud Power of Attotnoy has not bo(,n revoked and i:: now in full force and effect. �r0 10111tt",h� In testimony whereof I have hereun00 srbccrib(!d i.iy ndn-ie: ,ind offixod the corporate sr••al of We said Company this _.20t.h.._._._ day of. .Jul�r .. ... 20 . 04. ' '` r:01t'AA1E�• di1L � �N4w11 � i; Secretary "NI'MT) F11 . 18 S(--onvl S.L., Y))(A 7'1� ('A '( k-11' NOTICE TO MISSOURI SURETY BOND HOLDERS Should you have a question about your bond or policy, please contact your insurance agent first. If you are unable to contact or obtain information from your agent, you may contact our company at the address and phone number below: United Fire & Casualty Company ATTENTION: Bond Department P.O. Box 73909 Cedar Rapids, Iowa 52407 800-343-9130 PIA: FAN: I0-:-3!-,K)-5490 ANTI-COLLUSION STATEMENT STATE OF COUNTY OF _ i 1 ka PP"t 4 •.,.J_________ _. being first duly sworn, 4oses and says that he is �; �.� _ of TITLE OF PERSON SIGNING i NAME OF BIDDER that all statements made and facts set out in the Lid 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 frorn its acceptance. Aff iant further certifies that bidder is not financialXiin�ter ste d in, or financially affiliated ® with, any other bidder for the above project. 1 (BY) Sworn to before me this _A day of 200 . __. DAVID A.CIARNEW Notary Public-Notary Seal ' STATE Of MISSOURI _��--1� GZ1Lr.rl Moniteau County NOTARY PUBLIC My rnmmission Expires:Sept.5,2005 My commission expires:__ o.S • CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an execrated copy thereof shall accompany each Bid submitted. STATE OF _ _) ) Ss COUNTY OF ) 1 The undersigned, A.1 tO eAn of lawful age, being first duly s n state upon oath that he is t of (rz> the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me, Not'ry Public, in and for the County and State aforesaid, this day of- � 20 Q _ DAVID A.GARNE'IT Notary[ - — ry l�r� STATE E OF OF MISSOURI � Moniteau Cowity NOTARY PUBLIC My Conunission Expires:Sept.5,2005 My Commission Expires:_ a �r r MINORITY BUSINESS ENTERPRISE STATEMEN'r rContractors 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. I. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. ® 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- s 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 delive ry schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. 1 1 r 1 1 1 t MINORITY BUSINESS UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal, the term "Minority Business Enterprise" shall mean a business; 1. Which is at least 51 percent,owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is; 1 . Black (a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins In Mexico, South or Central America, or the Caribbean Island, regardless of race); ® 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. t 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. r • w B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minorit Firms Iarticipation Participation A(k Total Bid Amount: � � Total: Percentage of Minority Enterprise Participation: 1 % 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 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. �/C'NN �r1IWaAJ _ � AME OF AU FiORIZED OFFICER DATE Swl�t 04-1 ------ SIC7NAT RE 01 AUTHORIZED OFFICER AFFIDAVIT r COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of _ personally came and appeared NAME POSITION of the _ NAME OF COMPANY (A corporation)( a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 11, Section 026, Cole County in carrying out the contract and work in connection with Project No. 32076, Sunset Lake Road and Stormwater Improvements 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 ) Missoun Division Of Labor Standards WAGE AND HOUR SECTION �c•• • r r • •w;s f., 4U _•� 411.1 w►Y.t �t:.•.0 BOB HOLDEN, Governor Annual Wage Order No l I Section 026 COLE COMY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wavle Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599,Jefferson City, MO 65102-0599. Such objections must. set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. ' Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. RECEIVED & FILED , I Eolleen A. White, Director MAR 1 0 2004 Division of Labor Standards Filed With Secretary of• ;hate: .►s~ L-�,ev•y _ SECRETARY OF STATE COMMISSIONS DIVISION ._APR 0 9 2004 Last Date Objections May Be Filed. Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for Section 026 COLE-Country __ ____- _ - .-_ =�i'iective -yl��isic: -der--- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule _ Asbestos Worker -�--_ -$27.08 �55 60 _ $11,27 Boilermaker �r _ $27.29 _ 57 -_ 7 $15.41 Bricldayers-Stone Mason_ __- $24.85 -5.9 -. - 7 $7.75 Car enter ~-_ _ $1918 60 - ^_1�>-- $8.36- ' Cement Mason _y-_ --_�_ $18.26 9 -3 $9.60 Electrician nside Wireman $25.11 28 7 _ $9.51 + 13% Communication Technician - USE ELECTRICIAN (INSIDE WIREMAN) RATE --_ Elevator Constructor _ a $32,315 26 U erating Engineer � � Group 1 -__ $22.62 86 66 $13.0:1 Group II $22.62 86 _ ` 66 $13.03 Group III _- ( $13.03 ----------_ _ -- -- --l_ --- Group III-A, $22.G2~ ~ft6 66 $13.08 Group IV _ $23.32 _86 66 $1_3.03_ Group V -�- $24.62 86-1-66 _ _ $13.03 Pipe Fitter -� - ..b.'--$30,00 _n1 _69-- - _� _._..$12.58 Glazier $13.50 _ FED_ $1.89 Labor_.�gUilding): General _ $16.72 110 --7__ $7.58 _ First nd_SerniiSki _ _--�-_ _ -. � $_18.72 _ 110 v- 7- � ~$7.58 Second Semi-Skilled _ $_17.7_2_ _110 _ _ / �$7.58~ Lather _ _ _ _ _-!USE CARPENTER RATE Linoleum Lfrer& Cutter -�� _ USE CARPENTER RATE Marble Mason - $24.85 Fig i _7 $7.75 Millwright $20_.78 _60 - 15 - $8.36 Iron Worker $21. 11 - a-- �-----^-_$13.00 - -� Painter --� $19.19 18 - 7- 1 W_ ---`_-Y- $5.58 -- -- Plasterer $1732 94 5 $9.35 Plumber __ b _$29.75 _ 91 - 69 J `$12.58 Pile Driver __----�-- $20.78 -Fp_._ _-_1 J $8,36 Roofer -12 -- Roofer _ 12 _ 4 - --^� $7.76 Sheet Metal Worker Y _-_ $23.7f _$8.67 Sprinkler Fitter - $27.09 -- 33 - 19 _ $10.70 Terrazzo Worker _ $24.85 59_ 7 $7.75 Tile Setter $2485 -59 _ _ 7 $715 _ Truck Driver-Tearnstr.-ir - Group I _ --------- _$19.95 Group II r�- ----- -�-_--= $20.65 10_1_ .-. ' $5.75 Group III $20.35 --101 - 5 $5.75 Group IV 20.65 101 - 5 - $5.75 Traffic Control Service Driver Welders-Actlone & Electric__ Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are riot being paid the appropriate wage rale and fringe benellis contact (tie Division of Labor Standards at (573) 751.3403. 'SEE FOOTNOTE PAGE ANNUAL WOF i PLA"Ji NO 1 r W04 Building Construction Rates for Section 026 COLE County Footnotes Eff©i;Tive� as�cl`—`ZSver- ..— OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule 'Welders receive rate prescribed for the occupational title performing operation to which welding is incidental Use Building Construction Rates on Bullding(s)and All Immediate Altnchrnenls.Use Heavy construction ' rates for remainder of pro)ecl. For the occupational tiller,not listed in Heavy Construction Shoals,use Rates shown on Building Construction Rato Sheet. a-Vacation. Employees over 5 years-8%; Employees under 5 yeas s-13% b- All work over$3.5 Million Total Mechanical Contract-030.00,Fringes-$12,58 All work under$3.5 Million Total Mechanical Contract-$28,66,Fringes•$10.83 • ' ANNUAL WAGE ORDE=R NO 11 3104 1 r ;Ii'1'11y11;SCIIIEDULF: BUILDING CO'NS'1'tulurloN FED: Minimum requirement her fair kahor Standards Act means time and one-half(I '%:)shall be paid for all work in excess of forty (40) hours per work week. NO. 9: Means the regular workday starting tinie of 8:00 a,m, land resulting quitting time of4:30 p.m.)may he moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work perfornied in excess of the regular work day and on Saturday shall he compensated at one and one-half(I',T)times the regular pay. In the event time is lost during the work week due to weather condilions,the kniplover may schedule work on the liillOwing Saturday at straight lime. All work accomplished on Sunday and holidays shall be compensated firr at double the regular rate of wages. The work week shall he Monday through Friday,except four midweek holidays, NO. 11: Means eight(8)hours shall constinac a day's work, with the starting Ihnc to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday, Time and one-luilf(1!1) shall he paid for first two (2) hours of overtime Monday through Friday and Ilie first eight 18) hours on Saturday. All other overtime hours Monday through Saturday shall be paid tit double (2)time rate, Double(2) time shall he laid for till time On Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work perft rnied by employees anywhere in excess of flirty 001 hour:; in one(1) work week, shall be paid fir a1 the rate of one and one-half(I',i) times the regular hourly wage scale. All work perl'ornied within the regular working hours which shall consist of a ten 110) (tour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(I'ii) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(21 thous the regular hourly rate. NO. 18: Means the regular work day shall he eight (8) hours, Working hours are From six (6) hours bellore Noon (12:00) to six (6)hours alter Noon(12.:00). The regular work week shall be Dirty (40)hours. beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m.and 6:00 p.m.on Friday. Saturday will be paid at time and one-half(1'h). Sunday and I lohdays shall be paid al double (2) time. Saturday can be a make-up day if the weather has forced a day off',but only in the week of the day being lost. Any time before six(6)hours before Noon or six(6)hours after Noon will be laid at time and one-hall'(I':). NO. 26: Means that the regular working day sliall consist of eight(8)hours worked between 6:00 a.m.,and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive, I lours o1'work at each jobsitc shall be those established by the general contractor and worked by the majority of trades. (The ahovc working hours may he changed by mutual agreement). Work performed on Construction Work on Saturdays. Sundays and before tend after the regular working day on Monday to Friday, inclusive, shall he classified as overtime, and paid forr at double (2) the rate of single time. The employer may establish hours worked on a jobsitc for a lover(4)ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist often(10)hours worked consecutively, between 6:00 a.m. and 6:00 p.m„ four (4) days per week, Monday to Thursday, inclusive. Any wort performed on Friday, Saturday, Sunday and holidays, and before ;m%f alter the regular working day on Monday to Thursday where a lunar(4) ten(10) hour day workweek has been established, will he paid tit two times(2)the single time rate of pay, The rate of pay for all %York perfirrmed on holidays shall beat two tinics(2)the single time rate of pay. r r r r • ANNUAL 'WAGE ORDER NO, I! nw t t 021,crr.doc r ace I ola Paps r CO1,L COIIN'I 1 0 1 F,R'I IiNIF SUII111)(1(,1. IMIEDING CONSTRUCTION NO, 18: Means eight (8) hours betwccn 7:00 a.m. and 5:10 p.m.. with at (cast a thirty (30) minute period to be taken lbr lunch, shall c:oftstitute a day's work five(5) dais if wcck. Monday 1hrou0i Friday inclusive. shall constitute at work week. The 1?mployer hay;the option For if wnrkda\/workweek of four('1)toil( 10)hour days(4-I0s)provided: -The project must be tin•a minimum ol•limn•(-l)consecutive day", -Starting time may be within one(I)hour eilhur side ol•8:0011.111. -Work week must hegin on either at Momdaty or "I ucsday: II•a holida% Iif11s within that week it %hall he it consecutive wort, das, (Alternate: If a holiday 1i111s in life middle Ohl week, then the regular eight (81 hour schedule may be implemcftled). -Any little worked orked in execs ol'any tctt( 101 hour wotk claw(in a 4-10 hour work week)shall be at the appropriate overtime rate. All worl�outside of the regular working hours as provided, Mondm Ihrouvh Saturday,shall he paid at one& one-half (I!!1 tittles t1w employee's regular ralc ot'pay. All work performed from 13:1)0 a.nf. ~1111(1,1\ tluouf'.h 8:0011.111. Nlonday and recognized holidays shall be paid at douhl,�('_)the straight time hourly rate ot'pary. Should employees work in excess oi•twelve(13)consecutive horn's lifer shall he paid double tittle(-IN)for ill time alter twelve( 13) hours. Shits work performed between Ilse hour,,of,1:30 p.m. and 13:30 a,m. (second shili)shall receive eight(8)hours pay at Idle regular hourly rate of pay plus left( 10',,)percent tin seven and one-half(T.o hours work. Shill work perfifrmed between talc flours of 13:30 a.m.and 8:00 a.m.(third shill)~hall receive eight(8)hours pan let (he regular hourly rate of pay plus filleen(15"(,)perccnl for seven 171 Irours work. A lunch period ofthirty 1.101 minutes shall he allowed otr each slmifl, All overtime cvor4: required alter the completion of a regular shill shall he pate)m one and orrv-hall'(I''I)tittles the shift hourly rate, NO.33: Means(tic standard work day shall he eiF.ht 18)consecutive hours of work hetwcen the hours of 6:00 a.m.and 6:00 p.m„excluding the hutch period,or shall conform to the' practice on the r)h site. Four(4)clays al ten(10)hours a clay may he worked at straight time, Monday throucft Friday and tic,(] not tic consecutive. All overtime, except for Sundays and holidays shall he at the rate of turn• and onv-hall'(I':). ()verdure worked on Sundays and holidays shall Iv at double(3)lime. NO.40: Means the regular working wcck shall consist of five(5)consecutive(8)hour clays' labor on the,job beginning ' with Monday and cndiIfg with Friday of each wcck. I our 0) 10-hour days nwy constiItile the regular work week. The regular working clay shall consist offeight (81 hours labor on the jot)liepinnimg its early as 7:00 a.m.and ending;as late as 5:30 p.m. All lull or part tine labor pertumred during;such hours shall he recognized as regular working hours and paid for at the regular hourly role. All hours worked(ill S turdm and all hours worked in excess ot'eight(8)hours hilt not more than twelve(13)hours during the rvgtdatr working week shall by paid ti,r at Buie and nnc-halt•( I':)the regular hourly rate. All hairs worked on Sundays and holidays and all hours worked in excess of twelve( 13)hours during the regular working clay shitll he paid at two 1 2) times life rcl.lar hourly rat:. In the evert of'rain. snow, cold or excessivel• winch weather on a regular working day. Saturday nim he designated as if "make-up"day, Saturday may also be designated as a"nla k-e-up" day, for an vnlployce who has missed a day of•work for personal or other reasons, Pay fur"make-up" clay>, shall by at regular rocs. NO. 55: Means the regular work day shall he eight 18) hours between 0:00 a.m. and 4:30 p.m. The first two(3) hours of work purlbrmed in excess ol•the eight (8) hour work clay. Monday through Friday, and the• first left (10) hours of work on Saturdav, shall he paid 111 one one-half (I':) times file strtight time rate. All work perf6rmed on Sunday. observed holidays and in excess of,ten l 101 hours a day. Mondaw through Saturday, shall be paid at double (3) the straight tittle rate. NO. 57: Means eight(8) (tours per dal shall constitute a day•s work and tort\ 00) hours per wcck, lylonday through Friday, shall constitute it week's work. The regular sturtinu, tittle shall he 8:00 a.m. 'Flue above miry he changed by mutual consent of authorized personnel. When circumslaufct"s warrant. the linlplover play change the regular workweek to four (4) ten-horn• cL1y 111 111c regular fink rate of' pay. It heim, unde)slood that all other pertinent inl n nation most he ml•jusled accordingIv. :111 little worked belure and after the established workday ol'cigtt(8)hours. ' Monday through Friday, all time worked on Saturday,shall the paid at the rate ol•limle and nnc-half(I'!I)except in cases where Work is part of all employee's rctular f•riday shift. All tittle worked on Stmday and recognized holidays shall be ® paid at the double(3)time rate al•pay ANNUM, WAGE ( RDFIR NO. I I AN't 1 026 01 dui I'a):�`:'ill•l I',it'.rt, COI'll"('OIINTN ()1'11;1('1'INI1: ('OLL ('Ot!N'I'1' l)1'4;1/'1'1111: S('IIIEV LE 41111:1131iN(; CONSTRUCTION NO. 94: h•teans eight (8)hours shall constitute a clays work between the hours of'8:00 a.m. and 5:00 Imo, The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) tray he moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half'(I!•2) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer mak sehedile work on the IollowinE! Saturday at straight time. All work accomplished nil Sunday and holidays shall he compensawd at double the regular rate of wages. NO. 101: Means that except ate provided below,eight(8)hours it dan shall constitute n standard work .fay,and forty(40) hours per week shall constitute a week's work,which.shall begin on Monday and end on Friday. All time worked outside of the stmidard work day and on Saturday shall he classified as overtime and paid the rate of time and one-half(142) (except as herein provided), All time worked on Sunday and reco>'nired holidays shall be classified as overtime and paid at fire rate of double(2) lino. The regular starting time of 8:0O it fit. (and resulting quilting time of 4:30 p.m.) may he moved forward to 6:00 a.m.or delayed one(1)how•to 9:00 a.m. •I be kniplover has the option of working either five(5) eight-hour days or four(4)ten-hour days to constitute a normal fimy(401 hour work week. When a four(4)ten-hour day work week is in cllect, the standard work day shall he consecutive ten(10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Fort (40) hours per week shall constitute a week's work Ivlonday through Thursday. inclusive. In the event the job is down for any reason beyond the kinployer's control.then I•r•iday and/or Saturday may,at the option of the Employer, be worked as a make-up day.:straight time not to exceed ten(10) hours per day or forty (401 hours per week. Starting time will be designated by the employer. When the five(5)cap eight(8)hour work week is in of ect, f'(irty(40) hours per week shall constitute a week's work, Monday through I•riday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Sutur(fay may,at the option ol'the Employer, be worked as a make-up day: straight time not to exceed eight (8) hours per(lay or llirty(40)hours per week. Make-up clays shall not be utilized for days lost due to holidays. NO. 110: Means eight(8)hours hetween the hour:,o('8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one (I) or two (2) hours. Employees shall have it lunch period of thirty (30) minutes. The Employer may provide a lunch period ()(,one(I) hoot, un(I in that event,the workday shall commence at 8:00 a.m.and end at 5:00 p.m. The workweek shall commence al 8:00 a.m. ,tit Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.nl, on Friday if the Employer grants a lunch period of one(I I hour),or as,►((lusted by starting lime change as stated above. All work performed before 8:00 a.m. and after 4:30 p.m.(or 5:00 p.m.where one(I) hour lunch is granted fbr lunch) or as adjusted by starting time change as stated above or on Saturday, except as h:;rein provided, shall be compensated at one and one-half (i',• I times the tegufar hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall he compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working lbrty (40) hours, ]-Ionday through Friday,orally part thereof*bv reason ot'inclenient weather(rain and mud). Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option (if'working five eight(8) hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work live(5)eight (8) hour clays during any work week, hours worked more than eight(8)per day or flirty (40) hours per week shall be Maid at time and one-half(I!,)the hourly rate I'vlonday through Friday. Han Employer elects to work four(4)ten (i0)hour days in any week,work performed more than ten(10)hours per day or forty(40)hours per week shall be paid at lime and one-half(I4;)the hourly rate Monday through Friday. If a► Employer is working ten(10)hour clays and loses a day due to inclement weather,they may work ten(10) hours Friday at straight tittle. Friday must be scheduled fir at least eight(8) hours and no more than ten (10) hours at the straight time rate, but all hours worked over the forty 140) hours Monday through Friday will be paid at time and one-half(I Vo overtime rate. NO. 122: Means forty(40)hours betwecih Monday mid f•riday shall constit le the normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-half hour for lunch. Work in excess of eight (8) hours per day and flirty (40) hours per hank, and on Saturdays, shall be paid at the rate of one and one-half Bites the normal rate. Due to inclement weather(hiring the weel., Saturday shall be a vohaUary make up(fay. ANNUAL AGF ORDER NO. I I AW 11 020 O'I'.cJar I';rer 4 ot.3 I'iigcs r COLE COUNTY HOLIDAY SCHEDULE— BUILDING CONSTRUCTION NO. 3: All work done on New Year's Day, Decoration Day. July 4th, Labor Day, Veteran's Day. 'Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 4: All work done on New Year's Day. Memorial Day, Independence Day. Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. S: All work that shall be done on New Year's Day, Memorial Day, fourth of July. Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. NO. 7: All work done on New Year's Day, Memorial Day. Independence Day, Labor Day. Veteran's Day. Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. I f a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO. 8: All wort: performed on New Year's Day. Memorial Day. Independence Day. Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate ofpay. NO. 15: All work accomplished on the recognized holidays ol'New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day. Veteran's Day, "Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. if a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day. Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day. Memorial Day, .lul '4th. Labor Da y,'f'hanks giving Day. and Christmas Day shall be paid at the double tinie rate of pay. The employee may take off Friday following ® Thanksgiving Day. I-lowever,the employee shall notify his or lice Foreman. General Foreman or Superintendent I� on the Wednesday preceding Thanksgiving Day. When one ofthe above holidays falls on Sunday, the following Monday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. NO. 23: All work done. on New Year's Day, Memorial Day, Independence Day. Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the f ollowine Monday shall be considered a holiday. NO. 54: All work performed on New Year's Day. Memorial Day, Independence Day. Labor Day. Veteran's Day, Thanksgiving Day, the Friday alter Thanksgiving Day, and Christmas Day shall be paid at the double (2)time rate of pay. When a holiday falls on Saturday, it shall he observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. AWO 11 02t,hdy doe ANNUAI,14'AGIi OItl)kil:NO I I I'iige I ol'2 11ages COLE COUNTY HOLIDAY SCHEDULE— BUILDING CONs,mUCTION NO. 60: All wort: perfonned on New Year's Day, Armistice tray (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth of.lulv), 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. NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such,of New Year's Day, Decoration Day, Fourth of.luly, Labor Day, Veteran's Day. Thanksgiving Day and Christmas Day, shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday. the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day. Decoration Day, Jul) I=ourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double(2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days, the employee will be paid at straight-time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. �PJ 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 1 Day. If a holiday falls on a Sunday, it shall be celebrated on the following Monday, if it falls on Saturday, it shall be celebrated on the preceding Friday. 0 1 1 1 1 1 1 AWO 11 026 hdy.doe ANNUAL.WAGE ORDER NO 11 Page 2 of 2Pages Heavy Construction Rates for Section 026 COLE County ective asic ver= OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase _ Rates Schedule Schedule 1 CARPENTER Journeymen $24.03 7 _ 16 $7.84 Millwright $24.03 7 _ 16 $7.84 Pile Driver Worker $24.03 7 16 $7.84 OPERATING ENGINEER Group 1 _$21.70 21 5 $13.00 Group Imo_ $21.35 21 5 $13.00 Group ill $21.15 21 5 $13.00 Group IV $17.50 21 5 $13.00 Oiler-Driver $17.50 21 5 $13.00 LABORER Aft eneral Laborer $20.32 2 4 _ $7.03 Skilled Laborer $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Growl $23.07 22 19 $6.00 Group II $23.23 22 19 $6.00 eGroup III $23.22 22 19 $6.00 Group IV $23.34 1 22 19 1 $6.00 ' For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. ANNUAL WAGE ORDER NO. 11 3/04 COLD COUNTY OVERTIM("I SC1111?1)1111F -- 11F.AVY C'ONS'1'RUC I'ION NO. 2: Means a regular work week oT fi)r1\ (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten ( 10) hours. ifa crc�a 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 o('work in a week. Employees who are part ofa regular crew on a make-up da\, notwithstanding the fact that they may not have been employed the entire week, shall work ti ItUrday at the straight time rate. Time & one-half'(1 %2) shall be paid for all hours in excess of eight (8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4- 10's), or forty (40) hours per week, fllonday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours). time and one-half(1 '/2) shall be paid. For all time worked on Sunday and recognized holidays, double (2) tine shall be paid. NO. 7: Means the regular work week shall start on Monda.,r and cad on Friday, except where the Employer elects to work Monday through Thursday. tai ( 10) horns per clay. All work over ten (10) hours in a day or forty (40) hours in a week shall be at the overtime rate of one cued one-half'(11/2) times the regular hourly rate. The regular work day shall be either eight (8) or ten ( 10) hours. If a.1ob can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer. Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a r make-up day at straight.time(ifworking 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(l'/z) times the regular rate. Wort: 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 f ive (5) eight (8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for, begin Z8:00 a.m. and end at 4:30 p.m. i-lowever. titre project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a Five (5) day eight(8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through 'Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one clay 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 wort; week. Overtime will be at one and one-half( 1'/2)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 lorty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (I 0)'110111-S. I fa crew is prevented from working forty (40) hours Monday through I-riday, or any part thereof by reason of inclement weather. Saturday or any part thereof may be worked as a make-up day at the straight time rate, Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For all time worked on recognized holidays, or days observed as such, double (2) time shall ' be paid. • Aw 11 026 hvY ot.doc ANNUAL WAGL ORDER NO. I I Page I of I Pages 11OLIDAY SC1111,A)ULF — IIFAVY C ON!;TRtWTION NO. 4: All work perlornled on New Yew's Day, Memorial Day, Independence Day. Labor Day. Thanksgiving Day, Christmas Day, or days observed as such. shall bc. paid at the double time rate of pay. When a holiday Calls on a Sunday, Monday shall be observed. NO. S: The following;days are recognized as holidays: New Year's Day,. Memorial Day. Fourth of'.luly, Labor Day, Thanksgiving; Day and Christmas Day. IIa holiday falls on a �+unday, 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 oil Labor Day except in case o1'jeopardy to work under construction. "Phis 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 Ibrty (40) hour week: however, no reimbursement 6or this eight (8) hours is to be paid the workman unless worked. Ifworknlen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate ofpay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ten (10) hours shall be applied to the forty (40) hour work week. NO. 16: The following days are recognized as holidays: Ncw Year's Day, Memorial Day, Fourth of'.luly, Labor Day, Thanksgiving Day and Christmas Day. Ifa holiday falls on Sunday. it shall be observed on the following Monday. If a holiday falls on Saturday. it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal Nvork weed:. Monday through Friday, it shall be counted as eight (8) hours toward the lorty(40) hour week. however. no reimbursement for this eight (8) hours is to be paid to the worker unless worked, If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 19: The recognized following days are nized as holidays: New Year's Day. Memorial Day. Independence Day, b p Labor Day. Thanksgiving Day and Christmas Day. lfa holiday Calls oll a Sunday. it shall be observed on the ® following Monday. When a holiday falls during the normal work week. Monday through Friday, it shall be �■ counted as eight (8) hours toward the forty (40) hour week: however. no reimbursement for this eight (8) hours is to be paid the workmen unless worked. I1'worknien are required to work file 1h0vc enunlerated holidays, or days observed as such, they shall receive double (2) the NgLllar rate oCpay 6or such work. A%V 11 0261»vyhokloc ANNIJAL WAG[`..Uttt)VA NO. I I Page I Of Pages 011'1;SIDF, F?I F'C TRICIAN I'hcse rates are to he used liar the I��IIr»virrg counties: Adair, Audrain, ixwne, Callaway. Camden. Carter. Chariton. Clark. Coic, Cooper, Crawford Dnt, Franklin, Gasconade, Howard, Howell, Iran, Jefferson. Knox. Lcwis, Lincoln, Linn, Macon. Marics, Marion, Miller, Moniteau, Monroe, Montgomery, Morgan. Oregon.,Osage, Perry, Phelps, Pike, Pulaski, Putnam, halls, Randolph, Reynolds. Ripley. St. Charles, tit. Francois, St. Louis City. 5t. Louis County, Ste. Genevieve, Schuyler. tia►tland, Shannon. Shelby, Still ivan.Texas, Warren. and Washington COMMF RCFA1L NVORK Occu national Tiilc _----- — F',asic --- --Total _ -- `—I^lourk- — -- Fringe_ �.. ----- ------Rate ----_—_.. Benefits ,Iournevntan Lineman _ _— `i 28 96 - _~- — $3.75 + 41.3% Lineman O erato►_—_ _--_— $2. 3 --- — $3.75 +41.3%, -- GrOUndman —$20.52 $3.75 +41.")%0 C i'F'F t,l'Tl' wmK Occu ational 'Title _ Basic Total -.�� -_ — ---l lotu'1\---- -- -- Fringe. Rata 13encfits Journeyman Lineman— -- _$27.95 v - — $3.75 +37.3% Lineman Operator 2-4.13~ $3.75 + i7.3% Groundman -M----.',1 8.06 $3.75 + 37.3`%. OVERTIME RATE: Eight (8)hours shall C0IlSIi[UtC a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty(40) hours within five(5)days, Monday through Friday inclusive,shall constitute the work week. Work performed in the 9th and 10th hour. Nionday through Friday. shall he paid at time and one-half(I!!) 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 the regular straight lime rate of'pay between the hours of 6:00 a.m, and 5:30 p.m.. Monday through Friday. Work performed outside the regularly scheduled working hours and on SaturdayS, Sundays and recognized legal holicays.or days celebrated as Such. Shall he paid fir at the rate 0fd0uble(2)time. NOLIDAV RATE: All work performed on New )"car's Day, Memorial Day. Fourth of'.luly, Labor Day, Veteran's Day.Thanksgiving Day.Christmas Day.or days celebratecl as such,shall be paid at the double time rate of pay. When one oi'the loregoing holidays lalls on Suncla\. it shall h: celebrated on the. following Monday. ANNUAL. \%JAC►f.-. ORDI_,R NO. I 1 3iu ou•r srt,Awt r doe 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 w_ , by 2. That _ was awarded a public works contract for Project No. 32076, Sunset Lake Road and Stormwater Improvements. 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 1 ® provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20 - NOTARY PUBLIC My Commission Expires: ■ STATE OF MISSOURI ) ss COUNTY OF ) EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as _ by 2. That was awarded a public works contract for Project No. 32076, Sunset Lake Load and Stormwater Improvements. 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 _ 1 NOTARY PUBLIC My Commission Expires: APPROVED BY: ' Director of Community Development, City of Jefferson, MO CITY OF JEFFERSON ® CONSTRUCTION CONTRACT THIS CONTRACT, made and Entered into this 1`l day of l�� �•� , 2004, by and between Lehman Construction LLC hereinafter referred to "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. 32076, Sunset Lake Road and Stormwater Improvements. NOW THEREFORE, the panties 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 "Sunset Lake Road and Stormwater Improvements" 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 40 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 Wages. -ro 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 ofwages forthis 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 r 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) Auto rnobIle Liabili�Insurance in an arnount 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 far those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. f) Sco e 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 darnage 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 R_ esponsibility for Subcontractors_ 1 It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated Damages, The City may deduct Five Hundred Dollars ($500.00)from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is 1 further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five(5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or 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 over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such ease 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. Indemni!y. 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, rloss 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 indernnified 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. P"Lnent. "fhe 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 July 20 2004 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 Three Hundred Nine Thousand Seven Hundred Thirty One Dollars and Zero Cents ($309,731.00). 13. performance and Materialman's Bonds Required. 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. talc 15. SeverabilitX. 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 rand that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance;with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more tirnes 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 603 Russellville Road, California Missouri 65018. The date of delivery of any notice shall be the second full day after the day of ® its mailing. r IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of _ C L.(i , 2004. CITY OF JEFFERSON //'CONTRACTOR r r Titl ATTEST: T'CS- AT T: ' t ity Clerk Tit e:U 1 1 s APPROVED AS TO FORM City Counselor 1 1 1 1 1 • 1 1 1 1 1 i � 1 bond 1154-1422-"7 PERFORMANCE, PlAYMENT, AND GUARANTEE P.QN-D KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Lehman Construction, LLC ... hereinafter, referred to as "Contractor" and United Fire & Casualty Company a Corporation organized Under the laws of the State of Iowa and authorized to transact business in the State of a T. Missouri as Surety, car(-, held and firmly bound unto the City of Jefferson, Missouri hc,.,reinafter referred to as"Owner" One & 00/100 in the penal sum of Three Hundred Nine Thousand Sever) Hundred Thirty DOLLARS ($ 309,731..00 lawful money of the United States of America for the payment of which sum, well and truly to be made, we hind ourselves and our heirs, executors, administrators, successors, and assigns. jointly and severally by 'these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the day of __, 20_;. J"_, entered into a written contract with the aforesaid Owner forfurnis'hing all materials, equipment, tools, S U Pori ritenden ce, 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 sand other Contract DOCLlme:nt:, thereto attached or, by referonce:, m�adc: �� f��art thereof, according to the true. intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force; and effect. PROVIDED FURTHER, that if the said Contractor fails to duly p;-ay 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 and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not e seeding 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 tht: said Contractor fails 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 riot 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 rseal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, �ti.ssouri _ _ _on this the day of_r{�, �1 20 L)�, United Fire & Casualty Company — -.Lehman Construction, LLC SURETY COMPANY CONTRACTOR BY _- (SEAL) BY —(SEAL) YJ 6EAL) BY --(SEAL) Attorne, -in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) 1 • ACKNOWLEDGMENT BY SURETY STATE OF Missouri Comm,of Cole On this dily of, beflorc me persomilly appeared—Kris L Bennett known to, nic to be the Attorney.-in-Fact of United Fire and Cp§_qplty Compry the corporation that executed the within instrument, and acl:nrnvled!!ccl to n1c that such curroration executed the same. IN WITNESS WIIEIU'.0F. I have hercunto set im, hand and affixed 111y official seal., at illy office in the aforesaid Comity, the day and year in this certificate first above written. 'I the Notary PLlbljC/State 0f Missouri ('01111t,\ of Osage y N`OT,%I'2Y P(Ji3UC,-NO'F/,,k 8 E L STATE 0F mlsSot;j7l CCIUNIYOF-()SAGF S.0230/GEEF 10199 UNITED FIRE & CASUALTY COMPANY HOME OFFICE -CEDAR RAPIDS, IOWA CERTIFIED COPY OF BOWER OF ATTORNEY (Urigin:rl on filo at !forte Office of%Compaany- Soo Certification) OW ALL MEN BY THESE PRESENTS, That the UNH FE:) FIR . & CASUALTY COMPANY, a corporation duly organized and existing rider the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of lava, does make, constitute and appoint LOUIS A. LANDW111R, OR CHARLES E. TRABUI., OR KRifi L. HE,NNETT, OR BEE A. IIACI{ERS, ALI, INDIVIDUAI,LY of JEFFERSON CITY MO Its true and lawful Attorney(s)-In-Fact with power and authority !hereby confered to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows. Any ancf A.IT fronds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITEf:) FIRE & CASUALTY COMPANY apd all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain iii full force and effect until revoked by UNI'T'ED FIRE & 1 CASUALTY COMPANY. au This power of Attorney is made and executed pursuant to arid by thority of the following Fay-Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact "T'hc� President or any Fire President, or any other officer of the Company may, from time to time, appoint by w(Mon aerhfic.atos attofficys-rn-fact to rjst in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like Natute The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsirnile to any power of attorney or specr:al power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Cornpany with the same force and effect as though manually affixed. Such attorneys-in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney•-in-fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by Its vice president and its corporate seal to be hereto affixed this 19th day of Octol)er, 2003 � Cat10lt1E -rO-�' �, UfdITED FIRE & CASUAL-fY COMPANY o iz ., By --j�-��,. �. �7`�-.w•.�,� Vice President State of Iowa, County of Linn, ss- ' On 19th day of October, 2003, before me personally carne Randy A. Ramlo to me known, who being by me duly sec rn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY CrDMPANY, the corporation descrit;r.d in and whet executed the above instrument; that he knows the seal of said corporation, that the seal affixed to the said mstruniont is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto purse nt to like authority, and ackncwiedges same to be the act and deed of said corpora'ion. ,-r / , r MARY A.JANSEN Notary Putt, COMMISSION NUMBER 713273 My exI rtes: 10/26/2004 MY�C 2SION ow t L. I, the undersigned officer of the UNITED FIRE & CASLIAI_lY COMPANY, do hereby certify that I have c .:npared the foregoing copy of the Power of Attorney and affidavit, and the copy of tho Soction of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOMES OFFICE:: Of. SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, arid that the said Power of Attorney has not been rc,voked and is now in full force and effect. """'"+►�, In testimony whereof I have hereunto subscribed my mane and affixed the corporate seal of the said Company this day of_,. _- _._._._ . .. . 20 .... .. ' �' COI/OiA1E Secr,.tary j., United Fire G 1'O LI J) i"idelity S Surely 1)rl)arunent POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE SURETY BONDS You should know that, effective November 26, 2002, any losses sustained by the surety caused by certified acts of terrorism would be partially reimbursed -to the surety by the iUnited States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established rdeductible paid by the surety providing the coverage. The portion of your bond premium that is attributable to coverage for acts of terrorism is $ 0.00. Before any charges are added for terrorism coverage in future surety products YOU purchase, you will be able to make a coverage election for a then specified premium charge. The existence of the federal terrorism insurance program does not affect the obligations you assume in the indemnity agreement. r II((NIPUfhll'li. 118sccu(n1Ave SI., I )If o\ 73k)09.Cedar Rapid+. 1A ;'•1U'-.'�( +Phow 310.3 9'1- 70(1 1 AN +IO.3qu.ti.1_'; 18, SCODYKI '\V(-.')ILA(_'. RHPidS, )MAT) 5):,)407. NOTICE TO MISSOURI SURETY BOND HOLDERS Should you have a question about your bond or policy, please contact your insurance agent first. If you are unable to contact or obtain information from your agent, you may contact our company at the address and phone number below: United Fire & Casualty Company ATTENTION: Bond Department 11.0. Box 73909 Cedar Rap-ids, Iowa 52407 . 800-343-9130 PH: 319-39','-)-5700 FAX:319 ,09-54%) July 26, 2004 City of Jefferson, MO 320 East McCarty Street Jefferson City, MO 65101 RE: Contractor: Lehman Construction, LLC Bond No. 54-142237 Project: Sunset Lake Road Improvements Project #32076 Gentlemen, Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. Once the contracts have been signed, would appreciate receiving a copy of the contract and the dated bond rh-ith Power of Attorney for my file. Sincerely, Kr s L. Bennett Attorney-In-Fact Winter-Dent & Co. ' Insurance & Bonds P.O. 11ox 10,10 JWLTS011 City, MO 65102-70,16 573-631-2122 F ix 573-a36-7500 Established 1012 OP ID Re DATE(MMIpp1VYYY) ACDIRD,. CERTIFICATE OF LIABILITY INSURANCE OP 1 a?�27 04 PRODUCER TTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Wintar-Dent. 6 Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O, Sox 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW J rson City MO 65102-1046 e: 573-634-2122 Fax: 573-636,-7500 INSURERS AFFORDING COVERAGE NAIL ti : lNSLJR!°.B 114'.1111 N A h l,n,t I I r+• nua:l y iL,m{,anti• 13021 It;ylll(I H It Pa•ee t••a 1. It•r nt nr ntn Inn uNn::n ... . I Lehman Construction L1+C, uJ;,ul(11l r. 601 W. Versailles Ave 1rc,u1ll;ll California MO 65018 _..- INSIp'1.It! � II%'POLICK1;01INE-'JRAN(;1 LIST1 11I"AOWIMVI.ItfIN1�,6Alf(,ti IHl 1NtiUlt1)+tJh61•IIA)IUVf IUI` 1111 Y(IIICYI'II<IUUINNICAILI) NOIYJIIIItiiANUING ANYRFO UIREMENLIEli610RCON01tIOIOf ANY(:(,NINA(;I(71{)UIl1l,' (: It'll N7 VII IIIIit'01CI IuVJ(ln;OIIIIti(Ht1If"RA1r NIAY(if ISSM1)ON MAY 17VTOAINT111.I1,19U14ANL•I ArlORUI.I)RYI111 P')l1(•11hUISt:1dlf1)IIIRIINI!, it if,II .:I 10AlI 1111 IrI7Ml iIrC l(ISIONS AN[`(:014DI1IONb01 'MC)I POLICIES AGGRI:(;AII-1 IMI1S SIIOWN MAY IiMI HI I N 11:UUCI I)1 t I'At(,0 A!I,1!, INSA" pp'L7 POLICYEFI•EC'tIVE 'POIItYEXPIRATION' LTIQ NSk TYPO OI'INSURANC[ POLICY NUMIlf: UATP MIdIODlY'/ OATC IdMIDUlyY LIMITS R i GENERAL LIABILITY 1 M:n OCr,u1+1tI N;:I. s. 1000000 17A1.4111 III Rl I'M 0 A X � COMMIIICIAI (AI'ARAI tiAIMt I 101 60321110 03/20/04 03/26/05 rIl'611:,1 ;I1+Ir,r„rrt,rrr'1 1 .1.00000 (;l AIMS MAUI i X ! (w(:(m 1611 1.11 All 3 5000 P1 RSONAI s AnV INJIMY 1 1000000 I i W NI RAI A(;f;I<l(,At! i $ 2000000 -_.--- I I GENT AGGIII GAll (.IMIt APPl if r,VI I( 'I'It AOI{:IS CONIP.OPnn(; 7 2000000 •��_ _.._._.__....--------- - - .._._. AUTOMOBILE LIABILITY COI.IfIIrJ!nSII1(;I I (U.III j $ 1000000 A f� X I ANY All 10 101 60321119 0"3/28/04 03/28/05 1 """''"'' 1 1 I } Al L OWNFUA IIM i li( f tl INJURY <N AUTOS ; rc,,1 ,tN� JFANC E Rnij `x I110DAUTOS ( ItO(.111 Y IN.;WY i f }t I NON O'NNLU Al1I OS Bye Data,____..__._._.............._.._...__. ! GARAGE LIABILITY '"""�--- .. �. td11(1 UN!Y"(A M,C001:N1 1 I - 01111,1(MAN LA ACC $, I All If 0 ONLY AGt1 : $ ! IEXCESSJUMBRELLALIABILITY IA(A1O(,(,Ultl.lNC1 11000000 A occur; C1A1t.ISMA01 1.01 60:3211.19 03/28/04 03/213/05 :AC,IMLOATI I 1 UL01N;Nlil l g X RI'11-Nll(M 110000 $ WORKERS COMPF.NSA110N AND X 7(Illy 1 16111 ti (at EMPLOYERS'LIARIL11Y _ _ .. .........._. B ANYPItOF'f21C1URr{'nitrN,r:lAIrullbf AVWCM01262632004 03/28/04 03/28/05 I1 1ACIIJ(CCILItN1 1500000 OFFICf'WAIFMUL(l FXCI.IIUI U I( es.desurlu under I 1 III!lf ASI: LA LMf'L('YI:LI 3500000 S IECIAl.PROVISIONS(m4i�n I., 1)151 ASI 1'01 ICY l IMII $ 500000 OTIIER A Leased/Rented Equi 101 60321119 03/28/04 03/2.8/05 500 Ded 350000 A Installation Float 10.1 60321119 03/2.13/04 03/28/05 500 Ded 164286 _ DESCRIPTION OF OPERA TIONS I LOCATIONS I VFHICI ES I f:XCLU5IONS AOUED OY F.NOOR51 MINT 151'F.CIAI.f'ROVISIONEs RE Sunset Lake Road Improvement,, Pra_Ir-,ct 1132076 CERTIFICATE HOLDER _+ CANCELLATION _ JE F'FE•-1 SHOULD AIJY OI Till.APOVE OESCRIBF.1)POLICIES BF CANU.I.LEO BEFORE THE EXPIRATIO • DA IF III[- IIIL 155t11NG INSURE R WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN NO fl( TO fill CEIITIFICAIL IIOLI)ER NAMFO TO THC LEFT,BUT FAILURE 10 p0 SO SHALL City Of Jofferson IMPOST NO OII(IGAIION 014 1 IAIIIIATY UT ANY KIND 1,111ON 111L INSURER.ITS AGENTS OR 320 East McCarty RI:PRESCNIAlIVT-5 Jefferson City MO 65101 Akfrlli)kl;Eq �tawte. : Tin ACORD 25(2001108) � �� •—~�—�M_,-___.____-___—'--'.�� C;i ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL. INSURED, tha policy(ios) must be endorsed. A statement on this certificate does not confer rights to the corlificate holder In lieu of such endorsemont(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statunronl on this certificate does not confer rights to the certificate holder in lieu of such endorsoment(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 . .....,.. M§$W.,, r ACORD 25(2001108) ABC'! INSURANCE BINDER OP ID R 071)ATE C( /27/04 THIS --------—-----*------------ HIS BINDER IS A TEWFC�RkR7iNSG�Wkl�CON 6'T,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. COMPANY BINDER ly 7836 _4 �7j 666CER 5 3-634-21.22 (A!C.Nc),Exq: 7 573-•636-7500 Un.Lted Fire & Casualty Company rl'I'Ecilvt EXPIRATION r W r-Dent & Company OATE DATE. � j .,.jIfAEl- P p x x 1',011 AM B AM *Box 1046 1 Jefferson City MO 65102 •1046 07/28/04 12:01 i 111) 07/28/05 1 1 NOON THIS HINOI-P 1S 1:,S01 1)IN I AIVNI-) 114 11I1`ABOVL NAMI.0 GOMPANY CODE: 000277 Sull Cowi: PI 11 KXPIRING,IlOt h:Y ts BNDR-OCP-LEHMC0 D11SCRIP tION Or OPERAIIUNSIVE�il(;Lr;S)IIIIOPLRTY(Indudifill Loctiflan)LEHMA-1 CusTomERIB; INSURED OCP for Sunset Lake Road Improvements, Proj City of Jefferson ect 4132076. 320 East McCarty Street Jefferson City MO 65101 COVERAGES LIMITS TYPE OF INSURANCE COVURAGWFORMS DII-DUCTIBI-12 COINS% I AMOj1N-7 PROPERTY 'AUSES OF-LO." BASIC BROAD SlIF(l, GENERAL LIABILITY f ACI I N(l 52000000 COMMERCIAL GENERAL LIAHILI I Y f 114 DAMAGL(Any nfie fi.*i!j ME.I)I.XP(Any onv pwtoni CLAIMS MADE X owner & Contractor ProL. I IFPSoNAL&ADV INJURY 1 S 6ENFRAI.AGGRFGATI ; $2000000 I?r IRO DA I F I OR Ct AIMS hltd) PRODUCTS-COMP OPA0,C, S AUTOMOBILE LIABILITY GOMWNCO SINGLE LIMIT 1 ANY AUTO BUIAL', INJURY Ille,person) L OWNED AU I OS 130DILYINJURY(Flerw'x,d(0l CIIIDULEDAUIOS PROIll 141 Y DAMAGE HIRE D AUTOS N111DIGAI WYMENIS NON•OWNED ALI I OS 11FRSONAI INJURY Ill,!O I S I ININSI,INI 11 MO I ORIS1 AUTO PHYSICAL DAMAGE OLDUCTIlli.f ALI VI-HICLES (Itil I'()vf HICI I S I A(;I 0AI.CASI I VAL Of COLLISION. SIAIUOAMOUNT OTHER THAN COL. OPIVI, GARAGE LIABILITY ALI TO()N!.Y CA ACCIDL1,11 i $ ANYAUTD 0 T I It 1,1 HAN AU rO ONI Y I,ACH A(;('.I(APN1 AGGRE-GAlf- EXCESS LIABILITY 1.-A(',I OCC'LIRRI.NCI' UMBRf-LI.A FORM AC;r,,pj(;Ajjj OTHER I HAN UMBRr 1.1 A FORM 11.1RODAII i0k(AMML'INVI)L ';F[I INSURI'l)fit:tf.1-JI-ION S WC',IA*I0I0NY LIMIT'S! WORKER'S COMPENSATION 1.L t ACI I ACC1017N I I AND EMPLOYER'S LIABILITY I I DISrASt' FAI1,41110Y I F i L L DIS(AS( POI j(;Y I ItA(I SPECIAL Lehman Construct).on LLC is responsible for payment of promlilin and audl L.-BFI I,!; CONDITIONS1 OTHER I AYJ S COVERAGES I s;IIMAIVD 101AI 1114F]MIUM 5— NAME&ADDRESS MOP I GACA I ADDHIONAt It6tIRIAl I I OAN li --W-011-11 RIZED IKVRFSI]�NTATIVE Nj JO - H ACORD 75•S(1198) NOTE: IMPORTANT'STATE INFORMATION ON REVERSE SIDE (<!)ACORD CORPORATION 1993 CONDITIONS 'This Company binds the kill(I(S)of insurance slifwlaled on the ruverre a ido Tho Inscuanre is suhjc:t to It w. terms,conditions and(imitations of the policy(wr,)in rurrnnl use by Ihr,Company This binder may be cancelled by the Insured by smender of this hinder Cl by weitlen notice to the Company stating when(ancoilation will be eflective. This binder m,ty he cancelled by Ihr;Company by notice to the Insured in accordanre,with the policy cxrndilions.This binder is r:ancollfed when replaced by;a paltry It this hinder is not replaced by ri policy,Ihr Company-entilled to charge a premium for the harder .wcorduul to the Rules and Rates In use by lhn Company. Applicable in California When this forth is used to provide insurance in the arraount of once million doll+irs(511 000,0001 or mere,Ihu iriia of the form is changed front"Itismanre Bfndor"to"Cover Note", Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument oiven for the purpose of creatrrtg rr lien on real property shall accept as evidence of imsuranco a written bind^r issued by all authorised insurer or ite,rulenl if the binder includes or i:-,accompanied by: the name and,address of the borrower: the nano;and addies�,of the lender as loss payee;a description of!he:insured re„1 property; a piovcaen that the minder may not be cana;lod within the term of lire binder unless the lender Ind the insured borrower receivo written nolicr:of the c;;lncul- lation at least tell(10)days prior to the,caancelkition:except in the cwa;u ul n renewal of;a policy subsequent to the closing of the loan,a paid receipt of the full anuxuat of Ihr applicable,premium,and the;am un(of insurance:coverage. Chapter 211 Tula ?S Poragmph 2 111) Applicable in Florida Except for Auto Insurance aavetage,no lwlwo of c;:rnr:+Iation or nonrenewal of a binder is req(need unless the duration of the bntdor excoad s 00 days. For auto insmarwo.the iii surer musl dive i days pnor notice,unless the binder is replaced by a policy or another binder in tiro sr,une amapciriy. Applicable in Nevada Any person who refuses to accept a bidder which provide;;(xweroge of lost,than $1,000,000.00 when proof Is required:(A)Shall be fined not more than$500.00.and(B)is liable to the party present'ncl the hinder at,proof Of insurance for actual da[nagec;sustained thowdrom s i ACORD 75•S(1198) GENERAL P��Vl�6QiVS FORWARD . _.. ..._ The following Articles GP-1 through GP-49 are"General Provisions of the.Contract",modified as set forth Th g g 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 docurents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are 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. Ail 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 pond 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. 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 tho City. 8 "Day" or "days", unless herein otherwise expressly defined, sh.all 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 [lie 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. 11. Whenever in these contract documents the wards"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 othorwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable, proper or satisfactory in the judgment o`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 rnean the firm, company, incfividcial, or its/his/her duly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, acrd other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It Is understood and agreed that the Contnictor, 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 needod 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 vorbal agreement or conversation with any officer, agent or employee of the City, either before or after the execs ilion of this contract, shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shrill be that of ern indexpoode rit contractor. GP-4 THE ENGINEER The Engineer shall be the City's representative during the constructiari period and he shall observe the work in process on behalf of the City by a series of periodic,visits to the lob 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 dOCLInlents; (b) the payment of all bills and obligations arising from 1 this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials,, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall he 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�hall 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 contact are started. All of said Contractor's certificates of insurance shall be writta;n in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILITY INSURANCE ' (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death,of not less than $2,000,000 per person and $300,000 per occurrence. ' (2) Property Damage Liability insurance coverage for- limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY &kk-A—GE LIABILITY INS (PPV.9RING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing lin-0N of at least $300,000 per person and $2,000,000 per Occurrence for bodily injury or doath. (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 ,,iggrogate lifilit. G13-6.6 OWNER'S PROTECTIVE.LIAF311_ITY AND PROP—E.RTY DAiVIAGE INSURANCE The Contractor shall purchase and inaintain Owner's Protective Liability rind Property Damage insuranco issued in the nanici of the Owner arid the Engineer ;v; will protect both against any and ail claims that might arise as a result of the operations of the Contractor or his subcontraclors in fulfilling this contract, The rninimum amount of such insurance: shall bo the ,nine as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner arid a copy filed with the Engineer, GP-6.6 EXCLUSIONS The aboverequirenionts, GP--C,,.2. 6.3, (3.5 far l)ror,)(1rty(fariia(j(-.,Iiibility shrill contain noexclusion 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, o! Ilic, ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Conlnactor',,; operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's promises, or injury to or destruction of property rosultinq thorelrom, CaLIV.-Ki by the removal of other buildings, structures, or supports, or by oxmnvntions below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE Contractor shall carry in his narne, additional a ,surod clauses protecting City, Liability Insurance with Bodily Injury or Death limits of not lee's tivin $300,000 per pemon and $2,000,000 per Occurrence, and property damage lirriiis of not les.c. than !;;300,000 Willi hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use, of automobiles rind trucks on r-ind off the site of the project, GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Coin ponsation 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 disonse covoriage with Statutory limits, and Employer's Liability with a lirnit of $300,000 per person. The "All Stale" endorsement shall be included. In case any class of oml loyoos is not proluctecl under the Workmen's Compensation Sialuto, the; Contractor shall provide and cause such contractor to provide adaquate employer's liability coverage as will protect film against any claims resulting from injuries io 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, riot olharwiso covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing aril until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. 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 covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S R_ESPONS_IBILITY 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-r.,ontractors, 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-6.1.1 CONTRACTOWS 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 tire 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 perforin 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 as a whole, without the written, consent of the City and of the Surely on the Contractor's bond. Such consent of Surety, logother with copy of assignment, shall be filed with the: City. No assignment, transfer or subletting, oven though consented to, shall rolieve the Contractor of his liabilities under this contract. Should any aSSignec► fail t 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 1 Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipmonf which he proposes to use in the construction of tire project. The Contractor agrees that he is as fully responsible; to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by then, as he is for file acts and omissions or persons directly employed by him. Any notices to the Contactor shall be considered as notice; to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work �! after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS,PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a tern porary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or ' specified. GP-11 ROYALTIES AND PATENTS ' It is agreed that all royalties for patents or patent clairns, infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents Involved in the work,and in case of an award of damages, the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled, 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 scat of Specifications and Plans so that any work exhibited in the one and riot 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 necessary to 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 will) the construrtion affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plan. 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 riot 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 cloCUmerats,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such Instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICA'rIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest stranr.dard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically slated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of ernployoes 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 tho 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 that obligalions of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City snall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not 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 riot 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 materials shall be promptly remover] from the vicinity of the work. Should the Contractor fail or refuse to complywith 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, an(] 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 lie proposes to use. GP-14 LINES AMID GRADES The Department of Community Development will set construction slakes 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. 'rhe 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 bench 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 acid established by base:lines,offset stakes,bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall ' replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall 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 supe�rintenuent 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-18 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 horses are served directly from a street or portion of a street which is to be reconstructed under this project, the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it, GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public lhorougt-rfiares 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 might. 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 travoling public. ' All barricades, signs, lights and other protective devices shall be installed and maintained in conformity O with applicable statutory requirements, and in conformance with the Manual of Uniforrn 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-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the hest information available to the City, The City does not guarantee the acmiracy of such information. The Contactor shall make every effort to locale all underground pipe lines, conduits and structures by conl;acting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe: lines or ether 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 daninges. No payment will be made to the Contractor for locAting and protecting utilities and cooperating with their owners, and any damages caused to tho utilities by the Contraclor'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 tho;crtility cornpany 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 suhcontractors 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 area 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 darnage 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 safely of life or of the work or of adjoining property, the Contractor,without special instruction or authorization, is hereby pe:rnrilled to act at his discretion to prevent such threatened loss or injury,and he shall so act. Any compc;nserlior-r,claimed by ttie Coolraclor on acr'ount of emergency work, shall be determined by acireonaent 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 trOLIbIUS of any kind that naay occur during the construction or performance of this contract GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarrnloos the work in connoctwn with this contract ::against faulty materials or poor workmanship during the period of one ( 1) year .after the date of coinpletion 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 lrnae, 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 waivor of any breach in this contract be held to be a waiver of any otlier or subsequent broach. GP-25 USE OF COMPLETED PORTIONS If desired by the City,portions of the work play 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 1 not constitute an acceptanre of the work, and the Contractor shall be: habte 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 Contract or may alter or deduct from the work, the Contract suns to be adjusted accordingly. All Such work shall be executed to the same standards of workmanship and performance as though therein included. The Engineer shall have authority to make rninor changes in the work, not involving cost, and riot inconsistent with the purposes of lire 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 duty executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall stater the location,character,amount, arid m ell lod 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 orde?red. If the modification or alteration increases the amount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as"Extra Work" as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, such (IOU0,4Se Shall 1101 ■ constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of onliUed work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of. 1. Credit due the Owner for Contract work not done as a result of all 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 arid which could not be used in any part of the work as actually built. 3. Any other adjustment of the: Contract amount where the method to he used in making such adjustments is riot clearly defined in the contract documents. Statements for extra worts shall be rendered by the Contractor riot later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular nionthly estinlate. The Owner reserves the right to contract with any person or firm other than the: Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be. entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work; (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any chango or alteration in or addition to the work shown by the Plans or ro ason ably implied by the Specifications and not covered by the Contract proposal items and which is not otherwisci provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Encineer when authorized by the Owner. The compensation to be paid lhc: Contractor for performing extra work shall be determined by one or more of tho following naelliods: 1. Moth-` A: By agrerd unit price 2. Method B: By agrood lump SUM 3. Method C 11 noilhur Method A or i3 ca i be;:agreed upon before the work is started, then the,work shell be by force �u:coural as per Section 109, Measurement and Payment, of the Missouri Standard Specification for 1 faghwiiyConatruclion,as published by the M16SOUri Stale Highway and Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any limo suspend the work, or any part thereof by giving ten (10) days notice to the Contractor in writing. The work sh;all 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 s;o. But if the work, or any part thereof, shall he stopped by the notice in writing aforesaid, zinc! if the Owner does not give notice in writing to the Contractor to resurne within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended sand he will be entitled to the estimates and payments for all work done on the portions abandone:.d, 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 contract, the Owner, after tern (10) days written notice to the Contractor, may, witfaout prejudice to any other remedy tae may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter clue the Contractor. GP--29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be F)dfudged a bankrupt, or if he should make a general assignment for the t 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 lime is provided, to supply enough properly skilled workmen or proper materials, or if he should Bail 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 rnay, without prejudice to any other right or ronledy and after giving the Contractor five (5)clays written notice, tenninrate the employment of the Contractor and lake possession ' of the premises and of all rn alenals, Hauls, 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 linishing the work, including compensation for additional managerial and administrative services, such expenses shall be paid to the Contractor. If such raxpense 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 undrar an order of any court, or other public authority, for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows, or from ground water, or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne 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 case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision t it 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 riot 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. lie GP-34 MATERIALS AND E% PMENT 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, !rniess 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 alieged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any clairn or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER 1 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. 1 GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will riot be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified In the contract. A working day is defined as any(Jay when, in the judgalaent of the Engineer, soil and we-tither 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 riot 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 riot be countacl as working days any lime during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may m,akca allowance for time lost duo to causes which he deems justification for extension of contract time. If the Contractor caanns .in oxtension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall stale his reasons in writing, furnish proof to establish his claim arid stale the approximate numbor of drays he estimates he will be delayed. Notice of intention to claim an extension of contract lime on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the clann shall be filed in writing within 30 clays after the: claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract arid 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 linie as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the; contract will be made for each day and every calendar dray that such contract remains uncompleted after the time allowed for the completion. The said amount set nut 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 perforrraod as determined by field measurement (except as may be horwnafter provided) at the unit price bid for the items listed in the schedule of the laid or for such exlrra work w; rusty bcr;nilhorized rind sapproved by the Engineer. The cost of incidental work not listed in the schedule of the laid but nec osssary for the coniplelion of the project shall be included in bid items. (b) DEDUCTIONS FOR,UNCORIR_ECTED V110RK If the Engineer deems it expedient not to correra work that has heen dani aged or that was not done in accordance with the Contract, an equilable derliiclion from the Contract price shall be made therefore, (c) LUMP SUM ITEMS Payment for eacra lump sure iteri shall be at llie Irrarip suns but for the item, complete in place, and shall ' include the costs of all labor, materials, tools;, and wimpnient 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 Eno iruier or in:7poctor. A retainer equal to 10% of IlA the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the ' Contract fully performed he will promptly issue a final certificate, over his own signature. stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be dun the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30)days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of file Owner or of any person relating to or affecting the: work, rGP-42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portly and cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases 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 cornn-iodity or performance promised is equal or beater and the prier, 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 marl factored, assembled or produced in the United Slates, if quantity, quality, and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the;contractor to use American ' products in the performance: of the contract GP-45 AWARD OF CONTRACT - REJECTION OF BIDS ' All bidders are required to submit with bid Minority 131.11ness Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Progrram 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 intorest, GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW t 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 provisions and requiretrients 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 L.ABORER 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%)as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri !aborers 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 RE, UQ IREMENT 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 fart 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: The provisions of this section take precedence over any other P P provisions in these specifications. SP-1 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail flans, and any special or specific Specifications as included in the contract documents. All construction dotails included with the plans and attached hereto shall bo used in constructing this 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 wall as representatives of any other affected agencies which the Owner may wish to invite. The work schodulr~ specified in Section IB-23 of the Information for Bidders will be submitted at the conference. SP-3 PERMITS Land Disturbance - The work in this project will be covered under the Gar-neral 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-constriction conference and in bound by its provisions. SP-4 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contactor shall contact the U.S. Postal Service to determine where the mailboxes should he set 1 during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work is complete. Any materials damaged by the Contractor shall be replaced with rnaterial of better or equal type and quality at the Contractor's r xpense. SP-5 PROTECTION OF ADJACENT PROPERTIES Surface water shall he diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-6 UTILITIES ' The Contractor shall expose all utility crossings to establish location and depths prior to construction. The necessary adjustment of utility services such as water, gas, telephone, electric and sanitary sewer, including meters, valves, manholes and other appurlrnances not specifically called out on the plans shall be subsidiary to the work. SP-7 MOBILIZATION I DEMOU1.ILI7.ATION Bid Item number 1.00 "Mobilization 1 Demobilization" shall im lude all mobilization rind demobilization ne edod for the road work. Sixty porcena (6090) of the hid price for this item will be paid as mobilization and forty percent (400,o) of the bid price will her paid as demobilization at the end of the project. SP-8 SIGNAGE AND TRAFFIC CONTROL The Contractor shall provide the sigrange as called out on pager 0 of the pions. Signs, canes, and ' barricades shall bo plrrcod both to protect workers and equipment, and to protect the public by marking open trenches and other potential dangors. All traffic control device;; shall nonfarm to the Manual on Uniform Traffic Control Dovic(-•. Payment for all temporary signage, and all traffic control needed for the proloct will he paid for ras rI lunal) surn under hid itom number 4.00 "Construction Signago and Traffic Control." SP-9 TEMPORARY SURFACING The bid item ncunber 11.01 "Temporary Surfacing" shrill be utilized in order to maintain traffic, and to provide access to adjacent properties, at the and of each working day. Due to the length of the project a 20 toot wide corridor s;Ilall be maintained to allow for two way vehicular traffic. The contractor shall maintain this corridor in a safe and reasonably smooth rondition as long as it is in use. The corridor and access, surfacing shall be crushed stone that meets the requirements of paragraph 1007.2 of Missouri Highway Spocifications; for Type 2 Aggregate, Gradation A, unless the engineer agrees to a different gradation because of site conditions, The temporary surface will be paid for by the ton of material provided based on tickets submitted to the City at the time the work is done. Payment shrill be at the unit price bid, which shall include: all iabor, materials, tools and equipment necessary to provide and maintrain a driving surface that will allow vehicular access to all adjoining properties. SP-10 ACCESS TO ADJACENT PROPERTIES Prior to the rernoval of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such struclures that the LISe of the driveways or access will be temporarily affected. Notice shall be of sufficient length to tallow the parsons affected to remove vehicles rind other items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of each working day. Pedestrian access 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 clangers that may be present. This includes the access to, and use of, the walking trail that encircles Sunset Lake. The contractor shall phase his work so that the walking trail around the lake is riot closed for a period of longer than two weeks. SP-11 ROCK REMOVAL No explosives shall be ue.ed on this project, f=lock shall be removed by mechanical chipping, ' ripping, jack-hanmmcrring or other methods approved by the Engineer. SP-12 EROSION CONTROL ' It will be the responsibility of tho rontrtactor to tim)best inanraraemonl practices for the control of erosion on this project as enumerated in the City's Land Disturbance Permit. Two of these practices have been included on the bad from: A. Sill fence should be instrallod on thr_- project near the grading limits from approximate station 11+15 to 134.00 offset right, and at 0 t discretion of the engineer. The silt fence is to be maintained throughout the life of the project. The fence should be built on the contour where the fence can intercept runoff as sheet flow. The end:, of the fence should flare uphill to temporarily impound water. Payment for this will be by the linear foot. B. Temporary mulch shall be wheat straw or similar material applied to the ,ground so as to achieve 750% ground rover. Any area that has been disturbed and susceptible to erosion and will not be worked for a period of two weeks shall receive temporary mulch. The use of temporary mulch shall also be applied at the discretion of the engineer. Payment for this Item will be by the square yard. SP-13 CONSTRUCTION S'T'AKING The construction staking for this project is the responsibility of the contractor, and will be payed as a lump sum under bid item number 5.00 "Construction Staking". SP-14 STRIPING AND PERMANENT SIGNAGE The striping and permanent signage for this protect will be done, by others. SP-15 REMOVAL OF EXISTING PAVEMENT Any existing pavement whose elevation is one foot below the propose() elevation may, at the contractors option (and if conditions allow) be left in place. If this option is chosen, the contractor shall rip, scarify, rubblize, or otherwise reduce and recompact the pavement to a state acceptable to the engineer that would allow for the free migration of water through the existing asphalt layer. SP-16 EARTH EXCAVATION AND GRADING ® Bid Item number 7.01 "Excavation and Grading"shall include all work needed to grade the site to the elevations as shown on the plans, inclusive of all necessary barrow material. SP-17 BORROW MATERIAL The contractor shall secure his own borrow material. This material shall conform to Technical Specification TS-2.2.14. SP.,18 SUB-GRADE STABILIZATION Payment for crushed stone (?" - 4") for sub-grade stabilization shall be per ton of material provided, based on the tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials, tools and equipment necessary to stabilize the area including removal of unsuitable material, disposal of the material off-site and sub-grade preparation. SP-19 PIPE CONNECTION AT STATION 12+45 OFFSET LEFT The existing inlet in this location is to be removed. The connection between the existing 10" DIP and the proposed 15" RCP shall be may by means of a 12" CMP. The 12" CMP shall be placed between the pipes with concrete collars pourod at each end. This connection will be pair) as a lump Burn bid iltem number 8.10 which shall include all materials and labor. SP-20 HDPE PIPE COUPLINGS (CONNECTIONS/JOINTS All HDPE pipe couplings shall have water tight gasket connections. The gasket material shall be closed cell expanded rubber or neoprene in accordance with the manufacturer's specifications. No diroct payrnont will tae made for the water light connection;.. The contrnctor shell submit manufactures shop drawings for pipo imilon al, joint,/connoctions rind xn.;tallaation recommendations. SP-21 SANITARY SEWER The installation of the sanitary sower, irxcluding thO adjustment to all mrmholos, shall conform to the City of Jefferson Sanitary Sownr :ponifrcatrons. (aid item number 9.01 'W D;i a. Sanitary sower Manhole"shall include the manhole;r, and all connections to the existing pipinc. SP-22 4" SANITARY SEWER LATERAL The section of sewer latorral that is exposed at approximate station 12-110 of f sc i 80 feet right shall be removed and replaced. The :section shall match the existing grads. Payment for this item will be made by the linear loot, SP-23 SERVICE LINE ADJUSTMENT This Item shall cover all costs associated with the adjustrnont / relocation of water service lines as dictated by the placement of the storm water system. Thi: itom will be braid per service line; adjusted. SP-24 WATER METER I VALVE PIT RELOCATION The water meter and valve assembly located at station 21+32 offset right serves an irrigation �D system in the landscaped area at the intersection of Sunset Lake Road with Southridge Drive. This assembly shall be rebuilt at the location shown on the plans using new materials of the same like and kind that are presently being usod. Bid item number 10,03 "Water Meter!Valve Pit Relocation" shall cover all costs associated with the relocation of the water meter/valve pit. SP-25 3" ROLLED STONE EASE Payment for 3" Rolled Stone Base shalt be made by square yard measured from back of curb to back of curb, plus one (1) foot. Any additional thickness necessary under the curb and gutter section, shall be subsidiary to this item. No additional payment will be rnade. SP-26 7" NIGH EARLY STRENGTH PCC PAVEMENT ' The 'l" PCC high early strength pavement shall be placed on thr street approach from station 22-x-29.52 to the end of the; project. The street approach should he placed one half at a time so as to allow traffic to be rnaintainod. The PCC pavement shall be placed savor 3" of compacted base rock. SP-27 PCC PAVEMENT JOINT REINFORCING REQUIREMENTS The joint reinforcement shall be as bellows: 1) All bars shall her 04 deformed burs 24 inches 117 length r 2) Longitudinal consiructron lorrrts - Imrs 16- 30" center:,. 3) Transverse construction joints - bar:. (ex 12" centers, , A) Sawed or premolded lonlfitudrraai joints - bars tn, 30" centers r 5) It curb and clutter i�; pomorl ';("fla ately.. bar." rrr 20" c:onton'. SP-28 PARKING LOT AT 1425 SUNSET LAKE ROAD A portion of the parking lot at 1425 Sunset Lake is to bo replaced wS shown on the plans. The existing asphalt should be cut at the location shown to provide a clean edge. The asl7hialt replacement shall consist of a 3" lift of rolled stone Lease, r, 4" lift of AC Fuse, and a 1 'i " lift of AC surface (13P 1). It should be placed so as to provide drainage to the street as shown on the cross sections. SP-29 ACCESS TO THE PROPERTY AT 1620 SOUTHRIDGE DRIVE Access to 1620 Southridge Drive shall be maintained at all times. The reconstruction of the 1 approach and drive shall take place in halves so that access to the parking lot is not interrupted. SP-30 ACCESS TO THE PROPERTY AT 1425 SUNSET LAKE ROAD The contractor shall phase his work to prevent the simultaneous ciosure of the entrance to the lower parking lot, and the parking at the front of the building. SP-31 TOPSOIL IN.AREAS.TO BE SEEDED OR SODDED The lop six (6) inches of all areas of the project to be soeded or sodded shall be free of rocks, stones and clods prior to sending, This may require the contractor to utilize a mechanical rock rake, hand picking of stones, and/or placement of six (6) inches of clean topsoil in these areas to be seeded or sodded. The topsoil shall be worked to create a clod free, smooth surface. An inspection of the topsoil will be conducted prior to seeding or sodding and any deficiencies must be corrected before the seed or sod may be placed. No direct payment will be. made for these requirements. SP-32 ZOYSIA SOD The zoysia sod is to be placed in disturbed areas previously having zoysia grass. Direction as to these areas will be given by the engineer. The sod shall be placed according to TS-9.2. SP-33 BLUEGRASS SOD The bluegrass sod is to be placed according to TS-9.2 in areas as directed by the engineer. SP-34 PHOTO DEGRADABLE STRAW BLANKET ' The straw blanket shall be used for erosion protection. The blanket shall be North Arnerican Green S75BN or approved equal. It shall be installed according to the manufacturers specifications using a green dot stapling pattern (1.7 staples per square yard). Above tPie trail the blanket shall be installed on the lower portion of the slopes from approximate station 11+15 to 12-x-60 offset right. It shaall begin 8 feet down from the crest of the slope and continue to the tor, of the slope, and as further directed by the engineer. Below the trail the blanket shall be installed from the crest of the slope to the toe and as further directed by the engineer. This item shali also include all fertilizing and seeding required in the areas to be covered with this blanket. SP-35 ALTERNATE A Alternate A includes improvements to Southridge Drive as shown on sheet six of the, plans. The ® curb and gutter as well as the concrete street patch shall be placed over, 3" of base rock, crud may be poured monolithically. As indicated on the plans the existing pavement shell receive a full 0 depth saw cut, as well as a portion of the concrete approach to 1620 Southridge Drive, The area o behind the curb shall be graded to allow for proper drainage. Any cost associated with the saw cutting find grading In this area shall be included in the alternate's linear foot cost of the curb and gutter. 1 1 0 0 0 1 1. 1 0 0 0 0 0 0 o. 0 CITY OF JEFFERSON r y TECHNICAL STREET SPECIFICATIONS r TECHNICAL, 'I'1tla?_l' SI'1?CI1 IC A'1'1ON T'ABL.E 01" CONTENTS r Section 1 ►11?C 1.0 Clearing. C.irubbing and Rcmoval I 2.0 ).`,arthwcrtk 3 3.0 Cleanup 12 4.0 fine Sewcr Construction 13 5.0 Irainu�!e Structures 20 6.0 Concrete 26 7.0 Asphaltic Concrete 35 $.0 Pol-tland Cement Concrete I'avemenl 38 9.0 Lawn Repair crud Seeding 11 10.0 Rcinforced C oncrele Doublc Box C'ulverls and Retaining Walls 44 1 LO Crushed Stc►nc Driveways 46 13.0 Rip Raja 47 13.0 Rack I?xcavaticm 47 14.0 Sanitary Scwcr AdJustnicntS 48 15.0 Undercirain 50 16.0 Pavement Marking 51 17.0 Omitted 53 18.0 Traffic Signals 54 19.0 Omitted 61 30.0 Fcncillg 61 21 .O C'crtificates 62 32.0 Schedule cal'W c+rk 04 33.0 Maintenance ol" ral'lic and Access 65 24.0 Surfucinp. 65 25.0 Dust Control 66 26.0 Property Canners and Monunientation 06 ' 37.0 C'Iccrntip 66 28.0 Traffic Sims. Sion Signs. and Street Signs 60 29.0 1.)c►wIISIIOLII Dt'ains 67 30.0 Subsidiary Items 67 j r r TECHNICAL IONS TS-1 , Scom: This work shali Consist ofelcal-iiiii, P1.1111hing, Icillovilig. aild disposillp of ve,pet"Iti011 Within tile Construction lifilitl. TS-1.1.1-1 CMISN'LICtioll 1COUil-L-111CIIIS: The 111pilIM' Will L'SUINIS11 111CCOW1111ICtioll lilllitSarld will designate 111 trees. Sill-uh.s. vepcialioll within the Construction nits shall be I'Clll()\,L*(l and disposed ill• S1111111's and rmw, in •ill arch shall lic !'l-libbe(I It' 'I dcpIIl of not Icssiliall twelve ( 12) illClIel, hClMV tile I'iIIiSIICd Ci'll-Ill L!nldc, ( 1I.IIhbIII)! (11•( )sal .c orallpic or locust hedge slifill includc rcllloval In CIIINIIII.11101t 11'CiNs, Ill (lkturlu'-d stitillps "Illd roots CNICIldiliv 1)(11 more thall sip (w illcllc.�, alulvv tilt- prollild lillL. 111,1\ rellmill, provided the y,Ire il millililtill) (1I,lhIvC (3) feel I)AM IIIC I"IlliSIMI Vill-Ill oracle nr the slol,c cif the 10 hC CNCOVHIC(l. SIIIIIII'l hoics shall he hacklilled with suitable 111,11crial and col)IINICIL'(I 10 IIIC ;II)I)I(1N1III,'IIC (ICII',It\ ()I'tllC ddJaCClit al'C"'I. W11cil hunlillil 1s pL.rIIIi,,SihIL' IIfIdL'I'L-0IIlY0IliIIj2 dil' 1)(1111.16011 111 hurfling, of producls of clearillp 111(1 jjHlbbillp he d0HC [III&I' the CIIT Of d ('011111CIC11( walchman it �mcll lillics and ill SlICII 111.11)11CI' 111,11 IICillICI' VCjWIHlioIl Oil H(IjilCellit lim. 01,11 clesignaled 14) rclimill 011 the 6 Ohl-()f-WIVwill hC.j(.'0I1,IRIiZCd. The burial of swillp" and dVhI'iS Will 110t he IM11litICCI on the I'i till I-01I'-W'I\- P1.0cluCts ()I' Clearing gruhhIllp Illm be I.L'I1I0VCd 1*1'0111 the 1111d diSI)OWd ofoll( of'sight I'l-oill the roodway pr(),vidcd an will) tile OW11cf, on whose llropcll.� the prodIRT, art- 11LICIM k SlIhIllittCd h\ tile L-W11l•ild(W. The contractor shall sclip illi areas C�\nvation ()I- embanknicnt is Io he male. cXCCpI that lumvcd. hilf-licd m'Cl' SO(1 IIL'Vd not he IVIIWVCd WIILTC IIIC ClIlb,1111MICI)t w ht: Collstl'uctt-cl is 'I ILICt or 11101C in hC11111t. SC,111)illk� S11,111 IIICIIILIV OW I-VII]OVill Of 111,11cri:11 stich ail sod. residue ol iu-'ric till 111-al corp . smvdust. nild decoyed VILTCUINC nulJler h'0111 IIIC MIIT4'ICL' (11'til(' L!I'MIHLI without I cillovillp Im Iry earth Ilinn is IlCkTSS,I I\, HK- I1R)LI(ICI'; (fl'SC,III)iIW shall he diSI)0sCd of aw,I\ Iroill the she (4 tile WO 11,, lilies pel-IIIISSI011 is j!I_,IIIIL'd b\ IIW I.nt�.incer 10 011(M "'ildl diSIXI.Sal on tile right-ol'-w'l All �llch disllw;al "'Nill he at the coillric-lor", soke expCilse. mc;isurcim-til will he IINRIC(d'CICII'iIlj.!,IIId PI-1.111hil-1-11. P,IVIIiCIII 1'0i CICiII'iII!2 and 01AIN-Mit' Will he in Illc Inlul, suill price hid. TS-1.2.1 Sepp "Phis work Shall consist (if' removing all drainage Str11ctures, pavements. sill.Cho:ill l„ and hale courses of'all types, curb. curh and gutter, SideNvalks and house walks. Steps. r'eminiq walls, fell,ir)(lil6e111 walls,catch basins. manholes. drainageand Sewer pipes, water and gas main pipes. other objects or structures and other existing improvements Which conflict with file work and are not designated to remain in ' place, No listing of'itenlS to he removed will he mule. 1'S-1.2,2 C ollstrtn..Ij ►il P.c._ejuirell>c_tits: Old pavements. abandoned sewers or pipe lines. or ® other obstructions to the construction of,the roadway or ivithin the limits ol'tho:right- ID elf'-way and not designated or perrnitic.d to remain. shrill he removed ol.disposed ol'hy the Contr'rlctor nl1av From till.' site of Ilse work, Ill rclllovillv linvell cllt. curb. cnrh Initicr. miters, sidewalk. and other Similar improvements,,and where a portion of such inlprovcnlclitS are to he left ill place, tile\' Shall be removed to all esistinf}joint or to :r joint sai,+ed to a rllinirntrnl depth of'clue inch with rl true line ,rod vertical fucc. S111'11cient rerrloval ";brill he made to provide 66r proper grade and Connections in the- new work rcrardlcss ofany limits which miry he indicalcd on the plans. t All Sewers. drainage pipc:S and floor drain:; which have heen or rare to he abandoned shall he perr-nanently sealed at the ends with hulkheads constructed of concrete or brick masonry. having a millinlunl thickncSS c►f S inchcS. The use of salvtlfied brick ' ® will he perulitted fur corlSIRICtillp lullkilcads provided the brick arc clean and Sound. No direct payment will he Made For blocking abandoned sewer's, drainage pipes, or floor chains. Brokcn concrete. paving material. hricks or rubble may he placed in roadway c:nlhankmcnt provided they are well Spread. con-)pletely surrounded by dirt and are Ill)( IoCated within tWCIVC inches of the IMiSlIC(I Snbgrrrdc,shoulderorground surfilce. 'I'S-1.21.3 Mc_rtsurcil>_cilt: The work provided herein Will Ilo( he 11MISurcd for payrncnl. 11111 Will ® he considered a 1111111) sunl unit. Tlli:, Shall irrclucle thy removal of all irertls, whether ■ in view or hidden underneath the surlirce c►l,thc wround. regardless ol,whetllershown on the plans or encountered durint, co r rlstrrclion. 1'S-1,2.4 I'avmenr: The r.rcce-lied remm"ll ()'I' irll ►rovermmis will he laid for at the contract hemp sun-) hill price. "hS-? ICI: 1'S-2.1 Scoh�: This wort: Shrill include all Inhor. material.equipment and services nccessrrry to complete all earthwork as shown on the plans and specified herein ineludirlg 1 nwdwa\ excavation. en►hankrnent. sullgradc preparation imd finish grading. r TS-2.2.1 The lei-Ill. "RmIdway". as used it) this Section. is defined as inclndinv roadway'.. roaclwav inter:sccliollS. Srdl'bt'AS. shoulders. cut and till slopes. driveways. pa►•king areas and all other areas of carthworl, except excavation and hackfl11 li►r rile trenches iIIId structurc!�. "I'S-2.2,21 Missouri I iighwa\ Specifications SeClio n 2W, shall p(wcrn all carthwm-k lowtoaclwoy except that the provisions lilr rneasurenlcill and paY mcnt thu'rcin shall not apple arld except its modified in the !*►rill of Miditiolls. (IClcliotls and substitutions in this *Article. Where Inv earl c►I'said Section ol'thc (\liss0uri I lighwa\ Specifications is so rnoclific(l. the unaltered prf.)vlsions shitll I.C11rlin in effect. 'I S-2.23 ('onlpaction shall cortl,ornl to fvlissouri I liphwil Spceilicalions Section "'(1;.;. The first paragraph ofSeclion %U 3.3, I shall he chanucd to react as lilll(m's: Compaction to at least Ot) percCrll ol'rllHNinlurl► do llsity. as determined by stanciiud C(mipactiorl'fest. will he reduired in the l011mvin.p, areas: TS-2.2.4 IJSP Snl: t Ir)SUltal1le cxc.lvale(1 rrlalerial shall 1101 he used in the crrlhnnkments and shall not he disposed c►I'on rivhl-cil•-w ly, I Disposal shill he the sole responsihiIity and 'it the Sole cxpelme {lf (I'le wiltr•acIm'. 1111suil 1hlo: and excess Cxeitl',IICCI material rllay he disposc(I of on private property adjaccr►I to the ripill-ol'-way. pr(wicled written permission of tilt ))ropct•t\ O"Iller is ohlaincd and pnivided the sur•filcc is properly finished and drained. In such eases. sec ling, sodding'. and other pad' duantilics shall not he increasc(l thereh\. 'I•S-2.2.5 I)i_�cli ('le�iu�.ttit: Special Core shall he taken to cienn out all debris and omganic matter h-mll e:xistinv r(,gad\v;1N ditches to he filled. I he dilcl►er, shall he carcfully hackfilled ill acc()rdanec with thc. rc:(luirenlcnls herein. llsilir trench roller's or hand-oper'lled lumm. eortlpaclorS its nal\ he needed t0 assure proper cmllpaelion tluouf�houl. t 111de.rpricfilm-, ill l:_ocl, c '(it: In ['()Cl, cut *trek', Cxei.t\iltion tillall be carric(1 to twelve ( 12) inches I)CI(M SLOIL111cic• to a tninilnunr distance of two (') feet behind back of curb. IilCk I'll hill- OVIIIl(ICI-graded (•111 ,)ruts sh.111 he with a limitable rlu►lcrial will) lop surfaec ehokcd With hlk'!, I'M proper sul r rack preparation. V"llellevcr'po!;sihlc. this nunerial shall be Irmll projec.I cxcavalior►. Where aulhelriied art open-graded d1':IiIMhle crushed iirlreslone shall he hrmight in. I irldraincd pockets S11,111 not be left in the srlt•faee 01'111C r'oci,. TS-2.2.7 girl,-�,rad tit;lhrlti.i)tic,n. I'ocl,cts 01'urls►liulbic earth IllaN he encoullicrcd in Cill :weirs ' -1 e where it will he impracticable to replace with suitable lllaterinIs from excavation ol`I the work site, In such cases, where authc►riZC(f I►1' the l:ngiMet'. Iic contractor shall Furnish and place crushed Mow hasc as required to provide if stahlc suh-grade. Crushed s(olle hasc in accordance with requircrncrlts cd Article "I'S-1 ) , Wherc necessary. it portion elf the stone base shal) he mixed with existing earth to provide suhgrade slahility, and that portion oflhc stone hasc material Shull be delivered to the proJecl in as dry as possible condition, I'S-2,2.1; Additional lltiscThickness: Where. in the opinion of the Filgineer. condilions arc Suo,h that it iS inlpr•(lcticable to obtain sub-t!radc satisfaclory for the design pavelllellt thickness, the contractor may be directed to finish the Sub-grade at lower {Mill rspecified elevation and increase the thicklicss of"Isphrdtic concrete hose. TS-2.2.1 The provisions of paragraphs '1'S-2.2.7 and X shall not he construed to relicve the contractor of his responsibility 101,11111' IlcceSsill-V IU ,'Boll rlll(1 Clll"11)1,leti011 of SUltrlhle earth at sub-grtlde level. 1'S-2?.10 Protection of,_Sub-Grade: '1'hc' contN IC(or sllr►ll pr•o(cc•( tic• subgradc bN not trllowillp delivery vehicles of excess weight thercorl and by varying t )e• path of' delivery vehicles so IIa to not Cause excessive r'ulting. I ICav111g or ruttlllp dr111111 l"' to SUb-gradc cauSCd h\' dcliver•>' vehicles during asphll)( paving operations sh.11l he illimc(liatefy repaired and brought back to Specified elevation prior to placil)p I1Sphaltic Concrete ® hasc or Portland cement concrete pavenu:nt. TS-2 2.1 1 'L(A)soil: The top Blur(4) inches of backfill behind Curbs shall be top Soil. free (,runt r )cks.gravel. and any undesirable materials r.111d shall he material Suitable to establish a seed heel, This rllaterial play he either lop Soil "wailahle within the hnlits of the project or it Italy o be lop soil furnished by the conlractor, N direct payment will he made 161. such topsoil. but shrill he included in the lump surll price fin• grading and excavation. I'S-2,2.12 Arc Draimage_: All earth areas within and acf nk Cnt to the grading linli(S rlS Shown on the PIIInS Shah be graded to druid as directucl by (he 1`11L I'lleer, a( one ( I ) percent nlinirlltlrrl slope wheivver possible. Sl,ccla) care shal I the taken to avoid )caving low L or• waler• pockets. No clircc'l prryrnc•nl will be matte 166'Such t,!Nldillg CNCCJ)t tllrrt lncusurcrncnl lily pr Ymcnt oI'Proposal ilerlls will be madc. I"S-. 2.1.E Soh-(_;1-nde.'I olermice: 1:.\CCpt a.;othClA%'iSC•";pL HIC.Cl in paragraph 'I S-:-?.7, the sub- gradc fur all paving and shrill be within the tolerance range of nlintls one- ' half(IA) inch to plus uric-c)uar•tel, ( 1/4► inch with respect to specified elevation, VS-2.2. Bo)1.row M�it�ii�tl: 1 r (tr► Ifbot-I-O W irlrlteria) is recluirul. the crnitrtrClor Shill I sulpiply fills 11MIC6c►I lion1 a borrow arcs► off the site, '('he borrow area steal i he obtained by the contractor :It his sole expense. Borrow materials shall he approved by the Lngincer h6ol—e the:v are transported to the site ol,the Project, (b) IM"Itcrials shall he similar to sails found cm the ('rojcct. Noik showing high swell ppotcnlitlls will not he aiplproved, (c) The F.neineer's F.arthworl; Calculations are shown on the flans Cllr the convenience (fl,Ow Nddcr. TS-2 2 ti 1?xcess Matcrial: All suitable excess material Iro►pr excavation hecon►e the pro pent'of the City ol'.1cl,ferson and will he stockpiled oil site at the direction oI'lhe I"Mgineer. TS-2.; 'I_renching._i Inhedilwilt and„Backlill._FoY Pipe: TS-2.3.1 Y rCr►cll F'scovalion and Sheetine: ia) l.�,xcavalc in olpcn cut CXCClpt wlrcr:� (poI•irig.jackinl� or tunuclinp is Siveilied. 'I ranch walls shall be vcrlical in streets or improved arear. t.nllcss otlicrwise authorized by the I1111gincer. Provide bracing. A,hectinv and cribbing where ncccssary to Iprevcnt Caving. (h) All SheClirrg shall he Iptliled irrinudiatcly !prior to huckfilling arotnul the sheeting. I lowcver. tlpe P'Mg'incer n►ay direct all or a (portion ol'thc sheeting to be Icft in (place in order to iprotcct the ipiipc a+wins( shocl� loud of' caving hanks. or to (protect adjacent street or 1prolpert). or to Iprcvenl nlatcrial that cannot he Compacted to slpecilied densily From caving into the trench. Ic) Where SIR-CUnL is ICJ'I in Iplac-c. do not br'olcc against Ipil)C. but sulplxprl in a nlaruler which will not aiplply concentrated Ioa(k or horiiontal thrusts on the pipe. ('rosy hraces ahove the pipe ill-m- be removed alter hackfill Io top of 1� 1plp e has heal com plelcd. (d) 'I rend► Walls npa\ be slolpcd in tlnimlproved areas il'recluired to(prevent caving arrd ifadjacent 1p1,01VIIIN or tires lo hr Ieli in iplac v ar•c nol thereby subjected to additional Cuttinr.. ol'roots. (c'► SCC PilpC iAIIhcdnierit Det.rils on ('Ian.', for nrirlinlrrnl and Inasi ill till) trench widths. If nwxinlurn i` L-weeded, and :m-cngtll recluircnrcnts control. I ,ngiJICCY 11111, direct coI►taClnr to i IS1,11l sipccial hcddinr. or heavier CI,'JSS or 0 gage oFpipc at Contractor's expcnsc. 1'S-?.. 2 Ground Vl%awl, and sllrfilc_\Valcr- Ia) I'ipc trenches shall he kept Free front wale►' clmu'ir11.! excavation. fine: grading. pipe laying alid jointilig. and pipe cnibedmew operations. WilaC the trench bottom is mucky o1. otherwise mistahle hecause of the prescnce oI' around walcr. and 111 lilt CLISCS 1VIIC1'1: 1110 StiltrC [If-0LInd water elevation Iti ah(►VC tllc! bottom of allN trcrleh hell hole excavation. such ground water shall he Io\\tired by nlCans of punlltS or other accclltahle n►calls to (lice cxtcnt llcccssary to keep the trench free li'o►ll water. pipe sub-grade slablC mid firm under foot. at ;ill time.; when work within the trench is in pr( p -c,;s. (Il) The Contractor 1mv Ilse additio llill 1 1-alinhir fill material. 11) IICI'ordancv witll the rc(luil'Cnlcnts ol'suhparagraph TS-2, ; (h), in Councrtiol► with dr•ainaftc Control. of his owl cxpcllsc. (c) (':ach CNC;IVUtion shall he kept (ir\' until 11 1C htlCU-111 is CorllpIC1Cd to t I W CNICIlt that no danla�c lion) IlYdrostatic pressures. flotation. or other Causes will result. (d) Surface water shall he diverted. and olhcr'wise prcycntcd From entering ' cxCav'Itiolls and trencl1Cs to the gl'ealest CStcil1 pract►call1c wlllioul cla1lage to adjacent property From (likes. ditchcl,. or illipolilided water. J` (irllaul"ir Fill and'I'rctic.h liojtolli_Slabilir.._tti011: (a) All pipe shall be hcddcd as Shown in the "Pip. I'.nlhcchilcnt I)Ctails" on the Plans. (1) (irariular fill shall he CICan river grayCl or 1'CW,0MII1I sotald Crushed lill►e�;to►►c. fi'ec ofccnlcntitious. shalt', or flat and flaky parlI :Ics in till amount which would calls( tic: rlullcrial to Cake or pact: or otherwise 1,01111 an InlyicldiI-Q support Iiu' the pips:. iradntion sh"Ill he such that at least nirlety- live 05 percent passes a three-yua►'ter 0-11 inch scluare nresh sieve and not over IIyC (:;) perccnt passes a nuniher 1.0111. W) square flesh sieve. (c) Stabilization: If the trel►ch ho110111 at hose 01'tile I'CCluircd pipe Cnlhc(ImCrlt 111i11C1'i;d is I111sulllll:. (111: C(1l)(11'10 11'Shill] CNC'NVOIC 10 ill► Midlti(►Ilill dC(1t11 Mid hslckfill with cr(ISlled stone aI; directed h\ the. 11;11llinecr. The size of'sione II;;Cd sha11 be as rc(1t►ired for CHeCliVC Sklbilizsltion. \VlICIV 1i11'L'C stone is used. the upper portion shall hC choked with saltierslum(and no stone largcr than one ( I I inch size will he allowed within 1;) inches of the pipe wall. ' Stabilization nlalCr'ial ordered hN the FrIgincer will he paid (i►r in accordance with the stipulations of'Articles TS and 'I `-2.0. I lowever. payment will • 7 not h, made for stabilization nulterisll of extr"I Pramtlar fill used for contractor", Convenience it) colltrollnit! drtllllil)!C or wl llm.1 be required ((1 stabilize trench bottoms mode uri:atilllc through contractor's disturbance thereof or excessive (raillpinl! thereon. (d) !'ille Shull not he placed over lrozcn tr(•r)C11 sull••121-ade. (e) Placement of'Or'li1_u1t)r Fill: I� 1. Place s!ran ufar fill in lilts r'.ot cxcecdirl�! Six 0) inchc�, and hrin 1 u r ( 1• 1 cvcniv on both sides ol,pipe. Do not (1111111) over side oftrcnch in 1111\ manner that will bring +:suth into tilt gralmI'll• 1111 area or displace the pipe. Compact. vibrate. or slice wit)) a shovel. ill such planner that gramilar fill will take its final Comi:.lctiorl and prclvi(le urtil'cll•m and F.Olid hcarir►g udder sold around the pipe and its hallllchCS. 2, Screed granular fill WS shOwn on t))C 1'Isins under elliptical ot. arch pipe. or a lcns�th 01� iw(1 (2) pipe (lianlclers tcl'Icctivr cliarncicr cduals average of span and rise lm- elliptical or are)) pipe) on the upstream ends of c•ulvc11S. Unlit l:.r;111u1su' Dill. I ;SC SclCC•tc(1 Clav scrccdcd and compacted to not less thslil rlir)Cl.\ (90) percent (11'Skindslyd Density. •1'S-2.3.4 liell I.lolcs: Diu hell holes where pipe has hell joints. No part elf lliv hell shall he T- ill contact with the wench hottonl or sides or gr shofar 1111 when the pipe is jointed. TS-2'.3.5 11ack I II I to Top (a) See "Pipe I`nlhc(fnicut Details" on !'lane. 'I his section covers the backlill Il-olll top ofrri111ldal' Ii11 to top ol,pipc. (b) (lack(ill as soon as possible to minimirc ,1)c possihilit\ ofdanlagc to jointsan inconvenience to the public. (c) N4a1e6a1 to he Selected c such or gramikir fill nuuerial. frcc From sod. sticks. rools. or rockS over one ( I ) tile)) Sits. to he unfrozen. sold to he of plu1)er moisture content fur speci lied c0111pactiorl, Stlitilhk' rlultcriul From the project excavation Sllall I-le hroutzht in firth CIS(:\ �herc• (M the WOO, Whcrc rcduircd. ' (d) Place alon!Llsidc pipe in loose Islvcrs of six (0) inch maximum thickness. thor•oughi\' COMINICting each laver 'I like Special care to place and compact 111,11crial around the pipe so as 10 ICMV no voids 11-1(1 10 provide unif*01-111 lateral support for the pipe, firing materialS up uuifornlly on both sides 01' pipe, taking; special care with corrugated metal pipe. M The material shall he compacted to the.' same density as required for backlill above lop o1'pipe. 'I'S-2.3.6 f_iuckfill Above '{o c►I I'ilc: (a) (ieilcral: hackfill From top of'pipe to original surf;[ce or to sub-grade where pavement is to be placed is covered by this section. (h) Materials: I. Material (or hackfill above top of'pil►c shall be (lie same as Ibr hackfill below top of pipe as specified in subparagraph TS-2.3.5 M. except that small sticks and roots less than one-hall'(e -) inch ill diameler. interspersed hard lumps and clods will be allowed insot'ar as the\ do not interfere with specified compaction. More suitable material shall be brought l*ronl elsewhere on the project if'necessnry and the unstlitr[b{c 111atc6,11 disposed of'. If the specified compaction cr.lnrlot be obtained with earth excavated from the trench, the contractor shall t[sc granular fill or• similar approved material at his own expense. '. Rock larger than one ( I ) inch shall not be placed within three (3) inches of pipe. hock larger than eight(9) inches shall not be placed within two(3) feet of the toll of'pipe. No rock large►• than Ilvo (2) inches may he placed in the upper six (6) inches under pavement sub-grade. No rock nlay be placed in the upper twelve (12) inche" of trenches through grass parlcways or earth areas. 3. L►.[rec stones ill, he placers rrr the renu[indcr of the hackfill only i(' well rseparated Mid so arranged that no interference with the specified backfi.11 will result. (c) N'lct11 odti: I. Method of hackfill used shall not impose excessive concentrated or unbalanced loads. shock. or impact on, or cause displacement of the pipe. The hackfill shall hr slowl} rolled down n slope at the end of the trench and ' shall [lot be pushed over the side of the trelic.h. ?. Consolidated material weighing more than one hundred (100) pounds shall ' not be permitted to kill more than three (3) feet into the trench unless ® cushioned hN at least three 01 t jeer of backlill over top of pipe. c� (d) Com action: 1. Baekf ill unde..r avenlent shall be defined as i.win g under all areas to he aved or surfaced for vehicular access. except those to be surfaced with crushed stone. The limiting line for such backfill shall extend lrcml sub-grade at twelve(12) inches beyond edge ofpavemcni or hack of curb,downward on a slope not steeper Than one 0 ) to one 0 ). In areas so defined. backfill shall be not less than ninety-f ivc (95) percent of Standard Density. 2. 13ackfill in Other Areas: In Area`not defined in Itch 1 above,backfill shall be not less than ninety NO) percent of Standard Density. • may •ai ti • field Icl situ tests to be made whenever dee I 'd 3. The C,I1�.SI1CC1' nl�t. 4� u.c le c i rT�. necessary. The specified density will be the inininlunl allowed and the attainincnt thercof'will be entirely the contractor's responsibility. Obvious VOWS will not be permitted. 4. Thickness of back fill layers will he determined by the coordination of test results with field performance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. 'I'S-2.3.1 installation of'Pipe in l nlbanklncllt: (a) If embankment is made prior to placing pipe excavate trench. place pipe and backfill. in accorcILMCe with the SpccificationS hcl-crll. (b) if embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe liar a distance ol*at least five (5) pipe diarneters each side of Pipe. 'I'S-2.3,5 Protection of�Pipe Front Provide temporary fill to at least two (2) leet over top of pipe extending at (cast five (5) pipe diameters each side, or greater , protection, as required to protect pipe ti•oni hcuvv ecfuipillCllt. Damage to the pipe resulting fr•orn excessive c:cltlipmenl loads shall he satisfactorily repaired by the Contractor at Iris sale expmise. TS-2.3.9 Excavation Ahcad fir Location of Obstructlons: ' (a) l:".xcept where otherwise directed, excavate at least one hundred fifty (150) feet ahead of pipe laying in order to uncover any possible obstructions in the way of, laving the Pipe. II' such obstructions arc encountered notify the Engineer ill mediateiv So that a needed change may be considered and effected. 1 (b) Changes front Plans Ilia), be made only on the direction of the Engineer. Such changes may include changes in line, grade,pipe size or type,additional or less mitering, manholes, etc. Such changes mat' involve unanticipated moving of Undergroi.rnd utility lines. (c) Refer to Article GP-7 regarding proteetion and moving of utilities and other obstructions. (d) The contractor will be paid fin• the actual amount of Proposal items authorized (within the pay limits established)and performed by him. He will not be paid f6r unused materials Irfi Over o►• liar delays arisinV. from encountering obstructions. FS-2.3.10 Maxill1unl length of_trenching allowed ahead oI l'idic lay41g shall be one city block or four hundred (400) feet, whichever is shorter. TS-2.4 Excavation and Backfill (or Structures: 'i'S-2.4.1 The ter-nl "structures" as used in this Article, means inlets. manholes and all other structures, not including pipe. 1'S-2.4.2 Missouri I-Iighway Specifications Section 206 shall govern excavation and backfrll for structures except that the provision, for rllt'.asuretnent and payment therein shall not apply and except as modified in the lorm of additions.deletions and substitutions in this Article. Where any part of Missouri 1 Highway Specifications Section 206 is so modified, the unaltered provisions shall renlain in effect. 'FS-2.4.3 Delete the following front Missouri f lighway Specifications Section 206. (a) Subsections 206.2. 206.4.7. 206.4.8. 206.4.(). 20().4,10 and 206.4.11. (b) All sections on MeaSllrCnlCrlt and/or Payment. FS-2.4.4 Crushed ~tone, as specified in paragraph 1'S-2.33 (c). shall be installed where required by the stipulations ol'the Missouri Highway Specifications Article 206.3. This requirement shall apply to all structures as defined in paragraph "f S••2.4.1. Stabilization material ordered by the l.;nginecr will be paid for in accordance with the stipulations of Articles TS-2.5 rind TS-2.6. However. payment will not he made for stabilization material used for contractor's convenience in controlling drainage, in r fine grading,. or as may he required to stabilize structure bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 Backf ill for structures ;hall be in accordance with the applicable requirements of OSection TS-2.3.6. 11 TS-2.5 Method of Measurenwnt: TS-2.5.1 F,.xcavation and Con) acted Enihankrnent: (a) The excavation and conlpaeteel crllhanlclnCrlt item shall he hid on It lump sum basis. The work shall be performed in accordance with specifications and in conformance with tilt: lines, grades. thicknesses and typical cross sections shown cm the: plans, (b) No rrrcasurement for payment will he made for any of the following: I . l`xcavation Cor structures. or pines paynlCnt will he included in cost of bid item for each. 2. No measurement ol'borrow Cxcavatic>n will he made. All costs ol'supplying borrow material to the Project site shall he included in the bid price for excavatimi and Compacted ernbanklllellt. (c) Computations: The l:nginecr's earthwork computations are available for I1lSPCCli01l. TllC volurnc of excavated and Compacted Cnlbankment as shown thereon.and as lisled in the plans. From existing cross sections by average end area method and will be the hasis fir 1111,11 payment. except as fellows: ® , 1. An authorized change in glade, slope. Or typical section is made. TS-2.6 Basis of Pavmcnt: I'S-2.6.1 Excavation and Compacted I nbanknlent. will be paid lirr at the contract unit price I'�id based on a lump sutra cost. TS-2.6.' Crushed stunt for sub-pradC and trench hottom stabilization, as well as open-graded drainahle Crushed none for hacklillinp of unc(r.i'gr•adal 1'OCk cuts, measured as provided will he paid for at the contract unit lit-ice hid per ton. TS-; C'Lf All ditches shall be graded and properly sloped. I xcess excavated material shall be removed front ditches. Shoulders where sodding, seeding or Surlucing is not rcquircd shall be bladed and shaped, ' ['lie project area shall be kept at all times as neat rind clean as possible. i.:)cbris from construction operations shall be removed from the site as soon as construction is completed in a given area. Dirt piles ;;hall be removed and the area finish graded as soon its possible after construction of a givC11 section of*the pro.jcct is completed. In no instance shall dirt pikes or debris he allowed to remain on lawn areas long enough to damage growing sod. 1'S-4 I I I I F? SlM1`,lt C0NSTRI,1C'H0N TS-4.1 General: This work shall include the construction of ail pipe sewers whether storm sewers or•sanitary sewers. The material required fur each section ol•sewer shall be as shown on the plans. 'Drenching shall he in accordance with fart TS-2 of these speci f ications. "i'S-4.2 Rcinfbrcc d Concrete PijicStorm Bearers: 'i'S-4.2.1 General: This Section covers the nlater•ra1S and construction oi'reinforced concrete pipe storm sewers. Other types of pipe and all appurtenant structure are covered in other sections of these specifications, TS-4.2.2 Matcria�l: All reinforced concrete pipe shall conform to the requirements ofASTM C- 76-62T, Class I I I, Wail 13. I)ipe joints shall he tongue and groove or bell and spigot type. Pipe for use on the pr•o.ject shall lippear neat and well mule. It shall be free of cracks, broken places. and obvious rnanufuCturing cleliects. rAll pipe shall he staniped on the inside with its class before delivery to the.job site. TS-4.23 1j--►L havii : Pipe shall be carefully handled by sling orother•n►cans to protect it G•onl damage. Particular care Silall he taken to avoid any free full or shock to the pipe. Pipe shall be carefully placed on the prepared bedding material and ,jointed as specified belcm. Pipc shall he laid true to both line and grade and shall produce a straight line I)OWeCn Structures except where other than straight alignment is required or allowed by the plans. Where cur•vcS are required thCy may be accomplished by the following methods: (a) if the curve is Slight Or il'thC radius 01'111C curve is. very long. Cowing may be CIaccomplished by dellCCtirtg each pipe.joint in the curved section equally to ' l� ferret a snuu0th utti('c►rtn curve. In no c;tse shall anv pipe joint lie deflected to the extent that the maximum opening of'the joint exceeds one half'the joint depth lone half'the depth of-the socket). (b) Short radius hends shall hr accomplished through the use of factory made trtitered pipe sections. 'These sections shall he fabricated specifically For a given cttr-ve and, when properly assernhICd. shall produce a uniform curve (consisting of;r series of'short chords) of the specified radius. Pipe shall be placed in accordance with the rrumufi.rcturer's recommendations and the details given on the plans. All pipe laying s11a11 begin at tile. lowest point on the sewer proceed to the higher i parts. TS-4.2.4 Jointii-1g: I'ipe jointing shall be as specified in Section 726.3 of"Missouri Standard Specifications fir I lighwav C'unsu•uction". exo.-pt as follows: (a) CCment or tar joints other than "diaper"joints will not lie permitted. (b) Pipe.joint surfa(.Cs shall he clear, prior to jointing. (c) Care shall he taken not to al low holding Material or other deleterious matter to enter the joint during pipe laying or jointing. TS-4.2.5 Backfill: following jointing sufficient bedding m;.rtcrial shall be placed and compacted along the sides of'thc pipe to hold it sccurcly in place during the backfill operation. Sec plans For bedding details. Next. the trench to 12 inches above the top of the pipe shall be backf filled with layers ofcarelully compacted select backfill material. This material shall be placed and compacted Simultaneously on hotly sides of,th.. pipe. Backfill ahovc this joint shall lie aS specifiecl 'PS-2. 'rs-4.2.6 Pipe Anchors: Wherever storm sewer (Irks nut outlet into .1 paved channel or other structure. pipe anchors will hr required to connect all pipe-joints in they 20 Icet of storm sewer preceding the outlet. This 20 (ccl shall include the length of the end section. TS-4.3 Corrugated NIctal Pile tend I'ih�_nrcli turtt� !;Ckyers 1'5-4.3.1 Sco �e: This specilication covers corroo"Ited nict;rl pipe, pipe arch. and fiitin �s which f f I 1 1= shall he furnished and installed cuntpletc with connecting bands and other accessary 14 ' appurtenances for sewers and culverts. Wherever applicable. the term "pipe" shall also include pipe: arch. TS-4.3.2 Uses: Where "CMl'" is called for or allowed on the plans corrugated steel pipe as specified herein may be used. TSA.3.3 Materials: 1'5-4.3.3.1 Corrugated Metal Pipe and shall be in accordance with AASHO Designation M36 For riveted pipe and pipe arch. Helically constructed corrugated steel pipe which meets all either criteria of this section may be used provided the corrugations of the ends of the joints of pipe are made annular for tighter jointing. Unless otherwise specified or shown on plans. gagers shall be as follows: Round Pipe 6" through 24" diameter - 16 ga. 30" through 36" diameter - 14 ga. 42" through 54" diameter - 12 ga. 60" through 72" diameter - 10 ga. 1'i��c Arch 18" x f 1" through 25" x 16" - 16 ga. 29" x 18" through 36" x 22" - 14 ga 43" x 27" through 65" x 40" - 12 ga. 72" x 44" - 10 ga. 79„ x 49" - 10 ga. 7'5-4.3.4 Alignment and Grade: Corrugated metal pipe shall be aligned and graded in accordance with the requirements for reinforced concrete pipe. Where plans show grade change between structures or slight alignment change to p g clear obstructions,deflect pipe and joints over a distance as required,after joints have been coupled and only to the extent that joints will not he over-stressed. TS-4.3.5 Laving Pipe: Pipc shall be protected from lateral displacement by means of pipe embedment material installed as provided in the trench haclCfill specification. No pipe shall be lard in water and no pipe shall be lard in unsuitable weather or trench conditions. Where jointed in the trench.the pipe shall 101.111 ri true and smooth line. Pipe shall not ' be trimmed except For closure, and pipe not malting it good lit shall be removed. Unless otherwise approved by the Pnginecr. the laying of' pipe shall begin at the 15 lowest point and the pipe shall he installed so that tl►c outside laps of'circumfcrential !!) Joints point upstream and ',vith 1011�litudinal lal')s Oil the sides. TS-4.3.6 C'.( inr, Pily ripe ends shall he butted as Closely as the corrugations will permit. then jointed with a firmly bolted coupling hand. Draw coupling:hands tight. Merely tightening bolts will not he acicquate. L.ubriCak' contact surfaces of coated pipe and bands with fuel oil or similar solvent. Tap the hands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device if'reduired For tight connection oil larger pipe. Field coat coupling; bolts. nuts and rods with hitcullinous material alter installation. TS-4.3.7 Installing I nd Sections; Prclitire moist clavcy soil hearing shaped to end Section and place thereon. Join end section to pipe with coupling band. The toe plate shall he set ill a trench and backfilled with co rnpacted moist clavcy soil or driven to the required elevation. TS-4.4 Measurement and Pavillent TS-4.4.1 CMP and RCl?Pik:: Pile Will he mLirsured per lincar luot of completed pipe in place. Payment will be made at the Unit price bid per linear foot for the completed pipe in place. Prrvrllent shall include all casts of furnishing. and installing pipe ulClUdnlg trenching. backfillirlg of'pipc. TS-4.4? CM_ P and RCP land Sections: i::nd :;ection will be r►lcasurcd as one unit each complete in place,---- 11avmellt Nvill he made al. the ur►it rice hid for each complete end section ill lace. p 1 p Payment shall include all costs fi,r furnishing and instaflini end section including trenching. back-filling. TS-4.5 Plastic Oravity Sewer,1)-M TS-4.5.1 General: This specification designates general requirements I'or polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral wall hell mild spigot Joints fm• the Coll VCV1lice 01 do1llCSUe SCXVa&)e. TS-4.5? Njaterirals: Pipe and linings shall meet 111(1/01- exceed ,.ill of the requirements of ASTM Specifrcat.ions, 1.)3014. All pipe s11a11 he suitable F01- use as a gravity sewer conduit. Provisions must be ' made for comruCtion and expansicln at each,jOint with a rubber ring. The bell shall consist of 111 integral wall section stiffened "yith two PVC retainer rings which securely lock the solid cross section rubber ring into position. Standard lengths shall be 20 1ect and 12.5 feet ., 1 inch. Rubber gaskets shall comply with the physical requirements ofASTM-D 1 869.0361. and C'443. Lubricant shall have no deteriorating effects cm the gasket or the pipe nlaterials. '1"S-4.5.3 Fittings: All fittings and accessories shnil he as nlanuf�►ctured and furnished by the Pipe supplier or approved equal and have hell HIRI/O• spigot Configurations identical to that of the pipe. TS-4.5.4 Plawsictl and Chemical IZcquir_ements: The pipe shall be deslgnal tU pass all test at 73 degrees F ( 3 degrees F). TS-4.5.5 Pi le Stiffness: Millllllulll "pipe stiffness" (1,/y) at 5'%1i deflection shall he 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation 1)2412. Mininlunl "pipe stilTness" for 4 inch shall be 51 . External I_.oading Properties of Plastic. Pipe by Parallel-Plate. Loading. 'TS-4.:1.6 hlat.tening: 'There shall he no evidence of splitting, cracking or breaking when the pipe is tested as follows: ® Flatten specimen of pipe, six inches long between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading, shall he uniform and such that the compression is coillpleted within Iwo to IIVC I1lillUtCS. TS-4.5.7 Drop Impact 'Kest: Pipe (6" long section) shall he suhject.ecl to impact from a Free falling tup (20 lb. 'Tup A) in accordance with ASTM method D2444. No shattering or splitting (denting is not a failure) shall be evident when the lollowing energy is impacted: Nominal size 4" 6" Ste 1011 1 'n 1 Ft. - Lbs. 150 2110 210 :'_21) �'7U TS-4.5.9 Acetone Immersion I est: After 20 111illUlC5 irrinlcrsion in a seated container of anllvch•ous (99.5()/b pure)licetonc a i" long slinlple ring shrill shoe no visible spalling or cracking (swelling or softening is not a failure) \%hen ICSICCi ill accordance. with ' AS] M 2152. ' 17 TS-4.5.1) Sizcs. Dimensions. and Toleranccs Nom. Outside Diameter Min. Wa I I Size /\vcriLc 'I oleranceThickness SDR 4 4.215 - 0.009 -0.125 331.5 6 0.275 0.011 0.190 35 8 8.400 - 0.012 0.240 35 10 10.500 . 0.020 0.300 35 12 12,500 x 0.024 0..160 35 TS-4.5.10 Alij-,nnigij and Grade: Pille which is a part ol'the gravity sewer line shall be aligned and coilstrLICIC(i to grades as shovvii on the Plans, TS-4.5.1 1 Connections to N/1,11111oles: Special manhole CTI,GS fillings shall be used to connect PVC, Pipe into manhole walls. TS-4.6 ABS Pipc: 'I'S-4.6.1 Scope: This Specification covers AIIS composite pipe and fittings which shall he Furnisliccl and installed complete with all jointing materials and other necessary appurtenances for sewers. TS-4.6.2 Materials: A 13 S Composite Pipe shall be made from virgin Acrylonitrilc 111.11adicne- Styren material. This material shall be Type 1. Grade 1. T,,11 pe I Ginnie 11, Type IV, Gradc 1. and shall confirm to ASTNI Specifications 1798-62-1 . A13S Composite Pipe shall consist ol,two concentric Thermo-plastic tubes intrically braced across the annulus with reS1.1111.1111 annular Sj)aCC filled to provide continuous 111-10LIS SUpport between inner and outer tubes. The component between (lie ABS shall be of'Portland Cement 11carl-lite concrete officr inert hiller exhibiting the same degree ol'perflormance MIMI CSSellti,lll\' 1111S the tl'LISS annulus to form a composite pipe to meet the requirements of this Specification. Size. 1)11\'SiCll NCILlil•CMICIIIS. the dilllCllSi011,;. the Ille-Illod oi, test. the length. the testing~ PrOCCCILll-CS and marking procedures For this pipe shall conf'Orm witl-i ASTM Specification D-2680-681 . Coupling's shall be (.)(,soHd wall SICCVC t\fl-)C 1'01- Cll(:IlliCll Weld 1.0 tile 1.1-LISS 1 I1C. 'I'S-4.6.3 Handling.- Pipe. fittimp and accessorics shall he handled in a manner that will illSUrC their installation in the work in a sound undamaged condition. Pipc shall not he CII-01)1)C(l. I)LIIIIIICCI Or C11•1,11-1 1101121 the I-11-01.111 d. Pipc shall not be liked by ]looks. 'I"S-4.6.4 Cicallillu: The interior of all I)il)C and fittillUS shall be 1.1101-01-111111V Cleaned 01' all foreign matter hef'ore heing installed and shall he kept Clean Until the work has been accepted. All joint contact surfaces shall he kept Clean. until the .10111ting, is Completed. 11; ' ® Every precaution shall he taken to prevent foreign material From entering the pipe during;installation. No debris. tools, clothing or other materials shall he placed in the pipe. Whenever pipe laying is stopped, the upper end of the pipe shall be closed with an endboard closely Fitting the end of the pipe and having a number of small hales drilled near the center, to prevent the trench From filling with water and to keep sand and earth out or the pipe. TS-4.6.5 Laying Pine-. Pipe shall be protected From lateral displacement by means oFClass B pipe embedment material installed as provided in the trench backfill specification. No pipe shall he laid in water and no pipe shall he laid in unsuitable weather or trench conditions. When.tointed 111 the trCrlch, the pipe shall forma true at-,,d smooth line. Pipe shall riot be trimmed except for closure. and pipe not making a Mood fit shali be removed. ' Unless otherwise approved by the FlIngincer. the laying of'pipe shall begin at the lowest point and the pipe shall he installed so that the outside laps of circurnFerential Joints point upstream and with longitudinal laps on the sides. TS-4.6.6 Coupling Pik: The couplings shall be chemically welded to the pipe with one end. factory applied. 'fhe coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end o1' the pipe. This shall be done in accordance with the manufacturer's specifications. The pipe shall be thoroughly shoved into the coupling and then tUrIled within the coupling one quarter turn to insure complete contact between cement, pipe and Couplinl.'. TS-4.6.7 Manhole Construction: Connection at manhole walls shall be made by "U" ring type ' couplings set in the wall and having.' I manhole water stop assembly between the COUpllnc 111d the 111,1111101C 'Nall. Between the pipe and the Coupling shall be an "O" seal. TS-4.6.8 MCLISUrement and Pavnlent: fS-4.6.7.1 ABS And Plastic Gravity SCWCI• 1'i 12e: Pipe will he nlcasLU-ed per linear foot of Completed pipe in place. Payment will be made at the unit price hid per linear foot for the Completed pipe in place. Payment shall include all costs Of' i'LlrillShrrl" and Illstallrn�(I pipe including trenching and backrilling orpipe. 1 c) r TS-5 1)RAINA.U.: STRl1C URFS TS-5.1 �q! c of'.Wor•k.: The work shall consist of furnishing all labor. materials, and equipment necessary to pe:rforrn rill UpCI•atlollS ill Colll1CC11011 With the ConStl'llCtroll 01' .junction boxes, inlets and calch basins required for the project in accordance with the specifications and drawings. Items not specifically mentioned, but necessary for complelion of the work shall hr considered as incidental to other items in the contract. t TS-5.2 Materials: I. Concrete shall he Class 13 Portland Cement Concrete in accordance with the requirements elf Section TS-t, of these specifications. '_'. Reinforcing steel shall consist of delormcd bars of'gradc 40 steel confilrnling to the rcduirenlents ofASTIM designation A615 or of Wirc fabric conforming to ASTM designation A 185. 3. F xpallsion.loilit 1�iIlers sllall be clfr.l non-extr-Crding t��pe conforming to ASTM designation 1.)1751 alld Cllt 10 the d1111C1lSiol1S ShMA'n on the plans. F..arthwc�rk: This section shall coverall necessary excavation and hackfill required for construction of the various structures. All applicable pcn-tloils of Section '1'S shall apple to this work. PartiCUlal•care shall be taken to protect existing undcrgrcllnld utilities and surface inlprovcnlcnts. FACaValiOnS for StruetUt-cs in improved areas shall be held to the smallest practical dimensions. No irlcrc-iise in payment for• street or lawn repair will be made to allow for areas dislurbCd by SUCK cxctrvlltions. S11-110tll'CS shall lie linnldrd on urlCHSILlr'bed subsoil. if subsoil is not firm, over-excavate acid replace With granular fill as required. Section 'fS-2.2 shall apply for SuhgrudC slabiliration under structures. Backlill rcquirenunts liar each drainage slruCturc \,•ill he the same as that oftIlC pipe 1 to which it is connected. If' more than one pipe is connected to the struCture. the higher hackfilf requirement shall apply. Backf ill under curb transitions shall be to 11)� of standard Maxiillllrll DC:11S111'. All excavations shall he kC'I)l dl•irir1ecl urnrl the structure is constructed and baekfiliecl. TS-5.4 C'clntitrtiCtion Method;: TS-5.4.1 I e�r�ms: Forms shall be of wood. plywood. or an\ other suitable material. designed, C0111;11'UCICCI. I)RICC(l and maintained So that the firliShCC) C011crcte will be true to line and elevation and will Confilrm to the required dimensions. 'hi1cy shall he designed to withstand the pressure ol'the concrete. the effect of vibration as the Concrete is placed and all other loads incidental to the Construction operations without distortion of- displacement, They shali l c mortar tight, tiling both inside and outside. surfaces 14,111 he re(pliral to prevent warning. Shrinkage. or swelling. Dorms shall be constructcd and designed tic►that their rernovai can he effected without injt.Hy 10 the concrete and tilt that portitlllS where:surl'ttce finishing,is regUired may be rctllovcd without disturbing !trans that arc to remain. Dirt,chips, sawdust, nails and other I61-cign matter shall he rc:►lloved before illy concrete is deposited therein. Tic rods. belts and anchorages within the forlllti SIM11 be eonstr'cictcd So as to permit their removal to a depth of'at least I 'A, inches front the fucc wlth0t.11 llllliry to the Concrete. In case wire tics wcl-c used. Hporl rcnlovul ufthc f'01'111s, all prc*jcctirlg Wire shall he cut hack /• at least ' , inch from Iiice ol'all surfaces that will he exposed to view al'tcr the completion of the work iiHd (lush with the ("ice of all concrete surfaces that will not he exposed to vic\y. All fittings li►r metal tics shall be of such design that. upon their removal. the cavities which are left will he of the smallest practical size. `fS-55.4? Inlcl and 01111el Pihc: Pipc or tilt placed in the concrete i'or inlet or outlet connections shall extend through the C0111Crete willk bCy011d the 0111SWC Slll'Il1CCS ol'tllc wails u suC(icicrlt diS1a11Ce to alloy I'm-connection~. The pilic or tilt shall be placed through the (i►rnls find llou['ed in place. , The ends of the tripe shall be flush with the inside wall oi'lhc structure. `I'S-5.4.; Mein_ fol-cement: 1. � Placement. Reinfol-Cillu harS Shall be accurately 11aced is shown oil the plans and shall lie lirnlly 111d sccurcly held in position in accordance with Concrete keinl01-cing Stec] Institute "IZecorlllllcilded Practice (or ('lacing Rcllllolcillu Bars". and h\' using cuncrctc or metal chairs. sputa:~. llletal hanger's, supporlinP wires and otherapproved devices ofsulhcient strength to resiSI Cl-IlShinP under Dull load. Metal chairS. which c.-xlcnd to the Surface of the Cl1liCrtaC (except where shown on the plans) and wooderl supports. shall not he used. N Placing, bars in layers o 'fresh Concrete as the wort: progresses and i d' Is ' g I � I g n l ,)t Ung, hart, during the placing o('concrete will not he pertllitted. Be(i►re placing ill ' the 161•I11s. all reinfol-CHIP Steel Shall he CICanCLI (horoughly ohilortar,oil,dirt. loose mill scale. loose or (hick ru<.t. 111d CoatirlPs 01',111\' character that would c1eStr(1\' ur rcducc the hand. No concrete shall he c.leposited until the placing ' of the ►•cillfi►rcillu steel has been inspecicd and approval. Splici(Iz. Splices of'bars shall he illade only where shown on the plcuts in•as approved h\ the l";n�sincer. Where burs arc spliced. they shall he lapped at Sleast 10 clianlctcrs. unless otherwise Shown on the plans. r r r Splicing shall he accomplished by placing(lie bats in contact With each other and Wiring theill together. Welding 01' rcinft)rcirlU steel or cutting with a cutting torch will not he Permitted unless specllrciillN, authorized by the FIAlgineer. 3. Bending Zrinli,rcciiient. i3ends and hooks in hart; shall be made in the manner prescrilwd in the "Manual of Standard Practice" of the American Concrete Institute. [cars shall not he bent or straightened in a manner which Will injure the material. Bars With kinks or unspecilied bends shall not be used. 4. Welded Wire I aabric. Welded .wire fi►bric shall he spliced not less than two meshes. It shall be lifted careft.illy into its specified position after the concrete is placed but still plastic. r TS->.4.4 Concrete Placctrlcnt. Concrete construction shall he in accordance With Section'TS-7. Concrete shall he conveyed. deposited. and Consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall he sloped to perrtlit concrete of the ' consistency required to flow without segregation. N1'here necessary to prevent segregation. ChUICS Shall be provided With baffle, hoards or a reversed section at the Outlet.. Where a sequence for placing concrete is shown Oil the plaits. no deviation Will he permitted carless approved in writing by the l;nginccr. Vvhere concrete is to be deposited against harciciled Concrete at horizontal construction joints. placiltg 0l)Cl'irti()r1S shclll begin by conveying a grout mixture through the placing system and equipment. and depositing-; the mixture on the joint. The grout mixture shall consist of"I modification ofthe concrete speciliccl to reduce the quantity of'coarse ag,U.re"'Itc in the nlix i'arger than pct -gravel size to one-half the quantity specified. r To avoid segregation. concrete shall he deposited as near to its final position as is practicable. The use ol'yihrators li)r extensive shifting of the mass ol•concrcte will not be permitted. Concrete that has partially hardened or is contaminated by Ioreign materials shall not he deposited in the su•ucture. 1 Concrete shall he placed in horizontal layers insoftir as prs.rctical. Placing shall start at the logy point and proceed upgrade unless otherwise pernlittcd by the I.nginccr. ' Concrete shall be placed in a continuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the -2 1 1 a plans. Concrete shall not be permitted to frill more than six feet without the use ofpipcs or tremies. Pipes or tremics shall be at least six inches in diameter, or the equivalent cross sectional area for rectangular sections. Concrete shall not be placed in ■ horizontal members or sections until the concrete in the supporting vertical members 1� or sections has been consolidated and a 2-hour period has elapsed to permit shrinkage to occur. Concrete shall be thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the forms,and produce a surface or even texture free of rock pockets and excessive voids. Structural concrete. except slope paving sleeper than one (1 ) inch per foot. such as spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means of'high frequency internal vibrators or a type, size and number approved by the I'Aigincer. The location. manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and coarse aggrugate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or• reinforcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes alter it has been deposited in the forms. At least two vibrators in good operating condition shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. ® TS-5.4.5 Joints: The work shall be so prosecuted that construction joints will occur at ■ designated places shown on the plans unless otherwise authorized by the Engineer. The Contractor shall construct, in one continuous concrete placing operation, all work comprised between such joints. Joints shall be kept moist until adjacent concrete is placed. All construction joints having a keyed. stepped.or roughened surface shall be cleaned prior to placement ofthc adjacent concrete as directed by the E-ngineei% Expansion and contraction joints in concrete structures shall be formed where shown on the plans. No reinforcement shall be extended through the joints. except where specifically noted or detailed on the plans. a No direct payment %A-ill be made for furnishing raid placing asphaltic paint, pre- molded asphaltic filler. or other types of joint separators. The cost,therefore shall be included in the price bid for the item ofwork of which tile\, are i part. a2 3 a TS-.5.4.6 Cold Weather Regpirements: Whenever the temperature of the surrounding air is below 40" 1".or when the possibility exists that the temperature will fall below 40" F. within the 24 hour period after coilcr•cte operations.concrete placed in the Forms shall have a temperature ofbetwe.en 90" I'and 100" F. All concrete shall be rnaintained at a temperature of not less than 50" 1` For at least 72 hours err IM as much time as is necessary to insure proper curing of the concrete, The housing. c;ovcrinf;, or other protection used in conncetion with curing shall remain in place and intact at least 24 hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chenliells for the prevention of fi•ecring. Contractor will be held responsible For in), damage to concrete as a result of cold weather operations. TS-5.4.7 Finish: Inlct tops shall have light broom finish. Curb transitions shall have broom finish. Contraction toinls steal! he cut where shrnvn. C'ut each 1 l/1 inches deep all(I finish with joint tool. 'I'S-5.4.8 Inverts: Inverts shall be carefully Cor►str•uctCd to maintain the proper velocities through the structure, and in no Case shall the invert sections through the structure be greater than that of tllc outgoing pipe. The shape of t)ie invert shall coi lorrn exactly to the lower half,of,the pipe it connects. Use half'circle template to check invert shape and sire while building. Grade on the invert shall he such that no water pockets arc formed. Side branches shall he connected with as large radius of'curve as practicable. Inverts shall be constructed of concrete conforming to the reclllir•cments of Section TS-h. Concrcle filling between the SCwCl' invert arld walls of structure shall be Ilush with the top edges of'the invert and shall slope up from the invert at the rate of'three (3) inches per foot. .Inverts shall he troweled smooth and clean. Where water problems r-C(Iliil'C. Use (IttiCk sCttint! Cement to aid ill coil structioll of silloot ) inverts. TS-5.4.9 tits s: When shown on the Mans. shrill he suli(Ilr' proutcd ill •rlace with full mortar cl1caselllent. TS-5.5 Precast Collcrete Inlets: I . ]'recast concrete inlets shall he constructed ill all respects in accordance with file I'lansand SpeCificationscxccrlll is pt•ovldcd in the fclllowintl itenisill tills . suhp,u•,lgraph, ' 2. All applicable requirements of' ,\S'I M C-478 shall apply to the rlrianufactltr'e of`prccas► concrete inlets. ' 3. The nianufaclurer of precast concrete inlets shall suhrnit detained drawings and specifications for the construction of the basic precast units and appurtenances to the Engineer and Owner tier pricer approval. A shop drawing for arch inlet showing dimensions. elevations a.nd openings, shall be submitted to the hangincer and Owner for approval prior to manufacturing of the units. 4. Where dividing walls are used or where multiple precast units are used, the total net length of opening shall equal the length of inlet specified on the project plates. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss, Location and number of manhole openings, as well as openings in walls shall he as required to promote cash, access to all parts of the inlet. subject to the l;rlginecr's approval, 5. The walls c►t'tllc Ctltir•C structure shall he set in illace oil concrete blocks prior to pouring concrete base slab. The base slab shall he relliforced in accordance t,vith the project plans. and the bottom of the base slab shall be at least the distance below hottonn ofprecast walls that is shown on the project plans. The entire base slab shall he poured monolithic and shall be brought up to a level of at least six (6) inches above hollonl or precast walls, 6. Mastic pipe joint compound shall he used in horizontal joints and where walls of multiple sections join. in order to forin a reasonable watertight structure. 7. Where trip slabs of rliultiple sections join. the joint shall he scaled with General I?Icetric single CompOncm silicone.}_gray color, striQ.tly in accordance With the nit ntifiictur•er's rCconllllenclations, S. '1'oh slabs cast separately from inlet \valls shall be anchored against lateral rnovcrncnt With respect to walls by a steel dowel in each corner extending From the walls through holes in the slabs. The top slabs shall tie set accurrilelV to line. gNAIC rend slope rind grouted securely in place, i'S->.h Precast C011 cr c 1 C Miri 1 olcs• FS-5.0.1 Precast (.'oncrete Manhole Rings. Ati"1 M Designation C-479. o:xcept as indicated below: M (1 ) Shell Thickness: inside Diameter Shell of*Manhole Thickness ` 1 - 011 [" 5' - 011 (fin 61 - 0" /it (2) )'recast Flat`1'0 s. Designed to withstand 11-20 wheel load plus 30% impact. AASHTO "Standard Specification for I lighway bridges". (3) Con_i �a '10 _ti. I-cccntr i c cone nc prcicrrcd, (4) Manhole StcpS. When shown on plans. shall he solidly cast implace or set with expanding grout. (5) hjp2cnt to job not allowed until units have cured sufficiently to prevent damalue in handling. (6) Al2Provtil.. Submit all details to Engineer and Owner for approval prior• to 11ia1711.11acturer. TS-5.6? Setting_ Precast Rini: pings may he set either on a previously poured.properly cured base slab or may he blocked in place with solid concrete blocks while the base slab is pouted around the first ring. Rings shall he set with the helix up. Bolter both hell and spigot ends with pre-mixed sewer joint mastic compound, as approved by the 1;ngineer. and set the next section in place. Wipe joint smooth on the irIside and fill all joints inside and out. Watertight_joints will he required. Where recast manholes are constructed in existing or arc► ioscd street~. 3 courses of t p � I i brick shall be placed between the precast cone and the casting. TS-6 CON('I:I:'I'I:: T'S-6.1 General: : TS-6,1.1 Description of Work Includgd: All concrete requited on the project except precast ' material. TS-6.1.2 Chrality Control: TS-6.1.2.1 SuDcr01sion: 2G 1. Provide full tine superintendent oil the project who is qualified and experienced in concrete construction. Superintendent shall direct all work in connection with concrete construction. 2. Finishers shall he journeynlun concrete finishers experienced in concrete finish work. 1'S-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. nix, additives and cement. TS-6.1.3 Product ILLgAlirla: TS-6.1.3.1 'Transit Mix: Concrete shall be handled and preserved in its "batched" proportion during transportation. Mixing time shall not exceed 45 minutes and excess water shall not be added. Concrete improperly cared for or mixed in the truck longer than 45 rrtinutcS shall be disposed of"away from the project. TS-6.1.3.2 Defective C'oncretc: Damaged or dellectivc concrete shall he rcptlired or removed and replaced immediately as directed by the Engineer. ® TS-6.2 Materials: TS-6.2.1 General: 1. All concrete used in the project shall be Rimished by a reputable permanent concrete plant using transit mix truCkS. The plant Shall be located within a reasonable distance from the project so travel time is 30 minutes or less. Supplier shall have adequate bins that weigh material by approved scale system. The supplier shall have an adCquate number of modern trucks to insure delivery of concrete as required oar placing Schedule. Supplier shall be subject to approval of the Engineer, ' 2. The Coiltractoi' shall use whiitevcr rllealls necessary to insure concrete delivered to the project is properly hatched with approved kinds and ClUalltitiCS of I1latel'It11s, 3. A copy of the delivery ticket (ar each load of concrete shall be provided the inspector as each truck is unloaded. Delivery ticket shall include the fallowing inlarnlation: ' ( i ) Name of'concretc company (2) Serial .number of ticket (3) Date 1 27 (4) Number of truck (5) Name and location of joh (6) Identification ofconcrete mix delivered (7) 'VOIumr of collcr•ete in truck (8) Time concrete wns loaded (9) Amount of water added at plant TS-6?? C'cment: All cement ~hall he 'I ype I Portland Cement conforming to ASTM C-150. Al concrete 1101'curb and putter and eom:retc pavement shall contain not less than 6.5 I �. p sacks cement per•cubic yard, All other concrete shall contain not less than 5.8 sacks cement per cubic yard, TS-6.2? Fine negate: F inc aggregttle shrill consist of natural sand conforming to ASTM C- 33. Sand shall be well graded. k�,nshcd, clean sand from the Missouri River Class I or equal and Sh,'311 Conform to the li►Ilowing sieve analysis: Sic\,C Size Percent Passine ._ 3/8 inch 1.00 No. 4 95-100 No. 20 40-75 No. 50 5-30 No. 100 0-10 ® ' The sand shall not have more than 35`io retained between any two consecutive sieve sizes• fineness modulus shall not be less. than 2.5 nor 111orc, than 31. The amount of deleterious substances in fine auuregatc. each determined on independent samples complying with the grading requirements of Division 3, shall not exceed the following linlits: Table 1 . Limits li►r Deleterious SUbSIanCCS in Fim., Aoureuate for Concrete: t b� MOX1111U111 pei•CCIlt by , Item, WCiVI>t OF] 01,11 SaMPIL' CLIN' I..Ur111)S 0.2 Material Fincr than No. 200 Sievc 2.00 Coal &, L.iunite 0.25 !;licks. l x wes (k'-- Other Deleterious Material 0,25 Pine aggregate shall h� Ice of inuig jou ; Fine aggregate shall be fee of material that could react harmfully with alkalies in the cement.. i f such materials are present in injurious amounts.the fine aggregate shall be rejected, or shall be used with cement containing less than 0.6 percent alkali calculated as sodium oxide or with the addition of a material that has been shown to inhibit undue expansion due to the alkali-aggregate reaction. Y`xeept as provided above, tine aggregate sOjected to rive cycles of the soundness test (AS'1'N C'88-59T). shall show a loss,weighted in accordance with the grading of 11 sarnple complying with the limitations set forth above,not greater than 10%when sodium sulfate is used or 15010 when magnesium is used. FS-6.2.4 C 011l'SC A , Wre ,ate: Course aggregate c h 1_ �,�regate shall be crushed limestone produced from the Callaway formation or equal having an estimated history of sound material and shall rhe approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source shall not contain chert deposits. Gradation Sieve Sire Percent Passing, 1 Ih inch 100 1 inch 95-100 1/v inch 25-60 Nu. 4 U-8 No. 10 0-3 Satisfactory experience record shown for durability, other wise pass soundness test AS"I'M ('88-5 cycles using magI1eSllt111 sulfate without splitting or losing more than 151"(1 weight. Contractor sh,Ill arrange and hay fir testing if adequate history is not available. 'I'5-6.2.� }11;tilrr: \V'Itcr I01. nlixint; and curing concrete shall be clean. and free from injurious ' III lcluIts oI'sewilr v. oil. acid, alkali. salt or organic platter. Only potable water shall h!' used. TS-6.16 ('c.It�c r��tc N11x: All CONCRIC 161' (11C project shall eonibrm to the design mix listed in Iht, table bv111 , I'llc c'clncrt"le Ini\' shall include air entrainment not to exceed 7 11c wt'lll air': M,VJIn1111) Si/C i inch Mi1xinllull W"IM, 250 Ib/cy \\'il. \\'.ikht r:1611 (111ax.) 0.450 ( 'crnlrnt -6.5 sacks per cubic yard for curb & gLlttcr ,Intl pavement -5.9 sacks per cubic yard for all others The contractor shall furnish laboratory design mix for the approved materials. Water reducing and air cntrairiirlg at!CrltS Shall lie SLIbJect to I Algincer's approval. TS-6.3 Construction Rc -cn-w.nt!;;: TS-6.3.1 1'.e aration: TS-6.3.1 1 Cicncral: 1. Clean all forms and correct all find grade damage, ?. Wet down all suhgrades. 3. VcrifN•all needed cyuipment file placing concrete is on hand: Vibrators.crane Or pump, 1re111iCS. Ilumcs, hnisllini! equipment. 4. All keyways are to he in place. S, Dr} up excavation ifany water is present. G. 1 lave cold weather ecluipment on hand il'applicaMe. 7. Notilj l:nginec:r at least 24 hours ill advance uf•placing concl•Ctc• 'TS-63? Placing Concrete: TS-6.3.2.1 Gcncra1: 1, All concrete shrill lie placed in a mariner and with adequate equipment which Shall be subject to the I,nginecr's approval, I•;cluipnlcnt lilr placing concrctc shall inc:Iudc flunks. u•cnlics.cranes or concrete pump~ Cllr placing concrete: hand tool t111d fillkhillt. CdL1iI)I11C1lt 1(!I' Ill,tnipulation ,IS needed. ?. Concrete shall be placed in a logical scc uenc c. 1hat will pci-mit efficient nt operation. but shall provide structural continuity and strength rcgLlired. Placing sequence Slmll he subject to gencral approval by the F.ngincer. 3. FILn1es shat; not be used itt slopes flatter Ihan '15 ckgrcv�;. Concrete pumping CcILIlp111C111 Shrill be dCSiVrlud 1()r lhC Inu•posc -• Shull lac titrhject to Approval by the I.-In"incer. 4. Subgrade shall have hcen fin(: graded ;Ind moistened prior to placing i concrete. I"orms and keyways sh,►II be carcf'tllly cleaned prior to placing 3t) r rconcrete. Conerete shall be placed in locations not to exceed 12 feet apart. Placing shall be a continuous operation using a heavy duty vibrator. 5. Tremies required for depth greater than 6 foot. 6. In case of pending, inclement weather. prepare temporary covers to protect freshly placed and finished surfaces from surface damage. Protect for 12 hours. 7. Embedded screeds may be used unless otherwise called for. Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports small not be used. Screeds must be reinoved and voids filled while concrete is plastic. 8. Reduce coarse aggregate in first lift above cold construction joint. 9. Keep working face of'conerete "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 Slump: Hold slump as low as possible to allow proper placement of concrete. Maximum slump for curb. curb and gutter, and concrete pavement shall be 3 inches. All other concrete shall have a 4 inch maximum slump. rTS-6.'2.3 Cold Weather Requirements: 1. Do not place concrete on ice or frozen subgrade. 2. Do not place concrete at temperature below 20' F unless covered and heated. 0 3. When temperature is or 1s forecast below 401', the following are required: a. Heat water - 1-50' F maximum b. licat agorcuate to frost free temperature. C. Temperature of concrete regulated to the following schedule: rAir Temperature Concrete Temperature ' 31 1 30 to 40 70 to 80 20 to 30 80 to 100 d. Cover. protect. and heat to 70° F air temperatures when heated concrete is required. C. Preserve and maintain moist curin<o conditions when heating. E Admixtures f6r cold weather purposes are not approved. TS-6.3.2.4 Hot Weather: 1. Concrete exposed to direct weather shall not be placed at temperatures above 100° F. 2. Cover. protect and cool work as required to maintain concrete below 100° F. TS-6.3.3 Finishinc Concrete: TS-6.3.3.1 General: 1. All slabs. wallas and decks shall be sloped uniformly to drain to finish grade, and must drain completely. 2. Finish shall he of specified texture and uniform in color and appearance. Approval of*finish is required on first concrete placed. 3. All voids in slabs and horizontal surfaces are to be filled during finishing operation. Voids in forms surfaces are to be repaired immediately at the time forms are removed. 4. Avoid over-finishing, late finishing. re-watering,. and other techniques that may cause "crazing- 6. Provide adequate manpower and equipment for finishing prior to placing concrete.. 6. Initiate curing process as soon as surface strength will permit. r TS-6.3.3? Formed Surfaces Exposed to View: 1 . Remove forms as soon as curing and strength development permits. 2. Remove the cones where applicable and fill with sand cement grout. �2 30 to 40 70 to 80 20 to 30 80 to 100 !� d. Cover, protect, and heat to 70" F air temperatures when heated concrete is required, C. Preserve and maintain moist Curing conditions when heatin z. f. Adn•rixtures for cold weat.hcr purposes are riot approved. TS-6.3.2.4 I-lot Weather: 1. Concrete exposed to direct weather shall not be placed at temperatures above 10(.l" F. 2. Cover, protect and cool work as required to maintain concrete below 100" F. TS-6.3.3 Finishing Concrete: TS-6.33.1 General: t 1. All slabs. walks and decks shall he sloped uniformly to drain to finish grade, and must drain completely. 2. Finish shall be of specified texture and uniform in color and appearance. Approval of finish is required on first concrete placed. t 3. All voids in slabs and horizontal surfaces are to he filled during finishing operation. Voids in Forms surfaces are to he repaired immediately at the time forms are removed. 4. Avoid over-finishing.:, late finishing. re-watering,. and other techniques that may cause crazing' . i. Provide adequate manpower and equipment (or finishing prior to placing concrete. 6. Initiate curing. process as soon as surface strength will permit. i TS-6.3.3? Formed Surfaces I_xPosed to Vie\V: 1. Remove Forrns as soon as curing and strength development permits. 2. Remove the cones where applicable and fill with sand cement grout. r 3. Break off'all "fins"; grind as required for uniform appearance. 4. Grind all form "off'-set" where concrete will be visible after construction is complete. 5. Chisel all loose material in "honeycomb" areas until only solid concrete exists. Fill void with grout. Cure 5 days. TS-6.3.3.3 Pavement: All concrete shall be finished monolithically. No "topping" or "plastering Sidewalks and curb and gutter shall receive a light broom finish. See Section TS-8 for finish of Concrete; street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Curing: TS-6,4.1 General: I. All concrete is to be cured a minimum of 5 days after placing and Finishing or 5 days after repairing. `? Protect all concrete surfaces from damage during and after curing period. TS-6.4? Formed Surfaces: 1 . Forms are adequate if left in place 5 days. ?. Cover top with 6 mil Polyethylene sheet. 3. It' forms are removed to "stone" finish or repair concrete, cover with polyethylene sheets. Anchor in place. TS-6.4.3 Walla. Curb and Gutter. and Pavement: I. Spray liquid membrane (ASTM - "Standard Specifications for Liquid Membrane - Forming Compounds for Curing Concrete", Designation C-309. current edition). ?. Fallow manufacturer's directions for spraved liquid membrane. 3. Protect sur face from damage. TS-6.5 Defective Work: TS-6.6.1 General: 1. Detective concrete work shall be removed and replaced immediately. 2. Work built outside tolerances shall be considered defective. 3. Concrete of inadequate strength or having surface conditions indicating poor durability such as crazing, severe "map cracking", crumbling, or other evidence shall be considered defective:. 4. Engineer shall be notified immediately when such conditions become apparent. TS-6.5.2 Repairing: 1. Repairing of minor faults such as small "honeycomb"areas and voids may be patched. Repairs shall be made as described in TS-6.3.3.2 above. 2. Cure patched areas 5 days. ® TS-6.6 .ioints: 1. Joints shall be constructed as shown on the plans. Unless shown on the ' plans. joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint, water stop shall be securely fixed in place to prevent voids or"foldover" of water stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints shall be made with canted 2x4 at least 2 1/2 inches from wall face. All construction joint contact surfaces shall be finished with wood float finish. 1 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of joints with wood float. 4. Contraction joints shall be sawed to a depth equal to one-quarter of the 1 thickness of the concrete. Unless otherwise indicated on the plans, contraction joints shall be spaced at a maximum distance of 12 feet each way for concrete pavement. Contraction joints shall be at approximately 10 foot intervals, Joints in curb and gutter shall line up with sawed joints in concrete pavement. • 34 TS-7 TS-7.1 (iencral: This work shall consist. olthe construction of'asphaltic concrete base, and surt(►ce course is shown on the plans and specilied herein. TS-7? Standard Specification: All work of this section shall be in accordance with the rcl'ercnccd portions of"Missouri Standard Spccif ications fin' I fighway Construction" 1980 II'dition published by the \N/tissouri State highway and 'transportation Commission. except as modified here. TS-7.3 AsJlhaltic C_oncrcte Base: TS-7.3.I Sub grade shall he prepared as specified in Section TS � p1 1 TS-7.3.2 Material: Materials shall conform to Standard Specifications Section 301.2. TS-7.3.; Mixture: The nlix shall conform to tilt rcquircnlcnts ol'Scction 301 .3 Asphalt cement content shall be in the range ol3 to 6 percent. Marshall Properties Stability 1200 Min. 1,low 8 to 6 TS-7.3.3. 1 Section 301 .3.2 shall be changed to read as follows: prior to preparing any of the , mixture on the pro.icct, the Contractor shall obtain, in the presence ol'the Engineer. representative samples of asphaltic cement and mineral aggregates (or tests. The samples of material shall be of the sire designated by the i:ngineer and shall be submitted to an approved laboratory for testing. The Contractor shall also submit for the E.ngineer's approval, a job-nlix lilrmula liar each mixture; to be supplied for the project. No mixture will be accepted for use until the joh-mix lilrmula 1'or the project is approved by the Engineer. 1 Ile loll-mix l0l'1111.11a shall be within the master range specified liar the particular type ol'asphaltic concrete, and Shall incluelc the type and sources ofall materials, the gradations of tllc aggregates. the relative quantity ofeach ingredient. and shall state a definite percentage liar each sieve Fraction ol'aggregate and for asphaltic cement. No joh-mix lornlula will be approved which does not Permit. within the limits of'thc master range. the lull tolerances specified for asphalt cement and for material passing the No. 200 sieve. Thejob-rnix formula approved ' for each mixture shall be in effect until modified ill Writing by the Engineer. When satisfactory results or other conditions make it necessary. or should a source 01 material be changed. a new job-mix formula may be required. The Engineer may make adjustments in the job-nlix lornlula in order that the nlixun•c meets established criteria of the Marshall mix design. The nlaxineunl time a job-nlix will be used will be two (2) construction seasons. TS-7.3.3? Ornit Section 301.3.(1. 301.3.7, 301.3.7.1. and 301.4. TS-7.3.3.3 Commercial Mixture:: A commercial rnix may be used if approved by tale l rtgineer. To request approval ol'a commercial mix,the Contractor shall submit to the l rtt,ineer the proposed mix proportions,sources ol'materials. Marshall properties,and a list of projects on which it has been used. TS-7.3.4 Construction Rec uirement s: TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed (1 )when either the air temperature or the temperature ol'the sur face on which the mixture is to be placed is below 40' 1 . (except that base courses 3 inches or more in thickness may be placed when the air temperature is 3.5° 1'.) (2) on any wet or (i•oven surtacc, or• (3) when weather conditions prevent the proper handling or finishing ol'the mixture. Mixture shall not be placed during inclement weathcr. TS-7.3.4.2 As halt Plant: Tlic asphalt plant or plants shall rncct the requirements or Standard Specifications Section 301.6. Plant calibration shall be the sole responsibility ol'the Contractor. '1'S-7.3.4.3 Pre aration ol'the Mixture: Preparation ol'the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6?.I through 404.6.3. ® Transportation of the mixture shall conform to Standard Specifications Section 301.8. An adequate number oftrucks to provide eonstant supply ol'rnix to the laying machine shall be used. 'The location ol'the plant shall be close enou0h to the project that excessive coolinu does not occur. The provisions of'Standard Specifications 301.9 and 404.6.3 shall be stet. TS-7.3.4.4 Spreading the Mixture: Asphaltic mixtures shall be spread in accordance with Standard Specilications Section 301.9 and 301.9.1. Allowance shall be rnade far the slope of the outside edge so that the finished to 1 g p dimensions match those shown on the plans. The curb and gutter shall he used as a grade reference Im- the automatic screed control. TS-7.3.4.5 Compaction: Rolling shall begin as soon as practicable alter the spreading. The Contractor shall submit to the l-ngineer the rolling system he proposes to use or the compaction of the mixture. Rollers shall be in good condition, capable of operation Without. backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system for moistening each roller or wheel. Base course shall be compacted to 95% of laboratory density. Surfitce course shall be compacted to QVIo of laboratory density. STS-7.4 Asphaltic Concrote: This work shall consist of asphaltic concrete surface course. 36 TS-7.4.1 Matterials: Material shall eonlorm to the applicable sections of Standard Spec iIleatioils liar highway Construction. Sections 401, 403, and '1'S-7.:3.3.1 For (;iradc "C"' Grade. "I.)" and Type "C"' except as modified hereto. IS-7.4,2.1 (.iradadon Max Desircd Flax Desired Ciradation Limit Gradation Limit Gradation I'assi ft Grade C Grade C Grade 1) (Arade 1) `11" sieve 100 100 100 100 2" 80-100 88 0)5-100 100 Nu. -4 40-65 52 60-()0 70 No 10 30-55 40 35-65 45 Nu. 40 -'_5, 18 10-30 20 No. 200 4-12 8 4-12 8 TS-7.=4.2.1 -».r�adatio-n NC I : -h e gradations l the aggregates will he determincd from samples taken l •cm the heat hills, ISTY11c C." Pass 3/4-inch sieve 100 ... ' Pass 3/4-inch sieve, retained on 1/2 -inch :sieve 0 3 Pass IA!-inch sieve. retained 3/8-inch sieve 0 ?S Pass 3/8-inch sieve. retained art No. 4 sieve 20 -15 Pars No. 4 sieve, retained oil Nu. 10 sieve 7 20 Pass Nu. 10 sieve. retained on Nu. 40 sieve 7 20 Pass No. 40 sieve• retained on No. 80 sieve 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 I'ass No. 200 sieve 4 10 Asphalt C'enrent 3.5 7 TS-.7.4.2.2 Aim• age . gr ;kspltaltic� 'o►icrete: Shall coniornt to the applicable sections of the ' Standard Specifications for Ilig,hway construction with the additional requirement that supplier shall crush and stockpile 50(NO ol'the needed approved aggregates prior to placement ol'any asphaltic base or pavement. TS-7.4.3 Construction )t�uirements: Construction requirements shall he specified in TS-7.3.4 '7 1 e as amended herein. I'S-7. 1.3.1 Weather I�iniitations: Weather limitations shall be as specified in "1'S-7.3.-1.1 except that no asphaltic concrete shall lie placed when the temperature of the air or the surlitce on whieh the asphalt will lie placed is less than 40" F. TS-7.4.3.2 Sprc-,uling: Spreading ofthe mixture shall he in accordance with Sections TS-7.3,44 except that automatic screed control shall not he used on the surfaace source unless directed by the I::ngineer. TS-7.4.3.3 Commercial Mixture: A commercial mixture may be approved for this work in accordance with TS-7.33?. IS-7.5 _Pack ( oat: n "Pack Coat will he required over all existing pavement to he overlaid and between each lift oI the new asphaltic concrete pavement finless the preceding lift Kati been protected from all dirt and traffic since Its placement. "Pack Coat will he placed after cleaningg, and preparing 01' the surlaee is complete. Application rate will generally he 0.10 to 0.15 gallon per square yard as directed by the Engineer. 'lack coal material shall he RC-70, tiff-I or SS-1 1 1 unless otherwise approved by the 1?ngineer. There will he no direct payment for tact: coat. This work will he considered subsidiary to the asphaltic concrete pavement or base. TS-7,6 Nleasurenent and Pav►nent: Measurement will he made for the various type of pavement as per (lie itemized bid form. ® Where existing pavernent is being overlaid, payment will he for Base Leveling ® Course per ton and for Surface Course per square yard as shown on plans. Where all new pavement is to he constructed, payment will he mule per square yard of(till-depth base and surface course per typical section. Payment will include all costs ofcleaning existing pavement or previously laid lifts and all costs of tack coat. '1'S-8 PORTLAND Cl-11---'NT C'ONCRI TI I':1VI AlI?N"I_: I'S-8.1 Portland Cement Concrete: The work shall conform to the referenced portions of "NliSSOUri Standard Specifications" as modified herein. I'S-8.1.1 Materials: Materials shall conform to Section 501 .2 ofthe"Standard Specifications„ as modified herein. • 38 M Tinting material as specified in Section 1056 will not be used, 501.2.2 Mix Design, Delete Section 501.2.2.1 and Section 501.2??. Delete 501.2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacksofcement per cubic vard. 501.2A Consistency. Delete slump tahlc and paragraph 501.2.4.1. Hold slump as low as possible to allow proper placement of concrete. Ma.Kimum 1 p p 1 p slump for pavement, curb, or curb and gutter shall be 3". All concrete shall be au entrained in accordance with Section 501 .7 including paragraphs 501.7.1 through 501.7.3. Air content shall be between WYO and 7%. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic vard. .Actual mix design shall be prepared and Submitted by the Contractor to the Engineer ' I'm his approval. Submittal shall include source and properties of all aggregate, source of cement, proportions used, slump, air eontent and results of breaks of 5 test cylinders. Cylinders shall be broken as follows: 2 at 7 days 3 at 28 days Prior to starting roject, contractor shall obtain in the presence of the Engineer. P 1 representative samples of7cement. tine and course aggregates for test. The samples of material shall be ol'the size designated by the Frigincer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer's approval each .lob-Mix formula. '1'lic maxinlUrn titne a.lob-Mix will be used will be 2 construction seasons. Minimum compressive strength, based on AS"TM designation C-319. C-31. and C- 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 130/b less for job cured cylinders. Concrete may be either central mixed and delivered in approved trucks or may be ' truck mixed. Total elapsed time from time of conibination of water and cement until all of that batch is placed shall not exceed one hour. 39 , The use ol'calcium chloride will not be permitted. Other admixtures may be used only if approved by the hr►gincer. TS-8.2 Portland Cement Concrete Pavemc�rt: This work snail conform to "Standard Specifications" Section 502 and substitute the following: TS-8.2.1 Materials_: Delete the last sentence of'Section 502.2 and substitute tine following: Contractor will conform to the requirements of the preceding section of these specifications. Delete Sections 502.3.1. 5023.2. and 502.32.1 . Delete Sections 502.3.4, 502.3.5. 5023.6, and 5013.7. Delete Section 502.3.9 through 502.3.13?. Section 502.3.16 shall be changed to read is follows: r Auxiliary Equipment shall be available at all times as follows: a) Two or more 10-loot straight edges of an approved type. Blades shall be replaced when edges become wavy or warped. b) Immediately following the machine floating and while the concrete is still plastic,the contractor shall test the pavement surface for trueness by means of a 10-foot straightedge in contact with the concrete surface parallel to the pavement centerline.and drawing the straightedge lightly across the surface. Advance along the pavement shall he in successive stages of the more than rone-half the length of the straightedge. All variations shall be eliminated by Filling depressions with freshly mixed concrete or striking off projections,and the areas so corrected shall be consolidated and refinished by means of a tlong-handled float. ' c) Sufficient burlap. waterprool'paper, or plastic f ilrn for the protection of the pavement in case of rain or breakdown of curing equipment. ' d) Joint Seal shall conform to Section 1057 of the 1 986 Missouri Standard Specifications for Highway Construction. !-land placement and finishing as specified in Section 502.10.9 will be permitted. TS-8.2? Construction Requirements: ' Delivery tickets shall be provided the inspector in accordance with Section TS-6.2.1 oI"this specification. t40 Delete Section 502.5,3. Section 502.6 - C:onclitionin cy1'Serb grade. References to other sections shall be references to those Sections as amended by these Specifications. Delete Section 502.7 and aragra h 50'.7.1, p .. p Delete Section 502.9 and paragraphs 502.9.1 and 502.9?. Delete Section 502.10.7- Station Numbers. Section 502.10.9 I-land finishing will be permitted cm the project. 502.16 Slip Noun Comtruction. This type ol'construction will be allowed on this project. The provisions of Section 502.16 and the succeeding paragraphs as amended herein. shall apply. References to other sections of the Missouri Highway Specifications shall refer to those sections as modified by these specifications. 502.16.1 Subgrade and Base. Delete all references to aggregate base. Pavement shall be placed on earth subgrade and (lie paver and check template shall also operate;on the subgrade. Delete Section 502.17 and paragraphs 502.l 7.1 through 502.17.5. Cores will not be drilled on this project unless required by the Engineer. This will ® ' only be done if doubt as to the actual thickness exists. Normally dge thickness will be used as a rough check on constructed thickness. Y � Pavement thickness will be considered to be design thickness. TS-8.23 Measurement and Pavment shall be in accordance with Sections 502.18 and 502.19 of"the Standard Specifications as amended by the following: If cores are taken and the thickness found to be deficient the provisions of 502.19. 1 through 502.19.3 shall apply with the exception of'f Type "A" curb and glutter (see typical section for end details and thickness) which shall be measured on the basis of linear lcet constructed. Payment shall be continuous through residential drive approaches and shall include the hooking up of existing house drains that now extend to the street. TS-9 LAWN IZFPAIR AND Si f:DING: TS-9.1 General: All areas disturbed by the construction shall be seeded or sodded except for paved areas. See plans I'or areas to be sodded. T'S-9? Bluegrass Sodom: Sod shall be planted in accordance with the following requirements. 41 O Sod shall be ol'the hest quality and when placed, shall be live fresh growing grass With sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is fertile and contains a high percentage ot'loamv topsoil and from area.;; that are predominately bluegrass and that have been grazed or mowed suf f icicntly to form a dense turf'. Source of soil shall he approved by lire Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from t11e time it is harvested unless it is stacked at its destination in a manner satisfactory to till` Engineer. All sod ail stacks shall be kept moist and protected from exposr.are to the sun and from freezing. in no event shall more than one week elapse between the tinge oi'cuttirrg and planting ol'the sod. Before placing or depositing sod on areas to he sodded. all shaping and dressing of the areas shall have been completed to the satisfaction ol'the Engineer. Top soil as specified in shaping an dressing, commercial fertilizer. grade 12-24-24, shall be applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall fellow immediately. After planting, the sod shall be watered aild mowed as required until completion and acceptance of*the entire work. No sodding shall be done during the period from June i to September 1, unless the planting season is extended by the engineer. 1'S-9.3 Seeding:After shaping, placing 4" ol'topsoil. and dressing ofareas to be seeded have been approved by the ingincer. a commercial fertiiizer, grade 12-24-24, shall be applied at a rate ol'not less than 350 grounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed shall then be spread at the specified rate by drill. by hand seeder, by Brillion seeder, or by other approved seeders. SCCClin,LL� shall not be done during windy weather, or when the ground is frozen. muddy, or otherwise in a non-tillable condition. An established grass cover shall be provided on all areas requiring seeding. ® irrigation. mulching, plowing, and any other operation necessary to provide an +� acceptable grass cover shall Ix! provided hw the contractor at no additional cost to the Owner. Seed shall Lie applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of MIN, "Dcrbv" Rve grass. 20'%, creeping lcsCUe. and 20%o Bluegrass. Bluegrass may be either Ram 1, l`ouclidown. or Glade. Seeded areas shall be mulched with straw at , rate of 1.5 tons per acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lice of sccding in any or all areas required to be scedcd. Protection and Repair: "fhe seeded area shall be free oftraflic. Ifat any tinge before 42 e acceptance becomes gul I ied or otherwise damaged,or the seeding has been damaged or destroyed, the affected portion shrill be repaired to reestablish the specified condition prior to the acceptance ol'the work. TS-9.4 Submittals: TS-9.=1.1 The contractor shall lurnlsll certifications in tri plicate; from the supplier or p PP manufacturer of seeds, sods. fertilizers and all other materials furnished in accordance with the n-equirements O('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 ).5 Method of Measurement: "F'5-9.5.1 Definition of'Gradinr; Limit: The term "grading limit" Is used in this Article, shall mean any of the lilllowing: (a) The location of a line determined by the interspection of the cut or fill slopes shown on the flans with the existing surface, plus allowance for rounding at such intersection as shown on the Plans. During the course of the work the Engineer may direct that the grading limit be elsewhere than as determined by the foregoing, Ind. ill such case. the grading limit will be at the location as directed by the F,ngineer. , (b) For structures placed in excavations and 1br pipes in trenches, five (5) feet outside a vertical plane through the outermost surfaces of the neat lines of 1 such structures or ol'the pipes. T'5-9.5.2 Seed_ ice: Measurement will be made()!'tile area seeded (horizontal measurement)to the nearest 1/10 acre. MeaSUrenu:nt will not be made beyond a line 5 feet outside the grading limit. TS-9.5.3 Sodding: MCLISUrement will he made ol'the areas sodded slope measurement to the r nearest square vard. Nlcasurcncnt will not be made beyond a line ? feet outside the grading limit. t TS-9.6 Basis of Pavinent: TS-9.6.1 Seeding Sodding: The amount of completed and accepted work, measured as provided shall be paid liar at the contract unit price hid per acre for seeding and at the contract unit price bid 1)er square yard fm' sodding,. 4 3 "I'S-10 RLiNF0R.CF?l) C'ON('1�1�."1'I: !)t)t!ICI_I M)X Cl, 1INI-RTS AND RI:TAINING) WALLS I'S-10.1 General: These items shall lie bid oil the limill SUM basis to include: the necessary excavation and the disposal Of 1ny excess excavation material I'r•om the channel to allow eonsU•uctiori Ol'thc proposed structures and all materials and labor to complete the construction ol'a l 1 x O ReinforMl Cot1Cl•CtC Double Box Culvert al1Cl all Retaining Walls according to the plans and specifications. Ts-10.? RLillf01'CCd Steel for t;oncreic Structures: reinforcing g steel to be used for this structure shall lie de(ornled bars meeting the All rt i t � reLluirements ol'the li)Ilowing: (irade 60 ASTM a 015-70 Ddor•rlled Billett Steel Bars Concrete Reinforcement. Reinforcing steel shall he protected Crorn damage at all times. When placed in the work, it shall he free from dirt, oil, paint., grease, loose mills scale, thick trust and other l')rcign Substances. Rcinlorccmcnt (or the top slab shall be held securely in correct position by means of approved metal bat•supports and ties. Bars in the top slap shall be tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the lurms and the reinforcement. The steel shall be tied in correct position and inspected helore any concrete is placed. Such inspc(:tion will not relieve the contractor ofhis responsibility for constructing the unit in accordance with the plans. TS-10.3 Fornlir'.: Dorms for concrete shall he built true to the lines and Lrades desiL.nated and be mortar-tight and ofsound U1L11erials adetfuatc to prevent distortion durin-,the placing and curing of Collcl•ete. All concrete Shalll he I0MICLl carless otherwise specified. 11' dUrinU or after placing the concrete. the terms sal~ or hulge, the concrete af(ccted shall be removed. the li)rnls realis'ned antl new(()nacre placed. Construction camber to talc care ofshrinkage or!;ett(culenl innpairinL the Stl•cngtll ofthe structure by the ►•eduction of'depth will not be perriniticd. rThe lurnls shall he deSIgI1Cd 101' a fluid Ill-CSSUI•e of 150 I)OLit1CIS per cubic loot on horizontal surlaccs 111(.1 30 hounds pt,r sCluaue li)o( Oil ve►•tical stu-laccs lu►•inlpact aru.l vibration. "I"S-10.;.1 I_a�c _Lurilh�r of forms li)r exp0Se:.1 surfaces of concrete shall present a snwoth dressed SUrf ICC frc_ of loose knots. knot holes. and other dctcets. The spacing of supports and the thickness of lace lunlher shall have a minimum nominal thickness of one inch fur solid IUMI)Cl' oi, 5/8 inch lire plywood. Dorm materials shall he placed with horizontal joints. "I'rianglilar molding. :;nureith ern three sides and halving 3/4 inch width on each oftlle two loran sides, shall he used t;) bevel all exposed edge:; of the structure. except where special bevels are shown on the plans. Ts-10.3.2 f1o1•111S KC-LISOLI Shull he in �.!OOLI celnditicin. U01-111 lumber which is unsatisiautclry ill r any respect sIlan not he used. TS-10.3.3 Diann -110A-'Oi1titn-Ictioii_u111-`o rlils permit their rcmO val without danlas C to file concrete. C'offur•dam braces or struts which will extend through any exposed concrete section will not be permitted. 1:01.111S Under cclpings and around offsets may be given a dralt ol'not more than one inch per foot to permit removal without damage to the concrete. For narrow walls whcrc access to the bottoms of the Ibrms is not otherwise obtainable, an opening shall be provided so that chips, dirt, sawdust. or other extraneous material may he removed inlnlediately prior to placing concrete. TS-10.3.4 Ties and SON.ILICI'S 111LI_111 metal rtPDliances used inside of forms to hold them to correct alignnicnt and location shall he so constructed that of ter removal ot'forms, the metal rnav be removed to a depth of• at least one inch below the surface of the concrete. Metal tic rods used inside the forms where concrete will have ill exposed surface shall he a tvpc which will not produce a cavity at the sur•fhce of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as tics shrill not be removed by pullin►t them through the concrete. Wire tics and pipe spreaders will not be permitted,and metal or Nvood spreaders which are separate From Form ties shall be removed as concrete is being placed. A halt-through method ofsupporting forms for massive substructure units may he used with the approval of'the F'rIgineer. No brill tics shall be embedded in concrete above the roadwav surface on brids!es. Ts-10.3.:1 Cavities produced I•\' the removal of metal tic rods shall he carefillly filled with mortar composed ofapproximately one part cennent.to two parts sand. White cement Shall he addCd to the mortar if necessary to obtain tale required color. In order to reduce the shrinkage, no mortar shall be placed in the cavities until 45 minutes after the Initial rniXilW. Ill lied oI the above. tiny approved non-shrinking, nun-staining type 01• Mortar nlav he used. :Mier the cavities a.re filled. the surface shall be left smooth, even. and unif*.n•ni in color and texture. Tic rod cavities in surfaces against , which backfill is to he placed shall be tilled with mortar or an approved plastic cumpouncf meeting the requirements of'Scction 10571.3. Patching ol�tic rcxl cavities in the interior surface, of hox grinders will not he required. TS-10.=4 Portland Cement Concrete This Item shall conit)rm to the Missouri Stand411-d Specifications for I-figllway Construction. C lass B concrete with a coarse agspregmc classification ofGradation D. Osage River (.;ravel. Ririe u1!grCgatc shrill he Missouri Rivcr ",and. Class A. It shall he a 5.81 hag nlix %Vith in air content of Blur (4) to seven (7) percent. Finish for bottom slab shall be travel and Finish liir top slah shall be broom. i TS-10.5 I.Xc.lvalion The contractor shat I be responsible for excavation required to coniplcte the proposed I structures hi place. 'I'iie corltrictor shall establish a Sound hcdditig bcl'(irc pouring;the bottom Slab and footings, TS-10.6 Testing()l'i'(irtlund_(:_ement on 'i"he contractor shrill lerlorm or have p ertorined the followin: tests to insure the strength o('the structure when completed. Such tests in no way relieve the contractor ol'his responsibility Im the construction of'this structure and its acceptance after final inspection. (1'aynient for this item will he included under the bid item for Double Box.) TS-10.6.1 Slum'('ct: Slump 'tests shall lie taken during each Pouring and shall not be less than ? inches and not more than 4 inches. TS-10.6.2 Compression "Pest: Cylinders 6 inches in diametcr and 12 inches In height shall be used in determining tile. compressive strength. The contractor Shall make 1 cylinder per 35 cubic yards poured. ® TS-1 i CRUSHf I) STUNF DRiVi?Vi!nYS: 'TS-11.1 Crushed stone driveways shall he constructed in accordance with the details on the flans and with the requirements ol'MiSSOUri Highway Specifications Section 304 for aggregate base course except that the provisions for measurement and payment therein shall not apply and except us modified in this section. TS-11? Au uLgate •Tv lc.: 'Type I TS-11 .3 The required thickness nmy he compared in one layer. Required density of cornprlctioll shall he [lot less than ninety (()0) percent. t 'FS-11.4 Where practicable, utilise temp(nrnv Surlhcing nuUeriul aS Subbase to improve Stability ofcrushed Stone driyCS and to reduce anruunt of'added material required. TS-1 1.5 C'ruShcd Stone dr-IyeS Shall be car•e1011y graded to drain. ' "I'S-1 1.6 Measurement 01*CrLISl1Cd Stone drives shall he to the nearest 1 square yard. TS-11,7 Payment Shall he at the unit price hid including ill labor. equipment and materials to construct the driveway complete. including Subgradc preparation. � =16 r TS-l2 RIP_RAP: TS-12.1 General: Rip rap shall be furnished where provided on the flans or where otherwise r directed. Rip rap shall he durable limestone meeting the rcduirements ol'Missouri IIighway SpeciIicaltions Sections 611.31, 611.32 and 6 ll.3)3 lOr Type ? Rock Blanket, The nlinimunl laver thickness shall he one and one-hall'( I V.) feet. The surlacc of rip rap shall he 11us11 with the surrounding finished earth grade and groutcd. TS-1?.? Inslectioil: The Contractor shall notily the C�.ngincer ol'the source cif rip rap prior to its delivery in tinlc to perinit its inspection. 'I'S-12.3 Nleasurcinent and Payment: Rip Rap will be treasured Complete and ill place to the nearest squlu-c yard ofsurface area (slope measurement). Payment at the unit price hid will he full cornpcnsation for all costs Of Cxeayation arld furnishing uld placini; r rip rap as shown on the plans and specified herein. 'I'S-13 ROCK I XC AV/VI"ION: '1'5-13.1 General: Should rock he encountcred in two or more ledges, ear..11 ledge being more than six (6) inches thick and with interlynng strata ofeart.h clay, shale, or gravel not more than twelve ( 1?) inches thick in each stratum, the entire volume between the top ledge and bottom ofthe bottom ledge will he classified as rock. (See Article TS- for detail specifications.) ,rs-13.? Use of, Fxi)losives: When explosives Llrc used in the prosecution o1' work, the ' C'011traClOr shall use the utmost care to prevent injury to persons and property. All explosives shall he stored and used in a sale manner and in compliance with all existing statutes and ordinances and all places used fir such storage shall he marked clear)v "DANC;FROUS 1:X1'I,OSIVI:S". The Contractor shall warn all persons in the vicinity of the danger area when explosives are being; used. The Contractor shall save the Cite and its agents, ol'ficers. and employees harmless front any claim growing out ol'thc use ol'scich explosives. Removal ofany item or material of any nature by hlasting shall be done in such planner and at such tinle as to avoid damage Affecting the integrity of the design and to avoid damage to any new or existing structure included in or adjacent to the work. Unless the plans, special provisions,or the F"llgincer restricts such operation. it shall be the Contractor's responsibility to determine a method of operati011 to illSLll'e the desired reSUlts and the integrity ofthe complete(( work. I;lasting will not be permitted until a Contractor has obtained prior insurance and has obtained a permit From the City lire Department. r TS- NlcaSUrenlent and Pavrricilt Rock excavation shall be hid 1111 umt price per cubic yard and final payment shall be r based on field rllcasurenient. Rock is defined as being, sandstone, limestone. chert, 47 r r f!r mite. sillsiotic. i1na1•v,ite. slate. shale, occurring in its nottind undislurbed state, hard and unweathered or sinular material in rllasscs rrnrrc than I 'A, cuhic yard in volume, in ledges six (01 inches or more ill thickness. l•S-14 SANITARY Si:Wf•_IZ :11),LI ST',,v11 N_ S: TS-lif.I Ad•justiilit ,111(1 R�huildint�.Manhc,l�s: TS-1 4.1.1 (lencr•al: (a) 1:;1ch existing, storm or sanitary Sc%M' 111a111101C erlco Lill lered within the gradint, lirnits. whether or not shown on the Phils. and which is to be IeCt in service shall lie raised or lowered to the new grade and slope. (h) All coil stl•uciioll work Ill connection Illerelvith shall he ill accordance with the ;111111icahie details on the rn;.ulholc sheet 01 the drawings. iV1;lllhole steps shall he properly reset and spaced. All new constrt.lcliotl with brief; shall be given a three-finuths (3/4) inch nlurtar coat on the outside. All neW construction with brick or precast concrete sha11 be Uiven one heavy coat 01•c0;1l tar paint. (C) In areas to he paved or•sut•111=1 the wort: shall he accomplished and protected in such a manner as to not create a traClic hazard and to provide for proper construction ,old compaction 01 the tiub-grade Mid pavenlcrlt acl.iaccnl to the IllallhOlC. (d) Precautions shall be taken to drop no debris into the bottoms o1 manholes. f Any debris so dropped ~hall be immediately removed to prevent being washed down the sewer line. (e) The Contractor shall verify for himself fliv types ol• construction o1• the existing I11alilloics. "CS-1-f.1.`_' Lowcrinu, \vlanholes: (a) Wherever possible. the manhole sh;111 he luwercd without resetting or rCbuilding the cone (this will he classified as ",\djust iManhole to Grade"), utilizing, one or both of the lollowirlg method~: 1. R,--move existing straight neck brick or precast concrete ring, sections and lower existing cast iron ring and cover. 2. Remove existing cast iron ring, and Furnish and set shallow Wpe cast • irou ring, Type as shown oil the flans. (111a01ined). or ecluivalent, designed to receive existing coyer. r48 (b) When the recluit•Cd 10wcring is greater than Can he accomplished as speeif led in the above subparagraph, the work, will be classified aS "RChltild N1lanholC to Orade". which Shall be accomplished by line ol'the lililowing methods: 1. Precast concrete shall he removed and reset, removing ()tic Or More precast Concrete rings below the colic. lurnishing any necessary Shallow depth stralghl Concrete rings below the Cone or conCrctc or Cast iron adjusting rings above the colic. The existing Cast iron ring Mid cover shall he reset, 0r, if necessary, a shallow type ring Shall be I'llrlliShCCI as Spccilied in Item , ol'Slih-paragraph S-14.1.2 (a). 2. Brick colic,,shall be torn down and rebuilt with brick, using eccentric or concentric colic as required to meet cicanance conditions. An eccentric colic is prel'crr•ccl. 'Paper on walls shall not Lc more than twelve ( 12) horizontal to liorty (40) vertical. The existing cast it-oil ring and cover shall be rCSCt. or. i I'll cccssary,a shallow type ring shall be ('urnishcd as specilied in Itc;ll ? 01'SUbparagraph S-14.1 ? (u). 7'S-14.f.3 Kaisitlt; Manholes: (a) Wherever possible, the manholC Shull be raised without t•CSCtting or rebuilding the cone. This oil! he Classiiicd 'IS "adjust Manhole to (:grade". This shall he accomplished by adding adJusting rings of cast iron, precast , concrete or brick: or an appropriate combination thereof, and resetting the existing cast iron ring and cover. The Inaxinlllnl allowable IlCight of straightneck section. measured to top of east iron ring, shall he twcrlty••one (`_l 1 ) inches unless otherwise directed by the I:llgineer. (b) When the redl.lired raising is greater than ecru he acconlplishccl as specilied in the above suhparagruph. the work will he Classified as "Rebuild Manhole to Grade", which shall hC ;ICCOIIIIIIiShCd b\' ()IIC of the 1i1110wing methods: I. Precast cOnerCIC colic Shall be rclllovud and resC1.. adding one or more precast COIICI'CtC I•ings helow (11c colic, Illrilishilig ally necessary Concrete Or Cast iron adjus(in � rirlf�s above the cone. I'he existing cast iron ring and Cover shall be reset. 2. Bl•iCk Cones 511,111 he 1011) down and rebuilt with brick. using eccentric or Concentric: Cool: as required to Inset clearance Conditions. All eccentric colic is piCli-rred. 'Paper Oil walls Shall not be more thall twelve ( 1') horizontal to Iorty (•iO) vertical. The existing Cast iron ring and Cover shall he reset. TS-14.1.4 The Contractor shall ft.lrnish all materials required till adjusting and I•Chuilding r manholes. Suitable materials salvaged 1roill existing manholes nlay be reused as needed. if direeted to replace any cast. iron item hnuld to be unsuitable through no Cault ofthe Contractor, payment fin• the materials only will be made ill accordance with the provisions of Regulations ol'the Contract Article FC-21 . 'I.5-15 UN17FRI)RA4N: I'S-15.I Ciencral: "I'he contractor shall install underdrains whcrc directed. Nonc are shown on the flans. I le shall llavc an avr.Iil IhlC source ofundcrdrain materials so that they can be quickly obtainrd when it is determined whcrc and iI*they are required. However. such materials shall not. be ordered until directed bN the Frigineer. Underdrr.ains shall be installed only at locations as directed by the Engineer. FS-15.2 Materials: 1. 1'i���I(Ir_ inderdrain: "Missouri I lighway Specifications" Section 1022. with necessary littings. Pipe, fittings and shall be fully bitunlinous coated abet• fiabrication in compliance with the requirements of AASHO M 190, Diameter of perlorations alter coating shall be not less than one-fOUrth (a/a) inch. 2. Aggrc.,gritc liar 1)nde-drain: Natural sand, meeting the requirements ibr line Aggregate. MC IB Section 4. I'S-15.3 Installation: I. Installation of undcrdrains shall be in accordance with the details on the flans, with °Missouri I lighway Specifications" Sections 605.11 . 605.12.1. 005.1 3.2, 605.l 3.;, and 605.13.4, and in accordance with the Following ' items. 2. Underdrains will generally be discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Uutict in storm sewer shall preferably be in upper two thirds (13)ol•pipc height: in ditches, a minimum ol'six (6) inches above bottom o ditch. 3. Break into storm sewer or drainage structra•c and grout underdrain in pipe into as fur branch conne'nion as shown on the flans. Use granular fill heneuth undcr•dralrl pipe to bollom of storm sewer Ircnih or structure excavation, av/ation, 4. A sccl.ion of rlon-perlorated pipe, of length as specified by the Frigincer.shall be installed at thy: outlet end. 5. Sral al•otilld Under•draln with elil\' heal• (Altlet erlds to confine water an the pine. 5 ll h. Aggreg,lte Im underdrain shall be compacted to final settlement by ponding. TS-15.4 Measurement and._Pavnlent: l.inderdrain pipe shall he measured pct linear loot �I complete including trenching. irlst,1llatinn, &;1;,►nular till and back1ill, '1'S-16 PAVEMI?NT MARKING: '1'S-16.1 Se�)P.c: Furnish and apply white and vello-w thermoplastic refleetorired pavement markinv, materials as indicated on the plans. Coldap flied type shall be used 101.1111 markings and s11a11 consist of a honlogcrlous. extruded, prefilbricated material (Wspecified thickness rend width. which shall contain reflective Mass spheres unif'orn11y distributed throughout the cross section, and shall be applied to the pavement Stu-face by means ol'a pre-coated adhesive and pressure, '1'S-16.2 Materials: TS-16.2.1 General: a) Materials \Vill be considered only Crom manufacturers ofreflcctorized plastic 1 pavement markers and legends. who can submit evidence oC successful product Use over• the past five (5)yclll-S, under climatic conditions similar to that of the wort: location. b) E?ach work and symbol nml-king sha11 he supplied with a diagram with each SCCtlo11 11Unlbcred to correspond With the Cor111)IC1C(i 111yollt. C) The plastic marker shall mold itself'(o pavement.contours, hrcaks and latdts, merely by traffic action at not-111,11 pavement temperatures. The plastic marker shall have resealing characteristics such that it ',Vill Iuse will) itscll'and with previously applied nlarking.s of the saute composition under normal Conditions ol'use. 'I'S-ICS?,_' Composition IZ�c�uircmcnts: a) As supplied, the plastic without pre-w-uled adhesive shrill not be less than t).Oh" in thickness. The edges shall he clear cut and truc. b) Plastic shall be Supplied Complete with a pre-coated adhesive and an easily removable backing shall protect the adhesive in storage and facilitate rapid application. C) The plastic and its adhesive shall he suliiciently tree ol'trlck so that it can be easily handled without the protective backing, alxl tic re-positioned on the 51 rsurface to which it is it) he applied, beli)rc l)crinlnenlly lixing it in this position with ;I dommard pressut•c. I O.2.3 1'11\'sica1_IZCLLtlirclllcllls. a) lleod Test: The plastic Shall be of Such ;► structilre that at a lenlperaturc ol' ' 80' I'.. 1 piece of")" x 0" (with backing) placed 111)011 a I" 1hamete mandrel. 1)),I he bent over• the 111;1n111-Cl until the end Iaces are parallel and I" apart. There shall he no I'racture lilies alpparcl►I in the uppermost surla%x by visual inspection. h) Resenl Test: The plastic slmll reseal to itsel I'wilcii tested as specified, Cull" N 3" piCCCS of plastic, t)vcrlap these pieces lace to lace li)r an area of I s(1. in. on a 11,11 steel plate, with the backing rllaterial remaining in place. (.'enter a 1 .000 granl weight over the 1 s(1. in. overlap al-Ca. ,Ind place ill an oven at Ic)0 • 10` 1 . for r tw (2) hours. Alter coolillu to roorll tenlperaturc, the pieces shall not he sepal'ablc with tearing. c) Glass Sphere Ite,temi.on: The plastic shall have glass sphere retention clllahtlCS. A 22" x 6" tipccinicll of plastic shall be Cllt at a fight angle to the beveled edge and bent parallel to the beveled edttc ol'a 14" mandrel. While the specimen is hcnt, a strip of 1/2" \\i(Ic masking laps (such as Utilitape. nuulula(:tured by I'crnlaccl) sh111 he applied lirntly along the length of the area of nlaximunl bend ;utd then renlovc(i. Should 111\1 glass spheres remain un the nlaskinij tape when the strip is removed. the sanlplc shall be rejected. (1) Skid 1�csistallcc: "1'hc sl.n•lace friction of properlics ol'the plastic shall not he less than 35 B.P.N., when Ie51Cd acc:i)r ling to ASTM F-303-60T. e) ,atcral Shock Load A ; ' x O" plastic panel shall be applied to a 3" x h'' piece ol'carhorundtull cxt•a roal•se cnlcry Cloth. Or its equivalent, so that 3" x overlap occurs. The application ~1,111 he such that a pressure ol'50 p.s.i. is placed on the panel tin• 30 Scconds. file overlap ends shall each be clamped With one end in a lixed position: a sudden load of 50 lbs. Shall be applied vertically to the olllcl' Gild. I)pl)Il 111111lediate lord ►eleasc, and exanlinatioll. IlILTc-shall be no noticcahlc slipping or fracture ofthe adhesive coating. This test shall be ronductcd at a tenII)Criturc ol'hetween 7W F. and 90" F. Il Adllcslvc Sl1C,11'Strength: Specill'IC11S s11,111 he tested aCC(11YIIllg 10 the I110,110d deSCl'IbCd in AS'I'Nl D-639-01] IS nlc;clifiecl to test the adhesive Sheat• strength. The samples shall he preparccl as 1611 WS: Plastic Samples cut aS described ill puragrlph 207-_+.3(i), Shldl have applied to the,1dllesive lacc It I" C T" pICCe of CUOU)I'lllld1.1111. C%II'a COLUSe ClllCr\1 Clolll. 1)1' ItS egll)v,IlCllt. so that there is I sq. in. overlap at one end oftllc plastic specimens. A pressure ol'50 ® 1).s.i. Shall he applied over this area of a period of 311 seconds. Load shall applied by gripping each end of the test piece in a suitable tensile test r52 r machine such as a Dillon or Scutt "fester. The avcraLe ol'the lead required to break tilt adhesive bond shall not be less than 10 lbs. The spend of testing shall be 0.25" per minute. 'i'11c test shall he conducted at a temperature of between 70'' F. and 90" F. TS-16.3 Suhmittals: 'I'he Contractor sllalI furnish it 111,111[ifictur'er''s ccrtiIication. in trlpilcate,attesting that all materials supplied conform to the rcquirc.111cnts of these Specifications. The certrf icatlon shall r tic Iudc. or have attached,specific results oflaboratory tests l6rtile speci f ied physical and chemical properties as detcrnlitied from samples representative ol'the lot or lots ol'thernioplostic compound, glass spheres and reflectoriml plastic marker material supplied. TS-16.4 McrIstlrirlg and Pr.et-iyrk i-m,,: r ']'he Contractor shrill do all lricrlsul-in&:and pre-marking required for application ol'the pavement markings. TS-16.5.1 Application Reouirements: Cold applied thermoplastic materials shall be applied to clear.dry pavement sur.laces, free ofdirt and filrcign matter. by removing the release paper and placing the plastic • on the surface with continuouti pressure I'm- 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 b� file intinufacturer for application at temperatures below 60" F, TS-16.5.2 The manufacturer shall supply detailed uilurmatlon concerning any special application procedures. /1rly nrces�rru-v activalor:s liar the adhesives o1-various special coating's 66t. different pavement surfaces shall he supplied. T'S-16.6 Method oFIMeasurcr teat• 1 MCaSUrements ol'the narking are given on the plans Im, inl lrmational use only. '1'S-16.7 Basis of Pavment: f'avnlcnt for pavement markings will be made at the contract lump sum hid price and shall include all material. labor and incidental itenis necessary to complete the work as shown on the plans. 7'S-17 OMI"i T)"D • 1 l'5-18 TRAFFIC SIONAI,S: I`5-18.1 Cieneral: All traffic control signal equipment, maicrials and construction methods relating thereto shall conform to Section 902. ""traffic Signals"of'Missouri Standard �ci(ications Ibr I-li> i\y ily_C0IIStructic)n, 1O96.except as aniencled by tlrc addons, dcletior)s, and substitutit)rls of this Article. Wherc any section of the Missouri Specifications is so modified, the unaltered provisions shall rernaitl in efrect. Whenever this Technical Specification shall conflict with the flans, or the Missouri Standard Specifications.. these Technical Specifications shall govern. e "f 5-18.2 S!q�: '•file work ul' this section shall consist of* furnishing and installing trallic Control signal cduipn)cnt and materials as shown on the plans. as set out in these Technical Spccif ications and as directed by the Owtler's authorized representative(s) to result in a complete Auld f inishecl joh. TS-18.3 Section 902.3. "Materials", of the 1\11itisouri Standard S)ccifications Cor Highway ConstrUCtioll is mocli(ied by adding file ('61lowhig paragraphs: A. Section 902.3.5.1. "Multi-Conductor C,1111c". shall be amended by the ' addition ofthe 101lowing: 1 ) As an acceptable alternate the Contraclor play Use nlUlticonductor cable rncctitlg the rcquircnlcrlts of International Municipal Signal Assocuttion, Inc. Slicciftcation No. 19-1 ( 1967) liar Polyethylene- 111SUlatCd, Polyvinyl Chloride Jacketed Signal Cable. 13. Section 902.3.5.3, "Induct.ion Loop Detector Cable". shall he replaced by the lilllowing: I Induction loaf detector cable shall he No. 14 AWG. THWN or '1'I IHN, soft drawn, stranded copper \virc eticased in a 1/4-inch OD vinyl tube with a mimnium wall thickness of 1/32-inch. 1'5-18.4 SccOon Q02.4, "I;quiprtlent". ofthc 1\/liSSOUri_Squidard Soccificatio is fir Highway Constructimi is modilicd by adding the 1oIIOwing puraL;raphs: A. SCCtion 902.4.1 . "Sign,!I Heads" shall be amended by adding the following: I ) The housing:. signal hardware. visors. louvers.and lenses rnav also he polycarhonutc. 2) 1,,tn)ps 161- signal section optical units shall be lurnislied by the ' Contractor as 161lows: I,amps for 12-inch lenses shall be 150 watts. All other lamps shall be r ,4 clear 116 watts. Signal lanlps shall lie nllnhill1111 Iife 1110112,01'8.000 hours, guaranteed by the nlanul1►cturer. Horizontally mounted lanlps shall be installed with the open segment cif the lilanlcnt up. 13. Section 902.4.4. "Power Supply Assembly", shall be amended by adding the following: 1 . The circuit breaker cabinet as detailed on the flans f'or the power supply assembly shall be installed on the existing wood poles as shown oil till' Plans. TS-18.5 Section 902.5 "Construction Requirements",of'thc Missouri Standard Specifications 1_or I-Iilthway Collstr=6011 ~half be amended by adding the IUllowing: A. Section 902.>. 1, "Pull Boxes and .!unction Boxes", shall be amended by the addition of the following: I. Concrete pipe, sleeting ASSI-10 Specification Designation M86 for non-reinibi-ced or M 170 Class III for reinforced ol'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 representati vc(s). 2. Expansion Cast ABS (Acrylonitrile-Butadiene Styrene)thermoplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. i. Delete subsection 902.5.1 .4. =4. I1111Cti011 boxes shall lie installed at locations shown on the Plans. They shall be of'the sizes and desiViis as shown on the Plans. 5. The Contractor, at his option, may SUb1111t ill writing t0 the Owner, ' pull box or .junction box designs with materials, shapes, and dimensions deviating 1'ronl those required by the plans and specifications liar possible use on this project. The submittal and approval must be completed prior to including such deviating designs in the construction bid. B. Section 902.53, "Conduit System". shall be amended by the addition of the ' following: 1. Polyvinyl chloride pipe schedule 40. Ul, approved. may be used in lieu of rigid steel pipC. C. Sccticlll 902.5.7, "Wiring,", shall he amended by adding the following: 1 . '['he detector loo wire shall normally be No. 14 AWG '1 HWN. p , Stranded 01'a C01101111011s ICllgth h-0111 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 toiling of3/16 inch 11), a minimum of I/32 inch wall. 1/4 inch 01). The tubing shall he capable ofresisting deterioration from oils and solvents. The tubing shall also lie highly abrasioll resistant and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number of turns as shown on the plans, or as directed by the C?ngincer. The tubing shall be of Contilluous length front the point of'splicing of'the loop wire to the lead-in cable. No splices will he made in the tubing. 2. At the time of placing the loop wire in the sawed slots, the ends ofthe ' tubing shall be scaled to prevent any entrance of moisture into the tubinu. 3. All lengths of loop wires and tubing that is not imbedded in the pavclllent shall he twisted with at least 5 turns per foot, including lengths in Conduits and hanciholcs. 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, file shielding oil the loop lead--ills.and the end of file Wbllli C011tallllllg file loop wires. The splice shall be amade by the Following method: a. Remove all lead-In Cable coverings leaving four (4) inches insulated wire exposed. h. Remove the insulation From each conductor of'a pair of lead- , in cable conductors for onC-hall (�/2) inch and scrape both copper Conducto►•s with knife until bright. ' C. Remove the plastic tubing From the loop wires for one and one-hall'( 1 112) inches. 56 Ll. Remove the insulation front the loop wires Im one hall'(1/z) ineh 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. I" C'entcr all conductors in a splicing mold, The mold shall be approved by the 1:ngineer. p 91. Position the spliced wires in the center ol'the mold and gill the mold with a sealant or Cpoxy-type resign. The sealant or epoxy-type resin L1scLl must be approved by the Engineer. r h. Cover the oxposed shielding. ground wire and end of any unused loop lead-in where the sheathing was cut. by liquid Silicone rubhcr. Apply Butyl Rubber Polymer 'tape sealant between the wires and completely cover the silicone rubber, 5. Fxtcrnal surge protection is miLli►-Cd on each loop detector which will meet or exceed the 161lowing requirements: a. Unit must be a three terminal device capable of protecting;the detector against diflcrential (between the loop loads) surges. and against common mode: (between leads and ground) surges. In. Unit must he of the inductive type with a maximum DC resistance of 150 millio11►lls. C. l_gnit inductallCC I11LIst be at least -1 nlillihenries. Cl. Unit must withstand repeated -400 ampere surges. ' e. Unit must be a two stage dex ice capable of clamping a 250 ampere surge to 0 volts within 40 nanoseconds. Surge i applied across till' two detector leads. 1'. Unit must clamp a 250,uuperc common mode(between leads and ground) surge to 20 volts. 6, The controller cabinet I1111st he Furnished with a surge arrestor on the AC service which meets or exceeds the following re(JUirernents: It. Unit must he capable of withstanding repeated 20.000 ampere Surges (Illlllll'11LI111 of"25). 57 ' h. 1 roil must have internal fiiflow-Current limiters (resistive Clements). C. l Init must Contain 3 ;R,'6VC clamping states IllininlUnIt. d, Unit must sell-extinguish within h.; milliseconds after bailing edge ol'surge. C. PdralIC1 inlpcdanCC OC I limiters must he less than .15 ohms. 1) Section 902.5.10. "Painting shall he amended as 1c611owS: !j I . All exterior metal parts of the signal hr_ads, including uluunting Brackets and ether hardware, except door t'ronts. i►isidC and ciutsidc of'visors, louvers,and hackplates,shall he r pr•irrled and painted with a standard Federal Yellow enamel. Docir Crows, inside_ and outside cif' visors. IOLIVers, and hackplates shall he painted flat black and in their entirety, cxccpt hackplates ecinstructcd from black thermoplastic material, ?. 1'ulya rhonatc components. if used,shall be the Same color as SpCCilicd IM' painted maul parts. TS-18.6 Tra('fic Sigtnul Op,ratioll Policies: I. Ihu ing the couru: of signal installation and until the signals are placed in Operation. signal faces shall he covered Or turned ,Itivtl fr_onl��roaching trriffiC. When read\' liar• upciation, tile\' shall he SCCLirely fastened into position Lacing toward approaching traffic. After the signal installation is complete. the Contractor Ilia\' put the signal in operation fiir test purposes only. However. the signal shah not be put into per111aClctlt operation until autflorization is given by the Owner's ;ruthoriZC(l representative(s). n, When file Contractor is certain dic traffic signal controllerand control accessories arc working properly.arld all sign;ll ecluiplllent is properly irlstIIIIC- 1, IIC shall slake an inspection appointment with the Owner's authorii.ed represctrtative(s). h. ;Mier a thormigh inspection of tl1C signal quil'itllent and installation, the Owner's authorized representative(s) may authorize the Contractor to put OlC signal into pernulluCnt operation. '11his authorisation will he given if 1111 Signal ecluiprilcnt is working properly. of it puhliC safety and convenicncc warrants tide operation r of the Signal he(ow all Corrections have peen tlmdc. C. A Written c(1►rinlurlication confil•IninI-1 the per•rllanent signal operation author•iiatioll ;111d the findings (.&the inspection shall be prepared by the Owner's authorized representative(s). The findings of the insl)CCtion lnav i►1clu(IC IllCacCCpta►lcc and approval oft.hvSignal ora list ol'sigil"ll (lr a list nl•signnl dC11CICllCieS to he COITCCtC(I. d. If the inspection finding contain a list of siglial deficiencies, the Contractor shall correct them as soo►I as possilllC. IftllC signal must he put on Ilaslling operation or completely shut down to make the. nee.essary correction. the Contractor IllLlst reCCivC authorization fr(o)m the Owner's authorized rcpresentative(s) beflore this action is oaken. When the Contractor is certain all corrections have hell male lie shall again make 'ill Intipectioll ap11111111111Cllt Will) the (_)WIICI•'S allth0r•17.Cd repr'esell tative(s). :After the final inspection ol'the signal. a written Conllrlunication corllir•nling the acceplancc and approval ofthe signal shall be sent to (lie Contractor by ihC OWIM•'s authorized r•cpl'Cscntativc(s)at the ctld ofilic 15 consccutivC days ol'operation of said e(ltUpille►lt. TS-18.7 Guarantee_and Pvlaintenancc: ;t. The Contractor is required. Lltitil tile e11d of the mic year guarantee period covered by the I'viTormanc- and Cillarallice Bond to: 1. t illal•a11lCe all traffic control signals against defective CLllliptllCllt. 111aleria15, and workmanship. ?. IMaintain all It-affic control signals in Connection with specific (tell-lS CIILIIIICI'ate(I ill par;rftraph TS-14.7.2. h. This requirement applies to all traffic control signals under this t;(11111'al'l. C. '1'h:: intent is that at the Cnd of the one ( 1 ) year guarantee period the Owner will havC properly Operating and serviceable tral'is control signals: that dCI•CctivC CLluipnlcnL. materials and workmanship will have liven corructed: and shat clay nccessa.ry maintenance in t connection with specific items enumerated in paragraph TS-14.7.2 wcthcr or not duC to delects in C'ontractor's materials and ' Workmanship), will have heen accomplished. All materials and installation for SLICII work will be a the C'ontractor's expense. ,. Conditions Regi irin_lg C)i_n•rcctions: Any adverse: conditions which afTect the use, lMICtion, operation, Lluality or life ol'the tral'lic control signals shall be corrected. including the tOHOWing: a. Tral'fic control signal egLliplllcnt nlallianctions: including, but not limited to (lie 161lowing: signal cont•ollermallunctions; vehicularand pedestrian detector mall'unction: electrical cable mall'unctions: and 1 failure of'traflic signal units, holes and mast al-Ills: which al'lect the; function and ,ale operation ol'the traffic control signals. h. l;xclusions: The f'011owing conditions arc excluded and arc not considercd the responsibility ol'the Contractor. 1. Traffic signal lamp rcplacenlent due to 1,111111 burn-out. 2. Damage to traffic control signal CClui11nlent and materials resulting. 11.0111 acts of vandalism, tr•afft accidents. mltural disasters, or street cuts or excavation within the right-ol=way of others. 3. General hcLluirenlents l'or Correcctive alld Maintenance Wort:: I .' All corrective and Il1,lIllten,111CC W(11'1< shall be done promptly upon plot f ication by the Owner in order to prevent unnecessat•y inconveniencc to the traveling public and to minimize traffic safety hazards. b. AH work shall he in accordance with these specifications and the highest standards and methodS O tl1C traI11C Colitf-01 Slgllal Il1CILIStry. The Contractor shall suhrnit his proposed methods and designation of Cgtlipnlcnt and materials to the Owner. 161, approval in advance of such Work. 11"s-18.8 Submittals: The Contractor shall 1111•nish, in triplicate, a list of CLluipnlent and materials to be installed, showing name of i11L1nut'lCtllrer.Catalog or deuriptive data, and shall furnish manufacturer's certifications. ill triplicate attesting that all materials SLlpplied conlorin to the reLltlil•C111CiltS of (I1CtiC SI)CCiflC,16011S. 1's-18.9 FiCldhavcxlt: :\If work covered by this `section shall he done to the lines shown on the flans Gras Llil'CCICLI by the Owner's authoriicd representative(s). Tlic Contractor shall he responsible Im all licld layout Work subject the approval ol' thc (tuner's authorize(I represerltatiVC(s). ® TS-18.10 Method OCN11Casurcnicilt: Method oI'fvlCaSLlrClllCllt shall conlim-m to Section 902.8, "Method of' Measurement", of the 1990 Mis!.-o iri Standard Specification-s- fi r I-1_i_L;hway CConstruction -- - _ _ _- _ _-- TS-18.1 1 Basis of'11 avillcrlt: Accepted traffic control signals. measured as provided, shall he paid 1,61-at the Contract unit price for each ol'the pay items included in the: Proposal. No direct payment shall be made 16r any incidental items necessary to complete the work. unless specilically provided as a pay itcril in the Contract. TS-19 OMI'1TIµ,D TS-20 FENCING i TS-20.1 . Removal and Re-settingf once: 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 dam agc the fencing materials during this operation and shall he Fully responsible fair ruly damage to the fencing materials caused by his operations. Any damaged ►naterials shall be replaced 1-)y the COWNIctar and at Ilis sole CXPC11SC with new material equal to that front which the fence was constructed. The Fence shall he reconstructed in accordance with hest accepted Fencing practices. All posts shall be cleaned ofexisting ConcrctC and re-set in concrete. Prior to removing any fence the Contractor shall contact the property owners so that then may take necessary steps to confine any animals or children normally kept within the fence. It Illay he necessary 1,61. the C'ontr'actor to erect temporary 1Cricing during the period between tl1C actual construction rind the re-setting of the permanent Fence. Wherever this Is 11cccssary tic) that the property owner can retain normal use of his yard. the Contractor shall provide and creel such temporary fencing at no cost to the Owner. Removal and re-setting of lenc;e will he paid fi r at the imit price bid per linear foot. TS-20.2 'I;enjj . a�jI' rlcri7g Wher'cver permanent fencing that is used to contain small childre:,, or �uliillals must he removed to accorll111udtrte construction, the Contractor ' shall erect temporary fencing,suitable to perform the function ofthe permanent fence Until the pe1nialient fence Call lie restored. The cxlnsU•uction ol' the temporary Fencing shall be coordinated with the property owner to Cause us little inconvenience its possible. In no case shall such area be left M unfenced over cI weekend or lilr more Ulan one weekday. At the Contractor's option. materials from the existing,, fence may he used Im the temporary l•e.ncing. I lowever, the Contractor will he fully responsible fur restoring the permanent Icnce in condition at Icast e(lucd to that prior to Construction. Temporary lensing will he suhsidiary to the other itCnls ol•COrrstruction. BI'S-21 CI R.T11 IC'AT SOF CON/1111 ANC'1 , TS-?1.1 Ocneral: a. The Contractor shall submit. In triplicate, certificates of compliance from manufacturers, producer; luhricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in connection with the work conful-Ill to (he r•ccluircrnents ol'the Specifications. as provided in the various sections of•lhc.,.c Specifications. b. Whenever the items so certified deviate, from the requirements of the Specifications, flans and other Contract DOCtllllcniti, then the Contractor shall point out such deviation in the letter oftransmitlal. Unless this procedure is IOIIowCd and suCh deviations are specifically approved by the Engineer in writing,then the F?nginecr's approval ol'such certifications will not constitute approval of*the deviations. C. Said certificates may he accepted by the Owner and F`ngineer as adequate evidence of compliance \,yith the Contract Documents. Flowever, at its option, the Owner play test any or all ul'said items fur c•ortlplianCC. If fulmd to Ile Ill compliance with the C'ontraCt Documents, the cost of'testing will be horns by the Uwnet•. 11'11-11111d to he not in conlpliancC, the Contractor shall pay fur such testing. -� 2 t i •� s For C'ertifications. Sho 1 Drawin 1s and festin-'.' I S ._l._ Rye)i i�in�nt.--�__.__.�-..---------._------- I-------.__-}}--_-____--� a. Specitic rcquircrrrCnt.s tar Ccrtif ications. shop drawings and testing are given in the 1101lowing, subparagraphs. ih. Manufaclured items. its I'011Ows. will require certificates ol'compliatrce, with Shop drawings, Catalog data or installation instructions where so indicated. I . Reinlol•eed concrete pipe. littings ;Ind specials. (Shop drawings I•C(ILlit'cd l•()r all fittings and specials, including branch connections. ' and riser nuullxrles. • ?. Joint materials fire reinlirrced concrete pipe. r r 3. Corrugated nietal pipc and underdrain pipe, fittings and specials (Shop drawings required (or same items as in item I above). 4. DUCtile iron, cast irm, vitrified clay and copper pipe and littings. 5. Brick and mortar. r h. Precast concrete manholes and inic:ts. 7. Rcinlilrcing steel and welded wire fabric. 8. Metal work (Shop drawings required lilt lilbricated items). 9. Iron castings. 10. Seed. 11. Sod (considered as manufactured material Im compliance purposes). ( ngiueer shall he riven the opportunity to inspect and field prior to r delivery to project. 12. Fertilizer, 13. Gabion baskets. 1-1. Fibercloth. c. Rock and sand products will require certificates ofconipliance, is hollows: ' I. Stork lilr' "abion till. d Backlill: It is recd �ni•r:cl that due to mixing ol't. >>es of materials I6L11ld in • t< � � 51 City construction. it relay sometimes he difficult to correlate actual perl'Ormancc with test results, The Filgineer may make. notations ol*waiver on certain livid mini,tore-density test reports when, in his .lodgment, the SpeciI1caton l'equireillents have been met fail the basis of visual inspection and the test reports do not holy indicate the field Condition. However, the , Contractor will he fully responsible lilt settlement of backlill as provided in Special Conditions Article SC-'). 1 C. Concrete: I. The actual mix proportion; shall be determined by the Contractor, r based on satisftictory experience with the proposed materials and 63 r r NC III nlix. \,Iix proportions. typical test reports anci complete data on materials and plant. supporting their acceptability tender the SpecilIcations. shall he submitted to the 1:11pincer in triplicate li)►' eullcnr'reMe beli►re beginning concrete work. t ?, Acceptance ol'('ouCretC li►r slrCnsah shall he as stipulated ill Article i3O'? of NlCM Section �. ;Air content shall he nwtsurcd in accordance with the reduirCnlCnts 01' ASTNI C 173. -I. Visual inspcetions anci tests for pCrlornianCe ol,concretc maY he made by the I'lluine::r to satisk hi►r1SCII' that consistcncv, air content, mininlunl con*lprCSSivC strength. materials, gradatic)rr and cement content are in compliance with Spccilications. Such inspections and tests will I)C in aCCOrdancC with MC M HLIlletin No, 6. "Concrete Inspection" and the applicahlC parts oI' MCM Section ;. "Conerctc Nlix Design Tahics", C. Asphaltic Concrete Nix: I*hC prt)\'isiot►s ol'ltcm I uI Suhpara raph S-�'l.d(C) Shall apply to;ISphaltic concrete mix.except delete the relcrence to"N(.IT'. I'S- 1 .3 Ira triellt: No payinctit Can he made to tile CoMraCtor unless the C'it� is in receipt tit' CCrIillCillCS of(.'ompliaru-c lift' all materials installed to elate. I'S-22 SCI II-DI11,1•, OI_ WORK TS-12.1 GC11Cral: Scheduling shall provide li►r the least practical inconvenience to the ttraveling public and to residents alonu the project. I'S-1?.1 SUb171►SSion NMI C'c)►I'C*1irr'C_iI_cc': Beli)rc• work is started. the Contractor shall prepare a dc�tLlHCCI SChcdule ol• all coworttc•tion operations that Shall not only indicate the SCClr.lcnce of*thC work hen '11SO the time ol'startillp and conlpletiorl itl'CaCh part, The SChedulC shall he Stlhnlittcd to the I:nI!inCCI' t'or ills Conctn,r(Irlce. TS-223 Winter Shut I)own: Ifthe pro.lcct is shut down over a winter.the are:.l Shall he let'l in a ' Sale. passable. and accessible condition I61' the winter. I'he Contractor shall maintain tt'aClit; and access over the winter shutdown as provided in S-2.3.1,. TIIC Contractor shall nlaintttin the IWO,jCCI ovCr the winter Shutdrtwrl pCriod in such manner that there will tie no undue hardship or inconveniences to the ticiI'llhorhood rc sidcnts or traveling l)Llhlic. NI.l111101CS and <,IIvC bONCS projuctinp above the tease shall be ramped with temporary hituminous Cold-mix or asphaltic concrete in order to lacilit"tte the C'ity's snow plowiniI,. :\cress shall he provided to all houses, s o4 TS-2.; MAIN"I•I:NAN(T. ( ►I I'1::�1 1 1( ' ;�vlt r�( '( 'I .Sti: _. _ ____ _ - ... . . . 0 "I'S-223.1 I'he Contractor shall conduct his work so as to interlerc as little is possible with public trax cl, whether vehicular or pedestrian. Whcnever it is necessary to cross, obstruct, or close roads. driveways and w; lks. whether public or private, file ('olltNICtol•511i111,at IliS oWII CxpCI1sC, provide and maintain stiitftl)le and sale bridges. detours. or other Icnlporar•y expedients for the acconitllodation ol'public and private travel,and shall give reasonahlc notice to owners of private chives before intericring with them: provided, however. that such maintenance ol'traClic will not be required at am point where the Contractor has obtained permission front the owner and leriant of private property, or front the ,ultlulrity having ,jut-I.Sdictiorl over• public property involved. to obstruct trai'tic at any designated point thereon and for the duration of whatever period ol'tinlc as may be agreed upon. The Contractor will he retluired to make provisions for or maintain local tr•al'lic. I le will 1)e expected to make rcasonahle cHor•t to provide access to all drives whenever possible, and particularly when work is not in pl•ogr;:ss. IIC shall provide lilt- efller-perky VC11licle access to am polrll 'It 1111 tithe's. The C'ouu•actor shall present a work schedule and a plan Im handllnt, tralfrc fur review helore commencing miv work. TS-23.2 When \Xork_Not III _Pro ress: The wort; shall he cleaned up at the end of' each working day, and tcnlporar-y surfilcint.: shcdl he placed such that access will he 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 I?nginecr, at his discretion. nuly grunt Slion-term exceptions to this reduir•cnlent in connection will) preparing sub-grade and paving. 1'S-?3.; Contact Person: The Contractor steal! desi gnats a person (with )hone number) who can he called by the City during, the night. weekends. holidays. and other clays when work is not in progress. The Contractor will he responsible. through this person, fill' slaking such lemporary repairs said periods as may be needed to mccl the rccluirenle.nts of pau•ng►;lph TS-23.4 The provision's oI*IMI 'TUD. felt( VI. apple to this C'orltrict. 7•S-24 I'I. /IP(>1�ARY_SI !RI:, \('IN(; Where r;;yuircd to provide access Mid whorl directed by the I? unless the FAigincer agrees to a dil'lerent gradation liccal.ISe. 01' Site conditions. Asphaltic concrete 161. temporctr•y surfacing shall he .l'ypc I bake as spccified in Article 23. Payment for temporary Surfacing shall be at the unit prier bid her ton of rrlaterial. Ntcasurenlent will he on the basis of delivery tickets. "I'S-25 UI IS'I'CON'1'IMI. Adequalc prculution shall he taken to insure that excessive dust does not become airborne C11.111111.1, construction. The Contractor shrill comply with any reMilations ol't.he Missouri Air Conservation Commission or Icderal government which apply to this mal.ter in the goo ►aphiurl area of the work. 'I'hc c.lctcrillination as to whether excessive dust is heCOming airborne shall be by the knginecr. Vdhcn directed by the P'nginecr. the Contractor shall take appropriate dust control measures satisfactory to the kllginecr. No schartlte payment will be made list• pct-l'orming elust control or list applying water lilt Ibis purpose. 1'S-26 PROPERTY c.;ORNFRS ANI M()NI IMI_N.I:ATION: It shall bw the responsibility ol'the Contractor lo protect all property lot corners and land survey corners and accessories. Should it he necessary to disturb atly suCl1 nloncl►11ent, whether stake, pin, har.disk, box, or othc_r. it remains the responsibility of the Contractor to reference such markers prior to rcnlm"'ll. reset thorn, and file such relocations or monumentation documents as the Itrw requires. Any such relurenccs, removal, replacement and certification of monuments shall be pciTOrmed by a licensecl engineer or land surveyor. FS-27 C1 F,ANl_1P: TS-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but sh1.►I1 nlstintain the site in a neat and orderly condition during the progress of the work. Tht: Contractor shall. as directed by the L nfcincer.remove from all puhliC and private property.at his own expense. all temporary sU•uctures. rubbish and waste materials resulting Ironl his operation. TS-27.2 The C'011tRiCtul'Shall open and clean all existing ditches and culverts within the right- of=wav and zasenlcnts. leaving them fr•CC 11-0111 all excess r11ud or silt. drift, brush, or debris ol'anv kind prior to linal accept..nce. The Contractor shall clean up all dirt From paved surlaces. not allowing samr to pac=k oil the roadway or create a traffic nuisance. No direct payment will he blade ]or wort: within the scope ol'this ,article. '1'S-28 TRAI I"IC SIGNS. yi'1'OI' SU NS. AND ",IRlFT SIONS: All existing, tral,fic Signs, stop sl.glis and Street signs in the lvay of the work shall be ® Carefully renlovcd hV the Contractor in accordance with the ►cduitcmc nls of MUTCb, The rccJuircd function o('st.op suns shall he pre=served by the contractor whenever a street is open to tral'lic. All suns shall be re-installed following the construction. No separate payment will he made for this work. 00 TS-29 DOWNSi'OUT DRAIN~: TS-29.i Genera 1: This work shall include connecting existing downspout drain~ through and into(lie proposed curl,, curb and gutter,or storm sewer facility. 'file location of'sonic downspout drains may he shown on the plans, but other drains may exist that care not shown. The contractors shall be responsible to connect all downspout drains regardless of whether they are shown on the plans. TS-29? Construction Methods: The contractor shall exercise care in removing ' .___.._._.._.____.._._.__._..�... existing lacilitics do as to nliillillize darnage to existing drains. (ietlerrilly,new illateritd of l.11c same diameter as the existing drain shall be used. As apprm,ed by (lie owner, the removed pipe may be cleaned and re-used. TS-29.3 No Direct Pavi ieilt: All work associated with connecting downspout drains through or into the proposed curb, curb and nutter, or storm server facility shall be subsidiary to the item to which it is connected. No direct payment will be made. TS-30 SUBSIDIARY IT MS: There are smal l 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 ot'other related items of work. r �r t 67 CITY OF JEFFERSON STANDARD SANITARY SEWED. SPECIFICATIONS 1 Revised April 21004 TrABLE OF CONTENTS Section 1.0 General 1 2.0 Materials rain 'Testing 1 1 3.0 Grading and Site Preparation 5 4.0 Pipe Laying. .h.)i1iting and 'I'cst.ing K 5.0 Manholes and Special Struc-tur S 1,3 6.0 Pipe Encasement and Cellars 15 7.0 Backlill 16 8.0 'I'lllllleling. Boring and .lacking 18 ® , 9.0 Acceptance 'Test for Sewers 21 10.0 Seeding 27 11.0 Pavement Replacement 27 12.0 Measurements and Payments 28 13.0 Subsidiary Items 31 • i S'I'nNl)nl.I SnNI'I x11:1' SI V�-1?It Sill-,( I ICn'1'IONS SS-1.0 G NI_,RAL SS-1.1 Description: Sanitary sewer construction shrill consist cif furnishing, all labor. nlatCrialS and Cquillnlent Cor (lie complete installation of sewers and appurtenances in accordance with the City Standard Drawings. flans. General Provisions and Covenants. Street Specifications and Standards. and these Specifications. SS-1.2 ti�,ccilicati,oll.Moditicati<nl : It is understnorl that throuphaut this section these specifications play Ile rnodified or deleted by appropriate items in the Special Provisions or notes o►1 the contract drawings. SS-13 Revisions of' When reference is made to a Standard Specification (AS'I'M. AW'W'n) the specification referred to shall be understood to mean the latest revision of said specification as amended at the lime of the Notice to Bidders. except as noted on the Plans or in the Special Provisions. SS ..,.0 MnTE'RIALS AND I'I:S 1 INN i ® SS-?.l SLo This section governs the f'urnishillo of all pipe, fittings and other materials as required to complete the work as shown oil the Plans and as provided for in the Special Provisions. The materials specified are to be used finder normal conditions. Vitrified clan. HDPE. and fiberglass reinforced pipe may be Approved («r special applications i1' installed by ' I11a11llfaCtU1'CI' ti I'CC(lrlllllendalloils. SS-2.2 General: a. Requirements: Furnish pipe of' materials. joint types. sizes. and strength class indicated and specified. I-Ii gher strengths may be furnished at C'ontractor's option. at no additional cost to the ()wncr. b. MallllfaCtlll't.r: The n1r.Inuli1Ctllr'e1- shall Ile experienced in file dcsirn. rllrulufi►Cture and conlillercial supplying 01' the specific material. C. Itl:;pcCtion and "festir112': TO be IM-forilled I)V the nlrinuFactur-er's qualily control personnel in conf'()rnlance with applicable standards. Testing May be witnessed b1' O viler. Fnginecr. or approved independent testing, laboratory. Upon requCSt of the • Owner, and prior to delivery. the Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. SS-2.3 Ductile Iran I'M: ConRlrm to ANSI A?1.51, except as otherwise ' specified herein. a. Desi m: Design of pipe shall be in accordance with ANSI A.21.50 ' >, 6 laying conditions 13 or F. Mininlunl wall thickness shall he for Class 2. b. Joints: Mechanical and push-on joints for ductile iron pipe and fittings shall conForm to tilt: requirements of ANSI A21.1 1. r C. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not he acceptable. Caskets shall be rated for intended use (gravitN' sewer or pressure main). d. fittings: fittings shall be in accordance with ANSI A21.10 and shall have a pressure rating of not less than that specified for pipe. Fittings used with ductile iron pipe shall be ductile iron. Fittings for pipe Nvith mechanical joints shall have mechanical joints. Fittings for pipe with push-on joints shall be either mechanical ,J011lt Ol- puS11-011.101111. e. Lining: Polyethylene in accordance: with ANSI/ASTM D 124$ or- two component epoxy por manufacturer's recommendations. Cement-mortar lining is not acceptable. f. Coating: (3ituminous per nrulufacturcr's recommendations. g. I"unlish all specials. taps, plugs and wall fittings as required. SS-2.4 Pole \!invl Chl L: Conform to AS'I'M D-3034, except as otherwise specified herein. Building sewer (lateral) pine is specified in the City Plenllhing Cocic. Lt. General: Furnish maxinlunl pills lengths manufactured by the supplier. except listings. closures and specials. , b. 1.)csign: TIlC minimum wall thickness for PVC' Pipe shall conform to SDI:-35. Pipe hedding shall conform to AS'I'M D-2321 for Class 1 materials. C. Joints: flexible gasketed joints shall be compression type with a gasket confined in either the spigot end of the bell end of the pipe. Rubber gasket rings ~Mill conform 10 the requirements of ASTM 0-1809• (nskets shall he neoprene or other synthetic material. Natural rubber g1u;kets will nc)t be acceptable. Ll. Fittings: fittings defincd as tee connections suitable ibr assembly to 4-inch or 6-inch I)OLISC Of- building, SCWC1'S connection to existing Sewer mains Shall be Saddle-type fittings o1' PVC Plastic. Connections to new or inactive sanitary Scwcrs shall be with wye Iittings. ' SS-2.5 Sanitan, Sewer_Forcenmin: Shall be PVC and conform to the requirements ol'ANSUf1V► MIA ('900-89. Pressure Class 200. It. Bends in sanitary sewer lm-ccnlain shall be by restrained joint ductile iron Iittings restrained in accordance with manulttcturcr's 1,CCO1»nlcnclations. Sanitar} scw;;r forcenviin Shall be installed %with locating tracer wire. Fracel- wire shall be insulatc(.l TFINN. 12 gauge c()I)I)cr wife. All wire shall be joined by use of wire clamps. iThese connections shall he scaled and taped to create a watertight connection. Tracer wire shall he secured to the top of'the main by tape a minimum of ) times in each standard length of pipe• "Tracer wire shall be looped to the top of Valve boxes for access and at CndS IM co1IduC1iVi1.v. 1)• Where Salutary Sewel' IOI'C(:rllalll:: 1111IS1 Cl'OSS walel'n1a1nS, file I01-CClllilin shall he installed below the watermain with not less than an 18 inch separation. C. 13111-ied gate valves un FONCrllaiIIS two (',") inch through twelve ( 12-) inch inclusive Shall he MIICII I' Gate Valves. mechanical Joint. resilient seated wedge disk; or eclus.tl. Valve Shutt Shall have an "0', ring seal with a two ( ) inch square opc rating nut, Valve Shall open in a Counicr-Clockwise direction. Buried gate valves Shall h(Ivc valve boxes which shall he two-piece. twcrlt)'-Ic)ur (24") inch, sc1'e\1 type. hottonl section and Sixteen ( 16") inch scrc\\ type. t(q) Section with lid marked "SFAVFIC. SS-2.6 Rein161-cin.Steel: hcinfi)rcing steel shall he placed as shown on the flans ' and shall cotll'orm to AS•1'M Specilications as lollowS: a. furs and rod" shall 1►e deli,rmed billet-steel conforming to AS'I'M ' A-615. (►rack- 0. h• Welded wire fithric shall conform to AS'I'M n-11;5. Ciracle 40. C. Fabricated steel her and r•od twits Shall confirm to ASTM n-184, Bar nlru(:rial shall conl'orm to .^,`i•I'M A-615. Grade 40• d. Smooth bars shall be round carbon steel bars conforming to ASTM A-306. Grade 60. SS-2.7 Manholc Materials: It. General: Manholes shall conform to the applicable City Standard Drawing. All new manholes must be precast as defined in these specifications and applicable Cite Standard Drawings. h. Brick and mortar manholes: Repair to existing bricl< manholes use materials as follo\vs: I . Mortar: Mortar and plaster casting for masonry manhole units shall he two parts Portland Cement to one part Masonry Cement to six parts plaster sand mixed with the least amount elf potable wafer necessary to provide a workable mortar. 2. Brick: Clay brick shall confirm to ASTIVI C-32, Grade: SS or SNI. For Grade: SM. the maximum water absorption by 5--hour boiling, shall not exceed 12.0 percent for individual brick or 9.0 percent Ion the average of five bricks. C. Precast Concrete: Precast concrete manholes shall conform to ASTM C-478. Joints shall be of material as specified for reinforced concrete pipe ,joints or a bitumastic material or performed flexible joint sealants applied in accordance with manufacturer's recommendations. d. Cast in Place Concrete: Concrete used shall conform to applicable City Standard Drawing. C. Waterproofing: ' aterproofing will he required to all manholes, The bitumen shall consist ol'two coats of asphalt or coal-tar pitch. H.B. 'I'nemeeol (Coal Tar) Series 46-465 or equal. Asphalt shall conform to the requirements of ASTM D-449. Coal-tar pitch shall CorllUril1 to the I'Cglllr'CmCI11.1; of ASTM D-450. , f. l"Icxible connectors cicsis!ned to produce a positive watertight connection Im pipes entering precast manholes shall be provided. 'fhcse connectors shall be the "A-1.OK) produced by A-LOK Products. Inc. or approved equal. €'. Interior Coatnlu: \V11cr'e manholes are subject to excessive hydrogen sulfide exposure. the City requires manholes he lined 4 with a one-hart urethane Triemec Series 434 Perma-Shield 1-125 or equal, Interior coating shall be applied prier to deliver}' to the site and ten eked up where necessary. SS-2.13 iytanhole. Castini,,s: a. General: Cast-iron rings, covers and steps conform to the applicable City Standard Drawings. 'i'he castings shall meet or exceed the following requirements: b. Iron Castings: I . Iron castin g s shall conform to the requirements of ASTM A-48. Class 30. 2. Castings shall be clean and whole. and without blow or sand holes or any other surface defects which would impair serviceability. Plugging or filling of holes or other defects will not be permitted. 3. Parting fins and pouring gates shall be removed. 1 4. Castings shall tie thoroughly cleaned and painted with two coatings asphaltum paint before being delivered to the site. SS-2.9 Beddinu A rej4ate: All materials used for crusbcd stone pipe beddlllL Shrill confon:l to :applicable City Standard Drawings. SS-2.10 Water Stc►ps Water Stop:; must be installed in accordance with City Standards. SS-3.0 GIW.)ING AND) SI_1'I PiZFJI RA'1'IQN SS-3.1 Scope: This section governs the furnishings of all labor. equipment tools. materials. and the performances of all work for clearing. grubbing, and demolition. wholly or in any part. at locations shown on the Plans. or as provided for in the Special Provisions. Clearing, grubbing and demolition shall lie done only to that extent which is necessary 161- the prosecution of the conStruction of the sewers. SS-3.2 Definitions: ' a. Clearing: Clearing shall consist of removing all vegetable matter•, ® such as trees. brush, clown timber. rotten wood, rubbish and other objectionable combustible rranterials. found on or above the surface of the Site. It ratty inchtde removing Fences, lumber. waste dual 1 is and trash, and the salvaging of such c.i(' the materials its may he speciliccl. This item shall include the disposal of tilt-, debris resulting fi•0111 the clearing opt-rations. 11. Grubbing: Gruhhing s11a11 consist of removing and disposing cif' sttlnlps. roots. bLlricd trees and brush. wood piling. wood curt) planking, wood culverts, wood couch basins and drains. and wood stairs appearing on or bolo-.y the surface o(' the ground which lilts not been included in section entitled "Clearing". C, Demolition: Demolition shall consist of demolishing. removing. disposing, or incorporating into hackfill all non-vegetable matter appearing above. oil. or belmv the ground Surf3tec. this shall include all material derived from the demolition of Portland C'e;nlcnt Concrete I1e1115 such as base courses, curbs. curb and gutters. sidewalks. floors. steps, driveways. drainage structures of all Sorts. fenc.cs, and other nliSM1,111couS itenlS such as (inundations or wall cif any Sort. and Iron Or steel items, and shall InclucJe all t►sphaltic items such as pavement Loud base c0cu:ACS. SS-3.3 Construction Details: a. Limits of' Worl:: The limits Im clearing, grubbing cold dennohtion * I Shall. in no case, extend beyond the limits of'the right-of'-way. city property lines. or easements. unlcsS otherwise specified on the Plans or Special Provisions. b. Protection of I xisling facilities: The C'ontraclor shall be responsible for protecting any improvement of any agency. public Or private, in the vicinity 01' clearing, grubbing or derrrolition operations. When ncce..sary the C'011U•actor shall enlist the assistance of the uf(ccted agencies in the location 0f their facilities. The Contractor will not be responsible liir the cost to any agency fi►r assistance in the location of, its facilities, but lie shall he responsible for the coact 01' all dariutgcs 10 such facilities c11-iSinO because 0f'his carelessness 0r negligence. 1. Private Sewer facilities: The Contractor shall stake every reasonable effiirt to protect private Sx,wcr lacilities. They are not shown on the flans. When these facilities arc , disturbed or damaged by the \vorlc. tine Contnactor shall make necessary repairs to the facilities liir continuous service prior to the close of the wort: clay. 0 r ?. Property Pins: All properly or lot corner piers or stakes shown oil the Plans and disturbed by this construction will be properly referenced by the Contractor prior to removal, -and reset by the Contractor upon completiori oI the project. O SS-3.4 Clcarin_g: Clearing shall he pci-Formed in Advance of the construction operation so as not to delay the ilrogress of*the work. The refuse resulting from clearing shall be hauled to a waste site secured by the Contractor, or if'permitted by the Special Provisions may he burned in the area indicated on the Plans in such a manner as to elect, all applicable requirements of the federal, State. County and Municipal regulations concerning health, sai'ety ® and public wellurc. �1 SS-3.5 Grubbing: Ciruhbing shall he kept abreast of the -Clearing- as nearly as the sequence of' operations may permit. All stumps, roots, and other objectionable material within the disturber! area shall be removed to a depth of a( least twelve (12) inches below the finished grade elevation. Disposal of debris From grubbing shall he as described in "Clearing" above. SS-3.6 Demolition: If portions of existing improvements area to be left in place, the limits of pavement rclm ,al shall be laid out as neat, straight lines a minilll1.1111 distallel' of six (6) inches beyond the anticipated edges of excavation. If the pavement removal limits are approximately parallel to and three (3) feet or less from in existing pavement joint. previous cut, or curb, the linlits of rcnloval shall he extended to the joint, cut. or curb. Sufficient portions of the pavement shall he removed to provide for the proper grade and aligimmii of the new construction. Disposal of debris from demolition shrill he described in SS-3.4 "Clearing". SS-3,7 L,nvironmental Protection ProcedUres: ta. General: Contractor shall take all measures to minimize disturbed areas. C'onlpliance with the following procedures for protection of existing greenery is rcquil-cd. b. Trees: All reasonable effort shall be made to save as marry trees as possibic. I f urea can be save(( by trimming. this shall be clone in accordance with acceptable pruning practices. Any tree removed shall be replaced with like species of nursery stock outside the temporary Sewcr high(-o1-Way. All trees within 30 lee( ol'eithcr side of'sewer centerline which are ' specifically to he I-Cinovcd or saved have been marked on the Plans With rile following nott►tious. 7 I . 'frees marked "S" shall be saved. '' Trees "Xed" chit shall he rcmovcd. C. Shrubbery, Strrall Plants and Ilowers: Prior to the start of construction, property owners will be notified of the proposed starting date, t)rlc purpose 01' this notification is so that the property owners may remove any shrubbery. Small plants or flowers that they, the property owners, desire to save. SS-4.0 PIPF LAYING. JOINTING AND TFSTING SS-4.1 Sc„_o�-re: 'T'his section govcrns the furnishing, of all labor, equipment, materials and tools 16r the installation of' all pipes, fittings. specials and appurtenances as shown on the flans. City Standard Drawings or as provided for in the Special Provisions. SS-4.2 Flandlin ,• a. Handle pipe materials and fittings in a manner to insure installation in sound and undamaged condition. Do not drop or burp. Use Slings. lifting lugs, hooks, and other devices designee; to project pipe, joint elerne tits and coatings. In handling plastic pipe often (10) feet in length or greater, a double sling will he required unless otherwise approved by the I-ngineer. b. Ship, move and store with provisions to prevent movement or 0 Shock contact with adjacent traits, SS-4.3 Installation: a. All work shall he in accordance with the following standards: ASTM D-23321 - Underground installation of flexible Thermoplastic Sev"Cl. Pipe. AWVIA C-600 - Installation of Cast Iron Water Mains. h, Utilirc er:luip►llent. methods and materials lns1.11-ulg installation to lines and grades indicated, 1. Batter Boards and Laser: The Contractor shall provide and maintain in good working order, oil the site, at all tinges, it ' laser beam or a rod of'sufficient length to reach from the invert of the sewer pipe being laid to the top line strung cm the three hatter hoards, The gauge rod shrill he graduated and nunlhered each foot ell'its entire length. The gauge rod shall he equipped with either a plumb line or two spirit levels and the ulmost care used to insure a truly vertical gauge rod at the. tinge the reading is taken and pipe is heing set. In the event a laser beans is used to control line and grade For the pipe laying operation. the laser must be checked at the heginning of each day and at (cast once hetween manholes and at any other time the L?ngincer deems necessary to insure the proper line and grade of the pipe. Maintain the l611mving tolerances from true alignment and grade: .1lignlllelli 3 inelles Grade i inch Joint deflection shall not exceed the maximurn allowable dcllcction per ,joint according to ASTM C-425. ASTM C- SW and AWWA C-(SOU. Oill\, one correction R)r alignment and/or grade Shall be made between adjacent manholes. 2. Except where pipe sections are being encased 111 concrete. no pipe is to he Supported by blocks. ' 3. All transition in sewer main line and grade must be within a manhole. C. Install pipe of size. material. strenuth class. and joint type with cinbec nlent as shown on the flans. Rcinl'orced concrete pipe with elliptical reinforcement shall he installed and positioned in accordance with the pipe rllanul;acturer.s pipe markings indicatnlg top and bottom pipe. d. Pipes instaliccl on grades In excess (►( 201)%o shall be anchored secu►'CIN' with concrete anchorS Spaced as It)11owS: Grade Maximum Anchor Spacing 24 I't. greater than SO%i, 16 ft. ' • S possible, ) 1 e ce hiving at downstream end of' lisle e. Insc (�u �i. c.c n m 1) and install pipe with Spigot or tonL_'LIc end downstream. c� 1'. Clean interior of all pipe. fittings, and joints pricer to installation. F,xclude entrance of foreign matter during discontinuance of installation. Close open ends of pipe with snug fitting closures. i)o not let water fill trench. Include provisions to prevent flotation should water control measures prove inadequate. Remove water. sand, mud and other undo%irabic materials from trench befilre rcrlrlovai o('cnd cap. 9. Install pipe only when weather and trench conditions are suitable. Do non lay in tivater, Bracc or anchor pipe as required to prevent. displacement alter establishing final position. SS-4.4 fine BeddiLig: 'I'hc sewer trench shall he carried to a point not less than (bur (4) inches bolo\\, hottonl of pipe hell. Crushed stone bedding. compacted to full width of trench, shall than he placed and compacted to bottom of pipe with proper allowance iur hell joints. /liter each length of pipe being laid has been shoved '`honk" and placed in proper alignment. it i shall be Securely anchored and held in position by crushed stone deposited S►►►lultarleollSIN, on each side of'the pipe. This crushed Stolle backf ill shall extend to a point not less than six (6) inches above the top of'the pipe bell. 11' unstable conditions are encountered and it is determined by the Engineer that the bedding specified will not provide Suitable support fir the pipe. additional excltyalion to the limits determined by the Engineer will be rcduired. 'Phis additional excavation shall he backfilled with crushed stone rnatcrial approved by the F'Ingincer. SS-4.5 .lointillu: a. General Requirements: 1 . I.ex.atc Joints tO provide Im differential movements at changes in lypc of pipe emL•ednlent, concrete collars. and Structures. Support pipe Irons wall cif nnanhole to first join) in nol•nutl trench with concrete cradle structurally contir►uuus with baSC Slab or footing. C'Ican and lC askcl surf4ccs With j lt.rbrlCalll reC011lrllendCd by pipe n]arll.lfilCtUrer, ;. UtiliZ'.- methods and cyuipnur►t Upable of' fully homing or making uh jc►illk without drunagc. 4. Check joint opening and deflection for q cifir.ation iimits. ' I(I S. I-:xaminc each piece of Mille prior to installation for Soundness and specilication compliance. h. Provisions 161. Jointing Concrete Pipe: Cheek gu:,I<ct position and condition after assembly with 1e.cler gaupc prior to installation of text Scction. C. Provisions for .lointing Cast lron and Ductile Iron Pipe: 1. Conform with AVA WA C-600. ?. Paint suspected damaged portion:, with turpentine and dust cement to check Im cracks. Remove turpentine and cement by washing when crack test is satisfslctorily completed. if cracks are found. the pipe shall he reiceted, 3. Check gasket position and condition after assembly prior to installation of IlCxt pipe Section. 4. RLIbbcr Gasketcd Joints: Check gasket position and condition after assembly with feeler gauge prior to installation of rlest section. 5. Provisions for .lointinfi RPM Pipe: Check gasket position and condition after assembly prior to installation of next pipe scetion. (i. Provisions lilr Jointing PVC Pipe: Check gasket position and condition after assembly prior to installation ol' neat Pipe section. SS-4.6 C,1,I! jL1g: Cut in neat workmanlike nlarnlCr \Nithout damage to pipe, Observe specifications regarding joint locations. Smooth cut by power grinding to remove burrs and sharp edges, repair NS required and approved. SS-4.7 Temporary_I?luI-,s: 1 , Plugs: Provide and install plugs NS nlanufilctur•ed P supplier pp by pipe su _ . p or as fabricated by Contractor if approved. Plugs shall be watertight against heads up to twenty (20) Iect of water. Secure plugs in place in a nlanner to filc:ilitate removal when required to conlecl pipe. I_,ocation: Plugs Shall be insullled as Specified or where shown on Plans. Also the open end of the sewer shall he plugged at the end II r of'the work day with a suitable mcchaliical lu g to prevent entry of p f, f f�lrcign material until work i5 resumed. SS-4.8 Connections to Structures; I , C(lnrleet pipe to existirg strucurr•es and pipelines where indicated. Observe pertinent articles, of specifications pertaining to joint locations. b. Prepare s ti c t u e by ma •m� l opening ng with at least two (2") inches clearance all around fitting to be inserted. Connector gasket shall be placed on pipe:, Pipe shall be positioned in manhole wall , prior to grouting. Opening bct\vicen pipe and manhole shall he filled with all expansive t_'rout ill Such tl manner that a watertight condition will result. C. N/lanholes to be built on all existing sewer shall he constructed in such a manner as will not disturb services of existing sewer. The manhole base. walls in(] invert shrill be completed bdore the top half of the sewer pipe is cut or broken away. Rough edges of the Pipe thus exposed shall be covcl•cd with cxl-rulsive grout. in such a manner as to produce a smooth and acceptable finish. Any portion of'the existing sewer damaged by the Contractor shall he repaired at no expense to the Cite. d. Connections between diffcrent pipe materials shall be made Using proprietary transition coupling unless otherwise specified on the Plans. SS-4.9 Service vice Lines and ( of-iticctions a. VJyes and saddles Rw sci-vice lines shall he installed at a 45 degree angle: measured from the horizontal center line of,tile pipe fop. pipe sizes eight inches (8") through 1-1kecn inches ( 15") in diameter. Service lines shall not he installed in pipe sizes 18 inches ( 18") in diameter or larger unless approved by till_ City l'nginecr, V"Ves shall be 8" x 4" with DVM' branch and shall tic installed oil neW sewer plains as the inairis arc installed. , h, Ser•1•icC lines under strccts shall he installed by the Contr•aetol•/fhtcloper extcndinL� from the plain to the lirlllts of tho: , street right-of'-way and shall be installed prior to construction of t}le spree1 al a Sli>pe 1101 IL'SS than one loot per I OU feel { l.(►'%u). Service lines filr cash building Llrlit Shall he connected to the mains by 111cans of if wyve of. ice and shall extend at least to the street right-of-wad. but never less than tell feet ( 10') From the sewer 1 '� 1 main. Individual service lines shall not connect directly into manholes unless approved by the City Engineer. Service lines shall be adequately plugged to prevent foreign matter from entering the pipe during construction. All service lines shall be constructed bell to spigot or shall have a solid glued sleeve. C. Saddles are only to be used to connect to existing sanitary sewers. The saddle shall be installed over a hole sized to lit the saddle opening (4" minimum). Cut shall be made with non-impact rotary equipment. d. 7'he service line shall terminate at a capped clestlwut. The cleanout top shall be maintained ?' above ground or flush at finish grade. C, The Contractor/Developer shall maintain an accurate record tier the production of, the as-built drawings of the location. size and direction of each tce and wyc. and location. sire and length of each building service line. Locations will ht: referenced to the pipe line stationing r.is shown on the plans. or the distance from the first downstream manhole. SS-5.0 MANHOLES AND SPECIAL S'TRUCTURE'S SS-5.1 �Sco)c.: this section g overns the furnishing of' all labor. e ui p picot, tools and materials, and the performance of all wort: incidental to the construction of manholes. drop manholes and special sewer structures complete with covers, steps, fittings and appurtenances as required in - accordance with the Plans, Special Provisions, and City Standard Plans. SS->.? General: As used herein special structures refers to manholes on large sewers, special junction structures, metering stations. siphons and similar structures constructed on the pipeline. Manholes and special structures rllay be constructed of`precast concrete sections. cast-in place concrete on existing mains or where space: does not permit a precast manhole. SS-5.3 Construction: It. General: Manholes and special structures shall be constructed at locations indicated and in accordance with details as shown oil the Plans or City Standard Drawings. b. Precast Fall artcl Reducing C:'.onc Sections: Handle with care to ' avoid damage to joint ends of each section. Damaged sections play be subject to rejection at the discretion of'the Engineer. Whcn using O-ring joints. care shall be exercised in placirig (fie O-ring on ' 13 the spigot end. and lowering the hell section on to the spigot end so that i1 watertight Rl;ill IS (►h1i11nCd. When usinLt hitumastic joints hoth spigot got and hell ends shall he .I l i~ primed with solvent material compatible to the adhesive in the elastic. Approved bitumastic material shall completely fill the Joints S0 that a Illlllinit1111 01' OlIC-16111th inch head of Material is visible after jointing. to be Smoothed off after completion of the jointing operation. When a flexible Ilrc1'ornlec.l butyl rubbCl- or• bitunlirtous polymer conlpoundC(I With nlodiliCrs is used to seal jointed sections of nliulholes. the extrusion of ,Gillet from the ,joint is, not required. The vertical Spacing between manhole sections shall not exceed onc-(i►urtll inch. I'rCfi►rnled joint Scalers remain flexible at temperatures as lo\\ as U degrees Fahrenheit. All hitumastic materials or preformed IlexihlC joint sealants shall not be lllpliCd 10 Wet or damp Surfilces. C. Cast-in-Place: Consolidate concr'etc with mechanical vibrators to eliminate entrapped air voids and rock pockets. Forms shall be Supported in Such a Illallnel' as to prevcnl ant' nlovelllenl of the forms while concrete is hcing cured. AnN, 111ovenlcllt of the farms nla}' be CausC fir re.jeCtion. d. Invu:r•t C'hanncls: nlipinlent of the invert channels shall be as shown on the C'ontraet Drawinf,s. VIlicn no specific details and dimensions are given. changes in flow direction shall be smooth. Lulifi►rin and niade with the longest radit►S poSSihlC. The cross section Shape of invert channels shall match the lower halves of•the entering and exiting pipes. 'Pile surfaces of the channels shall he steel---troweled to produce a dense. smooth sur•fitce, Whelt filling openill;S around pipes throuWOh nr,ulhole Walls, 11101.1,11 a1ldior rlluso11ry units Shall be placed So that the I•CSLIltil1j' jOillIS 11-C watertis!ht. Mortar used irl the joint closure shall 1101 interf'CrC With the invert Chinlncl. SS-5.4 Curing: Cast-in--place conc;retc shill be adequately protected from frecring and loss of moisture fur' the first 'N hours. The Cur•inp mCthods and materials to be used shall he approved by the Engineer. SS-5.5 M nihole Rings: All rings li►r• rllanllole covers shall bC set 10 match the existillu surluces. except in flood plains where the flans indicate that the ring is to he set at an elevation hiphi:r than existing ground. I':ilch ring • Shall he set on a (Lill Illor•tar heel of hitwllastic material. il'approved hN the f;rlginccr. 11'masonry units arc used to adjust rings to grade, the Illasonry work shrill conlorm to Section SS-5.1 (d) ol'these specifications. SS-5.6 Watcrnrocliinb: Two coats of an asphalt or cord-tear pitch waterproof' coating shall be applied to the exterior of all structures 1ron1 brass to manhole ring. The coating shrill be applied in sufficient quantity so that no bare or thin, spots show. "'Ile coating shall be applied in sufficient time to permit proper curing prior to backf filling the excavation. Proper methods and materials Shall he used during hickfilling to prevent damage to the coating. Any damage to tale coating which flocs occur shall hC immediately repaired. SS-6.0 PIPE, VII NCASI_M "N'I"AND C'OI_,I,ARS SS-6.1 Scope: This section governs thc: furnishing of all labor. equipment. tools and materials. rind the performance of all wort: for the encasement of pipe ill concrete or installation of concrete collars at locations shown on the Plans. SS-6? General: "fools or partial encasement of pipe in concrete shall be used where the required sale supporting strength cannot he obtained by other bedding methods. Concrete encasement shall also he provided at locations to protect public water supplies or where there exists the possibility that standard bedding may be crocled by currents elf water under and around the pipe. SS-6.3 Materials: a. Concrete: Concrete whether reinforced oi- nonreinlorced shall be approved by the f,ngincer. Reinlorcing: 11"cinforcing steel used in ConcrctC encasements shall be ASTM A-615. Grade 40. SS-6.4 Construction: Concrete encasement shall be constructed at locations indicated and in accordance with details as shown on the Plans or City Standard Drawings. Starl and terminate encasement at a pipe joint. Suitably support and block pipe to malnutin position and prevent flotation. Form tO clin-lensions Indicated or Construct Iull width of trench. a. .faints: It' a single section cif encasement is not constRicted Cantlntloarsly (CanCr'CtC is riot placed in a single deposit) construction joints shall lie provided in the encasenlerlt to coincide With pipe joints. CorlsU-ucticnl joints shall be keyed continuously • around the encasement. longitudinal reinforcerr►cnt shall be continuous through construction joints. h. Curing: Concrete encasement shall be protected and cured so as to prevent excessive evaporation of moi,tore or freezing. C. Backfrlling: Backfill trench only after concrete encasement has obtained a minin)um of ?000 psi and can suf'f icicnlly support the loads imposed by backfill and backfill operations. SS-7.0 i3ACKFILL SS-7.1 Sec t: This section governs the furnishings of all labor. equipment. tools and materials. and the performance (it' all operations necessary- for the proper r•eplacen)ent of backfill nraterial in pipe trenches and around structures as retluircd by the Plans and Special Provisions. General: Lt. Unless otherwise specified. all sewer trenches and excavation , around structures shall be backfrlled to the oriainal surface of the ground with earth, earth and rock or other acceptable material. When earth and rock is i.ised it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the excavated material so that the proper material is available for r backfill. b. The backfill material shrill he compacted to a minimt.tm of 80,0 1 percent of optimum density as determined by the Standard Proctor 'best or shall he compacted to a c:lensity equivalent to the density of the immediate adjoining. soil, The top six inches of backfill in street right-of-way shrill he compacted to a minimum density' of 95.0 percent of' optimum d(:nsity as determined by the Standard 1)roclor Test.. hackfill material ~hall he placed and compacted only r wl_rcn its moisture contcn( is within 2.0 percent of Optimum moisture content as determined by Standard Proctor `Yost. C. 'CTre con)bination of the thickness of the laver. the method of compaction and the type of compaction equipment shall he at the discretion of the Contractor subject to obtaining the densities as Specified above. d. -I"he qualify of,the compactions shall be subject to compaction tests when deemed rvccessary by the I Angincer. 10 It shall he the Contractor"s responsibility to make necessary excavation in order to accommodate compaction tests at locations specified by the I.nghleer. The compaction tests will he performed at no cost to the Contractor. if the quality of'the compaction dues nol. nice( the above requirements. the material will be removed and replaced to mect the above requirement. at the expense of the Contractor. e. Commercial Sand back f►1) shall not be used. F. In areas marked "Garden'" or "Flower Garden" on the Plans. the topsoil as excavated shall be stockpiled and replaced to original clevation. location and depth. 9. Backfill material shall be careffilly placed to avoid damage or displacement of sewer or st•uctureS. h. Backfill shall not be placed when material contains frost. is Frozen, or a blanket o1' snow prevents proper compaction. Backlill shall not contain waste material. trees. organic material. rubbish. etc. SS-7.2 Backfill of Pihc "(Tenches: a. The area below a plane Six inches above the top of pipe hell shall be baekfilled in accordance with the specifications For "Pipe Beddinv " b. Back.fill above a plane six Inches above the top of'pipe bell Shull be made with suitable earth. earth and rock. or other acceptable material except that the area below a plane one Im above the pipe bell shall not contain anv excavated rock. When earth and rock is Used. the Maxinleall dinlerlSioll of the rock Shall not exceed twelve niches. rSS-7.3 Backfill Around Structure: a. No backfill shall be placed over or around 111V until the concrete or mortar therein has attained a minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill without daillage. h. The Contractor shall use utmost care to avoid anv wedgin(I action ' between the side of the excavation and the structure that would cause any movement of the st•►rcture. Anv damage caused h.), 17 premature backfill or by the use of equipment on or near a structure will be the responsibility of the Contractor. C. Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall he so conducted that the hackfill is always at approximately the same elevation on all sides of the stricture. d. No excavated rock larger than four (4) inches maximum dimension shall be placed within one (1 ) foot of the exterior surface of any structure. SS-8.4 TUNNELLING. BORING AND JACKING _ � governs the furnishing of all labor, materials and SS-8.1 S'eone: This section g �, equipment, and the performance of all operations necessary for the construction Of tLInnCiS complete with lining, bulkheads and sand fill at locations shown on the flans or where constructed at the Contractor's option when approved to pass the utilities. streets or obstructions without open excavation. SS-8.2 Tunnel Cross Section; Construct circular in cross section of size indicated. ® ' Alternate size and shape may be submitted for approval subject to the following: a. Best suited to proposed method of excavation and lining. h. Clear cross-sectional area not less than clear area of circular section indicated. C. invert at grade consistent with adjoining open cut construction. 1 t; SS-8.3 Materials: a, Steel Liner Plate: Steel tunnel liner plates shall be Armco "Standard". Commercial Shearing and Stamping Company "Commercial". Republic "Truscon Paneled Out". or equal and shall be galvanized in accordance with ASTIVI A-123. The design and shape of the liner plates shall be such that assembly can take place entirely from within the tunnel liner. The outside diameter shall he ibur (4') feet and the minimum wall thickness shall be United States Standard Gauge 12 (0.1046 inches), Sufficient sections shall be provided with one and one-half (1 '/") inch or larger grouting holes. located near the centers. so that when the plates are installed there will be one line of holes on either side of the tunnel and one at the crown. 'file holes in each line shall not be more than nine (9') feet apart and. unless otherwise approved, shall he staggered. Bolts and nuts shall conform to ASTM A-153. A- 307. A-325 and A-449 as applicable. b. Steel Casings: Steel casings s for bored or jacked construction shall g be steel pipe. conforming to ASTM A-139 with minimum diameter as shown on the Plans. 1. Minimum wall thickness shall be in accordance with the following table: Diameter Nominal Wall Thickness of Casing Under Railroads All Other Uses 24" 0.406" 0.281" 26" 0.438" 0.281" 28" 0.469" 0.312" 30" 0.469" 0.312" 32" 0.500" 0.312" t34" 0.500" 0.312„ 36" 0.500" 0.344•• Steel shall be Grade I3 under railroads and Grade A on all other uses. eC. Joints: I. Steel liner plates shall have bolted joints in both ' longitudinal and circumferential planes. Stagger longitudinal joints in adjacent rings when assembling. 2. Steel pipe shall have welded ,joints in accordance with AWMIA C-206. 19 SS-8.4 Construction: a. General: Belt►re starting work, complete details of the method of operation and liner rllrlterials to he used shall be submitted to the, I?,ngincer. The sewer, ill the arca to he tunneled, bored of-jacked. shall he completed heforc the unsU-uctinn 01*adjacent portions of the salllc sewer lateral. The purpose ol'this I•cduircnlent is to allow I'm slight discrepancies in aligrinlent and grade which may occur in talc tunneled, bored or jacked installation. do nlilaol' aCIJ List ltlents 111 the :adjacent sewer can he made. Tile lnaxinlulll allowable deviation in alignment and grade of sewn;r pipe shall he as shown oil the Construction Plans. b. Excavation: l".xcavatc by approved methods applicable to materials encoLniterccl. Horing of crations shall be perlormed by experienced crews using a rotary-type boring nlachine designed especially For this purpose. Include dewatcrintt and chemical soil stabilization car 17 grouting if' nccessar` due to existing field conditions. Conduct excavation Ill a Illill111cl' to prevent CHSILIl'l►rllg the overlaying and adjacent material. C. Lining: Assemble liner plates immediately following the excavation, Advance casing, continuouSly with excavation. V►lhell liner plates are being installed. care shall he taken to maintain alignment. grade and circular shal')c of the tunnel. All voids between linear and surrounding earth shall he filled with grout 101-Ced in under pressure. The grout shall consist of' two parts of sand to one part of*Portland CCment. rllixcd with sufficient water• to maintain a freely pouring consistency. As the pLI111pIIlf_ tlll'oLlrll allV hole is stopped. it shall he plugged to prevent the backllow o1' grout. After lining installation is complete it shall he cleaned of all debris and all leaks which alloy\ 11owing or seeping water into tunnel sha11 be stoppcCI. cf. f"nd Seals: Construct end seals after sewer pipe has been permanently placed inside casing. tested and approved. Brick shall be in accordance with ASTM C-32. Gracle SS or SM and mortar in accordance with ASTM C''270. C. Caslllg spacers: Carne:►• pipe shall lie ";upportccl Inside the casing pipe per the City Standard Drawings, 1 20 i • SS-9.0 ACCEPTANCI TESTS FOR S1 W1?RS SS-9.1 S_'_c�(oy This section governs the Furnishing of all labor. equipment. tools and materials. and the perl'ormance of any or all acceptance tests its required by the flans. Special Provisions, tend these:. specifications. SS-9? Accepttulce 'tests for Cir•avily Sewers: SS-9.2.1 Visual_tll�JLLctioty 1. Contractor shall clean pipe elf excess mortar.joint sealant and ether dirt and debris prior to inspection. 2. Sewer will be inspected by (lashing a light between manholes and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned. displaced or broken pipe and the presence of' visible 1 infiltration or other defects. 3 Correct defects as r'cquired prior to Conducting leakage tests. SS-9,2.2 F.'s filtration Leakage Pest to be performed on the full length o1 all (Ines prior to acceptance. 1 . Contractor may perlorm leakage testing by exfiltration on sewer pipe larger than eighteen ( 1 h") inches I.D. 2, burnish all lahoc•. equipnlc;nt. tools and materials required inclt.lding bulkheads, water and all miscellaneous items r•Cgtlircd to perlilrrn the tests. 3. 'Pest till sewer pipe over eighteen ( 18) inches I.D. after either the conrpleted back(ill or partial backfill sufficient to stclbilize the position of till' pipe in both allgnrllcnt and grade is accomplishccl. Contractor may select sections of•the project for testing at any time by nolffyi%! the f nginccr 24 hours in ackance. 4. Per161.111 at depths of water as measured above centerline of•pipe of not less than two (2) Ceet or more thell tell (10) feel (Consideration shall he given Vor water table above said centerline). J. Maintain test as liccessary to locate all leaks but not less than two 1101.11;S. h. Re scat as necessary after repair of'leaks and defects until leakage. ! ! as measured. does not exceed U.l 5 gallons per inch of internal �I 7 t• diameter per hour per 1(IO feet of pipe Ic:nF,th (..(lU ga1/inch of l.l:)./dayimilc). 7. Protect manholes and other structures by means of, bulkheads to prevent bursting pressures from being applied inside the structure. S. Dewatcr pipe ion completion of testis ll 1 f g SS-9.23 Air leakage "Pest to he performed on the full length of all lines prior to 1 acceptance. 1. Contractor may pallorm ;lit• tests Im all pipe sires. 2. (-ut•nish all III-ilitieti required including accessary piping connections, test pumping cduipmcnt, pressure gauges, bulkheads. regulator to avoid over- pressurization and all miscellaneous items required.. u. 7fhe pipe plug for introducing air to the sc.,.ver line shall be cduipped with two taps. One tap will he used to introduce air into the line being tested, through suitable valves and Fittings. so that the input air may be regulated. The second tap will he fitted with valves and fittings to accept a pressure test gauge indiUatlt1L! internal pressure in the sewer pipe. An Additional valve and fitting will be incorporated an the tap used to check internal pressure. so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to inclicatc loss of air pressure due to leaks in the sewer line. b. The pressure test tmuge shall meet the following minimum specifications: Size (I)iameler) 4 '•! inches Pressure Range 0-15 1).S.I. Figure h-ltervals I P.S.I. increments Minor Subdivisions 0.05 P.S.I. PI•CSSLIre •I uhe Bourdon tube or diaphragm -1:0.25%0 of maximum scale reading Dial White coated aluminum with black Icttcring. 270 clegree arc hind mirror edge , Pipe Connection Low male N.P.T. 22 r Crtlibrat►on data will be supplied with all pressure test gauges. Certification oi' pressure test gauge will be required tt•om the gauge manufacturer. This cerlifrcation and calibration data will be available to the Engineer whenever air tests are performed. 3. 'rest each reach of sewer pipe between manholes after completion rot• the installation o1• pipe and appurtenances and the backtill of sewer trench. 4. Plug, ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps 1101• corancctir►g equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply to maintain between 4,0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check all plugs to detect any leakage. if plugs cu•e tbund to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized. the pressure is allowed to decrease to 3.5 psig. At 3.5 prig, begin timing to determine the time required for pressure to drop to 2.5 prig, if the time, ill seconds, for the air pressure to decrease frond 3.5 psig to 2.5 psig is greater than that shown on the table below, the pipe shall be presumed free of dClcetS. Pipe Required Time Maximum Required Size Per 100 LF Time 8" 70 sec.. 227 sec. 10" 110 sec. 283 sec. 12" 1.59 sec. 340 sec, 15" ?49 sec. 425 sec. 18" 356 sec. 510 sec. 1" 485 sec. 595 sec. 24" 634 sec. 680 sec. 27" 765 sec. 765 sec. 3U" 851 sec. 851 sec. 33" 935 sec. 935) sec. Fair test thils to i,lect above regtrircirrents. repeat test as necessary after all leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisltretorily pass the low pressure air test. • 5. hl areas where ground water is known to exist. install a one-half ' inch diameter capped pipe nipple. approximately ten (10") inches long. through manhole wall on top of one of the sewer lines entering the manhole:. This shall be done at the time the sewer line is installed. Immediately prior to the perfarmanec o(' the line acceptance test, ground water level shall be determined by removing pipes cap. blowing air through pipe nipple into the ground so as to clear it. and then connecting a► clear plastic tube to pipe nipple. The hose shall be held vertically and a measurement of height in feet o('water shall he taken arwr the water stops rising in this plastic tube. T'hc• height in Iect shall be divided by 2.3 to establish the pounds of'pressure that will lie added to all readings. SS-9.3 Aaetance Tests liar PressurC SCWaTe FONC111,141s: It. Perl6rnn hvdrostatic pressure and leakage tests. Con(«rm to AVA'V\'A C-600 procedures as modified herein. 'Pest shall apply to all pressure sewers. Perform after backtilling. b. Test separately in segments between sect ic►naliring valvcs. r between a sectionalizing valve and a lest plug. or between test plugs. Select test segments such that adjustable seated valves are isolated For individual checking. Contractor shall furnish and install test plug;; at no additional cost to the Owner. including all anchors. braces and other devices to withstand hydrostatic pressure Oil plugs. 1 Contractor shall be responsible Cor any damage to public or private property caused bV Failure o(' plugs. Limit full rate of line to available venting capacity. C. PPCSSUI-e 'Pest: Conduct at 1.3 times maximum operating pressure determined by (allowing farnlula: 1' pt = 0,650 (OP-Gl ) in which 1' pt = test pressurr in psi at gauge elevation OP - operating piessurr in fcct as indicated for highest elevation ol'the hydraulic gradient on cash scctic+rr of the line. ' GF' .< elevation in Feet at center line of gauge. PCITOrm satislactoril\ prior to determining leakage. Cl. Leakage 'Pest: Conduct at maainlaurn operating pressure determined by follov.-ing larnuda: ' 1' It = 0.433 (OP-G1,:) in which • 24 1' It = test pressure in psi at gauge elevation 01) and GE, v. as in previous article. 1. All joints shall he watertight and free from leaks. C. Deflection Test: Gravity pipeline 11 flexible materials shall also he tested by pulling a mandrel. The test shall be conducted not less than one (I ) month after backf ill has been properly installed. The maximum allowable deflection shall not exceed five (5) percent of the pipe's internal ® diameter. Mandrel testing shall he erf'ormed on a minimum of 25%, of the pipeline. The sections tested will be determined by the City. frolic section of line fails the test, the City may require all sections 1 of pipclinc lie tested. The additional testing shall lie done at no additional cost to the City. Any pipeline lound not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City. and shall then be retested, The City may. prior to the end of the warranty (guarantee) period. conduct another deflection test with City personnel. Any pipeline FOUnd not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City. and the Contractor shall provide an additional warranty (guarantee) for not less than two (2) years for' that portion of pipeline so replaced. The City also reserves the right to conduct deflection tests on any sewer installation. Mandrell shall he similar or equal to the '`Worts) 9-Aral Mandrell" five (5) percent deflection For flexible or serrti.•rigid pipe as approved by the Engineer. SS-9.4 Acccetance Test_Im Manholes All manholes shall he vaCUL111'1 tested by the COntractor at his expcnsC. Appropriate equipment and manpower Neill lie furnished by the Contractor For this purpose. When vacuum testing manholes, the Following criteria are to he used: I. This method is applicable to precast manholes only. ?. All lift holes shall he plugged with un approved non-shrink grout. °1 3. Manholes are to be tested alter assembly and before backfilling. No standing water shall be allowed in the manhole excavation which may affect the accuracy of the test. 4. All pipes and other openings into the manhole shall be lu ; ged and p f.g securely braced to prevent displacement of the plugs while the yaCUL1111 is drawn. ' S. Installation and operation of vacuum equipment shall be in accordance with equipment specifletitlons and instructions t provided by the nlanufucturer, ]'he test head play be placed in the cone section of the manhole. The frame-cone.joint will be visually inspected by the engineer. 7. A vacuum of 10 inches of•mercury shall he drawn and the vacuum pump shut Off'. The time ftlr the yaCUL1111 to drop to 9 inches Of* mercury shall hc! recorded. ® ' 8. Acceptance I111- four (4) foot diameter manholes shall be defined as when the time to drop to 9 inches of mercury meets or exceeds the following; Manhole Depth Diameter Time to Drop p " of HG 10 ft, or less 4 ft. 60 seconds 10 ft. to 15 ft. 4 11. 75 seconds 15 ft. to 20 It. 4 fl. 90 seconds 9, For manholes five (5) foot in diameter. add un additional 15 seconds and for manholes six (6) foot in diameter. add an t additional 30 seconds to the time requirements for (torn• (4) foot diameter manholes. If the Illanho)c ftlils to test, necessary r•ep.dr;s shall be made with a non-shrink grout while: the VUCl1L1111 is Still being Ch-MA111, he-testing Shall pt-ocecd until a satisfilctory test is Obtained, 1 SS-10,0 SFJ,'I ING SS-1 U.1 Sco This section governs the Il.u•nishing of all labor, equipment, tools and raterials, and the performance of all work I'm seeding, complete as specified in the Special Provisions Ind/or as shown on the Plans. All grassed areas disturbed which lie outside the Contractor's normal trenching operation areas shall he restored to a condition equal to or better than existing prior to construction. All provisions of Section TS-9 shall apply except as anw-nded herein. SS-10.2 The seeding mixture used to seed areas off street ri gill-of-ways that are not maintained shall be as (Allows: Min. Pure, Rate Lbs Kind of Seed Live Seed 10/6) Per Acre Alta fescue or Kentucky 31 I"escuc (FCStuca Eliator Va►•. Arundinres) 75 90 Rye G1'i1S5 (L.o1un1 PCI'ellne 80 or L. Miltillorum) 80 50 Total 140#1/acre SS-10.3 Sowing shall be accomplished by use of an approved mechanical seeder or drill (hand sprcadCl' can be used in small area). making Surc that successive seed strips overlap to provide uniform coverage. Seed should be drilled to a depth of one-half(' :") inch. SS-11.0 PAVEMI?NT RlTl.AC NF'NT 1 SS-11.1 This Section covers the Furnishing of all lahor. equipment, tools and materials. and the per iormance of all wort: for the replacement of pave111C11t iflClUding Sldl'willks, driVCW l\'S. and curbing, as Specified oil the Plans in the Special Provisions. SS-11.2 DC11111tlolls: Pavement. as used hCl•Cill. Shall include Portland Cement C oncrcte (ITC'), asphaltic concrete. asphaltic and lime or cement treated surlacc courses, and other Silllilar IypeS of construction. including sidewalks, driveways, arld curbing. Replacement. as used herein. shall metal reconstruction of the entire Structural Section of all pavements rellu►ved in excavated areas. including sidewalks. driveways. and curbing. 1111d i'CCOIISII'LICIi011 01' I'CSION16011 l►I Clairi lged pavement Surfaces outside of excavatl(II1 11I1111S, SS-11.3 General: In all areas of pavement removal rephnee pavement Upon Completion of sewer installation. All ps►vcnlcnt not dcsigmatcd fi►r removal that is clamagcd by the C'ontractor's operations shall lie rcyuircd. restored 01' replaced depending upon the degree of damage. Prior to pavement replac,:ment. all edt!cs that were previously cut but have been ;subsequently dsnnagcd. shall he re-cut_ and all adjacent unclernlinecl and heaved pavement shall tic r•crnovccl to the edge cif' the urldisturhed trench. SS-11.4 Pa lenle►it Replaccilicnt: sl. C�cncral: Renlovcd pavement shall he replaced to conformance with the typical sections shown on thy. City Standard Drawing:;. Plans. and Technical Strcct Spec ilic:ations. the requirements specified In the Special Provisions. and will generally be replaced in kind. Replacement shall include construction of sill courses upon the subgr•ade lilr a complete pavc3311ent structural section. Restoration of damaged surfaces shall be as directed h` the Frioineer. final pavement joints must be parallel of- perpendiculslr LI to the strccl centerline. b. Suhgrsade Compaction: SuhgrsldC' compaction shrill cordorm to SS- 7.0. SS-•12.0 MI. AS( I R 1",MI;N'I'S ANI) 1)AYMI'N'l'S SS-12.1 Sc:Ql22L: This scc:ti011 covers the rllettl0d of nlcasuremcm and hasis of payment 1161. till: IUr'rlishillt 01 all 1,11101'. ccluiprrn:nt. loop rind tllatcrials and I'm the performanec of all related wort: necessary tee corilplcle the sewer and appu►•Icnancc�:. SS-12.2 MCthOd Of_,MCasurV_ii,iCrlt: The amount of completed and accc-pted wort: sh".11l be 111casured or determined as fi►llows: I . Pipe Scwcr: sl, t)pen `I rellClled: i%'lca5urclncnl. 01' ysat•i0us siic, type and depth pipe scwcr will be in linear feet. as listed oil the Hid. haswl cm the true length o1•pipe computed from inside wilII to inside wall of manholes along centerline of pipe sewer. Dcpttl range as listed on the I',id and shown 0n the flans is the average trench depth bv.twcetl adjacent rllanlloles and Will not he measured unless changed field conditions result ill a chanp-c in the Plarls by the FIrlgincer. h. 'I auricled. Bored or ,lucked: Measurement will be made in linear feet Im the applicable size ell' cast iron pipe sewer, tunneled, bored or.jacked as listed ill the laid, based on the true length ol• pipe shown on the Plans, Utlletis clialijuxi in ' the field by the L:rlginccr. 2. Kinholcs: Meastirenietit will he made for the applicable type. size and depth of llianholes as listed in the Bid. The manhole depth Shall be determined by measuring from 101) of reshot! to outlet pipe Iluwlit►c. 3. Encasement: Stulidard concrete encasement will be measurer( in lillcm. feet (iii the applicable size pipe. are listed in the Bid. Concrete collars will be rlrcasurcd us one W) linear !cult of concrete Cncasenicnt based on true length of encascment along the ccntcrlinc o('pipc. q. t- Sccdill Seeded are;►s will he measured horizontally in linear feet alontj ccntcrlinc of sewer, regardless of width (if' distUrbel area or type of Seed used. Seeding will be measured only when ccntcrlinc 01,Sewer lies ill grassed areas to be Seeded, as. Showil Oil the flans. ® When ccntcrlinc o('scwcr lies in areas that arc not grassed, such as street paving, driveway., parking areas. gardens, etc., no measurement will he made. Areas that are disturbed which lie outside the Contrnetor's normal trenching areas will not be measured 161. pliynlent. but shall he restored to condition equal to or better than that exi5tr1Ic prior to construction. When sewer ends in a grassed area, measurement will he made only to centerline of ►iltinhole. 5. km:k: of the eluantity of excavated rock will lie in cubic yards, as listed in the Ifid, based on the tae length:; and depths aS measured in the field. Payline width shall be the outside dianietcr of the pipe plus twelve ( 12**) niches. '111c nlinilliunl payliric width Shall he Lwl'ni\-follr (24') inches. SS-123 Nasisol,Pavilicilt Payrnent for the compieted and accepted work shrill he made aS follows: 1 . Pipe ~ewer: ' Cl. Open 'I renchel: Payment will he made at the contract 111111 price per linear foot for the applicable sire, type and delllll • ol•pipe sewer. as listed in the laid. Such payment and price shall constitute 1'1111 compensation Ii►r all labor, materials. equipment and file the perfOrmance of all work necessary to cunllllctc the sewer, irlcluditlg cxctivrltion, sheeting and shoring, dewalcring, preparation of' bedding, installation elf* Pepe sewer, hackfilling. compaction, disposal of excess materials and replacement of'pavenlcnt. 11, Tllrlllelcd, hored or .lacked: Paymcni �,yill be made at the conlracl unit price Per linear low (of. cast iron pipe sewer. mmmeled, bored or ,lacked as listed ill the laid. Such ptivnlelll and price shall constitute full c0nll-►crlsation ftlr all labor, nlatcrial, edllll)llleilt and for the performance of all work necessary to complete the sewer. including all excavation. Silectlllg and shoring, dcwatering. installation of casing pipe. 111mlel liner plate. grouting. installation of' carrier pipe. sand fill, end seals, hackfilling compaction and disposal of' excess material. including Lill cost 01' Jacking and pit(s). 2. Manholes: Payment will be made at the contract unit price per each for the applicable type. size and depth of'nlunlhc►les as listed in the Bid. Such payment and price shall constitute ('Lill compensation for all wort: necessary to complete the manholes, including excavation. sllectirlg and shoring, dewatering. concrete base. manhole steps. 111ar1I101C rills! and cover, waic1•proo(ing, reinforced concrete, hacklilling. compaction and disposal of excess nlatcrial. F.11Caselllellt: Payment Shall he made at the contract unit price per lineal• foot of, encascnlerlt. For the applicable size pipe as listed ill the laid. tiuch paynlcrlt shall constitute full compensation (ilr all labor. 111a(critlls. equipment and (or the perfilrnlance of all work necessary io complete the item, includinz reinforced concrete , collars. ,I. Sceding: 1'taynlent will be made at the ConINICI unit price per linear Coot for scaling. regardless o1' type of seed. as listed in tale Bid, SUCK payment shall constitute 11111 Cd)1 IMISi1t1011 for all 1,11101'. materials, eCluipnicnt ancf work necessary to Corilplcte the item, includintl grading, tilling. f'ertilizill.". sheet application. compaction L ►11t►Iching. �. Rock: l'Uy111Cllt will he made at the contract unit prier per cubic yard. as listed in the Rid. SUCII payment and pace Sh.11l constitute full compensation 161' all labor. material. equipment. and all work ' necessary to complete the rock removal. SS-13.0 SUBSIDIARY rrcMS Seedon TS-30 shall apply. I Y 1 1 1 :1 31