Loading...
HomeMy Public PortalAboutORD13679 BILL SPONSORED BY COUNCILMEN OL ORDINANCE AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH DON SCHNIEDERS EXCAVATING COMPANY, INC. FOR IMPROVEMENTS AT THE INTERSECTIONS OF MCCARTY STREET A'r BOLIVAR STREETS, AND DIX ROAD AT INDUSTRIAL DRIVE•. WHEREAS, Doti Schniodors Excavating Company, Inc, has br_,(-.:orne the appinront lowest and best bidder on the Improvements (it tiro Intorsoctions of McCarty Street at Bolivar Stroots (Pro)oct 32043), sand Dix [,'load at Industrial Drive (project 32066). NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: S�,g. ion 1. The bid of Don Schniodars Excavating Company, Inc. is declared to be the lowost and Bost bid and is horobyacceplo'd, agAiQn2. The Mcayorand City Clorkare 1)ortil.-)yilLlllioi'i/().dtooxocuto anagroemont with Don Schinieclers Excavating Con-ipany, Inc. for Irnprovon,ionts at the lntr;rsectlons of McCarty Strootat Bolivar Stroots (Projoct 320,13), i7ind Dix Road at Industrial Drive (Project 32066), 5e— or1_3. Theagrooff)011t 51`1�111 be substantially the samo in form and content as ,,Qti that agreement attached hereloas Exhibit A. S-goiQn_.A. This 01-dinallu-1 shrill b0 ill ft-111 101'COINI)d effect (1-0111 and aftor the date of its passage: and approval. Passed: idingOfficor Mayor ATT - I . t APPROVED AS TO FORM-. Cl C, I-S­-0-1-0- ------ CONTRACT DOCUMENTS p o IA 1�25 ' Cr,r " 0 F JEFFERSON SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32043 & 32066 McCarty Street & Bolivar Street Intersection and Dix Rd & Industrial Drive Intersection 4ti,ggEOar rUp,I90;,jr uu n1f •, , { / �a x• yyI„„MJJ�Y AFB A J4I11 Y , 1 J' Pill" 0r�1'FlJ410�U1;° Jefferson City Department. of Community Development December 2003 r- • Advertisement for Bids + Notice to Bidders • Information for Bidders • Bid norm * • 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 • SpeclaI Provisions • Attachments • Addendums ( If Any ) (` INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, January 6, 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 for the project entitled "Project No. 32043 & 32066, McCarty Street &Bolivar Street Intersection and Dix Road&Industrial Drive Intersection"will include the furnishing of all material, labor, and equipment to install a signal at the Intersection of McCarty Street & Bolivar Street. Upgrade the intersection and install upgraded signal equipment at Dix Road & Industrial Drive. A pro-bid conference will be held at 10:00 a.m., on Monday, December 29, 2003 in the Lower Level Conference Room of City mall of City Hall, 320 E, McCarty Street, Jefferson City, MO 66101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Sixty-Five Dollars ($65.00) will be required for each set of plans and specifications. individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet, The contract tract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wade Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON Terry Stephenson Purchasing Agent Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 p.m. on Tuesday, January 6, 2004. The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. The proposed work for the project entitled "Project No. 32043 & 32066, McCarty Street &Bolivar Street Intersection and Dix Road&Industrial Drive Intersection"will include the furnishing of all material, labor, and equipment to Install a signal at the intersection of McCarty Street & Bolivar Street. Upgrade the intersection and install upgraded signal equipment at Dix Road & Industrial Drive. A pre-bid conference will be hold at 10:00 a.m., on Monday, December 29, 2003 in the Lower Level Conference Room of City Hall of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Sixty-Five Dollars ($65.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Band is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. ® CITY OF JEFFERSON, MISSOURI ■ Patrick E. Sullivan, PE Director of Community Development I11h, INFORMATION FOR BIDDERS I8-1 OR.FLU-2CS?RK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work Included in the project entitled "Project No. 32043& 32066, McCarty Street& Bolivar Street Intersection and Dix Road& Industrial drive Intersection" in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include (lie furnishing of all material, labor, and equipment to Install a signal at the intersection of McCarty Street& Bolivar Street. Upgrade the intersection and Install upgraded signal equipment at Dix Read& Industrial Drive. IB-2 I1� �ES�'l�.�L�F� I:z, �1F1�A�rl4��l �A[�iU_ 07_ .!�F. 9LQBlS The bidder is required to examine carefully the silo of the proposed work, the bid, plans, specifications, supplemental specifications, special provisionc;, and contract documents before submitting a bid. Failure to do so will not relieve a Successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. IB-3 INTERP EIATJS RDE-C-.fT.RAC3..I-4.VMENT$ 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, gcreality, quantity, or character of the project, he shall request in writing, at least five (5) day: 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 Flans and Specifications to provide a workable project. Ili-4 -QUALIFI-QAT)QAS.QF__BLD-P-FR5 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 kidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. iB-5 ED-U CALENI-M.ATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. IB-G F lQ S-EIZ LTY Ankh Each bid must be accompanied by a certified check or bid bond rnade payable to the City of Jefferson for five percent (5%) of the arnaunt of the bid. Bid securities will be returned after award of the contract except to the successful bidder. rShould the successful bidder fail or refuse to execute the bond and the contract required within seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I113-7 P.EEPABATJONAQUI Bids must be made upon the prescribed forms attached to these;Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must he filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection, Extensions of quantities and unit prices shall be carried ocrt to the; Penny. 113-8 RRLCf S 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 $500 from an individual supplier. All sales taxes on those items which do not qualify for the: use of then City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Conlroct. It being understood by the binder, that the bid prices submitted for those items shall include the: cost of such taxes. IE3-9 A!'_PROYAMAT€OVARTULE-5 In cases where any part or all of the bidding is to be received on a unit pries basis, the quantities stated in the bid will riot be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities rocluire:d on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made front the best information available, are approximate only, f ayment of the Contract will be biased on acfuc-sl number of units installed on the complete work. r r IB-10 Li MP-5A)MIT-EM5 Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, inateriai s, tools and equipment to construct the item as described herein and to the limits shown an the Plans. I B-11 .;?.4 I O N_QF_MS. The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No, 32443 & 32466, McCarty Stroot & Bolivar Street Intersection and Dix Road & Industrial Drive Intersection", IB-12 AID AIU3.11p. In making the award, if alternate bids have been roque sted, the alternate bid which will be in the best interest of the City will be used. IS-13 9C'LiI RAV.Jt9i-QF-81Q$ 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 poriod of ninety (90) days after the scheduled closing time for the receipt of bide. No bids received after the time set for opening for bids will be considered. IB-14 LOB—T_._ J CT..DAQ-$ g� The City reserve the right to rejer,t any or all bids, to waive: any informality in the bids received, or ® to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. IB-15 AtLt ARD-O—E C-M-RACT. 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 Diroctor of Community Develop vent 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 ar bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 P RFORMANfC_aANp PAYMI-,N'T.F3_Q A Performance and Payment Bond in an aniount 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 Docutnents, The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of.Jefferson. IB-17 IND-EMf EICAII.DN..AND.(N.S.URANGE The Contractor agrees to indomnify and bold 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 expanse in defending said claims, or suits, including court casts, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 B?.-k-C-U.RITY RET.U.RNECLSQ S_UCG.ES$-E-U- -D-lP-UR Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have boon presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NQIM.$-C-RI INAT14NIK-EMP__L.QYM:F; -T Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate In employment practices. IB-20 PRBV.AII�lI�l�z_.W.A.QEJLALN The principal contractor and all subcontractors shall pay riot 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 Statute, of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 _QSjiBRANT.4k: The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be ass specified and will be free from defects for a period of one year from the dale of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free frorn defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacerrient of parts, repair of parts or correction, of abnormalities shall be paid by the Contractor or by his surety under the tnnns of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. ® If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City Is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, In the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 N-QTlQE-1 M-(,MQ A written notice to begin construction work will be given to the Contractor by the laity 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 data established in this notice. IB-23 WQRK SCHED- LQ 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 !GQNTRAI.lME The contract time shall be McCarty Street & Bolivar Street 30 working days, Dix Road & Industrial Drive 60 working days. IB-25 L.I-Q1JJf) TEQJD MAQE5 Liquidated damages shall be assessed at the rate of One Thousand Dollars ($1,000.00) per working day until the work is complete, should the project not be completed within the contract time. I B-2 6 PQN&R 0 E ATfQRf+E.Y rAttorneys-in-fact who sign bid bonds or contract bonds rnust file with each bond a certified and effectively dated copy of their power of attorney. IB-27 OURACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. If forwarded ' by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "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 NO Q I�.NEQ MATI1ON EO8.1D1DgRa. Pegs 1 of 2 ADDENDUM NO, 1 PROJECT NO. 32043 & 32066 McCarty Street & Bolivar Street intersection and Dix Road & Industrial Drive Intersection December 31, 2003 1.The bidder will acknowledge receipt of this Addendum and his acceptance of Its conditions by signing this Addendum and including It with his bid, BIDDER; Don Schnieders Excavating Company, Inc. BY' < TITLE; Vice President CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT rPape 2 of 2 ADDENDUM N4. 9 PROJECT N4. 32043 & 32066 McCarty Street & Bolivar Street Intersection and Dix Road & industrial Drive Intersection December 31, 2003 1. After the Pre-Bid meeting at the intersection of Dix Road and Industrial Drive It was determined that a new controller and cabinet were needed. Pay Item 73 Is to provide a new EPAC 3108 M420 Traffic Signal Controller, Pay Item 74 is to provide a new Traffic Signal Controller Cabinet large enough to hold the new equipment (approximately 56"H x 44"W x 25"D). See Attached Bid form Sheet 4 of 4 for the Dix Road and Industrial Drive bid fomi, Name of Bidder Dori Schnio ders I:;xcavating C.aniklny, Inc. _ Address of Bidder 1307 Pa.i.rgrarinds (load, Jefferson City, MO 65109 To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a)the extent 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 fumish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, Erect, and complete all work stipulated, required by, and In accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda)in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following Items,the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: Pepe 1 at 4 CITY OF JEFFERSON ITEMIZED BID FORM DIX RD&INDUSTRIAL DR IWERSECTION PROJECT NO.32066 ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 CONSTRUCTION STAKING LS 1 51000.00 5f000,00 2 CLEARING AND GRUBBING LS 1 21480.00 2,480.00 3 MOBILIZATION LS 1 M 30,000.00 30,000.00 4 EMBANKMENT CY 1595 14,20 ._.__. 22649.00 5 UNCLASSIFIED EXCAVATION CY 327 6.90 2,256.30 ' 6 9"NON-REINFORCED CONCRETE PAVEMENT SY 628 73,70 46,136.20 7 SUBGRADE COMPACTION SY 1001 1 .35 11351.35 A FULL DEPTH SAWCUT LF 207 7,25 1 ,500,75 8 REMOVAL OF IMPROVEMENTS LS 1 41622.00 9,622.00 10 TYPE A CURB INLET 4'x3' EACH 1 1 ,640,00 1, 640,00 11 STORM SEWER PIPE 15"RCP CLASS III LF 12 85.00 1, 020.00 12 CONVERSION INLET TO MANHOLE EACH 1 1 ,920.00 11920.00 13 ADJUST MANHOLES AND VALVES EACH 4 _ 300.00 1, 200.00 14 TYPE A CURB AND GUTTER LF 150 ' 47.00 7,050.00 15 ROLLED STONE BASE(4 ) SY 792 G,10 4,831 .20 ' 16 4"CONCRETE TRUCK MEDIAN SY 80 w ^ 34.15 3,039. 35 ' 17 8"RAISED CONCRETE MEDIAN SY 121 54,90 6,582.40 Page 2 of 4 18 4"THICK CONCRETE SIDEWALK SY 203 30.55 6,201 .65 18 INTEGRAL CONCRETE SIDEWALK E,RETAINING CF 31 WALE- 45.25 1_L40-.75 04 REBAR FOR INTEGRAL SIDEWALK& 20 RETAINING WALL L'BS 98 2.00 196.00 21 CONCRETE:HANDICAP RAMPS 5Y 31.5 %9.35 ?-,A2-9,52 22 EPDXY COATED TIE BARS LSS 701 2.90 2,032.90 23 EPDXY COATED DOWEL BARS LESS 126 14.75 _ L 1 ,8 8,,50 24 TRAFFIC SIGNS(DIRECT SCREEN PROCESS) SF 19 19.68 373,92 26 TRAFFIC SIGNS (REVERSE SCREEN PROCESS) SF 4.5 1 9.68 88,5G_ 26 REMOVAL& RESETTING OF EXISTING MODOT EACH 1 SIGN - 97.18 97. 18 27 SQUARE STEEL POST(2.00") LF 42 17.08 717.36 28 SQUARE STEEL POST(2.25") LF 12 18.07 216.84 29 SQUARE STEEL POST(2.50") LF 6 18.34 110.04 30 PAVEMENT MARKING. PERMANENT 4"WHITE LF 220 TYPE 1 PREFORMED MARKING TAPE 1 .80 396.00 31 PAVEMENT MARKING -PERMANENT 6"WHITE: LF ID01 2.70 2,864.70 TYPE 1 PREFORMED MARKING TAPE 32 PAVEMENT MARKING -PERMANENT 24"WHITE LF 96 TYPE 1 PREFORMED MARKING TAPE 13.80 1324.80 33 PAVEMENT MARKING -PERMANENT 4"YELLOW LF 1542 ' TYPE 1 PREFORMED MARKING TAPE 1 .80 ` 2,775.60 LEFT TURN ARROW - PERMANENT E3' WHITE EACH 2 COLD PLASTIC 165.00 330.00 35 RIGHT TURN ARROW-PERMANENT R'WHITE EACH 2 COLD PLASTIC 165,00 --.-,3-30,00 36 "ONLY" SYMBOL-PERMANENT"5'WHITE COLD EACH 1 PLASTIC 315.00 _ 315.00 RAILROAD CROSSING SYMBOL- PERMANENT S' 37 EACH 1 WHITE COLD PLASTIC 495. 00 495, 00 Page 3 of 4 36 TEMPORARY EROSION CONTROL(SILT FENCE) L.F 486 2.00 972.00 30 SODDING SY 225 40 SEEDING SY 537 2.40 1 ,288.80 41 SIGNAL POST WITH 30'MAST ARM EACH 1 6,500.00 6,500.00 42 SIGNAL POST WITH 24'MAST ARM AND 10' EACH 1 LUMINAIRE ARM 6,283.00 6f283.00 43 SIGNAL POST WITH 26'MAST ARM EACH 1 61000.00 f),000,00 44 SIGNAL POST WITH 32'MAST ARM AND 10' EACH 1 LUMINAIRE ARM 7,032.00 7,032.00 4'' 5 TRAFFIC SIGNAL 8 CONTROLLER CONCRETE — CY 7.68,f38 1 ,250.00 9,_600-'00 46 TRAFFIC SIGNAL SIGNS EACH 8 � '150.00 11 200.00_ 47 150 WATT HPS LUMINAIRES EACH 2 350.00 700.00 48 TRAFFIC SIGNAL HEAD-TYPE: 1S EACH 14 662.00 2,648.00 49 TRAFFIC SIGNAL HE=AD-TYPE 3T EACH 1 788.00 *788.009 50 TRAFFIC SIGNAL HEAD-TYPE 3S EACH 4 788.00 3, 152.00 51 113AFFIC SIGNAL.HEAD-TYPE 3B EACH 4 842.00 31368.00 52 TRAFFIC SIGNAL HEAD-TYPE 5B EACH 4 1 ,250.00 5,000.00 53 X TRENCHED CONDUIT LF 42 12.00 _ ._._. 504.00 54 4"TRENCHED CONDUIT LF 4 25,00 100.00 55 SIGNAL CONTROL CABLE-.: -2c#12 LF 578 �_.. 1 . 50 �y�r 867.00 11 SIGNAL CONTROL CABLE • 5c#12 LF 582 1 .7,5 11018.50 57 SIGNAL CONTROL CABLE= - 7c 1112 LF 1597 01 LIGHTING CABLE,2c#10 LF 189 1 .25 236.25 Im Page 4 of 4 £9 POLE&BRACKET CABLE- 1 c#10 LF 76 0,85 66.30 80 RAILROAD PREEMPTION CABLE, 3c#16 LF 327 1 .85 604.95 61 REMOVE& RESET RAILROAD PREEMPTION EACH 2 SIGNS 750.00- 1,500,00 62 VIDEO DETECTION SYSTEM EACH 1 21 000.00 21 j 000.00 63 PEDESTRIAN PUSH DETECTOR EACH 4 _ 288.00 11152.00 84 PREFORMED CLASS 2 PULL BOX EACH 1 ,900.00 2,800.00 86 TEMPORARY TRAFFIC SIGNAL EACH 1 '7,500.00 7,500 00 66 CONSTRUCTION SIGNS SF 510 3.00 1 ,530.00 67 TYPE III BARRICADES EACH 2 175.00 350.00 88 CHANNELIZATION DEVICES EACH 59 40.00 _ 2,360.00 89 PLASHING ARROW DISPLAY EACH 2 540.00 - �. 1 080.00 70 TEMPORARY PAVEMENT MARKING LF 6299 1 ,40 � 8,818.60 71 EXISTING PAVEMENT MARKING REMOVAL LF 2313 0.65 11503.45 72 TUBULAR MARKER EACH 33 _ 30.00 990.00 73 TRAFFIC SIGNAL CONTROLLER EACH 1 5,000.00 51000.00 74 TRAFFIC SIGNAL CONTROLLER CABINET EACH 1 2,000.00 2,000.00 TOTAL BASE BID _ 287,834.67 Page 1 of 3 rCITY OF JEFFERSON ITEMIZED SID FORM IIIMaCARTY ST& BOLIVAR ST INTERSECTION PROJECT NO.32043 ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 CONSTRUCTON STAKING LS 1 3,000.00 3,000,OO 2 8"NON-REINFORCED CONCRETE PAVEMENT WI SY 70 16 FT.JOINTS 59,55 4,16868,50 3 SUHGRAUE COMPACTION SY 70 A.85 339.50 4 FULL DEPTH SAWCUT LF 138 ~� 5.50 4.85. ,50- '148,00 S REMOVAL OF IMPROVEMENTS LS 1 1 '?78.00 1 ,278,00 6 TYPE A CURB&CUTTER LF 182 39.60 7,207.20 r7 ROLLED STONE BAST; SY 70 7,.70 539.00 8 4"CONCRETE SIDEWALK SY 165 37.05 _ 4;,'1A2.75 9 6"CONCRETE HANDICAP RAMPS SY 23 87.00 2,001 .00 10 CONSTRUCTION SIGNS SF 203 3.00 609.00 11 TYPE III BARRICADES EACH 3 C7.50 202.50 r12 CHANNELIZAI'ION DEVICES EACH 96 13.50^ 1 ,?82,50 13 FLASHING ARROW DISPIAY EACH 3 180.00 540.00 r14 TEMPORARY PAVEMENT MARKING LF 760 �1 ,65 1 (1254.00 r 16 CONCRETE SIGNAL AND CONTROLLER BASES C1' 13 1 , 15U,OU 14,950,00 1E TRAFFIC SIGNAL. SIGNS EACH 8 15U,OU 1 ,2UU,00 17 PREFORMED PLASTIC PULL BUY. , CLASS 2 EACH 6 � 1 ,300,00 7,800.00 18 2"CONDUIT(TRENCH) IT 10 15,UG 150.00 r r Page 2of3 AAk 19 3"CONDUIT (TRENCH) LF 57 10.00 570.00 20 4'CONDUIT(TRENCH) LF 30 12.00 360.00 21 2"CONDUIT(PUSHED) LF 70 23.00` 1 ,610.00 22 3"CONDUIT(PUSHED) LF 467 24.00 11 ,208.00 23 4"CONDUIT(PUSHED) LF 222 25.00 5, 550.00 DETECTOR,VECHILE INDUCTION LOOP'2 24 EACH CHANNEL., RACK MOUNTED 6 151 .00 11208.00 25 PUSH BUTTON DETECTOR EACH 8 288.00 2, 304.00 26 SIGNAL POST WITH 16,'MAST ARM EACH 1 4r802.00 4,802,00 r27 SIGNAL POST WITH 26'MAST ARM EACH 1 6,000,00 6,000.00 28 SIGNAL POST WITH 45' MAST ARM AND 10' EACH LUMINAIRE ARM 8,221 .00 £;,221 .00 29 SIGNAL POST WITH 28' MAST ARM EACH 1 6,OO7.00 6,007.00 30 TYPE AT SL POLE, 35'MH AND 10' LUMINAIRE EACH 1 ARM 1 ,963.00 1 ,963.00 r31 CONCRETE STREET LIGHT BASE EACH 1 1 , 450.00 1 ,450.00 ` 32 VECHICULAR SIGNAL HEADS-TYPE 3S EACH 6 788,00 41 728.00 33 VECHICULAR SIGNAL HEAD -TYPE 3B EACH 10 842x.00 8,420.00 34 PEDESTRIAN SIGNAL_HEADS-TYPE 1 S EACH 8 663.00 51 304.00 35 CABLE,6 AWG, 3 CONDUCTOR, POWER LF 366 _ 3.00 r 1 ,098,00 36 CABLE, 12 AWG,2 CONDUCTOR LF 944 1 .50 11416.00 37 CABLE, 12 AWG, 5 CONDUCTOR LF 976 1 .7"', 1 , 708.00 38 CABLE, 12 AWG, 7 CONDUCTOR LF 2161 .85 31997.85 39 CABLE, 10 AWG, 2 CONDUCTOR LF 1mil 136.25 40 CABLE, 10 AWG, 1 CONDUCTOR POLE b LF 78 BRACKET 66.30 rPage 3 of 3 r � �- 41 CABLE,LOOP DETECTOR,IN DUCT LF 2660 2.90 70424.00 42 CABLE,LOOP DETECTOR,LEAD-IN LF BALI M� 1 .85 11 746,40__ 43 TRAFFIC SIGNAL CONTROLLER EACH 1 9,301 .00 9.301 .00 _ 44 TRAFFIC SIGNAL CONTROLLER CABINET EACH 1 2,000.00 24000.00 46 POWER SUPPLY ASSEMBLY EACH 1 � 2,500.00 2,500.00 46 NADEO DETECTION SYSTEM EACH 1 12,504.00 12,504.00 41 110 WATT HPS LUMINAIRES EACH 1 350.00 350.00 PAVEMENT MARKING•PERMANENT W WHITE 4B TYPE 1 PREFORMED MARKING TAPE V 3N9 3.4 5 11 376.55 49 PAVEMENT MARKING-PERMANENT 24"WHITE LF 44 TYPE 1 PREFORMED MARKING TAPE 13.00 607.20 TOTAL BASE BID 168F948.50 1 r r r r r r r r r r rw r CITY OF JEFFERSON ITEMIZED BID FORM TOTALS DIX RD &INDUSTRIAL DR INTERSECTION TOTAL 287,834.67 MCCARTY ST & BOLIVAR ST INTERSECTION TOTAL 168f948.50 TOTAL OF BOTH INTERSECTIONS 456,783.17 r 1/6/04 ' S/QNAMPE DATE 1 1 1 1 r SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall fist them. Jifnx~s H. brow Corlxrrat:lon, Me (--,r E'Ie talc 1nc.. Grc� an Horl.zons Gardc.�n Cnntgri, 1jig., 't; ,J•r�.:.'I` t71t,j�.(.L lfzG11.� rr„- TIME OF COMPLETION The undersigned hereby agrees to completes the project within McCarty Street & Bolivar Street 30 working days Dix Road & Industrial Drive 60 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid Is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. rThe undersigned, as Bidder, hereby declares ►hat the only parsons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid Is made without connection with any other person, company, or,parties making a bid; and that It is In all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fall 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 ton(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 a;, his office to which such notice of rac.:ceplarice may be mailed, telegraphed, or delivered: 1307 r-.'eal.rgraund , ftc�ad,_ ,inr f orsiot It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled til"ne for the opening of bids or any authorized postponcrment thereof. Attached hereto is a Bid Bond for the sum of `''{' "f t,irl ,,nK71u)r (S' ) Dollars ('cashier's chock), rnake payable to the City of ,Jefferson. Signature of Bidder: If an Individual, , doing business as _ If a partnership, _ _ _ � �...,., ,_. , member of firm, ® by.__..._.__.______r If corporation,, Don Schniaders L.xcavating callpat7y, by Title Vice PresidenL SEAL Business Address of Bidder 1307 C'airuround, R d ,let:f:erson ci.y, MQ 65109 If Bidder is a corporation, supply the following information: State In which Incorporated_ M.i.ssou.r.t. Name and Address of Its: President _Mary Jane M. Rhezi 1307 1.-ai.rciruunds_ Road, Jefferson city, Mg 6,109 Secretary nni► P. Hax _ 130'1 1'airc�roundr Rcvl t, :Z sr­13oll c1L�CK��_6S1(19 Date Oct otxx r r KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Don Schnieders Excavating Company Inc. Principal, and Safeco Insurance Company of America as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of Five Percent of Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this 6th day of January , 2004 The condition of the above-obligation is such that whereas the Principal has submitted to t'ne CiTY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made: a part hereof to enter into a contract in writing, for the project entitled: "Project No. 320.43 & 32006 McCarty Street& Bolivar Street Intersection and [fix Road & Industrial Drive Intersection' NOW, THEREFORE, r (a) if said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto(properly completed in accordance with said Bid)and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the a=eptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; It being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their pro c t e d and r fr &t set forth fabovo. Pn c� ?et(l ell xcavya�ng ompany, Inc. SEAL S co ins r mpaoAmerica Kris . Bennett, Attorney-In-Fact S A r— E C ®, SAFECU Insuronre Gotnpnny PC)Box 3452t, AMA ')anttle,WA 08124.1526 ACKNOWLEDGMENT BY SURETY STATE OF Missouri 1 SS. County of Cole On this 6th day of January 2004 , before me personally appeared Kris L, Bennett known to, me to be the Attomey-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL_ INSURANCE COMPANY the curporation that executed the within instrument, and acknowled-ed to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County. the day and year in this certificate first above written. Notary PublV in the State of Missouri eal) County of Osage rr IV% UBL.IC-Nt�Tt. (:,�f1 M. OFfvIiSSOl;rii COUN 1'OF OSr`1!r E .C.C,a5: ' Q,:,A registered uaoernart:of SAFECO Corporation FRP S A F �! POWER !"Alf'(;()IN WPANCI COMPANY Or AfdrrilG , G C 0 � (.f NCRAI INY19ANCC COMPANY Or AMURICA ► OF ATTORNEY I,caMl.0I,c:r ';A(1(J)PLAZA !,I nrfll WMAIif,t O0I; Slate(. Nv 6462 KNOW ALL BY THESE PRESENTS; Thal SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, ouch it Washington corporation, dons oach hnroby appolnt •••••:•'"••••,•"••'"'••1(WIS A.LANDWEIll:.KRIS:. ItfNNI?'1"1.CIIARI.f{5 I TRAltlrl .lilt'ftACI:FVS.lcUcr,t,n 01 ,\hssoun•••'•'............•.... Itr, Irue Find lawful attornoy(s)in•If(ct, with full oulhorily to oxemito on Its bohall lulefafy and nurely bonrn; of undwInkimus and olhef documonls of a similar chilawtor 1witrod III Iho cournu of its busaws!"and In hind the loupoctiv0 coanpany thwoby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AM°RICA have each oxocutod and 111101"W0 111040 piusnnt!, I)wi tart day of hue• 2001 CI1Rl31INE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extrar.t from Iho 13y-1 fawn of SAFECO INSURANCE COMPANY OF AMERICA anif of GENERAL INSURANCE COMPANY OF AMERICA: "Articlo V. Soctina, Q 1-IDI't ITY AND SURF1 Y BOND .. Itio Prushdow,any Vice Prnsrtont,the Secretary,aril any Assistant V(cct Prosident appointed for that puiposo by tho officor In rharge of!;uroly opomfl rr;, nhatf oach have authority to appouhf utdiwuufdt, as attorney!,-in-firc:t or under ofher appropriate titles with rottenly ID exuruta on buhal( of tho conlpnny fidelity and sufoly bo id!, and other docunutnl,. of srrndar character issued by the company in the course of Its bu11410es.. Olt any i nnrinnonl making or ovufencing such appointment the signaluros may Ito aflixnd by fRC3lrrllI0 On any instrument conferring such authority or on any bond or undorhtking of tho cornpnny, hie sor 1, or it tacsanfi1v thoroof, may be rnprw;sod ar afhitod or in any olhor manner reproduced; providod, nowovor,01111 111()soal 011111 not be mirwisary to tho validity of(my such msirurnont of urldoltakintl" Lxlrar.l from it Rot;olutior,of the Board of Director,of SAFECO INSURANCE=COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopind.luly 2H. 1,970 On any corllficalu orcaculecf by Iho Souotary of an assu;Lmi surrolary of(he Company sofffny nut, (1) l tut ptovituor(..of Adiclo V,Section Vi of 010 Hy-1.aWS.and Ill) A copy of tho powut-okiltornuy appo40rnont.oxocutod pucuuml 01010',0,and (lit) Cortifying that snaf power-of-attorney appomlrnrmt rs it full force aria offec(, Ih"sipnaluru of the corlilying ofbcof may be by facsiniflo,amf ihr sual of Iho Company may Iho it fac;nntlo thereof" 1, Chnetinu Mond, Sorrotivy 0f SAFECO INSURANCE COMPANY OF AMERICA aria of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the Ioropolnp exlfact!,of the by-1 aws and of it Resolution of tho board of Duochr!,of Iltoso corporntiont,,and of it Power of Atlornoy I3 Suod pursuant thereto, ant Irtio and corioct,and that both Ih^By Owl'.Iho RmOlition and too Power of Allonwy aw;;lik In full foo a and Oleo IN WITNESS WHEREOF, I Ihtive boruunlo sot lily hand or'd affixod Ih(!far anul, ;u,tl of sa«h corporaunrl fill', 6th day A January..... �NCL �� PAGE COh/p,� fs('�Per(�r� SEAL � CORPORATE 4� SEAL „ Cwll� •r,� 153 aka a� 0l NASM �eofvia CHRISTINE MEAD,SECRETARY 1,,0ficaef11d orncv,.of;ifkU.nC);,or„oralien ' 0611C)2003 PDT IMPORTANT SURETY BOND INFORMATION - MISSOURI - Your SAFECO agent is a professional Independent Insurance Agent. If you have specific questions about your Surety Bond, YOU MAY DIRECT THEM TO YOUR AGENT. MISSOURI SPECIFIC QUESTIONS If you have been unable to contact or obtain information from your agent, you may contact SAFECO at the following address and telephone number: r SAFECO Insurance Company of America General Insurance Company of America First National Insurance Company of America Surety Office P.O.Box 461 St. Louis, MO 63166 Telephone: (314) 965-0400 e S•36561SAEF 2/% U A registered traoernari,of SAFECO Corporation ANTI-AL .ii EMENT STATE OF Missouri ) COUNTY OF Cole ) Donald E. Rhea being first duly sworn, deposes and says that he is Vice President~ of TITLE OF PERSON SIGNING Don Schnieders Excavating Company, Inc. 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. Affrantfurther certifies that bidder is not financially interested in,orfinancially affiliated with, any other bidder for the above project. (BY) (BY) Sworn to before me this _ 6th day of Jantiary 200 4 L l�lc u�'� r11 , W SLY\ NOTARY PUBLIC My commission expires: January 23, 2007 SHAWN M.WILSON Notary Public-Notary Scal State of Missouri County of Cole My Commission Expires; Jan,23,2007 CONTRA FFIDAVI'[ This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF Missouri ) ) ss COUNTY OF Cole ) The undersigned, Donald E. Rhea r of lawful age, being first duly swom states upon oath that he is Vice President of Don Schnieders Excavating company, Inc the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 6th day of January .1 20 04 NOTARY PUBLIC My Commission Expires: January 23, 2007 SHAWN M.WILSON Notary Public-Notary Seal state of Missouri County of Cole My Commission Expires; ]an.23,2007 MINORITY BUSINESS EN RPRI 51 EMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other information If .any, about their MBE sub-contractors along with their bid submissions. 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, worsen owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. YLF� RITY MUS113 85 U11LIZAT OJINdWRIENT. A. The.bidder agrees to attempt to expend at least two (2) % of the contract, If awarded, for Minority Business Enterprise (MBE). For purposes of this goal, the term "Minority Business Enterprise" shall mean a business: 1. Which Is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or "Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black (a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. tB. The bidder must indicate the Minority Business Enterprise(s)proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Ra l R tlS?ll P.Hdicioatic�.n Total Bid Amount:_ 456,783.17 Total: Percentage of Minority Enterprise Participation: 0 % 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 fumished 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. Donald E. Phea NAME OF AUTHORIZED OFFICER eDATE /6/U4 l-- �—Qgf; lL1%-.s — _ SIGNATURE OF AUTHORIZED OFFICER FIDAVII C.OMELIANC !1H LREVAILM WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of , , personally came and appeared NAME POSITION of the _ NAME OF COMPANY (A corporation) ( a partnership) (a proprietorship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 10, Section 026, Cole County In carrying out the contract and work in connection with Project No. 32043 &32066,McCarty Street&Bolivar Street Intersection and Dix Road&Industrial Drive Intersection located at Jefferson City in Cole County, Missouri, and completed on the day of , 20 SIGNATURE Subscribed and sworn to me this day of �, 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss ' COUNTY OF ) ti Missouri Division of Labor Standards WAGE AND HOUR SECTION w ` •, to O �y 1 e L5 O� Li su O �y ^+ncccx�- � BOB HOLDEN, Governor Annual Wage Order No. 10 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 abject by filing an objection in triplicate withithe Labor and industrial Relations Commission, P,O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shalt certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. MAI',' 1 Coll(_cn A. Baker, Director Z�j[74' Division of Labor Standards Filed With Secretary of State: :E.F{E1,�NYOFvx,1nP _ - ' APR 0 5 2003 Last Date Objections May Be t=iled: Prepared by Missouri Department of Labor and Industrial relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule _ Asbestos Worker 10/03 $27,93 55 60 $11.27 Boilermaker 9/0:{ $27.40 57 7 $14,29 _ Bricklayers-Stone Mason 23.65 59 �7 ___L 35 Carpenter 3/03 $19.03 60 15 _ $7.86 Cement Matson 18.26 9 3 _,8.40 Electrician (Inside Wiremen) _ $23.73 28 7 _�906 + 13%� Communication Technician USE ELECTRICIAN INSIDE WIREMAN) RATE _ Elevator Constructor a $30.725 26 54 10.461 Opprating Engineer Group 1 _ 5/03 $22.62 86 86 _ $13.03 Grou 11 _ 5/03 22.62 86 66 13.03 Group III _5/03 $21.37 86 66 _ 13.03 Group I I-A � 5/03 $22.62 86 66 13.03 Group IV 5/03 $23.32 86 66 $13.03 Group V _r 5/03 $24.62 86 66 _ $13.03 Pte Fitter _ 7/03 b $29.75 91 69 $12.33 Glazier $12.50 FED $2.34 _ Laborer IS lldln . General $15.87 110 7 $7.33 First Semi-Skilled _ $17.47 110 7 -� $7.33 Second Semi-Skilled $16.87 110 7 $7.33 Lather USE CARPENTER RATE Linoleum Layer & Cutter USE CARPENTER RATE^� Marble Maoun $23.65 59 7 $7.35 MIIIwrIfl ht _ _ 3103_ $20.03 60 15 $7.86 Iron Worker 8/03 $21.87 11 8 $13.00 Painter $18.44 18 7 $5.33 Plasterer 1 $17.32 94 5 $8.15 Plumber 7103_ b $29.75_ 91 69 $12.33 Pile Driver 3/03 $20,03 60 15 $7.86 Roofer 10/03 $23.70 12 4 $7,76 Sheet Metal Worker 7/03 $23.03 40 23 $8.65 8 rinkler Fitter $15.00 FED $2.27 Terrazzo Worker_ $27.50 116 5 $2.95 Tile Setter $23.65 59 7 $7.35 Truck Driver-Teamster Group I 3/03 $19.30 101 5 $5.25 Group II 3/03 $20.00 101 5 $5.25 Group 111 :1/03 $19.70 101 5 $5.25 Group IV 3/03 $20.00 10.1 5 $5.25 Traffic Control Service Driver Welders-Acetylene& Electric Fringe Benefit Percentage Is of the Basic Hourly Rate Attention Workers: If you are riot 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. 10 10/03 Building donstrucilon Allies lot REPLACEMENT PAGE Section 020 COLE County Footnotes Effective Basic Over. OCCUPATIONAL TITLE Bate of Hourly Time Holiday Toni Fringe 861161116 1"preue Rato* Schedule Ba,hedu a Welders receive rate preacrNed for the occupatlonalMW performing apeullon to which welding le Incidental. ten 8ullding Construction Roles on Bulldingje)and All Immediate Atteohments.Use H68vy Construction raise for remainder of project. For the occupational @flies not listed In Heavy Construction Sheets,use Hates shown on BuRdlnq t„ormtrictlon Rate Sheet, e Vecaflon: Employe@*over 6 yon to•0%: Employove under 6 years•6% b• All work over$3,6 Million Total Mechanical Contract•$29.76,Fringes•$12.33 All work under$3.6 Million Total Mechanioal Contract•$26. 1,Fringe*•910.66 i �r 1 t t i 'j •Annual Inoremenlul Increase ANNUAL WAGE ORDER Hp, 10 7103 COLE COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION REPLACEMENT PAGE FED: Minimum requirement per Fair Labor Standards Act means time and one-half() ''/7)shall be paid for all work in excess of forty (40)hours per work weak. Nu. 9. Means the regtular workday starting time of 8.00 a.m. (and resulting quitting time of 4:30 p.m.)maybe moved forward to 6:00 a.m, or delayed one hour to 9:00 a.m. All work perforated in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/2)times the regular pay, In the event time is lost during the work week due to weather conditions,the Entploycr may schedule work on the following Saturday at sunight time. All work accomplished on Sunday and holidays shall be rompcnsated for a► double the regular rate of wages. The work woek shall be Monday through Friday,except for midweek holidays. No. 11: Means eight(8)hours shall constitute a day's work, with the starting time to be establinhed between 7:00 o.m. and 8:00 a.m. from Monday to Friday. Time and one-half (1'/z) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight(8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)time rate. Double(2)time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. No. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1) work week, shall be paid for at the rate of one and one-half(1'/2) times the regular hourly wage scale. All work pmfonned within uric regular working hours which shall consist of a ten (10) hour work day except in emergency situations. overtime work and Saturday work shall be paid at one and one-half(1%2) times the regular hourly rate. W ork on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. No. IS: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00)to six(6)hours after Noon(12:00). The regular wort:week shall be forty(40)horns,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%2). Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off,but only in the week of the day being lost. Any time before six(6)hours before Noon or six(6)hours after Noon will be paid at time and one-half(1'/2). No.26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m.,and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (the above working hours may be changed by mutual Agreement). Work performed an Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, ntclusive,shall be classified as overtime, and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ton (10) hours worked consecutively, between 6:00 a.m,and 6:00 p.m., four(4)days per week,Monday to Thursday,inclusive, Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four (4) ten (10) hour day workweek has been established,will be paid at two times (2)the single dme rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay, r t ANNUAL, WAGE ORDER NO. 10 AW1002bOT5tip.doc t•.se i or 5 r.J.. COLE COUNTY OVERTIME SCREDULI,—BUILDING CONSTRUCTION RI PLACEMENT PAGE NO.28: Means eight(8)hours between 7:00 aan. and 5:30 p.m., with at least a thirty(30)minute period to be taken for lunch,shall constitute a day's work five(5)days a week,Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of four(4)consecutive clays, -Starting time may be within one(1)hour either side of 8:00 a,m. -Work week must begin on either a Monday or Tuesday: if a holiday falls within that week it shall be a consecutive work day. (Alternate: if a holiday falls in the middle of a week,then the regular eight(8)hour schedule may be implemented). -Any time worked in excess of any ten(f 0)hour work clay(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one & one-half (V/2)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12)consecutive hour;they shall be paid double time (2x) for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.And 12:31) a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten (10%)percent for Neven and one-half(7%)hours work. Shift work performed between the hours of 12..30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen (15%)percent for seven(7)hours Work. A lunch period of thirty(30) minutes shall be allowed on each shift. All overtime Work required after the completion of a regular shift shall be paid at one and one-half(I%)times the shift hourly rate. NO.33: Means the standard work day shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period or shall conform to the practice oil the job site. Four(4)days at tell(10)hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half(1'/�). Overtime worked on Sundays and holidays shall be at double(2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute.the regular work week. The regular working day shall consist of eight(8)hours labor on the job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours aid paid for at the regular hourly rate, All hours worked on Saturday and all hour worked in excess of eight(8)hours but not more than twelve(12)hour during the regular working week shall be paid for at time and one-half(]'/)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2)times the regular hourly rate. In the event of rain,snow,cold or excessively windy weather on a regular working day,Saturdav may be designated as a "make-up"day. Saturday may also be designated as a"make-up"day,for an employee who has missed a day of work for personal or other reasons. Pay for"make-up" days shall be at regular rates. NO.55: Means the regular work day shall be eight(8)hours between 6;00 a.m. and 4:30 p.m. The first two(2)hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half(1'/z) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO. 57: Means eight (a) hours per day shall constitute a day's work and forty(40)hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by e mutual consent. of authorized personnel. When circumstances WalrTant. the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. it being understood tlwt all other pertinent information must be adjusted accordingly. All time worked before and alter the established workday of eight(8)hours, Monday through Friday, all time worked on Saturday, shall be paid at the rate of time and one-half(1 '/) except in ' cases where work is pan of an employee's regular Friday shift. All time worked on Sunday aril recognized holidays shall be paid tut the double(2)time rate of pay. ' A ANNUAL WAGE ORDER NO. 14l 1Y 1 r1 1126 O'f Stip.doc Pale 2 of 5 Yal;cs COLE,COUNTY OVERTIME SCIif.D11LE--1{UIII,I)ING CONS'1'i(UC'TION REPL,AC:EMENT PACE NO. 59: Means that except as herein provided. eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute it week's work, All Una: worked outside of the standard eight(8) hour work day OW and on Saturday shall be cl.ssified rzs overtime and paid the rate of time and one-half(11/2). All time worked on Sunday and holidays shall be classified as overtime and paid of the role of double (2)time. The Employer has the option of working either five (5) eight hour days or four (4) ten hour days to constitute it normal forty (40) hour wort: week. When due four(4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. aril 6:30 p.m. Forty (40) hours per week shall constitute it weeks work. Monday through Thursday, inclusive. lit tic event the job is down for tiny reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked its a make-up day; straight time not to exceed ten (I0) hours or forty(40)hours per week. When the five(lay(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 die Employer,be worked as a make-up day;straight time not to exceed eight (8) hours or forty (40) hours per week. 1lie regular starting time (and resulting quitting time) may be moved to 6:00 a.m,or delayed to 9:00 a.m. Make-tip days shall not he utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four l0-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week. hours worked more than eight(8) per day or forty (40) per week shall be paid tat time and one-half(1'/z) the hourly wage rule plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY. If an Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(rain or mud),Saturday or any pail thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days, between die hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10)hours per day or forty(40)hours per week shall be paid at time laid one half*(I 1/i) die hourly wage rate plus fringe benefits Monday through Friday, if rut Employer is working 10-hour days surd loses it day due to inclement weather,the Employer may work ten(10)hours on Friday at straight time. Friday most be scheduled for no more than tell(10)hours at tlae straight tirne rate,but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1 'h)the hourly wage la te 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-halt' (I'x) the regular Millwright hourly wage rate plus fringe benefits. 'fhc regular work day starting of 8:00 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m. or delayed one(1)hour to 9:00 am. All work accomplished oat Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on die hourly wage rate plus an amount equal to the fringe benefits. NO. 86: Means the regular work week shall consist of five (5)days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work peribrned on Monday dirough Saturday shell he paid at time acid one-half(1%)of the hourly rate plus an amount equal to one-half f'rz) of the hourly Total indicated Fringe ienefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus art amount equal to the Hourly'Total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending art 4:30 p.m., allowing one-half(1/2) hour for lunch. The option exists for die Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) wort: days, Monday through Friday. The wort; week may consist of four(4) ten (10) hour days from Monday through Thursday, with Friday as it make-up day. if dic make-up day is it holiday,the employee shall be paid at talc double(2) time rate. The employees shall be paid time and one-half (i %► fbr work performed before the regular starting time or after the regular quitting time or over eight(8)hours per work day (unless working it 10-hour work day, then time and one-half' (1 '/2) is paid for work performed over ten(10) hours a day) or over forty(40) hours per work week. Work performed on Saturdays.Sundays and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL. WAGE,ORDER NO. 10 AW 10 026 OT Stip.doc Page 3 of 5 Pages COLE COUNTY OVi;RTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE NO.94: Means eight(8)hours sluull constitute u days work between the hours of 8:00 a.m.and 5:00 p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m, or delayed one (1) hour to 9:00 a.m. All work performed in excess of die regular work day and on Saturday shall be compensated at one and one-half times the regular pay. In the event time is lost during die work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 101: Means that except its provided below,eight(8)hours a day shall constitute a standard work day,and forty(40) hours per week shall constitute 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 be clussified the overtime and paid the rate of time and one-half(1 Si) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double(2)time. The regular starting time(arid resulting quitting time)may be moved forward two(2)hours to 6:00 a.m.or the starting time(raid resulting quitting;time)may be delayed one(1)hour to 9:00 a.m, The Employer has die option of worsting either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten-hour day work week is in effect, the sumdard work day shall be consecutive tell (10)hour periods between die hours of 6:30 a.m.and 6:30 p.m. Forty(40) hours per week shall constitute a week's work Monday through Thursday, inclusive. in the cvc-nt die job is down for any reason beyond die Employees control, then Friday and/or Saturday truly, at the option of die Employer, be worked as u make-up clay; straight time not to exceed ten (10) hours par day or forty (40) hours per week. Stapling time will be designated by the employer. When die five (5) day eight(8)hour work week is in effect, forty(40) hours per week shall constitute u week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked us a make-up day; straight time not to exceed eight (8) hours per day or forty(40) hours per week. Make-up days shall not be utilized for clays lost due to holidays, NO.110: Means eight(8)hours between the hours of 8:00 a.m.acid 4:30 p.m.shall constitute a work day, The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one(1)hour,acid in that event,die workday shall commence at 8:00 a.m.and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. oil Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants u pinch period of one (1) hour), or as adjusted by starling time change as suited above. All work performed before 8:00 a.m,and after 4:30 p.m. (or 5:00 p.m.where one(1) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half (1'/:) times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours,Monday through Friday,or any par thereof by reason of inclement weather(rain and mud),Saturday or any part thereof may be worked as a make-up day at the straight time rutc. The Employer shall have the option of working five eight(8)hour days or four ten(10) hour days Monday through Friday. If an Employer elects to work five (5)eight(8)hour days during any work week,hours worked more than eight(8)per clay or forty(40)hours per week shall be paid at time acid one-half(1'/2)the hourly rate Monday through Friday. If an Employer elects to work four(4)ten(10)hour days in any week,work performed more than tees(10)hours per day or forty(40)hours per week shall be paid at tinic and one-half(1'/z)the hourly rate Monday dirough Friday. if an Employer is working ten(10)hour days and loses a day due to inclement weather,they may work- ten(10)hours Friday at straight time. Friday must be scheduled for at least eight (8)hours and no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1'/�)overtime rate. '' ANNUM.WAGE ORDER NO. 10 AW 10()2G OT Stip.d��c 1'ugc 4 of 5 I'ugkti COLE COUN'T'Y OVERTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE NO. 116: Means the standard work day shall consist of eight (8) hours of work between the hours of 8:00 a.m. aid 4:30 p.m. The standard work week shrill consist of five standard work days commencing on Monday and ending on Friday inclusive, All time worked befbrc and alter the established eight (8) hour work day, Monday through Friday, and all time worked on Saturdays, shall be paid for at the rate of time &one-half(I%a) the hourly base wage rate in effect. All time worked on Sundays and recognized holidays shall be paid for at the rate of double(2)the hourly base wage rate in effect. NO. 122: Forty (40) hours between Monday and Friday shalt constitute the normal workweek, Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-half hour for lurch. Work in excess of eight(8) hours per day and forty(40)hours per week,and on Saturdays, shall be paid at the rate of one and one-half rimes the normal rate. Due to inclement weather during the week,Saturday shall be a voluntary make up day, r rANNUAL,WAGE ORDER,NO. 10 AW 10 026 07 Mp,lnc Page 5 of 5 Paget �y C01,E C01)N'1'Y HOLIDAY SCHEDULE - BUILDING CONSTRUCTION NO. 3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a.holiday. NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of ray. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. Ifany of the above holidays fall on Saturday, i-riday will be observed as the recognized holiday. NO. 5: All work that shall be done on New years Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) tine rate of pity. NO. 7: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday. If it holiday falls on a Saturday, it shall be observed on the preceding; Friday. NO. 8: All work performed on New f'ear's Day, Memorial Day, Independence ,Day, Labor Day, Y Veteran's Day, Thanksgiving; Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO, 15: All work accomplished on the recognized holidays of'New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double(2) the regular hourly rate of wages plus fringe benefits. if a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on than following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, 'Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls rn Sunday, the following:; Monday shall be considered a holiday. NO. 54: A11 work done on New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the: Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO- i ANNUAL WAi( �a AWo i u u .duc at, oita)r����� av COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day),Decoration Day(Memorial Day), Independence Day (Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as ' the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. NO.66: All work performed on Sundays and the following recognized holidays, or the days observed as such,of New Year's Day,Decoration Day,Fourth of July, Labor Day,Veteran's Day, 7banksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day, Decoration Day,July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days,the employee will be paid at straight- time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 76: Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays are: New Years Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Day after Thanksgiving;Christmas Day. If a holiday falls on a Sunday, it shall be celebrated on the following Monday,if it falls on Saturday, it shall be celebrated on the preceding Friday. 10 1 'I r- ANNUAL WAGE ORDER NO, IQ AWO 10 026 hdy.doc: Page 2 U2 Pages e Heavy Construction Rates for REPLACEMENT PAGE Section 026 1� COLE County "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly 'rime Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen 5/03 $24.03 . 7 16 $7.84 Miliwrl ht � 5/03 $24.03 7 16 $7.84 Pile Driver Worker 5/03 $24.03 7 16 $7.84 OPERATING ENGINEER Group 1 5/03 $21.70 21 5 _ $13.00 _ Group II _ 5/03 $21.35 21 5 $13.00 Group 111 5/03 $21.15 21 5 $13.00 Group IV 5/03 $17.50 21 5 $13.00 Oiler-Driver 5/03 $17.50 21 5 $13.00 LABORER eneral Laborer 5/03 $20.32 2 4 _ $7.03 killed Laborer 5/03 $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Group 1 _ 5/03 $23.07 22 19 $6.00 Group II 5/03 _ $23.23 22 19 $6.00 Group III _ 5/03 $23.22 22 19 $6.00 Grou IV 5/03 _ $23.34 22 19 $6.00 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. `Annual Incremental Increase ANNUAL WAGE ORDER NO, 10 7/03 CO1.,F, CO0NTY 0VlERTIM E SC'IIE1)U1_,E -- If EA V CONSTRUCTION NO. 2: Mcans a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8)or ten (10)hours. If a crew is prevented from working (itrly (40) hours Monday through Friday, or any part thereof,by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at thr,straight time rate to complete forty (40)hours of work in a week. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time& one-half(1'/.�.) shall be paid for all hours in excess of eight (8) hours per day (if working 5-8's) or ten(10)hours per day(if working 4-10's), or forty(40) hours per week, Monday through Friday, For all time worked on Saturday(unless Saturday or any portion of said day h; worked as make-up to complete forty hours), time and one-half(I'Xi) shall be paid. For all time worked on Sunday and recognized holidays,double(2) time shall be paid. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (10)hours per day. All work over ten ()0) hours in a day or forty(40)hours in a week shall be at the overtime rate of one and one-half(1'/z)times the regular hourly rate. The regular workday shall be either eight (8) or ten(10)hours. If a job can't work forty (40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up day at straight time(if working 54's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day,time on Saturday shall be worked at one and one-half(1'/z) times the regular rate. Work performed on Sunday shall be paid at two(2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. NO. 21; Means the regular workweek shall consist of five(5) eight (K) hour days, Monday dirough Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall,unless otherwise provided for,begin at 8:00 a.m. and end at 4:30 p.m. However. the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five(5)day eight(8)hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten(10)hours in any one day to be paid at die applicable overtime rate. if the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty(40)hours per work week. Overtime will be at one and one.-half(1 '/2) times the regular rate. If workmen are required to work the recognized holidays or days observed as such, or Sundays, they shall receive double(2) the regular rate of pay for such work. NO. 22: Means a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8)or ten (10) hours. if a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather. Saturday or any part thereof may be worked as a make-up day at the straight time rate, Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For all time worked on recognized holidays, or days observed as such, double (2) time, shall be paid. i 1 1 ' AW iu PJo n„ oulov ANNUAL WA(.& oitDf tc NO. 10 COLE C:O1.)NTY HOLIDAY SCIIEDULE • 11EAVY CONwRUCTION NO. 4: All work performed oil New Year's Day, Nemorial Day, independence Day, Luber Day, Thanksgiving Day.Christmas Day, or days observed as such, shall be paid at. the double time rate of pay. When it holiday falls on it Sunday, Monday shall he observed. NO. 4: 'The following days are recognized as holidayw New Year's Day, Memorial Day, Fourth of July, Labor Day. 'Thanksgiving Day and Christmas Day, If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on at Saturday, it shall be observed on the preceding Friday. No wort: 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 (H) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through 'Thursday work week. The ten (10) hours shall be applied to the forty (40) hour work week. No. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No wort, shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the: forty (40) hour week, however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. if workers are required to wort: the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of'pay for such work. NO. 19: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. if a holiday falls on a Sunday, it shall be observed on the following Monday. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week, however, no reimbursement fig►•this eight (8) hours is to be paid the workmen unless worked. if workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. 10 1)11, n , hol.doc ANNUAL WAGE ORDER NO. 10 itEPLA CT,MI ENT 1'AGF. OUTSIDE ELECTRICIAN rlivse rates are to be used for the following counties, Adair, Audrain, Boone, Callaway, Camden, Carter, Chariton,Clark, Cole,Cooper, Crawford, Dent. Franklin, Gasconade, Howard, Howell, Iron, Jefferson, Knox, Lewis, Lincoln, Linn., Macon, Maries, Marion, Miller, Moniteau, Monroe, Montgomery, Morgan, Oregon, Osage, Pony, Phelps, Pike, Pulaski, Putnam. it tells, Randolph, Reynolds, Ripley, St. Charles, St. Francois, St. Louis City, St, Louis County, Ste, Genevieve. Schuyler, Scotland, Shannon, Shelby, Sullivan. 'texas, Warren, and Washington COMMERCIAL WORK _ ^Occupational Title �.__._._.. ..._.._..__._} astc _.__._...._..__._._l 7 otal_ I-lotirlY Fringe I Rate Benefits *Journc mat► Lineman $28.28 1 $3.25 + 41.3% *Line ran G)cr qor _ _ 525.32 53.25 f 41.3%, *Groundtnan $20.04 S3.25 +-41.31%; IITILITY WORK _Occu rational Title _ _----Basic._-.. _.. ._...._.----1...._..___-.--.__. ,total -- -- _Flourly _. ________---- _._�►.__._._. _-.__.__-.-- Rate _-._..___.._..LBenefits *3otttncyrrtan Lineman $21T27 $3.35 +37,31N) _._ �_ _.._._------.---.._.--------_......... ................_.-----.___-._.-_-.- ._ *Lineman U_ tor y x;23.54 $3.25 -+- 37.30/0 *Grou,ndman $18.20 _.. 1 _ $3.25 _+ 37.3'%% _._..� OVERTIME RATE: fright(8)hours shall constitute it work day between die hours of 7:00 a.m. and 4:30 p.m. Forty(40)hours within Five(5)clays,Monday through Friday inclusive, Shull constitute the work week. Work performed in the ft and l Otis hour,Monday through Friday, shall be paid at time:and one-half(I'/) 1 the regular straight time rate of pay. Contractor has the option to pay two(2) hours per day at the time and one-half(i'/i)the regular straight time rate of pay between the hours of 6:00 a.m, and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of'double (2)time. HOLIDAY RATE: All work perfornied on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veterim's bay,nianksgiving Day,Christmas Day,or days celebrated as such,shall he paid at the double time rate of pay. When one of the foregoing holidays Bells on Sunday, it shall be celebrated on the following Monday. •Aonuul Incromcntnl Inciume ANNUAL WAGE ORDER NO. 10 7103 OUTSTI.AW toINIAm AEA' OA-V BUM ARKS col�rRA ��,A I, the undersigned, M r 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 r _— was awarded a public works contract for Project No. 32043 & 32066, McCarty Street & Bolivar Street Intersection and Dix Road & Industrial Drive Intersection. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That � _ has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this _ day of_ _ 20 ~� NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ss COUNTY OF ) EXCE L/ MP YMI NT �?� "I''L IgL�_C 11TIFICATLON 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. 32043 & 32066, McCarty Street & Bolivar Street Intersection and Dix Road & Industrial Drive Intersection. 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 t r January 22, 2004 City of Jefferson 320 East McCarty Jefferson City, MO 65101 1 RE: Contractor: Don Schnieders Excavating Company, Inc. Bond No. 6234364 Project: McCarty Street & Bolivar Street Inter, Dix Road & Industrial Drive Inter. Gentlemen, Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. Once the contracts have been signed, I would appreciate receiving a copy of the contract and the dated bond with Power of Attorney for my file. Sincerely, 1 AA,_ Kri L. Bennett Attorney-In-Fact r 1 1 1 Winter-Dent & Co. lnsurincc & Bonds 1',0, Uoz 10'1a k4fel-son City, MO o5l0-z-10.10 573-034-2122 I a% 573-o3o-7500 I;a.:blishid f 1: CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this _ day of 2004, by and between Don Schnieders Excavating Inc. hereinafter referred to as` ontractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32043 & 32066, McCarty Street & Bolivar Street Intersection and Dix Road & Industrial Drive Intersection. NOW THEREFORE, the parties to this contract agree; to the following: 1. $pope Qf Se-rCi!r,-es• Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "McCarty Street & Bolivar Street Intersection and Dix Road & Industrial Drive Intersection" in accordance with the plans and specifications on file with the Department of Community Development. 2. Mann-eLwd AiipeJQr Col p� >�4.�?• 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 McCarty Street & Bolivar Street 30 working days Dix Road & Industrial Drive 60 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. Er gv i 'n _IMaaes• To the extent that tide 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 1 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. 10, 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 Milk delivered to the Fiscal Affairs Supervisor of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Mw Dollars ($10.00)for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4 I ur M Contractor shall procure and maintain at its own expense during the life of this contract: a n r c . for all of its employees to be engaged ( ) .LN91.k���Q���t�Qrtl_��r1d.� in work under this contract. r r' i Iii S a c . in an amount riot 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 Workman's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount riot 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) AutQmob'lt e Lioilly I 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 Protertiv_e Lio ilityln urance - 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) Sc4p. of InsuranQe and Speciq{ Hazarc_ The insurance required under Sub- paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Cos raclor' Pc . jJy_fo_C. ontract 4r5, It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated..—QArn.pgg-s-. The City may deduct One Thousand Dollars ($1,000.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Tgrmina inn_ 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 riot in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and slate and federal laws. r r 9. 10-0mily. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of.tangible property (other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or, anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. 10. Pa MUQT_Lal2rrnd 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. r11. -i A_QS- 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 scat 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. r12. Rayment, The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated January 6, 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 four hundred fifty six thousand seven hundred eighty three dollars and 17/100 ($456,783.17). 13. rf rmance andMaferiahan's Bor2ds RequlrPd. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. r r 14. JKnp-wLgd l".f-LQLcaLSQndJfiQn-%• 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. -s"9MMty" 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. r 16. Goyerning-.an. 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. 50-n1mg1_p4_eLinent% The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions C. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract r between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. CompLet_ n r°tndir�g, er er. Parties agree that this document including those documents described in the section entitled"Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Ate. rs "--nd-.11f_me mz Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the r 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. AlCtd-mr-p_n s This contract may nol be modified, changed or altered by any oral promise or statement r r by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 1 21, er of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignmepx. Neither party may sell or assign its rights or responsibilities under the terms of this 1 agreement without the express consent of the remaining party. 23. Nondiscrimiination.. 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 �y 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. NPAiceS, All notices required to be in writing may be given by first class mail addressed to City of 1 Jefferson, Department of Community Development, 320 Cast McCarty, Jefferson City, Missouri, 65101, and Contractor,at 1307 Fairgrounds Road Jefferson City MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. i 1 1 1 1 1 1 r r JAI IN WITNESS WHEREOF, the parties hereto have set their hands and seals this_I day of �t�O rU a _.__ 2004. rCITY OF JEFFERSON CONTRACTOR 1 _ or 'Title: Vice President ATTEST: ATTEST: -A' 1 'h^ City Clerk Title: Office Manager APPROVED AS TO FORM: 1 - l� 1 _ City Counselor 1 r 1 1 r 1 1 Bond #6234364 PER-F-O-EM-A-N-Q-E,-EMMEN-T-A- R-ANJUBPIN!Q KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnieders Excavating Company, Inc. hereinafter, referred to as "Contractor" and Safeco Insurance, g2m p any_Rf Amjerica- a Corporation organized under the laws of the State of—Washington and authorized to transact business in the State of Missouri as Surety, are held and firmly bound Unto the City of Jefferson, Missouri hereinafter referred to as "Owner" Four Hundred Fifty-Six Thousand Seven Hundred in the penal sum of Eighty Three Dollars and 17/100 DOLLARS ($456,783.17 lawful m,oney 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 (Jay of__ 20----., entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvefTl(-'r]tS as designated, defined and described in the said Contract and the Conditions thereof, arid in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a pail hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by ecich and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by made a part thereof, according to the true intent and meaning in each case, and if said contractor shall rc;place all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become, null and void; otherwise it shall rem;:ain in full force and effect. PROVIDED FURTHER, that if the said Contractor lrails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consume-.d or used in said work, groceric*s 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 subcontractor;; in performance of the work contracted to be done, the Surety will pay the same, in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract, or the wort: to be performed thereunder, or the specifications ace,oml�anying 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 cont act, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pray the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, dcAined nand described in the said contract, specifications and conditions thereof, tlae Surety will pay the deficiency and arty penalty provided for by law which the contractor incurs by reason of an pact or omission, in any amount not exceeding the amount of this ohlicanation together with interest as provided by law: OIN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to fie executed in its name, and its corporate seal to be hereunto affixed, by It attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the day of Safeco Insurance Company of America Doti Schnieders Excavating Company, Inc. SURETY COMPANY CONTRACTOR BY ____._.(SEAL) BY (SEAL) 2 A (SEAL) BY-- SEAL Attorn -in-fact (State Representative) Kris L.1ennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) f;Af I CO In.swaric-e CmmPmly S A F ECO' "Vallk, VVA PIVA'M'A' ----—------ ACKNOWLEDGMENT BY SURETY STAIT-1 OF Missouri County of Cole On this of' -- me persoll"llk 11PP411irecl Kris L. Bonnott I'llowl 11). 111c to tic 111c AtIol-licv-ill-l'act o*f, .......... SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATI01-4AL INSURANCE COMPANY the corporation that executed the within lo 111C that such col-poriltioll c\VCtllCd the salllc. IN WITNESS 1Ulll.ltliOI . I have licl-cuilloset nr, 111111d and of"hked ill.\ olliclill will, at m\ olfi:x in the aforesaid •olllll~, the clay and veal' ill thk certificate 1-11-st above writtell, Nall-v hibliv, in tile �'Ilaic id' 4MjrSS0UW ("olilll\ of O�sagu- JANE'HIASLAG 1d0'j'ARY PUBLIC-NOIARY SEAI.. SlAri-OF MISSOURI COUN-l'Y OF OSAGE f*','q1.1!',-1v;-,ifjn Expires: October M. 5,01101SAIF 1011q 0A registered trademark of SAFECO Corporallo.9 1--RP !'UWE l: !;At rf;I m INYMAN(J r OMPANY;1r nldl.rel A t� A F E C 0• GCNCItAI IN'AIRAN(A i'.OMPANY 0I Moll Ft1G,A Uf Al-TORNEY I10M! Of I Wt SAr I Pi n;A a;CAI'ltf wn:MINIItON No 5462 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA mill GENERAL INSURANCE COMPANY OF AMERICA, ow.lr if Washington corporWmi, dueo wadi horaby appontl .**. . •'.••'.'•••""••I(Ilil>„% I.AN;)\I'I IIR. hIds I I11"NN1 1 1,1 11Al(l l',1 11tAIllII ,III V 111 l"I,I R', Incc,>cm l n,,-%I1 ,nuo""".......... �'•• Its Ina+ and lawlul attonury(s)itt-lad. with full nuthonty to oxuctftu oil ns t,ohmdf f1didify and {aunty hondl, or unduilatnngs hurl other docimmoly of if droller chatuCtol Issued al the colwif!(if Ili,huslnow. mold to hind tho ffa:po(lwo contpmmy Ihorohy IN WITNESS WHEREOF, SAFECO INSURANCE.COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA havo omch exocule(I and Whittled those prosunls tills I oih tiny of laor lilt t CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE I xtra f:1 hone Ihu Hy (aw:,of SAFECO INSURANCE COMPANY OF AMERICA mid of GENERAL INSURANCE COMPANY OF AMERICA: "Arlido V,Soction 13. -FIDE1l.ITY AN!)SURI T)'W INII:; Ihu Ilif^,ndtnt, ;my Vi(.t'Pw:mdont,the Sivcmtafv and any/tr;:u;larit Vice f'rosmdonl appoinhsl for that purpose by the officor ,t, charge of surely oporatlo , •Jwll gar h havo authonly to appoint rumlrndu;w, as attonloys-111-fact of undo{ nfhor tippropoalu ttlle•; Willi authority to oxoculo on bohalf of Iho company fmnolmty and surely hand, and other docuntluds of smillm ch,uactnr mt,suocl by fire company in Iho course of its businoss. . Of)idly instrufllenl makillo or ovidoncll,(r sut;h,tppoutlntunl Iho r,Ilputh,rm,may be ilfhxud by fersmrndo OI,any iostrunumt conlorrinp mich authority or on any pond or undortakino of Ilse conglany, tilt Ylill, nr a Imc,u,ulf ihoarof, ni,my tm unpu,,sud or amhxed or 1rt any other marmot ruprootwod providod. owovot,that Ihu seal shall flat be nocoaaary to Ihu v,dldify o1 any mach Im mmont or undnrlakmg" 1,Xtract from,t Resolution of lht•lWanl of Uifvi.ton,of SAFECO)INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA uuoptnd.Iuly;8 14170 On any cortlhcato oxoculod by Ihu f,;uclotary of mn,r,,I,Lori !;of I'll.if y of It w(minl,,iut ,clbn!1 out (f) Tire provisions of Arllcl,t V.Sochon 13 of the 1+, t.aw•, .md (,i) A copy of the power-of..ittotnuy'll,poitNnil.ot,oxut ulna pul"bull thtm lo, mnd (,I,) Corilying that sand powul•of all0ififly appornlnunrl ,,um lull Intl o,1110 nht:l.l the signatere of Uw certifying officer nmy hu I,y lar,:.un,l,:.and Iho,wit of 11;1-Gnnlpany may ho it 1w;undo Ihomoof' I, Christine Mead, Secrotary of SAFECO INSURANCC COMPANY OF AMERICA and of GENERAL. INSURANCE COMPANY OF AMERICA,do homuby noddy that Ihu foregoing oxtracL,of time Hy Lam,ant of if kw.ololion Ill Ihu Ilnntd of Dilof tnf•,of 111w,u c orpofalunw,mid of it Power of AllomnY Issued pursuant thomlo, are Uue and corru(.l.and that both lilt!Foy l.;iw" the.(:w.00ion mud Ow 1'owoi of Allimmo ,al(,still of hill force;.nd effect IN WITNESS WHEREOF,I have limourlto:,(:t my h;umu mill;mthrctl lilt.I'll,uudu m,ual of said(orponaon Ihr; day of af�CE CA�nq SEE COMP rG�Rpp�r�r� CORPORATE 5EAL SEAL -• s 1953 �a 1 �IFOfIVA$ eofWaSt, CHRISTINE MEAL),SECREVARY S-0914/SALT;?%0t A ngpaden:d uudrnt;lu ul:,id'i`C,t)Cu pru;tUan nri,,Gr';oua trot S A J E 0 . �Uw�� !,At'( k,r (-r;t111J'!,tMANt t:1,OMPAYttI nMl'I?1(ar PU `C_ 'P�.^r t,CNEStl11 IN';li{'tntJi.l :�,tlt.lf�hhJ�'Or n1,1?ftlC!< Of ATTORNEY IWfAf cr t;AF1 a MLA;A SfnIl1.E WA.'01ING-MN !rt1Hf, No :1402 KNOW ALL BY THESE PRESENTS: lhal SAFECO INSURANCE COMPANY OF AME RICA and GENERAL INSURANCE COMPANY OF AMERICA, oaeh it Wwililocilon crnlm(litlon, duos ond, horaby appolnl ••""0.*..*• ....# •'••I()I[I!, n 1 ANIAVI IW.KRIS l III N`,'LH.' IIAItI I.h I I ItAllUF Ill.V It,v'{:I:It lcllrr,nnl u;.Ah"unnl•"'.•«•"....16 «e... its true and lawful nflomoy(!;)-In-tacit. with full ilullionly In oxnculn on it,; behalf f1dollty nod surely bunch• or undurlakincls and olhnt dnclnnants of it !tlmlltrf charactur Issued u;tho("ounao of ds imtonlsa and 1t)bind Zhu tus;pucllvo.con;pany lhulohy IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA luny onc:h oxoculrut find attested those pro.rsunL; thr, It'll) day of Iual :fiat CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Lxlracl from lilt)By-I aws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Sochon 13.-FILIL:LI I Y AND SURE 1), not4 ; the Prosldonl, fitly Vice Prosrdent,the Socrolary.and any Assn;lanl Vwo hrusldont appointed for that purpose by the officer in chfirgo of surely opemltons, ';hall each have ;tilhnnly to appoull Individual!, ,IL attornoys-urhu.l ur under othor applopnalo lulus with aulhorlly to oxaculu on h0hilll of the cornprnny frdolily and surety bonds will r.Ihor docunranl:, of similar characlur r;sued by tho company In the ct]ufso of Its business.. On any Insuumurrt making Of ovldulwind such,Ippointment, the! !w1not(aw,nlay hf!affixed by facsimile On fitly n ,311mmont confurrurg such oulhorfly or on any bond or undurtaklnq of ltro company, Ihu. -oral. or a fac•;nndo Ihuruof, nrav ho unprurss•fd a, nlflxti d or 1r an other nrn;vu:r reproduced: providod, owavor,Thal file Sual shall nut be nucos�uuy to Ihr:valfdrty of any inch ne;lrumnnl oi miowlaking" E=xtract Iron)it Rasolutlon of Ihu Iloilo!of Ulrnclun;of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA odoplod.)lily 28, 14170 On any curtlflcato uxocutod by the Sucrotcuy of im wi,ostont secnlLrry of!ho Compnoy solfing out, (f) Thu provisions of Article V,Suction I'r of the ny-Laws,fill(] (i1) A copy of the puwor-of allomoy up{ulutUnent nxerutod pursuant 11wf to..urd (lit) C""flymg that said power ',,if nn,v appulnununl r;uI lu4 lure•and..fine, tho signature:of lilt]codifying offlcur nary ht)by Nw.;undr•, and Ihu!;u,Il of lhn Gongriny hlay ho,I Incslnulc Illwool" 1, Christine Mund, Secretary of SAFECO INSURANCC COMPANY OF AMERICA:end of GENERAL INSURANCE_ COMPANY OF AMERICA,do horciby certify that the forogai nl oxtrncts of tho by-Lawn;and of it(ln:,olutuin of Ihr:nu;ud lit Uoucloc;of!hnsu corpoiahow, and of if F'nwn;sit Allomoy r,suud pursuant thereto, aro Irua nrld correct,and that both lilt-Ety-1 awl,.tilt,lie•,uhihun;uul lhu floulf Ill Allonley ace stiN Ill toll Imut)and oflod IN WITNESS WHEREOF,I have hnroonlo sal Illy h.uid;nil affixod Ih,'facsund,!•,nal of 5.61(1 cnrpooltion this (lily of ?' CORPORATE SEAL SEAL, a C y x .. i s 1953 1g23 �teOr WAS M �d�epfW85ti CHRISTINE(MEAD,SCCRETARY S-0914/SNEF 2/01 A n)p.lowtl •,r1rr^.ur.t)1 ofd i C.I,)t:u'nwahon 0(;1;61VW):i PDF 1 r IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond custorner of one: of the SAFECO insurance COMpanies (SAFECO Insurance: Con'rpany of America, General Insurance Company of America. f=irst National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2001' extends to"surety insurance". ?his means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Art. Under this formula, the United Slates government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductihle to be pair) by the insurance company providing the bond. The Act also establishes a $100 billion cap for they total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. rThis notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. r r r r r r r r ' 5•624010EEF 2/03 rsp ' S A F ECO IMPORTANT" SURETY BOND INFORMATION MISSOURI - .......... ------ Your SAFECO agent t� a proiessional Inderienden, Insurance 4.gen' If vo(; have spe'.1fic, aluestion'r, auout your Surely Bono. YOU M,10' DlR,:--CT TH;E[V; TO )',',)UF,, AGE-ENT MISSOURI SPECIFIC QUESTIONS 11 you have been unable to contac,, or or)tair, iniorrniatiort from YOW anent you may contact cjAFE',-,•O. at the following address and telephone number ln5L1rjn,-(-.. Company of America General Insurance Company of Arneri,-@ Firs', National Insurance Company of Amenca SUrety Offi:;e 4 St Lours, f A 0 6"')16 Telephone (3)14l 90-.-rj400 S•36551SAU 2196 11ciriefriarl,of SArFOrd Carrivrol,01, )ATE ACORD. INSURANCE BINDER 01r/2_ .2.._/_.0. 4 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJEC T TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORK PRODUCER Pilot, -G:{4• 212.2 COMIIANV GanetraA casualty Instiratiao rFrrCTIVr.1 tXPIRAnoN ter-Dent & Company DATC TWU DATt, T-IME Box 1046 X ANI X 1 1,1 n1 AM ferson City MO 65102-3046 1.2 : 03 I'M 0.1/22/05 14010N- harles E. Trabun I I 1 10 11 It AII(II/1 NAMI H(;W.ITIANY T'11�511111 J'�Iyl) I()I X;I N1)!:()Vf I?A(,l COW 0240321 ilull cour IN i 01 0 -AGINP W CUSTOMER ID: DONSC-1 DESCHIPTION Or'OPERA11ONSVEHICLUS/PROPERTY jnchodtil Lucathm) INSURED City of Jeffornon Owner' s Contractors Protocf.:Lve Liabila-ty Po .La.cy-. Project: McC�..irty SLraot & Bolivar Str Dept of Community Dovol oet Intersection and Dj.x Road F. induotrilil. 320 E McCarty Stroat Drive intersection Jefferson CAty MO 65103 COVERAGES _ __ _ _ LIMITS TYPE Or'INSURANCE 71(1_vI,I I Tel r 4ms r PROPERTY CAUSE S 01 1()!;,; HASIC (IROAD !W,I,r GENERAL ILIT'Y I A(J I NCI s2000000 CW111GIAI F 1111 DAMArj 1 14 GI IIAI 111111111Y 0 h,, GLAI MAUI ! I j M!; NIT 111 XPIA,,j imo I..........I X P1 W1,0NAI r,AT IV INJI 14 Y GLI,if PAT ff',0141 G/k I 1 12000000 • 141 1.10)0A I I I lit ft Alhl:i IvVMPl AUTOMOBILE LIABILITY ANY AIJ TO 11mlit y mjlft y(III, INSCRMNC 1101)k Y INJIMY III- I, I ALI.OWNI:D AO 105 R[Aht�v.,JF.-r) m 9 GI IFOULUO AU 105 f 1114014 1,1 V I JAMAh: 1IRVI)AW TO.; Y: Nit 1)1.,:Al PAWAI fjl I NON-OWNI 1)AIJt0.1i III W;()NAI INJUNN 11WIT [ININS014 AUTO PHYSICAL DAMAGE OLUUC14111 AH VI I(If(I oil II"I I n"A ftv'.lf (,A',IIVAIIIf C.01A ISION I A I I I 4A WN I �O1fiLHIIIANC01 I I lit 14 GARAGE LIABILITY MIC(MI Y I r.AtA 1111 N1 ANY A0 H) U111i It IHMI At III(INIV t-A I AI L II)j N 1 A(;'1111(.1111 S EXCESS unaalry --------- 1 0 11 A I ORM Ai;(dPfc;i0! 1,11 R IIIAN(IN111161!A I OPM IN IfWhAll I(W (JAill INS111411 0 lif [1 11 IVIN Wt:`.,I At I J!OW,1 14111 WORKER'S COMPCHOATION I I A,A! N I 1 1 AND EMPLOYER'S LIABILITY I n i Don —_____.1_.___.____.___,.. . .,.. SC I I I I _0("10-L­F-3 I--;x-e-. v-i-i"t I-r C-t I' 1 4 1'4 11 1 11 o ,ri.I(-I SPECIAL LIONS1 it, OTHER IA�I COVERAGES I!,1110AI;1) 101AI PHI tAIIIIA NAME Bt ADDRESS M,jk 1:,A(,f I AW)t I iollk 114I.A'fit I I 1 1,1,YI I I �u I Homiib _ _ ____ ACORD 75-S(1/98) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE j ACORD CORPORATION 1993 CONDITIONS This Company binds the kind(a)of insurnnce sUpulatod on Ilia reverse sido.The Insurance is subject to the terms,conditions and limitations of.the policy(ion)in current use by life Company This binder may be cancelled by ilia Insured by sunendor of this binder or by written notice to the Company stating when cancellation will he effective. 'I"his bfnUor may be cancelled by Ilia Company by notice to the Insured in accordance with the policy conditfonf: This binder is cancelled when replaced by a policy. If this binder is not:eplaced by a policy, the Company is ontitind to charge a premium for the bmdef according to the Rules and Hates in use by the Company Applicable in California When this form is used to provide insuranco in the arnuunt of one mullion dollars(51,000,000)or more,the title of the form is changed from"Insurance Binder"to"Cover Note". Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of Insurance a written hindor issued by an authorized insurer or its agent if the binder Includes or is accompanied by: the name and address of the borrower;the name and address of the lender as lass payee;a description of the Insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notire of the cancel- lation at least ten(10)days prior to the:cancellation;except in ilia case of a renewal of a.policy subsequent to the closing of the loan,a paid receipt of the full amount of the applicable premturh,and the amount of insurance coverage. Chapter 21 'fitie 25 Paragraph 2119 Applicable In Florida Except for Auto Insurance coverage,no notice of c,ancellahon or nonronewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance,the insurer must give 5(Jays prior notice,unless the binder is replaced by a policy or anothef binder in the same company Applicable in Nevada Any person who refuses to accept a bender which prowdos coverage of less than$1,000,000.00 when proof is e required:(A)Shall be fined not more than $500 00,and(t3)is liable to the party pfesenting the binder as proof of Insurance for actual darrnages sustained therefrom e r ACORD 76•S(1198) r ,ACORDI. CERTIFICATE OF LIABILITY INSURANCE OP ID cI DATT:,MhVBD/YYYY) DONSC-] (11/72/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF"INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Winter-Dent Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR �«r P.O k lox 1 Q4 6. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. fferson City MO 65102-10.16 ne: 573-634-2122 Fax:573-636-7500 INSURERSAFFORDING COVERAGE NAICN ill General General Casualty Insurance 24414 � IN'illRlRl� fill] :n)( 11,I111grt: 510001 Dan Schnledorn Excraveit_,,nq Company, Inc., INSU1tr IJ c 1307 Fairgrounds Road IWAINrRn Jefferson C:Lty MO 65109 I IN--;�1110 If I COVERAGES 111E P011,11:S OP INSIMANCI I Mill`R Ili 1 OW hAVI III 1 rJ 17111 ) I I1 1111 I'J';tll(t I1 N1MI!1)AIIOV! I ON 1111 11!71 It'Y 1'1 Will)INOICAII It N1 W1111-,1n111)INI,�' ANY f4 1:0UINFMFNT 10M014CON01IMN()I ANY CONINAC10;,,Ofil lIII)O(HIM 141VVIIIII(I!!;I'[CI I()V411CHIll.!;1',lP Ill Ir,AI) MAY HI V;!,011)UN MAY PEIt1A1N THE INSURANCT AFI(8(DI O Ill'1111 1101 ICI! 1;DI:&RIlll 0lq HVIN V;'d lli l)(A In Al l 1111 11 I+l]1' 1 XC.( ilOW;AND I:ONNII'OW;01 SU(;rl POLICILS AGGREOATF I INNS SHOWN MAY IIAVI Ill 1 N fit I IlWi N HY I'nln(.I AIM!. INSR WOD'U" "' POLICY rFFECTIVr POLICY EXPIRATION LTR INSR -_-TYPI OF INSUPANCE POLICV Nl1MlIFlt DATE("!RtLfYY� DATE.(MMIDI)T __.. LIMITS _____r GENERAL LIABILITY _._ ......_ r A(:,!(IC(AIPM NIA YTS 1000000 M I)AFAMA ItI Ill III 11) A X ICOIANIFIR.IA1 GI fit RAI IIATIIIIIY CC:1:07.�75ft:11 10/1.0/03 : 10/1.0/09 Pr IMlsl..(I,1.,1' '1't.t1•, R 100000 CIAIMSMAOI X rt;:11111 nil 1)1.01(/aiyww1, s,m) 15000 I'I W;0NA1 AI)V IN II INY ! 1 1000000 X IBlankat Add1 Tnsd . (A NI('At AI. 111[61,11 ; 1 2000000 aPNL AGGRTUATI LIMIT AP'I'A!;PI 11 PNUDII:.Ic. +.OMI 01'nr,t, : 2000000 i POI IC.Y IX r1'IIJrt'I I(71 AUTOMOBILE LIABILITY F 1 Q Q!7 Q O Q . t.r)MNRJ!I':;INtI!t t Iglll I A X ANY AUTO CBA0255(?31 10/10/03 10/10/04 I.I:I, ,.,,,r,I, I At I.OWNI D n(/10;; _I k(7DII Y IN.V)PY X IIIIILDAI11hS � � fit 1 1 7 1 1 1 I N A 11tY X NON OWNI!O AUIO!. '1"') 0• T I'I+t)19 Ir I V GARAGE LIABILITY AtIIC Wit Y I An(Cll�t NI- 1 ` ' I lANY ALJ10 u0q I+ I1lnN I A Art; I. EXCESSI(IMBRL'LU1 LIABILITY nrll u1 I IItkI N''l : 13000000 A (X acr.ul+ ; rann)srar.111 CCU021,iGfla] LC)/10/03 10!10;Or1 Ar,r,IJII,AII ' 13000000 � 1 I ul Du(;1 n+l 1. I 1 X j fit:ILN11nr1 110000 1 WORKERS COMPE'NSATIONANO ,M T1) rIll EMPLOYERS'LIABILITY E3 I 09WC:083H 10/10/03 11/31 /09 I I ) n+ ru,IN x ].000000 ANYPROPRII:IOPIPAPINrWlXfCtlIItIl 011 ICEH/Ml Mill It LXCI()DI In OI:,I!1•I I;,16AI11(7VI I: : 1000000 II y;!q 11trank,un,bv I SPIX.At,r'ROVI:;IONSb't,ra DI'd A',i htllt:•(I1fAll 11000000 OTHL'R A I+eased or Rented CCI02558:31 10/]0/0::1 ](/10/011 1)r_tr ! tom 300000 equipment DESCRIPTION OF OPERATIONS 11(ICA 110115 I VT.w6i* i I EXCLl15t0NS ADOLU Project: McCarty St:root T Bolivar St.:r-iroo. Ui x wwid ,ind Industrial Drive CERTIFICATE 140LDER -�� -�_ _- CANCELLAI ION 1iHOULD ANY 01 I IIE ABOVE nL SCI(IIIED POLICIES HE CANCFLLFD BEFORE THE EXPIRATION DA IT IIIEFIFOF, T11F,,i5%0INQ INSURER WILL ENDEAVOR.70 MAII. 10 DAYS WIll "TEN City of Jefferson N01ICf:10 THE CEI(Ill ICA IF.IIOI.OIa(NAMI'D 10 IHL LEFT,IIUT FAILURE'10 OO 00 DIIALL Department of Community IMPOSE NO OIILIGA ZION OR LIAFIlLiTY OF ANY KIND UPON THE INSURFR,ITS AGFNTb OR Development- 320 East McCarty Rr.PHESENTABVES. Jefferson City MO 65101 AUTr lIZE: irPRF: J Nrn11VE ' ACORD 26(2001108) )A CORD CORPORATION 1988 EMIA R The following Articles GI-1-1 through GP-49 are "General Provisions of the Contract", modified as scat forth in the Special Provisions, GP-1 99h(�.P4Q-UMF.1ff$. It Is expressly understood and agreed that the Co, tract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Pr(visions, Hid, 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 c pening bids for the work, all of which are hereto attached, and other drawings, specifications, and ern lineering data which may he furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the E=ngineer 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. /,,It of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is celled 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 recognizod standards. The Contract shall be executed in the State and County where the Owner Is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted. the Perforrmance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto, These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the ,Jefferson City Dire-ctor of Community Development One (1) with the Contractor GP-2 QFFII�LTLO_NS Wherever any work or expression dohnod 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: I* "Contract"or"Contract Documents"shmil inrlurle all of the documents enumerated in the previous article. 2. "Owner", "City", or words "Marty of the f=irst Part", shali rilean the party entering into contract to secure performance of the work covorod by this Contract and his or its duly authorized officers or agents. Generally this will be thu "City of Jefferson 3. "Contractor"or the words "Party of thci Second Pert,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 niman and refer to a corporalion, partnership, or individual having a direct ' contract with the Contractor, for perfonmmq work at true job site. 5. "Engineer" shall mean thO authorized representative of the Director of Community Development, (i.e., the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thoreto, shall rnr,an the date upon which the successful bidder's proposal is accepted by lho City. 8. "Day" or"days", unloss horoin otherwise expressly defined, shall rnean a calendar day or days of twenty-four hours oach. 6. "The work" shall rneaan the wort; to be done arid the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans" or "drawings" shall rnean 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 arid when approved by the Engineer, arid all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11 Whenever in these contract documents the words "as directed", "as required", "as permitted", ",as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly", "satiofactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, Suitable, acceptable, proper or satisfactory to the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed" or any expression of the like import, such expression means the: mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" she►II mean the late,,t edition of the "Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published before the dale of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representatives) under separate: agreorrient with the City of Jefferson that prepared the plans, specifications, and othor such documents for the work covered by this contract. GP-3 IH�CQNIRACPQR It is understood and agreed that the Contractor, has by careful examnnation satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needod preliminary to and during the prosecution of the work, the general local conditions, and all other matiors which can in any way affect the work under this Contract. No verbal agreement or convorsation with any officer, agent or employee of the City,either before or after the execution of this contract, %hrall;affect or rnodify any of lho terms or obligations herein contained. The relation of the Contractor to the City stall be- that of in indeponderil contractor Ile GP-4 THE ENCN $ IThe Engineer shall be the City's representative during the construction period and he shall observe:the work 1 in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety, The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-5 BQRQ Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond In the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee; (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any 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 payrnent to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the perfurrnance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuanre 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 clue the Contractor withheld,and the contract completed as hereinafter provided. GP-6 IN-$1JRANU GP-6.1 -QENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards erunnerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. 1 The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changers. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance, company authorized to do business in the State of Missouri. GP-6.2 LR.Y_UA MLLT)L&-RRQP_E,'3T -P.AMA-QE-LlA.Q11l SURANSU (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, of not less than $2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of riot less than$2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year, GP-6.3 ..QNTRACTQRIS PRQTEMVE_DML-Llhl_JMRY.4 !�LTY_+ PJ34TE_QTIy MpERT.Y. P1AMA-GF-GE -YlNWRANCE. LGQ 131I1'�9P i�T14�M 4F� Q1LTl3OQLS f3 ) (1) Contractors contingent policy providing limits of cat least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing linilts of at least $2,000,000 per occurrence and $2,000,000 aggregate, GP-6,4 Q.QN-TR-A-QT-U.&LllAA-5J ..TY Property Damage coverage with$2,000,000 aggregate limit. GP-6.5 QWNER'S PRQ .T1YE L A13MU-AGE.QT TY Q AG1 1��t)JRA.N..rf> The Contractor shall purchase: and maintain Owner's Protective; Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect troth against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract, The minlrnum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCI= 51QN$. 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 Toohnical Specifications fart I for possible:deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the groan id, such as wires, conduits, pipes, rnains, sewers, etc,, caused by the Conlractor'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 ether buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOn+host E J3Q.?iLY_[Nj-U-?-Y_,LlAOIUTX,.&-AUIO.MQ13JLE RRQP-9RTY-Q.A1 QT, -UABMY MURAN-GE 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 parson and $2,000,000 per occurrence, and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of aeatomobilcas and trucks on and off the site of the project, 1 GP-6.8 EMP-019R151 lA UTY-A-RUIN_ RIME ATIQN. 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 discraso coverage with statutory limits, and Employer's Liability with za limit of $300,000 per person. The "Ail State" endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute,the Contraclor shall provide and cause such contractor to provide adequate employer's liability covorago as will protect hire against any claims resulting from injuries to and death of workmen ongaged in work under this contract. r GP-6.9 I�L,�7AUATION MATTRAM (N This insurance shall insure and protect the Contractor and the City from all insurable risks of physictal loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurances, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the"All Risks"typo,with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance, The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's frisk Insurance. Installation Floater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and tale 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 r,-Q1 AQ-MR's BIBPQNMUTY_-FDR-Q-T .ER MMU For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or darnage from any cause whatsoever to r: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 thnir 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 provide:)d) to the structure on which the work of this contract and any modifications, alterations, enlargernents 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 GQ! L�9�?QR' _R� Pot� l .11"1T)(Q�dAML�SzC �.411M11�A_rlNIFYIjY�_ .17Y 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, ornission, or neglect of the Contraulor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be;done or performed, or for this injury, death or damage caused by the negligence or alleged negligence of then Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on tho lawful dermands of subcontractors, workmen, material ' men, or, supplier's of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 NQLRQAB-QN 1N_. ENT Qf—UA -1LR._1L.4�_p_AMA-Q—E 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 A �lQMMF..dLQf--QQ 41BA.C.I 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-6 BYJIMfTBASLT5,,E NQ.IP.Ai-MAIERIA.4$ L)FMENT 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 directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract [Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person In any mariner whatsoever. GP-9 QTHER-Q-QNJMM. The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor, the Contractor shall inspect and promptly report to Ine 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, GI'-10 L9-QAl FEEST R-Q�,-R9R.Mff-a..ANQ-R U11LATIOM The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and ;hall give due rand adequate notice to those; in contrni of all propertio, which (Tiny W., (affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall he provided by the City unless otherwise specified, The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on this conduct of the work as drawn or specified. GP-11 SS2Y8L,TL " lA2AJF.NT5 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 tinge for such and shall be liable for any damages or claims for patent infringements, and the Contractor shall at his own expertise, 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 5QPFAN[?.KUHTQURUJEI-C&T14_N_5_.AND P_LAS GP-12.1 QENERAL. These Specifications and Project Flans 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 flans 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 EI �A�11 €M_SJ� TQ�QYR►� 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 C.QN?f3! T_4R JO CtitRc;K..2_LAR5—AN QL �;H l L& 5 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 riot 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 Flans and Specifications as to any detail or the apparent omission from thorn of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANQARD S.P—UJE.QATD-Mi ' 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 CQAOf3 CJJQN_.MEUgLNZAU_N-EAT-ERQ.49c-T -The City may appoint or employ such "Construction Representative" as the City may deom 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 dirr;ction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold cluty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies In the work. 'The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed,when the same are consistent with the obligations of this contract and the specifications therefor, provided,however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly;authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides,to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided,and work not so constructed shall be removed and made good by the Contractor at his own expense, and free of all expense to the City,whenever so ordered by the Engineer,without reference to any previous oversight In observation of work. any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, evon thoctgh the same may have boon previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed Irom the vicinity of thci 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 he uncovered by the Contractor, If such work bo done in accordanco, 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 r'h,011 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 ;hall pay such cost. The Contractor shall furnish samples of lesting purposes of any material required by the Engineer,and shall furnish any information rOquirod concerning tilt' nature or source W any material which he proposes to use. OGP-14 VERT1S6.t>-AND-.HQ1;UZ MAL-9QNTRQL The Department of Community Development will establish on-site bench mark(s) for vertical elevation control, and horizontal control points deemed necessary for the contractor to lay out work correctly, The ® Contractor shall maintain these bench marks, control points and use them to lay out the work he is to perform under this contract, r The Contractor shall carefully preserve; bench marks and control points. If such bench marks and control points become damaged, lost.displaced, or removed by the Contractor, they shall be reset a! his expense and deducted from the payment for the work. Any work done without being properly located and established by bench marks and control points or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 �4NIIRR�L4i_�& P�Nl�J9..ITY f=�R�l1l�l��. 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 gall 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 yyAIF.Q All water required for and in connection with the work to her performed staall bG provided by the Contractor at his sole cost and expense, GP-17 PD MR rAll power for lighting, operation of the Contractor's pliant or equipment or far airy other use by the Contractor, shall be provider) by the Contractor at his sole cost and expense. GP-19 SUPER1NTUWENCE AND vwQRKMAR5ft P The Contractor shall keep on his work, during Its progress, a competent superintendent aril 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 workrntin, 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 therm. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It Is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 lkiALN-JFNAXQ QF TKAf_`fJ Whenever any street is closed, the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing, When a portion of the project is closed to through traffic, the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable, The, route of all detours shall be approved by the Director of Community Development. All detour signing shall conform to the latest edition of the "Manual on Uniform Traffic Control Devices". Throughout the project, whorevor homes are served directly frorn a street or portion of a street which is to be reconstrucied 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 i-,iGWTS All streets, roads, highways, and other public thoroughfares which,:area 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 Wool on each side of the blocked suction. All open trenches and other excavations shall be provided with Suitable barriers, signs, and lights to the extant that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning sins 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 streots 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 they construction and no direct paymenl will be made for it. GP-21 EXISTING UNPER.ORQY-WjMUA�LAM-Q -$ANP T'RV(�-T-uR_�F-$ 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 l� not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe:lines or other underground structures or obstructions not shown by the plans,or found in locations different than those indicated, sh=all not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners, and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities,other than sanitary sewers and water mains, whirli, 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 any' paid for at the prices bid Only sewer;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 FROM- T12N!QE. "t4-►?P-R-4-''ERTY The Contractor shall be accountable for any damages resulting from his operations, He shall be fully responsible for the protection of all persons including rnembers of public, employees elf the City and employees of other contractors or subcontractors and all public and private property including structures, 1 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 prose:culion of the work. The Contractor shall furnish and maintarn all necessary safety equipment such as barriers, sipnr, warning lights and guards as required to provide adequate protection or parsons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such proporty 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 properly or utilities. In an emergency affecting the safety of life or of the work or of ;.adjoining properly, the Contractor, without special instruction or V;uthorization, is hereby permitted to act at tats discrotion to prevent such threratenVd loss or injury, and he shall so act. Any ronapensation, clainic!d by the Contractor on account of e,naergency e work, shall be determined by agreement or, arbitration. The Contractor agrees to hold the City harmless from any and all toss 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 9.U.Af3AN E-QF_M-AT-ERlA_4S ANL)-RQ-RKMAN-$HI' The Contractor hereby guarantees the work in connection with this contract anrainst faulty materials;or pour workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NQ-W&VERLQF Rj-QIJT.$ ! 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 ornployees, 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 geld to be a waiver of any other, or subsequent breach. ® GP-25 F_QQMP-LgIE.P-P-Q- 4T_I.QX,5 �E 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 they work for this purpose; but such use rand 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 undor this Contract is finally accepted and for the guarantee period thereafter. GP-26 AD-P-ffLQNAL�-QMLTT:gD_,.4_R_SI-LAN-93�ap Y'14R.r 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 surn to be adjusted accordingly. All such work shall be executed to the same standards at 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 duiy executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state: the location, character, amount, and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the 711Trount of work to be done, arid the added work or any part thereof is of a type and character which cars be properly and fairly classified under one or moria unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provides; in this Article. GP-26 If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticioated profits on work affected by such decrease.. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determinp on tan eqi a!t;able basic; tho amount of: 1. Credit due the Owner for Contract work not clone as a result of an authorized change. 2, Allowance to the Contractor for any actual loss incurred In connection with the purchase, delivery and subsequent disposal of materials or equipmont required for use on the work planned and which could riot 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 docurnonts. Statements for extra work shall be rondered 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 Engine or and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract will,any parr;,,,,or firm other than the, Contractor for any or all extra work. The Contractor's attention is especially called to the; fact that fie shall be onttled to no claim for damages or antiripated profits on any portion of the work that may be omitted. E�tr�l..Y4C�rJz� (a) The tome "Extra Work" shall be understood to mean and ►ncludo ;:all work that may be required to accomplish any change or alteration in or addition to lhca work shown by thca flans or reasonably implied by the Specifications and nil covered by the Contract proposal!terms rand which is not othorwise provided under this Article GP-26. (b) The Contractor shall perform rill extra work under the direction of the Enginoer when authorized by the Owner. The compensation to be paid the Contrartor for performing extra work shall be dotermtned by one or more of the following methods: 1. Method A: By agreed unit pricy; 2. Method B: By agreed !uralp sum 3. Method C: If neither Method A or B car) be agreed upon before the woi 1, is started, then the work shall be by force account as per Soction 109, Measure-mont and Paymont, of the Missouri Standard Specification for Highway Construction, Tas published by the Misso,.ari Staten Highway and Transportation Commission, GP-27 0 15? F W-Q K 1 The Owncir may at any time suspend the work, or arly fart lhcareof by diving Ion (10) days notice to the Contractor in writing. The work shall be ro �unaeo by the Contractor within ten (10)drays after the date fixed I,, the written notice from the Owner to the Gonlractor tea do so. But If the work, or any part thereof, shall be stopped by thu notice;in writing;aforesaid, and if the Owner does- not give notice=in writing to the Contractor to rosumu within o reasonable peeved of time, then the Contractor may abandon that portion of the work sa SUSponcled and he will bo entitled to the estimates and payments for all work done on the portions abandoned, if zany. If the Contractor should neglect to prosoculc; the work properly or fail to porforni any provision of thrs contract,the Owner, after ten(10)days written notice to the Contractor. may,without prejudice;to any other remedy fie may have,make good such defiC.iencieas and miay deduct the cost thereof from the;payment then or thereafter due the Contractor. GP-29 43D(.NE,f 5 RIG. LJ.Q_NRKJNA_IU4.G IR&Cs If the Contractor should be adjudged ra 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 diving 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 pad; the difference to the Owner. GP-30 ,,,t N_T RA_TQF,'5.M_QHtlQ..._�TS?L'�L►QR?4�►3 ?:�$�ll��T�oNTL�1C_I If the work should be stopped under an order of any Court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payn lent for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages, GP-31 LQ E5_E'.R_QM_.NA1V$AL _QA_U.K5 All loss or damage arising out of the nature of the work to be done, of from the acticna of the elenents, or from floods or overflows, or from ground water, or front any unusual obstruction of difficulty, or arty other natural or existing circumstances either known or unforeseen,which may be encountered in the prosecution of the said work, shall be sustained and borno by the Contractor at his own cost and expense,. GP-32 5L CIUAY,._H41,1P.AY_ `L11:.?NLQ LY .QRK No work shall be done between the hours of 6:00 Imn and 7:00 a.ni , nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in crass of ernergencies 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 arty tin'le by the City If the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of We work at night. GP 33 EAyQB8@J.ELCQK6I$. T12N _OP1T_QN,9 During unfavorable weather, wet ground, or other suitable constrerction conditions, tine Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are talon by the Contractor to perform the work in a proper and satisfactory manner. ' GP-34 MAIERIB �ANP_E_QWP_M.FNS Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent Installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case, GP-35 QC-,EF.X$J S?EMff5 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. ornission, 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 tho 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 art(] save harmless the City and their officers and agents, of and from all losses, damages, costs, expe:nscas, judr)r7tents, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 _QHAN_QE_QRP_E$ 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 unforoseon conditions or events discovered or occurring during the progress of Sire 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(G)hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours, the day will riot be counted as a working day, No working days will be counted from December'1,5 to March 15, both dates inclusive. Saturdays,Sundays, and City holidays will riot be counted as working days any time during the year. A GP-38 CONZ A� CT TIMF_fMaN!IQN �1 The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasoris in writing, furnisn proof to establish his claim and state the approximate number of days lie estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time tho cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for trio delay has ceased to exist. GP-39 UQUIPAIED AMAGES Time is an essential element of the contract,:and it is therefore important that the work he 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 scat out in the proposal is hereby agreed upon, riot as a ponalty but as liquidated damages for loss to the City e 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 continua 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 pert of the City or any of its rights under the contract. GP-40 AVBEM T ANA PAYME,N_T. (a) BASIS M .-MMENI 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 Hid or for such extra work as may be authorized and approved by they Engineer. The cost of incidental work not listed In the schedule of the Hid but necessary for the completion of the project shall be Included In bid items. (b) Al.QU_CTLQA$EQB JN_C.Q RFC EQ ._RX. If the Engineer deems it expedient not to correct work that has been damaged or that was riot done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore.. (c) �P SUM ITEM. Payment for each lump sum item shall be at the lump sum bid for the item. completo 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) PABTlAI,_PAYMM Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found gonerally acceptable under the contract by the I-Engineor or inspector. A retainer equal to 10%)of the amount of work completed to date shall be withheld. (e) ACCEPTANCE: AN0-FINALRAYME-? Upon receipt of written notice that thee work is ready for final inspection and acceptance, the Engineer will promptly make such Inspection, and when lira finds the work acceptable under the Contract and the Contract fully performed he will promptly issues final certificate,over his own signature,slating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30) days rafter the (late of said final certificate. (f) AFFIDAVIT OF QMP-LIAIIG—E Monies due to the Contractor will not be delivered to the Contractor without presentalion 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 SPLE,.AaF�QE_4IAQjWjY -rhe acceptance by the Contractor of the last ptayrraont Shrill operaate sas and shall be a release to the Owner and every officer and agent theroof, from all cleuuns and livability 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. GP-42 �T1FLQATI.QN-$ r 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, GP43 l_QCALEf�F.ERFRS In making purchases or in letting contracts for the performance of any job or service, the purchasin g 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 PREFEREN-QELQJR-U,5."U-EAC L.. l l�rz44Q� On purchases in excess of$5,000, the City shall select products manufactured, assembled or produced In the United States, if quantity, quality, and price are equal. Every contract for public works construction or maintenance in excess of $5,000 shall contain a provision requesting the contractor to use American products In the performance of the contract. GP45 AW A C1 OF CONTRACT�UE-C-T QN-0-EB!p$ All bidders are required to submitwith 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 ?nterest. GP-46 AFFIpAYL F GQMI?L1AN ITN_PS I���'Q_QL.LA�S w Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290. RSMo (1994 as amended), an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 M1*5-QU3L1xADDR-EAB.EQU1W- -- A_".- T Whenever there is a period of exeessNO Unemployment in Missouri, which is defined as any month immediately following two consecutive calondar months during which the level of unemployment in the State has exceeded five percent (51%) cis rnoasured by the U,S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures,only Missouri laborers or laborers from non-ro strictive 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 certifiod 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. GP48 LIABILIIY F COM ANL) M15$QURI 1,,�(�,�.@Ef1UIREMEWT In the event a contractor or subcontractor hereunder flies with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully compiled with the provisions and requirements of Section 290,290, RSMo(1994 as amended),when in fact the contractor or subcontractor has not complied,to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and Indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there Is a period of excessive unemployment In Missouri, agrees to hold harmless and Indemnify the City of Jefferson, Missouri,for any liability that may be assessed against It or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF_GENERAL PROYISIONS o- FORWARD: The provisions of this section take precedence over any other provisions in these specifications. 5?--A TECHh1ICAk SF? �lFIC1�T1411.5-ARP P-MA1L5. The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction excerpt as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included In the contract documents. All construction details included with the plans and attached hereto shall be usod in constructing this project, PRE S- QNS-T.8 15.x-TJ-QtLQQ-NEk.0 MME Prior to starting work, a pre-construction conference will be hold 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 Ills ® Subcontractors, and the Utilities, as well as representatives of any other affected agencies �1 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. Only one project in this phase shall be under construction at a time; unless prior approval is obtained from the Director of Public Works, Construction on that project shall be essentially complete before the next project is started. 5-E=4 ACSES.14ADJACENT P P�BTIES Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Motive shall he of sufficient length to allow the persons affected to remove vehicles and other iterns that may ire inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. � .�IILlII� The Contractor shall expose all utility crossings to establish location and depths prior to construction. 4'84L BAS ' Payment for 4" Rolled Stone: Base shall be made by square yard measured from back of curb to back of curb, plus one(1)foot. Any additional thickness necessary under the curb and gutter section, that might be needed if the curb and gutter section is placed separately, e r shall be subsidiary to this Item. No additional payment will be made. T- X�sriNG�lS�I�3L.JtiSdIJIPMENI All existing signal equipment shall be salvaged to the City of Jefferson, Street Department 911 E; Miller St, Coordinate this work with the Construction Inspector. $L'-$ ti�AFFlf1 SIGNALAMADJNDI M. All "Red", "Yellow", "Yellow Arrow", "Green" and "Green Arrow" signal indicators on all traffic signals shall be Light Emitting Diode (LED)conforming to the Wisourl Department of Transportation signal indication specifications. IRAFFIG SIG.,NALI ■ Omit from the City of Jefferson Technical Specifications section TS-18 Traffic Signals. All traffic signal work shall conform with the Missouri Department of Transportation Specifications Section 902 Traffic Signals, END IAL GONDIT.(M �I r- r- a Of'-way and c„ ticnults, leaving lb thrl 11 cc Cron r►!I excess 1 l la u silt, drift, brush, or debtis of any kind prior to final acceptance, The Contractor ~hull clean up rill dirt from raved surfaces, not allowing,; same to pack on the roadway or create a traffic nuisance, No direct payment will be made for work within the score of'this Article. I'S-2fi IRA JS15 L1 ,-;a 12J`_ [QL N�Lb...Ui1.:1:;:1.:-S,L:iXS.: A11 existing traffic signs, stop signs and street signs in tllc way ol'the work shrill tie carefully removed by the Contractor in accordance wilh the requirements of MUTCID. The required function of stop signs Shall be preserved by the contractor whenever a street is open to traffic. All signs shall be re-installed following the construction. No separate payment will he made for this work. 'FS-29 1 QWN,51(—)L:I_I13AM: TS-29.1 This work shall include connecting;existing.,downspout drains through and into the proposed curh,curh and gutter,or storm Sewer facility. The location of some downspout drains may be shown oil the plans, but other drains may exist that arc not shown. The contractors shall he responsible to connect all downspout drilitis regardless of whether they are shown on the plans. TS-29.2 cS2Iw=-tiul1 : 'file contractor shall exercise cares in removing existing filcilitics su as to lninimi�.c danlag;e to extsttn};drains. Cicncrally, new rnatcrial of'the same diarnewr as the existing drain shall be used. As approved by the owner, the removed pipe nlay be cleaned and re-used. TS-29.1 N t!1?ir Il.lstxt=it: All work rISSOCiatcd with ComlCCtirlg downspout d1•1611S through ior into the proposed curh, curh and gutter,or storm sewer facility shall be subsidiary to the ilem to which it is connected. No direct payment will be made. TS-10 �l_M`S1az?(A1:i1'_ I''Mi: 1 I'ller'e Tire S1111111 items ol,work Slicer lied hel'C111 or that are incidental to the other construction fin•which no hid items are given. These items and any item Ibr which no bid item is given Shall be considered subsidiary and their cost shall be included in flee hid price ofother related items of work. r -fiR- r r r 1 r CITY OF JEFFERSON r 1� TECHNICAL STREET SPECIFICATIONS r� r r� r� r r r5 REVISED OCTOBER,2000 r� i r+ ' SAL STREET SEE ICATIONS TABLE OF CONTENTS Segtion 1.0 Clearing, Grubbing and Removal 1 2.0 Earthwork 3 3.0 Cleanup 12 4.0 Pipe Sewer Construction 12 5.0 Drainage Structures 19 6.0 Concrete 26 7.0 Asphaltic Concrete 34 8.0 Portland Cement Concrete Pavement 38 9.0 Lawn Repair and Seeding 41 10.0 Reinforced Concrete Doublc Box Culverts and Retaining Walls 43 11.0 Crushed Stone Driveways 46 12.0 Rip Rap 46 13.0 Rock Excavation 47 14.0 Sanitary Sewer Adjustments 48 15.0 Underdrain 50 16.0 Pavement Marking 51 17.0 Omitted 53 13.0 Traffic Signals 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates ofComplianee 62 22.0 Schedule of Work 64 23.0 Maintenance of"Traffic and Access 65 24.0 Temporary Surflacing 66 25.,0 Dust Control 66 26.0 Property Corners and Monumentation fib 27.0 ' Cleanup 67 28.0 'Traffic Signs, Stop Signs, and Street Signs 67 j 29.0 Downspout Drains 67 �I. 30.0 Subsidiary Items 67 OCTOBEHR, 2000 '1'5-1.1 C'1�tlu.ux;..tt1�sLC21�.�lZ�lia.�; TS-1.1.1 Svc: This work shall consist of clearing, yrubhing, removing„ and disposing of vegetation within the construction limits. f"S-I .1 .2 C',,1J. 1L41 1uZt11i�S11tuS zi lll : The f'n1'ineer will establish the construction linlits and will designate all trees, shrubs, vegetation within the construction limits shrill he removed and properly disposed of'. ® Stumps and routs in cut area shill be gruhhcd (0 1 depth of not less than twelve(12) I� inches below the finished earth grade:. Grubbing of Osage or Inge or locust hedge Shall include removal ofroots. In embankment areas, undisturbed sturllps and root:; extending not more than six ((r) inches above the ground line may remain, provided they are a minimuln uf,th►'ce (3) feel below the finished earth grade ()r the slope of the embankment. 1?xccpt in areas to be excavated, stump holes shall be backillled with suitable material and compacted to the approximate density(if'the adjacent area. When burrli1lg is f)Cl'illiSSib1C Llader controlling air pollution regulations, till burning of'products of elearing and grubbing shall be done under the care of a competent watellman at such tittles and in such manner that neither vegetation oil adjacent property nor that designated to renlain tin the right-ol=way will be jeopardized. The burial of stumps and debris will not be permitted on the right-of-way. Products of clearing grubbing may be removed f corn the right-of=way and disposed ofout af'sight front the roadway provided an acceptable written agreement with the property owner on whose property the products 11-C placed is submitted by the contractor. The Contractor ~hall scull)all areas where excavation or embankment is to he made, except that IUMCLI, burned over sod need not be removed where the embankment to be constructed is 4 11;et or more in height. Scalping shall include the removal u1' material such as sod, grass, residue 01' agricultural corps, sawdust, and decayed vegetable matter Icons the surfilec of'tile ground without rclllovill}, more earth than is necessary. The products ofscalpingshall be disposed ofaway from the site ofthc work unless pertllission is granted by the EMI,,inter to allow such disposal tin the right-of'-way. All such disposal shall be at the contractor's sole cxpcnst.. 1'5-1 .1.3 Measw,Q, nQn1m(,L.Lilktll X11; No measurement will be milde ol'clea►•ing and grubbing. Payment fill. clearing and grubbing will be at the lump Supt price hid. r TS-1.2 v (� TS-1.2.1 This work shall consist of removing all drainage structures, pavements, surfacing, and hose courses ol'all tylncs, curb, curb rind Nutter, sidewalks and house walks,steps, retaining walls, Inundation walls,catch basins,manholes,drainage and sewer pipes, water and gas main pipes, other objects or structures and other existing improvements which conflict with the work and are not designated to remain in place, No listing of items to be removed will be trade. TS-1.2.2 Cwj,4L=tjL)1 _k(,aIl,d=vjjU: Old pavements, abandoned sewers or pipe lines, or other obstructions to the construction ol'the roadway or within the limits ofthe right- of way and not design.rrted or permitted to remain, shall be renmvcd or disposed of by the Contractor away from the site of the work. In removing pavement, curb, curb and gutter, gutters, sidewalk, and other similar improvements, and where a portion of 5rrch irnprovennents tire to be left in place, they shall be removed to an existingjoint or to a joint sawed to a minimum depth of one inch with a true line and vertical fine. Sufficient removal shall be made to p;-ovide r !br proper grade and connections in the new work regardless of any limits which may be indicated on the plans. All sewers, drainage pipes and floor drains which have been or are to he abandoned shall be permanently sealed at the ends with bulkheads constructed or concrete or brick masonry, having a minimum thickness of R inches. The use of'salvaged brick will be permitted Im constructing bulkheads provided the brick are clean and sound. No direct payment will he made tier blocking abandoned sewers, drainage pipes, or flour drains. Broken concrete, paving; material, bricks or rubble may be placed in roadway embankment provided they are well sprcad, completely surrounded by dirt and Ire rnot located within twelve inches of'the finished subgrade,shoulderorground surfirce. TS. 1.2.3 amurmmt: The work provided herein will not be measured liar payment,but will he considered a lump sum unit. This shall include the removal orall items, whether in view or hidden underneath the surlirce oI'thc ground, regardless ol'whether shown on the plans or encountered during; construction. "I'S-I.2.d Luy1 Qnl: The accepted removal of irnprovcnncnts will be paid Im rat the contract lunnp sum bid price. r -3- r r 'T'S-2 JL �:lWOI:15.: 10 TS-2.1 > 1 This work shall include rill labor, material,equipment and set-vices necessary to complete all earthwork as shown oil the plans and specified herein including roadway excavation, ernhankment, subgrade preparation and finish gracing. 'I'S-2.2 ERIA. i►' ?WmbyiLy: T'S-2.2.1 The term, "Roadway", as used in this Section, is defined as including roadways, roadway intersections, sidewalks, shoulders, cut and fill slopes, driveways, parking .ura;; and all other areas of earthwork except excavation and backfill for pipe trenches and structures. TS-2.2.2 Missouri I Iighwriy Specifications Section 203 shall govern all earthwork 1orroadway except that the provisions 161.measurement and payment therein shall not apply and except as modified in the form of additions, deletions rind substitutions in this Article. Where any part of'said Section of•the Missouri Highway Specification, is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to Missouri Highway Specifications Section 203.3. The first paragraph of Section 203.3.1 shall be changed to read as hollows: Compaction to at least 90 percent of*maximum density, as determined by standard Compaction 'Pest, will be required in the Billowing areas: '1'S-2.2.4 l jVL)Sd: Unsuitable excavated Material shall riot be used ill the embankments and shall not be disposed ol'on right-of-way. Disposal shall be the sole responsibility and at the sole expense ofthc contractor. Un4uitablc and excess excavated material nlrly be disposed of on private property adjacent to the right-of'-way, provided written permission oh the property owner is obtained and provided the SurfiicC is properly finished and drained. In such cases,seeding, sodding, and oil let-pay quantities shall not be increased thereby. TS-2.2.5 Djjdt (lW.tt mul,Special care shall he taken to clean out all debris and organic matter front existing roadwyy ditches to he filled. The Glitches shall be carefully backfilled in accordance with the requirements herein, using LrClleh rollers or hand-operated power compactors as may be nec(Ic(I to assure proper cortlpactiorl tltroughorlL 1 TS-2.2.6 l lit l}�t'�c1111' ��k.S ltl: hl rock CLIt areas excavation shall he carried to twelve (12) inches belmN, subgrade to a minimum distance oi'two (2) feet behind hack of* curb. 13ilckfilling of'un(icrgra(led cut areas shall he with a drainuhlc:maturirrl with top Suriuce choked with fines for proper subgrade preparation. r Wltrnevcr•possible,lhlti Illillel'IiEI sll}Iii be fi•onl Mro.jcct c�xcilvntion. Where attlhurizcd rill open-graded dr'ainable crushed limestone shall tic brought ill. Undrained pockets shrill not be left in the sm-Ca;e ol'the rack. TS-2.2.7 ,�ttl� u[ _ thili�3tlssl�: Pockets of-tinsuit able earth may he encountered in cut arerls where it will he inlpraeticable to replace with suitable materials from excavation on the work site. In such cases, where authorized by the Engineer, the contractor shrill Furnish and place crushed Stolle base iIS ra.puired to provide a stable sub-grade. Crushed stone: base in accor•danec with requirements of Article "T'S-1 1. Where necessary, a portion of'(lie Stolle base shall he mixed with existing earth to provide subgrade stability, and that portion ell tile Stolle base 11[al crial Shall be delivered to the project in ns dry as possible condition. 'I'S-2.2.8 tlslslitisllattL.l�.0 1�1i41S�at� : Where, in the opinion elf'1110 f;nginccr, Conditions are such that it is impracticahle to obtain Soh-grade satisfilctory f6l.the design pavement thickness, the contractor may lie directed to finish the soh-g-ndc at lower than specified elevation and increase the thickness ol'asphaltic c;oncrelc base. 11'S-2.2.9 The provisions of' paragraphs 'i'S-2.2.7 and 8 shall not he construed to relieve the contractor of'his responsibility For any necessary neration and compaction ol'suitable earth at Sub-grade level. i'5-2,2.10 1'1s�tlYslislll_L?L lllt-�ilsttl!�: '1'lie contractor Shall protect the suhgradc by not allowing delivery vehicles of excess weight thereon and by Varying the Math oI' delivery vehicles ao is to not cause excessive rutting. I icavinL�ur rutting cluningc ill soh-grade caused by delivery vehicles during asphalt laving operations shall he immediately rcpnired and brought buck lo specified elevation prior to placing asphaltic concrete base or Portland cement concrete pavement. I'S-2.2. 1 I The top lour(q) inches of'backfill behind curbs shall he top soil, tree Ii-onl rucks,grl►v►.:I,and any undcsirahle materials and shall he material suitahlc to establish n seed bed. This material nary tie either tap soil IVHil11b1C within the limits of'the project or it nlay he lop soil lurnished by the contractor•. Nr! direct payment will he lnilde li►r such topsoil, but shall he irlcludCd in the Itunp riunl price for grading and excavation. 1'S-2.2.12 L ivit_Drttimig : All carth rheas within and 'Idjaccllt to the grading linlils its shown on the flans shall he graded to strain ass diRTIC(l by the I .ngincer, at one ( I ) percent nlinultulrl slope wherever possible. Special crlre shall be talcclt to avoid leaving low ilreas l►I' water pockets. No direct payment will he made. li►r•such trading except that nlcrtsurcnlcnl li►r pavincnl ul'Proposal items will he made. 1'S-2.2. 11 uJbAjit<dQ _Q1v_uuigQ: Exc ePt as otherwise spec i lied in pnragraph.TS-2.2.7, the sub- grade firr all paving and surfircing shall be within the tolerance range of minus one- half(!A) inch to plus onc-quarter('/) inch with respect to specified elevation. '1'S-2.2. 14 l3sam)m.MMAiQ1.W: (a) ll'borrow material is required, the contractor shall supply this material from a borrow area off the site. The borrow area shall be obtained by the contractor at his sole expense. Borrow materials shall be approved by the Engineer er before they arc transported to the site of the Pro,jcct. (h) Materials shall he similar to soils li►und on the Pro.jcct.. Soils showing high swell potentials will not be approved. (c) The [ ngineer,s f`arthwork Calculations arc shown on the plans fix• the convenience ofthe Bidder. -FS-2.2.15 All suitable excess material from excavation become the property ofthe C'ityol'.leilerson and will be stockpiled on site al the direction ol'the 13ngineer. 'I'S-2.3 IT]SI11113;. :n—A)mIllielit Fl►Ll..'im.: I'S-2.3,1 1i.St[�s�iLl� 4iiYtltli?it iltlsl114S�tit1�;: (a) l xcavate in open cut except where burin f;,jacking or tunneling is specified. ' 'french walls shall he vertical in streets or improved areas unless otherwise authorized by the Engincer. Provide bracing, sliceling and cribbing where necessary to prevent caving. (h) All sheetin shall he ulled immediately prior to hackfillin r around the b p l � sheeting. However, the Fngincer may direct :ill or it portion ofthe sheeting to be ]ell in place in order to protect the pipe against shock load ol'raving hunks, or to protect adjacent street or property, l71' to prevent material that cannot be compacted to specified density from caving into the trench. (c) Where sheeting is lets in place, do not brace against pipe, but support in a manila' 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 pipe has been Conil)lctccl. r (d) Trench walls maybe sloped in unimproved areas i f'required to prevent caving and il'adjacent property or trees to be letl in place are not thereby subjected to additional cutting od'roots. (e) See ripe Embedment Details on Plans for nli.ninlunl and maximum trench widths. 11' maximum is exceeded, and strength requirements control, Engineer may direct contractor to Install special bedding or heavier class or gage ot'pipe at contractor's expense. TS-2.3.2 lSL4t11Cj s'11`lIL'tlili llC - SLM3llSl: (a) Pipe trenches shall be kept free Cron) water dul-irlg excavation, tine grading, pipe laying and jointing, and pipe embedment operations. Where the trench bottom is mucky or otherwise unstable because of thy:: presence of ground water, and in all cases where the static ground water elevation is above the bottom of any trench bell hole excavation, such ground water shall be lowered by means o f pumps or other acceptable means to the extent necessary to kcl;h the trench free from water, pipe sub-grade stable and firm under fc►ot, at all times when work within the trench is in progress. (b) The CCIlltraCtor illay Llse additional grallUlai' till 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 baekf 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 from dikes, (itches. o1' irllpoLInded water, TS-2.3.3 i'itzs l��t�ti�l�titl4tlti�lill su�cL'_ili �lts l i i�lalis�tt: (a) All pipe shall be bedded as shown in the "ripe Embedment Details" on the Plans. (b) Granular fill shall be clean fiver gravel or reasonably sound crushed limestone, free of cenlerititious,sllaly,or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an unyielding support for the pipe. Gradation shall be such that at least ninety- five(q5) percent passes a three-quarter(3/4) inch square mesh sieve and not over five (5) percent passes a number f6ur (4) square mesh sieve. -7- (c) hw-Z ti'Qu: If the trench hottonl at base of the required pipe embedment material is Unstable. the contractor shall c:x ovate to tin additional depth and backlill with crushed stone as directed by the Engineer. The size of stone used shall be as required fir effective stabilizadon. Where lark stone is used, the upper portion shrill be choked with smaflerstone tend no stone larger than one (I) inch size will he trllowed within (3) inches of the pipe wall. Stabilization material ordered by the L;ngincer will be paid for in accordance with the stipulations ol'Articles TS-2.5 and TS-2.6. i owevcr, payment will not be nude for stabilization material or extra granular fill used for contractor's convenience in controlling drainage or its may be required to stabilize trench bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. (d) Pipe shall not be placed over frozen trench sub-grade. e !'lucet i ut s 'Griunub .I:i1.l: I. Place granular fill in fills not exceeding six (6) inches and brim; up evenly orl holh Sicles of pipe. Do not dump over side of trench in ally manner that will brim earth into the granular fill arc ti or displace the pipe, Conlpstct, vibrate, or slice with a shovel, in such manner that granular fill will take its final compaction and provide uniform and solid hearing under and around the pipe and its haunches. 2. Screed granular fill as, shown on the flans under elliptical or arch Pipe. 3. For a length of two (2) pipe diameters (effective diameter equals averktge of span and rise fir 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. 1 13-dLI o •� : Dig hell holes where pipe has bell joints. No part ofany bell shall be in cunuict with the trench bottolll or Sides or lranular fill when the pipe is jointed. '1'S-2.3.5 (a) Sec "Pipe Embcdment Details" on Plans. This section covers the backfill I I'rrnll top ol'granuhir fill to top of pipe, (b) Backlill as soon as possible to minimize the possibility oftllrnlage to joints ' an inconvenience to the public. i 1 (c) Material to be selected earth or granular fill material, free from sod, sticks, routs, or racks over clne ( I) inch size, to be unfrozen, and to be of proper moisture content Ibrspec;i lied compact[oil. suitable material Ii-olil tine project excavation shall he brought. in from elsewhere on the work where rCciuired. d Place alongside pipe in loose layers of' six (r inch maximum thickness thoroughly compacting each layer. Take special care to place and compact material around the pipe so as to leave no voids and to provide uniform h tcrld support liar the pipe. Bring materials up unifivntly on both sides of pipe, taking special care with corrugated metal pipe. (e) The material shall he compacted to the saline density as required flor backfill above top of pipe. TS-2.3.6 ( t4:klill��_ls?u-!)_1'ilw (a) 0tal�.t:t11: l3ackfill fr•orn top of'pipe to Original surface or-to sub-grade where paven►cnt is to he placed is covered by this section. (b) Ivlstis�ri�tl I. fVlaterial tin•backlill above top c.>I'pipc shall be the same as for backfill below top ol'pilpe as specified in subparagraph'I'S-2.3.5 (c), except that small sticks and routs less than one-hal f'('i,)inch in diameter, into* rspersed hard lumps and clods will be allowed insoli►t• as they do not interfere with specified compaction. More suitable material shall be brought From elsewhere un the project ifnecessary and the unsuitable material disposed of'. II'the specified corrlpactiun cannot he obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at his own expense. 2. Ruck larger thrul unc (I ) inch shall not he plural within three (3) inches of pipe. Ruck larger than eight(8) inches shall not be placed within Iwo (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 he placed in the remainder of the backfill only if well sepanrrted and so arranged that no interference with the specificcl bucklill will result. (e) Methods: 1. Method of backfill used shall not impose excessive concentrated or unbalanced loads, shock, or impact on, or cause displacement of the pipe. The backfill shall be slowly rolled down it slope at the end of the trench and shall not be pushed over the side of the trench. 2. Consolidated material weighing more than one hundred (100) pounds shall not be permitted to fall more than three (3) feet into the trench unless cushioned by at least three (3) feet of backfill over top ofpipe. (d) Cszt11 U-QIi=: I. krill uncicr-W vi t=uj shall be defined as being under all areas to be paved or surfaced for vehicular access, except those to be surfaced with crushed stone. The limiting liras for such backfill shall extend from sub-grade at twelve (12) inches beyond edge ofpavcment or back of curb, downward on it 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, 2. 1k fill iiLQ�l1s . , QU.S: In areas not defined in Item 1 above, backfill shall be not less than ninety (90) percent of Standard Density. 3. "file engineer may cause field density tests to be made whenever deemed necessary. "I'he specified density will be the minimum allowed and the attainment thereof will be entirely the contractor's responsibility. Obvious 1 voids will not be perrnitted. 4. 'Thickness of backfill layers will be determined by the coordination of test results with field performance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 ] �l , (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 cornpact embankment to top or pipe on both sides of pipe for it distance of at least five (5) pipe diameters each side of Pipe. r TS-2,3.8 j'_mLguWil.y.L.L'jadhlijl� tYV L:c uti i : Provide temporary lilt to at least two(2) feet over top of•pipe extending at least live (.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 Contr•netor at his sole expense. 'I'S-2.3.9 "-&Y,tabQj.LLa.l1md-I 0LLsutli�zu szf�S�L�lrslc�iiszt : (a) Except where otherwise dirceted, excavate; at least one hundred filly (150) feet ahead ol'pipe laying in order to uncover any possible obstructions in the way of laying the ripe. it' such obstructions are encountered notify the li.ngincei immediately so that a needed change may be considered and ef'(ected. ® (b) C'hangcs from flans may be. made only on the direction o(' the Hngineer. �9 Such changes may include changes in line, trade,pipe size or type,additional or• less mitering, nxulholes, etc. Such changes may involve unanticipated moving ol'underground utility lines. (c) Re(er to Article (:ail'-7 regarding protection and rnoVing OI utilities and other obstructions. (d) The contractor will be paid for the actual amount of PropOSal IterrlS authorized (within the pay limits established)and performed by hiul. He will not be paid for unused materials ]ell over or• 1,61. delays "arising from encountering;obstructions. TS-2.3.10 M";,j III ullL,Qjj.'Ujs) LtsllUi1�411�i?� sl�ills� tls?L'L'lI?s�_1.tty.U>b; shall be one city block or (our hundred (400) feet, whichever is shorter. ,rs-2.4 Back fill tts�tsts : 'i'S-2.4.1 The terns "Structures" as used in this Article, means inlets, rnaaholes and all other structures, not including pipe. TS-2.4.2 NiISSOUri I lighway Specifications Section 206 shall govern excav"rtion and backlill fin•structures except that the provisions 1Or measurement and payrrlent therein shall not apply and except as modified in the fermi ofadditions,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. rS-2.4.3 ) • . , the firllowin >g Frortl Missouri Highway Specifications Section 2106. f_, Y l (a) SubSeetions 206.2, 206.4.7, 206.4.8, 206.4.9, 206.4,10 and 206.41.11. (b) All sections ern Measurement and/or Payment. I'S-2.4.4 C1'lt.4tccl stu114, as specified in paragraph TS-2.3.3 (c), shall lie 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 'rs-2.4.1. Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of Articles TS-2.5 and 'rS-2.6. I lowever, payment will not be made for stabilization material used fior contractor's convenience in controlling drainage, in lisle 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 1 itskLtlLlu,,trtrctsll shall he in accordance with the applicable requirements of Section TS-2.3.6. rS-2.5 oil: 1t�u1: TS-2.5.1 r�S:StYttUS2usltaiL�'S1it�Qtt� '1�1.f:ull��ltll�tb111: (a) The excavation and compacted embankment item shall be bid on a luin sum } p basis. The work shall be perflonned 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: I. Excavation For structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of harrow excavation will be made. All costs ol'supplying burrow material to the Project sits shall be included in the hid price, for excavation and compacted embankment. (c) Computations: The Engineer's earthwork cumputatiurrs are available for inspection, The volume of'excavated and compacted embankment as shown thereon,and a s listed in the plans, from existing cross sections by average end area method and will be the basis for final payment, except as follows: I. An autllOhZed change in grade, slope, or typical section is made. '1'S-2.(i 13 sj' "r 'sty11 at: TS-2.6.1 Excavation and Compacted Embankment, will he paid for at the contract unit price I 1 I ' bid based urn it 111111)) suns cost. -12- FS-2.6.2 ('rushed stone fi r Sub-glra le 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. FS-3 S.'LL'vj,�Lki l rThe contractor shall remove from the owner's property and from till public and private property, at his own expense,all temporary structures, rubbish, excess excavation and waste material resulting tram his operations. All material found to be unsatisOidor•y hir btrckfill shall be removed at the contractor's expense. 1I1 exi;tting so(I areas shall be hand raked to remove earth deposited oil oi- in them during construction. All ditches shall he�;ra(lul and properly sloped. l-xcess excavate(i iliiteriil steal l he removed from (ditches. Shoulders where sodding, seeding or surfiiCing is not required shall be bladed and shaped. The project area shall be kept, at all times as neat and cletin as possible. Debris from i r;onstruetion operations shall be removed from the site as soon as Constr(iCtion is completed ® in a given area. Dirt piles shall be removed and the area finish graded as soon as passible after construclion of, given section of the project is completed. In no instance shall dirt piles or debris be allowed to remain on lawn areas long enough to damage growing sad. TS-4 1)WP ' c : :7 �'.41� �UC'I'ION '1'S-4.I S.[4t1S W: This work shall include the construction 01.1111 pipe sewers whether storm sewers or sanitary sewers. The material required for each section of sewer shall be as shown on the plains. Trenching shall be in accordance with fart TS-2 of these specifications. 1rS4.2 .[ fl1hLQ LLQDs1'9,ts 1)pe S_tQn L S e N_,m•: "I'S42.1 S:L_wmal: This section covers the materials and construction of reinforced concrete pipe storm sewers. Other types of pipe and all apptirtemint structure arc covered in other sections of these specs f ications. '1'5-4.2.2 Maerial: All reinforced concrete pipe shall conform to the requirements of'ASTM C-76-62T, Class 111, Wall 13. Pipe joints shall he tongue and groove or hell and Spigot type. !'ipc li)r u:>c on the pl'ojCCl SIlLi1I appear Heal an(1 �aJc11 made. It shtlll he 1i•cc 0f cracks, broken places, and obvious rrlanufacturulg defects. -13- All pipe shall be stamped oil the inside with its class before delivery to the job site. 'i'S-4.2.3 L'ipg-1 lyl Y: Pipe shall be carefully handled by sling or other means to protect it Prom damage. Particular care shall be taken to avoid any free fall or shock to the pipe. Pipe shall be carefully placed on thy: prepared bedding material and jointed as specified below. Pipe, shall be laid true to both line and grade and shall produce a straight line between structures cxeept where other than straight alignment is required 1 or allowed by the plans. Where curves are required they may be accomplished by the f«Ilowing methods: 11 11'the curve is slight or if the radius of'the curve is very long, curvin ► may be ( ) b � b b accomplished by deflecting cacti pipe joint in the curved section equally to form a snwoth unifOr7n curve. in no case shall any pipe joint be deflected to the extent that the maximum opening of the joint exceeds one half'the joint depth (one half the depth of the socket). (b) Short raditis bends shall be accomplished through the use of factory made mitered pipe sections. These sections shall be fabricated specifically for a given curve and, when properly assembled, sha11 produce a uniform curve (consisting of a series of short chords) of the specified radius. Pipe shall be placed in accordance with the manufacturer's recommendations and the details given on the plans. All pipe laying shall begin at the lowest point on the sewer proceed to the higher ports. i 'I'S-4.14 ,hii",: Pipc jointing shall be as specified in Section 726.3 of"Missouri Standard ® Specifications for Highway Constructioil", except as Rdlows: (a) Cement oi- tier joints other than "diaper" Points will not be pCrtmtted. (b) Pipe joint suriaCCS shall be clean piior tojointlnr,. a Care shall be taken not to allow bedding Material or other deleterious matter ( ) b to enter the joint during pipe laying or jointing. TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and compacted along the sides of the pipe to hold it securely in place during the backfill r operation. Sec plans for betiding details. -14- Next, the trench to 12 inrllcs above the top of the pipe shall be backfilled with layers of carefully compacted select backfill material, 'i'his material shall be placed and compacted simultaneously on both sides of the pipe. I3ackfill above this joint shall be as specified TS-2, TS-4.2.6 lip.Q.Anghurs: Wherever storm sewer does not outlet into it paved channel or other structure, pipe anchors will be required to connect ail pipe joints in the 20 feet or storm sewer preceding the outlet. This 20 tect shall include the length or the end section. 'I S-4.3 led Metal Pile and Pipe 13ic;11_Strrrttt TS-4.3.1 S=c:This specification covers corrugated metal pipe,pipe arch,said fittings which shall be furnished and installed complete with connecting hands and other necessary appurtenances for sewers and culverts. Wherever applicable, the term "pipe" shall also include pipe arch. TS-4.3.2 S,L=i: Where "CMP" is called for or allowed on the plans corrugated slgA-1 pipe as specified herein may be used. TS-4.3.3 Irisil�; TS-4.3.3.1 C,urru Iv Me c and Pipp Aroh shall be in accordance with AASHO Designation M36 for riveted pipe and pipe arch. Helically constructed corrugated ' steel pipe which meets all other criteria of this section may be used provided the corrugations of the ends of'tile joints of pipe are made annular for tighter jointing. Unless otherwise specified or shown on plans. gages shall be as follows: ti�ZU.utL.eu� 6" through 24" diameter - 10 ga. 30" through 36" diameter -• 14 ga, 42" through 54" diameter - 12 ga. 60" through 72" diameter - 10 ga, RiN ArQh 18" x I i" through 25" x 16" - 16 ga. e29" x 18" through 36" x 22" - 14 ga. 43" x 27" through 65" x 40" - 12 ga. 72" x 44" 10 ga. 79" x 49" - 10 ga. e. _15_ TS-4.3.4 Corrugated metal pipe shall be aligned and graded in accordance with the requirements f'or reinforccd concrete pipe. Where plans show grade change between structures or slight alignment change to clear obstructions,deflect pipe and joints over a distance as required,after joints have been coupled and only to the extent that joints will not be over-stressed. ,rs-4.3.5 W : Pipe shall be protected from lateral displacement by means of pipe embedment material installed as provided in the trench backtill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench conditions. When jointed in the trench, the pipe shall firm a true and smooth line. Pipe shall not J Ip 1 be trimmed except for closure, and pipe not making it good fit shall be removed. Unless otherwise approved by the engineer, the laying of pipe shall begin at the 1 lowest point and the pipe shall be installed so that the outside laps ofcircumferential joints point upstream and with longitudinal laps oil the sides, I'S-4.3.6 SDUvJiH jvg: Pipe ends shall be butted as closely as the corrugati oils will permit, then jointed with a firmly bolted coupling band. Draw coupling.;bands tight. Merely tightening bolts wilt not.be adequate. Lubricate contact surtaces of'coated pipe and bands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device i f required for tight connection on larger pipe. Field coat coupling bolts, nuts and rods with bituminous material Idler installation. 1 TS-4.3.7 11AuJ1Wu1L &" LL .Qm Prepare moist clayey soil bearing shaped to end section and place thereon. Join end section to pipe with coupling hand. The toe, plate shall be set in It trench and backfilled with conipactcd moist clayey sail or driven to the required elevation. TS-4.4 Me aeS C1I1S��t11�;tlltl.1_1dYi1 SSW TS-4.4.1 jytJ'; �Q�]? ''. e: Pipe will be measured per linear Coot of' com feted pipe in UR• I p 1 pipe place. Payrnent will be made at the unit price bid per linear foot for the completed pipe in place. Payment shall include all costs of furnishing, and installing pipe including ' trenching, backfillingot'pipe. TS-4.4.2 CME_midJLCL3 Find Sections: Lnd section will be measured as one unit each complete in place. -16- Payment will be made at the unit price bid for each complete end section in place. Payment shall include all costs for furnishing and installing end section including; trenching, backfilling. TS-4.5 P.hgk-Qro►-Yilx. . jjag 'I'S-4.5.1 �.��: This specification designates general requirements for polyvinyl chloride (PVC) Plastic. Gravity Sewer Pipe with integral wall bell and spigot joints for the conveyance of domestic sewage. TS-4.5.2 Njaterial5.: Pipe and fittings shall meet and/or exceed ail of the requircnents of ASTM Specifications D3034. All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber ring into positron. Standard lengths shall be 20 feet and 12.5 feet 1: I inch. Rubber gaskets shall comply with the physical requirements of ASTM-Dl 569,C361, and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. 1'5-4.5.3 .EiI gs: All fittings and accessories shall be as manufactured and furnished by tale pipe supplier or approved equal and have bell and/or spigot configurations identical to that of the pipe. TS-4.5.4 Physical ad Clienlical Rc�Yrcinent�: The pipe shall be designed to pass all test at 73 degrees F (±- 3 degrees F). TS-4.5.5 Pip-u,5-W : Minimum "pipe stiffness"(F/y) at 5%deflection shall he 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum "pipe stiffness" fir 4 inch shall be 51. External Loading Properties of Plastic Pipe by Parallel-Plate Loading. rS-4.5.6 Eattenin : There shall be no evidence of'splitting, cracking or breaking when the pipe is tested as tialiows: Flatten specimen of pipe, six inches long;between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter ofthe pipe. The rate of loading shall be uniRann and such that the compression is ' completed within two to give minutes. -17- 'f S-4.5.7 ,mu JIujn_c�L'Lstq: Pipe (6" long section) ;hall be :subjected to impact From a free falling tup(20 lb. 'Tup A) in accordance with ASTM method 472444. No shattering or splitting (denting is not a failure) shall he evident when the following energy is impacted: Nominal size 4" 611 8" 10" 12" Ft, - Lbs. 150 210 210 220 220 i'5-4.5.8 LAS tc,ne (1»nlm un .1,�9: After 20 minutes inuner•sion in a ,pealed container of anhydrous(()9,5%0 pure)arectone it I" long sample,ring shall show no visible sparlling or cracking, (swelling or soflcning is not ar firilur•C) when tested in accordance with ASTM 2 15 2. TS-4.5.9 5ja.s,Diw_Qmkma utL'l:s)l�t�5 Nom, Outside Diameter Mill. Wall ,%& Aver•= IQLg u_c :lli Qkam 5DR 4 4.215 ±0.009 0.125 33,5 6 6.275 1-0,011 0.190 35 8 8.400 -r=0.012 0.240 35 10 10.500 -1:0.020 0.300 35 12 12.500 -X0.024 0.360 35 TS-4.5.10 L.0 lMI at�clSiC€ r: ('ipe which is a part ofthe gravity sewer line shall be aligned and constructed to grades as shown on the Plans. TS-4.5.1 1 Conncs-liUia to Mrttil. l : Special manhole("PLGS fitting,shall be used to connect PVC pipe into manhole walls. TS-4.6 111352-iiN: TS-4.6.1 5�,rN: This Specification covers ABS composite pipe and fittings which shall be furnished and Installed complete with all jointing materials and other necessary appurtenances t'or sewers. 1'5-4.6.2 A B S Composite Pi lie shall be made from virgin Acr lonitrile Butadiene- ��� 4 1 t, Y Styren material. This iaterial shall be 'l'vpe 1, Grade I, 'type 1, Grade II, "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 angular space tilled to provide continuous support between inner and outer•IUbCS. The component between the ABS shall be ofPortland Ccment Pearl-lite concrete other inert biller exhibiting the same degree of performance which CSSentially fills the truss annulus to form a composite pipe to meet the requirements of this Specification. -18- Sire, physical requirements, the dimensions, the method o1' test, the length, the testing procedures and marking procedures for this pipe shall conform with ASTM Specification U-2680-688. Couplings shall be of'solid wall sleeve type for chemical weld to the truss pipe• TS-4.6.3 llttiltrlU",: Pipe, fittings and accessories shall 1.)e handled in t manner that will insure their installation in the work in a sound undamaged condition. Pipe shall not be chopped, bumped or drug lllorlg the ground. Pipe shall not be lifted by hooks. TS-4.6.4 ',leil11WU: The interior of all pipe and fittings shall be thoroughly cleaned of all 16reign platter befiore being installed and shall be kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until the jointing is Completed, [sver Y precaution shall be taken to prevent ioreign material front entering the pipe during installation. No ztebris,tools,clotilitlg,of-other illiitei'lttls slltill be place(l itl the pipe. Whenever pipe laying is stopped, the upper end ol'the pipe shall be closed with in rendboard closely litting the end of the pipe and having a number of small holes drilled near the center, to prevent the trench from filling with tvater and to keep sand and earth out, ol'the pipe. 'l'S-4,6.5 1.uyjaj;1'1ps': Pipe shall be protected from lateral displacement by nlcans of Class B pipe embedment material installed as provided in the trench backfill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench conditions. When jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be trimmed except ['ar closure, and pipe not making a good fit shall he removed. Unless otherwise approved by the Engineer, the laying; of pipe shall begin at the lowest point and the pipe shall lie installed so that the outside laps of'circumferential .joints point upstl-eaill and with longitudinal laps on the sides. TS-4,(i.6 Cout�►__,__ILI Pi.,ne: The couplings shall be chemically welded to the pipe with one end, filctory tipplied. The coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end o1' the pipe. This shall be done in t►ecor•danCe with the Ill till llfiicturer's specifications. nie pipe shall he thoroughly Shoved into the coupling and then turned within the coupling one quarter turn to insure complete contact between cement, pipe and coupling. -19- e TS-4.6.7 Connection at manhole walls sliall be made by"U"rind;type couplings set in the wall and having a manhole water stop assembly between the coupling and the manhole wall. between the pipe and the coupling shall be an "0" sc.;al. TS-4.6.8 Mc�tlu1'Sr111s11t�titlsl�'i171�11L TS-4.6.7.1 A S Ajjdlldmtic�y Sew4.C_P.iaQ: Pipe will be measured per linear foot of completed pipe in place. Payment will be made at. the unit price bid per linear loot for the completed tripe in place. Payment shall include all costs of furnishing and installing pipe including trenching and backfilling of'pipe. '1'S-5 DRAINAGE STR "LlJ1�. -S 1"S-5.1 Sco. of Work: The work shall consist of furnishing all labor, materials, and equipment necessary to perform all operations in connection with the construction of junction boxes, inlets and catch basins required for the project in accordance with the specifications and drawings. Items not specifically mentioned,but necessary for completion of the work shall be considered as incidental to other items in the contract. TS-5.2 dfssil;i: 1. Concrete shall be Class "13" Portland Cement Concrete in accordance with the requirements of section '1 S-6 of these speci fications. 2. Reinforcing steel shall consist ofdefbrmed bars of grade 40 steel conforming to the requirements of'ASTM designation A615 or ol'wire fabric conforming to ASTM designation A 185. 3. Expansion.Joint C'illers shall be ofa non-extruding type confimiring to ASI'M designation D 1751 and cut to the dintcnsions shown on the plans. TS-5.3 kwi )Ek:This section shall coverall necessary excavation and backfill required for construction of the various structures. All ttpplicable portions of'Section'I'S-2 shall apply to this work. Particularcare shall be taken to protect existing underground utilities and surface improvements. Excavations for structures in improved areas shall be held to the smallest practical dimensions. No increase in payment for street or lawn repair will be made to allow f'or areas disturbed by such excavations. Structures shall be founded on undisturbed subsoil,ifsubsoil is not firm,over-excavate and replace with granular till as required. ' Section TS-2.2 shall apply for subgrade stabilization under structures. -20- r Backflll regeliren1cilt% for each drainage structure will be the salnc its that ofthe pipe; to which it is connected. if lrlore than one pine is connected to the structure, the higher backfill requirement shall apply. Backfill under curb transitions shall be to 95°/o of'Standard Maximum Density. -, ' c s i �d arid backfilled. �U1 excavations shall be.Rcpt drained until the~fracture is e, ln. ha e.te, �r TS-5.4 S�stt�;Z►t>l�lisltLtY]4S�lusls: TS-5.4.1 ms: Forms shall he of wood, plywood, or any other suitable material, designed, constructed, braced and maintained so that the Imished concrete will be true to line and elevation and will conform to the required cliillcnsions. They shall be designed to withstand the pressure of the concrete, the effect of vibration as the c,oncr•ete is placed and ali other loads incidental to the construction operations without distortion or displacenlent. They shall be mortise tight. OiIifig both inside and outside surfaces will be required to prevent warping, shrinkage, or swelling. Forms shall be constructed and designed so that their rernoval can be effected without injury to the concrete and so that portions where surface finishing is required may be removed without disturbing forms that are to remain. Dirt, chips, sawdust, nails and other foreign matter shall be removed before any concrete. is deposited therein. Tie rods, belts and anchorages within the forms shall bC constructed so as to pemiit their removal to if depth ol•at least f % irlclles From the face without injury to the concrete. in case wire ties were used,upon removal of'the firrms,all projecting wire shall be cut hack at least ii inch from Face of all surfaces that will be exposed to view Filler the completion of'the work anef flush with the face of all concrete surfaces that will not he exposed to view. All fittings for metal tics shall be ol•such design that, upon their removal, the cavities which are left will be of'the smallest practical size. TS-5.4.2 1n1.(,,—L tld QW141.PiP.tz: Pipe or the placed in the concrete filr inlet or outlet connections shall extend through the concrete walls beyond the outside surfaces of the walls a sui'ficient distance to allow for connections. The pipe or tile shall be placed through the 1or•nls and poured in place. The ends ol'the pipe shall be flush with the inside wall oi�tile structure. TS-5.4.3 R�'-intus'_om=: 1. E[A"=J)A. RCirlforCing bars Shall be aCCllratel), placed as shown on the plans and shall be Gr•lllly and securely held in position in accordance with Concrete Reinforcing Steel Institute "Recommended Practice for Placing Reinlorcirig Bars", and by using concrete of* metal chairs, spacers, metal -21- hungers, supporting wires and other approved devices of sufficient strength to resist crushing under full load. Metal chairs, which extend to the surface of the concrete (except where shown on the plans) and wooden supports, shall not be used. Placing hars in layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not he penllittc(I. Before placing in the tornls,all reinforcing steel shall be cleaned thoroughly of mortar,oil,dirt, loose mill scale, loose;or thick rust, and coatings of tiny character that would destroy or reduce, the bond. No concrete shall be deposited until the placing ofthe reinforcing steel has been inspcctcd and approved. 2. 5-p1J,hiU. Splices ofbtars shall be made only where shown un the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 30 diameters, unless otherwise shown on the plans. Splicing shall he accomplished by placing the bars in contact with each other and wiring them together. Welding of reinforcing steel or cutting with a cutting torch will not be permitted unless specifically authorized by file Engineer. 3. 13-md nu- Reii)fbiccmgill. Bonds and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of"the American Concrete Institute. Gars Shull not be bent or straightened in a manner which will injure the material, Bars with kinks or unspecified bends shall not be used. 4. W *W-QLMLi Lt'stbiiQ. Welded wire fabric shall be spliced t of less than two mashes. It shall be lifted carefully into its specifies( pcsit.ion after the concrete is placed but still plastic. TS-5.4.4 Ss>us;rAQT-WWml:Concrete construction shall be in accordance with Section TS-7. Concrete shall be conveyed, deposited, and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the I outlet. Where a sequence R>r placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. r Where concrete is to be deposited against hardened concrete at horizontal construction joints. placing operations shall begin by conveying a grout mixture through the placing system and equipment, and depositing the mixture on the joint. The grout mixture shall consist ofa modification ofthe concrete specified to reduce the quantity ofcoarse aggregate in the mix larger than pea-gravel size to one-half the quantity specified. To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive sh,itiing of the mass of concrete will not be pen-pitted. Concrete that has partial]),hardened or is contaminated by foreign materials shall not be deposited in the structure. Concrete shall be placed in horizontal layers insofar as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous operation between construction joints and shall be tenninated with square ends and level tops unless otherwise shown on the plans. rConcrete shall not be permitted to fill more than six lcet without the use ofpipes or tremies. Pipes or tremies shall be at least six inches in diameter, or the equivalent cross sectional area for rectangular sections. Concrete shall not be placed in horizontal members or sections until the concrete in the supporting vertical members or sections has been consolidated anti a 2-hour period has elapsed to permit shrinkage to occur. Concrete shall be thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the florms, and produce a surface or even texture free of'rock pockets and excessive voids. Structural concrete, except slope paving steeper than one (1) inch per toot. such as spillway aprons and channel lining, and concrete placed under water, shall be r consolidated by means of high frequency internal vibrators or a type,size and number approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation ofthe mortar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the Forms or reinforcing steel. r . The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes ailer it has been deposited in the forms. At least two vibrators in good operating condition shall be available at the site of the structure in which more than 25 cubic yards of'concrete is to be placed. r -23- r• Lints: 'file work shall be so prosecuted that construction joints will occur at designated places shown ern the plans unless otherwise authorized by the Engineer. The Contractor shall construct, in one continuous concrete placing operation, all work comprised between sucli joints. Joints shall he kept moist until adjacent concrete; is placed. All construction joints having a keyed,stepped,or roughened surflace sllal l be cleaned prior to placement of the adjacent concrete as directed by the Engineer. Expansion and contraction joints in concrete struChareS shrill be formed where spawn 1 .I on the plans. No reinforcement shall be extended through the joints, except where specifically noted or detailed on the l;+laps. No direct payment will he made for furnishing rind placing asphaltic paint, prc- molded asphaltic filler, or other types of joint seprtrators, Tlic cast therefore shall be included in the price bid for the item u1'work ofwhich they ;ire a part, iTS-5.4,1 -CA2U M--QjA1-L.&Sllt1Tu.u=E: W!ienever the temperature of the sur•r•ounding air is below 400 F, or When the possibility exists that the temperature will fall below 40° F, within the 24 hour period afler concrete operations, concrete placed ill the forms shall have a temperature of between R0° F and 100' F. All concrete shall be maintained at a temperature of tint less than 50' 17 fior at least 72 hours or for as much time as is necessary to insure proper curing of the concrete. The housing,covering, or other protection used in connection with curing shall remain in place and intrust at least 24 hours after the artificial heating is discontinued, No dependence shall be placed on salt or other chemicals for the prevention of freezing, Contractor will be held responsible for any damage to concrete as a result of cold weather operations. rS-5,4.7 mall: Inlet tops shall have light broom finish. Curb transitions shall have broom finish. Contraction joints shall be cut where shown. Cut each 1 % inches deep and finish with joint tool, TS-5.4.8 Jav a: Inverts shall be carefully constructed to maintain the pro pe;r velocities 1 tlirough the structure, alxl in no case shall the invert sections tllrough the structure be greater than that ofthe outgoing pipe. The shape of the invert shall conform exactly to the lower hal f of tlic pipe it connects. Use half circle template to cheek invert shape rind size while building. Grade on the invert shall be SUCK that no water- ipockets are lormed. Sides branches shall he connected with as large radius of curve as practicable. ' Inverts shall be constructed of concrete conforming to tile requirements of Section TS-ti. '' -24- Concrete filling between the sewer invert and walls of Structure shrill be 1111811 with the top edges ofthe invert and shrill slope up From the invert lit the rate ol'three (3) inelles per foot. Inverts shall be troweled smooth and clean. Wherc water problems require, use quick setting cement to aid in construction of'smootll inverts. ® TS-5.4.9 Suns: When shown on the plans, shall be solidly grouted in place with (ull mortar I� encasement. ')"S-5.5 L'rg.c. 1, C.oncrctp, 1. Preeust concrete inlets shrill be constructed in rill respects in accordance with the Plans and Specifications except its provided in the li►Ilowint;items ofthis subparagraph. 2. All applicable requircnlerlts 01*ASTM C-479 shall apply to the mantifilctur'e ol'prcciist concrete inlets. 3. The manufacturer of precast concrete inlets sht►ll submit detailed drawings and specifications for the construction of the basic precast units and appurtenances to the Engineer and Owner lbr prior approval. A shop drawing for cash inlet showing (fimensions, elevations and openings, shall be submitted to the Engineer and Owner Ibr approva l prior to manufi►cturing 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 ol" inlet specified on the project plans. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss. Loctition and number of manhole openings, its well as openings in walls shall be as required to promotes cii sy Access to all parts of the inlet, subject to the f llgillcer's Zipproval. 5. The MIIS ofthc entire structure shall be set in place on concrete blocks prior to pouring, concrete base slab. The base slab shall be rcittfi►rced in aecordance with the project plans, and the bottom ol'the base slab shall be tit Ieust the distance helow bottom ofprecast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought tip to a level ol'itt leas) six (6) inches above bottom or preclist walls. 6. Mastic pipe joint conlf)ound Shull he used in horizontal joints and where mulls of Multiple sections join, in order to firm a rcasonilhlc watertight ' structure. ' w2 5- r 7. Where top slabs of multiple sections join, the joint shall be scale([ with General Electric single component silicone,gray color,strictly in accordance with the manufacturer's recommendations. 8. Top slabs cast separately from inlet walls shall be anchored against lateral movement with respect to walls by a steel dowel in each corner extending from the walls through holes in the slabs. `I'hc top slabs shall be set accurately to line, grade and slopo and grouted securely £t) place. I'S . .f P1ss U—Csmgxst[sLUttlhd)u: TS-5.6.1 Iil.&ri 6,: Precast Concrete Manhole Rings. AS'1'M Designation C-478, except as indicated below: (1 ) ShviLlUdmu: Inside Diameter Shell s)LM.aDI1 - TU;k IM. 41 . 011 5#1 61 - t)" 711 (2) 2r :ast Flat 'fops. Designed to withstand I I-20 wheel load plus 301%, impact, AASI- TO "Standard Specification) fi)r Highway Bridges". 3) ( . ) LU -a. I-centric cone preferrcd, (4) N1Aii QIQ.lS1=. When shown on plans, shall be solidly cast in place or set with expanding; grout. e (5) S 1iI=vj1[ to jot) not allowed until units have cured sufficiently to prevent damage in handling. ' (6) A ovItl. Submit all detaik to Engineer and Owner (or approval prior to manufacturer. TS-5.6.2 Sc tti£) [ ' Rings maybe set citheron a previously peered, properly cured base slab or may he blocked in place with solid concrete blocks while the base slab is poured around the first ring. Rings shall be set with the bells up. Butter both bell and spigot ends with pre-mixed sewer joint mastic compound, as approved by the Engineer, and set the next Section in place. Wipe joint smooth on the inside and till x111 joints inside and out. -26- Watertight joints will he required, Wherc precast manholes are constructed in existing or proposed streets, 3 courses elf' brick shslll be placed between the precast cone and the casting, I'S-6 S.'S:►l' l��i�:"11 : TS-6.1 S.[Srt15rut: 'I'S-6.1 .I L?t� �1IL�Ltt1L_�?1'_�!52tk ltls�ltttlgd: All concrete required on the project except precast material. 'I'S-6,1.2tlttlily_5.�111tc►�: 1'S-6,1. ,I 5_ttf2:JlYl;71S?li: I , Provide lull tin►c superintendent on the prr►jcct who is dualificcl and experienced in concrete construction. Superintendent shall direct all work in connection with concrete construction. 2. I"inishers shall be journeymen concrete linishers experienced in concrete finish work. TS-6.1.2.2 ,S 11 )milials: Contractor Shall Submit n11111e and location of transit mix company 16 1. approval along with Complete data on gradation and durability of aggregate, mix, additives and cement. r '1'S-6,1.3 L'LQduvilLtttltu.iu: TS-6,1.3.1 JjjmjL. "-: Concrete shall he handled and preserved in its "batched" proportion during tri►nsportation. Mixing time shall not exceed 45 minutes and excess water shall not be added, Concrete improperly cared Im-oi-mixed in the truck longer than 45 minutes ~hall he disposed 01'1►way From the project. FS-6.1.3.2 jZlrlvdLy_Q_('jawj&� ti: Damaged or detective concrete steal I he repaired or removed and replaced immediately as directed by the [?nginecr, 1'S-6.2 LLtI : '1'S-6.2.1 amgdt: 1. All Concrete USCd in the protect shall be furnished by a r-e llltable permanent t I l concrete plant using; transit mix trucks. The plant shall be located within a Areasonable distance Irorll the proiccl so travel time is 30 nlirlutes or less. -27- Supplier shall have adequate bins that weigh material by approved scale system. The supplier shall have an adequate number of nuodem trucks to insure delivery of concrete as required fair placing schedule, Supplier shall lie subject to approval oftltc hngineer. 2. The contractor shall use whatever means necessary to insure concrete delivered to Ilie project is properly hatched with approved kinds and quantities of materials. 3. A cur ol'the deliver ticket fair each load ofconc:rete shrill be provided the IY Y p inspector as each truck is unloaded. Delivery ticket shall include the 1o1lowing irrlormation: ( I) Name of concrete company (2) Serial number ofticket (3) I)atc (4) Number of'truck (5) Name and location ofjob (6) Identification of'concret.e mix delivered (7) Valuate of concrete in truck (8) Tirne concrete was loaded (9) Amount ofwater added tit plant TS-6.21.2 S,'&111eul: All cernent shall be Type I Portland Cement conforming to ASTM C-1501. All concrete fir curb and gutter and concrete pavement shall contain not less than 6,5 sacks ceinetrt per cubic yttr-d. All other concrete shall contain not less than 5.8 sacks cement per cubic yard. I'S-6.23 Ehig Agur LuW,: Dine aggregate shall consist of natural sand conlornang to ASTM (:'-:3:3, Sand shall be well graded, washed, clean sand from the Missouri River Class I or equal and shall confi61-111 to the following sieve analysis: 3/8 inch 100 No. 4 95-100 e No, 20 40-75 Nu. 50 5-30 No. 100 0-1O The sand shall not have more than 35'r,) retained between any two consecutive sieve sires. Fineness modulus shrill not be less Ihan 2.5 nor more than 3.1, r The amount of deleterious substances in line aggregate, each determined on independent samples complying with the grading rccluirements of Division 3, shall not exceed the Collowing limits: Table 1. Limits for Deleterious SubStanCCS in Fine Aggregate fior Concrete: Maximum percent by luau �4i�ttf:.siL'".lstlal.��ttuzls� Clay Lumps 0.25 Material Finer than No. 200 Sieve 2.00 Cord & Lignite 0.25 Sticks, Leaves & Other Deletel-iOLIS Material 0.25 ® Fine aggregate shall be Free of'injurious amoUnts oforganie impurities, Except as i herein provided, aggregates subjected to ASTM test Nu. C 40-566 lm organic ilnpuritics and producing a color darker than the standard shall be rejected. Fine aggregate shall he fcc ol'nlatenal that Ctluld WIWI. hark fully with alkalies i e � r in cement. 11'such materials are present in injurious arnounts, the line aggregate shall be rejected, or shall be used with cement containing less than 0.6 percent alkali calculated as sodium oxide or with the audition cif a material that has been shown to inhihit undut! expansion clue to the alkali-aggregate reaction. Except as provided above, fine aggregate subjected to live cycles of'the soundness test(ASTN C99-59T),shall show a loss,weighted in accordance with the grading of a sample complying with the limitations set fin-th above, not greater than 10% when sodium sulfate is used or 15'%, when magnesium is used. 'I'5-6.2.4 CJ(.ttU.9 r&�": Course aggregate shall be crushed limestone; produced from the Callaway florniation or equal having ill CStarilatCd lliStOrV oI'SOUlld material told shall be approved by the Pngincer, Furnish soundness test results 1<-►r approval ot'source. Coarse aggregate source :;hall not contain chert deposits. Gradation 1�1s�YSs4i� 1'�rsul l'tl�;zitut I !% inch 100 I inch 95-100 '% inch 25-60 No. 44 0.8 1 No. 10 0-3 -29- Satisfactory experience record shown fiar durability, other wise pass soundness test ASTM C88-5 eycles using magnesium sulfiate without splitting or losing more than 15010 weight. Contractor;shall arrange and pay Cor testing i f'ad quate history is not available. '1'S-6.2.5 Water: Water ibr mixing and curing concrete shall be elean, and free from injurious amounts of sewage,oil,acid, alkali, salt or organic matter. Only potable water shall be used. TS-0.2.6 Cm x: All concrete for the project shall conform to the design mix listed in the table below. The concrete mix shall include air entrainment not to exceed 7 percent air: MIMitalum aggregate size I inch Maximurra water 250 Ib/cy W/C weight ratio (max.) 0.450 Cement -6.5 sacks per cubic yard for curb & gutter and pavement -5.8 saeks per cubic yard for [III others, The contractor shall furnish laboratory design prix for the approved materials. Walter reducing and air entraining; agents shall be subject to Engineer's approval. TS-6.3 S�szIL�tlCllstf 1Q1L13S�sllAlL41114111 : i S-fi.3.1 '1!ctatat tip ls�t1: TS-6.3.1.1 S ll4fltl: I. Clean all harms and correct all find grade damage. 2. Wet down tall subgrades. 3. Verify all needed equipment for placing concrete is on hand: Vibrators,crane or pump, trenaies, flumes, finishing equipment. 4. All keyways are to be in place. 5. Dry up excavation i f any water is present. G. Have Cold weather equipment on hand if applicable. 7. Notify Engineer at least 24 hours in advance of placing concrete. -30- i'S-6.3.2 L1t1sa31J;Concrr,�: "i'S-6.3.2.1 _t;acl ad: 1. All concrete shall be placed in a manner and with adequate equipment which shall be subjcct to the Engineer's approval. Equipment fbr placing concrete shall include flumes, tremies,cranes or concrete pumps fir placing concrete: hand tool and finishing;equipment for manipulation as needed. 2. Concrete shall be placed in a logical sequence that will permit efficient operation, but shall provide structural continuity and strength required. Placing sequence shall be subject to general approval by the Engineer. 3. Flumes shall not be used at slopes flatter than 45 degrees. Concrete pumping equipment shall be designed fir the purpose-shall be subject to approval by the Engineer. 4. Subgrade shall have been fine graded anti moistened prior to placing concrete. 1'onns and keyways shall be carefully cleaned prior to placing concrete. Concrete shall be placed in locations not to exceed 12 feet apart. rPlacing shall be a continuous operation using as heavy duty vibrator. 5. Tremics required for depth greater than 6 foot. 6. In case of pending inclement weather, prepare temporary covers to protect freshly placed and finished surfiaces from surfnce damage. Protect for 12 hours. 7. Embedded screeds may be used unless otherwise called Uor. Screeds shall be accurately set and held in place: by solid steel rods with mechanical clamps for attaching screed. Wood screed supports sh ail not be used. Screeds must be removed and voids filled while concrete is plastic. 8. Reduce coarse aggregate in first lift ahove cold construction joint. 9. Keep working face of concrete "alive" and plastic. 10. Avoid other vibrating. 1 l. Do not transport concrete in I6n-n with vibrator: 12. Place concrete uni(brmly at spacing not to exceed 10 feet, -31- rS-6.3.2.2 511j=: Hold slump as low us possible to allow proper placement of concrete. Maximum slump for curb,curb and gutter,and concrete pavement shall be 3 inches. All other conci-ete Shall litive it 4 inch maximum slump. ,rs-6.3.2.3 CD ' -dher.R%adi.mmmia: ' 1. Do not place concrete on ice or iroen subgrade. 2. Cho not pitta concrete at temperature below 20" F unless covered and heated. 3. When tellipel:Nurc is or is forecast below 401', the Fallowing are required: a. l lent %vater- 150" F maximum b. Heat aggregatc to firost frce temperature, c. Temperature of'concrete regulaled to the following schedule: �.1l�lllj?S1t111t.Ci: �.!?J1S�IS�1�.�1S:ll11L4r311St.1� 30 to 40 70 to 80 20 to 30 80 to 100 d. Cover, protect, and heat to 70° F air temperatures when heated concrete is required. e. Preserve mid mahitatn moist curitig mid►timis when heating. f. Admixtures for cold weather purposes tare trot approved. TS-6.3.2.4 HQLWeathcx: 1. Concrete exposed to direct weather shall not he placed tit.temperatures above WOO F7. 2. Cover, protect and coot work as required to maintain concrete below 100° F. TS-6.3.3 Finishing Concrete: TS-6.3.3.1 -l: 1. All slabs, walks and decks shall be slope(] miiflomll to drain to finish 1 Y grade, and rllust (train cornplutely. 1` 7 ,' ., ... 1'1niS11 x111111 1)l. Of Spl.(,iflell tl.XlUll. il11d ilnitol711 in color and apl)c,di'ai1C(:. Approval of finish is required on first concrete placed. 3. All voids in slabs and horizontal surtiices are to be filled during finishing operation. Voids in forms surfiiccs are to be repaired immediately tit the time forms are removed. 4. Avoid over-finishing, late finishing, re-watering, and other techniques that may cause"crazing". 5. Provide adequate manpower and equipment for finishing prior to placing concrete. 6. Initiate curing process as soon as surflace strength will permit. 'T'S-6.3.3.2 F.s2 u'd S i I ,-l;Xpo� I. Remove forms as soon as curing and strength developmunt pennits. 2. Remove the cones where applicable and fill with sand cement grout. 3. Break off all "fins"; grind as required fir uniform appearance. 4. Grind all fi)rn1 "off-set" where concrete will be visible after construction is ® complete. 5. Chisel all loose material in "home comb" areas until only solid concrete Y J exists. frill void with grout. Cure 5 days. TS-6.3.3.3 v : All concrete shill f- is ) ) ' ) "topping"1..�1�111.@t1t I l (, finished uu n( hlhicalfy. Nc topping or "plastering„ Sidewalks and curb and gutter shall receive it light broom finish. See Section TS-8 For finish of Concrete street pavement. 'FS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Cam: ' TS-6.4.1 Gcnertj: I. All concrete is to be cured it rninin)u111 OI'5 (lays after placing and finishing or 5 days alter repairing. -33- 2. Protect till concrete surfaces from damage during and after curing period. 1'S-6.4.2 ,Emis�Sl-.4`iltrl=s: 1, Forms are adequate i t leR in place 5 days, e2. Cover top with 6 mil Polyethylene sherl. 3. It' forms are removal to "stone" finish oi• repair concrete, cover with polyethylene sheets. Anchor in place. rS-6.4.3 - ks• Curb an L)a t: !, Spray liquid membrane (AS'T'M - "Standard Speeifiaations for Liquid Membrane-Forming Compound;16r Curing Concrete", Designation C-309, current edition), 2. Follow manufacturer's directions liar~prayed liquid iembrane, 3. Protect surface from damage. rS-6.5 DerectiYe Work: rS-6,5,1 Gene: I. Detective concrete work shall be removed and replaced immediately. 2. Work built outside tolerances shall be considered detective. 3. Concrete ot'inadequatc.sh'Crigth or having surface conditions indicating poor durability such as crazing, severe "nrap cracking", crumbling, or other evidence shall be considered defc-clive. 4. Engineer shall he notified immmediately when such Conditions become apparent. TS-6.5,2 11w2mtiCima': 1. Repairing of minor faults such as small "honeycomb" areas and voids may be patched. Repairs shall be made as described in TS-6.3.3.2 above. 2, Cure patched areas 5 days, TS-6.6 �UlntS: ep 1. Joints shall be constructed its shown on the plans. Unless shown on the plans, joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint, water stop shall be securely fixed in place to prevent voids or"foldover"of water stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints shall be made% ith canted 2x4 Lit least 2 %: inches frorn wall like. All construction joint contact surfaces shall be finished with wood float finish. 3. All horizontal cons t ruction joints shall incorporate 2x4 i n keyway. F lls h surface of joints with wood float. 4. Contraction joints shall be sawed to a depth equal to one-quarter of the thickness of the concrete. Unless otherwise indicated on the plans, contraction joints shall be spaced at a maximilin distance of 12 feet each way for concrete pavement. Contraction joints shall beat approximately 10 foot intervals. Joints in curb and gutter shall line up with sawed joints in concrete pavement. TS-7 ASPI_IAL,Ta.C_C.QN .jU,` 'I'S••7.1 Oencral: This work shall consist of*the construction ol'asphaltic concrete base, and surface course as shown on the plans and specified herein. '1'S-7.2 All work of this section shall be in accordance with the referenced portions of"Missouri St£uulard Spcciti�-,ations fcrr l•lighway Construction" 1986 Edition published by the Missouri State Ilighway and 'Transportation Commission, except as modified ied here, 1'S-7.3 A Lt 1 site BAISS;: 'I'S-7.3.1 5ubgrade shall be prepared as specified in Section 'I'S-2. TS-7.3.2 M �41il; : Ma I e I als shall conflorm t o Standard Specifications Sc,ctlun 301. . TS-7.3.3 Mixture:The inix Shall cunfonil to the I•egUil'ClllentS of Section 301.3 Asphalt cement content shall be in the range of 3 to 6 percent. Marshall Properties Stability 1200 Min. Flow 8 to G ' -35- I'S-7.3.3.1 Section 301.3.2 shall be changed to react as follows: Prior to preparing any of the mixture on the project, the Contractor shall obtain, in the presence of the Engineer, representative samples of asphaltic cement and mineral aggregates for tests. The samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall also submit for the Engineer's approval, a job-mix flormula f.ir each mixture to be supplied for the project. No mixture will be accepted for use until the job-mix formula flor the project is approved by the Engineer. The job-mix lormula shall be wit.hill the master range specified ft)r the particular type ofasphaltic concrete, and shall include the type and sources ofall materials,the gradations of the aggregates,the relative quantity of each ingredient, and shall state it definite percentage for each sieve fraction of aggregate and for asphaltic cement. No job-mix formula will be approved which does not permit, within the limits of'the muster range, the full tolerances specified for asphalt cement and rile material passing the No. 200 sieve. The job-mix formula approved fOr each mixture shall be in eticct until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of inaterial be changed, a new job-mix forinula may be required. The Engineer may slake adjustments in the job-inix Formula in order that the mixture meets established criteria of the Marshall mix design. The nlalxir111.1n1 tinle a job-mix will be used will be two (2) construction seasons. TS-7.33.2 Omit Section 301.3.6, 301.3.7, 301.3.7.1, and 301.4. I'5-7.3.3.3 Cmrilcrci`r) Mixture;: A commercial nlix may be used ifapproved by the Engineer. To request approval ofa commercial inix,the Contractor shall submit to the Engineer the proposed mix proportions,sources of materials, Marshall properties,and a list of projects on which it has been used. 1'5-7.3.4 .s>t1Srs1i lis��lltiL�ms�lu : '1'S•-7.3.4.1 y�cF►tliS�Cl.�i17]Jliifil�th : Bittinlln(1US nllxtUr'eti tillilll ntlt be plilced(1 )wlrcn either the rile temperature or the tenlperalure of the surface oil which the mixture is to be placed is below 40' F. (except that base courses 3 inches or more in thickness may be placed 1 when the air temperature is 35° F.) (2) on any wet or frozen surface, or (3) when weather conditions prevent the proper handling or finishing, ofthe mixture.. Mixture shall not be placed during inclement weather. TS-7.3.4.2 As hat Plant: The asphalt plant or plaints ~111111 rneet the requirements or Standard Specifications Section 301.6. Rant calibration shitil be the sole responsibility of the Contractor. T'5-7.3.4.3 j?ispluaItion W'th(, NI XtUI.Q: I'repa rlitiun ol'the mixture shall he in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404,6.3. �' -36- Transportation of the mixture shall contlorm to Standard Specifications Section 301.8; Ali adequate number of trucks to provide constant supply of';lllx to tile laying machine shall be used. The location ofthc plant sllall he close enough to the project that excessive cooling; sloes not occur. The provisions of Standard Specifications 301.9 and 404,6.3 sllall be filet. TS-7.3.4.4 ��CS� j111L1114_.M1XLtlC41: Asphaltic mixtures shall be spread in accordance with Standard Specifications Section 301 .9 and 301 .9.I. Allowance shall be made Im the slope of the outside edge sit that the finished top dimensions match those shown on the plans. The curb and butter shall be used as it gradc reference for the automatic screed control. TS-7.3.4.5 C9m=Q1jm: Rollins; ,hall begin as soon as practicable after the spreading. The Contractor shall submit to the L:rlgineer the rolling; system Ile proposes to use or the compaction of'the mixture. Rollers shall he in good condition, capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system Ior moistening each roller of- wheel. Base course shall be compacted to 951% of laboratory density. Surfilce course shall be compacted to 98%', of laboratory density. TS-7.4 ti(, ComaKtq: This work shrill consist of asphaltic concrete surface course, TS-7.4.1 M luidi: Material shall conform to the applicable sections of Standard Specifications Im Highway Construction, Sections 401, 403, and TS-7.33.1 for Grade "C", Grade"D" and 'Type"C C" except its niodified hereto. 1 TS-7.4.2.1 QrzLdjjm Max Desired Max Desired Gradation Limit Gradation Limit Gradation Pits ; Grade r' QMLQ . S:%rtt_cl�l? Simclsf..12 '.4"sieve 100 100 100 100 "2 if 80-100 88 95-100 100 No. 4 40-65 52 fro-CIO 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 WAM '1'57,4.2,! ci,ullluli�u NOT :The gradations of the aggregates will lie detennined irom samples taken thm) the hot bill~. "Type C" Pass 3/4-inch sieve loll Pass 3/4-inch sieve, retained ern %x -inch sieve f) 3 Pass V.-incll :sieve, retained 3/8-ineh sieve 0 25 Pass 3/8-inch sieve, retained ern No. 4 sieve 20 45 Pass No. 4 sieve, retained on No, 10 sieve 7 20 Pass No. 10 sieve, retained on No. 40 sieve 7 20 Pass No. 40 sieve, retained on No. 80 sieve 5 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 Asphalt Cement 3.5 7 'i'5-7.4.2.2 ► ► ►t '�' hhaltic CQm-L=: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 50'%o of the needed approved aggregates prior to placement of arty asphaltic base or pavement. TS-7.4,3 �llZecrt)j�ctnet)t, :C'onstructicmrcquiremcntsshallhe specified in'i'S-7.3,4 as amended herein. 'i S-,7.4.3.1 Weather limitations shall be as specified in '1'5-7.3.4.1 exec lit that no asphaltic concrete shall be placed when the temperature of the air• or the surface on which the asphalt will be placed is less than 40° F. 'i'5-7.4.3.2 lilug 1"n Spreading of'the mixture shall be in accordance with Sections TS-7.3.4,4 except that automatic screed control shall not be used on the surfi,ce source unless directed by the Engineer. TS-7.4.33 Ir 1111uc,-t►1 Mixtcll_Q: A commercial mixture may be approved for this work in accordance with TS-7.3.3.2. "I'S-7.5 Ttwi Coat: A Tack Coat will he required over all existing pavement to be overlaid and between each lift ofthc new asphaltic concrete pavement unless the preceding lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed aficr cleaning and preparing of the surface is complete. Application rate will generally lie 0.10 to 0.15 gallon per square vard as directed by the Engineer. `Pack coat material shall he RC-70, SS-I or SS-1 I) unless otherwise -38- approved by the Engineer, 'there will be no direct payment for tack coat. Phis work will be considered subsidiary to the asphaltic concrete pavement or base. TS-7.6 t: Measurement will be made for the various type of pavement as per the itemized bid tirrm. Where exi;-ting paverent. is being; overlaid, payment will be for Base i.eveling; COUi'Se per ton and R-w Surface Course per square yard as shown on plans. Where all new pavement is to be constructed, payment will be made per square yard of full-depth base and surf ice course per typical section. Payment will include all costs,of cleaning existing pavement or previously laid lifts and rill costs of tack coat. rTS-8 �[ZTLA CEMtj�J"I' CC,}NC�ItI 14 V MC1�1'I TS-811 Eurtland C • -Cong= The work shrill coniiirm to the referenced portions of "Missouri Standard Specifications" as n odified herein. I'S••8.1.1 Matcr'ials: Materials shalIcon florn) to Section 501 .2 ofthe"Standard Specif ications" its modified herein. Tinting; material as specified in Section 1056 will not be used. 501.2.2 Mix Design, Delete Section 501.12.1 and Section 501.2.2.2. 501.2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacks of cement per cubic yard. 501 ,14 Consistency, Delete slump table and paragraph 501.2.4.1. rHold slump as low as possible to allow proper placement of concrete. Maximum slump for pavement, curb, or curb and gutter shall be 3". All concrete shall be air entrained in accordance with Section 501.7 including; paragraphs 501.7. 1 through 501.73. Air content shall be between 4'%a and 7%. All concret4 tier curb and gutter and concrete pavement shall contain not less than 6.5 sacks cernent per cubic yrrrd. -39- Actual rnix design shall lie prepared and submitted by the Contractor to the Engineer for his approval. Submittal shall include source and properties of all aggregate, source of cement, proportions used, slump, air content and results of breaks of 5 test cylinders. Cylinders shall be broken as firllows: 2 at 7 days 3 at 28 day, Prior to starting, project, contractor shall obtain in the presence of the Engineer, representative samples of eenlent, fine and course aggregates for test. The samples of material shall be of the sire designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer's approval each Job-Mix formula. The maximurn time a Job-Mix will be used will be 2 construction seasons. Minimum compressive strength, based on ASTM designation C-39. C-31, and C- 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job cured cylinders. Concrete may be either central mixed and delivered in approved trucks or may be truck mixed. Total elapsed time from time of'combination of water and cement until all of that batch is placed shall not exceed one hour. The use of calcium chloride will not be permitted. Other admixtures may be used only if approved by the Engineer. TS-8.2 I!Qr_1Wnd Ci-aTL Il )nuQ ' 't�s�tl_t: This work shall conform to "Standard Specifications" Section 502 and substitute the following: TS-8.2.1 �„atei'ialS: Delete the last sentence of'Section 502.2 and substitute the following: Contractor will conforrn to the reiluirenu.nts of the preceding section of these specifications. Delete Sections 502.3.1, 502.3.2, and 51)2.3..2.1. Delete Sections 502.3.4, 502.3.5, 502.3.6, and 502.3.7. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 shall be changed to read as ibllows: '' -40- t�1 Auxiliary Equipment shall he available at all times as follows: a) Two or more 10-(lint straight miges of an approved type. Blades shall be replaced when edges become wavy or warped. b) Immediately following the machine floating and while tilt; concrete is still plastic, the contractor shall test the pavement surface ibr trueness by means of a 10-fbot 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-lutlftho length ofthe straightedge. All variations shall be eliminated by fitlingdepressions with freshly mixed cunercte orstri king o fTprojecti ons,and the areas so rortected shall he consolidated anti refinished by means of a long-handled float. C) Sufficient burlap, waterproof paper, or plastic: film for the protection of the pavement in case ot'rain or breakdown of curing equipment. d) Joint Seal shall cuntorni to Section 1057 of the 1926 Missouri Standard Specifications for Highway Construction. Hand placement and Imishin ' its specified in Section 50'2.10.9 will be permitted. 1 b 1 ). TS-8.2.2 Constru Lion RMUirc►tc lc►lta: Delivery tickets shall he provided the inspector in accordance with Section TS-6.2.1 ofthis specification. Delete Section 502.5.3. ajt1s?il 5026 - CL)OditiwL}; of, Su) , LLd.Q. References to other sections shall be references to those Sections as amended by these Specifications. Delete Section 502.7 and paragraph 502.7.1. Delete Section 502.9 and paragraphs 502,9.1 and 502.9.2. Delete Section 502.10.7 - Station Numbers. Section 502.10.9 Hand finishing will be permitted on the project. 502.1.6�Iip Forin Constructio u. This type of construction will he allowed on this project.. The provisions of'Section 502.16 and the succeecfirtg ptu-agraphs tts amended herein shall apply. Relcrences to other sections of the Missouri 1-fighway Specifications shall refer to those sections as modified by these specifications. �, -41- 502.16.) Sub E,rade and Base. Delete al l rcfcrences to aggregate base. Pavement shall be placed on earth subigrade and the paver and check template: shall also operate on the subgraade. Delete Section 502.17 and paragraphs 50,2.17.1 through 502.17.5. Cores will not he drilled on this proJeet unless required by the Engineer. ")'his will only be clone ifdoubt as to the actual thickness sexists. Normally edge thickness will be used as a rough check on constructed thickness. Pavement thickness will be considered to be design thickness, TS-8.2.3 I tlssl:muWnl sutsL L'avl„siW shall be in accordance with Sections 502.18 and 502.19 of the Standard Specifications as amended by they following: if cores are taken and the thickness tbund to be deficient the provisions of'502,19.1 through 502.19.3 shall apply with the exception of Type "A" curb and gutter (see typical section for end details and thickness)which shall be measured on the basis of linear feet constructed. Payment shall he continuous through residential drive approaches and shall include the hooking up ofexisting house drains that now extend to the street.. 'I'S-9 LAW—NIU2-CLi_R_AND SE11DANSU: FS-9.1 Crener;W: All areas disturbed by the construction shall be seeded or sodded except fl or paved areas. Scv- plans fir areas to he sodded. TS-9.2 'atsdsllut;: Sod shall be planted in accordance, with the following requirements. 1 Sod shall be of the best duality and when placed, shall be live fresh growing grass with suffreicnt soil adhering to the roots. Sod shall be procured from areas where the soil is Fertile and contains a high percentage ofloarny topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall he approved by the Engineer befiare cutting and harvesting. The sod shall be transplanted within 24 hours fi-orn the time it is harvested unless it is stacked at its destination in a manner sat.isfiaclory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between tile; time of cutting and planting of the sod. Before placing or del.msiting sod on areas to be sodded, all shaping and dressing of the areas shall have been cornplceted to the saatisfaction of the Engineer. 'Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be -d2- 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 ofthe entire work. No sodding shall be done during the period from ,tune I to September 1, unless the planting; season is extended by the engineer. TS-9.3 &,� After shaping,placing 4"oftopsoil,and dressing of areas to be seeded have .� p been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied tit 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 rather 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, mooring, and any other operation necessary to provide an acceptable grass cover shall be provides{ by the contractor at no additional cost U.► the Owner. Seed shall be applied tit the rate of'300 pounds per acre. The seed shall be composed of a mixture of 60% "Derby" Rye grass, 20'Yo creeping fescue, and 20% Bluegrass. Bluegrass may be either Ram 1,Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons per acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of seeding in any or all areas required to be seeded. Protection.and Repair: The seeded area shall he free of traffic. If at tiny time before acceptance becomes Bullied or othcnA,ise damaged, or the seeding has been damaged or destroyed, tine affected portion shall he repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittal;z: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or ' manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance: with these Specifications and with specifically named state laws and regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. "1"S-e).5 �,Si(�lizS�s2.�M4'34�.4!1.411L1�'lll: TS-9.5.1 DRfmi The term "grading limit" as used in this Article, shall mean tiny orthc t'ollowing: (a) The location ofa line determined by the interspection of the cut or fill slopes shown on the (Tans with the existing;surface, plus allowance file rounding tit sueh intersection its shown on the flans. During the course of'tile work the l;ngincer may direct that the grading limit he elsewhere than as determined by the foregoing, told, in such case, the grading limit will be tit the location as directed by the Gtlgineer. (b) For structures placed in excavations and for pipes in trenches, five (5) feet outside a vertical [)lane through the outerrtlost surfaces or the neat lines of such structures or of'the pipes. 'I'S-9.5.2 Measurement will he made orlhc area seeded (Iloriroutal measurement) to the nearest 1/10 acre. Measurement will not be made beyond it line 5 fect outside the grading limit. 1"S-9.5.1 5szcltliag: Measurement will he made of the areas sodded(slope measurement) to the nearest square yard. Measurement will not he made beyond a line 2 feet outside; the grading linliI, rS-9.6 �.ta of r'ay=j is I'S-x).6.1 ilW S_Od(jjRU: The amount of completed and accepted work, measured as provided shall he paid fior at the contract unit price bid per acre for seeding and tit the contract unit price bid per square yard for sodding. TS-10 FiN L D ( N_C_IRJ:.L L)S)-1 RU- aQX—OU 1.1 Y EAIN1. (LWA LS TS-10.1 r.'cnc til; 'T'hese items shall he bid on the lump sum basis to include: the necessary excavation and the disposal of any excess excavation material from the channel to allow construction or the proposed structurcS and all materials and labor to complete the construction of a I I x 9 R.einlbrced Concrete DOUNC BOX Culvert and all Retaining Walls according to the plans and specifications. TS-10.2 Lisp.i1L(sustLS1e:11�L.�1iitL�tl41CS : All reinlbreing steel to he used IOr this 5ti'lWtUrC shall be deformed bars meeting file requirements orthe Hollowing:Grade 60 ASTM it 615-70 Deformed Billett Steel Gars -44- Concrete Retrlforcetllent. Reinforcing; steel shall he protected firorn damage at all tittles. When placed in the work, it shall be free front dirt, oil, paint, grease, loose mills scale., thick rust )rnd other foreign substances. Reinforcement lot- the tap slab shall be held securely in correct position by means of'approved metal bar supports and ties, Bars rn the lop slab shall be tied at each lap or crossings or closer. Care Audi be taken to maintain proper clearance between the fitrms and the reinforcement. The steel shall he tied in correct position and inspected bef lire any concrete is placed, Such inspection will not relieve the contractor ot'his responsibility for constructing the unit ill accordance with the plans. TS-10.3 11tuliW'' Fornis for concrete shall he built true to the Imes and grades designated and be mortar-tight and of sound materials adequate to prevent distortion during the placing and curing of concrete. All concrete shall be formed unless otherwise specified. It' during or nfler placing the concrete, the fitrms sag or bulge:, the concrete affected shall be removed,the lbrins realigned and new concrete placed. C.."onstruction camber to take cart; of shrinkage or settlement impairing the strength of the structure by the t'eduction of delith will not lie permitted. 'i°he fi►rrns shall be designed fir a fluid pressure of 150 pounds parr cubic loot on horizontal surfaces and 30 pounds per square toot on vertical surfaces fi r impact and vibration. '1'S-10.3.1 Eiw-v 1.u1 bu- of lornls Im exposed surfaces of concrete shall present at smooth dressed sut•fi►ce free of louse knots, knot holes, and other defects. The spueing of supports and the thickness of face lumber shall have a )nininwm nominal thickness of'one inch for solid lumber or 5/8 inch for plywood. Fornl materials shall be placed with horizontal .joints, Triangular molding, smooth on three sides and having 3/4 inch width on each ol'the two farm sales. shall be used to level all exposed edges of the structure, except where special levels are shown on the plans, rS-10.3,2 Fanus i� Ze-wwd shall he in good Condition. Form lumber which is unsaltistitctur in C, Y any respect shall not be used. I'S-10.3.3 -- _ . .. ._ _ ._ . lernit their removal without dama g e to the concrete, C'oflcrdanl braces or struts which will extend Through any exposed concrete section will not be permitted. Forms under copings and around offsets may he given a droll o1 not more than orle inch llcr lbot to permit removal without(Ialrllage to the concrete, For narrow walls where access to the bottollis of the fin•ms is not otherwise obtrainablc, an opening shall be provided so that chips, dirt, sawdust, ol. other extraneous material may he removed inunediately prior to placing concrete. ' -=45- rTS-10.3.4 Ties and spreaders and al rectal annlic n��c�s used inside of fortes to hold there to correct alignment and location shall be so constructed that aflerremoval of forms,the metal may be removed to a depth of at least one inch below the surface of the concrete. Metal tic rods used insicle the fiorms where concrete will have an exposed surface shall be a type which will not produce a cavity at the surface of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as ties shall not be removed by pulling them through the concrete. Wire ties and pipe spreaders will not be permitted, and metal or wood spreaders which are separate from form ties shall be removed as concrete is being placed. A halt-through method of'supporting firms flor massive substructure units may be used with the approval of the Engineer. No firm ties shall be embedded in concrete above the roadway surface on bridges. 'fS-10.3.5 Cavities produced by the removal of metal tie rods shall be carefully filled with mortar composed c. ]'approximately one part cement to two parts sand. White cement shall be added to the mortar if accessary to obtain the: required color. In order to reduce the shrinkage, no mortar slrall be placed in the cavities until 45 minutes after the initial mixing. In lieu of the above, any approved non-shrinking, non-staining type of mortar may be used. After the cavities are filled, the surface shall be left smooth, even, and unifibmi in color and texture. Tie.' rod cavities in surfaces against which backfill is to be place(] shall be filled with mortar or an approved plastic compound meeting the requirements of Section 1057.3. Patching of tic rod cavities in the interior surfaces ofbox f rinders will not be required. TS-10.4 )?.ort1m Cement Concrete 'Phis itern shall conform to the Missouri Standard Specifications for Highway Construction, Class B concrete with a coarse aggregate classification of Gradation l). Osage River Gravel. Fine aggregate shall be Missouri River Sand, Class A. It shall be a 5.81 bag mix with an air content of four (4) to seven (7) percent. Finish for bottom slab shall be travel and finish for top slab shall be broom. TS-10.5 Excavatkni 'file contractor shall be responsible fir excavation required to complete the proposed structures in place. The contractor shall establish a sound bedding before pouring the bottom slab and footings. TS-10.6 1 111�1„s�1 L.��lU�lt � 11 1S!Q The contractor shall erflorm or have perlonned the following tests to insure the p 1 g strength of'the structure when completed. Such tests in no way relieve the contractor of'his responsibility for the construction ol'this structure and its acceptance after final ! ' inspection. (Payment for this item will be included under the bid item for Double I ' Box.) TS-10,6.1 %lwp-T&-9: Slump Tests shall be taken during each pouring and shall not be less than 2 inches and not more than 4 inches. rS-10,6.2 Cotnp1:mis211j.Q,,;1: Cylinders 6 inches in diameter and 12 inches in height shall be used in determining the compressive strength, The contractor shall make 1 cylinder per 25 cubic yards poured. "rs-11 �:'lil.1 - L4NL'UI31Y��Y_AXJ.: T5-1 I.l Crushed stone driveways shall be constructed in accordance with the details on the flans rind with the requirements of'Missouri Highway Specifications Section 304 for aggregate base course except that the provisions fir measurement and payment therein shall not apply and except as modified in this section, TS-1 1.2 . > > ,a 1,Y12v.: 'type I TS-11,3 The required thickness may be compared in one laver. Required density of compaction shall lac not less than ninety (90) percent. rS-11.4 Where practicable, utilize temporary surt3rcing material as subbase to improve stability(.)I'crushM I stone drives and to reduce amount of added material required. FS-1 1.5 Crushed stone drives shall be carefully graded to drain. 1'S-1 1.6 Measurement ofcrushed stone drives shall be to the nearest 1 square yard. IrS-1 1,7 Payment shall heat the unit price bid including all labor, equipment and materials to construct the driveway complete: including suhgrade preparation. TS-12 RIP_RAP: TS-12.1 Vic- W: Rip rap shall be furnished where provided on the Plans or where otherwise directed, Rip rap shall be durable limestonM meeting the regcriretrients or Missouri Highway Speci fications Sections 61 1 .31, 611.32 and 611.33 for Type 2 flock Blanket. The minimum layer thickness shall be one and one-halt'(1 '/2) feet. The surface of rip rap shall he flush with the surrounding finished earth grade and grouted, TS-12.2 111aligQl at: The Contractor shall notify the Engineer of the sourer: of rip rap prior to its delivery in time to permit its inspection. _47- 12.3 StL�'.11�t'.t�,t..t1l_1i1,_I'_;1y1114t1t: Rill Rap will be measured complete tilt(] in place to the nearest square yard of surface area (;?lope measuremcnl), Payment at the unit price hid will be full compensation ibr all costs of excavation and furnishing aired placing rip rap as shown on the plans and specified herein, FS-13 YAJIQN: TS-13,1 fir : Should rock be encountered in two or more ledges, each ledge being more than six f 6) inches thick and with interlying strata of earth clay, shale, or grave) not more than twelve (12) inches thick in each stratum, the attire volume between the talc ledge and bottom ofthe bottom Icdge will he classified its rock, (Sec Artiele TS- i2 fbr detail specifications.) TS-13,2 1 ):�xp1t2,�IY4 When explosives arc utul in the prosecution of work, the Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in a sale planner and Ill compliance with till existing statutes anti ordinances and all places used firr such storage shall be marked clearly"DANGEROUS EXPLOSIVES". The Contractor shall wtu•n till persons in the vicinity of the clanger area when explosives are being used, The Contractor shall stive the City and its agents, officers, till(] employees har•ntless from any claim growing out of the use of such explosives. Removal of any item or material of any nature by blasting shall be done:in such planner and at such time as to avoid damage tiffecting the integrity of the design and to avoid damage to any new or existing structure included in or adjacent to the work. Unless the plans, special provisions, or the Engineer restricts such operation, it shall be the Contractor's responsibility to determine it method ofoperatiou to insure the desired results and the integrity of tile completed work. Blasting will not be permitted until it Contractor has obtained prior insurance and has obtained it permit front the City Fire Department. rS-13.3 M_Q=m tat_sL._sLY.msat Rock excavation shall be hid oil unit price per cubic yard and final payment shall be based oil field measurement, Rock is defined its being, sandstone, limestone, chert, granite, sillstone, clutu•tiite, slime, shale, occurring in its r►ahiral undisturbed state, hard and unweathered or similar material in matiscs store tharr f ! cubic yard ill volume, in ledges six (ti) inches or• more in thickness, r TS-14.1 4i�i� liu ;tnt11� 1?ttilclitu;l � l : TS-14,1 .1 Sis�tts:�cil: (11) Each existing storm or sanitary sewer manhole encountered within the graining limits, whether err tot shown on the Plans, and which is to be left in service shall be raised or lowered to the new grade and slope. (11) All construction work in connection therewith shall he in accordance with the ® lipplictible details on the manhole sheet of•the(lriiwings. Manhole steps shall A! lie properly reset and spaced. All new ccit)struction with brick shall be given a threc-fiiurths ('/) inch mortar coat on the outside. All new construction with brick or precast concrete shall he given one heavy coat ol•coal tar paint. (c) In areas to he paved of-surface(( the work shrill be accomplishccl an(1 protected in such a manner as to not create a traffic hazard and to provide for proper construction and compaction oflhe sub-grade and pavement adjacent to the manhole. ((I) Precautions sh1111 he taken to drop no dehris into the bottoms of manholes. Any debris so dropped shall he immediately removed to prevent being washed down the sewer line. (e) The Contractor shall verify lily himself the types of construction of the existing manholes. TS-14.1.2 LwytQduaAtualid) tL%: (it) wherever possible, the manhole shall he lowered without resetting of, rebuilding the con% (This will be clnssi f ied a:; "Adjust Manhole to Grade"), utilizing one or both ofthe Billowing methods: I . Remove existing stiiaiphl neck brick or precast concrete,ring sections Mid 1Ower existing cast it-oil ring aml cUVer. ' 2. Remove exisling cast iron rill(!, and furnish till(] set shallow type eas( iron ring, "type a, as shown on the flans, (nutchilied), or c(luivalent, (lesit ncd to i-cceive existing cover. b When , O Vh.n the ruluu•cd low(,r inl,is �,teater than can be accomplished 11s sp(,eiltc.d in the above subparagniph, (lie work will he chlssifiecl ,11; "Rebuild Manhole to Grade", which shall he accomplished bV (111e of the Rd lowing methods: I. Precast concrete shall he removed and reset, removing one or more precast concrete rings below the core, lurnishing any necessary shallow depth straight concrete rings below the colic or concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset, or, i f'necessary, a shallow type ring shall be furnished as specified in Item 2 ol'sub-paragraph S-14.1.2 (a). 2. Brick cones shall be torn down and rebuilt with brick, using eccentric or concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to Pirty (40) vertical. The existing crest iron ring and cover shall be reset,or, i f necessary, a shallow type ring shall be furnished as specified in Item 2 of subparagraphs S-14.1.2 (a). I'S-14.1.3 Liti1�131b lllstl�' : (a) Wherever possibtc, the manhole shall be raised without resetting or rebuilding the cone. This will be classified as "adjust Manhole to Grade". This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick; or an appropriate combination thereof; and resetting the existing cast iron ring and cover. The maximum allowable height of straightneck section, measured to top of cast iron ring, shall be twenty-one (2 1) inches unless otherwise directed by the FAigineer, (b) When the required raising is greater than can be accomplished as specified in the above subparagraph, the work will he classitied as "Rebuild Manhole to Grade", which shall be accomplished by one of the lollowing nlcthc►ds: 1. Precast concrete cone shall be removed and reset, adding one or more precast concrete rings below the cone, furnishing any necessary concrete or cast iron adjusting rings abovc the cone. The existing cast iron ring and cover shall be reset. 2. Brick cones shall be torn clown and rebuilt with brick, using eccentric or concentric cone as required to meet clearance conditions. An eccentric cone is prel'erred. "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. TS-W. l'h. Contractor shall furnish all materials required Im adjusting and rebuilding manholes. Suitable materials salvaged front existing nl;Ulholes may be reused as needed. If'directed to replace any cast iron item found to be unsuitliblC through 110 CaUlt ofthe Contractor, payment for the materials only will be made in accordance 1 with they provisions of Regulations of'the Contract ntract Article FC-21. -50- 'rS-15 UNUEl.Zl2)3E�lI�: 1'S-15.1 l: The C'untraetor shall install Underdrains where directed. None are shown on the i'lans. He shall have an available source of underdmin materials so that they caul be quickly obtained when it is determined where and it thcy tire required. However, such materials shall not be ordered until directed by the t ngincer. Underdrains shall be installed only at locations as directed by file Engineer. i. J'_imtor llilds.l'tly;,li.11: "Missouri IlighwuyShecifications"Section 1022,With necessary fittings. Pipe, fittings and shall be fully bituminous coaled after labricatiolr in compliance with the rcquirenients of AASI-10 M 190, Diameter of pedlorations tiller coaling, shall he not less than one4ourth ('i,) inch, "'eistl lUt�.L.t1dSutrilill: Natural sand, mecting the requirements fear Fine Aggregate, MCIB Scction 4. i'5-15.3 hLgd alit: 1, Installation of, underdraills shall lac in accordance with the details oil the Plans, with "Missouri Highway Specifications" Sections 605.1 I, 605.12.1, 605. 13,2, 605.13.3, and 605.13.4, and in accordance with the Collowinb items. 2. Underdrains will o,enerally be discharged to the rlcures;t storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preleral ly be in upper two thirds(2!3)ol'pipe height, in ditcllcs,a ►11II1illIL1111 Of'Six (6") inches above buttons of,ditch. 3. Break into morn) sewer or drainage structure and grout Ln derdraill in pipe into ass fin• branch connection as shown on the flans. Use granular fill beneath underdrain pipe 10 bottom of storm sewer trench or structure excavation. 4. A seclion ofnon-pert'ilratcd pipe,of length tits; specified by the 1?ngineer, shall be installed at the outlet end. 5. Seal around underdraill with clay near millet ends to confine water in the pipe, ti. Aggregate for UMICI'drlill Shall be Compacted to final sctllenlcnt by ponding. ■ -SI- i'S-15A uid-ltlytlwit: llnderdrain pipc shall he nleasill-ed per lilicar foot complete including trenching, instaliation, granular fill and hackfill. 'I S-16 PAVEMEN'E-MARjQaQ: TS-16.1 �LQps: Funnish and apply �N,Inite and yellow thermoplastic reflectorired pavement marking materials as indicated oil the plans. Cold Lil 1ju,1. type shall be used Im- all markings and shall consist ()I'll homogenous, extruded,prefabricated material ot'specified thickness and width,which shall contain reflective glass spheres uniformly distributed throughout the cross section, and shall be applied to the pavcrnernt surface by mauls ofa pre-coated adhesive and pressure. TS-16.2 Maw-[ L.: TS-16.2.I �' 'llmq: rt) Materials will be considered only fl-unn nntlriulacturers otrellectoriz d plastic pavement markers and legends, who can submit evidence of successful product use over tine past five (5) years, snider climatic conditions similar to that of the work location. b) Each work and symbol marking shall be supplied with !i diagram with each section nui?lbered to Con-espond with the completed layout. C) The plastic marker shall mold itsel f to pavement con(ours, breaks and fllults, merelyby traflic fiction is normal pavement temperatures. The plastic marker shall have resealing characteristics such that it will fuse with itseltand with ' previously applied markings of the same composition under normal conditions of use. I'S-16.2.2 5: nnoSit�iL�S�S�.it4ll14171�: a) As supplies(, the plastic without pre-coated adhesive shall not be less than 0.06" in thickness. The edges shall he clear cut and true. b) Plastic shall be supplied complete with a pre-coa(ed adhesive and an easily removable hacking shall protect the adhesive in storage and facilitate rapid application. C) The-plastic and its adhesive shall be sufficiently tree of tack so that it can be easily handled without the protective backing, Sind be re-positioned on the surface to which it is to be applied, before permanently fixing it in this position with a downward pressure. 1 -52- TS-16.2.3 Pl�ysicLLt�gjitllili : a) Bold Igs : The plastic shrill be of such a structure that at a tell)perattire of 80° F., it piece of3" x 6" (with backing) 11111ced upon a 1" diameter mandrel, may be bent over the mandrel until the end faces are parallel and I" apart. There slulll be no fracture lines apparent in the uppermost surface by visual inspection. b) ga 1sst: The plastic shall reseal to itsell'when tested as speeilied, Cut I" x 3" pieces ol'plastic, Overlap these pieces face to face Ittr an area of 1 sq. in. on it flat steel plate, with the backing material remaining in place. Center a 1,000 gram weight over the I sq. in, overlap area, and place ill an oven at 1900 s 10" F. li►r two (2) hours, Aller cooling to roost temperature. the 1 pieces shall not be separable with tearing. C) ti_ 211 CS�I�s�J li►111: The plastic shall have glass sphere retention qualities. A 2" x h" spceinlert of plastic shall be cut at a right angle to the beveled edge and bent parallel to the howled edge ol'a !:" mandrel. While the specimen is bent, it strip of' ' ." wide masking tape (such as Utilitape, ►manufactured by Permacel) shall he applied firmly itlong the length of the area of nlaxinluln hend and then removed. Should any glass spheres remain on the masking tape when the strip is removed, the sample shall be rejected. d.) The surface friction ol'properties of the plastic shall not be less than 35 (3.P.N., when tested according to AtiTPO t?-303-06'I'. e) Lateral S�]�1G A: A 3" x 6" phlStle pi11101 sluill by applied to it 3" x 6" piece ofcarborundunl extra coarse emery cloth. or its equivalent, so that 3" x 3" overlap occurs, The application shall be such that it pressure ol'50 p,s,i. is placed on the panel for 30 seconds. The overlap ends shall each he clamped with one end Ill a fixed position, a sudden load of S0 lbs. shall be applied vertically to the other end. Upon immediate loud release mid examination, there shall he no noticeable slipping or Iraclure ol'the adhesive coating. This test shall he conducted at a lertlpeTalure ol'betweeu 70" F, fond 80 1) 17. f) e5'vc ; t t> Ais�igth: Specimens Shull he tested according,to the method described in ASTM (7-038-01T its modified t►, tend the adhesive shear strength. The samples shall he prepared its 1611m\,s: 11hislic samples cut ati described in paragraph 207-3.3(i), shall hitve applied to the adhesive face it 1" x 3" piece ofcarborundunl, extra coarse enury cloth, or its equivitlent, so that there is I sq. in. overlap at one end ol'the plastic specinncns. A pressure, of'50 p.s.i. shall he applied over this area of a period of.t() st-vonds, load shall applied by gripping.each end of the test piece in a Nuililble telisile test machine such as a Dillon or Scott 'fester. The rrvcnq?,e oi'the load required to break the adhesive bond shall not he less than 10 Ibs. 'I°he speed of'testing shall be 0.25" per minute. The test shall be couciuctcd at a temperature of between 70° F. and 80° F. TS-16.3 Submittal : The Contractor shall furnish n manufacturer's eerti f ication,in triplicate,uttesting thttt iall materials supplied conform to the requirements of' these Speci I'll cations. 'rile certification shall include,or have attached,specs fic results oflaboralory tests for the specified physical and chemical properties as determined from samples representative of the lot or logs of thermoplastic compound. glass spheres and reflectorized plastic rnarker material supplied. TS-16.4 Measuring and-Premarkinr=: TheContractor shall do all measuring and pre-marking required lorapplication of the pavement markings. TS-16.5.1 Application Requirements: Cold applied thermoplastic materials shall be appl ied to clear,dry pavement surfaces, free of dirt and foreign matter,by removing the release paper and placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. 'The pavement temperature shall be 60' F. or over, unless special instructions are supplied by the nlauufircturer for application at temperatures below 60° F. TS-16.5.2 The manufacturer shall supply detailed inl'orniation concerning, any special application procedures. Any necessary activators for the adhesives or various special coatings for different pavement surfaces shall be supplied. TS-16.6 eth f Measurement: M o o emeriti Measurements of the marking are given on the plans for informational use only. TS-16.7 Basis of Payment: Payment for pavement markings will be madc.at the contract lump sum bid price and shall include all material, labor and incidental items necessary to complete the work as shown on the plans. TS-17 OMITTED -54- TS-18 TRAFFIC SIGNALS: TS-18.1 General: All traffic control signal equipment, materials and construction methods relating thereto shall conform to Section 902,"Traffic Signals"of hlissQuri Standard Sp�c�lcati_ons fo Hi Th}may Constniption. t986,except as amended by the additions, deletions, and substitutions of this Article. Where any section of the Missouri Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the Plans,or the Missouri Standard Specifications, these Technical Specifications shall govern. TS-18.2 �p-q: The work of this section shall consist of furnishing and installing traffic control signal equipment and materials as shown on the plans, as set out in these Technical Specifications and as directed by the Owner's authorized representative(s) to result in a complete and finished job. TS-18.3 Section 902.3, "Materials", of the Missouri Standa cr i Specifications for Highway Construction is modified by adding the following paragraphs: 1 A. Section 902.3.5.1 "Multi-Conductor Cable" shall be amended b the > Y addition of the following: 1) As an acceptable alternate the Contractor may use multiconductor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) for Polyethylene- Insulated, Polyvinyl Chloride Jacketed Signal Cable. B. Section 902.3.5.3,"Induction Loop Detector Cable", shall be replaced by the following: �lI 1 Induction loop W detector cable shall be No. 14 AWG, THN or THH'N, soft drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of 1/32-inch. TS-18.4 Section 902.4, "Equipment", of the Missouri Standard Specifications for Highway Construction is modified by adding the following paragraphs: A. Section 902.4.1, "Signal Heads" shall be amended by adding the following: 1 The hou in g, si b nal hardware, visors,louvers,and lenses may Iso be polycarbonate. 2) Lamps for signal section optical units shall be furnished by the Contractor as follows: �I -55- 'I Lamps for 12-inch lenses shall be 150 watts. All other lamps shall be clear 116 watts. Signal lamps shall be minimum life rating of 8.000 hours,guaranteed by the manufacturer, Horizontally mounted lamps shall be installed with the open segment of the filament up. D. Section 902.4.4, "Power Supply Assembly", shall be amended by adding the following: 1. The circuit breaker cabinet as detailed on the Plans for the power supply assembly shall be installed on the existing wood poles as shown on the Plans. TS-18.5 Section 902.5"Construction Requirements",of the P uri Standard Spegifications for Highway Construction shall be amended by adding the following: A. Section 902.5.1, "Pull Boxes and Junction Boxes", shell be amended by the addition of the following: 1. Concrete pipe, meeting ASSHO Specification Designation M86 for non-reinforced or M i 70 Class III for reinforced of suitable length and diameter, and provide with cable hooks,may be substituted for other types of pull boxes with the approval of the Owner's authorized representative(s). 2. Expansion Cast ABS(Acrylonitrile-Butadiene Styrene)thermoplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. 3. Delete subsection 902.5.1.4. 4. Junction boxes shall be installed at locations shown on the Plans. They shall be of the sizes and designs as shown on the Plans. 5. The Contractor, at his option, may submit in writing to the Owner, pull box or junction box designis with materials, shapes, and dimensions deviating from those required by the plans and specifications for possible use on this project. The submittal and approval must be completed prior to including such deviating designs in the construction bid. -56- B. Section 902.5.3, "Conduit System", shall be amended by the addition of the following: 1. Yolyvinyl chloride pipe schedule 40, UL approved, may be used in lieu of rigid steel pipe. C. Section 902.5.7, "Wiring", shall be amended by adding the following: 1. The detector loop wire shall normally be No. 14 AWG, THWN, Stranded of a continuous length from the spliced connection to the pair of shielded conductors in the lead-in cable. The splices will be rpermitted in the length of loop wire beyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall be protected by a flexible vinyl plastic tubing of 3/16 inch ID,a minimum of 1/32 inch wall, 1/4 inch OD. The tubing shall be capable of resisting deterioration from oils and solvents. The tubing shall also be highly abrasion resistant and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number of turns as shown on the plans, or as directed by the Engineer. The tubing shall be of continuous length from the point of splicing of the loop wire to the lead-in cable. No splices will be made in the tubing. 2. At the time of placing the loop wire in the sawed slots,the ends of the tubing shall be sealed to prevent any entrance of moisture into the tubing. 3. All lengths of loop wires and tubing that is not imbedded in the pavement shall be twisted with at least 5 turns per foot, including lengths in conduits and handholes. 4. 'The electrical splice between the loop lead-in to the controller and the loop wire shall also consist of providing a watertight protective covering for the spliced wires, the shielding on the loop lead-ins, and the end of the tubing containing the loop wires. The splice shall be made by the following method: a. Remove all lead-in cable coverings leaving four (4) inches insulated wire exposed. b. Remove the insulation from each conductor of a pair of lead- in cable conductors for one-half (%) inch and scrape both copper conductors with knife until bright. '� -57- C. Remove the plastic tubing from the loop wires for one and one-half(1 '/2) inches. d. Remove the insulation from the loop wires for one half('./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. f. Center all conductors in a splicing mold. The mold shall be approved by the Engineer. �. 'ti the spliced wires in the center of the mold and fill the g. Position � p mold with a sealant or epoxy-type resign. The sealant or epoxy-type resin used must be approved by the Engineer. 11. Cover the exposed shielding, ground wire and end of any unused loop lead-in where the sheathing was cut, by liquid silicone rubber. Apply Butyl Rubber Polymer Tape sealant between the wires and completely cover the silicone rubber. 5. External surge protection is required on each loop detector which will meet or exceed the following requirements: a. Unit must be a three terminal device capable of protecting the j detector against differential (between the loop loads) surges, and against common mode (between leads and ground) surges. b. Unit must be of the inductive type with a maximum DC resistance of 150 milliohms. C. Unit inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. C. Unit must be a two stage device capable of clamping a 250 ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. f. Unit must clamp a 250 ampere common mode(between leads and ground) surge to 20 volts. 6. 'The controller cabinet must be furnished with a surge arrestor on the � -58- AC service which meets or exceeds the follolving requirements: a. Unit must be Capable of withstanding repeated 20,000 ampere surges (minimum of 25). b. Unit must have internal follow-current limiters (resistive elements). e. Unit must contain 3 active clamping stages minimum. d. Unit must self-extinguish within 8.3 milliseconds after trailing edge of surge. C. Parallel impedance of' 1 limiters must be lest; than .15 ohms. D Section 902.5.10, "Painting", shall be amended as fellows: I. All exterior metal parts of the signal heads, including mounting brackets and other hardware, except door fronts, insidequd outside of visors, louvers,and backplates,shall be primed and painted with a standard Federal Yellow enamel. 7 or •cLs, Znsicle_m�L_otsi - of visors, louvers, and backplates shall be painted flat black and in their entirety, except backplates constructed from black thennoplastic material. 2. PoIycarbonate components, ifused, shall be the carne color as specified for painted metal parts. TS-18.6 Traffic Si=11 Oper 'c n i'Olrc,teS: 1. During the course of signal installation and until the signals are laced in b 6 6 p operation, signal faces shall be covered or turned away from approaching frl When ready for operation, they shall be securely fastened into position facing toward approaching traffic. After the signal installation is complete, the Contractor may put the signal in operation for test purposes only. However, the signal shall not be put into permanent operation until authorization is given by the Owner's authorised rcpresentative(s). 11. When the Contractor is certain the traff is signal controller and control accessories are working properly,and all signal equipment is properly installed, he shall make an inspection appointment with the Owner's 1 authorized representative(s). -59- b. After a thorough inspection of the signal equipment and in,tallation, the Owner's authorized representative(s) may authorize the Contractor to put the signal into permanent operation. This authorization will be given it' all signal equipment is working properly, of if public safety and convenience warrants the operation ' of the signal before all correction, have been made. C. A written communication confirming the permanent signal operation authorization and the findings of the inspection shall be prepared by the Owner's authorized representative(s). The findings of the inspection may include the acceptance and approval of the signal or a list of signal or a list of signal deficiencies to be corrected. d. if the inspection finding contain a list of signal deficiencies, the Contractor shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut down to make the necessary correction, the Contractor must receive authorization from the Owner's authorized representative(s) belbre this action is taken. When the Contractor is certain all corrections have ben made he shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection of the signal, a written communication confirming the acceptance and approval of the signal shall be sent to the Contractor by the Owner's authorized representative(s) at the end of the 15 consecutive days of'operation of said equipment. TS-13.7 Guarantee and Maintenance: 1. It. The Contractor is required, until the end of the one year guarantee period covered by the Performance and Guarantee [fond to: 1. Guarantee all traffic control signals against defective equipment, materials, and workmanship. 2. Maintain all traffic control signals in connection with specific items enumerated in paragaph 'T S-14.7.2. b. This requirement applies to all traffic control signals under this contract. C. 'rile intent is that at the end of the one (1) year guarantee period the Owner will have properly operating and serviceable traffic control -GO- r signals, that defective equipment, materials nn<l workmanship will have bean con-ceted; and that any necessary maintenance in connection with specific. items enumerated in paragraph TS-14.7.2 wether or not due to dcfcets in Contractor's materials and workmanship, will have been accomplished. Ail materials and Installation flor such work will be a the Contractor's expense. ?. C'o��dil.ioUs i4lt�iritl Correction : Any adverse conditions which affect the use, function, operation, quality or life of the traffic control signals shall be corrected, including the following: 1 u. 'Traffic: control signal equipment malfunctions; including, but not limited to the following:signal controller mal Functions;vehieularand pedestrian detector malfunction; electrical cable malfunctions; and failure of traffic signal units, poles and mast arms; which affect the function and safe operation of the traffic control signals. 1). The following conditions are excluded and are not considered the responsibility of the Contractor. 1 1. Traffic signal lamp replacement due to lamp burn-out. 2. Damage to traffic control signal equipment and materials resulting from acts of vandalism, traffic accidents, natural disasters, or street cuts or excavation within the right-of-way of others. 3. Szenu 1 e c ' -ements for Corrective and Maintenance Wc : a. All corrective and maintenance work shall be done promptly upon notification by the Owner in order to prevent unnecessary inconvenience to the traveling public and to minimize traffic safety hazards. b. All work shall be in accordance with these specifications and the highest standards and methods of the traffic control signal industry. The Contractor shall submit his proposed methods and designation of equipment and matec-;als to the Owner. for approval in advance of such work. 1 TS-18.8 sib i : The Contractor shall Fu7lish, in triplicate, a list of equipment and materials to be installed, showing name ofmanufacturer, catalog or descriptive data, and shall furnish manufacturer's certi fications, in triplicate attesting that all materials tsupplied conform to the requirements of these Specifications. ' -61- '1"5-18.9 Ej.QhLLdyQuj: All work covered by this Section shall be done to the litres shown on the Plans or as directed by the Owner's authorized representative(s). The Contractor shall be responsible for all field layout work. subject the approval of the Owner's authorized rcpresentative(s). TS-18.10 Method 2f Measu ement: %]1Qr1�1_JYLc'�s 1ll�II1 shall conform to Section 902.8, "Method of Measurement", of the 1986 M,gS1. d—S1t1 lard-5lZ ift tltiolL�f9Y Highway QQns ruction. TS-18.11 Bg is of'Pay.Lent: Accepted traffic control signals, measured as provided, shall be paid for at the Contract unit price for each of the pay items included in the Proposal. No direct payment shall be made for any incidental items necessary to complete the work unless specifically provided as a pay item in the Contract. TS-19 QjYjiTT TS-20 FENCING TS-20.1. v ,,and Re-setting Fence: Wherever existing fences lie within the construction limits or wherever shown on the plans, the Contractor shall remove and store the fencing during the construction of that portion of the project that is in conflict with the fence. The Contractor shall take care not to damage the fencing materials during this operation and shall be fully responsible for any damage to the fencing materials caused by his operations. Any damaged materials shall be replaced by the Contractor and at his sole expense with new material equal to that from which the fence was constructed. The fence shall be reconstructed in accordance with best accepted fencing practices. All posts shall be cleaned of existing concrete and re-set in concrete. Prior to removing any fence the Contractor shall contact the property owners so that they may take necessary steps to confine any animals or children normally kept within the fence. It may be necessary for the Contractor to erect temporary fencing during; the period between the actual construction and the re-setting of the permanent fence. Wherever this is necessary so that the property owner can retain normal use of his yard, the Contractor shall provide and erect such temporary fencing at no cost to the Owner. Removal and re-setting of i'ence will be paid for at the unit price:bid per linear foot. -62- FS-20,2 rar, Fencing Wherever permanent fencing that is used to contain small children or animals must be removed to accommodate construction, the Contractor shall erect temporary fencing suitable to perform the function of the permanent fence until the permanent fence can be restored. The construction of the temporary fencing shall be coordinated with the property owner to cause as little inconvenience as possible. in no case shall such area be left unfenced over a weekend or for more than one weekday. At the Contractor's option, materials from the existing fence may be used for the temporary fencing. I-lowever, tide Contractor will be fully responsible for restoring the permanent fence in condition at least equal to that prior to construction. Temporary fencing will be subsidiary to the other items of construction. TS-•21 CERTIFICATES OF COMi'L.Al NCF: TS-21.1 Genergl: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, producers fabricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in connection with the work conform to the requirements of the Specifications, as provided in the various sections of these Specifications. b. Whenever the items so certified deviate from the requirements of the Specifications,Plans and otherContract Documents,then the Contractorshall point out such deviation in the letter of transmittal. Unless this procedure is followed and such deviations are specifically approved by the Engineer in writing,then the Engineer's approval of such certifications will not constitute approval of the deviations. C. Said certificates may be accepted by the Owner and Engineer as adequate evidence of compliance with the Contract Documents. However, at its option, the Owner may test any or all of said items for compliance. If found to be in compliance with the Contract Documents, the cost of testing will be borne by the Owner. If found to be not in compliance, the Contractor shall pay for such testing. TS-21.2 Rcouircinents For Certi& Lsai!4) Drawinas and Tcstini?: a. Specific requirements for certifications, shop drawings and testing are given p 9 1 b g b in the following subparagraphs. -G3- r b. Manufactured items, as follows,will require certificates of compliance,with shop drawings, catalog data or installation instructions where so indicated. I. Reinforced concrete pipe, fittings and specials. (Shop drawings required for all fittings and specials, including branch connections, and riser manholes.) 2. Joint materials for reinforced concrete pipe. 3. Corrugated metal pipe and underdrain pipe, fittings and specials (Shop drawings required for same items as in item I above). 4. Ductile iron, cast iron, vitrified clay and copper pipe and fittings. 5. Brick and mortar. 6. Precast concrete manholes and inlets. 7. Reinforcing steel and welded wire fabric. 8. Metal work (Shop drawings required for fabricated items). 9. Iron castings. 10. Seed. 11. Sod(considered as manufactured material for compliance purposes). Engineer shall be given the opportunity to inspect and field prior to delivery to project. 12. Fertilizer. O13. Gabion baskets. 14. Fibercloth. C. Rock and sand products will require certificates of compliance, as follows: 1. Stone for gabion fill. d. Backfill: It is recognized that, due to mixing of types of materials found in City construction, it may sometimes be difficult to correlate actual performance with test results. The Engineer may make notations of waiver on certain field moisture-density test reports when, in his judgment, the '� -64- Specification requirements have been met on the basis of visual inspection and the test reports do not truly indicate the field condition. However, the Contractor will be fully responsible for settlement of backfill as provided in Special Conditions Article SC-3. e. Concrete: 1. The actual mix proportions shall be determined by the Contractor, based on satisfactory experience with the proposed materials and MCIB mix. Mix proportions, typical test reports and complete data on materials and plant, supporting their acceptability under the Specifications, shall be submitted to the Engineer in triplicate for concurrence before beginning concrete work. 2. Acceptance of Concrete for strength shall be as stipulated in Article 5.02 of MCIB Section 5. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. . 4. Visual inspections and tests for performance of concrete maybe made by the Engineer to satisfy himself that consistency, air content, minimum compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and tests will be in accordance with MCIB Bulletin No. 6, "Concrete Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design Tables". f. Asphaltic Concrete Mix:The provisions of Ii.em I of Subparagraph 5-21.4(e) shall apply to asphaltic concrete mix, except delete the reference to"MCIB". TS-21.3 Payanent: No payment can be made to the Contractor unless the City is in receipt of Certificates of Compliance for all materials installed to date. TS-22 SCHEDULE OF WORK TS-22.1 General: Scheduling shall provide for the least practical inconvenience to the traveling public and to residents along the project. TS-22.2 Submission and Concurred: Before work is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of the work but also the time of starting and completion of each part. The schedule shall be submitted to the Engineer for his concurrence. ' -65- r TS-22.3 Winter Sh t owl: If the project is shut down over a winter, the area shall be]ell in a safe, passable, and accessible condition for the winter. The Contractor shall maintain traffic and access over the winter shutdown as provided in paragraph S- 23.2. The Contractor shall maintain the project over the winter shutdown period in such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes projecting above the base shall be ramped with temporary bituminous cold-mix or asphaltic concrete in order to facilitate the City's snow plowing. Access shall be provided to all houses. TS-23 MAINTENANCE OF TRAFFIC AND ACCESS: TS-23.1 General: The Contractor shall conduct his work so as to interfere as little as p ossible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways and walks, whether public or private, the Contractor shall,at his own expense,provide and maintain suitable and safe bridges, detours,or other temporary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them; provided, however, that such maintenance of traffic will not be required at any point where the Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at any designated point thereon and for the duration of whatever period of time as may be agreed upon. The Contractor will be required to make provisions for or maintain local traffic. He will be expected to make reasonable effort to provide access to all drives whenever possible, and particularly when work is not in progress. He shall provide for emergency vehicle access to any point at all times. The Contractor shall present a work schedule and a plan for handling traffic for review before cornmencing any work. r' TS-23.2 When Work Not In Pror-ness: The work shall be cleaned up at the end of each working day, and temporary surfacing shall be placed such that access will be had to all driveways during the night,weekends, holidays, and other days when work is riot in progress and when the stage of the work does not directly interfere with the drive. The Engineer, at his discretion,may grant short-term exceptions to this requirement in connection with preparing sub-grade and paving. TS-23.3 et Person: The Contractor shall designate a person (with phone number) who can be called by the City during the night, weekends, holidays, and other days when work is not in progress. The Contractor will be responsible,through this person, for making such temporary repairs during said periods as may be needed to meet the r requirements of paragraph S-23.2. -66- 1 S-2 e provisions -r V o + T 3 TS-23.4 The of MUTCD, Pat 1, apply t this Contract. TS-24 TEMPORARY S M_&QINQ Where required to provide access and when directed by the Engineer, the Contractor shall provide temporary surfacing either of Crushed Stone for Temporary Surfacing or of Asphaltic Concrete for Temporary Surfacing as directed by the Engineer. Such temporary pavements shall be maintained by the Contractor in a safe, reasonably smooth condition as long as they are in use. Crushed stone for temporary surfacing shall meet the requirements of paragraph 1007.2 of Missouri Highway Specifications for Type 2 Aggregate, Gradation A unless the Engineer agrees to a different gradation because of site conditions. Asphaltic concrete for temporary surfacing shall be Type 1 base as specified in Article 23. Payment for temporary surfacing shall be at the unit price bid per ton of material. Measurement will be on the basis of delivery tickets. TS-25 DUST CONTROL Adequate precaution shall be taken to insure that excessive dust does not become airborne during construction. The Contractor shall comply with any regulations of the Missouri Air Conservation Commission or federal government which apply to this matter in the geographical area of the work. The determination as to whether excessive dust is becoming airborne shall be by the Engineer. When directed by the Engineer, the Contractor shall take appropriate dust control measures satisfactory to the Engineer. No separate payment will be made for performing dust control or for applying water for this purpose. TS 26 PROPERTY CQRNERS AND MONUMENTATION: It shall by the responsibility of the Contractor to protect all property lot corners and land survey corners and accessories. Should it be necessary to disturb any such monument, whether stake,pin,bar, disk, box, or other, it remains the responsibility of the Contractor to reference such markers prior to removal, reset them, and file such relocations or monumentation documents as the law requires. Any such references,removal, replacement and certification of monuments shall be perfonned by a licensed engineer or land surveyor. TS-27 CLEANUP: 'I'S-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition during the progress of the work. The Contractor shall,as directed by the Engineer,remove from all public and private property, at his own expense, all temporary structures,rubbish and waste materials resulting from his operation. TS-27.2 The Contractor shall open and clean all existing ditches and culverts within the right- -67- FINANCE DEPARTMENT 1 a URCi-iASING DIVISION SUBJECT: Bid 2118 - ProJect 32043 McCarty Street & Bolivar Street Intersection Project 32066 - Dix Road & Industrial Drive Intersection Community Development, Engineering, Opcned .Ian. 6, 2004 BIDS RECEIVED: Don Schnicders Excavating, ,leficrson City. MO $ 456,783.18 *Twchous Excavating, .leflcrson City, MO $ 484,629.30 *,1.C. Industries„leflcrson City, MO $ 491,041.06 *Not within the City of'Jeffcrson corporate city limits. FISCAL NOT[:: 3502-9900-7350- 1102- Dix Road & Industrial Drive 2003-04 Budget $ 754,010.00 Expended $ 16,010.00 Bid No. 2119 $ 456,783.18 Balance $ 281,216.82 PAST PERFORMANCE: Don Schnieders Excavating of*Jefferson City, Missouri has completed projects in the past as specified and bid. RECOMMENDATION: Staff recommends the award to the low, responsible bidder, Don Schnieders Excavating Company, Inc., of ,leflcrson City, Missouri in the amount oi'$456,783.18. ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation o1'Bids, Depart»rental Recommendation i Signature � �l�l �t T— Purchasing AgeW Director, nmunity Development • Interoffice MEMORANDUM Date: January 9, 2004 To: . Terry Stephenson Purchasing Agent, Finance From: Steve LePage SDI- Engineering Division Director Re: McCarty Street& Bolivar Street Intersection - #32043 Dix Road & Industrial Drive Intersection - #32066 Bid No. 2118 The Community Development Department has completed a review of the bids, opened at 1:30 PM on Tuesday January 6, 2004 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. For your information attached to this memo is the tabulation of the three (3)bids that were received for the project. Based on our review the Community Development Department recommends acceptance of the bid for a total of$456,783.18 (the lowest received bid)for the work included in the proposal from Don Schnieders Excavating Company Inc. 1307 Fairgrounds Road, Jefferson City, Missouri. The project will then be expensed to the following account. Account Number (Name): Required: Available: Remaining: 3502-9900-7350-4.102 $456,783.18 $738,000.00 $281,216.82 (Dix Road & Industrial Drive) If you need any other information please feel free to contact me at extension 530. SL:js Attachments: Bid Tabulation Sheet Original Bids Submitted C: Rich Mays Pat Sullivan Matt Morasch Central File FACITY-PROJECTSQ2043-Bolivar 8 McCarty Signahrecornmend purchasing memo.doc YQ�p1)qpJj S1D,J.O (�p?y�O m INO[A N tlCp apgD X� KI O .`q-ell N YI W to ry t(�yl tT Q) m Ql O N fti�WO`�fOp<r�O'i1 Yl N N T K t11q(p^J tW^p^ V f?VJ ff,UI O�U IR('1 IA M1�0.`� n O tr•1 YI f'110 1GD.N elm�`(YI mR•�N f•1Te•1N A m rl lryel m fm'1 N IV N N N 1D N N�ti N.:ro �m N N N.%H�U� eV Yf fU DI �N ^N f]i YI .- .t N eD.-„eV IV f•,N.: N f`I N N W N N N N N W N N N N NNNN N N W N N N N N V/ N N N N^ N G N N N N IV N C mm yy pp.. RR ftpD pp 11U yy ..Jl ffJJ r� r� V n ITD H h�v H IUD I[)Y�Qi 3`�i m e� In ID IG O fn N N r a ry M T IT O fh O n.t'l S 01 Om IT No U1 T P II q-fit S 1 1'V ID^w T r)N w tJ OI N t')fa •-ID M AM e�0 N•-O M N R_ J IS Y,�{ N N R q N No¢I�f N f- YJ q^ ^N N",4e N N r ID A ff,,]] l+f e h N�Imo j it N VJ A N W NNN Qi N R NNN NNNN M r l m^ b.- 0 m T h M N N N N,• N YI IU f]i W nl •-Vl W N n N eV rl N •A N N N N NNN w N N N N^ _ N N US •N!)QV]I 88NSN N S tpEp N•��M$N(ISNL�8N 8NfOOj!$/18�N 88N 8 N 8 l$/1$N 888 8888 82 N p S n (p �pSl'S�8v�8•JSSSU Q�I�„tl�UD3 8°pE_' (F(��O$pY 8YO$1�' „ pN N p� (vy NN w;1/1 N W NN W W N W MNN N NVI VI NVI N MN�N N f10 $¢11 J; =Wa 8w�8 8N N$$lC�8n 8111"000G N 8N$N N 8 N l^J°Y I 8 Y l 8N�f)8$°8$$98 0080.8 88 8SO0 888 2V,0N NN�N N, R008080= m Z 8 N N O 0 S VNN N C 00 O N N N1 t[I tD h^ WNN b 11IyE ' MSO o 8 fD p�ffU'1 S±tNQ[Y�p N N ON n ti p CS 9 tOD aVN,p.N U W�O Y,FN N U UN N$tO G p O S GSo fpJ S pDt�1pOO li N�SpJ N fSy N frSD� N Of� p� O Dpl; $ GSSp S9O2No CW C 8N8N8NN O vl N z SS p N p N-'JAi W fOV_U n0 rI OD O N O R, v�1`n ton O q N m`r M V. N)O ul Yl M of b QI 4 rj y N N,-A III 1ef N W M N._^ 1:NNN.:•-VI^ 1V 1l)Of) N�.:�M N A.-T NNNN N N V I N N N N N NN NN NN NNNN W Nv m vi,N N N N N N W N 'L• a W 8� N$$3F-008$1°2)$°N$ 98Sb8$888 88$8 e$ 89°o$S�i,Y'�,mf'f'vm $mS$°0001- °m ul u L U F() O Ql g N m T,- t•1 h rl O �1 ffjj iD^IV rf R h^ to N O A eel 0 6m N f7 f").- ^ O N^ O n.f po rl In U) °7._`ILL•• J $ ^N N N' NN S NNN N N y m C p N 8 U Z ON It Y^l Nm^tt IU 7D N N W NNN N nO)�Y>NO N N V I N N N N N NNN N N VI N N VI.• K LL^j Q~Qm)yY C-.1F• SO,�l N pp p 9O St•l p•!IU n Olf)O 8I`eO p�ON OO $C;OG� N N N ✓m1 m 1V p CC]�$d p C VN p N OS W.OG UU O pl p O W p SV 8 p h UJ U.Q V ) em- N N v R N N N CI N N N N A W IV N q n 4 N r r{N N N nl M Yl N N j °W N i NN N NNW WN N N„ NVI VlN N NM NN NNN NNN N NMN^ N O O O m 0 w m M K y a pp p pp pp p U y Q' W I,. a ERO'I N S N S$N OO OY9 9 p S S G S CN4i 1 fN}D$ Ou pQO N S O N N S N S SN SN pO I'+ SCI O pCJ C00 S SO p Sq V'N9 pQO OGO t p p _ N M W W N N O p G J> }�• a .) N N • c; N N R N n LL)I V N N NN !^N In N N W N N N W NNN N N V i w.- N N a j ^a nri..mQviNnm r, r mW din rQi"�.mr Nm m^..^ ^ oom Smo N8m rye.-^ ^�n r q Q C) V) Z 2 2 2 2 2 T 2 2 S 2 2 x 2 x 2 x 2 2 2 2 V,r TLL J)U. I) j uI.) U.1u.LL.J LL u uuuu IJU UU UU j LL LL LL j J U.U U[.)U ULL LL 7_ J Ul 41 J J VI N V)V).f K Q J U K f J _. J Q [.[ K, K.( K K Q ( J-.J .• Q d Q K .f J J 7 lU W W w Ul 4i W W W W W W W W W W W W LLI W LLI N W w In o a a fr. V) n p comma ro 1- K III.,o t aaaWO ( �•� y� >T I, w a X a0:a` m° VW) }d U ylalLC w In _ o O aKQ m daaaaa p�aa p [mi 1N- 4a y' SU W.1 Up WU)fn v)? mOC)fy]OUp�UU __, Ji t.:�.e Z z z w j a uJ 3 () 2 p 6' ,J-. S'_= ut" 1-• (J k J w g�4 3 UJW J, °C)J ��oo u ,ulNw)�1 `opO ww z(Kiz `) nl° ar _ o )�i�tDV r� viiiuZp°pa ppa??Nya�u �e v °tiucutt `.rwa[?wo°w� (?1=(�=i`�wu°`Lprxzz �n tii;QJl000So o6 �,u„'O`owyg`�� � Lu UDfgg8, pr.w O•. - $ nqn.. zxxg. wI- ^. _ u w` UNNAN r-uu`wz°Y¢-'IWr ° zoo K�.6It,61 uQcm, 4 na'X�>jWYp,� y� J�ac9f?[? � wwJJY4JRClasa pw om- ww0 r•l-4aawu, ¢' a�m y mre•[�rti0�} ❑°a �. Z %u LL a O lu w H LLa.Q cr Y m p•- 7 0 v)1/)N f N K Vl m a 'y Q Q R 4.[ P ao U 10J m W i W'-'w W•'WO a O O N ��K N 7�IU-) to Ll 1- I-A I-•_K t 0 0 W O IJn uI jU RI'J 3 d N�l ry o o�O O Vi Jr:1 j- �a !"LL aa`�a(w�u° cefD/� _�Ul uir(�uooc)u°i;, ��aaceLL gwOj�m u, Juu")oJ� ` .y....W V°Q W J O U UI i V)a O U fJ 1D J Y J.1�.f•�a U_ U_y W W W W W 41 1 W W it li.layl O�UJ Ul Uj U, O J VI 41 4.LL f)O O G C)O LLI'•�. -S if W c+ x 2 IV.J J J J J J u J J LL LL W N W r Z ?mJ a•JUU'-Il Q to K IIIU U u V U Ul-"'1 In a UUOm a)ca wwm K a DJ Q w O Q O LLI jT O, O J F/O•f f1"• t W 2 7 C•)l'1 C7 7(? J O W w W f K K K 1.1 m 4 K IY Q C)171 K '1 U m a m LL a F a •1 U!^U LL 1J m I4 rJ h nl fn�l 11[1 a fn In En J m 1- (.1 >11 V U U U U CI[I)U 11 H 1'`1I.. a a s R $� L N -N I'l V' N IU A ID fJ G•-N.1 q.l ID w D1,�,C. -N•n q N W ¢ T rl .•n ••}}�!)�D•-m(��VO ••N t✓1•l Y1 I�A V T Hl •-•••- •-•- .- .- .- 1 N N N IV N f�N N N M r)rl n)f7 1 M en'n q q q R q q c o a,m E�'�BSR^�t���53m�3S�6iw7�RmS'� � S! s3 VV1I N N fffNVVV fN 80�IIC (�01888080008�^b,YOOO � 00 try . N iii Nf/` NN�M N�Y{NNMN Y{ � � OD YM/ N NV $�� HooFpp3p8p��8{{p8oRy�{8�p8y3�O8$p�8p8p8 fW`I MNNNNMNM�Q8�¢'1 po p1�ppM `` �pWf YYY�111�j YNp1 Mj YYYpM111p1(�p pN gd $$Si��R�t$8888FS88$8V000 t0 $ 'r WV4 8SS��n�p�8$j8p88E88�f3g'�d8p$8 pp ppppp ppN WN pNM NPN Lp1 SOf�tiS WI�pSSa 8,8888SSi8$8 N 1r V oBo Yi��B°O8$pp8�NNN888p$po8o�_5�8p8pp{8{p,�� � Y, M N M N G N N M WW N NYjNN iD f`I t�l xxxxx xxx xxx 4 O m O � r 0 0 in � Z 6 r U W N r�r Z W a r y N Z a 0 cn Z U 4 m W w caw .N-N ' K a a CL 0 c U Z O— g 5 00 ~¢m¢amaQmQ&QmQodrn�a v�rn gNz� Q�� Q V UUNU~��}.�.NxfQn tLLi.?[]CUUO��d'8U �Ll $x°x°0: xW Om U PO�pKQ YaJ i gg � ;�a uOiwU�2 a10 L9 J42 a:oow��W iw�WZay ZU) LL u.4LJ 9) N N�!lNlnN 10 t0.V IA�lO fDatmO W n�.!`n h .:I F.a a'q 9 r.: N A a;oi 4; ;4 71; 12,493 F"�P,w G 9 9 7;a 118 9 R 8 R T.P W�R 8 41 r $8 p N V�p P,2 1--r, r4 'la-gvvp 0 ch N at v' —t4 LL off v ci R N irl wi wi d wi(4 N ai W-5 W R on�C4 8 8 8 8 8 8 8 8 93 2 2 lo-;;9 R 9 9 8 8 8 8 8 S!?8 8 8 8 8 8 8 a 8 8 8 8 8 16 1-�j-g�,�: .. �:w c6 m­6 ir,m q)N g,4 At "D to t D 431 --- --- eq ,OD C4 mww C4 0 cq "'6':'i I..I vi "tot- LwIl A W t'4 . . . . . . . . '93-2ppp- -�2 a U u V�2;;.9.9 8 U v 'a".,,"C-4 CN- oot�"': W IL ---tR m;;w 10 r- a. Pt w (RI a. to XZ=X T=XXXX= t: w U)0 0 u IL u 0 0 L,W U.U.W LL W 0 0 0 L)U.>1>-0 0 0 U 0 0 U U w z otno will Will W L W W ILU 'Z'-Z Ir q: 0 2 'W MW Ir fr < < W W z In W W Cl) U) z z z :E" -,-n-w Q" L) < W"0 0 j u-, 0.W Z- ru &W � W W 1� 8 ff 6, o C3 0-5 w t-- to WW Z. z W sc:� 5 Lu cr v) Z LU wz W�!=.- w n o M LL, u m i wwww a LL (L(L 0 "u <L, z z womwo 19 z z m aw Em w ow 0 1 u W < vu"�: W W m , , m W a;q -�wo �mQMME-EM W 0'0' t:z-3:5 T vi 9 L-" C'L CL ' 1:x:c m:c oz Z L) C)"r 0 -2< z z z �M'www-ow t-< -Z www< < Zzo �aJ 5 t-W Lj U)(A(n U) .'pizr" c)L)�' ct: 0 0 0 0 w cr,i� CL< W L) vj Uj�i rn ru .)s2s2.rwiLjujww '5!D 1-!) r-0 0() LLJ te w<< W W n-x a CL 0.IL a. py", ca � Uop-.J�-I-JYQ- Y9Z Om�zwrr SLu'�6RT,U)ZO Ewo.' mm 0 4:4 a'.'r -W W (z) 0 0 L) z rL L.U, 0 << L-u(Z) Ul WE < 06) I fr V)V)V) -Ft-t- u u W 'r p M w F4 Zn n z 'D f,w o' mm melmonv r4n-q cot, cA'R V)