Loading...
HomeMy Public PortalAboutORD13773 BILL NO.—_,QQ4-64 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 APLEX, INC. FOR 2004 STORMWATER INLET" REPLACEMENTS. WHEREAS, Aplex, Inc. has become the apparent lowest and best bidder on the 2004 Stormwater Inlet Replacements project; NOW, THEREFORE, BE IT ENACTED BY 'THE COUNCIL. OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Aplex, Inc. 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 Aplex, Inc. for 2004 Storrnwater Inlet Replacements. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: 2� ,mil�. .��� Approved:_ 'l0 .Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: lCit Y Y Clerk f City Counselo FINANCE DEP'AIZ'INIENr PURCHASING DIVISION SUB.11-k"I': Bid 2166 - 2004 Storrs»eater fillet Rcplacenlcnls, Project No. 33059 (.'onullunity 1)cvclopment, Opened August 24, 2004 BIDS RITH]VI?I): nplex, Inc.. Linn. MO 145.725.00 'r'D'wchous Excavating Co., Inc, Jefferson City, MO 149,612.00 *.I C Inclustrics. Jcllerson City. MO $ 149,549.75 Concrete Engineering, 11C, JelTerson City, MO 154,969.00 Doll Schllicders I:xeawatlllg, Co.. Inc. .leflerson City. MO S 163.41 5.00 Lehman Construction. I,LC. California, MO 176.555.00 * Not within the corporate city limits. FISCAL NO'1'I:: 1000-4100-7350-3031 - 3502-9900-7350-3007 Misc, Stormwater Projects Misc. 1\leighborhoo(I Improvements Budget 2003-04 $ 100.000.00 Budget 2003-04 `E; 340 250.00 Expended `f; 49,993.37 I:xpCndCd -0- lincunlbcred -0- I?ncunlbcrecl $ 9.000.00 Bid 2166 4 .9.000.00 Bid 2166 J 97,72~.(10 Balance $ '006.63 Balance $ 23131.625.00 PAST III?RFORMANCI?: This contractor IU.1S C0111I)IOC(I projects lily the ('ity as spCCilied and hid in the past. Staff helieves they will complete this project as specified and hid. RI:C0MMT?NI)n'1'I()N: It is the recommendation ol'stalfto award the hid to the lowest and responsible bidder, Aplex, Inc. of*Linn. Missouri in the amount o('$145.725.00. AT TAC11MI:N'I'S - S11PPOR I'IN(i I)OC't1ML:N'I'ATION Tabulation of Bids, I)epartnlental Recon1111cndatiou _ I'urhasilig hg nl 1)ircct(1 (:'ot la 1 ty Development �LiV �of ,.. e4 e r son �jr,)V AlSk 11 COMMUNITYAN,PELM.Ctl_tJT Memorandum 1W FIAINICK E.fJULLIVAN. PE;UINKCtON UUII 320 East McCarty Street jefferson City, Missouri 65101 Phone: (573) 634-6410 Fax (573) 634-6562 • www.jeffcitynio.org Date: August 26, 2004 To: Terry Stephenson - Purchasing Agent, Finance From: Matt Morasch, P.E. - Deputy Director for Public 'Works Re: 20004 Stornmater Inlet Replacements Project No. 33058, Bid No. 2166 Public Works has completed a review of the bids opened at 1:30 I'M on August 24, 2004 for the above noted pro'ject. As part of the review all lie 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 six(6)bids that were reecived for the project. Based on our review, we recommend acceptance of the base hid from the low bidder Aplex Inc.,3188 County Road 303, Linn Missouri 65051. The bid total is$145,725.00. The project will be expensed as follows: A. Ip ex Inc. Contract($145,725.00): Account Number: Amount Available: Required: Remaining: 1000-4100-7350-3031 $51,006.63 $48,000.00 $3,006.63 3502-9900-7350-3007 $331.3.50.00 $97,725.00 $233,625.00 Total $145,725,00 If you need any other information please Icel free to contact me at extension 453. .Attachments: Bid Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan C:\DOCUME-I\BWUNDE-I\I.00ALS-I\1'crop\notes6O3OC8\I'urohasing Memo.doc S8 J 8 8,12, 7-- ,3 fi 2 S,di 'S 2 R 4 1� 1;1 C, 0'1 ID I- lo 0 i al V,IA c7i 1. IV I Q ra '1,31; g, C rl (f, _n vj 0 If, N in rn a IV rJ a. 0 8 S,51?I'll S 12 R 21 F.2 F" 3 S— 1 rIrI w rI I, th IJ 's's', w ie L) I.?T i� In W 59 F In (L 0 z Lmu 0 2 113 s 2 "1 0 F—i� 86 i5 72 7;7717-57,1 'rI 11 11 1� 'D 0 ID -C zi"I O f.L3 m L) (L w 2 2, IS S 5iiS rti F 2 J6 F,S S 2 2y 2 0 in �n 01 U) J 1 In.6 Ir IL Il -C u.(r, j) i to tf) Lu Lu /) [n < cl: (n Lu V' J z IV 0 z LU a: IL 2), 5 Lu It q o(.) jr C. If. T.(L :I: a. fr T u ii W . ; 2 U U W v) 0 1, 'r In 1 •1 •1 41 1 V LJ IV W r,ILI III If, A L)IL C. r-X LL ® hN N 6 Z 9 2 3 ig ".1 1:11 M- �I- M 111. 'rI z �j o.0 m ul (L 88 f� s,i3 —,,3 2 8 s S; "I s 8 8 2 S82 --v, 8 R s `t,�� 8�s I- It, In 61 In 'n f, In m •11 r In 11 LU L.) li S 8 llw;�11 �11 511 Ell 8 Sl IC5 8 F,s F3 8�11 1-11�s 8 5�s 8 8 IS 8,1' Ln In In In L, 88 s 11 s 13". IS IT�1171 78 d 's F� ?S s E'? a s F s rl I 81, ai lrV J1 11 In 1. 0 n 10 1)O 1)0, .0 1. cy;:6 ti In In r,' r. In In x LLJ 8 Irt" 2 3 1 18 2 1 E 2 1 •1 1 r a 0 E S Is 9 8 Sp�F, 2 IS S-S s a O Cn iI w I� 12 In I' 15 T 0 S "'0 11 S 0 If, q o In f In o In 1, In 0 z 2 In In 111) In 0, In U. $3$?B S I Z s IE E 2 322s$38 8 S32 88 Cc,3 IS 800 31 ui n 8 In N IN In w 1, In, 11 , r,q Sc 10 to I.. Ll. 1;� Ri uj 11,rri w q�o a 'A In .1 .1, "1 10 1,,In 11)In In• In .11 .1, In 0 In cc F- L) CL uj LLJ 0 11 y FS 8 R IS 2 2, 18)?1 S 33 8 8 O C)8 8 1 2 C 9, -28 P S 8 8 8 S. 76 (r 61);,: 8 ,�p §? In In 0 n 8 ;71 C_ - In In In I In In In In .,I In .11�.,n in In U) U LL 7. L) I� U.ui Ili LL LL Ili VI ut(J-� U) J') LU Lti Lu lL Its LL Vs r.L(11 tiv ul LL U, a) or vi On CD Vu _j LJ I uj cc Ul a o IV 'V U, IV G a 4' Tu S. ' Is C) t'Ll ll�vii C, )w ) . -,y. u a- (I Q.a. (L (.L U , T - - ,:! .., ,, E� L) IV 0 0 u t.)c I 'r C"L) -f " ;5 X a (L a: -1: x C,cc U, m t "i U, IS -','I M- , c LL R r,j IN I�'t f "I I uj fL UJ ILI j ED w 60"1'n to CL ¢LT. IV 2 Zt In's rl cj m In 1�In I I In 0 In Ift In In In I'In"I In In In 10 f) In Lr,0 IV Ui CL 0 r " � r '�•r, w 1. � '1 F , -! •. ',.�,• 4 ,r I' n .. r ' •.r J+ r r .i: ,3ri;`.;. ::y,a�.:r „1.isv,^� Ysk � .�..Y•�.'Y '{: ;#:A,t:'; t 1.� 4::5„'y.ri;'f�; ,t : . 't,° , 1 a.pt tf. ! °'1l 1 F? SPECIFICATIONS AND CONTRACT DOCUMENTS t PROJECT NO. 33058 2004 Stormwater Inlet Replacements t y� Of 1 •�r'rr'��FESS14�'P fd�d�11lfiiil4�E� Jefferson City Department of Community Development August, 2004 Ft\CITY•PROJECTS\33058.2004 Stormwulur Intel Replacements\Contract nCAtments%6Iormwaler Inlet Roplacementa.wpti August 6,2004 ][ABLE CONTENTS� ^qF • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form • Bid Bond * • Anti-Collusion Statement • Contractor's Affidavit • Minority Business Enterprise Statement • Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law ® Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Technical Specifications • Attachments • Addendums ( If Any ) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) (-:\CITY-PROJECT13\33050-?004 Storrnwator Inlet Replacomants,Contmcl Documents\Stormwalor Inlet Roplacamonts.wpd AU 9 ust 6 2004 e ADVE111I'ISI,MIENT 17011 BIDS Scaled bids will he received at (lie Office of the Purchasing Agent, 320 Fast McCarty Street, Jefferson City, Missouri 65101 until 1:30 P.M. on Tuesday, August 24, 2004. The bids will be opened and read aloud in the Council Chambers at 1:30 P.M. on that same day. The proposed work (or the project entitled "Project No. 33058, 2004 Stormwater Inlet Replacements" will include the furnishing ofall material, labor, and equipment to remove and replace existing stormwatcr curb and/or•gutter pan inlets and ad,lacent storinwate.r pipe network with minor modifications to size, type and location of said improvements . The prnjcct includes any necessary grading and coordination of any necessary utility relocation. A pre-hid conference will be held at 10:00 A.M. on Tuesday, August 17, 2004 in the Small Conference Room olTity Hall, 320 1'. McCarty Street. Jefferson City, Missouri 65101. All prospective bidders are urged to attend. Copies of the contract documents required fair bidding purposes may be obtained from the Director of Community Development, 320 1?ast McCarty St.. Jefferson City. MO. A non- refundable deposit of Twenty-five Dollars (;$25.00) will be required for each set of plans and specifications. Individual full sire sheets of the plans may he obtained for Three Dollars ($3.00) per sheet. "1'hc contract will require compliance with the wage and labor requirements and the payment ofrriinimum wages in accordance with the Schedule of Wage hates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive inflormalities therein, to determine which is the lowest find best bid and to approve the bond. e City of Jeftcl-son ��:-• ..-,,�.' -�~~a u- ,�.�ci.: t t••-- crry S� cll.5un Purchasing Agent News Tribune August 8, 2001 City of,lefferson 320 E. McCarty Street Jefferson City, MO 65101 573-634-6324 NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, August 24, 2004. The bids will be opened and read aloud in the Council Chambers at 1:30 IPM on that same day. The proposed work for the project entitled "Project No. 33058, 2004 Stormwater Inlet Replacements" will include the furnishing of all material, labor, and equipment to remove and replace existing Stormwater curb and/or gutter pan inlets and adjacent stormwater pipe network with minor modifcations to size, type and location of said improvements.. eA pre-bid conference will be held at 10:00 AM, on Tuesday, August 17, 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 docurents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty-five Dollar: ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE Director of Community Development ' F.tCI1Y•f'R(J.EMS1330!41•?(01'Awtowater Imut I(uplgc[•mrntslContruu IkHaunenL;,50emwp"a Irrinr(iopl;tc[.•mur,1N w{r1 Augusi G,2004 IB-1 SCOPE OF WORK INFORMATION FOR BIDDERS The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled "Project No. 33058, 2004 Stormwater Inlet Replacements" 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 remove and replace existing Stormwater curb and/or gutter pan inlets and adjacent stormwater pipe network with minor modifcations to size, type and location of said improvements.. I13-2 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. IB-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. 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 ' r:\cITY.PRo,IrcTS`,88050•2W4 Stormwater Inlet NepLu:unurnL.`Conlrua Our:unu+nL;ltitannwaU•r Inlet ReplecemenL,wpd Aqust 6,2004 1 of the City. 113.6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of .Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I13-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only 1 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. 1 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. I13-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will riot be used in establishing final payrnent 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 itern 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. f•.d:IIY•fuOJI I:I S',33USH 7(N>•l sto'mwrdry lnlnl llrplarenuvq (.onir;i(I UurumrnDr•titrrnuw tlor lnlni llrlinrr•nu7nls wpd August 6,2004 IB-10 LUMP SUM ITEMS Payment for each lump sum itern 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. I13-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 33058, 2004 Stormwater Inlet Replacements". 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 1 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. B113-15 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. I13-16 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. FACITY-PHOJL•C1IM30511•?00,1 Slonnwnlor into Ilelo,cnmm�la.Curilr,cl Inlet IlopWcnrnontl,wpd August G,2004 1 IB-17 INDEMNIFICATION AND INSURANCE "v The Contractor agrees to indernnify 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 1 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, materiais 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 tree 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 becorne 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 replacernent parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. V'"CIIY•('HOJFGIS;33050•;YM suumwatrr Inlrl Hupltu.,vnnnit,`CunV.rta lru(umnn!!,�tiAormAtilw 100 Hupm,i'mont'.wIld August 6,2004 If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED 1 A written notice to begin construction work will be given to the Contractor by Y 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($500,00)per calendar day until the work is complete,should the project 1 not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. F\CITY-PRQ.IGCTSQ3058-2004 Stornimter Inlet ReplarurnuntsTontract DorumarlIMStonnwater Inlet Replacomentompa August 6,2004 If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 324 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT LEND OF INFORMATION FOR BIDDERS FACITY-PROJECI"SQ30514-2004 Slormwnter Inlet noplacomenls�Conlrncl DocWnenlCStormwetor Inlot Flopincernents.wpd August$,2004 BID FORM Name of Bidder._ Address of Bidder �--!N AL, _ To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the Mans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding(a) the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. ' HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that lie will accept in full payment sums determined by applying to the quantities of the following iterns, 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: r.1C1'1Y-PH0.1FCTS\3300n-20M Sturniwaun Ingot iusn dcrnnav!',i;onuan UnrwnonL':Stnnnwuuu Pilo,Hvnlncommnis wpo August f,2004 Page 1 of 2 CITY OF JEFFERSON ITEMIZED HID FORM 2004 STORMWATER INLET REPLACEMENTS PROJECT NO. 33050 ITEM APPROX, UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT �s 1.00 Construction Signage and Traffic Control LS 1 %a% Ow I ,ooc G 2.00 Construction Surveying, Engineering & Staking LS 1 5;Cam. --- EROSION CONTROL 1 cC, 3.00 Silt Fence LF 100 3.01 Straw Blanket SY 150 I ao1`J� 6G 3.02 Wood Fiber Blanket SY 50 coci_ 1 JOG 3.03 Rip Rap Blanket with Filter Fabric SY 20 �GV 1 aOG`'J b'o Mattress 7 —7 ? 3,04 Gain attr SY 5 S �arJ -- vC. 3.05 Temporary Seed/Mulch SY 50 7(�� l OCYJ 3.06 Final Seed/Mulch SY 250 -- ROCK EXCAVATION 4.00 Trench Rock Excavation (Undistributed) CY 20 $ 135.00 $ 2,700.00 --- STORM WATER 5.00 15" Dia. RCP, Class III LF 90 c --5.01 15" Dia. HDPE LF '150 �O 5.02 18" Dia. RCP, Class III LF 30 9C 1 CIC�J 5.03 18" Dia. HDPE LF 15 —7pccb 1 Lisa o� c Z CC. 5.04 24" Dia. RCP, Class III LF 60 _� `A% 5.05 30" Dia. RCP, Class III LF 60 t 5.06 30" Dia HDPE LF 60 ��� 5.07 48" Dia, RCP, Class III LF 30 (%C) 5 q M w 5.08 48" Dia. HDPE LF 120 5 Gc:' 917.k1� 5.09 4' L, Type A Iniet 4' Deep EA 2 0�: O C'C'5.10 Extra foot depth on Item 5.09 FT 2 C 5.11 4' L, Type C Inlet 4' Deep EA 4 D '5 `r.� I' r Pago 2 of 2 ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT 5.12 EAM toot depth on Item 5.11 FT 1 .. ) ® 5.13 6'1„Typo A Inlet 4'Deep EA 1 tv-,C", ■ 5.14 Extra foot depth on Item 5.13 FT 1 1-7 S�' 5.15 6'L,Type C Inlet 4'Deep EA 1 al oe,:, 6.16 Extra foot depth on Item 5.15 FT 4 17 rs '7tx 5.17 8'L,Type A Inlet 4'Deep EA 4 1oc", ._.v_Ace, S.18 Extra foot depth on Item 6.17 FT 6 arrC' 5.19 8'L,Type C Inlet 4' Deep EA 6 3g Cc, 520 Extra foot depth on Item 5.19 FT 7 ;),E)(:) 5.21 5.5'x 4'Junction Box 4'D EA 1 522 Extra foot depth on Item 5.21 FT 1 —7 5.23 Concrete End Section EA 6 t✓C� ti c� C�C'Ci 5.24 Reroute or Connect Service Laterals EA .2 1 uJ p1 cr 5.25 Plug Existing Pipe on Norris Drive LS 1 c�cy-- — PAVIP1G 6.00 Remove/Replace Curb and Gutter LF 5 �JG oU c w 6.01 Remove/Replace Sidewalk LF 5 6.02 Install Handicap Ramp in Sidewalk EA 1 i i � Ica:-, u� TOTAL BASE BID -34-d`i ' Signature of Bidder �. Dais • SUBCONTRACTORS ® If the Bidder intends to use any subcontractors in the course of the construction. he shall list them, 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 eall 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 of- 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: 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 Dollars (cashier's check), make payable to the City of Jefferson. FACITY-PROJEC. 5133050•10W Slorrnwater Wet R+xnacernentt,tConuncy Documrnur 5tnnnwtnw b tut[i001nClV111)(1V-was Aupst U,2004 Signature of Bidder: If an individual, as doing bi.isiness If a member of firm. If corporation,_ by Title 2, SEAL Business Address of Bidder Roa-d ?63 x If Bidder is a corporation, supply the following information: State in which incorporated.—Al Name and Address of its: L s President 30_3, . Secretary Date— A/1.4 • r:1C1TY•PF1OjEC1SQ305fi•MW Stormwaitv InInt HenlucurnnntsiConvnd(joctimeoWSlarmwoter Intl hemactimonwAou ALI[JUS1 G,2004 f3I D f3 ND KNOW Al_L MEN BY THFS1" lIRl_.SENTS, that wr, thc; undersigned,.. ___.._.Q1'J�T;� _LNi.... _. _�y= ---_._.__.____-----__----as Principal, and__ 1.MPLOYUS MUTUAL CASUALTY- COMPANY as Surety, are hereby held and firmly ebound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of 177 VI: PERCENT (5I) OF IQD PRICE -- —�-_for the payrnont of which, wall and truly to be made, we hereby Jointly and severally bind ourselves, our heirs, executors, admInistrators, successors and assigns, this 24TH clay of_AUGUST _, 200 Tno condition of the above obligation is such that whereas Mo Principal has submitted to the CITY OF= JEF=F=ERSON, MISSOURI a certain Laid, attached hereto and hereby made a part hereof to enter into ;a contract in writing, for the project entitled: "Project No, 33058, 2004 Stormwatt:r Inlet Replacements" NOW, THEREFORE, f (a) If said Bid shall be rejected, or, in the alternate, (b) If said Bid shall be accepted and the Principal shall exeacute arid deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said bid) aril shall furnish a bond for his faithful performance of said contract, and for the payrraent of all persons porforrrring Labor or furnishing raaatorials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, olhemis e the sarne shall remain in force arid effect; it being expressly understood and agro-od that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal �arnouni of this obligation as hircrin state d, The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Sur(-Ay have hereunto set their hands and soals,and such of them as rare corporations have caused their corporate seals to be hereto affixed sand these presents to be signed by their proper officers, the day and year first set forth above. AYLEIX, INC. �1 f'n�ncl al By:.`_'_L is z� SCAI_ EMPLOYERS MUTUAL, CASGLIVY COMPANY '11MMAS S. NM CHT (ATTORNEY-TN IACT) C 1L'll Y.(41UJLCT&U?V FJJ•':OUJ Srurnn+nlrr Irtlel NOI'rldC rrnr lSlCrkl4rmA[>,.�.rmnntt\tirnrmwnlnr Inrrl NnpWl.nnirnls.wl,V AuCJUw1 G, 2004 EMC Insurance Companies No, 510070 P.0. Itos 712 • Des Moines. lo%vo 50311113 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT W ALL MEN BY THESE PRESENTS, that: IW 1. Employers Mutual Casualty Company,an Iowa Corporation 5, Dakota`ire Insurance Company,a North Dakota Corporation 2, EMCASCO Insurance Company,an Iowa Corporation G. EMC Property&Casualty Company,an Iowa Corporation 3, Union Insurance Company of Providence,an Iowa Corporation 7. The Hamilton Mutual Insurance Company,an Ohio Corporation 4, Illinois EMCASCO Insurance Company,an Illinois Corporation hereinafter referred to severally a="Company"and collectively as"Companies each does,by these presents,make,constitute and appoint: LINDA NOLTING, SHIRLEY A. POPEJOY. INDIVIDUALLY, BLUE SPRINGS, MISSOURI ................................................................................ THOMAS S.NAUGHT, HARRY NAUGHT, DOROTHY BAKER,'FERESA STEPHENSON. SARAH NAUGHT BARGFHEDE, WILMA KEISER, MARCIA NAUGHT,TIMOTHY P, EASTIN, RICHARD NAUGHT, INDIVIDUALLY, JEFFERSON CITY, MISSOURI ................ its true and lawful attorney-in-fact,with full power and authority conferred to sign,sei i, and execute,its !awful bonds, undertakings,and othor obligatory mstrurnents of a similar nature as follows; IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS .............................................................................................. ($10,000,000.00) and to bind each Company thereby as fully and to Iho same extent as if such instruments were:signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to tho authority hereby gwen are Nveby ratified ancf confirmed. The authority hereby granted shall expire. ..-, -. .__ April_l, 2005._.-._ .-- -... unless sooner revoked AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authonly of the following resoluticn of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999. RESOLVED;The President and Chief Executive Officer,any Vice Presidenl, the TreasuroT and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behali of each Company ancf attach the seal of the Company thereto, bonds and undertakings,recognizances,contract's of indemnity ancf other writings obligatory in ore nature thereof,and(21 to remove any such attorney-!n-fact at any time and revoke the power and authority given to him or her.Attorneys•in•fact shall have power and authority,subject to the terms ancf limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company. and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and Wwritings obligatory in the nature thereof,and any such instrument executed by any such attorney-ir-fact shall oe fully and in all respects minding upon the Company. fication as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects Minding upon this Company. The facsimile or mechanically reproduced signature Of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF,the Companies have caused these presents to be signed for each by their officers as sI\own,and the Corporate seals to be hereto affixed this —_Mh._day of_---_.__October_.-------------- ---_ -2002.- --rrte� Seals :'/��- _. 1//..... .. -- - — ,' Bruce G.Kelley•Chninnan Jeffrey S. Birdsley r• '` , or Companies 2.3,4,`�&G; �residen} Assistant Secretary .Poll Company 1:Vice Chairman and SEAT f - 1 f3(i3 1 tlEi:3 CEO of Company' `a I 1,• `+ ,,, On th sl 0th day of - - -October-. -AD - 2002• -- before me a N`''r "Nc "';I/ Notary Public in and for in(,,State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S. :•�Y°°h4'.•.� `• ���"�-� •. ; Birdsley,who,heuxl by nu:duly sworn,die say that thr;y are,and are known to me to be the Chairman. President, Vice Chairman ancf CEO, andlor Assistant Secretary, respectively, of I T_ Sf!U. SEA SEA each of The Companies above;that the seals affixed to this instrument are the seals of said corpor,bons:that said Instalment was signed and sealed on behalf of each of the Companies mtharity of their rospec"live Boards of Directors; and that the said Bruce G. Kellev and Jefirey S Birdsley, as such officers, acknowledge the execution of said instrument to be the s TUTU r voluntary act and deed of each of the Companies q �, My Commission Expires September 30,2003. s M `n � �4 RUTA KRUMINS qty " u h � commission Number 176255 '�""� • '�-��-�-w-.� fir( AN` o . • My Comm.Exp.Segt•30 200'1 - ---- Nclary Pub4c.n and for the Sl<'rte of IoJ a -----_..__-- CERTIFICATE I,David L.Hixenbaugh,Vice Presidont of the Comuanies.do hereby certify thal the foregouul iesoiuuon of thui Boards of Directors by each of lne and this Power of Attorney issued pursu,irnt thereto on ...October 10,2002_.__... .lf of Thomas S. Naught, Harry Naught, Dorothy Baker,Teresa Stephenson, Sarah Naught-Bargfrede,Wilma Keiser, Marcia Naught, true and correct and are still in fuil force and effect. Linda Noltinq, Shirley A. Popejoy, Timothy P. astin, Richard Naught In Testimony Whereof I have subscribed my name and affixed Inelacsmwe son,of each Company this .��'1'ltay of.AUCUS:_.___...__..___20.04._. Vice-President ANTI-COLLUSION STATEMENT STATE OF � � lu� _ ) COUNTY OF CO ) being first duly sworn, deposes and says thane is 7P/?ESio/1F&/f of TITLE OF PERSON SIGNING NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. (BY) (BY) Sworn to before me this day of i_Lr 200 Thomas A. Maassen Notary Public-Notary Seat 7zZ State of Missouri _ Osage County NOTARY PUBLIC My Commission Exp, June 15, 2006 My commission expires: • ' ROTY-PROJECTSQ13058•2(H>i Slorntwpler Inlet RonlncurnnnWConuut DocuPkvt% Gtounwetnr tnit+t Hdptncomentsmod August 6,2004 CONTRACTOR'S AFFIDA'V'IT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. eSTATE OF ) ss COUNTY OF The undersigned, AJ-4 of lawful age, being first duly sworn states upon oath tha.Ae is _ of the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which, it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. 7 VL -- AFF) NT Subscribed and sworn to before me, a Notary Public, in and f r the County and State aforesaid, this of _ i1Cnf-�p'"� 20, . Thomas A. Maessen Notary Public-Notary Seal / State of Missouri NOTARY PUBLIC _ Osage County My Commission Exp. June 15, 2006- ' My Commission Expires; ' FACITY•PRCJGCT&.33060•20(Yt Slormwnter InIol Fleplaeernoms\Comram Uocurnent ASlorrnwalur Iron Replacemenes.wpo August 6.2004 MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding o n City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other information if any, about their(VIBE subcontractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation, 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 1 7. Contractor will use the services and assistance of the Small Business .Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 1 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. F ICI1V,Pf{OJCCT5'3(1066•1""510unwtilm Inlpl Ro{ducemen.raC-'*00 C)ocwnan.S\storm..;...r lnlot f{upl;;COmnnls wpr! AUIUS1 a,2004 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); ' S. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)), 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein, Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: R\CITY•PRO.IECTS\33050•2004 Slorrnwater Intel flenlace[ntmIs Cnnlrad Gocunumtr.\Sumnwatnr inlet NPP"tAtmnnl Val" AUgUSI 6,2004 Name and Addresses Nature of Dollar Value of of Mi on Firms Particirmflon P r icitaatiot aim Total Bid Amount: Total: ` Percentage of Minority Enterprise Participation:,..—Z X _Q.�% 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. ZL NAME OF AUTHORIZED OFFICER DATECGI SIGNATURE OF AUTHORIZED OFFICER ' f\CITY.pHOJK`fSU30!,h-,N)W Stormwater Itnnr Hupinrernonts\C:nntrgq 0(K.uaien1s\S1rnrnwu1w Inuit Henlm:omentn won ALIOUSt 6.2004 AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of State of , personally came and appeared NAME POSITION of the NAME OF COMPANY �~ (A corporation) ( a partnership) (a proprietorship)and afiter 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. 33058, 2004 Stormwater Inlet Replacements located at Jefferson City in Cole County, Missouri, and completed on the _ __ day of ^ _ _V, 20 SIGNATURE Subscribed and sworn to me this day of 20____• �^ NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) COUNTY OF-_ ss_ ) F;ICITY•PROJ[C MQ3050-2004 Sminwplur 1nIM HvI 1nrumnnls Cnnnnrl DocurnpoWStnnnwoler Inlet Hepinwmnnls wpd August 6,2004 Missoun Division. of Labor Standar, Ids WAGE AND HOUR SECTION o ti s 'yam •',!` 1!tUVGI✓'i F.� O J IB..'i BOB HOLDEN, Governor li Annual Wage Order NO. I 1 Section 026 COLE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as Indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor acid 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(l). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. RECEIVED & FILED AS 12611een A. White, Director ' MAR 1 0 2004 Division of Labor Standards Plied With Secretary of State: M— ���o, „+, _ ' SECRETARY OF STATE COMMISSIONS DIVISION APR 0 9 2004 Last Date Objections May Be Piled: _ Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County "Effective Ba sic -ver OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule _ Asbestos Worker -- $27.08 55 _ 60 $11.27 Boilermaker _ $27.29 57 7 $15.41 Bricklavers-Stone Mason $24.85 59 7 $7.75 Carpenter _ - $19.78 60 +15 $8.36 Cement Mason _ -- -_ $18.26 �9 r.. 3 - $9.60 Electrician Inside Wireman)� _�- $25.11 28 7 __$9.51 + 13% Communication Technician _ USE ELECTRICIAN ASIDE VJIREMAN) RATE Elevator Constructor a $32.315 26 _ 54 $11.928 _ Operatinq Engineer -- -Group 1 _ 5/04 $23.37 _86 _66_ $13.80 -Group II _ 5/04 $23.37 _86 66 _ $13.80 _ Group III 5/04 $22.12 86 66 $13.80 Group III-A 5/04 $23.37 86 66 $13.80 -Group IV 5/04 $24.07 86 66 $13.80 Group V - 5/04 $25.37 86 66 $13.80 Pie Fitter - 7/04 b $30.00 91 - _69 $14.68 Glazier $_13.50 FED $1.89 Laborer Buildin General $16.72 110 _7 $7.58 First Semi-Skilled $18.72 110 7 $7.58 Second Semi-Skilled _ $17.72 _110_ 7 $7.58 Lather _ USE CARPENTER RATE Linolewri Layer& Cutter USE CARPENTER RATE Marble Mason $24.85 59 7 _ - $7.75_ Millwright $20.78 60 15 $8.36 Iron Worker $21.87 11 8 $13.00 ' Painter $19.19 18 7 R $5.58 Plasterer _ $17.32 94 5 $9.35 Plumber 7104 b $30.00 91 69 $14.68 Pile Driver $20.78 60 _ 15 Y $8.36 Roofer - --- _ $23.70 _12 4 $7.76 Sheet Metal Worker 7/04 _ $23.74 40 23 $9.46 Sprinkler Fitter 4/04 $27.09 33 _ 19 $11.95_ Terrazzo Worker $24.85 59 - 7 $7.75 Tile Setter $24.85 59 7 $7.75 Truck Driver-Teamster Group I _ '- $19.95 101 -- $5.75 Group II - $20.65 101 5 $5.75 -Group III $20.35 101 5 _ $5.75 Group IV _ $20.65 101 - 5 $5_.75 Traffic Control Service Driver Welders-Acetylene,& Electric Fringe Benefit Percentage is of the Basic Hourly Rate rAttention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at (573) 751-3403. -Annual Incremental Increase 'SEE FOOTNOTE;PAGE ANNUAL WAGE ORDER NO. 11 7/04 rBuilding Construction Elates for REPLACEMENT PAGE Section 026 COLE County Footnotes �Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule 'Welders receive rate prescribed for the occupational title performing operation to which welding is incidental, Use Building Construction Rates on Building(s)and All immediate Attachments.Use Heavy Construction rates for remainder of project. For the occupational titles not Ilsted in Heavy Construction Sheets,use Rates shown on Building Construction Rate Sheot. a-Vacation; Employees over 5 years-8%; Employees under 5 years-6% ' 'b- All work over$3.5 Million Total Mechanical Contract-$30.00,Fringes-$14.68 All work under$3.5 Million Total Mechanical Contract-$28.66,Fringes-$11.83 r t • ' *Annual Incremental Increase ANNUAL INAGE ORDER N0, 11 7/04 COLE,('01INTY OVER TIME, SCIIE'DULF, III IILIMNG CONfiTRIICTION 11411,1): Minitnum requirement per fair Labor Standards Act means time and one-half•(1 !;)shall he paid For all work in excess of forty (40) hours per work week, NO,9: Means the regular workday starting time of 8:00 a.m. (and resul(ing quitting time of 4:30 p.m.)may he moved forward to 6:00 a.m, or delayed one hour to 9:00 a.m. All work perrormcd in excess of the regular work day and on Saturday shall be compensated at one and one-half'(1'1:)times the regular pay. In the event time is lost during the work week due to weather conditions,the lmployer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall he compensated for at double (he regular rate ol•wages. The wink week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight (8)hours shall constiltne a day's work,with the starting time to be established between 7:00 a,m, and 8:00 a.m, from Monday to Friday. Time and one-hall'(I!/I) shall he paid rot- first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate, Double (2) tittle shall he paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays, NO. 12: Means the work week shall commence on Monday at 12:01 a.m, and shall continue through the li►llowing I'riday, inclusive of'each week. All work perlbrmed by employees anywhere in excess of filmy (40) hours in one (1) work week, shall be paid for al the rate of one and one-half (I'/•) limes the regular hourly wage scale. All work perfirrmed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations, Overtime work and Saturday work shall he paid at one and one-half'(I'_) times the regular hourly rate, Work on recognized holidays and Sundays shall he paid at two(2)times the regular hourly rate. NO. 18: Mcons the regular work day shall he eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6) hours after Noon (12:00). The regular work week shall he Rmy (40) hours, beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m.on Friday. Saturday will be paid at time and one-half"(1'/z). Sunday ;md Holidays shall be paid at double (2) time, Saturday can he a make-up day if'(he weather has forced a day off, but only in the week of the day being lost. Any time hefbre six (6)hours before Noon or six(6) hours after Noon will he paid at time and one-hall'(I'!). ' NO.26: Means that the regular working day shall consist of eight (8)hours worked between 6:00 a Ill.,and 5:00 p.m., Five (5) days per week. Monday to Friday, inclusive. I fours of work at each jobsitc shall he those established by the general contractor and worked by the majority of" trades. (The above working hours may he changed by mutual agreement). Work perlonilud on Construction Work on Saturdays. Sundays and before and tiler the regular working day on Monday to Friday, inclusive, shall he classified as overtime, and paid rot- at double (2) the rate of single time. The employer may establish hours worked on a jobsite for ;a four(4) ten (10) hour day, work week at straight time pay fir construction work; the regular working day shall consist of ten(10)hours worked consecutively, between 6:00 a,m. and 6:00 Imn., four (4) days per week, Monday to Thursday, inclusive. Any work perronned on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Tlmrsday where a flour(4)ten (Ill) hour day workweek has been established• will he paid at two times (2)the single time rate of pay. "I'hc rate of pay for all work pertbnned on holidays shall he at I\vo times(2)the single time rate of pay. ANNUAL, NVAGG ORDEI i NO. 11 A W I 1 026 O'Fdoc Page I of 4 11ag" BUILDING CO) SI'I2UCTION NO. 28: Means eight (8) hours hoween 7:00 a.m. and 5:30 p.m.. with at Icio a thirty (30) mimue period to he taken lilt lunch, shall constitute a day's work five (5)days a week. Monday through FIiday inclusive, shall constitute a Work week. Tlic FInplover has the option fin•it workday workweek of four(4)ten(10)hot t•days(4-M's)provitell ' -The project must he lira minimum of four(4)consecutive days. -Starling time may he within one(I)hour either side of 8:00 11.111. -Work week must begin on either a Monday or. I'uesday: If a holiday lulls within that week it shall be 111 consecutive work day, (Alternate: 11'a holiday lulls in file middle of a week, then file regtid ar eight (8)hour schedule may tic implemented). -Any time worked in excessofany ten(1(1)horn-work dray (in a 4-10 hour'.vork- week)shall he at the appropriate overlime rate. All work outside ol'the regular working hours as provided, Monday through Safurda�,shrill he prod at olio&one-half, (1111)times file elllployce's regular rate of pay. All work perf6mied t'rom 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate ofpay. Should employees work in excess ol'tweh'c(12)consecutive hours they shall lie paid double time(;X)li,r all time after twelve(12)hours. Shill work pertormed hcfwcen the hours ol'4:30 p.m.and 12:30 a.m.(wcotd Shill)shall receive eight(8)hours pay at the regular hourly raft:of pay plus ten(10'0 percent fir seven and onc-hall'(7',':)hoe's work. Sluff work perl'ornled between the hours of*12:30 a.m.and 8:00 a.m. (third shill)shall receive eight(8)hours pad it[ file regular hourly rate of pay plus fifteen(15%,)percent for seven (7)hours work. A lunch period of'thirty(30)minutes shall he allowed on each spilt. All overtime work required allot.the Completion of a regular shill shall he paid at one and olle-half(I!•1)finks the shift hourly rate. NO.33: Means the standard work day shall be eight (8)consecutive hours ol'work between file hours of 6:00 a.m.and 6:00 p.m„excluding the lunch period,or shall confirm to the practice oil thcjoh site. 1•our 0►drays at fell (10)hours a day may be worked at straight link, Monday through 1'riday and need not he consecutive. 11 overtime, except for ® Sundays and holidays shall be at the rate of time and one-hall'(I!-:). (►vetlime worked on Sundays and holidays shall he at double(2)time. NO.411: Means the regular Working week still)) consist of I ive(5)consecutive(8)hour days' labor on the job beginning With Monday and ending with Friday ol'cach week. four(•t) 10-hour days nuay constitute the regular-work week. The regular working;day shall consist of eight (8)hours labor on the job hegirning;as curly as 7:00 a.m,and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall he recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Snuirday and all hours worked in cxcesS ol'eig'.ht(8)hours but not more than twelve(12)hours t)ttt'mg the regUhlr Working week shall be paid lirr at time and one-hall'(I':)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked it excess ol'twelve(12) hours during the regular working day shall he paid it two (2)times the regular hourly erne. In the event of rain, snow, 1 cold or excessively windy weather on a regular working; day, Saturday may he designaled as a "make-up"day. Saturday may also be designated as a "make-up"day, fin•an employee who has missed a till\' of work for personal or other reasons. Pay (bi "make-up" days shall he al regular•rates. NO,55: Memis file regular work day shall be eight (8)hours hefween 0.00 ra.m. and 4:Ili p.m. 'I he first two(2)hours of work performed in excess ol'the eight (8) hour work day. \Monday through Friday, amt the first ten (10) hours of work on 1 ctttrday. shall he paid at one &, one-half(I'':) times the sn•aight time rate A11 work perlirrmed on Sunday. ohsen'cd holidays and in excess of ten (10) hour:~ a day, Monday through Silt tlyday, shall he paid at double l''1 the strait"hl lime rate. NO. 57: Means eight (8) hours per day shall collstitlale a day's work and lort\ ('10) hours per week. k1ollday through Friday. shall constituac a week's work. The regular sta-ting lime shall he 8:00 a.m. File above may be changed by nuftual consent of authorised persomlel. When ch•cunlstallces wanam, the l:naploycr may change the regular workweek to lour (4) ten-hour days at file regular time rate of pay. It being, tulderstood 111x1 all other pertinent irt161•Miltion must be adjusted accordingly. All omit:woa•ked before and aher file established workday ol'eight(8)hours, Monday through Friday,all time worked of Saturday, shall he paid at th f e rate o time and one-h:alf(l!:)except ill cases where work is part ofall employee's regular Friday shift. All time worked on Sunday and recognized holidays shall he paid at the double(2)time rate ol'pay. ANNUAL WAGE ORDEI,R No. 1 I ASV I I 02o t Pt dog I'+�t,c,of•1 I'ay c•, COLF,C'(Dl!N'1'1'Oi'h;It't'IMt:SCHEDULE, IIF III,UING CONSTRUCTION NO. 59: Means that except a:; herein provided, eight (8) hours a day shrill constitute a standard work day, and lorty (40) hours per week shall constitute a week's work' All time worked outside of the standard eight (8)hour work day and on Saturday shall he classified as overtime and paid the rate oftime and one-half'(1'12). All time worked on Sunday and holidays shall he classified as overtime and paid at the rate of double (3) time. The Employer ha:: (he option of working, either live (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hoot work week. When the four(4) ten-hour work week is in 01'ect, the standard work duty shall he consecutive tell (10) hoar periods between the hour's of 6:30 a.m. and 6:30 Imn, Forty (40) hours per week shall constitute a weeks work, Monday through 'Thursday, inclusive. In the event the job is down fir any reason beyond the Employer's control, then Friday and/or Saturday may,at (lie option of the f:ntployer, he worked as a make-up day: straight time not to exceed ten (10) hours or forty(40) hours per week. When the five day (8)hour work week is in effect, forty(40)hours per week shall constitute a week's work. Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may,at the option of the I-I'mploycr, be worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. The regular starting time (and resulting quitting time) may he moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up day.,;shall not be utilized for days lost due to holidays. NO.60: Means the kinployer shall have the option of working five 8-hour days or four i 0-hour days Monday through Friday. Van Employer elects to work live 8-hour days during and work week, hours worked more than eight (8)per day or Forty (40) per week shall he paid al lime and one-half'(I Vo the hourly wage rate plus fringe benefits Monday through Friday. SA'1 URIM' MAIN:-(11' DAY: Ifan Employer is prevented from working forty(40)hours, Monday through Friday,or any part thereof by reason of inclement weather(rain or mud). Saturday or any part thereof may he worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to he used to snake up time lost due to recognized holidays. If an Employer elects to work firm• 10-hour days,between the hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per day or Forty (40) hours per week shall be paid at titne and one half (I!%) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather. the Employer may work ten(10)hours on Friday at straight lime, Friday must be scheduled for no more than tell (10)hours at the straight time rate,but all hours worked over the forty (40) hours Monday through Friday will be paid at lime and one-half'(I!/i)the hourly wage rate Plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (1!!) the regular Millwright hourly wage rate plus fringe henefits. The regular work day slatting of 8:00 a.m.(and resulting quitting time of-4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one(I)hour to 9:00 a.m. All work accomplished oil Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTI.I.: All overtime is computed on the hourly wage rats:plus an amount equal to the fringe benefits. NO. 86: Means the regular work week shall consist ol*live (5) days, Monday through Friday, beginning to 8:00 a.m. and ending. at 4:30 p.m. The regular work day beginning tune may be advanced one or two hours or delayed by one hour. All overtime work performed on Monda9, through Saturday Shall he paid at limo and one-half(I!,)of the hourly rate plus all amount equal to one-hall'(I/) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall he paid at double (2) the hourly rate plus an amowtt equal to the hourly 'total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p,n►.. allowing one-half'(1/2) hour tier lunch. Thv option exists fir the I.;mployer to use a flexible starting time between the howl of 6:00 a.m. and 9:00 a,m. The regular work week shall consist of Forty (40) hours of five (5) work days, Monday through Friday. The work week may consist of lour(4) ten (10) hour days from Monday through 'Thursday, with Friday as a make-up day, If the make-up day is a holiday, the employee: shall be paid at the double (2)time rate. The employees shall be paid time and one-hall(I'/.,) fir work performed before the regular starting time nr after the regular quitting time or over eight(8) hours pu•work day (unless working a 10-hour work day,then time and one-half (1%:) is paid for work perforated over ten (10)hours a day) or over forty(40) hours per work week. Work performed on Saturdays.Sundays and recognized holidays shall he paid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO. I I A 11 026 ter doe 11apC.t(It"t Rages (Y1LL COtINTY OVERTINIE'SCHEI)1ILF, BUILDING CONSTRUCTION NO. 94: Means eight (8) hours shall constitute it days work between the hours of 8:00 am). and 5:00 p.m. 'I'hc regular workday starting time of 11:00 a.m. (anal resulting quitting time of 4:30 p.m.) may he moved lorward to 6:00 a.m, or delayed one (I) hour to 9:00 a.m. All .vork perlornned in excess o1'the regular work day and oat Saturday shall be compensated at one and one-hall'(1'/:) times the regular pay, fn the event time is lost during file work week due to weather conditions, the Employer may schedule work on the following Saturday at straight tinge. All work .accomplished on Sunday and holidays shall he compensated at double the regular rate of wages. NO. 101: Means that except as provided below,eight(8)hours to(ill),shall constitute a standard work (Illy,and forty(40) hours per week shall constiurte it week's work, which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall he classified as overtime and paid the rate nl'time and one-half(11/1) (except as herein provided), All little worked on Sunday aril recognized holidays shall be classiled as overtime and paid at file rate of double (2) tittle. The regular starting tint( of 8:00 a.m. (and resulting quitting time of 4:30 Imn.)may he moved forward to 6:00 a.nn, or delayed one(I)hour to 9:00 a.m. The I milloyer has the option of working either live(5) eight-hour clays or lour(4)len-hour clays to constitute a normal forty(40)hour work week. When it four(4)ten-hour day work week is in effect,the standard work clay shall be consecutive tell (10)hour periods between the hours of(1:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute it week's work Monday through Thursday, inclusive, In the event the.joh is down firr any reason beyond the Employer's control.then Friday turd/or Saturday may,at the option of the Employer, he worked as a make-up day. straight tune not to exceed ten (10) hours per day or finny (40) hours per week Starting time will he designated by the cnnpfoy,r. When the live(5)(illy eight(8)hour work week is in effect, forty(40) hours per week shall constitute it week's work. Monday through Friday. inclusive. In file event the,joh is clown for an), reason beyond the f,'mployer's control, that Saturday nary, at the option of the Employer, be worked as a make-up (illy; straight time not to exceed cig,ht (8) hours per day or forty (40) hours per week, Make-up days shall not be utilized liar days lost(file to holidays. NO. I I0: Means eight(8)hours between the hours ol'8:00 a.m.and 4:30 p.m,shall constitute it work clay. 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 it lunch period of one(I) hour, and in that event,the workday shall commence at 8:00 a.rn. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m.on Monday and shall end at 4:30 p.m.on Friday(or 5:00 pan, on I'riday il'the linnployer grants a lunch period of one(I) hour), or as adjusted by starting time change as stated above. All work perfirrmed before 8:00 a.m. and after 4:30 p.m. (or 5:00 p.m. where one(I)hour hunch is granted for ' lunch) or as ad.justcd by starting lime change as stated above or on Saturday, except as herein provided, shall he compensated at one and one-half' (I!!) times the regular hourly rate of pay for the work pertirrnted. All work performed oil Sunday an(I on recognized holidays shall be compensated at double(2) the regular hourly rate of pay firr the work perflormed. Hall Employer is prevented from working forty (40)hours, Monday through Friday, or any print thereof by reason of inclement weather(rain and mud). Saturday or any part thereo1,miry be worked as it make-up day it the straight time rate. The Employer shall have the option of working five eight (8) hoar days or finer tell (10) hour days Monday through Friday. If an limployer elects to work five(5)eight(8)hour days during any work week, lotus worked more than eight(8) per clay or forty(40) hours per week shall he pail at time and one-half'(I! )the hourly rate. Monday through Friday. I f an I Miplove•elects to work tour(4)ten(10)hour clays in any week, work perf6rrned more than ten (10)hours per day or R)rty(40)hours per week shall be paid at lime and one-11".111,(I V')the hourly rate Monday through Friday. ll'an Employer is working tell(10)hour clays and loses a day(file to inclement weather,they may work ' ten (10) hours Friday at straight little. Friday must he scheduled for at least eight (8) hours and no more than ten (10) hours at the sinai�;ht time rate. hill all hours worked over the forty (40) hoes Monday through Friday will he paid at tinnc and one-half(I!/I)overtime rate. NO. 122: Means forty (40) hours between Monday and Friday shall constitute the normal work week. Work shall be scheduled between the hours of 6:00 a.m, and 6:30 p.m., with one-half how• k)r lunch. \5'ork in excess of eight (8) hours per clay and forty (40) hours per week, and on Saturdays, shall be paid at the rate of one in(] onc-hall'times the normal rate, Due.to inclement weather during the week,Sanuday shall he a voluntary make up d:1)', ANNUAL WAGE' ORDER NO. I 1 AW 11 021)0T.doc Page'l of 4 Pages COLE, COUNTY 1101,1DAY SCIIEDULE— 111)ILDING CONS'I'RUC"I'ION NO. 3: All work done on New Year's Day. Decoration Day, ,luly 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 he paid at the double time rate ofpay. Iran),of the above holidays fall on Sunday, Monday will he observed as, the recognized holiday. If any ofthe above holidays fall on Saturday. Friday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Fourth or.h.d),. Labor Day. Veteran's Day, Thanksgiving Day, and Christmas Day shall he paid at the double (2) time rate of'pay, NO. 7: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day. and Christmas Day shall he paid at the double time rate of pay. Ira holiday falls on a Sunday, it shall be observed on the Monday. Ira holiday falls on a Saturday. it shall be observed on the preceding Friday. NO. 8: All work pertormed 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 orthese holidays, shall he paid at the double time rate of'pay. NO. 15: All work accomplished on the recognized holidays or New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of.luly), Labor Day. Veteran's Day, Thanksgiving Day and ChrisUnas Day, or days observed as these named holidays. shall be compensated fir at double (2) the regular hourly rate of wages plus fringe benefits. Ira holiday falls on Saturday, it shall he observed on the preceding Friday. Ira holiday falls on a Sunday, it shall be observed on the following Monday. No work shall he performed on Labor Day, Christmas eDay. Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New f'ear's Day, N9e1110•ial Day. ,tuly 41h, Labor Day. 'Thanksgiying Daly. and Christmas Day shall he paid at the double time rate ofpay. The employee may take off Friday following Thanksgiving Day. However. the employee shall notify his or her Foreman. General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of•the above holidays tolls on Sunday, the following Monday shall be considered the holiday and all work performed on said day shall heat the dot►ble (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall he considered the holiday and all work performed on said day shall he at the double (2) time rate. 1 NO. 23: All work done on New Year's Day. Memorial Day. Independence Day. Labor Day. Veteran's 1)ay, Thanksgiving Day, Christmas Da.' and Sundays shall he recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall he considered a holiday. NO. 54: All work er(ormed on New Year's ay, Memorial Day, Indcperldcnce Uuy. Labor Day. Veteran s Dad, Thanksgiving Day, the Friday after Thanksgiving Day. and Christmas Day shall be paid at the dou111C (2) time rate or pay. When a holiday falls on Saturday. it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. AWO 11 026 hdp.doc ANNI JAI.WAGIA)RIN:R No 11 Tape I ol'211ages COLE COUNTY HOLIDAY SCHEDULE— 13UILDING (:ONSTRUCTION NO. 60: All work performed on New Year's Day, Armistice: Day (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth of'July), Thanksgiving Day and Christmas Day shall be raid at the double time rate of ray. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday fulls on Saturday. Friday will be observed as the holiday. When a holiday fulls on Sunday, the following Monday shall be observed as the holiday. NO. 66: All work perf'orrned on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, I..abor Day, Veteran's Day,'Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate phis an amount equc►I to the hourly 'Total Indicated Fringe Benefits. Whenever,any such holidays fall on a Sunday, the Billowing Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Decoration Day, .lily Fourth, Labor Day, Veteran's Day, "Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of'pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but ifthe employer chooses to work these days, the employee will be paid at straight -time rate ol'pay. Ifa holiday fulls orf a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 76: Work performed on Holidays shall be paid at the rate of two times the normal rate. 1-1olidays are: New Years Day, Memorial Day, Independence Day, labor Day, 'Thanksgiving Uay, Day afler•'Thanksgiving, Christmas Day. Ifa holiday fs►11s on a Sunday, it shall be celebrated on the following Monday, if it fulls on Saturday, it shall be celebrated on the preceding Friday. AW) 11 026 hdy.doe ANNUAI,WAGk(NU1at NO 11 Page 2 of 21'agcs He:3vy Construction Rates for REPLACEMENT PAGE Section 026 COLE County -" ec ive asic vZ5 er- ` OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits _ Increase Rates Schedule Schedule CARPENTER Journeymen 5/04 $24.78 7 16 $8.34 Miilwri ht 5/04 $24.78 7 16 $8.34 Pile Driver Worker 5/04 $24.78 7 _ 16 _ $8.34 ® OPERATING ENGINEER Group 1 5/04 $22.45 21 5 $13.75 Group II 5/04 $22.10 21 5 $13.75 Group III _ 5/0_4 $21.90 21 5 $13.75 Group IV 5/04 $18.25 1 21 _ 5 $13.75 Oiler-Driver 5/04 $18.25 21 5 $13.75 LABORER eneral Laborer 5/04 $21.17 2 4 $7.28 Skilled Laborer 5/04 $21.77 2 4 $7.28 TRUCK DRIVER-TEAMSTER Group 1 5/04 $23.37 22 19 $6.75 Group II 5/04 $23.53 22 19 $6.75 Group III 5/04 $23.52 22 19 $6.75 Group IV 5/04 $23.64 22 19 $6.75 For the occupational titles not listed on the Heady Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet, 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 7/04 COLE? COUNTY OVERTIME SCHEDULE -- 11E,AVY CONSTRUCTION �NO. 2: Means a regular work week of Forty (40) hours will start on Monday and end on Friday. The regular work day shall he either eight (8) or ten (10) hours. I I'a crew is prevented front working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather. Saturday orally* part thereof play he worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. Employees who are part of a regular crew on a make-up day, notwithstanding the Cact that they may not have been employed the entire week, shall work Saturday at the straight time fate. Time & one-half(1'/1) shall he 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 Rrrty (40) hours per week. Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as slake-up to complete forty hours), time and one-half(1 '/:) shall he paid. For all time worked on Sunday and recognized holidays, double (2) time shall he paid. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the E=mployer elects to work Monday through 'Thursday. tell (I0) IIOUI'S per day. All work over tell (10) hours in a day or ('orty (40) hours in a week shall he at the overtime rate ol'onc and one-hal('(1 '/,:) times the regular hourly rate. Tile regular work day shall he either eight (8) or tell (10) hours. Ifa job can't work forty (40) hours Monday through Friday because elf inclement weather or other conditions beyond the control Of tile Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a make-up day at straight lisle (i('wor•king 5-8's). Make-up d,lys shall not he utilized ten•clays lost from holidays. Except as worked as a make-up day, tinge on Saturday shall he worked at one and onc•11a6f(11/) times the regular rate. Work performed on Sunday shall he paid at two (2) tinles the regular rate. Work performed on recognized holidays or days observed as such. shall also he paid at the double (2) time rate of pay. 4PNO. 21: Means the regular work week shall consist of'five (5) eight (8) hour days. Monday through Friday. 'The regular work day for which employees shall he compensated at straight time hourly rate of pay shall. unless otherwise provided ior, begin at 8:00 a.nl, and end at 4:30 p.m. However, the project starting time nlay be advanced or delayed at the discretion ol'thc F:mploycr. At the discretion of I; the nlployer, when working a five (5) day eight (8) hour schedule. Saturday may he used fora make-up day. The Employer nlay have the option to schedule his work from Monday through 'Thursday at tell (10) hours per day at the straight time rate ofpay with all hours in excess of ten ( 10) hours in any one day to he 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 \+nlrk Friday or- Saturday at the straight time rate of pay to complete his lorty (40) hours per work week. Overtime will he at one and Otte-half(1 '/) tinles kll. regular rate. II'workmen ire required to work the recognized holidays or days observed as such. or Sundays, tile)' shall receive double (2) the regular rate of p.ly for such work. 1 NO. 22: Means a regular work week of film\' (40) holn•s will start on Monday and end on Friday. 'The regular work day shall he either eight (8) or tell ( 10) hours. Ifa cre=w is prevented from working forty (40) hours Monday through Friday. or Lill\ pall thereof by reason of inclement weather. Saturday or ill), part thereof play be worked as a slake-lip day at the straight tulle rate, l:mployces who ire part of a I'Cg,Ular crew' oil a make-up day, notwithstanding the lac\ that tile\` Ills)' not have been employed the entire week. Shall work SatUrClaV at the S,raight tinle rate. For all time worked on recognized holidays, or days observed as such, double (2) time shall he paid. AW 1 102(,Iwy of doc ANNI JAI. WAU- 0RDEIt NO. I I Palle I (if'I Pages CO1,E CO I NTY IIO1,1DAY SCII EIDU 1,E --- 11EAVY CONSTRUCTION *NO. 4- All work performed on New Year's Day, Memorial lb','. Indepcmlenee Day, tabor Day, Thanksgiving Day, Christmas Day, or days; observed as such, shall he paid at the douhle time rate of hay. Whcn a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days r.trc recognized as holidays: New Year's D;.ty, Memorial Day. Fourth of.luly. Labor Day, Thanksgiving Day and Christmas Day. Ifa holiday fulls on a Sunday. it shall be observed on the following Monday. Ifa holiday fulls on a Saturday, it shall lie observed on tine preceding Friday. No work shall be performed on Labor Day except in case o1jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday hills during the nornt;tl work week, Monday through Friday, it shall he counted as eight. (8) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. if workmen are required to work the above recognized holidays or days observed as such. or Sundays, they shall rcccive double (2) the regular rate ol'pay for such work. The above shall apply to the four I O's Monday through 'Thursday work week. The ten ( 10) hours shall lie applied to the forty (40) hour work week. NO. 16: The Following days are recognized as holidays: New Year's 1)ay. Memorial Day. Fourth uf'.luly. Labor Day, Thanksgiving Day and Christmas Day. Ifa holiday falls on Sunday, it sh;.tl1 be observed on the following Monday, Ifa holiday fulls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of Jeopardy to work under construction. 'Phis rule is applied to protect Labor Day. When a holiday fulls during the normal work week. Monday through Friday. it shall be counted as eight (8) hours toward the forty (40) hour week: however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. I f workers are required to work the above recognized holidays or ® days observed as such, tile\/ shall rcccive. double (2) the regular rate o('pay for such work. NO. 19: The lollowing days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, A Labor Day. 'Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday. it shall be observed on the following Monday. When a holiday Calls 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 COr this eight (8) hours is to be paid the workmen unless worked. ifworkmen arc required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of hay fir such work. 1 • AW 11 026 hvy hol doc ANNUAL WAGE ORDtat NU. I I fare 1 01'1 111;ges 0UI'SIDE, NLF.C" RICIAIN These rates are to lie used fin•the Collowing ulunties: Adair, Audrain, Boone, Callaway, C atildell, Carter, Chariton. Clark. Cole. Cooper, Crawford. Dent, Franklin, Gasconade. I loward, I lowell, Iron. let'Icrson. Knox, Lewis.. I,incofn, I.inn, Macon. Maries, Marion, Miller, Monileau. Monroe, Montgomery, Morgan, Oregon, Osage, ferry. Phelps. Pike. Pulaski. Putnam, Halls, lLurdolhh, Reynolds. Ripley. tit. Charles, tit. Froncois. tit. Louis City, St. Louis County, Ste. Genevieve, Schuyler. Scotland. 'Shannon. Shelby. tiullivan, 'Texas, Warren, and Washington C'C)MMh;RCIAL WORK .._.-_._...-_ Occu lalionallf itic_ _._ __.._ Basic _- – .._..__...._.._-..__..__.Total lately I- rings__.__.__.—__ Ratc Renelits *Jour-ncvnum I.ineman *1 ineman OI-wmtor $25.93 x; 1.25 l 41.31!/o UTILITY \MRK C)ccupationai Title Basic Total Ilourly Fringe - -- Rate licnel its *Journeyman Lineman $27.95 _ _ _ `641.25 1- 37.3'10 ` 24.13 -- —_ _ $4,25 } 37.31%, --_-- *Ciroundr»ar' `t'I li`hlr---- ----- – -- --- $4.25 + 37.3(y0 -_ OVERTIME, RATE: Fight(a) hours shall constittte a work day bet�\eert the hours of*7:00 a.m. and 4:30 l.nl. Forty ('10) hours within live(5)clays, Monday through Friday inclusive,shall constitute the work week. Work performed in the 9th and 1011) hour. Monday through Friday,shall he laic) at time anc.1 une-half(1'/z) ' the regular straight tints rate ol'lay. C'ontraclor has tale option to lay two(2) hours per city at 111(! time and one-half'(11A) the regular straight time rale of buy between the hours 01'0:00 a.m. and 5:30 p.m.. Monday through Friday. Work 1wrlormed outside the regularly scheduled working hours and on Saturdays.tiruldays and recognized legal holidays,or days cclelwate(I as such, shall he laid fear a; the rate ofdouble(2)tinge. HOLIDAY RATE: All work lerlormcd on New Year's Day. Memorial Day. Fourth of .ltrly, Lahor Day, Veteran's Day. Thanksgiving. Day. Christmas Day.or clays celehrrued as such, shall be laid at the double tints rate o('lay. When one ofthe loregoing,holidays falls on Sl.uldm. it shall he celebrated on the IbIlowing Monday. ' 'Annual Inciumenial Increase ANN( IAI. "'ACiI:: ORDFR NO. I 1 •r/na ' 01 T STI.AwI I in due AFFIDAVIT OF COMPLIANCE PUBLIQ WORKS CONTRACTS LAW I, the undersigned, of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1, That I am employed as by 2. That _ was awarded a public works contract for Project No. 33053, 2004 Stormwater Inlet Replacements. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That __ has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC + My Commission Expires: STATE OF MISSOURI ) ss COUN'T'Y OF__ f;�CI1Y•P110JECTSW050.2004 Slonnwnlor Iniot Roplocemunts\Cnnt(aM DmumonWStorrnwtttor Imot Ropincnmunts.wpd August 6,2004 e EXCESSIVE UNEMPLOYMENT EXCEPTION CER IFICATION 1, the 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. 33058, 2004 Stormwater Inlet Replacements. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable of performing FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of 20 NOTARY PUBLIC My Commission Expires: APPROVED BY: Director of Community Development, City of Jefferson, MO r k(Ary-11RO.Irl-I S�133(VIB I?.(W 11110 Docwmen1-',ISJonnwi11or frilel 110placefflenis wpa August 6,2004 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this _t%'ti __ day of } f ,'.�' _ . _, 2004, by and between lex�lnc_ hereinafter referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 33058, 2004 Stormwater Inlet Replacements. NOW THEREFORE the :arties to this contract agree to the following: p 9 g 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "2004 Stormwater Inlet Replacements" 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 Wa es: To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 11, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages ' paid to the workmen in connection with the work to be performed under the terms of this contract, A copy of the record shall be delivered to the Purchasing Agent of the Jefferson City Finance Department each week, In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman F:\01'IY•PH0JF(:15l3J068-4004 Slonnwaloi Inlol fIo{>Incem"nlStCon";IC1 I)iwo nrnit,,!;10(1 nwitto 100 Hepl"cum"ms wpd September 1,2004 employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo,, and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts- In case any or all of this work is sublet,the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: (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 FAG II"Y•PROJ[CI S\33058•2004 Stortnwnter Inlot IIn III ace numv,.Gonlfacl DOM1nen IF,\SWInw III!r hItLt Ruplacornenls wpd Septomber 1,2004 r by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It Is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly r employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated Damages. The City may deduct Five Hundred Dollars($500.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated darnages 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 case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 1 f+CII Y-PIIOJI:C IBQ305B•2004 Yntinwalor IWel Iloplan,rnonls'.ConVact Docullitm slormwaler Inlet 1ioplaeenwr+15 wpd Seplembor 1, 2004 1 9. Indemnity. To the fullest extent permitted by law, the Contractor will indernnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys'fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor,anyone directly or indirectly employed by any. of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. '10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11 . Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance ' with the rates and/or amounts stated in the bid of Contractor dated August 24, 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 One hundred forty-five thousand seven hundred twenty-five dollars and no cents ($145,726.00). 13. Performance and Materialman's Bonds Req lred. 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 711 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. F.\GII V•1'110A..G 1801:101111 ;,()(PI AMITI .tl,v 1111111 Nup4u I-fI M rConudrl 1i«unn^d a'i()InIw,dP1 11111,1 Iinp4ltnnn1,nut wpd Soplombor 1,2004 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability: If any section,subsection, sentence, or clause of this Contract shall be adjudged illegal, Invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c, Information for Bidders h. Technical Specifications d, Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid 1 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 priorcontracts and understandings between the Contractor and the City. 19. Authorship and Enforcement_ Parties agree that the production of this document was the joint effort of both parties and that the contract should riot 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 1':1CITY-PFlOJECIS\33O5fl•POW Slormwnlor InI"I(7i+pl,ia"nnnts'Conlrnr Urx;unn+nly`Slonnwnl"r I,d"l Ilepl"cnrm"dn wpd SUF11Crnbor 1,2004 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 property authorized. 21. Walve of Brmc�.h_. Failure to Exercise Rights and Waiver: Failure to Insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed e a waiver or relinquishment at any other time or timos 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. Mondiscrimination. 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 3188 County Road 303. Linn, MO a5gfu1 . The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITN SS WjiEREOF, the parties hereto have set their hands and seals this�y1. day of + Ys'� .4,,4;/----- 2004. CITY 07 JEFFERSON CONTRACTOR May6r Title: ATTEST: ATTEST': `--�. City Clerk Title: \/1`cN- �S?V 5�,1dt'AJ �! APP E A FORM: . City Co nselor rkclrV+najGcl6\33050•M04 Slonnwolor Inlet Hupinc:enxnu$\Conliacl Docummtls\Slommiler InIol 11oplaromoola wed 5eptomber 1.2004 REIR 0 PAYMENTANDG ARANTEEkO Q EQ_RMANM_ _N_ KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned hereinafter, referred to as "Contractor" and A _._-______.____ a Corporation organized tinder the laws of the State of and authorized to transact business In the State of as Surety, are held and firmly bound Unto the hereinafter referred to as"Owner" in the penal sum of_.__._. __._._.__..____.._.__..__._-.-__----.___.._- DOLLARS ............ ........ lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the ------------ day of__..__.._ entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tOOIS, superintendence, labor,and other facilities 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: ONOW 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 ;?(V Stornmilur Inlet 1(dol 11t(Alloolloo15 WI)d Soptembor 1,2004 of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law ® and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, thon this obligation shalt be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law. PROVIDED FURTHER, that the said Suret , for value received, hereby stipulates and Y Y p agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor 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 Surely will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the FACIIY•1'1*10j'C I S`.JJU!'11- (N)-1';Ionmvulm If llnpl,u rmonl!;Comlru 1 Uu1 wrolm ,!;(om" illtll lnlrl llvpl it.o lii911'.WnU S13r)1(31f ber 1,200.1 said Surety has caused these presents to be oxocuted In Its name, and its corporate seal to bo hereunto affixed, by it attorney-in-tact duly authorized thereunto so to do, at on this the day of 20 SURETY COMPANY CONTRACTOR _(SEAL) T-10Q4.f1:Q,41-t Attorney-in-fact (State Representative) (Accompany this bond with Attorne -in-fact's authority from the Surety Company certified to include the date of the bond.) FArl I Y•PR0.JFG I S,330hn•Mm.1,10(111willof 11111,1 Inivi Auplacemonis WI)d September 1,2004 AV EMC jErnpia.ym. Mutual cA,.%,.,dty cmm,-Amy S 2 7 8 2 0 3 I lorne Office-Der,Wrier.lowa Bond PERFORMANCE BOND KNOW ALI- MEN BY THESE PRESENTS: That W(:, AI'LEIX, IN(:. 3188 County Road 1/303, 1,11111,1`10 65051 (hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa with its principal office-in the CITY OF DES MOINES, IOWA, and authorized to transact business in the State. of M I ................ as Sutety, are held and firmly bound unto cl.ty of Jefferson, 320 Is. McCarty SC. Jefferson C-I..t , N10 65101 (hereinafter called "Obligee"), in the periiiil sum of oil(! if (1 1,'()1-1;v-f]VL' '1110 US11 11 d. Soren litindred rwenty and no/ l00------- ___-.--_---_________.._.___-------_---______-_-- DOLLARS ($ ), flood and 10WfUl money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, cidrilinistrators, executors, Successors and assigns,jointly and severally firmly by these pra.,.',orits, SEALED,with our seats and dated _13 L da y of 20 WHEREAS, the above bounden Principal has entered into a eviliain written contract with the above narned Obligee, dated the 1.1 .11_ day of _�sI 20 04 providing for the construction or supply of, Pro-ject #33058 - 2004 SLot­111W;1Ler Inlet Repim-ellient I)rojecl Jefferson City, 1,10 which contract is hereby referred to and made a part horoof as fully and to the same extent as if copied at length herein for the purpose of explaining but riot of varying or onlarging the obligation. NOW, THEREFORE, THE CONDITION OF I-FIE ABOVE OBLIGATION IS SUCH, That If the above bounden Principal shall well and truly keep, do and perform, each arid every, all and singular, the matters and things in said contract set forth and specified to be, by the said Principal kept, done: and p(irfornied at the time and in the mariner in said contract specified, and shall pay over, rnake, good and miinbtirse, to the above named Obligee, all loss and damage which said Obligee may sustain by reason of failtire or defoull on the part of said Principal, then this obligation shall be void; otherwise, to be and remain in hill force, and effect. PROVIDED, HOWEVER, this bond is UXOC11110d by the; SUrolly, upon the express condition that no right of action shall accrue Upon or by reason hereof, to or for the use or bonotit of any one other than the Obligee named herein; and the obligation of the Surely is and shall be G011,'01'Lled t;trictly as one of suretyship only. WITNESS; AIII.EX, I N(,. Ify `1 (II IncLvidunl nr Finn) fil J_ ATTEST: 1"Aliployers (11111tial Castially Compa.113, Sur ctly /I fufiil�l 7066(3-02) M EMC`wornMuwal Casualty CA)mj" I i0mc.office - Des Moines,Iowa Horid No. S2 782.03 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That We, Al'IJ-'X, I NC. 3188 County IWrid P303, L.Inn, MO 05051 "called—"-P,-ri,n-*c-ip-a,l"-),*,a-s--Principal,--,i-r-ici-f-hi,�-"E-*,M,-P--L'0-Y'E--RS--'M- 1jT'U A'L-CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorizod to transact business in the State of M.1 ISS()UR I (hureinaflor called"Sufoty"), as Surely, are hold and firmly bound unto the of Jerret-son, M.Issoltl-1 320l'-McCat-tv St Juj- 65101 (hereinafter called "Obligee"), In the penal sum of One 111111d"od Voi-I v. •-i Ive Thmisand Seven Hundred Twenty & No/ 100------ DOLLARS, ($ 145,7;0.(x0 .1ood and lawful money of the United States of America, for the payment of which, well and truly to I)(,- made, we bind ourselves, our heirs, administrators, execulors, successors and assigns,jointly and r,t!verally, litirtly by thosp. presents. SEALED with our seals and dated this 13th clay of 1 1 t.c,m 1)(,t- 20 04 WHEREAS, the above bounden Principal has ent(--;rorl into it cuitain written contract with the above named Obligee, dated the 1301 day of Sep Lenihei- 20 01, providing for the construction or supply of, 1133058 2004 Stoi-mwnt:(!i- 1111UL Itepin •eiiwnt: l,t-o.jec.t - Jefferson City, MO Which contract is hereby refor7ed to and made a part hereof as fully and to scone exttwitas if copied at length herein. NOW, THEREFORE, IF the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, then this: obligation to be void; otherwise to remain in full force and virtue. SIGNED and soaled this 13111 day of S e 1)C.e ni 1) 1- 20 011 WITNESS: Aj)1,FX, -I I'nnr.ycd (Sant) By (If Individual of f-i(m) ATTEST: Employei-s Nitiltial Casualty ("on1j)"Iny ' (II C;ordxmllron) Atintimy-m-F art 7067(3-02) 11 • ' / '/ / • ' ' i' • 01 1 maw, 0 EMC Insurance Companies N�. 51- 0074 I"01 Itu� 712 • Des 1lnint•%, lmt1150 110 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT 00W ALL i"JIEN BY THESE PRESENTS, that: 1, Employors Mutual Casualty Company,an Iowa Corporation 5, Dakota Firo Insurance Company,a North Dakota Corporation 2. EMCASCO Insurance Company,an Iowa Corporation G. i✓MC Property&Casualty Company,an Iowa Corporation 3, Union Insuranco Company of Providence.an Iowa Corporation 7. Tho Hamilton Mutual Insurance Company,an Ohio Corporation 4. Illinois EMCASCO Insurance Company,all Illinois Corporation heroinallor rolorrod to sovorally as"Company„and colleclwely as"Compile)!'",vilrh clout,,fly th(r,c pn•;unh,,nl;ikr:,consUlulo and appornl LINDA NOLTING, SHIRLEY A. POPEJOY, INDIVIDUALLY, BLUE SPRINGS, MISSOURI ......... ...................................................................... THOMAS S.NAUGHT, HARRY NAUGHT, DOROTHY BAKER,TERESA STEI'HENSCIN, SARAH NAUGHT•BARGFREDE, WILMA KEISER, MARCIA NAUGHT,TIMOTHY R EASTIN, RICHARD NAUGHT, INDIVIDUALLY, JEFFERSON CITY, MISSOURI ................ its true and lawful allornoyin-lact,wnh fill]power anti authc)rily conferred to sign sual. ,Intl exocul(• ih;I;twhd bond, undertaking!,, and other obligatory insUumenlS of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ......................................•..............,........................................ ($10,000,000.00) tend to hill oach Cunlpnny thereby as fully and to Ilia) sanua exlenl at;11 such uc;InunenU,wera' sign(()h", the(filly nuihon;oil officers of each much Company,and all of Jim.acts of said nllorncry pursuant to Uu:authority hereby given are hemhv rata i(td sand t.onloinwi Tho authority homily granted shall expire April 1_, 2005 wvolwrl AUTHORITY FOR POWER OF ATTORNEY Phis Power-ol-Attorney Is manic and oxeculed pursuant to and by the .a lhonty of tho lollowmq we;oluliot of t1w hoitrd:,ill Uirnctoas of each of the Companies ai n rogulariy scheduled n)oeling of each C.onq)nny duly called and held m 19()'1 RESOLVED:Tho President and Chief Executive OplCer,any VICe ('resident, the Tloasurw nand III(! Secretary of Fniployers Mutual Casualty Company shall have,power and authority to (1) appoint atlolrnyS-ui-fat anti authorize therm to execute on hchalf of each (.cunp;any and atliwh the seal of the Company (hereto, bonds and undortakings,rocognizances,contracts of indemnity and other writanps obligatory ill the moue Ihclo)f.and(:))to rc.,muve any such attorneyiii-(,,act nt any time and revoke file power and authority given to him or her.Attorneys-in-fact shall have power and autimrily soiled ;o fit:tuner•and Innitations of the power-of-attorney issued to them, excculo and deliver on behalf of the Company, and to attach the seal of Uae Company theroto bonds and undedakmgs, rerognizences, contracts of indemnity and r writings obligatory in the nature theroof,and any such instrument executed by any such att,arm•y•m-fort shall bu Jolty and m all tespects binding upon the Company, �leflificalion as to file validity of any power-of-attorney atathorired herein elide by an officer of F=naployurs Mitlual Casually Company shall be fully and in all respects binding upon this Company. The facsimile or mechanic;Illy reproduced suln11111C Of c:uch nftu;ut, whether nmd,; heratoforc or howafter, wherever appearing upon a cortified copy of tiny power-of-attorney of the Company. shall he valid and binding upon the Company Willi the;,lint:fnice and afloct as though manually affixed. ' IN WITNESS WHEREOF,the Companies have caused these Presents to be"lined frn each by thou olh("ors,)t.,,hown toed the Corporate seals to be(hereto affixed this _._1 Oth _.day of . __ October. 2002 �H,/ SONS Bruce G K ley.Ch;uu S lrtn isley ' Iti•'.(n�,a�., ,rt' „nn',, of C'011)J)OWC.,'� .3,•t.rr 1�Ir V111,1(3enl A!,!ilstant Secretary . of Gonlparr, 1 Vice Chiuno,ul an.f SEAL 1Hfi;t ld');i 11,;E0ofCorlipmly (A)trust 0th day of October AU 1002 be(ore me a Notary F abhc to,lad Ior the.,Eric o low;),purr;cmally;appeared Brace G. Kelley and Jeffrey S. lTudshly.who bliw(t by nao duly�mon), did slay that ihey aril,toad art!known to me to be the Cha1mlan r1tesident. Vic(, C:hanrrimii ;lad CFO, and/or Assistant Secretary, respoctively, of SEAL SfAI SI At. e,arh o! The(;onapalllw;above tha!Ihc seals 111140d to ibis loStrumenl are the seals of swirl : : « corporiaUon:,,, that said instrument ww on bohall of each of the Companies by aullionly of lieu «,spcclive Ho;lift, of Uiructors. and dial the said (truce G. Kelley and Jef(wy :; fwdc*!,, w,my h oflacoe), ;w..k,u)wledge the execution of said instrumtnt 10 be trio \vt 111Uc/ voltnal;iry act mid deed of ox.h of the Curnpanlos loy Connwssum 311. 7003. � �a Sn ,•t t4 RIfTA KRUMINS Commission Number 1713255 My Comm"E xp,5e�f.30,2003 Notary Pobju nn and io! 111(State of Iowa CERTIFICATE I,David L.Hixoribaugh,V(Ce President of the Conmantos,w)noreby c;(shty ih,al tho fonxb)nag re::niubon of the i Wirt%of Diwctois by each of the Ipanies,and(his Power of Attorney issued pursuant thereto an October 10, 2002 behalf ofThomas S, Naught, Harry Naught, Dorothy Baker,Teresa Stepiaenson, Srarah Naught-Berglrede,Wilma Keiser,Marcia Naught, ' ado true and correct and are slill in full force and efferl. Linda Nollinq, Shirley A. Popelay, Timothy f='. East!», Richard Naughl In Testimony Whereof I have subschbod my name and af4<ecl the facsimile seal o each C.omdranv 11W, 1. Cltliay ni ;gip Lenibcr 200LI Vice-Prosidoni ' • Iffl. • • • '• • • • . CO--268• OP ID y,J1 DATE(MMroDnYrYI ACORD. _ CEt��'lFlC,�'TE OF Ll/�RILtT'1�' IP!_SUFZ/�►�ICE APr,EX-1 09/13/04 PRODUCER THIS CERTIFICATE.IS ISSUED AS A MATTER OF INFORMATION Naught-Naught / Jef:fernon City ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1441 Chrinty Drive HOLDE=R.THIS CERTIFICATE;DOES NOT AMEND,EXTEND OR P 0 23ax 1768 ALTFR TIII.' COVERAGE AFI`ORDEU 13Y THE POLICIES BELOW. _......__._......,_,_..._._._.._..... .._._._.___._._._. _....._- __ --r. Jj&Lferaon City MO 65102 Aet573-634-2727 Faxt573-634-7762 ' 1NS11RERS AFFORDING COVE?RAGE INAICN (N,. EC1 1W,0141 It P, t'tnrltmwt 1 111"uronrn C—Psny IN!;IIItf 14 It MiIB Gouri Employers Mutual. ' A lc+x Inc. I Irl',u11T rl,. 6o Rd :303 _.._.— 3 E38 U rut MO 65051 INSUn,I<1) COVERAGES THE POLIC:I-SOf INSURANCF 11511 DE,1:LOW I1AV( HELN ISt;ULI)1U 1111 lWilllif ONAMI IIAH(R'( I OH TIII Pill ICY 111 P10I)INDWAICI) NOTWITHSTANDING ANYRf-.01) IV IFN1,1I•RMORCONDITIONOIANYCON"TRACTOROTHLRt IGU MI'N1WI,11HI`W l(A IOWIII(.IIIN:i(,!ItIIIICAI1MAYHIISSUCDOR MAY 1'ET2IAIN,111E INSUI(ANCF AFI ORULO PY 110."1'Ol ICIC.S DF:SCI(IHE"I)IIEItLIN IS Sllit.11(:I IO AI 1 1111 TI TIM',,I y(a tISION';AND C(1NDI110NS OF 511011 11OLICICS AGO-141 GAIL LIMITS SHOWN MAY IIAVI.IR:FN RLDIICL1)HY 1'All)CLAIMS INSR 11011 " -. . ( - - i POI ICY CI'FECTIVI' ---•-.-- LTR NSR11 TYPE OF IN90RANCE POLICY NUMHER OATI MMIDT)IYY DATI'. MMfDfIIVY LIMITS �- GENLRAL LIABILITY —'— IEACHOCCURRENCL $ 1,000,000 OAMAGE TO REUTLT.1---- - -°— A �X (;OMMPI(CIA1 G(NI.kA1 HAIMITY ( CAP5478467 03/2'3/04 03/23/05 IPttEMISF.s1F:nou.uroncr.) $ 500,000 !CLAIMS MADF !.�.!OCCUR PAT O 1,XI'(Any one pomon) s 10,000 M — A Ig OCP - Owntr BINDER 09/13/04 09/13/051I'EitSONAIIIADVIN.111RY $ 1,000,000 City of, .JL1ffCrs(1,1, Mil I ,tNLRAI AGGREGA_IL 1 $ 2,000,000 GF ITT AGGIM GAT L(IMRAI'I'i IFS'I'IIt I IPHODUCTS-COMf'!r)I'AGG x2,000,000 t'GI ICY �lrl i�i -J T c,(: ^ AUTOMOBILE LIABILITY —« (r)MHINEL)SINGLE LIMIT $ 1,000,000 A X IANY AUIO I CAA5470467 03/23/04 03/23/05 Al l OW 1,11 1)A0116 h001I Y INJURY ! (Per parson) 5Cl f X HIRLO A01 Oh ( I It(,UII Y INJU14Y �io,�/� �! Ir'ur ntuornl) X NON OWNLI)AIJI(C; 'Ni7�/i- ANCE ROAMED PROPERTY DAMAGE GARAGE LIAR 11-A1Y ; / — �`---'— 1 Al11OONt Y:I A ACCIIJENI EA ACC $ ! ANYAU10 Date: O1HEI?THAN __.._ ti . AUTOONLV AGG $-----�— EXCESSIl1MBRELLALIABILITY I LACHOCC;l1RRENCL- t$ 2,000,000 A ) X Iomm jCt.AIMSMAUI. CAP5478467 03/23/04 03/23/05 AGGRLGAIL ls2,000,000 x I , ItF.1F.NNON 1 $ TZ'TI7 WORKERS COMPENSATION AND I II.I tY LIMIT f", Flt i EMPLOYERS'LIABILITY 33 1 213534 03/23/04 03/23/05 1 L.LACIIACCIDI:NT x 1000000 ANY PROPRIEIOWPARTNI"WPXECl1TIVE. --------- OI FICERIMLM(II,R EXC(IIDLD' i I f:I [)IY--AS!:-EA EMPIOYEF $ 1_00_0_000_,_ If yos,oaw be under _ :iF'ECIAt PROVISION`;billow I_I. DISFASI POLICY LIMIt I I. 1000000 OTHER A Install/Builders R CAP5478467 1 03/23/04 03/23/05 A Equipment Floater CAP5478467 03/23/04 03/23/05 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY LNUORSLMI:N1 I SPLCIA I.1'11OVIiIGNS Project # 33058 - Stormwater Inlet Replacement Project CERTIFICATE HOLDER CANCELLATION CITY Or SHOULD ANY OF THE ABOVE DESCRIBED POL ICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,TIIE,ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOT{CE 1'0 1 HE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Jefferson City IMPOST.NO OBI.IGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 320 E. McCarty RtiPRESE•NTAIIVLS Jefferson City MO 65101 AUTIIORI"GEDIt EPRESFNTATIVE �Al ACORD 25(2001108) (0 ACORD CORPORATION 1986 ® FORWARD .GE_NE_RAL PROVISIONS fib The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP--1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract docurents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond property executed, a Statutory Bond where e 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). F.\CI1Y•Pn0,IL.CTS\33050•2004 Stormwmer Inlnt Rrpinrt±ruontti.GoNrpcl('tnaunr rHf,.;itonnw;dra Iwo Hvi%wi-mvnU wpo Auqusr 6,2004 6. "Construction R .pre.c.ntativc, shall rnc.an the engineering or tcchntcal assistant duly authorrtcd 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 c.:quivatent thereto, shall mean the date upon which the successful bidders prol:losal i,; accepted by the City. B. "Day"or"days",unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each, 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "flans" or"drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these cortract documents the words "as directed", "as required", "as permilled", "as allowed", or words or phrases of like import are used, if shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved","reasonable","suitable","acceptable","properly","satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed" or tiny expression of the like import, such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shell mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highwa-and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/h. r duly authorized representative(s) under separate a(peemont with the City of Jefferson that -)repared the plans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood arid agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the CUnfOlITlation of the ground, the character, quality and quantity of the materials to be encountered,the character of the equipment and facilities needed preliminary to and ' during the prosecution of the work, the general local conditions, and all other matters which can in anv way affect the work under this Contracl. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall he lhat of an independent contractor. GP-4 THE ENGINEER ' The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority ' r%cil Y•PROJ(YJr S�:QOYI•:(HH Stormwater Inlet Nepl;u enuvq,'crnqurrt Uuun"enls Stolmwater Inlet NrPlmements woa A+1(,J(1St 6.2004 ' 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 ondeavor 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 BOUND 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 surely bond, executed by the Contractor to the City, shall be a guarantee: (a) for the filithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might Ili 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 detective 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 qualif ied to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible, the City shall have the: right to require additional and sufficient sureties which the Contractor shall furnish to the,satisfaction of the City within ten (10)days after notice to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure,pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, agr'drisl 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 staling that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall slate that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are stalled. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to ' do business in the State of Missouri. er\CII'Y•III 10.1FCI:i"130511•:OW tite!mwall.I It I, FiepLU eni!•nt!"(.an:Iut•i I4!t tuf W,Inlet 1iolinue"rnP WpO August 6,2004 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 limit; of riot less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to Irmrl for lhe� policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) ' (1) Contractors contingent policy providing limits of at least $300,000 per parson and $2,000,000 per occurrence for bodily injury or death. ' (2) Property Damage Liability providing firnits of al least $2,000,000 per occurrence and$2,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $2,000.000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. ' GP-6.6 EXCLUSIONS The above requirements GP-6.2,6.3,6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of,or structural injury to,any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE - Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with • Bodily Injury or Death Limits of not less than $300,000 per person and$2,000,000 per occurrence,and ' property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or I'GIIYT110JGCI S 1 W511•2004 Slormwntw Inlet wptl Atig lst 6,2004 , separate policy carrying similar lir7rrts. The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of $300,000 per person. The "All State" endorsement shell be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting f rom injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when rn warehouses or storage areas,during installation, during testing and until the work is accepted. It shall je 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 t 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 RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other ' temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever (except as hereinbefore provided) to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. GP-6.11 CONTRACTOR'S RESPONSIBILITY_ON DAMAGES & CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages,costs,expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or 1=.'.CIIY•PNO.IFCiS\a3l)bN 0W Stormwalur Into Uocollww.hK"nowale,IN'd llm)lm omera.r wpd AtIgMt 6.2004 caused b the negligence or ri lc; od noc lic.once, of Iho Contractor or his subcontractors or his damage c y g .) .) or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen,material men,or suppliers o!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 Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment. shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his ® , subcontractors and of person either directiy or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Docurnents 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 exeCL.rlion 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. i-'GIcY•F'ROJEGTS\3305U-200.1 Storrnwnter Inert rleo acoments\Convact(lucrunentr.:,la•nrvdt,•r inh•t Nr•trLtcnmenl.wVr7 August 6,2004 GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements, and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work, and in case of an award of damages,the said Contractor shall pay such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both,in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is 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 with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall ' be executed until the required dimensions have been obtained from the Engineer, GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, ' points, or instructions, which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents, as 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 S 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. FA-ITY•PROJ[CTSMM11•2.004 Sto mwatei Inlet Rrplacement.S�COI�Ih)Ct puurnent,l;4xmwatei Inmt ReUI;¢emrnts wPd August 6,2004 GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association,or to codes of local or state authorities,shall mean the latest standard,code,specification,or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or ernploy such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and 1 no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard Lind obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the Contractor frorn any obligation to perform said ® , work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good by the Contractor at his own expense, and free of all expense to the City, whenever so ordered by the Engineer, without reference to any previous oversight in obsentation 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 nave 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 removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work ' was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer,and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 LINES AND GRADES • FX11Y•PRO.IECTS',93050•200-1 Slorrnwaler Iniel HeP4lrnrnenls\Conlin: DcK:unn"i1s Su"mwuu+r Inlet Rupurcenmrne wUtl August 6,2004 The Department of Community Development will set construction stakes establishing lines,scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish tho Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades,and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice, The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become darnaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative 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. rGP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, ' tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent ' or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GR-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department, Fire Department,and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Community Development. All P KJIIY•PROJEC 15/99058•200.1 Stormwater 1wet[I I:o[umunts\SVUmwnter Inl°t Neplacew nits wp0 August 6,2004 detour signing shall conform to the latest edition of the "Manual on Uniform Traffic Control Devices". Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project, the Contractor :shall make every effort to provide access to each home every night, This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs,and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights, All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance, with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines,conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by the plans, or found in vocations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners.,end any damages caused to the utilities by tiie Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner, Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any darriages resulting horn his operations. He shall be fully responsible for the protection of all persons including members of the public,employees of the City and employees of other contractors or subcontractors aril all public and private property including structures, sewers and utilities above and below ground, along, beneath,above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. I \CIIY-III iOJt:(:IS�330YA•2004 tilrxmwa!m low Nrtn;aomenL:Co!4rrrt Umtof yr t!;4tormwalk•,hilo ituPitu o r it- I;t wuu August 6,2004 The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative; to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of lite or of the work or of adjoining property,the Contractor,withoui special instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City,or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS A if desired by the City, portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OMITTED, OR CHANGED WORK The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. ' The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost.shall ' be done as authorized by the Owner and ordered in writing by the Engineer,which order shall stale the location, character, amount, and method of compensation. No additional or changed work shall be VACIIY•1'110JEC19"MO I-:(XM Sldnnwaler Inlet Ilnplaa•numis'.C;untrdcl Oocurnr+nl'•\tilonnwnlnr Inlet Hopincement"wpd Auclus►b,2004 made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of work to be done,and the added work or any part thereof Is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices tl-orefor. 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 an-iount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated irofits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done a-, a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15)days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and riot covered by the Contract proposal items and which is not otherwise provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum 3. Method C: if neither Method A or B can be agreed upon before the work is started, then the work shall be by force account as per Section 109, Measurement and Payment,of the Missouri Standard Specification for Highway Construction, as published by the Missouri State Highway and Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work,or any part thereof by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date ' fixed in the written notice from the Owner to the Contractor to do so. FACITY-PHOJECTSM066-2(NW stommaier IOIet HeptaCernenir-Canwo 0ocumentdlStwmWatvr InIPi neplacements.Wpa August 6,2004 But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-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 ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency,or if he should persistently or repeatedly refuse or should fail,except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may,upon five(5)days written notice to the Owner and the Engineer,stop work or terminate his contract and 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 foss 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 for the proper prosecution and control of the work at night. F 1CI1'Y-PROJEGt5',330511•2067 SIOHIIw 001 100 Dmurnems\61ormwa11r Inlnl Aeolaremew s wpe August 6,2004 c GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions.the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants,acts, matters,or things hV this contract undertaken to be dune or performed,or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any 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 Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours, the day will not be countod as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any lime during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost clue to causes which he deems justification for ' extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of clays he estimates he will be delayed. Notice ' of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer F:ICITV•Pt10JFCTS,,33050-2M.1 S•arrnwa ler Intel ti0pIi1C9111P1d¢'GO 11rpCt lAnvnu•rar".VUnmwnN„INut Nop:drn naait:,wuu AUquSt o, 2004 at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out-in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any extension of the time,shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the (aid but necessary for the completion of the project shall be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract,an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the itern, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT ' Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will promptly make such inspection,and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature,stating that the work requirod by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage,shall be paid to the Contractor by the City of Jefferson within thirty (30) days after the date of said final certificate, (f) AFFIDAVIT OF COMPLIANCE ' I.T11 V-F,IO&CI(i�:Ll0511•'1(X W Slonnwalf-I Inlol Iityla( ltoms�('onaacl I)nnu w111!.!dnnIV,I I I f i t ud Ilrphu I'm'!10 W d AUgLIS1 6,2004 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 the Owner or of any person relating to or affecting the work. GIR-42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States,if quantity,quality,and price are equal. e=very contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract GP-45 AWARD OF CONTRACT - REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the Cityof Jefferson,Missouri,Department of Community Development,an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section F"�CIIY-FIROJGCIS13 068-.(XM Sro.mwau.,(nlel l I',Yj IitI,r4r+ t;wpd AU(JUSt 6,2004 ' 290.290, RSMo (1994 as amended), an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month Immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating ® that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended), when in fact the contractor or subcontractor has not complied,to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement,or whose subcontractor makes a false statement,shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. i END OF GENERAL PROVISIONS r ' PAW Y-PROJECTS\330511•2(H)•1 Stortnwater Irdel flaplur ernvnt5lt:unl!act Do(mmg3tl5`Stormwatet Inlet I leplacomentswpo August g,2004 SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other P P Y 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 Plans, and any special or specific Specifications as included in the contract documents, All construction details included with the plans and attached nereto shall be used in constructing this project. SP-2 PARTIAL ACCEPTANCE 1� The City reserves the right to accept any part or all of the bid for the project. SP-3 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, The Engineer, the Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite, The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. SP-4 PREVAILING WAGE LAW ' Bidders are hereby advised that compliance with the Prevailing Wage Law, Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section I13-20). Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. SP-5 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S. Postal Service to determine ' where the mailboxes should be set 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 material of better or August 6,2004 equal type and quality at the Contractor's expense. SP-6 ROAD CLOSURE DURING CONSTRUCTION During construction, the rovad may be completely closod on projocl sites Ili, 112, 113 ' and 118. Sites 114, 115, 116, 117 and 119 shall havo a minlmurn of one v)ay traffic maintained at all times. In the event of lane closuros, the Contractor shall provide file necossary traffic control personnel, such as llrlymon, and any signincf, warning devices and signs necessary to maintain traffic flow Including dolour slgnago, All sites shall be opon to traffic at the) and of each working day. Stool plating and signage indicating c;1 "BUMP" :.,hall be Installecl If the' driving surloce has riot boon replaced. SP-7 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwelling.,; or buildings. tile. Contractor shall notify the inhabitants of such sirucluros that the use of the driveways or access will be tomporanly aUor.,lod, Notice shall be of sufficient length to allow the persons affected to romovo vehlclos and othc)r horn:; III[If 11111y be inaccessible during construction rlctivilim;. Pedestrian access shall be mamtainod ;11 rill lirno;,. , ullablo uccos:. shall be ® provided across lronchos, ditches or othor h.rrrlot!: .and obstaclos for podostruln traffic. Appropriate devices shall be user] la warn ltne pul)lic of Iho c]ru-l(Iors Ihrrt ITnrny be present. SP-8 PROTECTION OF ADJACENT PROPERTIED Surface water shall be divorled and olholwi:.r) prevented from onlolu)cf of drunrlqung adjacent property as a result of preclpilatlon cirurng con:,Iruc Lion SP-9 UTILITIES The Contractor shall expose 1111 1,10Hy cro.,snul;; to e:,lahlr., 1 luc.11ioll rind doplh:; plinr to construction. SP-10 ROCK REMOVAL No explosives shall be used on this pio]ocl. I luck :,hall he ronlovud by 111(w n,unlcal ■ chipping, jack-hammering or other rnelhod!.; apl)lovocl by III() I-ncfUlow. ® The payment for rock excavation is horoby !:;ol by II)1:; apoulal Otuvl:.n r, ill $I; 11l09 per cubic yard excavated. Payrnonl will ho hiwod upon oc1ur11 Hold rnua;,n11or11on1:; of rock excavated and will riot be used a:; it brlsi:, for odrllur11rr g Ito! f,1c)1oc.l SP-11 ROOF DRAINS All roof or foundation drains found In the vicinity of the f)rc:,puc.ocl :'torrrl t;oww'; cihall Sbe connected to the system as diroclod by tho I_Iglnoor. Whore Intrlllplo clrruna exist, the shall be first connected together and then tied into the s stern so as to Y 9 Y minimize the number of connections. Alternately, the drains may be connected to a nearby curb. See Technical Specifications Section 1'S-29, Downspout Drains, SP-12 REPAIR OF DRIVING SURFACE All sections of pavement damaged or removed during construction s4mll be replaced by filling the trench with approved materials up to an elevation 7.5" lowor than proposed final street grade. Six (6) inches of Portland Cement Concrete shall then be placed according to the standard detail. The City of Jefferson Street Division shall then be notified that the work is complete and ready for the final asphittlt patch, The Street Division will install the final 1.5" asphaltic concrete hot mix or Poly-Porrn as necessary to complete the repair. SP-13 ADJUSTMENT OF UTILITY SERVICES The necessary adjustment of utility services such as water, gas, tplephone, and electric, including meters, valves and other appurtenances shall be Subsidiary to the work. SP-14 SERVICE LINE ADJUSTMENT This item shall cover all costs associated with the adjustment/ reloc,:ition of utility service lines as dictated by the storm sewer system. This item will be paid por service line adjusted. SP-15 PLUGGING AND ABANDONMENT OF EXISTING PIPE The pipe to be abandoned at Site fl 3 (Norris Drive) shall be plugged ZAnd sealed ' with portland cement concrete as directed by the Engineer, The pipe to he abandoned shall be completely tilled with clean sand. The sand shall be blown into the pipe by using compressed air or other such means. Alternately, the Contractor may choose to remove and dispose of the existing pipe. SP-16 REMOVAL AND DISPOSAL OF EXISTING IMPROVEMENTS Removal and disposal of all existing inlets, pipe, pavement, etc. shall be, considered subsidiary to the work. SP-17 INSTALLATION OF REINFORCED CONCRETE STORM SEWER PIPE (RCP) The unit price for the installation of reinforced concrete storm sewer pipe (RCP) shall include all necessary excavations, ditching, backfilling, bedding, shoring or any other ' item required to make the installation of the pipe. This includes granular rock back.fill the entire cover depth up to street subgrade. It also includes the necessary street cut repair/patch. SP-18 INSTALLATION OF HIGH DENSITY POLYETHYLENE STORM SEWER PIPE HDPE - The unit price for the installation of high density polyethylene storm sewer pipe (HDPE) shall include all necessary excavations, ditching, backfilling, bedding, S Au()ust 6,2004 ' shoring or any other item required to make the installation of the P i P e. All joints shall have water tight gasket connections and the use of couplings shall be minimized. The gasket material shall be closed cell expanded rubber or neoprene in accordance with the manufacturer's specifications. No direct payment will be made for the water tight connections. The contractor shall submit manufacturer's shop drawings for pipe material, joints/connections, connection fittings and installation recommendations. SP-19 PROPOSED LINE AND GRADE FOR STORM SEWER PIPES AND STRUCTURES All storm sewers shall be laid such that there is no deflection in horizontal or vertical line and grade. All storm sewer slopes shall be field determined by the Engineer. All storm sewer structure flowlines (both incoming and outdoing) shall be field determined by the Engineer. SP-20 PRE-CAST STORM WATER INLETS Pre-cast storm water inlets will not be allowed on this project. All inlets shall be cast-in-place with the final dimensions determined in the field by the Engineer. SP-21 TOP SOIL FOR LANDSCAPING AND SEEDING AREAS 'The top six inches of all areas of the project to be seeded or landscaped shall be free of rocks, stones and clods prior to seeding. Accomplishing this requirement may require the contractor to utilize a mechanical rock rake, hand picking of stones, and/or placement of 6 inches of clean topsoil. No direct payment will be made for this requirement. SP-22 STORM WATER POLLUTION PREVENTION It will be the responsibility of the contractor to use best management practices for the control of erosion and sedimentation on this project as enumerated in the City's General Land Disturbance Permit and as outlined in the City's Stormwater Pollution Prevention Plan. SP-23 SILT FENCE Silt fence shall be installed at the discretion of the Engineer. The silt fence is to be maintained throughout the duration of the disturbance. The fence shall be installed on contour where it can intercept runoff as sheet flow. The ends of the fence shall be turned uphill to temporarily impound water. Payment for this will be by the linear foot installed. SP-24 TEMPORARY MULCH Temporary mulch shall be wheat straw or similar material applied to the ground so as 10 achieve 75% ground cover. Any area that has been disturbed and is 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. August 6,2004 �1 SP-25 PHOTODEGRADABLE STRAW BLANKET The straw blanket shall be used for erosion protection and may replace temporary or final straw mulch In some locations. The blanket shall be North American Green S75BN or Engineer approved equal. it shall be installed according to the manufacturer's recommendations using a green dot stapling pattern (1.7 staples per square yard). This item shall also include all fertilizing and seeding required in the areas to be covered with this blanket. It shall be installed as directed by the Engineer. SP-26 GABION MATTRESS This item shall be for construction of a standard galvanized wire type mattress that is uniformly partitioned. The mattresses shall have preformed stiffeners at each exposed.face. The lacing and connections shall be in accordance with the manufacturer's recommended practices. A detailed shop drawing shall be supplied for the approval of the Engineer for the mattress materials, stone filler and construction techniques, This item shall include the cost to supply and construct a complete in place mattress, stone filler, geotextile lining, etc. ' SP-27 CONSTRUCTION SURVEYING, ENGINEERING AND STAKING The Contractor shall have available sufficient equipment and manpower for the ' Engineer to determine lengths and grades accurate enough to make field decisions on how pipes and structures are to be installed. The Contractor will supply all construction staking as necessary based on said field decisions by the Engineer. The payment for this item will be made on a lump sum basis. END OF SPECIAL PROVISIONS r t • August 6,2004 CITY OF ,JEFFERSON TECHNICAL STREET SPECIFICATIONS 1 , 1 1 REVISED OCTOBER 2000 T_ECHNICAC. STREET SPECIFICATIONS TABLE OF CONTENTS Section P� ' 1.0 Clearing, Grubbing and Removal 1 2.0 Earthwork 3 3.0 Clcanup 12 4,0 Pipe Sewer Construction 13 5,0 Drainage Structures 20 6.0 Concrete 26 7.0 Asphaltic Concrete 35 8.0 Portland Cement Concrete Pavement 38 9.0 Lawn Repair and Seeding 41 10.0 Reinforced Concrete Double Box CUlvcrts and Detaining Walls 44 11.0 Crushed Stone Driveways 46 12.0 Rip Rap 47 13.0 Rock Excavation 47 14.0 Sanitary Sewer Adjustments 48 15.0 Underdrain 50 16.0 Pavement Marking 51 17.0 Omitted 53 18.0 Traffic Signals 54 , 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of Compliance 62 22.0 Schedule of Work 64 23.0 Maintenance of"Traffic and Access 65 24.0 "Temporary Surfacing 65 25.0 Dust Control 66 , 26.0 Property Corners and MOnunluntatlon 66 27.0 Cleanup 66 28.0 Traffic Signs, Stop Signs, and Street Signs 66 29.0 Downspout Drains 67 ' 30.0 Subsidiary Items 67 1 I ITECHNICAL STREET SPUCIrICATIONS TS-1. EMOVAL D A CLEARING GRUBBING N R I — — -- TS-1.1 Clearing and Grubbing; TS-1.l.1 Sco pc: This work shall consist. of clearing, grubbing. removing, and disposing of vegetation within the construction limits. TS-1.1.. Construction Requirem_en_t~: 1 he Engineer i 11 establish the construction limits and will designate all trees, shrubs, vegetation within the construction limits shall be removed and properly disposed of. Slumps and roots in cut area shall be grubbed to a depth of'not less than twelve (12) inches below the finished earth grade. Grubbing of Osage orange or locust hedge shall include removal of'roots. In embankment areas, undisturbed stumps and roots I extending not more than six (6) inches above the ground line may remain, provided they arc a minimum of three(3) feet below the finished earth grade or the slope of the embankment. Except in areas to be excavated, stump holes shall be backfilled with suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations,all burning of products of clearing and grubbing shall be done under (lie care of a competent I watchman at such times and in such manner that neither vegetation on adjacent property nor that designated to remain on the right-of-way will be jeopardized. The burial of sttnnps and debris will not be permitted on the right-of-way. Products of clearing grubbing may be removed from the right-of-way and disposed of out of sight from the roadway provided an acceptable written agreement with the property owner on whose property the products are placed is submitted by the contractor. The contractor shall scalp all areas where excavation or cinbankmcnt is to be made cxeept that mowed, burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust, and decayed vegetable matter from the surface of'the ground without removing more earth than is necessary. The products of scalping shall be disposed of away f i-om the site of the work unless permission is granted by the Engineer to allow such disposal on the Iright-of=way. All such disposal shall be at the contractors sole expense. TS-1.1.3 Measurement and Parent: No measurement will be made of clearing and&n-tibbing. Paymcnt for clearing and grubbing will be at the lump sum price bid. grubbing 1 1 I'S-1.2 RE-M OVA LLSS • 2 1 1 TS-1.2.1 Sco c: This work shall consist of removing all draina �e structures, pavements, �_I? b b 1 surfacing, and base courses of all types, curb, curb and gutter, sidewalks and house; walks, steps,retaining walls, foundation walls, catch basins,manholes,drainage and sewer pipes, water and bits main pipes,other objects or structures and other existing improvements which conflict with the work and are not designated to remain in place. No listing of'items to be removed will be made. TS-1.2.2 Construction Rccauircments: Old pavements, abandoned sewers or pipe limes, or other obstructions to the construction of the roadway or within the limits of the right- of=way and not designated or permitted to remain. shall be renlovecl or disposed of'by the Contractor away from the site of the work. in removing; pavement, curb, curb and gutter, gutters, sidewalk, and other similar improvements,and where a portion ofsuch improvements are to be Icfl in place,they shall be removed to an existing joint or to a joint sawed to a minimum depth ofonC inch with a true line and vertical face. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless o1 any limits which may be indicated on the plans. All sewers, drainage pipes and floor drains which have been or are to be abandoned shall be permanently scaled at the ends with bulkheads constructed of concrete or brick masonry, having a.minimum thickness of 8 inches. The use of salvaged brick will be permitted firr constructing bulkheads provided the brick are clean and sound. , No direct payment will be made for blocking abandoned sewers, drainage pipes, or floor drains. Broken concrete, paving material, bricks or rubble may he placed in roadway embankmr-nt provided they arcs well spread, completely surrounded by dirt and arc not located within twelve inches of tllc finished subgradc,shoulder or ground surface. TS-1.2.3 Measurement: The work provided herein will riot be measured for payment,but will , he considered a lump sum unit. 'Phis shall include the removal of all items, whether in view or hidden underneath the surface of the ground, regardless of whether shown Oil the plans or encountcrcd during construction. 'T'S-1.2.4 1'a m(nt: The accepted removal of improvements will be paid fir at the contract lump sum bid price. TS-2 EAR'ruWQRK: 'rs••2.1 $co Vic: 'T'his work shall include all labor, material. equipment and services necessary I to complete all earthwork as shown on the plans and specified herein including 3 roadway excavation, embankillent, subgradc preparation and finish grading. TS-2? Ealthwork fin• Roa(Iw_a��: TS-2.2.1 '['he tet•m, "Roadway", as used in this Section, is defined as including roadways, roadway intersections, sidewalks, shoulders, cr and fill slopes, driveways, parking areas and all other areas of earthwork except excavation and backiill for pipe trenches and structures. I'S-2.2,2 Missouri Highway Specifications Section 203 shall govern all earthwork for roadway except that the provisions for nlcasurenlcnt and payment therein shall not apply and except is modified in the form of additions, deletions and substitutions in this Article. Whcre any part ofsaid Section of'the Missouri Highway Specifications is so modified, the unaltered provisions shall remain in et'fcct. TS-2.2.3 Compaction shall coni'orm to Missouri Highway Specifications Section 203.3. The first paragraph of Seetion 203.3.1 shall be changed to read as fbilows: Compaction to at least 90 percent oftllaxinlum density,as determined by standard Compaction"Pest, will be regtiir•ed in the following areas: TS-2.2.4 Dis or . _al: Unsuitable excavated material Shall not be used in the embankments and __ shall not be disposed ot•on right-ol=way; Disposal shall be the sole responsibility and at the sole expense of the contractor. Unsuitable and excess excavated material may be disposed (Won private property adjacent to the right-of=way, provided written permission of't.hc property owner is obtained and provided the surtacc is properly finished and drained. In such cases. seeding, sodding, and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch Cleanout: Special care shall be taken t(1 clean out all debris and organic matter irons existing roa(fwayditches to be filfe(i. rI'ile ditches shall be carefully backfilled in accordance with the requirements herein, using trellCh rollers oi• hand-operated power compactors as may be needed to assure proper compaction throughout. 1 TS-2.2.6 Underitradinnin Rock Cut: in rock cut areas excavation shall be carried to twelve (12) inches below subgradc to a minimum distance of'two (2) feet behind back of curb. 13ackf illiilg ol•undergradc(1 cut areas shall he with a drainable material with top surface choked with tines for proper subgradc preparation. Whenever possible. this rnalerial shall be from prOfect excavation. Where authorized all OPell-graded drainable crushed limestone shall he brought.in. Undrained pockets Shall not he left in the surface ol'the rock. TS-2.2.7 Sub-grade Stabilization: Pockets of unsuitable earth may he encountered in cut areas 4 i 1 where it will he impracticable to rf.-place with suitable materials Crorn exc..avation on the work site. In such cases, wherc,1uthorized by the; Engineer, the contractor shall famish and place crushed stone base as required to provide a stable sub-grade,. Crushed Stone. base in accordance with requirements of Article TS-1 1 . Where necessary, a portion of"the stone base shall be mixed with existing earth to provide subgrade stability, and that portion of the stone tease nmterial shall bc,delivered to the project in ns dry as possible condition. TS-2.2.9 Additional Base Thickness: Where, in the opinion ol'thc [:?nginecr, conditions arc such that it is impracticable to obtain sub-grade satisfactory fat•the design pavement thickness, the contractor may he dlrccted to finish the sub-gr,ule at lower than specified elevation and increase the thickness of asphaltic concrete base. TS-2.2.9 The provisions cif'paragraphs TS-2.2.7 and 8 shall not he construed to relieve the contractor of'his responsibility far any necessary aeration and compaction ofsuitablc earth at sub-grade level. TS-2.2.10 P1.OtCCtiern Of Sub-Grade: The contractor stealI protect the subt;rcufe by not allowing delivery vehicles of excess weight thereon and by varying the path of delivery vehicles so as to slot cause cxccssivc rutting. 1lcaving Or rutting damage to sub-grade czulsed by delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete base or por•tland cement concrete pavernent. TS-2.2.1 I T The top four (4) inches of'hackfill behind curbs shall he top soil, fi-ce from rocks,gravel. and any undesir•ahie materials and Shall be material suitable to establish a seed bed. This material nlay he either top soil available within the limits of the project or it nlay be top soil furnished by the contractor. No direct payment will be made f'or such topsoil, but shall be included in the fumy sum price for grading and excavation. TS-2.2.12 Area Draitm c:All carth areas kvidlin and adjacent to the grading; limits as shown On ' the Plans shall be graded to drain as directed by the Engincer, at one (I ) percent M ill llllll111 Slope wherever possible. Special care shall he taken to avoid leaving low areas or water pockets. No direct payment will he made far such grading except that measurement for payment of Proposal items will he made. TS-2.2.1? Sub—C.irudc TO1Cr-Urlcc: Except as otherwise speci lied in paragraph TS-2 2.7,the sub- grade tar Lill paving and surfacing shall he within the tolerance range of'minus one- 11,111'('/?) inch to plus one-duartcr('/a) inch with r•uspect to specified elevation. TS-12.14 Borrow Material: 5 • (a) 1fborrow material is required, tl►c contractor shall supply this material from a borrow area off the site. The harrow area shall be obtained by the contractor at his sole expense. Borrow materials shall he approved by the Engineer before they are transported to the site ofthc Project. b Materials shall be similar to soils to n( n te 1'1• J Cet. Soils showing ht gh swell potentials will not be approved. (c) The Engineer's Eartllwork Calculations are shown on the plans for the convenience of the Bidder. TS-2.2.15 Exccss Materit►l: All suitable excess material from excavation become the propertyof the City of Jefferson and will be stockpile(] on site at the direction of the Engineer. TS-2.3 Trenching;Embedment and Backfill liar P_ iLc: TS-2.3.1 Trench Excavation and Shcetin ' (a) Excavate in open cut except where boring,jacking or tunneling is specified. 'french walls shall be vertical in streets or improved areas unless otherwise authorized by the Engineer. Provide bracing, sheeting and cribbing where, necessary to prevent caving. (b) All sheeting shall he pullet] immediately prior to backfilling around the sheeting. However,the Engirnccr may direct all car a portion of the sheeting to be left in place in order to protect the pipe against shock load of caving banks, or to protect adjacent street or property, or to prevent material that cannot be compacted to specified density from caving into the trench. (c) Where sheeting is left in place, do not brace against pipe, but support in a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe may he removed after backfill to top of 1 pipe has been completed. (d) Trench walls may be sloped in unimproved areas ifrequired to prevent caving and ifadjacent property or trees to be left in place are not thereby subjected to additional cutting of roots. (e) See Pipe Embcdment Details on flans for minimum and maximum trench Width,';. if Maxir»tu7I is exceeded, and strength requirements control, Engineer may direct contractor to install special bedding or•heavier class or • 6 gage of pipe at contractor's expense. TS-2.3.2 Ground Water and Surface Water: (a) Pipe trenches shall be kept flee front water during excavation, fine grading, pipe laying and jointing, and pipe embedment operations. Where the trench bottom is mucky or otherwise unstable because of the presence of ground water, and in all cases where the static ground water elevation is above the bottom of any trench hell hole excavation, such ground water shall be lowered by means of pumps or other acceptable means to the extent necessary to keep the trench free front water, pipe sub-grade stable and firm under foot, at all times when work within the trench is in progress. (b) The contractor may use additional granular fill material, in accordance with the requirements of subparagraph TS-2.3.3 (b), in connection with drainage control, at his own expense. (c) Each excavation shall be kept dry until the backf•ill is completed to the extent that no damage from hydrostatic pressures, flotation, or other causes will result. (d) Surface water shall be diverted, and otherwise prevented from entering excavations and trenches to the greatest extent practicable without damage to adjacent property front dikes, ditches, or impounded water. TS-2.3.3 Pipe Foundation. Granular Fill and "french Bottom Stabilization: (a) All pipe shall be bedded as shown in the °Pipe Embedment Details" on the Plans. ' (b) Granular fill shall be clean river gravel or reasonably sound crushed limestone, free of cernentitious,shalt',or flat and flaky particles in an amount which would cause tile. material to cake or pack or otherwise form an unyielding support Im the pipe. Gradation shall be such that at least ninety- live(95) percent passes a three-quarter(3/4) inch square mesh sieve and not over five (5) percent passes a number ibur (4) square mesh sieve. (c) Stabilization: If the t1-C11Cll bottOln at base of the required pipe embedment ' material is unstable, the contractor shall excavate to an additional depth and backfill with crushed stone as directed by the Engineer. Tile size of stone used shall be as required [or c('(cctivc stabilization. Where large stone is ' used,the upper portion shall be choked with smaller stone and no stone larger than one (1) inch size xvill be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid for in accordance ' with the stipulations ol'Articles TS-2.5 and TS-2.6. However, payment will 7 not be made fin• stabilization material or extra granular fill used for contractor's convenience in controlling drainage or as may be required to stabilize trench bot.ioms made unstable through contractor's disturbance thereof'or excessive tramping thereon. (d) Pipe shall not be placed over trozcn trench sub-grade. (e) Placement of,*Granular fill: ' • ce granular fill 'n 'f s not exceeding six 6 inches and bring tt 1. I la 1 lifts c O b h p evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact. vibrate, or slice with a shovel, in such manner that granular fill will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. 2. Screed granular fill as shown on the Plans under elliptical or arch pipe. 3. F'or a length of two (2) pipe diameters (effective diameter equals average of span and rise fm• elliptical or arch pipe) on the upstream ends of culverts, omit granular fill. Use selected clay screeded and compacted to not less than ninety (90) percent of'Standard Density. TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. eTS-2.3.5 Backfill to Top1 of Pipe: (a) See "Pipe Embedment Details" on Plans. 'Phis section covers the backfll front top of'granular fill to top of pipe. (b) Backf ill as soon as possible to minimize the possibility of,darnage to joints an inconvenience to the public, (c) Material to be selected earth or granular fill nlatcrial, free from sod, sticks, roots, or rocks over one (I ) inch size, to be llllfl'OZen, and to be of proper moisture content for specified compaction. Suitable nlatcrial fl'oln the project excavation shall be bl'(')ll€llt ill froth clsewhcre on the work where required. (d) Place along f side pipe in loose layers o six (6) inch maximum thickness, thoroughly compacting each layer. Takc special care to place and compact material around the pipe so as to leave no voids and to provide uniform • 8 lateral support for the pipe. Bring materials up uniformly on both sides of pipe, taking special care with corrugated metal pipe. (c) The material shall be compacted t o the same density as required for backfill above top of pipe. TS-2.3.6 Backfill Above Tou of Piae: (a) General: Backfill from top of pipe to original surface or to sub-grade where pavement is to be placed is covered by this section. (b) Materials: I. Material for backfill above top of pipe shall be the same as for backfill below top of pipe as specified in subparagraph TS-2.3.5 (c), except that small sticks and roots less than one-half(1/2) inch in diameter, interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified compaction. More suitable material shall be brought from elsewhere on the project if necessary and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at his own expense. 2. Rock larger than one (l) inch shall not be placed within three 3 inches of pipe. Rock larger than eight(S)inches shall not be placed within two(2)feet of the top of pipe. No rock larger than two (2) inches may be placed in the upper six (6) inches under pavement sub-grade. No rock may be placed in the upper twelve (12) inches of trenches through grass parkways or earth areas. 3. Large stones may be placed in the remainder of the backfill only if well separated and so arranged that no interference with the specified backfill will result. (c) Methods: I. Method of backfill used shall not impose excessive concentrated or unbalanced loads, shock, or impact on, or cause displacement of the pipe. The backfill shall be slowly rolled down a slope at the end of the trench and shall not be pushed over the side ot'the trench. 2. Consolidated material weighing more than one hundred (100) pounds shall not be permitted to fall more than three (3) feet into the trench unless cushioned by at least three (3) feet of backfill over top of pipe. 0 9 i . (d) Compaction: 1. Backfill under,pavement steal l be defined as being under all areas to be paved or surfaced for vehicular access, except those to be surfaced with crushed stone. The limiting line for such backfill shall extend from sub-grade at twelve(12) inches beyond edge of pavement or back of curb,downward on a slope not steeper than one(1)to one(1). In areas so defined,backfill shall be not less than ninety-five (95) percent of Standard Density. 1 in Other Areas: In areas not defined in Item 1 above �.. Backfil � h ,backfill shall be not less than ninety(90) percent of Standard Density. 3. The engineer may cause field density tests to be made whenever deemed necessary. The specified density will be the minimum allowed and the attainment thereof will be entirely the contractor's responsibility. Obvious voids will not be permitted. 4. Thickness of backfill layers will be determined by the coordination of test results with field perf'onnance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. ® TS-2.3.7 Installation of Pipe in Embankment: (a) If embankment is made prior to placing pipe excavate trench,place pipe and backfill, in accordance with the Specifications herein. (b) If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe for a distance of at least five (5) pipe diameters each side of Pipe. r TS-2.3.8 Protection of Pipe from Heavy Equipment: Provide temporary fill to at least two(2) feet over top of pipe extending at least five (5) pipe diameters each side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe resulting from excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. TS-2.3.9 Excavation Ahead for Location of Obstructions: (a) Except where otherwise directed, excavate at least one hundred fifty (150) feet ahead of pipe laying in order to uncover any possible obstructions in the way of laying the Pipe. If such obstructions are encountered notify the Engineer immediately so that a needed change may be considered and ' 10 effected. (b) Changes ironi Plains may hL made only on the direction of the Engineer. Such changes nlay include chan ges in line,g ade Cpi pe size or type, additional or less mitering, manholes, etc. Such changes may involve unanticipated moving Of Lill dcrground utility lines. (c) meter to Article GP-7 regarding;protection and moving of utilities and other obstructions. (d) The contractor will be paid for the actual amount of Proposal Items authorized (within the pry limits established) and performed byhim. fie will not be paid for wiuscd materials left over or for delays arising; from encountering obstructions. TS-2.3.10 Maximum length of trenchin_t,, al Io%�,cd ahead of Pi nc la ink shall be one city block or four hundred (400) feet, whichever is shorter. TS-2.4 Excavation and Backfill fm• Structures: TS-2.4.1 The terin "structures" as used in this Article, means inlets, manholes and all other structures, not including pipe. TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of Missouri Highway Specifications Section 206 is so modified, the unaltered provisions shall remain in effect. TS-2.4.3 Delet e the follow i ti m Missouri Highway Specifications Section 2 06.� (a) Subsections 206.2, 206.4.7. 206.4.8, 206.4.9, 206.4.10 and 206.4.11, (b) All sections on Measurement and/or Payment. TS-2.4.4 Crushed stone, as specified in paragraph TS-2.3.3 (c), shall be installed where required by the stipulations of the Missouri Highway Specifications Article 206.3. This requirement shall apply to all structures as defined in paragraph TS-2.4.1. Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of Articles TS-2.5 and TS-2.6. However, payment will not be made for stabilization material tised for contractor's convenience in controlling drainage, in fine grading, or as may be required to stabilize structure bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 Backffll for structures shall be in accordance with the requirements applicable of ' pl q Section TS-2.3.6. I1 ' TS-2.5 Method of Measurcmertit: 1 TS-2.5.1 Excavation and Corn acted Embankment: (a) The excavation and compacted embankment item shall be bid on a lump surn basis. The wort: shall be performed in accordance with specifications and in conformance with the lines, grades, thicknesses and typical cross sections shown on the plans. (b) No measurement for payment will be made for any of the following: 1 . Excavation for structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of supplying borrow material to the Project site shall be included in the bid price for excavation and compacted embankment. (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown thereon,and as listed in the plans, from existing cross sections by average end ® area method and will be the basis for final payment, except as follows: ® 1. An authorized change in &q-adc, slope, or typical section is made. TS-2.6 Basis of Pa ment: TS-2.6.1 Excavation and Compacted Embankment, will be paid for at the contract unit price bid based on a lump suns cost. TS-2.6? Crushed stone for sub-grade and trench bottom stabilization,as well as open-graded drainable crushed stone for backfilling of undergraded rock cuts, measured as ' provided will be paid for at the contract unit price bid per ton. TS-3 CLEANUP Tlie contractor shall remove from the owner's property and from all public and private property, at his own expense, all temporary structures, rubbish, excess excavation and waste ' material resulting front his operations. All material found to be unsatisfactory for backfill shall be removed at the contractor's expense. ' All existing sod areas shall be hand raked to remove earth deposited oil oi- in them during construction. • 12 All ditches shall be graded and properly sloped, lxccss excavated material shall be removed from ditches, Shoulders where sodding, seeding or surfi►cin � is not rcc uircd shall be bladed and shaped. g 1 i The project area shall be kept at all times as neat and clean as possible. Debris front , construction operations shall be removed Irons the site as soon as construction is completed in a given area. Dirt piles shall be removed and the area finish graded as soon as possible after construction of a given section of the pro,lect Is completed. In no instance shall dirt piles or debris be allowed to remain on lawn areas long enough to damage growing sod, TS-4 PIPi?. SEWER CONSTRUCTION TS-4.1 General: 'this work shall include the construction of'all pipe sewers whether storm sewers or sanitary sewers. The material required fbr each section of'sewer shall be as shown on the plans. Trenching shall he in accordance with Part TS-2 of these specifications. TS-4.2 Reiriforeed Concrete Pile Storni Sewers: TS-4.2.1 General: This section covers the materials and construction of reinforced concrete pipe storm sewers. Other types of pipe and all appurtenant structure are covered in other sections of these specifications. TS-4.2.2 Material: All reinfUrced concrete pipe shall conform to the requirements of ASTM C- 76-62T, Class 111, Wall B. Pipe joints shall be tongue; and groove or bell and spigot type. Pipe for use on the project shall appear neat and well made. It shall be free of cracks, broken places. and obvious I11ailUfaCtUring defects. All pipe shall be stamped on the inside with its class before delivery to the job site. TS-4.2.3 Pipe Lavine;: Pipe shall be carefully handled by slim;or other means to protect it from damage. Particular care shall be taken to avoid any free fall or shock to the pipe. Pipe shall be carefully placed on the prepared bedding material and jointed as specified below. Pipe shall he laid true to both line and grade and shall produce a straight line between structure~except where other than straight alignment is required or allo'.ved by the plans. ' Where curves are required they play be accomplished by the following methods: (a) If the curve is slight or ifthe radius ofthe curve is very long,T, curvin g maybe 'accomplished by deflecting each pipe joint in the curved section eq uals y to 13 form a smooth uniturm curve. In no case shall any pipe joint be deflected to the extent that the maximum opening of'the joint exceeds one halfthe joint depth (on(: half'thc depth of�the socket). (b) Short radius hends shall be accomplished through the use of factory made mitered pipe sections. These sections shall be fabricated specifically fur a given curve anti, when properly assembled, shall produce a uniforin curve (consisting of a series of'short chords) of*the specified radius. Pipe shall be placed in accordance with the manufacturer's recommendations and the details given on the plans. All pipe laying shall begin at the lowest point on the sewer proceed to the higher parts. TS-4.2.4 Joint: Pipc jointing shall be as specified in Section 726.3 of"Missouri Standard Specifications fur 1-ligliway Construction", except as follows: (a) Cement or tar joints other than "diaper"joints will not be permitted. (b) Pipe joint surfaces shall be clean prior to jointing. (c) Care shall be taken not to allow bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and tcompacted along the sides of the pipe to hold it securely in place during the backfill operation. See plans for bedding details. Next, the trench to 12 inches above the top of the pipe shall be backfilled with layers of carefully compacted select backfill material. This material shall be placed and compacted simultaneously on both sides of the pipe. Backfill above this joint shall be as specified TS-2. TS-4.2.6 Pipe Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of storin sewer preceding the outlet. "Phis 20 feet shall include the length of the end section. TS-4.3 CorrUated Metal Pile and Pipc Arch Storm Sewers ' TS-4.3.1 Scone:This specification covers corrugated metal pipe, pipe arch and fittings which ! ! c 1 ! b shall be furnished and installed complete with connecting bands,and other necessary ' 14 t clpptutenaticcs filr scwr.rs aril culverts. Wherever sll)plicah{c, file lei "pipe" shall �1 also include pipc arch. TS-4.3? Uses: Where "C'ti11'" is called fir or allowed on the plans Corrclgated steel pipc as Specified hcrcill play he used. TS-4.3.3 Materials: 'f s-4.3,3.1 C orruuatcd Metal _Piste and Pine Arch shall he in accordance with AAS110 e Designation M36 for riveted pipe anc{ pipc arch. I IClica11}1 Cc►nstl•uctcd cot•r•tlgated steel pipc which nlcets all Other Criteria of this section may be used providcd the C01-1111,1116011S 01'01C ends of the joints ot•pipc arc rlladc annular tier tighter jointing. r Unless otherwise specified or shown oil plans, gages shall he as filllows: iZourld Pinc through ?4" diameter- 16 ga. 30" through 36" dianic;tcr - 14 ga. 42" through 54" diametcr - 12 ga. 00" through 72" diameter - 10 ga. I'jI)L: Arch 0 1 I S" x I I" through 25" x 16" - 10 ga. 29" \ 18" throu0i 36" X 22" - 14 ga. 13" `C 27" till-OLIgh 05" x 411" - 12 ga. 72" x 44" - 10 ga. 7911 X 4911 - 10 ga. ,rs-4.3.4 Alignment and Ciradc: C'orrugatcd meta{ pipc ~hall be llignCd and �:r I in 'ICCOrclancc with the redllire[1lcnts lilt rcinlilrccd concrete pipc. Where plans show grade chan�P;C hetll'Cell Stl"IICIUI•CS 01' slight Ili"nnlcnt Change to a clear obstructions, (IClleet pipc and.joints over a distilnCC as redUircd,afier joints have hCCll Coupled and only to the Cxtent that joints will not be over-Stressed. TS-4.3.5 Laying L"���: Pipe shall he protected ti•onl 1;ltcral diSl)klCClllellt bN' nlcans of pipe embedment material installed as provided in the trench backlill specification. No pipc shall he laid in walcl. and no pipc shall he laid in unsuitable weather ()r trench Conditions. Whenjolilled Ill the trench. tile llil)e Shull 101.111 a t1•UC and S►llooth l Ii1C. i'il)C Shall 1101 ' be trimmed except for Closure, and pipe not making a good Ill ~Mill be removed. 15 Unless otherwise approved by the Hilginecr, the laying of pipe Shall begin at the lowest point and the pipe Shull lie installed so that the outside laps ofcircunllercntial joints point upstream and with longitudinal laps on the sides. TS-4.3.6 Cou link, Pip c: Pipe ends shall he hutted as closely as the corrugations will permit, then jointed with ll firmly bolted anipling hand. Draw COLlpling hands tight. Merely tightening bolts will not he adequate. Lubricate contact surfaces o1'coatcd pipe and bands with NO oil or similar solvent. Tap the hands with heavy wooden or rubber mallet. Use' Chain clin Ching device or special clamping, device if'required for tight connection on larger pipe. 1 Field coat coupling bolts, nuts and rods with bituminous material after installation. TS-4.3.7 Installing End Sections Prepare moist clayev soil hearing shaped to end section and place thereon. Join end section to pipc with Coupling band. The toc plate shall be set in a trench and backfillcd with compacted moist clayey soil or driven to the required elevation. TS-4.4 Measurement and Pavnlent TS-4.4.1 CMP and RCP Title: Pipe will be measured per linear foot of'completed pipe in place. rPayment will he made at the unit price hid per linear loot for the completed pipe in place. Payment shall include all costs of furnishing, and installing, pipe including ' trenching, backfilling of'pipe. TS-4.4.2 CMP and 1ZCP End Sections: End section will he nlcaSUred as one unit each tcomplete in place. Payment will be madc at the unit price bid for each complete end section in place. Payment shall include all costs for furnishing and installing end section including trenching, backfilling, TS-4.5 Plastic Gravity Sewer Pic I'5-4.5.1 General: '['his specification designates gcncral requirements for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral wall hell and spigot joints flor the conveyance of elonlcstic Sewage. TS-4.5.2 Materials: Pipe and fittings shall meet and/or exceed all of (lie requirements of AS"fM Specifications D3034. ' All pipe shall he suitable for use aS a gravity sewer' conduit.. Provisions must be [ P ±, made 101'CLlntraCt1011 and expansion at each joint with a rul')t)er ring. The bell shall 16 consist of an integral wall section stiffened with two PVC:' retainer rings whieh securely lock the solid crass section rubbL-r ring into position. Standard lengths shall be 20 feet and 12.5 feet ! I inch. Rubber gaskets shall comply with the physical requirements oi'AS`i'M-D 1869,0361, ■ and 0443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4.5.3 hitth All fittings and accessories shall be ors manufactured and furnished by the pipe supplier or approved equal and have hell and/or spigot c012figurations identical to that of'tile pipe. TS-4.5.4 Phy,ical and Chemical RC uircments; The pipe shall he designed to pass all test at 73 degrees F (± 3 degrees F). --- TS-4.5.5 Pipe Stiffness: Minimum "pipe stiffness" (L,/y)at 5';/(,deflection shall be46 Cor size: 6 inch through 12 inch when tested in accordance with ASTN4 Designation D2412. Minimum "pipe stiffness" for 4 inch shall be y) . Lxtcrnal Loading Properties of Plastic Pipe by Parallel-Plate Loading, TS-4.5.6 Flattening: There shall be no evidence ol'splitting, cracking or breaking when the pipe is tested as billows: Flatten specimen of)pipe, six inches long between parallel plates in a suitable press until the distance between the plates is fi)rty percent of*the outside diameter oi'the pipe. The rate of loading shall be uniform and such that the compression is completed within two to live minutes. TS-4.5.7 Dro) Im rrct Test: Pie 6" Ion g section shall be sub'ectcd to impact from ree Calling tup (20 lh. Tup A) in accordance with ASTM method D2444. No shattering or splitting (denting is not a (1ailure) shall he evident when the fbilowing energy is r impacted: Nominal sic 4 i 10" 12" Ft. - Lbs. 150 210 210 220 220 TS-4.5.8 Acetone Immersion 'Pest: Afier 20 minutes imrnersion in a scaled container of anhydrous(99.5')/'0 pure) rrcctone a I" long sample ring shall show no visible spilling or cracking (swelling or softening is not a failure) when tested in accordance with ASTM 2152. 17 I'S-4.5.9 5, i.KcsjLgUq�Ls ons,.and Tolcrimccs Nom, C)LItSidC DillllCfCl' Mill, Wall Size Aver"lue ToleranceThi ck ncss SDR 4 4.215 i(1,00() 0.125 33.5 6 6.275 . 0.011 0.180 35 8 8.400 . 0.012 0.240 35 1O 10.500 10.020 0.300 35 12 12.500 0.360 35 TS-4.5.10 Alignment and Gradc: Pipc which is part of'the gravity sewer line shall he aligned and collstl'LlCtCd to grades as shown on the Plans. TS-4.5.1 I Connections to Matill ►leS: Special 111,11111oIC CPLGS fittings Shall be used to connect PVC Pipe into 111allholc walls. IFS-4.6 A13S I'Ai ?.g: TS-4.6.1 Scone: This Specification covers A13S composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary al)l)(ll*tCllallCCS f(►l' SMICI-S. I'S-4.6.2 Material~: A 11 S Coniposite Pipc shall be made front virgin Acryloilitrile BLltadicne- Styren material. This matcrial shall be "Type 1, Grade 1, Type 1, Grade 11, Type IV, Grade 1, and shall conform to ASTM Specifications 1788-62-T, ABS Composite Pipe shall consist of two concentric thereto-plastic tubes intrically braced across the annulus with resultant 1111,1LIlar space filled to provide contilILIOLIS support between inner and outer tLlhCS. The component between the ABS shall be of'Portland Cement Pearl-litc concrete other inert biller exhibiting the same degrce ol'perflormance which essentially fills the truss annulus to 11►1-111 a C011111)OSile I)il)C to 111CCt the I'CLILlirements of,this Specification, Size, physical I-cclull-ellients, the dimcnsions, the method of test, the length, the testing procc(lures and marking procedures Im this pipe shall conform with As,rm Specification D-2680-68T, COLlI)lillgS Shill] be of solid Wall sleeve type Cllr chemical weld to the truss pipe. TS-4.6.3 1-lancili,U: Pipe, fittings and accessories shall be handled in aniamici-that will ilmlm their instalintion in the work ill a SoUlld LIM1,1111,1gCd C011diti011- Pipe shall not be hUllll)Cd or (11-Lig '11101lg the gl-OL111d. Pipc shall not be lifted by hooks, I'S-4.6,4 CleanijIS: The interior of all pipe and fittings shall be thoroughly cleaned of all Foreign matter bef'►re being, illStillIC(I 11111d Sil.'111 he kCill CIC1111 until the work has been • aecepted, All joint contact surl'aces shall l)c kept CIC1111 until the jointing is IS completed. Every precaution shall be taken to prevent Ibreigm material from entering the, pipe 'Y 1 f � b 1 1 during installation. No dellrls, tools,clothing or other materials shall be placed in the pipe. Whellcvcl' pi pc laying 's Stopped. l 1 lcr o ' 1' 1 ,l be closed• t f ! 1 tile ul l c,nd t the l 1l c 5h� 11 1 Ic tied with an cndboard closely fitting the end of the pipe and having a nurnher• of small }roles drilled near the center, to prevent the trench from filling with water and to keep sand and earth out elf the pipe. TS-4.6,5 lyilu Pij)c: Pipe shall he protected 11•onl lateral displaccinent by nicans of'C'lass B pipe enlbedrnent material installer) 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. Whell.lolntcd ill the tl-Quell, tile pipe Shall felon a true and smooth line. Pipe shall not be trimmed except for closu►-e, and flips not illakino a good tit shall he removed. Unless otherwise approved by the Engineer, tile. laying of' i le shall begin at the lowest point and the pipe shall he installed so that the outside laps of'circunlfcrential .joints point upstream and with longitudinal laps oil the sides. TS-4.6.6 The couplings shall he chemically welded to the pipe with one end, lilctory al7plicd. The ec►upling and pipe end to be chemically welded in the trench shall be thoroughly cleaned aficr it is in the trench and primer and cement shall be applied to both the coupling and the end of the pipe. This shall be done in accordance with file 111111Ulacturer's spccllications, The pipe shall be thoroughly shoved into the coupling and then ruined within the coupling; orle quarter turn to insure completc contact between cement, pipe and coupling. TS-4.(O Manhole Conti_truuction: Connection at manhole walls shall he made by"O„ ring type ecluplings set in the wall and having a manhole water stop assembly between the couplin" 111d the manhole wall. Between the, pipe and the coupling shall be in "U" seal. TS-4.6.8 MeilSUl'erllellt and. I'uymcnt: TS-4.6.7.1 ABS And Plastic Gravity_ Se\_v_cr Pi1jc: Pipe will be nleasur d per linear fOOt 01' completed pine in place. ' Payment will he made at the unit price hid per linear foot (br the completed pipe in place. Payment shall include all costs of furnishing and installing pipe including ' trenching and hackfillin(; ofpipc. 19 rS-5 DRAINAGE STRUCTURES TS-5.1 Scone of Work: The work shall consist of furnishing all labor, materials, and equipment necessary to perlornl all operations, in connection with the construction of junction boxes, inlets and catch basins required For the project in accordance with the specifications and drawings. Items not specifically mentioned, but necessary far completion of the work shall be considered as incidental to other items in the contract. TS-5.2 Materials: 1 . Concrete shall be Class"B" Portland Cement Concrete in accordance with the requirenlctlts of Sectio n 'TS-6 of*these specifications. 2. Reinforcing steel shall consist uf(lcformcd bars of'grade 40 steel conforming to the requirements of ASTM designation A61,5 or of wire i'abric conforming to ASTNI designation A 185. 3. Expansion Joint Fillers shall be ofa nun-CM.111ding type conforming to ASTM designation D1751 and cut to the dimensions shown on the plans. ' TS-5.3 Earthwork:This section shall coverall necessary excavation and backfill required for construction of the various structures. All applicable portions ofSectiorl'I,S-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and surt'ace improvements. Excavations tcrr structures in improved areas shall be held to the smallest practical dimensions. No increase in payment fur street or lawn repair will be made to allow for areas disturbed by such excavations. Structures shall be founded on undisturbed subsoil, if'subsoil is not firm,over-excavate and replace with granular till as required. Section TS-2.2 shall apply for subgradc stabilization under structures. BackG11 requirements for cash drainage structure will be the same as that of'the pipe to which it is connected, ii'more than one pipe is connected to the structure, the higher backftll requirement shall apply. Backfill under curb transitions shall be to of*Standard Maximum Density. All excavations shall be kept dmirlCd until the structure is constructed and backfilled. T5-5.4 Construction Methods: ' TS-5.4.1 Forms: Forms shall be of wood, plywood, or tiny other suitable rna.terial, designed. constructed, braced and maintained so that the f 1nlshcd concrete will be true to line and elevation and will con1`11.111 to the 1'Cglttt'Cd dimensions, They shall be designed to 20 r wit hstaIId I l l y lres"tIre nI Illy Collcivic. (he c'1ICcI (11 vibr'atioll as the Concrete Is placed } } and all other loads incidental t(• file construC�tloll operations without (listortiol i or Iurl tidisplacement. They A1,111 he n 'lit, Oilill�, both inside 111d outside surfaces Will be rcduirL:d to prevent warpini;, shrinkage, ()I• swelling. Fornls shall he constructed alld designed so that their removal call be Cf1•eetcd without S injury to file Concrcle and so Ihat portions where surfaCC Iinishi is rc(luirCd 11111y he rC111(1VCd w1tI1(1(II dlStUrblllf, thrills that are to remalll, Dirt,chills. sawdust, nails and other filrcign matter shall be rcnloVCd hcfi.+r'c any concrctc is de=posited therein. Tic rods, belts and anchorages within the forms shall he constructed so as to permit their rcnwval to a dcpth ol'at Icast I '/, inches li•om the lice without injul'y to the concrete, In case wire tics Xvcrc used, upon removal ol•thc fol-111s. all Projecting wire ~hall he cut buck at least IX inch I'runl lace ufall surlace�: that will hC exposed to view alicr the completion ol'thc work and flush with the line oI'aII concrete surfaces that Will not he exposed to vice•, All linings lirr nlct�tl tics shall be of such design that, upon their runlov,IL the LM'dics which are Ich will hC of the smallest practical size. TS-5.4.2 Inlet 11)LI_(hltl t I'i��� : Pipe or tilt placed in the C011CIC1C I•(rr inlet oroutlet Connections shall extend through the concrete walls hcy011(1 the outside stu•Iaces Of* the walls I sufficient diSMII C to i loW fi,r cunnc(.tiun;. The pipe or the shall be plaCCd t111•ouLh the 1611115 and pourCd in place. The ends of'1he pipe shall he flush with the IllsidC W,111 ofthc structure. TS-5.4.3 Reinforcement: 1. Placei11crit. Rcillforcnlg bars shall be accurately 1)1acc(1 as shown oil the plans and shall he firmly ,old securely held in position in accordance with C OIM-CIC Reinforcing Steel Institute "Recommended Practice liar Placing RCllllol'Clllg l3,lt's acid by lltiltlg Co llactc Or metal chairs, spaceI's. metal hangers, supporting wire:; ,ul(I other approVCd dCViCCS of•su171601t st'Cngth to resist Crushing under I'ull load. NIC►al chairs, Which Cxtcnd to the surfilce of the collactc tCxcept where shown on the plans) and wro(ICn supports, shall not he used. Placing bars in lavers of Fresh concrctc:as the work progresses and adjusting hill's (curing the placing,ol'concrctC will not he perlllittcd. 1.3Cfi0rc PlaCing in the forms. ,III r6111,61-cing steel shall he e;ICanCd thoroughly of'1110t'tal•,oil,dirt, loose mill scale, loose or thick rust, 111d coatings 01''1111V y Ch,uacter that would destroy or reduce the hoed. No concrete shall be deposited until the placing ol•thc 1-Cinf6rcing steel has been inspertcd and approved. ?. 5�?licillt;. Splices of pars shall he nuldc only ��'ltcrc shown on plans Huns of as approved by file I'.ngin 1'h ccr. � erc pals arc splice(l, they shall he lapped at ?I least 30 diameters, unlcss othcl•wise shown on file plans. I Splicing shall he accollllplishcd by placing the bars lu contact with each other and wiring then( togctllcr. Welding of rcinforcinh steel or CLltti1l)_1 with a cutting torch will not he permitted unless specifically authorized by the Engineer. 3. 13endill , Ruifilorccrriult, fiends and hooks in bars shall he made in the manner prescribed in the "Manual of Slandard Practice" of the American Concrete. Institute. Gars shall not he hcnt or straightened in a manner which will in_ore the material, Bars with kinks or unspecified bends shall not be used. 4. _Welded Wire Fabric. Welded wire tilbric shall he spliced not less than two meshes. It Shall he lifted carefillly into its specified position after the concrete is placed but still plastic. TS-5.4.4 Concrete Placement. Concrete construction shall he in accordance with Section TS-7. Concrete shall he conveyed. deposited, and consolidated by any method which will pl•cclude the segregation Ill• loss of ulgrc(licnts. ® Chutes used in conveying concrete shall be Sloped to permit concrete_ of the consistency rc(ILlired to flow without SCgregation. WIlCrC necCSSary to prevent segregation, Chutes shall be provided with bafllC hoar(IS or a reversed section at the outlet. Where ;l sc(IuenCC for placing concrete is shown on the plans, no deviation will be pCrmittcd unless approved in writing by the F.nginecr. Where concrete is to be deposited against har(icned concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing SyslCrn a11d CglllptllCnt, ;111(1 (ICpUSitiflg tllC mixture on thc,joint. ']'lie grout nlixtul•e shall consist ofa modification ofthe concrete specified to reduce the quantity ol'Coarse agg►•Cgate in the mix larger than pea-gravel size to one-pal I'tile (Iuantity specified. To avoid segregation, concrete shall he deposited as near to its final position as is practicable. The use of'vibrators tin•extensive shilling of the mass ot'concrete will not be permitted, Concrete that has partially hardened or is Contaminated by foreign materials shall not be dCpositCd in 1.11C Sti•ur.turC. 1 Concrete S11a11 be placed in horizontal layers insofiu•as practical. Placing shall start at !r e low point and proceed Lllpa u (IC nlcss otherwisc permitted by the Frigineer. Concrete Shull be placed in ;1 continuous opCrat1011 bCtN'Cell construction joints and shall be terminated with square ends and level tuns unless otherwise shown on the plans. Concrete shall not be permitled to fall more thin six lcct without the use of'pipes or tremics. Pipes or frenlies shall be at least six inches in diatricter, or the equivalent cross sectional area lilt rectangular SColons. Concrete shall not be placed in horizontal members or sections until the concrete in the Supporting vertical members or sections has teen consolidated and a 2-1101,11'period has elapsed to permit shrinkage to occur. Concrete shall he thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the tin•nls, and produce a surface or even texture free of'rock pockets and excessive voids, Structural concrete, except slope paving steeper than one (l) inch per Blot, such as spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means of,high fi•eclucncy inter7lal vibrators ora type,size and number approked by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and coarse aggregate, and without causing water or cement paste to Ilush 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 atier 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 nvlore than 25 cubic yards of concrete is to be placed. i TS-5.4.5 Joints: The work shall be so prosecuted that construction 'pints will occur at I J designated places shown oil the plans unless otherwise authorized by the Engineer. 'T'he Contractor shall construct, in one continuous concrete placing operation, all work comprised bcm,ccn such .joints. Joints shall be kept moist until adjacent concrete is placed. All construction joint~having a keyed,stepped,or roughened surface shall be cleaned prior to placement of the adjacent concrete as directed by the Engineer. Expansion and contractidil,jolnts in concrete structures shall be formed where shown on the plans. No reinforcement shall be extended through the joints, except where ' specifically noted or detailed on the plans. No direct payment will be made for furnishing and placing asphaltic paint, pre- ' molded asphaltic filler, or other types of joint separators. The cost therefore shall be included in the price hid for the item ofwork of'which they are a part. TS-5.4.6 Cold Weather Reg airements: Whenever the temperature of the surrounding air is below 40" F,or when the possibility exists that the temperature will fall below 40° F, within thc;24 hour period after concrete operations,concrete placed in the firms shall have a temperature of'between 8W F and 100" F. All concrete shall be maintained at a temperature of not less than 50" F tier at least 72 hours or fir as much time as is necessary to insure proper curing of the concrete. The housing, covering, or other protection used in connection with curing shall remain in place and intact at least 24 rhours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing, Contractor will be held responsible for any damage to concrete as a result of cold weather operations, TS-5.4.7 Finish: Inlct tops shall have light broom finish. Curb transitions shall have broom finish. Contraction joints shall be cut where shown. Cut each 1 1/2 inches deep and finish with joint tool. TS-5.4.8 Inverts: Inverts shall be carefully constructed to maintain the proper velocities through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower hall'of the pipe it connects. Use half circle template to check invert shape and size while building. Grade on the invert shall be such that no water pockets are lormed. Side branches shall be connected with as large radius of curve as practicable, Inverts shall be COnStI-UCtCd Of Concrete conforming to the requirements of Section 1 TS-6. Concrete filling between the sewer invert and walls of structure shall be flush with the top edges of the invert and shall slope up from the invert at the rate of three (3) inches per fort. Inverts shall be troweled smooth and clean. Where water problems require, use quick setting cement to aid in Construction of'smooth inverts. TS-5.4.9 Ste s: When shown on the plans, shall be solidly grouted in place with full mortar encasement. ' TS-5.5 Precast Concrete Inlets: 1, Precast concrete inlets shall bo Constructed in all respects in accordance with the Plans and Sped fications except as provided in the following items of this subparagraph, 2. All applicable regalire►nents of ASTM C-478 shall apply to the manufacture of'precast concrete inlets. 74 r 3. The manufacturer of precast concrete inlets shall submit detailed drawings and specifications for the construction of the basic precast units and appurtenances to the Engineer and Owner for prior approval. A shop drawing for each inlet showing dimensions, elevations and openings, shall be submitted to the Engineer and Owner fir 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 plans. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss. Location and number of manhole openings, as well is openings in walls shall be as required to promote easy access to all parts Of*the inlet, subject to the Engineer's approval. 5. The walls ot'the entire structure shall be set in place on concrete blocks prior } to pouring concrete base slab. The base slab shall be reinforced in accordance with the project plans, and the bottorn of the base slab shall be at least the distance below bottom of'prceast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought up to a level of at least six (6) inches above bottom or precast walls. 6. Mastic pipe joint conlpoucld shall be used in horizontal joints and where walls of multiple sections join, in order to farm a reasonable watertight structure. 7. Where top slabs of multiple sections join, the joint shall be scaled with General Electric single component silicone, grey color, strictly in accordance with the manufacturer's recommendations. S. Top slabs cast separately From inlet walls shall be anchored against lateral moveillent with respect to walls by a sicel dowel in each corner extending front the Walls through holes in the slabs. The top slabs shall be set , accurately to line, grade and slope and grouted securely in place. TS-5.6 Precast Concrete Manholes: 'T'S-5.6.1 Materials: Precast Concrete Manhole Rings, ASTM Designation C-478, except as indicated below: ' 25 (1) Shelf Thickness: inside Diameter Sltcll of M(ulllole `i'hickness 4 - t .. it - Oil ct 6' - 011 711 (2) Preclist Flat TUs. Designed to withstund 1-1-20 wheel load plus 30% impact, AASI- TO "Stand,,ird Specification t1or Highway Bridges". (3) Conical Top—S. Eccentric cone preferred, (4) M4nlIL)Ic Stc s. When shown on plans, shall be solidly cast in place or set with expanding grout. (5) Slli.Lmcnt to job 1101 allowc(I until units havC cured sufficiently to prevent damage in handlilig. (6) Ap?,)roval, Submit all details to Engineer and Owner for approval ■ prior to manulilcturer. ■ TS-5.6.2 Setting,Precast R in Is: Rings may he set either on a previously poured,properly cured 1 base slab or may be blocked in place with solid concrete blocks while the.base slab is poured around the first ring. Rings shall be set with the bells up, Butter both hell and spigot ends with pre-mixed sewer joint mastic compciund, as approved by the C;ngincer, and set the next section in place. Wipe joint smooth on the inside and fill all joints inside and out, Watertight joints will be required. Where precast manholes are constructed in existing or proposed street,,;,3 courses of brick shall be placed bletween 1110 precast cmic and the casting. TS-6 CONCRETE: TS-6.1 General: TS-6.1.1 Description of Work lrlcic dcd: All cuncretc red wired on the project except precast material. ' TS-6.1.2 oLialitv Control: 26 TS-6.1.2.1 Su�crvisioh: 1. PrOVidC f1111 tinle Su lerintendent on file project who is qualified and ! I .I l experienced in concrete conStruction. Superintendent shall direct all work in connection with concrete construction. 2. Finishers shall be JOUrneymen concrete finishers experienced in concrete finish work. TS-6.1.2.2 Submittals: Contractor Shall SLIb1111t ni1111e and IoCali011 01'trallSll MiX C011111ally 101- approval along with complete data on gradation and durability of aggregate, mix, additives and cement. TS-6.1.3 Product Hancll�: 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 he added. Concrete improperly cared for or Mixed in the truck longer than 45 minutes shall be disposed ol'away from the project. TS-6.1.3.2 Defective Concrete: Damaged of detective concrete shall be repaired or removed and replaced inlnlediatcly as directed by the Engineer. TS-6.2 Materials: TS-6.2.1 General: I. All concrete used in the project shall be furnished by a reputable permanent concrete plant using transit miX trucks. The phint shall be located within a reasonable distance irons the project so travel time is 30 nlinuteS or less. Supplier shall have adequate bins that weigh material by approved scale System. The supplier Shall have an adequate number of modern trucks to insure delivery cat concrete;as required Im placing schedule. Supplier shall be Subject to approval ot'the lalgincer. The contractor shall use whatever means necessary to insure concrete delivered to the project is properly hatched with approved kinds and , quantities of nlatcrialS. 3. A copy of'the delivery ticket 101' cacti load of concrete Shall he provided the inspector as each truck is unloaded, Delivery ticket shall include the filllowing, i111i61-mation; (I ) Name of concrctc compa11v (2) Serial number ol'ticket • 27 1 (3) Date (4) Nu1111V•ot'truck (5) Name and location of job (6) Identification ot'concrete mix delivered (7) Volume of eonc.►•ete in truck. (8) Time concrete was loaded (9) Amount of'water added at plant TS-6.2.2 Cement: All cement ~hall be Type l Portland Cement contlorming to ASTM C-150. All concrete Sin-curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. All othei'concrete shall contain not less than 5.8 sacks cement her cubic yard. TS-6.2.3 Fine A re mtc: Finc aggregate shall consist.ot'natural sand confc)n-ning to ASTM C- 33. Sand shall be well graded, washed, clean sand from the Missouri River Class 1 or equal and shall confiorm to the Hollowing sieve analysis: sieve Size Percent Passi►og 3/8 inch 100 No. 4 95-100 No. 20 40-75 No. 50 5-30 No. 100 0-I 0 The sand shall not have more than 35%retained between any t.wo consecutive sieve sires. Fineness modulus shall not he less than 2.5 nor more than 3.1. �u 1f' t el • rious substances in tine aggregate, each determined on The anu nt c c c, etc, independent samples complying with the grading requirements of'Division 3, shall not exceed the 161lowing limits: Table 1 . Limits Im D(71ete1'iOIIS Sllb`11IlICeS in Fine Aggregate for Concrete: Maximum percent by Item Kcjght orTotal Sample Clay Lumps 0.25 Material Finer than No. 200 Sieve 2.00 Coal & Lignite 0.25 Sticks, Leaves K Other Deleterious Material 0.25 ' Fine aggregate shall be Free of 111 uriOUS 11111011llts of or Jame impurities. Except as 1 g i herein provided, aggregates subjected to ASTM test No. C'40-56'1' filr organic 29 irll nlrities and n'odt►cill < a color darker than the standard shall he rejected. [:inc aggregate shall be tec of'nlateriai that could react hunlll'ully with alkalies in the cement. l{ Such materials are present in injul-lous Elnlol►nts,file ftrle aggregate Sluall be rejected, or shall he 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 11I1dUC CXpallslotl clue to the alkali-aggregate reaction. [Except as provided above, tine aggregate Subjected to live cycles ol'lhe sounchless test (ASTN ('88-59'['), shall show a loss, weighted in accordance with the grading of a sample complying with the linlitatroils set forth above, not greater than 10% when sodium sulti►te is used or 151%, ,vhen nlagncsiunl is used. TS-6.2,4 Clllrsc A�rc�atc: C'oursc. aggregate shall he crushed limestone produced from the Callaway {orrnation or equal havlrlg all Cstlllated history of'sour►d material and shall be approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source shall not contain chert deposits. Gradation Sieve Size Percent Passirl� 11/, inch 100 1 inch 95-100 '/z inch 25-60 No. 4 0-8 No. 10 0-3 Satisfactory experience record shown 101- durability. OtllCr wise paSS SourldlleSS tCSt t ASl'M C'88-5 cycles tlSing nlagnesiunl Suli'atC without splitting or losing more than 151%, weight. Contractor shall arrange and pay for testing rf adequatc history IS not available:. TS-6.2.5 Water: Wdtcr fill'mixing and curing concrete shall he clean, and free front injurious 11111O11t1tS o f SCwagC,oil, acid, alkali, slut or organic natter. Only potable water shall be tlSC'd. ' TS-6.2.6 Concrete Mix: All concrete tier the pro,jcct soul conlorill to the design mix listed in the table below. The concrete mix shall include air entrainment not to exceed 7 percent air: Maximum aggregate size 1 inch Maximum wt.ltCr 250 It)/c), W/C weight ratio (max.) 0.450 29 ' a Cement -6.5 sacks her cubic yard Im curb & gutter and pavement -5.8 sacks her cubic yard for rlll others aThe contractor shall furnish laboratory design mix Im• the approved nlatcrials. aWater reducing and air entraining agents shall be Subject to E'ngineer's approval, 'E'S-6.3 C�bnstruction_RGquircillcnts: aTS-6.3.1 Prargtic>>l: TS-6.3.1.1 General: 1 . Clean all li,rnlS and correct all find grade drunagc. a 2. Wct d0wn all ::upgrades, 3. Verify all deeded equipment for placing concrete is on hand: Vibrators,crane or pump, trcnlicS, flunks, finishing cquipnlcnt. a 4. All keyways are to be in place. S. (:)ry up excavation if any water is present. 6. Have cold wcathcr equipment on hand if applicable. a7. Notify Engineer at least 24 hours in advance ot'placing concrete. a 'rS-6.3.2 Placing Concrete: TS-6.3.2.1 General: a1. 1\11 concrete Shall be placed ill a manner and with adequate equipment which shall be subject to the l nginccr's approval F quipment Iot.placing concrete a Shall include Monies, il•e1111eS, cranes or concrete pumps I-or placing concrete: hand tool and finishing cgtlipnlcnt 161- manipulation a:, needed. a 2. Colluctc Shall be placed in a logical Scgticncc that will permit efficient operation• hilt shall proVide Structural continuity and strength squired. Placing s(.'quenec Shall be subject to general approval by the Engineer. a 3. I•IllllleS shall 1101 he used at slo)es flatter than 45 de grecs. Concrete x.ml 'n I g I pl g cgull)rllent Shall be designed fi)r the purpose- shall be subject to approval by athe Engineer, 4. Subgrade shall have I)CCll fine graded and nloistcned prior to placing a30 a concrete. Forms and keyways shall he carefully cleaned prier to placing; concrete. Concrete shall be placed in locations not to exceed 12 fleet apart. Placing shall he a Continuous operat.ion using a heavy fluty vibrator. 5. Tremics re({uired For depth greater than 0 Pilot. • ► ' inclement ve• tiler re)are temporary covers to protect C. In vatic. ( 1 pc,nding, weather,, p I I v 1 Freshly placed and finished surfaces from su1111CC damage. Protect for 12 hours. 7. Embedded screeds may be used unless otherwise called for. Screeds shall be accurately set 111(1 IlCld in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports shall not be used. Screeds must be removed and voids filled while Concrete is plastic. S;. Reduce coarse aggregate in first lift above cold Cotlstl'ucti011 joint. 9. keep working face of'conerete "alive" and plastic. 10. Avoid other vibrating. 11 . Do not transport concrete in firm with vibrator. 12. Place concrctC unilormly at spacing not to exceed 10 1ect. TS-6.3.2.2 Slump: Hold slump. as low as possible to allow proper placement of concrete. _-1 p I 1 1 I Maximum slump for cul•b,curb and gutter, and concrete pavement shall be 3 'riches. All other concrete shall have a 4 illCll lllaxillllllll Slt11111). TS-6.3.2.3 Cold Weather RujjuirenlCnts: I. Do not place concrete on ice or frozen subgrade. 2. Do not place concrete at temperature below 20 F unless covered and heated. e 3. When temperattuc is or is iinccast below 40"F, the following are required: a. }-feat water - 150, F maxinlunl b. I-ICat Iggrcg ItC U:) frost free tcnl{)(store. C. I'eal►peraturc of concrete regulatC(l to the following SC11CrlulC: e Air '1 CMI)�Crature Concrete Tempertlturc • 30 to 4O 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. PI'CSCI•VC 1111d muintilin IlloiSt Curing Ctlrld►tiOnS Wllcn heating. 1'. Adrnixtures lilt cold weather purposes are not approved. TS-6.3.2.4 Ilot Weather: I. Concrete exposed to direct Weather shall not be placed at temperatures above I MY l". 2. Cover, protect and cool work. as required to maintain concrete below 100° F. ,rs-6,3.3 1'_1I11titlill tl4ll fti{e: TS-6.3.3.1 General: ' 1. All slabs, walk,and decks shall he Sloped uniformly 1.0 drain to finish grade, and must drain completely. 2. Finish shall be of specitie(I texture and uniform in color and appearance, Approval of finish is required on first concrete placed. 3. All voids in slabs and horizontal surfaces arc to be filled during finishing operation. Voids in firms surfaces arc to he repaired imillediatcly at the time forms arc renlovecl. 4. Avoid over-finishing, late linishin , re-watering, and other techniques that rllay causC "CNIZ.ing° 5. Provide adequate manpower u11(1 e(Il►il)111e1lt 1br finishing prior to placing concrete. 6. initiate Curing pI.00CSS Its soon as surface strength will permit. O '•fS-63.3.2 Formed Slll•IaCCS fix )used to View: 1. Remove: lorms as soon as curing and strength (levelopment permits. 2. Remove the cones where applicable and fill with sand cement grout. ' 32 r 3. Creak offall "fins", grind as required for uniforn) appearance,. 4. Grind all firm "oil-set" where concrete will be visible after Construction is Complete. 5. Chisel all loose material in "honeycomb" areas until only solid concrete exists, bill vcsid with gr01.1t, CUI-C 5 dayS. 'FS-6.3.3.3 Pavement: All concrete shall he finished monolithically. No "topping" or °plastering" Sidewalks and curb and gutter shall receive a light broom finish. Sec Section TS-8 for finish of Concrete street pavement, TS-6.3.3.4 ConstruCtiem Joints: A11 keyed rend other c0178truCtio1l joints Shall he constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Curing: TS-6.4.1 General: I. All conCretc is to he Cured rl minimum of 5 days after placing and finishing or 5 days after repairing. 2. Protect all concrete surfaces from damage during and aticr Curing period. TS-6.4.2 Formed Surfaces: 1. norms arC adCquatc. i l•left in place 5 clays, 2, Cover top with O mil Polyethylene sheet, 3. It forms arc removed to "Stone" finish or repair concrete, cover with polyethylene sheets. Anchor in place. TS-6,4.3 Walks Curb and C.i1lttC1'_and PavemCnt: 1. Spray liquid membrane (ASTM - "Standard Specifications for Liquid Membratic- forming Compounds for Curing Concrete", Designation C-309, Current edition). ' 2. follow malmftict(Ircr's directions llor Sprayed liquid membrane. 3, Protect Surface from damage. 33 e 3, Break offall "fins"; grind as required fbr uniform appearance. 4. Grind all form "off set" where concrete will he visible after construction is complete. a 5. Chisel all loose material in "honeycomb" areas until only solid concrete exists. Fill void with grout. Coro 5 clays. TS-6.3.3.3 Pavement: All concrete shall Fle finished monolithically. No "topping" or "plastering" Sidewalks and curb and gutter s11a11 receive a light broom finish. Sec Section TS-8 for finish of Concrete street pavement, TS-6.3.3.4 Construction .feints: All keyed and other construction joints shall be constructed as shown on the plans. Kcywlry 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 S1.11-taCCS from damage during and after curing period, TS-6.4.2 Formed Surfaces: 1. Forms are adequate ifleft in place 5 days. 2. Coker top with 6 mil Polyethylene sheet. , 3. II lorms arc removed to "stone" Finish or repair concrete, cover with polyethylene shccls. Anchor in plane. TS-6.4.3 WalkS,Curb and C,uttc`r, and Pavement: 1. Spray liquid membrane (ASTM - "Standard Specifications fm• Liquid Membrane- Forming Compounds flOr C'ul-ing Concrete", Designation C-309, CUPrC11t edition). 2. Follow manufacturer's directions fin• sprayed liquid membrane. 3. Protect surface front damage. ' 33 'I'S-6.5 Defective Work: TS-6.5.1 Clencra- I. DOectivc concrete work shall he removed and replaced immediately. 2. Work built outside tole-rances shrill be considered defective, 3. Concrete ol'inadcquate strength or having surface conditions indicating poor durability such riff crazing, severe "map cracking", crumbling, ot• other evidcnec shall be considered del'ectivc. 4. d rigincer shall be notified inlnlcdiately when such eondditions IICCO111C ripparcnl. TS-6.5.2 it gxiirinJI: 1. Re lairin b ofminor faults such as small "honeycomb" areas and voids maybe patched. Repairs shall be made as described in TS-6.3.3.2 above. ?. Cure patched areas S clays. TS-6.6 Joints: 1. Joints shrill be constructed ,is shown on the plans, Unless shown on the plans, joints shall not be constructed unless approved by the Engineer. Where Neater stop is specified in joint, water stop shall be securely fixed in place to prevent voids or"Ibldover" 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. 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of•joints with wood float. 4. Contraction ,joints shall be sawed to a depth equal to one-quarter of the thickness of the concrete. Unless otherwise indicated on the plans, contraction joints shall be~paced at a maximum distance of'12 feet each way fir concrete pavement. Contraction joints shall be at approximately 10 floot intcrvals. .loints in curb and gutter shall line up with sawed joints in concrete ' pavement, t34 TS-7 ASfIIAI'I'I('('UN(-'R.I-'I'f TS-7.1 General: 'Phis work shall consist 01'01C c(lnstructic+n ol'asphaltic concrete base, and Surface course as shown on the plaits and specified herein. TS-7.2 Standard Specification: All work of' this section shall be in accor(lance with the rcfcrencc(1 portions of"Missouri Starlclar(I Specifications fin•I IighwayConstruction" 1086 I dition publishc(I by the Missouri Statc flighway an(I Tianspoltation 1 Commission, except as moclillc(i here. TS-7.3 As 1)11altic ('cmcr'rle F3asc: TS-7.3.1 Subgradc shall be prepared as specified in Section TS-2. TS-7.3.2 Material: Materials shall conform to Standard Specifications Section 301 .2. TS-7.3.3 Mixture: The mix shall contbrin to the re(luircnlents of'Sectio►n 301.3 Asphalt cement content shall be in the rank of 3 to 6 percent. Marshall Properties Stability 12.00 Min. Flow 8 to 6 TS-7.3.3.1 Section 301.3.2 shall he changed to read as fellows: Prior to preparing any of the mixture on the project, the Contractor shall obtain, in the presence of the Engineer, representative samples of asphaltic cement an(I mineral aggregates for tests. The samples of rnaterial shall be of the size clesignated by the Engineer and shall be submitted to an approved laboratory Cor testing. The Contractor shall also submit for the Engineer's approval, a job-nlix formula ion• Well mixture; to be supplied for the project. No mixture. will he accepted for use Until the Job-mix lorlllula for the pt•gjcct is approved by the Engineer. The job-mix iirrnlula shall be within the master range specified fin- the particular type oi'asphaltic concrete, and shall include the type and sources ofall materials. the gradations of the aggregates, the rclativequantityofeach ingredient, and shall state a definite percentage for each sieve fraction of aggt•egate an(I for asphaltic cement. No job-nlix flornlula will be approvecl which does not permit, within the limits of the master range, the full tolerances specified for asphalt cement an(I for material passing the No. 200 sieve. The job-mix fcnmula approved for each mixture shall he in effect until modific(I in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of material he changC(l, a rlCw jOb-lll1X 1'0l'111L1}a may be required. The Engineer may slake adjLlStlllClltS Ill the fob-mix formula in older that the mixture elects established criteria of'thc Marshall mix design. The nlaximunl tinle a job-nlix will be used will be two (2) C011StrL1Ctlon seasons. 3 5 •. 'I'S-7.3.3.2 Omit Section 301.3.6, 301.3.7, 301 .3.7.1 , and 301.4. TS-7.3.3.3 Commercial Mixture: A commercial mix nlay he used if approved by the Engineer. To requCSt approvai ofa commercial mix,the Contractor shall Submit to the Engineer file proposed nlix proporflc►nS, sources of111MC1,11S. Marshall properties, and a list of' projects on which it has hCCrl use([, TS-7.3.4 C'OIIStruction_RC(j iremCnts: TS-7.3.4.1 Weather Linlitations: Bituminous mixtures shall not be placed(I )when either the air temperature or the temperature of't1)C surface on which the mixture iS to he placed is below 40" F. (except that base courses 3 inches or more in thickness may be placed when the air temperature is 35" F.) (2) on any wet or fi•orC11 surface, ol- (3) when weather conditions prevent the proper handling or finishing ol'the mixture. Mixture shall not be placed during inclement weather. TS-7.3.4.2 AsIlhallt Plant: The asp)talt plant or plants shall 111CCt file 1-CClllll-Cl11CntS or Standard Specifications Section 301.6. Plant, calibration shall he thc-sole responsibility ol'the Contractor. TS-7.3.4.3 Pre mration ol'the Mixture: Preparation of the mixture shall he in accordance with applicable portions of Standard Specifications Section 404.6.2,1 through 404.6.3. Transportation of the mixture shall conlorm to Standard Specifications Section 301.8. An adequate number oftrucks to provide constant supply of mix to the laying; machine shall be used. The location of t11c plant shall he CIoSC enough to the project that excessive cooling dries not occur. The provisions of'Standard Specifications 301.0 and 404.6.3 shall be nlct. TS-7.3.4.4 S lrcadil>_LLth!�_M_ixturc: Asphaltic mixtures shall he spread in accordance with Standard Specification:; Section 301 .9 and 301.9.1. Allowance shall he mane (ilr the slope of'the outside cclue so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade reference Cor the automatic screed control. TS-7.3.4.5 Compaction: Rolling shall begin as soon as practicable after the spreading. The Contractor shall submit to the Engineer the rolling system he proposes to use ol-the compaction ol'the mixture. Roller's Shall be In food condition, capable of'operation Without backlash. Stecl wheel rollers shall be equipped with scrapers. All rollers Shall have a functioning winter system for moistening each roller or wheel. Base course shall be compacted to 95°/„ of laboratory density. Sul-111CC Course shall he compacted to 98'ii) of*laboratory density. ' 36 TS-7.4 AsEhaltic Concrete.: ']'his work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall confilrin to the applicable sections of Standard Specifications for Highway Construction, Sections 401, 403, and TS-7.3.3.1 for Grade "C", Grade "D" and Type "C" except as modified hereto. TS-7.4.2.1.1 Gradation Max Desired Max Desired Gradation Limit Gradation Limit Gradation Passing Grade CC' Gnidc_C Grade D Gracie D /a" sieve 100 100 100 100 '/2" 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 No. 200 4-12 8 4-12 8 TS-7.4.2.1 Gradation , NOTE: The gradations of the aggregates will be detennined from samples taken from the hot bins. "Type c,,, Pass 3/4-inch sieve 100 ... Pass 3/4-inch sieve, retained on 1/2 -inch sieve 0 3 Pass i/2-inch sieve, retained 3/8-inch sieve 0 25 Pass 3/8-inch sieve, retained oil No. 4 sieve 20 45 Pass No. 4 sieve, retained on No. 10 sieve 7 20 Pass No. 10 sieve, retained on No. 40 sieve 7 20 ' Pass No. 40 sieve, retained on No. 80 sieve 5 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 ' Asphalt Ccirient 3.5 7 TS-7.4.2.2 A rare gate for Asphaltic Concrete: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 50% of the needed approved aggregates prior to placement of any asphaltic base oi• pavement. 37 TS-7.4.3 ConstrUCtioll RI.dUI1.Ctl111115: Construction requirements shall be specified in TS-7.3.4 aS amended herein. TS••7.4.3.1 Weather Limitations-. Weather limitations shall be as specific([ in TS-7.3.4.1 except that no asphaltic concrete shall he placed when the temperature of*the air or the ' surface on which the asphalt will he placed is less than 40` F. TS-7.4.3.2 Spreading: Spreading ol'the mixture shall be in accordance with Sections TS-7.3.4.4 except that ;uitonlatiC scree(} control shall not be used oil the surface. source unless directed by the Engineer. TS-7.4.3.3 Commercial Mixture: A conlnlercial mixture may be approved for this work in accordance with TS-7.3.3?. TS-7.5 Tack Coat: A 'Pack Coat will he required overall existing pavement to he overlaid and between each lrh of*the new asphaltic concrete pavement unless the preceding tilt has been protected front all dirt and traffic since its placement. Tack Coat will he placed afler cleaning in([ preparing of•the surface is complete. Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. 'Pack coat material shall be RC-70, SS-1 or SS-1 1 1 unless otherwise approved by the Fnginccr. ® There will be no direct payment f*or tack coat. This wort: will be considered i Y subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and Payr cnt: Measurement will be made for the various type of pavement as per the itemized bid farm. Where existing pavement is being overlaid, payment will be for Base Leveling gI g i Y Course per ton and for Surface Course per square yard as shown on plans. is , , s 1 • f r [tell will be made per square and Where all I1l.N pavement r.. t( be a n,tip.c.tu , i ayt t i ( y of•hull-depth base and surface course per typical section. r Payment will induct( all costs of cleaning existing pavement or previously laic[ lifts and all costs o l'tack coat., TS-8 PORTLAND CF,MENT CONC ZE,T = PAVEMENT: ' TS-8.1 Portland Cement Concrete: The work shall conform to the referenced portions of "Missouri Standard Specifications" as modified herein. TS-8.1.1 Materials: Materials shall conform to Section 501 .2 of the"Standard Specifications" as modified herein. e38 'f inting material as shccificd in Scelion 1050 will -mit, he used, 501.2.2 Mix Dc sign. f� Delete SCctlorl 501 .2,2.1 and Section 501.2,2,2. 501.2.2.3 LIse Class A sand only, Mix shall contain not less than 6,5 sacks oNement her cubic vard. 501.2.4 Consistency, Delete slurllp tahlc and paragraph 501.2.4.1. Hold slump as low as Ilossihle to allow proper placement of concrete. Maxullunl 811.11111) for pavement, curb, or curb and gutter shall he 3" All concrete shall he air entrained in accordance with Section 501.7 including ' paragraphs 501.7.1 through 501 .7.3. Air content shall be betwccri 4'NO and NO. All concrete fbr curb and gut ter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. Actual mix design shall he prepared and submitted by the Contractor to the Engineer fin• his approval. Submittal shall include source and properties cif'all aggregate, source of cement, proportions used, slump, air content 11ld results of breaks of 5 test cylinders. Cylinders shall he broken as lollows: 2 at 7 clays 3 at 28 clays Prior to starting project, contractor shall obtain in the presence; of the Engineer, representative samples of ccnlC1lt, 11111C and course aggreg rtes Im test. The samples of material shall be of the size designalcd by the Engineer and shall he submitted to an approved laboratory for testing. ']'tic Contractor shall submit fir the Engineer's approval each ,lob-Mix Iilrmula. Tile nlaxinlunl time a.lob-Mix will be used will be 2 construction seasons. Mininlunl compressive strength, based on AST NI designation C-39, C-31. and C- 192, 2800 psi at 7 days and 4000 psi at 28 days lahorafory cured, 135i, less (orjob cured cylinders. Concrete may he either central mixed and delivered in approved trucks or may he truck mixed. ' "Total elapsed time Imil► time of combination of water and cement until all of that 39 batch is placed shall not exceed one hour. 'file use of calcium chloride- will not tic permitted. Othc;r admixtures may be used only if approved by the Engineer. TS-8.2 Portland Cement Concrete Pavement: This work shall confirm to "Standard Specifications" Section 502 and substitute the fi0110wing: TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute the following: Contractor will confornr to 'hc requirements of the preceding section of these specifications. Delete Sections 502.3.1, 502.3.2. and 502.3.2.1. Delete Sections 502.3.4. 502.3 5, 502.3.6, and 5023.7. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 shall be changed to read as follows: Auxiliary Equipment shall be available at all times as follows: a) Two or more 1046ot straight edges of an approved type. Blades shall be ® replaced when edges become wavy or wail)cd. 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 1046ot straightedge in contact with the concrete surface parallel to the pavement centerline, and drawing the straightedge lightly across the surface. Advance along the pavement shall be in successive stages of the more than one-half the length of the straightedge. All variations shall be eliminated by filling depressions with freshly mixed concrete or striking offprojections,and the areas so corrected shall be consolidated and refinished by means of a long-handled float. C) Sufficient burlap, waterproof paper, or plastic film firr the protection of the pavement in case of rain or breakdown of curing equipment. (1) Joint Scal shall confirm to Section 1057 of the 1986 Missouri Standard Specifications for 1-1ighway Construction. OHand placement and finishing as specified in Section 502.10.9 will he permitted. TS-8.2.2 Construction Rc LIilements: Delivery tickets shall he provided the inspector in accordance with Section TS-6.2.1 ' 40 of this speci 11cation. Delete Section 502.5.3. Section 502.0 - C'onditioniniz(►l_Sllbl lal�C. Rcicrences to Other seclions shall be 1'ctcrences to those Sections as amended by these Specifications. Delete Section 502.7 and paragraph 502,7.1 . Delete Section 502.9 and paragraphs 502.9.1 and 502.9.2. Delete Section 502.10.7 - Station Nullllms. Section 502.10.9 1 land Finishing will he permitted on the project. 502.16 ('cli>struclicll�. This type of constru n ctio will be 'lII0WCd on this _ I� project, I'hc provisions of'Scction 502,16 and the succce(lirlg pa►agraphs tls amended herein shall apply. Rcl:'rertccs to other sections of the MiSSOLII-i Highway Specifications shall refer to those sections as modified by these specifications. 502,16. 1 Sul7gradc and Base. Dcictc tell relercnccs to aggregate hasc. Pavement shall lie placed on earth subgradc and the paver and check template shall also operate on the suhgradc. Delete Section 502.17 and paragraphs 502.17.1 through 502.17.5. Cores will not be (trilled on this project unless re(luirCd by the Engineer. This Nvill only be done if'douht as to the actual thickness exists. Normally edge thickness will he Used as a rough check on constructed thickness, Pavement thickness will he considered to he design thickness. TS-8.2.3 NIC�lSlll'C111CI1t__I11d P lVIllCn1 shall he in accordance with Sections 502.18 and 502.19 ot•the Standard Specifications as amended by the following: 11'core:s are taken and the thickness (moot to he deficient the provisions of502,l 9.1 through 502.19.3 shall apply with the exception oi"I,ype "A" curb and gutter (see typical section for end details and thickness) which shall be measured on the basis ol'lincar feet constructe(1. Payment shall be continuous through residential drive approaches and shall include the hookin): lip of CXlStillg ho(ISC d1a111S that 11(014' extend to the Street. TS-9 I-AWN RETAIR AND S1:?I,.l)IN(;: TS-9.1 General: All areas disturbed by the construction Shull be seeded or so(1(1cd Cxcept fbr paved areas. See plans fior areas Io he soddcd. TS-9.2 131ue�-)IrIsS_SOddinf;: SoO shall he planted in accordance with the tollo\vin ; I-C(1 U i rem e n t s. • �11 ' Sod shall be of the: best duality and when placed, shall be live fresh growing grass with sufficient soil adhering to the roots. Scut shall be procured from areas wherethe soil is fertile and contains a high percentage of loamy topsoil and frorn areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from the tine;it is harvested unless;it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks ;;hall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week clapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded. all shaping and dressing of the areas shall have been completed to the satisfaction of the Engineer. Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting, the sod shall be watered and mowed as required until completion and acceptance of the entire work. No sodding shall be done during the period from June 1 to September 1, unless the planting season is extended by tie engineer. • TS-9.3 Seeding: After shaping,placing 4"of topsoil,and dressing of areas to be seeded have been approved by the Engineer, a commercial, fertilizer, grade 12-24-24, shall be applied at a rate of'not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc Spiker or other suitable implement. Seed shall then be spread at the specified rate by drill, by hand seeder, by brillion seeder, or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is frozen, muddy, or otherwise in a non-tillable condition. An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, plowing, and any other operation necessary to provide an acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of GO°O "Derby" Rye grass, 20'),'o creeping fescue, and 20% Bluegrass. Bluegrass may be either Rain I, Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons pet' acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of'seeding in any or all arcaS required to be seeded. 42 Protection and Repair: The seeded area shall be tree of traffic. 11'at any tine beforc 1 acceptance becomes Bullied or otherwise clanuigcd.or the seeding has been damaged or destroyed, the affected portion shall he repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of'this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically named state laws and regulations. The certi fications shall have attached inspection or test reports oi'governing state agencies applicable to the lot or lots of material supplied. TS-9.5 Method off Mcasuremew: TS-9.5.1 Definition of Gradinu Limit: The term "grading limit" as used in this Article, shall mean any of the following: (a) 'File location o1 a line determined by the inter•spectlon of the edit or fill slopes shown oil the flans with the existing surface, plus allowance for rounding at such intersection as shown oil the Plans. During the course of the work the Engineer may direct that the grading limit be elsewhere than as determined by the 116regoing, and. in such case, the grading linlit will be at the location as directed by the Engineer. (b) For structures placeel in oxcavations and for pipes ill trenches, five (5) 1'eet 1 outside a vertical plane through the outermost surfaces of the neat lines of such structures or o1'thc pipes. TS-9.5.2 Seeding: Measurement will be madc of the area seeded (horiz..ontal measurement)to the nearest I/IO acre. Measurement will not he made beyond a lint:S feet outside the grading, limit. TS-9.5.3 Sodding: Measurement will be rluu.dc of tiie t►re is socd(lecl (slope lleiisur•enicilt)to the nearest square yard. Measurement will not be iriadc beyond a line ? feet outside the grading limit. TS-9.6 Basis of Payment: TS-9.6.1 Seeding Sodding: 'file amount of completed and accepted work, measured as provided shall be paid 1m•at the contract unit price bid per acre for seeding and at the contract unit price hied per square yard for sodding, 4 1 TS-10 RE1NFORCLI) ('ONC'ItC?"!'l l)C)1;131_1?_�3C)X CULVERTS AND RETAiNING WALLS T'S-10.1 General: t 'These itenis shrill he hid on the. 11111111 stun basis to include: the necessary excavation and the disposal of any excess excavation material froln the channel to allow construction of the proposed structures and all materials and labor to complete the construction ofa I 1 x 9 Reinlin'Wl C'o11C1'CtC Double Box Culvert and all Retaining Walls according to the plans and specifications. TS-10.2 Reinforced Steel I'M' (.'oncrCtc StruciurCs: All rcin(orcirig steel to he 11sc(I 1101'this struct11rc shall he deformed bars meeting the requirements of the l'ollowing: Oracle 60 ASTM a 615-70 Deformed I3illett Steel tsars Concrete Reinforcement. Rcinlorcing steel shall he protected front damage at all times. When placed in the work, it shall be free from dirt, oil, paint, grease, loose Milk scale. thick rust and other ibreign substances. Reinforcement for the top slab shall be held securely in correct position by means of approved metal bar supports and ties. tsars in the top slab shall be tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the forms and the reinforcement. The steel shall he tied in correct position and inspected before any concrete is placed. Such inspection will not relieve the contractor ofhis responsibility for constructing the unit in accordance with the plans. TS-10.3 Forming: Forms fir concrete shall he built true to the lines and grades designated and be mortar-tight and ofsound materials adrduate to prevent clistortion during the placing and curing of concrete. All concrete shall be firmed unless otherwise specified. If during or after Placing the concrete. the forins sag (►r bulge, the concrete affected shall he removed, the fornis realigned and new concrete placed. C'onst.ruction camber to take care ol'shrinkage or settlement impairing the strength of the structure by the reduction of depth will not he permitted. Tile forms shall be designed for a fluid pressure of 1.50 pounds per cubic foot on horizontal surfaces anti 30 p(►undti per sduare foot on vertical surfaces for impact and vibration. ' I'S-10.3. 1 Face i umher of fornis for cxposcd sul'faces 01' concrete shall present a smooth dressed surface free of loose knots, knot holes, and otiler defects. The spacing of supports and the thickness of lace I11111her shall have a minimum nominal thickness of one inch for solid lumber or 5/R inch for plywood. Form materials shall be placed with horizontal joints. 'Triangular molding„ sillooth on three sides and having 3/4 inch 1vidtll oil cacll ofthe two 1101-111 sides. shall he used to bevel all exposed edges of ' 44 S; 1 i'1 pev ° arc Shown oil the plans. the structure, except where, . l �cl, I l (.1 r l TS-10.3.2 fl=ornlS RC-used shall be in good Condition. For111 I11111hC1' which is urlsatisfaCtory in any respect shall not he used, TS-10.3.3 Ugsi nut n(I Collstructioil of_ Dorris permit their removal without damage to the concrctc. C oflel'dalll braces or struts which will extend through any exposed concrctc section will not he p%rnlittcd, Sul ldel.Cop i lips aild around offsets play he given a draft ot'not more than orle inch per flint to permit r•cnl(lval without damage to the concrete. For n;u•row walls where access to the bottoms of`the filrms is not otherwise obtainable, an opening shall be provided so that chips, dirt, Sawdust, or other CxtNIIlC LIS nlatCri it may be removed immediately prior to placing concrete. TS-10.3.4 Tics and Sol-cadcrs alid__,I]I. IilctU) ;11�7hallCes us1,d inside of fill'nls to hold them to correct allgllnlcllt and location shall be so Cmist'LICIC(I that aficr removal of forms,the metal may be rcinoved to a depth of at (cast one inch below the surface of* the COnCretC. Metal tic ro(IS usCd insicic the fin•rlls where concrete will have an exposed surface shall be a type which will not iproduCC al cavity at the SurlacC ol'the concrctc greater than 1-1/2 inches in diameter. Bolts and rolls used as tics shall not be I'cillovCd b1lpulling them through the concrctc. Wire tics and plpc spreaders will ilot be permitted. and metal or wood spreaders which are separate front ibrm tics shall be removed as concrete is being placed. A halt-through method of'SUppOrting lurnls t01- massive substructure units may he used with [lie approval ol'the Engincer. No brill tics shall he embedded in concretC IbOVC the roadway surlacc on bridges. 1 TS-10.3..1 Cavities produced by the rerlloval of, metal tic rods shall be carefully tilled with mortar C(1111poscd of ,1plpl'oxlrllatcly one part cement t0 two parrs sand. White Cerllent shall be addcd to the mortar if necessary to obtain the required color. In order to redl1CC the Shl-rllkat,.C, no 111011,11- shall he illaced in the cavities until 45 minutes after the initial IlliXIllg. Ill IiCII Ol the above, any approved non-slit-inking, non-staining type ot'nlortar may he used. Aficr the Cavities arc filled, the surface shall be Iett snluutll, Cve1t, 111d Ullif01'111 111 COIOI- a11d texture. Tic I.O(.l Cavities ill surfaces against which haekfill is to he placed shall be filled with mortar or an approved plastic C0111p(pllrld I11CCting the I'CgllIrC111eIlts of Secti(111 1057.3. Patching u,'tic rod cavities in the illtCrior surfaces ol'box grinders vvill not be required. TS-10.4 Portland C'cnlcnt Concrete This item shall ccnlf'ornl to the N/IiSSlilll-I S1,111d li'd SpecilWiltiorls lilt Highway Construction. Class 13 concrctc with a coarse aggregate classification of Ciradation D. Osage River Gravel. Finc aggrcgutC s11a11 hC Missouri River Sand. Class A. It shall he a 5.81 bag mix with an air COrltcnt O1' lulu• (4) to ;;even 7) percent. r t ( 1 45 Finish fin• bottom slab shall be travel and finish for top slab shall be broom. I'S-10.5 Excavation The contractor shall be responsible lb r•excavation required to coIn111etc the proposed StructurcS in place. The contract(+r shalt cstah{ish a Sound hcd(lin�;hcti,repollrinthc bottom slah and footiligs. TS-10.6 Testim -, of llortl_►nd Ccincnt Concrete The contractor shall Ilerfi,rm or have pCH61-111cd the 11011owing tests to insurc the strength of the structure when completed. Such tests in no way relieve the.contractor ofhis responsibility fbi,the CollSIRICtloll (1f tlllS structure and its acceptance afler final inspection. (Payment Im this item will be include({ under the hid item I6r Double Box.) TS-10.6.1 Slu1110 TCSt: Slurllp 'I(Sts Shull he MkCIl (lurini; cash pouring and shall not he IeSS than 2 inches and not More than 4 inches. TS-10.6.2 Compression Tcst: Cylinders 6 inches ►n diameter and 12 inches in hcight shall he 11sed ill determining the Coll)pressivc strength. The contractor shall make 1 cylinder per 25 cubic vurdS p0urcd. TS-1 l CRUSHED STONE. DRI\'I"MAYS: TS-1 l.1 C RISIMI stone driveways shall be constructc(f in accordance with the dc;tails on the Plans and with the requirements of'Missouri I lighway Specifications Section 304 for abgreI1atc base course cxcel)t that the 1)1'0visi0nS fin• nlC ISUrenlent and payment therein Shall not apply and except as modified in this section. I'S-1 1.2 Aggrp T1yhc I TS-11 .3 '1'hc required thickness may he compared in one laver. Rc(Iuired density of compaction shall he not less than ninety (c)0) percent. TS-11.4 Where practicah{c. utili•r.c tc1111)0Nary surf�lci material as SubhaSC to inlllrovc stability 01"Crushed stone driveS 111(1 to reduce anlclunt of a(Ided 11WICrial required. TS-1 1.5 Crushed Stolle drives shall he carefl.11ly graded (o drain. 'I'S-1 1 .6 11ICaSIn'C111CI1t of cruShcd Stone clr'ives shall he to the nuu'CSt I s(Iuarc yar(l. TS-1 1.7 Payment shall beat the unit price hid i11clu({ing all 1,11)01', equipment in(] materials to cc►nStt•uct the driveway c:(nrlplctc incau(fint71 suhgNade preparation. 40 TS-12 RIT' RAP: TS-12.1 General: lip rap shall he filrnisllcd where provided rill the Plans or where otherwis,_: directed. Rill rap shall he durable linlestonc meeting the rcquiranents of Missouri Highway Specifications Sections 611 .31, 611 .32 and 6 I1.33 for Type 2 Ruck: Blanket. Tile nlirlimulll lava thickness shall he one and one-h,df(1 1b) tcet. The surface of rill rap shall he flush with the surrounding finished carth grade and grouted. ' TS-12.2 _I,�1si Cactur shall notil'v the I.ngmcer iI the source of rip lap prior to its delivery Ill ti111C 10 110'11111 Its inSIVC11011. TS-12.3 Mcasurcrrlcrlt 111d l',iy_n1ciit: Rill Rap will he IIIC ISUrcCI complete and in place to the nCar'CS1 S(1LIarC Vard rlf SUIT"ICC 11'C l (Slrl))C: I110WAIrCllle1111. I',.ryl11Cnl at the Lillit price bid will he full compensation for all costs of excavation and Iurnishillg and placing rill rap as shown oil the plans and sl)ccificd licre1il. TS-13 ROCK E?XCAVATION: TS-13.1 General: Should rock he CnIXlUntcred Ill two of more ledges. each ledge being more than six (G) inches thick and with intcrlving strata of earth clay, shale, or gravel not More than twelve (12) Inches thick 111 CICll Stratum. the entire volume between the , top ledge and holtolll of lllc bottom ledge will he classific(l as rock. (See Article TS- 2 i n'< detail specifications.)t S-13.? Use of F,x)losive,s: When explosives arc used in the l)roscclltioll of work, the Contractor shall use the utmost care to prcvcnt injury to persons and property. All explosives shall he stored and used in a safe nl,tllller and ill compliance with all existing statutes and ordinanccs and all placeS used fill-Such Storas;0 Shall he marked clearly"DANGFROUS I XI'LOSIVI:S". The Contractor shall warn all persons in the vicinity of'tile danger area when explosives are hcinl; LISCd. The Contractor shall save the City and its agents. officers, and employees harmless from any claim groN'ing Out of 1hC USC of SUCK CXp1rlSib'CS. RCI1)oval of any item or material of any nature by blasting shall he donC 111 such I11a1111Cr ,lnd at such time as to avoid damage altecling the inlegrilV (>I file design :Ind to avoid dalllage to ally new of existing Structure included in or arljaccm to the work. Unless the plans.special provisions.or the Engineer restricts Stich operation, it shall he the Contractor's responsibility to deterillinc a method of operation to illSUrc the desired results an(1 the integrity of the completed work. Blasting 11'111 IIUt he pCl"I11111C(I L111111 a C"ontractor h,►s obtained prim' insural1CC 1111d has obtained a permit Iron) the City fire Department. "I'S-13.3 McaSmcmcnt Illd P Ivmcnl Rock excavation shall he hld (ill imit price per cubic yard and final payment shall he 47 based on field measurement. Rock is defined as being sandstone limestone cherl ® , granite, sillstrnle, yuartritc, slate, shale, occurring in its natural undisturbed state, hard and unweathered or similar- material in masses more than 1 '/z cubic yard in volume, in ledges six (0) Inches oi. illol'C in thickness. I'S-14 SANITARY SEWER ADJUSTMENTS: TS-14.1 Acljustii uul RchllildiiI&Manholes: TS-14.1.1 General: (a) Each existing storm or sanitary sewer manhole encountered within the grading limits, whether oi.not shown on the Plans, and which is to be fell in service shall be ruiscd or lowered to the new grade and slope. (b) All construction work in connection therewith shall be in accordance with the applicable details on the manhole sheet of the drawings. Manhole steps shall be properly reset toil spaced. All ne-w construction with brick shall be given a three-fourths (1/4) inch illortar coat on the outside. All new construction with brick or precnst concrete shall be given one heavy coat of coal tar paint. (c) In areas to he paved ol'sLirlilcccl the work shall be accomplished and protected in such a matlncr as to not create it tl afl is hazard and to provide. ('or proper ' construction and compaction of'thc sub-grade and pavement adjacent.to the manhole. (d) Precautions s11a11 be tilkC:n to drop ilo debris into the botton'is of manholes. Any debris so dropped shall he inln]cdiatcly rcillovcd to prevent being washed (fowl] the sewer line. (c) The Contractor shall vcrifj' fir hinlSClf the types of construction of the existing manholes. TS-14.1.2 Lowering, Manloles: ' (a) Wherever possible, the manhole shall he IowCTed without resetting or rchuilding the cone (this will he classified as "Adjust Manhole to Grade"), utilising, one or both of 1hC t011ow1ng methods: ' I. Remm,c existing slrai ght neck brick oi- 1recast coact-e rill ' sections t~ g 1 b and lower existing cast iron ring and cover. '. Rcillovc existing ct st iroi r' ti 1�, l 1 ink,Auld furnish and Set 811,11101AI tY11e cast ' iron ring, Type :3, as shown on the flans, (machined), or equivalent, 48 designed to receive existing cover. (b) When the regllirCd lowering is greater than can be accomplished as specified in the above subparagraph, the work will be classified as "Rebuild Manhole to Grade", which shall be accomplished by one of flit following methods: 1. Precast concrete shall be removed and reset, removing one or more precast concrete rings below the colic, furnishing any necessary shallow depth straight concrete rings below the colic or concrete or cast iron adjusting rings ahovc the cone. The existing cast iron ring all([ cover shall be reset, or, ifrlecessary, a shallow type ring shall be Furnished as specified in Item 2 of sub-Paragraph S-14.1.2 (a). 2. Brick cones shall be torn clown and rebuilt with brick, Using eccentric or concentric cone as i'e(lurred to mect clearance conditions. An eccentric cone is preferred. 'Paper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall be reset,or, i f necessary, a shallow type ring shall be furnished as specificd in item 2 ofsubparagraph S-14.1.2 (a). TS-14.1 .3 Ruisint, Manholes: (a) Wherever possible, the manhole shall be raised without resetting or rebuilding the colic. 'Phis will be classified as "adjust Manhole to Grade". This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick; or an appropriate combination thereof, and resetting the ' existing cast iron ring and cover. 'iThe. maxinlunl allowable height of straightncck section, nlcasclred to told o1'cast iron ring, shall be twenty-one (2 1) inches unless otherwise directed by ilic Engineer. (b) When the require( raising is greater than can be accomplished as specified in the above subPr.u-agraph. the work will be classified as "Rebuild Manhole to ' Grade", which shall be accomplished by one of'tile fi)llowing methods: 1. Precast concrete;colic shall he removed and reset, adding onc or more precast concrete rings below the colic, lurnishing any necessary concrete or cast iron a(ljust.ing rings ahovc the cone. The existing cast iron ring and cover shall he reset. 2. Brick coins shall be torn down and rebuilt with brick, usingeccentric or concentric colic as required to meet clearance conditions. An 1 eccentric cone is preferred. "taper on walls shat! not be more than twelve ( l 2) horizontal to 6orty (40) vertical. The existing cast iron ring and cover shall be reset. TS-14.1.4 The Contractor shall furnish all materials required (irr adjusting and rebuilding 49 1 salvaged from existing manholes may be reused as nlan1x11c.S, Sortable nuttc,rrRtl. �, y needed. If'direeted to replace any cast it-oil item found to be unsuitable through no 1 fault of the Contractor, payment For the materials only will be made in accordance with the provisions of RegulationS of the Contract Article FC-21. 1 TS-15 UNDEiZDRAIN: TS-15.1 General:The Contractor shall install underdrains where directed. None arc shown on 1 the flans, plc shall have un availablcr Source of'unclerclrain materials so that they earl be quickly obtained when it is determined where and ifthey are required, However, Such materials shall not be ordered until directed.by the Engineer. Underdr•ains shall be installed only at locations as directed by the Engineer. 1 TS-15.2 Materials: I. Pipq fLor Underdrain: "Missouri 1-1ighway Specifications" Section 1022, with necessary fittings. Pipe, fittings and shall be fully bituminous coated after fabrication in compliance with the requirements of AASHU M 190. Diameter of peribrations after coating shall he not Icss than one-fowih (1/4) inch. 2. A = MIL( fir Underdrain: Natural sand, mccting the requirements for Fine 1 Aggregate, MC113 Section 4. TS-15.3 Installation: t1. Installation of undcrch•ains shall be in accordance with the details on tilt Plans, with "Missouri Highway Specifications" Sections 605.1 1, 605.12.1, 605.13.2, 605.13.3, ailel 605.13.4, and in accordance: with the billowing items. 1 2. Underdrains will generally he discharged to the nearest storm sewer pipe or Structure or to the nearest ditch, Outlet in storm sewer shall prelcrably be in 1 upper two thirds (2/3) of'pipe height, ill ditches, a minimum ofsix (6) inehes above bottom of ditch. 1 3. Break into storm sewer or drainage Struc;turc and grout undcrdrain in pipe into as for branch c oilnection as shown Oil the Plans. Use granular fill beneath undcrdrain pipe to hottom of storm sewer trench or Structure 1 excavation. 4. A section ofnon-perfiorated pipe, of length as specified by the Engineer,shall 1 be installed at the outlet end. • 5. Seal around underdrain \ ith clay near outlet ends to confine water in the 1 50 1 pipe. 6. Aggregate for undcrdraln shall he compacted to final settlement by po ilding. 1'5-15,4 Measurement it ( 'tic drain �itc shall he nU1SlTC( lCt I1lCat f07l� ' complete including trenching, install:ltion, gramlftlr fill and backtill, "I'S-16 PAVEMENT NT MARKING: '1'S-t 6.1 Sat tc: I`111-nish and apply white and yellow thermoplastic reflectorized pavallent marking materials as indictlted on the plans. Cold applicd type shall he used fin' all markings and shall consist ol'a homogenous, extruded, prcfilhricated material ol'specificd thickness and width,which shall contain reflective glass sphcres If ni fi►rnlly distributed tlu'oughout the cross section, and shall be applied to the pavement surlircc h},means Oki pre-coaled aclhCSive 111d ItreSSUre. 'E'S-16.2 Materials: 'I'S-1 6.2. 1 Gencrl l: a) matcrials will he CorlsidLrcd only IM 1-11 n1a11 W JIM LIl•crs of t•cflccturiZed plastic pavement markers and lcgelldS, who can submit evidence of successful product use over the Mast live (5) years, under climatic conditions similar to that of'the work location. h Each work and symbol nlarkin g Shall he su t Hied with a diagram with each section numbered to correspond with the crnnitleted layout. c) ']'lie plastic marker shall nu►ld itscll•to pavement contours, breaks and faults, 111e1'cly h}'traffic action at normal pavement temltcrattlres. 'The plastic marker shall have resealing characic1-istics Such 111111 it will I'usc with itself atl(1 with previously applicd markings 1►t' the same composition under 1101-111,11 conditions ol•L►sc, '1'S-16.2.2 C'onl tosition It��tlll:(tllClllti; a) As suppliccl, the plastic Without pre-coated adhesive Shall not be less than 0.06" in thickness. •fhc CdL4es shall he clear cut and tl'uc. h) Plastic shall be Supplied conlplcte with a pre-coated adhesive and an easily re111ovtlhle backing shall protect the adhesive in storage and facilitate rapid application. C) The plasti,- and its 1(111csivc s11a11 he s1.111"Wicntly free of tack so that it can be it 1 cagily handled without the protective backing. .111d be t'c-positioned on the sul•face to Which it is to he applied, hekwe permanently fixing it in this position with a downward pressure. TS-16.2.3 l'hvsiC,11 RC(luircl)lcnis: a) lielld 'Pest: TJlc plastic shall he of-such a structure that at a temperature Of' 80" F.. it piece ol'3" x. 0" (with hacking) placed upon a i " diameter mandrel, may be bent over the nrulchrl un1i1 the er1(I faces are parallel and I " ;Apart. "There shall he no fracture limes apparcut in the uppermost SurfilcC by visual inspection. h) kesca_ 1_`I:est: The plastic shall reseal to 1twIt'when tested as specified. C'ut I " x 3" pieces of'plastic. (.Overlap thcse piece,: fitcc to face f6l. all area of' i sq. in. on a Ilat steel place, with the backing material I'Clllaining ill place. C enter a 1.000 grant weigill Over the 15(i, ill, (walap area. and place ill all ovC11 at 190` 10 1 f()r tWO (2) hours. After coolinit to room temperature, the piCccs shall not he separable with tearing. C) C al s on: '['Ile plastic shall have glilss sphere retention (lualities, A 2" x 0" spc(7i111cn of' plastic shall be cut at a right angle to the beveled c(1gc and bent parallel to the beveled edgc of*,l 16" illaildl-cl. While the specimen is hcnt, it strip of 'A)" wide masking tape (such as Utilitapc, nl�utu(actured by 1 CI.111 lcel) shall he applic(i firmly alum ).he length of the area of nlaxinlunl bend and then removed. Should any glass spheres remain on the masking tape when the strip is -removed, the satllple shall be rejected. dl Ski(I Resistance: 'I-hc surface friction of fro lei'tics of Lhc plastic shall not he ----------- 1 icss than 35 13.1'.1 ., when tested accordint, to ASTNI [`-303-06T. e) Lateral Shock Load'Vest: A 1" x 0" plastic panel shall he applied to a 3" x 6" piece (it'carborund tit 11 extra coarse emery cloth. or its c(luivalent, so that 3" x 3" overlap occurs. The appliultloll shall he such that it pressure(A'50 p.s.i. is placed on the panel fiir 30 seconds, The overlap ends shall cash be clamped with one cnd in a fixed position; if suddCl) load of 5t) lbs. shall be applied vertically to the other cnd. t upon imillediatc load release and exatllination, there shall be no lot iccallle slippins.! or fracture of'tlie adhesive coating. This test shall he eonducled ill it teniperaturc ot'between 70 F. and 80' 1". I) Adhesive Spucinicns shall he tested acuordilip,to the Inediod described In AS'I M D-638-011 as modified to test the adhesive shear strength. The Samples shall be prcparcd as 1611ows: Plastic sa11117Ic; cut us described in paragraph 207-1.36).). shall have applied to the adhesive face a I " x 3" piece of earhorundunl,extra coarse emery cloth,or its equivalent,so that there. is I s(I. in.ovcdap a; One cnd ofthe plastic specimens. A pressure of'50 p.s.i. shall he applied over this area of a period of 30 seconds. Lund shall 5� applied by gripping each cnd of the test piece in a suitable tensile test maehine slich as a Dillon or Scott Tester. The average of the load required to break the adhesive bond shall not be less than 10 lbs. The speed of'testing shall be 0.25" per minute. The test shall be conducted at a tcmperaturc of between 70" F. and 80" F. TS-16. Suhnlittals: The Contraetor shall 1111-dish a 111,11111facturcr''S certlflcatlon, in triplicate, attesting that all materials supplied cortfarm to the requirements o(' these Specifications. The certification shall include,or have attached,specific results of'laboratory tests for the specified physical and chenlical properties as(leterpline(I 1ron1 samples representative of'the lot ar lots ol'thernloplastic compound, Mass spheres and reflcctorized plastic marker material supplic(l. ,rs-16. 3 MeasurintLaiid_I'�_ciil�ukii : The Contractor shall do all measuring and pre-marking required Ibr application ofthe pavement markings. TS-16.5.1 Apj)l i cLq ipil Itcqui -enicnts: Cold applied thermoplastic materials shall be applied to clear,(try pavement surfaces, 1'rec of'(firt and lorcign platter, by removing the release paper and placing,the plastic on the surface with continuous pressure tar a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60" h. orovcr, ' unless special instructions arc supplic(1 by the manufacturer for application at temperatures I)Clo\v 60' 1'. TS-16.5.2 The manufacturer shall su])11 detailed illfornation concerning any special t applica tion procedures. Any nec cssar-y activators fin•the adhesives or various special coatings for dil'(crcnt pavcplcnt surlaccs shall be supplied. TS-16.6 Method of MCOSUIelllelll: Mei1Sl11CI11e11tS ol'thc marking arc given on the plans (i)r informational use only. TS-16.7 Basis (11,I'ayi»gnt: Payment fin•pavement nark ings wil l be made at the contract lllilll) Sum bid price and ' shall iticlu(Ic all material. 1,11101-an(I Illel(Iental itcnls ncccssary to complete tilt.work as shown on the plans. TS-17 OM1TT1?1) 53 s t ® FS-18 TItAFTIC SIONALS: TS-18.1 General: All traffic control signal cquipmcnt, materials and ccrostruction methods relating thereto shall conlorin to Section 902, "Tral•fic Signals" of Missouri Standard 1 sec i fie ltion,s Ijor l ligh�y riy C'c►nstruct ion, 1986,except as amended by the additions, deletions. and substitutions of' this Article. Where any Section of• the Missouri Specifications is so modified. the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the flans, or the Missouri Standard Specifications, these Technical Specifications Shall g(wern. TS-1 8.2 Sco 'I`hc work of this section shnll consist of Furnishing and installing; traffic control signal e(luipment and materials as shown on the plans, aS Set out in these 'fecllnical Specifications and as directed by the Owner's authorind rcpresentative(s) t(► result in a complete and finished joh. TS-18.3 Section 902.3. "Materials", of the NliSSOUri Stan(hird_Specifications flor Flithw ty Construction is modified by adding file li►Ilowing paragraphs: A. Section 902.3,5.1 , "Mt.rlti-Conductor Cable", shall he amcndcd by the addition of'thc li►llowing: I 1 As an acceptable alternate the Contractor may use multiconductor cable meeting (lie re(luiremcntS of International Municipal Signal Ass(.)ciation, Inc. Specification No. 19-1 ( 1067) for Polyethylene- ' Insulated, Polyvinyl Chloride Jacketed Signal Cable. 13, Section u02.3.5. "Induction Loop Detector Cable". shall be replaced by the I ) Induction loop defector cable shall be No, 14 AWG. TI-IWN or 'fl Il IN, salt drawn, stranded copper wire encased ]n a 1/4-inch OD vinyl tube with a minimum wall thickness of 1/32-inch. rTS-18.4 Section 902.4, "L'(luipmcnt", of the NJISSouri Standnr(i Specilicati011SJOt• Hi rhw11V Construction is modi fied by adding the li►llowing paragraphs: ' A. Section 902.4.I, "'signal I leads" shall he amended by adding the flollowing: 1 I ) 'file housing,signal hardware, visors, IoUVC1-S,and lenses n►ay also be p( l,ycarhonatc. 1 2) Lamps li►r signal Section optical units shall be furnished by the Contractor as li►Ilo vs: ' 54 i Lamps filr 12-inch lenses shall he 150 watts, All other lanips shall be clear I 16 watts. Signal lamps shall he minimum life rating of 8,000 hours,guarmuced by the rlutnufacturcr. ' i-lorizontally mounter( lamps shall hr installed with the open segment of,the 11lan1ent ill). ' B. Section 902.4.4, "Power Supply Assembly", shall be amended by adding the 1�)llowing: I . The circuit breaker cabinet as. detailed on the Plans tclr the power supply assembly shall he installed on the existing wood poles as Shown on the flans. TS-18.5 Section 902.5 "C:onStruction Requirements", ofthe Missouri Standard Specifications for Hi Iiwiy Construction ,hall be amended by adding the hollowing: A. Section 902.5.1, "Pull Boxes and .function Boxes", shall be amended by the addition of the f«llowing: I. Concrete pipe, meeting ASSklO Specification Designation M86 for non-reinforced or M 170 Class Ill Ior reinforced of suitable length and diameter, and provide with cable hooks, may be substituted for other types of pull boxes with the approval of the Owner's authorized representative(s). 2. Expansion Cast A13S(Acrylonitrile-Butadiene St3Tene)ther moplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. 3. Delete subsection 902.5.1.4. 4. Junction boxes shall be installed at locations shown on the Plans. They shall he of,tile sizes and designs as shown on the Plans. 5. The Contractor, at his option, may submit in writing to the Owner, ' p Y g pull box or junction box designs with materials, shapes, and dimensions deviating fi-onl those required by the plans and a specifications for po5sihle use on this project. The submittal and approval must be complelcd prior to includingsuch deviating designs in the construction bid. ' B. Section 902.5.3, "Conduit System", shall be amended by the addition of the • .55 fiillowing: 1 . Polyvinyl chloride pipe schedule 40, UL approved, may be used in lieu Ot rigi(l steel pipe, C. Section 902.5.7, "Wiring" shall be amended by adding tile: following: 1 1 . The detector loop wire shall normally be No. 14 AWG, "1 HWN, Stranded ot'a continuous lengt11 from the spliced connection to the pair of*shielded conductors in the lead-in cable. The splices will be permitted in the length ofloop wire beyond the Icad-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall be protected by a flexible vinyl plastic tubing;of 3/16 inch 11), a minimum of 1/32 inch wall, 1/4 inch OD. 't'lle tubing,shall be capable of'resisting deterioration froin oils and solvents. The tubing shall also be highly abrasion resistant ' and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number of turns as shown on the plans, 0r as directed by the Engineer. 'File tubing shall be of continuous length from the point of'splicing of the loop wire to the lead-in cable. No splices will be made in the tubing. 2. At the time ol'placing the loop wire in the sawed slots, the ends of the tubing shall be scaled to prevent. any entrance of moisture into the tubing. . . All lengths of loop wires and tubing that is not imbedded in the pavemeilt shall be twisted with at least 5 turns per root, including lengths in conduits and liandholes. O 4. The electrical splice bci:wecn t.hc loop lead-in to the controller and the loop wire shall also consist of providing a Ovate tight protective covering for the spliced wires, they shielding on the loop lead-ins, and the end of the tubing containing the loop wires. The splice shall be made by the following method: ' a. Remove. all lead-in cable coverings leaving tour (4) inches insulated wire exposed. b. l(Cnlovc the insl.11at1on fl'0111 CaCh C0MILIU01-01'a pair of'lead- in cable conductors for one-half' (112) inch and scrape both Copper Conductors with knife until bright. C. Remove the plastic. tuhinl; front the loop wires for one and 1 1 one-half(1 '/!) inches. 1 56 d. Remove the insulation from the loop wires lily one Ilalf'('/z) inch and scrape both copper conductors with knife until bright. C. The conductors shall be connected by twisting together, soldering and covered with a screw-on wire connector. 1'. Center all conductors in a splicing mold. The mold shall be approved by the Engineer. g. Position the spliced wires in the center ol'the mold and fill the mold with a sealant or epoxy-type resign. The sealant or epoxy-tyllc resin used must he approved by the F'nginecr. If. Cover the exposed shielding, grown) wire and end of any unused loop Icad-in whcrc the sheathing was cut, by liquid silicone rubber. Apply Butyl Rubber Polymer Tape sealant between the wires and completely cover the silicone rubber. 5. External surgle protection is required on each loop detector which will meet or exceed the following requirements: a. Unit must be a thrcc terminal device capable of protecting the detector against dil'tcr•ential (between the loop loads) surges, and against common nude (between leads and ground) surges. b. Unit must be 01' the inductive type with a maximum DC resistance o1 150 milhohrlls. C. Unit inductance must beat least 4 millllll:111•ics. d. Unit must withstand re catcd 400 1 111 r- s u r'g 5. C. Unit must be a two stage device capable o('clamping a 250 lullper-C surge. to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. C. Unit must clamp a 250 ampere common mode(between leads and groun(1) surge to 20 volts. ' G. The controller cabinet Il1l1St be IIII-I)ISlled With a surge arrestor on the AC service which meets or exceeds the 1611rnving requirements: ' a, Unit must be capable ol'w►thstanding repeated 20:000 ampere A surges (minimum of25). h. l_!nit must have internal lollow-current. limiters (resistive elements). C. Ulllt Ill(18t contain 3 active clalllping stages Illininlulll. (L 1..Jrlit nll.lsl sell-extinguish within S.3 milliseconds afler trailing cdgC ofsul•ge. C. Parallel impedance of' 1 limiters must be less than .15 ohms. 1) Sce.tion 902.5.10, "Painting". ~hall he amended as follows: I. All exterior metal parts of the signal heads, including mounting brackets and other hardware, except door fronts, inside and outside of visors, Louvers, and backplates, shall be primed and painted with a standard I"ecleral Ycllow enamel. Door J'rontS, inside and c►utside of visors, louvers, and backplatcs shall he painted flat black all(] in their entirety, except backplates constructed from black them oplastic material. ?. Potycarhonatc ccnllpcnlenls, if used, shall he the game color as specilled for painted tlletal parts. TS-18.6 '['1-,11711 Signlil.Operati� ll Policies: I. 7urin 1, the coul•sc Of' si nal insta!latiorl zuld until the signals are placed • l Operation, sig,11,11 faces shall be covered or turned away f:roin a))roachiliv tI-lIIIC. When rc,'uly for 01)er16011, they shall he SCCLIrcly filstened into position lacing toward approaching trallic. Aber the signal installation is corttplcle, the Contractor nlay put the signal in operation Ior test purposes oddly. However, the tiignal shall not be put into pernlanctlt operation until authorisation is given by the OW11Cr'S Mltll rlZed I•Cl)rcSClltatiVC(S). a. When the C'ontractc►r, is certain the traffic signal controllcrand control accessories are working properly, and all signal equipment is properly Installed, he shall make an inspection appointment with the Owner's authorized rcprescntative(s). b. Aftcr a thorough inspection of tllC SIg11111 C(IUI11111CI1t and installation, ' the CAVIM"S authorised represenlativc(s) play authorize the Contractor to put the signal into perlll"nlcnt operation. This • authorization will be given it' all signal c:(Iuil)nlent is working 58 properly, 01 it pl.ihlic salety and Coll\c,lliealcc \\,lrt•ants the operati on of the signal before all corrcctions have heen pride. C. A written communication coil fll'111ing the 11Cr111,111clll signal orleration authorization and the findings ol'the inspection shall be prepalvd by (ht' Owner's aulhorized representativc(s). The findings of tale inspection tray include the acceptance and approval of'the signal or a list of'signal or a list of'signal deficiencies to be corrected. d. 11' the inspection finding contain a list of signal deficiencies, the Contractor shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut clown to slake the necessary correction, the ('011traCtor'must receive authorization from the t)wncr's authoriiell represcrltativc(s) bCfOI'C this lCtio I.l is taken. When the Contractor is certain all corrections have hen made he shall il)!i1111 Illakc; iill If1Sl)CCII(,11 ilhl)OilltlllCllt with the t)\wller'S illlthorl%Cd I'cprescntativc(s). Aficr the final IllspCCtioil ()(,tile signal, a written communication Confirming the acceptancc and approval of the signal S11,111 he sent to tilt' Contractor by the Owner's authorized representativc(s) at the end of,the 15 consecuti\c clays of'operation of said c(luiplilcnt. TS-15.7 GUi11'i1111CC ,1114 MililllCIMI)ee: I. General: a. 'file ('ontractor s ccl ic . until the end of the one year guarantee I)criod eovcl'cd by the PCI'f(,1'111,111CC ,Intl GIll(Ira111CC 11011d to: 1. OLKIN1111CC all traffiC Control Si�tnals against d(,-fc.e(ivc Cclllil)lllCtll. IIlItC1'ialS, 111d workmanship. ?. Maintain all tral'f is control Signals in colinectiorl\with specific itCIl1S C1111111C1'atUd ill pal'ilt_',raph TS- •1.7.21. 1). This rcci►liremcm applies to all trat'lie control signals und(,r this contract, C. The intent is that at the end of'tile one 0 ) year guarantee period the Owner will have properly operating and scrviccabic traffic control signals: that delcctivc Cduipnlcrlt, materials and workmanship will 11"l-C bCell Corrcctcd1 and that ally necessary maintenance ill connection with spccllIC items enumerated in paragraph TS-14.7.2 \\'elher of Ilia dIIC It') defcclS 111 Contractor's materials and workmanship. will have bCCll accomplishcd. All nlat.crials and S() ' installation lily such work will be a the Contractor's expense. { 2, C,oilditloils wrections: Any adverse conditions which affect the use, fllnetion, operation, duality or life ol'the traffic control signals shall he ' corrcctcd, including the filllowing: It. 'Traffic contra) sigIMI c(Iuil)1)7ent ►nal11111C ionS; including, but 1101 limited to the li)Ilowing: signal control lermalli.mctions, vehicular•and pedestrian detector inalfiinction; electrical cable inalf inctions; a11c1 Jililurc of traffic signal units, poles and rllllst arms; Which af'fcct the function and sale operation of the traffic control signals. h. f;xclusioil!;: The 1i)llowirlg conditions are cxcludcd and arc not considered the responsibility of'tile Contractor. 1. Traffic signal lion{) rcl)lacen)cnt clue to lam)) burn-out. ?. Danla c to traffic control signal equipment and materialS resulting from acts of vandalism• traffic accidents, natural disasters, hl'street Curti of excavation Within the right-of-Way of others. 3, General Requirements ffor Corrective and Maintenance Work: a. All corrective and maintemince work shall be done promptly upon 110tiflCati011 by the Owner in order to {)revcnt unnecessary inconvcnicnc;c to the traveling Public and to nlininli•z.e traffic safety hazards. b. All work shall he in accordance with these specifications and the highest standards and methods ol'the traffic control signal industry. The Contractor shall sllbilllt Ills proposed illethods ilnd designation of Cdllll)lllCllt Ulld lllatCi'iIIS t(1 the Owner. 161' approval Ill advance of such work. TS-18.8 SUblllltt,IIS: The Contractor shall furnish, in (riplica(e, a list oi' equipment and materials to be insudled,shmviliF;na111c ol'illainllilctur•cr, catalog;or c)eseriptive data, i111(1 Shill) 1111.111Sh 111i11111Ii1C1111•Ci"S CCr•tif1C,'I110ns, that I]) materials supplied conllor►n to the requirements of,thcscs Specifications. I'S-18.9 Field Layout: All work covered by this Section shall he done to the lines shown on the flans oi. as directed by the OWI1Cl''S authorized rcprescntative(s). The Contractor 1 Shall he responsible Im all Geld layout work subject the approval of file Owner's authorized represenlativc(s). ' 00 TS-18.10 Method of"Measurement: _Method of MCasurement shall con(brm to Section 90.18, "Method of ivicasurement", elf' the 1986 Missouri_Standard Soccifications fill fig)lwa f- _Constructioll. _. r TS-18.1 1 Basis of'Pn�ent: Accepted traffic; control signals, measured as provided, shrill be paid Ibr at the Contract unit price file each elf the pay items included in the Proposal. No direct payment shall he made fhr any incidental items necessary to complete the work unless specifically provided as a pay item in the Contract. '1'S-19 OMIT 1'1;17 TS-20 FF,NCING TS-20.1. Removal and Re-scttinf"f_uncc: 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 tllat pollion of the project that is in conflict with the fence. The Contractor shall take care not to damage: the fencing materials during this operation and shall he fully responsible 16r any damage to the fencing materials causal by his operations, d! Any damaged materials shall he replaced by the Contractor and at his sole expense ' With new material cdual to that li•om whiCll the IcnCC 'Was c:onsh-uctcd. 'File fence shall he recclnstruCted in aCCOI-dance %vith hest accepted fencing;practices. All posts shall he cleaned of'existing concrete and re,-set in concrete. Prior to removing any fence the Contractor shall contact the property owners so that they may take necessary steps to confine any animals or children normally kept within tile, Fence. It may he necessary fill the Contractor to acct (empor•aly fencing during the period between the actual ConstruCtion and the re-setting ofthe permanent fence. Wherever this Is necessary so that the property owner can retail normal use of his vard, the r Contractor shall provide and erect Such temporary fencing at no cost to the Owner. Removal and re-setting offence will he paid 1'()I',It the unit price hid per linear foot. 1 TS-20.2 Tcn�lcuar� I?ci>Lirlg WIle1'eVCI• pe1111a11Ci11 Icncirlg that is used to contain small ' Children o1• arlilllillti I11LISt be removed to acconlnlodate construCtiorl, the Contractor shall erect temporary fencing suitable to pCIT01-111 the lunctlon ol'the permanent fence until the pernlzulent lenCC can he restored. The construction of the. temporary Fencing shall be coordinated with the property owner to cause as little inconvenience as possible. In no case shall such area he left unfenced over a weekend or for more than one weekday. At the Contractor's option, materials front the existing fence may he used for the temporary fcneing. However, the Contractor will be fully responsible for restoring 1 the penxtancnt fence to condition at least equal to that prior to construction. Temporary fencing will he subsidiary to the other items of'eonstruction. TS-21 CEwrlFlC.'ATES OI"' C'OMPLIANC'E.: TS-21,1 General: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, prOduCCI•s iiabricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in connection with the work conlorm to the requirements ol'the Specifications, as provided in the various sections of these Specifications. b. Whenever the items so certified deviate front the requirements of the Speci f ications, i tans acrd other C011tl'aCt DOCUmerlts,then the Contractor shall point out such deviation in the letter of�transmittal. Unlcss this procedure is followed and such deviations are specifically approved by the Engineer in writing, then the Engineer's approval of SUCK CCi'tiflCatiOnS will not Constitute approval of'the deviations. C. Said certificates may he accepted by the Owner and Engineer as adequate evidence (:)I compliance with the Contract Documents. However, at its option, the Owner may test any or all of said items for compliance. If found to be in compliance with the Contract Documents, the cost of testing will I)c borne by the (honer. If'iOUlld to he not in compliance, the Contractor shall 1 pay for such testing. T'S-21.2 ltc uircmcnts For ('Cl-lilicaclO115. 11(1 )r'1111'1111�5 an(l�I'�s!jng a. SpeCi111C requirements IOr Certifications, shop drawings and testing are given in the 161lowing subparagraph~. h. Mani faCtllr'Cd itCr11S,as filllows, will re,luire certificates ofconlpliance, with shop drawings, catalog data or ulstalls.ttion instructions where so indicated. I. Reinforced concrete pipe, fittings and specials. (Shop drawings e re(11.61—Cd lilr all fittings and specials, including branch connections, and riser nulnholes.) 62 i 2. Joint matcrials Im rcin(ilrced concrete pipe, 3, Corrul~atel metal pipe and underdrain pipe, fittings and specials (Shop drawings required Jbr sarrle items as ill hell) 1 above). 4. DLJCtile iron, cast iron. vitrified clay and copper pipe and fittings. 5. Brick and mortar. G. ['recast concrete manholes and inlets. 7. Rcintilrcing steel and welded wire fabric. S. Metal work (Shop drawings required Im- fabricated items), 9. Irorl Castings. 10. Seed. 11. Sod (considered as manufactilrcd material (of-compliance purposes), Engineer shat) be given the oppor,unity to inspect and field prior to delivery to proicct. 12, Fertili•rcr. 13. Gabion baskets. , 14. I ibercloth, C, Rock and sand products will rc qt i c certificates f u i mphancc, as follows: 1, Stone fir gabion fill. 1 d. Backfill: It is rccr�gniicd that, due to lllixint; of types of matcrials found in ON collstructiun, it nlny sonletinles be dif'licult to correlate actual perforrllance Avid) test results. The Engineer may make notations of'waiver on certain field moisture-density test reports when, in his judgment, the Spcei(ication requirements have been met on the basis ol'visual inspection and the test reports do not truly indicate the field condition. However, the Contractor will be fully responsible lm- settlement o('backfill as provided in Special Conditions nrticic SC-3. c. Concrete: I, Tile ilCtUal nlix pr•oportic:ms shall be determined by the Contractor, based on satisfhctory experience with the proposed materials and MC113 mix. Mix proportions. typical test reports and complete data on materials and plant, supporting their acceptability under the Specifications, shall be submitted to the Engineer in triplicate for concurrence hefure beginning concrete work. 2. Acceptance of'C'onc:rete fur strength shaIE he as stipulated in,Article 5.02 of MC113 Section 5. 3. Air content shall he pleasured in accordance with the requirements of AS'l"M C 173. 4. Visual inspections and tests for perfionilance of"conc:reie may be made by the Engineer to satis(v himself that consistency, air content, minimum comprcssivC strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and tests will be in accordance with MCiB Bulletin No. G, "Concrete Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design Tables". f. Asphaltic Concrete Mix: The provisions of'Item 1 of'Subparagraph S-21.4(e) shall apply to asphaltic concrete mix, except delete the reference to "MCIB". ® TS-21.3 Payment: No payment can be made to the Contractor unless the Cit Y p is in receipt of 1 Certificates ofConlpliance fur all materials installed to date. TS-22 SCHEDULE 01" WORK rTS-22.1 General: Scheduling shall provide fur the least practical inconvenience to the traveling public and to residents along the pro.jcct. TS-22.2 Submission arid C'otlCUrrencc: Before work is started, the Contractor shall prepare a detailed schldule of all construction operations that shall not only indicate the setluence ofthe work but also the tinge of'starting and completion of'each part. 'file schedule shall he submitted to the Engineer lily his concurrence. TS-22.3 Winter Shut Down.: I1 the project Is Si1LIt down ll\'el'a Winter, the area shall be left in a safe, passable, and accessible condition fior the winter. The Contractor shall maintain trat'lic and access over the winter shutdown as provided in paragraph S-23.2. The Contractor steal I maintain the project over the winter shutdown period in such planner that there will be 110 LIMILIC hardship or inconveniences to the neighborhood residents or tt'aVClillg pLIbIiC. Mtlrlholes and valve boxes projecting above the base shall he ' ramped with temporary billl111illOL1S cold-mix oi- asphaltic concrete in order to Ihcilitate the City's snow plowing. Access shall he provided to all houses. 04 TS-23 MAINTI-1;NANCF ()lF TR/1f_TIC AND A( CFSS: TS-23.1 Genera_l• The Contractor shall u (i IC his work sous t inlet fle ts littleas possible le With puhliC trrlvcl, whether vehicular or pedestrian. Whenever it is necessary to et•oSS, obstruct, or close roads, driveways and walks, whether public or private, the Contractor shall, al his own expense, provide and maintain suitable and scefe bridges, dootirs, or other temporary CXI)CdiCntS lor'the�lCCOnlntod,11ion of puhliC and private travel, anti shall give reasonable notice to owners of*private drives before interfering with them, provided, however, that suCll maintenance ot'trai'tic will not he rcquirc(1 at any point where:the Contractor has ohmined permission front the owner and tenant of private properly, or f•-ml the authority h-,nVing jurisdiction over puhliC property involved, to obstruct Iraf tie al any(designated point thereon and fi►i• the duration of, whatcvCr period of tulle as play hC agreed upon. The C"on(ractor will be required to make provisions file or maintain local traffic. I°ic will he expected to nulke reasonable el'lort to provide access to all drives whenever possible, and part1CLlI l ly when work is not in progress. He shall provide For emergency vehicle access to any point at all tillics. The Contractor shall present a work schulule and �; plan I'M- handling haf7iC for ' review bClore eonmicilcing, any work. TS-23.2 When Wort:_Not_.In--1)roe,,ress: The work shall be cleaned u at the end of' each wo►•kinf;(lily, and temporary surfacing shall he placed such that access will be had to all drivCwayS duri11g the llifht, weekends, holidays, and other days when work is not t ill progress and when the stage of the work does not directly interfere with file drive. 'f )e Engineer, at his discretion, may grant sh(,rt-term exccpti(ms to this requirement I n connc01011 with prcpariag soh-grade ►111(1 paving. TS-23.3 C( nlact.Person: The Contractor s11,11I 0CSitn;ltc a pc►son (with pilorlC number) who can be a►Iled by the City (luring the night, weekends. holidays, and other days when work is not in !progress, The Contractor will lie responsible, through this person, tier slaking such temporary repairs during said periods as may be needed to rneet the requirements o1•paragraph S-23.211 'I'S-2:3.4 '['lie provisions of Mt iTC D1 fart V1, apply to this Contract. e TS-24 TEMPORARY SURFACING; Where required to provide access talc! when direcled h y the I n giilccr•, the Contractor shall 1 1 g provide temporary surfacing either of C RIShed Stolle RW TC111porlrry Sur-filcing or of Asphaltic Concrete lOr Temporary Surfacing as directed by the Engineer. Such temporary pavements shall be maintained by the Contractor in a sale, reasonably smoolll Condition as long at.tIlCy arC in use. CRIShed stone for temporary Aurfilcing shall meet the requirements of• 05 , paragraph 1007.2 of Missouri I Iighway Specifications li►r Type 2 Aggregate, Gradation A unless the Ialginecr ;agrees to n dil'iercnt gradation because of� site conditions. Asphaltic C(l►lcretc 1,61,temporary surfacing shall he `r pc 1 base as specified ill Articic 23. Payment fur temporary surfacing; shall he 111 the unit price bid per lon of material. Measurement will be on Zhu basis of(lelivery tickets. T5-25 DUST ]ONTROI. Ade(luate precaution shall he taken to insure that excessive (lust (toes not became airborne during construction. The C(►rltractor shall conll)ly with any rcgulationS of the MiSS(►lll'l Air Conservation C(11111111SS1011 or fedcral government which apply to this matter in the geographical area of the work. The determination as to whet}lcr excessive(lust Is becoming airborne shall he by the I nginccr. When (lircctcd by the l;nginccr, the Contractor shall take appropriate(lust control measures sulislllctory to the Engineer, No separate payment will be 111a(IC I01' pel•1101•Illi11g (I(ISI COIltlol or fill' applying water for this purpose. TS-26 MONt!MENTATION: 11 shall by the responsibility of the C'ontraclor to protect all property lot corners and land survey corners and necessories. Should it t►c necessary to disturb any such monument, whether stake, pin, bar, disk, box. or other, it remains the responsibility ofthc Contractor to reference such markers prior to removal. reset them, and file such I•clocations or I11a11UI11C11tatiOtl (10CIII11CntS as the law rc(luirus. Any such relerenees, removal,replacement tend certification ol'nlon(1nlcnts shall be perlornied by a licensed Cliginecr or land surveyor. TS _7 CL FA N 1,J P. TS-27.1 The Contractor shall not allow the site ol'the work to hccome littered with trash and W,IStC material, but shall maintain the site in a neat and orderly condition during the p1'0gruss oI'the w(►rk. The Contractor shall, as directed by the Engineer,remove front 1111 public and private property, at his ow11 Cxperlse, 111 temporary stI•L1Ctures, rubbish and waste materials resulting I'ronl his operation. FS-27.2 The Contractor~hill opus and clean 111 existing ditches land culverts within talc right- ' of*-wav and case►11clits, leaving them Ircc h•om all excess mud or silt. drift, brush, or debris ofany kind prior to final acceptance. '1'hc Contractor shall clean up all flirt tr•onl paved surft►ces, not allowing saute to pack on the roadway O1' Create it traffic nuisancc. No direct paylllclll will be made fi►r work within the Scope elf this Article. Ts-28 TRAFFIC SIGN ,S I-Of' lCiNS,-AND_SI'PI �iscN : _ _ iS All existing; traffic signs, stop sigms and street signs in the wayol'ihe work shall be carefully 1'e111(►Ve(l b1' the Contractor in accordance with the rc(luil•ernents of ' MUTCr). The 1'e(l1.1ired tLlIlction ()I'Stop signs shall be preserved by the contractor Whenever a street is open to trul'lic. All signs shall be ►•c-installed Hollowing the � is work. construction. No separate p.tyrncnt will t o tnacic fc r th c r k. TS-29 DOWNSPOUT DRAINS: TS-29.1 General:This work shall include connecting existing downspout drains through and into the proposed curb,curb crud gutter,or storm sewer facility. The location of some downspout drains may lie shown on the plans, but other drains may exist that are not shown. The contractors shall he responsible to connect all downspout drains regardless of whclher they arc shown on the plans. TS-29.2 Construction Methods: The contractor shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally,new material ofthc same diameter as the existing chain shall he usc(l, Asa roved b the owner, the removed Ii )c ma he cleauiccl and re-used. pp Y I 1 ) TS-29.3 No Direct. Pa rrrent: All work associated with connecting downspout drains through or into the proposed curb, curb and gutter, or storm sewer facility shall he subsidiary to the item to which it is connected. No direct payment will be made. TS-30 SUBSIDIARY" ITEMS: There arc small items of work speci ficcl herein or that are incidental to the other construction i for which no hid items arc given. These items and any item for which no bid item is given shall be considered subsidiary anal their cost shall be included in the hid price ofotlter related items of work. e • 67 ATTACHMENTS Site Schematic Drawings - Site #1: Taylor Street - Site #2: Old Gabler Road - Site #3: Norris Drive - Site #4: 2408 West Main Street - Site #5: 2201 West Main Street - Site #6: Vieth Drive - Site 117: St, Mary's Boulevard - Site #8: Jackson Street - Site #0: 1721 Tanner Bridge Road Standard Detail Drawings - Type A Inlet (2 sheets) - Type C Inlet (2 sheets) - Area Inlet/Junction Box - Edge Angie Assembly and Gutter Deflectors - Pipe Embedment - Concrete End Section (2 sheets) - Improved Channels - Branch Connection - Street Repair - Type A Curb and Gutter - Sidewalk Ramps (3 sheets) 1 Site f1!1 I Taylor Street ------- - • 0 5 10 10 M 1, At �� \ �� `W —--------- Tvpc C 11114'l Cild Section r 41, ' :Xititi r ��' 10" I I HICI T 0' 1 na 3v TIC 11110 CMS1111.1' I VI V .......... IV, V, III 1' •!`,' RC ..( i A IIIIt'i 1 I IC l++ Clltl t+l l'�I•,4111:' .•.� ( .tll' ,,,.•,' r • ` 1 �\ r '.` •~ llilll llllil It+ri, �r%' ' � / .' j � i 141!1 I.I. •I�_..I II)I'i• MillpY ell , site P Norris' Dr. ! .. .. .,r..... N) 1.1 .tu" 11()I'f' 10 -In - __ 4(^(1IiCYCIC l'ticl 5l 11c,t1 1I t.^~`\ J •� �� r 1 1,vpc C 1111x1 •'I' 1\ .x 8' 1, x 5' 1) -:11oIf elld {,i rxistinj.! pile. lkt5''A � i � S 1 tc 114 r(xrj, 24,08 Wcst Maid St. r, 0 10 20 30 10 Fccl J�. III ,; ?� w,,, ,Jh'�x•�:,• �,:.. , 'a +",�,,,... . � �• .. ' ,y.. U,� r _ 7 ti- IN t v t 'ryl7c c Inlet 4' w x 8' 1. x a u f he Illl(1 LXltillilg 15" CIvil' ( Y •i'~�,,, ...,:a� .:' n / t, ,, r 'I'yhc A Inlet l4' \VxR' 1, x4' 1)J _ qo `47F ✓'� T ,\SIIl' 1r . � ! �1, NI(11ltil lit I Pill h' 'I vpc, C Inlet •I' \V •1' I •1' 1) iR, init, existing I I \'`1i1C A 111]{'I `4 .4!.\••�_.•._. ' `V .\ ` I .\ •1� 1 i '• +.` 1.6,_/,i�L��,t., i. ��!�'M�.S�i e^J?•,F:`),. /,'—__` .. '-- • 1 1 4 `�...,,, 't ':I• >•a fl.�'.,'r:y:�,�'Ap 11'f',`r+�bJ' �I�.' .tt..�� ,S, �'f.,j.r ,., t:i;+ ,.," fr .'T•�'"d'A�`,\r;K }rt , 1 t% ` •- M a, "-�K �,�ti .rye ,� ,r ��}"��;'' ,^•y,.. .•Ylx.�J 1 ^� r%t it S,{:.f �;�,: �� 1} 1 f 'ter.. 2201 ��l tit 1I 1II1 I` t <,... '�4w�t?Ij:n t�`i,.�"",^�-•��.�_.._...._--,tt '' ` 1 •...., 14 ! 1 it 1 ��� �1(r`J� fl" r '11" � .. V Al�s �{�n'1.^.... •"'.I �.N l,�� - ��", 1 l ,' )./fit,/ y��/• t 1 f ` (r 1"f +c '`• V„ •r '� '. '_`-- }y »l�r,4 'I t'• �a�'•� .�'+� \._..__._ _;,,,, '' '� �)?r,t�7 lr'�fr�?��,., •ii �,(1"T0' ,l::f.a.- -- .7',vf "`1'•s ' +• -- ..__ .. y� xi.rai 14i �ruA SIR ;!}1t`' ,,.--'i y�•�, '. ..:.fir,....._ f�1 AQ W r^,'�,:•�;: •. j,. � _ .i {al a�wti�'fY; �%;yjJ,;,,i i„k.�t, .n!.w._— •- '- I 1��•� dt I.,. 1t1 IM2 } .\ r^� - ,.�+�� } ! %•; •;�, � 7 mss'_,- i lutli. Yt %� 111 �,', l' �._•.r.r.,:ira;: ua���,� r`. SIty 11 (i Vieth Dr. 1020 40 (111 W . _. j ...-.-t_ __ -���:_ -. ..�.�1•\(>�• ! 11111.1 i �,,; H, All {, ",��u. �� 511 I .I 1 Ile •`1 ,rr,, ,�. i.. / ( 1 \Ill' � Illil't � f, �' i /� , ,/rtq?i�•�'. . Y ClId ,cc.ticill`, `! Y Ot!:' t.' Rip lop 11,111ink rrc�rrr�r+�.rr ,�. JI Silc ii 7 St. Maw's Blvd, v _ i 'I C IIllel -V VA" x 8' 1 z 4. I) f .tl ITIC Ilitly rxlstinlI I)Ilyt'. .,, t. >;`�� �� �•� ...--•''r, � 9 qtr?r..� cK� � � Ott,�'.•r. .:}:;�, _ ��r�,�5��;7t�J ��''�.,.. X lit, il IVI Iva- a' yam• J I' ,yy Site 11 8 lackson Strect I\ Tic into exis'ling pille, lid sectioll Concrete c v �15 IT I S" IIDPI Type C Illiel Ic I 30 LF 18" R(*1 c:)13 161111 vpc )cla I I 'AN ' iw' �Silc 17' 1 T,, inner liricls_►r. Rcl, l - 0 5 Ill 20 0 40 I Rip Rap 1 lonkct 51 %Vx 12' 1, x 1' 1) Type n 1n1e1 _ I �( OMI'utc CI)d secticut r, ) 4' Wx-4' 1.. x4' 1) cif 100 1,h 15 1 11)1'1. � 4' Wx4' 1, x4' D ri 1,'. �•�,. ,� , C.] fy•��' Q4 w 7���`�,�,SinFr••A,,,, �,,,ep. 10 �•1., �.` `° u , 0 ,J?> 17 1i"I11nnel. 1;1•Idpe 1211. ' -J vti u- O 0 � IA. Ld _W LLJ lo r I U<F U D �7 `�- vl q 1-1 w L) uJ Q I-l) Q U. U 1x1(/) Vl CJ O z i _' l LU u4 p 0(-)( W rt- z w "t d w w uJ Z LA 1,, a Q O > Ll U Z Q t'l�U)`1 �f;=� LJ_ p Q z xma al Ln m ? W 0 U Z r� q C)L'� w d ? 1 Gi r CL U J Z (i c�i.i O g pW- w pU " �� <i ::c QrJ-j uJ_td � p L ►u f- Q ; L� U J u tin: ? ? pZ `a � dw G Ow o mU p �- ly " v=iw:7 N Z �U) U-1 p V U Ln Z J N O c cf cn )n U-1 O - O ® q ru <y U =i Q O z LI:ce `� o vri � H W w `nL v~i � � � Lw \ ;L in ?; -1 U L) Q f- U rY lij S. �j < Q a' wLnwF- 0. LLLJ � w u Z � Zn U ri �� uwup � Q0u XDT QO pW - � crime rYLLl- 7. 1-- a -- U UUIr W d v~i � LnOzQi^- D fy OLU0z0CeLLJ -1 mW 1 � Q Ow LL-Z 1i1 z m z < Z L Q z `- Ln 2 N z 0 v (_- �� _ --- ¢LJ wK vii Ly] O d w W- IN r) _ 0 r� aOU T ooLnaiLn � U . K In t r \ rV F _ x W u m z 1 C) IJ I ' 1- QU O . _I N I z � _ LU p { W iu !m!V G > LZ nw- W u- I� N l.t_ r J 7 e d \ ..-_'�,� 7 to z z w w an z d O ce Z OO X x I 1 CJ ` C r 0 J w � _) Q_ Ln U O a O z O :r 1 U U N \C:) I I --N w w i rS O n '�- Ln a w U v) -J Z) Q m )-Lx z X U LU J L^) �< 7 tr1 O $ ? -j d Q LIJ z Q i7--- - C) = O 0 w U z -i z In Cifoe� "d n- OUILn `� vw) `�' `� Jc uG Jz ° U � gzLn � � = � °- �- Q ®no ,7 a-.� LO Q V U tb Ln L.0 J (Mt J A o Q U O z I ~Q ZD -J W LLn i C,i C1 W W 111 J < � O z J t- i2d - ZU LOUjw z � uj w :Jra C) � Q � wwdU jw < ��: U o win Inu_ UU > wu ULL. NUz ,� z � < - < M "IWw -7 X.c ! w Q w � w 1 LL1 O Cl. Ll.) z U d =� � d r`i Ln m Li Ll- Lr) 0 LO U V'`.. .c• z � G O w Q Z � d Z z � G U- V) Ow "r)Lo w Z a z U aj �N �� a H +( Oil d a w (r N W_ a F� p rzOz fJ s } © n- -- a - ``i ¢ z I� U_ 41 WOh � J I P Z w tY < z til T.(n a i vN1 O z UtYV1G wU J W Z r (n � Ld CA I.L. z p W M_ 1 y�j u C) t-a Z a Q t '-7 F- Z.-,w a z g F n_< J lil 4 O a LLJ -- N m � `) v t,., N� a t- w , N � U il°- Q Z p � O a LL. _J m Q J O U) II rr O ' d aMQ io 01 / �t r Y l ✓ Q z C J a a \ �, a W m cn O z `o . _ __ _ _ , u NY O O W 'I Fn J C) zQli Ld in (n aP r II z O J� �uu ZUU �a I� a I `� z R r Z a z ' z> z ; � n- w D l.il �00 a (L �y ¢ U (Y ,d �'- U U C.) n' O Z Z !/1 W n CL o ` 0. W. t- � 0 L Q i c� < (r J ¢ V) p U C) ~ T U Z d Q_ F.. _) w O C) w U a J U �� li _z U W u. Z 0 U (n F- O 0 0 a : m O �0 Lt' z0 Z , W w ()a 1-- p < r fl j Cl 4 U to 1.1 (e X mP � m ` �w Z O r n Uw I U .. r w CDt�. r ��. 1 -STA, AT E INLET GIVEN ON PLANS 3 SMOOTH DOWEL BARS 5/8" x 18" / z (TYPE),), Olvll�OlD1Rf DLS IF TRANSITION ~ 8" A CONCRETE. SUPPORT POST (PLUMB FOR 0 _ --DROP INLETS WITH L W-U OR GRf_'AT R, �- OMITT D IF "l.' IS LESS 11-IL:N 8'_, 0" 4-#4 REBAR, CONTINUOUS U THRU TRANSITION AND PAN �_ADGE 8LY 1/2' EXP. JT, FILLER BET YdEEN INSIDE WDTH GIVEN / BACK. OF CURB Aldp TOP SLAB, d ON PLANS (4' MIN.) ROUND CURB FACE /� 3 SMOOTH DOWEL BARS io �'� '`1 —SMOOTHLY INTO INLET z A 5/8" 18" (TYP.) _ _ _�_- (EQUALLY PACED) _ _ z -112- EXP. v in _..__ 0 JOINT 1/2 EXPANSION - + 1 -^ " I� RING A14D COVER TO BE JOINT MID.) WALL. AND D LOCATED FRONT- S DIR NORMAL CURB AND GUTTER 10'-0" UNIFORM FL. INSIDE LENGTH _ NORMAL_ CURB AND GUTTER TRANSITION UPSTREAM GIVEN 1.q( ON PLANS 0 5'-0" UNIFORM #4 REBAR AT 12" O.C. THRU PAN AND 'TRANSITION AREAS TRANSITION (5--------- --- DOWNSTREAM Z PLAN {ce�- w .� W N4 REBAR AT 12" O.C. 'THRU PAN AND TRANSITION AREAS p aY g 1/2- EXPANSION JOINT U O o. 8" GUTTER PAtJ EDGE /_ ASSEMBLY w Q a NORMAL CONSTRUCTION CL GUTTER FLOWLINE -� JOINT (OPTIONAL) Q v I- fJ z 4-#4 REBAR, -EARTH--- � U ONT1N000S THRU _L S B CR ADE NSITION AND P X14 O 12" WITHIN , o LIMITS SHOWN ADD ##4. AT 12" AT SEAT #4 AT 12" EACH WAY IN ALL WALLS AND BOTTOM SLA9 SECTION "A" FOR "L" IS LESS IHEIJJ 8' -- 0". NORMAL BACK OF CURB SLOPE SAME DIRECTION V-8" 10"Y2-6" AND AMOUNT AS PER TYPICAL SECTION 1 114" N4 AT 12" -- ] `(EACH WAYY)J)�J)� i 0 a D , � N 6-#6 (FULL LENGTH) 37" t'- \ o z ry �\ A.C. PAVEMENT (V t t Z»r Zm H CLEAN 1" X 114" CRUSHED aW STONE (1'-13" MIN. THICK) ``-I' j I 1 G" m X 3/4 DEEP OPENING 4" P.V,C. STRAINER �'(r���U" ill t/? PI CTDIA. SET IN PLACE. W/MASTIC. lJl la..:. 1 srlFE,NLlM8E l SECTION B FOR L IS LESS_ THEN 8 - 0 z 7YE?C "C_'_CUR�3 INLET NQ_iE5 r� 1. DIMENSIONS "L." & "W" GI�r�N ON PLANS 5. EXPANSION JOINT DETAIL AND DOWEL AS "L" X "W" PLACEMENT SAME AS THAT SHOWN ON 2. Ck PIPE AT INSIDE WALL TO BE AT C APPROPRIATE CURB DETAIL. 0 WAS FLUSH WITH INSIDE WALLS. 6. AFTER INITIAL SET, REMOVE DEFLECTOR 3, ALL REINFORCING STEEL SHALL BE CHANNEL FORMS AND FINISH SURFACE z 1 1/2 INCHES CLEAR OF CONCRETE OF CONCRETE. SURFACE, UNLESS OTHERWISE SHOWN, 7. PING AND COVER CASTING SHOULD BE z 4. REINFORCING STEEL. SHALL BE BENT LOCATED OVER OUTLET OF CURB INLET. AROUND PIPE OPENING WHEN POSSIBLE. IF 8, USE 3/4" CHAMFER STRIP ON ALL I > LL STEEL IS CUT, A DIAGONAL BAR SHALL BE. EXPOSED CONCRETE. CORNERS. USED TO TIE ALL CUT ENDS TOGETHER, 9. "TYPE C' CURB INLET DETAIL SMALL INCLUU"E AN EDGE ANGLE ASSEMBLY WITH Lli TRASH ROD AND REINFORCED GUTTER PAN. ---------------------- .-...._._.....------......._.-- -................_._... -.......-.._.._._._....___.-.--.----._ -.--._..__._.._.._ Q cl O z CONST. JT. WHEN w Z USING DEFLECTOR �'�` �J4 REBAR AT 12" Q.C. THRU PAN AND TRANS11ION AREAS Q uj 8" GUTTER PAN 1/2" EXPANSION JOINT ?� w 0� -EDGE / ASSEMBLY Z U NORMAL CONSTRUCTION _ D GUTTER FLOWLINE ---_, � JOINT (OPTIONAL) ce 0 O EL g 4-y4 CONTIN. EARTH SUDGRApE Z O BETWEEN.EXP. JTS, , vi N z #4 m 12" WITHIN 8" N CONCRETE SUPPORT POST PLUMB), LIMITS SHOWN $" g" \� �- FOR DROP INLETS WITH "L" 8'-0 OR ., 2-#4. / " - GREATER ADD #4 AT 12" AT SEAT A #4 AT 12" EACH WAY IN ALL WALLS AND BOTTOM SLAB � o o m SECTION "A" FOR ,'I " = 8'- 0" NORMAL BACK OF CURB SLOPE SAME OIRECTION V- 10" 2'-6" t c AND AMOUNT AS —� PER TYPICAL SECTION \ 1 1/4. a4 AT 17" ---1— �" (EACH WAY) cl 6"j--- 3._ 9. 6-#6 (FULL LENGTH) 1'-G' \� (,/�>; r - A,C. PAVEMENT a .H" 1 112" CL. Cl-EAtJ 1" X 114" CRUSHED 1-/4 !N CCNTCF ---- — STONE (1'-6" MIN, THICK) z ; LJL a 6" N X 3/4 DEEP OPENING 4" P,V.C. STRAINER nI " 1/2 e1EIA- SET IN PLACE W/MASTIC, 6- L 1—1/2" C-L. . WE 8" v CONCRETE SUPPORT „ „ „ r, > POST' ft( Mj�),, FPR ,PROF T [� INLETS WITH L 8-0 SECTION f3 FOR L —�� Off OR GREATER. ''© '1 MANHOLE FRAME & COVER PRE-CAST CONCRETE SLAB GROUT ON WAI.I.S "z NEENAH #P-5900-F -� AND OVf R 3/4`0 BARS 0 (OR EOUIV.) eJ' E 3. �� U 1 �" - NOTE: 4 _ _ V-0" X "L" — 1"- CL.-USE 4__OPENING z BAR CHAIRS -`I _4. " (_ LOCATED BY (LSTA, & OFFSET. 0 3/4" CHAMFER v1 ALL AROUND � AND CAI.LED OUT AS BOTTOM OF SLAB �» 51 2 CHAMFER EA. VARIES "L"X "W"AREA INLET. & TOP OF WALL SI 3VARIMIN, 3/4"0 X 6" BAR JUNCTION BOX TO HAVE NO EA. CORNER SIDE OPENINGS, AREA INLET MAY HAVE UP TO � r B --� -r B _ 4 SIDE OPENING: AS DIRECTED BY E.NGINEEP. OR AS SHOWN Z ON PLANS. 1 _ – _ _-— - _ __._.�__ z LU E AWAY 1 1/2" CL. �• A — G Q 2 6" z w U 1 /AREA INLET �m J Z d' 1 � z 4 z 5 —1 1/2" CL. EL 1 � L + 12' a ID �.I v 3 ~ � ID 1 1 _ d4 112" O.C..✓ I H0RI1. 6, VE:RT. rL_ -W_ - --J 6' GIVEN 2nd 014 PLANS — "w. 4 12' 1/2" "W +f sc�c��loN"a„ �21 1 1 3/4" ✓ 4 " _ �I IL �ao 0 "L' + 12" 4- #4 X 3'- 5' A W AS SHOWN v�!Q ' 1 3/4' 12' MAX, SPA. Z f � wI � r/On 1 12* MAX. SPA. 3 {' sHEEC'NU�IIBGR G' MAX. G' MAX._ SPA' SPA' NOTE: DO NOT USE 1:2 SLOPE ON —_ `W" + 12" 4'-0" INLET, USE STRAIGHT SIDES. F PRECAST TOP SLAB SEC ----- -- � min Paws ? ua t t/4•FT."— ^� 3•x3•xa/0' G -'`tx L tw. 3/4• SPA. AT SPA, AT 3/4' � C 12• 0 12" 1/4' NAIL OR RO T HOLE 3/4" aHANGER ROD o t V-?- Tit",9I ROU !]C • .--3 AT 1'-10' FOR L -4'-0" � U Ef"i 4 AT 1'-10 5r8" FAR t. -G-O" 5 AT 1'-11• f 012 L d8'-G" _ A• r• 7 AT 1'-9 3/8" FOR L -11'-0" r/e'.rlaE t/?- 114�c LO x-3/4. 0 TRASH ROE) -- _ 2' NOTE: NAILS OR BOLTS USFD ? t ?"TO '—� / '71 4.7 ANCHOR L TO FORM SHALL BE REMOVED l-_ ' Z OR CUT OFF FLUSH W/SURFACE OFL, -?-2•x2•x3 1ALX0'-s1.c On ,/?`PLATC O FRONT ELEVATION CENTER SUPPORT DETAIL W iLf FInD MSTAIAµMAN ON +-- --a'MWTEIM OMIT OARS*WRE Q COWUCT WTH 04 M04CR R.RS SPA, AT SPA, AT ?" U B• 12" 12"I r1131)IHSTAIL z 3-j"KEDAH -�^--()I Tv sDT1tlN T t ANax)R OARS ._. } Me Me Z /4 AMMMS -`"- � �'� - g e(S►A 00111) W ?� W a ANatats rm 1.- 4'-0 / -.I '�� H FcxR Roo vt _..1 U a ANa,oRs rm L» a-0 ,a ANCHOM FOR L« a'-0' --""4/ cuouMll� 1-�--'�' "- ruLL Burr VEC:L� w WG c ce a PLAN VIEW „,"altXrs Fat L- „-o• ANCHOR Al 1.' LiJ TO._FULL BUTT KID U w ♦- 3/4•0(SMOOTII) IRA501 ROD Q F- EDGE A N&LE A. SEMBLY NOT E-;� S � � CD _J ,�ECT1Q�1 � u z 1. EDGE ANGLE ASSEMBLY SHALL BE STRUCTURAL STEEL. EXPOSED STEEL SURFACES SHALL BE FINISHED SMOOTH Lu ca AND HOT DIP GALVANIZED AFTER FABRICATION, 2. WHERE CENTER SUPPORT IS REQUIRED FOR L=8'-0` & 11'-0", SHIM UNDER THE CENTER SUPPORT PLATE: AS NEEDED & SPADE CONCRETE SOLID UNDER EASE ANGLES. .......... .. ..._.. ... - . . -.._.._...._... - *10" �/" X CONSTRUCTION JOINT 6 44 f IN CURD do GUTTER FOR L=4'; 3 SPA. N 8 7/8' - 2'--2 b/B" 1 FOR L.-t,', G SPA. 0 10 1/8" = 4'--2 b/8" o FOR L=B'; 7 SPA. 0 10 11/16" = 6'--2 13/16" /�w G 00 , GUTTER DEFLECTORS DETAIL � 4 (FOR OPTIONAL USE WITH CUHb ^ W j 'INLET, TYPE C ) 0 rCURB INLET r LENGTH ! A B C D *DERCCIORS iSTiv" Q, v L-4 0' a' 14-0" ."-. -_••... 4 UI .te_. I L-a'-o' s' 1?'-s• s• I?-s' a c• / st tEt'r+lU W-0• a" la-o• to 4• 1 OF DL"F! CTUf>�. GI_IANNF (Wif OL'FLECTOit ONLY NNERF INNCAWIu ON Putts) . ;... , gL�STRUCTION SEOUENC, z 1, PLACE BEDDING MATERIAL TO —«...I MIN, EXC:AV/11�U O GRADE. -TRENCH WIDTH � 2, COMPACT BEDDING OUTSIDE THE i c� IDDLE THIRD OF THE PIPE. I —GROUND SURFACE u INSTALL PIPE TO GRADE, PLACE AND COMPACT THE �` 0 HAUNCH AREA UP TO THE yti .},' FINAL. 0 UNDISTURBED URBED �; BACKFILL z 5. COMPLETE BACKFILL ACCORDING EARTH ` % �-- _- _ TO SPECIFICATIONS. GRANULAR 13ACK(Il1 O ofPIPE)ABOVE Ton t%1 HAUNCHING TO- (/; 1 SPRINGUNE OF PIPE o a 0 0 0 0 0 — 00000000 o0000)000 . 4 0 0 0 0 o a o _ — UNDIS•FURBED SOIL h Q GRANULAR DEEDING MAIERIAI. -°(INDISIURBED LA14111 O Z TY. PIG�l_.13k��11._1� 1�11,_E:�?��...1-0- L �w LL1 1'- TABLE I I a I- � w CORRUGATED POLYETHYLENE CIRCULAR PIPE i w W 5. U CL SPECIFIED DIA MIN OVERFILL MAX OVERFILL. 1RF_NCH WIU111 OF PIPE (IN,) HEIGHT (FT) HEIGHT- (FT) (IN.) " MAXIMUM OVERFILL x � � a ---12— --- - ..�._. ..-- - -3�... ... tia.. .. _. _ MEASURED FROM THE TOP Ga - 15 1 39 38 Of" PIPE TO SURFACE, u cl- "' -�° w 24 1 4U 54 r 30 _ 36 1 38 78 42 _ r 2 tU . r; 6, co _ VV 1. A do C = ABSOLUTE MIN. CLEARANCE FROM PIPE WALL '10 ANY PROJECTION OF TRENCH BOTTOM OR WALL. A. (EARTH EXCAV.) 2" MIN. �{ /� C A. (ROCK EXCAV.) 6" MIN. ( _ C. 6" MIN. [ ,. 2. W = TRENCH WIDTH AT A LEVEL 6" ABOVE 10P OF PIPL. -- — - = OD OF PIPE •F 6" _ �J 3. WHERE SCREEDING SHOWN, FORM 13110 WITH CREE!1 GOT TO �y��_ti°`! EXACT SHAPE OF PIPE BOTTOM. 112" O.D.-- 4. _,Lu z GRANULAR FILL. A 5. = BACKFILL TO TOP OF PIPE W11H GRANULAR BEDDING (t•C;,F) '1 `(ID I C AL L� MATERIAL. (SEE SS- :,, FOR CHART) ID IPE EMBEDMEN i --- __-_..__ _ z W �F , ap 0 J W c Q i GRADATION FOR GRANULAR BEDDINGMA'FF-Il1Al _ _ a —PASSING~ 3/11" 90 -- 100:,- >'�� n 4 PASSING 1121. __..____._ ._ u� - PASSING 3/tZ 20 - 55 PASSING NO. A sI'Ieet`NWuleErt PASSING N0. 8 U -- 10 2 O •-�-+.- -w--- o.2DOn � 35" CLASS III RCP /5 01/02 AT ID' CTS, t► TIED TO #5 Al — NuN cl 4J N5 Fl AT 10" CTS. i _ #5 F2/1-3 AT 19' C'tS. 0 OMIT AROUND PIPE �� I J LAP W/ Ft KEYED JOINT~- 0.2492 - 19 (TYP.) /5 A2 $5 Al - y_.�• Z ce 1a• (rw•) --- EL-Fti�E�l II N. tom'- w D ¢ 2 W C)ui 0w �.-�+ _ __________ •G• �__.�...__ ___.o..l u lw v1 a z _._.._....._.... ..._.._...- _.... . ._ ..._._._.._ .__ , O c u o Z I --- 05 Al AT TO- CIS. BOTTOM 'SLAB �r KEYED JOINT--- h • — - Nb Gi AT 10' Vl'�, (TYPICAL) D \ I N4 Jl--; z r IL 7 4 Wl W �Q, W 0. 30 � c .W -q• "E -._ _t__ Z 3 t , z n O5 BI AT 10- CTS. MT " MIT AROUND PIPE }<p5 F1 pl _ )F STORMWATER U ! -_x,.. '•11" ��- �:��/ n F'IPE: �J KEYED JOINT q.w.� N4 J1 SNRETi PLAN d GENERAL-ND-U5, L 1. ALL REINFORCING STEEL TO BE ASTM A615, GRADE 60 UNLESS NOTED OTHERWISE NOTED. u 2. ALL REINFORCING STEEL SHALL HAVE 2" COVER, UNLESS NOTED OTHERWISE. 3. ALL REINFORCING REBAR TO BE DETAILED AND PLACED IN ACCORDANCE WITH THE ACI � "MANUAL OF STANDARD PRACTICE FOR DETAILING REINFORCED CONCRETE STRUCTURES" 2 SPECIFICATIONS. CONTINUOUS REBAR TO BE LAPPED ACCORDINGLY, Q 4. ALL REINFORCING CONCRETE SHALL BE NORMAL WEIGHT CONCRETE WITH A 2.8 DAY COMPRESSIVE STRENGTH OF 3000psi. O 5. FORM TIES SHALL BE OF STYLE THAT C.A14 BE BROKEN 1" FROM EXPOSED f ACE OF WALL. in 6. ALL TIE POCKETS SHALL BE GROUTED AFTER FORM "LIES ARE BROKEN. 7. WALLS SHALL NOT BE BACK, FILLED FOR AT LEAST SEVEN (7) DAYS. � B. CONCRETE SHALL HAVE 5.0% TO 8.0 AIR ENTRAINMENT. w H 4 z M5 lil At 10• CTS. w _ OMIT AROUND VIPC r4 Wl Q uj uj 7 u 1.3000 -� - -- r �ti __ 1 rx rj w l` /!i f1 AT 10• C'r5. U w v~T W I r z 5`0 OMIT AROUND PIPC fV Z I i /b Al --.w- 05 A2 Al 10` rlS -�..• SECTION A--A --- r ---/ ^ 1 \ N .QI-IAM=-D TAIL K YES_JOINT W �aQ 0 (,n �0' TU 3(l' SKEW ENU SECIIUN 01MENSIUNS }} ---�-, -' "-ii'-f!•-^ -T'"7. ',T- PIPE SIZE A 8 C 0 F f'G - ,---�, --T- -•-r----ice- r-•-rr_ _ _..... �-, �.._ i 18 5 -0 4 -2 9 -0 8 -4 3 •-6" �8" 8' 8' ,... °�}�• �r r'— r -r r--- it `- r rr---pi -- zl -o a-2 -o ! '-4 -G E� a ~_ 24" 5'- 0_0" gum -0 5'-2" 11 -E3" 11 -d''4 Gr' '`__._8" 8=, -0" 12 IQ_-T-761' 42' i'-G" fi'-2" l�jr-�s-�4•...,{„ 5r f,- �,.•---8—�•rr- SHk�T'^NlIN1.�ER 48 zrn 8,. ,— -- ✓3 -O G -8 1 fi crtt CON 51RUCI IININ(I ON HACKStOVIV Al UJIVI,J0 CJ 001LU WN ROADWAY DIICH 11" INILRCLVIIH) AN() I LOW 15 GARRIUD IN ROADWAY D11CH FOR SOME DKiIANCE (SEE P! AN S•ITI LOFT r DIA, DIA. ...... uj MIN, 70 4 MITA<, Z_ z TO[ WALL- 10t: WAI J. 0 UiDJALW U4U_ftYf > 0=1M.QL_Ift1Q_LNU_UI-..QHMf1LL QI'5QIAHQL.A1ITQ.5IUL..Qf.,UIANNLL UI1iQIAH(vL.tI,I4U 5fVL_.V .Q1fAI`if4LL GROHNI) 111,11, 5/4' 01AWIP At I LXPO�il 1) "YrAYALIPJ) A MIN, P. H)CV, W/2 Tyl, r) #4 0 1 0 HIP PAT 2' Y 4' IIHI AR X1 1INVA QIfADI 'If C'IION:;) Lu Z w 1. SEL PLAN NOTE�, FOR DIMEN"10W, #4 IIAIV, (ION(;) 11100111 (MADI. uj 2. L-LUIGIH ALONG CHANNU 0 U 1 NO DIRIFUT PAYMENI rOR EXCAVAIION U NECESSARY 10 PI ACE: 0 I- LLJ c). U-1 ol W_ WHCMJL.-UHAWALL > 11. tz 0 0 or� 0 ._J CL rq Z GLNU AL-W fL5, .2 A MINUS IOLFJO�NCE OF 3' IN III[` 1OL WAIL !;HAQ [if C, c r,j WIDTH AND 1/7' fN OWNESS CONSIRUCTI-D At WEI. BE PERMITTED. Ill()' 001111 END OF DITCH IINFR N Al 50-1001 MAXIMUM !VACING f.! TOLERANCES ARE NOT LJMJIVD. • AW' JOIN i5 SHALL Ik Al IU INII-RVALS, AND SlAlEb A" PKI? (11Y STREET S`IANDAI?W, SHOULDER, fINVPWD FOR SLOT'(. & DWINSION. SF l PI AN" GRADE, OR. -__ NATURAL GROUND CLEAN CRUSHED D(J i11— SIONF (BODA SIDIS MARE MESH 10f (HOPI SIDES) WAI I 4' SCHEDULE-­ '-� --I VARIES 40 P.V.C. Al 50' UNTER5 CUT FLUSIf VAIH CONC. FACE (110-01 SIDES.) 4"'1IQN -0 IRLI LINLR r_� U11, J UL.WALL (LQW RL.U ROCK LINING FOR CULVEF,"I OU11J. I'; rr ROCK FILL. CHANNEL LINING FOP CON-THO1. Atw W ' OF VILOCITIFS 10 20 Ff_J:I f1FR SECOND ININC, I (.)I';' (AJL Vf,R I OLJ 01)11;. ------- .. ..... ILA w Ll �(CULVERT 971.1 MINIMUM 017PUI! MINIMUM m1mmul, C(A V1 H I WL'I MINIMIJU MV W MINIMUM HOD F(AAVALINI F1111f LWIVAHNI I] ' DIA./INCH SAND WD'DI/FE111 LENGTH JAND VA01h1l I I I UNG111 LIMN(, ARCH GU0410 CONC HOY rUL I CA ROCK, fl:f,l C'U./Ylt (APPHOX, 1CUV (APPROX) I'M I :1 w _8 1- X 4 1 Y ...... 24 0 _L�L 6 (V u I YL 2 16 It. 4 U ------------ 48 2 X 12 2-Y-13. 22 1 T so. _2_X f1f) 22 _M............ ------6 SIIPLT*U CO . 66 2 20 75 0 2.0 4 1 84 1 b4 2.) 3. G, x 6, OF' 2.5 X 2,5_ Ift 21 X .712 x.8*. z CONC. BRANCH PIPE SHOWN IF C.M.P. TRIM TO INSIDE 0 WALL OF MAIN PIPE, L re CXPANDING G(1OUl u z < z 0 2',-C)" to 1st. JOINT ti UNLESS F-'IPL CAN BE [.--NTERFD *10 GROUT INSIDE, 4 i O 6j N_Q�J�a--El�F OR C.M.P.—ON CON CR '11 PIPE z 0 ui Z I,— w Z,?. Lu z U z 0 0 CL:� U w �; ce (JOTES ON BRANQI:LQ-QNNLUWN-a u 1. DETAILS 01' LAYOUT, GRANULAR FILL, ETC. A' FACIORY MADE WYL ORAN0117S SHALL FIE USED z z 0 -J N SHOWN FOR C.M.P, ON C.M.P. ARE TYPICAL EXCEPT WIFREVE-R PRACTICABLE. AS SHOWN AND ARE NOT REPEAlf'.D ON OTHER DET AILS. 5. DETAILS FOR ELLIPTICAL OR ARCH PIPE SIMILAR m ALL BRANCH CONNECTIONS MUST DE STP\UCTURAI,LY 10 THOSE !HOWN ABOW FOR ROUND PIPE, SOUND AND WATERTIGHT AND MUST NOT PROJECT 6, CONNECTIONS TO FIDPE PIPE SHALL ONLY DE d P VWPAST INSIDE INSIDE WALL OF MAIN PIPE, PERFORMED USING FITTING FROM SAME 3. WHERE MAIN AND BRANCH ARE APPROXIMATELY MANUFACTURER & ONLY W111-1 WATER TICI-11 JOINT SAME SIZE, FIELD CUT BRANCH CONNECTIONS SHOULD BE AVOIDED WITI•I CONCRETE PIPE. 112" PRFMOULDID N JOINT FILLEP z w EXISTING SNTROCTURE #4 BARS 2, cl, STANDARD CHANNEL. Ri:'INFORCE INTO *TOE WALL. EAV L- CHANNEL MEETING EXI�TINQ :.)-rF,,QCTQRE z 0 u (3 CL z I LU d r cd NIN ,9 X X U Y. fl z u N. < U) 0 — < u � C-) Z (-') (-.) U U.J ui (N E 1.1, u CL V) <r LLJ X ce LLJ CL. wj tuj ; ce cr- LE Y, I-- o Ca LLI C0 --I Ld u cl- C) G. d VII 0-1 IjJ T < 0. T LJJ Q -j LLI (n V) LJ Cl' Ld CL > < u 0- 'j UJ F- . Cif LIJ 41- LJ C) NIN ,9 C) cr z c.� - - r V) x LIJ W, > --------- aw N I h a � r 46 i�., a)u ... .... o .... FT. z CJ 1 1.12" DEEP 3/4"R 6 1/4"R 0 CONSTRUCTION JOINTS (1 1/2" R) /--.(l/2"R) too 0 10' CENTERS FORMED - 0 FACE FILLE c4l r-7-A 4 .(CONCR 601* CURB & GIJTTEl� ---A 5/8" SMOOTH DOWEL, 10" AT- [Xf:JANWpN JOIN A 4 5 Lu Z 1 9/161) ,aD ca 2 Lu rn 01-1 lAi W U uj � s- uwj ALTERNATE DIMENSION C) -J 6" MIN,-• MATCH PAVEMENT THICKNESS OF P.C.C. PAVEMENT. 12" MIN.-- INCREASE BY SAME AMOUNT GUTTER PAN INCIRLASE-S. 0 NOTES: 1 . EXPANSION JOINTS SHALL BE INSTALLED AT CURB RETURN RADIUS POINTS AND A'T DRIVE APPROACHES, THIIISF i. ELT EXPANSION " JOINTS SHALL HAVE 5/8" x 18 01 SMOOTI--1 DO'.VEL(S., TkIESE DOWELS SHALL BE GREASED AND WRAPIDE0 ON ONE FND WI 1-1-1 EXPANSION TUBE-S. a w 2. CONSTRUCTION JOINTS MAY BE SAWED, OR ---FORMED. 0 E)L! J Wu > OW C)l, U& SHO• AUMBER F RAMPS ARE TO UE PAID FOR ON THE BA5IS I ANDINC (2% MAX OF PER SQUARE. YARD INSTALLED IN PLACE. :S � /!)' DE('.F x 3116' WIDE RAMP WIDTH `ilOPE ANY DIRIX110J) 0 MIN.) N TOOLED GROOVL (1)11.) .-) q' (MIN.) :'' t A.D D. A. !I !SIDE"WALM ; a APPROVED. -_ �% . � "E1tJG WALK RAMP LIT Uj RAMP AND FLARES 16 DE NON•-REINFORCED COLORED __._...- PCC. COLOR TO BE NO 020 BLACK 4 2LBS. ----. / OF PIGMENT PER SACK Of CEMENT 3/4' I.IN uJ F- Q Q All RAMPS SHOWN ARE I I'E I b z IYF'L 3 u. Z J L; _.__.._- I 4! I w v , U Q � uJ ARTERIAL STREET a TYPE i O ..] ARTERIAL RAM('; STI?rI'T 0 Cl. vI Ix �'i� ----. to J O rj Z IYPF. 'l ^ .. I 04 I RAMPS HEAVY TRAFTIC ON ARTERIAL STRF.11 RAMPS rr r, NO 'TRAFFIC SIGNAL A SIGNALIZED INTFR`•ECHON TYPICAL RAMP TREATMENTS o �, } � d � dc �. ALL RAMPS SHOWN ARTERIAL ARE TYPE 3 SIRLE, _... _ .. ...._. ' All riANPS lartrw+ Aril 1,14 i RESIDENIIAL S IREF.I ni TRAFFIC CONTROL ON BOTH STREET`.': n WIDE SIDEWALKS C NORMAL TRCA'IMENT IN RI-SIDENfIAI. � C•� ARLA o W u ►►;; EE�� F� q F ; 5�IORTOA`;'T'U OIL,% O p o S)IDEVALK, RAMP F= TYPE � i V +�Li—■ F<AMr , `S1D4:WAl_K [RAMP ' ,"� "` LOWER 51DF.WAI.K AS ' TYf,F' 2 uI[ - NECESSARY TO MEET RAMP SLOPE ww SIDI WALK i?AMP sHg�N MAY DE USED ONLY VAIERE TRAFIAC VOLUME IS LOW AND V61ERE OTHER 11{ FEATURES MAKE DETAIL 'D' IMPRACTICAL OF' .3 I A-i PLACE EXPANSION JOINT O AT L CURB NNE ce AT _ OR AT SIDEWALK LINE PAVEMCNT CrcG R,hh1P SIDEWALK ce LJ 4 0 t 1 ABLE-MAXIMUPA DESIR ;AMP SLOPEII"/ft, S AJT �1 A IN ADJACENT- (ABSOLUTE i.0 _ — CURB GOITER �= A — � PL AN VIEW SECTION A _ Q 0 RAMP WIDTfI z Z I� 4' MIN. ~~1 �_ i ig1313lYi I - -� Lu w aQ Q } Lu SECTION "B" ce Ln 2 2.5 .. 2.5 � � Z cl °�-"�tx171173[Il Stti7tt T[III7I7I23IT1I]IInl"!_''Bi'^"-""" SECTION "C" EXPANSION JOINT FOR SIDEWALKS NOTES: IN LONG RUNS, EXPANSION JOINTS SHALL BE 112" PREMOLDED JOIN`f FILLER (NONEXTRUDING, TYPE B), AT A MAXIMUM SPACING OF 125'. THIS SAME JOINT SHOULD BE USED AT SIDEWALK JUNCTIONS AS SHOWN IN TYPICAL PLAN. WHERE SIDEWALK IS SHOWN TO BE CONSTRUCTED AT BACK OF AN ENTRANCE:, IT SHALT_ BE 6" THICK WITH WELDED WIRE MESH REINFORCEMENT OF THE SAME GAUGE & SPACING OF WIRES AS IN rz3w ENTRANCE PAVEMENT, AS SHOWN IN THE DIAGRAM ABOVE, WHERE THE SIDEWALK IS PARALLEL & ADJACENT TO A RIGD STRRCTURE, A l /2" PREMOLOED JOUIN'f FILLER (NONEXTRUDING, TYPE B) SHALL BE USED. z� SIDEWALK SHALL SLOPE TOWARD THE STREET AT THE RATE OF 114" PER FOOT, WHERE: NECESSARY, �a` MAY RE DEPRESSED OR SLOPED TO FIT ALLEYS & ENTRANCES AS SHOWN ON THE PLANS OR AS Ln W u DIRECTED BY THE ENGINEER. o WHERE THE END OF THE SIDEWALK ABUTS A CURB, A 112" PREMOLDED JOINT FILLER z", (NONFXTRUDING, TYPE B) SHALL BE USED. ,��,,., I f � I IhITf+IUWER E PORTLAND CEMENT CONCRETE SHALL BE COLORED OR DYFD WITH " NO. 920 BLACK" SYSNTHTIC IRON OXIDE COLOR AS MANUFACTURED BY "SOLOMAN GRIND - CHEM SERVICE, INC." OR APPROVED EQUAL. APPROX. 2 LBS. OF COLORING PIPEMENT PER 94 I_B. BAG OF GREY '` �FV�`"� PORTLAND CEMENT SHALL BE USED. z APPROVED RAMP NOTES: 1 . MINIMUM CLEAR WIDTH OR MINIMUM WIDTH OF C.ONTINOUS PASSAGE: ALONG LENGTH OF A u SIDEWALK SHALL BE 36". v 2. THE CROSS SLOPE OF A SIDEWALK SHALL BE 271) (1 /4" PLR 12"), 1111: 2% SLOPE CAN BE TOWARD z THE STREET OR AWAY FROM THE STREET AS I-ONG AS POSI FIVE DRAINAGE IS MAINTAINED. Z v 3. CURB RAMPS SHALL HAVE A MINIMUM WIDTI-I Of: 48", EXCLUSIVI' Of' FI.AR:E�D SIDES. THE CURB `^ RAMPS SHALL HAVE A MAXIMUM LONGITUDINAL SLOPI: OF 1': 12. IN INSTANCES WHERE AN INTERSECTION WALK ABUTS THE FLARE=D SIDE OF A RAMP. 'E 1IL SLOPF 01 THE FLARED SIDE SHALL. BE A MAXIMUM OF 1 :10. — iii 4. A LANDING THE WIDTH OF THE CURB RAMP AND 4' IN LENG1 I SIiALL BE C:ONST-RUCTED AT THE Q TOP OF CURB RAMPS. THE SLOPE OF THE LANDING SHALI. NO fACF.LI) ;!',4, IN ANY DIRECTION. — O 5. CURB RAMPS APPROACHING STEETS FOR THE PURPOSE OF 1'FRMI'1l ING ACC��ESS BETWEEN z PEDESTRIAN ANDVEHICULAR AREAS SHALL BE CONSTRUCTED AS TO PROVIDE A DETECTABLE IT ce WARNING AREA THAT CONTRASTS VISUALLY WITH '['HE ADJOININC; SURFACES, -THE rNTIRE CURB U `w Z uj RAMP INCLUDING THE FLARES SHALL. BE CONSTRUCTED 01' COLORED PORTL AND CEMENT z 3 w CONCRETE. THE SURFACE OF THE RAMP AND FLARES SHALL HAVE: TOOLED GROOVES SPACED rL APPROXIMATELY 6 INCHES ON CENTER PERPENDICULAR TO '11-IF CE�N FERI.INE OF THE RAMP. THE O a GROOVES SHALL BE APPROXIMATELY 3/8" IN DEPTH AND APPROXIMATELY 3/16" WIDE, THE RAMP u � W SURFACE SHALL- BE FINISHED WITH A NON--SLIP BROOM FINISH. C:) J Q N Z Vt c L+ SIDEWALK RAMP NOTES: c1 DETAILS SHOWN ON PLAN APPLY TO ALI. CONS FRUC.TION OR RECONSTRUCTION OF STREETS, CLJR13S OR SIDEWALKS. CURB CUT RAMPS ARE TO BE LOCATED AS SHOWN ON I"111 PLANS OR AS DIRECTED BY THE ENGINEER. RAMPS SHALL BE PROVIDED AT ALL CORNERS OF S FREE, I IN"ITRSF(A IONS WHERE THERE IS EXISTING OR PROPOSED SIDEWALK & CURB. RAMPS SHAT I ALSO BF PROVIDED Al WALLK LOCATIONS IN MID-BOCK IN THE VICINITIES 01, HOSP11 AI.S, MI:L)I'CAI CFNTFRS, ATHLETIC STADIUMS, & SCHOOLS. L�✓^' SURFACE TEXTURE OF THE RAMP SHALL. BE T HAT 0B I AINFT) BY A COARSE RROOMING, TRANSVERSE TO THE SLOPE OF THE RAMP. WW•y SIDEWALKS SHALL BE RAMPED WHERE: FFIF. DRIVEWAY U(JRk IS I.X I L:NI)ED ACROSS ] HE WALK. 0 a� a W CARE SHALL BE TAKEN TO ASSURE A UNIFORM C;RADf ON R HF RAMP. FRET OF SAGS & SHORT �o GRADE: CHANGES. h; Z ; IF POSSIBLE, DRAINAGE STRUCTURES SHOULD NOT BF. PLACED IN LINF W11 H RAMPS, EXCEPT WHERE EXISTING DRAINAGE. STRUCTURES ARE BEING UTILIZED IM THE Nf::W CONSTRUCTION, 01..;Q)Up ' LOCATION OF A RAMP SHOULD TAKE PRECEDENCE. OVER: I.00AIION OF DRAIAAGE STRUCTURES. u� _- USE OF TYPE 2 SIDEWALK RAMPS SHALL.. BE RESTRICTED -f0 LOCA"I IONS WHERE IT IS NOT FEASIBLE sHkFTif+l ' TO USE TYPE 1 OR 3. THE NORMAL GUTI"ER LINE PROFILE SFIALI BE MAINTAINED 1 HROl1G1i FI•iE: AREA OF THE RAMP.