Loading...
HomeMy Public PortalAboutORD13685 BILL NO, 2003-171 SPONSORED BY COUNCILMAN A!Iqlo e -ti.T Itid ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH DON SCHNIEDERS EXCAVATING COMPANY, INC.; AUTHORIZING Tl--iE EXECUTION OF UTILITY RELOCATION AGREEMENTS WITH COLE COUNTY PUBLIC WATER SUPPLY DISTRICT NO. 1 , THREE RIVERS ELECTRIC COOPERATIVE, AND UNION ELECTRIC COMPANY D/B/A AMERENUE; AND AUTHORIZING A SUPPLEMENTAL APPROPRIATION FOR SANITARY SEWER RELOCATION, ALL PERTAINING TO THE SOUTH COUNTRY CLUB DRIVE IMPROVEMEN-I'S PROJECT. WHEREAS, Don Schnieders Excavating Company, Inc, has becotne, tho apparent lowest and best bidder on the South Country Ckil) Drivo I mprovenno.,rits project; NOW, THEREFORE, BE IT ENACTED BY -rl-IE COUNCIL OF 'I-HE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Don Schnieders Excavalin, Company, Inc. is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are to oxoculo mi agroement with Don Schnieders Excavating Company, Ili(,. lor south Goiniby C.Jub Drive Improvements. Section 3. The agreement shall be substinlitii illy III folmm-ld coillont aS that agreement attached hereto as Exhibit A, Section 4. The Mayor and City Clerk are ho-roby nuthoii/od to exoctito Utility Relocation Agreements with Colo County Public Watei Stipply District 1\10 . 1 , Throe I'livols Electric Cooperative, and Union Electric Company d/b/n ArnmemUl" in o;!;oct,'ition will) tho South Country Club Drive Improvements project. Section 5. The Agreements outlined it) Scwliol) 'l i Ibov() .'&',h;III ))() :.;I it)!11;it Ili,'illy tho same in form and content as those agreement altache'd holcto 'I:.; 1.�Xhlhll 13, [..*Xllil)it C', and Exhibit D, respectively. Section 6. There is hereby supple-mentally appropi ii itod withill the:, W"I'Aolwiflot Fund Surplus to the Wastewater Capital Project Account Ilic, no-kimotint (,)1 )7'1'.,000 ;1,,,, indicated on Exhibit E, attached hereto, for the South coillilty Clilh Diml Project. Section 7. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: __ _�,� Approved: /Pre ding Officer �` Mayor J ` ATTEST: APPROVE,,9 AS TO FORM: Cify'Clerk City Counselor CERTIFICATION BY MAYOR Pursuant to Article VII, Section 7.1(5.) of the Charter of the City of Jefferson, Missouri, I hereby certify that the sums appropriated in the ordinance are available in the various funds to meet the requirements of th bill. tj���-'ILL•-'`1---- - Q__._--:� Mayor W �%' CITY Or MA TERSON UTILITY RELOCATION AGREEMENT fi-IlS AGRL I MEN'J is entered into by the City of ,leffcrson (hereinafter"City") and Cole County Public: XI"Vater Supply District No. f (hereinafter "Utility") CITY IMPROVEMENT PROJECT: This agreemcnt covers the relocations ncccssary till• the project entitled South Country Club Drive lnlprovclllcnts (fairground Road to West Edgewood Drive) Project Number 32031. 'this project will include the construction of approximately 7,900 linear feet of roadway, installation and relocating o1 utilities including the installation of a new water ivain, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and iinprove the existing roadway. WHEREAS, in order to comi-Acte said improvements in acc:ordailce with said plans, it will be necessary to adjust certain facilities now located on/in private find public easement(s) within the area of the proposed City improvcnlcnt project. It is agreed that this will be the only Agreement executed to cover reimbursement of the Utility's costs to relocate, or adjust, their facilities as required by the City's improvement project. This Agreement will remain in full force until both parties agree, in writing, that amendments arc needed, Or u11ICSS the Agreement is terminated by either party. THEREFORE, the parties agree as tollows: 1. Information_ Tile City agrees to furnish all necessary infiormation on the improvements in order to properly carry out the utility relocation. ?. Cost: The Utility will furnish a plan of adjustrllellt marked is Attachment A, estimate of cost and percentage of the City's obligation of cost marked as Attachment I3 for said facility relocation. 3. Chalk Order: I rally substantial change is made in the plan of adjustment and extent orthe work, the Utility agrccs that rei I'll burscnlc[It shall be lirllitcd to costs Covered by a supplemental agreement or change order approved by the City prior to the perfornuulce of the work. 4. Commencement and Completion of Work: A1tcr approval ofthe detail plan and estimate ofcost and upon notification by the City, file Utility will commence, without unnecessary delay, to make the changes to its facilities. 'Flic Utility will actively pursue completion of the work to reach the earliest possible completion date and to minimize iilteribrwice Willi the City's proposed improvements. 5. Utilitv's Res x►nsibility for Subcontractors: lt'the Utility determines to contract any of the work 01'adjusting its facilities, it shall be fully responsible for acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as the Utility is for acts and omissions of persons it directly employs. The Utility shall cause appropriate provisions to be inserted in any subcontracts relating to this work, to hind all subcontractors to the Utility by all terms herein set forth, insofar as applicable to the work orsuhcontractors and to give the Utility the same power regarding ternlimltion of any subcontract as the City may exercise over the Utility udder any provisions of this agreement. Nothing contained in this agreement shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. City Not Liable: 1 he City shall not be liable for damages to property or injuries to persons arising from the relocation ofsaid facilities by the Utility. 7. Utility to Defend: The Utility agrees that it will assumc the defense ofany action in which the City may be made a party defendant arising out of and in connection with the water line facilities relocation. 8. Ins)ection: The Utility shall be responsible for all inspection during the facilities relocation. The City shall not be involved in any inspections related to the relocation. 9. Condition of Right-or-Way: Upon relocation ofthe facilities provided for in this Agreement, all leftover material and debris resulting fi-om the work shall be removed by the Utility and the right-of-way left in a neat, workmanlike condition, free of holes, mounds of dirt, or other objectionable material. 10. Jurisdiction: This Agreement shall be construed according to the laws ofthe State of Missouri. The Utility shall comply with all local, state and federal laws and regulations relating to the performance of this Agreement. In WITNESS WHEREOF, the parties have entered into this Agreement oil this _ day of _��.ltf�, 20 / City of Jefferson Cole County Public Water Supply District No. 1 Title: Board President Al-LEST: ATTEST: ILL City Clew Clerk APPR - VED AiS TO FORM: City Counselor ~--^—�--~_� ------ • t �'�i�•1WIFe�•�klllj ry1 . 6A1111tt/3f0w"W.O+ b+Drs3atvmmm"Iev+ Rb,�'n°w1Mugl,iu„due, I 'dN°L,.')IN.LSICI YRUV I A,.LN7OO 31100 _ N . 1XlUiY1d331CV1'1• [1t3A9ACrxDNY1. .7 1 WdOd QNVNN7d 1!>a1VA0T3AIIA 3115+ DN1I47MDN9'ItA1J” wnllq 1�+1 i'pu MISO�M + RA NQ UMID A?MI)OO 111,0OS ONO"1 W ro _ VVV 'uMIDWM)UI VOADaq /1lI NN 9,7-1 L VA I t��f/�•/t y] R/ IID4,ro1,D11uD, •M,N1 un r ((Ke�) .. , "••• '• `^��,K�+M.MU 4YiP�Df.,RuD IIa,ro,.wl S.LNYHY1109cl I NI VPV N T,I,ti'Al pal Kill 11M' '►M vFro brr,lY,,,�,w,i W OiGO•Itq-K9 FI ro1M,/aP 6urymM e,l p rt t t) �G7` � ,���p1,� � I- 1t v � L� Y+��-�u'�4 riMwY�C •+1 r, rim!f : b I _I I.. 1 1 'y /fai '/��)p+ r`r t I O If MOO fill kip ti hip n I I I �h �� p " � _ (� r S 7 1 t' b ht • t --'— __-' - -'— _- _-- _ e—__ - . dF,' �• �, b � � UE R � `•!. 1� � jl��I 1 � I '� � '�+' 1 �rF i ■ • • + a � � r .^��. � b t CIO ,sin I y A" All niD d��•Fb f; d oL _Is�l - N �x li jl.I II '� 1? � '' 3 3' L n � �8b ' r �• � �'i' i 71 u�_ O $ 93� a g a �` �'� bp�Stq� tl ! .���1! > � Y�1' � _.— - — --•--- -- ';i� �-- - � rn � E b y�d1 hl :•K' ,� ,!1 IIf' 1, \ s� yl 1 _ lan .01 ,a oil p nLL1ro'r'n o k tee, wL.= r+rm»Ya., ..ol a,uv.a b' E � 5b ������ - �g, 1'1%!•, '(( yt$i `._`. 3 rn CsC r,o dst vusl Ql i 3vvk 8€ b� s�;� ��u4� Q 1l ue '� 'll'l' r �cl� •��i i `i � C - J ruonc-.—_G —ti,n° --r ; c-17 c-:vu ts ' �•{: jlll r `l ��b r v Nul1Vi�o nao I i �I�li � GyGy j y y•aj :s liabbVJ7 'Iq{.�:�1 '1 �11,�1 dW$^� - 6^ �3 �I��� �,] Sii o�•1 1''l'• I U�7 NOY�311�� YtoJ; Wq yry��t$�' rr 1C1J WIT. ITT"FTTG 1'Gl—_ O �E8$R$pl���;�j3� NOLLJ71IIOJ 7JWIJi iDJ ,,1 C OI+G '15 _ •� Il 1LlYJfI �II I'I` •�fi GGii � Z I $IA9d^k,�66 -IrA 79.U�+ L ` 1i _ �1+• � 11 61 �i �'�Q�' i. 1 -H;- �}.�I .L.l'1'i)°'1 G••' �j 3 ewe� � ilo ����� +,y, 1`I'11`�I.-� 'ruu,�ar�)s+.xwf;urta •�;zzzi�'u--- �'�'.€r �a17 Sll qpq ' i q � � .-��'�a- ;_ t�i•' �1 C � �d� ���ra,-vttts-AS� rsizr za--•—-- �v o �, • � t1 _:.a_.--r° av'oa sotinoa�ard� oazvc,o43a„ • t ' . .. "_'•. ,1 ASSS:AD+"AS' SP�S'S7',d:nl 7TIC"fCtZ IT O O ; , (Si• «� T - - N i;� etio 1 �t i. urtnvaasssnur RSr rrrm,t 1s IPM-M 7" WIT V73i `wc1 ��.1�', ._--- f `--�- ���9b�ab ;5 " '. 1!; 'I''I.I ��gf¢� '1� l+ a .Amz-!nlra• .I�ryryrl�>? __ �kt` nrrt,ra V4 hlZ6ln L j• ,,,, ,;j !_ Ip pM lil�F�V W1x1175)1 NA 11N.1 _ , jl' « u, vl co rn ao r u) VID Mt .y+� .._._._-3WO BM?*NW" 3%"1 taivlsria�rvdze�n• M71Yi4TVpI1J91141a.V, :s'°�°�nlm, a.�,..ro,di I 'n N,L,71mLS'IQ?I',YZNMAJNl10011'7'707 olewvi+,usv►i• DNIA9ANISf1HY1•. '.ati:„.1""e: u'd»I .771,109d GNVNt�79 ^ � JlW/!IOR3A9tl 3LS• tlNfR.Li,R4N911A1J' •" 1"1"♦JIM Y1150 In , w �rttLx ,ltrns v:�Nrnamy,UIV, AIN(I fln70 AgLNnOO lUnOS DN07V m 111 '21'H,�4� M I roI yua-om-oo.•1 n°e NIi/W HALIMI � L � we,) 11011 I.I) U.JJI k,��,,°,..n RLIN310,11MIM1 NI FN?1.LL 1/41 190�/40-MY wn MweNwiNau:leuN M00-115•ft1 °I WA%(.p iuMn+°.,. ° ry ° °v 0) p 1 m L,t m � r�A tt n Id a 0- I , IT C ri, ` , ,. mil. 1 :''r' ��i'j i _ �'�1��',.., �¢,�p� /,, �•��' iC, pp + n �b>n �t{`�n; 2 �`Sni.�.{,i _•s�ry..> 1'�".;. ,1 � Ila p� 3 itS MSC At. C.' vim;113 b 111 1; N it � 1; �-•• �1 �,(J..M 1, .I e e�$a — ------ ,7' ,ynl 7 y;. � 73 g•QE� � "I' I'; ��6.`�II�: I°iI�`- - -- - -. �i _..._... -_Fi LP J • i i s ! �` ti pb 1 kw a T O ♦N FL11 IC}S' I '}5 3A YY1 _ _..—_ — ••�•, i 7Fry VtlOfr:(t'7'JI Ca ILIIG r15 •• . tz ~ 7 IgI¢��, yy ttp�ybs_ WW I �II,I1 T I Q ` '' .._ �iF �N�r S_ruo,'rst rn cre°rl,r '�! _ b pbtl 4 t �rii i., ,_ s •,t'Ss ,: _ - ._--. A` + Y ii l' ( �0�'•, � {yCgi� gI: '�' tS • 'p3(' y' '� nul tLL tc,v \ �.., � • f Xl �' =:r .M��at `iOc Z1: :':. - �—i" r• 1 \;� � d �"" rte-�ivns=+rNm •.1�r__ -_ �'IaP:•JI It, 141 /1 b�i;h II �� au1�rMOa�x ns�ia°°o.vis - UZI � � �81 � •1/ I it .l �.I' I ..� '�� J'e `����>t � - - '.� kk''rrII 11 c m ,�'K )I'�1�1. \'' �IYr•-� tvn'.i ^7 ov'Fiiti Is`Y • 4. lvro .nilcicui 3 ij [94 i(I•, .v.C._. �� ��� � I.1 �S .�9��gyFP., C �(t� ��" :IM II..I I• I�'t•. I �4 \ to, I rL5 p� Vi it �# !cF 7 i� Y?4 ��.7�C3 � G)`�j F• � �'It. I.�.�I�'. '.7 � ...._-....- ___.. .I � iif o + L' y c�L y �e � ''�a�{!f� �' �' m�Fi".7 i. ;'.,1 ( ', ,it(,I.tl •4 7p^�`� — _ __-' _ _ _..-_.�. _ (�i A �$ � ��• {',< � � . r •'1 i - t I " I ♦ dr.- .....__ _ -_._—__ - - Ott � �� � =Fs'�'� � � '` ' �� '�r;`•.' 1'�' o - 6 F � � x 'A 9� �"�Ytv4��S '1 � CIV+lI�. '„I ,.1t1I ! I .. '— •d O +- O CIO r� 1p S'�• r. '.1_._ ._ ! MVI (roU'a4Nnq'MSyr,nr Nd - t>rttirrxrroiivrlrmur Drtrsaa rvrsuax�nt�9rr o••�w�m>,rN•a n°v � L QN.L,91915"I U,71 NA1 A.LNnO,')V'10J H. INry'bu 4 MIIW°� orarlxvl+rusvw� aawnrinarrvt• pp ry7 400 �y L� t I f Li'fI/AOT3A'lU 9LSr l9'91ti7MDel1'11AIJ• xnllNnE.rt r�l^+I•A "ISOINY r ,L .I /1�'iflQCl l(NY NVnl4 VNl.( A�f(15 3'JN!?17 7NIJN:a - =---=" �1i1 wa tin7?A9LNl10, 11.LllOS JNO'I N N I�' O rNNln MI 31IM ON1 OOP I'4 NI Wlv N,I L V,41 aM lJIYNI,b1'/qen NDII uD 1 r 7 4M° (Mrow.A,l : Mlhb' RLN 71TRA0&IM All VPV?I,1L 1,bit - - - - - WH'auwa0xYryw 0100^190•ISCCS �- _` __ p y 1. F r1 1.0 11 v a &b 5' g • � >s F' 4a rnxi4.. j r '� ��� �` :•. ,��' �_- ._ � Mi ;4 I ,w�r,;: ._..- - ---- mnx^xrm ,rrzr —__ a J' . py 7,• g. l) 6 II1 rb►"�p3.9rn s — N•r -_ , qF Alb �,,LLEpOO�77 I'n'rto:S,C`� ��I I. \ •�'- ,' < pp� 'S �( y ti StfS�'r';ri r:c33r rl _ b8 p .1 b ``•. 1. ,7r4yt°ft' .'� { ti••7e�'� ��� _ — __ _'�. Li761 t - - \ � rli t•'r.�r ``'i14��' II Y.R � �� I � I I r ��� j ' _ r '1; ,-St,.' ti�.,Vt..,1 1 L•Si� �' X-15 '_-2Zi6fVlS � 'n IS J b5 Oil yj ho J P" �1 �la�,P� ' )'�' 1"�•�I}. �{�'- I' 1 O N! ,I N u n • -b��o F �b `�� �'i�>•�8 p9�;:, !tl" !, {.�' r' e '� b� � —8 a € �0 t¢qE$y �' 1 '• r� W v ��`��e�ySlSk� �-.{� �� •I�I I`.�1''1p{':.11%��_. �\ E5n � I� 4-- cry ��9✓1S�j-hl \ ^' ;; I1� ; HINMIP 3�I::!'II;�I''••'1� to WIT"is It++i 11, ,� _--- ---------- - 9 — . 7' � .f{ {5Y or � '� (•t� 1��� R � y(I�'` '�t '� I �j1�' ���1!Fi "�9 k b 00 , �t a fa dG e p :�}'�' •l < ' '.i•�li : � ------._ __._...._. - se $ N� r � % ' � 7� ) fYK ��IYN{�••' .,'�I W lY !)DM /ID ' IYI IS) _St IIn lit,]l Ylrl.HI'rH I Y , r X14.-::_ - k lit'�•,i•'' - ., S "��y.� _ .. ,f W� iF - ..}; .,r \-..... � t :I ;,.:,bey °• ��I ,4 ! ----_.._ -.F Y;._ ....-• ---...- - ---•--- --_.---- —__—.__ - •i- il �i h I yIQ ao„ to It pf I It ��� !• � iS�"k�fi .l',1'� .p. 1.11 �'1 l 4�?,F:,1 I o ;0 I-) O G 6 y rN I ' N.OMISIQ 8JUVM�e1.Nl1 U:� :1'1UJ -- ------- ------ b ONIL'tl1SNG'S'fY�ltrgD• ttgSH(1'IYtr11:131111.�lY• M�M�NIg4•e1 N•4t� (� / [SPIINNYI,I US1SYYi• t7iLA3A)1f14 tlNY'Ir .N>t �jC rlu'Nrvvlwoa p vi �n n .,ICAIMCT13A9tl911t• iliOt3N1TOM11A13• e,l IM11 V•M•PII«'1�'O rV / 77I:IU?Id t1NV Nvld m 61 / C �i11210 8�17J�I211rNl1 U:J II.I.!]U,S ,?NU'II g _ N1 WV 21;I1 VAI „all,01,„41°.'.ln•nl vo 1 r re, fey^e•MF ,M••e..Rve a S,.LN,,7W3'il09X V1 NI FIN NVL L VM �•/OS�Kt Wee iwueNao>bGn'�,gnen 019U•iY0•if1 0,,qM•ka+Iw•1N.e•t _—� ! j! s ci 0 C) t�1 O O d ,II��22 iit p L y� ��dr�9tinL y T n :e. ', y .. - i , \\ pal x l�, 7(74a:714fit II A7�+TY47Jil O'D#II)414 \� d�{.Lr 1ji P `f �� N pS CV! .. .,...,r,,:.,..Y7 � ,i4:,•.�, c ''�.” X�,E � rl,FiP OMp IIl11M i/i �1 Fn r•7 Ft;, ni . . _ ..._::. '-_. a• I Li� ne In bvla 111 F! Fn.,u ii11�a•. _...—_-.I W •�i3F tf"r"... i r-r'.f yT;}tj41�,k�.,('�.:}..,� ',u/.,r.• ,. �-.4�;.._�7r.F.:.:nxr,�.f� Vic;.":1[��i'��,yis`i'-,C�i� xT�''�{. �1�',. •y `4y�t..,,.t,i;' ;i7r,��i�.'ra +'F':��7'. `3N��•Hh'It1"'.W tlJ�sjj�OS`1•: �4i)1� /iti' k ri.r wl I�t\ s `yp, l�":..7[+r —_ —. --- - ----- - — _ (+. n'anc ��� n^•��{{''-^r..•:-1.� �_�ff Y ,e. . ,�•� { a�:?..�e 1 ..�.,r.1. ^:'^T'*_-.'' '` .j�°i1 1.::' �9:�. - ^:r'. _.�. :� <: _...J: 4 e,•i p C', Cn c� O o O O O n r, r. N U O r, j 4•''Vii. i1;.G I r.. r:. r. r. r 1� h r. r� n § r pa1" 1----- .. � _.__.___ -___.— __ ` s " 6 �° 1 �,�1,",. �j: ;; �� -- � �� ----- - ---- ----------- •+`cam ' '� �� � i yy jY g _ � b •J.l:;,rj`1 J:II I`� � �, --- �}; -� � - z � s g Y l5 LC '' �.'/r yl;il.,!��'j:I+ j 4� i4 � �p7�� � ---- -----`— ---- -- =O • S = L� .i:,' ..I�, �� - _ l� uujy�_gh o� �///•••� �\\\\�� S' :�:' 1 \ i6 �U > y b //!/ '• �,\\ G1 r�✓�n�lilt j. ;l I,,.;j I p .. � ) � 3� 1 # _ r /urn �u► z` §.n�YF r r 11 J:r.:jI;�;C Cr IX at INA- � �d § :§ C �.���gr; y � I 'F,i', �;'I�'li � � ?i ► �;��J l g':kq� a u, € s � a:..mTi Si:FVi:f i O �t ."•. '�i; 9 'wit F', � >r, � 'fl i ' a_'d*l n11&!?r1i?4? �r�„ rn � l �ry .4 p. — w. .. .)PA,��..IV :�.! r.t cC�..IS6� ..1. { � {i� •� I ( ��3Y :1 to i tl3 'cr► v : I� P }`�l M ra 3 )Jn9?Z,dc3 P.`1 tz � # � ,yy �' C' , p s ;i � ate'' 1,1{`lti r4 ( -� � �$��81y 1A ----------_.__.... ..---- - '--- •- --...--- - ----- —� -- -�-���� - -- -- o r! I:• . 3 . ��:jj�I{`i{]l I:� t,� �4��v���� _fie. yy I4 1 �Y ^b ] g v �' d �' lei�.:. :.�; __._. / � _... .---- I^----- - -- ---�-•� i -- ------ 1 � (P � • CCCIIII VV Ij is pp Cy(1 (7 _ ) O O V \\ /� r r r• r n 0 t t 'O.�N_ 1�1.. I�SQ Lr� iLwwrN�w.�L r�.L Nr�Oanr:rw1r0l 0 NAtl NN7d NULL:NNO�YXAM,Y z :y"�'�N�N10Y7171"a 11M111MDMl7L 17• N a�My�oaL`e 1 X JN3 �� VA19(i UDT)AWN1700 9NO'1V °� t1r1 ►�0� A e!ero ^�" ?I%II,V,41 ry d !�iW-oa-aw•i IroX a,L'r, .LL.a" N1 PH.a 41.N%11�VgA08JN1 NIVIV U.'11 VA4 yy (auaLNpq YaIM.a•.XVa 1a+.ap wH � i. � •h� W+L'MMwiXlNlryw+l ry4N �-yp•IlY al x'IM!NP LL�IAIe.o.A . �'• � ,�f'fyli;• " n Ra f � 6 �S � Ff H r \ W � ,--,, jo f Pj�la- MUM, Mal MR log +' l Ilfl � llli /� � P 'wsl 'j' J �yL{,��1j.�LL j(Pµpi�L �T cw.�Ly�y�1 �`'f /i", � � r. ''..f ..y -•_' e_ �I t -�{_ - _'_'"._'r-�ilY i� ..�' �'S FCC; - d �1� +e ,`,�_.� I • I e i ;?Y . 'oi+uinsrin„wifrr�s•. Nonan7vunwawunv• n•°w u,a�t b iA8NNV1dN�L SVfl 140"1 I n Oml 0NIA9MN l 4-'P."MmoIRM40' AA0 UM� D0tN0 TA13. PF2,i •� vtm n VNIARMS IP JNIMN17N3 3 1ma 2L LiSlI C110 2 1�l?1Ut6N'A1 D/Ot.T:.)N.'()]NOO.7'31 t V L.v vus ?l NJ..a 'toRaUnNI,Mr1nxN � ` ' . � .frr o".l nI7 l"I H^t°Ou'n Y I-lXP7R.-1.X.n4>t IN.111,VA 9clM NI Y'W N7 VA I V t-01 o1 A y W,6 b.n+o. •I lit lv kip g Q cn r; 4 d t nr �{t I �r7wtg ��� uUli� �� •. � � i i ,°Vi h' q� u, `' � I � Iti l• ��tG � i0 �s I � � 'f �k . 4 ti;�1 (� '� j"• i „,r, 4' I - � c IJ I �A� { Li �\`�°� '\ ... > �i� c� �� 9 - i{ � .,i� �j�, E''Jt:Er •� ^� ggw� �4 � t• � �8F9W' ,; � � it I g � � � ��� d���7� 9 .•Lr �� —�-11� -�_1-.._ -- r •�� ai p 41 I1 t -� �.'�\\��U� I'i.r' jg ��d� �$y�,3 Of I� r" 1 f� LAJ Y' �'g"d,•1 �e'F. ya � ` � f,r4t , j� � ,�1 � 1, �� � I ( ' �y S1tb=1 6�?+ ' 5 'iy ?��� 17 �'� I� i{ 3 •'� �l' I � � y �_.-.__:�.- �. c�Fjx Ll,y 4� iy, .! {;; � I�'1�.3, I i'I I .�;1.} a I I I � r`'' �, � •'f ''I �� � �NIa ��� ftt i 3•} I�� a '•l , l _ `! I � I. fi � '.7 I e ATTACHMENT 11 U.TILITV RE;LOC xrm AGREEMENT Cole County Public Neater Supply District No. I Obligation of Cost Payment for this project shall be based on the actual cost of the project as fellows. Between station 0A-00 and 21+14, including the 6" water main that branches east from station 21+14, between station 41-1-80 and 49+21 including the 8" water main that branches northwest from station 41+80 (which is called Line 1-1), and the service connections to the Schwartz, Lubkcr, and lt.uppel properties, the project will be paid on an equal basis between City and Utility. Between station 211-14 and 41+80 the Utility shall pay ter 100% of the cost. All station references are taken fi-om the plans as drawn by Cochran Finginccring & Surveying, Project No. 00-392, dated January 19, 2004 and included as Attachment A. City shall pay all sums due Don Schnieders Excavating for all work performed on this project upon duly submitted pay estimates. City shall then bill Utility for the amount for which they are responsible and attach copies of all appropriate pay estimates. Utility shall pay all invoices within thirty (30) days of receipt. Estimated Cost: ® City $65,294.55 District $143,551.70 Total $208,846.25 CITY OF,IEFFERSON UTiLITY i2ELOICA7'ION :1C1 it h iEN'i' THIS AGREEMENT is enteral into by the City of.lef Ic rson (hereinaller "C'ity") and Three Rivers Electric Cooperative, (hereinafter "Utility"). CITY IMPROVEMENT PROJECT: This agreement covers the relocations necessary for the project entitled South Country Club Drive Improvements (Fairground Road to West Edgewood Drive) Projcct Number;2031 . This project will include the construction of approximately 7,900 linear feel of roadway, installation and relocating of utilities, two reinforecd concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. WHEREAS, in order to complete said improvements in accordance with said plans, it will be necessary to adjust certain fhcilitics now located on/in private and public cascment(s) within the area ofthe proposed City improvement project. It is agreed that this will be the only Agreement executed to cover rci III hursenlCnt Of*tile Utility's costs to relocate, or adjust, their facilities as required by the City's improvement project. This Agreement will remain in full force until both parties agree, in writing, that amendments are needed, or Llnlcss the Agreement Is terminated by either party. THEREFORE, the parties agree as follows: 1. Information: Tile City agrees to furnish all necessary information on the Improvements in order to property carry out the utility relocation. 2. Cost: The Utility will furnish a plan Of adJLIStIIlCill marked as Attachment A, estimate of cost and percentage ofthe City's obligation ofcost marked as Attachment B for said facility relocation. 3. Change Order: If any substantial change is made in the plan Of ad and extent ofthe work, the Utility agrees that reimbursement shall be limited to costs covered by a supplemental agreement of change ordei' approved by the City prior to the performance of'the work. 4. Commencement and Completion o1'Work: After approval ol'the detail plan and estimate of cost and upon notification by the City, tile Utility will Commence, without unnecessary delay, to make the changes to its facilities. The Utility will actively pursue completion of the work to reach the earliest possible completion date and to Illiilinlize interference Mth the City's proposed improvements. 5. Utility's Responsibility For Subcontractors: It the i_Jtility determines to contract any of'the work of adjusting its fhcilitics, it shall be fully responsible for acts and omissions of its subcontractors, and of•persons either directly or indirectly employed by them, as the Utility is for acts ,in([ onlisslons ol'persons it directly employs. The Utility shall cause appropriate provisions to be inserted in any subcontracts relating to this work, to bind all subcontractors to the Utility by all terms herein set forth, insofar as applicable N to the work oi'subcdntrabtors and to give the Utility the same power regarding termination ofany stitcoAract as the City may exercise over the Utility under any provisions of this agreement. Nothing contained in this agreement shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. City Not Liable: The City shall not lie liable fbr damages to property or injuries to persons arising from the relocation of said fiacilitics by the Utility. 7. Utility to Defend: The Utility agrees that it will assume the defense of any action in which the City may be made a party delemlanl arising out of and in connection with the facilities relocation. 8. Inspection: "rile Utility shall be responsible fir all inspection during the facilities relocation. The City shall not be involved in any inspections related to the relocation of any overhead facilities. 9. Condition of Right-of=Way: Upon relocation of the facilities provided for in this Agreement, all leftover material and debris resulting from the work shall be removed by the Utility and the right-of-way left in a neat, workmanlike condition, free of holes, mounds of dirt, or other objectionable material. 10. Jurisdiction: This Agreement shall be construed according to the laws of the State of'Missouri. The Utility shall comply with all local, state and federal laws and regulations relating to the perfonnancc of this Agreement. 1In WITNESS WiIEREOF, the parties have entered into this Agreement on this day of )'Gt,I C bk_ , 20,C_y City of Jefferson / 1 love, Title: Title: A"r,rE ST: A'T"1'ES" �i ty C l't`Yc I' - APPRO- ED AS FORM: City Counselor r t • j, {• tUtYY sr �r�rr ul U t�r2U >• U tl. C` rJ U O �U C.1U 1 a �2 11 Uf 7 Z�]I to CL) SYiYI111 �'G7 yr. u 5 c () 7 cSj �y (.t t) 7 n• ;} Z 4'. g u r ih n:r yl U 1 t, Lt ci 1 1 U" t � •y In Z t.,v, ) rp; t. u) u tY aZ'<, W , 1 v, rr3' M, r2r v ( iri.Sf, �ZS� t�13r •�5 n:ci� i U t i In l, 5 n a� 4 JC b ii tY c� t Z ,, ¢T I`y' I�}1, T 11 1,1 ,_ 7 I n. i X rn O (.I U t.l f c, �,,3 n I�.O r_ Iry 3 n t{ I Li n,.A Ir^' • n -• z v �i to z3 ' I t�5 r- a , j:�25n > cSy 19 x ti N r'1 7 f, In rj U m N rn L) 4) r'I Nl n � In3da v j� � a 1:.- rt vt v)-1ul 0, ? 1D 1-I, i pp y '2 re. In w 'U 1.1 In iy t�0.1 �. �.g y. c.1j".1rm " y_ L (.t'•' ) ')n <.) s '�) r i 1'j r ) u� �� )I t.l 1, � FM. i -1.0 WH }��f1g1 r w ° z a 1.,G '^r^ o n{z 1. n 1. t;:¢r.. I-m ' r. m • z r.��r[41y-r. vi t; Mp �y1�j C z L1 �y1 F J 7 1- .I ' {,��n .1'C fG,n 'f ")�v Ifi - 6 CS rn '� Y' 1- 14. .1 5 i _ - '��f� O _. 1(�� f`tJ:n )u � M1 • rr rn U I C :.1 fJ t, •f 1.1.l.- 1.1 t-R].. S(,,V •[ IJ .,. ....-. ... ..-. ._.. � o .. . . I I11 /1)K � �14M111l11/l/A/ bi12 r p 4 0 Y a `-.. I I} I .. _. n rCt ri 1 t+iii /-•, ID "•! >p o u p a« LA C� � n b D I I j" I � ( •r' r�.�, ry. ..{r �'I'7 4 fCLt 20 �.tl - I I I 11l6lA44� a>j o o E n✓ a �i I �I -II I 70111 I '-mYm 0 in I F t o u N.; n d n I 1 I t�ui Q'5 4u O�7 1'r II II It ce Cy, pay o 8 gE Q� � LIB} tII a oh c�i n o .oEN "Inv to p2 oE a 0 Ln I: h D0 O N 1 I I I I I I o � � ° r�1 cc G1" i "r o eo Y ce + ® o 1~idi I I I ' -694 vi '7- o pp 0< rr 1 � p l fM�� -• ltiCr ,,,��ffffttt��� ��tt OM to �1 [+a �,uy �, !i r� I i I I I II i �i.�• -. - _ I I► I I w ® � --. r7 0 � � I I I A 1-0 1 i•j U n LJ Lf O nri up-, PIQN� v) m I z ID I i� ur o C,CA r, a. I I la ,n r.Cr crnl` 10 pa re u u n u u u u l l o C o m t I I < F^o — U u zw_ 1-re-i ut,r� � z+ I IL.I p� za p� II � jj r •� I DR�VC kwswopT 6611, 1 , IN ID I ri 2 R I •ea i Ln 0 Co ,,L1� • ti z 1 0 0 i.n zil,r 1 00 ul Ci ` m r1 SS l a Ca 1,n k W� a¢ c,A 0 10011 d.)d g3 m Loop/c oil NT id OWN "Mm Jo 01�-�t fi' ! 108kG• AM .40 AM 'ONE HISS NoLWILMGM aNY NoIS 'ON Id } } •—a--r�{•.r Q4f d __t_ } } } , , } } + } } } } + Mom um t Inbiio,�o�'i5na ba' 1 I Il•� n „} f I _ ± MATT UM lb Lt'rt -A�seeo I L _ -J �f I 11 r , , } + , } } , + } } , pt4EV }ATUo } �� , } , } } + } } } , •F } , } } t CL u T I pL'Lt+p1 Md (`' ► , r•1R I to Wav Ara I 1 f a 1'L'DL+pI -JAd Gl •� ••�a� Hr1—�I "�I �� 1 'J' I � .�►y'y14���r••,rN�MUr•' MAKOM um 1• w O ot Id tj lite I I "'°►� ilk I �r I �f �'• i I 1 i I ��:\. j. , } } . i• 1}/}1} �61 } } + } , } } + 1 } 1 + } } } } + } } } , + } } } , + } } o } Id I ' _ la 90'M IA713 WQL+£1 »Ad 14 W AT 7d �.,t•''�. X1+1 I I fi /� �:�. � � � � , , } , + } , , , + , } } } + 1 , } , i• , } } } + 1 , } , +1} , , } + , } } , + , , , , ra ld I a AYNOyou 'li M 03SOdoad ;103rONd NI030 4 �� f II i •r • 'p{ i � � 13Nf1 DIlllD3l3 tt 77 IL ,^ ,y �•� it 1 , i 6 0 NVP -- — 6i memolieA►!AVMayou w am A!#mnoo Hinor tooz/c ruva N1e U 3W -– 80 tA4 vwl walm Jo is IL „ k � ,� 11 �� � lg�ig� 11�NW1NVdmC1 �VdO'f�A� Jl.1l�f1UW11�O add i WIOGM GMAAW JO A.UO bN 1331 IS 18 m O cJ O NOI MHOSM aNV NOISIA3H :3tVa !ON 00 mo �r, .. � r r r r -S. r r•-.�+_•}•-�-""�-f-t'•-�--�--.+-}-+^r r rll r r r li'.11M e � ���� os•� , 1'�I I + • ���j� ) �� ' ! I 3A 1♦�11.� (IltrYll:ItloJ p � �� s 1'l� 1 " .l n � �.�;t` ;�•�� .� r a1M3s AarlrNrA I �u �� l �" , ! �• l '1t ` 1 ' ' i� ssoaa ioH sxla) ! . I 3Hna3lrl�aasrld,l• '151X3 — --I- -O MATS 131 ! "° ° / r G 3Hn:uuaa73 'ic1x3-•-• 01 � �01 �y� I �"r a uN kip,.: '• I.,Si Ct � —.__ ._ ... \ Y V y I 1 k !l I ' r r 1 r ill''1 fZr fc' cc+tt 11AJ -I o • }t � � � a I1��l/ up /: � is � � � 1 � a Y .}1 l.�Up'N1v�W6S��'N�(j1�+ 3�3N'11MV*DAd .01 ISM b b -1 d I 1 ��r±l. /I 1 .3Hn 340IId3731 ISIX3 ..2�a O • (a) 3d1d rGOH I dj1.11Z '161x3-"".--^-•'-i 7 Opt p I b ,. W •1'I •1! •vc V - cur 1 �I- Moma a t r r 1 r + —.r __lo ralau'al wnty c g Y 1pun3sual►p arou I QL PLC Noaris SWIMS.a3sodoad I I fn: p1,1r 10,1 v I , I C. r � I _ I r / 8 pMC�aALT � W r r r + r , r + r r 1 r'+ r 1 , r I,r 1 1 + r r r r I e� {�dRUC�dA' �TA � •' t< ' •r�:� �r r,� €� �Ix� �. � �,; ROAD oc•ozv U313 I WQZ+aZ ;'Ltd 1 doa.ct a3sodoad . tl a•P;WAtEIB�; M ' ;(� "';�i I i / •', 1 I}. PL + r r r r t , . r . + . r r r + . r . CL 1211 1 Srf rrH O�.IeEJ N 2 �^ I 5'° 7 7H7 � � � �•��-s:i �Y ') e e e - U9ZZA IA313 NP g < ° •f r- � 1 � I &���• , I 1 .�.i r�s; G��I � � � <y�� 8Z'ZY+Q{ UAd ' I � I` r r r r t r . r r + ' r r r t r r r r t r r . r } . r r r ICI � IP,; I ��'' ;'•�'I', 1 1 � � I S fi ' I ►- p < 1� ... _�..�e�r1�_F�°. I ' I,??y�i�` °:�y' � /� � 7a oc'sr i3s�.io !• Iv 9• I I 111 I1 3POI . r r t --1� ' 4 See�277 � �">Q`"°°i I I i ., �1�1;#�,� Y�''� ry w; air I I fit;; . _; ► �. I d PL;__;r1 �'$ n Fi (JOti�vl �Vlr z fir• .:[°, _.�rE'r • r r r r r + r r r r t r r + r r r . + r r r r •J r . r r —Y"ULIi /Jrs�ex ri R ,�ro'i ��/� . .�.. ��7 I, L •�I pp�_ y{� 14�Y.�.f3 �, �e•1b . r .�F• r Y. . t . .I. .er r . r g+ YF.S #Y y PL PL '• I{ �'• RsH � y ow a) , ! �'•�fsR ��►`w,,`" �� e sli43ni_I.I_ /y'"�1�i +.i''..) I {y � + ' + I i r i . + r , r r + . r . r _Yf•[�p y�, ��k�d I 1 Nom' /IJ I rlih I�3;t'(;"i�r e1;,,?:iJ �,• I L] 7 �1 r7 �� � .•�/ st ��;.�y`SrCr • '•,'„�I d �i to. �tY� � �� � _�_......_I. trw �I I° 7C�S t�•r��--- �— I f b! w I , Id 7d ` � 4 11}rrl � • " 1 I I d (7r p ._`� OD1' �.18 __11' .f ow pt low rx�°u3nimNl orou a:lane a3sodoad ! Ih x�' I I a I t+jSt a CATCH Ltd HTA tYidO NO PL ___......PL — jai•ia:r . 'ls,.a�I t�. r i:, r� j __ �' '�.' 'I...• `,�. Yell' d' +.� .�1 �Y r Y,.e.i1 ATTACHMENT B 1UTILIT'Y RELOCATION AGREEMENT Three Rivers Electrical Cooperative Obligation of Cost Payment for the necessary relocations shall be made based on the actual cost of the relocations. These relocations shall include ajfiew underground line at approximate station 67+95 as shown on the plans for project no. 92-082 South Country Club Dr. Cole County, MO. This relocation is required to allow for the underground line at the intersection of Scruggs Station Road and South Country Club to be disconnected during the reconstruction of that intersection. Also three poles shall be moved to approximate stations 15+15, 17+64 and 19+47 as shown on the City plans for project number 32031, to allow for the new alignment of Fairgrounds Road. The relocations shall also include pulling and reconnecting of underground lines at approximate station 17+65 and 21+27 as shown on the same plans. All aforementioned plans can be found as attachment A. Upon completion of the work the Utility shall bill the City for the cost of the relocation, upon submitting all applicable supporting documentation. The City shall pay all invoices within thirty (30) days of receipt. Estimated Cost: $22,616.61 P Cuop"INTRAr-T ETS OFrr' M ' Rdo� VA w CITY OF JEFFERSON S +� SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32031 r South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) Jefferson City Department of Community Development ' February, 2004 ws 'J R MM SSr �,4 TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form • Bid Bond • Anti-Collusion Statement • Contractor's Affidavit • Minority Business Enterprise Statement • Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law p g 9 • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law Exception Certification Excessive Unemployment Exce • P • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions r 0 Special Provisions • Attachments • Addendums ( If Any j ' (' INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) e ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, February 3, 2004. rThe bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same clay. The proposed work for the project entitled "Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)" will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. A pre-bid conference will be held at 10:00 AM, on Wednesday, January 21, 2004 in the Large Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101 . All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of One Hundred and Twenty Dollars ($120.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON 1 Terry eph6nson Purchasing Agent Publication Date Sunday, January 11 , 2004 1 NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, Febuary 3, 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. 32031, South Country Club Drive Improvements(Fairgrounds Road to West Edgewood Drive)"will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading,and other miscellaneous work to widen and improve the existing roadway. A re-bid conference will be held at 10:00 AM on Wednesday, January 21 2004 in p Y, rY , the Large Conference Room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101 . All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of One Hundred and Twenty Dollars ($120.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. 1 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 1 INFORMATION FOR BIDDERS I13-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel,labor, materials, and equipment required to perform the work included in the project entitled"Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West 1 Edgewood Drive)"in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. IS-2 INSPECTION OF PLANS,_SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I19-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendurn be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. IS-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. I13-5 EQUIVALENT MATERIAL SWherever definite reference is made in these Specifications 10 11110 use of any particular material or equipment, It is to be understood that any equivalent material or egUipmont may be usod which will perform adequately the duties imposed by the general design,subject to the approval of the City. I13-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract o ract r equrred within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I13-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. I113-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSIV10 provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. 113-9 APPROXIMATE QUANTUIES In cases where any part or all of the bidding is lv be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estirnate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked"Project No. 32031, South Country Club Drive Improvements(Fairgrounds Road to West Edgew ood Drive)". IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS The City reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance,properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business In the State of Missouri and acceptable to the City of Jefferson. IB-17 INDEMNIFICATION AND INSURTANCE, The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor 1 shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of Installation thereof. If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be giver) to the Contractor by the City of Jefferson within ten (10) days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be 200 working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project riot be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET r rEach 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 rproposal. 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 rEND OF INFORMATION FOR BIDDERS 1 1 1 1 1 1 • r r BID FORM Name of Bidder` Don Schnieders Excavating Company, Inc_ Address of Bidder 1 307 F'airaro1Lt ds Road ,J ff-x�.QllSi t yMQ 65102 To: CITY OF JEFFER:�ON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto;and being acquainted with and fully understanding (a)the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of ® existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, ® curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling,and rail delivery facilities;and(i)all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to 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 cornpletion 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: 1 Page 1 of 7 CITY OF JEFFERSON ITEMIZED BID FORM (REVISED 01126104) SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EGDEWOOD DRIVE) PROJECT NO. 32031 1 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1.00 MOBILIZATION /CLEARING FOR UTILITIES LS 1 15,000.00 15,000.00 2.00 MOBILIZATION /DEMOBILIZATION FOR ROAD WORK LS 1 15,000.00 .15,000.00 3.00 CONSTRUCTION STAKING LS 1 16,000.00 16,000.00 4.00 REMOVALS LS 1 1 05,590.00 - 105,590.00 5.00 CONSTRUCTION SIGNAGE AND TRAFFIC r CONTROL LS 1 8,000.00 8,000.00 ■ 6.00 CONSTRUCTION TRAILER LS 1 5,500.00 5,500.00 --- EROSION CONTROL 7.01 SILT FENCE LF 6,500 1 .66 10,790.00 7.02 DITCH CHECKS EA 15 70.00 1 ,050.00 7.03 STONE FILTER DAMS TON 100 20.00 2,000.00 7.04 TEMPORARY MULCH SY 40,000 0.10 4,000.00 7.05 TEMPORARY SEEDING SY 20,000 0.06 1 ,200.00 --- EXCAVATION 8.01 EARTH EXCAVATION AND GRADING LS 1 150,231 .00 150,231 .00 8.02 ROCK EXCAVATION FOR ROADWAY (BLASTING) CY 702 10.00 7,020.00 8.03 ROCK EXCAVATION FOR ROADWAY r 250.00 125.00 G (MECHANICAL) CY 50 , 8.04 SUB-GRADE STABILIZATION TON 100 20.00 2,000.00 -- STORM DRAINAGE 0 9.01 15" DIA, RCP, CLASS III, IN PLACE LF 2,147 30.45 65,376.15 9.02 18" DIA. RCP, CLASS III, IN PLACE LF 543 30. 60 16,615.80 ' 9.03 24" DIA, FiCP, CLASS 111, IN PLACE LF 20 43.35 r 867.00 9.04 42" DIA. RCP, CLASS 111, IN PLACE LF 139 75.50 10,494.50 ' 9.05 54" DIA. RCP, CLASS III, IN PLACE LF 358 123. 95 44,374.10 0 Page 2 of 7 ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT_ 0 2,310.00 9,06 15" RCP END SECTION EA 7 330.00 18" RCP END SECTION EA 1 350.00 350.00 9.08 42" RCP END SECTION EA 1 1 ,315.00 11315.00 9.09 54" RCP END SECTION EA 1 11660.00 - 1 ,660.00 9.10 4'x 3'TYPE A INLET WITH DEFLECTORS EA 4 1 ,430.00 5,720.00 9.11 4'x 3'TYPE A INLET W/O DEFLECTORS EA 18 1 ,340.00 24,120.00 9.12 4'x 4'TYPE C INLET W10 DEFLECTORS EA 7 1 ,470.00 10F290.00 9.13 4'x 4' AREA INLET EA 4 _ 1 , 190.00 41760.00 9.14 6.5'x 4'AREA INLET EA 1 11965.00 1 ,965.00 i 9.15 MODIFIED JUNC'T'ION BOX (STORM WATER STRUCTURE NO. 41) EA 1 3,650.00 3,650.00 9.16 6.5'x 6.5'JUNCTION BOX EA 1 2,700.00 2F700.00 9,17 4' DIA STORM WATER MANHOLE EA 4 1 ,005.00 4,020.00 9.18 1 FT. THICK, TYPE 1 RIP-RAP SY 52 12.00 624.00 9.19 2 FT. THICK, TYPE 2 RIP-RAP SY 660 _ 23.00 15,180.00 9.20 ROCK EXCAVATION FOR STORM DRAINAGE (BLASTING) CY 426 75.00 31 ,950.00 9.21 ROCK EXCAVATION FOR STORM DRAINAGE (MECHANICAL) CY 50 125.00 6,250.00 --- BOX CULVERT(OLD LOHMAN ROAD) 10.01 CONCRETE (3000 PSI) CY 97 340.00 32,980.00 1002 REINFORCING STEEL (GRADE 60) LBS 12,230 _ 0.85 10,395.50 BOX CULVERT(SOUTH COUNTRY CLUB) ' 11.01 CONCRETE (3000 PSI) CY 114 302.00 34,428.00 11.02 REINFORCING STEEL (GRADE 60) LBS 13,588 0.85 11 ,549.80 ' --- SANITARY SEWER FORCE MAIN 12.01 10" PVC C900 SANITARY SEWER MAIN WITH TRACER WIRE LF 2,237 _ 23.20 51 ,898.40 12.02 10" DIP SANITARY FORCE MAIN WITH TRACER WIRE LF 10 50.00 500.00 12.03 4' DIA SANITARY SEWER MANHOLE EA 1 1 , 500.00 1 ,500.00 Page 3 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNI'T'S QUANTITY PRICE AMOUNT 12.04 10" TRANSITION COUPLING MJ. EA 2 200.00 400.00 12.05 10" MJ. X MJ. 45 DEG. ELBOW WfTH ASSEMBLY EA 2 . 250.00 500.00 12.06 10" DIP MJ. X FLG, X FLG. WYE EA 1 700.00 70000 12.07 10" FLG. X FLG. 45 DEG. ELBOW EA 1 300.00 300.00 12.08 10" FLG. X MJ, GATE VALVE W/ASSEMBLY AND VALVE BOX WITH CAST IRON LID EA 2 1 ,055.00 2,110.00 12.09 10" DIP MJ. X MJ.45 DEG. ELBOW WITH ASSEMBLY EA 1 275.00 275.00 12.10 10" DIP MJ. X MJ.22.5 DEG. ELBOW WITH ASSEMBLY EA 1 275.00 275.00 12.11 10" MJ. X MJ. 90 DEG. ELBOW WITH ASSEMBLY EA 1 275.00 275.09 12.12 ROCK EXCAVATION FOR SANITARY SEWER (BLASTING) CY 128 75.00 9,600.00 12.13 ROCK EXCAVATION FOR SANITARY SEWER (MECHANICAL) CY 20 150.00 3,000.00 --- WATER MAIN 13.01 10" PVC WATER MAIN LF 799 18.60 14,861 .40 13.02 8" PVC WATER MAIN LF 4,286 12.30 52,717.80 13.03 8" DIP WATER MAIN LF 36 40.00 1 ,440.00 13.04 6" PVC WATER MAIN LF 188 _ 10.85 2,039.80 13.05 4" PVC WATER MAIN LF 147 7.65 1 ,124.55 13.06 2" PVC WATER MAIN LF 236 5.70 11345.20 13.07 10 MJ 45 DEG. BEND EA 3 270.00 810.00 13.08 8" MJ IN-LINE GATE VALVE EA 1 6.15.00_ 615.00 13.09 8" MJ 45 DEG. BEND EA 7 235.00 1 ,645.00 13.10 8" MJ 22.5 DEG. BEND EA 7 - 235.00 11645.00 13.11 8" MJ 11.25 DEG. BEND EA 1 235.00 235.00 13.12 6" MJ 22.5 DEG. BEND EA 1 210.00 _- 210.00 13.13 6" MJ REPAIR SLEEVE EA 2 210.00 420.00 ' 13.14 4" MJ 90 DEG. BEND EA 1 195.00_ 195.00 Page 4 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNI'T'S QUANTITY PRICE AMOUNT 13.15 4" MJ 11,25 DEG, BEND EA 1 195.00 195.00 13.16 4" MJ REPAIR SLEEVE EA 2 _ 195.00_ _ 390.00 13.17 2" PVC GJ REP-AIR COUPLING EA 4 55,00 220.00 13.18 DETAIL A EA 1 3,825.00` 3F825.00 13.19 DETAIL B EA 1 800.00 800.00 13.20 DETAIL C EA 1 5,330.00 5,330.00 13.21 DETAIL D EA 1 730.00 730.00 13,22 DETAIL E EA 1 1 ,525.00 1 ,525.00 13.23 DETAIL F EA 1 21150.00 2, 150,00 13.24 DETAIL G EA 1 1 ,860.00 1 ,860.00 13.25 DETAIL H EA 1 1 ,955.00 1 ,955.00 13.26 DETAIL I EA 2 765.00 1 ,530.00 13.27 DETAIL L EA 1 1 ,535.00 1 ,535,00 13.28 DETAIL LS 1 815.00 815,00 13.29 2" PVC WATER MAIN CONNECTION WITH - ASSEMBLY EA 3 800.00 2,400,00 13.30 6" FIRE HYDRANT ASSEMBLY EA 9 1 ,695.00 17,055,00 13.31 2" PE (CTS) SERVICE CONNECTION WITH ' ASSEMBLY EA 1 500.00 500.00 13.32 3/4" COPPER SERVICE CONNECTION EA 21 _ 515.00 10,815.00 13.33 1" COPPER SERVICE CONNECTION EA 1 525.00 525.00 13.34 EXISTING 2" METER ASSEMBLY RELOCATE EA 1 900.00 900.00 13.35 NEW 3/4" METER ASSEMBLY INSTALLATION EA 9 900.00 81100,00 1:3.36 NEW 1" METER ASSEMBLY INSTALLATION EA 1 900.00 900,00 13.37 EXISTING 3/4" METER ASSEMBLY REMOVAL EA 10 400.00 4,000.00 13.38 EXISTING FIRE HYDRANT ASSEMBLY REMOVAL EA 3 400.00 1 ,200.00 13.39 3/4"COPPER SERVICE LINE LF 2,025 6.90 13,972.50 13.40 1"COPPER SERVICE LINE LF 80 7.00_ 560.00 ' 13.41 1" PE (CTS) SERVICE LINE LF 600 7.00 4,200,00 Page 5 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT' 13.42 2" PE (C'fS) SERVICE LINE LF 72 7.00 504.00 13.43 2" SCHEDULE 40 PVC SLEEVE LF 610 7.00 _ _..__ 4,270.00 13.44 3" SCHEDULE 40 PVC SLEEVE LF 85 8.00 680.00 13.45 4" SCHEDULE 40 PVC SLEEVE LF 246 9.00 _ 2,214.00 13.46 1" MINUS GRANULAR BACKFILL TON 598 9.00 5,382.00 13.47 CONCRETE PAVEMENT REPAIR SY 18 100.00 1 ,800.00 13.48 ASPHALT PAVEMENT REPAIR SY 13 35.00 455.00 13.49 ROCK EXCAVATION FOR WATER MAIN (BLASTING) CY 250 75.00 18,750,00 13.50 ROCK EXCAVATION FOR WATER MAIN (MECHANICAL) CY 50 150.00 71500.00 --- UTILITY INSTALLATION FOR AMEREN 14.01 TRENCHING/ INSTALLATION OF 5" DIA. ELECTRICAL CONDUIT LF 1,304 10.80 14,083.20 14.02 TRENCHING/ INSTALLATION OF 4" DIA. ELECTRICAL CONDUIT LF 155 10.00 1 ,550.00 14.03 INSTALLATION OF UNDERGROUND VAULT EA 1 2,655.00 2,655.00 14.04 TRENCHING FOR GAS MAIN LF 1,075 6.65 7,148.75 14.05 ROCK EXCAVATION FOR ELECTRICAL CONDUIT AND GAS MAIN (BLASTING) CY 50 100.00 5,000.00 14.06 ROCK EXCAVATION FOR ELECTRICAL - CONDUIT AND GAS MAIN (MECHANICAL) CY ?0 150.00 3,000.00 --- CONDUIT/ LIGHTING 15.01 2" DIA. SCH. 40 PVC CONDUIT FOR STREET LIGHTS LF 440 8.00 31520.00 15.02 TYPE 1 ELECTRICAL PULL BOX EA 1 8.50 8.50 15.03 3 - #4 240V INSULATED COPPER WIRE WITH 1 - #6 BARE COPPER GROUND WIRE LF 480 _ 4.60 2,208.00 15.04 CLEAN, RE-PAINT, AND RE-LOCATE, EXISTING "SHOE BOX" STREET LIGHT POSTS FA 2 2,876.00 5,752.00 15.05 4" DIA. SCH, 40 PVC CONDUIT WITH PULL WIRE FOR FUTURE SIGNALS LF 566 10.00 5,660.00 Page 6 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 15.06 4" DIA. SCH. 40 PVC CONDUIT FOR THREE RIVERS ELECTRIC LF 674 9.00 6,066.00 15.07 TRENCHING/INSTALLATION OF 4" OIA. CONDUIT FOR TELEPHONE LF 570 9.00 5, 130.00 --- RETAINING WALL 16.01 SOLID BLOCK GRAVITY WALL SF 1,250 13.20 16,500.00 16.02 SOLID BLOCK CAP UNIT LF 380 3.85 1 ,463.00 --- PAVING 17.01 TYPE A CURB AND GUTTER LF 13,637 9.95 135,688.15 17,02 3" ROLLED STOVE BASE SY 33,500 2.30 77,050.00 17.03 7" PCC PAVEMENT SY 29,297 22.95 672,366.15 17.04 7" PCC PAVEMENT (FAIRGROUNDS, DENESE, FAIRLAND) SY 719 31 .55 22,684.45 17.05 6" PCC COMMERCIAL DRIVE_ APPROACH SY 411 36.45 14,980.95 17.06 6" PCC RESIDENTIAL DRIVE APPROACH SY 216 39.90 8,618.40 17.07 6" FCC RESIDENTIAL/COMMERCIAL DRIVE REPLACEMENT SY 1,134 28.55 32,375.70 17.08 7" HIGH EARLY STRENGTH PCC PAVEMENT SY 1,080 33.20 35,856.00 17.09 6" HIGH EARLY STRENGTH PCC PAVEMENT SY 250 33.00 8,250.00 17.10 4" CRUSHED STONE RESIDENTIAL/ COMMERCIAL DRIVE REPLACEMENT SY 1,042 2.85 _ 2, 969.70 17.11 6" PCC SIDEWALK SY 590 29.45 17,375.50 ' 17.12 4" PCC SIDEWALK SY 3,832 _ 25.65 98,290.80 17.13 4" PCC SIDEWALK RAMPS SY 62 50.00 3,100.00 17.14 TEMPORARY ASPHALT PAVEMENT REPAIR SY 160 20.00 3,200.00 17.15 TEMPORARY SURFACING TON 1,820 10.00 18,200.00 1 --- FENCING 18.01 WOVEN WIRE FENCE LF 2,130 5.00 10,650.00 18.02 TEMPORARY FENCE LF 152 10.00 1 ,520.00 18.03 12' GATE EA 1 1 ,000.00 1,000.00 -- LANDSCAPING r Page 7 of 7 r ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICS AMOUNT 19.01 SEEDING AND MULCHING AC 10 _1 ,140.00 _ 11 ,400.00 19.02 PHOTODEGRADABLE STRAW BLANKET SY 11550 _ 1 .52 2t356.00 19.03 ZOYSIA SOD SY 50 8.50 425.00 '19.04 PINE TREES EA 11 85.00 935.00 20.00 GUARDRAIL WITH TYPE IV OBJECT MARKER SIGN OM4 WITH POSTS LS 1 2,000.00 2,000.00 TOTAL BASLE BID 21234,791 .75 r --- ALTERNATE A -ASPHALT PAVING 21.01 REDUCE 7" PCC PAVEMENT SY -29297 22.95 (672j 366.15 21.02 1-1/2"AC SURFACE (GRADE C) SY 29297 2.70 79,101 .90 21.03 8-'1/2"AC BASE SY 29297 16.05 470,216.85 rTOTAL AL'T'ERNATE A (123,047.40) --- ALTERNATIVE B - MOLECULARLY ORIENTED PVC 22.01 REDUCE 10" DIA. PVC WATER MAIN LF -805 18.60 (14,973.00) ' 22.02 REDUCE 8" DIA. PVC WATER MAIN LF -4279 12.30 (52,631 .70) 22.03 REDUCE 6" DIA. PVC WATER MAIN LF -195 10.85 (2,11 5.75) _ 22.04 10" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LF 805 18.60 14,973.00 22.05 8" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LF 4279 12.30 52,631 .70 22.06 6" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LF 195 10.85_ 2,115.75 TOTAL ALTERNATE B 0.00 2/3/04 ' Signature of Bidder _ Date 1 SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. Jefferson Asphalt company, Meyer Electric, Inc. , All Seasons Hare and ' Lawn Care, IALC, Triton Construction, Inc, . sterling mXcavation, Inc, TIME OF COMPLETION The undersigned hereby agrees to complete the project within 200 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 rites quoted above include 9 p P q all applicable state taxes and that said taxes shall be paid by the Contractor. a The undersigned, as Bidder, hereby declares that the only persons or firms interested 9 Y YP in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: 1307 Fairgrounds Road Jefferson City, r4o 65109 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of _ 5% of bid amount Dollars (cashier's check), make payable to the City of Jefferson. 1 Signature of Bidder: If an individual, _ doing business as_._. If a partnership, , member of firm. by If corporation, Don Schnieders Excavating company, inc. Title vice President SEAL Business Address of Bidder 1307 Fairgrounds Road Jefferson City, MO 65109 If Bidder is a corporation, supply the following information: State in which incorporated Missouri �^ Name and Address of its: President Mary Jane M. Rhea 1307 Fairgrounds Road Jefferson Ciyt MO 65109 Secretary Ann r- , sax 1307 Fairgrounds Road —Jeff ersonci iy, J�Q 65109 Date October 19x6 e t BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Dc?n Schnieders Excavating Company, Inc. as 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 3rd day of Februa __, 2004 The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled: "Project lido. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed 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 proper officers, the day and year first set forth above. Don Schnieders Excavating Company, Inc. Principal SEAL Saf:eco Insuran �pany o ri a tKris L Bennett, Attorney-In-Fact SAFECO Insurance Company Sci nox 14626 � Suallle.WA A 9 8124.1526 ACKNOWLEDGMENT BY SURETY STATE OF Missouri County of Cola On this 3rd of February _ 2004 het""ore me personally appeared Kris L, Bennott known to. n1e to he the Attorncyin-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL_ INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY �� the corporation that executed the within insti•umc:nt, and acknowledged to me that such corporation execuicd 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 Pub c in the State of Missouri cal) County of 10 saa e JANET HASLAG NOTARY PUBLIC•NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Commission Expires; October 18,2006 S•0230ISAEF 10199 0 A registered trad emark of SAFECO Corporation FRP NU`NEF1' :>A1'CCCt IN'10RANCC CUMPAtdY Of AMi:HICA Fiat S A F E C O" GLNI'IZAL IN!; )PAN(:L ;0IMIANY 01'AMLftICA OF ATTORNEY ftow Ctrnu UAITC011tA/A SCATTLE WASHING1C1N 90185 No 5462 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Waahinglon corporation, does each hereby appoint ++w•w•+wwwwwwwrww.•wwww.LOUIS A.LANDWHIIR;KRIS l..BENNIi1T:CHARLES G.T1IABLIE:HFAI BACKERS;Jefferson City,h1tssoud"""�""w"wwwwwwwww Its true and lawful ) attorno (s-in-fact, with full authority to oxocule on its behalf fidelity and surety bonds or undertakings and other documents of a similar Y character Issued in the course of Its business,and to bind tho respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 16th day of rune 2003 PC CHRISTINE MEAD,SECRETARY _ _ MIKE_MCGAVICK,PRESIDENT CERTIFICATE Extract Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURE n'BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointod for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other docurrients of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attomey appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 3rd — day of February _ 2004 COAPORRTE SEAL SEAL a sr jF t� Of WAS M ��of Wa��s T CHRISTINE MEAD,SECRETARY S•0974lSAEF 2/01 b A rog srerod trrdomark of SAFECO Corporation ' 06116x2003 POF 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: 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 a t s-36WSAEF 2/98 0) A registered traoemark of SAFECO Corporation AN I'I-COLLI 1SION STATEMENT STATE OF Missouri COUNTY OF Cole ) Donald E. Rhea being first duly swom, deposes and says that he is Vice President of TITLE OF PERSON SIGNING 1 Don Schnieders Excayat i ag c=pany, J;nr• NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not,either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. (BY) _ Sworn to before me this 3rd day of February , 200o4 . NOTARY PUBLIC r My commission expires: 1/23/07 SHAWN M.WILSON Notary Public-Notary Seal State of Missouri County of Cole My Commission Expires: Jan.23,2007 r CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF Missouri ) ss COUNTY OF Cole ) The undersigned, _ Donald E. Rhea of lawful age, being first duly worn states upon oath that he is Y Vice President of Don Schnieders Excavating comnan. Tne- the contractor submitting he attached bid, that he knows of his own knowledge and 9 9 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 ublic, in and for the Count and State rY Y aforesaid, this 3rd day of February , 20 04 0. &..QY\. NOTARY PUBLIC M y Commission 1/23/07 Expires. ® 5I1AWN M.WILSON Notary Public-Notary Seal ' State of Missouri County of Cole My Commission Expires: Jan.23,2007 MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction iterns. I. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. MINORITY BUSINESS UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Croup Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: r1. 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 r Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. ' Minority Business Enterprises may be employed as contractors,subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation Total Bid Amount: 2►234,791 .75 Total: 0.00 Percentage of Minority Enterprise Participation: 0 % 9 P P 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 Minorty Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Lousiness 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. Rhea NAME OF AUTHORIZED OFFICER DATE . 2/3/04 SIGNATURE OF AUTHORIZED OFFICER AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of , personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation) (a partnership) (a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 10, Section 026, Cale County in carrying out the contract and work in connection with Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) 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_ ) 3 Missoune Division of Labor Standards WAGE AND ND HOUR SECTION P THE , sn ex es MocccI. r BOB HOLDEN, Governor Annual W 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 flied with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate 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 shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-3.0100). A certified copy of the Annual'Wage Order has been filed with the Secretary of State of Missouri. �'A �, e-oller-n A. Baker, Director M���� �� X110:' Division of Labor Standards Filed With Secretary of State: s:cc;; ,f'cV1 nV ran r7, � Last Date Objections May Be Filed: APR 0 -q 2003 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County eETf ct ' Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday rotal Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker 10103 _$27.93 55 60 $_11.27 Boilermaker 9/03_ $27.40_ 57 7 $14.29 Bricklayers-Stone Mason____-_"_ $23.65 1 59 1 7 1 $7.35 Carpenter 3/03 $19.03 60 15 $7.86 Cement Mason _ w- -$18.26 9 3 $8.40 Electrician (Inside Wireman) $23.73 28 -7 $9.06+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN) RATE Elevator Constructor a $30.725 26 54 $10.461 Operating Engineer Group 1 5/03 $22.62 86 66 $13.03 _ Group II 5/03 $22._62 86 66 _ _$13.03 Group III + 5/03 $21.37 86 66 $13.03 _ Group III-A _5/03 $22.62 86 66 $13.03 _ Group IV 5/03 1 $23.32 86 66 $1_3.03 Group V 5/03 $24.62 86 66 $13.03 -Pipe Fitter 7/03 b $29.75 91 69 $12.33_ Glazier $12.50 FED $2.34 Laborer(Building): I _ General $15.87 110 7 $7.33 First Semi-Skilled $17.47 110 7 $7.33 Second Semi-Skilled $16.8% 110 7 $7.33 _ Lather _ USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE Marble Mason $23.65 59 7 $7.35 Millwright 3/03 $20.03 60 15 $7.86 Iron Worker 8/03 $21.87 11 8 $13.00 Painter ~� _ $18.44 18 `T - $5.33 Plasterer $17.32 94 5 $8.15 Plumber 7/03 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 Sprinkler 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 1 _ 3/03 $19.30 101 5 $5.25 Group 11 3/03 $20.00 101 5 $5.25 Group III 3/03 $19.70 101 5 $5.25 Group IV 1 3/03 1 1 $20.00 _ 101 _5 $5.25 Traffic Control Service Driver Welders-Acetylene& Electric i Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division i of Labor Standards at (573) 751-3403. "Annual Incremental Increase 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 10 OIOS Building Cotstruction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes ectTve a'sic �--er= OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Uso Building Construction Rates on Building(s)and All Immediate Attachments.Use Henvy Construcllon rates for remainder of project. For the occupational titles not listed in Heavy Construction Shoots,use Rates shown on Building Construction Rate Shoot. r a-Vacation, Employees over 5 years-8%; Employees under 5 years-6% b- All work over$3.5 Million Total Mechanical Contract-$29.75,Fringes•$12.33 All work under$3.5 Million Total Mechanical Contract-$28.41,Fringes-$10.58 r r r r r r r r r -Annual Incremental Increase ANNUAL WAGE ORDER NO.10 7103 r COLE;COUNTIl'OVER'1'1M1s SCIII,.UUL E,— BUILDING CONSTRUC'riON RE I)LACEMENT i'AGE FED: Minimum requirement per Fair Labor Standards Act means time and one-hall'(] ''/:)shall be paid for all work in excess of forty(40)hours per work week, NO.9: Means the regular workday starting tinge of 8:00 a.m. (and resulting quitting time of4:30 p.111.)may be moved forward to 6:00 ami. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work (Illy and on Saturday shall be compensated at one and one-half(1'h)times the.regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following!Saturday at straight titne. All work accomplished on Sunday and holidays ,,hall be compenstttcd for at double the regular rate of wages, '11te work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute it day's work,with the starting time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. "Time and one-half(11h) shall be paid lirr first two ('2) hours of overtinu, Monday through Friday and the first eight(8) hours on Saturday. All other overtime hours Monda)' throtrg;h 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 performed within the regular working hours which shall consist of a ten (10) hnur weak day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(11/2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6) hours after Noon (12:00). The regular work week shall be firrty(40) hours, beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m.on Friday. Saturday will be paid at time and one-half(I IA). Sunday and Holidays shall be paid at double (2) time. Saturday can be it make-up day if the weather has forced u(lay 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 NO.26: Means that the regular working day shall consist of eight(8) hours worked between 6:00a.111.,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 (tic general contractor and worked by the majority of trades. (the above working hours may be changed by mutual Agreement). Work perfornicd on Construction Woik on Saturdays, Sundays and befirre and after the reltular workingt, day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working; day shall consist of ten (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 it four (4) ten (10) hour day workweek has been established, (will be paid fit two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. ' ANNUA1,WAG1,:0R1)IsR NU. 10 A W 10 026 OT S61).doc Paoc I of Page, COLE,COUNTY OVEIRTI11F SCIIEDULE — BUILDING CONSTRUCTION 12FATACEN1ENT PAGE' NO. 28: Means eight(8)hours between 7:00 a.m. and 5:30 p.m., with at lea,.t a thirty (30) mintue period to he taken for lunch,shall constitute a day's work five;(5)days it week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option fbr a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for it minimum of four(4)consecutive days. -Starting time may be within one(i)hour either side of 8:00 a.m. -Work week must begin on either a Monday of 'Tuesday: If it holiday fulls within that week it shall be a consecutive work day, (Alternate: Ifa holiday fulls in the middle ofa week,then the regular eight(8)hour Schcdulc may be implemented), -Any time worked in excess of any tell(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday,shall be paid at one tl.one-half (P/2)times the employee's regular rate of pay. All work perfio need ('ronl 12-.00 1.111.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 oftwelve(12)consecutive hours they shall he paid double time(2X) for all time af)cr twelve(12)hours. Shift work perforated between the hours of 4:30 p.nl.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten (10%)percent for seven and one-half(71/,) 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 it regular shift still]) be paid at one and one-half(11i1)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 aml.and 6:00 p.m.,excluding the lunch period,or Shall conform ►u tits practice on the job site. Four(4)days at tell(10)hours a day may be worked at straight time., Monday through Friday and need not he consecutive, All overtime, except for Sundays and holidays shall be at the rate of time and one-half(1'/z). Ovenimc 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 jot)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 laic as 5:30 p.m. All (lull or part time labor performed during Such hours shall be recognized as regular\e orking hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours hilt not more than twelve(12)hour's during the regular working wcuk shall he paid Coral time and one-half(1'h)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) tnles the regular hourly rue. In the evert of rain,snow,cold or excessively windy weather on it regular working day, Saturday may he designated as it "make-up" day. Saturday may also be designated as a "slake-up"day, liar 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 aml. 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-halt'(1',4) times the straight lime rate. All work performed on Sunday, observed holidays and in excess of tell (10) hours a day, Monday through Saturday, shall he paid at double (2) the Straight time rate. NO. 57: Means eight (8) hours per day shall constitute it day's work and tixty f40) hours per heck, Monday through Friday, shall constitute it week's work, The regular star7inp time shall be 8:00 a.m. The above slay he changed by mutual consent of authorized personnel. When circumstances warrant, the kntployer may change the regular workweek to four (4) ten-hour days at the regular unit: rate of pay. It being Understood that all other pertinent itlfbl'111,1 iota must be adjusted accordingiy Ail time worked before and after the established workday of eight(8)hours, Monday through Friday, all time worked on Saturday, shall he paid at the roc of time and one-half(I '%) except in cases where work is part of a n employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL WAGE.ORDER NO. 10 A\V10 02o ar titip doe I'a)te of 5 P,iEeS COIF,COUNTY OVI?It'1'1111,'+Cllia)UI,I? Ii1111,UIN(,CON±►TRI ICTION It 1?PI,ACL:i11ENT PAGF,, NO. 59: Means that except as herein provided, eight (8) hour~ a clay shall constitute a standard wort: clay, and fbtty (40) hours per week shall constitute n week's work. All time worked outside of the standard eight (8) hour work clay and on Saturday shall he classified as overtime and paid the rate of finis and one-half(1!4). All lime worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The I:nlployer has the option of working; either five (S) eight hoar days or four (4) tell hour days to constitute It normal forty (40) hour work week. When the four(4) ten-hour work week is in effect, the standard work clay shall be consecutive. tell (10) hour periods between the hours of 6:30 a.m. and 6:30 p,nl. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive, fn the event the job is clown for tiny reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the 1?nipluycr, he worked us a make-up (fay: straight time not to exceed tell (10) hours or filrty(40)hours per week. When the five day(8) hour work week is in effect, foriv(40) hours per week shall constitute it week's work, Monday through Friday, inclusive. In the event file job is down For any reason beyond the }inlployer's control, then Saturday may,at the option of the l:nlployer,he worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. The regular starting time. (and resulting quilting; tittle) may he moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up clays shall not he utilized for clays lost chic to holidays. NO.60: Means the Finployer shall have the option ol'working five 8-hour clays or filur 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight (8) per day or forty (40) per week shall he paid at time and anc-half(l V,) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKF.-UP DAY: Iran Employer is prevented from working,forty(40)hours, Monday through Friday, or any part thereof'by reason of inclement weather(rain or mud), Saturday or any part thereof play be worked as a make-up day at the straight tittle 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. Kim Fniplover elects to work four i 0-hour days, between the hours of 6:30 a,m. and 6:30 p.m, in any week, work performed more than tell (10) hours per clay or forty (40) hours per week shall be paid at time and one half'(I V2) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather,the F'mployer may work ten(10)hours on Friday tit straight time. Friday must be scheduled lire no more than ten(f 0)hours at the straight lime rate,but all hours worked over the forty (40) hours Monday through Friday will be paid at title and one-half(I ', ) the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half' (1'/a) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m,(and resulting quitting link of 4:30 p.m.) may be moved(inward to 6:00 a.m. or delayed one(1)hour to 9:00 a mi. All work accomplished oil Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated tier at double (2) the regular hourly rate of wages plus fringe benefits. NO'I'F: All overtime is computed on the hourly wage rate pluS an amount equal to the fringe bcncf its. NO. 86: Means the regular work week shall consist of five (5) days, Monchty through Friday, beginning at 8:06 a.m. and ending. at 4:30 p.m. The regular work clay beginning time nut' be advanced one ot• two hums or delayed by one hour. All overtime work perflormed on (\1onday through Saturday shall be paid at tittle and one-half(1'i:)of the hourly rate plus in amount equal to one-half (!,i) of the hourly 'Total Indicated Fringe Henelits. All work perfinmed un Sundays and recognized holidays shall he paid at double (2) fhc hourly rate plus an amount equal to the hourly 'Total Indicated Fringe Benefits. NO. 91: Means eight (8) 1101.111; Shall constitute a day's work commencing al 8:OO at.nl. an(I ending at 4:30 p.m., allowing one-half(1/2)hour for lunch. The option exists for the Employer to use it flexible starlinf tittle between the hours of*6:00 a.m. and 9:00 a.m. The regular work week shall consist of linty (40) hours ol• live (5) work days, Monday through Friday, The work week may consist of fora•(4) tell (10)hour days from Monday through Thursday, with Friday as a mike-up day. if the make-up (fit), is a holiday, the employee shall be paid tit the double (2) finis rale. The employees shall be paid time and One-half(1 '/:) fist wore: perfiurnc(1 before the regular starting tittle or after the regular quilting tittle or over eight(8) hours per work dairy (unless working a 10-hour work cla)-, then lints and one-hall, (i !41 is paid filr work performed over tell (I(1) hours a clay) or over l6rty(40) hours pct work weel:. Work performed O on Saturdays, Sundays,in([recognized holidays shall ho paid at the double(2) tittle rate of pay. ANNUAL. WAGE' O12U1';R NO. 10 e AWitl 02h UT StIl mduc Tape 3 nl COLE COUNTY BUILDING CON ti'I RUCTION REPLACEMENT PAGE. NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 a,m. and 5:00 p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting; time of 4:30 p.m,) play be moved froward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work perfornmed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/2) tittles the regular pay. In the cvent time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight tinge, All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO.101: Means that except as provided below,eight(8)hours a day shall constitute it standard work day,and flirty(40) hours per week shall constitute a week's work,which shall begin on Monday mid end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of tinge and one-half(1'/a) (except as herein provided). All time worked on Sunday mid recognized holidays shall be classified as overtime and paid at the rate of double(2)time. The regular starting time(and resulting quitting time)may be moved forward two(2)hours to 6:00 a.m.or the starting time(and resulting quitting time)may be delayed one(1)hour to 9:00 a.m. The Employer has fire option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week, When a four(4)ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 arm, and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through 'Thursday, inclusive, In the event the jot, is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. Starting title will be designated by the employer. When the live (5) clay eight(8)hour work week is in effect, forty(40) hours per week shall constitute a week's work. Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday stay,at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8) hours per day or forty (40) hour~per week. Make-up days shall not be utilized for days lost due to holidays. NO.110: Means eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one (1) or two (2) hours, Employees shall have a lunch period of thirty (30) minutes, The Employer may provide a lunch period of one(1) hour, and in that event,the workday shall commence at 8:00 a.m, and end at 5:00 p.m. The workweek shall commence at 8:00 a.m, on Monday and shall end at 4:30 p.m.on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one (1)hour),or as adjusted by starting time change.as stated above. All work performed before 8:00 a.nl, 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 he compensated at one and one-half (1'/z) times the regular hourly rate of pay for the work performed. All work performed on Sunday and oil recognized holidays Shall be compensated at double(2)the regular hourly rate of pay for the work performed. Van Employer is prevented from working forty(40)hours, Monday through Friday, or any part thereof'by reason of inclement weather(rain and mud), Saturday or any part thereof'may be worked as a make-up day at the straight time rate. The Emplover shall have the option of working five eight (9) hour days or four ten (i0)hour days Monday through Friday. If an Employer elects to work five(5)eight(8) hour clays during any work week, hours worked more than eight(8)per day or forty(40)hours per week shall be paid at time and one-half(1'/7)the hourly rate Monday through Friday. If an Employer elects to work four(4)1,2n (10)hour days in any week,work performed more than ten(10)hours per day or foity(40) hours per week shall be paid it time and one-half(1'/z)the hourly rate Monday through Friday. if an Employer is working ten(10)hour days and loses it clay due to inclement weather,they may work ' ten (10) hours Friday at straight time. Friday must he 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 finny (40) hours Monday through Friday will the paid at time and one-half(I'/)overtime rate. ANNUAL,\\'AGF. ORDER NO. 111 A11'1lr 026 Q'1 titip.doc 1'a&r•1 4)1'5 1'agc, COLE COUNTY OVh,IYrim,5CII1,1)ULI?—IIUIi.U1NCt' CONS'I'ltUC'1'ION ItEPLACCMPN'i' PAGE NO. 116: Means the standard work day c l►all consist of eight (8) hours oi'work between the hours of 8:00 amt, and 4:30 p.m. The standard work week shall consist of five standard work days commencing on Monday and ending on Friday inclusive. All time worked before and after the established eight (8) hour work day, Monday through Friday, and all time worked on Saturdays, shall be paid for tit the rate of time & one-half(l;,) the hourly base wage rate in effect. All time worked on Sundays and recognized holidays shall be paid for tit the rate of double(2)the hourly base wage rate in effect. NO. 122: forty (40) hours between Monday and Friday shall constitute the normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-halt'hour for lunch. Work in excess of eight (8) hours per day and forty (40) hours per week, and on Saturdays, shall be paid at the rite of one and one.-half times the normal rate. Due to inclement weather during the week,Saturday shall be it voluntary make up day. r t t ANNUAL.1\'AG1.ORDER NO. 10 ' AW 10 0216 OT Stip.doe Page 5 of 5 Navas COLD COUNTY HOLIDAY SCHEDULE: — BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at file double time rate of ray. 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 doublc time rate of'pay. l f any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. 1 f any of the above holidays fall on Saturday, Friday will he observed as the recognized holiday. NO. 5: All work that shall be done oil New Year's Day, Memorial Day, Fourth 01'.11.11y, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. NO. 7: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, 'Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday Balls on a Sunday, it shall be observed on the Mondav, if a holiday falls on a Saturday, it shall be observed on tale preceding Friday. NO.8: All work performed on New Year's Day, Memorial Day, independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and (:'hristnlas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate ol'pay. NO. 15: All work accomplished on the recognized holidays of Nekv Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of.luly), Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double(2)the regular hourly rate ofwages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on tilt preceding Friday. .lf a holiday lolls oil a Sunday, it shall be obscived on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or independence Day except to preserve Ii('c or property. NO. 19: All work done on New Year's Dory, Mcnlorial Day. .luly 4th, labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of llay, The employee may take oft' 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 stalls 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 oil Said day shall beat the double (2) time rate. NO. 23: All work done on Ncw )'car's Day, Memorial i)ay, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall he recognized holidays and shall he paid at the double tinge rate of pay. When a holiday falls on Sunday, the 1i1110winf; Monday shall be considered a holiday. NO. 54: All work done on New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday alter Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate ofpay. When a holiday falls on Saturday, it Shall be observed on Friday. Whcn a holiday falls on Sunday, it shall be obsc►vcd on Monday, ANNUAL.\VA(II OR1)F.R NU. 10 AWO 10 020 lidy.doc Tape 1 (11'2)'apes 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 Ycar's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day,shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day, Decoration Day, July Fourth, Labor Day, Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days, the employee will be paid at straight- time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 76. Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays are: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day. If 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. e i ANNUAL WAGI:0RDF1k NCB. W Aw0 10 026 hdy.duc Page 2 0l 2 Pages r Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County —` ective r3asic —Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule 1 CARPENTER Journeymen 5/03 $24.03 7 16 $7.84 Millwright 5/03 $24.03 7 16 $7.84 Pile Driver Worker 5/03 $24.03 7 T16 $7.84 _ OPERATING ENGINEER GroupI 5/03 $21.70 21 5 _ $13.00 Groue li _ 5/03 $21.35 21 5 $13.00 Group 111 5/03 $21.15 21 1 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 filled Laborer 5/03 $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Grou I 5/03 $23.07 22 19 $6.00 Group II 5/03 $23.23 22 19 $6.00 Grou p III 5/03 $23.22 22 19 $6.00 Group IV 5/03 1 $23.34 22 19 # $6.00 1 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 tJQ. 10 7/03 i COLE' COUNTY OVt?RTIME SCHEDULE— HEAYY CONSTRUC ION NO.2: Means a regular work week of forty (40) hours will start on Monday and end on Friday, 'i'he regular work day shall be either eight(8)or tell (10) hours. if a crew is prevented from working forty (40)hours Monday through Friday, or any part thercof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty(40) hours of work in a week. Employees who are part of n regular crew on n 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'/2) shall be paid for all hours in excess of eight (8) hours per clay (if working 5-8's) or tell (10) hours per clay (if'work ing 4-10's), or forty(40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of'said day is worked as make-up to complete forty hours), time and one-half(i'/�)shall be paid. For all time worked oil Sunday and recognized holidays,double(2) tirnc 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 tell (10)hours in a day or forty(40) hours in a► week shall be at the overtime rate of one and one-half'(1'/2) times the regular hourly rate. The regular work day shall be either eight (8) or tell (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 clay at straight time (if working 5-8's). Make-up days shall not be utilized for clays lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1V2) times the regular rate. Work performed on Sunday shall be paid at two (2) times the regular rata Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. NO. 21: Means the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day for which employees shall be con)pcnsated 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) clay eight(8) hour schedule, Saturday may be used fora make-up day. The Employer may have the option to schedule his work from Monday through Thursday at tell (10) hours per day at the straight time rate of pay with all hours in excess often (10) hours in any one day to be paid at the applicable overtime rate. if the Employer elects to work from Monday through Thursday and is stopped (file 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 R►rty (40) hours per work week. Overtime will be at one and one-half(I !%) tinles the regular rate. lf'workmen are required to work the recognized holidays or days observed as such, or Sunday:;, 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 clay shall be either eight (8) or tell (10) hours. Ka a crew is prevented from working forty i (40) hours Monday through Friday, or any Dart thereof by reason of inclement weather, Saturday ar any pall thereof may be worked as a make-up day at the straight time rate. l rnployees who are part of a regular crew on a make-up clay, notwithstanding the firct that they may not have been employed the entire i week, shall work Saturday at the straight iimc rata For all time worked on rccognizccf holidays, or days observed as such,double (2) time shall be paid. AN' 1002o1n-vol.doc ANNUAL. WAGL.ORI)FT NO. 10 Page I o1'I COLE: COUNTY HOLIDAY SCHEDULE- HEANIV CONSTRUCTION AdmlhL NO. 4: All work performed on New Year's Day, Mcmorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall lie paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day, fourth of July, Labor Day, Thanksgiving Day and Christmas Day. Ka holiday falls on a Sunday, it shall be observed on the following Monday, If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. 'Phis rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward it 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. 11'a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it :,hall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 19: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. When a holiday falls during the nonnal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however,no reimbursement for this eight (8) hours is to be paid the workmen unless worked. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. ' ANPJUAL '!1'AC1; ORDER NO. 10 Vag I of I uu 10(1'16 h�y hoklo� IMPLACEMI?NT PAGE, OUTSIDE ELECTRICIAN These rates are to be used For the following counties: Adair. Audrain, Boone, Callaway, Camden,Carter, Chariton, Clark, Cole, Cooper, Crawford, Dent, Franklin, Gasconade, Howard, Howell, Iron,.lclTerson, Knox, Lewis, Lincoln, Linn. Macon, Marics, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan, Oregon,Osage, Pcrty, Phelps, Pike, Pulaski, Putnam, Ralls, Randolph, Reynolds, Ripley, St. Charles, St, Francois, St. Louis City, St. Louis County, Ste, Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan,Texas, Warren, and Washington COMME'IWIAL NVOI1K Occupational Title Basic Total �_ _ ^ _:total'-- Hourly_ Rate: Bencfits *.lourneyrrrtn Lineman --� _ S28,29 $3.25 + 41.3% *Linctnan Operator -- _ $25.32_ -�� $3.25 +41.3`%, *Groundman $20.04 53.25 +41.3'%, UTILITY WORK [� Occupational Title ---Basic Total Llourly V _ _ _ Fri I c Rate Benefits *Journeyman Lineman 5.7.27 ------ —� $3.25-+ 37.3 *Lineman Operator T _ $23.54 -+- 37.3% *Groundman _ $18.20 53.25 -1 37.3r%) OVERTIME RATE: Eight (8)hours shall constitute a work day between the hours of?:00 a.Ill. and 4:30 p.m. Forty(40)hours within five(5)days,Monday through Friday inclusive, shall consritutc the work week. Work performed in the 901 and loth hour,Monday through Friday,shall be paid at time and one-half*(]!,-) the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1%z)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 hUtll'S 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 performed on New Year's Day, Memorial Fray, Fourth ol'Aily, Labor Day, Veteran's Day,'i'hanksgiving Day, Christmas Day,or days celebrated(I;such,shall be paid at the double time rate of pay. When one c.)f the foregoing holidays falls on Stnulay, it shall be celebrated on the 161lowing Monday. *Annual Incrememal increase ' ANNUAL WAGE ORDY"R NO. 10 7!03 OUT SIT Aw M IrsIAoc , AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, _ , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That J_ was awarded a public works contract for Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive). 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 `y � NOTARY PUBLIC e My Commission Expires: _- ' STATE OF MISSOURI ) ss COUNTY OF _ — ) r EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, _ _. _ _M, 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 y_ .__ was awarded a public works contract for Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive). 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 rion-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 rof 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 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this ,---/]-- day of ��L-;Y��=ZL: l�.t�, 2004, e by and between Don Schnieders Excavating Company, Inc., hereinafter referred to as"Contractor", and the City of,Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidden for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive). NOW THEREFORE, the parties to this contract agree to the following: 1. _cQpe,o>i Services.. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)" in accordance with the plans and specifications on file with the Department of Community Development. 2. Manner and time for Cornpletion. 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 200 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Commr.rnity Development within ten (10) days after the date of this contract. 3. Prevailin Wa es. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, Lis established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 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 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 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 !i or any subcontractor under the Contractor. I4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or Occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts - In case an or all of this work is sublet, the Contractor shall -- Y require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and S-ecial Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. I NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. !Contractor's Responsibilit for or Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated Damages. The City may deduct Five Hundred Dollars ($500.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the 1 City or fail to observe or perform any provisions of the contract. 0. Cm's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity. To the fullest exttlnt permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys'fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 10. Payment for labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12, Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor elated February 3, 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. "rhe total amount of this contract shall not exceed Two Million One Hundred Eleven Thousand Seven Hundred Forty Four Dollars and Thirty Five Cents ($2,111,744.35). 13. Performance and Materialman's Bonds RMtAirgd. 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 arnounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall ° be equal to the Contractor's bid. 14. Knowledne of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. 5everability. If any section,subsection, sentence,or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents; The contract documents shall consist of the following; a. This Contract I. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understandin,_g,_Merger. Parties agree that this document including those documents described in the section entitled "Contract Doc urnents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This io contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 1 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the te;ms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101 , and Contractor at 1307 Fairgrounds Road, Jefferson City, MO 651091. The date of delivery of any notice shall be the second full day after the day of ' its mailing. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of �GG4 2004. CITY OF JEFFERSON CONTRACTOR Mayr;% Title:Vicr P►.��:� ���:_ns ATTEST: ATTEST: r City Clerk Title: C,"V-r(c mn N A f:,z.1L APPROVED AS TO FORM: City Counselor Bond #62343170 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN By THE-SE PRESENTS, that we, the undersigned Don Schnieders Excavating Company. Inc. ...........----------- hereinafter, referred to as "Contractor" and Safeco Insurance Company of AlTierica a Corporation organized under the laws of the State of I Washington and authorized to transact business in the State of Missouri as Surety, are hold and firmly bound Unto the City of Jefferson, Missouri hereinafter referred to as"Owner" Two Million One Hundred Eleven Thousand in the penal sum of Seven Hundred Forty-Four Dollars and 35/100 DOLLARS ($.- --2,11 1.7- - -44.3 5 lawfL.ii moncy of thy: United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, SUCCUssors, and assigns. jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS,the above bounded Conti-,-ic-torhacontlie...--'-i-- day of--YK(;�� 20_g-3_, 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 improvements as designated, defined and described in the said Contract and the, Conditions theroof, and in accordance with the specifications and plans therefore; a cagy of said Contract being attached hereto and made a part hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and pearl of the said Contract, and the Conditions, Specifications, Plans; Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null rind void; otherwiso it shall remain in full force and effect, PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: said �Sure / C PROVIDED FURTHER, that the ty, for received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: ' PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or 1 omission, in any amount not exceeding the amount of this obligation together with interest as provided by law; IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to he executed in its name, and Its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at rJefferson City_ Missouri _ _ _ y_ on this the day of 0�'C\,n -_ , 20._0`7 Safeco Insurance Company_of America Don Schnieders Excavating Company, Inc. SURETY COMPANY CONTRAC"T"OR BY ._.__ (SEAL) BY 1 �_. ,_< �/ l . w2��(SEAL) BY .____..(SEAL) Attorn -in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) March 2, 2004 City Of Jefferson 320 East McCarty Jefferson City, 90 65101 RE: Contractor: Don Schnieders Excavating Company, Inc. Board No. 6234372 Project: 32020, E McCarty, N Bluff & Hayes St Gent..le�n, Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the dingo of the contract. Once the contracts have been signed, T would appreciate receitring a copy of the contract and the dated bond vi.th Power of Attorney for nay file. Sincerely, Xrls Bennett Attorney-2n-Fact r Winter-Dent & Co. 1 � Insurance & Hands P.O. Sax 1046 Jefferwn City, MO 65102-1046 573-634-2122 Fitx 573-636.7500 Estabhshed 1912 � /� SAFECO inswanco Company r A F E C A' 110(lox 345714 ',nntf o,WA 118124.1520 ACKNOWLEDGMENT BY SURETY S'rA'I'E OF Missouri C:OUrlty of Cole Cln this day of _r . _ _ _ , before me personally appeared_._ Kris L, Bennett . known to, me to he thl: Attorney-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO _NATIONAL INS_URA_NCE COMPANY _ _ , the corporation that executed the within instrument, and tici:nnwle(igecl to me that such corporation executed the some. IN WITNIsSS WHEREOF, I have hereunto set my hand and affixed my official seal. at nny office in the aforesaid County, the day and year in this certificate first above written. - Notary l'ubl' if) the State of MISSOUri cal) County u1' Useg JANET HASLAG NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Commission Expires: October 18,2008 S•0230/SAFE 10199 VA registered Uademark of SAFECO Corporation FRP S A► F E C O f'UWCF� (if i"HAt.lIRAN r 'rt.l WA14y Of nAM121cn (i!Nf'IJAU.INC,Ui2ANCa� (.Ot.il'AIJ`'1)I AMf:ftic,A OF AWORNEY HONII. (A f'i(A :;Ai t Ct,1'11,2b. sLATTt.t_ WASHINGTON 98111' No 6462 i911KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, earn it Wm1wifilon corporation, door 0001 horoby appoint •���•��'��•������•'"'^•'I(t It :1 I..1N1)\1'1 III(,{:I(Iti I . 111,NN1 1'I ('I ARI t.:2 f. IRAItl.'I •fit-\'Ilr\(1,11".", Icllcr•,un ••'•"'"""•'""""• Its true and lawful alternnyla)-uI•fart, will full 011thonly to cxmr.ulo on 0s bmlalf fldelily and runty bonds or uncfe.rtakmg!l mid othor docurnents of a similar character mstiod fit the course of its busltutss,and to bind Irlu tespochvm c,orttpany thmteby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have. oat:h executed and alteslud Uu)s0 pruf.mnls fill', I(ah day of tun, 2.003 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT - - .......--..-_. ... ._......_. . -. - _... ._._.. ... .. .. .. ...... . .. . _.... . _...._._... . CERTIFICATE Fxtracl Iron,lha Hy'Laws,of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: a Articlo V,Section 13.-FIDELIIY AND SURE-11'BONDS . tilt.Plesufmnt,any Vu•I,flrmrWent.ttw Socrelmy,and any Assedanl Vlcf,Presidont appointed for that urpose by Iho officer lit charou of surely opmrdlom;, shall mach have authority to appoint Individual" as aV.ornmys-ut-I:rra or under odor apprupnale titles with ulhorily to oxoCUlm on hoholf,of tho company f0chly and surety bond;, and other docuclel0s of snulat charactmr Is sued by tit,, company fn the course of Its business;-, On any nslnaliont makutf{or evtdurwinq sw:h appouttntunl, the;adnalurw' miry hr.] affixed by lac;simile On any In:hurnent aonfernng such authority w r on arty bond or undortnkmg 01 the c<nnptuty, the seal, nr a taadmlle thmrol play hr.• mtprestimd or offlxmd of In any ethos ntarmer toproducod; provided, owovor,that tho sual shall not ho nocrossary to tho validity of my such Instnunont of unrlurtalung" Extract born a I;owluhon of Iht hoard of Diwctots of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970 "On any certificate 0x0cut01J by the Secretary or an i,slstant:;w';Iotary of the Company selhoct out, (f) The provisions of Article V,5 001011 13 of Iht Ry-Lauri,and (ii) A copy of the powm-ot attomuy:tp{,oulhnunl.exoculod purru,ud thow1c, and (Iii) Cortdying that said pomn-okitlorovV apprmllmont Is In full force and effect. the signatufe of Illy certifying efhcmr may h 1y ta;:runlu, wul Ihu c,u;d of file Company nlny hr,o far;slnulu Illurmof' I, Christine Mead, Smcrotary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hurmby certify that the foregoing extracts of the liy-Law;aril of,, Pwit-flullon of tho f3uatd of huucl r:;of lilt!;e e otporahmns. :irm of a Nowmr of Altornoy It.,,tsod pursuant thmrolo, are hue and correct,and Mill both the Ry l aw'i,the itesuluuon ant!Ihu Pow,tl of AtIocnoy aro�;tdl n lull forts and effect IN WITNESS WHEREOF,I hnvu hmruunto m'.1 lily hand anal,Iffixed Ihu I'wSUmilo ilfi)i of Haut corporililon lhet _ day of OpFORglr Q+, �� SJ , v CORPORATE SEAL, SEAL sal 1953 I z3 �a Ile '`Of WA sM �d'Ieof a CHRISTINE MEAD,SECRETARY 1 S-0610SALr2101 a A roq,!.ored tfadc imo,of SAFGC:U Corporation 06/1612003 PDF NEI 1 EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 i As a surety bond custorrler of one of Vic- SAFE""" Iri Liran:E COrrit)anf"s 1,SW"'Dl5 lnsu°anc; COrnr)all`,' of Ameri:.a, General Insurance of America, FI's' National Insurance �t)nlnarl�', Arnericafl Stile Insur- ante Company or Arliencan Economy ifisuranc:E• Company), It 1_, our 01,1t)' tO Ilotlfy VOU ttra,i tht, Terrorism Risk 1 Insurance Act of 20G extends to "surety Insuran:e", This means that under certain rcunlstancew we may be eligible for reirTlbursenlent of certain surety bond losses by the United State C- goverrlrriew urlaer ii f0r1T1Ula established by this Act. Under this formula, the United State?c government pays 9M, of losses causerJ by certified act; of terrorlsn'r that exceed a statutorily established deductible to be paid by the insurance cJm;larl)' providing, the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all 1nwrer, for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. ® This notice does not nludify any of the existing terrns ana condition: of tnls bond, th-0 underlylnf agreement ® guaranteed by this bond. any statute, governing the terms of this bond or any generally anpllcable rule., of law, 1 At thi: time there is no premium change resulting frorn this Act. r 1 r 1 i 1 1 i56248 2/03 S 'A F E C 0' 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: 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 1 1 S-365515AEF 2108 V A rogistm d ttadeniark of SAFLECO Corporation rIUl It...nmy nwf, I v Vol 1TUI-1-m-fit A c.cxrlpany I•f)x10: lo:Uon Xrr:A halo.2119/04 09.23 AM page:3 of 4 ACICjRD. CERTIFICATE OF LIABILITY INSURANCE _ OV'ID^('1 NA1T,gwtlpKfVY1 enaouccn ---�"..�.__" _ T11U3 CE'RRIGATE IS 1981JUD AS A MATTCR Uf INt'()Nmpot,i I ONLY AND CONFERS NO RIGHTS IIMN THE CERTIFICATE IQi ntar-Dent 5 Company 11 NOLOER,W115 U-111FICATE DOES NOT AlIMM),EXTEND OR P.O. Dox 1046 ALTEn THE COW"OC AFF.OROE-0 BY 111E POUCILS K-LOW.- _ J s uffmron City MO 65.102-1046 II Phone- 573-634-2122 Fax:57.3•-636••7500 f INSUK RSAFfOROINGCOVERAGE _ (NAIC.(I IrraulTnn IWAJ(I(:RA Canorml 24414 IIPjllilLµN pc•,lA.rn ►wa• Wulf�BUU,-utn • :IODDl Don Sahn).wdmra Y.xcavating i_.. ..__ - C any, Inc. I Vr,llNFftC ' 1 Jefftterron City NO 65109 � IWUw rz c COVERAGES THE FIJI N;IFSOrM51IRANC(.LISiT.UTAL(AvI(AVI lot I'N•Sfill l'f 7I0Tl1F04%)RTDNAMI:UA11OVLI(Ili THI POLA:YVFHf(I(1IPWICATEO NOIV`Rn(BfAH(w4(; ANY mu11trMCNT,TCRM OR cONUomCt ANY wiNf NAC)ON(MiPR(>a;Ud1.HI Will ItL,,PLCI 10 W)IICH Tilt;(:tRTIFICATr MAYRl:K0 A)Of, MAY,hitIAIN.IIBC INFAMAHCI*Arl'0111Nn(lv it it"gl.lrff!i L'YSGNSNt1>µlaNaN IS SUIUCCT fO All.IIIT It RL1S,I ACl tRUONa ANn r0NnflICN3 Or PULICIEU AOGHI.",ilti LiM11S:410tMN lNY N,\VT:U(rt+17C UU�'((7 fN PAIL)CIAIM3 MIX LTTi ARP _,_.. TYPI,or WAIRANCf P[1l ICY NUfAT1Eµ DA"(C IIN/{}UNY- 11,tiF """'I _I IJwn14 ......._ I. _7 �_._ _ _.._...... GV.NfnAI.LIANOJIY .^.-• TAta;MICUHN1NCs s 1000000 IJA/A/Jr'rU 111 t1f1 n A X�coufauaaA,r Nrn ln �' lulllr I CC2025!it 31 10/10/03 ' 10/10/04 PHIMI.A9(rean,n,lr"1. 1.100000 lCLA)M3 MAIX [X i(N:GUit 1 , LIEU L61 Lmy aw pe*vwq i 5000. ., 1 i $1 )I,nnnl r.rury+�nnir t 1000000 X Bl.tanket Add1 Inod' ( ! csTa.w�t M'rJaFGn F �$2000006-,2000000 c:.HL nacnccnr u,.+ir Af•w IES Frt{ FJIC1AICt5-uArl•rrr Acc}s 2000000 p r I . _`POLICY',�". .i JkG•f , IOC. � AUTOLIOIALELIARRI Y i cutrul)llu:+ItiluLl�L+tr I i 1.0OOOOtl A i X ANY AUTO COA0255831 10/1.0/0'11 10/10/04 t(ee,ca4vut AU.UWtiCfJ nitTOr. ` ' — i I IICN70 Y IN If Iffy t .__. ) I ROULY IfaltitY ]{ NCIN4N7iT0 AUTO". S` '{I'w a+:'+•MAL.. ... . ._.... S �(MN,ip IJAIUtILY I . ' 11TO0MY AnC s ANY At I10 I Omni 1144 AtIlOritrof A( .»�..d..i,�,.,....., . ExT;r8ylutduluatAUn)J,Lrry � � Enctlrx:cuN)u_N;;t: E 3000000 A X OCCIM 1 !I:LA»ssW11," C'CU02551131 10/10/03 i 10/10/09 1 AUCK(WOL s3000000 uruucnnLS. 1 � s �{ Ht7CNitOH i1UU00 f _� t W(MKrJt9 Cr)HINF-NTJtIa)n rog) EF }3 04YbL0038 i lfi/10/03 12J31/04 I•t rn,.N.r.L:IrrNT s 10_00000 ANY PROPRIFTi#7mAR1NFRmy.Ct Uliv!_ , - 000000 __ -- -- Lx'flcElcteFMnfli rxct utxr,� c I (IISCASC.to t TartarEt i's t 1 NI�FCw FNOw )(na5odc.n LL_0131 uu: I-JI)crtJMII 1.000000 O(RNR I A T,wanFnd or Ftclntt+L9 CC10255831 ' 10/7.0/03 10/10/04 i Per Iti'm 300000 caQU.i.Pmont 1.. MISCIMMON OF OI'UV TTUN'J f l 0CAlKWOr.�I VC UCA FA i F-IM 11VIUfr)•,AVU[D BY F•IPCiTT,L3401T r 8r EW1.PHOWROW. Project: South Country Unh Dri.vo Improvomantb (Fairgxoundtl Road Lo Wv!st. Bdgowood Drive) , Pcoj of No, ;'Q(331 Ck)tilfiCA7E HGI.U_C:r,.Y_�^-._..__.____._..^....._���.__..._.•—_.�____�^CAAICE4LA710_N _._____._. .__ _�.�.�._.,.�-.�_.__.-- �^ JLb':'F.•ly •81MW ANY UI IIIL O.UOVL Ut.r/:'maU PM H:WH nr cafu:r.L UIf Elf,I ORC 1111.EKIMb,tMIN Uri IL'iIII:HkUF,IN!'ISSWII(i 1115111tPJ(WAI.[)IUt AVUN IO MML 10 W-3MNI ItN City of aJfaf f o rnon NnnCr 10 TILL;CPATIOGATr 1101 WR NAMED to iiif.'1 try,nin rAamat:.m Uo so 511f4 1. 1)Gt19 rymarlt; 111 Crylp7lll)r11C}' IMI'OU('Np(x gJOAMN Olt t1AUItJ fY01140HI Nn1 1PON'llll'nisulutl•n),A:nNTaOR ) ovalo p11tant 320 blamt MnCarty )ltrnot JfrwnstNlAUVee. Jefferhon C.i t:y NO 65101 xsn acc.f R1a'ftay1�NIr11Nt ACORU 25(2001100) ___• - "•_._._._._._._.r.____._ _._ .-._ .______ ___.___� _ _— lbACORU CORPORATION IWO rium t anvy r+orn nr vverer-gent a.1:ompalty ray1u: 10,lion Knra Date:2119104 09-23 AM Psge:4 of 4 IMPORTANT If the certificate holder Is an ADDfTIONAL INSURED,the policy(les)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements), If SUBROGATION IS WAIVED, subject to theJerms and conditions of Ov policy,certain policiea may require an endorsement.A state meet on this coodicate does not confer rights to than certificate holder In lieu of such endarserrtent(s), DISCLAIMER The Certificate of Insurance on thr-reverse side of this form does not constitute a contract bm"On the Issuing insurer(s),authorized iepresentative or producer,and the certificate holder, nor does it affirmatively or negatively amend,extend or altor the coverage afforded by the policies listed thereon. ACORD 2&(2001/00) m4x".i-a(vuy mom Pkt,vvitrer-Liern a uc4M#%iiy ?-&YIU; 10!Don Rhea Data.2)10104 00:23 AM Page: I of 4 A00M. INSURANCE BINDER OP") C MIA THIS BINDER IS A TEWORARY INSURANCE CONTRACT,SURD, 710 THE CONDITIONS SHOWN OI VE REVERSE SIDE OF TI-NS FORM.• .1M...*.%rny..573-634-•2122 !General Cost Winter-Dent A Company TUN P.O. Box 1046 AM 1201 AM JeEferson City MO 65102-1046 02/A7,�14 IN] 12:01 '"11060WRIS MUFS)r0r)(TINDPOVEWEIN71V ACOM~nC Y "ot'"' NA-BnqD-OCP AN~ CODE! 02!032t _L±tc�wu FT"rflluw� - 7 DLSCP"ON OF ww now$/VL"CLEGfl4Kw1wM wwwrw Locaaw mum City of Joffarbon 9wnara Conttactors Protective Liability Pal Dept of Community Dovel Loy- Project: South County Club Drive =pro 320 Rant McCarty Stront vomontg, Project No. 32031, Jofferson City MO 65109 COVERAGES LIMITS Tri.Of I?V,.on"Ce... DeDUCTILU Weis CAUCUS OF 101.4 WIC. w(MI) Gm OCURRUI•; s2000000 COMMERCIAL OLAVY4,LVVJII.IIY FVIP.WAAGI,(AAy ow f4ai CLAWUMAIXI (XIC1,101 W.D rXP Ck I ..X *,mot A Cgmtrs:t4i 11,got. �,�ICZIWNAL&ADV INAMY S 12000000 11110OUCT 0-CUMMUP AM I Alit UU0101-11 t TATIiiij----------- L I ANY A1110 00DIL Y INARY(Pow Pawn) S At i o"rr)AAjrrjs; BOWLY I INJURY.I.LY na1aM1 I W ILDULTO Alit 00 ItIRMAUMA WE'D ki PAYWITU NUN I)YVNkT)AUIUb ftnVORAL INAMY PROT UNWGUALU 140TOMUT 3 AVrOP1M1C,ALW4tAUr, J4;-H'MUl_FnVF10Cl F3 Afft,LAJ_rAM1'VA111F_ -­--------------- Cl H I MON 0111M T14AN COL 001w GARAGC UA131UTY Al)10 01A Y, — ­_'_ . ANY At)I0 0l11FF4riV4A117n('lN'l Y CACHACC14-WI . ..... .... AM rill, ............... VXCU4Lw,wlY wa;ult.F. w )MIRRIA I IMM SE, iT 11 OMFlif P(AN UPAIMELtA.ralM AM-)DAW F04 C[Aml MAtir: r, REFFNTION S WORKER'll(X)UPfH!A1)(;N U EACIIACCIOLNI I Aid) LVJ'LOYER'S UADUTY 3 E.1,111MA8F KwXytwit s bun gututivoturm Xxr-WjAtctnq CompAny in rovMnsLbla for paynont. of prorlun, an',.' r, COVppAfeA FAAEG HMMATM TOM PQ1-M$JW J NAME&ADDRESS Ww 11 AY L, 1,43moi A 71Ti VX01101RIMENTATIVC ACORD 76-5(If99► NOTE.,IMPORTANT STATE-INFORMATION ON REVERSE SIDE aACORD CORPORATION 1903 rr0m:t;anoy Mom ov.vvtntcx•umht a uomparry t-axlu; I o:uan Rhea Otte:2/10104 00:23 AM Page:2 of 4 r CONDITIONS This Company hinds the kind(s)of insurance stipulated on the reiversn!aide.The Insurance Is sul>irrc(to the terms,wnditiurra and limitations of the policy*)In arrant use by the Company. This binder may bu cancalkt'd by Ilia Insured by currorMer of this binder or by wriltun notice to the Commuty staling when cencellaTion will be uffsctive.This bidder may Iw ratncalled by the Company by noNa+to(no Insured In accordance with the pocky condioom.This bindor Is cananitod whan replaced try a polity,If this bindor is not topiaor+d by a poky,the Company L%utAIlled to charge a premium for the binder according to The Rotes and RAtns in use by the Company. r Applicable in California When this form Is used to provicW3 Insumnoo in the amount of one million dollars(51,OW,000)or mote,the title of the form is changed rtOm'Inourance Binder'to'Cove(Note'. 1 Applicable in Delaware Ttio modgnge+ut Obkgou of tiny monlgago or othor rttstrurpmt gluon for Ilia purle+se of creating a lien on real property shall accept as evidence of Insurance a written binder ravund by an authorizod insurer or On agent if the binder indudes or is acrempanied ay:the name and addross of the borrower:the name and address of the kmdor as I m payee;tin doarnption of the insured real property:it provision that Via binder may not be caiiwtod within the term of the binder tintuae the lundur and the insured herruwur receive wridlun notice of the cancel- lation at least tort(10)clays prior to IN u nnc PAlon;nz mpt in the cans of n renewal of a poffry subsequent to the ciusing of Die loan,a paid receipt of the full amount of the applicable premium,and the amount of Insurance coverage. Chaplet 21 Tile 25 Purayroph 2110 Applicable in Florida Except for Auto Insurance coveroge,no notice of concellaitun or nonforowul or a bmdur ie reyuitud unless the duration of the bindor excondc(SO days.For auto issuranem,the irsutnr mu.--.t give F clays prior notice,unless the binder Is replaced by a policy or another binder in the same comparry Applicable in Nevada Any person who rofuses to ac.sipt a binder which provides covoragA of Less than g 1,000,000 00 when proof is required,(A)Shall be find not moo than$500U.and( )is liable to the party presenting the binder as proof of insurance for actual demageo nuatainod Owtuhum. r ' ACORO Try(1199) r e r GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified as set forth In the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions, Special Provisions, Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound In this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work,all of which are hereto attached,and other drawings, specifications,and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as If called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shad include all of the documents enumerated in the previous article. 2. "Owner", "City",or words "Party of the First Part", shall mean the pr.rrty entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the "City of Jefferson". 3. "Contractor" or the words "Party of the Second Furl" shall mean the party entering into contrac! for the performance of the work covered by this contract and his duly authorized agents or legal representatives. ' 4. "Subcontractors" shrill mean and refer to a corporation, partnership, or individual having a direct contract with the Contractor, for performing work at the job site. 5. "Engineer"shall mean the authorized representative of the Director of Community Development, (i.e., the Engineering Division Director), 6. "Construction Representative" shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or word, equivalent thereto, shall mean the date upon which the auccossfcai bidder's,proposal is accepted by the City. 8. "Day" or "days", unless herein otherwise expressly defined, shall me an a ralondar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, stapplies an(] materials to be furnished under this contract, unless some rather meaning is indicated by tho context. 10. "Plans"or"drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, tall drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. 11. Whenever in these contract documents the words"as directed", "as required","as permitted","as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable, proper or satisf actory in the judgment of the City and Engineer. 13. Whenever any statement is made in thew, Contract Documents containing the expression "it is understood and agreed"or any expression of the like import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other surh documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the ' nature and location of the work, the conforrr,ation of the ground, the character,quality and quantity of the materials to be encountered, the character of the caquiprnent and facilities, needed preliminary to and during the prosecution of the work, thin general local conditions, and kill rather matters which can in any way affect the work under this Contract. No verbal agraernent or conversation with any officer, agent or employee of the City,either before or alter the execution of this contract, shall affect or modify zany of the terms or obligations herein contained. The relation of the Contractor to the City sfa..all be that of an rndelx,ndant contractor. GP-4 THE ENGINEER The Engineer shall he the City's reprosentative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of tho 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-6 BOND Coincident with the execution of tile; 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 payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and oualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in tine state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10)days after notice to do so. In default thereol, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, term and companies satistactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all previsions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10)clays written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shill be delivered to the City e p rior 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. G1113-6.2 BODILY INJURY LIABILITY i& PROPERTY DAMAGE LIABILITY INSURANCE (1) Bodily Injury Liability insurance coverage providing imits for bodily injuries,Including death,of riot less g g than $2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE, (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 1 aggregate, GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $2,000,000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2, 6.3, 6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion, (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of properly below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground, r GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, I_iahility Insurance with Bodily Injury or Death Limits of not less than $300,000 per person and$2,000,000 per occurrence, and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of$300,000 per person. The "All State" endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against anyclaims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE ® This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss 1�! ur damage to materials and equipment, riot otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circurnstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion,less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or Installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation f=loater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. If the aggregate value of the City-f urnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES 1 For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to ' larceny, theft, or any cause whatsoever (except as hereinbefore provided) to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials,and supplies necessary to the work, r GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages,costs, expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any off irer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts, matters,or things by this contract undertaken to be done or performed,or for the injury,death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen,material men,or suppliers of machinery and parts thereof,equipment,power tools and supplies incurred in the fulfillment of this contract. GP-5,12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained,the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-ti SUBCONTRACTS, PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either 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 behrall to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts it) connection with this wort;. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shell properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or result;; on the work of any other ' contractor, the Contractor shall inspect and promptly report to the Engineer any defc;rl in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract,the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The,Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified, GP-11 ROYALTIES_AND P_A_TEN,r5 It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices, that might be Involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPF AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is neressaryto a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written Instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations rand quantities, shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or in the layout as given by stakes, points, or instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or ornission 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 it originally specified. The apparent silence of the Plans and Specifications as to any dolail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published cat the date of taking bids, ante,s, spocificnlly stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may doom proper, to observe the work performed under this Contract, to the oncl that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and inslrurlions 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 at;e mpted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so docido;s, to annul the contract. Such construction representation shall not relieve the Contrt.ictar Iron)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 he removed and made good by the Conlnac:tot at his own expense,and frog of all expense to they City, whenever so oiderod by the hngineer, without roferonce to any provrous oversight in observation of work. Any defective material or workmanship may be rejorted by the Engineer at any time before the final ac.c oplancer of tyre work, riven though the same may have heon previously overlooked and estiniatecl for poyrnent. Ttie Construction Representative shall lacave no authority to perino carry deviation Irom the plans and specifications except on written order lrorra the D iginuo►,and the Contractor will be liable for aany deviation excopt on such written order. All condemned work shall he promptly takon out and roplaced by satisfcicaory work, and all condemned , materials ,hall he promptly rernovcd frorn tho vicinity of the,work. ShOUld the C:ontiaclor fail or refu e to comply with instructions in this respect the City rncay, upon cortilication by the Engineer,withhold payment ' or proceed to terminate contrails fr.: herein piovidod. e Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work rrurst be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement, If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost, unless he shall show that defect in the work was caused by another contractor of the City and in that event thr City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use, GP-14 LINES AND GRADES The Department of Community Development will sot construction stakes establishing lines, scopes,and continuous profile grade in road work, and c(inler-line and bench marks for culvert work, and appurtenances as may be deemed necessary. and will furnish the Contractor, with all necessary information relating to lines, slopes, and gravies, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use 11 tern to lay out the work he is to perform under tthis contract, The Contractor shall notify the Deparlmonil of Community Devolopmont not loss than 48 hours before stakes are roquirod. No claims shall be made hecause of delriys if tho contractors fail to give such notice. The Contractor shall caref ally preserve stalms and bend r marks. 11 such stakos rind bench mark become damaged,lost, displaced,or removed by the Contractor, they shrill be reset at his expense and deducted from the payment for the work. Any work done without being properly localod and ostablis hod by brio lines,offset strikes, bench marks, or other basic reference points chocked by the Consiruclion Ftepresontative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of rill materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defoctive in design or manufacture,or which has been damaged after dolivory. phis 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 payrnent. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications, Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water roquired for and in connection with the work to be porforrned shall be provider)by the Contractor at his sold cost and expense. GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or lot, any other us0 by the Contractor, shall he provided by the Contractor at his, sole cost and expanse. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent suporintondent and any nocessary assistants. The Superintendent shall reptasont the Contractor in his absoncc:and all directions given to him shall be as binding as if given to the Gontractor. The Contractor shall provido proper tool; rind oquiprnoril and tho survicas of rill workman, merhantcs, tradesmon,and other employees necesomy in the constmetion and execul'on of the work ccmtemplatod and outlined herein. The employees of the Contractor shalt be competent and willing to perform satisfactorily the work required of thorn. Any employee who is disorderly, inlernperato or incompetent or who neglects or retuso:; to porform his work in a satisfactorily manner, shall ba promptly discharged. It is called particularly to lho Contractor's attention that only first class workmanship will he accoptable. GP-19 MAINTENANCE OF TRAFFIC Whenover tiny street is clo sod, the Pollco Departmont, l=ire Doprartmont, and Ambulance Services shlail , be notified prior to then closing. When (i portion of the pro)oat Is closod to through traffic, the Contractor shall proviclo proper barricades and shall mark a detour route around the section of the project if applicable. The roulo of all detours shtlll bo approved by thr, Dimctor of Community Doveloprnont, All dolour signing shall conform to file latost edition of the "Manual on Uniform Traffic. Control Devices". Throughout the project, whorovrr honlo.,j ain sorved cltroctly from it c0root or portion of a street which is to bo reconstructed under this project, the Contraclor shall Make every effort to provldo accoss to aach horne ovory night. This work shall tao subsidiary to lire ccn sliticlion and no direct payment will bo made for it. GP-20 BARRICADES AND LIGHTS_ All streets, roiad s, highways, and other publr thoroughtaro:; which rue ciosod to traffic; shrill be protoclod by moans of offoctive barricades on which shall be pInced arcoplah'e warning -lot),;. E.arricrldmi shall be located a1 the nearest intorsocting public highway or stroot on earh lido of the blockc;d section. All open tronchos and other excavations shall he provided will) suitable bnfllor;;, signs, and Ughls to the extent that adcgciate prolectton IS, provided to tiro public. Obatnlclioll;., such cis matorial pllos and equipment, shall be provided with iinriluir warning signs and lights. All barricades and obstructions shall be illuminated by moan,,, of warning lights at night. All lights usrd for this purpose shall be kept burning from sunset to sunrise, Materials. stored upon or alonnside public streets and highways shall be so placed, and tho work at all times shall b(.; so c,onduclod, ar; to cause the minimum obstruction and inconvenience; to tyre traveling public,. All barricades, signs, lights and other protractive do-vices shrill be installed and maintainod in conformity will) applicable statutory requirements, and in conformmice, with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights aril other proloc:tive dovrcos will be furnished, installod irnd rrrr►iiitained by tho Contractor. This work shall be subsidiary to the construction iltid no direct payment will be nuide for it. GP-21 fwXISTING._UNn RGRfaUND_,INSTAI-,LATIONS.AND_$T.RUCTURLS Poo'mes and other oxrstin(i undnrgrc,und instiallationa and,titicluro,; it)tho Viinity of Iho work to be done hortaunder are Indicated on the plain;; accordlrrq to Ihcr bast infurnlrltion avalJal-llo to tho City I Ile City does not guarantc�o Ihcr acGIMIcy of R110,11 InfOrnriali0fl, The (:::ontracaor -.hall make evory offort to locale all underground pipe lines, condullr.; and struc.turas Ily ccmtactirul owners of urldorgrouncl utilitic::;acrd by prospecting it-) advance of the oxcavr111orr. Any delays to the Contractor cr1w."'od by Tripe Irnmv, ur tither undrrrdround ,itruclur(mi or obstruction;; not Shown by tho falarr.;, or found u1 location;; different flum lllu o indreatod, stall riot cor1s1111 la a clairrr for extra work, additional payment crr drunnoo!',. No payment will he rnado Is., the C;onUilc..tor lot localinq and prolocting rltiirllwr clod cooprraling will) thoir owners, and any cirlm qw;c"m,;(! l to the (1lilitir;;;lay the Coniract(x';; nogigwice-;hall he repairod millroly Lit the Contractor'!; exl)01150. , r Utilities, other than sanitary sewers and water mains. which, In the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which roust be moved because of direct conflict with the storm sewer conduit will be pall for In this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor.shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and tall public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or properly which are in any manner niterled by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such has barriers,signs,warning lights and guards as required to provide adequate protoction or persons and property. ® The Contractor shall give reasonable notice to the owner or owners of public or privato property and ®I utilities when such properly 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 replacernent or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without special instruction or authorization, is hereby perrnittod to act at his discretion to prevent such threatened loss or injury,and he shall so act. Any compensation,claimed by the Contractor on account of ernorgency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages ansing out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one- (1) year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, not any order by the City for payment of money, or any payment for, or acceptance of, the whole or any pearl of the work by the City, nor any oxtension of time, nor any possession taken by the City or its employees, shall oporate as a waiver of any provision of this contrart, or of any power herein reserved to the City, or any right to damages horein provided, nor shall any waiver of any broach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS It desired by the City,portions of the work may be placed in servico when completed or partially completed and the Contractor shall givo proper accoss to the work for this purpose;but such use and operation shall not constitute; can arcoptance of the work, and tho Contractor shall be liable for delocls due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OM117ED OR CHANGED WORK The 0wnor,without invalidating the Contract,may order additional work to be done in connection with the Contract or may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. The Engineer shall have authority to make rninor changes in the work, not involving cost, and not Inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location,character, amount,and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of wort; to be done, and the added work or any part thereof is of a type and character which can be propoi iy and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP-2.6, If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Whore the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on art equitable basis the amount of: 1. Credit. due tide Owner for Contract work riot done cis ra result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use) on the work planned and which could not be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statoments for extra work shall be rendered by the Contractor riot later than fifteen (15) days rafter the completion of each assignment of oxtm work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner fetserves the right to contract with any person or firm rather than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damagos or anticipated profits on any portion of the work that may ho orntttcd. Extra Work; (a) The term "Extra Work" shall be undorstood to mean and include all work that may he required to accomplish any change or alteration in or addition to the;work shown by the, Plans,or reasonably implied by the Specifications and nest covored by the;Contract proposal items and which is not otherwise provided under this Article GP.26. (b) The Contractor 50hrall perform ail extra work undor tho directtcan of the E:ngmenr when authorized by f 1 the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum 3. Method C: If neither Method A or B can be.agreed upon before the work is started,then the work shall be by force account as par Section 109, Monsuroment and Payriont, of thca Missouri Standard Specification for Highway Construction,as published by the Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thorenf by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) drays after the date fixed in the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contactor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. ® GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT ill If the Contractor should be adjudged a bankrupt, or it 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 lie 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 rafter giving the Contractor five (5) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may doom 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 manaclorial and administrative services,such expenses Shall be paid to the Contractor. If such expense shall exceed such unpaid balenco, the Contractor shall pay the diflerence to the, Owner. ' GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be slopped under an order of any court, or other public authority, for it period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor miry, upon five (5) clays written notice to the Owner and the Engmrer, slot,)work or terminate his contract and recover from the Owner paymont fog all work oxecutod and any loss sustained upon any Mani or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of frorn tho notion of the olerrlents, or from floods or overflows,or tram ground water,or Irom any unw ual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be% encaunterod in the prosecution of the said work,shall be sustained and borne by the Contractor at his own cost rand expense. GP-32 SUNDAY HOLIDAY AND NIGHT WORK No work shall he done betwoen the hours of 6:00 p.m. and 7:00 ra.m., nor on Sunday!;or logal holidays, without the written approval of the City. However, work necessary in rase of omorgoncies or for the protection of equipment or finishod work may be done without the City's approval. Night work rnay be ostabiis hod by the C.ontraclor as a regular procedure with tyre written po3rmission of the City; such permission however, may be revoked at any tinge by the, City it the: Contractor fail:; to maintain adequate equipment and supervision tot the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable woather, wet ground, or other suitable construction condition.;, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency lhoreof, unless special means or procautions are taken by the Contractor to perform the work in a proper rind satisfactory manner, GP-34 MATERIALS AND EQUIPMENT Unless spccifically 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 otherwi o incorporation in the work. No such material or equipment shall be used by the Contractor for any purl:,ose other than that intended or specified, unless such use is specifically authori7.ed by tyre E ngino;or in each claw=. GP-35 DEFENSE 01: SUITS In case Tiny action at liaw or suit in equity is brou(1ht agrarnst the City or any offiver or agent of them for of- on account of the failure, omission, or neglect of the Contractor to do and perform rrny of the covenants, acts, mutters, or things by this contract unden;lken to be done or perf orined, or for tho injury or damage caused by the negligence or allaged negligence of the Contractor or his subcontractors or his or their agants, or in connoction with any claim or claims based on the Imvhil derminds of subcontractors, workmon, matnrial neon, or suppliers of machinery and parts thereof, equipment, power tool:,, and e supplies ,ncurred in tyre fulfillment of this contract, the Contractor shall indorruiify and save harmless the City and their officers and regents, of and from all losses, darnagrs, costs, nxponses, judgments, or decrees whalown ari:;ing out of such action or suit chart may he brouclht aforesaid. GP-36 CHANGE ORDER Any changos Of addition; to the scope of work shall he through a writtoti order frorn tire- E=ngineer to the Contractor direr!nlq such C,hm)(lo!,if-, tho work as made rrece�;wiry or de,;iiahlo by unforeseen conditions or events disccwnro d or occurring during tho progr e ss of the work. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless; suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work Is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions tire such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions fire such as to stop work In less than six (6) hours, the day will not be counted as a working clay. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. GP-36 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to car.isos which he dooms justification for extension of contract time, If the Contractor claims an extension of contract tirno on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be doinyod. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 clays after the claimed cause for the delay has ceased to exist. GP-39 L.I UIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after tho time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated darnages. Permitting the Contractor to continue Lind finish the work or any part of it after the expiration of the specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities aCtUally constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. ' (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work tidal has been damaged or that was not done in accordance with the Contract, an equitable deduction frorn the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum hid for the itom, r..ornpleto in place, aril shall include the costs of all labor, materials, tools, and equip►nonl to construct the item as described herein and to the limits shown on the plans, (d) PARTIAL PAYMENT Partial payment will be made on a monthly basic;. The payinont !,hell ho based on thr:work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 109% of the amount of work completer) to date shall be withhold. (o) ACCEPTANCE AND FINAL.PAYMENT Upon receipt of written notice that the work is ready for final inspection grid acceptance, the Engineer will promptly make such inspection, and when he finds the work ac:coptahlo tender the Contract and the Contract fully performed he will promptly issue a final cerlificate, over hit; own signature, stating that the work roquired by this contract has been completed :ancf iti ;accoplable by him under the terms and conditions thereof, and the entire balance found to hr clue tho Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30) days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies clue to the Contractor will not he delivered to tho Contractor Will-100t presentation to the Department of Community Development an Affidavit of Cornpliance with Prevailing Wade Law on prescribed form attached to the back of these contract document!;. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all clainis and liahilily to the Gontraclor for anything done or furnished for, or relating to the work, or for any tact or nogloct of Iho Owner or of any person relating to or affecting the work. GP42 CERTIFICATIONS GP42.1 All suppliers of rnatorials such as drarnaflo pipe or handrml and all suppliers of asphaltic concrete-or portland cement concroto nuxharw,; ;hiill c unify in writing that the product as supplied confornis fully with those specification;;. Such certification shall he delivered in triplicate to the Department of Community LDovolopnunt at least 24 hours befora the product is to ere used can the pfolect. GP-42.2 The City, at its option, may perforrn or howl porlornuod ;;ur.la tests, ,as may he deemed necessary to further as50ne that only sduacihncd material; arc; incorporated into the work. ' GP-43 LOCAL PREFERENCE In making purchases or in lettincl contracts for thci performance cf any lot or s;orvwe,tiro purchasing agent shall give preference to all firms,corporations or individirul;, which rnaintirin offrc:os or places of business within the corporate limits of the City of Jefferson, whale the guniity of the, commodity or performance promised is equal er' better and the price: quoted is the sanan or l(r;;e; i 1 1 GP-44 PREFERENCE FOR U.S. MANUFACTURED_GOODS On purchases in excess of $5,000, the City shall select products manufactured, assembled or produced in the United States, if quantity, quality, and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requosling the ro:atractor to use American products in the performance of the contract. GP-46 AWARD OF CONTRACT -REJECTION OF BIDS All bidders are required to submit with bid Minority 13usinoss Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requiromont and the Minority Business Enterpri„e Progrnm shall be a consideration for award of this contract, Tho contract will be awarded to the lowest and best responsible-; bidder on file 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 he notified at the earliest possible date. The City of Jefferson, however, ioserves the right to reject any and all bids and to waive all inform alilios in bids roceived whenever such rejection or waiver is in their interest, GP-46 AFFIDAVIT OF COMPLIANCE WITH_PUBLIC WORKS'CONTRACTS LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with tho provisions Band requirements of Section 290.290, RSMo(1994 as amended),an not relating to public works contracts. The City of Jefferson shall not issue ra final payment until such affidavit is filed. GP-47 MISSOURI LABORER RED(.UlREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the Icwel of unemployment in the State has exceeded five percent (5 00) as mea:,ured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive stales 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 poi-forming the particular type of work involvod, if so certified by the contractor or subcontractor hereunder and approved by the Director of Conv7aunity 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 person;: who oro residonts of a state which has not enacted slate laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Comrr-iission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30) days and intends to hocome or romain a Missouri resident, GP48 LIABILITY FOR COMPLIANCE WITH._PUBLIC_WO,RK.S.CONTRACTS LAW AND MISSOULABORER REQUIREMENT In the event a contractor or subcontractor horeunrler files with lho,City of Joffer son an affidavit stating that the contractor or subcontractor has fully complied with the provisions and rcquiremr;nts of Section 290.290, RSMo (199 1 as amended), when in fact the contractor or subcontractor has riot complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and Indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states,absent statutory exceptions,whenever there Is a period of excessive unemployment In Missouri,agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed against It or any additional expenses Incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS SPECIAL. PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SP-1! TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specif ications for Highway Construction except as mortified 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 attachod horeto shaall be used in constructing this project. SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-constriction conference will be hold to discuss the project, its scheduling and its coordination with the work of others. It is oxpacted that this conference will lie attended by representatives of the Owner, The Engineer, the Contractor and his Subcontractors,and the Utilities,as well as representatives,of any other affected agencios which the Owner may wish to invite. The work schedule specified in Section IB-23 of the information for Bidders will be submitted at the conference. SP-3 PERMITS a)Land Disturbance-The work in this project will be covered under the General Operating Permit issued to the City of Jefferson by The Missouri State Department of Natural Resources, Water Pollution Control Prugram, Permit No. MO-R100031. b) Corps of Engineers Permits - The Jefferson Cily Dop artmont of Community Development has obtained these permits for this project, c)Burn Permits-Burning is discouraged,however, if the-contractor chooses to burn trees,brush, and similar materials, it shall be the responsibility of the contractor to obtain the required permit from the Missouri Department of Natural Resources. d) Blasting Permits - The contractor shall be responsible for obtaining in permit for the use of explosives from the Jefferson City Fire Department. SP-4 MAILBOXES If U.S. Postal Service accoss to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S. Postal Service to determine where the mailboxes should be set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once wort: is cornplete:, Any materials damaged by the Contractor shall be re-placed with materird of better or equal type and quality at the Contractor',; expense. SP-5 PROTECTION OF ADJACENT PROPERTIES SurfaCo water shall be diverted rand otherwise pieventod from onUonng nr damaging adjacent pruporty as ra result of precipitalion during ron:,lruction. SP-6 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, tho Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to romove vehicles, and other Items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of each working day. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches,ditchos or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. SP-7 UTILITIES The Contractor shall expose rill utility crossings to establish location and depths prior to construction.The necessary adjustment of utility services such as water,gas,tolophone,electric and sanitFary sewer,including meters,valves,manholes and other appurtenances not specifically called out on the plans shall be subsidiary to the work. SP-13 ROCK REMOVAL No explosives shall be used within fifty (50) feet of a structure. Flock in these areas shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. Any rock that the engineer deems removable by blasting shell be paid at the bid price for blasting, regardless of the removal method used. SP-9 UNDERGRADING IN FLOCK CUT Section TS-2.2.6 specifies that rock cut areas are to br--, undercut and hcackfilled with a drainable material with top surface choked with fines for proper subgrade preparation. No direct payment shall be made for harkfill materials. The only payment made shall be for cubic yards of rock excavated. SP-10 BORROW MATERIAL The contractor shall secure his own borrow rnalerial. This material shall conform to 'rechnical Specification TS-2.2'.1 4. SP-11 MOBILIZATION /CLEARING FOR UTILITIES Bid item number 1.00 "MOBILIZATION / CLEARING FOR UTILITIES" shall include Lill mobilization needed to facilitate the relocation of the utilities and the clearing and grubbing of the entire project. It shall also include, all cost for coordination, temporary signage, all changes in grade required for the placement Of utilities icy the utility companies,scf hod ling of the contractors own activities_, and any other itern(s) needed to accomplish the required utility relocations. SP-12 MOBILIZATION /DEMOBILIZATION FOR ROADWORK Bid ilern nurnbQr 2,00"MOBILIZATION /DEMOBILIZATION FOR ROAD WORK" shall include ' all mobilization and demobilization needed for the road work. Sixty percent (60",a) of the bid price (or this item will be paid as mobilization and forly percent (40"o) of Ilic., bid price will be plaid as demobilization at the end of the project. SP-11 3 PHASING/SIGNAGE/TRAFFIC CONTROL This project requires the relocation of a number of utilities. It Is the responsibility of the Contractor to develop a phasing plan that provides the utility companles ilia time and sequencing that Is needed for the placement of the now utilities. It should also ensure the least possible disturbance to the adjoining property owners and the general public,The Contractor will provide the City with the phasing plan for its review and approval prior to any work, Part of the phasing plan will include a plan for the signage for each phase.The signage shall conform to the requirements In the Manual on Uniform Traffic Control Devices, and shall be reviewed by the City prior to Its installation.Signs,cones,and barricades shall be placed both to protect workers and equipment, and to protect the public by marking open trenches and other potential dangers. Payment for all temporary signage, including detour signage, and all traffic control needed for the project will be paid for as a lump sum under bid item number 5,00"CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL."Twenty percent (20%) of the bid price will be made with the first payment, with the remainder to be paid as a percentage based on the completed percentage of the project. SP-14 CLOSURES OF INTERSECTIONS At no tirne during the life of the project shall the intersections of South Country Club Drive with Leandra Lane and Old Lohman Road(inclusive of that portion of South Country Club which forms the connection from Old Lohman Road to West Edgowood Drive) be closed at the same time. Further,the existing connection between Fairgrounds and South Country Club shall remain open until such time as the contractor can build the connection and provide for the movement of traffic through the new intersection of these streets. The maximum time tl�at the connection between South Country Club Drive and Fairgrounds Road can be severed is 15 working days. Damages of $500.00 per day will be charged for each day exceeding 15 days. SP-15 CONSTRUCTION STAKING The construction staking for this project shall be the responsibility of the contractor. This shall include, but is not limited to, all staking that is needed to construct the horizontal and vertical alignment of all roadways;the placement and grade of the storm water system,the sanitary sewer force main, and the water line; the specified grade of all entrances Lind driveways including all grading and construction limits. The City will provide staking for the electric, gas, telephone rind cable utilities. SP-16 CONSTRUCTION TRAILER The contractor shall provide for a construction trailer on site, at a location designated by the engineer, for use by the contractors forces as well as city officials and representatives of the respective utilities. The contractor shall provide a key to this trailer to the City's Inspector. The trailer shall be weatherproof, insulated, and have air-conditioning and heating facilities capable of maintaining a temperature of 72' F. Electric and telephone hookups shall be provided. The trailer shall provide adequate light both artificial and natural along with sufficient windows to provide acceptable ventilation.All windows shall be equipped with vandal proof grills and locking capabilities.The trailer shall be furnished with a minirnum of two desks, a tablo of sufficient size ' to allow for the viewing of a full size plan set, twelve chairs, and a filing cabinet. The trailer shall remain the property of the contractor. Upon removal of the trailer the site shall be prepared and seeded.Payment will be made as a lurnp sum and shall include all cost associated with the trailer. SP-17 TOILET FACILITIES The contractor shall provide and maintain toilet facilities for his forces and all others on the job site. No direct payment will be made for this item. SP-18 EROSION CONTROL It will be the responsibility of the contractor to use best management practices for the control of erosion on this projort. These shall include, but are not limited to silt fence, ditch checks, stone filter dams, temporary mulch, and temporary seeding. A. Silt fence should be installed on the project near the grading limits at any point along the project where the toe of the slope is more than 30 feet from the center line, and at the discretion of the engineer. The silt fence is to be maintained throughout the life of the project. The fence should he built on the contour where the fence can intercept runoff as shoot flow. The ends of the fence should flare uphill to temporarily impound water. Paymont for this will be by the linear foot. B. Ditch checks for this project will consist of straw bales tronrhod in and staked to the ground. 'rho placement will be at the discretion of the engineer. The ditch checks shall be maintained throughout the life of the project and shall be evaluated and repaired if necessary, after any significant rainfall event. Payment for this item will be per each ditch check installed. C. Stone filter dams for this project shall be planed at the discretion of the engineer. The stone filter dams shall be maintained throughout the life of the project, including the removal of any sediment build up as required to maintain the function of the dam. Payment for this item will be by the ton of rock used in its construction based on tickets submitted to the City at the time the work is done. D. Temporary mulch shall be wheat straw or similar material applied to the ground so as to achieve 75% ground cover. This material shall be applied with a hydro seeder or similar equipment. Any area that has been disturbed and susceptible to erosion and will not be worked for a period of two weeks shall receive temporary mulch. The use of temporary mulch shall also be applied at the discretion of the engineer. Payment for this item will be by the square yard. E. Temporary seeding shall con,.ist of rye or wheat applied at a rate of 100 lbs. per acre in combination with mulch. It shall he applied with a hydro seeder or similar equipment. The use of this item shall be at the discretion of the engineer and in areas that are susceptible to erosion and will not be reworked for a period of 45 days. Payment for this item will be by the square yard. SP-19 EARTH EXCAVATION AND GRADING Bid item number 8.01 "EARTH EXCAVATION AND GRADING"shall include all work needed to grade the site to the elevations as shown on the plans.This work consists of, but is not limited to, the cutlrrrg of approximately 21,556 cubic yards of material and the acquisition of approximately 2,726 cubic yards of borrow rnalerial, inclusive of the hauling, placement, and compaction of these materials in fill area, and slopes. 11 shall also include all necessary grading and the placement of topsoil materials in areas designated to he seeded. The contractor is now made aware that do to tho phrasing of the project,cut areas naay not be accessible at all trines, requiring additional borrow material to Ixm used. SP--20 SUB_GRADE STABILIZATION ' Payment for crushed stone (2" - 4") for sub-grade stabilization shall be per ton of material provided, based on the tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials, tools and equipment necessary to stabilize the area including removal of unsuitable material, disposal of the material off-site and sub-grade preparation. SP-21 CONDUIT FOR SIGNALS AND STREET LIGHTING All conduit shall be UL rated Schedule 40 PVC. The minimum depth of installation shall be24 inches for all conduit to be used for signal or street lights. The signal conduits shall have pull wire installed and shall be sealed with an end cap.The ends of these conduits shall be marked with a 24" long, 115 rebar which extends from the conduit to the surface of the ground.The marker shall be flagged so as to remain visible throughout construction and after all finish work is completed, Payment for these items will be made by the linear foot in place. SP-22 CLEAN. RE-PAINT, AND RE-LOCATE EXISTING "SHOE BOX" STREET LIGHT POSTS The contractor shall remove the two existing street lights shown on page SP15 of the plans.The posts and heads should be moved offsite and shall be cleaned by sand blasting or other means to remove all rust, flaking or peeling paint, and foreign material to create a clean paintable surface. The posts and heads should then be primed with an oil based metal primer and finish coated with Sherwin-Williams 504 Bronze Tone Industrial Enamel or approved equal.All coatings should be applied per manufacturers specifications. The cost of this item shall also include the cost of the pole bases and all associated items needed for the installation of the poles and the wiring of the lights. SP-23 4" DIA. CONDUIT FOR THREE RIVERS ELECTRIC The conduit used in this installation shall be 4" diameter, electrical grade, rigid, nonmetallic, Schedule 40 PVC conduit. The conduit shall be installed as shown on the typical cross section and at the locations shown on the plans, under the direction of the engineer or representative of Three Rivers Electric.The conduit at approximate station 17+65 shall have pull rope installed,and have its ends plugged and marked sufficiently, so as to allow Three Rivers to easily locate it at ' the end of the project. The conduit at approximate station 21+25 shall consist of a set of three 4"conduits.These conduits will be utilized to replace an existing direct buried cable.Coordination with Three Rivers wilt be necessary to locate the termination points of this conduit so as to allow for its connection to the existing system. Pull rope shall be installed, and the ends are to be plugged and marked. Payment for this item will be made by the linear foot in place. SP-24 TRENCHING /INSTALLATION_OF_4" DIA. CONDUIT FOR TELEPHONE The 4" dia. conduit will be supplied by Sprint at no cast to the contractor. It is the responsibility of the contractor to schedule and pick up this conduit from a location designated by Sprint.The cost for this item shall include tho trenching,betiding materials, placement of the conduit,and the backfilling of the trench. Payment will be made by the linear foot of trench required for its installation. The conduit shall be installed as shown on the typical cross section and at the locations shown on the plans.Any conduit not immediately used shall have the ends plugged and marked sufficiently so as to allow Sprint to easily locate them for the installation of the new telephone cable. The contractor shall coordinate with Sprint so as to have these conduits in place when they are needed for the necessary relocation. SP-25 INSTALLATION OF WATE13 MAIN The water main is to be installed according for the "Technical Specifications For the Installation of Water Main"which are inrluded with the technical specifications for this project.The installation of the water main should follow the plans as shown on sheets W1 through WG of the plans.The water main is shown on the site plan for reference and relative location only. SP-26 SANITARY SEWER FORCE MAIN The 10" PVC force main is to be installed as depicted on the plans, and in accordance with the City of Jefferson Sanitary Sewer Specifications, and shall conform to the requiroments of ANSI/AWWA C900-89, Pressure Class 200. Full lengths of pipe shall be used, whenever possible. 'File end of the force main, approximate station 41-110, shall be capped with a plug or cap specifically designed for the type of pipe that is used. The end of the pipe shall be marked with a suitable marker. This marker shall be preserved during all construction activities and after all finish work has been completed. The pipe shall be installed with at least 36 inches of cover. From approximate Station 26+90 through 31+73 and from 39+70 through 41+94 the pipe will require additional depth of burial as shown on the plan. At approximate stations 27+40 and 40+03 the force main crosses under a water line. At each point of crossing the force main shall be laid under the water main so that a minimum of 18 inches between the two pipes is maintained. The unit prices for the installation of sewer pipe shall include all necessary excavations,trenching, backfilling, bedding, shoring or any other item required to make the installation of the pipe. The only exception to this is the removal of rock, which will be pair as rock removal. The force main shall be installed with a tracer wire. Tracer wire shall be insulated THNN, 12 gauge copper wire. All wire shall be joined by use of a wire clamps. These connectio,)•,shall be sealed and taped to create a watertight connection. All material shall be that normally used for direct underground bury installation. Tracer wire shall be secured to the top of the main by tape a minimum of 3 times in each length of pipe,Tracer wire shall be looped to the top of valve boxes for access and at ends for conductivity. The existing force main shall remain active until the new force main is constructed. The connection to the existing systern at Station 14,95 on Scruggs Station Road should be coordinated with the Jefferson City Sewer Department. This connection should be made during a low flow period after the system has cycled, so as to provide for uninterrupted service. Contractor shall ensure that the elevation of the force main does not make abrupt depressions though its entire length.Transitions in depth should be rarried out through multiple lengths of pipe where possible. Gale,valves,two(2)inch thru twelve(12) inch inclusive,hall be Mueller Gate Valves. mcachariical joint, resilient seated wedge disk or equal. Valve shall shall have "n" ring seal with two (2) inch square operating nut. Valve shall open in ii counlei.-clockwise direction. Valve boxes shall be two piece,twenty-four(24)inch,screw typo„ hottorn section and sixteen(1 G) ' inch screw type, top section complete with lid marked "SEWER". r SP-27 TEMPORARY FENCING The bid item number 18.02 'TEMPORARY FENCE" shall include all labor, equipment, and material to provide approximately 152 feet of temporary fence on the property at 1059 South Country Club Drive,approximate station 58+00 to 59+75,The fence should be of equal or better type and quality to the fence it is replacing. The fence should be serviceable and capable of holding livestock.The temporary fence is to be built prior to the removal of the existing fence so as to provide continuous containment of livestock. It is to remain in place and in good repair until the completion of the permanent fencing, at which point it is to be removed. SP-28 TEMPORARY SURFACING rThe bid item number 17.15 "TEMPORARY SURFACING" shall be utilized in order to provide access to adjacent properties at the end of each working day. The contractor shall maintain this surfacing in a safe and reasonably smooth condition as long as it is in use. The surfacing shall be crushed stone that meets 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.The temporary surface will be paid for by the ton of material provided based on tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid, which shall include all labor, materials, tools and equipment necessary to provide a driving surface that will allow vehicular access to all adjoining properties. SP-29 3" ROLLED STONE BASE Payment for 3" Rolled Stone Base shall be made by square yard measured from back of curb to back of curb, plus one (1) foot. Any additional thickness; necessary under the curb and gutter section, that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this item. No additional payment will be made. SP-30 TYPE "A" CURB AND GUTTER As indicated on page M3 of the plans,the thickness of the gutter pan is seven(7) inches for curb and gutter used with concrete pavement, and the thickness of the gutter pan is six(G) inches for curb and gutter used with asphaltic pavement. At the option of the contractor the curb and gutter may be poured monolithically when used with concrete pavement. It is noted that when asphaltic concrete pavement is to be used on this project, a four(4) inch lift of Asphaltic Concrete Base is required under the curb and gutter along with a three (3) inch lift of Rolled Stone Base, which is also required with the portiand cement concrete pavement. No direct payment is made for this difference in the two paving options. SP-31 PCC PAVEMENT JOINT REINFORCING REQUIREMENTS The joint reinforcement shall be as follows; 1) All bars shall be 114 deformed bars 24 inches in length. 2) Longitudinal construction joints - bars CO, 30" centers. 3) Transverse construction joints - bars @ 12" centers. 4) Sawed or premolded longitudinal joints - bars 0 30" centers 5) If curb and gutter is poured separately- bars 0 30" centers. SP-32 6" AND 7" HIGH EARLY STRENGTH PCC PAVEMENT These quantities are undistributed.At the discretion of the engineer they may be used at various intersections so as to provide reduced closure times. as well as any drive approach or driveway Mat the engineer deems necessary. SP-33 TEMPORARY ASPHALT PAVEMENT REPAIR This quantity is undistributed. It should be employed at any time the pavement is cut for utility placement and the street is to be reopened to traffic. SP-34 SIDEWALKS AT DRIVE APPROACHES At all points where the sidewalk crosses a driveway it shall be 6 inches thick and will be paid for as bid item number 17.11 "6" PCC SIDEWALK", SP-35 STRIPING AND PERMANENT SIGNAGE The striping and permanent signage for this project will be done by others except as specifically noted on the plans. SP-36 REMOVAL OF CULVERT PIPE The 15" CMP pipe under South Country Club Drive at approximate station 124-25 is to be salvaged and shall be the property of the City of Jefferson. Tne contractor shall coordinate with the City, and assist in loading of this pipe, to provide for its removal from the site. The removal of this pipe will be paid for as part of bid item number 4.00`REMOVALS" SP-37 TOPSOIL IN AREAS TO BE SEEDED OR SODDED The top six (6) inches of all areas of the project to be seeded or sodded shall be free of rocks, stones and clods prior to seeding. This may require the contractor to utilize a mechanical rock rake, hand picking of stories, and/or placement of six (6) inches of clean topsoil in those areas to be seeded or sodded. No direct payment will be made for this requirement. SP-38 ZOYSIA SOD The zoysia sod is to be placed in disturbed areas previously having zoysia grass. Direction as to these areas will be given by the engineer. The sod shall be placed according to TS•9.2. SP-39 PHOTODEGRADABLE STRAW BLANKET This straw blanket shall be North Arnerican Green S75 or approved equal. It shall be installed according to the manufacturers specifications.The blanket shall be installed on the lower portion of 3:1 slopes where the total length is greater then 18 feet. It shall begin 15 feet down from the crest of the slope and continue to the toe of the slopo, and as further directed by the engineer. p 1 SP-40 COORDINATION WITH A EREN No work can be done,from approximate station 22+50 to 34+50, which would reduce the amount of cover over the existing underground electrical lines, apart from that work which is directly related to the placement of the new underground electrical conduits and the parallel water and gas mains. Once the new underground conduit system is in plane, Ameren will make the connection to the old system.The Contractor is hereby made aware that this connection will only be able to be made during an off demand time,such as in the spring or fall,when the temperature is such that the electrical demand is low. SP-41 DELIVERY OF ELECTRICAL CONDUIT AND VAULTS The Contractor shall be responsible for coordinating the delivery of all the materials required for the replacement of the underground electrical lines. The contractor shall take delivery of the all materials and store them until such time that they are installed by the contractor or by Ameren. Any cost associated with this shall be considered incidental to the project. SP-42 TRENCHING/INSTALLATION OF 5" DIA. ELECTRICAL_CONDUIT The 5" conduit will be supplied through Ameren's supplier at no cost to the contractor.The cost for this item shall include trenching, bedding material, placement of the conduit, and backfilling of the trench. Payment will be made by the linear foot of trench required for its installation.The specification for its placement is enumerated below. Trenching A. Adherence to Drawings.The conduits shall be installed along the route specified in the plans. Straight routes shall be maintained unless specified otherwise on the plans. Turns and bends that are introduced for purposes of avoiding physical obstructions shall be made within the limits specified either on the Drawings or by approval of Ameren's Representative. B.Easements and ROW.Deviations outside[tae boundaries of the associated easement or right-of-way are not allowed. C. Joint Trenching. Clearances stated in the National Electric Safety Code shall be observed as a minimum in any trench that is used jointly.(See drawings for Ameren's minimum clearances). Local utility clearance requirements shall prevail when their requirements exceed the minimum NESC separations. D. Burial Depths. Minimum burial depths of 48" of cover from final grade are required for the installed conduits. Ameren's Representative :;hall approve zany exceptions to the specified burial depths. In those cases where these depths cannot be maintained along the entire route, Ameren's Representative may re=quire means such as concrete encasement in order to protect the Distributrcfn Systerri. E.Trench Floor.The trench floor shall consist of firm well-compacted, undisturbed dirt, or backfill that is supplied for leveling or grading purposes.The bottom of the trench shall be leveled to plus/minus 2" in order to avoid"humps" in the conduit, and shall be at an elevation necessary to satisfy the standard burial depth requirements. F. Trench Width. Parallel conduit installations shall maintain a minimum 2" spacing between each conduit in all in all dimensions, as well as between the conduits and the outside walls of the trench, G.Obstructions.It rock or otherwiso difficult trenching conditions are encountered which force the consideration of alternatives,Amoren's Representative shall be consulted.The burial depths established previously shall be maintained. Conduit Bends and Sweeps A, Send Specifications, fiends shall be made of Schedule 40 PVC with belied or coupled ends. I(couplings are used, they also shall be Schedule 40 PVC. All bends and couplings shall be UL listed and sunlight-resistant. The following are the specified manufactured bonds for conduit. 36" radius bends at 90' , 45' or 22'/.,' 60" radius bends at 45' 120" radius bends at 45' B. Bend Radii, All primary voltage conduit bends shall have a minimum radius of 36". IM Larger radius bends,as specified above,may be required to accommocJcate longer pulls, larger cable sizes, field obstructions or future considerations, and shall be called out specifically by Ameren on the plans, C. Sweep Bends. Sweep bends may be formed with a combination of straight duct sections and 5'couplings, The couplings shall have a minimum radius of 36" (subject to approval by Ameren's Representative) and the overall sweep shall have a rninirrium bending radius of ten feet, U. Sweep bend Stabilization. Sweep bends must be staked to prevent opening of the couplings during installation. Care muM be taken to prevent any deformation of the conduit at the stakes. No other operations producing visible stress on the couplings shall be allowed. Visible stress exists when there is more than 2 of offset on the coupling or where significant in-line offset is observed. E. Bend Reinforcement. Horizontal and vertical bands that require reinforcement for cable pulling shall be stabilized by con.cre!e encasement(ref SPEC 2,included at the end of the special provisions). F. Conduit Cups, All vertical bends penetrating grade, whether through any type of concrete or fiberglass pad, or at a terminal or riser pole, shall have their open ends closed off with duct plugs, conduit ceps, or duct tape. This will serve as a deterrent to wildlife and will minimize the entry of moisture and solid debris. -rhe pulling tape shall extend out the end of each bend regardless of its being capped, with the minimum 10 feet exposed. Conduit A.Conduit Specifications, Ei-e;trical ctrsrde,rigid, nonmetallic,Schedule,10 PVC conduit in 4" or 5" sizes, as specified in Inc plans, Shall be installed. It shall be 90' C rated PVC and rneet the latest revision of NEMA Standaird TC2, Ameren will provide the necessary conduit. Any excess conduit shal! be returned to Ameren, The contractor will need to schedule delivery of the 5" conduit and vaults for the project through Ameren's supplier. A copy of the Bill of Materials will be provided to the contractor. The Contractor will be responsible for scheduling delivery, taking delivery and unloading all vaults and 5" conduit.The Required 4"conduit will be provided by Ameren locally,the Contractor will need to contact Curt Moore at 573-681-7548 to schedule pickup of that material, B.Conduit Arrangement and Spacing. Multiple conduit installations shall be such that they are all laid directly on the trench floor with a minimum 2" horizontal separation, not only between the ducts themselves but also between the outside ducts and the walls of the trench. The spacing allows for proper neat dissipation, while the horizontal arrangement helps eliminate backfill voids between the conduits that could result in settling and the collection of water. No two conduits shall be rolled or crossed in the trench anywhere between two endpoints. C. Conduit Joining. Individual conduit sections shall be joined with couplings and PVC 1 cement to ensure a continuous, leak free duct with a consistent internal diameter throughout. No internal protrusions or obstruction are allowed. The contractor shall ensure that no foreign material enters the ducts to be joined: The end of the duct shall be plugged with approved end plugs whenever work on the duct installation is stopped. D. Roding the Conduit. Prior to the installation of the pulling string each completed conduit run shill have the appropriate size (4" or 5") mandrel pulled through its entire length. E. Fulling String installation.A pulling string shall be installed in all completed conduit runs, with a minimum of 10 feet extending out each duct end. The string shall be blown into the conduit after the run has been r..omplected,the conduit cement is completely dry, and a mandrel has been run through the conduit run. During installation, the tape reel should be placed on a pay out stand in order to allow the tape to pay, out flatly into the conduit in a single continuous piece. Neither knots nor frays shall be permitted inside a conduit run. Backfilling and Compaction A. Local Ordinance. Local codes or ordinances shall prevail when their requirements exceed the backfill requirements herein.Where street crossings of other areas supporting vehicular traffic are concerned, full depth granular backfill shall be used. B.Backfill Material.Except as noted on the Drawings and Specifications,native soil free of rock and debris may be used as backfill material. The soil shall pass through a 2" screen, 114" minus limestone screenings may be used as an alternate to soil when Backfilling. C. Voids and Foreign Matter. Voids around the conduits) where water could collect shall be avoided. Any conditions that produce crushing pressures on the duct are unacceptable. Trenches shall he kept clear of foreign materials such as grease, ' hydrocarbons, wood, rotting vegetation, of other debris during the backfill process. D. Alternate Backf III Materials. Where the quality of the excavated material could damage the installation and or prevent adequate compaction(as with shale rock,paving materials, cinders, sharply angled objects. or corrosive material), a granular backfill of sand, 1/4" minus limestone screenings, or flowable fill shall be usea, In such cases,the backfill material shall be plrarod complotely around thr ducts in all diroctions in a thickness of at least 2". E. Compaction. In undeveloped areas, the backfill shall be compacted to provide for supporting a man's weight as the trench is walked upon.Otherwise,in established areas, corpaction shall be obtained with hand or mechanical tampers to provide densities of at toast 90 of that of the undisturbed soil. Nydrotamping methods are not acceptable. F. Final Grade. The backfill material shall be placed track in the excavation and compacted as necessary in approximately 18"lifts until final grade is re-established.The ducts shall be restrained to prevent movement, as require(]. No rock shall be placed in the backfill within a G" elevation of the topmost duct. G. Backfill Settlement. Settlement of the backfill material above the duct(s) is an indicator of improper compaction, Whenever required, the Contractor must re-establish final grade by placing additional backfill or by other rneans as appropriate:. F. Resurfacing. Contractor is responsible for the restoration of and disturbed areas acceptable to all parties involved. Terminal Poles and Risers A. Contractors Responsibility. *The Contractor's responsibility at terminal (i.e. "riser") poles, regardless of voltage, includes installing the riser bend((), extending the conduits(s) above grade, and backfilling the excavation. Arneren will extend the conduit riser(s) up and attach to the: pole. B. Riser Bend Location.An Ameren Representative shall determine the proper location of the riser bend(s) on the pole (i.e. the quadrant). In the case where a riser bend is to be extended by the Contractor to a location requiring pole setting, replacement or alteration by Ameren, the extension shall not he made until the pole work is completed, unless other arrangements are made with Arneren's Representative, C. Bend and Stub Specification. The Contractor shall take special care to extend the conduit(s) out of the ground at the particular pole quadrant designed by the Ameren Representative. The conduit bends brought up at the riser pole shall be rigid Schedule 40 PVC. Each bend shall be buried below grade in its entirety, with a short conduit stub (Schedule 80 PVC or equivalent)penetrating the surface to at least 6"above grade at the pole.The stubs) coming out shall be squared and plumb in order to facilitate extending the riser(s) up the pole. D. Pole Clearances. For direct buried conduit installations, the conduits(s) shall penetrate the grade with G` of clearance between it and the pole (ref. SPEC 16 included at the end of the special provisions). Inspection and Approval A. Deviation from Drawings. All Contractor-installed facilities shall be. installed per plans. Any proposed field changes to the Conduit Systern layout as indicated on the drawings shall have prior approval form Ameren's Representative. B. Interpretation of Specifications and Drawings. Where an interpretation of thus Specification or clarification of the intent of and Drawing is required, the determination of Ameren's Representative shall prevail. C.Conduit System Inspection. Conduit System installations by the Contractor shall be subject to inspections by Ameren on a daily basis prior to backfilling, embedding in concrete or otherwise covering or concealing. The Contractor shall notify Ameren's Representative with at least one full working prior to starting the Conduit System construction or the installation of material, thr.is allowing for the inspection of materials arid workmanship by Arneren. The decision to actually inspect, or not, shall be at the ' discretion of Ameren. D. Conduit System Rejection. Any Contractor workmanship failing to meet the requirements of this Specification, or Conduit System installations either performed without prior notice to Ameren's Representative or that fails to allow Ameren to readily Pull it primary cables(s) shall be subject to rejection. Any work that is rejected shall be corrected to Ameren's satisfaction at the Contractor's expense. E. "As Built" Drawings. The City of Jefferson shall maintain an "as built" set of Drawings showing all changes,additions and deletions to the project. Field changes not covered by the original Drawings shall be clearly noted in the "as build" Drawings. F. Depth of Cover Deviations. When the depth of cover of the Contractors installation exceeds the design value by 50 1110 or more, or is less than the design value by any margin, the Contractor shall provide the City's Representative with the actual depth, which shall then be noted on the "as built" Drawings. SP-43 TRENCHING/INSTALLATION OF 4" DIA. ELECTRICAL CONDUIT The 4"conduit will be supplied locally through Ameren at no cost to the contractor.Tine contractor will be responsible for scheduling and picking up this conduit up at a location specified by Ameren.The cost for this item shall include the trenching,bedding materials, placement of the conduit, and the backfilling of the trench. This item will be paid bythe linear foot of trench that is dug which is perpendicular to the center line of South Country Club. That portion of the 4" dia. conduit which runs parallel to the said centerline will be considered incidental.The specification for its placement is the same as described above for the 5" dia. conduit. SP-44 UNDERGROUND VAULT The underground vault will be supplied through Ameren's supplier at no cost to the contractor. The cost for this item shall include the placement of the vault including all embedment materials, backfilling, riser installation, and all necessary conduit connections. The installation requirements are specified below. A. Material Provisions. Ameren shall provide the necessary vaults(s) for this project. The Contractor is responsible for installing the vault near Sta 24+80 South Country Club, Ameren will install remaining vaults. B. 4' x 8' Vaults. The 4' x 8' vaults (ref. SPEC 5 included at the end of the special provisions) each have two PVC couplings built into each end wall, in 5" sizes for the 4' x 8'. Couplings not used shall be end capped. Each has knockout capabilities<along the sidewalls (not to be used on this project), They also all have throaded Richmond inserts for installing pulling eyes,and floor holes for draining water.(Ameren shall install the iron 1! grates over these drain holes.) C. Conduit Connections (New Vaults), Conduits shall be placed into the couplings. D. Riser, Frame, and Cover, Each precast concrete vault requires a 6" concrete riser to be set in the rectangular hole in the vaults roof. This riser is "notched for the 24" x 42" cast iron frame and cover that completes the vaults access way. Sloped grades shall be accommodated by bricking and mortaring between the riser and the vault roof on three of the four sides. The frarne shall be sealed to the riser with mortar in order to prevent tipping it when the cover is open on its hinges. SP-AS 'DRENCHING FOR GAS MAIN The Contractor shall be responsible for providing a trench for the installation of a gas main along that portion of the project for which the contractor is also installing the 5" underground electrical conduits, and for which the gas main runs parallel to those conduits. Tile Contractor shall coordinate with Ameren's Representative for the installation of the gas main while the trench is open. The contractor is responsible for the bedding material and the backfilling of the trench. Payment will be made by the linear foot of trench required for its installation. The requirements for the trenching and backfilling are enumerated below: Trenching ' A.Easements and ROW.Deviations outside the boundaries of the associated easement or right-of-way are not allowed, B. Joint Trenching. Clearances stated in the National Electric Safety Code shall be observed as a minimum in any trench that is used jointly.(See drawings for Ameren's minimum clearances). Local utility clearance requirements shall prevail when their requirements exceed the minimum NESC separations. C. Burial Depths. Minimum burial depths of 36" of cover from final grade are required for the installed main. Ameren's Representative shall approve any exceptions to the specified burial depths. In those cases where these depths cannot be maintained along the entire route, Areren's Representative may require means such as concrete encasement in order to protect the gas main. D.Trench floor. The trench floor shall consist of firm,well-compacted, undisturbed dirt free of rocks, or backfill that is supplied for leveling or grading purposes. The bottom of the trench shall be leveled to plus/minus 1" in order to avoid "hurYaps" in the main, and shall be rat an elevation necessary to satisfy the standard burial depth requirements. If a solid rock floor or a trench floor that has debris that will damage the poly main exist then 6 inches of padding is required under the main.The padding material can either be clean top soil or 3/8" minus rock (limestone screenings). E. Trench Width. The trench shall be wide enough to provide 2" spacing between the rnain and the outside walls of the trench and maintain the rc:qui;ed clearances to the other utilities. F.Obstructions. If rock or otherwise difficult trenching conditions arc,•encountered which force the consideration of alternatives,Ameren's Representative shall he consulted,The burial depths established previously shall be maintained. Backfilling and Compaction A. Local Ordinance. Local codes or ordinances shall prevail when their requirements exceed the backfill requirements herein. Where street crossings or other areas supporting vehicular traffic are concerned, full depth granular backfill shall be used. B. Backfili Material.Backf Ill containing gravel,rocks,stones,cinders of other unsuitable material shall not be placed directly on the poly gas main when backfilling.The gas main shall be covered first with 8" of top soil free of rock and debris or 3/8" minus limestone screenings may be used as an alternative to soil when backfilling. C. Voids and Foreign Matter. Voids around the main where water can collect shall be avoided.Any conditions that produce crushing pressures on the main are unacceptable. Trenches shall be kept clear of foreign materials such as grease, hydrocarbons, wood, rotting vegetation, or other debris during the backfill process. D. Compaction. The compaction requirements shall be as required by the City of Jefferson. However,the first 8"of backfill material over the gas main is to be compacted by hand of machine tamping. The remainder of the backfill may be compacted by any other acceptable means. E. Final Grade. The backfill material shall be placed back in the excavation and compacted as necessary until final grade is re-established.No rock shall be placed within an 8" elevation of the topmost portion of the main. F. Backf ill Settlement.Settlement of the backfill material above the main is an indicator of improper compaction.Whenever required,the Contractor must re-establish final grade by placing additional backfill or by other means as appropriate. G. Resurfacing.The Contractor is responsible for the restoration of any disturbed areas acceptable to all parties involved. SP-46 STA'T'US OF UTILITIES This provision is to give the contractor an overview of the what will be required to complete the utility relocations for this project, it is not to be taken as the final word but rather as a narrative providing the general scope of the work. Three Rivers Electric. Three Rivers will be replacing three power poles at the beginning of the project, at approximate stations 15+15, 17+65, and 19+45 offset right. These poles will be replaced by Three Rivers forces. The replacement of these poles should not significantly effect the project as they could be replaced early in the life of the project. The contractor will be responsible for the installation of several conduits to be used by Three Rivers.The first of these will need to cross under South Country Club, at approximate station 17+65, as shown on the plans. A set of three conduits will need to be installed at approximate station 21+25. These conduits will be used to replace an existing direct buried cable.The installation of these conduits will need to be coordinated with Three Rivers so as to ensure service is not interrupted. This conduit will be crossing under a direct buried electrical cable and gas belonging to Ameren and ' thus coordination with Ameren will also be required. The contractor shall also be aware of the effect that the required fill will have on this area. Ameren Electric. The coordination with Ameren for the relocation of their power lines will represent a large portion of the coordination needed on this project. A direct concern for the Aft contractor will be the installation of a new underground conduit run from approximate station 20+55 to 32+40 offset left. This conduit run will be replacing a direct buried primary that is presently in use. This primary will need to remain energized until the new line is complete.This will require the contractor to dig parallel to the existing primary for nearly the length of the new run. At the option of the contractor, the gas main and the water main in this section could be placed at the same time. Upon completion of the conduit, coordination with Ameren will be necessary to complete the installation of several underground vaults, as well as pulling the new cable and making the connection to the system. This connection can only be made when the electric demand in low, such as in the spring or fall. The contractor should be aware that the grade above the existing primary cannot be lowered until such time as the new system is energized and the existing primary is abandoned. It may behoove the contractor to install this conduit early in the project,so as to provide the opportunity to make the connection in the spring. Ameren also has a number of overhead lines that will need to be relocated, as well as several underground runs. The poles for the overhead are located throughout the project and are noted on the plans. Several of these poles are being replaced due to a change in grade. In each instance, the contractor should be aware that Ameren may require the contractor to change the grade in the location of the pole or underground line, so as to facilitate the relocation. These include poles at station 26+00 offset left, 28+90 offset left, 69+45 offset right, and 72+25 offset left. There are a number of poles between station 73+00 to 74+-65, as well as some underground line that may be effected by the change of grade necessitating coordination with Ameren. The contractor should also be aware that a pole located at 45+25 offset right, will need to be supported while the retaining wall in that area is being constructed. Ameren Gas.As mentioned above,the contractor will be responsible for the trenching for the gas main from approximate station 21+75 to 32+40. The contractor will need to coordinate with Ameren so that they can be available to place the gas line as the trench is opened.The remaining 91 gas main will be installed by Ameren. Coordination with the utility will be necessary so as to prevent the repeated closure of Scruggs Station Road due to the multiple utility crossings at that location.The gas main also crosses South Country Club in several locations and will need to be coordinated. Water District #1. As can be seen frorn the plans, a new water line will be placed along most of the project.The contractor will be responsible for the installation of this water line. As previously mentioned, this line from station 20+55 to 32+40 may share the same trench as the electrical conduit and gas main. There is to be a two foot horizontal separation between the electrical conduits and the water main. At approximate station 27-+35, a fire hydrant is to be placed behind the curb. In order to connect it to the main line the water main is to be shallowed to a depth of 30" thus allowing the water line to cross over the electrical lines. At the same time, the gas main is to be lowered in that location so as.to allow the water to cross above ill.The water will also cross above the sanitary force main at this point, as can be see in the profile. Careful scheduling and coordination will need to be made with the District so that no service is lost during the installation of the new line. It is of note that before the cut can be made from approximate station 61+00 to 72+00 offset left, the new waterline from the connection to the old system at Did Lohman Road to the connection to the old systern at approximate station 60-+95 offset right needs to be complete and in service. This includes the service connections atapproximate stations 71+25, 72+64, and 75-+-80 offset left. Sprint, The contractor will be responsible: for the installation of numerous conduits for use by Sprint. The location of these conduits are shown on the plans.'1The remaining telephone work will be performed by Sprint's forces. The contractor shall coordinate the placement of the conduits so as to facilitate Sprint's installation of its now underground cable. The contractor should be aware that Sprint Is planning to install a temporary overhead facility in the area of the South Country Club box culvert, so as to maintain service until such time as the box culvert is finished and the fill is placed, at which time the utility will return to place an underground cable. Medlacom. At this time Mediacom is planning to place their cable underground in conjunction with Sprint. The contractor should be aware of the additional coordination that will be required. END OF SPECIAL CONDITIONS STRUCTURES--CONDUIT SPEC 2 Restraint — Horizontal and Vertical Underground Bends Sheet 1 of 1 Plastic Conduit RUTRA LN!=S1lVI.T.WiUAR-3—E-N.Q Ili"- -- PULLING TAPE(D) CRUSHED ROCK Or FLOWABLE FILL(C) A 5 ENCASEMENT ALL AROUND CIONCPCI L- OR F-1,0WAM.L -NL) 10 BE INSTALLED SO AS TO ACHIEVE A FIGURE 1 -- TYPICAL VERTICAL BEND STANDARD 36"OF $1D[-.,ELFVAT1QN COVER FROM FINAL GRADE OUTSIDE THE SWITCHGEAR. (SEE SPEC 20). Xy 7 CONCRETE(B) A SI I X I kit N M t.Al-4O W1) FIGURI. 2 —HORIZONTAL BEND PLAN Vl(.-.W MAI I f 0\1 111',.1 At t 1,1) 11, 1H I NAk I(.)I fit l•;IVI 1)1 1 %1 it 1',1 1,i,h Quanilty Malorlal Horizontal -tical Stk. No, i 11251 173 Boiid T' 36" kiid, •Io 12 51 F 176 i Bond .1" r )G" koii. llii:n i _ .. . 12 51 206 Fimio x 'it;" koil. I(! Concroto ()I Fkwj!)it' Fill ict, t t !I , c Gr.i:,.hod Ro(;k tit H()Wgiblo h[I ((,It Yd 112 112 83 36 252 ' PullingTope /Vi /V. A.,; �As k,it(I'd RocIA. Req'd, UNDERGROUND F I'A FJB DISTRIBUTION SPEC, Ameren W UNDERGROUND STRUCTURES SPEC 5 Vault — Precast 4' x 8' — 4 Ft. deep Sheet I cif •t 3-5" PVC Couplings Each End ko ** THIS VAULT DOES NOT HAVE A TRAFFIC RATING" Frame & Cover(c) (C) Finished Grade (A) Grade With Riso FI ER Brick Mortar MIN 10' OF f3wri1p Hole DUPTH I" 'CLEAN ROCK- INSFR IS KNOCK(A 11:,. o"', 0 �- -—" o –---------------I--". A Grade adjustments still be M'ade Lisill(I ill(- user slid necessary brick and inolliai to ri-looll Itw oxl!itillo slope. The Vault floor shall always be installed level. 1. This vault shall be Situate(] OLA Of the way Of'AIIII(Alkir traffic in il location deturnimud by Ainewn 2. Excavate a 6' x 11' pit to a depth iiecoss'ary to obtain luillillitill) COV01 fOl' 04-1 ccnidurt.7 Oil d 10" l-lwie of 1, (Iravol. Outside vault dimensions: L--8''10'; W-5'6". H-4'-8", Riser 6"twill. NOTE: RISE-R MUST B11- USED, 3. Fill any overdig with crushed rock leveling the rock and tarnping to firm whoievor dw 0-ilith IWIS hOU'll diStUrbod, 4. To lift vault, use swivel plates mounted to the Rirhniond inserts with laq bolt!-, that "Firmly"' (:v.;ten the pl;lto ag":1111st the wall. 5. Place conduits into knockouts 6 inches as required. Grout or 1110rUll a1'0(1111(11 cmiidmts 4-mt(,-rino thru 'Knockouts, 6. FILL& TAMP- Replace and stabilize the earth around ill(:.- vailit and riser tanipinq !o comp;iction 7. Brick and mortar between Ilici concleto riser'.111d th(1-- acc�oisilolo Ill vilkilt to iwcolliniml.'lle thl: ol".ldi! s'lopo. Seat the cover frame to the riser with mortar, MATERIAL IN,.;'rA[-LED BY (-.'0NTI1ZA(:T0R DERIVED [--17\'OM CONSTRUCTION STANDARD 3:1 -1.1 (K) Material /Stk. No. Description Quantity Weights F 9 UNIT LEVEL SLOPED A 12 06 096 Vault- Precast -V x 8' (Provided by lz--ai 1 I fol) 4600 Iles;. Arneren) B12 06 Riser-Concrete Nock 6" Extimsioti I-**,,i 1 1 R'niol .3-10 Ib.s. (Provided by Arrieren" ' --J^C 112 02 084 Cover-Vault Call Iron 24" .< 42" F.,I I I Cove( 350 (Provided by Arnoten) I Rock- Crushed t -1 clean I C'Y 2 ' I j Brick E. A", ® � i Mortar I Brig UNDERGROUND ENG: F-11? DISTRIBUTION SPEC. Ameren REV NO: :-?, REV, DAI-E: 0':"/08K')'I CABLE TERMINALS SPEC 16 One or More Risers on Standoffs Sheet 1 of 1 Solid Round Conduits PVC; SECTION ...�__ A A 4 TERMINAL POLE-•___._..___.___.._.___._ I ,_........_....__CONDUIT AND RISER UP THE POLE (INSTALLED BYAMEREN UE) _rl ` (INSTALLED BYAMEREN UE I i i II 6" I PULLING TAPE(C) FINAL GRADE I f - 6" -�--------r- END OF CONTRACTOR CONDUIT TO EXTEND 6"ABOVE GRADE AND BE CAPPED OR TAPED WITH THE END — OF THE PULLING TAPE STICKING OUT. GROUND ROD (INSTALLED BYAMEREN UE) 1 SHORT CONDUIT STUB (B) n d--- BEND TO BE INSTALLED SO AS TO ACHIEVE A STANDARD 36"OF COVER �i FROM FINAL GRADE ONE CONDUIT TWO CONDUITS SECTION A A NOTE: AMEREN UE REP,WILL DESIGNATE THE QUADRANT OF THE POLE WHERE THE CONDUIT IS TO BE INSTALLED. MATERIAL INSTALLED P-Y CONTRACTOR FOR ONE RISER (DERIVED FROM CONSTRUCTION STANDARD 14 00 26 ") i Stk. No. TUescription I Conduit Size I 3 411 5 12.51 173 I Bend -3" x 36" Rad, Sch. 40 1 A 1251 176 ! Bend -4" x 36" Rad, Sch. 40 ! I 1 I----- --- -------- - -- -- -------- ----- ----- ------------+--- — ---- 11251206 Bend -5" x 36" Rad, Sch 40 ----— 1 ---_� 12 01 276 3"Conduit Stub, Sch. 80 1 B 1201 273 4"Conduit Stub, Sch. 80 1 12_0_127_2 5'Conduit Stub, Sch. 80 C 8336252 Pulling Tape-3/4"Wide, 2 rength _ As As - As -.-----._— Req'd^ Req'd. j Req'd. UNDERGROUND ENG: EJB DISTRIBUTION SPEC. 'yA/�1G�1- n REV. NO: 2 REV. DATE: 8/31/00 1 CITY OF JEFFERSON TECHNICAL STREET SPECIFICATIONS i REVISED OCTOBER, 2000 TECHNICAL. STIZEET SPECIFICATIONS TABLE OF CONTENTS Section Pane 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 Double 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 18.0 Traffic Signals 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of Compliance 62 22.0 Schedule of Work 64 23.0 Maintenance of Traffic and Access 65 24.0 Temporary Surfacing 66 25.0 Dust Control 66 26.0 Property Corners and Monumentation 66 27.0 Cleanup 67 28.0 Traffic Signs. Stop Signs. and Street Signs 67 2 9.0 Downspout Drains 67 30.0 Subsidiary Items 67 OC'1'01.3F?R. 2000 S -I- TECHNICAL STREI 'r SPECIFiC'ATIONS ]'S-l. C1.1 ARING, GRUBBING AND REMOVAL TS-1.1 C'learinand Grubbing TS-1.1.1 Seo c: This work shall consist of clearin grubbing, removing, and disposing of .�I_ 1: � 6 g p . vegetation within the construction limits. TS-1.1.2 Construction Rcc uirements: The Engineer will establish the construction limits and t � will designate all trees, shrubs, vegetation within the construction limits shall be removed and properly disposed of. Stumps and roots in cut area shall be grubbed to a depth of not less than twelve (12) inches below the finished earth grade. Grubbing of'Osage orange or locust hedge shall include removal of roots. in embankment areas, undisturbed stumps and roots extending not more than six (6) inches above the ground line may remain, provided the}' are a minimum of three (3) feet below the finished earth grade or the slope of the embankment. F`xcept in areas to be excavated, stump .holes shall be backfilled With suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations,all burning of products of clearing and grubbing shall be done under the care of a competent watchman at such times and in such manner that neither vegetation on adjacent property nor that designated to remain on the right-of-way will be jeopardized. The burial of stumps and debris will not be permitted on the right-of-way. Products of clearing grubbing may be removed from the right-ol=way and disposed of out of sight from the roadway provided an acceptable written agreement with the property owner on whose property the products are placed is submitted by the contractor. The contractor shall scalp all areas where excavation or embankment is to be made. except that rnowed. burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust. and decayed vegetable matter' front the surlace of the ground without removing more earth than is necessary. The prodUCtS of SCalprrlg shall he disposed of away from the site of the work unless permission is granted by the Engineer to allow such disposal on the right-of-way. All such disposal shall be at the contractor's sole expense. TS-1.1.3 Measurement and Pavnient: No rnet.rsurenuC'nt will he made ol'clearing and(,rubbing. Payment 161. clearing and grubbing will be at the lump sunl price bid. FS-12 REMO\1AL.S TS-1.2.1 Scope: This work shall consist of removing all drainage structures, pavements, surfacing, and base courses of all tyres, curb, curb and gutter, sidewalks and house walks, steps, retaining walls, foundation 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 renwved will be made. TS-1.2.2 Construction Rccquirements: Old pavements, abandoned sewers or pipe lines, or other obstructions to the construction of the roadway or within the limits of the right- r of-way and not designated or permitted to remain, shall he removed or disposed of by the Contractor away from the site of the work. In removing pavement, curb, curb and gutter, gutters, sidewalk. and other similar improvements,and where a portion of'suclr improvements are to be left in place,they shall be removed to an existing joint or to a joint sawed to a minimum depth of'one inch with a true line and vertical lace. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless of any limits which may be indicated on the plans. All sewers, drainage pipes and floor drains which have been or are to be abandoned shall be permanently scaled at the ends with bulkheads constructed of concrete or brick masonry, having a minimum thickness of'8 Inches. The use of salvaged brick will be permitted for constructing bulkheads provided the brick are clean and sound. No direct payment will be made for blocking abandoned sewers, drainage pipes, or floor drains. Broken concrete, hiving material. bricks or rubble may be placed in roadway embankment provided they are well spread, completely surrounded by dirt and are not located within twelve inches ofthe f inished subgrade,shoulder or ground surface. TS-1.2.3 Measurement, The work provided herein will not be measured far payment, but will be considered a lump sum unit. This shall include the removal of all items, whether in view or hidden underneath the surface of'the ground. regardless of'whether shown on the plans or cncountercd during construction. TS-1 2.4 i'av_ment: The accepted removal of improvements will he paid for at the contract lump sum hid price. TS-2 EAWITIVIORK: "FS-2.1 �jc c�e: 'Phis work shall include all labor.material,equipment and services necessary to complete all earthwork as shown on the plans and specified herein including roadway excavation, embankrnent, subgrade preparation and finish grading. TS-2.2 Earthwork for Roadway: TS-2.2.1 The term, "Roadway", as used in this Section, is defined as including; roadways. roadway intersections, sidewalks, shoulders, cut and fill slopes, driveways, parking areas and all other ar6s of earthwork except excavation and backfill f«r pipe trenches and structures. � TS-2.�.2.. Missouri Highway Specifications Section 203 shall govern all earthwork f ior roadway except that the provisions for measurement and payment therein shall not apply and except as modified in the lbrm of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall con(lorm to Missouri Highway Specifications Section 203.3. The first paragraph of Section 203.3.1 shall be changed to read as follows: Compaction to at least 90 percent of nnaximum density, as determined by standard Compaction "Pest, will be required in the following areas: TS-2.2.4 Disposal: Unsuitable excavated material shall not be used in the embankments and shall not be disposed ol'on right-of--way. Disposal shall be the sole responsibility and at the sole expense of the contractor. Unsuitable and excess excavated material may be disposed of on private property adjacent to the right-of=way. provided written permission of the properly owner is obtained and provided the surface is properly t finished and drained. In such cases, seeding. sodding.and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch Cleanout: Special care shall be taken to clean out all debris and organic matter From existing roadway ditches to be filled. The ditches shall be carefully backf illed in accordance with the requirennents herein, using trench rollers or hand-operated power compactors as may be needed to assure proper compaction throughout. TS-2.2.6 Undererading in Rock Cut: In rock cut areas excavation shall be carried to twelve (12) inches below subgrade to a minimum distance of"two (2) feet behind back of curb. 13ackf illing of•undergraded cut areas shall be with a drainable material with top surfiace choked with lines (br proper subgrade preparation. ' Whenever possible. this material shall be from project excavation. Where authorized an open-graded drainable crushed linnestone shall be brought in. Undrained pockets Shall not be left in the surfrCe of•the rock. TS-2.2.7 Suh-urade Stabilization: Pockets of'unsuitable earth may be encountered in Ctrl areas where it will be impracticable to replace with suitable materials from excavation on -4- the work site. In tilleh cases, where authorized by the I:.tl gt,ineer, the contractor shall Furnish and place crushod stone base as required to provide a stable sub-grade. Crushed stone base in accordance with requirements of ,%rticic TS-I I . Where necessary, a portion ol'the stone base shall he mixed with existing earth to provide subgrade stability,and that portion ofthe stone base material shall he delivered to the project in as dry as possible condition. r TS-2.2.8 Additional Base Thickness: Where, in the opinion of the l:.ngincer, conditions are such that it is impracticable to obtain sub-grade satisfiletory for the design pavement thickness, the contractor play be directed to finish the sub-grade at lower than specified elevation and incrctlse the thickness o1 asphaltic concrete base. TS-2,2.9 The provisions of paragraphs 'I'S-2.2.7 and 8 shall not be construes{ to relieve the contractor of his responsibility lilr any necessary aeration and compaction of suitable earth at sub-grade level. TS-2.2.10 Protection o('Sub-Cir1idC: The contractor shall protect the suhgrade by not allowing ' delivery vehicles of excess weight thereon and by varying the path of delivery vehicles so as to not cause excessive rutting. FIcaving or ruttillL,damage to sub-grade caused by delivery vehicles during asphalt paving operations shall he immediately repaired and brought hack to specified elevation prior to placing asphaltic concrete base or Portland cement concrete pavement. TS-2.2.1 1 Topsoil: The top lour(4) inches of hackf ill behind curb, shall he top soil. free from rocks,gravel.and any undesirable materials and shall he material suitable to establish a seed bed. This material may he either top soil available within the linlits W'the project or it may tic top soil furnished by the contractor. No direct payment will he made 661. such topsoil. but shall be included ill the I1111111 SUM price fOr grading and excavation. TS-2.2.12 Area Drainage: All earth areas within and adjacent to the grading limits as shown on the flans shall he graded to drain as directed by the l"ngineer, at one (1 ) percent lllillillltim slope %1'IlerevCi'possible. Special care shall he taken to avoid leaving low areas or water pockets. No direct payment will he made for such grading except that measure 111CIlt 161- payment (1f Ill-oposal items will be made. TS-2.".l3 Soh-t►radeToleraICC: L?xccpt as otherwise specified in paragraph TS-2.2.7, the sub- grade for all paving, and surfacing shall he within the tolerance range ofminus one- half(! ) inch to plus one-clu.a-ter (';) inch with respect to specified elevation. ' 'I'S-2.2.14 Borrow Material: a) 11'hol-l-mv nlatcrial is rcc uirccl. the contractor shall su 11Iv this nlatcrial from ( I 1 } . a horrow area off' the site. The borro\v area shall he obtained h\ the contractor tit his sole expense. Borrow materials shrill 11c approved by the F,rlgineer belore they are transported to the site of'tllr- Project. (b) Materials shall be similar to soils found on the Proicct. Soils showing high swell ilotentials will not be approved. (C) The I;ngitlecr's f:arthwork Calculations are shown on the plans for the cL►mlcrliencc ol'the Bidder. TS-2.2.15 Excess Material: All suitable excess material from excavation become the proper•ty of the City of•.Icflcrson and will be stockpiled on site at the direction of the HIngineer, 'f,S-2.3 I'renchin.,l"Illbednicnt_and Backfill For five: ,rS-2.3.1 Trench l"Aci►vatioil_and Sheeting: (a) I?xci.►vatc in open cut execpt where boring,,jacking or tunneling is spccificd. 'french walls shall he vertical in streets or improved areas unless otherwise authoi•i•red by the Filgineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. (b) All sheeting shall be pulled immediately prior to backfilling around the sheeting. However. the f? (a) Pine trenches shall lie kept free Irom water during excavation, fine grading. pipe laying and jointing, r►nd pipe embedment operations. Where the trench bottom is mucky or otherwise unstable hecauu: elf'the presence elf'ground water, and in all castes where the static grouild water elevation is above the bottom of any trench hell hole excavation, such ground water shall be lowered by iliealls(11'ptinlps(li'otl)el'accepttihlc nlcalls to the extent necessary to keep the trench free 1'rom water,pipe sub-grade stable and f irni i.nider firot, at all times \vlien work within till' french is in progress. (b) The COMRIctot• may use additional granular fill material, in accordance with the requirements ol'subparagraph 'fS-23.3 (h), in connection with drainage control. at his own expense. (c) [:ach excavation shall he kept dry until the hackfill is completed to the extent that no dainage front hydrostatic pressures. flotation, or other causes will result. (d) Suriilce water shall he diverted. and otherwise prevented from entering excavations and trenches to the greatest extent practicable without damage to adjacent property front dikes, ditches, or impounded water. TS-2.3. Pinc_Foundation. Gramilar Fill and 'french Bottom Stabilization: (a) All pipe shall he bedded as shown in the "Pipe l nlbedment Details" on the Plans. (b) Granular fill shall lie clean river gravel or reasonably sound crushed limestone. tree ol'eclllentitiouS.shale,or flat and flaky particles in an amount MIMI would] cause the Illatcr'Ittl to cake or pack or otherwise form ill Ullvic'Iditl(.!SuppUl't fo►•the pipe. Graciatiotl shall he such that at least Illllety- f ive (95) percent passes a three-quarter(3/4) inch square mesh sieve and not over five (S) percent passes a number filer ( l) square mesh sieve. (c) 5tahiii•zatioll: If the ircnch bottom at hale of the required pipe embedment material is 1.111SUI le. the contractor shall excavate to in additional depth and hackfill with crushed stone is directed by the l Ai-incer•. The sire of stone used shall lie a; required for cflcetive stabilization. \V\'here large stone is used.the upper portion shall he choked with snlal ler stoic and no stone larger thatl one ( l ) inch size will he allowed within (,) incites of the pipe \vall. Stabilization material ordered h,- the Engineer will he paid tin•in accorciancc With the stipulations of A OCICS TS-22.5 and 'I•S-2.6. I low•ever. payiml tit will not he made: 161• slabilization nlatct'ial or extra �sranular fill used 1111• collll•actoCs, CollvelliellCe Ill colltl'(,)llill`.! drainage or as may he required to stabilize wench hutlonls made l.nlstable tllrou�11h contractor's CIlSlllr'hallCC tllel•eo1 111' CXCCSSiVe li•alllplll`! thel•CO11. -7- (d) Pipe shall not be placed over frozen trench sub-grade. (e) Placement of Granular Dill: 1. Place granular fill in lifts not exceeding six (6) inches and bring up evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that granular fill will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. 2. Screed granular fill as shown on the Plans under elliptical or arch pipe. 3. I-or a length of two (2) pipe diameters (effective diameter equals average o1'span and rise for elliptical or arch pipe) on the upstream ends of culverts, ornit granular fill. Use selected clay screeded and compacted to not less than ninety (90) percent of Standard Density. TS-2.3.4 Bell F-loles: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. TS-2.3.5 Backfill to Top of Pine: (a) See "Pipe Embedment Details" on Plans. This section covers the backfill from top of'granular fill to top of pipe. ' (b) Backfill as soon as possible to minimize the possibility of damage to joints an inconvenience to the public. t (c) Material to be selected eartli or granular fill material, free i'rom sod, sticks, roots, or rocks over one (1) inch size, to be unfrozen, and to be of proper moisture content for specified compaction. Suitable material from the project excavation shall lie brought in from elsewhere on the work where required. (d) Place alongside pipe in loose layers of six (6) inch maxinnum 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 lateral support fill' the pipe. faring materials up unif«rnly on both sides of pipe, taking special care with corrugated metal pipe. ' (e) The material shall he compacted to the same densit\' as required for backfill above top ol'pipe. -fi- n TS-2.3.6 Backfill Above Top of Pine: (a) General: Backfill from top of'pipe to original surface or to sub-grade where pavement is to be placed is covered by this Section. (b) Materials: 1, Material for backfill above top of pine shall he the same as for backfill below top of pipe as specified in subparagraph TS-2.3.5 (c), except that small sticks and roots less than one-half(''/2)inch in diameter,interspersed hard lumps and clods will be allowed insofar as they do not inter('ere with specified compaction. More suitable material shall be brought from elsewhere on the prc.iecl if necessary and the unsuitable material disposed of. If the. specified compaction cannot be obtained with earth excavated from the trench, the: contractor shall use granular fill or similar approved material at his own expense. 2. Rock larger than one (1) inch shall not be placed within three (3) inches of pipe. Rock larger than eight(8)inches shall not be placed within two(2) feet of the top of pipe. No rock larger than two (2) inches may be placed in the upper six (6) inches under pavement sub-grade. No rock may be placed in the upper twelve (12) inches of trenches through grass parkways or earth areas. 3. Large stones may be placed in the remainder of the backfill only if well separated and so arranged that no interference with the specified backfill will 1 result. (c) Methods: 1. Method of backfill used shall not impose excessive concentrated or unl-ralancecl loads. shock. or impact on. or cause displacement of the pipe. 'f he backfill shall be slowly rolled down a slope at the end oftthc trench and shall not be pushed over the side of the trench. 2. Consolidated material werghlno more than one hundred ( 100) pounds shall not he permitted to fall more than three (3) feet into the trench unless cushioned by Lit least three (3) feet of backfill over• top oi'pipe. (d) Compaction: 1. Backfill underpavcment shall be clef Ined as bein(_1 under all areas to be paved or surfaced 101' vehicular access. except those to he surfaced with crushed r rstone. The limiting line for such backfill shall extend front sub-grade at twelve (12) inches beyond edge of pavement or back of'curb, downward on a slope not steeper than one (1) to one(I ). In areas so defined. backfill shall be not less than ninety-five (95) percent of Standard Density. 2. Backfill in Other Areas: In areas not defined in Item I above, backf.11 shall be not less than ninety (90) percent of'Standard Density. 3. The engineer may cause f icld density tests to be made whenever deemed necessary. The specified density will be the nlinimuni allowed and the attainment thereof will be entirely the contractor's responsibility. Obvious rvoids will not be permitted. 4. Thickness of backfill layers will be determined by the coor•dillation of test results with field performance and equipment used. The contractor will be expected to maintain established procedl.tt•es except where unusual conditions arise. TS-2.3.7 Installation of'Pinc ill Frllbanknlent: r (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 pip(: compact embankment to top of pipe on both sides of pipc for a distance of at least five (5) pipe diameters each side of Pipe. TS-2.3.8 Protection of f'i e from Heavy L ui lment: Provide temporary fill to at least two 2) — q ! P ( ) icet over top of'pipe extending at least five (5) pipe diameters each side, oi- greater protection. as required to protect pipe fi'onl heavy equipment. Damage to the pipe resulting fi'onl excessive equipment loads shall be satislitctorily repaired by the Contractor at his sole expense. 1 TS-2.3.9 I,xcavation Ahead for Location of Ohstruciions: (a) Except where othel'wise directed. excavate at 1C,1S1 onC hundred fifty (150) feet ahead of'pipe laying ill 01'Cler to lll1C0Ve1'any possible obstructions in the Way' OI' laying the Pipe. 11• such ohstt•uctiolls are Ci1C01.111tered noffl'y the FnLdnecr iminediatek, so that a needed change nlav he considered and el'lected. r (h) Changes li'onl flans nlav he made only. on the direction of the Ialcirleer. ltt- _ 1 Such changes may include changes in line,grade,pipe size or type,additional or less mitering, manholes, etc. Such changes nlny involve unanticipated moving of'underground utility lines. (c) Refer to Article GP-7 regarding protection and moving of utilities and other obstructions. (d) The contractor will be paid Itir the actutd amount cif' Proposal Items ' authorized (within the nay limits established)and performed by hint. He will not be paid for unused materials left over or for dCIays arising front encountering obstructions. TS-2.3.10 Maximum length of trcnching allowed ahead (A'Pi le laving shall be one city block or four hundred (400) feet, whichever is shorter. TS-2.4 Excavation and Backfill for Structures: TS-2.4.1 The terns "structures" as used in this Article, means inlets. manholes and all other structures, not including pipe. TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the ibrm of additions,deletions and substitutions in this Article. Where any part of Missouri Flighwa), Specifications Section 206 is so modified, the unaltered provisions shall remain in effect. TS-2.4.3 Delete the f'ollowinc; from Missouri I li ghwav Specifications Section 206. (a) Subsections 206 2, 206.4.7. 206.4.8. 206.4.9. 206.4.10 and 206.4.11. (b) All sections on Measurement and/or Pavnlent. TS-2.4.4 Crushed stone. as specified in paragraph TS--23.3 (c). shall be installed where required by the stipulations of the Missouri 1 Iighway Specifications Article 206.3. This requirement shall apply to all structures as delined in paragraph TS-2.4.1. Stabilization material ordered by the Engincer will be paid f*or in accordance with the stipulations ol'Articles 'f'S-2. and 'VS-2.6. However. payment will not be made for stabilization material used for contractor's convenience in controlling drainage. in tine grading. or as may be required to stabilize structure bottoills made unstable tilrou.;}1 cont.ractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 13ackfill f<lr structures shall be in accordance with the applicable requirements of Section TS-23.6. TS-2.5 Method of measurement: 'fS-2.5.1 Excavation and Comdlacted Embankment: (a) The excavation and compacted embankment item shall be bid on a lump sum basis. The work shall be performed in accordance with specifications and in conformance with the lines, grades, thicknesses and typical cross sections shown on the plans. (b) No measurement for payment will be made Ior ally of'tile following: 1. Excavation for structures. or p pes i p payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of'supplying borrow material to the Proiect site shall be included in the bid price for excavation and compacted embankment. (r_) Computations: The Engineer's earthwork. Cornputations are available for inspection. The volume of'excavated and compacted embankment as shown thereon,and as listed in the plans. front existing cross sections by average end area method and will be the basis for final payment, except as follows: 1. An authorized change in grade. slope, or typical section is made. TS-2.6 Basis of Pavment: I'S-2.6.1 Excavation and Compacted Embankment. will be paid Ior at the contract unit price bid based on a lump suns cost. 'I'S-2.6.2 Crushed stone for sub-grade and trench bottom stabilization, as well as open-graded drainable crushed stone for backfilling of undergraded rock cuts, measured as provided will be paid for at the contract unit price bid per ton. TS-3 CLEANUP The contractor shall remove front the owner's property and front all public: and private property,at his own expense,all temporary struCturCS,rubbish. excess excavation and waste material resulting from his operations. All material found to be unsatiS1`aCtol*y for backfill shall be removed at the contractor's expense. ' All existing sod areas shall be hand raked to remove earth deposited on or in them during Collstrueti011. ' All ditches shall be graded and properly sloped. I"Acess cxcavated material shall be removed from ditches. -12- Shoulders where sodding, seeding or surfilcing is not required shall be bladed and shaped. The project area shall be kept at all times as neat area clean as possible. Debris from constract.ion Operations shall be removed from the site as soon as construction is completed in a given area. Dirt piles shall be removed and the area finish graded as soon as possible after construction of a given section of the project is completed. In no instance shall dirt piles or debris be allowed to remain on lawn areas lonf, enough to damage growing sod. TS-4 1'll'I: Sl: depth (one half the depth of'the socket). (b) Short radius hends shall he accoinplishe.d through the use of factory made mitered pipe sections. These sections shall he fabricated specifically for a given curve and, when properly assembled, shall produce a unifibrm curve r (consisting of a series of'short chords) of'the specified radius. Pipe shall be planed in accordance with the manufacturer's recommendations and the details given oil tyre plans. All pipe laying shall begin at the lowest point on the sewer proceed to the higher parts. TS-4.2.4 Jointing: Pipe jointing shall he as specified in Section 726.3 of"Missouri Standard Specifications filr l lighway Construction", except is foliows: (a) Cement or tar joints other than '`diaper'joints will not be permitted. (b) Pipe joint surfaces shall be clean prior to jointing. (c) Care shall he taken not to allow bedding Material or other deleterious matter to enter the joint during pipe Drying or jointing. TS-4.2.5 Backfill: Following .jointing sufficient bedding material shall he placed and compacted along the sides of'thc pipe to hold it securely in place during;the backfill operation. See plans for bedding details. Next, the trench to 12 inches above the top of the pipe shall be backfilled with layers of careFully compacted select backfill material. This material shall be placed and ' compacted simultaneously on both sides of the pipe. Backfill above this joint shall he as specified TS-2. T'S-4.2.6 Pine Anchors: Wherever storm sewer does not outlet. into a paved channel or other structure. pipe anchors will be required to connect all pipe joints in the 20 feet of storm Sewer preCCClil1g the outlet. This 20 feet shall include the length of the end section. I'S-43 C.'orr'msated Metal Pile and Pine arch Storm Sewers T'S-4.3.1 Sco Vic: This specification Cover:S corrugated metal pipe. pipe arch.and fittings which ' shall be l'u•nished and installed complete with connecting bands and other necessary appcu•tenanCes fiir sewers and culverts. Wherever applicable, the term "pipe" shall -14- also include pipe arch. TS-4.3.2 I1ses: Where "CM1'" is called for or allowed oil the plans corrugated steel pipe as specified herein play be used. 'I'S-4.3.3 Materials: 'rS-4.3.3,1 Corn mated ed Metal Pipe and Pipe arch shall Inc in accordance with AASI- O Designation M36 for' riveted pipe and pipe arell. I Ielically constructed corrugated steel pipe which meets all other criteria of this section 111,1\1 he used provided the corrugations of the ends ol'thc joints of pipe are made annular flor tighter jointing. Unless otherwise specified or shown on plans, gages sllall be as follows: Round Pi lc G" through 24" diameter - 16 ga. W" through 36" diameter - 14 ga, 42" through 54" diameter - 13 ga. 60" through '72" diameter - 10 ga. Pipe Arch 18" x l I" through 25" x 16" - 16 ga. 29" x 18" through 36" x 22" - 14 ga. 43" x 27" through 65" x 410" - 12 Via. 7211 2" x 44" - 10 ga. 79" x 49" - 10 Lip. TS-4.3.4 Ali Tnment and Gradc: Corrugated metal pipe shall be aligned and graded in �. � r p >, t, accordance with the requirements Im reiniorced concrete pipe, Where plans show grade char Ie 1-)ct\1'eel1 structures Or Sh011t 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 he ovcr-stressed. TS-4.15 Lavirlu Pinc: Pipe sllall he protected I'ronl lateral displacernerlt by means of'pipe enlbednlent material installed as provided in the Irench backlill specification. No Pipe shall he laid in water and no pipe shall be laid in unsuitable weather or trench conditions. W11cll.loillted 111 till' trench. Ille pipe Shall loan a true and smooth line. Pipe shall not be trimmed except IOr closure. and pipe not slaking, a good tit shall he removed. Unless otherwise approved by the ingineer, the laying of pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of eircurnf erential Joints point upstream and with longitudinal laps on the sides. TS-4.3.6 Coupling Pipe: Pipe ends shall be hutted as closely as the corrugations will permit, then jointed with a firmly bolted coupling band. Draw coupling bands tight. Merely tightening bolts will not be adequate. lubricate contact surfaces of coated pipe kind bands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device if required for tight connection on larger pipe. Diced coat coupling bolts. nuts and rods with bittJIllinOUS material after installation. 1'S-4.3.7 Installing End Sections Prcparc moist clavey soil bearing shaped to end section and place thereon. ,loin end section to pipe with coupling band. The toc plate shall be set in a trench and backlilled with compacted moist clayey soil or driven to the required elevation. TS-4.4 Nleasurement and Payment '1'5-4.4.1 CMP and RCP Pine: Pipe will be measured per linear loot of completed pipe e in l 1 1 pp place. Payment will be made at the unit price bid per linear R)ot for the completed pipe in place. Payment shall include all costs of furnishing, and installing pipe including trenching. backfilling of pipe. TS-4.4.2 CMP and RCP end Sections: find section will be measured as One unit each complete in place. Payment will be made at the unit price hid f(11' each con'aplete end section in place. Payment shall include all costs for furnishing and installing end section including trenching, back-filling. TS-4.5 Plastic Gravity Sewer Pine. 1'S-4.5.1 General: This specification designates general requirements for polyvinyl chloride (PVC) Plastic Gravitv Sewer Pipe kvith integral wall bell and spigot.joints for the conveyance of domestic scwage. TS-4.5.2 Materials: Pipe and fittings shall meet andicar exceed all of the requirements of 1 tr I ASTM Specifications D303=1. All pipe shall be suitable Ior use as a gravity sewer conduit. Pr(wi5iOlIS must he pp gravity 1 -16- made fbr contraction and expansion at each joint with a robber ring. The hell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber ring into position, Standard lengths shall be 20 feet and 12.5 feet =t. 1 inch. Rubber gaskets shall comply with the physical rc:quirenicnts of'ASTM-D 1 869.0361, and ('443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4.5.3 Fittings: All fittings and accessories shall be as manufactured and furnished by the pipe supplier or approved equal and have bell and/or spigot configurations identical to that ofthe pipe. TS-4.5.4 Physical and Chemical Requirements: The pipe shall be designed to pass all test at 73 degrees F (_1. 3 degrees F). TS-4.5.5 PinC Stiffness: Nf►mlil1.1111 "pipe Stiffness" (F/y)at 5`i0 deflection shall be 46 Rlr sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum "pipe stiflilcss" Cor 4 inch shall be 51. L:xtcnlal Loading Properties of Plastic Pipc by Parallel-Plate Loading. TS-4.5.6 Flattening: 'there shall he no evidence of*splitting. cracking or breaking when the pipe is tested as follows: Flatten specimen of pipe. six inches long between parallel plates in a suitable press Until the distance between the plates is lofty percent ol'the outside diameter of the pipe. The rate of loading shall he unilOrm and Such that the compression is ConlplCtcd within two 10 fivC nlinutCS. TS-4.5.7 Drc i Impact 'test: Pipe (6" loin seCtiun) shall he SLlbjCCled tO llllpaCt f -0111 l.t fi•Cc falling, tup (20 lb. Tup A) in accordance with ASTM method D2444. No shattering or splitting (dentilag is not a lililure) shall be evident %vhcn the following energy, is impacted: Nominal time all 611 81, 1(t" 1211 Ft. - L bs. 150 210 210 22O 220 TS-4.5.8 Acetone Inlallcrsion ;Test: After 20 minutes lilllllCrSi011 ill a scaled Container of a1111WII-ous(9Q.5",", pure)acctonC a 1" lone sample ring shall show no visible spalling or cracking (svvelling or softening" is not a fililure) when tested in accordance with ASTM 2152. TS-4.5.9 Sizes. Dimensions. and Tolerances -17- r Nom. Outside Diameter Min. Wall Size Avcra w Tolerance Thickness SDR 4 4.215 :1:0.009 0.125 33.5 6 6.275 x_0.011 0.180 35 8 8.400 -1:0.012 0.240 35 10 10.500 x:0.020 0.300 35 12 12.500 -1.0.024 0.360 35 TS-4.5.10 Alignment and Grade: Pipe which is a part of the gravity sewer line shall he aligned and constructed to grades as shown (►n the flans. TS-4.5.1 I Connections to Manholes: Special manhole CPLCiS Fittings shall he used to connect PVC pipe into manhole walls. "I'5-4.6 A13S Pin c: TS-4.6.1 Scope: This Specification covers A13S composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. 'TS-4.6.2 Materials: A 13 S Composite Pipe shall he made from virgin Acrylonitrile Butadienc- Styren material. ]'his material shall be 'type 1, Grade 1. Type 1, Grade 11. Type IV. Grade 1, and shall conform to ASTM Specifications 1788-62-'1'. ABS C'ompositc Pipe shall consist oftwo concentric thereto-plastic tubes intrically braced across the annulus with resultant angular space filled to provide continuous support between inner and outer tubes. The component between file A13S shall be of Portland Cement Pearl-lite concrete other inert biller exhibiting the same degree of'perfinrmancc which essentially fills the truss annulus to Corm a composite pipe to meet the requirenncnts of this Specification. Sire, physical requircments. the dimurisiorrs, the method of test, the length. the testing procedures and marking procedures for this pipe shall conform with ASTM Specification D-2680-68'1'. rCouplings shall be Of'solid wall sleeve type IOr chemical weld to the truss pipe. 1'5-4.63 I_landlirig: I'ipc. (fittings rind accessories shall be handled in a manner that will insure their installation in the work in a sound undamaged condition. Pipe shall not he dropped. bumped or drug along the ground, Pipe shall not be lifted by hooks. e "I'5-4.6.4 Cleaning: The interior of all pipe and lit(ings shall he thoroughly cleaned of all ! 1 lo►•ctgn matter bCf61-e being installed and shall he kept clean until the wort: has been accepted. All joint contact surfaces shall be kept clean until the is completed. (?vcry precaution shall he taken to prevent fk)rei gn material from entering the pipe . ( t t~ during installation, No debris,tools,clothing or other materials shah be placed in the Pipe. Whenever pipe laying is stopped, the uppcl• cnd elf the pipe shall be close(] with an endboard closely fitting the end of the pipe and having a number of shall holes drilled near the center, to prevent the trench from filling with Water and to keep sand and earth out of the pipe, TS-4.6.5 1.11 in I'i )e,: Pipe shall he plolccicd From lateral displacement by means of Class 13 pipe embedment material installed as provided in the trench backfill specification. No pipe shall hr laid in water and no pipe shall be laid in unsuitable weather or trench conditions. When jointed in the trench, the pipe shall Ginn a true and smooth line. Pipe shall not tic trinlnlcd except 161- closure, and pipe not making a good fit shall he removed• t.)nlcss othel-vvise approved by the Fngincer. the laying of pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of c:ircumli rcntial Joints point upstream and with longitudinal laps on the sides. "1'S-4.6.6 ('011111in i?i )e: '1'hC couplings shall be chemically welded to the pipe "vith one end. iactory applied. The coupling and pipe cnd to tic chemically welded in the trench shall be thoroughly Clcunc(I alter it is in the trench and primer and cement shall he applied to both the cot.lpling lend the crl(i of the pipe. this shall be done in accordance with the nlatlulacturel•'s specifications. The pipe shall be thoroughly shoved into the coupling and thcrl turned within the C011phrlg 011C C1Ua1'lel' tlll•ll to insure complete contact between cement, pipe and coupling. '1'S-4.6.7 Manhole Construction: Connection at manhole walls shall be made by "O' rin.; type couplings set in the wall and having a nulllhole water stop assenlbly hetween the couplillt'. 1111d the 111111111011 WIffl. IietwCCl1 the pipe and file coupling shall be an "O" sc111. 'I'S-4.6.8 NIICasurcnlCnt an(I Payment: TS-4.6.7.1 ABS And Plastic (inwity_ SeWcr Pi M: Pi )c Will he 111CasUrud1 )Cl' linelu• 1'001 of ' complctc(i pipe in place. Payment will be Houle ,1l the knit price bill per linear I(ull 111• tile completed pipe ill place. Payment shall include all costs ol, 1111.11ishlllg and installing pipe includlllr t1'enchinv, and hackfilling of'pipe. 'I'S-5 1�1tAtNACiI: '1'tZLiC°fiki?i 'I'5-5.1 Scone of Work: The work shall consist of' furnishing all labor, materials, and CCiLliplllent necessary to perform all operations in connection with the construction of',junction boxes. inlets and catch basins required fir•the project in accordance with the speciflartioils and drawings. licnls not specilicatlly mentioned. but necessary firr completion of the work shall be considered as incidental to other items in the contract. TS-5? Materials: i. Concrete shall he Class "B" 1'oi Hand C'enlent C'oncretc in accordance with the I-cg Ili renlcnts of Section TS-6 of these specification:;. 2. Reinforcing steel shall consist ofdef1lrrlled barS ofgrade 40 steel conForming to the requirements of'ASTM designation A615 or ol•vvire iitbric coil lorming to ASTM designation A 185. 3. i?xpansion.loint Fillers shall beofanon-extruding type con1ormingtoASTM designation D)751 and cut to the dillICI1SiOlIS Sh(lwn oil the plalls. "I'S-5.3 I'arthwork:This sect ioil shall coverall necessary excavation acid back liII rccl Ili red For construction of the various structures. All applicable portions ol'Section'1'S-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and Surface illlprovcllients. Excavations f'or Structures in improved areas shall he held to the smallest practical dimensions. No increase in paynicnt tier street or lawn repair will he made to allow fclr areas disturbed b\'sLieh excavations. Structures Shall he 161.11lded on undisturbed Subsoil,if•SLINSOil is nol firm.over-excavate and replace with granular 11111 11S i•CCluil-Cd. Section '1'S-2.2' Shall apply 1`61- Suhgradc StZlbiliMtion tlrldCr Stt ICtures. Backf Ill I•CCILIII'CI11CIllS lOr CaCh dralllagC stl•uclLlre will he the Same aS drat ol'thc pipe to which it is connected. 11' nuu.e than ogle pipe is connected to the structure. the highei' backflll r'equircinCiil shall ailply. Backf ill under curb transitions Shall he to 95 of standard lluximum Density. All excavations shall he kept drained until the Structure iSC011Stl'LICICC1 and backfilled. (Constriction Methods: 'I'S-5.4.1 Forms: Dorms shall he of wood, plywood, or ally othcr suitahle material. designed, conStructcd. braced and nulintained so that the finished concrete will he true 10 line and clevation and will confilrrn to the regnired dimensions. They shall he designed 1 -20- to withstand the pressure of the concrete. the effect of vibration as the concrete is placed and all other loads incidental to the construction operations without distortion or displacement. They shall be mortar tight. Oiling both inside and outside surfaces will be required to prevent warping, shrinkage, or swelling. Forms shall be constructed and designed so that their removal can be clTected without injury to the concrctc.and so that portions where surfacc finishing is required may he removed without disturbing firms that are to remain. Dirt,chips, sawdust, nails and other foreign matter shall he removed before any concrete is deposited therein. Tic rods. belts and anchorages within the forms shall be constructed so as to permit their removal to it depth of at least 1 '/ inches from the face without injury to the concrete. In case wire tics were used, upon removal of the forms, all projecting wire shall be cut back at least '; inch from face ofall surfaces that will be exposed to view after the completion of the work and flush with the face of all concrete surfaces that will not be exposed to vice'. All fittings for metal tics shall be of'such clesign that. upon their rcnloval, the cavities which are left will be of the smallest practical size. 'rS-5.4.2 halo and Outlet Pipe: Pipe or the placed in the concrete for inlet or outlet connections shall extend through the concrete walls beyond the outside surfaces o1'the walls a sufficient distance to allow for connections. The pipe or tilt shall be placed through the forms and poured in place. The ends of the pipe shall he flush with talc inside wail of the structure. TS-5.4.3 Reinf'orcemem: 1. Placement. Reinforcing bars shall be accuratcl}' placed as shown on the plains and shall he firrrlly and securely held in position in accordance with Concrete Reinlorcim, Steel Institute .Reconlillended Practice for Placing Rcinf* rcing 13,irs,., and b\' 11Sil"Ig Concrete Or metal chair's. Spacers, metal hangers. supporting wires and other approved devices of sufficient strength to resist crtlshinp under full load. Metal chairs. which extend to the surface of the concrete (except where Shown on the plans) and Wooden supports. Shall not he used. Placing bars in layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not he permitted. 11e1i►re placing in file forms.all reinfOrcing steel Shall be cleaned th0rO(lUl1I\'0fm0r1ar. oil.dirt. IoOsc mill wale. loose or thick rust. and coatings of ilny character that wc►uld dCStl'O\'0l_ reduce the hand. No concrete shall be deposited until tale placing ofthe rein('orcin:. steel has been inspected and approved. 2. SpllLIjLt . Splices (11'batl'S shall be inade orllN where shown can the plans or as ' -21- approved by the Engineer. Where bare are spliced, they ~hall be lapped at least 10 diameters. unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. ► ' r c'a forcing steel or' cuttin � vvith a cutting torch will riot be Welding c 1 t(1 1 g permitted unless specifically authorized by the Engineer. 3. Bending Reinfioreenlent. Bends and hooks in bars shall he made in the planner prescribed in the "Manual of Standard Practice" of the American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 4. Wcldcd Wire Fabric. Welded wire fabric shall he spliced not less than two rneshes. It shall be lifted carefully into its specified position after the concrete is placed but still Plastic. TS-5.4.4 Concrete Placement:Concrete con,truCtion steal l 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 hoards or a reversed section at the outlet. Where a sequcncC for placing concrete is shown Oil the plans. ilo deviation xvill be permitted unless ipprovecl in writing by the Engineer. Where concrete is to be deposited against hardened concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing systcm and Cquipnlellt, and c1cpositing the I111X11.11'l' Oil tllC.10illt. TIlC grout mixture shall consist ofa modification of'the concrete specified to reduce the quantity ol'coarse aggregate in the mix larger than pca-gravel sire to one-11,11 f the quantity specified. To ayOld segl'Cgation. concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive: shifting of the mass of concrete will riot be permitted. Concrete that has partially hardened or is contaminated by 161•eign materials shall not be deposited in the structure. Concrete shall he placed 111 horizontal layers insoftlr 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 he terminated with square ends and level tops unless otherwise shown on the plans. Concrete shall not he permitted to tall more than six 1ect without the use of pipes or trcmics. Pipes or tremics shall he at least six inches in diameter, or the equivalent cross sectional area Pm- rectangular sections. Concrete shall not he placed in horizontal member's or•sectiOl1S lliltll the COr1Cr'ClC ill the Supporting vertical members or sections has been consolidated and a 2-hour period has.elapsed to permit shrinkage to occur. Concrete shall be thoroughly vibrated in a manner that will encase the reinflorccnnent and inserts, fill the forms, and produce a surface or even tCXlul•C free of rock pockets and excessive voids. Structllr•al concrete, except slope paving steeper than one (l) inch per f60t, such as Spillway aplons and channel fining, and concrete placed under water. shall be consolidated by means of Illgh frequency internal vibrators or a type,sire aril nunnber approved by the Engineer. The location, planner and duration ol'the application of the vibrator's shall he such as to secure maximum consolidation cif' the concrete Without separation of till' ll1or'tar and coarse aggregate. and without causing•water or Cement paste to flush to the surface. Internal vihratclrs shrill not be held against the forms or rcinf'orcing steel. The IlUmber ol'vihr'ators ennploycd shall he sufficient to consolidate the concrete within 1.5 minutes alter it has been deposited in the horns. At least two vibrators in good operating condition shall he availahle at the site of the structure ill which more than 35 cubic yards ofconcretc is to he placed. TS-:5.4.5 Joints: The work shall he so prosecuted that ConStrLICtIOIl .10111tS will occur at designated places shown on the plans 11I11eSS ot1lC1'1viSC authori'red by the Engineer. The Contractor shall construct, in one continuous concrete placing operation. all work comprised hCI\VCer1 such joints. Joints shall he kept moist until adjacent concrete is placed. All construction joints having a kCVCd.stepped.or roughcncd surface shall he cleaned prior to placcrncnt of the adjacent C()l1C1'ele as directed h\ the I•:ngineer. I x allsion and contraction joints in concrete structures sha11 he formed where shown ' p on the plans. No reinliircerncnl shrill he extended throul.'h the joints. except where specifically noted or detailed on the plans. No direct payment will he made For furnishing and placing asphaltic paint, prc- melded asphaltic filler, or ether types of joint separators. The cost therefore shall be included in the price hid li>r the item of work of which they are a part, TS-5.4.6 Cold Weather Re tl li Lmm nts: Whenever the temperature of the surrounding, air is below 40" I', or when the possibility exists that the temperature will (all below 40° F, within the 24 hour period after concrete operations, concrete placed in the forms . shall have a temperature of between 80" F and 100" F. All concrete shall be maintained at a temperature of'not less than 50" F for at least 72 hours or forasmuch time as is necessary to insure proper curing of the concrete. The housing. covering, or other protcctioll used in connection with curing shall remain in place and intact at least. 24 hours after the artificial heating is discontinued. No dependence shall he placed on salt or other chemicals for the prevention of'freczing. Contractor will he held responsible fbr any damage to concrete as a result of cold weather operations. TS-5.4.7 Finish: Inlet tops shall have fight broom finish. C'urh transitions shall have br•oonl finish. Contraction joints shall he cut where shown. Cut each 1 '/, inches deep and f1111sh witli jot 1t tool, TS-5.4.8 Inverts: Inverts shall he carefully constructed to maintain the proper velocities through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half o1 the pipe it connects. Use half'circle template to check invert shape and size while building. Grade on the invert shall he such that no water pockets are formed. Side branches shall he connected with as large radius of'curve ' as practicable. Inverts shall he constructed of concrete conforming to the reduir•enicnts of Seclion TS-6. Concrete filling between the sewer invert and walls ol'structurc shall he flush with the top edges ofthe invert and shall Slope lip from the invert at the rate of'three (i) inches per foot, Inverts shall he troweled smooth and clean. Whcre water problems I-CC)llll-C. use C1UlCk setting CCi11CIlt to aid 111 COIIStrLIC11OI1 Of SIllOOtll inverts. I'5-5,4.9 5tcnti: When shown on the plans. shall he solidly grouted in place with full mortar encasement. ' TS-5.5 Precast Concrete inlets: 1, Precast concrete inlets shall he consiructed in all respects in accordance With ' the flans and Specifications except as provided in the 161lowing ltellls of this subparagraph. -24- ?. All applicable requirements of'ASTM C-478 shall apply to the nlantlfacturc of precast concrete inlets. 3. The manufacturer of precast concrete inlets shall submit detailed drawings and specifications for the construction of the basic precast units and appurtenances to the r?nginecr and Owner for prior approval. A shop drawing for cash inlet showing dimensions, elevations and openings, shall be submitted to the fngincer and Owner for approval prior to manufacturing of the units. 4. Where dividing walls are used or wheree multiple precast units are used, the total net length of opening shall equal the length of inlet specified on the project plans. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss. Location and number of manhole openings. as well as openings in walls shall be as required to promote easy access to all parts ol'the inlet. subject to the E'ngineer's approval. 5. The walls orthe entire structure shall be set in place on concrete blocks prior to pouring concrete base slab. The base slab shall be reinforced in accordance with the project plans. and the bottom ol'the base slab shall be at least the distance below bottom of precast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought up to a level of at least six (6) inches above bottom or precast Nvalls. 6. Mastic pipe joint compound shall lie used in horizontal joints and where walls of multiple sections join, in order to form a reasonable watertight structure. 7. Where top slabs of multiple Sections join. the joint shall be sealed with a General Electric single component siiiconc.gray color.strictly in accordance with tile 111anUfactur-cr's recommendations. 9. 'fop slabs cast separately front inlet walls shall he anchored against lateral movement with respect to walls by a steel dowel in each corner extending from the walls through holes in the slabs. The top slabs shall he set accurately to line. grade and slope and grouted sceur.-ly in place. TS-5.6 Precast Concrete Manholes: '1'S-5.6.1 Materials: Precast Concrete Manhole Rings, ASTNI Designation C-478, except as ' indicated below: (1) Shell 'Thickness: Inside Diameter Shell ol'Manhole 'Thickness 4' - Wt 511 51 - U" 611 61 - 011 711 (2) Precast Flat Tons. Designed to withstand 1-1-20 wheel load plus 30% impact. AASHTO "Standard Specification for Highway Bridges". ® (3) _Conical 'Pons. Eccentric cone preferred. 19 (4) Manhole Steps. When shown on plans. shall be solidly cast in place or set with expanding grout. (5) Shipment to job not allowed until units have cured sufficiently to prevent damage in handling. (6) Approval. Submit all details to Engineer and Owner for approval prior to manufacturer. TS-5.6.2 Setting Precast Rings: Rings may be set either on a previously poured,properly cured base slab or may be blocked in }dace 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 (ill all ,joints inside and out. Watertight joints will be required. Where precast manholes are constructed in existing or proposed streets.3 courses of brick shall be placed between the precast. cone and the casting. TS-6 CONCRETE: 'TS-6.1 General: TS-6.1.1 Description of Work Included: All concrete required on the project except precast material. ' TS-6.1? Quality Control; TS-6.1.2.1 Su ervisiorl: 2. Provide full time Superintendent on the project who is qualified and experienced in concrete construction. Superintendent shall direct all work in connection with concrete construction. 3, Hnishers shall lie ,journeymen concrete finishers experienced in concrete finish work. TS-6.1.2.2 Submittals: Contractor shall subrllit name and location c►f'transil 111iX company For approval alone with complete data on gradation and durability of aggregate, mix, additives and cement, TS-6.1.3 Product llandlint;: 1 TS-6.1.3.1 'Transit Mix: Concrete shall he handled and preserved in its "hatched" proportion during transportation. Mixing tinlc shall not exceed 45 minutes and excess water shall not be added. Concrete improperly cared ton- or mixed in the truck longer than 45 minutes shall he disposed of away From the project. TS-6.1.3.2 I:)efcctive Concrete: Damaged or delcctive concrete shall bo repaired or removed and replaced immediately as directed by the I".nginecr. TS-6.2 Materials: TS-6.2.1 General: 1 , All concrete used in the project shall he Furnished by a reputable permanent concrete plant using transit illiX trucks. The plant shall he located within a reasonable distance from the project so travel time is 30 minutes or Iess. SUppliel- shall have adequate bins that weigh material by approved scale SVStelll. The Supplier shall have an adequate nurlpher of nxpdern trucks to insure delivery ol'concrete as rcduired for placing Schedule. Supplier shall he subject to approval of'the F"IlIgincer. 2. The contractor shall use nicans I1ccessary to insure collcrcte delivered to the project is properly hatched with approved kinds and quantities of malcrials. 3. n cope ol'the delivery ticket For each lo,ul ofconcrcte shall he provided the inspector as each truck is unloaded. Delivery ticket shall include the I611mving ill6ormrtion: ( I ) Name of'concrete com pan\ , I • -27- (2) Serial number of ticket (3) Date (4) Number of truck (5) Name and location of job (6) Identification of concrete mix delivered e (7) Volume of concrete in truck (8) 'time concrete was loaded. (9) Amount of water added at plant TS-6.2? Cement: All cement shall be Type I Portland Cement conforming to ASTM C-150. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. All other concrete shall contain not less than 5.8 sacks cement per cubic yard. TS-6.2.3 Fine Aggregate: line aggregate shall consist of natural sand conforming to ASTM C-33. Sand shall be well graded, washed, clean sand from the Missouri River Class I or equal and shall conform to the following sieve analysis: Sieve Size Percent. Passim, 3/8 inch 100 No. 4 95-100 No. 20 40-75 No. 50 5-30 No. 100 0-10 The sand shall not have more than 35%retained between any two consecutive sieve sizes. Fineness modulus shall not be less than 2.5 nor more than 3.1. ' The amount of deleterious substances in fine aggregate, each determined on independent samples complying with the grading requirements of Division 3. shall not exceed the following limits: Table 1 . Limits for Deleterious Substances in line Aggregate for Concrete: Maximum percent by Item Weight ol"Total Samnle Clay bumps (1.25 Material Finer than No. 200 Sieve 2,00 Coal & Lignite 0.25 Sticks. l..eavcs S-, Other Deleterious Material 0 25 t fine aggregate shall be tree elf injurious amounts cif organic impurities. Except as herein provided, aggregates subjected to ASTM test No. C40-561' for organic impurities and producing a color darker than the standard shall be rejected. Fine aggregate shall be fec of material tllru could react harmfully with alkalies in the cement. if Sucll malcrials are present in in amounts, 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 addition of a material that has been shown to inhibit undue expansion due to the alkali-aggregate reaction. Except as provided above. fine aggregate subjected to five cycles of the soundness test(AS`1'N C88-59T). shall show a loss, weighted in accordance with the grading of a sample complying with the limitations set firth above, not greater than I MI, when sodium Sulfirtc is used or 15% when magnesium is used. 'I'S-6.2.4 Course Aggtre 1,11c: Course aggregate shall he crushed limestone produced from the Callaway Formation or equal haying all estimated history of sound material and shall be approved by the Engineer. Furnish soundness test results filr approval of source. Coarse aggregate source shall not contain chest deposits. Gradation Sieve Size Percent Passing 1 '/z i m"h 100 1 inch 95-100 inch 25-60 No. 4 0-8 No. 10 0-3 Satisfactory experience record Shown IM durability. other wise pass soundness test ASTM C'88-5 cycles using nlagncsiunl sulfate without splitting or lotting, more than 15'%O weight. Contractor shall arrange and pay for testing if adequate history is not available. TS-6.2.5 Water: Water for mixing and curing concrete shall be clean. and free from injurious amounts of sewage. oil. acid. alkali. salt or organ m ic aster. ()ill), potable water shall be used. TS-6.2,6 Concrete Mix: All concrete liar the prujcct shall conlornl to the design mix listed ill the table bCIO\1`. 1'he concrcle nlix shall include air cmi-ainnlcnt not to exceed 7 Pei-Celli air: , Maximum aggregate size I lllcll Maximum water 250 Ib/cy W/C weigh! ratio (max.) 0. 150 Cement -6.5 sticks per cubic yard for curb K gutter and pt venlcnt -5.8 sticks per cubic yard for all other's The contractor Shall furnish laboratory' design mix Im the approved materials. Water reducing and air entraining agents shall he subject to Engineer's approval. TS-6.3 Construction Requit•cnlcnts: e "I'S-6.3.1 Preparation: TS-6.3.1.1 General: 2. Clean all Corrlls and correct all find grade damage. 3. Wet down all subgradcs. 4. Verify all needed equipment for placing concrete is on hand: Vibrators,crane or pump. tremics. flumes, frrllShing CCllllpillcrlt. 5. All keyways are to be in place. 6. Dry up excavation if any water is present. 7. Have cold weather equipment on hand if applicable. 8. Notify IIngineer at least 24 hours in advance of placing concrete, TS-6.3.2 Placing Concrete: I'S-6.3.2.1 General: B1. All concrete shall be placed ill a manner and with adequate CCluipnlent which Shall he Suhject to the I:ngineeFs approval. I.:Cluil)111cllt for placing Concrete shall illelude flumes. tremies, cranes or concrete pumps for placing concrete: hand tool and i llishirlg equipment 161- manipulation as needed. 2. Concrete shall he placed in a logiCt.11 sequence that will permit efficient operation. but shall provide sU•uctur•al C011tI11u11y" and strength required, Placing Sequence S11t111 be suhjcct tl� t�cncral apin'oval by ih�.• inginc:er. 3. Flumcs Shall not he used al slo 1es ll,,ltler than X15 degrees. Concrete lunl in(I 1 1 p -3U- equipment ment shall be designed For the purpose -shall he sub'ect to a n'oval by 1 P � i ril .I pi _ the Ellginccr. 4, Subgradc shall have been fine graded and moistened prior to placing concrete, Forrns and keyways shall be carefully cleaned prior to placing concrete, Concrete shall be placed in localtions not to exceed 12 feet apart. Placing shall he a continuous operation using a lieavy duty vibrator, 5. Tremies required for depth greater than () loot. 6. In case of pending inclement weather, prepare temporary covers to protect freshly placed and finished surfaces ('roil surfslce damage, Protect For 12 hours. 7. F..nlbedded screeds nlav he used unless Otherwise called f oi-. Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports shall not be used. Screeds must be removed and voids filled while concrctc is plastic. 8. Itcducc coarse aggregatQ in first life above cold construction joint. 9. Keep working Lace of concrete "alive" and plastic. 10, Avoid other vibrating. H. Do not transport concrctc in forrll with vibrator. 12. Place concrete uniformly at spacing not to exceed 10 lVet, TS-6.3.2? Slunitl: hold slwllp as IOW as possible to allow proper placement of concrete, MaX111111111 S111111p tor'Clll'b,curb and gutter. and concrete pavement shall he 3 inches, All Other cllrlci-ete shall ha\-e a 4 illCh 111aXllllllnl SIui11p, TS-6.3.2.3 Cold Weather RNuirenlents: i, Do not place Conerctr on ice or lroien Subgradc. 2. Do not place concrctc at tenlperllturc I)CIM\ 20° f"11111CSS covered and Heated, 3, VAlhen tenlperaulrc is 01' is lorecast below 401 . the' Following arc recitlircd: It. bleat watei' - 150' I' Illaxinlunl e 31 h. Heat aggregate>regate to frost five tem peraturc. �g _ 1 C. Temperature of'conercte repulwed to the following schedule: Air'I'em ec aturc Concrete Temperature 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 re(luired. C, Preserve and maintain moist cUring conditions when heating. C AdmiXtures filr cold weather purposes are not approved. I'S-6.3.2.4 Hot Weather: 1 . Concrete exposed to direct weather steal l not be placed at temperatures above ! 10001". ■ 2. Cover, protect and cool work as required to maintain concrete below 100"17. TS-6.3.3 Finishinu Concrete: I'S-6.3.3.1 General: 1. All slabs, walks and decks shall be sloped uni Corn11y to drain to finish grade., and 1111ISt drain completely. 2. finish shall he of' specified tC\lUl'e and unifbrnl in color and appearance. Approval of'finish is required on first concrete placed. 3. All voids in slabs and horizontal surlaces are to be filled clUring finishing operation. Voids in 101.111s surlaccs are to lie repaired ininlcdiately at the time I61-n1s are removed. 4. Avoid over-finishing. late finishing, rc-watering, rind other techniques that lllal' Cal1SC "Cra""/,Illg" J. provide ade(hate 1 1' )o � I o .� �� l 1 and ��c,r Galt equipment I! t Ilnl.,hu1�, prior to placing concrete. 6. lnitiatc curing process as soon us sul•face strength will permit. TS-6.3.3.2 Formed Surfaces f;x lased to View: 1. Remove forms as soon as curing and strength development permits. I. Removc the cones where applicable and fill with sand cement grout, 3. Break off all "fins": grind as required for• uniform appearance. 4. Grind all form "off=set" where concrete will be visible after construction is complete. 5. Chisel all loose material in "honeycomb" areas until only solid concrete gists, l'ill void with grout. Cure 5 days, TS-6.3.3,3 Pavement: All concrete shall be finished monolithically. No "topping" or "plastering". Sidewalks rind curb and gutter shall receive a light broom finish. Sec Section TS-8 for finish ol'Concrete street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be Constructed as showll on the plans. Keyway required unless otherwise shown. 'rs-6.4 Curing: TS-6.4.1 Gcncral: 1 . All concrete is to be CUred a mininlunl 01'S days alter placing and finishing or 5 days after repairing. 2. Protect all concrete surfaces Ironl damage during and after curing period. r TS-6.4.2 l"or•nlcd Sllr'1ilCCS: 1 , Forms are aclecluatC if left in place 5 days. 2. Cover top with 6 mil Polyethylene sheet. 3. 11' Forms arc removed to "stone finish or repair concrete. cover with polyethylene sheets. Anchor in place. I'S-6.4.3 Walks. Curb and GLItlCr'. II1CI PrIVClllent: I . Spray lie aid membrane ASTM -- "Standard Spec i ficati oils for Liquid Membrane- Forming Compounds lilr Curing Concrete", Designation("-309, current edition). 2. hollow manufacturer's directions for sprayed liduid membrane. 3. PIYltCCt surlace ('rom damage. I'S-G.5 DOective Work: TS-6,5.1 General: 1. Defective concrete work sliall lie removed and replaced immediately. ?. Work built outside tolerances shall be considered clelective. 3. Concrete of'inadcgttate strength or having,surface conditions indicating poor durability r,uch as craiing, severe "neap cracking". crumbling. or other evidence shall be considered delcctivc. 4. e=ngineer shrill be notified immediately when such conditions become apparent. I'S-6.5.2 Repairina: 1. Repairing of minor (cults such as small "honeycomb" areas and voids ilia), be patched. Repairs shall be made as described in TS-6.3.3.2 above. 2. Ctire patched areas 5 clays. TS-6.6 Joints: 1. Joints shall he constructed as shown on the plates. Unless shown oil the plans. joints shall not he constructed unless tipproved by the 1_,nginecr. Where water stop is spccif icd in joint. water stop shall be securely fixed in place to prcvcnt voids or"liOlclovel"'ol'\�'atcr stop. Vibrate arclund water stop to insure watertight seal With no Voids, ?. All construction joints~hall he made with canted ?x4 at least _' 1 inches from wall face. All construction joint contact surlaccs shall he finished with woad Moat finish. All horizontal construction joints ~hall incorporate ?xa in keyway. F'inish surface of joints Stith ��roocl Iluat. -34- i 4. Contraction joints shall he sawcd to a depth equal to One-quarter of the thickness ol' the concrete. Unless otherwise indicated on the plans., contraction joints shall be spacccl at a maximum distance of 12 feet each way fur concrete pavcme t. Contraction joints shall he at approximately 10 foot intervals. Joints in curb and gutter shall line tip with sawed joints In concrete pavement. TS-7 ASPHALTIC' CONCRE'."IT. TS-7.1 General: This work shall consist of the construction of'asphaltic concrete hasc, and surface course is shown oil the plans ,.rnd specifiCd herein. TS-7.2 Standard Specification: All work of this section shall he in accordance with the referenced portionsof'Missouri Standard Specifications for-i figliwavConstruction" 1986 Edition published by the Missouri State llighway and Transportation Commission, except as nlodilicd here. TS-7.3 Asphaltic Concrete Base: TS-7.3.1 Subgrade shall he prepared as specilied in Sectim TS-2. TS-7.3.2 Material: Materials shall conform to Standard Spccif ications Section 301.2. TS-7.3.3 Mixturc:TllL mix shall conibrin to the rcquirenlcnt:;oi'Section 301.3 Asphalt cement content shall he in the raogc of"I to 0 percent. Marshall Properties Stability 1200 Min, Flow h to 0 TS-7.3.3.1 Section 301 .3? shalt he Chctrlged to read as lol1mvs: Prior to preparing any of the mixture on the proicet. the Contractor shall obtain, in the presence ol'the I'nginecr, representative samples of asphaltic cement and mineral aggregates for tests, The samples al' material shall he (.)i' the size designated by the Frivineer and shall he submitted to an approved laboratory for testing. "file Contractor shall also submit for a the Engineer's approval. a )ob-Inix Iormula For each illixture to he SIIppliCd 1`01' tile project. No mixture will be accepted for usI. until the joh-nliX fo1•nlula for the project is approved by the Einginecr. "i'he job-nlix formula shall he within the master range specified for the partiCUlar hVpc ofasphallic concrete. and shall i11C1(ICiC till' tVpC and sources of all I11aM-1,1IS. the gradations ohlic aggregates.the relative quantity of"each Illgr'edlem. and shall state it definite percentage for each Sieve Traction of aggregate alld for asphaltic Cement. No ioh-i111X lol-mtllcl hill be approved which does not permit. within tile limits of the master r'allgc, the Cull tolcr'ances specified forasphalt cement and for material passing th,.' No. 200 sieve. "1 I1C,Iob•-I111X IC)1'lllll1a approved e for each mixture shall be in ct7cct until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of material be changed, a new,job-mix formula may be required. 'Tile Engineer r.'►ay make adjustincnts in the job-mix Formula in order that the mixture meets established criteria of the Marshall mix design. The maximum time a job-mix will be used will be two (2) construction seasons. TS-7.3.3.2 Omit Section 301.3.6. 301.3.7, 301.3.7.1. and 301.4. TS-7.3.3.3 Commercial Mixture: A commercial mix may be used if approved by the Engineer. To request approval ol'a commercial mix, the Contractor shall submit to the Engineer the proposed mix proportions.sources ofniaterials. Marshall properties,and a list of projects on which it has been used. 'I'5-7.3.4 Construction Requirements: i'5-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed(1)when eitherthe air temperature or the tenperature of the surfi►ce on which the mixture is to be placed is below 40°F.(except that base courses 3 inches or more in thickness may be placed when the air temperature is 35° f.) (2) on any wet or frozen surface, or (3) when weather conditions prevent the proper handling or finishing of the mixture. Mixture shall not be placed during inclenicnt weather. FS-7.3.4.2 Asphalt Plant: The asphalt plant or• plants shall meet the requirements or Standard Specifications Section 301 .6. Plant calibration shall be the sole responsibility of the Contractor. I'5-7.3.4.3 Preparation of the Mixture: Preparation of the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.6.3. Transportation of the mixture shall conform to Standard Specifications Section 301.8. An adequate number oftr•ucks to provide consttult supply of in ix to the laying machine shall be used. The location of the plant shall be close enough to the project that excessive cooling does not occur. The provisions o1'Standard Specifications 301.9 and 404.6.3 shall be met. TS 7.3.4.4 �rcadinL the Mixture: Asphaltic mixtures shall he spread in accordance Nvith Standard Specifications Section 301 .9 and 301.9.1. Allowance shall he made Jor the slope of the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade relbrence R)r the automatic screed control. ' -36- 'i'5-7.3.4.5 Coin action: Rolling shall begin as soon as practicable after the spreading. 'fhe Contractor shall submit to the 13ngincer the rolling system lie proposes to use or the compaction of the mixture, Rollers shall be in good condition, capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system (or moistening each roller or wheel. Base course shall be compacted to 95% of laboratory density. Surface course shall be compacted to'98`io of laboratory density. TS-7.4 A1s�haltic Concrete: This work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall conflonn to the applicable sections of Standard Specifications for Highway Construction, Sections 401, 403, and TS-73.3.1 for Grade "C", Grade "D" and Type "C" except as modified hereto. TS-7.4.2.1 Gradation Max Desired Max Desired Gradation Limit Gradation Limit Gradation Passinc, Grade C Grade C Grade D Grade D 3 /.," sieve 100 100 100 100 %" 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 No. 200 4-12 8 4-12 8 TS-7.4.2.1 Gradation NO"iTi✓:The gradations ofthe aggregates will be determined from samples taken from the hot bins. ,'-type C.. Pass 3/4-inch sieve 100 ... Pass 3/4-inch sieve. retained on '/ -inch sieve 0 Pass ''/2-inch sieve. retained 3/8-inch sieve 0 25 Pass 3/8-inch sieve. retained on No. 4 sieve 20 45 Pass No. 4 sieve, retained on No. 10 sieve 7 20 Pass No. 10 sieve, retained on No. 40 sieve 7 20 Pass No. 40 sieve, retained on No. 80 sieve 5 20 -37- Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 Asphalt Cement 3.5 7 TS-7.4.2.2 Aggregate for Asphaltic Concrete: Shall conforrri to the applicable sections of the Standard Specifications For Highway construction with the additional requirement that supplier shall crush and stockpile 50%of the needed approved aggregates prior to placement of any asphaltic base or pavement. TS-7.4.3 Construction Requirements:Construction requirernents shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather Limitations: Weather limitations shall be as specified in TS-7.3.4.1 except that no asphaltic concrete shall be placed when the temperature of the air or the surface on which the asphalt will be placed is less than 40° P. TS-7.4.3.2 Spreading: Spreading ofthe mixture shall he in accordance with Sections TS-7.3.4.4 except that automatic screed control shall not be used on the surface source unless directed by the Engineer. TS-7.4.3.3 Commercial Mixture: A commercial mixture may be approved for this work in accordance with TS-7.3.3.2. TS-7.5 Tack Coat: A Tack Coat will be required over all existing pavement to be overlaid and between each lift of the new asphaltic concrete pavement unless the preceding lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. 'Pack coat material shall be RC-70. SS-1 or SS-1 I 1 unless otherwise approved by the Engineer. "There will be no direct payment for tack coat. This work will he considered subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and Payment: Measurement will he made for the varioLrs type of pavement as per the itemized bid forni. Where existing pavement is heing overlaid, payment will lie for Base .Leveling COLIrSC per ton and for Surface Course per sdtran•e yard as shOW11 on p1a17s. Where all new pavement is to be cunsu•uctccl. payment will be made per square yard of full-depth base and surfirce course per typical section. -35- Payment will include all costs of cleanin~ existing pavement or previously laid lifts and all costs of tack coat. 1'S-8 PORTLAND CI MLN'f C'C)NCRi?"I'i PAVFM-F `I': Portland Cement Concrete: The work sliall confirm to the referenced portions of "Missouri Standard Specifications" as modified herein. fS-8.1.1 Materials: Materials shall conlbi-nr to Section 501 2 ol'the"Standard Specifications" as modified herein. Tinting material as specified in Section 1056 will not be used. 501.2? Mix Design. Delete Section 501 .2 2.1 and Section 501 .2.2.2, 501.2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacks of cement per cubic yard. 501.2.4 Consistency. Delete slump table and paragraph 501.2.4.1. Hold slump as low as possible to allow proper placement of concrete. Maximum 01 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% and 7%. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. Actual mix design shall he 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 resUlls of breaks of 5 test cylinders. Cylinders shall be broken as (allows: 2 at 7 days; al 28 days Prior to starting project. contractor shall obtain in the liresence of the Engineer. representative samples of•cemcnt. fine and cou►•sc aggregates for test. "flhe samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory fir testing. The Contractor shall submit for the Engineer's I approval each.lob-Mix formula. The nlaxinlunl time a,lob-Mix will be used will he 2 construction seasons. Minimun't conlpressivc strength, based on AS'i M designation C-39, C-31, and C- 192. 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13%, less 1br,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 l?ngincer. TS-8.2 Portland Cement Concrete Pavement: This wort: shall conform to "Standard Specifications" Section 502 and substitute tile folloWing: TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute the following: ■ Contractor will conform to the requirements of the preceding section of these specifications. Delete Sections 5023.1, 502.3.2. and 5302.3.2.1 . 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 50-13.16 shall be changed to read as f61lows: Auxiliary Equipment shall be available at all times as follows: a) Two or more 10-116ot straight edges of an approved type. Blades shall be replaced when edges become Wavy or warped. b) Immediately lollowing the machine floating and while the concrete is still plastic, the contractor shall test the pavement surface for trueness by means of a 10-foot straightedge in contact with the concrete surface parallel to the pavement centerline. and drawing the straightedge lightly across the surface. Advance aloiw the pavement shali be in successive stages of the more than one-half the length of the straightedge. All variations shall be eliminated by filling depressions with freshly mixed concrete or striking off projections.and the areas so corrected shall he consolidated and refinished by means ola long-handled float. -40- �7- C) Sufficient burlap, waterproofpaper, or plastic film for the protection of the pavement in case of rain or breakdown of curing equipment. d) Joint Seal shall conform to Section 1057 of the 1986 Missouri Standard Specifications for Highway Construction. Hand placement and finishing as specified in Section 502.10.9 will be permitted. TS-8.2.2 Construction Requirements: Delivery tickets shall he provided the inspector in accordance with Section TS-6,2.1 of'this specification. Delete Section 502.5.3. Section 502.6 - Conditioning of Subgrade. References to other sections shall be references to those Sections as amended by ilaesc 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 he permitted on tf►e project. 502.16 Slip Form Construction. This type of construction will be allowed on this project. The provisions of Section 502.16 and the succeeding paraggraphs as amended herein shall apply. References to other sections of the Missouri Highway Specifications shall refer to those sections as modified by these specifications. 502.16.1 Suhgrade and Base. Delete al I reference;;to aggregate base. Pavement shall be placed on earth subgrade and the paver and check template shall also operate on the subgrade. Delete Section 502.17 and paragraphs 502.17.1 tlarOu;(Ih 502.17.5. "o••s no hr drilled on this )l'o'co unless rcc aired by the l ngincer. This will C rc. will t i .l 1 r only he clone if'doubt as to the actual thickness exists. Normallv cd(,e thickness will he used as a rmwh check on constructed thickness. Pavement thickness will be considered to he design thickness. S-8.2..; Rc surGet nd av a c t shall i n �i c c o rd,u a s wtth Sections 502.18 and 502.19 -41- of the Standard Specifications as amended by the lollowin if cores are taken and P � is the thickness found to be deficient the provisions of 502.19.1 through 50-1,19.3) shall apply with the reception of Type "A" curb and gutter (see typical section (or end details and thickness)which shall he measured on the Basis ofli.near feet constructed. Payment shall be continuous through residential drive approaches and shall include the hooking up of existing house drains that now extend to the street. TS-9 i.,AWN REPAIR AND SEEDING: TS-9.1 General: All areas disturbed by the construction shall be seeded or sodded except for paved areas. See plans for areas to be sodded, TS-9.2 Blue Tress Sodding,: Sod shall be planted in accordance with the following erequirements. Sod shall be of the best quality and when placed. shall be live fresh growing grass with sufficient soil adhering to the roots. Sod steal l be procured from areas where the soil is fertile and contains a high percentage of'loamy topsoil and from areas that are predominately bluegrass and that have been grazed or mowed suffrcicntly to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from the time it is harvested unless it is stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no tevent shall more than one week elapse between the time of'cutting and planting of the sod. Belbre placing or depositing sod on areas to be sodded. all shaping and dressing of the areas shall have been completed to the satisfaction of the Engineer. Top soil as specified in shaping an dressing. commercial fertilizer, grade 12-24-24. shall be applied unifbrnlly at a rate of not less than 350 pounds peracre 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 .June 1 to September 1. unless the planting., season is extended by the em,incer. -i's-9.3 `seeding: After shaping. lacin T 4"of to psoil.and dressing,of'arcas to lie seeded have P g I been approved by the Engineer. a commercial fertilizer, grade 12-24-24. shall be applied at a rate of not less than 350 pounds per acre:. The area shall be prepared to receive the seed mixture by using a disc splkCr Or other Suitable implement. Seed shall then he spread at the specified rate by drill. by hand sealer. by brillion seeder. tor by other approved seeders. Seeding shall not be (]One durnl`11 windy weather. or when the ground is frozen. muddy. or otherwise in a non-tillahlc condition. -42- An established grass cover shall be provided on all areas requiring seeding. irrigation, mttiching, mowing, and any other operation necessary to provide an acceptable grass cover shall he provided by the contractor at no additional cost.to the Owner. Seed shall be applied at the rate of'300 pounds per acre. The seed shall be composed ofa mixture or 601X) "Derby" Rye grass, 200/0 creeping feSCUC. and 20% iluegrass. Bluegrass may be either Ram 1. "Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 toes per acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in licti orseeding in any or all areas required to he seeded. Protection and Repair: The seeded area shall be free oftraffic. If at any time before acceptance becomes gullicd or otherwise damaged.or the seeding has been damaged or destroyed, the affected portion shall he repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in tripkate 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. Thu certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. TS-9.5 Method of Measurement: TS-9.5.1 Definition of Gradinu Limit: The term "grading limit" as used in this Article, shall mean any of the following: (a) The location of line determined by the interspection of the cut or fill slopes shown on the flans with the existing surface, p1uS allowance for rounding at such intersection as shown on the Plans. During the course of the work the ingincer may direct that tile grading limit be elsewhere than as determined by the foregoing, and. in such case. the grading, limit will he at the location i.is directed by the Lnginccr. (b) l or structures placed in excavations and for pipes in trenches, five (5) feet e outside a vertical plane through the outerrnost surfaces of the neat lines of -41- r such structures or ol'the pipes. TS-9,5,2 Seeding: Measurement will be made of the area seeded (horizontal measurement) to the nearest 1/l 0 acre. Measurement will not be made beyond a line 5 feet outside the grading limit. TS-9.5.3 Sodding: Measurement will be made of'the areas sodded (slope measurement)to the nearest square yard. Measurement will not be made beyond a line 2 legit outside the grading limit. TS-9.6 Basis of Pavrricnt: TS-9.6.1 Seediny, Sodding: The amount of completed and accepted work, measured as provided shall be paid for at the contract unit price bid per acre for seeding and at the contract unit price bid per square yard for sodding. TS-10 REINFORCED CONCRE"FE' DOUBi E" FIOX CUl NF:RTS AND Rl TAINiNG WALLS TS-10.1 General: These items shall be bid on the lump suns basis to include: the necessan excavation and the disposal of any excess excavation material From the channel to allow construction ol'the proposed structures and all materials and labor to complete the construction of'a 11 x 9 Reinforced Concrete Double Box Culvert and all Retaining Walls according to the plans and specifications. TS-10.2 Reinforced Steel for C' 1 ncre.tc. S c tructures: All reinforcing steel to be used for this structure shall be deformed bars meeting the requirements ofthe following:Grade 60 AS'TM a 615-70 Deformed Billett Steel Bars Concrete Reinforcement. Reinforcing steel shall be protected 1'rorn damage at all times. When placed in the work. it shall be free from dirt. oil. paint. grease. loose mills scale, thick rust and other foreign substances. Reinforcement for the top slab shall be held securely in correct position by means of approved metal bar supports and ties. Bars in the top slab shall be tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the forms and file reinforcement. The steel shall be tied in correct position and inspected before any concrete is placed. Such inspection will not relieve the contractor•of his responsibility for constructing the unit in accordance NVllh the plans, TS-10.3 Forrll n: Forms for concrete shall be built true to the lines and grades designated and be mortar-tight and OI sound materials adequate to prevent distc,rtion during the placing -44- curing ofconcretc. All concrete shall be formed unless otherwise specified. If and r z p during or after placing the concrete, the Forms sag or bulge, the concrete affected shall be removed, the Forms realigned and new concrete placed. Construction camber to take care of shrinkage or settlement impairing the strength elf the structure by the reduction of depth will not be permitted. The forms shall be designed for a fluid pressure Of' 150 pounds per cubic foot on horizontal surfaces and 30 pounds per square loot on vertical surfirccs (tor impact and vibration. TS-10.3.1 Face Lumber of terms for exposed surfaces of concrete shall present a smooth dressed surface free of loose knots, knot holes. and other defects. The spacing of supports and the thickness of face luniber shall have a minimum nonlrnal thickness of one inch for solid lumber or 518 inch for plywood. l�ornl materials steal l be placed with horizontal joints. 'triangular molding, smooth on three sides and having 3/4 inch Width on each of the two form sides. shall be used to bevel all exposed edges of the structure, except where special bevels are shown on the plans. TS-10.3? Forms Re-used shall be in good condition. Dorm lunlher which is unsatisfactory in any respect shall not be used. TS-10.3.3 Design and Construction of Fornis permit their removal without damage to the concrete. Cofferdam braces or struts which will extend through any exposed concrete section will not be permitted. Forms under copings and around offsets may be given a draft of'not more than one inch per Ibot to permit removal without damage to the concrete. For narrow walls where access to the bottoms of'the fornis is not otherwise obtainable, an opening shall be provided so that chips, dirt, sawdust, or other extraneous material nia} be removed immediately prior to placing concrete. TS-10.3.4 :Pies and Treaders and all nletcrl and antes used inside of forms to hold them to correct alignment and location shall be So constructed that after removal offornis,the metal may be removed to a depth of at Icast one inch below the surface of the concrete. Metal tic rods used inside the lornls where concrete will have an exposed surface shall be a type which will not produce a ctivit\!at the surface of the concrete greater than 1-1/2 inches Iri diameter. Bolts and rods used as tics shall not be removed by pulling them through the Concretc. Wire ties and pipe spreaders will not be permitted. and metal or wood spreaders which are separale from Corni ties shall be removed as concrete is being placed. A holl-through method o('SUpporting f oriiis fUr• Ill iSSIVC SUbsil•IICt.tll•C units may he used with the appruynl ( 'the l ngincer. No form lies shall be embedded in concrete above the roadway surlhce on bridges. 'I'S-10.3.5 Cavities produced by the removal of metal tic rude, shall be carefully filled with ' mortar composed of approxinlatcly one part ccnlcnt to two part~sand. White cenlent -45- r shall be added to the mortar if necessary to obtain the required color, in order to reduce the shrinkage, no mortar shall be placed in the cavities until 45 minutes after the initial mixing. In lieu of the above, any approved non-shrinking, non-staining type of mortar may be used. After the cavities are filled, the surface shall be left smooth, even, and uniform in color and texture. Tie rod cavities in surfaces against which backfill is to be placed shall be filled with mortar or an approved plastic compound meeting the requirements of Section 1057.3. Patching of tie rod cavities rin the interior surfaces of box grinders will not be required. TS-10.4 Portland Cement Concrete This item shall conform to the Missouri Standard Specifications for Highway Construction, Class 13 concrete with a coarse aggregate classification of Gradation D. Osage River Gravel. lane 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. rfinish for bottom slab shall be travel and finish for top slab shall be broom. rTS-10.5 Excavation The contractor shall be responsible liar excavation required to complete the proposed structures in place. The contractor shall establish a sound bedding before pouring the bottom slab and footings. rTS-10.6 Testing of Portland Cement Concrete The contractor shall perform or have performed the following tests to insure the strength of the structure when completed. Such tests in no way relieve the contractor of his responsibility for the construction of this structwre and its acceptance after final inspection. (Payment for this item will be included under the bid item 1`6r Double r Box.) r TS-10.6.1 Slump Test: Slump Tests shall be taken during each pouring and shall not be less than ? inches and not more than 4 inches. r 1'5-10.6? Compression Test: Cylinders 6 inches in diameter and 12 inches in freight shall be used ill determining the compressive strength. The contractor shall make 1 cylinder per 25 cubic yards poured. r 'I'S-11 CRUSHED STONE DIUVI WAYS: rI's-11.1 Crushed stone drivckvays shall he constructed in accordance \Vith the details on the Plans and with the requiremcrZts of Missouri Highway Specifications Section 304 for r -46- r aggregate base course except that the provisions for measurement and payment therein shall not apply and except as modified in this section. TS-11 2 Aggregate Tyne: Type I TS-11.3 The required thici,:ness may be compared in one layer. Required density of compaction shall be not less than ninety (90) percent. TS-11.4 Where practicable, utilize temporary surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of'added material required. TS-1 1.5 (:rushed stone drives shall be carefully graded to drain. TS-11.6 Measurement of crushed stone drives shall be to the nearest 1 square yard. T'S-11.7 Payment shall be at the unit price bid including all labor,equipment and materials to construct the driveway complete including subgrade preparation. TS-12 RIP RAP: TS-12.1 General: Rip rap shall be furnished where provided on the Plans or where otherwise _ 1 P p directed. Rip rap shall be durable limestone meeting, the requirements of Missouri Highway Specifications Sections 611.31, 611.32 and 611.33 for Type 2 Rock Blanket. The minimum laycr thickness shall be one and one-half(l '/2) feet. The surface of rip rap shall be flush with the surrounding finished earth grade and grouted. TS-12.2 Inspection: The Contractor shall notify the Engineer of the source of rip rap prior to its delivery in time to permit its inspection. TS-12.3 Measurement and Payment: Rip Ilap will be measured complcte and in place to the nearest square yard of'si.irtace area (slope measurement). Payment at the unit price bid will be full Compensation For all Costs of excavation and furnishing and placing rip rap as shown on the plans and specified herein. TS-13 ROCK EXCAVATION: TS-I I I General: Should rocs: be encountered in two or more ledges. each ledge being more ' than six (6) inches thick and with interlying strata of'carth clay, shale. or gravel not more than twelve 0 2) inches thick in each stratum, the entire volume boween the top ledge and bottom of the bottom ledge will he classif ied as rock. (See Article'FS- 2 Ior detail specifications.) I"S-13? Use of' Explosives: When explosives arc used in the prosecution of work. the ' -47- ' Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in a safe manner and in compliance with all existing statutes and ordinances and all places used for such storage shall be marked clearly "DANGEROUS EXPLOSIVE'S". The Contractor shall warn all persons in the vicinity of the danger area when explosives are being used. The Contractor shall ' save the City and its agents, officers, and employees harmless from any claim growing out of the use of such explosives. Removal of any item or material of any nature by blasting shall be done in such manner and at such time as to avoid damage affecting tile 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 a method of operation to insure the desired results and the integrity of the completed work. Blasting will not be permitted until a Contractor has obtained prior insurance and has obtained a pen-nit from the City lire Department. TS-13.3 Measurement and Pavment Rock excavation shall be bid on unit rice per cubic yard and final payment shall be P P P based on field measurement. Rock is defined as being sandstone, limestone, chert, ' granite, sillstone, quartzite, slate, shalt, occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 '/;! cubic yard in volume, in ledges six (G) inches or more in thickness. ' TS-14 SANITARY SEWER AD.iUS'1"MBNTS: TS-14.1 Adjusting and Rebuilding Manholes: TS-14.1.1 General: (a) Each existing storm or sanitary sewer manhole encountered within the grading limits, whether or not shown on the Plans, and which is to be left in service shall be raised or lowered to the new grade and slope. (b) All construction work,in connection therewith shall be in accordance witl-i the applicable details oil the manhole sheet ol'thc drawings. Manhole :steps shall be properly reset and spaced. All ne�� construction with brick shall he given a three-1«1.11-ths ('r^) inch mortar coat on the outside. All 11OW construction with brick or precast concrete shall be given one lleav y coat of coal tar paint. I t, J p (c) in areas to be paved or surflaeed the work shall be accomplished and protected in such a manner as to not create a traffic hazard and to provide for proper construction and compaction of the sub-grade and pavement adjacent to the manhole. (d) Precautions shall be taken to drop no debris into the bottoms of manholes. Any debris so dropped shall be inimcdiately removed to prevent being washed down the sewer line. (e) The Contractor shall vcrifv For himself the types of construction of the existing manholes. TS-14.1 .2 lowering Manholes: (a) Wherever possible, the mailhole shall be lowered without resetting or rebuildnig the cone (tills will be classified as "Ad.just Manhole to Grade"). Utilizing one ol• both of the following methods: 1. Remove existing straight neck brick or precast concrete ring sections and lower existing cast ir•rnl ring and cover. 2. Remove existing cast iron ring and furnish Auld set shallow type cast iron ring, Type i. as shown on the flans, (machined), or equivalent, designed to receive existing cover. (b) Where the required lowering is greater than can be accomplished as specified in the above subparagraph, the wort: will be classified as "Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: I. Precast concrete shall be removed and reset, removing one or more precast concrete rings below the cone, furnishing any rlecessaly shallow depth straight concrete rings below the cone or concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset, or, if necessary, a shallow type ring shall be Furnished as specified in ltCnl 2 of suh-paragraph S-14.1.2 (a). 2. Brick Colles shall he torn down and rebuilt with brick. using eccentric 01' COI1CC11t1'1C cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizoinal to Iorty (40) vertical. The existing cast iron ring and cover shall be reset.or. Ifnecessary.. d shallow type ring shall be furnished as specified ill Item 2 of•suhparagraph S-14.1.2 (a). :.1c) • FS-14.1.3 Raisin u Manholes: (b) Wherever possible, the manhole shall be raised without resetting or rebuilding the cone. This will be classified as "adjust Manhole to Grade". This shall be accomplished by adding adjr.rsting 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 rink, shall be twenty-one (21) inches unless otherwise directed by the L;ngineer. (c) When the required raising is greater than can be accomplished as specified in the above subparagraph,the work will he classified as"Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: 1. Precast concrete come shall he removed and reset,adding;one or more precast concrete rings below the cone, furnishing any necessary concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset. 2. i3rick 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. "Paper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall he reset. 1'S-14.1 .4 The Contractor shall furnish all materials required fur adjusting and rebuilding manholes. Suitable materials salvaged from existing manholes may be reused as needed. if directed to replace any cast iron item Cound to be unsuitable through no fault of the Contractor, payment for the materials only will he made in accordance with the provisions of RCgulations of'the Contract Article FC-21. TS-15 UNDERIDRAiN: 1'S-15.1 General: The Contractor shall install underdralns \There directed. None are shown on the Plans. He shall have an available source of underdrain materials so that they can be quickly obtained vdien it is determined where and if' they are required. However. such materials shall not he ordered until directed by the Engineer. Underdrains shall be installed only at locations as directed by the l: rlgineer. ' "I'S-15? Materials: 1. Pim. tor• l lnderdrarn: "Missouri Highway Specifications"Section 1022,with necessary litaings. Pipc. fittings and shall be fully hltlrnlinlluS coated after fabrication in compliance with the requirements of AASi-10 M 190. -iO- Diameter of erl'orations after coating shall he not less than one-fourth !1a p g ( ) inch. ?. Aggreg to For Underdrain: Natural sand, meeting the requiremems for Finc Aggregate, MC1B Section 4, TS.-15.3 Installation: 1. Installation of underdrains shall be ill accordance with the details on the Plans, with "Missouri Highway Specifications" Sections 605.1 J. 60.5.12.1, 605.13.2. 605.1 3.3, and 605.13.4, and in accordance with the Collowing i terns. 2. Utlderdrains will generally be discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably be in upper two thirds(2/3)of pipe height: in ditches, a nlulullum of'six(6) inches above bottom of ditch. 3. Break into storm sewer or drainage structure and grout underdrain in pipe into as for hranc11 connection as shown on the Plans. Use granular fill beneath underdrain pipe to bottom of storm sewer trench or structure excavation. 4. A section of'.non-perforated pipe.ol'length as specified by t.hc Engineer,shall be installed at the outlet end. 5.. Seal around underdrain \vitli clay near outlet ends to confine water in the pipe. 6. Aggregate for underdrain shall he compacted to final settlement by ponding. 'fS-15.4 MCasurement and Pavnlcnt: Underdrain pipe shall be measured per linear foot complete including trenchirlo. installation, granular 1-111 and backlill. TS-16 PAVEN1F`NT MARKING; TS-16.1 )y Furnish and apply \.vhite and yellow ther111oplastic reflectorized pavement marking materials as indicated on the plans. Cold apjilied type shall be used floe all markings mid shall consist of a holllogClIOUs. extruded,prefabricated material al'speci I icd thickness and\vidth, which shall contain reflective glnsS sphCres unilbrnlly dlS1ribUled tl1r0UQhoUl [lie cross section. and shall be applied to the pavement surface by 111cans of a pre-coated adhcsivc and pressure. ' t TS-16.2 Materials: FS-16.2.1 General: a) Materials will be considered only from manufacturers ol'refleetorized plastic pavement markers and legends, who call submit evidence of successful product use over the past five(5) years, under climatic conditions similar to that of the wort: location. b) Each work and symbol narking shall be supplied with a diagram with each section numbered to correspond with the completed layout. C) The plastic marker shall mold itself to pavement contours, breaks and faults. merely by traffic action at normal pavcnlent temperatures. 'the plastic marker Shall have resealing characteristics such that it will fuse with itself and with previously applied markings of the same composition under normal conditions of use. TS-16.2.2 Com osition Rcc�uircmcnts: a As supplied, the plastic without pre-coated adhesive shall not be less than pp p p 0.06" in thickness. The edges shall be clear cut and true. b) plastic shall be supplied complete with a prc-coated adhesive and an easily 1 removable backing shall protect the adhesive in storage and Facilitate rapid application. C) The plastic and its adhesive shall be sufficiently free of tack so that it earl be easily handled without the protective backing. and be rc-positioned oil the surface to \N�hich it is to be applied, before permanently flxim, it in t11is position with a downward pressurc. 'I'S-16.2.3 Physical.Requircillcnts: a) Bend Test: The plastic sha11 be ot'such a structure that at a temperature of R0° F.. a piece of")" x 6" (with backing) placed upon a i" diameter mandrel. may be bent over the mandrel until the end faces are parallel and I" apart. 'there shall lie no fracture lines apparent in the uppermost surface by visual inspection. h) Rescal Test: The plastic shall reseal 10 itsclf'whcn 1CStl:d as specified. Cut 1 " x pieces of plastic. Overlap these pieces tike to face filr un area of 1 sq. in. on a flat steel plate. with the backing material remaining in place. Center a 1.0(1(1 gram wciuIll over the I sq. in. overlap area. and place in an oven at NW, _1: 10° F. Cor two (2) hours. i11ier cooling to 1'110111 telllperature. the -52- pieces shall not be separable with tearing. e) Glass Sphere Retention: The plastic shall have glass sphere retention dualities, A 2" x 6" specimen o('plastic shall he cut at a right angle to the beveled edge and heat parallel to the beveled edge ola '%" mandrel. While the specimen is bent, a strip of"/.," wide mashing tape (such as Utilitape, manufactured by Permaccl) shall,be applied firmly along the length of the area ofmaximun) bend and then removed. Should any glass spheres remain on the masking tape when the strip is removed, the sample shall he rejected. d) Skid Resistance: The surfilce friction of properties of the plastic shall not be less than 35 B.P.N., wlicn tested according, to ASTM L?-303-66T. C) lateral Shock koad Test: A 3" x 6" plastic panel shall be applied to a 3" x 6" piece of carborLlndLlnl extra Coarse emery cloth, or its equivalent, so that 3" x 3" overlap oecul's. The application shaf l be such that a pressure of 50 p,s.i. is placed on the panel Cor 30 seconds. The overlap ends shall each be clamped with one end in a fixed position: a sudden load of S0 Ibs. shall be applied vertically to the other end. Upon immediate load release and examination, there shall be no noticeable slipping or li'acturc ofthe adhesive L coating. This test shall be conducted at a temperature of'hetwecn 70° l". and 80° F'. f) Adhesive Shcar Strength: Specimens shall he tested according to the nicthod described in ASTM D-6319-61T as modified to test the adhesive shear strength. 'IThc samples shall be prepared as follows: Plastic samples Cut as described in paragraph 207-33(i), shall have applied I.o the adhesive lace a I" x 3" piece of cr.Ll'horundunl. extra coarse emery clot '. or its equivalent. so that there is I sq. in. overlap at one end of the plastic sl ecirnens. A pressure of 50 p,s.i. shall be applied over this area of a period &f 30 seconds. Load shall applied by gripping each end ol'thc test piece in a suitable tensile test Machine SLICK as a Dillon l)1' Scott "fester. "file average of the load required to break the adhesive hand shall not be less than 10 lbs. The speed of testing shall he 0.25" per niinutc. The test shall he conducted at a temperature of' between 70" F. and 80' F. TS-16.3 `11hunittals: The Contrac for shall furnish a man LI lac ill rer's certi 1 icatioil, in 1ri1)licatC.attesting that all materials supplied conform to the retluirenlents of these Specifications. The ' certification shall include.or have attached.specific results ol'lahoratory tests(or the Slice I Ied physical and chenlicaI properties is tictcrrr►ined from simiples representative of,tile lot or lots of thermoplastic conl)mund. glass spheres and rcflcctorizcd plastic marker material supplied. 'I'S-16.4 Measuring and Premarkin r: The Contractor shall do all measuring and pre-marking required forapplication ofthe pavement markings. rTS-16.5.1 Anplication Requirements: Cold applied thermoplastic materials shall be applied to clear,dry pavement surfaces, Free of dirt and foreign matter, by removing the release paper a.nd placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60° F. or over, unless special instructions are supplied by the manufacturer for application at temperatures below 60° F. TS-16.5.2 'file 111a1]ufaclurer shall supply detailed ulforniation concerning any special application procedures. Any necessary activators for the adhesives or various special coatings for diITerent pavement surfaces shall be supplied. TS-16.6 Method of Measurement: Measurements of the marking are given on the plans for informational use only. TS-16.7 Basis of Pavinent: Payment for pavement nlrirkings will be made at the contract lump suns bid price and shall include all material, labor and incidental items necessary to complete the work as shown on the plans. TS-17 0M1TTED TS-18 TRAIT 1C SIGNALS: TS-18.1 General: All traffic control signal equipment, materials and COnStRICtiO►l methods relating thereto shall conform to Section 902,"Traffic Signals"of'Missouri Standard Specifications for Highway Construction. 1996.except as arllerided 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 Scope: The wort; of this section shall consist of fur'►lrshin( and insiallint" traffic control signal equipillent and materials as shown on the plans, as set out in thesV Technical Specifications and as directed by the Owncr's authorized representative(s) to result in a complete and (itlished.joh. c Specifications for 1-li ghwav TS 18.3 Section )0_.3, "Materials". of the Missouri Standard � �_�.�. Construction is modified by adding the following paragraphs: A. Section 902.3.5.1, "Multi-Conductor Cable", shall he amended by the addition of the following: I) As an acceptable alternate the Contractor may use multiconductor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) 1or Polyethylene- Insulated, Polyvinyl Chloride Jacketed Signal Cable, B. Section 902.3.5.3,"1nducti0n Loop Detector Cable".shall be-replaced by the following: 1 ) induction loop detector cable shall be No. 14 AWG. THWN or 'I'HFIN, soft drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of 1/32-inch. TS-18.4 Section 902.4, "E(luipment". of the Missouri Standard Specifications for I-Iighwav Construction is modified by adding the following paragraphs: 1 A. Section 902.4.1, "Signal Heads"shall lie amended by adding the following: I) The housing.signal hardware,visors, louvei:s.and lenses may also be polycarbonatc. 2) Lanlps for signal section optical units shall he furnished by the Contractor as follows: L.anlps for 12-inch lenses shall be 150 \watts. All other lamps shall be clear 1 16 watts. Signal lamps shall be illlnlnll1111 III[:rating!01 8,000 hours.guaranteed by the manuf`acturcr, I Ioricontally rllounted laillps shall be installed \vilh theopen sc-ment of the filaillent up. 13. Section 902.4.4,"Pmvcr Supply Assembly". shall he 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 oil the Plans. 7'S-18.5 Section 902.5"Construction Requirements".of the Mistiouri Standard S12ecifications for Highway Construction shall be amended by adding the following: I3. Section 90'1.5.1, "Pull Boxes and .function Boxes", shall be amended by the addition of the following: I. Concrete pipe, meeting ASS 1-10 Specification Designation M86 for non-reinforced or M 170 Glass IiI for reinforced of suitable length and diameter,and provide with cable hooks, may be substituted for other types of pull hoxeS with the approval of the Owner's authorized representative(s). 2. Expansion Cast AI3S(Acrylrnlitrile-I3utaclieneStyren(,,)thermoplastic Manhole Rims cold 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 designs with materials, shapes, and dimensions deviating from those required by the plans and specifications for possible use on this project. The submittal and approval must be completed prior to including,such deviating designs in the construction bid. 13. Section 902.5.3, "Conduit System". shall be amended by the addition ol'the following: I. Polyvinyl chloride pipe schedule 40. UL, approved. may be used in lieu of rigid steel pipe. C. Section 902.5.7. "Wiring". :;hall he amended by adding the following: 1. The detector loop wire shall normally he No. 14 AWG. "i "WAIN, Stranded of a continuous length from the spliced connection to the 1 pair of shicldcd conductors in the Icad-in cable. The splices will be permitted in the length ofloop wire heyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall he protected by a flexible vinyl plastic tubing of",/16 inch ID.a rtlirtinWill of 1/32 inch wall. 1/4 -56- I I'n shall he capable ofresistin g deterioration from inch C)1). The tt r I �.,. I � oils and solvents. The tubing shall also be highly abrasion resistant and have a smooth bore. The wire shall he 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 I Aigincer. The tubing shall be of continuous length iron] the point of splicing; of the loop wire to the lead-in cable. No splices will he made in the tubing. 2. At the time of placing the loop wire in the sawed slots,the ends of the tubing shall be sealed to prevent any entrance of moisture into the tubing. i. All lengths of' loop wiles and tubing that is not imbedded in the pavement shall be twisted with at ]cast 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 o1• providing; a watertight protective �l coveting 1101'tile spliced wires. the shielding on the loop lead-ins,and the cnd of the tubing containing the loop wires. The splice shall be made by the fallowing 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 Ibr one-half ('/) inch and scrape both copper conductors with knife until bright. C. Remove the plastic tubing from the loop wires For one and ogle-half (I V2) inches. d. Remove the insulation from the loop wires gar one half' inch and scrape both copper conductors with knife until bright. C. •I'hc conductors shall be connected by twisting; together, soldering and covered with a screw-on wire connector. J'. Center all conductol•S Ill a splirin<< mold. The mold shall be approved by the F nrineer. g. Position the spliced\vires Ill the Ce11tcrof the niold and fill the mold with a scrdant or epox\•-type resign. The sealant or epoNy-type resin llSed I1luS1 be approved by the Engineer. h. Cover the exposed shielding, ground wire and end of arty 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. r 5. i,xternal stn•ge protection is required on each loop detector which will meet or exceed the following requirements: a. Unit must be a three terminal device capable of protecting the detector against differential (hetween (fie loop loads) surges, and against common node (between leads and ground) surges. b. Unit must be of the inductive type with a maxirnunl DC resistance of`150 milliohnls. C. Unit inductance must N, at least 4 millihenrics. 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. 'rile controller cabinet must be furnished with a Surge arrestor on the AC service which meets or exceeds the following requirements: a. Unit must be capable ol'withstanding repeated 20.000 ampere surges (minimum of 25). b. Unit must have internal follo�\,-current limiters (resistive elements). C. Unit must contain 3 active clamping stages Illinlnittlll. d. Unit must Self-extinguish within 8.1 milliseconds after trailing edge elf surge. O e. Parallel impedance of I limiters must t be less than .15 �I n s l 1 1. . -58- la Section 902.5.10, "Painting" shall he amended as follows: 1. All exterior metal parts o(' the signal heads, including. mounting; brackets and other hardware, except door fronts,, inside and outside o('visurs, louvers. and back plate-.;, shall be primed and painted with a standard Fcdcral Yellow cnalllel. Door bunts, inside and outside o(' visors, louvers. and backplatcs shall be painted 11al black and in their entirety, except backplatcs constructed front black thermoplastic inalerial. 2. I'ulycarhorlite components, if used.shall be the sank color-as specified for painted metal parts. TS-18.6 Traffic Sig >I Operation Policies: 1. Durint, the alul:tic of si 1nal installation and until the signals are placed in 4 f^ operation, sill faces shall lie covered ur tul•ned away from an r�?_chi►n traf'(ic. When ready file operation, theN shall be securely fastened into position (acing toward approaching; traffic. After the signal installation is complete, the Contractor may put the signal in operation for test purposes only. Flowcycr, the signal shall riot be put into permanent operation until authorization is given by the Owner's authorized repr'csentative(s). a. When the Contractor is certain the trallic signal controller and control accessories arc working properly.a.nd all signal egLlipnlent is properly installed, he shall make col inspection appointment with the Owner's aLlthorind r'elveselltallve(s). h. After a thorough inspection u('the signal equipment and installation, file OW11CCS lLlt]101'iZC(i I•epl•esentative(s) tllay A1.10101-iZe the Contractor to put the Si,(rlal into permanent operation. This authorisation will he g1yC11 if all signal equipment is working properly. uf'i 1'puhlic sa('ety alld convenience warrants the opcl'atlo►1 of the signal helilre all corrections have heen made. C. A \\'I'ittCtl CO111111LI111Ca11Ull C(rtlf inning the pel'111UnClll signal opcl'atrUn authorization and the (illdilwls of the inspection shall he pi'epar•Cd by the OwIM"S culthorizcd representative(s). The findings o(' the inspection nlay include the acceptance and approval of'the signal or- ,I list ol'siunal or a list ol'si-nal (Icliciencies to be corrected. d, lf• the inspection Iniding contain a list of signal deficicneics. the C'(l lilt ractor shall curr(:ct them as soup Its possible. If the signal must he put on Ilcashillg! upera1l0ll (W CO Il1plClCl\' Shirt d0\VII 10 make the necessa ry CoITCCtic,rr.the Contractor must receive authorization from the Owner's authorized representative(s) before this action is taken. When the Contractor is certain all corrections have hen made lie shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection ofthe signal. a written communication confirming the acceptance and approval of'the signal shall be sent to the Contractor b), the: Owner's authorized rcprescntativc(s)at the end ol'the 15 consecutive days ofoperation of said equipment. '1"S-1 8.7 Guarantee and Winicnance: I. General: a. The Contractor is rcc.luired. until the end of the one year guarantee period covered by the PerlOrmance and Guarantee Bond to: 1. Guarantee all traffic control signals against defective equipment, materials, and workmanship. 2. Maintain all traffic control signals in connection with specific items enumerated in paragraph TS-14.7?. b. This requirement applies to all Traffic control signals under this contract. C. The intent is that at the C11CI of the one ( I) year gutu•antec period the Owner will Have properly operating and serviceable traffic control signals, that o1cfective equipment, inaterhils and workmanship will have been corrected, ind that all)' necessary maintenance 111 connectioi with Specltic items eiumerated in paragraph TS-14.7.2 wether or not due to defects in Contractor's materials and workmanship. will have been ticcomplished. All materials and installation f01' such work will bC it the C'ontractor's expense. ?. C'011(litiOnS RC( Uirill ! Corrections: Any adverse conditions which uflect the use, (unetic,n, operation. (luality or life elf the t•al•f is control signals shall be corrected. including the Hollowing: a. 'T'raf'fic control signed equipnlellt mall'unctions., including, but not limited to the fbllo%e,ing:signal Coll ro lcrnlalfi►rlctions.velliculal•and ' pe(lestrian detector 1117111uncllon: electrical cable malfunctions: and fililtlrC of,traffic signal units, poles and Ilmst a►•nls: which afIbet the -60- Function and sale opct'ation oi•the tratlic control signals. b. I?xclusiollS: The ilollovving conditions arc excluded and are not considered the responsibility of the Contractor. 1. Traf'lic signal 1,11111) replacelrlcnt due to lamp burn-out. �. Dalllage to tr'al f lc control signal equipment and illaterials ' resulting From acts of vandaiism, traffic accidents. natural disasters,or street cuts or excavation within file right-of'-way elf,others. 3. (►cneral i�cc irircrll�nt liir ('c>rt_crli��;rrld M,�ililcti�urcr Wclrk: . All corrective n r inlenaiwe work shall e done p ronl u}pn notification by the (Oder in order to prevent urulecessary inconvenience to the traveling public and to minimize trallic safety hazards, l.►. All work shall he in accordancc with these specifications and the highest standards and methods of the traffic control signal industry. 'I'1c C'clntractor shall submit his proposed methods and designation of equipment and materials to the Owner. 4ior approval in advance of such work. TS-18.8 Submittal~: The Contractor shall II.U'niSh. in triflic,lte, a list of equipment and r materials (c► he installed. showing name of mantllucturcr.catalog or•descriplive data. ,111d S11,111 1111-1-liSh mallLdIlClllr•er'S Cell lIICatlOils. ill Iripl,Caleatlesling,11,11,111 malerl,lls suppllcd confol•1ll to file r•equirellicl)IS of these Speclficalloils. TS-18.9 field L,avout: All work covcrcd by ihis Section shall be dune to the lines shown on tile, flans or as directed h� the t lVVncr's unthorizcd representatiwe(s). 'I'hc Contractor• shall he responsihlc for all IICICI I,IVUtIt work SUbJCct the apptov<Il 01' 111C OWllcr's autllol•iZed represcntative(s). TS-18.10 fy10110d cal'N/leasul•Cnicnt: Method chi'N1casurc_ilient shall conform to Section 902.8, "Method o1• Nicasurcnlenl". ol' the I986 Missouri St_ML11l`Cl SIVCiIIU,16011S fi r 11 if;'Ll,v v Construct v - I I Basis of, Acccp(M II•ilf•liC control sit I1,11S. nll:asurCd IS I1roV•ided. shall be paid lOr a( the ('on(r,lct calif price f'()r•each of toe pay i(enls include-d Ill the i'roposal. No direct paynlcrt( shall be made for all ilicidenlal items necessary to complete the Vc•c►rk unless specifically provided ,Is a p,lY iterll in the ('onlr•act. ' rs-I9 omirrrla •I'S-20 FENCING TS-20.1. Removal and Re-scttint: I cnee: 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 ofthe 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 offence will be paid for at the unit price bid per linear foot. I'S-20.2 Temporary Fencine Wherever permanent fencing that is used to contain small children or animals must he removed to accommodate Construction. the Contractor shall erect temporary fencing suitable to pertiorm the function ofthe permanent fence euntil the permanent fence can he restored. The construction of' the temporary fencing shall he coordinated with the property owner to cause US little inconvenience as possible. In no case shall such area be lent unfenced over a weekend or for more- than one weekday. ' At the Contractor's option. raterials from the existing fence nlay be used for the temporary fencing. However. the Contractor will he fully responsible for• restoring the pCrillanCilt fence ill Condition at ICaS;1 C(IU£I) 10 01,1t prior to constrUClrorl. Temporary .g xlrary fencin will be subsidiary to the other items of*construction. -61- 1 TS-21 CERTIFICA IT'S (W COMPLIANCE: '1'S-21.1 General: a. The Contractor shall submit. in triplicr.rtc, 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 Spccificatiolls. b. Whenever the items so cer•ti f icd deviate from the requirements of the Specifications. Plans and other Contract Documents,then the Contractorshall point out such deviation in the letter of transmittal. Unless this procedure is followed and such deviations are �:pc:cifically approved by the l nginecr in writing.then the Engineer's approval o('such certi Gcations will not constitute approval o('the deviations. C. Said certificates may be acceptecl by the Owner and I.-mgmecr as adequate evidence of compliance with the Contract Documents. However. at its option, the Owner may test any or all of said items Im compliance. If found to be in compliance with the Contract DOCUlnents, the cost of testing will be borne by the Owner. if Iound to be not in compliance, the Contractor shall pay fir such testing. TS-21.2 Requirements For Certifications. Shop Drawings and Testing: a. Specific requirements for certifications, shop drawings and testing are given in the following subparagraphs. b. Manufactured items, is follows.will require ce•rtif icates of compliance. with shop drawings. cattllog clata or illstallation instructions where so indicated. I. Reinforced concrete pipe. fittings and spe(:ials. (Shop drawings required for all fittings and specials, illClUding branch connections. and riser rnarlholes.) 2. .Ioint materials for rein(kIrced concrete pipe. i. Corrugated metal hipc cold undcrdrain hips, fittings gild specials (Shop drawings required li)r same items as in item 1 above). 4. Ductile iron. cast iron. vitrified clay and L—opper pipe and f ittrnos. Brick and mortar. 6. Precast concrete manholes and inlets. 7. Reinforcing steel and welded wire Fabric. 8. Metal work (Shop drawings required for Iabr•icated items). 9. Iron castings. 10. Seed. H. Sod (considered as manufactured material For compliance purposes). Engineer shall he given the opportunity to inspect and field prior to delivery to project. 12. li crt i I i zer. 13. Gabion baskets. 14. F ibcrcloth. C. Rock and sand products will require certificates of compliance. as follows: 1. Stone for gabion fill. d. I3ackfill: It is recognized that. clue to mixing Of'typeS of materials fouled ill ON construction. it play sometimes be difficult to correlate actual performance with test results. The Ingineei may make notations of waiver on certain field moisture-density test reports when, in his judgment, the Specification requirements have been nlct On the ba:;iS OI V1Sllal 111SPCCtr011 and the test reports do not truly indicate the field condition. However. the Contractor will he full\, responsible for settlement of backfill as provided in Special Conditions Article SC-3. C. Concrete: ' I. '['he I.ICtual mix proportions shall he determined by the Contractor. based on satislLictory experience with the proposed materials and MCIB mix. Nlix proportions. typical test reports and complete data ' on materials and plant. supporting their acceptahility under the Spccif ications. shall be submitted to the L;ngnlcer Ill triplicate (or concurrence before beginning concnvte work. 2. Acceptance ol•Concretc for strength shall he IIS sti nrlated in Article -64- y � IIp 5.02 of MC.I13 Section S. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. 4. Visual inspections and tests flor performance of'concrete may be made by the Engineer to satisf'v himself that consistency, air content, mininlurn compressive strength. materials, gradation and cement ' content are in compliance with Specifications. Such inspections and tests will be in accordance with MC11i Bulletin No. 6. "Concrete inspection'' and the applicable parts of MCIB Section 5. "Concrete Mix Design 'fables". f. Asphaltic Concrete Mix:The provisionsoCltem l o('Subparagraph 5-21.4(e) shall apply to asphaltic concrete mix, except delete the reference to"MC113". TS-21.3 Payment: No payment can be made to the Contractor unless the City is in receipt of Certificates of Compliance fin• all materials installed to date. TS-22 SCHEDULE OF WORK TS-22.1 General: Scheduling shall provide for the least practical inconvenience to the traveling public and to residents along the project. TS-22.2 Submission and Concurrence: Before work is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence o1'the work but also the time of•starting and completion of•each part. The schedule shall be submitted to the Engineer fin• his concurrence. TS-22.3 Winter Shut Down: If the project is shut dm-vii over a winter, the area shall be left in a safe. passable, and accessible condition for the whiter. 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 ill such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes projecting ahove the base shall be ramped with tenlporsu-)- hitcn-ninocis cold-nlix or asphaltic concrete in order to fucilitatc the City's snow plowing. Access shall be provided to all houses. TS-23 MAiN FNAN('F. O '1.1::11-T IC AND AC'C'f;�S: TS-23.1 C±eneral: The Contractor shall conduct his work so as to inted'ere as little as possible with public travel. \Y1)Cther vehicular or pedestrian, Whenever it is necessary to 1 cross, obstruct. or close roads. drivew rvs and wallas. 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 st►ch 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 lire the duration of whatever period of tinge as may be agreed upon. 'File Contractor will be required to make provisions for or maintain local traffic. Fle will be expected to make reasonable effort to provide access to all drives whenever possible, and particularly when wort: is not in progress. He shall provide for ® emergency vehicle access to any point at all times. [�7 The Contractor shall resent a work schedule and a Ian for handlinu traffic For p p ._ review before commencing any work. TS-23.2 When Work Not in Progress: I'll,,, work shall be cleaned up at the end of each working day,and temporary sur•facing shall he placed such that access will be had to all driveways during the night,weekends, holidays, and other days when work is not in progress and when the stage of the work does not directly intc;rfere with the drive. The Engineer, at his discretion, may grant short-term exceptions to this requirement in connection with preparing sub-grade and paving. TS-23.3 Contact Person: The Contractor shall designate a person (with phone number) who can be called by the City during the night, weekends. holidays, and other days when work is not in progress. The Contractor will he responsible. through this person. for making such temporary repairs during said periods as may he needed to meet the requirements of paragraph S-23.2. ' FS-23.4 The provisions 01'MUTCU. Part V1. apply to this Contract. TS-24 Ti:MPORARY SURFACING Where rrc aired to provide access and when directed by the l neineer. the Contractor shall 1 ! � . bill provide temporary surfacing either 01' Crushed Stolle for Tcrnporary sill-lacin.; or of' Asphaltic Concrete for Temporary Surfacing as directed by the IalgllleCr. Such temporary pavements shall he maintained by the Contractor in a sale, reasonably smooth condition .is lung as they arc in use. Crushed stone fi_lr winporary surfacing shall meet the requirements of paragraph 1007.2 of Missouri Hi!,Oiway Specifications Im TYlic 2 Aggregate, Gradation A unless the IAgincer agrees to a difii:rent gradation because ol'site conditions. Asphaltic concrete for temporary surfacing shall l-w 'hype l base as specified in ,Article 23). Payment lire tens xn•.u•N surfacing_, shall he at the unit [-ICC hid per tog o i 1 � I ! i I material, -60- Measurement will he on the basis of*delivery tickets. TS-25 DIJST CONTROL Adequate precaution shall be taken to insure that excessive (lust does not heconle airborne ' during construction. The Contractor shall comply with ally regulations ol'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 heeonling airborne shall he by the L?ngmeer. When directed by the I-ngincer, the Contractor shrill take appropriate dust control measures Satisfactory to the k1npinecr. No separate payment will he made (or performing dust control or for applying water fir[• this purpose. 'I'S-26 PR.01'l;RTY C ORNFRS ANi) MOM 11_MI`NTATION: It shall by the responsibility of the Contractor to irotect all fro lerty lot corners and land 1 i ! I survey corners and accessories. Should it be ncccssary to disturb in\, 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 ills Stich relocations or monumentation&C11117er11S us the law requires. ;fin\, such rclerences, rcnloval, replacement and certification of nlonunicnts Shall be periormcd by a licensed engineer or land Surveyor. TS-27 CI.I;ANtJP: TS-27.1 The Contractor shall not allow the site of the work to hccome littered with trash and waste material, but Shall maintain the site in a neat and orderly condition during the progress ofthe work. The("ontractorshat1.as dircctc-d by the I?ngirleer. remove Cron.] all public and private property. at iris own expense. all tcillporary SlructtarS. 1'ubbish and wasic materials resulting from his operation. '1'S-27? I'hc Contractor shall open and clean all exiSting diICIICS and culycrtS within the right- ot=way and casements. leaving them tree from all cxeeSS nlud or Silt, drift. brush, or debris of any kind prior to final acceptance. The Contractor Shall clean up all dirt from paved SurtaccS. not 111011610 Same to pack on the roadway or create a traffic nuisance. No direct payment will he made lirr wort: within the Scope of this.Article. TS-28 TRAVI"IC SIGNS. STOP SIGNS. AND STRI: T SIGNS: All existing traffic si�nis. st(111 signs and street Signs in tilt wad of the work Shall he carefully removed I,N the Contractor ill Iccordallcc with the requirements of, N/lUTO). The rc(luircd function ofstop Signs shall he preserved by the contractor' wlicnever a street is open to traffic. All sign." Shall the re-installed firflowinu tale r-•onstruction. No separate payment will he nia((c tirr this work. , '1'S-2() I)C)WN,'II IT DIMINS: -i,7- TS-29.1 General: fhis work shall include c onne c 'mg,existing dow nspou t drains through and into the proposed curb,curb and gutter,or storm sewer facility. The location of some downspout drains may be shown on the plans, but other drains may exist that are not shown. The contractors shall be responsible to connce,t all downspout drains regardless of whether they are shown on the plans. TS-29.2 Construction Methods: The contractor shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally, new material of tile same diameter as the existing drain shall be used. As approved by the owner, the removed pipe may be cleaned and re-used. TS-29.3 No Direct Pa ment: All work associated with connecting downspout drains through or into the proposed curb, curb and gutter, or storm sewer facility shell be subsidiary to the item to which it is connected. No direct. payment will be made. TS-30 SUBSIDIARY IT E, There are small items of work specified herein or that are incidental to the other construction For which no bid items are given. These items and any item for which no bid item is given shall be considered subsidiary and their cost shall be included in the bid price of other related items of work. i 1 1 i 1 r 1 1 CITY OF JEFFERSON STANDARD SANITARY SEWER 5YECIFICATIONS ■ 1 1 1 1• e MANHOLE ACCEPTANCL+: 'i'ES`i'ING All manholes shall be vacuum tested by the contractor at his expense. Appropriate equipment and manpower will be lurnished by the Contractor li)r this purpose. When vacuum testing manholes. the following criteria are to he used: 1) This method is applicable to precast manholes only. 2) All lilt holes shall be plugged with an approve(] non-shrink grout. 3 Manholes are to be tested alter assembly and belore backilling. No r standing water shall be allowed in the manhole excavation which may affect the accuracy of the test. 4) All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement ofthe plugs while the vacuum is drawn. 5) Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. 6) The test head may be placed in the cone section c+I' tyre manhole. The frame-cone joint will be visually in.,,pcctcd by the engineer. 7) A vacuum of 10 inches of mercury shall be drawn and the vacuum pump Shut off: The time for the vacuum to drop to 9 inches of' mercury shall be recorded. 8) Acceptance for tour (4) foot diameter manholes shall be (Mined as when the time to drop to 9 inches of inercury .-nects or exceeds the iollowing: Manhole Depth Dianicter TimetoProp 1" of'IIG 10 It. or less 4 It. 60 seconds 10 It. to 15 It. 4 It, 75 seconds 15 11. to 20 ft. 4 It. 90 seconds 9) I`or manholes live (5) fi+ot in diameter, add an additional 15 seconds and for manholes six (6) fi+dt in diameter, add an additional 30 seconds to the time rcduirenients fir !our (4) foot diameter manholes. 10) If' tile manhole lails to test. necessary repairs shall he made with a non- shrink grout while the vacuum is still heing drawn. Re-testing shall proceed until ' a satisFtctory test is obtained. Revised 1/2/04 r TABLE OF CONTENTS Section Pane 1.0 General 1 1 2.0 Materials and '1 esting 1 3.0 Grading and Site Preparation 6 � P r4.0 Pipe Laying, Jointing and 'Testing 8 5.0 Manholes and Special Structures 13 6.0 Pipe Encasement and Collars 15 7.0 Backlill 16 r 8.0 Tunneling. Boring and Jacking 18 9.0 Acceptance Test for Sewers 20 10.0 Seeding 25 r 11.0 Pavement Replacement 26 r 12,0 Measurements and Payments 26 13.0 Subsidiary Items 29 1 r r OCTOBER. 2000 r r STANDARD SANi_i'Aitl SL:.Wi.;it SlIFICIFWATIONS SS-1.0 GiM RAL SS-1.0 Descri tion: Sanitary, sewer construction Shall consist of furnishing all labor. materials and equipment for the complete installation ol'se.wcrs and appurtenances in accordance with the City Standard Drawings, flans, General Provisions and Covenants. Street Specifications and Standards, and these Specifications, SS-1.2 Specification Modifications: it is understood that throughout this section these specifications may be modified or deleted by appropriate: items in the Special Provisions of dotes oil the contract drawings. SS-1.3 Revisions of'Standards: %Vhen reference is made to a Standard Specification(ASrM, AV IKA)the specification referred to shall he understood to rllcan file latest revision of'said specification as amended at the tinge ol'the Notice to Bidders. except as noted on the Plans or in the Special Provisions. SS-2.0 _MA,u wAI_,S AM -F STiNG &� SS-2.1 __c � : This section governs the l'urnishin g ol'all pipe. ittin gs and other materials as required to complete the work as shown on the flans i ml as provided for in the Special Provisions. SS-2? General: 1 1. Requirements: 1,urnish pipe ol'materials,joint types,size,,and strength class indicated and specified. Higher strengths may be l'urnished at Contractor's option. at no additional cost to the Owner. 2. Manufacturer: The manulacturer shall be cXpericnced in the design. nlanulacture and commercial supplying of the spl:61-ic material. 3. Inspection and Testing: TO be perli)I'll lcd I)y the lllallufacturcr's quality control personnel in conformance with applicable standards. 'I esting play be witnessed by Owner. ingincer, or approved independent testing laboratory. Upon request of the (_hyper, and prior to delivery. the (:'ontr•actor shall provide three (3) copies of'certrflcd test reports indicating that material does co111at'n1 to the specifications. 1 SS-2.3 Vitrified Clay Pine: Conform to ASTM C-700.except as otherwise specified herein. 1. General: furnish maximum pipe lengths man ufacttired by the supplier,except I'm fittings. closures and specials. 2. I)esign: Provide ASTM C-700 Extra Strength pipe and fittings in sizes 18- inch and smaller. Provide either ASTM,C-700 Standard Strength or Extra Strength Pipe and fittings in sizes 21-inch and larger as specified by the Owner or Engineer. Standard Strength pipe shall be designed for Class 13 Bedding in accordance with ASTM C-12, unless otherwise noted on the Plans. 3. Joints: Flexible gasketcd joints for bell and spigot clay pipe shall be compounded of'high quality polyurethane plastic bonded to both the bell and spigot ends of'thc pipe and properly molded and cured to a uniform hardness and compressibility to form a tight compression joint. All bell and spigot ejoints shall conform to ASTM C-425, 4. Fittings: Provide fittings, if specified, defined as tec or wye connections suitable for assembly to house or building sewers similar to W.S. Dickey Clay Company "Derma-T" and "Perina-Y" SS-2.4 Ductile Iron Pipe: Conform to ANSI A21 .51. except as otherwise specified herein. 1. Design: Design of pipe shall be in ;accordance with ANSi A21.50 laying conditions 13 or F. Mininlunl wall thickness shall he for Class 2. 2. Joints: Mechanical and push-on joints lair ductile iron pipe and Fittings shall conform to the requirernents of'ANS1 A21.1 1. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gt.askets will not he acceptable. 3. Fittings: fittings shall be in accordance with ANSI A21.10 and shall have a pressure rating of not less than that specified for pipe. fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with mechr.ulieal.joints shall have nu:chanical,li i1lts. f�ittirlgs for pipe with push- on joints shall be either mechanical joint or push-on,joint. f'urrlish all specials, taps, plugs and \gall fittings as rcduired, SS-2.5 Acrvlonitrile Butadiene. Stvrene Composite Sc vqr f'ip : Conform to ASTM D-2680, except as otherwise speci f icd herein. I , (iencral: burnish maximum pipe lengths manulilcttlred by the supplier.except Ior fittings. closures and specials. '. Design: Pipe to consist of two corl=ltric 1hci•1110-plastic tuhes integrally braced across the annulus ants with resultant annular space filled Willi inert material to provide continuous supporl between iuncr and outer tubes. :i. Joints: Collar joints lilt A13S pipe and fittings shall be Type: SC.. or Type OR and shall conform to the requirements of*ASTM D-2690, Type SC is a solvent-ecinented joint in which Ripe solvent cements into a coupling socket to Form the jclint closure. Type OR is a Ilcxihlc gasket joint For ABS pipe and special rnanhole connectors, in which a gasket is compressed between pipe and a belled coupling to lilrnl alit joint closure. Gaskets shall conlorm to ASTM C-443. Gaskets shall he neoprene or other synthetic material. Natural rubber gaskets will not he acccptal,lC. 4. Fittings: 1'ittings defined as te.•or wvc connections suitable Ibr assembly to fl- inch or 6-inch house or building sewers shall he saddle-type fittings molded of rigid ABS plastic. SS-2.6 Reinf rced Plastic Mortar Pinc: Conform to ASTM D-326? except as otherwise specified herein. 1. General: I'urnish maximum li 1C ICI) '1115 I11a11tII1lctured by the su 1 lier,except 1 f g 1p l Cor fittings. closures and specials, ?. Desigrl: Pipe shall be a Corllposlte strtictl.lre nlarltl(acturcd from siliceous sand. borosilicate glass lihers and catalyzed isophthalic polvester resin without urgalllC 1111cr. Pile shall he inlnlunc to sulillriC acid iornled by completion of the hydrogen sulfide cycle when installed according to 1'nallllfactlli'Cl"S 1'0 0 0 111 11 1Cildatlolls. Joints: flexible gasketed joints shall be compression type with a gasket confided in a machined groove in the spigot Clid (d'the pipe. Oil resistant , rubber gasket ring~ shall conf'lrnl to the recfuirerilcnts o(' ASTM D-]869. Gaskets shall he neoprene or other synthetic material. Natural rubber gaskets will not he acceptable. �I 4. Fittings: I'ittings def ined as tee connections suitable filr assembly to 4-inch or 6-inch house or building sewers shall he saddle-type fittings ofrigid A13S plastic or PVC plastic. SS-2.7 Poly Vinyl Chloride (PVC) Sewer_i'ihe�: C'onf'orm to ASTM D-3034, except as otherwise specified herein. 5, General: I"urnish maximum pipe lcr7gllls nlarlufictured by the supplier.except fittings. closures and specials. 6. Design: The minimum Nvall thickness for PVC Pipe shall conform to SDR- 35. Pipe bedding shall conform to ASTM D-2321 (or Class I materials. 7. Joints: Flexible gasketed .joints shall he compression type with a gaskct confined in either the spigot end or the hell end of the pipe. Rubber gasket rings shall conform to the r-eduircments of ASTM D-1569. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. 8. Fittings: i'ittings dcf ined as tee connections suitable for assembly to 4-inch or 6-inch house or building sewers shall be saddle-type fittings of PVC Plastic. SS-2.8 Reinforcing Steel: Reinforcing steel shall he placed as shown on the Plans and shall conform to ASTM Specifications as follows: e1. Bars and rods shall he deformed billet-s t erl clr i(ilr i nF to ASTM A-615, Grade 40. - 2. Welded wire fabric shall confinrm to ASTNI A-185. (trade 40. �. fabricated steel bar and rod mats shall conform to AS'I'N1 A-184. Bar material shall conform to ASTM A-61 ti. Grade 40. 4. Smooth bars shall he I-OL111d Carbon steel hars corifor'ming to ASTM A-306. Grade 60, SS-2.9 Manhole Materials: 1. General: Manholes shall conform to the applicable C'ily Standard Drawing. 2, Mortar: Mortar and plaster casting for masonry manhole units shall he two parts Portland Cement to one part {vlasonry C'crrlent to six parts plaster staid 4 r mixed With the least amount of losable water ncccssat,\l to provide a workable 1 1 mortar. 3. Brick: Clay brick shall conibrn1 to ASTM C-32. Grade SS or SM. For Grade SM. the maximum water absorption by 5-hour boiling shall not exceed 12.0 percent Im individual brick or 9.0 percent for the average of five bricks. 4. Precast Concrete: Precast concrctc manholes sha)I conform to ASTM C-478. Joints shall be ol'materia) as specified (or reinforced concrete pipe joints or a bitumastic material or perlon-ned flexiblc,joint sealants applied in accordance With 1111ir1411act Lire r's recommendations, S. Cast in Place Concrete: Concrete used shall con(ii1-n1 to applicable City Standard Drawing, 6. Waterproofing: Vdatcrproo(ing will be required to all rllanholes. The bitumen shall consist of two coats o('asphalt or coal-tar pitch. Asphalt shall conform to the requirements of ASTNI D-449. Coal-tar pitch shall conform to the requirements ol'ASTM D-450. 7. Flexible connectors designed to produce a positive watertight connection (or Pipes entering precast manholes Shall be provided. 'These connectors shall be the "A-LOK" producecl by A-1.00 Products. Inc. Or approved equal. SS-2.10 Manhole C aastitigs: S. General: Cast-iron rims covers and steps confirm to the applicable City Standard Drawings. 'I'hc castings shall meet or exceed the (iillowing requirements: ' 9, Iron Castings: 1. Iron castings shall conliorm to the requirements ol'AS'flvt A-48, Class 30. , 2. Castings shall he clean and wholr. and without 01OW or sand holes or unV other• slu•litec cIC(i-'cis Which WOUld impair scrviceilhility. Plugging or filling 01'1101e; or ()tiro defect. Will not he per•rllitted. 3. Parting (ins and potrrirrg gates shall he rinlo�cd. ' 4. C';tstings shall be thoroughk cicancd and painted with two coatings 1 p being paint beflo'e being delivered to the site. 1 SS-2.11 Bedding Aggregite: All materials used Cor crushcd Slone pipe bedding shall conform to applicable Cite Standard Drawings. SS-3.0 GRADING AND SITU` PREPARATION SS-3.1 Sect: 'Phis section governs the furnishings of all labor. equipment tools, materials. and the performances ol'all work for clearing, grubbing. and demolition. wholly-or in any part, at locutions shown Oil the Pkans, or as provided for in the Special ' Provisions. Clearing, grubbing and demolition shall be done only to that extent which is necessary Iar the prosecution of the construction of'thc sewers. SS-3? Definitions: 1 . Clearing: Clearing shall consist of removing all vegctahlc matter, such as trees, brush, down tinlher, rotten wood. rubbish and other objectionable combustible materials. 161,111d on or above the surface of the site. It nlav include removing Icnces, lumber, waste durllps and trash, and the salvaging Of'Such of, tile materials as nlay he specified. This item shall include the disposal of*the debris resulting front the clearing operations. ?. Grubbing: Grubbing shall consist of removing and disposing of slumps, roots, buried trees and hrush. Wood pilillg, wood curb planking, wood 0 culverts, Wood cats:h basins rind (.trains, and wood stairs appearing on or below the surface of the ground which has not been included in section entitled "Clearing". 3. demolition: Demolition shall consist of de111(lllshing, rcllloving, disposing,or incorporating into hacklill all non-vegetahle matter appearing above, on. or below the ground surk'we. 'this shall include all multerial derived front the &-molition of'Portland Cement Concrete items such as hale courses. curbs. curb and -utters, sidcNvalks. floors.steps,drivcw,lVS.drainage structures ol'all sorts, l'ences. and other Iniscellancous items such us foUndatrons of Tall 01' am sort. and iron or steel items, and shall include ell asphaltic items such as pavement and NISC cotlt'�cs. ■ SS-3.11 Consll'uetioll Details: 1 . Limits ofA ork: I'hc limit~ for cicrlrin;1, grubbing.111(1 rlcrllolition shall. in no case. extend hevond the linlitti of the right-of=wad, Cm Property lines, or erlser ICIIIl,, unless otherwise sprcilicd on the flans or Special Provisions. ?. Protection of [Aklirlg F Icilities: 'I he Contractor shall he responsible far protecting any improvement ofany a Pcney, public or private. in the vicinity p b 1 � . of clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the assistance of the affected agencies in the location ol'their facilities. The Contractor will not be responsible for the cost to any agency tier assistance in the location of its facilities, but lie shall be responsible for the coat ol'ail damages to such facilities arising because ofhis carelessness or negligence. i. Private Sewer Facilities: The Contractor shall make even, reasonable cillort to protect private sower facilities. They are not shown on the Plans. When these Facilities are disturbed or damaged by the work. the Contractor shall make necessary repairs to the Facilities fir continuous service prior to the close of the wort; day. ?. Property fins: All property or lot corner pins or stakes shown on the g flans and disturbed by this construction will be properly referenced by the Contractor prior to removal. and reset by the Contractor upon completion of the project. SS-3.4 Clearin>;: Clearing shall 1w, performcd in advance ofthc construction operation so as not to delay the progress o1'the work. The refuse resulting from clearing shall be hauled to a waste site scoured by the Contractor•, or if' permitted by the Special Provisions Tway be burned in the area indicated on the flans in such a manner as to meet all applicable requirements (if' the Federal. State, County and Municipal regulations concerning health, salety and public welfare. SS-3.5 Grubbinc: Grubbing shat l he kept ahreast of the "Clearing" as nearly as the segUenCe ofoperalions may pernrit. All sturrtps. roots, 111d other obiectionable material witliin the disturbed area shall he removed to a depth of at least twelve 0?)inches below,the finished grade elevation. Disposal of•dchris From Lrubbing shall be as described in "Clearing" above. SS-3.6 Demolition: If portions of existing improvements are to he Ie1l in place. the limits of pavement removal shall he laid out as rrcal, straight lines ,.r minimumr distance ofsix (6) inches beyond the anticipated edges OI' excavation. If• the pavement removal limits cure upproximurtcly parallel to and three 0) feet or less 1•rorn an existing pavement•joint. pre\ ious cut. or curb. the limits ol•renoyal shall he exte►7dcd to the joint. cut, or curb. Strlircrent portions o1•the pnyen'lent shall be removed to provide I'M the prof-)cr grade and ulignrncmt 01'I1le rrc\� construction. Disposal ol'dcbris from demolition sliall he described in SS-?.<l "C'lecuing". SS-3.7 I_.nyironnicntal Protection_I'roccdi...�.- , h I. General: Compliance with the following procedures for protection ofcxistirng greenery is required. 2, Trees: All reasonable ef(irrt shall be matte to save as many trees as possible. If' trees cacti be saved by trimming,, this shall he clone in accordance with acceptable pru11ing practices. Any tree removed shall be replaced with lilac species of nursery stuck outside the temporary Sewer Right-Of'-way. All trees within 30 1ect of either side of sewer centerlitic which are spccifically to he removed or saved have been marked on the Plans with the following notations. 1. Trees marled "S" shall be saved. 2. 'frees "Xed" chit shall he removed. 3. Shrubbery. Small Plants and Flowers: Prior to the start of construction. property owners will he notilied ol•thc proposed starting date. One purpose of'this notification is so than the property owners may remove any shrubbery. small plants or flowers that they. the property owners, desire to save.. SS-4.0 PIPE LAYING. JOINTING AND TFSTING SS- 4.1 Sco e: "Phis section governs the furnishing ..►fall labor, equipment. materials and tools for the installation of all pipes. fittings, specials and appurtenances as shown on the Plans. City Standard Drawings or as provided (or in the Special Provisions. tSS-4.2 Handling,: 1. Handle pipe materials and liltings in a manner to insure installation in sound and undamaged condition. Do nol chop or hump. Use slings. lifting lugs, hooks, and other devices designed to project pipe. joint elements and ' coatings. In handling plastic pipe of ten ( 1(1) Iect in length o►• greater. a double' sling will he required unless otherwise approved by the E=ngineer. 2. Ship. nlove and store with provisions to prevent movement or shock contact With adjacent units. ' SS-43 Installation: r 1. All work shall lie ill accordance with the Following standards: ASTM C-12 - Installing Vitrified Clay Sewer Pipe. ASTM D-2321 - Underground installation ell'Ilexible 'I'hernloplastic Sewer Ilipc AWWA C-h(IU - Installation of'C'ast Iron Water Mains. 2. tJtllile cduipnlcnt. methods and materials insuring installation to lines tale grades indicated. I. (Satter Boards and I.ascr: 'I'hc Contractor shall provide and maintain in good working order. on the site. at all times. a laser beam or a gauge rc►d of sufficient length to reach from the invert of'the sewer pipe being laid to the top line strung em the three hatter hoards. The gauge rod shall be }graduated and numbered each foot of its elitirc length. The gauge rod shall he cduipped with either a plumb line or two spirit levels and the Inmost care used to insure a truly vertical gauge rod at the time the reading is taken and pipe is being set. In the event a laser beans is used to control lain and grade for the pipe laying operation. the laser must he checked at the beginning ofcach day trnd at least once between manholes and at any other tine the Engineer deems necessary to insure the proper line and grade of the pipe. Maintain the following tolerances Irom true alignment and grade: Alignment 3 inches Grade 1 inch Joint deflection shall not eNceed the nulXinluni allowahIC defleetlall per joint according to ASTM C'- 125. ASTNI C'-504 and A1N'N�'A C .- 600. Only one correction for alignment and/or grade shrill he made between adjacclll nlalllloles. 2. f:xcept where pipe sections are being encased in Concrete. no pipe is ' to he supported by blocks. �. Accomplish CuryC illigrullents With IXM S. bevels Mid Open joints. I,inlit joint operiillg in conerctc pipe: t0 ;/1; illCIl Ill laying schedule I 1/1 inch ill actual installation. limit joint deflection with clay. cast iron or ductile iron pipe to 1101 execCd the 111 lXIllltllil allowahlr delleelioll per joint ciccorclin;l t0 ASTM C-425. AST /I C-594 and AV1'VA'A C-600, 3. Install pipe oI'size. material. strength class. and joint type with ellihedrllellt as ►, e shown on the Plans. Reinforced concrete pipe with elliptical reinforcement shall be installed and positionc.xl in accordance with the pipe manufacturer's pipe inarkings indicating top and bottom pipe, 1. Pipes installed cm grades in exce5s c 1 _( .�4, ~hull be anchored sccurc.lti with , concrete anchors spaced as f�)lfiws: Ciradc Maximum Anchor Soacirw 20'%, - 35 3611. 351%, - 50%, '24 ft, greater than 50 %) 16 ft. 2, Insolur as possible, commence laying at downstream end of line and install pipe with spigot or tongue end downstream. 3. Clean interior of all pipe. fittings, and joints prior to installation. 1 xCIUde entrance of f or•eign matter during disC(1n1i11l1ilnCC of installation. Close open ends of pipe with snug fitting closures. Do not let water fill trench. Include provisions to prevent flotation should water control measures prove inadequate. Remove water•, sand, mud and Other Undesirable materials from trench before removal of'end cap. 4. install pipe only when weather and trench conditions are suitable. Do not lay in water. Rrace or anchor pipe as required to prevent displacement after eslablishinC final position. SS-4.4 Pere Bedding: The sewer trench shall be carried to a point not less than (OUr (4) inches below bottom ol'pipe hell. Crushed stone bedding,compacted to full width of trench, shall than he placed and compacted to bottom ul'pipe with proper allowance for bell joints. Alter cash length of pipe being laid has been shoved "home" and placed in proper alignment, it shall he securely anchored and held in position by r crushed stone deposited sinMdtancously on cacll side of the pipe. This crushed stone backfill shall extend to a point not less than six (6) inches above the tap of the pipe bell. if unstahic conditions are cncucmtcred curd it is determined by tl)e l nginecr that the balding specified will nut provide suitable support 161. the pipe, additional excavation to the lin)its determined by the F,nginecr will be redtrired. This additional excavation shall he hackfillcd with CRIShecl stone rr)atcr•ic11 appruvc(I by the Hngincer. SS-4.a JointiJ)": 1. General Requirements: 1. L.ocate.joints to provide For differential movements at changes in type of pipe embed►nent, concrete collars, and st►uctures. Support pipe from wall of manhole to first joint in normal sewer trench with concrete cradle structurally continuous with base slab or footing. ?, Clean and lubricate all joint and gasket surfaces with lubricant recommended by pipe ►nanulucturer. 3. Utilize methods and equipment capable oi'fully homing or making up Joints Without damage. 41. Check.loint opening and deflection (irr specification limits. 5. 13Xaminc each piece o(' pipe prior to installation for soundness and. specification compliance. ?. Provisions For Jointing Cloy Pipc: 1 . Conform With ASTN/l C-12. Section 8. ?. Handle pipe having pre-molded joint rings or attached Couplings so that no weight, including; the weight ol'the pipe itself', will bear on or be supported by the jointing material. 3. Provisions 1,61- Jointing Concrete Pipe: Check gasket position and condition after assembly with teeter gauge prior to installation of next section. 4. Provisions l61' .lointing Cast 11.01 tnul Ouetile Iron PipC: 1 . ConlOrm with nti'Wn C-(,OU. 2. Paint suspected (1t11)uryccl portions with 1111-pentinC and (]List CemCnl t0 CheCk for cracks. RC1110VC turpentine and cement by washing When crack test is satislitctorily completed. Ifc:racks are found. the pipe shall be rejocied. 3. Check gasket position and condition aker assvilibly prior to installation of'next pipe section. Pro\ isions for .lointing n13S Pipe: ' If Chemically Welded .joints: I. Apply prime to outside of spigot and inside of*coupling per marntfacturcr's recommendations. 2. immediately apply cement to the saute surflaces in sufficient quantity that when the spigot is fully inserted into the coupling, a bead of excess cement will form around the complete circunitcrence of the outside juncture of the spigot and Cot.ipling. a. Make joint within one minute by shoving spigot home with one-quarter rotation. Remove excess cement head. 4. Rubber Gasketed ,joints: Check gasket position and condition after assembly with feeler gauge prior to installation of next section. :i. Provisions for ,jointing RPM Pipe: Check gasket position and condition after assembly prior to installation of'next pipe section. 6. Provisions for Jointing PVC Pipe: Check gasket position and condition after assembly prior to installation of next pipe section. SS-4.6 Cutting: Cut in neat workmanlike manner without damage to pipe. Observe specifications regarding joint locations. Smooth cut by power 1 grinding to remove burrs and sharp edges. Repair lining as required and approved. SS-4.7 Temporary PlL19 : 1 Plugs: Provide and install plugs as nlanufiictured by pipe supplier or as Fabricated by Contractor il•approved. Plugs shall be watertight against heads Lip to twenty(20) feet ofwater. SCCllre plugs in place in a manner to facilitate removal when required to connect pipe. 2. LOUTAiorl: Plugs shall be installed as specified or where shown oil flans. Also the open end ofthc sewer shall be plugged at the end of'the work day with a suitable mechanical plug to prevent entry of f«r'cign material until work is resumed. SS-4.9 Comicctions to L fisting Pipelines and Structures: 12 1. Connect P i p �e to existing structures and pipelines where indicated. Observe pertinent articles of specifications pertaining to joint locations. 2, Prepare structure by making w;opening with at least two(2)inches clearance all around fitting to be inserted. Opening between pipe and manhole shall be filled with an expansive grout in such a manner that a watertight condition will result, 3. Manholes to be built on an existing sewer shall be constructed in such a manner as will not disturb services of existing sewer. The manhole base, walls and invert shall be completed before the top half of the sewer pipe is cut or broken away. Rough edges of the pipe thus exposed shall be covered with expansive grout. in such a manner as to produce a smooth and acceptable finish. Any portion of the existing sewer damaged by the Contractor shall be repaired at no expcnsc., to the City. 4. Connections between different pipe materials shall he made using proprietary transition coupling unless otherwise spr.;cificd on the flans. SS-5.0 MAN1-IOLES AND SPLCIAI., STRUCI'URi;S SS-5.1 Scope: This section governs the furnishing, of all labor, equipment, tools and Q� materials.and the performance of al I work incidental to the construction of manholes, drop manholes and special sewer structures complete with covers, steps, fittings and appurtenances as required in accordance with the Plans. Special Provisions.and City Standard Plans. SS-5.2 General. As used herein special structures rcf ers to manholes on large sewers.special ' junction structures, metering stations, siphon~ and :;imilar structures constructed on the pipeline. Manholes and special structures may he constructed of precast concrete sections, cast-in place concrete, or brick masonry. SS-5.3 Construction: 1. General: Manholes and special strictures shall be constructed at locations indicated and in accordance with details as sho%� on the Plans or City Standard Drawinus. b, Precast Wall and Reducing('.one Sections: Handle with care to avoid damage ' to joint ends of each section. Damaged sections may be subject to rejection at 13 ' the discretion of the En zincer, When using O-ring l dints, card shall he exercised in placing the O-ring on the spigot end, and lowering the hell section on to the spigot end so that a watertight seal is obtained. When using hitumastiC.joints both spigot and hell ends shall be primed with solvent material compatible to the adhesive in the mastic, Approved hitunlastic material shall completely fill the joints so that a mininnull c.11'one- fiburth inch head of material is visible afier jointing. to be stnoothed ofTafter completion of the jointing operation. When a flexible preformed butyl rubber or bituminous polymer compounded with modifiers is used to seal jointed sections ofnuulllolcs, the extrusion of sealant from the joint is not required. The vertical spacing between manhole sections shall not exceed one-filurth inch. Prelilrnlcd joint scalers remain flexible at temperatures as lo" as 0 degrees Fahrenheit. All hitumastic materials or preCormed flexible joint sealants shall not lie applied to wet Or damp surfaces. 3. Cast-in-Place: Consolidate concrete with mechanical vibrators to eliminate entrapped air voids and rock pockets. Dorms shall he supported in such a manner as to prevent any movement elf' the Forms while concrete is being cured, Ally movement of the firrrlls may he cause for rejection. 1. Masonry Walls: i'ach nlasoru•y unit shall he laid in a hill hed ol'inortar and with push joints. Closed joints must be obtained. Mortar shall fully cover the interfaces of each unit. `surplus mortar on the inside face shall be removed. 11cf'ore initial set. all inside face mortal'joints shall be well rubbed. The Outside Iitce of all masonry manholes shall be plaster-coated with a Illi11111111111 (')I o11C-hi11I I11CI1 Mortar. The mortar shall he steel-troweled to produce a dense, srnootll finish. ?, Invert Channels: Alignment ol'the invert channels shall he as shown on the Contract Drawings. When no specilic details and dimensions are given. changes in flow direction shall hC S11100tll. Ullll6rill and made with the longest radius possible. 'Hic cross section Shape of invert Challnels tillall match the 1 lower hillveS ofthe entering and exiting pipes. Tlie stlrlaces o1 the channels shall he steel— troweled to produce a dense. smooth sta•fitce. When filling openings around pipes through rl anliole walls. mortar told/Or 111asunry touts shrill N: placed So that the resulting Joints arc «atertigllt. Mortar' t1Sed 111 the joint Closure SI1t11I not inter[ere with the invert channel, SS-5A C LIHIlg: All masonry. plaster coating and cast-in-place concrete shall he adequately protected from freezing and loss of moisture lily the first 24 hours. "I"he curing 14 i methods and materials to be used shall he approved by the Gtlgineer. SS-5.5 Manhole Rings: All rings fill- manhole covers shall be set to match the existing surfaces,except in flood plains where the flans indicate that the ring is to he set at call elevation higher than existing ground. l:?ach ring shall he set on a full mortar bed of bitumastic material. ifapprovcd by the hnginccr. If masonry units arc used to adjust rings to gracic. the masonry work shall conform to Section SS-5.3 (d) of these speci f ications. SS-5.6 Watcrproof ice: Two coats Ohm asphalt or coal-tar pitch waterproof coating shall be applied to the exterior of'r.dl structures from base to manhoic ring. The coating shall he applied in sufl iciest quantity so that no hare or thin spots show. The coating shall be applied in suflicicnt lime to permit pruper curing prior to backfilling the excavation, Proper rllclhocls arld materials shall he used daring back,filling to prevent damage to the coating. ;1ny clr.11nage to the coating which doeS occur shall be immediately repaired. SS-6.0 PII'f? I NCnSI.MI N'I nNl) Ctall .PI'S SS-6.1 Sco ic: This section governs the I'tu'Irishing of all labor. equipment. tools and materials, and the perlormance of all work For the encasement of pipe in concrete or installation of concrete collars at locations shown on the flans. SS-6.2 General: 'fouls or partial encaserncnt of' pipe in concrete shall he used where the required safe supporting strength uul►lot be obtairlcd by other bedding methods. Concrete encasement shall also he provided al locations to protect public water supplies or where there exists the possibility that standard heckling may he croded by currents of water under and .u'ounci the pipe. SS-G.3 Materials: 1. Concrete: Concrete whether reinfi►rced or IUim-cinforced shall he approved by the I)irector ol' Puhlic Work.;. Reinli►rcily: Rxinli►rci►lg steel used ill concrete encascnients shall he ASTM A-015, (ii'ade 40. SS-6.4 ContitructiOil: Concrelc ellcaselllent shall he Constructed at locations indicated and ill ' accorcla11ce with details crs shuw11 on the 1'1,111:4 or City Standard Di-ravings. Start and terminate encasement at a pipe Joint. Suitably support and block pipe to maintain position and prevent Ilol"Itiorl. ForI'I to dimensions indicated or construct full width ol'trench. i. Joints: 11' a simile section of elmISenlent is nut cuntitructccl continuuusl\ (Cnllcr'cte is not placed In a sitlUle deposit) construction joints shall he 15 provided in the encasement to coincide With pipC,ioints. C 0IIStrllCtiotl juiIlts shall be keyed continuously around the encasement. Longitudinal rciniilrcement shall he continuous through construction joints. 2. Curing: Concrete cnCaSCnlcnl shall be Ilr•otcctcd and Curcd so as to prevent excessive evaporation o tllolsture ol• freezing. 3. Bac:kfilling: Backfill trench only after concrete encasement has obtained a mininium of 2000 psi and can sul*ficicrltl}• support the IoadS imposed by backfill and backfill operations, SS-7.0 BAC'KFIL.1•, SS-7.1 Bole: This section govcr•r►s the furnishings of all labor. Cquiprnent. tools and matcri.►Is,and the pCrl6 malice ol'ull operations nccessan, liar the proper replacurlCnt ofbacklill material in IlipC tl'Cr1Cl►CS and around struCturCS HS I-eduir•ed by the flans and Special Provisions. Cjcneral: 1 . Unless otherwise specified. all sewer trenches and excavation around structureS shall be backf illed to the original Surli►cC ol'thC ground with earth, earth and rock or other acceptable material. Wllen earth and rock is used it shall he placed and thoroughly consolidated with suffiCiCnt earth to completely fill all voids hctween the rocks. The Contractor shall so sort and stockpile tilt excavated material so that the proper material is available Cor backlill. 2. The backfill nr►Icrial shall be compacted to a minimum ol'80.0 percent (A' optimum density as determined by the Standard Proctor Test or shall he compacted to a dCllSit\' CcluivalClll 10 till' dellSlt\' 01'01C I111I11CdiItC aCI.joining Soil. TlIC top Six inches ofhacklill in Street right-of-wav Shall he Compacted to a minimum density ol'95.0 pCr-ccnt ol'optinlunl density AS dCICrlll111Cd b1' the Standard Procto l-Test. had-J-111 material shall hC placed and ConlpaCICd only when its moisture Content is within 2.0 percent of optimum moisture cunlCnt ors c1CICt•1lliIlCd by Standarol ProCtor 'I est. 3. 'HIC Combination oflhc thickness of the laver. the method ofcompaction and the typC ofCOMINICtiorl Coluipnlent Sh,►ll be at the discretion of'the C'onl►•actor subject to oblaininu IhC densities a" specified ahovC. 4. The yualit\ ul' the COMINIctiuns Shall hC subject to compaction tests when deemed b\ the kilginCcr. lo It shall be the Contractor's responsibility to make necessary excavation in order to accommodate compaction tests at iocations sllecilicd b'N the L:nginecr. The compaction tests will he performed at no cost to the Contractor. If the quality of the compaction does not meet tilt. Above requirements, the material will he removed and replaced to meet tile: ahove rcguircment. at the expanse of•.the Contractor, S. Commercial sand hacklill shall not he uscd. 6. Ill Areal; marked "t iardCrl" or "Flower 6arelen" on the Plans. the tollsoil as excavated shall he stockpiled and replaced to original elevation, location and depth. 7. liacklill material shrill he carefully placed to avoid drunagc or displacement ol'sewcr or str►Ictures. R. Backfiil shall not he placed when material contains frost. is frozen, or a blanket ol'snc►w prevents plupur conlpuclion. Backf ill shall not contain waste material. trues. organic material, rubbish, etc. SS-7.3 Batt;(ill-olI I►ihe.'I rcnches: 1 . The area hclow a plane six inches above the toll of" pipe hell shall he hackfilled in accordance with file specifications fi►r "Pipe Redding" ?. Itacklill above a dune six inches ahovu fhc Io ► of li lc hell shall he made I ! ! ! with suitahlc: earth. earth and roil., or otiler acecptai►IC material except that the area helow a plane one foot ahovc the llipc hell shall not contaill any excavated rock. When earth and rock is used, tilt imixlnium dimension ol'the rock shall not exceed twcive inches. SS-7.4 Backfill Around Structure: I . No hack 1 ill shrill he placed over or around an\' structure until the concrete or , mortal,thercio has attained it Illllllllllllll siren th 2000 psi anti earl sul,fieientl., support the loads imposed bN the hacklill without c1a11-MUC, 2. The Contractor shall use. minost can., to avoid rule wcdving action hetwcen the sick (Rile cxr:lvatioll and the structure that woulr.l cause ally movement of,tile structure. Am, dr ma-"C' c;rutied bV hrernrrl►rre hacklill c►r by the LISC 01• ecluil7nlenl on or 11C,11-,l structure will he the responsibility ol•Ihe Contractor. 17 e ;. E31.lek(ill shall he place d and compacted on all sides elf the structure Si III ultaneously, and operations shall he so conducted that tile hackiill is always nt approxin ately the srmlc elevation oil all sides elf the structure, 4. No excavated rock larger than four(4) inches maximum dimension shrill he placed within one (1 ) floot of llic exterior sclrlilce elf any structurc. tiff-K.0 '1'( INNI;I,ING. BORIN(i AND .iACKINO ._._._..... _--...._....._.._.........__._ ._.._. ... ....._._....' - SS-8.1 SC1Qpc:: 'Phis section govenis file furnishing(fall labor. rinllerials unc!ccluipnent.and the perlin'mance of all operations necessary Cor the construction ol'tunnels corup►.etc wilh lining, bulkheads iind sand fill at locutions shown oil flit flans or where constructed tit the Contractor's oplioll when Ipproved lo pass the utilities. streets ell' obstructions wilhow opell exc71vatic►n. SS-8.3 'funnel Cross Section: Construct circular in cross:;ection ol'siv.c indicated, nitcrnrltc sine and shale play he subillilled li►r ;lpproval s11bjcc1 to the filllowing: I. Bcst suitccl lu proposal nlethocl ofcxcavntion ;Intl lining. C ar c'ross-sectiollal tirca not less dum cleat' arca 161 circular section Indicated, 3. Inverl at grade consisicilt with ml Joining llpcil cut construction. SS-9.3 Materials: I. Steel Liner Plate: Steel II.Inucl liner plates shall he ,Alto "Standard", ('16111111e1'Clrll SlICill'ilig 1111d Slaillpillg Compulll' "('16111111e1'Clill", Republic "'I'I'►ISeI►Il P IIIClccl (tit". or CgIlIl and shall be p"A'alll%ed In accordillice with nSTM A-123. The design and shape of, tile liner plates Shall he such Ihat assembly call take.' place enlirel\ f-orll within the tunnel liner. The outside diulllcter Shall he 1;6111. (4) feet anti (he minimulll \\all thickness Shull he ' t lnited States Standard (nilge 1' ((1.1 040 inches). S11111cienl sections shilll he prop idCd With one anti unc-bill' ( I 'b) inch u1. larger grouting holes. located near the cenler". sal 111,11 when the plate:;are installed there' will be one line of holes on either !;idc of the tunnel and one at the Crown. The holes in each line shrill not he Irlore Ihrul nice ('3) li:et apart i1nc1. unless: olhcl-wisc approved. shrill be statlgwrcd. Itolts and nuts shall conform to AS"I M A-153. A-307. ;1-; ' ;Intl A-449 as aplllicahle. ?. Steel Casings: Steel casing's Col. bured or jackal construction shall he steel pipe conl,rn•Illing u► ASIA I A-1 a'I c\ith minimum diameter as shown on Ilse I � Plans! I MilliIII1.1111 wall thickness shall he ill acwt-dance with tho., l'ollowing table: Diameter Nominal Wall Thickness I Inder Railroads All Other 1 Ises 24" 0.406" 0.291 26" 0.438" 0.281 29" 0.469" 0.312" 3011 0,409" 0.`i 121, 3211 0,5001, 0,31211 3411 (0001, 0,3 12" 3611 0.500" (1.:144" 1 2. Steel shall be Grade B under Rnill-midsand (►rade A onall othmiscs. 3. Joints: I. SIC(-,I liner plates shall have N)llcd joints in both Imigitudill"ll and circullifercillial plalles, Stagger longitudinal joints ill adjacent rings %vl)cll assembling. 2. Steel pipe shall have welded joints in accm-dancc with AWVA C- 206, SS-8.4 Consinictimi: I . (ICI)CIIII: ]iCf'()I•C Slilllillg work. complete detail.; of the method of operation and lificl. Ill"llcrials to be used shall he stiOnliticcl to the The Cast iron pipe svwcr, in the area 1() he Imincled, hared or jacked. shall he Completed bef'ore the construction w"Idjacclif lim,tiolls ()I' the same SC\\,Cl. lateral. The [)III.11()SC(11•11lis I-quil-cluclit is w alloy 1`01,Slight discrepancies in alignment and grade which ma\, twum• in IJ)c tunneled. bored or jacked ilIS1,111111101). SO nlinur adjustlrlcnl;, ill 111cld iacclit Sewer can he Inadc. The 111M)1))1,111) al k1wahle dcviuliml grade ol•smer pip-, Shall he as ShOW11 011 the ('011SU'Lldioll PkIIIS. 2, l"Acavatioll: h\ Ipprmed flicilwds applicable to 111,11crials cliwillitered. Boring, operations shall he performed by experienced crews LISillg a f-0l,1lT-IVj)L I)OHMV IM'WhilIC &Sis'I)Cd CSI)CCilll\• (01' this I)ill'I)OSC, Include and Cl*)L,'IlliCll Soil St;ll)iliZItioIl or p-miling iC necessary dUC 10 CXiSlil)g fiCld L'011ditiollS. ('011(.111CA C\COV,16011 III 111,11111cl, 10 prevent d1SI111•hill,12 the OVC11,1\!illL'. :111d MIJ11CCI)t 1110jel-il11 3. Lining: Assemble liner plates immediately 1i11lowing the excavation, Advance casing continuously with excavation. When liner plates are being installed, care shall be taken to maintain alignment,grade and circular shape of the tunnel. All voids between linear and surrounding earth shall be filled with grout Forced in under prressut'c. The grout Shall consist oi'two parts of sand to one part of Portland Cement. mixed with suf7icient water to maintain a freely pouring consistency. As the pumping through any hole is Stopped, it shall he plugged to prevent the hackflow of•grout, After lining insiallation is complete it shall be cleaned ofall c.lebris and all leaks which allow flowing or seeping water into tunnel, shall he stopped. 4. f and SCUIS: ('otlstr•uct end seals tlltcr sewer pipe has been pernlanerltly placed inside casing, tested and approved. Brick shall be in ;accordance with AS"1'M C-32, Oracle SS or SM and mortar in accordance with AS'I'M C-270. 5. Sane) bill: Dill annuinr space hetween lining and sewer pipe with sane) corllplying with gradation as set li►r•th in AS"1'M C'-33, line Aggrepatc. Moisture content shall not exceed 0.5 of'onc percent. Dill after sewer pipe ® bar, hcen pernrulcntly placed inside casing, tested and approved, in if manner �1 such as not to disturb file tllignnlcnt and/or• grade of the sewer pipe. SS-9.0 AC'Ch,P'{'ANCI."I'f?S'l'S FOR SI?W1iRS SS-9.1 Scu))c: This section governs the furnishing of all labor, ecluil•1a11ent. tools and materials,told the pertormatice ofany oral{ acceptance tests as required by the flans, Special Provisions, and these specifications. SS-9.2 AccePt_.a1ce 'tests (of- SS-9.2.1 Visual_InsJ?cction: 1. Contractor shall clean pipe ul'cxccss nlor•tar,•joint sealant and other dirt and debris prier to inspection. 2. Sewer will he inspected by flashing a light hetweerl 111,11111 Iles and/or by physical passage where space permits. I)eternline Il-0111 illllrl1i11titi011 and/or physical inspection tile presence of Im misaligned. displaced or broken pipe and the presence! of visible inliltration or other delcctt:. 3. Corrccl defects as required prior to conducting leakage tests. SS-9.2.2 Fxlillration Leakage 'I est to Ile perl'yrnled on the full length of all lines prior to acceptance. 20 1. Contractor may perform leakage testing by exliltration On sewer Pipe larger than eighteen (19) inchc I.I), Furnish all labor, e(llllplllent, tools and materials required including bulkheads, water and all miscellaneous items required to perform the tests. 3. 'Pest all sewer pipe over eighteen ( 1 Y) inches I.D. alter either the completed backlill or Martial hacklill sufficient to stabilize the position or the pipe in hulk alignment and prude is accoinplished. Contractor may select sections or the proicct For testing at any tinle by notilying the Engineer 24 hours in advance. 4. Perform at depths of writer as I-IMISurcd above centerline or pipe or not less than two (2) lcct nor more then ten ( 1O) icet (consideration shall he given for water table above said centerline). S. Maintain test ns necessary to locate all leaks Nut not less than two hours. 6. Repeat as necessary after repair or leaks and detects until leakage. as measured,clots not exceed(l,1.5 sallons per inch ol'internal diameter per hour per 100 Iect orpipe length (200 gill/inch of 1.11/day/mile). 7. Protect manholes and other structures by means of bulkheads to prevent bursting pressures rrom being applied inside the structure. S. Dewater pipe upon complelior► ol*testing.. SS-9,2.3 Air Leakage 'Pest to he pc i-rormed on the cull length orall lines prior to acceptance. I. Contractor nlay perlorrrr air tests fur all pipe sizes, 2. Furnish all IrlCililiCS required irn:luding necessary piping connections. test pumping edllipn►cnt, pressure galrges, hulkhcads, regulator to avoid over- prc:ssurir.rltion and all illisccllaIICOIIS IICIIIS re(uired, 1 1 . The l►ipe plug roe introducing air tip the sewer line shall he ecluil)ped with two tal►s. One till) will he usc(I to introduce air into the line being rested, through suitable yulves artd littings, so that the input air nla\ he regulr►tcd. The Second till) will be fitted with valves and fittings to accept it Pressure test gaul�e indicating internal pressure in the sr\ycr pipe. An addilional valve and tilting will be incorporated on the till) used to Cheek inM-11,11 pressure so that a second test gauge may he attached to the internal pressure tan. The Pressure test gauge 21 ' will also tic used to indicate loss of air pressure due to leaks in the sewer lime. 2. The pressure test gauge shall meet the following minimum sprxifications: Size (Diameter) 4 14, inches f'ressure Range 0-15 P.S.I. rFigure Intervals I I',S,I. increments Minor Subdivisions 0.05 P.S.I. Pressure Tube Bourdon tube or diaplinigni ,0 25'/,of ma>:imt►m scale reading Dial White coated aluminum with black Icttering, 270 degree are and mirror edge Pipe Connection Low male 6/2" N.P.T. Calibration data will he supplied with all pressure test gauges. Certification of pressure test gauge will he required from the gauge manuf'stcturer. This certification and calibration data will he available to the fngincer whenever air tests are perflormed, 3. 'Pest each retch of sewer pilic between manholes afier completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4. Plug ends of line and cap or plug 1111 connections to withstand internal pressure. Une of the plug~ provided must have two taps For connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5,0 psig, After reaching 41.0 psig. throttle the air supple to maintain hctween 4.0 and 3.5 psig Im at least two (2) nlinutes in order to allow equilibrium between air 4e1111er11ture and pipe M111s. 1)tn'int; thiti time. checl: all plugs to detect any leakage. If Plugs arc 1i61.111d to leak, bleed off air, tighten plugs,and again begin suppl�'ing air. After temper►tture has stabilized, the pressure is allowed to decrease to 3.5 psig. At 1.5 psig. begin timing to determine the lime required for pressure to drop to 2.5 prig. If the time, in seconds, 1161. the c►ir pressure to decrease from 3,5 psig to 2.5 psig is greater than that shown on the Table IVIOX V, the pipe shall he pretiumcci free of'dCICCIS. Pipe Rcquircd Time Maximum Required Size Per 100 l,l" Time 22 8" 70 see. 227 sec. 10" 110 sec. 293 sec. 121, 159 sec. 340 sec. 15" 249 sec. 425 sec. 1 ft" 356 sec. 510 Sec. 21" 495 sec. 595 Sec. 24" 634 sec. 690 Sec. 27" 705 s,!c. 765 sec, 30" 951 sec. 95 i sec, 33" 935 tiec. 935 sec, I I air test Calls t(r inect above requirements. repent test as necessary after all leaks and detects have hecn repaired. Prior to acceptance all constructed sewer lines shall satisf�ictorily pass the IOW pressure air lost. 5. In areas where ground .ti-ater is known to exist. install a one-half inch diameter capped pipe nipple, approximately tell ( 10) inches long, through rlltlrlhole wall on top of ono of the sewer lines entering the manhole. '['his ,,hall be done at the time the sewer line is installed. Immediately prior to the per-firrnlculcc of the line acceptance test, ground water level shall be determined by removing pipe cap, blowing air through pipe nipple into the df ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertically and a measurement ofheight in feet of'water Shall he taken aficr the water steps rising in this plastic lobe. The height in feet shall be divided by 2,3 to establish the pounds of'pressure that will he added to ;.111 re;ldings. SS-9,3 Acceptance_ gists I01- Pl-CSSurc_SrctiLigg�� I;�orccnu�i11 I. I crlirrnl hydrostatic pressure and Iecikage tests. ("Onfirrm to AV1 V1 A C-600 procedure, as modified herein, Test shall apple to all pressure sewers. Perl'or•ni after backlilling. 2. Test Separately in segments between sectionalizing,, valve's. between a sectionalizing val,c and a test plug. Or between test plugs. Sclect test segments such Ihat adjustable scaled valves are isolated lire individual checking. Contractor shall I'urnish anti install test plugs at no additional cost to the (honer, including, all anchors. braces and other devices to withstand h\1Clrostatic pressurc on plt111s. Contractor shall be responsible fOr;uly damage to public or private property ' caused h\ f�filurr of pluis. Limit Cull rate of' line to available venting ea p aeity. 3, Pressure Test: Conduct at 1.5 times maximum operating;pressure delermined by following formula: P pt 0.050 (UP-Cif?) in which I' pt test pressure in psi at gauge. elevation Of' operating pressurc in feet as indicated for highest elevation of the hydrinllic gradient on each section or the line, GF .. elevation in feet at center line of gauge. Perform salis(actorily pricer to dclel'mining leakage, 4. I.cukage Test: Conduct at maximum operating., pressure determined by following lot-111111a: 1' It = Q.433 (OP.-G1:) in which P It test pressure ill psi lit 'illl gc l'devation I I (^ g C:)P and Gk' = as in previous article. I . All joints shall he watertight and free from leaks. 5. Deflection Test: tGravity pipeline lid flexible materials shall also be tested by pulling a MI-Illdl'el. 1'he test shall he conducted not less than onC (1) month alter hack!ill has hcen properly installed. The Illi1\l Ill Ui11111IOXVilblC dCf 1CCli1111 shall not exceed live (5) percent of the pipe's internal diameter. Mandrel lesting shall he perlul'Illcd on a nlillinlunl o('25`�0 ol' thc pipeline. The sections tested will he determined by the (.'it\. 11' one section of line fails the test. the City may relluirc all sections of pipeline he tested. The additional testing shall he done at no additional cost to the City. Any pipeline found not confornlill l to these r'CC llii'C111e1115 shall be 1'C dared by f ( 6 1 I ill(- Contractor ill no additional cost to the Cite. and shall then he retested. ' The C'ily play. prior to tilt end of the wtn•rarlty (guarantee) period, conduct another deflection test with City personnel. Anv pipchrlc found not 24 confbrmin r to these requirements shall be replaced by the Contractor tit no b 1 P additional cost to the City, and the Contractor shall provide tin additional warrant), (guaranice) for not less than two (2) years for that portion of pipeline so replaced. The City also reserves the right to conduct deflection tests on any semi-rigid Ox. Armco Truss)which shall N.'required to conform to these requiremcn.ts. Mandrel] shall he similar or equal to the "Wortco 9-Arta Mandrell" five (5) percent deflection for flexible or semi-rigid pipe as approved by the laigineer. SS-10.0 SEEDING) SS-10.1 Sco e: This section governs the furnishing of all labor, equipment, tools and materials. and the perlormance ol'all work fir•seeding, complete as specified in the Special Provisions and/or as shown on the flans. All grassed areas disturbed which lie outside the C'ontractor's normal trenching operation areas shall he restored to a condition equal to or better than existing prior to construction. All provisions of Section 'I'S-9 shall apply except as amended herein. SS-10.2 The seeding: mixture used to seed areas off street right-of-ways that arc not maintained shall he as Follows: Min. Pure hate l,bs Kind of Seel I,ivc Scedd_ Ii Per Acre Alta 1'esCLIC or Kentucky 3 1 l"escue (Festuca I".liator Vtu'. Arun( inces) 75 90 Rye (bass (I.olium Per•enne 80 or I.. Miltillorrnn) 80 50 Total 1,1011/ucre SS-10.3 Sowing shall he accomplished by use ofan approved mechanical seedier or drill (hand spreader can be used in small area), making sure that sarccessive seed strips OVCrlap to providc unifirrnr CovCrai!e. Seed should hC drillCll to a depth of one-half( V.2) inch. r SS-11 .0 PAVI MI N'hI�I.I'L.r1C�I:R11 r SS-1 I,1 SepM.: This Section covers the furnishing cif' fill labor, equipment. tools and materials,and the perlornlance ol'all work Im the replacement of'pavement including sidewalks. driveways, and curbing, as specified on tile: Plans in the Special Provisions. SS-11.2) Definitions: Pavement, as used herein, shall include Portland Cement Concrete (PC'C.'), asphaltic concrete, tisphaltic and time or eenlent treated surface courses,and other similar types of construction, including sidewalks. driveways, rind curbing. Replacenent.. as used herein,shall mean reconstruction ol'thc entire structural section of all ilavements removed in excavated areas. including sidewalks, driveways, and curbing, and reconstruction or restoration of'damaged pavement surfaces outside of cxcuvation limits. SS-11.3 General: In all areas of, pavement rcinoval replace pavement upon completion of sewer installation. All pavement not designated for removal that is darmaged by liar Contractor's operations shall be required. restored or• replaced depending upon the degree otdamage. Prior to pavement replace►ncnt. all edges that were previously cut but have been ® subsequently damaged, shall be rc-cut, and all adjacent Undermined and heaved �0 pavement Shall be removed to the edge pf the undisturbed trench. SS-11.4 Pavement.Renlaccenic_pt: 1. General: Removed pavement shall be replaced in conformance with the typical sections shown on the City Standard Drawings, flans, and 'technical Street Specifications, the requirements specified in the Special Provisions, and will generally be replaced in kind Replacement shall include construction ofall cours.S upon the Subgrade IO a complete pavement structural section. Restor•aiion of danwged surfaces shall be as directed by the Engineer. Final pavement joints must be parallel or perpendicular to the street centerline. �. Subgrade Compaction: Subgrade compaction shall cordorrn to SS-7.0. SS-12.0 i4I*`ASIIRF.Mf•:NTS AND PAYN41"N'f•S SS-12.1 Scoj�2L: This section covers the method elf rlleasureinent and hasis c►I' nivnlent fi►r the lurnishing of rill labor. equipment. tool~rind 111,11C11,11S end iM the perf6i•nlance ofall ' related work necessary to complete the sewer and app1irtenaices, 20 SS-12.2 M► thud o1' hlcusttrcnlcnl: The amount of com Acted turd accepted work shall be rlieasul•ed or dctcrr)tined as follows: Alk I , Pipe Sewer: I . Open Trenched: Measurement of various size, type and depth plillc sewer will he in linear icet, as listed on the laid, hased on the tr•uc length of pipe computed from inside wall to inside walk of Manholes along centerline of'pipe sewer. Depth range as listed 011 the laid and sh(►wn oil the Plans is the average trench depth hefween adjacent manholes and will not he pleasured unless chlanpcd field conditions result in a change in the flans by the I;ngtincer. '. '1 unneled. bored or.lackcd: MeaSlll'emenl will he lnu(Ic in line;u• Icct km, the applicable size of cast iron llipc scwcr, ttulncle(l, bOrCll 01- jacked ns listed in the kid. hased on the true length of'prpe shown on file flans, fatless Changed in the lield by the 1"Ilgincer. :'. Manholes: 1vicasurerrierlt will he nlacle km-the applicahhc type. si•r:c and depth of manholes as listed in the laid. The manhole depth shall he determined by pleasuring fi•o►n top of'Casting to outlet pipe (lcnaline. 3. kncasement: Standard concrete encasement xill he measured in linear feet For the applicable size pipe, as listed in the laid. Concrete collars will be measured as (lllc' ( 1 ) lineal. Im of,concr'ete cllcasc►)lerlt based oil true length oFencasenlcrlt along the c;et)tcrlirle of'pipe. 4. Seeding: Secded areas will he measured horizontally ill linear lM along c:ellterline oFsewer. 1-cg;u-dlcsS ol'width 0f(listuncCd Irca or type 01'SCCd used. Seeding will he measured only when centerline of'sewer lies in grassed areas to be sul-ded. as shown on the flans. When centerline: ul'sewer lies in areas tll;lt :11-e 1101 gl';ISSed. Slleh aS Street paving,driveways. parking areas, gardens. etc.. no nlcastucnlrnt will he made. Arcus that arc dislunccd which lie outside the ('o11t1-;tctor'S 1101-111,11 trenching areas will not he pleasured I61- payment. but shall hc: 1-estor 'd to condition eclu;ll to or better th,111 that existinp prior to construction. WIICII scwe1- cads ill a grtlsscd 11-CII. tl)C;ISUrcincnt will he made only (o centerlIlie (If 111allhulc. ' 5. IWC1:: ol'the (Iiiantit,\ of excavated rock will he in cubic yards. ;IS listed ill the Biel. baSCd on the true )cnp.ths and (Icplhs Is pleasured ill the 1 field. Payline width Shull be the outside chi;Inkier 0f*thc pipe plus Iwclyc ( 1?) inches. The nlinimcull paYllne width shall he twcnt\-fimr (24) inches. SS-12.3 13atiis ol,Paynlcnt • I'ayln(;nt IOr the comple'el and accepted work shall he ...lade us ((,.lows: lip1. Pipe. Sewer: I . Open 'Trenched: Payment will he ..lade at the contract unit price per linear foot For the applicable sire, type and depth of pipe sewer, as listed in the Bid. Such payment and price shall ConStitutc full compensation 161. all lahor, materials, c(Ia.lip111ellt and lilr the 1 performance cif all wort: necessary to complete the sewer, including excavation, sheeting and shoring„dewatering,preparation of beclding, installation of pipe sewer. back(illing, compaction.disposal ofcxcess materials and replacement of pavement. ?. T1111llclCd, Bored or.lackcd: Payment will he made ell the contract .alit price per linear filot fbr cast iron pipe sewer, tunneled. bored or ,lacked as listed in the 13X1. Such paynlcrlt and price shall constitute full Compensation file all labor. material. equipment and Rlr the perlirrnaa..ce ofall work tleccssar•y to complete the sewer, including all excavation, sheeting and Shoring. dewatering. Ill" allatlOn of Casing pipe, tunnel liner plate. grouting, installation ol'carrier pipe, sand fill, end seals, backf1111ng Compaction and disposal of excess nlatCrial, illClLIdillQ all cost of jacking and pit(s). ?. Manholes: i'aynlent will he made at the contract unit price per each for the applicable type, size and depth of manholes as listed in the Bid. Such payment un(I price shall constitute hall Compensation for all work necessary to complete the manholes, including excavation. sheeting and shoring. dewatcring, concrete hose. manhole steps. manhole ring and cover, waterproofing, brick or concrete masonry. reinforced concrete, backlilling, compaction laud disposal of CNCCSS nlateriaL. 3. Fncasenw..t: Payment Shull he nla(le a1 the contract unit price l)er linear lion Ofcncasenlerlt. IOr the 1pl)liC IblC size pipe as listed in the Bid. SLICK payment ' Shull constitute full conlpensatiorl liar all 1,11101'. materials. equipment and lily the pel•IOr•Illalice of all work necessary to e0111plCtC the item, nlcludilg reinflrcCd Concrete Collars. 4. Seeding: Payllic'ill will he 111a(IC at the c01111•00 unit price JILT li..C,11' loot for Seeding. 1'Cg111'dICSS ul'typc ol'seed. us listed in the 131d. Shell piaVlilC111 Shrill ' constitute full Compensation 161- all labor, materials. Cquipnlent aild w0rk necessary to complete the item. including grading. tilling. Fertilizing. appliCUtiOlI ol'SCecl. COMINIclioll a11d 111LdChilig. Rock: Payment will he made at the contract unit price perCLINC yard.us listed in the laid. Such payment and price Shall constitute full colllpensutioll 1,61-all 27 Inhar, nytttcrittl, cduiRtnent, and till work, ncc.estiat•y to complete the rock- SS-13.0 SUBSIDIARY I'ITIMS Section 'I'S-30 shall apply, r t t 27 t T11"(1-INIC'AL SPECIFICATIONS i o 11 '1'111; IN4'I'AI_,1..A'i'ION 011' Wh'1'1?ItM1A1N WA I'VR MAIN St IPPI.Y PIVIN(i. VAI.VFS. AN[) I VITIN(i5 Piping, valves, and fittings shall he rurnishcd and installed ill aecor(Itulce with the mantifhciur•eCs requirements. All pipe and materials shall he new and in n condition satisraclory to the Owner. Materials of constr►ICtion lilt water supply pipes and fittings shall he as {illlows: WATF,,R MAIN A. CLASS 200 PVC WA•1'1:It MAINS. Water mains may be PVC Chris 200. Pipe shall conform to AS'I'Nl 1)22,11 and shall he pressure rated at 200 psi at 73"F with it :standard distension ratio of Silt 21. PVC pipe Must bear the seal of approval of' the National Sanitation foundation. Net laying lengths must be 20 feet. Joints shall he integral hell hush-on joints with single rubber gasket. making it pressure light seal. Said pipe shall he in accordance with ANSUASTM 1)2:'.41-78 or the latest revision thereof. Pipe Manrrfilcturer•to he Johns-Manville. or approved equal 11. IN IC'•rILF IRON P1111.. Ductile iron pipe for use on water plains under these specifications shall he Ce►nenl-lined super hell-tilt: push-on•joint: nlanufaCtmrd of materials and methods sleeting the tests set forth in the latest revision o{•ANSI A21.51 (AV AAA (T5 j I) (or Class 50 ductile iron pipe. Pipe shall have a working pressure ol'350 psi. C. M(-)I.I C'I11,ARI.Y ORII;N•I•I:U PVC WA'rHR MAINS. Water plains shall conl6rnl to ASTM 6483 and shall he pressure ratted to 200 psi at 73° F. Pipe materials shall conlilrnl to ASTM 1)1784. Net laying lengths must be 20 feet, Joints shall he integral hell positio11 oillis with single rubber gasket, making it presscu•c tight sca11. r), 1:IT 'IN(;S F(M PVC MAINS. for PVC pipe flanged and/or mcchanical Joints ductile iron fittings Cllr PVC pipe, Tyler Pipe fittings. or approved equal, shall he used and shall meet the requirement."or ' ANSi A21.1 1 (AWWA Cl 1 I). fittings shall include approprialc Irilnsilion gaskets. 1 . UATH VALVI;,S, Valves (or water lints ;izes,I-u►ch to 12-inch diameter shall he Mueller Model A- 2360-20. non-rising stem, resilient wedge. gate valves or approved equal. kitch valve shall include the required Mueller mechanical _joint accessories. Said valves shall he of, file si/C and joint type re(Iuir•cd in Ills appr•o\ed plans. All valves shall he mmnulacturcd in accordance with AN'V`'A Standards C-509. I". VALVI-, M)XI!S. Valve hoxc, Shall he 'I viler Pipe Model adi►►stable type. with lid as niturtlfilclured bY the Tyler Pipe or approved equal, ' G. FIRE. HYDRANTS.I'S. fire h� r ants shall coal �lN wilh Amuri;:an Water Works Association 1 . specifications. It shall have: two-piece standpipe: compression Iype Inaill valve: 5 ',.1 inch valve openintt: Iwo 2 inch hose noi�lc� and one ..I inch pumper nnn.lr: niCCIi'llllCill I01111 inlet with cast iron rclainer eland;: I';.t inch Peutaguu-shillicd operilltn!p, 11111 to open clockccise. Cast iron fitline shall he Cement mortar lined with hilliminorls seal coat inside anal out. Inlel connection shall he 6-inch mechanical join!. I ire 11vdr,utt, shall he (\lode! •1r3 as nlnnufaclured h\ the Nqueller C ompan,, or approved e(luaal. Said hydrant, shall he equipped with auxiliary gale valve and valve box and NItieller n•ansilion t-dand (A-399), Said Il dr sits to be painted \ellms. as Per Cole C•ounly I'.�al',S.I). ill Specification,. i I. WATF,RHNI: 1,()C'A i OR Wilt L. Waterline locator wire 'dialI hV 012 copper wire, snliil, insulated Cor 000 V with splice points in llte valve boxes, IATFR Si:RVI('I;S-.. % A. Two-inch (2") diantetu• and )-inch (I—) diameter water scr•viec piping shall lie SDlti) polvethylenw (CTS) and conlin•m to AS I'M D2737, or the latest revision thereof'. Piping shall he pressure rated at 200 psi at 73.4" I lilt(( must bear the seal elf approval of the National Sallifiition Foundation. Ville mantiliicturer to he I)risco Pipe Company. or approved alum. B. Threc-quarter-inch (3/4")diameter and one-inch (I") dianlelcr• water swr•vice piping shall he type K- Copper tubing with 30 inches minimum cover. C. Water Services shall he Constructed as detailed oil the C'onstructioti flans. !1 All pipe and material:, described above shall he ol'ncw materials in a condition satisfactory to lbw Owner. Ali pipe and fittings shall he unloadc(l. hauled. and handled with care to prevent injury to file pipe. Proper methods and equipment shall he used tilt sale handling, Should a defect, gouge, or crack he discovered in an\, pipe. the crack or defective portion shall he cirt ol'f hcli>rc being installed so that the pipe will be perfcclly sound. The cut shall he made in file sound barrel at a point al least 12 inches hevoucl the visible limil of,tile defect. The interior of file p i l le shall be Ihorolighl cleaned of all foreign matter and shall lie kept clean during operations hN means of plug; or other approved methods, At all times when v,ork is nol in progress. all open ends of pipes and fittings shall lie securely closed. 'fees and fittings at bends in pipe shall be properly braced with substantial concrete thrust blocks. 2. EXCAVATION C)I.:i RENC UFS A. OFINERA1., The Contractor shall Control the gradinu in the vicinity of pipe wenches So 111,11 the surface of lllc ground will he properk sloped to preveill \�atwr li•onl ruriltins-1 into the excavated areas. Any wateror other lidluid wastes, which accumulate in the excavation!. shall he rcnluvCd pronlptlV. The Contractor shall perlirrin all excavation work necessary fir and incidental to the proper construction of'thc water lines as shown on the approved plans or directed by the Owner. Lwavation shall include the removal ol'trme . shrubs, and undesirable material. Excavation shall he done along the lines indicated on the Approved plans and shrill he continuous and straight without improper hends and kinks. 'l rendws shall he only ol'sufficient width to provide a lice working space on each Side ol'the pipe. During excavation. material suitable Im hackfilling shall he stockpiled ill an orderly manner a sufficient dislance I'roni [lie ballks (11,111C trenches to avoid ocwrloading which might cause slides or cave-ins. All exclivatcd material not suitable fir hacklill shall tic removed by the Contractor and disposed of in a manner approved hy the Owner. The ('ontractor sh.rll provide all barricades, lights. ternporar\ crussirlrs. \varninp sipns. etc, that may he necessary to properk pi-olL.CI the public and the work From injury or dams vu, li. DI:PTT 1. '1 reltC11CS fir water pipe shall he opened to a sid1icien d l epth to obtain a mimintim of '46 , inches of cover over the lob of the pipe. All excavalion simll hr_ made so as I„ provide a Continuous hearing Nil- tic barrel ol, the pipe, tidal hole~ Shull he excavated to sul'lic:ienl Size w permit ample room fcrr 11111),illy, ,joints, 'l he holtont oI' Ircnehes shrill he I•rec lion( rock!, clods. debris and other ' urtstritable material and( shall cousisl of properly shaped earth or tanlpecl granular material as specified Iicreirt. File (. orttractor stud( he careful not w excavate hckm grade except to remove undcsitahlc nuttcriul ur as dirocled b.\ Ihw Omicr. 1 1 C. WIDT 1. No excavated trench shall he wider than 1-4/10 time the pipe diameter in inches plus 12 inches(width-- I.4d" 1- 12")or two feet wide or as designated by file Owner. U. 'I RENC11 EXCAVATION CLASSIFICATIONS. All excavation shall consist of two classifications, Vis: Class"A"tend Class "13." 1. Class "A" f xcavation. Class "A"excavation shall consist of all other materials not nienti(xned in Class "13." The decision of the Consultants shall be final on the determination of the proper . classification. 1 2. CLASS 11- EXCAVATION. Any materials shall he considered Class "13" excavation, which, in tine opinion of'tile Consultant., cannot be excavated by an excavator with an operating weight of at least 52,600 pounds and flywheel horsepower of at least 15.E hp. Said material to require drilling and blasting or drilling and wedging. The classification shall not be extended to include the materials, which can he removed by other means, but which, for reasons of economy in drilling and wedging, Such excavation shall include detached pieces of ruck or boulders one cubic vard or more in content and masses Of solid, well-defined ledges of"stone or masses or rock, slate, shale, or soapstone and other similar substances. Class "f3" excavation shall he stripped For measurement in sections of such length ns the Consultant may direct, and no rock excavated or blasted before such measurements will be allowed. Stripping, shall mean the removal of"tdl other materials sons to expose the surtitce of the rock, Lt. l-xplosives. Blasting will he permitted fir Kock I',xcavation, 1). Measurement. A11 Class "R" excavations shall lie measured in place by the cubic vard. No loose, shaken or previously blasted rock will he allowed as Class 13" excavation, nor shall im1' eXCilVfltOn exterior 10 the nlaxllmllll (lltnllti l)1 n)eatilll'e`ments be allowed. Pay width for trench shall not be wider than I A/10 times the pipe diameter in inches plus 12 inches(width 1.4d'" {- 12")or 2.5 feet wide or as designated by the ()\%net-. 3. l IPI LAYING A. C;F.Nf:KAI.. Laying of'thc pipe shall he Commenced irlimediately after the excavation is started, and the Contractor must use every nncans at his command to keep pine laying closely behind the trenching. The Owner may slop the trenching when. in his opinion, th(: french is open too firr in advance of the pipe laying operation. The Contractor nnay lay pipe in the hest manner adapted to seCtiring speed and good results. It shall, however, he in accordance with the manutuctureCs instructions and r'CCO1111T endrllioe,and in a manner that will not danlage file pipe. 13. TI MUST BLOCKING. Lines shall he thrust blocked at hends, tees,. caps, and hydrants to prevent movement o1'lines under pressure, The concrete blocking,shall lie placed between solid ground and 1 the fitting to he arlchore(I in such a manner that the pipe and fitting joints will be accessible I'm repairs. "I'hl'ust blocks shall tic constructed ill accordance with the 1'011mying table: i 1 1 1 Dead End Tee Of. 22-1/2" Yips Size In,-Line!Valve 90, I;Ibow 451 Elbow Elbim, 2" Min. � Milt. � Min. Mill. i1" Niin.-`---- Mill. Min. _b' Miller._.___. Mill__-__ W_ Min, Mill. O 8" 2'3' X 2'3' 2'8" X 2'8" Min. toil). 10" _ 210" X 2'10" 3'6" X 3'6" 2.6 X 6 _ Mill, 12" 3' 0" X3' 6' '1' 0" X4' 0" 2' 0" X3' 6" -- MININItIM 'I'1_II2t1S"t' 131.,OCK BEARING TO 131? 2 SQ. VI'.��-_ C, LAYING. Damagcd or unsound pipe or fittings will he rejected. Pipe shall be laid with hells fi►cing in the direction of' laying, Joints shrill be made as sllecllled above. Heli,re •joining the pipe, all lumps, blisters, excess coating material, and am grease or oil shall be removed from gaskcts and the hell and spigot ends ol'the pipe,. U. PIPE 13RUU1N(;. Pipe shall be laid in a flat button) trench with hackfill material approved by (he Owner deposited into the trench unifornlIN al hush sides of the pipeline Cor the full width of* the trench, tip to the horizontal diameter of'thc pipeline. 4, 13ACKPIL.I,ING FOR ' RI`NC'I II;S A. GE'NERAL,. When the pipe is laid, the Contractor shall hacklill undt-r• and around the pipe until the pipe is covered with sttflicicnt material to hold the pipe in position when firmly tamped. Tile remainder of the trench shall Ihel lie carefully backfillcd simultaneously oil both sides of the pipe. Broken concrete or pavement, blasted rock and large boulders shall not he used as hackfill materials. Any trenches improperly hackfilled, or where settlement occurs shall he repaired as directed by the Owner. The ground shall he graded to:r reasonable uniformity and the rcduired amount of mounding over the trenches lel"t ill a uniform and neat condition. IM'6re final acceptance is made, the Contractor shall travel the line with the Owner and ally settled places shall he repaired as directed by the Owllcr". It is the intent of these Specifications to secure a condition where no 1•ur111e"sell lencnt of trenches will occur after hacklilling is completed. 13. BACKFILLIN(i FOR TRENCHES IN UNPAVED AREAS. flw entire hacklill li,r trenches in areas other•than areas Io he paved as indicaletl in the Approyctl plans ~hall be repaired as directed In' ,he Owner. It is the intent of these Specifications to secure a condition where no fiull)er settlement of trenches will occur after backlilling i!,completed. C. 13ACK1111 IN PAVFD ARF'AS. In areas of existing or proposed payellnernr or rock surfirces, the entire backlill shall consist of wclkgr•aded 1'" mlintrs crushed Iin)estonc. The hackf ill material shall be compacted by an acceptable method to insure that no settlement of the completed hackf ill will occur. All areas of" existing paycnlenl dautaged during construction shall he repaved with comparable construction materials. and installed in accordance Witl) the latest edition ol'tbe Missouri Standard Specifications for I I)ghwa) Construction. 1•dgcs of the exrstnlu pavellwill shall be ncatk cut in a straight line, removing all damaged pa\en)ent. prior to repro ing. 1). It1?SPONSIBILITY OF CONTRACTOR F(W BACK FILL S1:"1 11.1?N11.N 1 . The Contractor shall he responsible fir the satisfactory compaction of hackfill material descrilwd. Wally trenches or other r excavation are Found to have settled, they shall be immediately reworked by the Contractor and restorcd to the specified grades. In addition, the Contactor shall he responsibly for till damage or damages which Wright result From settlement of back(ill mauls by him of the fulfillntcnt o(' his contract within and during the period of one year From and ;titer the date o('f inal acceptance thereof by the Owner. F", FINISI I GRADING. 'I'hc finishing of side slopes, cuts, and fills shall be reasonably smooth uniform surGtces that will merge with the adjacent terrain without noticeable break. F. PROT11"CTION OF F,XISTING SIMERS, STR(1CTURF.S. OR 11'IILIT11-i.S. Where new lines approach, cross, connect to, or rnn parallel to existing scwvcr. st•uctn•es, or other utilities. the Contractor shall he held completely responsible for protecting, preserving. and otherwise nutintatining existing improvements during construction of the new lilies. Any damage inflicted must be promptly (� repaired to file satisfim-lion of the Owner. Costs involved liar any and all repairs shall he at fire ® Contractor's expense. G. TI:S'I•IN(i WATI?RI.INFS. All newly laid lines shall be ty.sled belore being placed in service. 'Trenches may he backfilled as the pipe is laid: or where practicable, trenches or hell holes may he Ie(t open lilt visual inspection during tests. Prior to slaking tests. all air shall be expelled (rout the pipe. 11' hydrants or blow-olls are not available at high points of the lines, suitable tarps shall he provided at such points. A one hour hydrostatic test shall he made on file pipeline between valves or temporary plugs at .I test ® pressure ofat least 50 percent (5(1':4,) in excess or normal operating pressure. Any open trench or bell �l holes ntay over dry joints may he hackfillcd filllowing this test. Where trenches have been backfilled prior to making the test, any leaks evident at the surface shall be remade and retested. All pipes, linings, valves, hydrants. and utl,cr materials Flund defective under• this test shall be removed and replaced. 1 After hvdrostalic tests have been satisfaclorily completed. a two (2) hour leakage test shall lie made on the pipeline valves or temporary plugs at a constant lest pressure of'75 pounds leer square inch. Leakage in the lest system shall be measured through a meter or approved measuring device. The allowable leakage shall not be greater• than 70 gallons per 24-hour cL►y per mile of p1 lc per inch nominal diameter ol•pipe. Should tests disclose Icakaz e greater than the allowable alll aunt, locate and repair defective joints) until the leakage is within the specilicd aillowance. 5. WATER MAINS NFAR Sl:Wl:RS A. IIURILONTAI, SI I'ARATION, \A111cnever postiiblc, a walel plain shall he laid at Ieasl tell tcell horizontally Caroni am,' sanilary sews►•, storm sewer or manhole. When local conditions prevent a lateral separation often first, a water plain nun he laid closer than tell feel or (or in the same trench as) a sallllatl or storm sewer. provided that Illy \valley imull is laid Ill al separale tl•ellch. of oil all undisturbed earth shell'located on one side ol•the sewer at such an elevation that the bouorll ol•the water Inalll Is at least Is inches above the lop of*the sewer. When it is impossible Io obtain property horizontal and vertical separation as stipulated above. both the eater plain mul sewer must he t constrticled of mechanical. slip-on. or lead joint cast iron pipc. or pre-stl•esscd concrete cylinder pipe. and should be pressure-lestcd to assure walcr-tightness before backlillinu. B. Vi"R'I'IC:AL Sld)ARA'TION. Whenever water main must cross, sanitarN sewers. hO11SL' sewers, or storm drains, the water plain shall be laid al such an elevation that the bonoill oFllle wilier' plain is 11; inches above the top of'the chain or sewer. A full Icnglh o(•waiter main pipe shall be cenlered over the sewer line to be crossed so that the joints \\ill be equally distant f'ronl the sewer line to he crossed so that the joints will he cyually distal►t from tiro scwcr and as remote the•efrorp as possible. This vertical separation sl►all lie maintai►tel fin, that portion (If' the wider• plain located within tell Feet horizontally, of env scwcr or drain it crosses. C. UNUSUAL CONDITIONS. Where conditions prevent the minimum vertical separation set forth above front beirlf; maintained. or whco it is necessary for fhc wafer main Ili pass under a sewer or- drain, the water main shall he laid with mechanical Joint Cast iron pipe and the cast iron pipe shall extend oft'each side of the Crossing to it distance I'roal the sewer ol'al least ten (10) Feet. In making such a crossing, a full length oI' water main pipe mast he centered over or under the sower to he crossed, so that the•joints will he equi-distant froth the sewer and as remote therel'rum as possible. The sewer line nnrst also he constructed of cast iron pipe with slips-on., leaded, or mechanical joinls until the normal distance from the sewer line to the water main is at least tell feet. Where it water stain must cross under a sewer, a vertical separation of' 18 inclres between the hottorrl of the scwcr' and the top of the water main shall he maintained, with adecluate support, especially For the larger sired sewer line to prevent Them from scilling on and bmaking the water main. The sewer shall he constructed of cast iron pipe (or a distance of'ten feet on cillier side of the crossing, or other suitable protection as approved by the Division of I iealth shall hr provided. kVilerc Ihcse conditions cannot be met, the Division of I lealth shall lie consulted as to the precautions to he taken to protect file public water supple. 1). SI;WFIR MANI IUI,I?S. No water pipe shall pass through, or.Collin into contact with. any earl of the sewer or sewer manhole, G, DISINFF.CTING,.WnTER_I.INFS A. GE'NI"RAI,. Tile interior of all ripe, fittings, and other accessories shall he kept free as possible 1'rorn dirt and foreign malleral all times. I.vcry precaution shall lie used to protect the pipe agaill.st the entrance of filrcign material belure the pipe is placed in the new line. At the close of the days %sork or whenever the workmen are absent From tilt job, the end of the last laid section of pipe shall be plugged. capped or otherwise tightly closed to prevent (lie enlry of fiorcip,n ntrlrerial of'an.� natlirc. If*file pipe laying crc\% cannot put the pipe into the trench and in place without getting earth into it. file Owner Imly require that hdorc lowering the pip: into the tretich, a hcav), tighll��-woven canvas hag. of suitable sire shall he placed over each en(L and left Iherc until the Connection is to he made to tile adjacent pipe. At Finns when pipe laying is not in progress, the open ends of pipe shall he closed hti ;+ walcrright plug or other pecans approved by the (Avncr. .Form:, of pipe in the beach shall he n►adc heforc the work is Stropped. 'f his provision s11a11 apple duri%p Ibe noon hour as wCll as ovcrroithl. B. Fl.t ISIIIN(I AND S I'I:.RII.I/IN(I ( ()Nll'I.I "I H) 1'll'I.I.INL ;, of the Completed line shall lie done in a planner approvcol and reCOnupCMIC(I by the Missouri I)ivisiop of l ICitlth. Prior to chlorlr lilt lorl, the main shall he Iluslled w, Ihorwrlthl\ as po;sihle Will) the water pressure• and outlets available. I:IushirlV Shall he (lone irfrCr the pressure tests my 11111de. II must he under-stood Thal such fhrshill'v renlo(e� o111v the li'Oiler solids and cannot he relied upoll to rcinovC hCnv\ material 111OWC(l to het into the main (luring IaVi11.!. IlnlCSS C\IrCprc Care and thorou!;h inspection is practiced during the Iayllip.. of\\atcr mains. ~111"11 StoncS, plicccS ul'COperetc, par•tiCICS of metal, or other lor'cipi material hell gairr at-TCSS to 111ainS lie\\I\ paid. II•it is believed that such foreit-n material 11111\ be in the main. it Shall he dlorollgili\ Ilushed and valves carchill\ inspected altCr Ilushilw ro sec Ihal the entire idve operalinl., mccharrisnl is in vood condition. Subsequent to flushing, the f'ollowing procedure shall he f6flowed in disinfiecling the water mains, 1. Close oll'section iii'distribution m-stem that is to he disinfected. 2. Prepare I(Yo chlorine solution as shovoi in the following wh1c: Quantity of Water to All(] to Product Amount of Compound I Make I I% Solution (65-70%,Chlorine, I IT]I hiraelilorom, etc.) 1 11). 7.5 gal. —---------- ...... Chlorinated I (32-351YO Chlorine) 2 lbs. Liquid Blench I)ti r ex or Clorox) I g111 4.25 gal. 3. The amount of' chlorine required Im- 100 fool lengili of various pipe sizes is as shown in the I*oll(,)%Yillg table: Amount Required to Give Voillule of 100 It. Pipe Size Lel►gill 25 ppil► Chlorine (ill) (gill) 100%, Chlorine(11b) PY4, Chlorine/Water(gal) 2 16.4 ►.0034 1/'N 4 65.3 0.0135 1 A) 6 140.5 0.0305 ' 8 10 I 108,0 0.085 1 12 588.7 0.12.1 1-1/2 I?1 0.270 3-1/4 14 1 2350,07 O.-NO 5-3/d 4. introduce the Chlorine solution kith .1 positive displacement typo I)IIIIII) at the sonic point whel-v file wilier ��ill he introduced into the section to he disinfected. .5. Fill the pipe slo%�I\ and he Sill-C not to InIp and air in the pipe. Close the section off that is to he disinfected Mien the pipc is kill ;111(1 lindcr slight plvssllrc. 'I he solution should he allowed to remain in Ole pipe I*oi-2.1 horn••. NOTFI: The detention lime Inn he cill to three hollf.s, pro\ided i; 100 ppill Chlol-illu solution is used in place ot'llic 2; 1)1)111 C11101111C SOItiti011. 6, All valves or other appm-lellanct.'s in tile line being disild'Celcd should he operated while the System is heir., filled with the chlorine solution. Following sterilizing. all trewed water shrill he thoroughl} flushed front the newly laid pipclific III its extremities until the replacement watet' lh►•oughout its length shall, upon test, lie proved comparable to the quality of water approved by the Public I lealth authority having•jurisdiction. The contractor or his representative shall arrange lirr any bacteriological testing of water samples that may be required, This quality of water delivered by the new main should continue for if period elf, at least two Cull clays. as demonstrated by laboralory examinttlion of samples taken From if tap located and installed in such if waN as to prevent outside Contamination. samples should never he taken 11rorn till unster•ilizecl hose or from I hYdrartt, because Stich samples seldom meet cm-rent bacteriological sumdards, Should the initial treatment lilil to result in the Condition specilie(1 in the pr•ecc(ling paragraph, tole stcrilizing procedure shall he repealed until such resrlhs are obtained. 7. CH-ANING OF'.,'f',I_IF,GROI NDS During the progress of the work, file Contractor shall remove and properl' dispose ofall debris and waste material. Upon completion and acceptance of file work. remove from the property of the Owner all equipment and fincilitics and unused material:: provided h\ him in connection with life wort: and leave the grounds m a clean and orderly con(Iluoll. R. RI'SfORATIONOF_I)N_I'UIMI l).AM A 1 Any and till area,; that are disturbed as a Icsull ol'conslruction shall he restored to an "as good or better- condition as existed prior to being disturbed. W)AD AND DRIVIMA1' CW)SSIN(tS 1. Gf:NFRAf. All\, and all road and drivewm areas that fife dI.,'tllrbCd ilti tl I'CSldt l)I C0 11SIRICllllll Shilll he I•l'.titOrCd I(1 all "as good or better" condition as existed prior to being distlrhed. All clrivewa� repairs shill also meet Cite ol',Ic1'Icrson Specifications. ?. MiGRFGATI: Sf1Rl'A('I C( )I, A. The aggrcgalc surf;lce ;oursc >Jmll he constructed to the grade and cross-section as sho-ml oil the Plans. The Contactor shall shape the rock mall surfatc. Any additional ltlamilar material llee(led to shape the area disturbed shall he provided h\ the Contra(lor as nccessm'N B. 'floe aggregtue surfhce course shall he const-Ilcted in accordalwc m(h Section +tl•I of'the "Missouri Standard Specifications 1i61. l hg mm Collstruclion" - I(AM I .ditioll and all other sections rclirrccl to Ill Said Seclion 3111, :3. ASPIIAI.'I' '-',tlRFAC'I; C•Oljl:til. A. A prime coat of' I ypc N,1('-'10 liquid asphalt shall lit, applied Io the pr.-parcd base Cooke SurfilcC in ' accordance with Section 408 of the -Missoltri Standard tipeeiliealion.ti file I lighwal\ Construcfioll" - 1999 Edition and till other sections referred to in said Section 408. The prime coat shall be applied at a rate of 0.5 gallons per square,yard. B. Asphaltic concrete pavement construction shall confirm to Section 403 ofthe "Missouri Standard Specifications for Highway Construction" - 1999 Edition and all other sections referred to in said Section 403, Asphaltic concrete pavement shall lie a minimurn of 3" compacted thickness, 'type "C" asphalt placed in two 1'/" layers. II'the existing asphalt pavement is thicker, contractor shall ® match the same. �■ 4, CONCRETE. SURFACE COURSfI" AND CI1 M AND GUTTER 1 A. Concrete pavement, sidewalks, and curb and gutter shall be constructed to the lines and grades as called for in the Plans. Said construction shall be in accordance with Section 609 of the "MISSoIn'I 1 Standard Specifications for Highway Construction" - 1999 Edition and all other sections referred to in said Section 609. 13. Concrete used shall be Class "13" concrete in accordance with Section 501 ofthe"Missouri Standard Specifications fcrr I lighway Construction" - 1999 Edition and all other sections referred to in said Section 501. 1 C. The Contractor shall provide suitable protection for the concrete pavement, sidewalks, and curb and gutter until such time as the Contractor completes backfill of the curb and gutter Lind finish grading along sidewalks, 1 D. The Contractor shall coordinate concrete pavement, sidewalks, and curb and gutter construction with the adjacent landowners to minimize access limitations. 1 1 1 i 1 1 1 ADDENDUM NO. 11 PROJECT NO. 32031 e SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 26, 2004 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. Schn : zy ieders Excavating rn c. BIDDER. Do g Co _... n..�'�In..._.. TITLE: Vice President- ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, N.E. DIRECTOR OF COMMUNITY DEVELOPMENT ADDENDUM NO. 1 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 26, 2004 1. Sheets W1 - W6 of the plans have been revised. The revised plans have been included with this addendum. These sheets shall be used in place of thoso contained in the original plan set. 2. Paragraph 2.D.2.a. of the "Technical Specifications for the Installation of Watermain" has been modified. The paragraph shall read: Explosives. Explosives shall only be used of such character and strength and in such a manner as may be permitted by the Owner. All necessary precautions shall be takon to prevent accidents and injury or damage to adjacent buildings. Blasts shall be completely and carefully covered with heavy timbers or other adequate protection and shall be made only between such hours as may be designed by the Owner. The Contractor shall be liable for all injuries or deaths of persons or damages to property caused by blasting or explosives. 3. Contrary to the note to the contractor on page SP2 of the plans, all conduits for the future signals shall be installed without tracer wire. O 4. Special Provision SP-39, Photodegradable Straw Blanket, has been modified and shall read as follows: "This straw blanket shall be North American Green S75 or approved equal. It shall be installed according to the manufactures specifications using a red dot stapling pattern (1 .15 staples per square yard). 'The blanket shall be installed on the lower portion of 3:1 slopes when, the 1 total length is greater than 18 feet. It shall begin 15 feet down from the crest of the slope and continue to the toe of the, slope, and as further directed by the engineer. This itern shall also include all fertilizing and seeding required in the areas covered with this blanket." 5. The quantities of Residential Approach contiained on the Driveway Schedule have been modified. These n-iodifications have been made to the enclosed schedule entitled "DRIVEWAY SC HEDUI-E (REVISED 01/26/04)" ' 6. Several changes have been made 10 the itemized bid form, and are as follows: A. The quantity of item 1 3.01 is now 799. B. The quantity of item 13.02 is now 4,279, C. The quantity of item 13.04 is now 188. D. The quantity of item 13.05 Is now 152. E. The quantity of item 13.10 is now 7. F. The description of bid Item number 13.1 1, 6 MJ 45 DEG. BEND has changed to "8" MJ 11.25 DEG. BEND", and the quantity is now 2 G. The description of bid item number 13.27, DETAIL J has changed to �y "DETAIL L". ® H. The quantity of item 13.32 is now 21. rI. The quantity of item 13.39 is now 2,020. J. The quantity of item 17.01 is now 13,637. K. The quantity of item 17.06 is now 216 These corrections have been made to the enclosed bid form entitled "ITEMIZED BID FORM (REVISED 01/26/04)". This revised bid form shalt be used in the submission of all bids. '•;, KL�_.� �54�/ ry //aall ll�'JLiO• HdlSla fY'Inl 1M111r17rv\ ►°NMK`RMs t;n s,� I 'dN l0191SIG 891 NM.ALNIIOD 17017 'I!� feNNr�Y'1�t1USY1tf t1MAfIA101tlM/1• n 7�t.°en lrunn> G. � , 1rt#rr,IMIAIM911/� 17NIKt48OMI'HA13- .q,q,Efr 7 iryw Nr Ojp'n .'! �I�I08d(IN NY I(7 y fA ,1 �1 T•f ONU.TT/a*ur�t'l�s3►..�/tN�H/IVIVt�N.� -- — 9i 11HU11 117DAHININ00II.Lf1USI)NO�1V U°'Inwro►N YMrs<7 ' r 1 '�^m�1YlI-»IT-�T^•I r°/ NI NW?l;cll:i�i11 ° SLN.:IKRA09,1M NI1�LV H a L KH OC•1 uhf Wwr I A 01 •111' .# °I^ek 91"IH M..°II r. , `�.IN , fl hqi IM re 1 y Y• v 6h i �� 9 'gip ���� Q�t �ilY`i' � ; ', , � • � �,'.. . I ....._ fib an Qv � 1 - •_ �(( � .4 `��� I f't'�pY�� � t` I I I i I e � 4r; � � � � � 8 r D Itorr I e# 1 I fl�l� � � � b�� A f' � � '�i!,I I.. � � hl'r � 7 # e h t• % �N .._..... - - ..___..._ --_.... ........... _.».» _ .._.. !;� t�� 1 � �' p �� I i t• III'! � � � ff� f t. .� , ,. :, � �' rf P 1 r �Q� � # �� � t'il I ���` '°ri ( r�.�) � ► sw1• � � � � � �". k�r� a S t� : y �� �, I I. I .I; I i fit. ( eM '•' � '� ._.-- —'----– --•--- A e I Ir , ,III I �\ a o V ra �• PPP ■ r I , 6 ,• d 1 �� 1 rA 1d - rj I' �1 ��l�1 M �',• NhM l3Y�I,, .ol tomst, cry d w ,' 1 t �• I �'} t 4 kp N t Jill' tto d�1I _ � drf� }'a }rr ' Kf E c R �N 17fi a r 1e,nr l A Y � 'rl fl tiKe 1 w taulu# gyp# n'.I `. � g III F >" � G• 4FIII,14+Gf IY• Atli l .110 i's tt 88888 }} „ aqua riouvj� co,nua I {� 1 " ' • i �1 M��n,,x� nx tnu ,e,ilr n}a u1 - II � •.{ r� p , 1 G f Nlil:,Ii11u'I CMVIY;YF"/1 I,1�1 # ' I � ,i � `i,:. ,t� � � r?�Y:•��� IWC11W)tr7 n�plt 1n•tr e.17t cnie fi,Y�1�,S1��'r.l' '�`1'•III a''� !.. '�'r i�y Y�''� Y,�Ira1F1v,T lwxn lnnl,I.ur rnll u .F... r Y rpp'' r f I r' rwalmNllrn YIV1r?i tluu I.l;r ec 11 n.... if ' W �� `1 1.._-- .r l •11{ j r��''' .. lutwwlnti ry�Yx.Y,.r ,..1�r a rc �w 'S�"g�i to VI f my �•i � ''1 t' urr.. 1 , '.I �1, '1� 1.'! v11MMN7.4 OX(lift Ir. '1'.�..... .... ._ -_ _. ( �►:Y ;; i. '�'I „1,.,'.��It i,•`1 lit I ...•. ... 1 , r iio+inald.t a7lr:rnlld. yrj�. 1 W40,11 oM 3111c OJA e,l r crrr It 'IS '', 1• GI'4P r '.[ ,, 1 ` 10,WvM"11.arK ni CIA 1:1, it J ' " Trot.o m,,e a1 c I1 e Ftwlu.ulw u$?9i'rr'9 •j - I f i r 4e l rIWIN m,. `=WIR.ev I(/Fey.: mm cl n,,^l toil it CI,� It G� 'I,ffl�a ,. '•'1�•%-'S• } 't..1• ��'.or Y, •���� � 4s�r.'Il I \ •..�,Iw,ns, III �`•.' u tFlr.tie , 1 , to,!h, �` .•, { `; yl. :.. ���(�?,�� _ '.riini iVwNii',,ni nif°ilf.._ . . - _.... __ -_� ___..__ ,—�- I { I t n1 .i1 u, nl tli ul ui j' , 4L fly :I, (aN GIK,r M14Mallr n �• r9nilrlSf()91Yri,tip• N[rsmitvutultmaev• :::a^ 'nnn �r a .vnl� j 'ON L'�I?IJ SIQ HfAt111YN1(IIISVW. t><tIA7At11110NVt• Vr"I�r«"M n YI+'qr"l I'n°ro'~a \ R � 831Vff'uN(]OJ 3700 JNrArAkgll IMn(ronNl IUt• d 7I:lO?Id UNV NK1d APRI UnT)AH.LN7OJ 11\Ll1 U5 JNU'1 V °^ 'Inm r' ilv an•nln•t ne. NI VIT H.71 VA"!t a0y\q,Yry,h1'YIH RII un , r•I �- 4",� r•�rw•�II ,r.,•41• Iro,•«n S.MVY3 OUtIM NIVN H MM � I t -rtr uHy nuwe,ywsp,W,I� rrro•tw-atr nl",.a Ymn�mM•Y•1 � g i o u u o O O 6 aoo r, Y 1 II $ R \ Y v n i � n a I)1 I hni.yy�I;S�1��1 d,�F�q I r�l�,;g �i� �r.��� � --- — — — -•� �i � lid�i�•Jx AJ �,I 1 !I .S �,' p/� � �, ^" 7f 14 I RYd - q lop Alrf`PI !!Y I { I 9 3.yl�67 I W tic dill rt p r � �_ ,`��' I.' s � � f.' � � � �' �`�+�'ly�i 1 G����ei�� I It, '•�r� w �1 ��4 ---- \ — g �( I a eo RK LMHS'e'nuo as F` n d `, # # # # # ( 9 { . 1 , rrC �•# t 8 $� -- - Y �����>>�1(n fuJ/i1/ M 7 # i { 16A� TIN I � � I ( I � � ( _.. 4�F� ��r ��ab I� � r�,�•�I� ?� �C� , g�� I ��4>:i�t j � �y 4_tg�� c c • r� gp u I .. ' - Y'•• 'a �u`21( ,� `f ... �n '+p Vaown ao' te`i�+l[rlsVls { ��� �a• It S � u: ^b� /Jfflilll ���� n II 11•C l.�f � JJ I �� n 'f�r I ) i.: n p •ULi ' 1� �� �(�I n'w nlow3i�o WWT-19, O A �;1 K nwr. T !�a c � +if' yh;,r� '{. � •8!: :�' I t.�#�9 3': •Ei' ----- —ra — L� a //p� Sf it .w h } •Y•�,ty�t'ff'�f) �'.�yalf �r! C F ,,a,�...t.�,�, I - LS,� Yr C/'� O t 41���•`� gg�� Miyt�. jf tlo .r{f 1�4;� 1iVlltl)yYi_ / ---- -- — `� �z o ., n o a. -� i... i� '� 1 I ';j„ �� ',•; I n� #� � -h01i'A'R runs_t04Y,ai.,� —_ 8 + z ! all ', \\ Ir7ll17tM II xvus u •.uc__._.. g �'' 1 '*� r 1/ w, / �' I�I.l, �`�� la ` }� ;, JA 1�►• Ys� � t0 t�ti :Iffy+:jt� IS 11��,`r/r —_ I � i' In rl� 1 w' , ( � tY 1. 14 •KI nJ - n'rT-`oilwaiiri Is--- —j---- �� 6g'I � ;• #+ �, �`�'�i' 1 � � � ` It• !�.,r\ \ °� � iuri.oi'is'iEiil is .. --- __ �= O �� y{1 ! � � GIt,� elt 9C, 1 `[ll ti I \ IIt,IJ.INNJ 14'YJi Y}11J�71•iin- jil ..�!� /•� � �'• � liar �t4 � t In.•t l� .�� # h i ��;', •:I� \ !, t O��„rC' .. ..... .,.___.._. __._ p s t --- .� .I,. � I I ..� ..�f#•�ar. , � I�11. I��,il• 1�c ,�; IU 'I. ,,, Iq r� I I 4L • — ItNBttnsYOOivlrlfao• Ihxsmlvuur�lnlolly• :;.'"rol�N�,''a;n ` j 'ON,LDNJ,S1(T UJUNMAlNlI'OD tklR1NYM1MISVIY• tll6AgAN1)511/7V'1• 1 'r' oft t a IxriYatYl.lAdtlRl.tt• rrU1r97M1t144'IIAI.t• r�xr'ntr4'2�»•«�wisoe'NV y .77MOHd(INV A'"d Y. `N 'N 0 f "1/1,f)Nl.t7flNl7S�b'JNINf1.�N1•.)N 1 18(1 Hn70,I MIND OD 111a OS ON07V � on nr�l�ava FXEi • � i S LN,JNYA02(M]N1 VN 21.xJ,VAI C� 01 W td 7 N Y t�R Ij j G I. ; ,���,t �Id��py� •� m r• r� {, n r h r r Phi Q �@ i f } � �"f H4St2tN � e to.. ors its /R r..;a ' }N n � tx+4N9 po e�,� Lt 7� ! �" � } � 4' __..---'-- - mat; iPVrst -- •M n`t'""alrerrr�t .)'tl�y�'ri���'IA9 I nl�3diAII "I iL�" ` ��";i�:. , R ��,, � i r" 'r , �� „ 1; u� , s ,.:,3 -'1,R,,:, ---- - - __— ,>'�5. � � h•4� u. -0+m TLTi-11 nil14 p e � ��1 fi (• t��� 15 �talxn�w�r t / p �b� lid y � Y+» � `. I � 1 1 1�� r ,�i`•, R� o ro v .I e� � rS i 'r V m It�lf' ', fig ( s• t� y 1 \ � ����YbCN� l I�•�� � (;. 1 L .) it Ft�. � }i � �° r ��'`0��P �R�/ `''•�C��� :1 1' !I It�t. N �l ��s� � - —•- - - b b — — yl •rRl"r y1, i CII I� �•,� •'w _ 1—RT�. rnd . c r�� �. ;', .1 ' ,I,,,,,,���� .. ►s `eta ttunl uu�� o 9__)uym75 H� Lrr:u, �f�, 1 i • !'N,� W y l 1^n M t• wt. .::4 1•iil.l'1.`,r-' ti ry Ift 111,9?3NAr,1UJMLLYL `- I .� .• j Cc hAl I tIl!j � r1��1 i „ )c �� ` I •; re.rc r1' O It J r I ", ��( ,h � ,,. ;i 1{11 ,•l� ` =1;rJo •• �L• ��. 1 '` I � P,�� � " i.•''�,I'+���. \ r dtt�a iii ��REt� �>�� • • Q� � �i t ,{)� � I ! t+ �� ��,li� �4 +N � _... __ ....-- - --1,l- — -------- — - 4 1 ' ' .4 �,1( 1if[ ( rrN7II.Y� 1 :i r fl ,�)• ,�, }'�' + ,,t.i liY I I >b�F r C t �'iY I� YF ll �IrYl�y / ig�6i 'Ib R !4� ; f pr' ,h11 }i' w y 1 "� � i �,`.i�i�tl y � �r� .. - - - -- --•,�$t`��i 6 It r,0 091"PIJA IN it Yfi , I' r t. `,11s.�.�+ � .t`�}'1�•I � ,W j{t� _. ______ _— --- �' n i' , r ', ` t, t • ' rl� t 6, ij � � M ° CD i S ! • `%�� �. !t a ¢tf4;`t Mill �� ` `S�Y�� i .. _...---------- — — ..- �i r r 8,11 JA AlNflaj v'l6L-) WIMMIAW1.4111- MIMAMONq "I Vitt(INV Nrld 3APKI fl[I'10 AUJN[100 ILMOS ONO'l V NI VIT U.'7,L PA I Y.L N 7 H,',]A 0 He IN I N I I/l/V H I L VA I 0 CI 0 G) 0 0 0 611 P. a 01'a p W.'W. )h fi lmi'll;ii iii "YM,v;m t h i• i, :'k II due p :j Cr t n + t ' k+f! r Ll lit _ F �"' i I 'I+ �' ;; 7 +� p NlI11 1111 o n b 1"Mg"T� 16 Il 1'1W1 Pith rP14P,,, Alo DYIN cn A j nv H st orp vir- 0, 4 111, Ci 0 1 •rstj 3,1141 ;�,.�, u,��� �. `I ' "'':a�(I I `1 wlSd��k� 1 ' f~; 1;; 1 r'c I t V ... ....... Sj 4L tt y , t H�Yl")flliNl7CIlV(l�bD{'.NhIr�A7LttlI�AV• JwM �I M W�Ma: I V N rOrtstc 99 sMAs ALnnoD 7700 - b a ` °�• Nt''7e1NoxL�7HNNO,71VOL4?I? nanaus• (»aiv(aau( nn(�• .val, .,.Mvu"so w x R Yal N ��rAwa 8n 7J,mLNr1 o,,) .)No7 M N1V1v u,?.LVAI L UNHHAA0�1CINI N1 MIN?13.G MiN�".a an J � � .. el+qd Wy Wtle ..� L L R b•'' 1 ! tt m�$(�kk+}F, _ , q�I� l iiil 'vim Iqj PiJ1 >oC ' % mT � ��yy11 yWJ 1/ / I nQ G� �73� Ri.� r"� a'--"r' Y /'-� .-f-`i:--'.�.. . a �._—��•w 1.\ a. ggF 888888 � �iN -; n 1( I 11 � cj ji k c p HOW �, •4r,c�, tY.. z• � � ! I b r'' Ft.') � �- �9 A7M� rJt9 ------------------- __ _ - --- -------____— — ." - - - -NottlaulfwAU10,1 • tote.1 �t jlq �. "°� •oN,L1�l�IlSIQ N.�.�N�}'l.LrN/]v.��'rv,)DMIMMOM ifnARA Il15 /�/y�yln,ry0n ml flltl�Or1"�m'„"", IPV1 NIVIV d. LFiff (•unydsugMUa.r AvE 1n Im,.n,l i)�N,1Y1'l�v�( �-K1 r»rOulunN�r• •W• .» 0190-100'1n wMM rm� „x nr •� by'J �• �V Q. Yl' R * • fn ni •tld ��� d ' �f l � diA '! I Ir 8 �� it tF I F• �f L; 'Ile �Ijy --r lei 8 j ��J' � :•may � ! r 4�:1� a ild' ifs GPI Ip ., 8' 4 ie I / d� tl4, :fit: ,r i7,E.rt'P. , �S ��- 4 t 1H' Qt :' S f':t 1V 16]d I— r•S i – !�i} q of rant;P.r am Qp¢ l � _ - -r- �r - � l_.._T. \� t� i �''• �j �:>s� BSI ig I El �1 q f `t PIPW4 ' Intl 5 b� M • DRIVEWAY SCHEDULE Approch Approch Drive Commercial Residential Concrete Drive Gravel Sidewalk Address S . Yards S . Yards Sq. Yards S . Yards S . Yards 1700 SCCD _ 7,00 63.20 10.63 1624 SCCD 7.34 10.83 11.41 1620 SCCD 7.00 21.69 10.51 1618 SCCD 6.67 11.23 _ 10.00 1614 SCCD 10.85 46.85 11.69 1612 SCCD 6.98 21.93 6.52 1610 SCCD 6.67 5,05 9.93 1608 SCCD 6.67 _5.98 9.97 1604 & 1600 SCCD 6.35 _ 34,01 9.44 4.720 SSR 46.13 130.39 31.14 1502 SCCD 50.51 60.00 79.68 SPRINT SUB, STATION 23.91 _ 9.00 14.70 1417 SCCD 4.67 25.59 6.67 _ 1502 SCCD 70.24 7.22 1417 SCCD 4.67 3.80 6.67 1409 SCCD 8.67 53.28 11.34 1405 SCCD 4.67 24.30 6.67 1317 & 1313 SCCD 23.49 21.36 14.81 1309 & 1305 SCCD 23.85 21.41 1937 ' 1227 SCCD 7.33 182.59 11.08 1221 SCCD 29.35 80.95 24.26 1213 SCCD 4.67 18.48 6.67 1213 SCCD 4.67 _ 18.21 6.67 1209 SCCD 5.67 8.33 1209 SCCD 5.67 8.33 1201 SCCD 4.67 24.04 6.67 1201 SCCD 4.67 40.84 6.67 TRUBE SCCD 4.53 230.78 6.67 1105 SCCD 4.67 104.41 6.67 1101 SCCD _ 4.67 56.55 6.67 1059 SCCD 4.67 88.84 6.67 1059 SCCD 5.94 _ 77.71 8.89 SCHEULEN SCCD 4.63 52.25 6.79 tSCHEPERLE SCCD SCHEPERLE SCCD 45.97 67._1.5 73.97 45.60 1033 SCCD 5.24 36.08 10.00 1021/1025 SCCD 8.22 ^ 58.14 12.02 1013 SCCD 7.00 41.66 10.00 1009 SCCD _ 6.33 _ 9.44 1007 SCCD _ V 5.33 7.78 1000 SCCD 24.86 7.45 24.34 956 SCCD 6.74 ^54.36 1001 FAIRLAND RD. _ 4.63 _ 4.03 6.67 948 SCCD 6,41 9.60 946/925 SCCD _ 34.78 12.63 910 SCCD 37.56_ _ 33.79 45.92 4720 LEANDRA LN 5.34 40.99 7.78 COLD LOHNAM RD. 4809/4803 SCCD Back Ent. 5.58 115.461 Totals 410.65 215.45 1058.94 1041.93 589.43 r ADDENDUM NO. 2 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 27, 2004 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 E�ccavati.ng Company, Inc. BY: TITLE: Vice President CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT r t ADDENDUM NO. 2 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 27, 2004 1. This addendum is to correct errors in addendum no. 1 of January 26, 2004. The new quantities listed for item numbers 13.02, 13.05, 13.11, and 13.39 on addendum no. 1 are incorrect. They should be 4,286, 147, 1, and 2,025 respectively. The correct quantities are listed on the "ITEMIZED BID FORM (REVISED 01/26/04)" that was distributed as part of addendum no. 1. i 1 . 1 1 1 1 1 FINANCE DEPARTMENT PURCHASING DIVISION SUBJE'C'T: 13id 2124 - South C:'otrrttry Club Drive Improvements Fairgrounds Road to West hdgewood - Protect No. 32031. Community Development Opened February 3, 2004 BIDS RECEIVED: Base Bid Dort Schnieders Excavating, Jefferson City, MO $ 2,234,791.75 Steve & Associates, Fulton, MO $ 2,379,474.00 Stockman Corporation, Jefferson City, MO $ 2,472,299.50 Emery Sapp & Sons, Inc., Columbia., MO $ 2,718,382.80 *Twehous Excavating, Jefferson City, MO $ 2,,724,755.95 *JC Industries, Jefferson City, MO $ 2,768,589.31 APAC, Missouri, Columbia, MO $ 2,790,242.68 *Not within the corporate city limits of Jefferson City, FISCAL NOTE: **6400-9900-7350-4096 $ 72,000.00 3501-9900-7350-4096 $ 2,126,474.00 Bid 21 24 71 333.40 Bid 2124 $ 2,040,410.95 Balance $ 666.60 Balance $ 86,063.05 **Request for supplemental appropriation and list of funds available as attached. PAST PERFORMANCE: Don Schneiders Excavating Company, Inc, has satisfactorily completed contracts for the city in the past. Staff believes the firm will complete this project as specified and bid. RECOMMENDATION: Staff recommends the award of the bid to Don Schneiders Excavating Co., Inc., of Jefferson City, Missouri in the amount of$2,1 11,744.35 which includes the base bid and Alternate A. AT'T'ACHMENTS - SUPPORTING DOCUMl-,NTATION Tabulation of Bids, Departmental Recommendation - Signatu �Pr i1.% ------------ _ cfias g enntt Dire t r, t iunity Development interoffice MEMORANDUM Date: February 6, 2004 To: Terry Stephenson - Purchasing Agent, Finance From: Matt Morasch, P.E. - Deputy Director for Public Work Re: South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) Project No. 32031, Rid No. 2124 The Public Works Division has completed a review of the bids opened at 1:30 PM on February 3, 2004 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the seven (7) bids that were received for the project. Based on our review, we recommend acceptance of the base bid with the alternate A (asphalt option) from the low bidder, Don Schneeders Excavating Company, Inc., 1307 Fairgrounds Road, Jefferson City Missouri 65109. The bid total including the option A reduction, is$2,111,744.35. In addition to the construction contract attached are three utility reimbursement agreements for the project. They include Ameren UE $117,649.27, Three Rivers Electric$22,616.61, and Water District No. 1 $143,551.70 (funds receivable). The project will be expensed as follows: Don Schneiders Contract ($2,111,744.35): Account Number. Amount Avallablo: Required: Remalning: 6400.9900.7350-4096 $72,000 $71.333.40 $666.60 3501-9900-7350.4006 $2,126,474' $2,040,410,96 $86063.05 '($1,982,923F$143,551=$2,126,474) total $2,111,744.35 Three Rivers Electric Utility Agreement 1$22,616.61L 3501-9900.7350.4096 $60,063.75 $22,616.61 $63,446.44 Ameren LIE Utility Agreement($117,649.27): 3501-9900.7350.4006 $63,446.44 $63,446.44 $0 3502-9900-7350-4096 $54.203 M.U0-!13 $0.17 Total $117,649.27 Water District No. 1, Utility Agreement($143,651.70 receivable)" If you need any other information please feel free to contact me at extension 453. Attachments: Bid Tabulation Sheet, Original Bid Submittals C: Rich Mays, Pat Sullivan FXITY-PROJECT8132031 -South Country Club Drive Improvemenlslrecommend purchasing memo.doc � 8 888 8 88838 88 8 8 NP114 ;"124 8888888888 88838 8 V Vl 2 W VI M to V/1/1 V) M M I/1 tV/1)M M(')d� Vf UI In 41 Vl M M V V! U1 M Vl M uj38 888 8 5? 8>3 : 8g 8 u �BNF� 8888888 $ 88 8888 8 (n 4i t Iri (ri N Iri Iri ci x N fy) u) u r •� ( In o in r d a `n n¢ ti� N I (n (` S� (hS� n11 ( Sn Ii�4�(�' 'inIA �v"(1�a[dt4 � �``a'' S r 8 i� � (^� • K v� (N! (��' W M I fpp7(1 ( ( In fn f('/l '•f •- In(� 1 W `NV CV} (•�f M M M M ry � ID � IY r` 3 `t� is �'S8 to 3 8 R, K � VtD N W U? tS O a (T7 ? 1f O8 t� N (D tO t7) t? (WT yN yO gyp+ D co O n (Q [D cm N I[I C7 c7 I a 1, �� lvI ID 9 O y f- M(`) •- N K (/U r� I(, < 10 LJ f[V) �- u)u) CU In .- hry R OVD (7�Np t0 C) �- ���1 !� �p �( 6 N x IA (•) N (/1 h U //' In 1�'7�� O to 1 ) ( •�- r� (n !n - r' �� (n ,l f� in u►in (o((/i n r "(in i1 4 in v M en 4 b"!( UI 4r N Q N U NV I[,ti a) n V01O � O W ii 7 1� X7101:- 0'O, OK N Uv if) (D •�- (b to •t roC) IA tUG 8 CL m fV tD W ccT�� O tfJ 1•• () 01 U •_ If to 1M (V � co .t1 cn 4 m O h W - 0) (n I fn VI r-. / fjr 1 In f� r O) a0 t�nJ " ((p� ct o) N I, ) (/) I- in Cl) N 4�NI C7 O, (O� r�N7(r�� (� In Ul M Vl V pa r 8 8 p 8 8 8 8,) i8� 8Ip�8�p ${� 8 8t�8(V 8 8 'U;r i 8I1^!) 8tU1 8 f) °.7 8 8 8 a8 8 8 8y 88(� 8(� 8V (8 8IA 8 pIf)1 8 N n U 1 N i 12 U p C' 2 1- a 2 1 V' §N N O 2, -6 n y h! n ( rl O ln. N N 1 O U) o ID to ca In O (V n Uin ur( V 8 In M 1Vf •t Q Ul�UD?i In VI n w N in' in v if) In M O � m 0 (Lu 88 Q8 58�858� 88i T, 88 ° 3 88 8 8 1 8 � 8Q, 8c8� 8c8�888888 88888 8 in in In In p [A 42521 ?�in' 2i 175 MV)(f) �i,f9, ot M N V3 il,2f�i(rn� (c�rt(ol�i`gv' AN (Tigly' f, 8MUi("i) C\,' a 02Wq O en in ino�i i/� 4i �n M ulvrinv,inu>(nenSn u in in F y`n , in v) gotOZ S ao o € a� N� m _N s s Rot '7 ��n W - Vl in If,to u• � �t M M Ur M N M V/n U)M (n m4 a W Q In VIM) M M VI en (n V)i// U) f/1 1// 1!)V, M M M in U z U)4 V) 0z u w 88 82', 8 8 ry88m -2 82 8 8 828858888888888 3 `x; 888 8 O 5 p g Vr fn y N In G I n C w Z M N M u t In in U) U) Q 7 �1 � 7 ��33 8 r NVIV � ( � R mr. 7 . c � u°iN d d rj N r• .- tV In t•) EL) •) d U) , C U)in U)In(n U) 41 qq YY Lt. LL. LL I;. U. aa ¢ ¢ a a ¢ a ¢ ? a >• >• >• >- U)"n _fCi U -1 -+ -1JJwwwww W W W Ww LL) LL)U)(1) U U ° w w Q () a w o w a U) !n F- z z H Cr Cr (n U)(L 7 a Q ?U_ cc t7� f 00 O °a. rr 9 O p (] U L)U U U w LL)w O IJ CZ 4 O 4 ¢ `( 00 0 CLa- a4U�. p W W V 0 �QO O Q CL UOJ ui °• (r tr ? ice ? ? °° x a ¢ , , u) x Cc CL• Ec- -0 Y a _ (.7 TG O v � « c . z2 z z 00 w _m (L ¢ rL0 0 I.U 6 (? `[ J !n z L - (nN U)U)U) 0000 z W JW y ¢ p p O 9 W V4)I.qnf U)UQQ)U) F-1- 1- V-� �L �O �z U6 _ _, za NC] ;W qO H IUD, -1 WIU LL, W L L2 ��U 0p Ma; O Oz tiw tv) > a a JV) 2000UUU)U) U)U) - z � 04 1 � p Uw , > za a _a `cw liacin:n 000aQ. aU ? a � w z > a !C F•• F- C)J)» L) VUw-) ¢ ¢ pXUC�UULU UUa. Cl. M . �- �- W W W <CLL)� w7 (): Y(ld< .¢ U(u s-- WWwWn. 44w(=° ° ) GU ) L) U-2 (r. a ¢O ¢ 0W Ljj 0 >uijwia ° ¢a ¢ acrr4a44 � �f aaWU � ��tWF' �:: ¢l [D C� LO -Uf`, ' 6)LL 2�r (I n. Qh. XU (~/LIYU�CY °OU °OCL CL CUZ' ¢i•'r 2n^v �t xp 'D >t Q_ 1... ~ UYU)(Y� V QOOOwO0oadtI,- 111w Kw[ O ) ft inm :r N N nc� �r >< x x xin /--' ° (+ O OW00 � 0M000Wr 0M I- Wulaa) (r -In V) N .1 IA . �rin;,I1 D cnu 'v NamtLWm N U (� _ ttpp M '1 N N) In (V C5 G(i O Ci O b 8 N N c a S 8 $ `� b' 2a is a �� c� (�� r� ou y O .- N CI 7 u) tD ' f- n r� 1-• r• (U 4) 0.7 W 01 0 (7) 01 0) 01 O) 9) Ol 01 01 01 0)O)Oi of 0) m DI 01 O) ai z h a cU m ES BN 1 8 888 883 8 8 8 8 5 g � ' 888888 $ 8ES88888888888388 rn pc Q n � ttioo «i 9 n o o vi _nln •t ooQ1ppn88o a ri Innpp otn Iri I Ino riG ciwui b 1 h D) �1 D) tJ) lD a0 U D _ h (V LV GS h ((3 O C h U1 h `Y N a(I .�• dI C• U N Ifi h n tT 7 f`• t0 tD ••• - t� (� t� ^ [(1111 In n ID tD N t7Q11 N .- O p� ftOp l� to VI M r, M M 1� ,� ^- IINnn M ,.:M In M M M In s to��rr M nj to _ In M M VI VI MM Mtn V, dl MInM 0w VI 8 $ 8 88 $ 888 8 Q S . 88 $ $ � N In ci In 1 +ri o o y N0o af. o_ L.� onnc�' In In r8' - 111 In Iri C7 In tfi f4i 9i si l^�in hot at rl `1 � N M I n n - -- N� _ � r t� In �i r. � � f� 0l in !n M M v/V1 n/1 •• to tD (V f. q I in dl V)VI VI Vi N4 11 in M IJ/In ul in IA M vl IR M�!1 (~7 In M ( M M �t�/yy pp ��77 ��Vy p M qq pp fr�� p tV �p tp (A�1�� lA Mn 111 p (V M M (70 Nm ('7 O ONO � OID O t N) OHO t� tND IUNt:II tN Oil Of fr1010r m Q1010i 2 S 2tOD 2C4NtS{ Nhi��• (cph h C) fyr� ttl t(gV7O (.nor to O (7 •r ft�� (� In •r t� 8 fj 1I(p� t tV �(� tq tV 4 4 � � en{ f. ) 01 qy/ f1.� CD N d' 1�n �r to r/n V/ In M M (n I/� 1/i C� (prn? (`OVr, W�`I +1 O t� CIS (h (•1 Q)N (V N ID ID t71 W tD •O�• tT%(T�i•I�N c! 6f (V �f N In _" IA V/ ^n to ' M V)M N1 M IVV�njTT M Vl M M M 664 O OtDO On O h in ty7 O G tO aO tl) N NV 1� ill O) v M tIDiOQ1 O1 O) `nT innOlD m to C14 NCV tinthA C-j IR C/ (In M VI V/ (7� �{ t to (7 t to O C.� ID t V� lL1 1�ff� •.: Ifi t(1 t^r O �N1' In tD O N 00 h In to h In C) lD f. n to t / lV .-• t 11 t i In N (V (J tD O r t0 Vf l/ 1JI M Vf M in I/f - a) .- - .• VI ) tD tr O) N (7 M V. l M Vl M M in In/n iI//of ly U)V,M Ul In V1 Inn tr�to`fJ� M Vi vl Vl tJl M pp' R 88 3 Cf) 8 88jOp8pp8 (888 8 8 8 8 8 3 0988 nN1t8�fi888� �8�1888nt8-188t8p,�8Q� 888p887888 `(Q�1 O f.V�f to cr0� IA 1(1 4 In N f�'7 .^- N tG tC��1 a N •I,N N �?t/I 1:, Vi en tl!M V7 f/)UI (+1 to'7" Y N VI In V! Z. Ul In In� M 1/1 to M V/1n in In VI VI VI M(�in V) ('00) C� ry g �3g� g8 � (g7 c4i, �8� X81 8 lro is c°•1, 8} aia °v8 (c988y (ry'2388888(S 8 �pp888 op°(S 83n$In P �n V1 O u CV fn Ct (NJ Vl IJI 0) yl MIliMMMN VI 1111 VV V)CJ NMMMM I� 11 " V tOn ID l(1 117 V)M V, c N (O Of• 11nn 664997 ,A M V7 11N M N�V/ M T�r"'"°a CRIp tp�y p p pgyj� In V sn Rm ' 2 to rn 9 UmW1 IO M In N V) tR In (n �ri Cl m N ch tNV Nt T O (O� (CVJ 11n Vi(u Vi W M IA N in O v7 a) C7 O N N In In M 0 of M V)1/)i/, VI t// n M to M M M Vr VI(n In VS �r P UO 8 O n t� $uvI 8rn S t87 X848 Fs' tf> �se o €yS �) � 8 `t'. &'3`d8S8888 $ $ 88S (vz',$ c �7 ' �' /Nil u> o o 17) #A W,0 m n ro �� tgJ'�m V n I Cj N 0 CD C) e�ii C\!-1 in it) I. M lA V) co O D) to IU v ti rn QI(� In N ^ N N •- •- N ,- ^ N N �,7) M Vj 7 Iv t+l .- r, f-, . .- N •- •- N V . .- .- .- •- •- •- •- N r- •- N r - YN T (1) LL LL aQa a as Q Q Q Y ?• IL LL. IL U. LL LL •L .L d aaQadaaaQaQaQQQVI U� U-9 J J WwLLI ill ill W W W w U U JJJ _JJ JIll ill III ill ill ILLL ill W W W W Ww4J Ill LU ill W W W ..J H IZ x J W lU T. M S r J ' ' `I�zcL s O a0 O a w z x s ? ¢ p m ti p = p ? S > } C) m w � twin w -(r4 0z S � >Q W- 0, o IInii n w zi ^� U J U -'I U C7 lL J fr (L > (1. 1- (7OQ LL W (L ill � j y .Q..,_..�� ..^r.) ...In `1 1 ri.�.,........... - >S 85 6 88 GG 8 8 p O 8 U �m 8r- K ) UUu (A tV (J r)J ..._-. --'m CJ 2 1 In In In If. N O CJ C7 Ci `Y (� U to m C!1 [J C7 (� �? V It? C, In t` 4) of (? In CJ m cn� 1Cn, r. q f`. C1 K N In 111 C) 1p(, in I•I C1 In [n N ••ff In M eY (n M 1n O •- Itt In In N (•) V) N r0 C) rf "Y V� CV VI t/1 (n rn I!/ n (/) Vt •- .n rn N VI In it in In w V) In U) rft V) t-`) Vhf In VI In •n In � Q (� p �j (,� In 1- C7 In�l �j (� p O IA , n 1 p O t n r7 O o O u7 rI.'1 O (S) �rO�y COV St S 5 S C�J pOp In W tW 111 1-. V! C>V t_l CJ B N )1. CU)) ffi S.) (� N U N l�J m •1 �f f�t- 8 In 'In 0 In VOi In In �n ln//n n I in I/+ )N V) V) 1� O lii V) V) tV bi f n JJ t(f O O in G O (mm�V1 7 (8 �N IN N} C) i1V, O C\j Nt V Ci .°r0(O'A, Cn T,, n L9 �iJ^ �N Imo' 1, (tNnn CF r'J Irli <(Qj V ^_ICCp�') M t� N IQn Fi In ,I'/!1!I) K In r� Cj 1n 1) N n 6i) O V)(n 0. � O 1/1 i� (.� 1 J , V) V) C\ C•1 Vi to ~ fA Ih 1n (A in in IJI en O S W 17D, S N N CJ O (D C. U (°7, O O O O m N Q S U U U C U CK'J ID tOi C, Cl if) m m 11- nn •"•rYY; `I�f{, In (•J U))tWn v)v).Nn vm)V°)in c�•'•i N u( °f IIn ut �i ��r �r�r Orr n U in fQ, tr, q) en µ 1n N U) V)V)VI V) U, fn In V)1!1 en N A'1 In I) ° (n /n fit V1 ° 85888 $ 8883 8VN 8 8f`' 8 8 8 LO 8 8 8 8 8 8 8 88 8 858 S 88 fs `,) In (C�� <pn CO7 (p� p? p KS O to m CLO �i Q, O N (Ti ter, N,Irn cn�J ID cv rmi SumJ a f- In CJ '�r' - O C1 cOV n ii b In t`M O V)VI CO V) t.;V) V) U1 N V i .-�f(D t` •t -- N N lri m t•) N In In (D to (D �) Vf U) 1J) i en V)U) �n v) _n to In to V) VI V) V) V) V) V) (n (n en 8 88 888 8 0 8 8 38888888888 8 5 8 Gw8 b 5 8 0 8 8 N p In 8 4 r to r� r- r- n m Ai O, In In - r.J < In In O O m OD ID <� O) o) C7 VOm) Ol U N N y �6 S U)v) to W V)U)vl in_ Q r. v: •- �n VI (.7 to to In!1) n •- V) in m ) 1n In tt�� U, UU]] aaYY R� V)In to V) (D m V) in M (!1 V)In N V/ U) U) In In ttj VI In CV V~i V) to n O O p pp C,� O p II,,.J) C� p pp p CJ-s-^^^•O--^v`rmacUU�JJ—pper.:.CC C�__p C� ._ — p p (C1, SOS O O S 10 0 CS) O O OIOnSGS OS OO O Ci CJ OU O O CS 8 d 5 S S 8 n' to tNf N N eSf N (c'+°�D S IInn �I ID S m N N cn t•O r S', Q, IV 00 1) in Ul) Q L CJ � � T_ v In N N 0,In elef� //1 (�(�� V) C\, fmli N �t VI V!V m Nr (•) N I^ O (tl In f>! IA In U) V) V) (n V) V) N In N W U1 l/)V) V1 V) V) In N Vt to v 8 8 ° 8 n4) O °o51°nu°Sc) 5 `CJ i C,I-) n 55 8 8 0 8 8 88 985 ° 8S S Y .�Y In c�Y N N .5Y Cl A (m� I°n /n d V) n tJ N N 'KY C ICIDj m lC) In � •f G N �' � � U) V) 1n IN!) V)fA V/ V) In t f!) VI U) Vr In 111 t� UI V) /n w U) in n O O (D m o Pi In in O O W -1 O to tT .- l7 d � O n CO K O) m In n O In O ii) i'J It ^ (0 N W r. n N N V) CD CV V) N ^ K n In W to a a Q a a Q Q Q Q Q LL W LL LL LL LL LL l } } Y Y LL IL •1: 11 } U- 'L LL •L LL LL LL LL (11 W W w W W W W W w -1 -J -J .� J J J 2mcgU U J -) W -) U Q -J LLlJ W J J J t0 H Z Z = 1 w �; -J W C _ S J a H O }O J ¢ y � � 1¢¢- L ... . -. •f, a a 1 J a �, W f- d x Q Z 0zLU a J ¢ J :s i Wm CJ ❑ n � C7U7 In ¢ ¢ w0 = r O O O P O¢ )- ¢ } m ¢ ¢ LU n f ¢ - ¢ Q O n J 1 p LL ~ ~ U ~ } ? VJ W J� 1- ti a 0 G O c !s L x u o U� LL CD (,� U w U J (n W LL1 LLL-J Z ¢ f_ G O lL F- 1- J U.1 �w zw_m } ? to > > u Q a ¢ ' ¢ u maz Jw In z J ro F, U,) m } w` ¢ w w�i1wYLL as 'r on O G ? wmwr x Lu¢ E) <4 pt� a Z _ VJ H Z LLJ W lL LLI W W U CL LL' LL'- ¢ Q p J O U F- p Q } O 60 UOf/) m In Z J Z. !_ JJ J<tF Wcr ¢ F- H W -" ¢ Z ¢ Z � Ult ¢ N �' Z 4O Y U u)U wUI� w s a ¢ � JJw(ntnm _ ¢O O Z �F 3 o ` Ua0a Q p ry p. OLD O � x V,W 0Wa N w LL: ¢ W W W W UUU¢w l� LL O_-J � J :.� 4 Y = LL � 0U a W¢ ZX U(nU -J EL F" T Fa > >C.>Q rn cn w� L UUUUaaa w � ~HpFn � (� � (n •' n2U a aw am UwU F W 4 !Z >Ul Tl T > i 00 o�w ;O O 3cn%- u) LLG¢ O aO .r. Na U Ja W � ¢ aU V)w J¢ z ¢ LU <'_ W ¢ ¢ ¢ .YK -: L '� lll~ 1' J`.:G O - OF- UHL7 = ¢ D _ ¢ % 1- ¢ a W U)w w ¢ W www •' > 4 •i .Ja -U -U - ¢ a o O O of- o)- < 0 1- VJ �J - LL p p U' H Z a W ¢ V1 V)�� W W R IL co (/7 N J LU J ll. LL a • 1 (- J J O J J L 7 (� (� a x R = •f (� O •�(Y.� ~¢ }0 �}Wa: W c' LL u ¢ in in �»C�wa (aj (7UU ?;� �r (7a �_ UU � V a �S w7 w WuJ S ¢ 2 � ZLL O0 mxUmapwU o z C7 U� araa !- (- w0C,V) Jr �x zx �. rL U gZ x LI) rw - 5(n 1117a Cr.C7 IW O W W = F ZJ uj} lL¢ wWOU aO M• 1- 1•- OOOUI W UUU�(.J <4 V) YU �rU ?U <LU �C (� Y ❑ ❑ G: F" Ul �1m aF-HQUJ •1¢ ��O ;QO aN�La � a VX�x w x L :E x wUCJan. u>(n (n�UuLLi0 �0= 1=a� tw � ¢000C� O�U°� 't '" �In EiW ¢ Ow0 NQW N •L t•i .- W Z W LJJ (L (7 N Nc,) K •-U •t Q: m-(1: ❑I-t1J f� lU � HQ: U¢ UU NJF- to .- 0w CL •) LC t.- L) w V) Q) O Al t•) t In (D r- m O, C) •- (V in K In(D L- to Oi 0 �� N f•] •1 In In "•� N m n In cc, r, •- N S (� V) C•) C�7 C) t7 m V? co K R K •Y -Y -1 7 n •! In O c.) Cl 0 O O O O o O O U O O T t7 (2 C2 M (+) t•J (-) Q (7 C7 N lA m tQi c gguo C? C c7 chi � u � ii c) � iS15 ) �S ) In iv a nor o o 00 'q W $ r og�o o u) •r �? FgUlno °I r) CV, -7 Di •i N - r o t'i a W iv° c^IN. m N In . a � w rmt'u In V) C'i :2 � ry n w1oc o C, c°v. ry III(V CV h M tp N U) N M 69 7 h `s 4A Di "!r) O t - N IV N M N rr W •- N N N 10 "I IInn NI W vt O N !n to W M N .- V/1n V�In to•n r- O co cQ M If) V I V) VI h In an Vr lyi to n In in V` in�' en to in un� in 8p�8 $ 88y� �3 S� B1pS�E � 8 �8jj 58 y; 88 1111 «, I° °F,1 8 I�On Inn N v)In 6n t�i vcui a /n In O w i2 , v>N `U A ui'/1 N h 11 n in n to n in in in p �.rr p p �r yy �p ui �� pp l0 NS fND � tND W 10 8 8 n hONrO COO U to 10 C\I O GOG� IIr r;,-iD W r^ OM e-) On f� W U CV Ui In F+ rfi W Ui Di f~ t0 U) Cn co m O N N - • to W 1+ N •r 9 f•. In f, IJ) 0 - m U IfI lD In Q h V h tp N f7 •r lV N h N f� t7 - In M N C_t 'L M CI W M G tD U1 h CD O l0 V o,Uf N CV CD fA N to 4 V •r Iil cV h f, r. :: M +f In M fT r� 41 UI h In t n^ ^r n W CJ In O, N l0 V) V C6 Cv M - r)i r�of V) IV O N O N n I?i rn Qj In(eyr (� to fn in ifi VI In to u)in 0 1, v W fn In M h N I/) !n VI In V) C7 IU VI'7)Vl !n V, to w 1� tCV�1 ((VV llp� (NV t�, ,1 ..Jt �•}} r� V hM. K ryryN V N CV m CN•) O � fD N . In 0 O CNO 1D tIt � 1n t1) tO [•. W rho V tD thD V 'x n vjvY vi vNi n v vNi v ' 'x' 01 min a(Ii •— NUi 8 K u7 h 80888 CO N 8 V 41 aA (a Otto 2N O .7. N N0 -tN Nqpp t�' �•- t!. V .�yy nn f�T} . 1O 7 /r 0 1, V fh a!I ED � c`10 m 7Qt In O OS1 K tin tOD V1� 8t(MGM mNt*�) ��ft N1 IA tt) O1 ❑ ((��I tC q r C� U (a+0�h to aD f� (Opj (O[Q� N).Ny (V�i VS 3 O N V) V1 n n N ff1 IA M V)n M f11 Ifl M V,M Y)V1 M 1A Ih 1/)N In N N n U In IA 4 Q LLI N Of p N to OD N tf1 O �n W to V W CO N�p ED +- O ap N O (j to •t 4 ? � 1. O Wt(> � O V N o h CDh010 OC1 a0 tD oto In C� t� r •J h O .r- WtA u1 (�{ co pp �yj th Vl t o t y7 fr�V /m tOpw 7tV�h MNO to V) a N n �f f�N t1O1��R In Vy 1/) F) 1fr V)M M N c0�(OVi .:r h(N+�eNv� c7�0�In V! t7-7.1pt Cf IA N G V)n M n n rto) � d °nSr� � S �88S S ° 8 S W0).8N � 8ad1 88 $ 83 8588tp8 8 =� g � ED Co n v NwtNnSNtncm�rnBNf aEotRg Ng 1n� 0) O In O taI n _O K N Ol0 N (V W Di�r Oi.} � n oh M y Q N ( cV VI In Vl V) to N V) V) h m to fA n W cq •S V) ) to 69 In V) � ti Cl)U U n8 ` S ' 1//h Stn � r'0 an tD0M 888 SCJ Qry) S(.V�-)8 N Uf M V N V)OfM• IA t,tv ) 8 , A Lr)Q O M IA r- OO r ,o fOaO 0Om 0.0 Q) 1`t• to V) n Cl) F01 h 110/A 'It G! rl a O 0 N f r O L6 6 O2 N Y M A nZ cV A V)V) 4n"k w VW r) V) >t 88 888 8 88888 38 8 8 888888885888888 88888 8 S h C'A In s W N n.1 Vi V) Q .r- M V) cat N� Oy Vim V)V)� N N 4 n M W n n(Wy m Q W/n IA/A V) V) VI IA IA V) M M fA�)<n V) 4%1� W � ' 0 8o8 p8p8888 S8 m88NO 88 8 8 888188R8888p8p888 �8888pp8 8pppp88� 8.8 8 Min H h U O li) 00 CJ VVinVOi bM Ni /A 1061V)ON z;1u; b �S 10 c1{ Ulfi t7i Vhi Vh) UJ O ? v)VJ V)V)V) V) V) t0 1n f/) K Z a ° � dS 888 S 88888 88 8 8 888885888888888 58888 S W�'W N - R88 8n� S8 � - 8 mgInS NIw 2 eg gs ~? O to O 117 h tl N yy m h Q) N O T O m to N t-1 O V to N«j �t ttl N O 01 LL, g a' W Q C V)lT N N N VI V)a V) W V) V)V)-2",N In Vr V) V)IA V) Cl) M u 'p ?� Z ED Q w In�(n w NIn tnv) erred i�ito m m 'r e0 Of' V pLU CL � aj,. 00 to U` 858 88Q8 8 N8- V- 88 8 8 888888o88p888�j8888p 88 ° 8 8 U fa v a gift StQtn'g tAU"'ine°n° gn t=' n n(nntoto ^tlO�OtON OVgrl!) 8`8In',erivlln` 2 Z N E ' U7 W O h a0 M IA V)V) N�- M N In -t oz W W, C2 N »Vl V)V)V)efi to V) In d• U p eA en h h < ¢Q r � . N� Qu � _ ^ w 8 ? � r°, mgl. vtar. <tr .- r V n �N N U.ti Q = W V N N It a Z (n ED V1V)N M LL QZ } } (nY >' p �JJ ..JJJW WwW W W I I1W W W WtnWU U Z _j _j JJJ J JWz U)(f) -j L) U 1,_ O to O( � U w a: U w Z 2 ti N t � z r z4 4 c 0 4 Q a" O n Qp d U0UUfWJ J W W p J a 0 DOLL N 4 �O O z aaaa pww OQQp a W a: � a Z_ -� 2z Z 0 X z It CC V) IL ? m z o w ct a 1 _�__ 1=_-00 O x <_ aa� a U QO xd z a C7 a0 O = == = = zzzz$ --- ma ct¢O O -) U) w F- t7 ¢ J � � zz _, cncncncntn0000ii�f rz wrN O Jw vo O WU) (ncntncnF- f-h-)- O " p L)C3 Z 7 'La ❑ �W ~ � O Q(7 4 UUUUJJJ JI'- C OQ W WO O 0 O O O � u' a' zw j ¢ a )- aU UUUVw)cpuw)uwi ?= = zvUH � aa1= t- o_o_` vm� Uc°� WU � ¢c`ro_ U� c�< ? o�caica)�c° c°jzzzzu)ww ?Qw� ¢DQ Y4 —i�w FQ- FQ- ❑J ❑ !' UwJ44 F- _ WQt7 '�ODUX zUxZJ NNYC~nOn ac~nytwi. x WOO > W F W111'.2a QQQ aUUUU �t} ¢Qdti U�� �FU) �' w2U a)a)¢ zgz z20F UZ a fS aQC � Y to OUYU wp ❑❑Q :5L 0a:.at: MMV 't x xd F-Y to(QY�U OOO Ow(x UU OUO W InOO F-1- W W a: mLL L fn f�� .O- N V tfi � W't t(1 V V C V tUOV)W O �LLIt m(L '.�.tm N O cS C N z 88 p• p q J . OO c 2 t0 T r N O OO N n c! O h h c0 O m ID Ui Oi O1 Ji O. T Qt O U1 O m OI Or Qi Or O> Ot?r O> Vi z m :o ❑ m $ h 8 u 01 '" 1� `�i m `u`3 2 w W; 2 -v 8 � �iO ry CO 8 v `b'`9? Cn, it)i2 �N u"1 �t0 8 h�- b'W u0. O1� 1!s 8 m Cr 10 CI MM lz ILP, 121 10 r�w �`�i v1 ur w in windiv`� in in in `v3 in:v�vfvl�inw m 18 m 91 2 u 23 rScB: 'm'- 1 � = � `2 �oP83' tR9 � 2 26, O of o Cd 2 iri tt,pp r vi c r: 2X of � `�� �{ i i inu)i/Gww»c o rn o r °�7SM�iU � 2da �rrlr; w v) ei inw�ninainin a) v1 � vrinE{vv)inin `B8 � ° `� Si 8 � �+1 .• 8 �� °° NIDV _ mrM tDtOrAaCnQ68 [71N8u�"� m�F4 °'�cli 1r N Vy ��mm��yyjj N1 c' h A rn N W •V N M V ft, phmt�j t� r� M to w eNerr O N-N w f.•)` M M VI V/ NI g (V C', Vi M�A )A to in WU"a1 V, N f/i w In vi 49 '.r CQ C`J f7 N :•rNN 8 (h`'). 07 n � w .a9n 8 (~�] m�h rnU .V- .M- Or � (O ID OIh � Q�N OlNB � 09 C\i en in u� 1�i in D in in in 88 � 8°. 8 8 888 888 8 8 8 8 8 888885888 $ 8888888888888888 $ 8 rn i c�i of . .n .w V w n w W N) w in w 4 NI Vc)w w V) w M w w w VI V)fn 6n w w f/S w w V1 82 88 8 8 888 888 8 8 8 8 8 8 ° 888$8888888888888888883888 vNi w p$p 88 8 X8^8 p8 8S88 1c8�11 81 S 8 pp$ X8888.8r8op888p5p88pp88p8N�p81Vp8�$ 88�p8j8(p8�88 �Uj�p$18e, 88 UP V)O n 10 Ql u)gi � n OR) !n ^ l0 1N�0 N �l•01 f07 cN�tNA m V N O vJ c0 V 7 �t f� f?1D !(O� V�(NN N rg- O O cq V)w U)w is;` ys m V fn �1f/fn fn M v)fn 69 Vi w N lllnnn f!r p 1n 1f! 1//In VN1 VT w in u) N j w $� 8r, 8 888 888 c8� $�� 182 8 8 N $ $8 $8 $ $$ 8 $ 88v8888g858�58258�8888Q88Q8 cm IS % g In r- w In 8nrJODi in V$ vrn^i�g+o�i r�iu�h1 gi/) ivhmivni25c7SZiv$cqr Q25U) v: in w iii_:id V �u en in eq m m Ohi N O N N N .- •- N co Co CO V N M h h •- N .- N V .- .- •- -•- N C\l •- •- .- .- N V U m U� J J W W W W Ww lL W W U U J J J LL J J J W W W W W W W W W WU1WWWwwwWWUaJu�J ¢ a > w w m LU M r z x w V W u1 3 ¢> > UJ ft. W ~= W 4W Z OAS LLl � a¢' O 'o Q° 3 0 , _ m z z z � � d 2wcn W `coo } m>a W O vi an w Z cav ca"> v mom �"'JU w `9 ¢ m > a dW � aW�� upo xow1= o 0 O O z ? zz =? a > p °zluz >ouiWO W Fez y tnUO 151,W, V N w O O Q - 4 Qwwz W It) wWZm � Q ¢ > z �9 ��x °p ¢ � a � g ma 'Lm mWw �a =o a 0 N W W ¢p v (Ji Cj O O k a 2 w ¢ ¢ ¢¢�y C7 m dry' W(D u)m w to Q WLL,1 zy ¢- ¢ aF x �m x x > > QZr- wWwwwww�LL) ow ¢�m ¢w wUS WU� S'aZttni> Ci�W > > �>UC7UV 7(< ¢ ¢QC1 'Lw0 u, nQwu, ¢X �¢ OCU¢m¢ QZX[D �= -� mom xmXZXZ 'ty 3: ySrnJO �n N (u�t WONa? ,tmUOWtLC7x - JY In cm L) C—)LL>Wn. WNW * d UJUj 4. `% CL.e ' Y (nY = w> U � UUU `r ZKN .- N ¢ O� � ¢UJ JJ JJJJJJ JJ ZzX ZZZa L) L) �'o C.I � O� :: �S W ~a a0aa2 LZ2 �QH {{Q-� F4F-- �QF--VQ-{�0- {0-F0- ��Q... 1•-t OW O OW Qo ¢O¢ Oor/1 c� ooZ Om ^u) ONOjn� r W W W UI�W W Wru rij U¢ m 0CCU) - - F 'v . Q - a' Q Q Q ¢ ¢ a) ioulvN inmin miO � oCr CtNOODOGIL]ADOQO UO 00 O Q in Ln OOO O d N N NCl u'i tAh m0) O NMV Vf Wr` GrnO Nl7 �r In tO htD ' •-- • OUO00000 .- O O ^ r N N N N N N N .- .- .- .- � .- N N � (4N^ f4 N cM 2 2 M C1 M f? ^M M M tp t(pp,.7 p co o c, -- p �(n �In r.) � (a ca o o w o m p�p o o In m In O O)N to 7 K, K w 1. ID r- N 1i (V (`] (') �� 1, Co In In v lD 7 f� l.) ... _ LL� U N •_ V .. N C (J W m (D t, , , r- r ,j r� *- N to to (A n O m P- O) aD t. 3 h N CO I t I O CJ v O D n I N co tj mr- I. Y� r; a�u� r) N� 03 I: v D IS 1 N r. 11nn M I(') n: In ,t f M _ ui M I�i ri N ri n tv (tit n C i vi 0-f V1 /n /(Y Nl In VI Vl v)in V) V/ VI in Ifl Nl V� In VI u) In M V� In In M 6 V N (OD K to (D Atpp N tt'�1 trf1 c?)I M N to U o) N(I, ttn� to tD -Ot Cn7 tun) in ttpi C3 1!' tt[u9�!r `uVV) t(M�t t(1�0y in in if) in tD t0 f` tD N t/1 V1(~n In(i)VIN VIM 11 O N'A U trI �N to VI HI M dh vS t~i! (ii in IUn) (/1 rA en fn (ND to Ip co in in in cm in D)�i IQ h tai. ry v ° 8 tV to tt(�., in $ co 8 v° ON 8 ini, u°) `u u f� �i). cS rnrn ( rn t�rni t0{ of t�mv"' m tmv r-nm in M uNi i ti, fO tp V1 V V) .1 en (� to v`f f!1 17i (7i to M M M ^ {{pp p to OI O .n- n (�) O to r 0n I N lfl m '1 D S 0 m N V' CO'O, U UDD I-I ti N 1- K N N n Vl C7 O rr OD N «7 (D IA O, p of (1) (D r- �• �f O O r� fU tV ^ p r) I- M urn) ton/) Q Uf M N 1n M M M In M Vl 7 6, V! M l() m ,n h! M V) In if) In IMn t� I/s(n t/1 M M in 8 88 8€� 8 8 8 8 8 8E88828888�� 8 8 8 8 888 8 S g°, tNo p �1 p �pl pp ((pD ttCCCCCC1hyyyy� 8 8 8 cpD� 8 8 ° in in[fi �N8 "R C` IDQ OIN rn in co Nlnh f- 1, O Om r- in � #..)in W fl N N M M U) 1� 0 tLi O N IA U7 On to tD N �- (`') N M v (r in vinlnin�enMV, M v) in�en vl M ilni u N in in 8 88 888 8 8 8 8 8In888R °R888 8 8 8 888 8 s 8n 8 S 8 P u a cm r- in to C, n n(n in On in u t`fi l�i vi vr`i � vl $v)vr`i v� M oi �`�! -fir in M vl Cl) 8 $8 888 88 8 8 8 88 �o8jgaC) 8 �8 S8p8 pq8 8 ° °° 8 ppR 8 88� $ K o8 (8� pq8 I°A pppp n t°n tOn IA I°n 3 r n °K O N tD .d- N 1" N O O S t- n N (D (D O C) N N�f ^(MD 1f) (CVV On(6 M Ul .-t� r. -N in (1) w �- M .- C') c+� t On tV t0 to Ih Ifs to M CA M fA M M M tN M Vi V)VI V)N M�) M V! v!In Cn (/i u) V1 M On t9 2 M 8 88 S8 $ 8 8 8 8 8 � 8 °N8 (\ 8. . S � 8 0 ° 8 8 � 88 8 2 y 8 p pp In po p O O O In '• p O'J, t`7 p t�) to O N O N In C1 N O tT In In O p O m In O r• N R N In M 8 N In ^ IT f. N to h ( f� c0 M r- r) In N OD to 7 W(D C� n r, CO If7 d)H1 V) V) M v M/n M M 0 In ul In CD m VI In M /n In N M M M 111 M M In Cil M Vl M M (A U) v M O O M N p N to ID m m In ° D O G) ° O tD v O In N - awE ti mvo, ^ � In to n " C in N -r ^ m N In n r N N t0 (D N In N ^ -1 J u) w to ^ Q tt((Q Qc[ Q Q n 4. LL LL LL LL U. LL LL ` >• >• �• r LL LL QLL } ? W 111 lU W W w W 111 w J J J J J J J O V)in U U J J (CI .J U U J W J W -i -j J CD z -) t x U H C y w Z; w ¢ d m W � Q 3 z O z O `S u`� a ¢ w o o 4 ¢ In aC w 0 0 ~O a w f v ° U2 F Q Q Q J rZ_ v u7 m )w ¢O O O U U wo LL x w o U 1. o w �y zwm } =_ cn w »ff- ti ¢ ¢ a (�z z m_ wgww 1- OLLZ O� W )= (n ~ z .J.r z m� zz � } w Q W CLWwYw < -. Inc -)m - z ma =, � � � w z �p 0p� m m in ry `- ywwU, wwv ¢w2 Q 00 Q ¢ u) -w p BOO ¢ oao v ¢ 'u�iU wUM w Q K � =a Jo) (nv)QnYao 0 ogl �r. 2 e: a v aU� o ;° ci00 � � Q r > ¢ W ¢ w >C�U U a a a 3 W O O ~~ � � ° ti 0 0 a 0 a z U a r w Q m U U" L>) � � J> 1z wow � ¢ w S x � '" � 000Jw - g( 6z Ow U. Vn [ai. W VUlW Ja _ w wCt [t ¢ y y v7_ > wl- 1 _ )zOZO O ~ C71= (7Z ¢ � ¢ zr [L(wn CC in Vwi '� w w v w2 �NU) C�W W W`< a % ? > J c*,- U � 0 zLL, j �ry m�p U r01 h (V (" .�ti. n•�` -0 r '7 M7 p O a L-U"-a-' of �7 {+i t, r.7 r•', r_ •, SUnt�11 W ...mpfff M ltvy cN�p CJ t7m�p � ilk;. ft��jj�p tt�fy� Qpl cV O etrl��l t� � QN 1rA w �tht tlp� t r- N •} f-. - (t1�7r ,rd- O�j'^6'••�A1 C, C?7.? �yryv �W�, r �U n Ir�l )ry 1� O 2 cJ m INS N tVVV tt- N r a] I" K h (W cUNy1 I- to /~A W O7 1n N N dl Vi N N M 1/1 tn/e N N tNi1 V)fn to t-? Di tnlf NK{ .my (++'! to tIl N N IJt ) N N In M O t�pp � � t� A tp p C� (� (A O t+1 p tp tL N tiNNrT � .nV CJ lG 3 v t mtl� to ClUt:) heqNNto Nf� M G � fff C.) in iq 1` T O p0 m CO w t!) O fh !oV ^VI U ^er [ 6 VJ M m M N N ((�� t0 N N dl t� yr to t/y In 1/) �Ul YI Ar) N N � f!1 N Vl N V1 M to Vf VY t to p a tD p ^ in N In O rDn (NV-p u O O O O to Op pp T 7 p 6 c•7;t0 e p G(Cp] fV` h V, Op 4 Op c7 a S p 8 r 00 10 U N In. t`5'r"� t8i 3iK � f3 dilCl� CR 888 tmv `€,' inin $v n 3888 8 8 t Eimt f , in 3 :� 5x u� � ut n� °J In 8 NB A ° Q, Ip 8 8 $ to rnNj 'r - sr ��} y .f a, ° � � h� � ° �i `Ini .�- rnIR tl �vtt3ni � td', Sif 2 mn g ) ^ Mtn t!i O N C�III `ul tupl u>of N M N 1ij�n N 8 2 n/J, n i7 in N d N Vi C4 r 1 M N1 ��n p W(8 N t7M 17 Vcc��) M pp UY 8) tr t7 I --• M tN 12 p 0 ( ( N�88 in p 8 p in88 p 08 tp 0 p tp Op In V8 tf in nO if) 0 ( f)t/% n n� n Vv N M N Mv V) Vl in t/ U) 8 �gi�' t`AV 8_ 88 9i 8 9 8888 5 8N5 88888 °m°v) 8885 N55r 0 01 in.. .pp. (e��. (�). qo. (.p}. (p�. CpJ. ppp. �pj. pp. Cp p. (7�. f' O (NO CA O tD ? l O O V t7 to N.N I!1 O N IS!8 T t7�N•• V/V)/p// 7 •! Co.O �p N U)t` tV Q .- f; M f` G t', N Ih t0 4 V, IA (V t0 UG IA m N in 1, Ih Y) O7 N t N IV") ttl Vl (7 O V)N N N in I!9 l7 V)M LL7 N t0 In N M fn Vl to M 1n N In N Vf M 1'� II)In 'In N G p pp Otl p pp p pp pp p ��'•f7 �'. C n O nnhh 9CJ G' O O h OC• PO� 8 (D � � CJ � L7OtpA] OCJO IN8C', In 1: cD tNn �U))in w VY VV)) (A M V i%vT to N N I2A �M CO -4 Of O N� Vf Vl 1l1 V/ � n V) M M M (M yy T in Imp•tn 01 q� lD C7 2 yN NM NB N ('7 CJ pIOAp NNN t71-nt17N h A .p- M N 1� y N' ^ lV o u) CtA,'tp m N '1 •- u'i A (v N N �r ^ U N O7 LL ly } } } )- } } } >. } '+.• Y Y ?°• W IL Q U r r Q to } } } LL LL LL LL. II. LL. .J -J(n rn rn (n U)N m to rn to to to (1) 0 J J w Q to W w J in to to V J J .J J -1 J > CL w t t ¢ w 1:0 V) 4 w ti ? Y IL w O Z O U r rL 4 Q d j W y ¢ Y faA W adW WO V fWWn ° ¢ ¢a 0. d J W �• z U J w l7 F } Q _ z Q O F- Z as a o U U ) w W 15 lL F^ C7 z 2 L Q 4 w w Z I- a `C LLl a a W V w r °� � z 4 IL U) aJ¢ 1 Z I, ¢CL I q: cc ILI f- w ¢_ ¢ p Cr Y7 Cr7 w w ° ° �? z¢ a w J!¢ a W a Q ¢ O OO a z ON Q ° p Z ¢ ¢ C) 1rn a � Z TW¢ � � � » r r Um LLo? as ¢ ¢ � ¢ z li: Uw U � ern a > > v� ¢ ¢ d azzzzUl=• ui cn O¢ aYa cr. z -c x � w ¢aU °' aa U ¢ WUl �¢ Z . r , f-Q4a4u) , LL ° H x > Ua ftI t > > O www r } to a to LL t�` a > r LLw ? aU Y mrWW¢ zcQLLIJ J -J � C�i Cyr } wr ?° ¢ > O aaoa �G° � � 7w ' u, ¢(n, a � u)in ¢ ¢¢ craw ) ¢ ¢ � ¢ a:7- In o . _ JQgau'OwwW W =UQaa4 4 a4w0w4 i. (nm min a a mw0mm in(n(n (L QO'' CLwUC70 ¢ wUU W W W - `' �: "- m O a J U U N 0 0 0 U x x j� U U U G O Z Z O r N` U Q - ° , w U 4 C z U U U q ¢ `. ¢ `. ¢ QZILODUwUUUac? c7 ¢ UUUa z �W s � Q° ~ rnulz > w � N wOD =) LU F <r � 5(L a. a. Zn. aa z U - u. n. a zqwOr f. Q ._ ) rQQU uia� ioi. i, o1. i.i. xF, ro :rOUio �r �rtFU- Iw• lwiOfw- `� JVia � n c°� v�) Q¢ BCD a ¢¢o ° ioa inr O OOG U (tnj O O O 0000q iUO U L7000 Q O 10 r r r .~- .^- ~•. (.- r-' fr .r- f.. .n- t` 1^ �- t `p m m 4. T T O7 C� i (v (V N N V N N N EXHIBIT E Bill 2003-179 City of Jefferson, Missouri - 2003-2004 Budget Amendment W rQ h-egt Purpose/Description Account Number Revenue Appropriation Transfer from Surplus 6400-0000-0995-9999 $72,000.00 Wastewater Capital Projects 6400.9900-7350-4096 $72,000 $72,000.00 $72,000.00 .r SPECIFICATIONS AND CONTRACT DOCUMENTS ; PROJECT NO. 32039 South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) CONSTRUCTION SET All 0 a F- /M�11 UYI�N� 125 CITY OF JEFFERSON r r SPECIFICATIONS AND CONTRACT DOCUMENTS 1 PROJECT NO. 32031 South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) t rJefferson City Department of Community Development February, 2004 fit, `e R Ile POP 4 , `` 14i �. r TABLE OF CONTENTS r • Advertisement for Bids • Notice to Bidders • Information for Bidders Bid Form • Bid Bond • Anti-Collusion Statement • Contractor's Affidavit • Minority Business Enterprise Statement • Minority Business Utilization Agreement " • Affidavit of Compliance with Prevailing Wage Law p 9 g ® Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law ' • Excessive siv e Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments • Addendums ( If Any ) (" INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) 1 r 1 ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, February 3, 2004. eThe bids will be opened and read aloud in the Council Chambers at 1:30 PM or) that same day. The proposed work for the project entitled "Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)" will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve ?he existing roadway. A re-bid conference will be held at 10:00 AM on Wednesday, January 21 2004 in p � Y� Y , the Large Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO r65101. 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 One Hundred and Twenty Dollars ($120.00) ® will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON !Terry S ep nson Purchasing Agent Publication Date Sunday, January 11, 2004 t t a NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, Febuary 3, 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. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)"will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. A re-bid conference will be held at 10:00 AM on Wednesday, January 21 2004 in p Y� y , the Large Conference Room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101 . All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required forbidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of One Hundred and Twenty Dollars ($120.00) will be required for each set of plans and specifications. Individual full sire sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to detormine which is the lowest and hest bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE Director of Community Development INFORMATION FOR BIDDERS AIB-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled"Project No. 32031, South Country Club -Drive Improvements (Fairgrounds Road to West IEdgew ood Drive)" in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, and equipment to construct approximately 7,900 linear feet of roadway, installation and relocating of utilities, two reinforced concrete box culverts and other storm drainage structures,sidewalk,landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. I113-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications,special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I19-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. 184 QUA LIFICATIONS OF BIDDERS 1 The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. I13-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design,subject to the approval of the City. 1113-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I13-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. rAll blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. 18-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. I13-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lurnp sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. ® IB-11 SUBMISSION OF BIDS 1� The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked"Project No. 32031, South Country Club Drive Improvements(Fairgrounds Road 1 to West Edgewood Drive)". IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS The City reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of tJefferson. I13-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND ' A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) i of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court 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 BID SECURITY RETURNED TO SUCCESSFUL BIDDER rUpon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. 1 The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies r required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. rThe 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 Y Yg � Y 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. rIn 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 parry chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED r A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10) days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of work are to be performed. rfB-24 CONTRACT TIME The contract time shall be 200 working days. r` IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the contract time. r.i IB-26 POWER OF ATTORNEY r� Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET • 1. 1: 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 t5) MINORITY BUSINESS UTILIZATION AGREEMENT • END OF INFORMATION FOR BIDDERS 1 • BID FORM Name of Bidder Don Schnie-dens Excavating Company, Inc. w Address of Bidder 1307 Fairgr=d,s Road Je t rsQr, c sv. Mn 6r1.ci9 To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans,specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto;and being acquainted with and fully understanding (a)the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f)the location and extent of necessary ® � or probable dewatering requirements; (g)the difficulties and hazards to the work which !' might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling,and rail delivery facilities; and (i)all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: Page 1 of 7 CITY OF JEFFERSON ITEMIZED BID FORM (REVISED 01126104) SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EGDEWOOD DRIVE) PROJECT NO. 32031 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1.00 MOBILIZATION /CLEARING FOR UTILITIES LS 1 15,000.00 15,000.00 2.00 MOBILIZATION /DEMOBILIZATION FOR ROAD WORK LS 1 15,000.00 15,000.00 3.00 CONSTRUCTION STAKING LS I 16,000.00 16,000.00 4.00 REMOVALS LS 1 105,590.00 _ 105,590.00 5.00 CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL LS 1 8,000.00 8,000.00 6.00 CONSTRUCTION TRAILER LS 1 5,500.00 5,500.00 --- EROSION CONTROL 7.01 SILT FENCE LF 6,500 1 .66 10,790.00 7.02 DITCH CHECKS EA 15 _ 70.00 1,050.00 7.03 STONE FILTER DAMS TON 100 20.00 2,000.00 7.04 TEMPORARY MULCH SY 40,000 0.10 4,000.00 7.05 TEMPORARY SEEDING SY 20,000 0.06 1 ,200.00 i --- EXCAVATION 8.01 EARTH EXCAVATION AND GRADING LS 1 1 50,231 .00 150,231 .00 8.02 ROCK EXCAVATION FOR ROADWAY (BLASTING) CY 702 10.00 7,020.00 8.03 ROCK EXCAVATION FOR ROADWAY (MECHANICAL) CY 50 125.00 6r250.00 1 8.04 SUB-GRADE STABILIZATION TON 100 20.00 21000.00 1I� --- STORM DRAINAGE 9.01 15" DIA RCP, CLASS 111, IN PLACE LF 2,147 :30.45 - 65,376.15 9.02 18" DIA. RCP, CLASS III, IN PLACE LF 543 30.60 16,615.80 9.03 24" DIA, RCP, CLASS III, IN PLACE LF 20 43.35 867.00 9.04 42" DIA, RCP, CLASS III, IN PLACE LF 139 75.50 10,494.50 ' 9.05 54" DIA. RCP, CLASS III, IN PLACE LF 358 ___ 123.95 44,374.10 r Page 2 of 7 r ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT_ 9.06 15" RCP END SECTION EA 7 330.00 2,310.00 9.07 18" RCP END SECTION EA 1 350.00 3.50.00 9.08 42" RCP END SECTION EA 1 1 ,315.00 1 ,315.00 9.09 54" RCP END SECTION EA 1 1 ,660.00 1 ,660.00 9.10 4'x T TYPE A INLET WITH DEFLECTORS EA 4 1 ,430.00 5,720.00 9.11 4'x 3'TYPE A INLET W/O DEFLECTORS EA 18 1 ,340.00 24,120.00 9.12 4' x 4'TYPE C INLET W/O DEFLECTORS EA 7 1 ,4 0.00 10,290.00 r9.13 4' x 4' AREA INLET EA 4 1 ,190.00 �� 4,760.00 9.14 6.5'x 4'AREA INLET EA 1 10965.00 1 ,965.00 9.15 MODIFIED JUNCTION BOX (STORM WATER STRUCTURE NO. 41) EA 1 3,650.00 3,650.00 9.16 6.5'x 6.5'JUNCTION BOX EA 1 2,700.00 2,700.00 9.17 4' DIA STORM WATER MANHOLE EA 4 1 ,005.00 4,020.00 9.18 1 Fr.THICK, TYPE 1 RIP-RAP SY 52 ____ 12,00 624.00 9.19 2 FT.THICK, TYPE 2 RIP-RAP SY 660 23.00 15,180.00 9.20 ROCK EXCAVATION FOR STORM DRAINAGE (BLASTING) CY 426 75.00 31 ,950.00 9.21 ROCK EXCAVATION FOR STORM DRAINAGE rl (MECHANICAL) CY 50 125.00 6,250.00 --- BOX CULVERT (OLD LOHMAN ROAD) 10.01 CONCRETE (3000 PSI) CY 97 340.00 32,980.00 10.02 REINFORCING STEEL (GRADE 60) LBS 12,230 0.85 10,395.50 --- BOX CULVERT (SOUTH COUNTRY CLUES) 11.01 CONCRETE (3000 PSI) CY 114 302.00 34r428.00 11.02 REINFORCING STEEL (GRADE 60) LBS 13.588 0.85 11 ,549.80 '1 --- SANITARY SEWER FORCE MAIN j 12.01 10 PVC C900 SANITARY SEWER MAIN WITH TRACER WIRE LF 2,237 23.20 51 ,898.40 r12.02 10" DIP SANITARY FORCE MAIN WITH TRACER WIRE LF 10 50.00 500.00 ' 12.03 4' DIA SANITARY SEWER MANHOLE EA 1 '1 ,500.00 1 ,500.00 r r Page 3 of 7 r ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 12.04 '10"TRANSITION COUPLING MJ. EA 2 200.00 400.00 12.05 10" MJ.X MJ. 45 DEG. ELBOW WITH ASSEMBLY EA 2 , 250,00 500.00 12.06 10" DIP MJ, X FL.G. X FLG, WYE EA 1 700.00 700.00 12.07 10" FLG. X FLG. 45 DEG. ELBOW EA 1 300.00 300.00 12.08 10" FLG. X MJ. GATE VALVE W/ASSEMBLY AND VALVE BOX WITH CAST IRON LID EA 2 1 ,055.00 2,110.00 12.09 10" DIP MJ. X MJ. 45 DEG. ELBOW WITH ASSEMBLY EA 1 _ 275.00 275.00 12.10 10" DIP MJ. X MJ. 22.5 DEG. ELBOW WITH ASSEMBLY EA 1 275,00 275,00 12.11 10" MJ.X MJ. 90 DEG. ELBOW WITH ASSEMBLY EA 1 275.00 275.00 12.12 ROCK EXCAVATION FOR SANITARY SEWER ` (BLASTING) CY 128 75.00 9,600.00 12.13 ROCK EXCAVATION FOR SANITARY SEWER (MECHANICAL) CY 20 150.00 3,000.00 --- WATER MAIN r13.01 10" PVC WATER MAIN LF 799 18.60 141861 .40 13.02 8" PVC WATER MAIN LF 4,286 12.30 52,717.80 r13.03 8" DIP WATER MAIN LF 36 40.00 1 ,440.00 13.04 6" PVC WATER MAIN LF 188 10.85 2,039.80 13.05 4" PVC WATER MAIN LF 147 7.65 1 ,124.55 13.06 2" PVC WATER MAIN LF 236 5.70 1 ,345.20 13.07 10" MJ 45 DEG. BEND EA 3 270.00_ 810.00 13.08 8" MJ IN-LINE GATE VALVE EA 1 615.00 615.00 13.09 8" MJ 45 , BEND EA 7 DEG. 235.00 1 645,00 E 13.10 8" MJ 22.5 DEG. BEND EA 7 235.00 1 ,645.00 13.11 8 MJ 11.25 DEG. BEND EA 1 235.00 235.00 13.12 6" MJ 22.5 DEG. BEND EA 1 210,00 210,00 13,13 6" MJ REPAIR SLEEVE EA 2 210,00 420.00 13.14 4" MJ 90 DEG. BEND EA 1 195.00 195.00 1 Page 4 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 13.15 4" MJ 11.25 DEG. BEND EA 1 195.00 195.00 13.16 4" MJ REPAIR SLEEVE EA 2 195.00 390.00 13.17 2" PVC GJ REPAIR COUPLING EA 4 55.00 220.00 13.18 DETAIL A EA 1 3,825.00 3,825.00 13.19 DETAIL B EA 1 800.00 800.00 13.20 DETAIL C EA 1 5,330.00 5,330.00 13.21 DETAIL D EA 1 730.00 730.00 13.22 DETAIL E EA 1 1 ,525.00 1 !525.00 13.23 DETAIL F EA 1 2,150.00 2,150.00 13.24 DETAIL G EA 1 11860.00 1 ,860.00 13.25 DETAIL H EA 1 1 ,955.00 1 ,955.00 13.26 DETAIL I EA 2 765.00 1 ,530.00. 13.27 DETAIL L EA 1 1 ,535.00 1 ,535.00 13.28 DETAIL_K LS 1 815.00 815.00 13.29 2" PVC WATER MAIN CONNECTION WITH ASSEMBLY EA 3 800.00 2 1400.00 13.30 6" FIRE HYDRANT ASSEMBLY EA 9 1 ,895.00 17,055.00 13.31 2" PE (CTS) SERVICE CONNECTION WITH 5 ASSEMBLY EA 1 00.00 500.00 13.32 3/4"COPPER SERVICE CONNECTION EA 21 515.00 _ 10,815.00 13.33 1" COPPER SERVICE CONNECTION EA 1 525.00 525.00 13.34 EXISTING 2" METER ASSEMBLY RELOCATE EA 1 900.00 900.00 13.35 NEW 3/4" METER ASSEMBLY INSTALLATION EA 9 900.00 8,100.00 13.36 NEW 1" METER ASSEMBLY INSTALLATION EA 1 900.00 900.00 e� 13.37 EXISTING 3/4" METER ASSEMBLY REMOVAL EA 10 400.00 _ 4,000.00 �j 13.38 EXISTING FIRE HYDRANT ASSEMBLY REMOVAL EA 3 400.00 1 ,200.00 13.39 3/4"COPPER SERVICE LINE LF 2,025 6.90 _ 13,972.50 t 13.40 1".COPPER SERVICE LINE LF 80 7.00 560.00 13.41 1" PE (CTS) SERVICE LINE LF 600 7.00 4,200.00 Page 5 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 13.42 2" PE (CTS) SERVICE LINE LF 72 7.00 504.00 1 13.43 2' SCHEDULE 40 PVC SLEEVE LF 610 7.00 4,270.00 1144 T SCHEDULE 40 PVC SLEEVE LF 85 8.00 680.00 13.45 4" SCHEDULE 40 PVC SLEEVE LF 246 9.00 2,214.00 13.46 1" MINUS GRANULAR BACKFILL TON 598 9.00 5,382.00 13.47 CONCRETE PAVEMENT REPAIR SY 18 _ 100.00 1 ,800.00 13.46 ASPHALT PAVEMENT REPAIR SY 13 35.00 455.00 1 13.49 ROCK EXCAVATION FOR WATER MAIN (BLASTING) CY 250 - 75.00 _ 18,750.00 13.50 ROCK EXCAVATION FOR WATER MAIN (MECHANICAL) CY 50 150.00 7,500.00 --- UTILITY INSTALLATION FOR AMEREN 14.01 TRENCHING / INSTALLATION OF 5" DIA. ELECTRICAL CONDUIT LF 1,304 10.80 14,083.20 1 14.02 TRENCHING / INSTALLATION OF 4 DIA. ELECTRICAL CONDUIT LF 155 10.00 1 ,550.00 14.03 INSTALLATION OF UNDERGROUND VAULT EA 1 2,655.00 2,655.00 14.04 TRENCHING FOR GAS MAIN LF 1,075 6.65 7,148.75 14.05 ROCK EXCAVATiON FOR ELECTRICAL CONDUIT AND GAS MAIN (BLASTING) CY 50 100.00 5,000.00 14.06 ROCK EXCAVATION FOR ELECTRICAL 150.QO 3,000.00 CONDUIT AND GAS MAIN (MECHANICAL) CY 20 --- CONDUIT! LIGHTING 15.01 2" DIA, SCH. 40 PVC CONDUIT FOR STREET LIGHTS LF 4.40 B.00 3,520.00 15.02 TYPE 1 ELECTRICAL PULL BOX EA 1 8.50 8.50 15.03 3-#4 240V INSULATED COPPER WIRE WITH 1 - #6 BARE COPPER GROUND WIRE LF 480 4.60 2,208.00 1 15.04 CLEAN, RE-PAINT, AND RE-LOCATE, EXISTING "SHOE BOX" STREET LIGHT POSTS EA 2 2,876.00 5,752.00 15.05 4" DIA. SCH. 40 PVC CONDUIT WITH PULL WIRE FOR FUTURE SIGNALS LF 586 10.00 5,660.00 i - 1 Page 6 of 7 ® ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 15.06 4" DIA. SCH. 40 PVC CONDUIT FOR THREE RIVERS ELECTRIC LF 674 9.00 6,066.00 15.07 TRENCHING/INSTALLATION OF 4" DIA. CONDUIT FOR TELEPHONE LF 570 9.00 5,130.00 --- RETAINING WALL. 16.01 SOLID BLOCK GRAVITY WALL SF 1,250 13.20 16,500.00 16.02 SOLID BLOCK CAP UNIT LF 380 3.85 1 ,463.00 --- PAVING 17.01 TYPE A CURB AND GUTTER LF 13,637 9.95 135f688.15 17.02 3" ROLLED STONE BASE SY 33,500 2.30 77f050'00 17.03 7" PCC PAVEMENT SY 29,297 22.95 672,366.15 17.04 T' PCC PAVEMENT (FAIRGROUNDS, DENESE, FAIRLAND) SY 719 31 ,.55- 22,684.45 17.05 6" PCC COMMERCIAL DRIVE APPROACH SY 411 36.45 14,980.95 17.06 6" PCC RESIDENTIAL DRIVE APPROACH SY 216 39.90 8,618.40 17.07 6" PCC RESIDENTIAL/ COMMERCIAL DRIVE REPLACEMENT SY 1,134 _ 28.55 32,375.70 " 33.20 35 856 00 17.08 7 HIGH EARLY STRENGTH PCC PAVEMENT SY 1,080 r 17.09 6" HIGH EARLY STRENGTH PCC PAVEMENT SY 250 33.00 8,250.00 17.10 4" CRUSHED STONE RESIDENTIAL/ COMMERCIAL DRIVE REPLACEMENT SY 1,042 2.85 2,969.70 17.11 6" PCC SIDEWALK SY 590 29.45 17,375,50 17.12 4" PCC SIDEWALK aY 3,832 25.65 98,290.80 17.13 4" PCC SIDEWALK RAMPS SY 62 50.00 3,100.00 17.14 TEMPORARY ASPHALT PAVEMENT REPAIR S`( i6o _- 20.00 3,200.00 e 17.15 TEMPORARY SURFACING TON 1,820 10.00 18,200.00 ' --- FENCING 18.01 WOVEN WIRE FENCE LF 2,130 5.00 10,650.00 18.02 TEMPORARY FENCE LF 152 10.00 1,520.00 1 0 2' • 8. 3 1 GATE EA 1 1 1000.00 1,000.00 '' --- LANDSCAPING Page 7 of 7 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 19.01 SEEDING AND MULCHING AC 10 1 ,140.00 V 11 ,400.00 19.02 PHOTODEGRADABLE STRAW BLANKET SY 1,550 1 .52 2,356.00 19.03 ZOYSIA SOD SY 50 8.50 425.00 19.04 PINE TREES EA 11 85.00 935.00 20.00 GUARDRAIL WITH TYPE IV OBJECT MARKER SIGN OM4 WITH POST'S LS 1 2,000.00 2,000.00 TOTAL BASE BID 2,234,791 .75 --- ALTERNATE A -ASPHALT PAVING 21.01 REDUCE 7" PCC PAVEMENT SY -29297 22.95 (672, 366.15) 21.02 1-1/2"AC SURFACE (GRADE C) SY 29297 2.70 79,101 .90 21.03 8-1/2"AC BASE SY 29297 16.05 470,216.85 r; TOTAL ALTERNATE A (123,047.40) ALTERNATIVE B -MOLECULARLY ORIENTED PVC 18.60 14 973.00 22.01 REDUCE 10 DIA. PVC WATER MAIN LF -805 ( ) 22.02 REDUCE 8" DIA. PVC WATER MAIN LF -4279 12.30 (52,631 .70) 22.03 REDUCE 6" DIA. PVC WATER MAIN LF -195 10.85 (2,115.75) '1 22.04 10" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LF 805 18.60 i 4,973.00 22.05 8" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LF 4279 12.30 _52,631.70 22.06 6" DIA. MOLECULARLY ORIENTED PVC WATER MAIN LI: 195 10.85 2,11 5.75 TOTAL ALTERNATE B 0.00 I nnn 2/3/04 Signature of Bidder Date 1 SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. Jefferson Asphalt: Company, Mayer Electric, Inc. , All Seasons Home and Lawn Care, MC.', Triton rbnstruction. In( ,��jpg„Fxcavation. Inc. TIME OF COMPLETION The undersigned hereby agrees to complete the project within 200 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested YP in the bid as principal or principals is or are named herein and that no other personas or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. ® The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivering of such notice, execute and deliver a Contract in the foram of Contract attached. �1 The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: 1307 Fairgrounds Road Jefferson city,MO 65109 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. �i ! Attached hereto is a Bid Bond for the sum of 5% of bid amount. ($ ) 1 Dollars (cashier's check), make payable to the City of Jefferson. rSignature of Bidder: If an individual, doing business SS If a partnership,.,,_. _, member of Firm. by If corporation, Don scimieders Occavating Company, .Inc. Title Vice President SEAL ® Business Address of Bidder_ 1307 Fairgrounds Road Jefferson City, MO 65109 eIf Bidder is a corporation, supply the following information: State in which incorporated Missouri Name and Address of its: President na Jane M. Rhea 1307 Fairgrounds Road Jefferson City, MO 65109 Secretary _ Bann F. Bax 1307 Fairgrounds Road i Jefferson City, MO 65109 Date October 1986 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Don Schnieders Excav_atincLComEany, Inc. as 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 3rd day of February_, 2004__. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled: "Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgerw►ood drive)" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed 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 proper officers, the day and year first set forth above. Don Schnieders Excav ting Company, Inc. SEAL Principal Safeco Insura. any o ri a Kris L Bennett, Attorney-In-Fact r �- S A F E C 0' SAFECO Insurance Company PO Box 34520 9 � Saattlo.WA A <.1ti124•iG2ti ACKNOWLEDGMENT BY SURETY STATE OF Missouri County of Cole SS On this 3rd _ day of February 2004 before me personally appeared Kris L. Bennett , known to, me to be the Attorney-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 corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official sea]. at my office in the aforesaid County, the day and year in this certificate first above written. } Notary Pub c in the State of Missouri {Seal) County of if Osage JANET HASLAG NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Commission Expires: October 18,2006 i i i S•02301SAEF 10199 0 A registered trademark of SAFECO Corporation FRp POWER SAFECO INSURANCE COMPANY Or AMERICA S A F E C O" GC14ERAL INSURANCE COMPANY Or AMERICA OF ATTORNEY HOME OFFiCL 9ArECO I3LAZA SEATTLF,WASHINGTON 98t85 No. 6462 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, cacti a Washington corporation, does cacti appoint ppo a hereby hereby ppo'•"•'•°""•'•"LOUIS A. LANDWEI1R.KRIS'_BENNETT;CHARLES E.TRABLIE:BE-V BACKERS;lclfcrson City.Missouri"'•"••"'" its true and lawful attorneys)-in-fact, with full authority to execute on Its behalf fidelity and surety bonds or undortakings and other documents of a similar character issued in the courso of Its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have cacti executed and attested these presents this Ifitir - _`�•_ day of tune �-_ 2003—� 4 � `" CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,lha Secretary,and any Assistant Vice President appointed for that purpose by tho officer in charge of surety operations, shall cacti have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business...On any Instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, �i however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. On any certificate executod by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (it) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-.homey appointment Is to full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF, I have hereunto sat my hand and affixod the facsimile seal of said corporation I this — _�- 3rd day of February 2004 SCE CAga,��r E COMP SEAL Sr E A L S k '3 isZ� A�pf pA �ta ca?s CHRISTINE MEAD,SECRETARY S•0974/SAEF 2101 Q9 A rogrsterod trademarK of SAFECO Corporation 06110r?003 PDF SAFECO' 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 �j If you have been unable to contact or obtain information from your agent, you may contact SAFECO at the ® following address and telephone number: SAFECO Insurance Company of America t 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 i S-3855/SAEF 2198 0 A registered tradernat of SAFECO Corporation ANTI-COLLUSION STATEMENT 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 CzalpanU, Tmr- NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid) has not,either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. ® Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. 'I (BY)��ti.��.e�t �� - &L.-- (BY) Sworn to before me this 3rd day of February , 200o4 NOTARY PUBLIC 1 My commission expires: 1/23/07 SHAWN MM.WU Notary Public-Notary Seal State of Missouri County of Cole My Commission Expires; JarL 23,2007 CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF _._m:l-ssouri ) ) ss COUNTY OF Cole The undersigned, Donald E. Rhea �1 of lawful age, being first duly sworn states upon oath that he is Vice President _ of Don Schrnieders Excavating commov. Tn� _^ 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 fumish material or actually perform services upon or as a part of the proposed project. AFFIANT �1a Subscribed and sworn to before me, a Notary ublic in and for the Count and State rY � Y aforesaid, this 3rd day of rebruarY -, 20 oa NOTARY PUBLIC '! My Commission Expires: 1/23/07 SHAWN M.WILSON Notary Public-Notary Seal State of Missouri County of Cole My Commission Expims; Jan.23,2007 MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding n City contracts shall take the following affirmative steps to assure 9 9 p 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. i3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. r4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. i MINORITY BUSINESS UTILI?ATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful 'r 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 rou s, or other individuals, found to be economical) 9 P Y and socially disadvantaged by the Small Business Administration under Section 6(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. �I r r. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority.Firms Participation Participation Total Bid Amount: 2''34!791 .75 _ Total: 0.00 Percentage of Minority Enterprise Participation: 0 % Y rP C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise: and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City f Jefferson indicating the Minority Business Enterprise(s) it intends to tY 9 tY 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 g Y agreement and is authorized to bind the bidder to the agreement herein set forth. Donald E. Rhea NAME OF AUTHORIZED OFFICER DATE � 2/3/04 ,..,_�.� �� SIGNATURE OF AUTHORIZED OFFICER AFFIDAVIT COMPLIANCE N101 HPREVAILING 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 swom 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 Wade Order No. 10, Section 026, Cole County in carrying out the contract and work in connection with Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive) located at Jefferson City in Cole County, Missouri, and completed on the day of SIGNATURE tSubscribed and sworn to me this day of , 20 r NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss COUNTY OF ) e e e missoun e� o • Division of Labor , , WAGE t"D HOUR SECTION I F TH,E foCCC f. BOB HOLDEN, Governor 110 �,r1li. Cater Cater lyIoo 1 0 ' Section 026 COLE COUNTY Irr-accbrdanCe with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy o€thlB Annua�;Wage Order has been flied with the Secretary of State as indicated below, any person, who"*!-' y.be affected by this Annual Wage Order may object by filing an objection in trigliccate'.vAth'the labor and Industrial Relations Commission, P.O. Sox 599, Jefferson City, MO 65: QIZ=USBi .��ueh objections must set forth in writing the specific grounds of objection. Each of ion>si�ta}licertify that a copy has been furnished to the Division of Labor Standards, P.O. ' kkix % Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Ann ial',,Wage.Order has been flied with the Secretary of State of Missouri. RIEECJEIVEED 0, FILED .1 , z � �. P'1r�1i n ���� Colteen A. Baker, Director Division of Labor Standards Ftledi With-Secretary of State: F.ErRETARY OF n7•A-r, } APR 0 9 2003 Last,,Date Objections May Be Filed: Frepsaiced by Missouri Department of Labor and Industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County '.Effective asic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker _ 10/03 $27.33 55 60 $11.27 Boilermaker 9/03 $27.40 57 7 _ $14.29 Bricklayers-Stone Mason $23.65 59 7 $7.35 Car enter 3/03 $19.03 80 15 $7.86 Cement Mason $18.26_ _9 3 _ $8.40 Electrician Inside Wlreman) $23.73 28 _7 $9.06+ 13% Communication Technician _ USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $30.725 26 54 $10.461 Operating Engineer _ Group 1 5/03 $22.62 86 66 $13.0:3 Group II _5/03 $22.62 86 66 _ $13.03 Group III 5/03 $21.37 86 66 _ $13.03 Group 111-A 5/03 $22.62 86 66 $13.03 Group IV 5/03 $23.32 86 66 $13.03 Group V _5/03 $24.62 86 66 $13.03 Pipe Fitter 7/03 b $29.75 91 69 $12.33 Glazier $12.50_ FED $2.34 Laborer Building): General $15.87 y110 7 $7.33 First Semi-Skilled $17.47 110 7 $7.33 Second Semi-Skiiled $16.87 110 7 $7.33 Lather USE CARPENTER RATE Linoleum Layer& Cutter USE CARPENTER RATE_ Marble Mason $23.65 59 7 $7.35 Millwright 3103 $20.0_3 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 7/03 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 Sprinkler Fitter $15.00 FED $2.27 Terrazzo Worker _^ $27.50 1 116 5 _$2.95 Tile Setter _ $23.65 59 7 $7.35 Truck Driver-Teamster Group 1 _ 3/03 $19.30 101 _ 5 _ $5.25 Group it 3/03 $20.00 101 T 5 $5.25 Grou1111 r 3/03 $19.70 101 5 $5.25 Group IV 3/03 $20.00 10_1 5 $5.25 Traffic Control Service Driver Welders-Ace lene& Electric ` Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: if you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at (573) 751-3403. ""Annual Incremental increase "SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 10 10/03 . Building Construction bates for REPLACEMENT PAGE Section 026 COLE County Footnotes e ve asic ver- ��� OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Srhadule Schedule 1 Welders receive rate prescribed for the occupational title performing operation to which welding is incidental, Use Building Construction Rates on Bullding(s)and All Immediate Attachments.Use Heavy Construction rates for remainder of project, For the occupational titles not listed In Heavy Construction Shoots,use Rates shown on Building Construction Rato Sheet, a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% b- All work over$3.6 Million Total Mechanical Contract-$29.75,Fringes-$12,33 All work under$3.5 Million Total Mechanical Contract-$28.41,Fringes-$10,58 'Annual Inaomental Increase ANNUAL WAGE ORDER NO.10 1103 COLE COUNTY OVER FIM11E SCIIEDUL.E- RUILDING CONS'T'RUCTION REPT.ACENIENT PAGE, FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 '/0 shall be paid for all work in excess of forty(40)hours per work week. NO.9: Means the regular workday starting tittle 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 hoar to 9:00 a.m. All work performed in excess of the regular work clay and on Saturday shall be compensated at one and one-half(1'/z)times the regular pay. In the event time is lost daring the work week due to weather conditions, the Employer may schedule work on the following Saturday at araiglu time. All work accomplished on Sunday and holidays shall be compensat A for at double the regular rate of wages. The work week shall be Monday through Friday,except for midweek holidaN;. I NO. 11: Means eight(8) hours shall constitute a day's work,with the starting time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. 'Time and one-half?1'h) 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 rime 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%s) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(1'/4) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rue. NO, 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon (12:00) to six (6) hours after Noon (12:00), The regular work week shall be Pony(40)hours,beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m, and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/�). 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(11/2). 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. Flours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades, (the above working hours may be changed by mutual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working e day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double(2) the rate of single time, The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (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 arid holidays, arid before and after the regular working clay on MTonday to Thursday where a four (4) ten (10) hour day workweek has been established, will he paid at tivo times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2) the single time rate of pay. , ANNUAL WAGE;ORDER NO, Ill ' A W 10 026 OT Snp.doe 1'oge I of 5 Pages r COLE COUNTY OVERTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE NO. 28: Means eight(8) hours between 7:00 a.m. and 5:30 p.m., with at least a thirty(30) minute period to be taken for lunch, shall constitute it day's work five(5)days a week, Monday through Friday inclusive, shall constitute it work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project mast be for it minimum of four(4)consecutive days. r -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. (Altematc: 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(10)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 (1'/)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift r work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate,of pay plus ten(10%)percent for seven and one-half(7%)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch period of thirty(30) r minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1'A)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 conforin to the practice on the job site. Four(4)days at ten(10)hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half(1'/z). Overtime worked on Sundays and holidays shall be at double(2)time. ri 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 workweek. 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'nours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours daring the regular working week shall be paid fir at time and one-half(1'/z)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2) times the regular hourly rate. In the event of rain,snow,cold or excessively windy weather on a regular working day,Saturday may be designated as a"make-up" day. Saturday may also he 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"clays shall beat regular rates. NO.55: Means the regular work day shall be eight(8)hours between 6:00 a.m. and 4:30 p,m. The first two(2)hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half(I'/Z) times the straight time rate. All work performed on Sunday, observed holidays and in excess often (10) hours a day, Monday through Saturday, shall be paid at doable (2) the straight time rate. NO. 57: Means eight(8)hours per day shall constitute a day's work and forty (40) hours per week, Monday through rI Friday, shall constitute a week's work. 'ihe regular starting time shall br- 8:00 a.m. 31c above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time worked before and after the established workday of eight(8)hours, Monday through Friday, all time worked on Saturday, shall be paid at the rate of time and one-half(I '/) except in r' cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays ® shall be paid at the double(2)time rate of pity. r, ANNUAL WAGE;ORDER NO. Ill AW10 026 OT Stip,doc Page 2 of 5 Pages r r COLE COUN'r"r OVERTIME SCHEDULE—BUILDING CONS-rRUC'1'ION REPLACEMENT' PAGE 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 a week's work. All time worked outside of the standard eight(8)hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-hnlf(1'/z). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four(4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hotus of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive, in the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer,be worked as a make-up day; straight time not to exceed ten (10) hours or forty(40)hours per week. When the five clay(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';control,then Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed eight(8) hours at forty (40) hours per week. The regular starting time (and resulting quitting time) may be moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight(8) per day or forty(40) per week shall be paid at time and one-half(1'/z) the hourly wage rate 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 part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. if all Employer elects to work four 10-hour days, between the hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per day or forty(40) hours per week shall be paid at time and one half (1'/z) the hourly wage rate plus fringe benefits Monday through Friday, if an Employer is working 10-hour days and loses a clay due to inclement weather,the Employer may work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours at the straight time rate,but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1 '/2)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (1%z) the regular Millwright hourly wage rate plus fringe benefits. The 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 a m. All work accomplished on Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. 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 performed on Monday through Saturday shall be paid at time and One-half(11/'2)of the hourly rate plus an amount equal to one-half('/z) of the hourly Total Indicated Fringe Benefits. All work perfomud on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total r Indicated Fringe Benefits, NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p.m., ' allowing one-hall'(1/2) hour for hrnch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) work days, Monday through Friday. The work week may consist of four(4) ten (10) hour days from Monday through Thursday, with Friday as a make-up day. If the snake-up day is a holiday, the employee shall be paid at the double(2) time rate. The employees shall be paid time and one-half(1 1/2) for work performed before the regular staving time or after the regular quitting time or over eight(8) hours per work day (unless working a i0-hour work day,then time and one-half (i %) is paid for work performed over ten (10) hours a(lay) or over luny(40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay. r ANNUAL WAGE 0RDI•:R NO. Ill r AW 10 026 Ol'Stip.doe Page 3 of 5 Pages r COLE COUNTY OVERTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE ® NO.94: Mc,►ns eight(8)hours shall constitute it days work between the hours of 8:00 a,m. turd 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 the regular work day and on Saturday shall be compensated at one and one-half(11,4) times the regular pay, In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 1111: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40) hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified its overtime and paid the rate of time and one-half(I%) (except as herein provided). All time worked oil Sunday and recognized holidays shall be classified as overtime and paid at the rate of double(2)time. The regular starting time(and resulting quitting time)may be moved forward two(2)hours to 6:00 a.m,or the starting time(and resulting quitting time)may be delayed one(1)hour to 90)a.m, The Employer hits the option of working either five(5)eight-hour clays or four(4)ten-hour days to constitute it normal Pony(40)hour work week. When a four(4) ten-hour day work week is in of ect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a,m, arid 1:30 p.m. Forty(40) hours per week shall constitute a week's work Monday through Thursday, inclusive, In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, he worked as it make-up day; straight time not to exceed teen (10) hours per day or forty (40) hours per week. Starting time will be designated by the employer. When the five(5) day eight(8)hour work week is in effect, forty(40)hours per week shall constitute it week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed eight (8) hours per day or forty(40) hours per week. Make-up days shall not be utilized for-days lost due to holidays. NO. 110: Means eight(8)hours between the hours of 8:00 a.m. and 4:30 p.m.shall constitute a work day. The starting time may be advanced one (1) or two (2) hours, Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one(1)hour,and in that event,the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m.on Monday and shall end at 4:30 p.m.on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one(1) hour), or as adjusted by starting time change as stated above, All work performed before 8:00 a.m. and after 4:30 p,rn. (or 5:00 p.m.where one(1)hour lunch is granted for lunch) or as adjusted by starting time change its stated above or on Saturday, except as herein provided, shall be compensated at one and one-half (1'/2) times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours, Monday through Friday, or any part thereof by reason of inclement weather(rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8)hour days or four ten (10) hour days Monday through Friday. If an Employer elects to work five(5)eight(8)hour days durina any work week, hours- worked more than eight(8)per day or forty(40)hours per week shall be paid at time and one-half(1'/r)the hourly rate Monday through Friday. If an Employer elects to work four(4) ten(10)hour days in any week, work performed more than ten(10)hours per day or forty(40)hours per week shall be paid at time and one-half(1%) the hourly rate Monday through Friday. if an Employer is working ten(10)hoar days and loses a day dtic 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. ANNUAL WAGE ORDER NO. 10 A W 10 026 Gf Stip,doe Pauc,l of 5 Pages 1, COLE,COUNTY OVERTIME SCHEDULE—BUILDING CONS'T'RUCTION REPLACEMT N'T' I'AGH NO. 116. Means the standard work day shall consist of eight (8) hours of work between the hours of 8:00 a.m, and 4:30 p.m. The standard work week shall consist of five standard work days commencing on Monday and ending on Friday inclusive. All time worked before and after the established eight(8) hour work day, Monday through Friday, and all time worked oil Saturdays, shall be paid for at the rate of time & one-half(1'/�) the hourly base wage rate in effect. All time worked on Sundays and recognived 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 shall constitute the normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-half hour for lunch. 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 times the normal rate. Due to inclement weather during the week,Saturday shall be it voluntary make up day, r r ANNUAL WAGE ORDER NO. 10 AW 10 026 OT Stip.doc Page 5 of 5 Pages COLE COUN'T'Y HOLiIDAY SCHEDULE — BUILDING CONSTRUC'T'ION NO.3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day turd Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. I f any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any o1*the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. NO. 7: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO.S: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day(Fourth of July), Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. 1:lowever, 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 perionned on said day shall be at the double(2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following; Monday shall be considered a holiday. NO. 54: All work 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. ANNUAL.WAGL ORDER Nn. to AWO 10 026 hdy.doc Puge I of 2 Pnges 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), lndcpendcnce 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, Thanksgiving; Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Decoration Day,July Fourth, Labor Day, Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays,but if the employer chooses to work these days, the employee will be paid at straight- time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 76: Work performed on Holidays shall be paid at the rate of two times the normal rate. Holidays are: New Years Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Day after Thanksgiving, Christmas Day. If 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. t ANNUAL WAGE:ORDER NQ, 10 , AWO 10 026 hdy.duc Page 2 of 2 Puges Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County Five �aslc Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits w Increase Rates Schedule Schedule CARPENTER Journeymen 5/03 $24.03 7 16 $7.84 Millwright 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 ill 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 ' Skilled Laborer 5103 $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Group 1 5/03 $23.07 22 19 $6.00 Group Il 5/03 $23.23 22 19 $6.00 Group III 5/03 $23.22 22 19 $6.00 Group IV 5/03 $23.34 22 19 $6.00 r�. 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 7103 COLE?, COUNTY OVER'E'Ei1'1E' SCEEE DULE— 1-11?AVY CONSTRUCTION NO.2: Means a regular work week of forty(40)hours will start on Monday and end on Friday. The regular work day shall 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 orally part thereof may he worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. Employees who are part of a regular crew on a make-up day, notwithstanding the tact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time &one-half(I V,) shalt be paid for all hours in excess of eight (8)hours per day (if working 5-8's) or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday(unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and onc-half'(1'/a)shall be paid. For all time worked on Sunday and recognized holidays,double(2)time shall be paid. NO. 7: Means the regular work week shall start on Monday and end on Friday,except where the Employer elects to work Monday through Thursday, ten (10) hours per day. All work over ten (10) hours in a day or forty(40) hours in a week shall be at the overtime rate of one and one-half'(I'i,)times the regular hourly rate. The regular work day shall be either eight(8) or tell (1 0) 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 clay at straight time (if working 4-10's). Saturday may be worked as a make-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(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 work week shall consist of five(5) eight(8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall,unless otherwise provided for,begin at 8:00 a.m. and end at 4:30 p.m. However,the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five(5) day eight(8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at tell (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his tarty (40) hours per work week. Overtime will be at one and one-half(1 '/) 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 he either eight(8) or ten (10) hours. If a crew is prevented from working fluty (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. • AW 10026livyot.doc ANNUAL WAGE ORDER NO. 10 Page I ot'I COLE COUNTY HOLIDAY SCHEDULE• HEAVY CONS'T'RUCTION NO. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmus Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed, NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workman unless worked. If workmen 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 1� 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 work shall be performed on Labor Day except in case ofjeopardy to work tinder 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 �1 worker artless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 19: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double, (2) the regular rate of pay for such work. r t e t aw 10 026 hvy hol.doc ANNUAL WAGE ORDER NO. 10 rise 1 of 1 REPE,ACI?MENT PAGE, OUTSIDE, ELECTRICIAN These rates are to be used for the following counties: Adair, Audrain, Boone, Callaway, Camden, Carter, Chariton, Clark, Cole, Cooper, Crawfirrd, Dent, ' Franklin, Gasconade, Howard, Howell, lron, .leflerson, Knox, Lewis, Lincoln, Linn, Macon, Maries, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan, Oregon, Osage, Perry, Phelps, Pike, Pulaski, Putnam, halls, 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 __.___u_-bring`-- Rate 13enclits L*Jourricyrnan Lineman $28.28 - --✓ $3.25 41,31!4) -W-~ *Lineman Operator $25.32 � $3.25 -t-41.31V4 *Groundman _ _ $20.04 _ - $3.25 1-41.3 1i4 U'1"ILITY WORK Occupational Title _ Basic Total _ Hourly _ Rate _ Benefit~_ Joumc man Lineman S27.27 $3.25 -t *Linetnan O erator _�-- $23.54 ~--- ----+- $3.25 + 37.3(/),(,) *Groundman _ `fi 18.20 -~_ _$3.25 -t 37.3")/,, OVERTIME RATE: Eight (8) hours shall constitute a work clay between the hours of 7:00 a.m. and 4:30 p,m. Forty(40) hours within five (5)days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(t!':) the regular straight time rate of pay. Contractor has the option to pay two(2)hours per clay at the time and one-half(1"/2)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)tithe. HOUDAV RATE: All work performed on New Year's Day, Memorial Day, Fourth ofRily, Labor nay, Veteran's Day,Thanksgiving Day,Christmas Day, or days celebrated as such,shall he paid at the double time rate of pay. When one of the foregoing holidays trills on Sunday, it shall be celebrated on the hollowing Monday. 'Annual Incremental Increase , ANNUAL WAGE ORDER NO, 10 W03 otrr s•r►.Aw 10 IN t,do_ ' FI= DAVIT OF COMPLIANCE_PUBLIC WORKS CONTRACTS LAViI I, the undersigned, _w._. , 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. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive). 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 NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ) ss COUNTY OF ._-_. j EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION ! 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 '■' �� ^ awarded 2. That was a ublic p. works contract for Project No. 32031, South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive). 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 i My Commission Expires: APPROVED BY: _ ' Director of Community Development, City of Jefferson, MO CITY OF JEFFERSON ® CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this _ _ day of.,� =� 2004, by and between Don Schnieders Excavating Company, Inc., hereinafter referred to as"Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32031, South Country Club [give Improvements (Fairgrounds Road to West Edgewood Drive). NOW THEREFORE, the parties to this contract agree to the following: 1. Scone of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "South Country Club Drive Improvements (Fairgrounds Road to West Edgewood Drive)" in accordance with the plans and specifications on file with the Department of Community Development. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 200 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Community Development within ten (10) days after the date of this contract. 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 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 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 tfle City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the ;stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's CorWgnsatipn Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public LiabigLvjnsurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. e Subcontracts - In case any or all of this work is sublet, the Contractor shall ' require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. ' (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from ' operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may • be encountered in the performance of this contract. r NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is 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. 5. Liguidated Damages. The City may deduct Five Hundred Dollars ($500.00)from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. rThe 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 i this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys'fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself)including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor,anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. ' '10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11 . Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract. Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated February 3, 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 riot exceed Two Million One Hundred Eleven Thousand Seven Hundred Forty Four Dollars and Thirty l=ive Cents ($2,111,744.35). • 13. Performance and Materialman's Brands Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severabilit If any section,subsection, sentence, or clause.of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as it attached hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set Out. This contract supersedes ail prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been dratted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to iany other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral prornise or statement by whomsoever made; nor shall any modification of it be binding upon the City until suet'► written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21 . Waiver of Breech , Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deerned a waiver of any such ® terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Deportment of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101 , acid 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 eits mailing. IN WIT SS WHEREOF,the arties hereto have set their hands and seals this day of � P�i ,A-2004. CITY OF JEFFERSON CONTRACTOR May Title:\IieE PA sir>et4-, ATTEST: ATTEST: -C.L. Ile City Cler Title: 017F« MA-N A 6L'R APPROVED AS TO FORM: City Counselor .r r Bond #6234370 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnieders Excavating Company, Inc. r __�w._._.__..._.____..__ _ ___ hereinafter, referred to as "Contractor" and Safeco Insurance Company of 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 1-iorainafter recurred toas"Owner" Two Million One Hundred Eleven Thousand in the penal sum of Seven Hundred Fort -Four Dollars and 35/100 y DOLLARS ($ 2,111,744.35 lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. SUCH THAT; THE CONDITION OF THE FOREGOING OBLIGATION IS ,S WHEREAS, the above bounded Contractor has on the— J-(.— day of_ KACN%�V) 20_.Ld_, 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 improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: 1 1 NOW THEREFORE, if the said Contractor shall and will,in all particulars, well,duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law ' and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, s ustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the arnount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the ' construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: eIN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the day of MC��cln 20 v'�Y Safeco Insurance Company of America Don Schnieders Excavating Company, Inc. SURETY COMPANY CONTRACTOR BY "(SEAL) BY Ir SEAL) _ AL)` BY (SEAL) Attorn -in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) r Mauch 2, 2004 City Of Jefferson 320 Ernst McCarty Jefferson City, MO 65101 1 RE: contractor: Don Scb ceders Excavating Gampany, Inc. Bond No. 6234372 Project: 32020, E Mr_Carty, N Bluff 6 Hares St Gent2e=n, Please accept this Yotte►r as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide math they date of they contract. Once the crantracts have been signed, I would appreciate receiving a copy of the contract and the dated bond with Power of Attorney for ary file' rSincerely, Kris Berne t t Attorney-2n-Fact r . 1 r 1 1 Winter-Dent & Co. Insurance & Bonds P.0 . 13ox 1046 )efferyun City, Mo 65102-1046 573.634-2122 Fix 573-636-7500 Eltabkhed 1912 r SAFECO lnaurance Company SJ ;A1 F E C 0 PO Box 1415211 ► Seatlle.WA 09124-1626 ACKNOWLEDGMENT BY SURETY STATE OF Missouri 5S. County of Cole T On this _ day of before n1e personal]), known to, appeared Kris L. Bennett file to be the Attornev-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 corporation that executed the within instrurnent, and acknowledged to me that such corporation executed the tiatlle. IN WITNESS WHEREOF, I have het•eunto set my hand and affixed my official seal. at tnv office in the aforesaid County, the day and year in this certificate first above written. 1 Notar} f'ubl' in the State of Missouri cal) Co- of sag' JANET NASLAG NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Commission Expires: October 18,2006 0 S•02301SAEF 10199 0 A registered trademark of SAFECO Corporation FRP POWER ',Ar I-r:(,IN.".AIRANCf COMPANY or AMERICA S A F E C r� (If Nr It A; IN50RANC.i,(,(.)M(,AtIY hl Ardl:RIG/+ ► OF ATTORNEY IIUMf Of r IM ::Al'LC (I III A71, stnrtu Wn(;NIrar..1014 9(11;s:, No 5402 —---- _ - KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, (:ach n Washinplon corporation, does each hereby appoint ♦M M��•�H�N UMi•��•••1PUIS A LANI)\\'I;I It,,KRIS 1.IWN14F.f"I.CI 1ARLES I. 'rimw if.,fit;.\,Iim'I: Irf ICr}uu CuN. \hsu,un"••""•••`"•`•`•`•""•`• its true and lawful allonloy(s)-ea-fact, with full aulhonly to execute on Its behalf fidolily and surely bohcdc or undortakings and other documents of a similar- character issued In the course of its business, and to bind the rospertive company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these piesonls this t(,tli day of Itnu' 2003 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT __.._..__._...- CERTIFICATE Extract frorn the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13 -FIDELITY AND SURETY BONDS...the President, arty Vice President,tho Sucretary,and any Asrastant Vice President appointed for tha! purpose by the officer In charge of surety operations, shall each have authority to appoint individual:, as allorneys-in•lact or under other appropriate titles with authority to execute on behalf of the Goinpany fidelity and surot� bonds and other documents of similar character Issued by tie company in the course of its business... On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile On any instrument conferring such authority Or on any bond or undertaking of the company, the seal, or a facsimile thereol, n)ay be Impressed or affixed or III any otner manner reproduced: provided, owevor,that the seal shall not ho necessary to the validity of any such instiurnont or undurtakincl." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. On any cortificale executed by the Secretary or an assistant secretary of the Company setting out. (1) The provisions of Article V.Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment.executed pursuant thereto,and (iii) Codifying that said power-of-attorney appointment is in full force and eIlocl, the signature of the certifying officer may be by facsimile, and the seal of the Compa)Iy may be a facsinnlu thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY Or AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing oxvacls of the By-Laws and of a Resolution of the Board of llv ctors of tho w corporrdioiis,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still III till,'lorcc and effect IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this --- - day of AA aNCE�nwyy� E com SI�GO�PO�r� 1'� ��� N� v CORFORUE y .SEAL a SEAL. sr 1953 `� 1 2'I dt' Alf Of WAS of CHRISTINE MEAD,SECRETARY S-0974;SAEr 2/01 a,-A ropn;i ed Iradeeuok of SAFECO Corporation 0,3/16/2003 PDF SAFEC0' 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: ® 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 r M • ' S•3855/SAFE 2198 0 A registered trademark of SAFECO Corporation i-ILM11.umspuy n%xil IAL Vvil"Iffl-owit a.;On"rvy r-axju: I o:won Knell Dam:2m=4 00:23 AM Pago:3 of 4 OP R3 CERTIFICATE OF LIABILITY INSURANCE DCNRC- PRODUCr" THIS CERTIFICATE 13 WSUED AS A MATTER OF INIDRS"TION ONLY AND COWERS NO RKHM UPON THE CERTWICATE Winter-Dent' & Company HOLDER.THIS CIERMFICATI!DOES NOT AMEND,EVEND OR V,O. Box 1046 ALTER THE COVERAGE AFF154WED BY THE POLICIES BELOW. pehfofnaor:s5o7 City H1 65102-10436-3-634--222 Pax:57 636-7500 INSURERS AFFORDING COVERAM HAISB Generatl 24414 ftlid.— �r�510001 � —-— Dan Schniederm %xcavating Y�q . —1--.—--------- 1q. d Jeffoxxon City W 69109 INSURM E COVERAGES WE POLY ES Or INSURANCE UP W- BELOW HAVE W-N 1581 Wn TO IHF-.INUMI)WMED 10OW.FOR THE POLICY PERIOD WNW151).NUIM119TANMG ANY rEOUMMeNT,TOM OR CONOITION OF ANY CONTRACT OR OTHER tiOCUMENT VdTVI RESM;110 WHICH"it;Cr-1111FICATE,MAY P.F.MOVED OR WY PERTAIN.1?W MSURAHrEAFFOROED RY 71 IC POLICIES LIESCHMILE)HEREIN IS SMECT M ALL THC TrAM,EXCIAW"r,AND C014DMIONS or SUCH POLIMCS XJOREWELIMITR 040M ANY IIAVEnC-ENRr[)UCED8Y PAW CLAIMS Ll1i 10M Kwr R—SR; TvP&OFINAUq4NCF —J Poticy"WaEn TE GINMALLIAMAY rAC-O=R--NCt $1000000 IIAUACC-10 REN11M"­-- A ctwriww.c"rRAt.uAfin ivy CC10255831 10/10/03 10/10,04 I-REiAk" Ex L�� $100000 IIAM WOE OCCUR ?0*DEv("01wrwMI $5000 KiRSONAL T.AUV IHAJKY $]•00_0000_LWnRAL AGGAFGATF s200000O C,']rLA RZ0ArLWnA1'ft"Pr" Pn0W-.TS.--e0w/0P AGG $2000000 ---L.r 'I :1 POLICY A"-irg", AUMUOVIEUAMITY CWL41NED SINULE 1.11697 $1000000 Et X ANY AUTO CRA0255831 10/10/03 10/10104 (Ea wddW0) ALL OVNVO AUTOS IRMY WXRY X 1100MAL1105 PODLY W" NO"WNFI)AUTO5 INSU (Par BWA") wfmrw 1"Lirf AUTO Mf-EAACCIIIENT Aw WTO DU1FRi1Wi EAACC I-S 10 Dam: �2 3 AUTO ONLY. A(;G I& - EXCEMUMURELEA LIAIALITY MH O"WHR,ENCE ;3000000 OCCUR F_—_]ctAv"mAvc CCU0255831 10/10/03 10/10/04 AWREGATE 0000000 ............ DEDUCTWLL LIM WORKERS C(RAFF44"I ION AM IWLOYM LgAWLrrY B ANY PROPRI6T0W,'AR'nIEWF:XCCUiivL1 04WCOB 313 10/10/03 12/31/04 hl EADIACCII)rNT $1090000 W ICEPAkENOM MCIUDEM E.E.OISEkOF-EA MPLaYEq&IUUUUCO Or QVU etrib n E.L ol`mr�m•POLICY UM11 4 l000m 8 e"O IUOKWM bok" A I :L-wwad or Rantod CC10255831 L 10/10/03 10/10/04 Per Item 300000 ems• rant Projoett South Country Club Drivo Improvomonts (Fairgrounds Road to West ZdVewood Driva) , Projoct No. 32032 CERTIFICATE HOLDER CANCELLATION 81,10AILI)ANY Or I IM JUML ULWIMULD MIMS PP.CANCELLED BEFORE-THE EXPPAIM DATE 1HE-HEOF,THE MWNG MOWN MLL EWD•AMH 10 MAIL 10 VAYSYM-IM City of Jefferson KYTICr.TO T14F COMnCATF Hot OFA NAMEL)10 I!iU W1,OUT I'MUIRC'to 00 SO SUALL D"ryment of CommuniLy UAPOSC RGOOLMAMN Wt LLALKnY OF P%N"IUNO UPON 71117,POURER,115 AR"10 OR Dovelopment 320 Eant, McCarty Utroat KhF4&SWIAI1Vk:b. Jafferson City MO 65.103 AIR Tjt;R ER"TwAlrve ACORD 75(2001r0e) T)ACORD CORPORATION 1909 1u 01.vM K07 r Nn 10 nl.V Y"I=••LM14Cl 14"11 Y r«AIIJ• IV.UUII rt1 Ma UAW ll UM4 09*23 AM Pop:4of4 -IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statihment on this eartificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A sUrwment on this certificate does not confer rights to the certificate holder in lieu of such endosement(s). DISCLAIMFER The Certificate of Insurance on the reverve side of this form dogs not constitutes a contract between the Issuing insurar(s),authorized representative or producer,and the certificate Holder,nor does it aflFrmativeiy or negatively amend,extend or alter the coverage afforded by the policies iletedd thereon, r ACORD 25(200110rr) LAIft:211 V)04 00:23 AM Page: I of 4 MON. INSURANCE BINDER OP ID 0 01 02/17/04 THIS ONDER M ATIMPORA"INSII"C.1.�CONTRACT,BLIP! TO THE CINDMONS SHOWN ON THE REVERSE SIDE OF T1413 101;Wl, F"OOUCOR 72414 cenarsil Cos Olt Inatnrancw WAMNW-Dant & Company DATP. Tom P.O. B" 1046 iT;w 7[ t2atnAt Jefferson City, MO 65102-1046 02/1?/24 12-: 1 _L.M. ___qgL3.7J L _q5 WOEt 0240321 PER LXPMING POLICY M_H3MD_0Cp UUMPTION OF MURED City of JaffQrson Chmara Contractors Protective Liability Pal Dept of Cosawnity Devel LC-Y'- Project: South County Club Drive Impro L320 East McCarty Str"t v"onta, Project No. 32031 0'afferson City MO 65109 COVERAGES LlMtTS TWZ!CFIW4U;tANCP CALSC.SOFLOSO amic D anOAD UM C grXERAL LKWILITY LACII OrGURRLNCL z2000000 COMUMCLAL(W-M-M LMIUTY ME MMAM(MY am Ma) I .......... ........ W-.DCXPVMompovw) 11 OENEKALAGGRE(TATL s2000000 I4FTkOl)Al1-"C[AMM4l)F- PROOLICY 1,"-C MP)OP A(;G L3 J. ALtrTOWORIF.-UAML.JTY cwz i.wn .110MIM"SIN I.Eumn ANYAWQ B OO I LY,M M'Y—(Pa" p!r� AL L nVVWM ALTOS I 00 I'gIJUNY =w M) s PRORFM DAMAW; HIRED AUTOS NEDICAL PAYWER'M % PIM- SONALINJURY PIXOT 9 -T _!TIN !ft?T�R11.__ _3 ------ IV=PJfYSr .AL bWJWE LUIUC,I I AJ.L%W In E C.�,rnm FR wnictEs AMW.CASH VAI IIV roll tMoN STATE I-D AM OUNT___ s (TIMTHANCOL- 01HER CAPA"LOA UTY AuTu ON:Y-EA ArmorNt a ---------- ANY AUIO OTHER THARAMO ONLY C;CN_4Ccj r;rM_ Ex(; LUVAUIY AnOME- M CAIT— UMURULAVORM NOWCOATE I �NMUREUAFOM RETRO OLAIE FOR MAW MADE 8ELF?N8UREO`R'_M?1T1O­tT_ WC UTATIJIOHY WITS YMMttr%GOIAMSKIW E-l_FACHAMUNT I AND -------- WILOYErMLIMMUry LLDl3VA51-EALWLQY(L I M6D*U MQuIl"durm Xrn-avAting ra pnny in rarponriblc for pn"trnt; of prCculva. ar rwi 111 d nudit. IMES NAME&ADDRESS 117&12 VAYM I DAN N MORUTORUPR MEMAMVI Nj" '9tw") -4Tr ACORD 7"(11M) NOTE--TM-PORTAM 9T _.-INFORMATION DU REVERSE SIDE 0ACURD CORPORATION 1903 • ..v,�......,wy M VV"It"-um It"%."IVol ly (.RAW. tu.uun area os%:W9104 AM Pop:2of4 r r ® CONDITIONS r This Company binds the kind(s)of keuranoo idipuialed on the reverse aide.The Insurance Is su*cl to the leans,conditions and limitations of the policy(hes)In moment ties by the Company. rThMa binder may be cancelled by the Insured by surrender of this binclor or by wrfti notice to Ole Comparry stoling when cancellation will bs aftecgvo.This binder nnay be cancelled by the Company by notice to the r Insured In accordance with the policy conditions.This frkrder It camxailod when replaced by a policy.It this binder la not replaced by a pokey,the Company Is entitled to charge a Premium for the binder according to tha Rules end Rates In um by the Company. r Applicable in California rWhen this fomr is need to provide insurance In the amount of one mMlon dolians(31,000,0001 or more,the We of the ferns is changed from 1neuraine Binder"to'Cover Noce•. r Applicable In Delaware r The mortgagee or Obligee of any mortgage or other instrument given for the purpose of aeatirg a Tien an real Property shall accept as evidence of Insumnoe a mitten binder iasued by an authorized insurer or Its agerd K the binder indsxfes or is amompanied by:the name and address of th,3 borramr,the nwno and addroso of the r ® lender as loss payee;a description of the msured real property,a provision thalthe binder may not be cannded within the l amn of the bbxfor unieos the fonder and the Insured borrower receive written nobw of the cancel- lation rd bawl ten(10)days prior to the cancellation;rrxcapt In the case of a renewal of a policy subsequent to the dosing of the loan,a paid receipt of the full amount of the applicable Premium.and the amount of r Insurance ooverage. Chapter 21 Title 25 Paragraph 2118 Applicable in Florida Except for Auto Insurance coverage,no ncrboo of canesllalion or nom eeewal of a!slender is fequhnrd unless the r duration of the binder exceeds 60 days.For auto insurance,the Irmirer must give 5 days prior notlal,unless the binder is replaced by a policy or another binder in the same company, rApplicable in Nevada Any pin who refuses to accept a bindor which provides coverage of less than$1,000,000,00 when prod is r required:(A)Shall be fined not more than$500.00,and(B)Is liable to the party presenting the binder as proof of insurance for actual damages suatolned therefrom. r r. ACORO 7"(lfgd) r r GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified as set forth In the Special Provisions. OP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions, Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached,and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessary for constructing complete and ready to use the word specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies ' of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article. 2. "Owner", "City", or words "Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the"City of Jefferson". 3. "Contractor" or the words "Party of the Second Part" shall mean the party entering into contract ' for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership,or individual having a direct ' contract with the Contractor, for performing work at the job site. 1 5. "Engineer"shall mean the authorized representative of the Director of Community Development, (i.e., the Engineering Division Director). E, "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. B. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "flans"or"drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended, 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and imporl, unless otherwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed"or any expression of the like import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character,quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract, No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. w GP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. Fle shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required,if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-5 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL-.: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. ' The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILITY INSURANCE (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries,including death,of not less than$2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY Property Darnage coverage with $2,000,000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2, 6.3, 6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to,any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODII-Y INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry In his name, additional assured clauses protecting City, Liability Insurance with Bodily injury or Death Limits of not less than $300,000 per person and$2,000,000 per occurrence,and property damage limits of not less than $300,000 with hired car and non owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of $300,000 per person. The "All State" endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to ' larceny, theft, or any cause whatsoever(except as hereinbefore provided) to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials,and supplies necessary to the work. • GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs, expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts, matters, or things by this contract undertaken to be done or performed,or for the injury,death or damage (, caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen,material men,or suppliers of machinery and parts thereof,equipment,power tools and supplies incurred in the fulfillment of this contract, GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening,the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim, GP-! ASSIGNMENT OF CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written e consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer. shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS Tile City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other ' contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders It unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except.as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract,the respective rights of the varlaus interests involved shall be established by the Engineer, In order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS PERMITS Ai4D REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices,that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be Instituted at any time against the City for ® infringement or alleged infringement of any patent or patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the E=ngineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from ' scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans, and schedules • given to him by the Engineer, and shall notif y the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes,points,or instructions, which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such Instructions as if originally specified, The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative � 1 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, even though the same. may have been previously overlooked and estimated for payment. The Construction Representative shall have na 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 he promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may,upon certification by the Engineer, withhold payment 1 or proceed to terminate contracts as herein provided. i 1 1 Reexamination of questioned work may be ordered by the Engineor, and if so ordered the work must be uncovered by the Contractor. It such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacornent. If such work be found not In accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in they work was caused by another contractor of the City and In that event the City shall pay such cost. 'rhe Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 LINES AND GRADES The Department of Community Development will set construction slakes establishing line;,, scopes,and continuous profile grade in road work, and conter-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. Ttie Contractor shall maintain these lines, grades, and bench marks and usr. thorn to hay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench mark,,. If such stakes and bench mark become damaged, lost, displaced, or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes, bench►narks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been darr►aged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing, to the City that all materials furnished for use in this project do conform to these specifications, Whenever standard lasts are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting_operation of the.. Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions ' given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the servicos of all workmen, mechanics. tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever tiny street Is closed, the Police Department, Fire Departnwnl, and Ambulance- Sorvices shall be notified prior to the closing. When a portion of tho projoct is closod 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 approvod by the Director of Community Development, All detour signing shall conform to the latest edition of the "Manual on Uniform Traffic Control Divines", Throughout the project, wherever homes are served directly from it streot or portion of it slroet which is to be reconstructed under this projort. the Contractor shall mako ivory offort to provide access; to each home every night. This work shall br> subsidiary to the construction crud no direct payment will he made for it. GP-20 BARRICADES AND LIGHTS All street,roads, highways, and other public: lhoroughfaros which are closed to traffic shall be protected by inoan s of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at tho noarest intersecting public, highway or strew on each side of the blocked section. All open trenches and other excavations shall be pravfciOd with suitable barriors, signs, and lights to the extent that adoquate protection is provided tG the public. Obstructions, such as Material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall bo illuminaled by nioanc, of warning fights at night. All lights used for this purpose shall be kept burning worn sunset to stinrise. Materials stored cilaori or alongside public streets rand highways shall be so placed,and the work at all times shall be so conducted. as to cause the minimum obstruction and inconvenience to Ille traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity 1 with applicable statutory requirements, and in contornianco with the Manual of Uniform Traffic Control Devices. All necessary barricades,, signs;, lights and other protective devices will be furnished, installed and maintainod by the Contractor. This work shall 1.7cr subsidiary to the construction and no direct payMent. will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and olhor oxintinct und(-irground installations and structure!; in the vicinity of iho work to be done; hereunder are indir:aind on the plans, according to tho best information avaiiable to tho City. Thr. City does not guarantee the accuracy of such information. 'Hio Contractor shall mike every otlort to locate all underground pipe lino:,, (:ondtuls and slnictures, by contacting owners of undeiground utilities and by prospecting in advance of the e:xcavatuin. Any delays to file Contractor caused by pip f, lines, or other (andef-ground s trur.turr;; or obs;lructions (lot shown by the plans, or found in locidions; diifcrenf than those inclirated. shall riot constitute; n clrlim for extra work, additional payrnerit or clan agc;i,. No payment will bo made; in the Contractor fur lor,nung rind protocrino utilities rind cooperating with their owners, and any damages cawiod to Iho wilitl(?;try 11w Cil)nlrrn;tor,f,nedtiige'nce Sllali he topnired d;ntirely at the Contractor's expense;. ' w Utilities, other than sanitary sewers and water r;nains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be pairs for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sower will bo repaired ai the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any dramnges resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers,signs,warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury,rand he shall so act. Any compensation,claimed by the Contractor on account of emergency work,shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. 1 GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or ® poor workmanship during the period of one (1) year after the date of completion of the contract. 'O GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, thr whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power heroin reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City,portions of the work maybe placed in service when cornpleted or partially completed and the Contractor shall give proper access to the work for this purpose:but such use and operation shall not constitute an acceptance of the work, and the Contractor shall bc: Gable for delects due to faulty construction until the, entire work under this Contract is finally accepted and for the guarantee period thereafter. GP•-26 ADDITIONAL, OMITTED, OR CHANGED WORK The Owner,without invalidating the Contract, may order additional work to he done in connection with the Contract or may alter or deduct from the work,the Contract sum to be adjustod accordingly. All such wort; shrill be executed to the same standards of workmanship and periorrnance as through therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not Inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price, work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location,character,amount,and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, arid no claim for an addition to the Contract sum shall be valid unless so ordered, If the modification or alteration increases the amount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP•26. If the modification or alteration decreases the amount of work t�) be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work aflected by such decrease, Where the value of omitted work is riot covered by applicable unit prices, the Engineer shall detormine on can equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery 1 and subsequent disposal of materials or equipment required for use on the work planned and which could riot be used in any part of the work as )ctualiy built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not kater than fifteen (15) days after the completion of each assignment of extra work sand if found correct will be approved by the Engineer and submitted for payn-aent with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean ;.end inclurle rail work that may be required to accomplish any change or alteration in or addition ica the work shown by the Plrans or reasonably implied by the Specifications and riot covcxad by the Contract proposal items wid which is not otherwise provided under this Article GP-2G. (b) The Contractor shall perform all extra work under the direction of the Encfanow when authorized by the Owner. The compensation to be paid the Contractor tot- performing extra work shall be determined by one or more of the following rnethods: 1. Method A: By agreed unit price 2, Method l3: By agreed lump sum e3. Method C: If neither Method A or B can be agreed upon bofore the work is started,then the work shall be by force account as per Section 109, Measurement r.md Payment, of the Missouri Standard Specification for Highway Construction,as published by the Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by giving ten ('10) days notice to the Contractor in writing. The work shall be resumed by the Contactor within ten (10) days after the date fixed In the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if She Owner does not give notice in writing to the Contractor to resume within it reasonable period of time, then the Contractor may abandon that portion of the work so suspended and her will be entitled to the estimates and payments for all work done on the portions abandonHd, it any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or frail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should rnakc a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five (5)days written notice, terminate the employrnerit 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 baiance,, the Contractor shall pay the difierence to the Owner. GP-30 CONTRACTOR'S RIGHT TO_STOP_WOR_ K OR TERMINATE CONTRACT If the work should be stopped under an order of any court, 01' 00101' public Mithority, for a period of three months,througl-i no act or fault of the Contractor or of anyone employc-;d by him,them the Contractor may, ' upon five (5)clays written notice to the Owner and the Engineer, stole work or terminate his contract and recover from the Owner payment for all work executed and any loss mistained upon any plant or materials 1 and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows, or from ground water,or from any unusual obstruction of difficulty,or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne by the Contractor at his own cost and expense. GP-32 SUNDAY, HOLIDAY AND NIGHT WORD No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequato equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION, CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform tho work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case,all materials and equi meet furnished for permanent P YP P installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the: lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgrnents, or decrees whatever arising out of such action or suit that may be brought as ,aforesaid. GP-36 CHANGE ORDER t Any changes or additions to the scope of work shall be tfu-ough a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions ' or events discovered or occurring during the progress of the work. • GP-37 CONTRACT TIME 'f he time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work Is based upon working days, this time will be specified in the contract. A working day Is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. II conditions are such as to stop work in less than six (6) hours, the day will not be counted as ra working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days tiny time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable t,)work due to causes beyond his control, lie shall state: his reasons In writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in wriling within 30 days after the claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an arnount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any exiension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. 1 GP40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or periormed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the ' schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work riot listed in the schedule.of the Bid but necessary for the completion of the project shall be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. • (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sure hid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the itern as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be bnsod on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 100'a of the amount of work completed to date shall be withhold. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work accraptabica under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30) days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract dreuments. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP-42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portiand cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of anyjob or service,the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of$5,000, the City shall select products manufactured,assembled or produced in the United States, if quantity, quality,and price are equal. Every contract for public works construction or maintenance in excess of $5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF CONTRACT - REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. rGP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORDS' CONTRACTS LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended).an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent (5%) as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal.yid 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 c.,n public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(:30) days and intends to become or remain a Missouri resident. GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses r are incurred by the City of Jefforson, 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 incurrod by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS f i 1 i 1 i 1 SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SP-11 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1999 version of the Missouri . Standard Specifications for Highway Construction except Frs modified or contradicted by the City's Contract,Technical Specifications,Goneral 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 nttached hereto shall be used in constructing this project. SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, The Engineer, the Contractor and his Subcontractors,and the Utilities,as well as representatives of any other affected agencies which the Owner may wish to invite. The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. SP-3 PERMITS a)Land Disturbance-The work in this project will be covered under the General Operating Permit issued to the City of Jefferson by The Missouri State Department of Natural Resources, Water Pollution Control Program, Permit No. MO-8100031. b) Corps of Engineers Permits - The Jefferson City Department of Community Development has obtained these permits for this project. c)Burn Permits-Burning is discouraged,however,if the contractor chooses to burn trees,brush, and similar materials, it shall be the responsibility of the contractor to obtain the required permit from the Missouri Department of Natural Resources. d) Blasting Permits - The contractor shall be responsible for obtaining a permit for the use of explosives from the Jefferson City Fire Department, SP-4 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S. Postal Service to determine where the mailboxes should be set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work is complete. Any materials damaged by the Contractor shall be replaced with material of better or equal type ' and quality at the Contractor's expense. SP-5 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entoring or damaging adjacent property as a result of precipitation during construction. SP-6 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of each working day. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches,ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. SP-7 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction.The necessary adjustment of utility services such as water,gas,telephone, electric and sanitary sewer, including meters,valves,manholes sand other appurtenances not specifically called out on the plans shall be subsidiary to the work. SP-8 ROCK REMOVAL No explosives shall be used within fifty (50) feet of a structure. Rock in these areas shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. Any rock that the engineer deems removable by blasting shall be paid at the bid price for blasting, regardless of the removal method used. , SP-9 UNDERGRADING IN ROCK CUT Section TS-2,2.6 specifies that rock cut areas are to be undercut and backfilled with a drainable material with top surtare choked with fines for proper subgrade preparation. No direct payment shall he made for backfill materials. The only payment made shall be for cubic yards of rock excavated. SP-10 BORROW MATERIAL The contractor shall secure his own borrow material. This material shall conform to Technical . Specification TS-2.2.14. SP-11 MOBILIZATION /CLEARING FOR UTILITIES Bid item number 1.00 "MOBILIZATION / CLEARING FOR UTILITIES" shall include all mobilization needed to facilitate the relocation of the utilities and the clearing and grubbing of the entire project, It shall also include all cost for coordination, temporary signage, all changes in grade required for the placement of utilities by the utility companies,scheduling of the contractors own activities, and any other item(s) needed to accomplish the required utility relocations, SP-12 MOBILIZATION /DEMOBILIZATION FOR ROAD WORK 1 Bid hem number 2.00"MOBILIZATION/DEMOBILIZATION FOR ROAD WORK"shall include all mobilization and demobilization needed for the road work, Sixty percent(609/0)of the bid price for this item will be paid as mobilization and forty percent (410°.) of the bid price will be paid as demobilization at the end of the project. SP-13 PHASING/SIGNAGE/TRAFFIC CONTROL This project requires thn relocation of a number of utilities.It is the responsibility of the Contractor to develop a phasing plan that provides the utility companies the time and sequencing that Is needed for the placement of the new utilities. It should also ensure the least possible disturbance to the adjoining property owners and the general public.The Contractor will provide the City with the phasing plan for Its review and approval prior to any work. Part of the phasing plan will Include a plan for the signage for each phase. The signage shall conform to the requirements In the Manual on Uniform Traffic Control Devices, and shall be reviewed by the City prior to Its installation.Signs,cones,and barricades shall be placed both to protect workers and equipment, and to protect the public by marking open trenches and other potential dangers. Payment for all temporary signage, including detour signage, and all traffic control needed for the project will be paid for as a lump sum underbid Item nurnber 5.00"CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL."Twenty percent (20%) of the bid price will be made with the first payment, with the remainder to be paid as a percentage based on the completed percentage of the project. SP-14 CLOSURES OF iNTERSECTIONS At no time during the life of the project shall the intersections of South Country Club Drive with Leandra Lane and Old Lohman Road(inclusive of that portion of South Country Club which forms the connection from Old Lohman Road to West Edgewood Drive) be closed at the same time. Further,the existing connection between Fairgrounds and South Country Club shall remain open until such time as the contractor can build the connection and provide for the movement of traffic, through the new intersection of these streets. The maximum time that the connection between South Country Club Drive and Fairgrounds Road can be severed is 15 working days. Damages of $500.00 per day will be charged for each day exceeding 15 days. SP-15 CONSTRUCTION STAKING The construction staking for this project shall be the responsibility of the contractor. This shall include, but is not limited to, all staking that is needed to construct the horizontal and vertical alignment of all roadways;the placement and grade of the storm water system,the sanitary sewer force main, and the water line; the specified grade of all entrances and driveways including all grading and construction limits. The City will provide staking for the electric, gas, telephone and cable utilities. SP-16 CONSTRUCTION TRAILER The contractor shall provide for a construction trailer on site, at a location designated by the engineer, for use by the contractors forces as well as city officials and representatives of the respective utilities. The contractor shall provide a key to this trailer to the City's inspector. The trailer shall be weatherproof, insulated, and have air-conditioning and heating facilities capable of maintaining a temperature of 72" F. Electric and telephone hookups shall be provided. The ' trailer shall provide adequate light both artificial and natural along with sufficient windows to provide acceptable ventilation.All windows shall be equipped with vandal proof grills and locking capabilities. The trailer shall be furnished with a minimum of two desks, a table of sufficient size to allow for the viewing of a full size plan set, twelve chairs, and a filing cabinet. The trailer shall remain the property of the contractor. Upon removal of the trailer the site shall be prepared and seeded.Payment will be made as a lump sum and shall include all cost associated with the trailer. SP-17 TOILET FACILITIES The contractor shall provide and maintain toilet facilities for his forces and all others on the job site. No direct payment will be made for this (tern. SP-18 EROSION CONTROL ^` It will be the responsibility of the contractor to use best management practices for the control of erosion on this project. These shall include, but are not limited to silt fence, ditch checks, stone filter dams, temporary mulch, and temporary seeding. A. Silt fence should be installed on the project near the grading limits at any point along the project where the toe of the slope is more than 30 feet fro n the center line, and at the discretion of the engineer. The silt fence is to be maintained throughout the life of the project. The fence should be built on the contour where the fence can intercept runoff as sheet flow.The ends of the fence should flare uphill to temporarily impound water. Payment for this will be by the linear foot. B. Ditch checks for this project will consist of straw bales trenched in and staked to the ground. The placement will be at the discretion of the engineer. The ditch checks shall be maintained throughout the life of the project and shall be evaluated and repaired if necessary, after any significant rainfall event. Payment for this item will be per each ditch cheek installed. C. Stone filter dams for this project shall be placed at the discretion of the engineer. 'The stone filter dams shall be maintained throughout the life of the project, including the removal of any , sediment build up as required to maintain the function of the dam. Payment for this item will be by the ton of rock used in its construction based on tickets submitted to the City at the time the work is done. D. Temporary mulch shall be wheat straw or similar material applied to the ground so as to achieve 75°t, ground cover. This material shall be applied with a hydro seeder or similar equiprrrent, Any area that has been disturbed and susceptible to erosion and will not be worked for a period of two weeks shall receive temporary mulch. The use of temporary mulch shall also be applied at the discretion of the engineer. Payment for this item will be by the square yard. E. Temporary seeding shall consist of rye or wheat applied at a rate of 100 lbs. per acre in combination with mulch. It shall be applied with a hydro seeder or similar equipment.The use of this item shall be at the discretion of the engineer and in areas that are susceptible to erosion and will not be reworked for a period of 45 days. Payment for this item will be by the square yard. SP-19 EARTH EXCAVATION AND GRADING Bid item number 8.01 EARTH EXCAVATION AND GRADING"shall include all work needed to grade the site to the elevations as shown on the plans.This work consists of, but is not limited to, the cutting of approximately 21,558 cubic yards of material and the acquisition of approximately 2,726 cubic yards of borrow material, inalusivc; of the hauling, placerTrent, and compaction of these materials in fill areas and slopes. It shall also include all necessary grading and the placement of topsoil materials in rheas designated to be soeded. The contractor is now made O aware that do to the phasing of the project, cut area.;may not be,n cessible at all times, requiring additional borrow material to be used. SP-20 SUB-GRADE STABILIZATION • I� Payment for crushed stone (2" - 4") for sub-grade stabilization shall be per ton of material f provided, based on the tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials,tools and equipment necessary to stabilize the area including removal of unsuitable material, disposal of the material off-site and sub-grade preparation. SP-21 CONDUIT FOR SIGNALS AND STREET LIGHTING All conduit shall be UL, rated Schedule 40 PVC. The minimum depth of installation shall be24 inches for all conduit to be used for signal or street lights. The signal conduits shall have pull wire installed and shall be sealed with an end cap. The ends of these conduits shall be marked with a 24"long, ff5 rebar which extends from the conduit to the surface of the ground.The marker shall be f lagged so as to remain visible throughout construction and after all finish work is completed. Payment for these items will be made by the linear foot in plane. SP-22 CLEAN, RE-PAINT, AND RE-LOCATE EXISTING "SHOE BOX" STREET LIGHT POSTS The contractor shall remove the two existing street,lights shown on page SP15 of the plans.The posts and heads should be moved offsite and shall be cleaned by sand blasting or other means to remove all rust, flaking or peeling paint, and foreign material to create a clean paintable surface. The posts and heads should then be primed with an oil based metal primer and finish coated with Sherwin-Williams 504 Bronze Tone Industrial Enamel or approved equal.All coatings should be applied per manufacturers specifications. The cost of this item shall also include the cost of the pole bases and all associated items needed for the installation of the poles and the wiring of the lights. SP-23 4" DIA. CONDUIT FOR THREE RIVERS ELECTRIC The conduit used in this installation shall be 4 diameter, electrical grade, rigid, nonmetallic, Schedule 40 PVC conduit. The conduit shall be installed as shown on the typical cross section and at the locations shown on the plans, under the direction of the engineer or representative of Three Rivers Electric.The conduit at approximate station 17+65 shall have pull rope installed,and have its ends plugged and marked sufficiently, so as to allow Three Rivers to easily locate it at the end of the project. The conduit at approximate station 21+25 shall consist of a set of three 4"conduits.These conduits will be utilized to replace an existing direct buried cable.Coordination with Three Rivers will be necessary to locate the termination points of this conduit so as to allow for its connection to the existing system. Pull rope shall be installed, and the ends are to be plugged and marked. Payment for this item will be made by the linear foot in place. SP-24 TRENCHING /INSTALLATION OF 4" DIA. CONDUIT FOR TELEPHONE The 4" dia. conduit will be supplied by Sprint at no cost to the contractor. It is the responsibility of the contractor to schedule and pick up this conduit from a location designated by Sprint. The ' cost for this item shall include the trenching,bedding materials, placement of the conduit,and the backfilling of the trench. Payment will be made by the linear toot of trench required for its installation. The conduit shall be installed as shown on the typical cross section and at the locations shown on the plans.Any conduit not immediately used shall have the ends plugged and marked sufficiently so as to allow Sprint to easily locate them for the installation of the new telephone cable.The contractor shall coordinate with Sprint so as to have these conduits in place r when they are needed for the necessary relocation. SP-25 INSTALLATION OF WATER MAIN The water main is to be installed according for the "Technical Specifications For the Installation of Water Main"which are included with the technical specifications for this project.The installation of the water main should follow the plans as shown on sheets W1 through W6 of the plans.The water main is shown on the site plan for reference and relative location only. SP-26 SANITARY SEWER FORCE MAIN The 10" PVC force main is to be installed as depicted on the plans, and in accordance with the City of Jefferson Sanitary Sewer Specifications, and shall conform to the requirements of ANSI/AWWA C900-89, Pressure Class 200. Full lengths of pipe shall be used, whenever possible. The end of the force main, approximate station 41+10, shall be capped with a plug or cap specifically designed for the type of pipe that is used. The end of the pipe shall be marked with a suitable marker. This marker shall be preserved during all construction activities and after all finish work has been completed. The pipe shall be installed with at least 36 Inches of cover. From approximate Station 26+90 through 31+73 and from 39+70 through 41+94 the pipe will require additional depth of burial as shown on the plan. At approximate stations 27+40 and 40+03 the force main crosses under a water line. At each point of crossing the force main shall be laid under the water main so that a minimum of 18 inches between the two pipes is maintained. The unit prices for the installation of sewer pipe shall include all necessary excavations,trenching, I� backfilling, bedding, shoring or any other item required to make the installation of the pipe. The only exception to this is the removal of rock, which will be paid as rock removal. The force main shall be installed with a tracer wire. Tracer wire shall be insulated THNN, 12 gauge copper wire. All wire shall be joined by use of a wire clamps.These connections shall be sealed and taped to create a watertight connection. All material shall be that normally used for direct underground bury installation. Tracer wire shall be secured to the top of the main by tape a minimum of 3 times in each length of pipe.Tracer wire shall be looped to the top of valve boxes for access and at ends for conductivity. The existing force main shall rernain active until the new force main is constructed. The i connection to the existing systerrr at Station 1+55 on Scruggs Station Road should be coordinated with the Jefferson City Sewer Department. This connection should be made during a low flow period after the system has cycled, so as to provide for uninterrupted service. Contractor shall ensure that the elevation of the force main does not make abrupt depressions though its entire length.Transitions in depth should be carried out through multiple lengths of pipe where possible. Gate valves,two(2) inch thru twelve(12)inch inclusive shall be Mueller Gate Valves,mechanical ' joint, resilient seated wedge disk or equal. Valve shaft shall have "O" ring seal with two (2) inch square operating nut. Valve shall open in a counter-clockwise direction. Valve boxes shall be two piece,twenty-four(24)inch,screw type,bottom section and sixteen(16) inch screw type, top section complete with lid marked "SEWER". • r SP-27 TEMPORARY FENCING The bid Item number 18.02 'TEMPORARY FENCE" shall include all labor, equipment, and material to provide approximately 152 feet of temporary fence on the property at 1059 South Country Club Drive, approximate station 58+00 to 59+75.The fence should be of equal or better type and quality to the fence it is replacing. The fence should be serviceable and capable of holding livestock.The temporary fence is to be built prior to the removal of the existing fence so as to provide continuous containment of livestock. It is to remain in place and in good repair until the completion of the permanent fencing, at which point it is to be removed. r SP-28 TEMPORARY SURFACING The bid item number 17.15 "TEMPORARY SURFACING" shall be utilized in order to provide access to adjacent properties at the end of each working day.'rhe contractor shall maintain this surfacing in a safe and reasonably smooth condition as long as it is in use. The surfacing shall be crushed stone that meets 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.The temporary surface will be paid for by the ton of material provided based on tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid, which shall include all labor, materials, tools and equipment necessary to provide a driving surface that will allow vehicular access to all adjoining properties. SP-29 3" ROLLED STONE BASE Payment for 3"Rolled Stone Base shall be made by square yard measured from back of curb to back of curb, plus one (1) foot. Any additional thickness necessary tinder the curb and gutter section, that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this item. No additional payment will be made. SP-30, TYPE "A" CURB AND GUTTER As indicated on page M3 of the plans,the thickness of the gutter pan is seven (7)inches for curb and gutter used with concrete pavement, and the thickness of the gutter pan is six (6) inches for curb and gutter used with asphaltic pavement. At the option of the contractor the curb and gutter may be poured monolithically when used with 1 concrete pavement. It is noted that when asphaltic concrete pavement is to be used on this project, a four(4) inch lift of Asphaltic Concrete Base is required under the curb and gutter along with a three (3) inch lift of Rolled Stone Base, which is also required with the portland cement concrete pavement. No direct payment is made for this difference in the two paving options. ' SP-31 PCC PAVEMENT JOINT REINFORCING REQUIREMENTS The joint reinforcement shall be as follows: 1) All bars shall be #4 deformed bars 24 inches in length. 2) Longitudinal construction joints - bars @ 30"centers. 3) Transverse construction joints - bars @ 12" centers. t s r 4) Sawed or premolded longitudinal joints.- bars 0 30" centers 5) If curb and gutter is poured separately - bars (d 30" centers. V SP 3.. 6 AND 7 HIGH EARLY STRENGTH taCC PAVEMENT These quantities are undistributed.At the discretion of the engineer they may be used at various intersections so as to provide reduced closure times, as well as any drive approach or driveway that the engineer deems necessary, SP-33 TEMPORARY ASPHALT PAVEMENT REPAIR r This quantity is undistributed. It should be employed at any time the pavement is cut for utility placement and the street is to be reopened to traffic. SP-34 SIDEWALKS AT DRIVE APPROACHES At all points where, the sidewalk crosses a driveway it shall be 6 inches thick and will be paid for as bid item number 17,11 "6" PCC SIDEWALK". SP-35 STRIPING AND PERMANENT SIGNAGE The striping and permanent signage for this project will be done by others except as specifically noted on the plans. SP-36 REMOVAL OF CULVERT PIPE The 15 CMf pipe under South Country Club Drive at approximate station 12+25 is to be r salvaged and shall be the property of the City of Jefferson. The contractor shall coordinate with the City, and assist in loading of this pipe, to provide for its removal from the site. The removal ' of this pipe will be paid for as part of bid item number 4.00 'REMOVALS" SP-37 TOPSOIL IN AREAS TO BE SEEDED OR SODDED The top six (6) inches of all areas of the project to be seeded or sodded shall be free of rocks, stones and clods prior to seeding, This may require the contractor to utilize a mechanical rock rake, hand picking of stories, and/or placement of six (6) inches of clean topsoil in those areas to be seeded or sodded. No direct payment will be made for this requirement. SP-38 ZOYSIA SOD The zoysia sod is to be placed in disturbed areas previously having zoysia grass. Direction as to these areas will be givers by the engineer. The sod shall be placed according to TS-9.2, SP-39 PHOTODEGRADABLE S'T'RAW BLANKET This straw blanket shall be North American Green S75 or approved equal. It shall be installed according to the manufacturers specifications.The blanket shall be installed on the lower portion of 3:1 slopes where the total length is greater then 18 feet. 11 shall begin 15 feet down from the crest of the slope and continue to the toe of the slope, and as further directed by the engineer. �! SP-40 COORDINATION WITH AMEREN No work can be done,from approximate station 22-4.50 to 34+50, which would reduce the amount of cover over the existing underground electrical lines, apart from that work which is directly related to the placement of the new underground electrical conduits and the parallel water and gas mains, Once the new underground conduit system is in place, Ameren will make the connection to the old system,The Contractor is hereby made aware that this connection will only be able to be made during an off demand time,such as in the spring or fall,when the temperature is such that the electrical demand is low. SP-41 DELIVERY OF ELECTRICAL CONDUIT AND VAULTS The Contractor shall be responsible for coordinating the delivery of all the materials required for the replacement of the underground electrical lines. The contractor shall take delivery of the all materials and store them until such time that they are installed by the contractor or by Ameren. Any cost associated with this shall be considered incidental to the project. SP-42 TRENCHING/INSTALLATION OF 5" DIA. ELECTRICAL CONDUIT rThe 5" conduit will be supplied through Ameren's supplier at no cost to the contractor.The cost for this item shall include trenching, bedding material, placerent of the conduit,and backfilling of the trench. Payment will be made by the linear foot of trench required for its installation.The specification for its placement is enumerated below, Trenching A. Adherence to Drawings. The conduits shall be installed along the route specified in the plans. Straight routes shall be maintained unless specified otherwise on the plans. Turns and bends that are introduced for purposes of avoiding physical obstructions shall be made within the limits specified either on the Drawings or by approval of Ameren's Representative. B.Easements and ROW.Deviations outside the boundaries of the associated easement or right-of-way are riot allowed. C. Joint Trenching. Clearances stated in the National Electric Safety Code shall be observed as a minimum in any trench that is used jointly.(Soe drawings for Ameren's minimum clearances). Local utility clearance requirements shall prevail when their requirements exceed the minimum NESC separations. D. Burial Depths. Minimum burial depths of 48" of cover from final grade are required for the installed conduits.Ameren's Representative shall approve any exceptions to the specified burial depths. In those cases where these depths cannot be maintained along the entire route, Ameren's Representative may require means such as concrete encasement in order to protect the Distribution System. E.Trench Floor. l he trench floor shall consist of firm well-compacted. undisturbed dirt, or backfill that is supplied for leveling or grading purposes.The bottom of the trench shall ' be leveled to plus/minus 2" in order to avoid "humps" in the conduit, and shall be at an elevation necessary to satisfy the standard burial depth requirements. • F. Trench Width. Parallel conduit installations shall maintain a minimum 2" spacing �. between each conduit in all in all dimensions, as well as between the conduits and the outside walls of the trench. e G,Obstructions.If rock or otherwise difficult trenching conditions are encountered which force the consideration of alternatives,Ameren's Representative shall be consulted.The burial depths established previously shall be maintained. Conduit Bends and Sweeps A. Bend Specifications. Bends shall be made of Schedule 40 PVC with belled or coupled ends.It couplings are used,they also shall be Schedule 40 PVC.All Mends and couplings shall be UL listed and sunlight-resistant. The following are the specified manufactured bends for conduit; 36" radius bends at 90', 45" or 22'/.:' 60" radius bends at 45`' 120" radius bends at 45" B. Bend Radii. All primary voltage conduit bends shall have a minimum radius of 36". Larger radius bends,as specified above,may be required to accommodate longer pulls, larger cable sizes, field obstructions or future considerations, and shall be called out specifically by Ameren on the plans. C. Sweep Bends. Sweep bends may be formed with a combination of straight duct sections and 5`couplings.The couplings shali have a minimum radius of 36" (subject to approval by Ameren's Representative) and the overall sweep shall have a minimum bending radius of ten feet. D. Sweep Bend Stabilization. Sweep bends must be staked to prevent opening of the couplings during installation. Care must be taken to prevent any deformation of the conduit at the stakes.No other operations producing visible stress on the couplings shall be allowed. Visible stress exists when there is more than 2" of offset on the coupling or where significant in-line offset is observed. E. Bend Reinforcement. Horizontal and vertical bends that require reinforcement for cable pulling shall be stabilized by concrete encasement(ref SPEC 2,included at the end of the special provisions). F. Conduit Caps. All veilical bends penetrating grade, whether through any type of concrete or fiberglass pad, or at a terminal or riser pole, shall have their open ends closed off with duct plugs, conduit caps, or duct tape. This will serve as a deterrent to wildlife and will minimize the entry of moisture and solid debris. The pulling tape shall extend out the end of each bend regardless of its being capped, with the minimum 10 , feel exposed. Conduit A.Conduit Specifications.Electrical grade,rigid,nonmetallic,Schedule 40 PVC conduit in 4" or 5" sizes,as specified in the plans, sha11 be installed. It shall be 90' C rated PVC and meet the latest revision of NEMA Standard TC2. Ameren will provide the necessary ' conduit. Any excess conduit shall be returned to Ameren. The contractor will need to • e w r rschedule delivery of the 5"conduit and vaults for the project through Ameren's supplier. A copy of the Bill of Materials will be provided to the contractor. The Contractor will be responsible for scheduling delivery, taking delivery and unloading all vaults and 5" conduit.The Required 4"conduit will be provided by Ameren locally,the Contractor will need to contact Curt Moore at 573-581-7548 to schedule pickup of that material. B.Conduit Arrangement and Spacing. Multiple conduit installations shall be such that they are all laid directly on the trench floor with a minimum 2" horizontal separation, not only between the ducts themselves but also between the outside ducts and the walls of the trench. The spacing allows for proper heat dissipation, while the horizontal arrangement helps eliminate backfill voids between the conduits that could result in settling and the collection of water. No two conduits shall be rolled or crossed in the trench anywhere between two endpoints. C.Conduit Joining. Individual conduit sections shall be joined with couplings and PVC cement to ensure a continuous, leak free duct with a consistent internal diameter throughout, No internal protrusions or obstruction are allowed. The contractor shall ensure that no foreign material enters the ducts to be joined. The end of the duct shall be plugged with approved end plugs whenever work on the duct installation is stopped. D. Roding the Conduit. Prior to the installation of the pulling string each completed conduit run shall have the appropriate size (4" or 5") mandrel pulled through its entire length. E. Pulling String Installation. A pulling string shall be installed in all completed conduit runs, with a minimum of 10 feet extending out each duct end.The string shall be blown into the conduit after the run has been complected,the conduit cement is completely dry, and a mandrel has been run through the conduit run. During installation, the tape reel should be placed on a pay out stand in order to allow the tape to pay out flatly into the conduit in a single continuous piece. Neither knots nor frays shall be permitted inside a conduit run. Backffiling and Compaction A. Local Ordinance. Local codes or ordinances shall prevail when their requirements exceed the backfill requirements herein.Where street crossings of other areas supporting vehicular traffic are concerned, full depth granular backfill shall be used. B.Backfill Material.Except as noted on the Drawings and Specifications,native soil tree of rock and debris may be used as backfill material. The soil shall pass through a 2" screen, 1/4" minus limestone screenings may be used as an alternate to soil when backfilling. C. Voids and Foreign Matter. Voids around the conduit(s) where water could collect shall be avoided. Any conditions that produce crushing pressures on the duct are unacceptable. Trenches shall be kept clear of foreign materials such as grease, hydrocarbons, wood, rotting vegetation, of other debris during the backfill process. D, Alternate Backfill Materials. Where the quality of the excavated material could damage the installation and or prevent adequate compaction(as with shale rock,paving materials, cinders, sharply angled objects, or corrosive material), a granular backfill of sand, 1/4" minus limestone screenings,or Plowable fill shall be used. in such cases,the r r backfill material shall be placed completely around the ducts in all directions in a thickness of at least 2". E. Compaction. In undeveloped areas, the backfill shall be compacted to provide for supporting a man's weight as the trench is walked upon.Otherwise,in established areas, compaction shall be obtained with hand or mechanical tampers to provide densities of at least 90% of that of the undisturbed soil. Hydrotamping methods are not acceptable. F. Final Grade. The backfill material shall be placed back in the excavation and compacted as necessary in approximately 18"lifts until final grade is re-established.The ducts shall be restrained to prevent movement, as required. No rock shall be placed in the backfill within a 6" elevation of the topmost duct. G. Backfill Settlement. Settlement of the backfill material above the duct(s) is an indicator of improper compaction.Whenever required, the Contractor must re-establish final grade by placing additional backfill or by other means as appropriate. F. Resurfacing. Contractor is responsible for the restoration of and disturbed areas acceptable to all parties involved. Terminal Poles and Risers A. Contractors Responsibility. The Contractor's responsibility at terminal (i.e."riser") poles, regardless of voltage, includes installing the riser bend(s), extending the conduits(s)above grade, and backfilling the excavation.Ameren will extend the conduit riser(s) up and attach to the pole. B.Riser Bend Location.An Ameren Representative shall determine the proper location r of the riser bend(s) on the pole (i.e. the quadrant). In the case where a riser bend is to be extended by the Contractor to a location requiring pole setting, replacement or alteration by Ameren, the extension shall not be made until the pole work is completed, unless other arrangements are made with Ameren's Representative, C. Bend and Stub Specification. The Contractor shall take special care to extend the conduit(s) out of the ground at the particular pole quadrant designed by the Ameren Representative. The conduit bends brought up at the riser pole shall be rigid Schedule 40 PVC. Each bend shall be buried below grade in its entirety,with a short conduit stub (Schedule 80 PVC or equivalent)penetrating the surface to at least G"above grade at the pole.The stub(s)coming out shall be squared and plumb in order to facilitate extending the riser(s) up the pole. D. Pole Clearances. For direct buried conduit installations, the conduits(s) shall penetrate the grade with 6"of clearance between it and the pole (ref. SPEC 16 included at the end of the special provisions). Inspection and Approval A. Deviation from Drawings. All Contractor-installed facilities shall be installed per , plans, Any proposed field changes to the Conduit System layout rrs indicated on the drawings shall have prior approval form Ameren's Representative. B. Interpretation of Specifications and Drawings. Where an interprotrition of this i Specification or clarification of the Intent of and Drawing is required, the determination of Ameren's Representative shall prevail. C.Conduit System inspection.Conduit System installations by the Contractor shall be subject to inspections by Ameren on a daily basis prior to backfilling, embedding in concrete or otherwise covering or concealing. The Contractor shall notify Ameren's Representative with at least one full working prior to starting the Conduit System construction or the installation of material, thus allowing for the inspection of materials and workmanship by Ameren. The decision to actually inspect, or not, shall be at the discretion of Ameren. D. Conduit System Rejection. Any Contractor workmanship failing to meet the requirements of this Specification, or Conduit System installations either performed without prior notice to Ameren's Representative or that fails to allow Ameren to readily pull it primary cables(s) shall be subject to rejection. Any work that is rejected shall be corrected to Ameren's satisfaction at the Contractor's expense. E. "As Built" Drawings. The City of Jefferson shall maintain an "as built" set of Drawings showing all changes,additions and deletions to the project. Field changes not m covered by the original Drawings shall be clearly noted in the "as build" Drawings. ® F. Depth of Cover Deviations. When the depth of cover of the Contractor's installation exceeds the design value by 50% or more, or is less than the design value by any margin, the Contractor shall provide the City's Representative with the actual depth, which shall then be noted on the "as built" Drawings. SP-43 TRENCHING /INSTALLATION OF 4" DIA. ELECTRICAL CONDUIT The 4"conduit will be supplied locally through Ameren at no cost to the contractor.The contractor will be responsible for scheduling and picking up this conduit up at a location specified by Ameren.The cost for this item shall include the trenching,bedding materials, placement of the conduit, and the backfilling of the trench. This item will be paid bythe linear foot of trench that is dug which is perpendicular to the center line of South Country Club. That portion of the 4" dia, conduit which runs parallel to the said conterline will be considered incidental.The specification for its placement is the same as described above for the 5" dia. conduit. SP-44 UNDERGROUND VAULT The underground vault will be supplied through Amoren's supplier at no cost to the contractor. The cost for this item shall include the placement of the vault including all embedment materials, backfilling, riser installation, and all necessary conduit connections. The installation requirements are specified below. A. Material Provisions. Ameren shall provide the necessary vcurlts(s) for this project. The Contractor is responsible for installing the vault noar Sta 24+80 South Country Club, Amoren will install remaining vaults. B. 4' x 8' Vaults. The 4' x 8' vaults (ref. SPEC 5 included at the end of the special provisions) each have two PVC couplings built into each end wall, in 5" sizes for the 4' x 8'. Couplings not used shall be end capped. Each has knockout capabilities along the sidowalls(not to be used on this project). They also all have threaded Richmond inserts for installing pulling eyes,and floor holes for draining water. (Ameren shall install the iron grates over these drain holes.) C. Conduit Connections (New Vaults). Conduits shall be placed into the couplings. M D. Riser, Frame, and Cover, Each precast concrete vault requires a 6" concrete riser to be set in the rectangular hole in the vaults roof. This riser is"notched for the 24"x 42" cast iron frame and cover that completes the vaults access way. Sloped grades shall be accommodated by bricking and mortaring between the riser and the vault roof on three of the four sides. The frame shall be sealed to the riser with mortar in order to prevent tipping it when the cover is open on its hinges. SP-45 TRENCHING FOR GAS MAIN The Contractor shall be responsible for providing a trench for the installation of a gas main along that portion of the project for which the contractor is also installing the 5" underground electrical conduits, and for which the gas main runs parallel to those conduits. The Contractor shall coordinate with Ameren's Representative for the installation of the gas main while the trench is open. The contractor is responsible for the bedding material and the backfilling of the trench. Payment will be made by the linear foot of trench required for its installation. The requirements for the trenching and backfilling are enumerated below: Trenching A.Easements and ROW.Deviations outside the boundaries of the associated easement or right-of-way are not allowed. B. Joint Trenching. Clearances stated in the National Electric Safety Code shall be observed as a minimum in any trench that is used jointly.(See drawings for Ameren's minimum clearances). Local utility clearance requirements shall prevail when their requirements exceed the minimum NESC separations. C. Burial Depths, Minimum burial depths of 36" of cover from final grade are required for the installed main. Ameren's Representative shall approve any exceptions to the specified burial depths. In those cases where these depths cannot be maintained along the entire route, Ameren's Representative may require means such as concrete encasement in order to protect the gas main. ' D,Trench Floor.The trench floor shall consist of firm, well-compacted, undisturbed dirt free of rocks, or backfill that is supplied for leveling or grading purposes. The bottom of the trench shall be leveled to plus/minus 1" in order to avoid "humps" in the main, and shall be at an elevation necessary to satisfy the standard burial depth requirements. If a solid rock floor or a trench floor that has debris that will damage the poly main exist then 6 inches of padding is required under the main.The padding material can either be clean top soil or 3!8" minus rock (limestone screenings). E. Trench Width. The trench shrill be wide enough to provide 2" spacing between the main and the outside walls of the trench and maintain the required clearances to the other utilities, F.Obstructions, If rock or otherwise difficult trenching conditions rare encountered which force the consideration of alternatives,Ameren's Representative shall be c017sulted.The burial depths established previously shall be maintained. Backfilling and Compaction A. Local Ordinance. Local codes or ordinances shall prevail when their requirements exceed the backfill requirements herein. Where street crossings or other areas supporting vehicular traffic are concerned, full depth granular backfill shall be used. B. Backfill Material.Backf ill containing gravel,rocks,stones,cinders of other unsuitable material shall not be placed directly on the poly gas main when backfilling.The gas main shall be covered first with 8" of top soil free of rock and debris or 3/8" minus limestone screenings may be used as an alternative to soil when backfilling. C. Voids and Foreign Matter. Voids around the main where water can collect shall be avoided.Any conditions that produce crushing pressures on the main are unacceptable. Trenches shall be kept clear of foreign materials such as grease, hydrocarbons, wood, rotting vegetation, or other debris during the backfill process. D. Compaction. The compaction requirements shall be as required by the City of Jefferson. However,the first 8"of backfill material over the gas main is to be compacted by hand of machine tamping. The remainder of the backfill may be compacted by any other acceptable means. E. Final Grade. The backfill material shall be placed back in the excavation and compacted as necessary until final grade is re-established.No rock shall be placed within an 8" elevation of the topmost portion of the main. F.Backf ill Settlement.Settlement of the backfill material above the main is an indicator of improper compaction.Whenever required,the Contractor must re-establish final grade by placing additional backfill or by other means as appropriate. G. Resurfacing.The Contractor is responsible for the restoration of any disturbed arens acceptable to all parties involved. SP46 STATUS OF UTILITIES This provision is to give the contractor an overview of the what will be required to complete the utility relocations for this project, it is riot to be taken as the final word but rather as a narrative providing the general scope of the work. Three Rivers Electric.Three Rivers will be replacing three power poles at the beginning of the project, at approximate stations 15+15, 17-+-65, and 19+45 offset right. These poles will be replaced by Three Rivers forces. The replacement of these poles should riot significantly effect the project as they could be replaced early in the life of the project. The contractor will be responsible for the installation of several conduits to be used by Three Rivers. The first of these will need to cross under South Country Club, at approximate station 17+65, as shown on the plans. A set of three conduits will need to be installed at approximate station 21+25. These conduits will be used to replace an existing direct buried cable.The installation of these conduits will need to be coordinated with Three Rivers so as to ensure service is not interrupted. This conduit will be crossing under a direct buried electrical cable and gas belonging to Ameren and thus coordination with Ameren will also be required. The contractor shall also be aware of the effect that the required fill will have on this area. Ameren Electric. The coordination with Ameren for the relocation of their power lines will represent a large portion of the coordination needed on this project. A direct concern for the contractor will be the installation of a new underground conduit run from approximate station 20+55 to 32+40 offset left. This conduit run will be replacing a direct buried primary that is presently in use. This primary will need to remain energized until the now line is complete. This will require the contractor to dig parallel to the existing primary for nearly the length of the new run. At the option of the contractor, the gas main and the water main in this section could be planed at the same lime. Upon completion of the conduit, coordination with Ameren will be necessary to complete the installation of several underground vaults. as well as pulling the new cable and making the connection to the system. This connection can only be made when the electric demand in low, such as in the spring or fall. The contractor should be aware that the grade above the existing primary cannot be lowered until such time as the new system is energized and the existing primary is abandoned. It may behoove the contractor to install this conduit early in the project,so as to provide the opportunity to make the connection in the spring. Ameren also has a number of overhead lines that will need to be relocated, as well as several Underground runs. The poles for the overhead are located throughout the project and are noted on the plans. Several of these poles are being replaced due to a change in grade. In each instance, the contractor should be aware that Ameren may require the contractor to change the grade in the location of the pole or underground line, so as to facilitate the relocation. These include poles at station 26+00 offset left, 28+90 offset left, 69+45 offset right, and 72+25 offset left. There are a number of poles between station 73x00 to 74+65, as well as some underground line that may be, effected by the change of grade necessitating coordination with Ameren. The contractor should also be aware that a pole located at 45-+-25 offset right, will need to be supported while the retaining wall in that area is being constructed. Ameren Gas.As mentioned above,the contractor will be responsible for the trenching for the gas ® ' main from approximate station 21+75 to 32x-40. The contractor will need to coordinate with Ameren so that they can be available to place the gas line as the trench is opened.The remaining gas main will be installed by Ameren. Coordination with the- utility will be necessary so as to prevent the repeated closure of Scruggs Station Road due to the multiple utility crossings at that location. The gas main also crosses South Country Club in several locations and will need to be coordinated. Water District #1. As can be seen from the plans, a new water line will be placed along most of the project,The contractor will be responsible for the installation of this water line. As previously mentioned, this line frorn station 20+55 to 32-+40 may share the same trench as the electrical conduit and gas main. Tnere is to be a two foot horizontal separation between the electrical conduits and the water main. At approximate station 27-F 35, a fire hydrant is to be placed behind the curb. In order to connect it to the main line the water main is to be shailowed to a depth of 30" thus allowing the water line to cross over the electrical lines. At the same time, the gas main is ' to be lowered in that location so as to allow the water to cross above ill.The water will also cross above the sanitary force main at this point, as can be see in the profile. Careful scheduling and coordination will need to be made with the District so that no service is lost during the installation of the new lire. It is of note that before the cut can be made frorn approximate station 61+00 to 72+00 offset lefl, the new walerline frorn the connection to the old system rat Old Lohman Road to the connection to the old systern at approximate station 60+95 offset right needs to be ' complete and in service. -f his includes the service connections at approximate stations 71 x-25, 72+64, and 75+80 offset left. Sprint. The contractor will he, responsible fcor the rnsiallol+on of n+rrncrous conduits for use by Sprint.The location of these conduits are shown on the plain;.The remaning telephone work will be performed by Sprint's forces. The contractor shall coordinate the placement of the conduits so as to facilitate Sprint's installation of its new underground cable. The contractor should be aware that Sprint is planning to install a temporary overhead facility in the area of the South Country Club box culvert,so as to maintain service until such time as the box culvert Is finished and the fill is placed, at which time the utility will return to place an underground cable. Medlacom. At this time Mediacom is planning to place their cable underground in conjunction with Sprint.The contractor should be aware of the additional coordination that will be required. END OF SPECIAL CONDITIONS r i STRUCTURES—CONDUIT SPEC 2 Restraint — Horizontal and Vertical Underground Bends Sheet I of 1 Plastic Conduit RESTRAINT—SWITCHGEAR BEND 181, PULLING TAPE(D) SQUARE 6" CRUSHED ROCK OR FLOWABLE FILL C) A ALLAROU 5" DENT CONCRETE OR FLOWABLE FILL(B) BEND TO BE INSTALLED SO AS TO ACHIEVE A FIGURE I —TYPICAL VERTICAL BEND STANDARD 36"OF SIDE ELEVATION COVER FROM FINAL GRADE OUTSIDE THE SWITCHGEAR. (SEE SPEC 20). X1- CONCRETE(B) A 5"ENCASEMEN ALLAROUND FIGURE 2—HORIZONTAL. BEND PLAN VIEW MATERIAL INSTALLED BY CONTRACTOR (DERIVED FROM CONSTRUCTION STANDARD 31 47 01 7— Quantity Matorial 1 I Horizontal Vertical Stk. No. i 12 5", 173 Gend 3" x 36" Rad, Sch. 40 A i 12 51 176 I 13(md 4" x 36" Rad, Sch. 40 12 51 206 Bend 5" x 36" Rad, Sch. 40 _B Concrete or Flowable Fill (Cu. Ft.) 15 6 ii 7 17 18 9 : C 1/2 11/2 1/2 i L7 .T1. . . u- ho .Rock or Flowable Fill (Cu.Yd.) 83 36 252 Pulling Tape --3/4"Wide, 2500 lb. As I As As jAs lAs As Strength (ft.) Req'd. Req'd. Req'd. I Req'd. I Req'd. Req'd. UNDERGROUND ENG: EJB REV. NO: 3 DISTRIBUTION SPEC. REV. DATE: 02/20/01 UNDERGROUND STRUCTURES SPEC Vault — Precast 4' x 8' — 4 Ft. deep Sheet I of I 3--5" PVC Couplings Each End Frame & Cover(c) THIS VAULT DOES NOT HAVE A TRAFFIC RATING" (C) Finished Grade (A) Grade With Riser er Brick & Mortar ('nNnl JIT MIN, 10"OF 1"CLEAN Surnp Hole DEP FH ROCK W 1.1" KNOCKOUTS 0 ILL L_0 7,ii r Grade adjustments still bo nlA(I(,! LlSl-I(] tho user and nece-isary brick and morAm to meet the existing slope. The vault floor shall always be installod ravel 1. This Va Lill Shall be situated out of ths.- way of V(,Illi(,Lllilr traffic in a location determined by Arneren. 2. Excavate a 6' x 11' pit to a depth nocessmy to obtain minimum rover for the conduits on a 10" base of 1" gravel. Outside VOUlt dimensions: L-810"; W--5'6"; H-4'-8": Riser 6" tall. NOTE: RISER MUST BE USED. 3. Fill any overdig with crushod rock leveling the rock and tamping to firri• wherever the earth has been disturbed, 4. To lift WiLlIt, LISO SWIVOI I)liltCS 111OUnled to tile Richmond inserts with lag bolts that "Firmly" fasten the plate, against the wall. 5. Place conduits into knockouts 6 inches as required. GrOLAOr mortar around conduits entering thru knockouts. 1, Fill& TAMP - Roplace and stabilize the earth arOL-111d the Vault and riser tamping to cornpaction. 7. Brick and mortar botwoun the concreto riser and thf� aCG(-)SSh0I(-J in WILlIt to accommodate the grade slope. Seal the cover franio to the riser with mortar, MATERIAL INSTALLED BY CONTRACTOR D!-RIVED FROM CONSTRUCTION STANDARD 32 24 02 Material I Stk. No. Description Quantity Weights UNIT ''LEVEL SLOPEb A f 12 06 096 villill - Procasl '), x 8' (Provided by Ea 1 I Top 4600 lbs. Anwron) 12 06 098 Riser-Concrete Neck 6" Extension I Err 1 I Riser 340 lbs. (Provided by Ameren) C 12 02 084 C ve'r---Vault C,'ISI Iron :24" x 421" E;i Cover 350 Ibs.ry (Provided by Afneren) Rock GrLl'3h0d* Cv 2 Brick Ea As Req'd. Mortar C) 1 UNDERGROUND ENG: EJB REV. NO: 3 DISTRIBUTION SPEC. Affleren REV. DATE: 02/08/01 CABLE TERMINALS SPEC 16 One or More Risers on Standoffs sheet 1 of 1 Solid Round Conduits PVC SECTION A t A. I ■ TERMINAL POLE------------- -*------CONDUIT AND RISER UP THE POLE (INSTALLED BYAMEREN UE) , (INSTALLED BYAMEREN UE) 6„ PULLING TAPE(C) FINAL GRADE I i 6" --J— END OF CONTRACTOR CONDUIT TO EXTEND 6"ABOVE GRADE AND to F BE CAPPED OR TAPED WITH THE END GROUND ROD OF THE PULLING TAPE STICKING OUT. 1 (INSTALLED BYAMEREN UE) SHORT CONDUIT STUB (B) n 4-- BEND TO BE INSTALLED r SO AS TO ACHIEVE A STANDARD 36"OF COVER ;I FROM FINAL GRADE. ONE CONDUIT TWO CONDUITS SECTION A A NOTE: AMEREN UE REP WILL DESIGNATE THE QUADRANT OF THE POLE WHERE THE CONDUIT IS TO BE INSTALLED. MATERIAL INSTALLED BY CONTRACTOR FOR ONE RISER (DERIVED FROM CONSTRUCTION STANDARD 14 00 26") 1 Stk. No. Description i Conduit Size I 311 411 511 E12-51 51 173 I Bend-3" x 36" Rad, Sch.. 40 A 176 ! Bend-4"x 36" Rad, Sch. 40 I12 51 206 Bend-5' x 36" Rad, Sch 40 — i l 12 01 276 3 Conduit Stub, Sch. 80 _�- ---i-- -}-----' B 112 01 273 4" Conduit Stub, Sc11Y80 11201 272 5" Conduit Stub, Sch. 80 1 C 83 36 252 Pulling Tape-3/4"Wide, 2500 Lb. Strength (ft.) i As As As ---� --- — ^- Req'd._, Req'd. Req'd. ' UNDERGROUND ;4;' ENG: EJB REV. NO: 2 DISTRIBUTION SPEC. "zf"A efefl I REV. DATE: 8/31/00 r r r r r r CITY OF JEFFERSON r TECHNICAL STREET SPECIFICATIONS 1 1 r r r 1 1 r 1 . REVISED OCTOBER, 2000 r i TECHNICAL STREET SPECIFICATIONS TABLE OF CONTENTS Section P.age 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 Double 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 18.0 Traffic Signals 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of Compliance 62 22.0 Schedule of VAlork 64 23.0 Maintenance of Traffic and Access 65 24.0 Temporary Surfacing 66 25.0 Dust Control 66 26.0 Property Corners and MOnumentation 66 27.0 Cleanup 67 28.0 Traffic Signs. Stop Signs. and Street Signs 67 29.0 Downspout Drains 67 30.0 Subsidiary Items 67 , OCTOBER. 2000 . 1 -1- e TECHNICAL STREET SPECII"ICATIONS TS-1. CLEARING, GRUBBING AND REMOVAL. TS-1.l Clearing and Grubbing TS-1.1.1 Sco e: This work shall consist of clearing, grubbing, removing, and disposing of vegetation within the construction limits. TS-1.1.2 Construction Re uiremcnts: The Engineer will establish the construction limits and will designate all trees, shrubs. vegetation within the construction limits shall be removed and properly disposed of'. Stumps and roots in cut area shall be grubbed to a depth of not less than twelve(12) inches below the finished earth grade. Grubbing of`Osage orange or locust hedge shall include removal of'roots. in embankment areas, undisturbed stumps and roots extending not more than six (6) inches above the ground line may remain, provided they are a nlininnu» of'threc (�) feet below the finished earth grade or the slope of the embankment. Except in areas to be excavated, stump holes shall be backfilled with suitable material and compacted to the approximate density ofthe adjacent area. When burning is permissible under controlling air pollution regulations, all burning of products of clearing and grubbing shall be done Under the care of a competent watchman at such times and in such planner that neither vegetation oil adjacent properly nor that designated to remain on the right-of-way will be jeopardized. The burial of'stunlps and debris will riot be permitted on the right-of-way. Products of clearing grubbing may be removed from the right-of-way and disposed of'out of sight from the roadway provided an acceptable written agreement with the property owner on whose property the products are placed is submitted by the contractor. The contractor shall scalp all areas where excavation or embankment is to he made. 1 except that plowed, burned over sod need not be removed where the enlbanknlent to be constructed is 4 feel or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust. and decayed vegetable matter 1'ronl the surface of the ground without removing more earth than is necessaiy. The products of'scalping shall he disposed of away from the site cif the work unless permission is granted by the E11lginCCr to allow such disposal on the right-of'-way. All such disposal shall he at the contractor's sole expense. ' TS-1.1.; Measurenlent and Pavnlent: No measurement will be made of clearing and grubbing. Payment fair clearing and orubhing will be at the lump suns price bid. O TS-1.2 REMOVALS r TS-1.2.1 ScoiG: This work shall consist of' removing all drainage structures, pavements, r surfacing, and base courses of all types, curb, curb and gutter, sidewalks and house walks,steps, retaining walls, foundation walls,catch basins,manholes,drainage and sewer pipes, water and 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 made. TS-1.2.2 Construction Requirements: Old pavements, abandoned sewers or pipe lines, or other obstruction:;to the construction of tile roadway or within the limits of the right- of-way and not designated or permitted to remain, shall be removed or disposed of by the Contractor away front the site of the work. In removing pavement, curb, curb and gutter, gutters, sidewalk, and other similar inlprovenlents,and where a portion of such improvements are to be left in place. they shall be removed to an existing joint or to a joint sawed to a minimum depth of one inch with a true line and vertical face. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless of any limits which may be indicated on the plans. All sewers, drainage pipes and floor drains which have been or are to be abandoned shall be permanently sealed at the ends with bulkheads constructed of concrete or brick masonry, having a nlininlunl thickness of 8 inches. The use Of salvaged brick will be permitted Cor constructing bulkheads provided the brick are clean and sound. No direct payment will be made for blocking abandoned sewers. drainage pipes. or floor drains. Broken concrete, paving material, bricks or rubble rnav be placed in roadway embankment provided they are well spread, completely surrounded by dirt and are not located within lwclve inches ofthe finished subgrade,shouldCroi-�sround surface. 7'S-1.2.3 Measurement: The work provided herein will not be measured for payment. but will be considered a lump sum unit. This shall include the removal ofall items, whether in view or hidden underneath the Surf1lce of the:round, regardless ofwhethcr shown on the plans Or ellC011ntered (11.11•ing Co)nStRictlon. TS-1 2.4 _'a mcnt: ' he acccptcd removal gal of improvements will he paid for at the contract lump sum bid price. r r TS-2 EARTHWORK-: TS-2.1 Sc.o)C: Thi.s wort: shall include 111 labor. material.equipment and services necess,-Ary r to complete all earthwork aS Shown on the plans and Spcciflcd 11CI•Crn including 1 1 roadway excavation, embankment, subgrade preparation and finish grading. TS-2.2 Earthwork for Roadway: TS-2.2.1 The term, "Roadway", cis used in this Section, is defined as including roadways, troadway intersections., sidewalks. shoulders, cut and fill slopes, driveways, parking areas and all other areas of earthwork except excavation and backfill ]or pipe . trenches and structures. TS-2.2.2 Missouri Highway Specifications Section 20 3 shall govern all earthwork for roadway except that the provisions fir measurement and payment therein shall not apply and i except as modified in the firm of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so modified. the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conlorm to Missouri Highway Specifications Section 203.3. The first paragraph of Section 203.3.1 shall be changed to read as follows: Compaction to at least 90 percent of maximum density, as determined by standard Compaction 'Pest, will be required in the following areas: TS-2.2.4 Dis oosal: Unsuitable excavated material shall not be used in the embankments and shall not be disposed ofon right-of-ways. Disposal shall be the sole responsibility and at the sole expense of the contractor. Unsuitable and excess excavated material may be disposed of on private property adjaccnt to the right-of-way, provided written permission of the property owner is obtained and provided the surface is properly finished and drained. In such cases, seedino, soddinpl. and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch C1Canout: Special care shall be taken to clean out all debris and organic matter From existing roadway ditches to be filled. The ditches shall be carefully backfilled in accordance with the requirements herein. using trench rollers or hand-operated ipower compactors as may be needed to assure proper compaction throughout. TS-2.2.6 Undergrading in Rock Cut: In rock cut areas excavation shall be carried to twelve (12) Inches below subgrade to a minimum distance of two (2) feet behind back of Curb. Backfilling of undergraded cut areas shall be with a drainable material with top surface choked with (rocs for proper subgrade preparation. Whenever possible,this material shall be from project excavation. Where authorized an open-graded dralnabic crushed lunestone shall'be brought in. Undrained pockets shall not be Icit in the surfircc of the rock. FS-2.2.7 Sub-grade Stabilization: Pockets ol'unsuitablc earth may be encountered in Cut areas where it will be Impracticable to replace with suitable materials From excavation on r t the work site. In such cases, where authorized by the Engincer, the contractor shall furnish and places crushed stone base as required to provide a stable sub-grade. Crushed stone base in accordance with requirements of Article 'TS-11. Where necessary, a portion of*the stone base shall he mixed with existing carth to provide subgrade stability.and that portion ofthe stone base material shall he delivered to the project in ns dry as possible condition. TS-2.2.8 Additional Base Thickness: Where. in the opinion of the Engineer. conditions are such that it is impracticable to obtain sub-grade satisfactory 101•the design pavement thickness, the contractor may he directed to finish the sub-grade at lower than specified elevation and increase the thickness of asphaltic concrete base. TS-2.2.9 The provisions of paragraphs TS-2.2.7 and 8 shall ilot he construed to relieve the contractor of his responsibility 1'c.rr any necessary aeration and compaction ol'suitable earth at suh-grade level. 'i'S-2 2.10 Protection o1'Suh-Ciradc: The contractor shall protect the subgrade by not allowing delivery vehicles of excess weight thereon and by varying, the path of' delivery vehicles so as to not cause excessive rutting. I-leaving or rutting d�lnlage to sub-grade caused by delivery vehicles during asphalt paving operations shall be immediately repaired and brought hack to specified elevation prior to placing asphaltic concrete base or Portland cement concrete pavement. TS-2.2.11 To soil: The top lclur(4) inches of backlill behind curbs shall he top soil. free from rocks,gravel.and any undesirable materials and shall be material suitable to establish a seed bed. This material may be either top soil available within the limits of the project or it may be top soil furnished by the contractor. No direct payment will be made I01' such topsoil. but shall be included ill the I1,111lp sUlll price for grading and excavation. TS-2.2.12 Area Drainaue: All earth areas within and adjacent to the grading limits as shown on the Plans shall be graded to drain as directed by the Engineer, at one ( i ) percent illlllllllttlll slope Wherever possible. Special care shall he taken to avoid leaving law areas or water pockets. No direct pm merit will he made for such grading except that measurement "or payment of Proposal items will be made. '1'S-2.2.13 Sub-Grade Tolerance: f'.xccpt as otherwise specified in paragraph TS-2.2.7. the sub- grade for all paying and surfilcinL shall he wlthlll file t0lC1_a11CC rallgC OI i111111IS Oric- hall'('/) inch to plus one-clual•tcr ('/t) inch with respect to specified c:leyation. 1 TS-2.2.14 Borrow Material: (a) 11,11or•row material is required. the contactor shall supply this material From ! iP . • a borrow area 01'f• the site. The borrow area shall he ohtuine(1 by the contractor at his sole expense. Borrow materials shall be approved by the Engineer before they are transported to the site ol'the Project, (b) Materials shall be similar to soils found on the Project. Soils showing high swell potentials will not be approved. (c) The Engineer's Earthwork Calculations are shc►wn on the plans For the convenience of the Bidder. TS-2.2.15 1"Acess Material: All suitable excess material from excavation become the property of the City of.lefferson and will be stockpiled on site at the direction of the Engineer. TS-2.3 Trenching, ( mbedment and Backfill For Pipe: TS-2.3.1 'french i'Acavation and Sheeting: (a) Excavate in open cut except where boring.jacking or tunneling is specified. "french walls shall be vertical in streets or improved areas unless otherwise authorized by the Engineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. (b) All sheeting shall be pulled immediately prior to backfilling, around the sheeting. ],However. the Engineer may direct all or a portion of the sheeting to be left in place in order to protect the pipe against shock load of caving banks. or to protect adjacent street or property. or to prevent material that cannot be compacted to specified density from caving into the trench. (c) Where sheeting is Iefi in place, do not brace against pipe. but support in a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe may be removed after backfill to top of pipe has been completed. (d) 'french walls may be sloped in unimproved areas i frequired to prevent caving and if adjacent property or trees to be ]eft in place arc not thereby subjected to additional cutting ol'roots. e (e) See Pipe Embedment Details on Plans for minimum and maximum trench widths. If maximum is exceeded. and strength requirements control. Engineer may direct contractor to install special bedding or heavier class or 1 gage Of'Pipe at contractor's expense. TS-23.2 Ground Water and Surface Water; e (a) Pipe trenches shall be kept free from water during excavation, fine grading, pipe laying and jointing, and pipe embedment operations. Where the trench bottom is mucky or otherwise unstable because of the presence of ground water, and in all cases where the static ground water elevation is above the bottom of any trench bell hole excavation, such ground water shall be lowered by means of pumps or other acceptable means to the extent necessary to keep the trench free from water,pipe sub-grade stable and Firm under foot. at all times when work within (hc trench is in progress. (b) The contractor may use additional granular fill material. in accordance with the r-CgUir'CrilCrltS of"subparagraph TS-2.33 (b), in connection with drainage control, at his own expense. (c) Each excavation shall he kept dry until the backlill 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 front entering excavations and trenches to the greatest extent practicable without damage to adjacent property from dikes. ditches. or impounded water. I'S-2.3.3 Pipe Foundation. Granular fill and 'french Bottom Stabilization: (a) All pipe shall he bedded as shown in the "Pipe Ernbcdment Details" on the Plans. (b) Granular fill shall be clean river gravel or reasonably sound crushed limestone, Free of cenlentitious.shale.or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an i unyielding support fbr the pipe. Gradation shall be such that at least ninety- five(9.5) percent passes a three-quarter(3/4) inch square mesh sieve and not over five (5) percent passes a number four (4) square mesh sieve. (c) Stabilization: If the trench bottom at base of the required pipe embedment material is unstable, the contractor shall excavate to an additional depth and ' backfill with crushed stone as directed by the Lngincer. The size of'stone used shall be as required for effective stabilization. Where large stone is used,the upper portion shall be choked with smaller stone and no stone larger than one ( 1 ) Inch size will be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid fbr in accordance with the stipulations of'Ardcles TS-2.> and 'I'S-16. However. payment will not be made 161. stabilization material or extra granular fill used for contractor"s convcnicnce in controlling drainage or as may be required to stabilize trench bllttOnlS made unstable through contractor's disturbance ' thereof or excessive tramping thereon. • .7- (d) Pipe shall not h e placed over fro z en trench sub-grade. • (e) Placement of Granular rill: 1. Place granular fill in lifts not exceeding six (6) inches and bring; up evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that granular fill will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. I Screed granular fill as shown on the Plans under elliptical or arch pipe. 3. For a length of two (2) pipe diameters (effective diameter equals average of span and rise for elliptical or arch pipe) on the upstream ends of culverts. omit granular fill. Use selected clay screeded and compacted to not less than ninety (90) percent of Standard Density. TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fit when the pipe is jointed. TS-2.3.5 Backgill to "fop of Pipe: (a) Sec "Pipe Embedment Details" oil flans. This section covers the backfill from top of granular fill to top of pipe. (b) Backgill as soon as possible to minimize the possibility of damage to joints an inconvenience to the public. (c) Material to be selected earth or granular fill material, free from sod, sticks, roots, or rocks over one (1) inch size• to be unfrozen, and to be of proper moisture content for specified compaction. Suitable material from the project excavation shall be brought in from elsewhere on the work where required. (d) Place alongside pipe in loose layers of six (6) inch inaxinlunl 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 lateral support for the pipe. Bring materials up uniformly on both sides of pipe, taking special care with corrugated inetal pipe. (e) The material shall be compacted to the same density as required gor backfill ® above top of pipe. TS-2.3.6 Backfill Above To P of Pipe: (a) General: Backf ill from top of pipe to original surface or to sub-grade where +' pavement is to be placed is covered by this section. (b) Materials: 1. Material for backfill above top of pipe shall be the same as for backfill below top of pipe as specified in subparagraph'I'S-2.3.5 (c),except that small sticks and roots less than one-half('/2)inch in diameter,interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified compaction. More suitable material shall be brought from elsewhere on the project if necessary and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench. the contractor shall use granular Fill or similar approved material at his own expense. 2. Rock larger than one (1) inch shall not be placed within three (3) inches of pipe. Rock larger than eight(8)inches shall not be placed within two(2)feet of the top of pipe. No rock larger than two (2) inches may be placed in the Lipper 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 nlay be placed in the remainder of the backfill only if well separated and so arranged that no interference with the specified backfill will result. (c) Methods: 1. Method of backfill used shall not impose excessive concentrated or unbalanced loads, shock, or impact on, or cause displacement of the pipe. The backfill shall be slowly rolled down a slope at the end of the trench and shall not be pushed over the side of the trench. 2. Consolidated material weighing, 11101-e th£111 011e hUndred (100) pounds shall not be permitted to fall more than three (3) feet into the trench unless cushioned by at least three Q) feet of'backfill over top of pipe. (d) Compaction: 1. 13uckf it l under pavement shall be defined as bcirt�� under all areas to be paved , or surf aced Ior vehicular access. except those to be surfaced with crushed • q stone. The limiting line for such backfill shall extend from sub-grade at twelve(12) inches beyond edge of pavement or back of curb, downward on a slope not steeper than one(1)to one (1). In areas so defined,backfill shall be not less than ninety-five (95) percent of Standard Density. r2. Backfll in Other Areas: In areas not defined in Item 1 above, backfill shall be not less than ninety (90) percent of Standard Density. 3. The engineer may cause field density tests to be made whenever deemed necessary. The specified density will be the minimum allowed and the attainment thereof will be entirely the contractor's responsibility. Obvious voids will not be permitted. 4. Thickness of backfill layers will be determined by the coordination of test results with field performance and equipment used. "file contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 Installation of Pipe in Embankment: (a) If embankment is made prior to placing pipe excavate trench,place pipe and backfill, in accordance with the Specifications herein. (b) If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe fora distance of at least five (5) pipe diameters each side of Pipe. -� Protection of Pipe from Heavy Equipment: Provide temporary fill to at least two 2 1 S ...3.5 p ti ( ) feet over top of pipe extending at least five (5) pipe diameters each side, or greater protection. as required to protect pipe from heavy equipment. Damage to the pipe resulting from excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. TS-2.3.9 Excavation Ahead for Location of Obstructions: (a) Except where otherwise directed. excavate at least one hundred fifty (150) feet ahead of pipe laying in order to uncover any possible obstructions in the way of laying the Pipc. if such obstructions are encountered notify the Engineer immediately so that a needed change may be considered and effected. (b) Changes from Plans may be made only on the direction o(' the Engineer. -1 U- r 1 Such changes may include changes in Iltie, trade,pipe size or type,additional or less mitering, manholes, ctc. Such changes may involve unanticipated moving of underground utility lines. (c) Refer to Article GP-7 regarding protection and moving of utilities and other obstructions. (d) The contractor will be paid for the actual amount of Proposal Items authorized (within the pay limits established)and perfonned by him. I-Ie will 1 not be paid for unused materials left over or for delays arising from encountering obstructions. 1 TS-2.3.10 Maximum lenuth of trcnchin , a� llowed ahead of'1'ine la yin shall be one city block or four hundred (400) feet.. whichever is shorter. TS-2.4 Excavation and Backfill for Structures: TS-2.4.1 The term "structures" as used in this Article, means inlets, manholes and all other structures, not including pipe. TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill 1 for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions,deletions and substitutions 1 in this Article. Where any part of Missouri Highway Specifications Section 206 is so modified, the unaltered provisions shall remain in effect. TS-2.4.3 Delete the followincy from Missouri Specifications ecifications Section 206. 1 Highway 1 (a) Subsections 206.2. 206.4.7. 206.4.8, 206.4.9. 206.4.10 and 206.4.11. 1 (b) All sections on Measurement and/or Payment. TS-2.4.4 Crushed stone. as specified in paragraph TS-233 (c), shall be installed where required by the stipulations of the Missouri Highway Specifications Article 206.3. This requirement shall apply to all structures as defined in paragraph TS-2.4.1. Stabilization material ordered by the Engineer will be paid for in accordance with the 1 stipulations of Articles TS-2.5 and TS-2.6. However. payment will not be made for stabilization material used for contractor's convenience in controlling drainage. in fine grading. or as may be required to stabilize structure bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. r TS-2.4.5 Backfill for structures shall be in accordance with the applicable requirements of ■ Section TS-23.6. T'S-2.5 N/lethod Of Measurement: O r 1 TS-":',5.1 Excavation and Compacted Embankment: (a) The excavation and compacted embankment item shall be bid on a lump sum basis. The wort: shall be perl'ornied in accordance with specifications and in conformance with the lines, grades, thicknesses and typical cross sections shown on the plans. (b) No measurement For payment will be made for any of the following: 1. Excavation for structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of supplying borrow material to the Project site shall be included in the bid price for excavation and compacted embankment. (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown thereon,and as listed in the plans,from existing cross sections by average end area inethod and will be the basis for final payment, except as follows: 1. An authorized change in grade, slope, or typical section is made. 1 TS-2.6 Basis of Payment: TS-2.6.1 Excavation and Compacted Embankment, will be paid for at the contract unit price bid based on a lump sum cost. TS-2.6.2 Crushed stone for sub-grade and trench bottom stabilization,as well as open-graded drainable crushed stone for backfilling of undergraded rock cuts, measured as provided will be paid for at the contract unit price bid per ton. TS-3 CLEANUP The contractor shall remove from the owner's property and from all public and private property,at his own expense,all temporary structures, rubbish,excess excavation and waste material resulting from his operations. All material found to be unsatisfactory for backfill shall be removed at the contractor's expense. ' All existing sod areas shall be hand raked to remove earth deposited on or in them during construction. ' All ditches shall be;graded and properly sloped. Excess excavated material shall be removed from ditches. -12- s where sodding. seeding or surkacin is not required shall be bladed and shaped. Shoulder. �. g I 1 1 The project area shall be kept at all times as cleat and clean as possible. Debris from construction operations shall be removed from the site as soon as construction is completed in a given area. Dirt piles shall be removed and the art-a finish graded as soon as possible after construction of a given section of'the project is completed. in no instance shall dirt piles or debris be allowed to remain on lawn areas long enough to damage growing sod. TS-4 PIPE SEWER CONSTRUCTION TS-4.1 General: This work shall include tile constrUCtiOn Of all pipe sewers whether storm sewers or sanitary sewers. The material required f or each section of sewer shall be as shown on the plans. 'Trenching shall be in accordance with fart TS-2 of these specif icatioils. TS-4.2 Reinforced Concrete Pine Storm Sewers: TS-4.2.1 General: This section covers the materials and construction of reinforced concrete pipe storm sewers. Other types of pipe and al l appurtenant structure are covered in other sections of these specifications. TS-4.22) Material: All reinforced concrete pipe shall conform to the requirements of ASTM C-76-62T. Class III. Wall B. Pipe .joints shall be tongue and groove or bell and 1 spigot type. Pipe for use on the project shall appear neat and well made. It shall be free of cracks. t broken places. and obvious manufacturing detects. All pipe shall be stamped on the inside with its class before delivery to the job site. TS-4.2.3 Pine Laving: Pipe shall be carefully handled by sling or other means to protect it from damage. Particular care shall be taken to avoid any free fall or shock to the pipe. Pipe shall be carefully- placed on the prepared heddin, material and jointed as specified below. Pipe shall be laid true to both line and grade and shall produce a straight line between structures except where other than straight alignment is required or allowed by the plans. Where curves are required they may be accomplished by the following rnethods: la if the curve is slight or if the radius of the curve is very lone. CLH-Vin(- may,be accomplished by deflectirrp each I)ipe joint In the curved section equally to form a smooth unif*lrnl curve. In no case shall any pipe joint be deflected to the extent that th, lnaximmil opelllll" of tllc joint exceeds one half the joint socket . depth (one hall the depth of tile ) (b) Short radius bends shall be accomplished through the use of factory made mitered pipe sections. These sections shall be fabricated specifically for a given curve and, when properly assembled, shall produce a uniform curve (consisting of a series of short chords)of the specified radius. Pipe shall be placed in accordance with the manufacturer's recommendations and the details given on the plans. All pipe laying shall begin at the lowest point on the sewer proceed to the higher parts. TS-4.2.4 Jointin : Pipe jointing shall be as specified in Section 726.3 of"Missouri Standard Specifications for Highway Construction", except as follows: (a) Cement or tar joints other than "diaper"joints will not be permitted. (b) J Pipe joint surfaces shall be clean prior to jointing. (c) Care shall be taken not to al low bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. ® TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and compacted along the sides of the pipe to hold it securely in place during the backfill operation. See plans for bedding details. Next,the trench to 12 inches above the top of the pipe shall be backfilled with layers of carefully compacted select backfill material. This material shall be placed and compacted simultaneously on both sides of the pipe. Backfill above this joint shall be as specified TS-2. TS-4.2.6 Nl2c Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of 1 storm sewer preceding the outlet, 'this 20 feet shall include the length of the end section. TS-4.3 Corrugated Metal Pile and Pipe ,Arch Storm Sewers TS-4.3.1 Scope: This specification covers corrugated metal pipe,pipe arch,and fittings which ' shall be furnished and installed complete with connecting bands and other necessary appurtenances for sewers and culverts. Wherever applicable, the term "pipe" shall -14- also include pipe arch. 'I'5-4.3.2 Uses: Where "CMi"' is called for or allowed on the plans corrugated Steel pipe as specified herein may be used. TS-4.3.3 Materials: 7'S-4.3.3.1 Co. rrut:ated Metal i'ine and Pipe Arch shall be in accordance with AASHO Designation M36 for riveted pipe and pipe arch. Viclically constructed corrugated steel pipe which meets all other criteria of this section may be used provided the corrugations of the ends of the.joints of pipe are made annular for tighter jointing. Unless otherwise specified or shown on plans, gages shall he as follows: Round Pine 6" through 24" diameter - 16 ga. 30" through 36" diameter - 14 ga. 42" through 54" diameter - 12 ga. 60" through 72" diameter - 10 ga. Pipe Arch 19" x I 1" through 25" x 16" - 16 ga. 29" x IS" 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. TS-4.3.4 Alienment and Grade: COIT1.1 gated metal pipe shall be aligned and graded in — g pp g % accordance with the requirements tier reinforecd concrete pipe. Where plans show gr'adc change between Structures or slight alignment change to clear obstructions.deflect pipe and.jolnts over a distance as required,after joints have been coupled and only to the extent that joints will not he over-stressed. TS-4.3.5 Laying Pine: Pipe shall be protected front lateral displacement by means of pipe embedment material installed as provided ill 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 forma true and smooth line. Pipe shall not be trimmed except for closure. aild pipe not makin4- a good fit sllall be removed. -15- Unless otherwise approved by the Engineer, the laying of pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of circumferential .joints point upstream and with longitudinal laps on the sides. TS-4.3.6 Cou fin I'i e: Pipe ends shall he l-�utted as closely as the corrugations will permit, tlien jointed with a firmly bolted coupling hand. Draw coupling bands tight. Merely tightening bolts will not be adequate. Lubricate contact surfaces of coated pipe and bands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device if required for tight connection on larger pipe. Field coat coupling bolts, nuts and rods with bituminous material after installation. TS-4.3.7 Installing Ind Sections Prepare moist clayey soil bearing shaped to end section and place thereon. Join end section to pipe with coupling band. 'The toe plate shall be set in a trench and backfilled with compacted moist clayey soil or driven to the required elevation. TS-4.4 Measurement and Pavment TS-4.4.1 CMI' and RCP Pine: Pipe will be measured per linear foot of completed pipe in place. Payment will be made at the unit price bid per linear foot for the completed pipe in place. Payment shalt include all costs of furnishing. and installing pipe including trenching, backfilling of pipe. TS-4.4? CMP and RCP 1?nd Sections: Ind section will be measured as one unit each complete in place. Payment will be made at the unit price bid im each complete end section in place. Payment shall include all costs fir. furnishing and installing end section including trenching, backfilling. TS-4.5 Plastic Gravity Sewer Pi e fS-4.5.1 Crcneral: This specification designates general requirernents for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipc with integral wall bell and spigot joints for the convevance of domestic sewauc. TS-4.5.2 Materials: Pipe and Fittings shall meet and/or exceed all of the rec uirements of 1 b 1 ASTM Specifications I)3(114. All pipe shall be suitable Im use as a 4Uravit\' sewer conduit. Provisions must be lade for contraction and expansion at each joint with a rubber ring. The bell shall n p .1 t, consist of an integral wall section stiffened with two PN1C retainer rings which securely lock the solid cross section rubber ring into position. Standard lengths shall be 20 feet and 12.5 feel ± 1 inch. Rubber gaskets shall comply with the physical requirements of'ASTM-D 1 869.C'361, and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4,53 Fittings: All fittings and acccssorics shall be as ivianulactured and furnished by the pipe supplier or approved equal and have hell and/or spigot configurations identical to that of the pipe. TS-4.5.4 Phvsical aild Chemical Rcquirements: The pipe shall he designed to pass all test at 73 degrees F (-t_ 3 degrees F). TS-4.5.5 Pipe Stiffness: Mininlum "pipe stiffness" (F/y) at 51%,deflection shall be 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum "pipe stiffness" for 4 inch shall be 51. External Loading properties of Plastic ripe by Parallel-Tiate Loading. TS-4.5.6 Flattening: 'There shall he no evidence of splitting, cracking or breaking when the pipe is tested as follows: Flatten specinicn of'pipe. six inches ionE between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to Jive minutes. TS-4.5.7 Droll Impact 'fcst: Pipe (6" 1011&' 5CCU011) Shall be subjected to impact from a free ' Calling tip (20 ib. Tup A) in accordance with ASTM method D2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted: Nominal size 4" 611 811 10" 12" I't. - L.bs. 150 210 210 220 220 "I'S-4.5.8 Acetone Imilicrsion 'test: After 20 minutes inullersion in a scaled coniainer of anhydrous(99.5 i►tu•c)acctolic a i" Icing sJlnlple ring shall Shaw no visible shall ing Or cracking (m chin, or sol'ienin-21 is not a lailul•c) tvhcll tested ill accc►rclu )cc with ASTM 215_'. '1'S-4.5.9 Sizes. Dimensions. and Tolerance:i ' -17- 1 Nom. Outside Diameter Min. Wall ® Size Average Tolerance Thickness SDR e4 4.215 -1-0.009 0.125 33.5 6 6.275 ±0.011 0.180 35 8 8.400 ±0.012 0.240 35 10 10.500 : 0.020 0.300 35 12 13.500 x_0.024 . 0.360 35 TS-4.5.10 Alignment and Grade: Pipe which is a part of'the gravity sewer line shall be aligned and constructed to grades as shown on.the Plans. TS-4.5.l 1 Connections to Manholes: Special manhole CPL GS fittings shall be used to connect PVC pine into manhole walls. "I'S-4.6 ABS Pipe: TS-4.6.1 Scone: This Specification covers A13S composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. TS-4.6.2 Materials:A 13 S Composite Pipe shall be made from virgin Acrylonitrile 13utadiene- Styren material. This material shall be 'type I, Grade I, Type 1, Grade 11, Type IV, Grade 1, and shall amform to ASTM Specifications 1788-62-T. ABS Composite Pipe shall consist ol'two concentric thereto-plastic tubes intrically braced across the annulus with resultant angular space filled to provide continuous support between inner and outer tubes. The component between the ABS shall be of'Portland Cement Pearl-lite concrete other inert billcrcxhibiting the same degree ofperlormance which essentially tills the truss annulus to form a composite pipe to elect the requirements ol'this Specification. Size, physical rcquircillents. the dimensions, the method of test. the length. Ille testing procedures and marking procedures Im this pipe shall conform with .ASTM Specification D-3680-68T. Couplings shall he ol'solid wall sleeve type Im chemical weld to till' truss pipe. I'S-4.6.3 Llarldlirle: Pipe. fittings and accessories shall be handled in a mannerthat will insure their installation in the work in a sound undamaged condition. pipe shall not be dropped. bumped or drug along the ground. Pipe shall not be lilted by hooks. TS-4.6.4 Cleaning: The interior ol' all pipe and fittin g s shall be thor(.)u€hlv cle.uled of all foreign platter before being installed and shall he kept clean Anti) the work has been ' accepted. All joint contact surtoces shall be kept clean until the jointing is • completed. -18- Eve ry p recaution shall be taken to prevent foreign material from entering the pipe during installation. No debris.tools,clothing or other materials shall be placed in the pipe. Whenever pipe laying is stopped, the upper end ofthe pine shall he closed with an cndboard closely fitting the end of the pipe and having a slumber of snlall holes drilled near the center, to prevent the trench from filling with water and to.keep sand and earth out of the pipe. TS-4.6.5 lsi m , I-Ij : Pipe shall he protected from lateral displacement by means of Class B pipe embedment material installed as provided in the trench baekfill specification. No pipe shall be laid in wat.cr and no pipe shall be laid in unsuitable weather or trench conditions. Whcn jointed in the trench,the pipe shall form a true and smooth litre. Pipe shall not be trimmed except fill' closure. and pipe not making a good lit shall be removed. Unless otherwise approved by the f:ngineer, the laying o1' pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of circumferential Joints point upstream and with longitudinal laps on the sides. TS-4.6.6 Coupling Pipe: The couplings shall he chemically welded to the pipe with one end, factory applied. The coupling and pipe end to he chemically welded in the trench shall be thoroughly cleaned after it is in the trench and prinler and cement shall he applied to both the coupling and the end of the pipe. This, shall be done in accordance with the manufacturer's specifications. The pipe shall be thoroughly shoved into the coupling and then turned within the coupling one quarter turn to insure Complete contact between cement., pipe and coupling. TS-4.6.7 Manhole Construction: Connection at manhole walls shall be made by"O"ring type ' couplings set in the wall and having a manhole water stop assembly between the coupling and the manhole wall. Between the pipe and rile coupling Shall be all "0" seal. TS-4.6.9 Measurement and Pavnlcnt: TS-4.63.1 ABS And Plastic Gravity Sewer Pinc: Pile will he measured per linear Im of completed pipe in place. Payment will he made at the unit prier bid per lineal' loot Im the completed pipe in ' place. PaVillerlt Shull illellidc all Costs (it' im-nishing and installing pipe including trenching and back(illing of pipe. ' TS-5 DRAINAGES]'RUCTURF"s TS-5.1 Scong of Work: The work shall consist of ilirnishing all labor. materials, and equipment necessary to peribrm all operations in connection with the construction of"Junction boxes, inlets,.Ind catch basins required For the project in accordance with the specifications and drawings. Items not specifically mentioned, but ricccssary for Conipletion of the work shall he considered as incidental to other items in the contract. TS-5.21 Materials: 1. Concrete shall be Class "B" Portland Cement. Concrete in accordance with the requirements of'Section TS-6 of'thesc specifications. 2. Reinforcing Steel Shall consist of deformed bars of'grade 40 steel confirming to the requirements of'ASTN4 designation A615 or of'wirc fabric confirming to ASTM designation A 185, 3. 13xpansion.loint Fillers shall lie ofa nor,-extruding type conforming to ASTM designation 1)175 1 and cut to the dimensions shown on the plans. TS-5.3 i arthwork:'i'll is section shall c:ovcralI necessary excavat ion and backfill required for ® � construction of the various structures. All a pp licable portions of'Section TS-?shall apply to this work. Particular ular care shall he taken to protect existing tlndCrground utilities and Surfince 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 (ir areas disturbed by such cxcavatll)llS. StRICtUr•CS Shall be founded oil UndlStUrbed subsoil,ifsuhsoil is not fit-ill.over-excuvate and replace with granular fill as required. Section TS-?.2 shall apply 1101- Subgrade stabiliZatron Under StruC(Ures. BilCkfill rcqui1•(--11CntS for each drainage structure will lie the same as that of t11c pipe to which it is connected. If, illore than one pipC iS C01111CCted to the 8t1•UCturC, the higher backfill rCquir•Cn1Cnt shall apply. backfill under curb transitions shall be to 95111,n of*Standard Mi1\111111111 1)ensitl'. All excavations shall hr kept drainCd until the SIRICtUR: is constructCd and hacklilled TS-5.4 tC011Struction 1\9cthodS: 'I'S-5.4.1 Forms: Forms shall be of%vood. plywood. or any other suitable material. designed. conStructed. hrllcCCl and maintained So 111!11 the flrliShCd Co11Cr'C1C will be true to line and elevation and will confi01,11l to the required dimensions. They shall be designed 20- i to withstand the P ressure of the concrete, the effect of vibration as the concrete is Placed and all other loads incidental to the construction operations without distortion or displacement. 'They shall be mortar tight. Oiling both inside and outside surfaces will be required to prevent warping. shrinkage, or swelling. Forms shall be constructed and designed so that their removal 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 be constructed so as to permit their removal to a depth of at least ] % inches from the face without injury to the concrete. In case wire ties were used, upon removal of the forms.all projecting wire shall be cut back at least '' inch from face of all surfaces that will be exposed to view after the completion of the work and flush with the face of all concrete surfaces that will not be exposed to view. All fittings for metal ties shall be of such design that. upon their removal. the cavities which are left will be ofthe smallest practical size. 'I'S-5.4.2 Inlet and Outlet Pipe:Pipe or tile placed in the concrete fcir inlet or outlet connections shall extend through the concrete walls beyond the outside surfaces of the walls a sufficient distance to allow for connections. The pipe or ti!c shall be placed through the forms and poured in place. 'File ends of the P i P e shall be flush with the e inside all of the structure. TS-5.4.3 Reinforcement; 1. I'lacemcnt. Reinforcing bars shall be accurately placed as shown on the plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing, Steel Institute "Recommended Practice for Placing Reinforcing Bars". and by using concrete or metal chairs. spacers, metal hangers, supporting wires and other approved devices of suflicicnt strength to resist crushing under full load. Metal chairs, which extend to the surface of' the concrete (except where shovai on the plans) and wooden supports. shall not be used. Placing bars in layers of fresh concrete as the work progresses and adi Usti ng bars during the placing of•concrete will not be permitted. Before placing in the forms. all reinforeing steel shall be cleaned thoroughly of mortar,oil.dirt. loose mill scale. loose or thick rust. and coatings of ally character that would ' destrov or reduce the bond. No concrete shall he deposited until the placing of the reinforcing steel has been inspected and approved. 2. S �licinu. Splices Of' shall be made only where shown on the plans i __!.�_.... l c r as -31- ' approved by the Engineer. Where bars are spliced, they lapped shall be la 7 ed at least 30 diameters, unless otherwise :shown on the plans. Splicing shall be accomplished by placing the bars in contact with each c h other and wiring them together. Welding o1' reinforcing steel or cutting with a cutting torch will not be permitted unless specifically authorized by the l.nginecr, 3. Bendin, Reinforcement. Bends and hooks in bars shall be made-: in the manner prescribed in the "Manual of Standard Practice" of the .American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 4. Welded Wire Fabric. Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position tiller the concrete is placed but still plastic. TS-5.4.4 Concrete Placement:Concrete construction shall be in accordance with Seetion'l 5-7. Concrete shall be conveyed, deposited, and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation. chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. Where concrete is to he deposited i.igainst hardened concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing system and equipment, and depositing the mixture on the joint. The grout mixture shall consist of'a modification oi'the concrete specified to reduce the quantity o1'coarse aggregate in the mix larger than pea-gravel size to one-half the quantity specified. To avoid segregation. concrete shall be deposited as near to its final position as is practicable. The use of'vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened oi- is contaminated by ibreign materials shall not be deposited in the structure. Concrete shall be placed in horizontal lavers insofar as practical. Placing shall start i 1 g at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall he placed in a continuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the plans. Concrete shall not he permitted to fall more than six feet without the use of'pipes or tremies. .Pipe's or trem►es shall be at least six inches in diameter, or the equivalent cross sectional area for rectangular sections. Concrete shall not he placed in horizontal members or sections until the concrete in the supporting vertical members or sections has been consolidated and a 2-hour period has elapsed to permit shrinkage to occur. Concrete shall be thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the forms. and produce a surface or even texture free of'rock pockets and excessive voids. Structural concrete, except slope paving steeper than one (1) inch per foot., such as spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means of high frequency internal vibrators or a type,size and number approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure inaximum consolidation of the concrete without separation of the mortar and coarse aggregate, and without causing water or cement paste to (lush to the surface. internal vibrators shall not be held against the firms or rein(brring steel. The nu111ber of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating condition shall he available at the site of the structure in which more e than 25 cubic yards of concrete is to he placed. TS-5. 1.5 Joints: The work shall he so prosecuted that construction joints will occur at designated places shown on the plans unless otherwise authorized by the Engineer. The Contractor shall construct, in one continuous concrete placing operation, all work comprised between such joints, loints shall he kept moist until adjacent concrete is priced. All constructionjoints having a keyed.stepped,orroughened surface shall be cleaned e prior to placement ol'tile adjacent concrete as directed by the Engineer. 1`x xu►sion and contraction joints in concrete structures shall he formed where shown t .I on the plans. No reinforcement shall be extended through the joints. except where specifically noted or detailed on the plans. ' • -2 e No direct payment will be made for furnishing and placing asphaltic paint, pre- molded asphaltic filler.or other types of joint separators. The cost therefore shall be included in the price bid for the item of work of which they are a part. TS-5.4.6 Cold Weather Requirements: Whenever the temperature of the surrounding air is below 40° F, or when the possibility exists that the temperature will fall below 40° F, within the 24 hour period after concrete operations, concrete placed in the forms shall have a temperature of bt.tween 80° F and 100° F. All concrete shall be maintained at a temperature of not less than 50° F for at least 72 hours or for as much time as is necessary to insure proper curing of the concrete. The housing, covering, or other protection used in connection with curing shall remain in place and intact at least 24 hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. Contractor will be held responsible for any damage to concrete as a result of cold weather operations. 'rs-5.4.7 Finish: Inlet tops shall have light broom finish. Curb transitions shall have broom finish. Contraction joints shall be cut where shown. Cut each 1 '/2 inches deep and finish with joint tool. TS-5.4.8 Inverts: Inverts shall be carefully constructed to maintain the proper velocities through the structure,and in no case shell the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Use half circle template to check invert shape and size while building. Grade on the invert shall be such that no water pockets are formed. Side branches shall be connected with as large radius of curve as practicable. Inverts shall be constructed of concrete conforming to the requirements of Section rS-6. Concrete filling between the sewer invert and walls of'structure shall be flush with the top edges of the invert and shall slope up from the invert at the rate of three (3) inches per foot. Inverts shall be troweled smooth and clean. Where water problems require, use quick setting cement to aid in construction of smooth inverts. TS-5.4.9 SleZ 5: When shown oil the plans. shall be solidly grouted in place with full mortar encasement. 17S-5.5 Precast Concrete Inlets: I. Precast concrete inlets shall be constructed in all respects in accordance with the Plans and Specifications except as provided in the following items ofthis subparagraph. -24- 2. All applicable requirements of'ASTM C-478 shall apply to the manufacture of precast concrete inlets. 3. The manufacturer of precast concrete inlets shall Submit detailed drawings and specifications for• the construction of the basic precast units and appurtenances to the Engineer and Owner for prior approval. A shop drawing Cor each inlet showing dimensions, elevations and openings, shall be Submitted to the l`nginccr and Owner lbr approval prior to nlamtfilcturing of the units. 4. Where dividing walls are used or where multiple precast units are used, the total net length of opening shall equal the length of inlet specified on the project plans. Intermediate wall openings shall he large enough so as not to cause hydraulic head loss. Location and number of manhole openings. as well as openings in walls shall be as required to promote easy access to all parts of the inlet, subject to the I'.ngineer's approval. 5. The walls of the entire structure shall be set in place on concrete blocks prior to pouring concrete base slab. The base slab shall be reinforced in accordance with the project plans,and the bottom of the base slab shall be at least the distance below bottom of'precast walls that is shown on the project plans. The entire base slah shall be poured monolithic and shall he brought up to a level of'at least six (6) inches above bottom or precast walls. G. Mastic pipe joint compound shall be used in horizontal ,joints and where walls of Multiple Sections join. in order to form a reasonable watcrtigh, structure. 7. Where top slabs of multiple Sections join. till.' joint shall be scaled with General Electric single component silicone,gray color,strictly in accordance With the Illar11.11 1Ctlll-Cr'S recomincndatiOlIS, S. 'fop slabs Cast separately from inlet wallti shall be anchored against lateral movement with respect 10 walls by a steel dowel in each corner extendillo 1'1-0111 the walls through 1104:s in the slabs. The top slaps shall be set accurately to line. grade and slope alld L;routed securely in place. 'I'S-•5.6 Precast Concrete Mwlholes: TS-5,6.1 Materials: Precast Concrete Nlanhole Dings, ASTNI Designation C-=175. except as indicated hclrlw: (1) Shell Thickness: Inside Diameter Shell of Manhole Thickness 4' - /ail 511 5' - oil 61 - 011 711 (2) Precast Flat Ts. Designed to withstand 1-1-20 wheel load plus 30 0/() impact, AASFITO "Standard Specification for Highway Bridges''. (3) Conical 'Pons. Eccentric cone pre erred. (4) Manhole Steps. When shown on plans, shall he solidly cast in place or set with expanding grout. (5) Shipment to job not allowed until units have cured sufficiently to prevent damage in handling. (6) Approval. Submit all details to Engineer and Owner for approval prior to manufacturer. t TS-5.6.2 Settin , Precast 161g,s: Rings may be set either on a previously poured,properly cured €� _ � 1 > p base slab or may be blocked in place with solid concrete blocks while the base slab is poured around the first ring. Rings shall be set with the hells up. Butter both bell and spigot ends with pre-mixed sewer joint mastic compound, as approved by the Engineer. and set the next section in place. Wipe joint smooth on the inside and fill all .joints inside and out. Watertight joints will be required. r Where precast manholes are constructed in existing or-proposed streets, 3 courses of brick shall be placed between the precast cone and the casting. TS-6 CONCRETE: 'r5-6.1 General: TS-6.1.1 Description of Work included: All concrete required on the project except precast material. ' TS-6.1.2 Quality Control: -26- r TS-6.1 .2.1 Sgt ervisiml: 2. Provide. 1'011 time superintendent em the project who is qualified and experienced in concrete construction. Superintendent shall direct all work in connection with concrete construction. r 3. Finishers shall be journeymen concrete finishers experienced in concrete finish work. 1 TS-6.1 .2.2 Submittals: Contractor shall submit name and location of transit mix company for approval along, with complete data on gradation and durability of aggregate, inix, additives and cement. TS-6.1.3 Product Handlim,,: TS-6.1 .3.1 'transit Mix: Concrete shall be handled and preserved in its "batched" propotlion during transportation. Mixing tlllle shall not exceed 45 illinutes and excess water shall not be added. Concrete improperly cared (m or mixed in the truck longer than 45 minutes shall be disposed of away from the pr'oJect. TS-6.1.3.2 Defective Concrete: Damaged or defective concrete shall he repaired or removed and replaced immediately as directed by the I?ngincer. TS-6.2 Materials: TS-6.2.1 General: 1 . Ali concrete used in the project shall he furnished by a reputable permanent concrete plant using transit mix trucks. The plant shall be located within a reasonable distance from the project so travel time is 30 minutes or less. Supplier shall have adequate Bins that weigh material by approved scale system. The supplier shall have an adequate number of modern trucks to insuree delivery of'concrete as required for placing se.11edulC. Supplier shall be subject to approval o('the Engineer. 2. The contractor Shall use \h'hatCVCI' 111CA11S I'ieCCSSaL\' tO InSUI'e COnCI"CtC delivered to the project is properly hatched with approved kinds and duantities ot'materials. 3. A coley ol'the delivery ticket fir each load of concrete shall he provided the inspector as cacti truck is unloaded. Delivery ticket shall include the 1611mving infilrrllation: ( 1 ) Name of'concrete conlpally 27 r 1 (2) Serial number of ticket (3) Date r (4) Number of truck (5) Name and location of job (6) Identification of concrete mix delivered (7) Volume of concrete in truck (8) Time concrete was loaded (9) Amount of water added at plant TS-6.2.2 Cement: All cement shall be 'Type I Portland Cement conforming to ASTM C-150. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. All other concrete shall contain riot less than 5.8 sacks cement per cubic yard. TS-6.3.3 nine A > >re uatc: Fine aggregate shall consist of natural sand conforming to ASTM C-33. Sand shall be well graded. washed, clean sand front the Missouri River Class 1 or equal and shall conform to the following sieve analysis: Sieve Size Percent Passim 3/8 inch 100 ® No. 4 95-100 No. 20 40-75 No. 50 5-30 No. 100 0-10 The sand shall not have more than 35')/O retained between any two consecutive sieve sizes. Fineness modulus shall not be less than 2.5 nor more than 3.1. The amount of' deleterious siAbstances in fine aggregate, each determined on independent samples complying with the grading requirements of Division 3, shall not exceed the I61lowing limits: Table 1, Limits J'or DCICtCHOUS Substances in Fine Aggregate for Concrete: A Maximum percent by Item Weight of"Total Sample Clay Lumps 0.25 Material Finer than No. 200 Sieve 2.00 Coal & Lignite 0.25 Sticks, Leaves c ' Other I)elet@'riouS Material 0.25 Fine aggregate shall he free of injurious amounts of organic impurities. Li Maximum aggregate site 1 inch Maximum 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 sacks per cubic yard for all others The contractor shall furnish laboratory design mix for the approved materials. Water reducing and air entraining agents shall be subject to i:ngineer's approval. TS-6.3 Construction 'Regiiiremcnts: TS-6.3.1 Preparation: TS-6.3.1 .1 General: 2. Clean all forms and correct all find grade damage. 3. Wet down all SUbgrades. 4. Vcrily all needed equipment f or placing concrete is on hand: Vibrators,crane or pump, tremies, names. finishing equipment. 5. All keyways are to be in place. 6. Dry up excavation if any water is present. 7. Have cold weather equipment on hand ifapplicabie. 8. Noti(`y Engineer at least 24 hours in advance of placing concrete. fS-6.3? Placim"Concrete: TS-6.3.2.1 General: I. All concrete shall be placed in a manner and Nvith adequate equipment which shall be subject to the Engineer's approval. i':quipmcnt for placing concrete shall include flumes.tremics, crazies or concrete pumps for placing Concrete: hand tool and finishing equipment for manipulation as needed. 2. Concrete shall be placed in a logical sequence that will permit efficient operation, but shall provide structural continuity and strength required. Placing sequence shall be subject to general approval by the Engineer. Humes shall not be used at slopes flatter than 45 degrees. Concrete: pumping -30- equipment shall be designed for t11e purpose - shall be subject to approval by the Engineer. 4. Sub grade shall have been fine graded and moistened prior to placing , f, g P p b concrete. Dorms and keyways shall he caret idly cleaned prior to placing concrete. Concrete shall be placed in locations not to exceed 12 feet apart. Placing shall be a contirrticltas operation using, a licavy duty vibrator. 5. Tremies required I'm depth greater than 6 foot. 6. In case of pending inclement weather, prepare temporary covers to protect freshly placed and finished surfaces from surface damage. Protect for 12 hours. 7. I"inbedded screeds may be used unless otherwise called Im Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports shall not be used. Screeds must be removed and voids filled while concrete is plastic, 8. Reduce coarse aggregate in first lift above cold construction joint. 4. Keep working face of concrete '*alive" and plastic. 10. Avoid other vibrating. 11. Do not transport, concrete in bran with vibrator. 12. Place concrete uniR)rmly at spacing not to exceed 10 Icct. TS-6.3.2? tilunln: Hold slump as 10W aS possible to allow proper placement of concrete. Maxillll1111 slump for curb, C1.11-hand gutter. ;llld C011Cl'CtC pavement shall be 3 inches. All other concrete shall have a 4 inch MaXilllu111 SIU1111). TS-63.23 Cold Weather Rec uirclllents: 1. Do not place concrete oil ice: or Frozen SubgradC. 2. Do not place Concrete at tclllperal ore below 20' F unless covered and heated. 3, When temperature is or is forc-cast hclo\\, 40'F. the fi.fllowing are required: a. bleat water - 150' f, nlaXinlulll , • � I b. Fleat aggregate to frost free temperature. 1 C. Temperature elf concrete regulated to the following schedule: Air Teip ci•aturq Coner•ctc,.J'e neraturc 30 to'40 "0 , 1 to 80 20 to 30 80 to 100 d. Cover, protect, and heat to 70" F air temperatures when heated concrete is required. C. Preserve and nulintllin moist curing conditions when heating. 1'. Adnlixua•es for cold weather purl7oscs are not approved. 1'S-6.3.2.4 1-lot Weather: 1. Concrete exposed to direct weather steal I not he placed at temperatures above 100" F. 2. Cover, protect and cool work as required to maintain concrete below 100" F. TS-6.3.3 Finishiliv Concrete: FS-63.3.1 General: I. All slabs, walks and decks shall be sloped uniformly to drain to finish grade, rand must drain completely, 2. Finish shall be of specified texture and uniform in color and appearance. Approval of Amish IS required on first concrete placed. 3. All voids in slabs and horizontal surfaces ire to be filled dL1ri11g funishnlg operalion. Voids in norms surfaces arc to be repaired immediately at the tillle firms are removed, 4. Avoid over-finishing, Into finishing, re-watering. and other techniques that 111111' Cause -crazing" >. Provide adequate manpower a11d eC tll 1r11C11t for f111iShir1 � prior to halm � I I I I t: p 1 t: concrete. 6. Initiate curing process as soon as surface strength will permit. r TS-6.3,3.2 formed Surfaces l x osccl to Vim.«: 1. Remove Iorms as scum as curing and stren g th development permits. 2. Remove the cones where applicable: and fill with sand cement grout. 3. Break of1'all "tins": grind as required For unifot•m appearance. 4. Grind all firm "off=set" where concrete vvill be visible after construction is colllpleltc. 5. Chisel all loose material in "honeycomb" areas until only solid concrete exists, l"ill void with grout. Cure 5 days. TS-6.3.3,3 Pavement: All concrete shall be finished monolithically. No "topping" or "plastering". Sidewalks rind curb and gutter shall receive a light broom finish. See Section TS-8 for finish of Concrete street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construC6011 tointS Shall be constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 ("_uril : TS-6.4.1 General: 1. All concrete is to be cured a minimum of 5 days after placing and finishing; or 5 clays after repairing. I Protect all concrete surfaces from darrlage during and after curing period, TS-6.4.2 F01111Cd Surfaces: 1. Forms are adecluatC iI'ICft in place .5 clays. r 2. Cover top with () mil Polyethylene sheet. 3. If Corms are removed to "stone" finish or repair concrete. cover With polyethylene sheets, Anchor in place. ' TS-6.4.3 Walks. Curb and OLIUCr. 111d P IVUl1ICllt: 1. Spray liquid nlenlbranc AtiTNI - "titnndard ti{iecilications ftm Liquid ' Membrane- Forming Compound;; forCuring Concrete Designation C•-309. current edition), 2. follow manulacturer's directions liars sprayed liquid membrane. p y 1 3. Protect surlace from damage. I'S-6.5 Detective Work: 'I'S-6.5.1 General: 0 1. Defective concrete work shall lie removed and replaced immediately. 2, Work built outside toleranCCS shall be considered delective. 3. Concrete ofinadequate Strength or Having surf',cc conditions indicating;poor durability such as crazing. severe "map cracking". crumbling, or other evidence shall he considered delectivc. r 4. Frigineer shall be notified imnle:dis.uCly when such conditions become �i apparent. TS-6.5.2 Repairing: 1. Repairing of minor flouts such as small "honcycomb" areas and voids may be patched. Repairs shall be made as described in 'I'S-6.3.3.2 above. 1 CLIrC Patched a1CaS 5 di1VS. r �. I'S-6.6 Joints: I. .loints shall be construelecl as shown on the plans. Unless shown on the plans. joints shall not be consuructcd unless approved by the E-ngineer. Where water stop is specified in joint. water stop shall be securely fixed in place to prevent ,,oids or-l'oldover"of\eater stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints:;hall he made with canted 2x4 at least ? inches from wall face, All consU action joint contact surfaces shall t,e finished with woad float finish. All horizontal construction joints shall incorporate 2x4 in keyway. finish ® surface of joints with wood !lout. -34- 1 4. Contraction joints shall he sawed to a depth equal to one-quarter of the thickness of the concrete, llnless otherwise indicated on the plans. corltractiort joints shall he spacecl at it rlutxinlunl distance of 12 fleet each way for concrete pavement. Contraction joints shall heat approximately 10 loot intervals. .loints in curb and huller shall line up with sawed joints in concrete pavement. TS-7 ASPHALTIC CONCRII-. 1, J'S-7.1 General: This work. shall ConslSt ol•tl1C C011SIVUC+ion of asphaltic CoticrcAC hasc, and sut•lace course as shown (ill the plans and speci f icd herein. r TS-7? Standard Sneciliccation: All work of* this scctio 1 shall he in accordance with the referenced portionsof"Missouri Standard Specifications f16r I IighwayC'ollstl'uctioll" 1986 C•:clition published by the Missouri State Highway and Transportation Commission, except as modified here. TS-7.3 A pha tic. Concrete kasc: TS-7.3.1 Suhgrade shall he prepared as specified in Section TS-2. 'I'S-7.3.2 Mate]it: Materials shall conli�rnr to Standard Specifications Section :301.2. '1'S-7.3.3 Mixturc:The mix shall conform to the 1•C(1ur1•ci11e11tS of'Scction 301.3 Asphalt cement content shall he in the rank of 3 to 0 percent. Marshall Properties Stability 1200 Min. Flow 8 too TS-73.3.1 Section 301 .3.2 shall he ChangCd to read as f(111ows: Prior to preparing, any of,the mixture on the project. the Contractor shall ohlain. in the presence of the I�.rlpincer. representative samples of asphaltic cenlent and mineral aggregates for• tests. The samples of material shall lie of the sire designated by the 11111gincer and shall he submitted to ern approved laboratory 1161-testing. '['lie Contractor~hall also submit 101- the Fngincer•s approval. a joh-mix Formula for cash mixture to he supplied 116' the project. No mixture will he:acceptCci 1161-use until the joh-nlix I61•111llla f161•the projCCI is approved by the lalgineer. The joh-mix lOrmuhr shall he within the master range specif icd 1161. the particular tvpC ol"Isphaltic Concrete, and shall include the type and so1.u•ces of all materials.the gradations oI'tile aggreples. the relative quarltit\ ofcach ingrecliCnt. and shclll state a c1ClinitC percentage lirr each sieve Fraction of,aggregate and for asphaltic cement. No job-mix formula will lie approved which does not permit. within the limits ol•the master r•r11144-C. the full tolerances specified liar asphalt 1 cement and for material passing the No. 200 sieve. The joh-nlix formula approval 1 for each mixture shall lie in el'icct until nlodif icd in writing by the Engineer. "Mien satisfactory results or other conditions slake it necessary,, or should a source of material be changed, a new job-mix formula may he required. The Engineer may make adjustments in the joll-mix lilrmula in older that the mixture rlleets established criteria of the Marshall mix design, The maximum time a joh-mix will be used will 1 be two (2) construction seasons. TS•.7.3.3.2 Omit Section 301.3.0, 301.3.7, 301 .3.7.1. and 301.4. TS-7.3.3.3 Commercial Mix(arc: A commercial mix may he used ihapprovcd by the Engineer, To request approval ol'a commercial mix,the Contractor shall submit to the f ngincer the proposed nlix proportions, s111lrces of materials, Marshall properties.and a list of pro.iccts on which it has bCGll usc(l. r "1'S-7.3.4 Construction Re( tl� irements: f'S-7.3.4.1 Weather Limitations: ltitunli110lls nlixtllreS shall not he placed (1 )when either the air temperature. or the terllperaturc ol'thc sur(uce on which the mixture is to he placed is below 40°F. (except that hale CourSes 3 inches or more in thickness may be placed when the air temperature is 35" 1'.) (2) oil ally wet Or fro%ell SlIITICC, or- (3) when weather conditions prevent the proper hun(Ilinp or finishing of the Illlxture. ® Mixture shall not he placed during inclement we;lther. TS-73.4.2 Asphalt Plant: The asphalt plant or planis shall rlwet the requirements or Standard Specilicutions Scction 301.(). Plant c;►libration shall be the sole responsibility of'tile Contractor. 1'S-73.4.3 Preparation of the Mixture: PI-eparatloll 01 the 1TIlxlLIN S11i111 be in accordance with applicable portions of St,.uul;u•d Specifications Scction 4(14.()2.l through 404.6.3. "transportation of the mixture shall con1i1•111 to Standard Specifications Section 301.8. An adequate nu111her of trucks w provide constant supply of nlix to the laying machine shall hC used. "the location of the plant shall be close enough to the project that excessive coolie , does 1101 occur. ' The provisions of Standard Specifications 301 .9 and 404.63 shall he nlet. "I'S-7.3.4.4 Spreading the Mixture: Asphaltic rllixturcS Shull he spread in accordance with ' Standard Specifications Section 301 .9 and 301.0.1 . Allowance shall he made liar Ilse Slope of the outside :clge so that the finished tot) dimension~ 111,11ch those Shown on the plans, The curh and putter shall he used 'IS a grade reference liar fhc automatic screed control. -30 TS-7.3.4.5 Compa.ctign: Rolling shall begin as goon as practicable after the spreading. The Contractor shall submit to the Engineer the rolling system he proposes to u.sc or the compaction ofthc mixture. Rollers shall be in good condition, capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system For moistening each roller or wheel. Base course shall be compacted to 95%o of laboratory density. Surface course shall be compacted to'98%, of laboratory density. TS-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall coid'orm to the applicable sections of Standard Specifications (or Highway Construction. Sections 401, 403, and 'rs-7.3.3.1 For Grade "C". Grade "D" and Type "C except as modified hereto. TS-7.4.2.1 Gradation Max Desired Max Desired Gradation Limit Gradation Limit Gradation Passin Grade C Grade C Grade D Grade D '/a'' sieve 100 100 100 100 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 19 10-30 20 No. 200 4-12 8 4-12 8 TS-7.4.2.1 Gradation NOTE:'I'hc gradations of the aggregates will be determined from samples taken from the hot bins. ypc C Pass 3/4-inch sieve 100 Pass 3/4-inch sieve, retained on -inch sieve 0 Pass '/-inch sieve. retained 3/8-inch sieve 0 25 Pass 3/8-inch sieve. retained on No. 4 sieve 20 45 Pass No. 4 sieve. retained on No. 10 sieve 7 20 Pass No. 10 sieve:. retained on No. 40 sieve 7 20 Pass No. 40 sieve. retained on No. 80 sieve 5 20 7- 1 Pass No. 80 sieve, retained oil No. 200 sieve 3 18 Pass No. 200 sieve 4 10 Asphalt Cement 3.5 7 TS-7.4.2.2 Aggregate Cor Asphaltic Concrete: Shall cotiform to the applicable sections of the Standard Specifications For i lighway construction with the additional requirement that supplier shall crush and stockpile 5Mo of the needed approved aggregates prior to placement of'ally asphaltic hose or pavement, TS-7.4.3 C:ottstruction Rec UiretncttS.:Consiruction requirements shall he specified in TS-7.3.4 as it[llellded hCPCltI. 'I'S-7.4.3.1 Weather Limitations: Weather limitations shall be as specified in TS-7.3.4.1 except that no asphaltic concrete shall he placed when the temperature of the air or the surlace on which the asphalt will he placed is less than 40° F. TS-7.4.3.2 Spreading: Spreacling ol'the mixture shall lie in accordance with Sections TS-7.3.4.4 except that atrtonlaliC scrCCd control Shall 110t be used on the surface source unless directed by the Engineer. 'I'S-7.4.3.3 C011l111Ct'Cial Mixture: A commercial mixitlre may lie approved Im this work in accordance with TS-7.33.2. TS-7.5 'tack Coat: A 'tack Coat will be required over all existing pavement to be overlaid E g and between each lift of the ne,.v asphaltic concrete pavement unless the preceding lift has been protected from all dirt :►rtd traffic since its placement. Tact: Coat will he placed after CIL-aning and preparing of the surftice is complete. Application rate will gCnerally be 0. 10 to 0.15 gallon per square yard as directed by the l: ngulecr. 'tack coat material shall be ESC'-70. SS-I or SS-i 1 i unless otherwise approved by the l:rtgincer. There will he no direct payment Im tack coat. This work will be considered suhsidirtl-y to the asphaltic concrete pavement or base. '1'S-7.6 MC8SUrC1lle111 altd. l'avnieffl: Measurement will be made Im the various type of pavement as per the ilemiv,ed bid lorm. Where existing pavement is heing t►verlaid. p.ryrinent will be For Base Leveling C OUrSe per ton and ft►r Stlrfitce Course per square yard as shown on plans. Wherc all new pavement is tk► he constructCd. payment will he made per square yard of full-depth hale and surfiice course per typical section. Payment well include all costs o cic a )n p c\1 stin g pavement or previously laid lifts and all costs of tack; coat. TS-8 PORTLAND ONE Itl�.'I�I I AVI MI.N'I TS-8.1 Portland Cement Concrete: The work shall conform to Ills referenced portions of "Missouri Standard Specifications" as modified herein. TS-8.1.1 Materials: Materials shall conlorm to Section 501 .2 ofthe"Standard Specifications" as modificd herein. Tinting material as spccifled Ill SCCIi011 1050 will 1)01 be Used. 501.2.2 Mix Design. Delete Section 501.2.2.1 and Section '*)01 ?.2.2. 501.2.21.3 Use Class A sand only. Mix steal I contain not less than 6.5 sacks of cement per cubic vard. 501.2.4 Consistency. Delete slump table and paragraph 501.2.4.1. Hold SILlm1) As IoW As Possible to Alloy proper placement of concrete. Maximum slump for pavement. curb. or curb and gutter shall lie 3". All concrete shall be fir entrained ) accordance \,\,i t1 Section 501 .7 including paragraphs 501.7.1 through 501 .73. Air content shall he between 4'%i and 710. All concrete fO1•CUrb and gulter and concrete pavement shall contain not less than 6.5 sacks cement 'f)Cl' CublC yard. Actual mix&SiUll shall be prepared anti subrinittCd by the C7011traCIOr to the l ngineer (or his approval. Submittal shall include source And properties of all aggregate, source of cement, Proportions used. slulllp, air content and results of breaks of 5 test cylinders. Cylinders shall be broken as Billows: 2 at 7 clans , } at 18 days Prior to starting project. contractor shall obtain) in the presence of the n g inecr. represcntaltive Samples of celllenl., fine and course 'I"Oregates for test. The samples of material shall be of'the si•r.c clesigrulted by the l nglnCCr alld Shall be SL)bllnitted to an approved laboratory !'or testing. The ('untractor shall submit fi)r the f:ngineer's -;V_ 1 approval each Job-Mix formula. The maximum time 11 Job-Mix will be used will be 2 construction seasons, Mininlunl compressive strength, based on ASTIVI designation C-39 C-31, and C- 1 b � 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job cured cylinders. Concrete may be either cemr'al mixed and delivered in approved trucks or• nlay be truck mixed. 'festal elapsed time fi•oin time of*corllbinatiorl of water and cement until all ol'that batch is placed shall not exceed one hotir, The use of'calcium chloride will not be permitted. Other admixtures may be used only if approved sly the Engineer. I'S-8? Portland Cement Concrete Pavement: This work shall conform to "Standard Specifications" Section 502 and sllllstllllte the following: TS-8.2.1 Materials: Delete the last sentence of Section X02.2 and substitute the following: Contractor will conJilrm to the requirements of the preceding section of these specifications. Delete Sections 502.3.1, 502.3?, and 502.3.2.1. Delete Sections 502.3.4. 502.3.5, ;02.3.6, and 502.3.7. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 shall be changed to read as follows: Auxiliary Equipment shall be available at all times as follows: a) Two or snore 1046ot straight edges elf an approved type. Blades shall be replaced when edges become wavy or warped. b) Immediately follo%vtllL the Inachilic floating and while the concrete is still plastic, the contractor shall test the pavement Sul'(ICC fill' trueness by means of it 10-foot straightedge in contact with the concrete surluce parallel to the pavement center'lille, and drawing the stt•aightedgc lightly across the surface, Advance i1101lg tile 1)ill'C111C111 shall he in successive stages elf the more than onc-half'the length of the straightedge. All variations sliall be Climinated by fillingdel)ressions with fl'eshly mixed coact•eteorstt•ikingoffpr-oicctions,and e the areas so corrected shall he consolidated and refinished by rllcans of a long-handled float. -40- C) Sufficient burlap, waterproofpaper, or plastic film Im the protection of the pavement in case of rain or breakdown of curing equipment, (1) Joint Seal shall conform to Section 1057 of the 1986 Missouri Standard Specifications For i hghwaN` CorrslrUCtion. Hand placement and finishing as specified in Section 502.10.9 will be permitted. TS-8.2.2 Cotlstruction flee !�ircmcnts: Delivery tickets shall be provided the inspector in accordance With Section TS-6.2.1 of'this spccif ication. Dcletc Section 502.5.3. Section 502.6 - Conditioning of Sub grqd.�. Ikelcrenc es to ether sections shall he references to those Sections as amended by these Specifications, Delete Section 502.7 and paragraph 502.7.1 . Delete Section 502.9 and paragraphs 502.91 and 502.9.2. Delete Section 50210.7- Station Numbers. O Section -502.10.9 bland Finishing will he permitted can the project. 502.16 Slip Dorm ConSlrUCtiorl. 'I'hr:, tv pe of construction will he allowed Oil this project.. 'i'he provisions of Section 502.16 and the succeeding,paragraphs as unlendcd herein shall apple. Rc1(:renCCS to othc►• sections of the Missouri highway Specifications shall refer to those sections as modified by these specifications. 502.16.1 Suhgrade and Base. Delete all references to aggregate base. Pavement shall he placed oil earth suhgradc and the payer and check template shall also operate on the subgrade. Delcie Section 502.17 and paragraphs 502.17.1 through 502.17.5. Cores will not he chilled on this project unless require d by the i;nginecr. This will only he clone if,doubt as to the actual thickness exists. Normally edge thickness will he used as a rour�l'i check on constructed thickness. 1: Pavement thickness will he considered to he design (hickness. TS-8.2.3 Measurement and_I)avillent shrill he in vccordancc with Sections 502.18 and 502.19 ' of the Standard Specifications as amended by the following: l f cores are taken and the thickness found to be deficient the provisi'mis of 502.1(.1 through 502.19.3 shall apply with the exception of Type "A" curb and gutter (sec typical section tier end details and thickness)which shall be nleaSLlt•cd on the basis of linear feet constructed. Payment ,hall be continuous through residential drive approaches and shall include the hooking up ofexisting house (.trains that now extend to the street. TS-9 LAWN RF'PAIR AND .SHI'DING: TS-9.1 General: All areas disturbed by the construction shall be seeded or sodded except for paved areas. Sec plans Cor areas to be sodded. TS-9.2 131L1e bass Soddint1: Sod shall be plante(I in accordance with the following requirements. Sod shall be of the best quality and when placed, shall he live fresh growing grass t with sufficient soil adhering to the roots. Sod shall be procurcd from areas where the soil is Icrtilc and contains a high percentage ofloanly topsoil and from areas that are predominately bluegrass and that have been grazed or mowed suf(icicntly to fornl a dense turf. Source of soil shall be approved by the l;ngincer before cutting and harvesting,. The sod shall be transplanted within 24 hours front file tine: it is hal•VCSIed unless it is stacked at its destination in a manner satisfactory t o t he I�'ngineer. 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 bet\vccn the time ofcutting and planting of the sod. Before placing or dcliositing sod on areas to be sodded. all shaping and dressing of the areas shall have bccn completed to the satisfaction of the I'.ngincer. Top soil as ' specified in shaping an dressing, commercial fertilizer. grade 12-24-24, shall be applied unif l t te u 'not less than 35U pounds per acre and harrowed lightly. Sodding Shall follow Illlrlledlately. After planting, the sod shall be watered and ntowe(I as reduircd until completion and acceptance oCthe entire wort:. No sodding shall be done during the period front .I►►nc 1 to Septcnlhcr 1. unless the planting season is extended by the engineer. "I'S-9.3 Seeding: After shaping. placing a"of'to isoil.and dressing ofareas to be seeded have — t t^ been approved by the Engineer. a con-imercial (utilizer. grade 12-24-2-1. shall be applied at a rate ol'not less than 350 pounds per acre. The arca shall be prepared to recciyc the seed mixture by using a disc spikes or ether suitable implement. Seed shall then be spread at the specified rate by (it-ill. h\ hand seeder, by brillion seeder. or by other approved seeders. Secdinr. shall not be done (luring windy weather. or • when the `.trourld is I'roren. rllu(I(ly. or othcl-wisc In a non-tillahle condition. -42- An established grass cover shall be provided ctrl all areas requiring g seedln g. is p i b � irrigation, mulching, nlowitlg, and any other operation necessary to provide an acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. Seed shall be applied at the rate of'300 pounds per acre. The seed shall be composed of a mixture of'60%, "Derby" Rye grass, 20% erceping fescue, and 20%, Bluegrass. Bluegrass may be either Rail 1. "1•ouchdow•n, 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, iii any or all areas required to be seeded. Protection and Repair: The seeded area shall be Free of traffic. if'at any time before acceptance becomes gullicd or otherwise damaged, or the seeding has been damaged or destroyed, the affected portion shall be repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each niatcrial supplied is in accordance with these Specifications and with specifically named state laws and regulations. 'I'Irc certifications shall have attached inspection or test reports of governing slate agencies applicable to the lot or lots of material supplied. TS-9.5 Method cif'Mcasurcnlcnt: TS-9.5.1 Definition of'Cirt►c.litlf, Limit: The term "grading linlit" as used in this Article, shall rncan any of the Following: (a) The location of a line determined by the inlcrspection of the cut or fill slopes shown on the flans \.vith [lie existing surlace. plus 1110W IIICe fi►r rounding at ' such intersection as shOW11 on the Plans. Durincg the course of the work the L:r►ginecr may direct that the grading limit he elsewhere than as determined by the fiircgoing. 111)(1, ir► seep case. the urading limit will he at the location as directed h� the Engineer. (b) For structures placed in excavations im(I for pipes rid Ircnches. five (5) feet ' outside a vertical plane through the (lltlerrllotit surfaces of the deal lines of • -4.,_ i 1 such structures or o('the pipe;:, TS-9.5.2 Seedin Measurement will he Houle ol'the area seeded (horizontal rneasurement)to the nearest 1/10 acre. Measurement will not he made beyond i.l line 5 f eet outside the grading limit. I'S-9.5.3 _So.dcl_r�. M c a 5 rc ent will be mode o ( the areas sodcu (slope measurement)to the nearest square yard, Measurement ,vill not he made heyond if line 2 feet Outside tine grading linlit. i'S-9.6 i3asis of'Payment: avment: TS-9.6.1 Secdinr Sodclirl},: 'i"hc annount of completed and acccpled work. measured as provided shall be paid For at the contract unit price hid her acre (or seeding.and at the contract unit price hid per square yard liar sodding:, f S-1O RI:INFC)RCi D CON CR I' I'(I)c>111i1,1: 13OX ('IiI.VI?.IZ'I'ti AND ICI?TAININCI WALLS TS-10.1 General: These items shall be hid on the lump suns hasis to include: (he necessary excavation and the disposal of' ally excess excavation material From the channel to allow eonstruction of'the proposed structure~ and all materials rind lahor to cotllpletc the construction of•tl I 1 x 9 Reinforced Concrete 1 OLIi11C Box Culvert and all Retaining; Walls according to the plans and specifications, I'S-10.2 Reinforced Steel liar C'onc:rctc SlraletllreS: All reinforcing steel to be used liar this structure shall he deformed bars meeting the requirements of'the 161lowing:tirade 60 ASTM a 61.5-70 Defornned Billot Steel liars 1 Concrete Reinforcement. Ileinlorcing stud shall he protected I'ronl damage at all liille5. When placed in the work. it shall he five from dirt, oil, paint, grease, loose mills scale, thick rust and other forcign substances. R(.inl'orcemcnt for the top slab shall he held securely in correct position by means of approved metal bar supports and lies. bars in the top slab shall be tied at each lap or crossings or closer. Care shall he taken to maintain proper clearance between the lor•ills and the reinforcement. 'I'hc steel shall he tied in correct position amen inspected before any concrete is placed. Such inspection will not relieve the contractor ol'his responsihility for• constructing (he unit in accordance with (lie Mans, 1 fS-10.3 Fornlirig: l'orms 1'61 concrete shall In huill true to the lures arld grrules designated and he mortal•-tildht and ol'sound nlurterials aduquarc to prevcrit distortion during the placing and curing ol'concrete. All concrele shall be filrnle(.I unless otherwise specified. if during or after placing the conCrele, the li►rnls sag or hulk, the concrete al'Tccted Shall be removed.the lilrms r'caligned and lic:w concrete placed. Construction camber to take care ol'shrinkage or settlement inlrmirinf; the stl'ength ol'the structure by the reduction c.►f'dcllth will not be periniucd. The fiirms shall lie deli gncd for a Ouid pressure of 150 io ► ti per h' loo ► � l p tnd, pc, cubic fcctcn hor'inlnlal surfaces and 30 pounds liar Square Coot on vertical surfaces im impact and vibration. '1'S-1(;.3.1 Face bomber of lilrms for exposed surfaces of concrctc shall pr'csent a smooth dressed surface free of loose knots. knot holes, and other defects. The spacing of supports and the thickness of lace lunthcr• shall have a minimum nominal thickness r.lf one inch filr soliO fu►11bCr or 519 inch fin• plywood. Form materials shall be placed Willi horizontal joints. Triangular molding, smooth Oil three sides and having 3/4 inch width on each of the two form sides. shall he used to bevel all exposed edges of the str'uclrlre. except Where spiccial bevels arc shown on the plans, TS-10.3.2 Forms Rc---used shall be Ill good Condlll(►I1. 1'il►'r11 lumber %V111C11 is unsatistaclor\ in any respect shall not he usc(I. TS-10.3.3 Desi url and_Construction of Forms permit their removal without damage to the concrete. ('offe►•dnnt bt'aCCS cn' struts which will extend through any exposed concrete section will not hr permitted. Fornls tinder copinl_rs and aror►nd offsets play he given a draft ofrlot more than one inch per li►ot to permit rcnloval without damage to the concroc. For narrow walls whcrc access to the botlonlS o1'the 1'11•111s is not otherwise obtainable, an olicnillg s11a11 be provided so th;.lt chips. dirt. sawdust, or other extraneous nuttcrial may be removed immediately prior to placing concrctc. 'ITS-10.3.4 Tics and spreaders and all metal al?JLli,111-C-s usk-d inside of li►rnls to hold them to Correct alignment and location shall he so constructed that after rcnloval of!;►rills.the metal nlay be 1-entove(1 to a depth of at least one inch below the surface of the concrete. Metal tic rods used inside the 1i►1-nls where concrctc will have an exposed surface shall he a type which will not produce a ca\•itN' at the surface ofthe (:onc►'etc greater 111,111 1-1 12 inches in diameter. Ilolls and rods used as tics shall not he renu►ved by pullinL1 tllcln thl•ough the concrete. Fire ties and pipe spreaders will not be permitted. and metal or wood spreaders which are sc,-panite lions 1;01.11 tics shall ' he removed as concrete is lving placed. A holt-throm-di ill(, llod ol'supporting firms I'M massive substructure units nmy he used with tlle ,rpproval ol'd►c I.inginecr. No ' 1;61-111 ties shall be embedded in concrete above the roadwnv surface on li1-idges. Fs-IU.3.5 Cavities produced hy the rcnloval Of' nlc1,11 tie roc.is shall he carel•ull\ Iillcd with ' mortureontpi►sed ul ,lliliroxinlalcl�'one part cerllent to M'o parts:;,r►ld. V"llite Cement I, shall be ridded to the mortar i1'necessary to obtain the required color. In order to reduce the shrinkage., no mortar shall bc. 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 he used. After the cavities are filled, tile surface shall he Icft smooth, even, and uniform in color and texture. Tic rod cavities in surfaces against which backfill is to be placed shall he filled with mortar or all approved plastic compound meeting the requirements of Section 1057.3. Patching of tic rod cavities in the interior surfaces of box grinders will riot he required. '1'5-10.4 Portland Cement Concrete This iterll shall conform to the Missouri Standard Specifications for Highway Construction, Class B concrete with a coarse aggregate classification of Gradation D. Osage River Gravel. line aggregate shall be Missouri River Sand. Class A. it shall he a 5.81 hag mix with in air content of f our (4) to seven (7) percent. Finish for bottom slab shall be travel and finish for top slah shall be broom. TS-10.5 lxcavation The contractor shall he responsible for excavation required to complete the proposed structures in place. 'I'he contractor shrill establish a sound beddi►lg belinr pouring the bottom slab and Footings. I'5-10.6 Teestini.; of Portland C'.enlcnt C'.011cl'cic The contractor shall perlorrn or have performed the 161lowing tests to insure the strength of the StRiCIUre wilen completed. Such tests in no way relieve the contractor ofhis responsibility for'the construction ofihis Structure and its acceptance after lillal inspection. (Payment for this item will be included under the hid itelll for Double Box.) 1'5-10.6.1 Slunlp 'Pest: Slump 'Pests shall be taken dUrillg CaCh plliir'lllg and shall not he less than 2 inches and not more than 4 inches. I'5-10.6.2 (o )ression "Pest: Cylinders 6 I►1Chl'S In d1r1111C1C1' and 12 lI1ChCS 111 height :hall he Used Ill (IOCrilliillili-I the c(lillpressive strength. The contractor shall make I cylinder per 25 cubic yards poured. "1'S-1 I C'RUSI IF?D S"1'ON1•: DRIVI' 'AYS: ' I'S-11.1 Crushed stone clriveways shall he constructed in accordance with the details on the Plans and with the requirements of*Missouri Highway Specifications Section 304 For -40- aggregate base course except that tilt provisions lilr measurement and payment therein Shull not apply and except as modified in this section, I'5-11 ? 'Type TS-11. The 1•equired thickness may be compared in one layer. Required density of compaction shall be not less Ulall ninety (()O) percent. TS-11.4 Where practialblc, utilize (enlporrary sur•Iitcing material as subblise to improve Stahility' of Crll5heC1 stone drives and to reduce amount of added material regllU'ed. 'I'S-1 1.5 Crushed stone drives shall he careTully graded to dr•aiu. TS-] 1.6 Measurement Of'crushed stcme drives shall be to the nearest 1 square vard. TS-1 1 .7 Payment shall he at the unit price bid including all labor.equipment and materials to construct th(. driveway cotllplete including subgr•ade preparation. 1 7•S-12 RIP R.AI': TS-]2.1 General: Rip rap shall be furnished where provided on the Plans or where otherwise directed, Rip rap shall be durable limestone meeting the requirements o('Missouri IIighway Specifications Sections 6l 1 .31. 011 .32 and 611.33 IOr Type 2 Rock 131ankc.t. The mininlunl kiNICI• thickness SIN111 be one and onc-11,11 I'( I 'i_%) Ieet. The surface of* rip rap shall be (lush with the surrounding tilli.Skd earth grade and grcnitcd. 'I'S-12 2 IrL.Sjlcctiou: Tlic Contractor shall notik. the F,ngincer• ol'the source of rip rap prior to its delivery in time to permit its inspection. TS-12.3 Measurement and Paviilienl: Rip Rap will he measured complete and in place to the 1 nearest squ;u•e yard ol'surl;lce area (slol-)e nlcasurcrllentl, I'ayrnent at the unit price bid will lie full compensation li►r all costs ofexcavation and furnishing and placing rip rap as shown on the plans and specified herein. "I'S-13 ROCK JACAVA TI( M:: TS-13.1 Geller"ll: Should rock he enc•ountcred in two or 11101-C ledges. ouch Ic.)gc being More titan six (0) inches thick and with interlyinL! strata of earill clay. shale. or gravel not more than twelve ( 12) inches thicL in each str;lturn. the enure volurllc between the top Iccdgc and bollunr of tltc buUnnr )edge will be cl;rssilicd as ruck. (Sec Ar(1cic'TS- 2 fo!• delail spccilicatiurl ,) 'I'S-13 2 Use_ol, I .xhlosivc5: When explosives are used in the prosecution of wort.. tilt Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in it safe manner and in compliance with all existing statutes and ordinances and all places used For such storage shrill be marked clearly "DANGL'ROLIS LXI'LOSIVLS". The Contractor shall warn all persons in the vicinity ol'the clanger area when explosives arc being used. The Contractor shall save the City and its agents, officers, and cinpioyees harmless from any claim growing out of the use of such explosives. Removal of any item or material of any nature by blasting shall he done in such manner and mt such tinge as to avoid damage affecting the integrity of the design and to avoid damage to any new or existing structure included in or adjacent to the work. Unless the plans, special provisions, or the Engineer restricts such operation, it shall he the C'ontractor's responsibility to determine a method of'operation to insure the desired results and the integrity oftilc completed work. Blasting will not he porn-fitle-d until a Contractor has obtained prior insurance and has obtained a permit from the City }`ire Department. TS-13.3 Measurement and I'a mcnt Rock excavation shall he hid on unit price per cubic yard and final payment shall he I p � I ) based oil held measurement, hock is donned as being sandstone, limestone, chert, 1 granite, sillstonc. quartzite, slate. shale, occurring in its natural undisturbed state, hard and unweathered or similar material in masses nlol'e than 1 '/: cuhic yard in volume, in ledges six (6) inches or more in thickness. FS-14 `AN lTAR)`_SF?VVI_It ADJUSTMENTS: '1'S-14,1 Adjutitin I and Rehiiildini! M;ulhcileS: I'S-14.1.1 General: (a) L:ach existing storrn or sruiitar) sewer nlarihole encountcrcd Within tile, grueling, limits. whctller or not shown oil the flans. and which is to he Icft in service shrill he raised oar lowered to the new grade mud slope. (h) All cor►sU•uclioii work ill connection therewith shall he in accordance with the applieahle details on the manhole:;heel of the drawi figs. Manholc steps shall he properl� reset anc} sluiuxl. All flew cc►rlsiructiofl with brick shrill he given ri Ihrcc-liiurths CZI) inch niorlar writ on the outtiide. All IWW con.titruction With brick or p recast Concrete 811,111 lie given one heave coat of,coal tar paint. (C) In areas to he paved or Alrfi►Ced the work shall be accon,ipIished and protected in such a manner as to not crerite a tr if'is hazard and to provide for proper Corlstr•uction allot COMIN1 011 o('thC Sall-gradC and pavcnlC►lt MIJUCII( to the inatlhoic. (d) Precautions shall be taken to drop no debris into the hottoills of nlunholes. Any debris so droplied shall he immediately removed to prevent being Washed down the sewer line. (C) The ('olltractot shall verif'N• (i)r hilllSClF the t)'I)CS Of' constructioli of the Cxistilly manholes. TS-14.1 .? Lowerin g fvlanhc�lcs: �1 (a) Wherever possible. the manhole shall hC lowered without resetting or rebuilding the C0 11C (this Will he classified as -Adjust Manhole to (irade"). utilizing one or both of'tile following methods: 1 . Remove existing straight neck brick or precast Concrete ring sections and IoNver' existing Cast iron ring and co)vcr, 2. Remove existill, Crisl ir'oll rim-1 alld fll)'iliSh alld set ShrlllO\\' 1v NC U.St it-oil ring. Type a. as shown on the flans. (machined). of equivalent. designed to receive Cxistllltt COVC1'. (h) When the r•CCruired lowering is greater than c,al he accomplished as specilicd in the above Subparagraph. the wort: Will FIC Cln�silicol us "hChuild ManholC to (it aolC••. wlliCh Sllall he acconlplishCd I . by one 01'111C liIowing MCIIIods: Precast Concrete shall hC rcnwyed raid reset. removing one or more precast concrete rings hckm the Colic. Furnishing and' necessary shallow depth straight Concrete rings hClo\\ the colic or concrete or Cast iron adjusling rings ahovv the Cone. The existing crest iron ring and cover shall he reset. or. iFnecCtisrirA. a shallow tvpC 616 ~hall he furnished as SIX-Cilicd i n IICm ' of suh-paragrapil S 14,1.E (a). 2. krich cones shall he Ion)(ImVil c1111.1 rchilill With brick. usimf? CCCC1116C or Concentric Colic is required Io MCCI Clearance conditions. .^r) eccentric Colic is pre(erred. 'I alwr oil walls shall not he more shun rtycl�e ( 12) horizontal to forty (40) VCrtiC,d. The Cxistin.2 Cast iron ring 111(1 CoyCrsh,tll hC reset. or. il'rlccess,u•\. a sh'iIImv type ring shall hC Furnished as specified in berm 2 ol'`t1hpara-'raph S-14. 1 .2 (a). -,I()- 1'S-14.1.3 Raising; Manholes: (b) Wherever possible, the manhole shrill be raised without resetting or rebuilding the cork. This will be classified as "ad•just 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 he twenty-one (21 ) inches unless otherwise directed by the Engineer. (c) When the rcCluircd raising is greater than call be accomplished as specified in the above Subparagraph. the wort: will lie classified as"Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: 1. Precast concrete colic:shall he removed and reset.adding one or more precast concrete rings below the cone, furnishing any necessary concr'el.e or'cast iron ad•1 usting r'Ings above the cone. The existing cast if-oil ring and covet' sllilll be reset. ?. Brick cones shall be torn clown and rebuilt with brick, using eccentric or concentric cone as required to elect clearance conditions. An eccentric cone is preform. 'taper on walls shall not be more than 1 twelve (12) horizontal to lorty (40) vertical. Tile existing cast iron ring and cover shall be reset. iI'S-14.1.4 The Contractor shall furnish all materials rcquircd for adjusting; and rebuilding manholes. Suitable materials Salvaged f-om existing manholes may be 1'CLISCd i s needed. If dirccled to replace any CaS( 11'(1)1 i(Clll In1111d 10 be 1.111SUItabIC through no liutlt o1•the Contractor. payment liar the materials only will he made in accordance with the provisions of*Regulations ol'thc Contract Article FC-?1. '1'S-15 UNDFII:I. RAIN: I'S-15.1 (ieocral: The Contractor shall install uMICI-drains where directed. None are shown on (11e flans. I le shall have an available Source of Luldcr'drain materials so that they can lie quickly obtained when if is determined where and if' they arc required. However. such materials shall not be ordered until directed by the Engineer. Underdrairls shall be installed only at locations as directed by the f.nginccr. 'I'5-15.? Materials: I "Missour'i I lighway Specifications"Section 1022. with ' necessary fittings. Pipe. fittings and shall be RIIIN' blllllllillOI.IS coated after fabrication in COIllpliance With the rcgLlircnlerlts of AASHO M 190. -5(►- r Dia.ineter elf erforations after coatint,g shall be not less than one-fourth ('/4) p inch. 2. arcuate for Underdrain: Natural sand. meeting the requirements for Fine Aggregate, MOB Section 4. TS-15.3 Installation: I. Installation of unclerdrains shall be in accordance with the details on the Plans. with "Missouri Highway Specifications" Sections 605.11, 605.12.1. 605..13.2. 005.13.3. and 605.13.4., and in accordance with the following items, 2. Undcrdrains will generally he discharged to the ncarest storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably be in upper lWO thirds(2/3)of'pipe height. in clitclics,a mininlunl of'six (6) inches above bottom ofditch. 1 3. Break into storm sewer or drainaV.0 structure and grout undcrdrain in pipe into as for branch connection as shown on the Plans. Use granular fill beneath undcrdrain pipe to bottom of' storm sewer trench or Structure excavation. 4. A section ofnon-serforatccl 1i ic,of eil nth as s ecif led by the Fri pincer. shall I I 1 t~ f f= be installed rlt the outlet end. 5. Scat around undcrdrain with clay ncal. outlet end" to confine water Mn the pipe. 6. Aggregate for undcrdrain shall be compactcd to filial setticincilt by ponding. TS-15.4 Measurement and l_'avmcnt: Underdrain pipe shall he measured per linear loot complete including trenching, installation. grallUkK fill and backfill. TS-16 PAVI';ME,NT MARKING: TS-16.1 Sccn22L: Furnish and apply white and yellow thermoplastic rcilectorired pavement marking materials as indicated ml the plans. Cold iMppllCCI type shall be LISOd for all lllarklllgs and shall COl1S1St of a ho111OLICllorlS. ' extruded,lire fabricated material ol'specif ied thickness and width. which shall contain reflective glass spheres uniformly disu;puled tlu•oMlglx►,r( the cross suction. alld shall be applied to the pavenlcrlt surl'trcc b)' Means of a pre•-cor.ucd udhCSiyC and pressul-c. ' -SI- i ® T'5-16.2 Materials: ('S-16.21.1 General: a) Materials will he considered only front manufacturers ofrelleetori ed plastic pavement markers and legends, who can submit evidence of successful product use over the past five (5) Years. under Climatic Conditions similar to that of'tile work localion. h) FAch work and symbol marling shall he supplied with a dingram with each sectioll ntnr►hcl•cd to correspond with the completed layout. C) The Plastic 111,11-kcr ~hall mold itself'to Pavcnlen( contours, breaks and faults. Illel-Cl1'by 1.1-af f Ic actloll'al normal pavement temperatures, l lle plastic Illarker shall have resealing Characteristics such that it will iusc with Itself and with Previously applied markings of the carne Composition under normal Conditions of,use. TS-1G.?.? C'(►n11)ositicm R��Itiircrncnts: M As supplied. the plastic without re-coated adhesive shall not he less than In I n 0.06" in thickness. The edges shall he clear cut and Iruc. h) Plastic shall he sll plied cons plete with a pre-coated adhesive and an easily n1 I I removable hacking shall Protect the adhesive in storage and kicililate rapid application. C) The plastic and its adhesive shall he sulliciently free of tack so that it can he easily handled without the Protective hacking. and he re-Positioned on the surface to which it is to he applied, heliu•C petnlanently lixing it in this Position wilh a downward nresstl►•c. TS-)G 2.3 FlIvsical_Reollircnlents: a) jA IILITCSL The nlatitic shall he ol'slleh a structure that at a (emperaturC oft+(►" 1'.. ,1 I)ICCC OI a" X 0" (With hacking') placed llpoll a I" diameter 111,Indrel. Illay hC bent oycr tllc I11,11ldrCl until the cnd laces are parallel and I" apart. "There Shall he [w fracture lilICS applu•cnl ill the Uppe I'll IOSI Surlacc by visual inspection. h) Reseal ] cst: 'Thc plastic Shall I- SCal Io i(Selfwher) ICSIC(1 as SPCCilic(l. CLll I" X I)iCCCS of PlastiC. Uyel'IuP HICSC piCCCS lace (o fiICC IM- un area o(' I S(I. in. on a flat Steel plate. with the hacking material remaining in Place. Center ,1 l.t)t)t) gralll weight over the I s(I. Ill. OVC1.1,111 ill-Cil. ,111(1 l)kICC In 1111 oVCll at 1 QW, :i M" I (i►r two (2) hours. :Mier cooling 1 o rucml tenlPCraturc. the hicks shall not bC Separable with tearing. C) (Hass Snhcre Retention: The plastic shall h;rve glass; sphere relentio n qualities. A 2" x h" speCinlen o1'plastiC shall be Cut at a right IlIgIC to the beveled edge and heat parallel to the beveled cdgc ol'a V." mandrel. While ' (lie Specimen is bent, a strip elf' '/" wide masking tapC (such as UtilitapC, nlamlfactured by Permacc!) shall bC applied firmly along the length ofihe area ofmaximum bend and then I'CI110%'Cll. Should any Blass spheres remain on the masking tape when the strip is removed. the sample shall be rcjcocd. (1) Skid RCSiSU1flCC: The surface friction of properties oflhc plastic shall not be less than a, 11.1'.N., when tested according to ASTM !:-303-66T. C) kilend Shock Lmid Test: n 3" x 0" plastic panel shall bC applied to a 3" x G" piece ol'carhorundtill Cxtra CoarSC Cn1Cr' Cloth, or its equivalent. so that 3" x 3" overlap occurs. The application shall he such that a pressure of>O p.s.i. is placed on the for 30 seconds. ']'lie overlap ends shall each be clamped with one crld in a lixed position: a sudden lead of 5O Ibs. shall be ■ applied vertically to the other cod. Upon ininiediate load release and examination, there shall he no noticeable slipping or I'racture of the adhcsivC coating. This test shall be cicndtlded at ,l ICnlpCratulr of between 70" F. and fi U" F. f) Adhesive Shear Strength: Specimens shall be tested according, to the method described in ASTM D-038-611 I,; modified to lest the adhesive shear strength. The samples Shall lie prepared as filllows: PhStiC samples Cut as described in paragraph 207-3.311). shall have applied to the adhesive lace a 1" x 3" piccc ofanborundunl. extra CoaI:SC Cnlcry cloth. or its CcluivillCnt. so Thal there is 1 sal. ill. overlap at one crul ()('tile plastic specimens. A pressure of iO p.s.i, shall bC applied over this area of a period ()1'30 seconds. I.oad s11a11 applied bN' grippitlg Cuch Cnd ol'tIlC test pim: in a SuitahlC lCnSilC test lll,ICIlillC SLICI1 US a Dillon err Scott 'I CStCr. The IVCNIgC of the load required to break the adhesive hoed shall not be less than 10 Ills. 'H IC speed of'testing Shall he 0.2�" per minute. The test shall bC conducted at a le111pCratu•C 01' between 'A)" F. and RO" l:. 'I'S-1(x.3 Submittals: The Contractor shalI CuriliSh a rnanofacturer'Sccrtif icalion. in triplicatc.attesting that all rllalcrials Supplied conform w the requirements of these Specifications. The certification shall include.or have attached. specilic results oflaho►•alory lesis foI•lhC Specified physical and chemical properties as determined front samples rCpresenlativC of,the lot or lots of thermoplastic compound. glass, Spheres and rellectorized plastic , 1 Inarker material supplied. TS-16.4 Measuring d 1?rcnlarkigg: 'rile C oil tractor shall do all measuringand pre-marking required lbrapplication ofthe pavement markings. 1'S-16.5.1 Application requirements: Cold applied ihernloplastic materials shall be applied to deal',dry pavement surfaces, Irec ol'dirt and foreign matter, by removing the release paper and placing the plastic Oil the sul•(iaCC with C011tinuous pressure file a period of about 30 seconds, then 1 permitting tral•fic to pass over it. 'rile pavement temperature shall be 60° F. or over, unless special instructions arc supplied by rile nlanufilcturer For Application at temperatures below 60° F. TS-16.5.? 'rile manulticturer shall supply detailed inflornlation concerning any special app(icationprocedures. Anyneccssru;vcicti�arrlrslilrthc;ldhc5ivcsorvrlriousspccial coatings Ior different pavement surfilccs shall be supllliccl. '1'S-16.6 Method of M_eas_urement: MCISLII'ClllentS Ol'tl1C marking al•C 'i\'Cll Oil talc lal1S Ior illfOP111a0011"Ll LISC 011ll'. r^ f, p TS-16.7 Basis of Pavnlent: s Payment fill.pavelrlclt markings will he made at the contact lump sum bid price and shall include all material, labor and incidental itcnis necessary to Complete the work as shown On the plans. TS-17 OMITTED I'S-18 TRA11 1C'IGNA1,S: '1'5-18.1 General.: All traffic control signal equipment. materials and constr•uctioll methods relating,thereto shall conform to Section 902."Traf f is Signals"ofMissouri Standard Spcci ficationti ff 0r I fi hwnv C'oll:;truction. 1 986.except as amendcd by the additions. deletions. and substitutions of this Article. VA111ere illy section of the Missouri Speclllcations is so modified. the unaltered provision:: shall I'ClMlin in effect. Whenever this•technical Specification shall conflict with the Plans, or the MiSSOLll'I Standard Specifications. these Technical Specifications shall govern. 'I'S-18? Seclic: The wort: of this section shall consist of fln•nishing and installing traffic control signal Cgluipnlcnt and materials as shown on the plans. us set out in these 1 "technical Specifications and as directed by the Owner's authorized representativc(s) to result in a complete and finished.joh. _;4. 'I'S-18.3 Section 902.3, "Materials ol' the Missouri Standard Specifications For Highway, Construction is modified by adding, the following paragraphs; A. Section 902.3.5.1, "Multi-Conductor Cable", shall be amended by the addition ol'the following; 1 ) As an acceptable alternate the Contractor may use multieonduetor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) for Polyethylene- Insulated. Polyvinyl Chloride .lacketcd Signal Cable. 13. Section 902.3.5.3."InduCtioll Loop Detector Cable".shall he replaced by the r Following: 1 ) lnductron loop detector cable shall he No. 14 AWG. TWAIN or 'fl- HN, soli drawn. stranded copper wire encased in a 1/4-inch 0I) vinyl tuhe with a nlinirzlunz wail thickness of 1/32-inch. TS-18.4 Section 902.4. "h.CILlipnleilt". of the Missouri St, k-03rd S lLifications for• Highway Construction is modified by adding, the following paragraphs; A. Section 902.4.1, "Signal l leads" shall he amended by adding the following: 1 ) The housing. signal Hardware, visors, louvers. told ICIISCS play also be polycar•honatc. ?) Lamps for Signal section Ol itical units shall he lurnished by the Contractor as Follows: 1S '► 2-•r Icns •s slit I he 1i0 watts. All Other lam is shall be L.antl . I� r 1� t z�h � ►1 clear 1 1 G \\,attti. Signal lamps shall be Ir11171nrLU11 hIe rating OI'8.000 hl►u1:S, gu,u•antced by the nituzulacturer. I lorixontally mounted lamps Shall be installed with the open segment of'tile filament up. Ii. Section 902.4.4. "Power Supply shall he amended by adding the 1i►11Owitzg: ' I. The circuit breaker Cabinet as detailed Ott the flans I61- the power Supply ISSCnlhly shall he installed On the CNiSting wOOd 1101CS as Shovvil oil the flans. 1 1 TS-18.5 Section 902.5"Construction Requirements",of'the Missouri Standard Specifications fo_ r i-lighway Construction shall be amended by adding the Following: B. Section 002.5.1. "Null Boxes rind Junction 11oxes", shall be amended by the addition of the following: 1. Concrete pipe, meeting ASSi10 Specification Designation M86 for non-reinforced or NI 170 Class iif for reinforced ofsuitablc length and diameter, and provide with cable hooks,may be substituted fir other types of pull boxes with the approval of the Owner's authorized represcntalive(s). 2. t'Apansion Cast A13S(Acrv)onitri lc-1:3utadienc Slyrene)thermoplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. 3. Delete subsection 002.5.1.4. 4. Junction boxes shall he 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, nwy submit in writing to the Owner, pull box or junction box designs with materials. shapes, and dimensions deviating from those required by the plans and specifications for possible use on this project. The submittal and approval must be completed prior-to including such deviating designs in the construction hid. 13. Section 002.5.3. "Conduit S+ ISICm". shall be amended by the addition of the 1611o"ving: 1. Polyvinyl chloride pipe schedule 40. UL approved. may be used in lieu o1'rigid steel pipe. C. Section 002.5.7. ` NKiring". .hall he amended by adding the following: 1 . The detector loo p wire shall nornially be No. 14 AWG. TI1WN. Stranded of a continuous length from the spliced connection to the pair of'shielded conductors in the lead-in cable. The splices will be permitted in the Icngth of loop► wire beyond the Icad-in cable spliced or controller terminal when Ili loop "Ire is connected directly to the controller terminals. The loop wire shall he pr'olectcd by a flexible vinyl plastic tubing ol'3/1(, inch ID.o minimum of),;_' inch wall, 1/4 -50- inch 01). The tubing shall he capable ol'resisting deterioration from oils and solvents. The tuhing shall Also be highly abrasion resistant and have a smooth hare. The wire :,hall be inserted into the vinyl plastic and placed into the slat with the number ol'turns as shown on the plans, or as directed by the L:rlgineer. The tubing shall be o1' continuous length Fronl the point of'splic:ing ol'the loop wire to the B lead-in cable. No splices will be made in the tubing. ?. At the time ol'placing the loop wire in the sawed slots, the ends of the tubing shall he sealc(i to prevent any entrance of moisture into the tubing. a. All Icrrgtlls 01* loop wires 111d tuhing that is not imbedded in the pavement shall be twisted with at least 5 turns per filch, including lengths in C011dllltti and halldholCS. 4. The electrical splice between the loop lead-in to the controllerand the loop wire shall also consist o1' 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 nletho�d: a. Remove all lead-in cable covernitzs having Four (4) inches insulated wire exposed. 1). Remove the insuliltron From each conductor ol'a pair o1'lead- 1 in cable conductors for one-half' ('/_) inch and scrape bath copper conductors with knile ulrtil bright. C. Remove the plastic tubing from the loo wires fir one and p 1- p one-half*(] inches. Cl. Rer OVC the insulation 11'0111 the loop wires for one half'(,/:!) inch and scrape both copper conductors with knife until bright. C. The conduct(.)rs shrill he connected by twisting together. soldering and covered with a scrc\v-on wire connector. f'. CCnteT all ConCluctorS in a splicing mold. 'file mold shall be approved by the I'll"ineer. g. Position the spliced wires in the eerlterof'the plaid and fill the mold with a sealant or epoxy-type resign. The sealant or epoxy-type resin used must he approved hV the f:nLincer. h. Cover the exposed shielding,, ground wire and end of any unused loop lead-in where the sheathing was cut, by liquid silicone rubber. Apply [butyl Rubber I'olymet• 'tape sealant between the wires and completely cover the silicone rubber. 5. Exernal sur be protection is rcc uired on each loop detector which will meet or exceed the following requirements: 4.Il. Unit must be a three terminal device capable of rotectin the detector against differential (between the loop loads) surges, and against common mode (between leads and ground) surges. b. Unit must be of dic inductive type with a maximum DC resistance of 150 milliohms. C. Unit inductance must be at Icast 4 millihenrics. 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 cetector )cads. f. Unit must claml)a 250 ampere common made(between leads and ground) surge to 20 volts. G. The controller cabinet must. be I'uniishcd with a surge: arrestor on the AC Service which meets or exceeds the following requirements: a. Unit must be capable o1'withstanding repeated 20.000 ampere Surges (mU11n1Um of 2J). b. Unit must have internal Iollow-current limiters (resistive elements). C. Unit must contain 1 active clamping stages mlmmurn. d. Unit must sclf-extinguislh within 83 milliseconds after trailing edge of'Surge, C. Parallel Impedance of I limiters must be less than .15 ohms. r r l.) Seetion 902.5.10, "fainting", shrill he amended as (iillows: I. All exterior n u tal parts (W th e signal lleals inCludin g ntclunting brackets and other hardware. except LlL)O fror s, inside and outside ol'visors, louvers, and hackplates, shall be primed and painted with a standard Federal Yellow enamel. Door�fi-o its. inside and maside of visors. louvers, and hackplates shrill he painted flat black and in their entirety. except backplates Coast uctcd front black thermo plastic nu►tcrial. 2, folycar•bonatc components. if used, s11a11 be the same coloras Specified li►r painted rectal parts. fS-113,Ci Traffic Signal C>t�cratic►n I'olicics; 1. Iht►•in g the course ol'si gnat installation and until the signals are placed in r operation, sigrlal likes shall he Covered or turned_aw;t y Froll1 approaching trwf(ic. When ready lm operation, they shall lie securck, fastened into position cueing toward approaching trrll'lic. niter the signal installation is complete, the Ccrrltractor may put the signal in operation Im test purposes only. I lowever. the signal shrill not be put into permanent operation until r authorization is given by the Owner's authorirccl represcntative(s). a. When the Contractor is certain the traffic signal Cori t•oI Ierand control accessories are working properly.cold rill signal eduipmerlt is properly installed, lie shall make an inspection appointment with the (Owner's authorirccl rcprescntativc(s). h. After a thorough inspection c►I'thc Signal exluipnlent and installation. the (twncr's authorirccl represcntativl:(s) ntay authorize the Contractor to put the signal into permanent oix-ration. This authorization will be given if all signal equipment is working properly, of if public sa(cty and convenience warrants the operation of,the signal helorc all corrections have heal oracle. C. A writtetl Communication conlrrrlling till_' permanent signal operation authorization and the findings uf*Ilic inspection shall be prepared by the Owner's authorizcd represcntativc(s), The findings of the inspection rnav include the acceptance rind approval of the signal or r n list of signal or a list of signal ceficiencies to he corr.cted. d. If' the inspection finding contain a list of signal deficiencies, (lie Contractor shrill correcl them a�; soon as possible, II'the signal must he put on Bashing operation or co mpletcly shut clown to make the r necessary correction, the Contractor nlust receive authorization from the Ownct•'s authorized representative(s) before this action is taken. Whc.n the Contractor is certain all corrections have hell made lie shall again make: an inspection appointment with the Owner's authorized representative(s). After the final inspection of'the signal, a written communical ion confirming the acceptance and s►pprovr►I of the signal shall be sent to the C'on(racwr by tie Owner's authorized r'epresentativc(s) at the end ol'thc 15 consecutive days of operation of said equipment. 1 tl.7 Guarantee and 'Mairltcluince: I. General: a. 'I•hc Contnictor is required. until the cnd ol'the one year guarr.►ntec period covered by the Perlonminee and (mar•antee Bond to: I. Guar•antcc all (Rd'lic: control signals against dcfcctive. egtlipmcrlt. materials. and workmanship. ?. Maintain all traffic control signals Ill connection with specific ItelllS erlLIIllcralccl in paragraph "1'S-141.7.2. h. This requirement applies to all tr•aflic control signals under this contract. C. The intent is that at the end of the one ( 1 ) yvar guarantee period the Ovk'ner will have properly operating and serviceable traffic control signals: that detective cquill11lellt. n►atcrials and workmanship will have been corrected. and (hat any necessary maintenance in connection with specific items erlunlcratcd in paragraph T'S-)41.7.' wc(her or 1101 due tO detects ill ('orltractur's materials and w01'knlanshih. will have been accomplished, All materials and installation 1i►1' such work will he a the Cor1U'aclor's expense. C�c,lii.liti�►il� Itcchlirin('c�rrec ttion : Any adverse conditions which aflcct the use•, function. operation. quality or life of the• battle control signals shall be Corrected. including, the following: u. I rattle C11111r'Ul signal cquipn►ent nu►11111- bons: including. but not limilcd tolhc li►Ilowing:signrll connullermallu11ctons; vchictr Ill-and pedestl•ian CIeILTIM' nlallunction; electrical cable nlall'unctic>ns: and liril►lre of IN111ic signal ►Mils. Doles and mast arms: which of ect the -(►(I- r lurtcticnl and safe operation ol'thc traffic contrc►I signals. 0 1 h. 1?xclusions: The f011owing conditions arc excluded and are not considered the responsibility of tllc Contractor. I. 'Traffic signal lamp rcplaccrllcrlt clue to lamp burn-out. ?. 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 ofotlIers. 3. General Re(Luircmenls fir Corrective and Maintenance Work: a. All corrective and maintenance wort: shall he done promptly upon notification by the Owner in order to prevent unnecessary inconvenience to the traveling, public and to minimize iral*lic safety hazards. h. All work shall he in accordance with these specifications and the highest standards tend methods ol'the traffic control Signal industry. The Contractor shall submit his proposed methods and designation of equipnlerlt and materials to the Owner. Im approval in advance of such work. TS-18.8 SIIhillillalS: The C011traC1.01• Shull furll1s11. in triplicate. a list of equipment and materials to be installed,showing name of n amilitcturer.catalog or descriptive data. and shall furnish rnanuluctw•cr•'s CCI-611C,160 ns.in triplicate attesting that all materials supplied confi►r•nl to the reduirenlents ol'lhesc Speeilications. TS-18.x) field 1,a1VOLI(: All work covered b\' ibis Section s11a11 he dolle to the lilies Sho1VI1 oil the flans orals directed by the(boner's authorized represent llivc(s). The Contractor Shall he responsihlc li►l• all field I.IVOUI work subject the approval of'file ()wncr's author•i•zed represcntutivc(s). 'I'S-18.'1(1 h/let}lc►LI OI' Mcasurcn>ent: Melhod ol'N/leasm-`mint shall eonlorm to Section 902.8. "Method of N1Casurelllent c►I' the )990 N4*Ss�0u.ri Slarld-ird .SDCCi(1Catiorls lOr I liullwav C oll�aruclic)11. TS-18.1 1 Basis of,l'tivi»c�iit: Acceplvd tr111'l is control 5lgllalls. Illeasured as provided. shall be paid for tit the C.'01111'a4t unit price list'each cif the pay items included in the Proposal. No direct payment shall he made li►t•am Incidental items necessary w complete the work unless specilieall\ provided as a paN item in the Contract. , -t►1- TS-19 OMITTFD TS-20 EENCING TS-20.1. Removal and Rc-settinb 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 proicet 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 1'rorn which the fence was constructed. The Fence shall he reconstructed in accordance with I.-,est accepted Fencing practices. All posts shall be cleaned of existing concrete and re-set in concrete, Prior to removing any lence the Contractor shall contact the property owners so that they may take necessary steps to confine illy animals or children normally kept within the fence. It play be necessary for the C'ontractor to erect temporary fencing during the period between the actual construction and the re-setting ol'the permanent Fence. Wherever this is necessary so that tilt property owner can retain normal use of his yard. the Contractor shall provide and erect such ternporar.v Fencing at no cost to the Owner. Removal and re-setting,of fence will be paid liu-at the unit price bid per linear foot. TS-20,2 hemporarv_ I'CI1e111L! Wherever pCl-manctlt fencing that is used to contain small children of animals must be r'CI11(oveC1 to acconlnlodate construction. the Contractor shall erect Ienlporary fencing suitable to perlorm the 1Llrlction of Illy permanent fence Until till' I)C1-111allent IerlCC can be restored. The COi1SIl'L1CIi011 of tl1C IClllpOrarV fencing Shall be coordinated with the property owner to cause its little inconvenience as possible. hl no case shall such area he left unfenced over a weekend or for more than one weekday. At the Contractor's option, rrlalerials from the existing fence may be used (oor the temporary leach):. I lowever. the Contractor will be fully responsible for restoring the pernlancni 1Cl)CC- in Condition at least equal to that prior to construction. ' 'temporary fencing will be subsidi:11-Y to the other items of construction. -62- S_21 CEt111ICAf ;h c1 C OM l_1nNC .: 6MI TS-21.1 General: a. The Contractor shall submit, in triplicate, certificates of'conlpliance from manufacturers, producers lubricators and suppliers of items to he , incorporated in the work attesting that all items and materials supplied in connection wifll the work conform to the requirements of'the Specifications.. as provided in the various sections ell'lhcsC Specifications, h. Whenever the items so certified deviate front the requirements of the Specifications, 111,111s and other Contract I)ocunlCnts,then the Contractor shall Point out such deviation in the letter o('transmittoal. Unless this procedure is t011owed and such dcvlatlolls are specifically approved by the 1?ngineer in writing,then the Engineer's approval of'such certifications will not constitute approval of the deviations. C. Said certificates may he accepted by the Owner and Engineer its adegLlate evidence of, compliance with the Contract Docunicllts, I iowever, at its option, the Owner rllay test any or all ol'said items For compliance. 1('found to be in compliance with the Contract Documents, the cost ol'testing will be borne by the (honer. 1('li►urld to be not in compliance, the Contractor shall pay for such testing. , TS-21? Requirement,; For Certifications. Shop Drawing rind Testis a. Specific requirements Ior certif ications,shall dlrawrngs and testing are given in the (bllowing suhparagniphs. h. Manilfaclured Neils. as follows, will require certificatesol'compliance. with shot, drawings. catalog data or installallorl IllstrLICtlollti where so indicated. I . Reinli►rced concrete pipe, listings and specials. (Shop drawings required li►r all fittings and specials. including branch connections. and riser ►nanholes.) 2. Joint materials 161- rcin(6l recd concrete pipe. 3. Cr1rrugalud metal pipe iuxl underdrain Ilipe, fittings and specials (Shop cirawings required for same item~ as in itelll 1 above). ' 4. Ductile iron. cast iron. vitri(ied clay and copper pipe and fittings. Brick and mortar. , G. Preciist concrete manholes and inlets. 7. Reinl'r►rcing steel and welded wire fabric. 8. Maul work (Shop drr►wings required for fabricated items). 9. Iron castings. r 10. Seel. 11. Sod (eonSiderCd US nliln►ali►ctured material for compliance purposes). Engineer shall be given file opport Lill ity to inspect and field prior to delivery to project. 12. I"crtiliier. 13. Gablon baskets. 14. I"ibercloth. C. Rock and sand plrocductS will require certificates of compliance, as (irllows: I. Stone forgabion fill. d. Backflll: It is recd-nlicd that. clue to nlixing of'typcs of materials found in 0111' Co11St1'UC0011, it may Sorl1ctl11meS be difficult to correlate tactual performance with test r'eSUIIS. The Engineer may make notations of waiver on certain field 11101S1Ure-density test rcportS when, in Ili'; judgment, the Specilication requirements have been nlet on the hasis of'visual inspection 1 and the test reports do not truly indicate the field condition. However, the Contractor will he fully responsihle (or settlement of backf ill as provided in Special Conditions Article SC-3. C. Concrete: I. The r►c(uu) nlix proportions shall he determined by the Contractor, based on satisf1mory experience with the proposal materials and MCI I4 mix. Mix proportionti, typical test reports and complete data ' on 111MC ,11S anti plant. Suppol-ting their 1CCCpt,1bi)ify ulldCr the Specifications, shall he submitted to the fngineer in triplicate for concurrence before beginning, concrete work. 2. Acceptance of Concrete for strength shall be as sti ludated in Article � 1 -04- 5.02 of MC11.3 Section 5. 3. Air content shall he measured in accordance with the requirements of ASTM C 173. 4. Visual inspections and tests for perforrnarlce of'concrcte may be made; 1,y the i rigineer to satisfj, 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 MC113 Bulletin No. G, "Concrete Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design "fables". r Asphaltic Concrete Mix:T'he provisions ofltem 1 of Subparagraph S-21 .4(c) shall apply to asphaltic concrete mix, except delete the reference to"MCi13". TS-21.3 i'ayment: No payment can he 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 tile, project. TS-227 Submission and Concurrence: Before work is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of the work but also the time ol'starting and completion of each part. The schedule shall be.submitted to they i;nginecr for his concurrence. TS_-►2 S ..�.3 Vl r ult.cr Shut Down: 11'the project is shut down rn c.r•a wintu, the area shall he Icl't in a safe, passable, and accessible condition for the winter. The Contractor shall maintain traffic and access Over the winter shtlldowll as provided in paragraph S- 23.2. The Contractor shall maintain (lie project over the winter shutdown period in such manner that there will he no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes protecting above the base shall he ramped with temporary bituminous Cold-lllla or asphaltic concrete in order to facilitate file City's snow plowing. .Access shall be provided to all 110l1SCS. TS-23 MAINTII:NANCI'' OF' TRAI-I-iC• AND ACC-FSS: TS-23.i General: The Contractor.shalI Conduct his work so as to intcrlere as little as possible with public travel. whether vehicular or pedestrian. Whenever it is necessary to cross, obstl act. or Close roads. driveways and walks. whether public 01• private, the -65- t Contractor shall.at his own expense,provide and maintain suitable;and sale,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 rcquircd at tiny point where the Contractor has obtained permission from the owner and tenant of private property, or• firom the authority having.jurisdiction over public property involved, to obstruct traffic tit any designt►ted 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 I I will be expected to nulkc reasonable effort to provide access to all drives whenever possible, and particulal•ly when work is not in progress. IIe shall provide for emergency vehicle access to ally point at all times. The Contractor shall present a work schedule and a plan for handling traffic for review before conuncncing any work. 1•S-23.2 When Work Not In I'ro�: The wort: shall he cleaned up at the end of each working day,and tcmpe.nr.►ry surlucing shall be placed such that access will he had to all drivew•ays during the night. weekends. holidays. and other clays when work is not in progress and \vhcn the stugc of the work does not directly interfere with the drive. ® The l"ngineer, at his discretion. may grant short-terns exceptions to this requirement in connection Widl preparing sull-grade and paving. TS-23.3 Contact Person: 'file Contractor shall designate a person (with phone nunlher) who can be called by the City during the night. weekends. holidays, and other days why ll work is not in progress. The Contractor Will be responsi Ill e, through this person, for making such temporary repairs during Said periods as n►ay he rlcccled to elect the requirements of•paragraph S-23.2, fS-23.4 The provisions ol•Mtt'l('I), fart VI, apply It) this Contract. '1•S-24 TEMPORARY SURFACING ACING Wherc rcquircd to provide access and when dircctcd b\ the FAngineer. (lie Contractor shall provide temporary sur(ilcing either of Crushed Stolle liar TCl—llportlry SurfIRcinQ or• of Asphaltic Concrete For Ten-iporary S►u•liucing as directed by the I'.ngineer. Such temporary pavements shall be maintained by the Cotltrrlctor in a safe. reasonably smooth condition as 1OIlg its Ole)' 111V ill USe. (•I•tlSIMI Slollc for lemporary ?;tll'lacin).i shall meet the rccluircmcnts ofparagr•aph 1007.3 ol'Missourl Ilighway Specificalie�ns for 'type 2 Aggrcgale. Gradation A unless the I ngineer agrees to a dil'lercnt gradation hecause (if site conditions. Asphaltic concrete li)r temporary surfi)cing shall be l ypc 1 NEW as slrecilied in Article 23. Payment For tell llorar\ surk'►cirig shall he at dw unit pricc bid per ton of nlxttcrial. -06- Measurement will be cm the basis; o1•delivery tickets. 'I'S-25 Dt IST CONTROL O Adequate precaution sllall he taken to insure dial excessive dust does not become airborne during.construction. '['lie Contractor shall comply with any regulations of the Missouri felt• Conservation Conlnlission or federal governmew which apply to this matter in the geographical area ofthe work. The determination as to whether excessive(lust is becoming airborne shall he by the I,nginecr•. When directed by the Engineer. the Contractor shall take appropriate dust control measures salislactury to the Engineer. No separate payment will be nitide for performing dust control or fir applying water lily this purpose. TS-26 I'lt(>I'f?!t'I 1' ('OIrNI?RS AND MONI 1M.FN'I ATION: It shall by the responsibility ol'thc Contractor to protect all property lot corners and land i survey corners and accessories. Should it he 1lccessary to disturb ally such monument. whether stake. pin. N'u•, disk. box. or other. It remains till' responsibility of,the Contractor to rclercncc: such markers prior to re11loval. reset there. and file such relocations or nu►nunlentation documents as the law requires. Arty such r•e1•erences. removal, replacement and certification of nu►nununts shall he perlin•med by a licensed engineer•or land surveyor. TS-27 C"I.11nNlll'- TS-27.1 The C'olltr•actc►r• shall not allow the site olthe work to become littered with trash and waste material. but shall maintain the site in a neat rand ordedy condition during the progress ofthe work. The Contractor shall.as directed by the h.11gincer. remove from all public and private property. 11 his own expense, all Iempor•ar;),structures, rubbish and waste materials resulting f'ronl his operation. '!•S-27.2 The Colitractor shall opell 'llid clean all exiSlinL ditchcs,111(1 culverts within the right- of'-way and cascrrlems. Icaviiip them free from rill excess mud or silt. drift. brush. or• dehris of any kind prior to 11111,11 acceptance. The ('ontractor shall clean up rill dirt 11.0111 paved SUr1(ICCS. 1101 11lowhig Sadie to pack oil tl'le roadway of create it traf•frc nuisance. No direct payment will be madc Cor work within the scope ofthis Article. TS-28 TPAFF1C S1(iN�_STOP SK iNti,ANl7 SJRITT SIONS: All existinj,,! traffic signs. stop signs 111(1 street signs in the way ofthc wort: shall be c,u•cf'ull} removed by the Contractor in accordance with the rcquirenlcrlts of ' MUTCU. TI1C rccluire(I function ol'stop signs s11,111 he preserved by the contractor whenever a strcel is open to traflic. All signs shall be re-installed l"011owing the C011SIr uctiorl. No separate payment will he made ror this work. ' -67- , TS-29.1 General: This work shall include connecting existing downspout drains through and into the proposed curb,curb and gutter,or stone sewer facility. The location of some downspout drains may be shown on the plans,but other drains may exist that are not shown. 'Thc contractors shall be responsible to connect all downspout drains regardlem of whether they are shown on the plans. TS ,9.2 Construction Methods: The contractor shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally,new material of tile same diameter as the existing drain shall be used. As approved by the owner, the removed pipe may be cleaned and re-used. TS-29.3 No Direct Pa, ment: All work associated with connecting downspout drains through or into the proposed curb,curb and gutter, or storm sewer facility shall be subsidiary to the item to which it is connected. No direct payment will be made. TS-30 SUBSIDIARY I'1"I:MS: There are small items of work specified herein or that are incidental to the other construction for which no bid items are given. 'These items and any item for which no bid item is given shall be considered subsidiary and their cost shall be included in the bid price of other related items of work. 1 1 � 1 CITY OF JEFFERSON STANDARD SANITARY SrWER SPCCIFICATIONS 1 1 1 1 1 1 MANHOLE' ACCEPTANCE TESTING All manholes shall be vacuum tested by the contractor Lit his expense. Appropriate , equipment and manpower will be furnished by the Contractor fbr this purpose. When vacuum testing manholes, the following criteria are to be used: I) This method is applicable to precast manholes only. 2) All till holes shall be plugged with an approved non-shrink grout. 3) Manholes are to be tested afler assembly and before backfilling. No standing water shall be allowed in the manhole excavation which may affect the accuracy of the test. 4) All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement ofthe plugs while the vacuum is drawn. 5) Installation and operation of' vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. 6) The test head may be placed in the cone section or the manhole. The frame-cone.joint will be visually inspected by the engineer. 7) A vacuum o f 10 inches o f mercury shall be drawn and the vacuum pump 6� shut off, The time for the vacuum to drop to 9 inches of mercury shall be recorded. 8) Acceptance fbr fbUr (4) Ibot diameter manholes shall be defined as when the time to drop to 9 inches of mercury niects or exceeds the following: Manhole Depth Laameter 'l=ime to Drop 1" ol'FIC 10 Il. or less 4 It. 60 seconds 10 It. to 15 tl. 4 ft. 75 seconds 15 11. to 20 ft. 4 It. 90 seconds 9) For manholes live (5) ibot in diameter, add an additional 15 seconds and for manholes six (6) foot in diameter, add an additional 30 seconds to the time requirements 1br fbur (4) lbot diameter manholes. 1 t? If, the manhole Mils to test necessary a repairs shall be made with non- shrink p t no i- shrink grout while the vacuum is still being drawn. Re-testing shall proceed until ' a satisfi►ctory test is obtained. Revised 1/2/04 r TABLE OF CONTENTS Section Pane 110 General 1 2.0 Materials and resting 1 r3.0 Grading and Site Preparation 6 4.0 Pipe Laying Jointing and Testing; 8 5.0 Manholes and Special Structures 13 6.0 Pipe Encasement and Collars 15 7.0 Backfill 16 ® 8.0 Tunneling. Boring wmd Jacking 18 9.0 Acceptance Test Ibr Sewers 20 1 10.0 Seeding 25 1 11,0 Pavement Replacement 26 12.0 Measurements e>ts and Paym cn . ..6 13.0 Subsidiary Items 29 1 1 o rn131.;R. 2000 1 r STANDARD SAN I•I'/1RY SFWFR SPECIFICATIONS SS-1.0 GENERAL; SS-1.0 Description: Sanitary sewer construction shall consist of ful-nishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the City Standard Drawings. flans. General Provisions and Covenants, Street Specifications and Standards, and these Specifications. SS-1.2 S eclficatlon Modifications: It is understood that throe shout this section these specifications may be modified or deleted by appropriate items in the Shccial Provisions or notes on the contract dravrings. SS-1.3 Revisions of_Standards: \Vhen r crencc is made to a Standard Specification (ASTM. AWWA) the specification rel'errccl to shall be Understood to mcarl the latest revision elf said specification as amended at the time of the Notice to Bidders,except as noted Oil the Plans or in the SPCCial Provisions. SS-2.0 MA'1'I;RI.AI,S AND 'L'I S'PING SS-2.1 Scop2g: This section governs the f t.irnishing ofall pipe, fittings and other materials as required to complete the work as shown on the Plans and as Provided liar in the Spccia.l Provisions. SS-2.2 General: 1 . Rec uirements: Furnish pipe ot'nlaterial:;, ioitit types. sizes-and strength class; e indicated and Specified. Higher strengths may he furnished at Contractor's option, at no additional cost to the Owner. 2. ME111LIlaCtlll'er: The manulacttu•cr :;hall he experienced in the design. I'llalltt(aC1lIrC and Co111111e1•elal supplyint_' ot•the specific material. 3. Inspection and 'Testing: To Inc perli0r►nec) by the manu(itcturcr's quality control personnel in conformance with applicable standards. 'Testing may be witnessed by Owner. Engineer, or approved independent testing laboratory Upon request of the (hyper. ;Ind prior to delivery, the Conti-actor shall provide three (3) collies ofcerli(icd test reports indicating that material does conl'lrnl to the specification:;. 1 e e SS-2.3 Vitrified Clay 1'i e: Confbrnl to AS'I"M C-700,except as otherwise specified herein. I. General: Furnish maximum pipe lengths manufactured by the supplier,except for fittings, closures and specials. 2. Design: Provide ASTM C-700 1"Atra Slrength pipe and fittings in sizes 18- inch and smaller. Provide either ASTM C-700 Standard Strength or Extra Strength Pipe and fittings in sizes 21-inch and larger as specified by the Owner or I-?ngineer. Standard Strength pipe shall be designed for Class B Bedding in accordance with ASTM C-12, unless; otherwise noted on the Plans. 3. Joints: Flexible gasketed joints im bell and spigot clay pipe shall be compounded of'high quality polyurethane plastic bonded to both the bell and spigot ends of the pipe and properly molded and cured to a uniform hardness and compressibility to form a tight compression joint. All bell and spigot joints shall conibrm to ASTM C-425. 4. Fittings: Provide fittings, if specified. defined as tee or wyc connections suitable for assembly to house or building sewers similar to W.S. Dickey Clay Company "Derma-T" and "Pcrrna-1"'. ® SS-2.4 Ductile Iron Pipe: Conibrnl to ANSI A21.51. except as otherwise specified herein. 1. Design: Design of pipe shall be in accordance with ANSI A21.50 laying; conditions B or F. Minimum wall thickness shall be for Class 2. 2. Joints: Mechanical and push-on joints im ductile iron pipe and fittings shall conlbrm to the requirements ol'ANSI A21. 11. Caskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be acceptable. 3 Fittings:,s. Fittirips sl all • 'n accordance 1 1 S 1 . 0 fi r g,. . t c 1 I 1 e r c r c,e rrt l ANSI A_ 1 and shall have a pressure rating; of not less than that specified for pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with rileellarlical.lc)rrlts shall have mechanical joints. Fittings f'or pipe with push- on joints shall be either mechanical joint of• pllsll-On jOlnt. Furnish all specials, taps, plug~ and wall fittings as required. SS-2.5 Acrylonitrile Butadiene Stvrene Composite Sewer fine: Conform to ASTM D-2680, except as otherwise specified herein. 1, General: l"Urnish nittxinlunl (lips lengths manufactured by the supplier.except For fittings. closures and specials. 2, Design: Pipe to consist of two concentric thereto-plastic tubes integrally braced across the annulus and with resultant annular space filled with inert material to provide continuous support between inner and outer tubes, 3. Joints: Collar joints for A13S pipe and fittings shall be "Type; SC or Type OR and shall conform to the requirements of ASTM D-2680. Type SC. is a solvent-cclllented joint in which pipe solvent cements into a �I coupling socket to I0rin the joint Closure. Type OR is a flexible gasket joint For A13S pipe and special manhole corrector's, in which a gasket is compressed between pipe and a belled coupling to tiu'nl the joint closure. Gaskets shall conform to ASTM C-443. Gaskets steal I he neoprene or other synthetic material. Natural rubber gaskets will not be acceptable, 4. Fittings: Fittings def inecl as tec or wyc connections suitable lbr assembly to fl- inch or 6-inch house or building sewers shall he saddle-type fittings molded of rigid A13S plastic, SS-2.6 Reinforced Plastic Moran PiPY C'onlornl to ASTM D-3262 except as otherwise specified herein. 1. General: I'lll'i11Sh Illilxlllllllll pipe lengths illrlllufactured by the supplier.except fir fittings. closures and specials. 2. Design: Pipe shall be a composite structure manufilctured from siliceous sand. borosilicale glass fibers and catalyzed isophthalic polyester resin without organic filler. file shall he Illlr11L111C to sulfuric acid Formed by completion of the hydrogen sulfide cycle when installed according to Illrllltlfacturer''s i•ecolllrllelldatlons, 3. Joints: Flexible gasketed joints shall he compression ty-)c with a gasket t, .I P . 1 g confined in a machined groove in the spigot end ol'the pipe. Oil resistant rubber gasket rings shall conform to the requirements of ASTM D-1 969, Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not he acceptable. 1 4. Fittings: Fittings defined as tee connections suitable for assembly to 4-inch or 6-inch house or building sewers ;,hall be saddle-type fttings of rigid ABS plastic or 13VC plastic. SS-2.7 Poly Vinyl Chloride (PVC) Sewer Pipe: Conform to ASTM D-3034, except as otherwise specified herein. 5. General: Furnish maximum pipe lengths manufactured by the supplier,except fittings, closures and specials. o6. Design: The minimum wall thickness for PVC Pipe shall conform to SDR- 35. Pipe bedding shall conform to ASTM D-2321 for Class 1 materials. 7. Joints: Flexible gasketed joints shall be compression type with a gasket confined in either the spigot end or the bell cnd of the pipe. Rubber gasket rings shall conform to the requirements of ASTM D-1869. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. 0 8. Fittings: Fittings dcllned as tee connections suitable for assembly to 4-inch or 6-inch house or building sewers shall be saddle-type fittings of PVC Plastic. SS-2.8 Reinforcing Steel: Reinforcing steel shall be placed as shown on the flans and shall conform to ASTM Specifications as follows: 1 . Bars and rods shall be deformed billet-steel conforming g to ASTM A-615. Grade 40. 2. Welded wire fabric shill confirm to ASTM A-185 Grade 40. 3. Fabricated steel bar and rod mats shall conform to ASTM A-184. Isar material shall conform to ASTM A-61 S. Grade 40. 4. Smooth bars shall be round carbon steel liars conforming to ASTM A-306. Grade 60, SS-2.9 Manhole Materials: ' 1 . General: Manholes shill conform to the applicable City Standard Drawing, 2. Mortar: Mortar and plaster casting for masonry manhole units shall he two ' parts Portland Cement to one part Masonry Cement to six parts plaster sand o s 0 mixed with the least aniount of potable water necessary to provide a workable mortar. 3, Brick: Clay brick shall coil Form to ASTM C-32. Grade SS orSM. Fol-Grade SM. the maximum water absorption by 5-hour boiling shall not exceed 12.0 percent For individual brick or 9.0 percent for the average of Five bricks. 4. Precast Concrete: Precast concrete manholes shall conform to AS'TM C-479. Joints shall he of material as specified for reinforced concrete pipe,joints or bitumastic material or petTormcd flexible joint sealants applied in accordance with Illalitllilcturer's recommendations. 5. Cast in Place Concrete: C'oticrctc used shilll conform to applicable City Standard Drawing. 6. Waterproofing: Watcrproof ing will be required to all manholes. The bitumen shall consist oi,two coats ol,,.lsphzllt or coal-tar pitch. Asphalt shall conform to the requirements of ASTM D-449. Coal-tar pitch shall conform to the requirements of ASTM D-450. 7, flexible connectors designed to produce it positive watertight connection f or pipes entering precast manholes shall he pr(wided. 'These connectors shall be the "A-LOK" produced by A-LOK Products. Inc. or approved equal. , SS-2.10 Manhole Casting: 9. General: Cast-iron rims. covers and steps confirm to the applicable City Standard Drawings. The castings shall meet or exceed the following requirements: 9. iron Castings: 1, Iron castings shall Conform to till' requirements of*ASTM A-4f;. Class t, 1 30. 2. C'asting's shall he clean and whole. and without HOW or sand holes or any other surface defects which would impair serviceability. Plugging or f Ilhnt_' of hole` or (ether CICICCIS will not be permitted, 3. Parsing fins and pouring pates shill he rcmm•ed. 4. Castings shall be thoroughIN Cleancd and painted with two Coatill ' 5 asphaltum paint before being delivered to the site. SS-2.11 Beddin , A w Yre atc: .All Materials used for crushed ,tone pipe bedding shall conform to applicable City Standard Drawings. SS-3.0 GRADING f1N1� SCI'1= 1'itf?f'ARr1 T'i()N SS-3.1 Sou c: '(`his section governs the furnishings of all labor, equipment tools, materials, and the performances of all work for clearing,grubbing, and denlohlion.wholly or in any part, at locations shown on the Plans, or as provided for in the Special Provisions. Clearing, grubbing and demolition shall be done only to that extent which is necessary f or thc; prosecution of'the construction of'the sewers. tSS-3.2 Definitions: 1. Clearing: Clearing shall consist of remmoving all vegetable Matter, such as trees, brush, down dinber. rotten woad, rubbish and other objectionable combustible materials, found on or above the surface of the site. It may include removing Icnces, lumber, waste dumps and trash, and the salvaging of such of the materials as play he specified. '('his Item shall include the disposal of'the debris resulting from the clearing operations. 2. Grubbing: Grubbing shall consist of removing and disposing of stumps. roots. buried trees and brush, wood piling, wood curl) planking, wood culverts, wood catch basins and drains, and wood stairs appearing on or below the surface of the ground which has not been included in section entitled "Clearing" 3. Demolition: Demolition shall consist ofdemolishing,removing,disposing,or incorporating into backf ill all non-vegetable matter appearing above, on. or below the ground surfilce, This shall include all material derived front the Ademolition of Portland Cement Concrete itCnls such as base courses, curbs, curb and gutters. sidewalks. flours,steps.driveways,drainage structures of all sorts. fences. and other miscellaneous items such as 1,6undatioils or• wall of any sort. and iron or steel iterns, and s11r111 irlclucie all asphaltic ItC111S SLlch as pavement and base courses. SS-3.3 Construction Details: 1. limits ol'Work: The limits forclearing. grubbing and demolition shall. in no case, extend beyond the limits of the right-o1-way. city property lines. Or easerllents. LlDJeSS otllCr\ViSe specified on the flans or Special Provisions. ' 2. Protection of 1"'Aisting Facilities: The Contractor shall be responsible for protecting any improvement of Luny agency, public or private, in the vicinity I� (�f clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the assistance ofthe affected agencies in the location of their facilities. The Contractor will not be responsible for the cost to any agency tcrr assistance in the location of its facilities, but he shall be responsible for the cost of'all damages to SuCII facilities arising because of his carelessness or negligence. 1 . Private Sewer facilities:The Contractor shall make every,reasonable of ort to protect private sewer Facilities. They are not shown on the Phins. When these facilities are disturbed or dammed by the work, the Contractor shall make necessary repairs to the Iacilities For c(mtinuous service prior to the close of'the work clay. 2. Property Pins: All property or lot corner pins or stakes shown on the Plans and disturbed by this construction will be properly referenced by the Contractor prior to removal, and reset by the Contractor upon completion of tllc pro.iect. SS-3.4 CClcarinl;: Clearing shall be performed in advance ol'the construction operation so as not to delay the progress of the work. The refuse resulting from clearing shall be hauled to a waste site secured by the Contractor, or if permitted by the Special Provisions may be burned in the area indicated on the Plans in such a manner as to nnect all applicable requirements of the Federal, State. County and Municipal regulations concerning health. sai'ely and public welfare. SS-3.5 Grubbin : Grubbing shall be kept abreast of'the"Clearing" as nearly as the sequence of'operations may permit.. All stumps,roots, and other objectionable material within the disturbed area shall be removed to a depth of at ]cast twelve(I?)inches below the Finished grade elevation. Disposal of debris from grubbing shall be as described in "Clearing" above. SS-3.6 Demolition: If portions of existin g improvements arc to be left in lace, the limits of -- l t^ I P Pavement removal shall be laid out as neat. straight iines a minimum distance ofsix (6) inches heyond the anticipated edges of excavation. If the pavement rcrnoval limits are approximately parallel to and three (3) feet or less from an existing pavement joint, previous cut, or curb, the limits of removal shall he extended to the joint, cut, or curb. Sufficient portions ol'the pavement shall be removed to provide I'm the proper grade and alignment ()I'the; 11CW construction, Disposal o1'dehris from demolition shall be descrilml in SS.3.d "t'Icaring" SS-3.7 l nvironmcntal 111-otectioll I'rocccliu.cs: i 1 1 1. General:Compliance with the Following procedures for protection ofexisting greenery is required. 2. 'frees: All reasonable effort shall be made to save as many trees as possible. rif trees can he saved by trimming, this shall be done in accordance with acceptable pruning practices. Any tree removed shall be replaced with like species of nursery stock outside the temporary Sewer Right-of-Way. All trees within 30 feet of either side of sewer centerline which are specifically to be removed or saved have been marked on the Plans with the following notations. 1. "frees marked "S" shall be saved. 2. "frees "Xcd" out shall be removed. 3. Shrubbety. Small Plants and Flowers: Prior to the start of construction, property owners will be notified of the proposed starting date. One purpose of this notif ication is so that the property owners may remove any shrubbery, small plants or flowers that they, the property owners, desire to save. ® SS-4.0 PIPE LAYING, QINfINCC AND TF-ISTING SS- 4.15c e: This section governs the furnishing of all labor, equipment, materials and tools for tthe installation of all pipes, fittings, specials and appurtenances as shown on the Plans, City Standard Drawings or as provided (or in the Special Provisions. 1 SS-4.2 I-iandlinb: 1. Handle pipe materials and fittings in a manner to insure installation in sound and undamaged condition. Do not drop or bump. Use slings, lifting lugs, hooks, and other devices designed to project pipe, joint elements and coatings. In handling plastic: pipe of ten 00) feet in length or greater, a double sling, will be required unless otherwise approved by the Engineer. e 2. Ship, move and store with provisions to prevent movement or shock contact with adjacent units. SS-4.3 Installation: 1. All work shall he ill accordance with the fi►Ilowing standards: ASTM C-12 - Installing Vitrif icd Clay `+ewer Pipe. t�l AS'I'M D-2321 - I lndcrground installation of flexible •I'herrnoplastic Sewer Pipe AW`JdA C-600 - Installation of Cast Iron Water Matins. 2. Utilize equipment. tncthods and nuticrials insurin'I installilt 011 10 hlles t.nd grades indicated. I . Y1,111cr ,Boards and Lascr: The Contractor shall provide and maintain in good working order, on the site, at all times, a laser beam or a gauge rod uf'sui'licicnt length to reach {Torn the invert of'the sewer pipe being laid to the top line strum on the three hatter hoards. The gauge rod shall be graduated and nurllbercd each Foot of its entire length. The gauge rod shall be crluippccl with either a plumb line or two spirit ICVCIs and the utmost care used to insure a truly vertical gauge rod at the time the reading is taken and pipe is being set. In the event a laser beam is used to control line and grade Im the pipe laying operation, the laser must he checked at the beginning ol'each clay and at least once between manholes and at Any other time the F.figinecr deems necessary to insure the proper line and grade ofthe pipe, ® ' Maintain the I61lowing tolerances from true alignment and grade: Alignment 3 inches Grade I inch Joint deflection shall not exceed the maximum allowable deflection per joint according to AS I'M C-425. ASTM C-594 and AVM WA C- 600. ()nly one correction for alignment. and/or grade shall be made bctwccn adjacent manholes. 2. P.xcept where pipe sections are heing encased in concrete. no pipe is to be supported by blocks, ?. Accomplish curve alignments with hends, bevels and open ,joints. Limit joillt opening in concrete pipe to 3'8 inch in laying scllcdulc and lk inch In s.lctual installation, hillit joint deflection with clay, cast iron or ductile iron pipe to not e:xcccd the maximum allowable deflection per joint according to ASTN/l C-425. ASTNI C-594 and , A W WA C-600, 3, Install pipe of,sir.c. material. strength class. rued joint trpv with Clllbedrllellt as ' y • shown on the Plans. Reinforced concrete pipe with elliptical rein(orcenlent shall be installed and positioned in accordance with the pipe manufacturer's pipe markings indicating top and bottom pipe. 1. Pipes installed on trades in excess of 20(Vo shall be anchored securely with p � concrete anchors spaced as follows: eGrade Maximum Anchor S)icin 20`ii - 35%, 36 ft. 35'%o - 50% 24 It. greater than 50% 16 (t. 2. Insofar as possible. commence laying at downstream end of line and install pipe with spigot or tongue end downstream. 1 3. Clean interior of all pipe. fittings. and joints prior to installation. l xclude entrance of foreign matter during discontinuance of installation. Close open ends of pipe with snug fitting closures. Do not let water (ill trench. Include provisions to prevent flotation should water control measures prove inadequate. Remove: water. sand. nlud and other undesirable materials from trench before removal ofend cap. 4. install pipe only when weather and trencl)conditions are suitable. Do not lay in water. Brace or anchor pipe as required to prevent displacement after establishing final position. SS-4.4 Pi )c Beddin : The sewer trench shall be curried to a point not less than lour (4) inches below bottom of pipe bell. Crushed stone bedding.compacted to 1*011 width of trench. shall than be placed and compacted to bottom of pipe with proper allowance for bell joints. After each length of pipe being laid has been shoved "]ionic" and placed ill proper alignment, it shall be securely anchored and held in position by crushed stone deposited sinlultancuusl)'on each side of'thc pipe. This crushed stone backf ill shall extend to a point not less than six (6) ruches above the top of the pil-e bell. if unstable conditions are cneountered and it is detcrnlirlcd by the Enginecrthat the bedding specified will not provide suitable support for the pipe. additional excavation to the limits determined by the 1?ngincer will be rcduired. 'Phis additional excavation shall be backfillcd will) crushed stone material approved by the l'ingineer. ' SS-4.5 Jointing: e 10 1 . General Requirements: 1. Locate joints to provide for differential movements at changes in type of pipe embedment, concrete collars, and structures. Support pipe from wall of manhole to first ,joint in normal sewer trench with concrete cradle structurally continuous with base slab or footing, 2. Clean and lubricates all joint and gasket surfaces with lubricant recommended by pipe inanufltcturer. 3. Utilize methods and equipment capable of fully homing or making up Joints without damage. 4. Check,joint opening and deflection for specification limits. 5, Examine each piece of' pipe prior to installation fir soundness and specification compliance. 2. Provisions for Jointing Clay Pipe: I. Conform witli ASTM C-12, Section K. 2. Handle pipe having pre-molded joint rings or attached couplings so that no weight. including. the tiveight of'the pipe itself. will bear on or be supported by thc,lo►nting material. 3. Provisions for Jointing Concrete Pipe: Chcck gasket position and condition after assembly with feeler gauge prior to installation of next section. 4. Provisions for,lointing Cast Iron and Ductile Iron Pipe: 1 . Conforrn with AVVN'A C-600. 2. i'aint suspected damaged portions with turpentine and dust cement to r check for cracks. iZemove turpentine and cement by washing when crack test is satis(itctorily completed. !f cracks are found. the pipe shall 1?e rejected. 3. Check gasket position and condition after assemble prior to installation of next pipe section. Provisions for ,lointing ABS Pipe: ' • I ' Chemically Welded Joints: 1. Apply prinle to outside ol'spigot, and inside of coupling per manufacturer's recommendations. 2, immediately apply cement to the same surfaces in Sufficient quantity that when (lie spigot is fully inserted into the coupling. a head of excess cement will lorm around the complete circurnference ol'the outside juncture of the spigot and coupling, 3. Make Joint within one minute by shoving spigot home with one-quarter rotation. Remove excess cement bead. 4. Rubber Ciasketed Joints: Check gasket position and condition after assembly with feeler gauge prior to installation of next section. 5. Provisions For Jointing RPM Pipe: Check gasket position and condition after assembly prior to installation of next pipe section. 6. Provisions (or Jointing PVC.' Pipe: Check gasket position and condition after assembly ilrior to installation of next pipe section. SS-4.6 Cuttin Cut in neat workmanlike manner without damage to pipe. Observe specifications regarding joint locations. Smooth cut by power grinding to remove hurrs and Sharp edges. Repair lining as required and approved. SS-4.7 'Lem-L)—rM 1'1 u ,s: 1. Plugs: Provide and install Thugs as nlilnu(iicturcd by pipe supplier or as fiabricated by Contractor if approved. Plugs shall he watertight against heads Uip to twenty(20) Iect of water. Secure plugs in place in a manner to facilitate removal when required to connect pipe. 2. Location: Plugs shall he installed a:;spccif ied or where shown on Plans. Also the open end oldie sewer.S11,111 be plugged at the crud of'the work day with a suitable mechanical plug to prevent entry of 1'oreigii material Until work is resumed. ' SS-4.8 CorInections to 1"xisiine Pi iclincs and Structures: 12 1. Connect pipe to existing structures and pipelines where indicated. Observe X11 pertinent articles of specifications pertaining to joint. locations. ?. Prepare structure by making an opening with at least two(2)inches cicarar►ce all around fitting to be inserted. Opening between pipe and manhole shall be tilled with an expansive grout in such a manner that a watertight condition will result. 3. Manholes to be built on an existing sewer shall be constructed in such a manner as will not disturb services of existing sewer. The manhole base, walls and invert shall be completed before the top half of tale sewer pipe is cut or broken away. Rough edges of the pipe thus exposed shall be covered with expansive grout, in such a manner as to produce a smooth and acceptable finish. Any portion of the existing sewer damaged by the Contractor shall be repaired at no expense to the City. 4. Connections between different pipe materials shall be made using proprietary transition coupling unless otherwise specified on the Plans. SS-5.0 MANITOLI-,S AND SPEVIAL STRUC'I'URI?S SS-5.1 Scone: This section governs the furnishing of all labor, equipment, tools and materials,and the performance of all work incidental to the construction of manholes. drop manholes and special sewer structures complete with covers. steps,fittings and appurtenances as required in accordance with the Plans, Special Provisions.and City Standard Plans. SS-5.2 General: As used herein special structures refers to manholes on large sewers, special junction structures, metering stations, siphons and similar structures constructed on the pipeline. Manholes and special structures may be constructed of precast concrete sections. cast-in place concrete, or brief: masonry. SS-5.3 Construction: 1. General: Manholes and special structures shall be constructed at locations r indicated and in accordance with details as show on the flans or City Standard Drawings. b. Precast Wall and Reducing Cone Sections: Handle with care to avoid damage , to joint ends of each section. Damaged sections may be subject to rejection at i 1 the discretion of the I nginc er. When using 0-ring joints, care shall be exercised in placing, the 0-ring on the spigot end, and lowering the bell section on to the spigot encl so that a watertight sail is obtained. When using biturnastic.joints. both spigot and bell ends shrill be pritned with solvent material conipatiblc. to the adhesive in the mastic. Approved bitumastic material shrill completely fill the joints so that a minimum ofone- Iourth inch head of material is visible after jointing, to be smoothed offafter completion of the.jointing operation. When a Flexible preformed butyl rubber orhituniinous polymerccinipoundcd with modifiers is useil to scal jointed sections ol'manholes, the: extrusion (11' sealant From the.joint is not required. 'type vertical spacing between rnatthole Sections shall not exc:ce d one-Fourth inch. Prerormed ,joint scalers remain flexible at temperatures as low as 0 degrees I a)irenlicit. All bilumustic materials or prelorniccl flexible joint sealants Shull not be applied to wet or dump surCaces. 3. Cast-in-Placc: Consolidate concrete with mechanical vibrators to eliminate entrapped air voids and rock pockets. Dorms shall be supported in such a ® manner as to prevent any movement or the forms while concrete is being cured. Any movement of the frirnis may be cause for rejection. I. Masonry Walls: F`kicll rnasonrT unit shall he laid in a full bed of mortar and with push joints. Closed joints must he obtained. Mortar shall fully cover the interlaces o1' each unit. Surplus mortar on the inside Face shall be removed. l3cibre initial set.all inside lace mortar joints shat! be well rubbed. The outside lace of all masonry manholes shall be plaster-coated with a minimum of one-hall' inch mortar. The mortar shall be steel-troweled to produce a dense. smo(nth Irmsli, ?. Invert Channels: Alignment of the invcr't channels shall be as shown on the Contract Drawings. When no specific details and dimensions are given, changes in flow direction shrill br smooth, Lill iFilrni and made witli the longest radius possible. Tile cross section shape of invert channels shall niatch the lower halves of the entering and exiting pipes. The surfaces of the channels shall be steel_. troweled to iiroduce ZI deilsc, snioc?th surface. `J%'hun Filling Openings, around liipes through rnunholc W,111s. mortar and/or masonry, units shall he placed so thin the resulting joints arc watertight. Mortar used in tier join( closure shrill no( interfere with the invert channel. SS-5.4 Curing: All masonry. plaster coating and cast-in-place Concrete Shull he adequately protected i'rom f'rceiing and loss of moisture Cor the first 24 hours. The curing ' 1�F methods and materials to be used shall be approved by the l'ngineet% SS-5.5 Manhole hill ,,s: All rings lilt• manhole covers shall be set to ;hatch the existing surfaces, except.in flood plaids where the Plans indicate that the ring is to be sct al an elevation Iligher than existing ground. I?.ach ring shall be set on a full mortar bcd of bitunitlstic nl,tteriai, if approved by the I.ngineer. Ifmasonry units arc used to adjust rings to grade, the masonry wort: shall confc►rnl to Scction SS-5.3 (d) of these spec i f ications. SS-5.6 Waterl-woofilw: Two coats of an Asphalt or coal-tar pitch waterprool'coating shall be applied to the exterior ofall structures from base to manhole ring. The coating shall be applied in sufficient cluantily so that no bare or-thin spots shoe'. The coating shall be applied in sufficient time to permit proper curing prior to backfilling the excavation. ('roper methods anc! materials shall he used du►ing hackfillin�� to pr^volt damage to the co,lting_ . An\' damage to the coating which does occur shall be inlnlediatcl\ repaired. SS-6.0 f'LI'I:: (..N('_APIA(?N'1._AND ('OIJ,ARS SS-6.1 Sccjx-: This seclion governs the furnishing ol• All labor, eLluipnlCnt, lools and materials. and the perlormance ofall \\ork lbr the encasement ofpipc in concrete or installation of•concretc collars at locallons Shown oil the flans. SS-6? Oenci-pl: 'Fools or partial encasement of pipe in concrete shall be used where the recfuircd safe supporting strength cannot he obtained by other bedding methods. Concrete encasement shall also he providal at locations to protect public water supplies or where there exists the possibility that standard bedding may he eroded by currents 01'water under and around ttic pipe. SS-6.3 Wtcrials: I . Concrete: ('oncrctc whcthcr reinforced or noel-6111►recd shall br.�,lppmvcd by the Direclor of, Public WLU'ks. Rcinfolvillu: heinlilrcing sled used in Ct►IICI'CIC cnc,tscnlents shall he ,1.S'I'M A-014, (iI-,.ide 40, SS-6.41 C onstruc_tioll: Concrete cncascnlcnl shall br conslrLlc.lcd at localions indicated and ill accordance wilh details as shown on the Plans or C'il Standard I yrawings. Start and tel'Illinalc cllcaselncnl at a pipe joinl. SLlitably support and block pipe to maintain position and prcycrlt Ilotalion. Dural to clinlCllsioW, indicated or L'onstruct Dull width ol,ll'c;nclt. l , .1o111t';: 11 a slllgle ;(.Clioll of CllC ISClllel)l IS 11(11 l'01IS11'11CIL-d Co►1111►LI(1LISIy (concrete is r)ol placed in ,I sillpic deposit) construction joint` shall lie 15 provided in the encasement to coincide with pipe joints. Construction joints shall be keyed continuously around the encasement. Longitudinal reinforcement shall be continuous through construction joints. 2. Curing: Concrete encasement shall be protected and cured so as to prevent excessive evaporation of 1110iSttll-C or freezing. 3. Backfilling: Rackfifl trench only after concrete cocasement has obtained a nlininlum of 2000 psi and can Sufficiently suppoll the loads imposed by hackfill and backfill operation~. SS-7.0 13ACKFII,I. SS-7.1 Sco c: This section governs the furnishings of all labor. equipment. tools and materials.and the performance of all operations necessary Ror thy,proper replacement o('back(ill material in pipe trenches and around structures as required by the flans and Special Provisions. General: I. Unless otherwise specified. all sewer trenches and excavation Around structures shall he backfilled to the original surfilce ofthe ground with earth, earth and rock or other accelltahle material. When earth and rock is used it shall he placed and thoroughly Consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shrill so sort and stockpile the excavated material so that the proper material is available tar back fill. 2. The hackfill material shall hr compacted to a mininlunl of 80.0 percent of optimum density as deternlinec.l by the Standard Proctor 'Pest or shall be compacted to a dC1lSIt1' CquiVHIC111 to the do nsity of the i1111nlediate adjoining soil. The toll six illChes of hackfill in street right-o(-way shall he compacted to a minimum density ol'95.0 prevent ol'clptinlUill density as determined by the Standard Proctor Tcst. Backf if 1 material shall he placed and compacted only when its IlloistUIV corllcnt is within 2.0 perCUnt of optin-111M moisture content as determined h%, Standard Proctor 'Pest. 3. The comII)ination oftlie thickness of the laver, the method of coin,Pactiorl rind the type of Corllpaction crquipnlent shall he al the discretion ofthe Contractor subject to obtaining the densllies as specified above. ' 44. The duality of the compactions shall he subject to compaction tests when deemed necessary by the 11111gincer, It shall be the C'ontractor's responsibility to mike necessary excavation in order to accommodate compaction tests tit locations specified by tllc Csngineer. The compaction tests will be perfilrmed at no cost to the Contractor. IF' the quality of the compaction does not meet the above requirements, the material will he removed and replaced to meci the above requirement. fit (lie expense of the Contractor. 5. Commercial sand bacl;lill shall not be used. 6. In nrerls marked "t ial-dell" of "Flower 6:11-dell" oil till.' Plans. the tollsod as excavated shall he stockpiled and replaced to original elevation. location and depth. 7. Backfill material shall be carefully placed to avoid damage or displacement (W sewer or Structures. 9. Backfill shall not be placed when material contains Frost, is fi'or.en, or a ill anket ol'silow prevents proper coiiipacttori. 13i1cklill shall not coiitiiin waste material. (ices. organic material. rubbish, etc. SS-7.3 Backfill c)fAl'ihc Ir'ct�cltcs: 1. The area below a plane six inches above the to l of pipe hell shall he ® ' 1 l ! ! hackfilled in accordance with the specifications for "Pipe 13edc.linf,". 2. l3ackfill above a plane ;ix inches above the top of pipe hell shall be made With suitable earth. earth and rock, or other acceptable material except than the area below a plane one ti►ot above the pipe hull shall not contain any excavated rock. \Vhcrl earth and rock is used. the nu►xin►unl dimension of tllc Pock shall not exceed ►weluc inches . SS-7.4 11ackfill Around SITLICIl1I'e: I . No backf ill shall he placed over or almond any slnicltirc until (he concrete or mortar therein hat~attained a Inininmill strength 2000 psi and can suF'Ficiently support (he 101RIS irnl)osccl by the NICklill wi(hotlt dalnapc. :_'. The Contractor shall use utmost care to avoid any weLit-OlI!. I(Mi011 het\veen the side of (lie excavation and file SIRICl IrC tllat would cause atilt' Ill()\'Cllit:llt oftlic struclurc. Any damage caused by premature backfill or by the use o(' equipment (ill of hear a s11*110 ll'C Will hC the responsibility of the Contractor. 3. Backlill sliall he placed and compacted on all sides of the structure simultaneously, and operations shall he so conducted that the hackfill is always at approximately the same clevation oil all sides of'the structure. 4. No excavated rock larger thtul (Mir(4) inches maximuni dimension shall he placed within one (f ) fi►ot c,f'file exterior surfirce dany structure. SS-8.0 T[INI"11NO, 11OIZIN6_AND JACKING SS- S • ► l 'I'll se 'o i gov errls the furnishing of a I ahoy materials and ec l.►i ment.and ,,, 8.1 �c_� c., hl t,tr r �, c �, 1 I ) p the perf,ortllance of all operations necessary 1'()r the construction of tunnels complete wilh lining, bulkheads and sand fill at loentions shown on the flans or where constructed at tilt Contractor's option when approval to pass the utilities, streets or obstructions without open excavation. SS-8.2 'funnel ('rocs Se:ainn: ('onstrut I circular in cross section of'sir.e indicated. Alternate sirs and shape may he submitted For approval suhjecl to the Collowing: 1. Iiest suited to proposed method ofcNcnvatiori and linin)" . 2. ('icar cross-sectional area not less than char areal of circular section inc.lie;ttecl. 3. Invert at grade cotlsislcnt with ad,joinitig open cut consuauclion, SS-8.3 Materials: 1 , tiled Liner I'Inle: Steel tunnci liner plates shall he Arnlco "Standard", Commercial Shearint; and Stalliping Colllpally "Collllllerclal", republic "'I ruscon Paneled Out", or equal and shall he galvanir.cd in accordance with ASTNI .A-I:_'3. The design and shape ol' the liner plates sht111 he such that 1lsSC111M V c;ui take l►lace entirely from Within the turtncl liner. The outside diameter shall he I'oru (-I ) Icct and the Illlnilllunl \VIll thickness shall he United States Standnrd (iaugc 12 (0. 1040 inches). guff iciest sections shall he provided With oue laid onc-tlall' ( I i/) inch or larger grouting boles, loctlted near the centers. so that when the plates are installed there will he onc line (W holes on cithel side ol'tile tunnel and one at the crown. The holes in each line :;hail not he more than nine (c1) liCct agar( and. unless otherwise approved. shall he staggered. Bolt~and nuts s11;111 conl01111 to ASTM A-153, ' A-M7. A-'12ti and A-449 as appiicahle. 2. Steel ('asings: Steel cashigs li►r hired or,jackcd construction shall he steei pile conforming to AS'I'M A•-131) with minimum diameter as shown oil the r1 .: I�1tlr►4, 1 , Mininitim wall thicL-ness shall he in accordanec with the (irllovving table: Diurticter Nom.imal Wall Thickness olrC tLSi-IlL llndcr Railroads All Other lists 24" 0,406" 0.2811 26" 0.438" 0,281" 28" 0,400)" 0.312" 30" 0.409" 0.312" 32" 0.500" 0.312" 3411 0.500" 0.312" 36" 0.50011 0.:344" 2, Steel Shull he Grade H under Railroads and (ir'adc A on all other uses. 3. Joints: I , Steel liner plates Shall have holtcd joints in both longitudinal and circumferential planes. Stagger longitudirtal joints in adjacent 1-illg:= Nvhcn assembling. 2. Steel pipe shall have weldt"d joints in accord'lrlce with MANIA C- 206, SS-8.4 Consiruction: I , General: Before starting work, conlplcic delailS ol'thc nlcthocl of operation and liner materials to he used shall he Suhn►itted to the I"nginccr. The cast iron pipe sewer, in the taro to he Itlnnelc•d. hared of jacked. shall he completed hefi►re the conStruction of adjacent portions of the s'u're sewer lateral. •I'he purpose of this requirement is to allow Cor slight discrepancies ill alignment and grade wl►ieh ma occur in the tunneled, bored or jacked installation, so mir►or ad justn►cnls in the adjacent sewer' eon hr made. The rn'lxinrunl lllo\VlblC dcyi,rtion in alignn►ent and gt'adc ol'sewcr pipe shall he as shown on the ('onsttuctiorl flans. 2. l:xurvation: 11:xcavatc by 'Ipproved methods applicable to materials er►countcrcxl. 13oril►L operation~ shall be pel•101-med by experienced crews using a rot►u' h0111112 n►achinc dcsiplwd espociull\ for this purpose, lncludc d0vatering and chemical soil stabilization or grouting il'necessary due to existing f field conditions. Conduct excavation in It mauler to prevent ' disturbing the overlaying 'Ind adjacent malcrial, • 1 c) 3. Lining: Assemble liner plates immediately fallowing the excavation. Advance casing continuously with excavation. When liner plates are being installed, care shall he taken to maintain alignment, grade and circular shape of the Wnncl. All voids between linear and surrounding eartli shall be filled With grout farccd in under pressure. The grout shall consist of two parts of sand to one part ofilordand C"ement,mixed with :,efficient water to maintain it freely pouring consistency. As the pumping through any hole is stopped, it Nshall he plugged to prevent the backflow of grout. After lining installation is complete it shall he cleaned of al l debris and all leaks which allow flowing or seeping water into tunnel, shell be stopped. f. f1"nd Seals: C,onstruc( c c 5eals after sewer pipc has been permanend Y p laced inside casing, tested and approved. [;rick shall 1)e in accordunce with AS'1'M C-32. Grade SS or SM and mortar in accordance with AS'I'M C-270, S. Sand Dill: fill annular space between lining and sewer pipe with sand complying with gradation as set forth in AS'I'M C-33, line Aggregate. Moisture content shall not exceed 0.5 of one percent. Dili ;.after sewer pipe 1 has been permanently placed inside casing. tested and approved, in a manner such as not to disturh the alignment and/or grade of thy. ~ewer pipe. SS-9.0 AC'CEPTANC1 TF'STS FOR S]"'WE'RS SS-9.1 S:qj c: This section governs the furnishing of all 1,11)01•. equipnu:nt. tools and ' materials. and the tests as required by the flans. Special Provisions, and these speci(ications. SS-9.2 AccqL�tan!�,ls for Oravity Sewers: SS-9.2.1 Visual lns,�ccticm: 1. C'on11'11001' shall elcan )i Ie c)f'excess mortar, joint sealant and otlhc:r• dirt and I f .t edchris priol' to inspection, 2. Sewer' will he imspceted 1)y Ilashinp, a light between manhole.; and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of land' misaligned.displaced or broken pipe and tlar pl•cscncc ol'visiblc infiltration or o(hc;r•defects. i. C'or1-CCI defCClS as required prir►r to s:onducting lc�ak,rgc tests. SS-9,2? C:xfiltration Leakage Test to he per(ormcd c)n the full length of all lines prior to acceptance. ' 20 I, Contractor may perform leakage testing by extiltration on sewer pipe larger than eighteen (19) inches I.D. 2. burnish all 11.1101', egtlipnlent, tools and materials required including bulkheads, muter and U11 1111SCclltulcous itenls required to perform the tests. 3. Test all sewer pipe over eighteen (1 R) inches I.D. after either the completed backfill or partial hackfill sufllcicnt to stabilize the position of' the pipe in both alignment and grade is acconiplishcd. Contractor may select sections of the project Im testing at any time by notifying the Il,rlgincer• 24 hours in advtuleC. 4. 1'cr-Ic►rrll alt depths of'water as meaSUr•cd above ccrlterlirle ()('pipe 01'110t less than two?(2) 1'ct nor more then ten 0 U) Feel (consideration shall he given Rlr water table ahovc said centerline). 5. Maintain test as necessary to locate all Icaks but not less than two hours. 6. Repeat as necessary after repair ill' leaks and dCICCIS until leakage. as measured.does not exceed 0.15 gallons per inch of internal diameter per hour per 100 Ceet of pipe length (200 gal/inch of I.l)./day/mile). 7. Protect manholes and other structures by means of bulkheads to prevent bursting pressures froni being applied inside the structure. 1;. Dewater pipe upon completion of testing. SS-9.2.3 .fir Lcakage Test to he perlownied on the 11111 length ol'all lines prior to acceptance, I. Contractor may perform air tests lilt all pipe sizes. _. l �t l h l 1 i uciliti�s required including necessary piping connections, test pUlllpirlg e(ltlllllllent, pressure gauges. hulkheilds, regulator to avoid ovcr- pl•cSSUrization and all rlliSCC11,11WOUS items 1'l lllir'ed. 1 . The pipe plug 101- inU•oducing air to the sewer line shall be cduipped with two taps. ()lie tap will he used to introduce air into the line heing tested. Through suitahle valves and I atings, So that the input air nuly he regulated. The second tap will he tilted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. All additional valve and fitting will he incorporated on the top used t►, check internal 1wessurc so that a sccoud test gauge maN he attached to Ille internal pressure tap. The pressure test gauge Will also be used to illdiultc loss nl'air prcssurc clue to leaks ill the sevver line. ?. The I lrcsstlrc test gauge shall meet the Following, mirlillmill specifications: Size (I)ianlelen 4 lb inches Pressure Range 0-15 Hygire Intervals I P.S.I. increments Minor `subdivisions 0,05 P.S.l. Pressure 'I'uhe Bourdon tithe or diaphragm ! 0,25%1(if' Illaxilmull seal. r'cadillp I)ial Whitc coated aluminum with black lettering, 270 deprcc tire and mirror c(Igc I'ipc Connection Low male lk" N.I','I . Calibration data will he sul•,I111cd with all pressurc lest Paugcs ('crtificati011 of pressure test gauge will he required front the gaups nuulnlilc:turer, This certification and calihrat.i011 data will he avail lhIC to file klllt�inccr whcnevcr air tests arc per1,01-mcd. 3. 'Pest each reach of sewer pipe hetwcctl nuulhofcs after completion of the installation of'pipe and appur•t.nances and the hackfill ol'se\Vcr trench. 4. Plug ends of line and cap or plug all connections to withstand infernal pressure. (hic of the plugs provided must havr Iwo taps fol connecting equipment. rifler conneeling air control cduipillent to the iiir hose. nl(►nilor air pressure so That internal pressure does not cscced 5.0 psig. Ahcr►•caching 4,0 psig. throttle the air supply to maintain hcfwccn 4.0 and 3.5 psip for at least two (2) minutes in order to illloll c(luiIibriLill) betWC.11 air tcmperal(n•c ' and pipe walls. During this time. check all plugs to det(Y:l MIN Icakage. If' plugs arc foUll I to leak. bleed of'klir, tighten plugs.and irpain be supplying air, Alicr Icnl1•►era1urr has stabiliZC(1. the pressure is i.11luwcd to (Iccrcase to �.5 psig, At '.5 psig. begin tinting to determine fhc tine• rc(Iuircd lily pressure to drop to 2.5 psig. Il'the bale. in Seconds. li►r the air pressure to decrease front 1.5 psis,! to 2.5 psip is �_,rcatcr thirn Illat shown Oil the table below. the pipe shall he presumed free of'dciccts. Pipe Itc(luired 'I lllle Maxinlurll l:c(luir'ed tiir.c I'rr_..I_Ill)_l_l Ti tile 2`' 8" 70 sec. 227 sec. 10" 1 10 sec. 283 sec. 12" 158 sec, :340 sec, 1 ,,, 248 sec, 425 sec. 18" 356 sec. 51 U sec. 2111 4135 sec. 595 sec, 1 24" 634 sec. 680 sec. 27" 765 sec. 765 sec, 30" 851 sec. 851 sec, 3311 935 sec. 935 sec. (fair test fi►ils to meet above requirements. repeat test as necessary after all leaks and def•ccts have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air last. 1 5. In areas where ground water is known tc) exist, install a onf.-half inch diameter cupped pipe nipple, approximately ten (10) inches long, through n►arthole wall coil top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the pe►•formance of the line acceptance test, ground water level shall be , determined by removin- pipe cap, blowing air through pipe nipple into the grot►nd so as to clear it, and then connecting a clear plastic tube: to pipe nipple. The hose shall he held vertically and a measurement of height in feet of water shall be taken after the water stops rising in this plastic tube. The height in feet shall be divided by 23 to establish the pounds of pressure that will he added to all readings, SS-9.3 Ac_centunce Tests I' r PresSurc S('\V I'e F0rCcm,►ins: . ,6• hydrostatic pressure and leak,a �c tests. Conl'or•m to AWWA C-600 1 I . 1 e,r Ic r rn l �. procedures as modified herein. 'lest shall apply to all pressure sowers, Perlorm after backfilling. 1 2. 'Pest separately in segments between sectionalizing valves. between a sect iona.►lizing valve and a test plug. or between test p1uQa. Select test Segments such that Idjustable seated valves are isolated fir individual checking. (Amtractur shall 1111-nish and install test plugs at no additional cost ' to the Ocaner, including gill anchors, braces and ether devices to withstand hydrostatic pressure on plugs. Contractor shall lie responsible for any dtunq�e to public or private property ' causal by fa►ilure ul` plugs, Limit full rate o1' line t►, available venting r rCapacity. :3. Pressure Test: Conduct at 1.5 tinics maximum operating pressure determined by following formula: r1' pt µ 0,650 (01'-0:) in which 1' pt - lest pressure ill psi at gauge elevation r , O — operating pressure in Iect as indicated For highest elevation of the hydraulic gradient ail each section of the line. r Gl: --- elevation in feet at center line ol'gauge. Perform satisfactorily prior to determining leakage. r 4. Leakage test: Conduct at nlaxinlum operating pressure determined by ('►Ilowing ('01-11111111: 1' It 0.433 (0P-Cie-,,) ill which r1' It test pressurc in psi at gauge elevation OP :Ind Cils - as in previous article. I. AIl,joints shall he watertight and live from leaks. 5. Deflection "test: ' Gravity pipeline 111' flexible materials shall also be tested by pulling 11 mandrel. The test shall he conducted not less than one ( 1 ) mantle alter backlill has been properly installed. The nlaxirllunl allowable deflection shall not exceed five (5) percent of'thc pipe's internal diameter. Mand1-e1 testing shall he peribrrned on a tllininlurrt of 25°10 ol'the pipeline, The sections tested will be determined by the Cite. if one section of line (ails the test, the Cite nlay require 1111 sections of pipeline he tested. The additional testing shall he clone at no additional cost to the City. r Any pipeline found not conformin ' to these 1-CC: U11'C111CntS SIl III be replaced by fw 1 I the Contractor at no additional cast to the City. and shall then be retested, The Cite play, prior to the end of the warranty (guarantee) period. conduct another deflection test with City personnel. Any pipeline found not 1 t conforming to these requirements shall be replaced by the Contractor at no additional cost to the City, and the Contractor shall provide all additional warranty (guarantee) firr not less than two, (2) years For that portion of pipeline so replaced. The City also reserves the right to conduct deflection tests on any semi-rigid (i.e. Armco Tniss)which shall be required to conform to these requirements. Mandrell shall be similar•or equal to the "Wortco c)-Arm Mandrell" live; (5) percent deflection for flexible or semi-rigid pipe as approved by the Fargineer. SS-10.0 Sl;rf)INC� r SS-10.1 Sccqy This section governs the 1111-nishing of 1111 labor•, equipment, tools and materials, and the perlor•nlance ol'aII work firr scaling. complete as specified in the Special Provisions and/or as shown on the flans. All grassed areas disturbed which lie outside the Contractor's normal trenching operation areas shall he restored to a condition equal to or better than existing prior to construction. All provisions of Section TS-c) shall ripply cxccpt as amended herein. SS-10.2 The seeding mixture used to seed areas oil' street ri g!`ht-ol-ways that are not Inclintained shall be cis f'611ows: Min. Pure {late HIS hind of.Secd Live seeLL041 Per Acre Alta fescue or Iticntuckv 31 rescue (Fcstuca H.Iialor Vat. APUndil)ccS) 75 90 Rye Grass (L.ol i um Perenne KO or l.. 1\liltillorunt) 80 50 Total 140P/acre SS-10.3 Sowing shall he accomplished bti' use of an approved mechanical seeder or drill (hated Sllreadet•cite he used ill srl'Inll circa), making sure that successive seed strips overlap to provide uniform covcrage. Seed should he drilled to ,r depth ofone-ImII•(142) inch. SS-1 LO 1!1 SS-11.1 ,+ q: This Section covers the furnishing of all labor, equipment. tools and materials, and the performance of all work for the replacement of pavement including sidewalks, driveways, and curbing, as specified on the Plans in the Special Provisions. SS-11.2 Definitions: Pavement, as used herein, shall include PortlandCement Concrete WCC'), usphaltic concrete, asphaltic and lime or cement treated surluce courses,and other similar types elf construction, including sidewalks, driveways, and curhing. Replacement,as used herein,shall mean reconstruction ol'the entire structural section of all pavements removed in excavated areas. including sidewalks, driveways, and curbing. and reconstruction or restoration ofdamagcd pavement surfaces outside of, excavation limits. SS-11.3 General: In all areas of pavement removal replace pavement upon completion of sewer installation. All pavement not designated filr rrmovul that is damaged by the C'ontractor's operations shall be required, restored or replaced depending upon the degree of damage. Prior to pamnetlt replacement. all edges that were previously cut but have been subsequently damaged, shall be re-cut, and all adjacent undermined and heaved pavement shall he removed to the edge of the undisturbed trench. SS-11.4 Pavement Replacement: 1. General: Removed pavement shall he replace(] in conformance with the typical sections shown on the City Standard i_)rawins,s. flans, and Technical Slrcet Specifications, the requiremen!s specified in the Special Provisions. and will generally he replaced in kind. Re placellicnt shall include ContitrLlCti011 Of all C01.11:SCS 11I u011 the suh g rade lbr a ulrtlplcte paVC111Cnt structural section. Restoration of damaged surfaces shall he as directed by the FAngincer. Final paverllcnt•joints must he parallel or perpendicular to the strCCt Ccntcrlinc. e2. Suhgradc C•onlpacti0n: Suhgradc compaction shrill conlornl to SS-7.0. SS-12.0 MI:ASI ]RI-MI:N•I'S AND PAYMf?NTS SS-12.1 5Ljlc: "I llis section Covers the method ol•mcasurcment and hasis of payillent for the l'urnishing ofall 1,11)01'. CCluipment. tools and materials and Im the perk rmance o!'all related work necessary to complete the sewer and appurtenances. • 26 SS-12.2 Method (it' Measurement: The amount of cornpleted and accepted work shall be measured or determined as (Allow;;: I. Pipe Sewer: I . Open 'I renched: Measurement of various size. type and depth pipe sewer will he in linear ('cct. as listed on the Bid, based on the true length ol'pipe computed from inside wall to inside wall ol'nlanholcs along centerline ofpipe sewer. Depth range as limed oil the Bid and Shown on the flails is the average trench depth between adjacent manholes 11-ld will not he measured unless changed field conditions result ill a change in the flans hy the l Aiginccr. ?. 'fumlCIed. Bored or.facked: Measurement will he made in linear IM I'or the applicable size of cast iron pipe sewer. tunneled, hared or .jacked aS listed in the Bid. based on the IRIC length of•pipc shown on the plans. 1111ICSS ChallgCd Ill the field by the Engineer. ?. MilrlllolCS: Measurement wi I he made for the applicable type, size and depth o1 n1i111holeS as listed ill till' Bid. The manhole depth shall he determined by Illcasuring Iron top ol'casting to outlet pipe Ilowline. a. Encasement: Standard concrete encasement will he measured in linear lect ® ' for the applicable size pipe, is listed in the Bid. Concrete collars will he measured as one (I ) linear foot oi'concretc encasement basal ctrl true length ol'encasenlcnt along the centerline of pipe. 44. Seeding: Seeded areas will be measured horizontally in linear feet atom; centerline ofscwcr, regardless okvidth of clistul•bed arva 01-Iype of:;ced usecL Sealing will he measured only when centerline ol'sewcr lies in grassed areas to be Seeded. as Shown Oil till' flans. Vclhen centerline ol'sewer lies in areas 111;11 al'C Ilot gl'i1SSCCl. S1IC11 Is street paving. driveways. parklllg al•cas. gardens. , etc.. no measurement will he rllade. Arcas that are disturhed which lie outside the C'ontractor's normal trcnchinlv, areas will not he rlleasurcd tin• payment. hilt shall he restored to condition alual to or hence than t11a1 r existing prior to construction. When sewer ends ill a grassed ;u•ca. Illulsurcillent will he made orllY to centerline.• of manhole. >. Rock: M e s t 1 I•e 1 c t f te tity I cxcctcd I•oc: \V ill I he l cubc yrs. , as listed in the Bill, bd:: Cd oil the true lengths and depths us nlulsured in the 1 icld. Payline width shall lie the outside(I i.ulletCl-of the pipe plus twelve( 12) ' inches. The Illllllmllllll pilyline width shall he Iwcnt\-lollr (24) inches. SS-12.3 Basis ol,Pavn►ent r r Payment fm• the completed and accepted wort; ,;hall be made as (Allows: i . Pipe Sewer: 1. Open 'Trenched: Payment will he made tit the contract unit price per linear filch (or the applicable size. type and depth of pipe: sewer. as listed in the Bid. Such payment and price shall constitute 11111 compensation Im all labor, materials, equipment and for the performance elf all work necessary to complete: the sewer, including excavation, sheeting and shoring,dewatering,preparation ofhcdding, installation of pipe sewer: backfilfing,compaction,disposal of excess materials and replacement ol'Immilent. ?. "Tunneled, iiorcd or Jacked: Pilynlent will hC made at the contract unit price per linear Foot For cast iron pipe sewer, tunneled, bored or jacked as listed in the Bid. Such payrnent and price shall constitute full compensation for all labor, material, equipment and fbr the performance of all work necessary to complete the sewer. including all excavation. sheeting and shoring„ dewatering, installation of casing pipe, tunnel liner plate, grouting, installation of carrier pipe, sand fill, end seals, hackftf ling compaction and disposal of excess material. including all cost of jacking and pit(s). Ma►lholes: Pa-meat will lie made at the contract unit price per each for the applicable type, size and depth of manholes as listed in the Bid. Such payment and price shall constitute roll compensation y pensation for all work necessa to complete the manholes. including excavation, sheeting and shoring, dewatering, concrete base, manhole steps. manhole ring and cover, waterproofing. brick or concrete masonry. reinforced concrete, backfilling. compaction and disposal ofexcess material. 3. l"licascnlent: Payment shall be made at the contract unit price per linear Blot ol'encascrnent, liar the applicable sire pipe as listed in the Bid. Such payrllent shall constitute (fill compensation I'm all 111101, IMUCI-ials, cquil)nlctlt and for the perfoimance of all work necessary to Collll)ICIC the item. including reillforccd concrete collars. -J. Seeding: Paynleni will lie made at file contract unit price per linear l«of for seeding. regardless oftype of'seed. is listed in the laid. Such payineilt shall COnstitutc full compensation for all labor, IllaterialS. CCltllplllCtlt and work i necessary to complete the item, irlcludint, grading. tilling. fertilizing. application of,scccf. Compaction and mulching. Rock: Payment will be made at the contract unit price per cubic yard, as listed in the Hid, SIICII paynlCnt and price shall Constitute full colllpensation forall labor. material, equipment, and all work necessary to.complete the rack removal. SS-13,0 SUBSIDIARY ITEMS Section TS-30 shall apply. t 2, e . e 'ITI.CHNICAL SPECIFICATIONS Or Olt TIw, INS'TALLA'TION OF WATERMA1N WA'I'I?R MAIN SUPPLY PIPING. VALV1?S, AND PI ITINGS 1. MATERIALS Ol- C'ONSTRl C 1'ION Piping, valves, and fittings shall be furnished and installed in acemclance with thr mantrfircturer's requirements. All pipe and materials shrill he new and in a condition satisft►ctory to the Owner. Materials of construction for water supply pipes and fittings shall he as Follows: eWKITT MAIN A. CLASS 200 PVC WA'I FR MAINS. Water mains may be PVC' Class 300. Pipe shall conform to ASTM D2241 and shall be pressure rated at 200 psi at 73°1- with a standard dimension ratio of SDR 21. I'VC pipe nntst hear the seal of approval of the National Sanitation foundation. Net laying Iengtlts must he 20 feet. Joints shall be integral hell push-on joints with single rubber gasket, making if pressure tight seal. Said pipe shall be in accordance with ANSVASTM D2241-78 or the latest revision thereof. Pipe Manufacturer to he.lohns-Manville, or approved equal 13. DUCTILE IRON PIPI . Ductile iron pipe for use on water mains under these specifications shall he cement-lined super Drell-cite push-on joint. manufirclured of materials and methods meeting the tests set lorth in the latest revision of ANSI A21.51 (AWWA C'151) for Class 50 ductile iron pipe. Pipe shall have a working pressure of350 psi. ® C. MOLL CULARLY ORIENTED ED I'VC WA• I-2'R MAINS. Water mains shall conform to ASTM ® f1483 and shall he pressure rated to 200 psi at 73" f. Pipe materials shall confirrm to ASTM D1784, �■ Net laving lengths must be 20 feet. Joints shall be integral hell position joints with single rubber gasket, making a pressure tight seal. D. FITTINGS FOR PVC MAINS. For PVC pipe flanged and/or mechanical joints ductile iron fittings fin• I'VC pipe, Tyler Pipe fittings, or approved equal, shall he used and shall meet the requirements of ANSI A21.1 1 (AWWA CI I I ). fittings shall include appropriate transition gaskets. L. GATE' VALVL?S. Valves for water lines sizes 4-inch to 12-inch diamctet•shall be Mueller Model A- 2360-20, non-rising stern, resilient wedge, gate valves or approved equal. d;ach valve shall include the required Mueller mechanical joint accessories. Said valves shall he of' the sire and joint type required in the approved plans, All valves shall he manufactured in ;accordance with AWWA Standards C-509, I . VAI.,VF' 130XI:S. Valve boxes shall be Tyler Pipe Model 564-S adjustable type, with lid as manufactured by the'I yler Pipe or approved equal. G, FIRE, HYDRANTS. fire hydrants shall comply with American Water Works Association specifications. I lydrants shall have: two-piece standpipe: compression type main valve: 5 ',G inch valve opening: two 2 ! ', inch hose uor✓Ics and one 4 '/`1 inch pumper norzlc: nrechar►ical joint inlet with cast iron retainer glands: 11/:, inch pentagon-shaped operating nut to open clockwise. Cast iron fining shall he cement mortar lined ith bituminous seal coat inside. and out. Inlet connection shall ' be 6-inch mechanical joins. fire hydrtutts shall he Model -l?3 as naanulaclurcd by the Mueller Company. or approved equal. Said hydrant c shall he equipped with auxiliary gate valve and valve ebox and Mueller transition gland (A-399). Said hydrants to he painted yelloN\. as per Cole County P.VA'.S.D. III Specifications, 1l. WA"!'LRLINI? L,O('A'1'OR WIItl-,,. Waterline locator wire shall be 1112 copper wire, solid, insulated for 600 V with splice points in the valve boxes. WATE-1A Si RVIC[:S A. Two-inch (2") diameter mid I-inch (I-) diameter water service piping, shall be SDR9 polyethylene (C"1'S) and conform to ASTM [)2737, or the latest revision thereof. Piping shall be pressure rated at 200 psi at 73.4° F and must hear (fie seal of approval of the National Sanitation Foundation. Pipe manufacturer to be Drisco Pipe Company, or approved equal. B. 'Three-quarter-inch (3/4")diameter•and cone-inch (J") diameter water service piping shall be type K- Copper tubing with 30 inches mininttrnr cover. C. Water services shall be cortstr•ucted as detailed on the Construction flans. All pipe and materials described above shall be of new materials in a condition satisfactory to the Owner. All pipe and fittings shall lie unloaded, hauled. and handled with care to prevent ill jur•y to the pipe. Proper methods and equipment shall be used fior safe handling. Should a defect, gouge. or crack be discovered in any pipe• the crack or defcctivc portion shall he cul off beforc being installed So that the pipe will be perfectly sound. The cut shall he made in the sound barrel at a paint al feast 12 itiches beyond the visible limit of the defect. The interior of the pipe shall he thoroughly cleaned of tell foreign nutter and shall be kept clean during operations by means of plugs or other approved methods. At all times when work is not in progress. aft open ends of pipes and fittings shall tic securely closed. Tees and fillings at hauls in pipe shall be property braced with substantial concrete thrust blacks. 2. EXCAVATION 01-'I'IZi NC'111 5 A. GENERAL The Contractor shall control the 'u'rading in the vicinity of pipe trenches so that the surface of the ground will he properly sloped to prevent water from running into the excavated areas. Any water or other liquid wasles. which accunnulatc in tote excavations. shall be removed promptly. The Contractor shall perform all excavation work necessary fir and incidental to the proper construction ofthc water line,as shown on the approved plans or directed by the Owner. Excavation shall include the removal of trees. shrubs, and undesirable rruuerial. t;xcavation shall he done along the lines indicated on the Approved plans and shall be continuous and straight without improper bends and kinks. Trenches shall be only of sufficient width to provide a free working space oil each side of•the pipe. During excavation, material suitable fir•backfilling shall he stockpiled in an orderly manner a sufficient distance from file banks of,the trenches to avoid overloading which might cause slides or cave-ins. All excavated material not suitable fir-backfifl shall he removed by the C'orru•aclor and disposed of in a manner approved h? the OWner. 'f-hc Contractor shall provide all barricades, lights. temporary crossings. warning, signs. etc. that may he necessary to property protect the public and the work fronn injure or damage. 13. DE'P'I'1-I. Trenches fir water, pipe shall be opened to a sull"c•ienl depth to obtain a minimum ol'30 inches of cover• over the lop of the pipe. All excavation shall be made so as to provide a corrlinuous bearing for the barrel of* the pipe. Bell holes shall he excavated to sufficient sire to permit ample room for making joints. The hollom of, wenches shall N: free from rocks, clods• debris and other unsuitable material and shall consist of properly shaped cart) or tannpcd granular maler•ial as specified herein. The Contractor shall be careful not to excavate hclo\l grade except to r'eln(WC undesirable material or as directed by the Owner. C. WIDTH. No excavated trench shall be wider than 1411() times the pipe diameter in inches plus 12 inches(width = 1.4d"+ 12")or two feet wide or as designated by the Owner. f). TRENCH IaXCAVATION CLASS]FICATIONS. All excavation shall consist of two classifications. Vis: Class "A""and Class"B." 1. Class "A" Excavation. Class "A" excavation shall consist of all other materials not mentioned ill Class "B." The decision of the Consultants shall he final on the determination of the proper classification. 2. CLASS "B" EXCAVATION. Any materials shall be considered Class "B"excavation, which, in the opinion of the Consultant, cannot he excavated by an excavator with an operating weight of at IeilSt 52,6O0 Pounds and flywheel horsepower Of tit least 153 hp. Said material to require drilling and blasting or drilling and wedging. The classif icatlon shall not he extended to include the materials, which can be removed by other means, but which, for reasons of economy in drilling and wedging. Such excavation shall include detached pieces of rock or boulders one cubic yard or more in content and masses of'solid, well-defined ledges of stone or masses or rock. slate, shale, or soapstone and other similar substances. Class "B" excavation shall he stripped for measurement in sections of such length as the Consultant may direct, and no rock excavated or blasted beflore such measurements will be allowed. Stripping shall mean the removal of all other materials so as to expose the surface of the rock. a. Explosives. Blasting,will be permitted for i2oc1: Excavation. b. Measurement. All Class "B" excavations shall be measured in place by the cubic yard. No loose, shaken or previously blasted rock will be allowed as Class "B" excavation, nor shall any excavation exterior to the maximum limits of measurements he allowed. Pay Nvidth for trench shall not he wider than 1-4/10 times the pipe diameter in inches plus 12 inches(width e = 1.4d"+ 12")or 2.5 feet wide or as designated by the Owner. 3. PIPE LAYING A. GENERAL.. Laying of the pipe shall be commenced immediately after the excavation is started, and the Contractor tmtst use even' means at his conlnland to keep pipe laying closely behind the trenching. The Owner may stop the trenching when, in his opinion, the trench is open too far in advance of the pipe laying operation. The Contractor may lay pipe in the hest planner adapted to securing speed and good results. It shall. however. be in accordance with the manufacturer's instructions and recommendations. and in a manner that will not damage the pipe. B, THRUST BLOCKING. Lines shall he thrust Mocked at bends, lees, caps. and hydrants to prevent movement of lines under pressure. The concrete blocking shall he placed between solid ground and the filling, to be anchored in such a planner that the pipe and fitting joints will be accessible for ' repairs. Thrust blocks shall be constructed in accordance with the following table: Dead E'lld Tee Or 22-1/2" Pipe Size In-Une Valve 90' Him," 451 Elhow Flib ► i. 2" Mill. Mill. Mill. Mill. Mill. Mill. Mill. Mill. 6" Mill. Mill. Mill. Mill. 8" 2'_3„ X 2'3" 2'8" X 2'8'* Mill. Mill. 10" 2'10" X 2'10" ."W' X 3'6" 2'6- X 2'(i" Mill. 12" 3' 0" X :)' 6" -1' 0­ N_ 11' 0" 2' 0"X 3' 6'" 1' 6" X 2' 6" MINIMUM THRUST BLOCK BEIARINGTO BE, 21 SQ. VY. C. LAYING Damaged or unsound pipe or fittings will he re*jectcd. Pipe shall be laid with bells fidicil1g, in the direction of laying, Joints shall be mad'u, as specified shove. Bef6re joining the pipe, all lumps, blisters. excess coaling material, and any grease or oil shall be removed front gaskets and the bell and spigot ends of the pipes. 1). PIPE BL'IDDINCi. Pipe shall be laid in a Ilm bottom trench with backfill material approved bN- tllc Owner deposited into the trench uniformly at both sides of the pipeline for the f*till width of the trench. LIP to the horizontal diameter ol'the pipeline. 4. BACKFIIJJNG FOR TRFNCI II:S A. GE.NFRAL When the pipe is laid. the Contractor shall backfill under and around the pipe wrail the Pipe is covered with sufficient material to hold the pipe in position when firmly tamped. Thc 01 remainder of the trench shall then be carefully backlilled simultaneously on both sides ol'the pipe. Broken concrete or pavement, blasted rock and I!lrgC hOL11(lel'S S11,111 not lie used as backfill materials. Any trenches improperly backfilled, or where settlement OCCLirs shall be repaired as directed by the Owner. The ground shall he graded to reasonahIC Lillif*►l'lllil\' and the required amount of'hounding over the trenches left in a unilorm and neat condition. Bellore final acceptance is made. the Contractor shall travel the line \\,ill) the (AvIler and arty settled places shall he repaired as directed by the 0wiler. It is the intent ol'these Specifications to secure condition where no Further settlement of trenches will occur after backf illing is completed. 13. BACKU111ING FM TRI:,NCIII__S IN UNI'AVI.*.'D ARIAS. The entire backfill for trenches ill areas other than areas to be paved w; indicated in file Approved plans shall he repaired as directed by the (hvner, It is the intent ol'these '-;pecillcatioils to secure a condition where no Further settlement ()I, trenches will occur alter hackI illing is completed. C. BACKFIIJ. IN I1AVF',D AR'L'AS. In areas of existin.0 or proposed pavement or rock sill-flaces, the entire backfill shall consist of well-urlded F minus crushed limestone. Tht! backfill material shall lie Compacted 11\ an acceptable method Io insure that no settlement of the completed backfill will OCCLII'. All areas of existing PliVelliclit damaged during, Construction shall be repaved with comparable cons►rticti0i) 111"llerials, and installed ill accordance with the latest edition ohlie Missouri Standard Specifications For I liallway CollMl-liction. Ldues of' the exishiliv pmellicill shall he licalk cut ill a straight line. removim, all damaged pavement, 1wior to repaving. D. RF"SPONSIBILITY (* C()NTKACT0K F()k BACKFII.I. SETTIT-WILM . The Contractor shall he responsible for the smisl'aclor\ compaction lon ol'backfill material described. If any ti-vilelic."or other excavation are found to have settled, they sllall lie inmlediately reworked by file Contractor and ® restored to the specified grades. In addition, the Contractor shall be responsible for sill dannage or 1� damages which alight result from settlement of back-fill made by hint of the fulfillment of his contract within and during the period of one year from and after the (late of fins! acceptance thereof by the Owner. E. FINISH GRAi)ING. The finishing ofside slopes, cuts, and fills shall ire reasonably smooth unif6rnl surfaces that will merge with the adjacent terrain without noticeable break. F. PROTI_LC"I'I(=)N 01 EXISTING SFWL:RS, STRUC'I'UR(S, OR 1.1'I'll.ITIi S. Where new lines approach. cross. connect to, or run parallel to existing sewer. structures, or other utilities, the Contractor shall be held completely responsible R►r protecting, preserving, and otherwise maintaining existing improvements during construction of the new lines. Ally damage inflicted nlllst be promptly repaired to the satistaction of the (hone•. (:'osts involved for tiny and all repairs shall be at the Contractor's expense. G. TESTING WA'1'ERI,INI'S. All newly laid lines shall be tested before being placed in service. Trenches may he backfilled as the pipe is laid; or where practicable, trenches or hell holes may he left open flit visual inspection during tests. Prior to slaking tests, all air shall he expelled (irons the pipe. If hydrants or blow-offs are not available at high points of the lines. suitable taps shall be provided at such points. A one hour hydrostatic test shall be made on file pipeline between valves or temporary plugs at a test pressure of at least 50 percent (50`%u) in excess or normal operating pressure. Any open trench or hell holes nlay over dry joints may be backf illed following this test. Where trenches have been backf illed prior to making the test, any leaks evident at the surface shall be remade and retested. All pipes, fittings, valves, hydrants, and other materials Ibund deicctivc rider this test shall be removed and ' replaced. After hydrostatic tests have been salls!actorily completed, a two (2) hour leakage test shall be made on the pipeline valves or temporary plugs at a constant 1"t pressure of' 75 pounds per square inch. Leakage in the test system shall be measured through a meter or approved measuring device. The allowable leakage shall not be greater than 70 gallons per 24-hour day per mile of pipe per inch nominal diameter of pipe. Should tests disclose leakage greater than the allowable amount, locate and repairdellective joint(s)until the leakage is within the specified allowance. S. WA'1'I R MAINS NI;AK_Si Wi:RS A. HORIZONTAL SEPARAHON. Whenever possible. a water plain shall be laid at least tell legit horizontally from anv samuir-* sewer. storm sever or 11larllloic. When local conditions prevent a lateral separation of ten feet, a water main nlay he laid closer than tell feet (it-(or in the same trench as) a sanitary or storm sewer, provided that the water main is laid in a separate trench, or (n1 un undisturbed earth shell located oil one side of the sewer at such an clevatioll that the hottonl of the water plain is at least 18 inches above the top of the sewer. When it is impossible to obtaill property horivontal and vertical separation its stipulated above, both the water maul and sewer must be constl•ucted 0 I'll ICChaniea1, slip-oll. or Icadjoint cast iron pipe. or pre-su•essed concrete cylinder pipe. and should be pressure-tested to assure water-tightness bef'orc breckfilling. 13. VERTICAL SEPARATION. Whenever water mail must cross sanitary sewers, house sewers, or storm drains• file water plain shall be laid art such an elevation that the hottonl of the water plain is 18 ® inches above the top of tht: drain or sewer. A full length of'wafer main pipe shall be centered over the sewer line to be crossed so that the joints will hC equally distant I'ronl the sewer line to be crossed So 11111 the.loitlts will be (dually distant froth the sewer Feud as remote therefrom as possible. This vertical separation shall he maintained for that portion of the water main locatcd within ten Feet horizontally, of any sewer or drain it (crosses. C. UNUSUAL. CONDITIONS. Where conditions prevent file rnininitim vertical separation set firth above From lrcing maintained, or when it is necesscuy !or the water main to pass under it sewer or drain, the water main shall he laid with mechanical joint (,,list iron pipe and the cast iron pipe shall extend off each side of the crossing to it distance from 'tile Sewer of at least tell (10) feet. In makil)g such a crossing, it full length of water main pipe must he centered over or under the sewer to lie crossed, so that the joints will be equi-distant from the sewer and as remote therefrom as possible. 'Pile sewer line must also be constructed of cast iron pipe with slip-on, leaded, or mechanical joints until the normal distance: from file sewer line to the water main is at (cast ten feet. Where it water main must cross tinder it sewed', it vertical Sc'paralion of 18 inches between the bottom of till' sewed' and the top ol'the water main shall he maintained. wills adequate support, especially For the larger sized sewer line to prevent them from settling on and breaking the water main. Tile sewer shall be constructed of ca st. iron pipe For it distance of ten Icet on either side ol'the crossing, or other suitable protection as approved by the Division of I lealth shall be provided. Where these conditions cannot be met, file Division of Ilealth shall be consullcd as to the precautions to he taken to protect the public waler supple. D. SI?WI-,R MANI IOL FS. No water pipe shall pass through, (it- come into contact with. and part of the sewer or sewer manhole. G. DISINFECTING WATER I:,INFS A. GE,NERAL. The interior of' all pipe, fillings, and other accessories shall be kept I•rce as possible from dirt and foreign mattcr at all tinges. Il y precaution shall he used to protect the pipe against f11e entrance ot•foreign material hel<rrc the pipe is placed in the new line. At the close ol'lllc day's work or whenever the workmen arc abseil From the job, the end ol'the last laid section of pipe shall he plugged. capped or otherwise tightly closed to prevent the entry of 10rcign material of' all nature. It'the pipe laying crew cannot put the pipe. into the french and in place without getting earth tilt(,) it, the Owncr may require that before lowering the pipe into the trench. 11 hcnvy, tightly-woven canvas hag, of'suilable size shall he placed over each end, and left there until the connection is to he made to the adjacent pipe. At times whet pipe laying is not in progress. the open ends of'pipe shall he closed by a watertight plug or other means approved by the U\vner. Joints of pipe in the trench shall he made hefirre the work is stopped. This provision shall apple durin!�the noon hour as well as overnight. 11. 1 L USLIINO ANI) S"ITRII-1/.1W) COMI'l..F'I FI) PII'ITINL'S. Sterilizing of' thr completed line ~111111 be dope in a nulnnerapproved and recommended by file Missouri I)ivisitm of 11en11h. Prior to chlorination. the plain :.ball be (lusltcd as thoroll"llh as possible with the water pressure and oullets available, Flushin g shall be done i flc►• the pressure tests are made. It must be understood That such flush n ing reuryes only the liuhtcr solids and cannot be relied Upon to remove heavy material ;plowed to grt into the plain during laying. I )mess extreme care ;rod thorough inspection is practiced during the laying crf'\vater mains. small clones. pieces of concrete, particles ol'rneltll. or Mier lirreign material may gain access to plains newly laid, If it is believed that such (orelull Illillerial Islay he in file plain. it shall he thoroughly flushed and vnivcs carefull\ inspected after flushing to we that the entire valve operating lllechanistn is in good condition. Subsequent to flushing,the following procedure shall he followed in disinfecting the water rebels, 1. Close off section of distribution system that is to he disinfected. 2. Prepare I%chlorine solution as shown in fire following table: Quantity of Water to Acid to Product r- Amount of Compound — _-- Make 11%, Solution -- 1 - High 'Pest Calcium 1-Iypo•Chloritc (65-70a Chlorine, I-l'I°I! Parchloron,etc.) I Ih. 7.5 gal. Chlorinated Lime y (32-35% Chlorine) --- - -----— 2 Ibti - --- - - - - 7.5 gill. Liquid Laundry Bleach (Durex or Clorox) 1 gal. 4.25 gal. _ 3 The amount of chlorine re uired per 100 foot length of- various pipe sizes is as shown in the f0lowing table: Volume of 100 11, Amount Required to Give Filipe Size Length 25 ppm Chlorine (in) (gal) 100%, Chlorine(Ih) - 1%. Chlorine/Water(gal) 2 16.4 0.0034 1/24 - 4 65.3 0.0135 1/6 ---- 6 146.5 0.0305 3/8 —� 8-- —_ _261.0 --_.. 0,054 ----- -- —y 2/3 _- -- 10 408.0 0.085 1 12 - 588.7 0.1'3 1-1/2 18 1321.9 0.276 3-1/4 24 2350.07 0.400 5-3/4 4. Introduce the chlorine solution with a positive displacement type pump at the same Point where the water will be introduced into the section to be disinfected. 5, fill the pipe ~lowly and be sure not to trap turd air in the pipe. Close the section off that is to be disinfected when the pipe is full and under slight pressure. The solution should be allowed to remain in the pipe fir 24 hours. NOTL: The detention time may be cut to Ihrce hours, provided a 100 ppm chlorine solution is used in place of'tile 25 ppm chlorine solution. 6. All valves or other appurtenances in the line being disinfected should be operated while the system is being filled with the Chlorine solution. Following sterilizing, all treated mulct shall be thoroughly flushed front the newly laid pipeline tit its extremities until the replacement water throughout its length shall, upon test, be proved comparable to the quality of Nvater approved by the Public Health authority having jurisdiction. The contractor or his representative shall arrange for any bacteriological testing of water samples that may be required. This quality of water delivered by the new. ew main should continue For a period of tit least two full days, as demonstrated by laboratory examination of sample!; taken from a tap located and installed in such a way as to prevent outside Contamination, Samples should never be taken from an unsterilized hose or from a hydrant, because such samples seldom meet current bacteriological standards. Should the initial treatment flail to resent in the condition specified in the preceding paragraph, the sterilizing procedure shall be repented until such results are obtainccL 7. C"LEAN ING OF'I H1`1 QROIJNDS During the progress ofthe work, the Contractor shall remove and properly dispose ol'all debris and waste material. Upon cornplction and acceptance of the work, remove Cron; the property of the Owner all equipment and facilities and unused materials provided by him in connection with the work and leave'tile grounds in a clean and orderly condition. 8. RES'T'ORATION OF DIS_fUM11;1)ARFA Any and all areas that are disturbed as a result of•coustruction shall be restored to an "as good or better" condition as existed prior to being disturbed. ROAD AND DRIVEWAY CROSSINGS I. GENERAL Any and all road and cirivcwa\ areas that are disturbed as a result of*construction shall be restored to an "as good or better" condition as existed prior to being disturbed. All driveway repairs shall also meat City of•.leflcrson specifications. ?. AGGRI^GA•I'f;•SllRFAC.'I; C O IRSF, A. The aggregate surface course shall he constructed to the grade and crass-section as shown oil tile: Plans, The Contractor shall shape the rock road surface. Am additional oranuliar immerial needed to shape the area disturbed shall he provided by the Contractor as necessary. 13. The aggregate surface course shall he constructed in accordance \ ilh Section 30=1 o1,the "Missouri Standard Specifications fir I lighwn. C'or►structiora" - 199() F( ition and all other sections re(c►red to in said Section 304. 3. ASP TALI' SIJRFAC'I.•. C•t)l IRSI': A. A prime coat of"I'ypc MC'-311 liquid asphalt shall he applied to the prepared base course surface in ' accordance with Section 4108 of,the '•Missouri Standard Specifications for Highway ay C'onstruc'tion" - 1999 Edition and all other sections referred to in said Section 4011. The prime coat shall be applied tit a rate of 0.5 gallons per square yard. B. Asphaltic concrete pavement construction shall conform to Section 403 of the"Missouri Standard Specifications for Highway Construction" - 1999 Edition and all other sections referred to in said Section 403. Asphaltic concrete pavement shall be it minimum of 3" compacted thickness, Type "C" asphalt placed in two 1%," layers, If the existing asphalt pavement is thicker,contractor shall match the same. 4. CONCRETE SURFACE COURSE AND CURB AND GLJ'f"i'ER A. Concrete pavement, sidewalks, and curb and gutter shall be constructed to the lines and grades as called for in the Plans. Said construction shall be in accordance with Section 609 of the "Missouri Standard Specifications for Highway Construction" - 1999 Edition and all other sections referred to in said Section 609. B. Concrete used shall be Class"B"concrete in accordance with Section 501 of the "Missouri Standard Specifications for Highway Construction" - 1999 Edition and all other sections referred to in said Section 501. C. The Contractor shall provide suitable protection,for the concrete pavement, sidewalks, and curb and gutter until such time as the Contractor completes baekfill of the curb and gutter and finish grading along sidewalks. D. The Contractor shall coordinate concrete pavement, sidewalks, and curb and gutter construction with the adjacent landowners to minimize access limitations. 1 r r ADDENDUM NO. 1 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE. IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 26, 2004 1 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: ..Do•n Schnieders Excavating n x� Inc. TITLE: Vice President r r CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 1 1 1 r 1 ADDENDUM NO. 1 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 26, 2004 1. Sheets W1 - W6 of the plans have been revised. The revised plans have been included with this addendum. These sheets shall be used in place of those contained in the original plan set. 2. Paragraph 2.D.2.a. of the "Technical Specifications for the Installation of Watermain" has been modified. The paragraph shall read: Explosives. Explosives shall only be used of such character and strength and in such a manner as may be permitted by the Owner. All necessary precautions shall be taken to prevent accidents and injury or damage to adjacent buildings. Blasts shall be completely and carefully covered with heavy timbers or other adequate protection and shall be made only between such hours as may be designed by the Owner. The Contractor shall be liable for all injuries or deaths of persons or damages to property caused by blasting or explosives. 3. Contrary to the note to the contractor on page SP2 of the plans, all conduits for the future signals shall be installed without tracer wire. 4. Special Provision SP-39, Photodegradable Straw Blanket, has beer) modified and shall read as follows: "This straw blanket shall be North American Green S75 or approved equal. It shall be installed according to the manufactures specifications using a red dot stapling pattern (1.15 staples per square yard). The blanket shall be installed on the lower portion of 3:1 slopes where the total length is greater than 18 feet. It shall begin 15 feet down from the crest of the slope and continue to the toe of the slope, and as further directed by the engineer. This item shall also include all fertilizing and seeding required in the areas covered with this blanket." 5. The quantities of Residential Approach contained on the Driveway Schedule have been modified. These modifications have been made to the enclosed schedule entitled "DRIVEWAY SCHEDULE (REVISED 01/26/04)" 6. Several changes have been made to the itemized bid form, and are as follows: r A. The quantity of item 13.01 is now 799. B. The quantity of item 13.02 is now 4,279. C. The quantity of item 13.04 is now 188. D. The quantity of item 13.05 is now 152. E. The quantity of item 13.10 is now 7. F. The description of bid item number 13.11, 6" MJ 45 DEG. BEND has changed to "8" MJ 11.25 DEG. BEND", and the quantity is now 2 The description o bi item number 1 7 D ' as changed o G. h f d 3 2 DETAIL J h c ng t "DETAIL L". H. The quantity of item 13.32 is now 21 . I. The quantity of item 13.39 is now 2,020. J. The quantity of item 17.01 is now 13,637. K. The quantity of item 17.06 is now 216 These corrections have been made to the enclosed bid form entitled "ITEMIZED BID FORM (REVISED 01/26/04)". This revised bid form shall be used in the submission of all bids. r r t tlI%)tpJl � �311NJ/TOM)MCY __._____—_ ___._____.____._.__._.__.___._._._..._.. ._. .._ .... _._._..._ ._.. _.. _. ... .. _. .... ... _.._ _ _ _ _ .. _.._ .... lkbl'InfN(1.�'fVidN9n• N(11f9(11vrnJ.9lnwfvr „wR♦►�+n;n+•aenv.:ca"� I WN,l,'?lul.S1Cl2I.�I,IaY'i11,(./.N(Il)•) :+1'lU� fiMAINV1�tfdfYN• 9MA9Af(11(1NV'7r 1 P nnl+,rroQvula,aa t_ , LdNtfN7AAa(If1if• 7NNnG[,MDNi'IIAI:,• ♦,i.I1gnAN"I�j.i,n♦M(SO In' 7"IL10H,I(INV NV'Id 'JNIAIAuns 75''JNI?77INIJN i -- „�awl to :IA1?jO AT►�* DOD/1 ,q��iol 71Q1-o1Q•ooa•I ;.n, NI!'lN?I l I!'�! y� ■\./ ! Pn4.rol,nr,uo,' a.Wlwa! S.I.N 7L117�1 U?Id�VI NI I"IN?l.a1 11�f , , ' 1n e..L.!!�`►! l4!!(nayJaNl' wrynnoar.[w Eau,,ela 11 1 -fe9-9(! uxn luw+N,eM,w3:taw 9190 i99-9Ri o,3qW♦[aP INIO•Ua) � Y '�����'•• ( n Li ILI 8 -, x xx y Y 1 • o � � � � yY i �� i� I ��y � � ( r N , i!r, A� r � � lEr g � �' � •Rl I . IjI. I� {;� G' G, F' G' + ' 3 e�L� I•. ar, �-"'>� ` � i f 3 ti' L, ti, I� _...__ __...._-- --- ---- --- ��b°--°--•- - -_._..._. ------ --.�_._..__ .._. _____ C• NA s�A a R1 Ak a � � � i1 i I�� � „ '' S r v •I F Fit y J� aE�fA r: • I: , I ' y I'�•.I�� I I ' � l d �n � 9w' '�Ilt+l+t III, I ( iY uhi l { M P A. �P5�C „�\J 9 AM' � ' t ;�� i '� �© p �'f' • ' If jl I i � W I n Wont.'lu of ., h a e� L 1 ���♦©yy S��e J��•^• ,K.l•7.:_r 9 r I (;t�'t„!l i I tf'{j � I ( �11d+Ntt'tIt/•�♦..{o-i'l l.l'31t'J'[J_uIrlxJ te frul.'• Iw��a�.. l' \•\ r o il•, � j r 7�' ih !d Ii(l 1 y 4 y)G"� 1—. (.[7t 9 l�• • ".....--_.._..;......— ... J• X111 '- _...-..... _------'-- -._..-'— -��'•,�v- - �- - '------- - --- I �k.�. _ ovocl f so 1110 .r ift. � i �C .: •'�Ll 1 Q � 1 ,va - �c' aS �r r{ �-:ill, �' � hi ';•, _...- - ._... - ----.._ _.. -- - -.. � .,I• --'- -•--•--- -...— -------- --- �a, IL .. r`I j' .�I''1 1 t.• g iln ii:i 3 YJ i ci Ark fi,i f is oil- - -- y . J/ f t+l � �;, �4i���a t lyj 11 II`N'1 ,1111 Y, � €f'�Y�� ����I rlxl-,iwu,r..wrJS3i1.Y. ♦_�7(lii:c Ic ---.-----_ -c U —_ 1 t1 J1 .I Y� 11 00111705 7.R31Y.'ll'Gf• 7-T.77f rb�t 15' f ' � }��'I �+, 1 .� � I � L.1�, I,,.t I� fr \ 7�l'1` 1•�,� 1.(df573triY,11U1f}:-anLk -I r/C-AGtT v(;__....___ dp [��1 -t ^•I t' �1P a'. r,18),,NI JM NI.i -.i.(,: -� �Ci.�� , , ���4 ` � ��'{QQ.3+ ,:I ;t mac' � '`� I'(�' •' fffSll'" _ _ __- ----- --..__-- - - -s,-�t�'� _ __ .. ...... . .___-_ -__-- -.._•-- 1 'Y.e'�'. i 1L1137•P• I 41 "f,• •l..' .i' ..�. !/ 6A6A •,•1 t�- aC �' l '�� rl• 11 b L.'1 w)u,•wdm nlurlf inaa ,Y/e'c I rt ,s :., •7• I)W • L,�.N1J' , I 1�1 ���� ' ';«' . ..:4.._.,..•l avoal snllnoa�llro.) U U niiQtl.i '�li'/C�d ii.•IR�-.-��-._.:..- -- - R, " p •�, k'l )IIJ'ylla ------- �g b )', ', t1�ll .,it r ;• ` Y U31.1 4.1011 Al /��i i��I•' '- A7ff ai. 1 �t �� tR{ �j•1:. �-I� una A7 HI,A1 LA" 1t.. .1 � 1;1 � t ;,.1 � y '• ,l it " r) •Al1Y1N1(17 i`,( 1'1 \.; 1 1 1 i JL Ip)� t c7) ', ,-:a �1,� y; '\ „ � .-y,y _•. -- rPJI JI.Nit.JI Pio vli • I r 711 r.) '1 ii vi ra (� n) n) a) iq 0) Him I �' 1 n rann fv�iid-nn-33n�d aY�a toss 1., .dun.aa•d, - �---...�'._` _--._...____- --------._..... ...___.__. ...- - - - - -'• - btJtt'tnsr3wTV3snNan• dMIIS.313virli3Ja malty• p•^p�In>i+1•wuM� I 'ON•1 WLS'I(121 UVyfl ALM00 ,77OJ ORNN 14 sm S": OMA8Ainsk3NV1• >uyt d pngnDU uglangeuaa t L !lt♦IYtAO19A8a 311S• [>fCN9-lMUK9'IIAIJ• In rIm>v<I-r p.ur°n,• I �,,,q�,�, R ,n,„���, I'71.1�)?l�1 QNV NV'ld ENMIX/A�i1jNMSS�'JMid.7 1VIIDA1 :M—w—„�;x- ���1NG 1112 ).�?1MnOJ RMOS ONO'1V !\f M [Q��Ot/ "Mm°ro1311tl-An•Onf-1lipa dny x.poqua>•qn.p,uo I..�I,dM,, Yendn,.r,,.n RLN PV.7, AO�1�11111 NI NW?1 LLVAI ' CISO-hOC-9T0 we>nwunl,rw>qew yw,l• 0/90-/M-9L9 n1)q'd Oc,p M..e>.1 r_ _ _ _ •' 1 I ai i•� o> n, ...w \ � _._.... -- ---- ------ - ----- - ---- - r Q , I Y lit, r �i I � � V it ,..� ! yy ............ ... r u , i it 01111. Abu pF .: l 9b Fob �;� d � ae rl)h� r � � t • t`r I.,.1; I'. b „eiJ'�s gr',hlUl"� t7 ( I MKS L f1 I � s "t�'�. 1•- i a, If r' 1 1)Y. llMfa'1'WIMI Ih o ;� I 1 . 0 i ° - 'D '2 I. 11�'t I !r F,• 'RNA'i1Y5" -n1't777Nn) .0'FArnr 17.' ___.._ ... .. .`.` ... Milo _— ---•-•-- --._...-- _ - - �p�l r. .. ..,`�e11� lll��:rr 3"11 �I ti+ e a -.,�� • .. ,' .I�:µ.f - 1�v �7f .�'1� .t �� to L •: N ' ����� SEMIy� �'�\� '�`}�.�a`'0t I,;, -- ._ ,N��.-._... _.. ... --- 11°����� �.. 7• ��>,d I:•;, � I ;� fa I I I I I I I I I �tg 1L1 glt�l I y r _ ' 0o f M o B KKK .J 'IAI t, I '�5 _ — _ . •1• •�'� - " <s � � •i 2 ”:>I'�I'�•�---:---, �J-. ".. .1 ,.. y{ lIM nKxii yo Cn,(rIC YIS � .#�`:•����` � ..i __.- ----- -_-- -- _ _.-.. i�„ ,� � 61a111�,"r�i I F t`Tt11,' _ 9 µ, ;.pyg ,r� <�4F�0 JJII �3awrr JhhJJ 1t1 .,b.7i?,�.� 6'�<. ^�R II'•' II i i =. � ._ 1;.,�' i] P� � _ __._..:1M• rWiflll ]U "fl'_N>i 1I IIL = .. ........... �,1 r4��._ .. .ST:II 4i2l6� L •.f ig tl , I . i 9%. 1 GS _ q , �@ ��e 1 ! 1II111M111 : , cra:�..- -- - - -.r �•7( 1'' to��- � Tel .��.••. �e: fii' ..� .: I \�s._ \•� 1 � ��IS*-aaw;_welr�: �lt�'.,. _. �. ,, - 1•r. _ rjGt.�kr 4'° . I I C ? 1 • - °2 '. i Ibl{`I -'a yV !i(61a:R414d 7YWr�IW -•.�Ly_ _ _[ -.... .. .. ... YY YI U 13t Iy L I F'� fir'_ �••� � ? I RK, ;; ._ ��iL��: -�__ r�i �•lrr 1 � � }' ��� f l �I t9 �:I�� It9l l' W Yibi(g t• f,�'` i It`!' fl d .`7 �' i; i.�j �fll•��� Ci B 6Ptf tl�,.o� NfWI ,O•)VY6„II l: -:_:•:..-. .. .. � , t � -- -� I•.h l \ •y�+ � i,no�.a�Icitrci tr� � � C Y W y � ! 'l4 ���• 'I i. i�'I \, •� \ 5441�t]tItR.2]k'iY11[79st.)J...tlL. tw I ru INM71 �> Y ,t,'I (IIq,M. .• 111 /y- j�J{�Y6y +[ �J Ent 1!')i 1.i14}-t V�••' _—_.. __..__.. _ ....._. _._....._. ..- ' .. li�l�l .. ... .. r JI � HSB j� ,{ I y h � � (1'n l .. j' � I� �1r7�.�,11' ,, •rP�r`- 1'; , � d x fir.�.f: r, z, t F is j . �-� < E•�. '14'; o f, I, iT�tlt ; ;� ut• (; ii Ili `�I il� � ' � �'N° 1 n j r B �S 0 d � ��,itc►t r; h � Iql i '•` i j1LL•f,f-.:..�,. r �• I tA nL y gyfro 4 r '-• I' �I I' •1 t:.) C:I i ) 1 , . ! .,d Ld , ,•,Irn (II I S I'I M) ICI c� d� rn r• n +i of co w CO t-. I r i min r him.roman-sr�nM-- "3andwrt „a-s --"" -'M'.�:"--------------------------------------- `>"'""1. ''F4' „`'" I ' N,I,�RLLSIQ fkII1f]7N1fIN4NMO'J 7 d7/Vt1X1]S7AV1DV•+ Ng5:iU D 7NYIVAfSiAL'1111ft1liIUIJN=VV7.' �D"•,W"w o/t o•f tN nD„,�1n,nN,r M•.,9.iunOa,M lralr,n i,slno,ru Mem�,) n , 9.711YM AINIOD II00 ]Awm]nnaus cxarveDNa•11A1J• wlae J JOHd(INV NVll _��►-, _ - � � O IONIAHAA/7KTnSVTDM11)x/.WVV11D ---.�a „p�ow� ' IAXGf1MO1CHM170DI nO,VONl VI/ A) 1 �A/ ` t/1/ :. 1M�• �Wtlln,el]Utl-OIU-O,IY^l tlo., NI 11k CI:Ii.VIA po,l.m,lorl,,o>',Ip+Ni uo l�� (woVd,MU [ "41 A.9 t u•1•iii S,LMVPU�t O?I<IW1 NI VPV H L 1,VAI ACV "1 174 �ISb-ras-9to w—te e.unyo,�.n :.nw own-rw-9ro °+'a'd•°o�" - p p[� f � -� (+ V t w k • t ) s`( R�` s txsi,— 7r=�c_ t9 ?uj— a {—� e a .� N o � �b.� � .•-. 1 �. f ,.• 11 �i� I ��_�� � )� � �� �n �. }r R N� mm-A�rp r=7!]7t V19 m 1. 1h lx v,xA 9b M I r. w iJ d$ i J i All f 9�q�M 1� arum f 1'NA;IM I 0 --- -- - 11. lf'f'N". vt I��d e c lr �. e '�' ?- / • ..Lr �� ; a oar a ri m'n LL U r- .!"" am rf c m - �} cif / ..y`'flsw.•- +�'.�'.f.�:•�-''' lY �i�b��tj i'i'Y•'�'1�'l}� It 1. �6� �S L'71NbO3JV K�a'1/I Tl- r% •�):•�lJ• :/'r, _ Y 4:', .Ir; /w l` C 1= 1'- t t t i �I] "+flt •••iV'.'.'.7,_�,:.1 t ____I` (�/ r E' Si L F r _ it$ 1. \�I, w l� tbR '' ,tt':� i •CC�� tq e. - V i - p �pA ]i p(p Wy• �`�i� i �{I � k� �d' �b� 0. h it ,�'. Ii•'''',�G,�{ I ! GGHI� .S( FF jg� 1 17 � y ��< �e�` 1 � �• ���{'_� a _.i� :f •'� ����:�� -- --- -- —�---�.-- — D lip l4 ,': iR Nou., o�]� s !- \ H /// r .a, F •.�;. ,,Erg LO his 4 HIM Hvf�=Autmwzi 9z+K rt {Xl O Z'G:;y `•�?-- O J'�'�:�Ai�.l,Y,�, �� Ite )( n.:f(,:i, `.�i., 1 -. y��j •�' ��i J°.e.t�� r� •�` �� ��_ 39 1: '.i,..,._,,. S'.� •z�o � � ,.,fit' • � � jgupfl •C. UDK'Vrlln 1S) 31NA 3l ')in-NI'Cn I G j.t # 1 •! �i1�E•4� •' �t, '' �f' `�!°'1 I,t, __ —T �_._--- - -�� 1• �I�� CA PAS �r-- -- E;� 9•Fls s,_ f�Ien ;t li• f A i � �5 t" ti � �` a�r •nt� . f # �r '� 'iii'•`' c. .' -- - -- _ ---- --- ---- -- --- -- --- — + k J o h s � ..1 l`i•, "L CD O C3 to r11 Ci M eanmNa)TVxYrY9a• ravfan'mincJaurtarv• p:.aM�iuMnq.,'pn�.:uq� I 'ON,1, 18191(7?I7,LVAI AINI)OD 'T10,-) `a •rryry pa,lnbe,t'Ml,sllam , a. tININNY7,1 Y9:fVW• OfCA9AMt15 tINY1. •�, I 1• 1•'^bl 7'lNO?I I GNV NV'1d , b, lMrUf1MA{ft1 a119• thOWYMDN9'IIAi:1, . ( ,„ •a JN1.�7AUnS'W,JNRIIMNION4 "----- ,-�a n� IM1?1(711117)A LNWO 11.L�1ON DNO11 V " w� IeN 11W-NOIhW-1 Ilea ` 1 /l�'LIrH,✓C/lJ) �._hw„ � a„un,•.I�.NI ua , r lvl� I�(I:�1.Y�� ((�,1' (.u<•I'r•I•„ u,�'^,..t,.e 1^linl.�,,J SJN7MSMO?1�INI NI V1N HV I,VM j /fW�WQ•1i� ,wa Wwerynoaq,ew�Il.ua O/W-IaV 9t'9 .1 roue aMp Mn,roe o•, --___._...._ I______.__.___ e 8 0 c+ c, 0 0 0 0 0 0 r n, rcl r 10 u1 a M N �•, r r r r r r r r 055 ,1111 ---- --- - _- ----_ - -- - _-- .} Hilo tA 1�pj',%»'•'•��” ° '—_ 4iiiii vrie...k7FIFFn iyi r`uii_ill • \_. in7a i'�ue -Eli-tTr"n r.iiiTi ns` " 1�y � q 1. � •,,. I ,� 'r', - -_ � �'� �_.__ - __ ._- �. _•_ �� ,- Uj - �6 -.�G, _ •�.._..� — -- .'tom.. . --- �dtS!�?l�'_�arana z`-zaratn M t ,�' y. p;,x.- r7•ffl;�.:f�.i.:ri r;i':IC.::'i %/, Et`\' ,;.is�s!,•i,1,, '�'Xil,;4't:,�;�•.n�y '4 •Qy;..��L tlQ't�nhi:-�l1SJn0-9 ,� t. �h,•�,( �,r,ib.... '?Y14i�!�1• t^+"` � �'"���tt ���'":+'tr`.�i!,?'••G'+':�'�,V�-a..s..-.j... ` ?h!a!f><`l. r.ryi4tlr � J'N' V"-0.- 1'`..1'•!-.ice —'•-----_--_' - ---- --' _--_. _..--_ ____—.---_ _ I • 'yy .. A cn t>7 I•• t0 In v M (V O �• v:. \�1 \ .v '1 ro 1''` : A I �I r r r I r r r r r o 0 0 0 0 0 o r) 0 0 r)1 M r- Ip In V C14 0 Y r. ,� .', '�1��;� r! r r` r-• r• r r� r� r r r N I fll ! t = z � ��� � � � � �� !' � <; j .1��.•, j ` _ ��� Z.���3��� YO �{1l�je � �!i H � y�y L' r'! ./i� .4;t� f - •5f� � � —._�U V o- id��S � �A K ����p�'i !Di I � �" I' ';�''+,t"r.rj •4!!!�.-�• !J �' b411-.n���� •r-. .F �c Err:, ,'' I '.� '' ;'IJ�jt li�, 4 b• �b[�', �''-k 0 to it c e e "S I+•k X S� fi• �` ;t A 4 f "1, d ICI' ' .l±lrh?9!L'xlrrw�1z 1-nr m I.I ° 1; •� �--" � I,f � I t y�i !i i'rp�� •. .. I �Ug• Id Ar P`II!Y tiLi$11Y I_�L—__. j'� !,r.-Wm 1741 vISr— �" O 'i + Pr ,•- �L"' I•C , yI I , b IlI, E'' I „ 1 , �( �� Li".tl' 3?�ar:s WIN," cp . � � 9 3�n I"af,yl� !J,al I �b r o ., • :�N'� -_------ --'- ` r \!..,I " •II'I!! • dtRE.' I b L - `J. t...a + gig to e i A �+i I 11 1 i i i is u ,: ' ,a,•'p'n ti,N'F \ ''�'� , 1u�', ) {, 1 %4� C w � rl � �y2rtr'i�k ;i,��•� ::'r�, S ��` ( �� I °:� s I � 1�.5 . I I I I I I I I I ry(�X!�:,r �; 4C,;a•'.;'t. oo • n. �1 n r rl c4 O I I • 1 • 1 Y fi t3 Z � ' ( �.,N'wl.gq'SVNw°!i'M)1 I 'ON L9181SIQU-VJYAI A.LNno o I'70 _.— — - ----= ..OM1711lNbJ'IVf[�Nlb� NbteBn"IV11fIL•ri1J01:llty. IId..ele MqA�N pW. n I bNtRMnLSVM- bMA1AV n$nMV I, InK9�,L,inM,uq,engn!oe I . ✓ ! 1JOYYb'1dA1gaLIS� OrCUMOM'HAM I ti!we�lg•r,pp y„W a I M'�a��H+ro so>,J,. �-----._..__.__.___._�_----__—_.__._-------------..-_._ NV7 4 NOILD.VNNO7,'-l✓')LI1 JNI.MY17Y f,Oho N7-qNr 7 ji8a gn7,q.w,.LtNnOD JNO 7V �! U J}•��j'y�/}}�-/t/'�///'�/�/ vnln rol JIW-ea-ooa-1 noo , V .Al I �/.l. O 1✓ IYIYI'Y (I�LY� ABY jg bs 'I C�06-°9N••OCII uaa'brw+rleeap,au Nw» 0190•`W!,f[f r el!qM abp�iry eon 0 1} — 1)�LN�f'Y�l1 OCI CI I'Y.�/V/Y YY C�..J.7�V�� ...__.—J 1.. _. Il ^- s /11 111 u O 61 to t pp P CC 1B© ate�0 I It 1 r � > > > > t3 � �� a p�' _ X/I PA Av oF rj R'�� ' Lap F _ i!• j � ._.i I''---j5 l I o �fl�+ �9 i r ,�C;S�•s�i1 .G I , . ... I !! j I �,n� VYg Jam.:•`;•� ;Y p: :��•/:a •,/ti•Z,4�'•'. '.��� r, � � i I �u / cif. �•c!/� .,'.� � ,'. j ' � ;y�� � i qu r'`{ ' i i■ir it ri it i' Ik11 'IY'M94�1 'd , onuinsxcxf•!v>rart<JO• wnlpa'mruaatnurv. r ••+w� na`n w n v 1 I Y)1�1.11 121.LSM W71 VIII {.LN1)O,).'T101') •t•0- 1#41VI YMIa•+Iltve CNINM/Id N11SVId• OMA'iAll1S ONYJ• p,�y•vl al r•wnaM•• J t� ri t�e•�� 1N;i VIMAAC111 S pMNfi1MDtlA'1'lA1J• rYMIMM..►-IN 41,St,M - — 1� 1 17 , �? INnU, )NO11/DMAY lST DNIN33NIMV ----- --- J.'F.71LY WVLWI 11119n MI 7114-WO°ttp-1 ne° s:LN.Y N AMIJIV1 N1 TIN H.V,L1,111 •+�M• 1 yun,.• 1 1• 41 Y1�-11YY-fiY IYCU Nwu1 ae0alw'w'u�— M•p0_/OG_�_N e1,Mhl.anD yYhMr o.1 ---------------- 0 01 M31, j j ova P z•• �� 3 ': vii �Y•'qQ: ���� >r +sJ I. �i �''� ��� I I ' jl �v�'y�ylwn,�F,�a NOR XN `• `�, �� S ='• e` # _ -- —--- ����'�ir �RYQ ��`��~ �;E e� b� �d �, � I-. .. E+ �•i••Wxx � P � ly J �6 'i,i n �� Ili � � � l�A ••� J It 7 Pik van F zl ll 3 p� � � ( .. ��" � \ I �'. 1 •I;� ti C2 (� �t•2 � mai `jj r:L: �� El S�� �" �;� hw l vat d,Sa X35€� j lJ'1 I �` tlb a a t /:.-•:—� 4 y `I - - q I �; low L7 ry at QU IPA fill i•t ..I ¢ �� tip#L� t�1 E;; � 1 :� �E•e� t'���y �d�..,�:,.-,� � l.r '�' `� I � ! `i ' �e s• 6 ��#$ 6f; � E � .-tt.`t)J � i i �. ;,� i, I D55o8b% �'�% �• � �' �, w 9 wt7 J � Y43 � i 1 3 ` i i �g �u � �k •x �� '• i � 1 I err ii �r rr rr �r �r ar m min r rr rr re rr r r ri rr DRIVEWAY SCHEDULE Approch Approch Drive Commercial Residential Concrete Drive Gravel Sidewalk Address S .Yards S . Yards S . Yards Sc . Yards S . Yards 1700 SCCD 7.00 _63.20 10.63 1624 SCCD 7.34 10.83 11.41 1620 SCCD 7.00 21.69 10.51 1618 SCCD 6.67 11.23 10.00 1614 SCCD 10.85 46.85 11.69 1612 SCCD 6.98 21.93 6.52 1610 SCCD - 6.67 5.05 9.93 1608 SCCD_ 6.67 5.98 9.97 1604 & 1600 SCCD 6.35 34.01 9.44 4720 SSR 46.13 130.39 31.14 1502 SCCD 50.51 60.00 79.68 SPRINT SUB. STATION 23.91 9.00 _ 14.70 1417 SCCD 4.67 _ 25.59 6.67 1502 SCCD 70.24 7.22 1417 SCCD 4.67 3.80 6.67 1409 SCCD 8.67 53.28 11.34 1405 SCCD 4.67 24.30 6.67 1317 & 1313 SCCD 23.49 21.36 14.81 1309 & 1305 SCCD 23.85 21.41 19.87 1227 SCCD _ 7.33 182.59 11.08 1221 SCCD 29.35 80.95 24.26 1213 SCCD 4.67 18.48 6.67 ® 1213 SCCD 4.67 18.21 6.67 1209 SCCD 5.67 8.33 1209 SCCD 5.67 8.33 1201 SCCD 4.67 24.04 6.67 1201 SCCD 4.67 40.84 6.67 TRUBE SCCD 4.53 230.78 6.67 1105 SCCD 4.67 104.41 6.67 1101 SCCD 4.67 56.55 ry 6.67 1059 SCCD 4.67 88.84 6.67 1059 SCCD 5.94 77.71 8.89 SCHEULEN SCCD 4.63 52.25 6.79 SCHEPERLE SCCD SCHEPERLE SCCD 45.97 67.15 73.97 45.60 1033 SCCD 5.24 36.08_ 1_0.00 1021/1025 SCCD 8.22 58.14 12.02 1013 SCCD 7.00 41.66 10.00 1009 SCCD 6.33 9.44 ' 1007 SCCD -- 5.33 7.78 1000 SCCD 24.86 7.45 24.34 956 SCCD _6.74 54.36 1001 FAIRLAND RD. 4.63 4.03 6.67 1 948 SCCD 6.41 9.60 946/925 SCCD 34.78 12.63 910 SCCD 37.56 33.79 45.92 4720 LEANDRA LN 5.34 40.99 7.78 ® OLD LOHNAM RD. 4809/4803 SCCD Back Ent. 5.58 115.46 ' 'Totals 410.65 215.45 1058.94 1041.93 589.43 ADDENDUM NO. 2 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 27, 2004 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 • e 1 ! ADDENDUM NO. 2 PROJECT NO. 32031 SOUTH COUNTRY CLUB DRIVE IMPROVEMENTS (FAIRGROUNDS ROAD TO WEST EDGEWOOD DRIVE) JANUARY 27, 2004 t 1. This addendum is to correct errors in addendum no. 1 of January 26, 2004. The 1 new quantities listed for item numbers 13.02, 13.05, 13.11 , and 13.39 on addendum no. 1 are incorrect. They should be 4,286, 147, 1 , and 2,025 respectively. The correct quantities are listed on the "ITEMIZED BID FORM 1 (REVISED 01/26/04)" that was distributed as part of addendum no. 1. 1 1 1 • ! 1 1 ! 1 • 1 1 CITY OF JEFFERSON UTILITY RELOCATION AGREEMENT THIS AGREEMENT is entered into by the City of,lefferson (hereinafter "City") and Union Electric Company d/b/a AmerenUE (hereinafter"Utility"). CITY IMPROVEMENT PROJECT: This agreement covers the relocations necessary for the project entitled South Country Club Drive Improvements (Fairground Road to West Edgewood Drive) Project Number 32031. This project will include the construction of approximately 7,900 linear feet of roadway, installation and relocation of utilities, two reinforced concrete box culverts and other storm drainage; structures, sidewalk, landscaping, grading, and other miscellaneous work to widen and improve the existing roadway. WHEREAS, in order to complete said improvements in accordance with said plans, it will be necessary to adjust certain facilities now located on/in private and public easement(s) within the area of the proposed City improvement project. It is agreed that this will be the only Agreement executed to cover reimbursement of the Utility's costs to relocate, or adjust, their facilities as required by the City's improvement project. This Agreement will remain in filll force until both parties agree, in writing, that amendments are needed, or unless the Agreement is terminated by either party. THEREFORE, the parties agree as follows: 1. Information: The City agrees to furnish all necessary information on the improvements in order to properly carry out the utility relocation. 2. Relocation Plan: The Utility will furnish a plan of adjustment marked as Attachment A and a document marked as Attachment B indicating the City's construction and financial obligations in the relocation of said facilities. To the extent the Utility's facilities being relocated are presently on private casements, the City agrees to compensate the Utility for any future relocations or adjustments of those facilities made necessary by future improvements or use of the roadway. 3. Payment: Upon acceptance of this agreement the City agrees to pay the Utility a sum of$11^7,649.27 for the relocation of said facilities. 4. Change Order: If any Substantial Change is made in the plall Of adjustment and extent of the work, the Utility agrees that reimbursement shall be limited to costs covered by a supplemental agreement or change order approved by the City prior to the performance of the work. 5. Commencement and Conl_pletion of�\Iork:. After approval of the detail plan and estimate of cost and upon notification by the City and receipt of payment, the Utility will commence, as soon as practicable, to make the changes to its facilities, The Utility will actively pursue completion of the work so as to nlininli,!,e intcrfcrence with the City's proposed improvements. C. Utility's Responsibility Ior Subcontractors: if the Utility determines to contract any of the work: of adjusting its facilities, it shall be folly responsible for acts and 01111SS1011S Of its Subcontractors, and of persons either directly or indirectly employed by them, as the Utility is for acts and omissions of persons it directly employs. The Utility shall cause appropriate provisions to be inserted in any subcontracts relating to this work, to bind all subcontractors to the Utility by all terms herein set forth, insofar as applicable to the work of subcontractors and to give the Utility the same power regarding termination of any subcontract as the City may exercise over the Utility under any provisions of this agreement. Nothing contained in this agreement shall create any contractual relations between any subcontractor and the City or between any subcontractors. 7. Utilit shall Defend: The Utility shall defend, indemnify and save harmless the City, its officers, agents, employees and servants against all loss, danlagc or expense that it or they may sustain as a result of any Suits, actions or claims of any character brought on account of property damage, injury to or death of any person or persons, including all persons performing any work on the utility adjustments, which may arise in connection with the work to be performed by the Utility or any contractor it may hire pursuant to this agreement. The Utility shall not be obligated to defend, indemnify and Save harmless the ® City from liability for damage, injury or death proximately caused by the negligence of an employee, agent or servant of the City. 8. inspection: Each party shall be responsible for providing their own inspections as required to insure all construction is in accordance with the Plan of Adjustment, Attachment A. Specifically, the City shall provide inspection of the conduit system they are required to install to insure it is constructed in accordance with the plans, specifications and drawings included in Attachment A; the Utility shall provide inspection for the relocation of the overhead facilities and cable installation. 9. Condition of Right-of-Way: Upon relocation of the facilities provided for in this Agreement, all leftover material and debris resulting fl-0111 the work shall be removed by the Utility and the riollt-of way left in a neat, workmanlike condition, free of'holes, mounds of dirt, or other objectionable material. Upon completion of the relocation work, for those facilities oil the City right-0f way, ill,- Utility shall have the continuing right to cut and trills trees, saplings and other vegetation as deemed necessary or advisable by the Utility for proper clearances and/or to protect its facilities front danger or damage. 10. .Jurisdiction: This Agrecnlerlt shall be construed accordill to the laws of the State of Missouri. The Utility shall comply with all local, State and lcderal laws and regulations relating to the performance of this Agreement. In WITNESS WHEREOF, the parties have entered into this Agreement on this day of City of Jefferson UNION E LE OI R 1 C GbM PA N Y, 1-a Ai{ren uI T�tler ,� Tille: 5,ru�,,,• v1.c.. A4�r EST: ATTEST: ity Cler r Title: :'. !, ,'. _..:�:t E AI R'r APPROVED AS T FORM: '�alli� ® City Cou A's elor • ko CD ko Ott �o � .� O�� � H `� CA .9 ell ko c T •tk .-a • y � ll � 10/1 J r cn U ,` J a O O a z j E" on F 1 �- t U I i N � ;� w q t-• a ° Ic 1 O' H 00 ON u � W v) .+ E•., 1V O 0 U O O W a fc�y ° E" W + �' �t o N tG U z c° 10� e vaiP�7 so °` 1� w ♦H� ` a ry U u ell n 31: Irl 3 ccn � Q e ' In cn ' ° 0 $ z to Q H En ko • ,� t � �:. Cad � � cn , i � q � \ o zP F I ' r" O I U W i N of" z bra 0 ' 2w u �[qq w ° .•-7 0 � �-.r ter' C� rC4 bU 0 cn . 14 F rn ii 1 U oo r V R I y" ° HO � O cnm qW , gV) t� W> Ow0 °U t" U W U H /, z0 .ELECTRICAL C'OND(JI I' tiYS`i'EN/1 SPECIEICA'TIONS 1. 'Trenchintay 1,1.1.Adhcrence to Di-awinl;s. The ducts Shall he installed along the route specified in the plans. Straight routes shall he nmirrtained unless spccilied otherwise on the plans. "Turns and bends that are introduced l'or purposes ofavoiding physical obstructions shall be nlacle within the limits Specified either on the Drawings or by approval oi'Ameren's Representative. 1.1.2.Easements and ROW. Deviations outside the houndaries of the. associated casement or right-of- way are not allowed. I.I.i.Joint 'rrenching. 'Clearances stated in file National I',lectric Saicty Code shall be observed as a minimum (See drawings for Anleren*s nlinirnuln clearances). The Ilse of a Iolllt trench \vltll other utilities is acceptable, provided the utilities involved agree to its use and their individual placements within the trench. Local utility clearance requirements shall prevail when their requirements exceed the nlininwm NI_SC separations. 1.1A.Burial Depths. klininlum bLlrlal depths of"-18" ofcoye.r li•onn final grade are rcquil•ed fi r installed conduits. Ameren's Representative shall approve any exceptions to the specified burial depths. In those crises where these depths cannot he maintained along the entire route, Amere Ws Representative may require means such as concrete encasement in order to protect the Distribution SvSlelll. 1.1.5.Trench Floor. The trench Iloor shall consist of firm, y,cll-compacted, undisturbed dirt, or backfill that is supplied }or leveling oi."racling purposes. fhe bottom of"the trench Shall be leveled to pluslnlinus 2" in order to avoid "humps" in the conduit. and shall be at an elevation necessary to Satisfy the standard burial depth rccluirentc ills. 1.1.6.T►•eneh Width. iVlultiple duct installations shall maintain a minimum 2" spacing between each conduit in all dimensions, as well "Is between the conduits and the outside walls o[the trench. 1.1.7.0bstructions. II'rock or otherwise dil'licult trenchily, conditiouS are encountered Which force the consideration of alternatives, Anleren's Representative sllall be consulted. The burial depths established previously shall be maintained. 2. Conduit Bends and Sweet 2.1.1.Bend Specification. Bends shall hu nlacle ol'Sc•hedule 10 PVC with belled or coupled ends. If' couplingS are used, tile\" also shrill he Schedule -10 PVC. :III bends and couplings Shall be UL._ listed and Stlllli"llt-resistant. T11V Company SpccifieS the tillluwill" nlanulactured bends 1161. conduit: 36" radius bends at 90". -15' or 22" %- 60" radius IMILIS at 45 120" radius bendS at -1�`' 2,1.2.Bend Radii. All primary \"olfage conduit hendn "h,lll halve a 11JI11nir.im radius of 36". Larger radltns bends, as specified ahovc. nun be required frl ;lcconunodate longer pulls, larger cable sires, • field obstructions or Imure considerations, Annd Ahall he called out specifically by Anleren on the Drawings. I 7,A C4 4,')f-W*7" A 2.I.sweep Bends. S\\ccp hcnds ln;)\ he formed \\i1h a colllbinatiou of strait;llt duct sections and couplings. I IIe c011111in12` ;h;lll Ilmc a nlimillunl radius of 30" (subject to appmyal by :\nlercn's Representative) and the o\crill s\\ecp shall ha\c a nlinilnunl hendiltt! radius ol'tcn feet. 2.1.-1.Sweep Bend Sta1)iIiz:ltion, Swec1) heII(IS must be staked to pre verlt opening of the c(lupli11 gs (luring i►lstal lilt ion. Cale must he taken to prevent any cluct del'ornultion at the stakes. No other ope'ations producing visible stress on the couplings shall he allowed. Visible stress exists When there is more than 2" oi'olTset oil the coupling or \where siuniticant in-line offset is observed, 2.1.5.13end Reinforce lent. I lorixontal and vertical ben(IS that r'equirc reullorcement lot'cable pulling Shall be stabilized h\ concrete Cncasenu:nt (rel,SPEC 2). 2.1.6.Conduit Craps. All vertical bends penet•atinl: grade, v:hcthcr thruu()h any type ol,concrete or fiberglass pad, or at a terminal or rise. pole, Shall IlaVC their•OI)Cll ent.IS CIOSCd 011 With duct plugS, conduit caps. or duct tape. This \\ill serve as it deterrent to wildlife and will minimize tile: entr.v of nloisturC and solid debris. The pulling laps shall extend out the end ol'each hend regardless (:)fits being capped. With the Illillinmill 10 feet exposed. 3. Conduit. 3.1.1 .Conduit Specification. Hect'iCill �-radc, rigid, nonmetallic, Schedule 40 PVC conduit in 4" or 5" sizes, as SpCCllted oil the Dr(1\VIII,", shall be installed. It shall he O0° C' rated PVC and meet the latest revision of Nl-ti'I;\ Standard TC2. Anlcren will provide the necessary conduit. Any excess conduit shall be returned to ;\nu:ren. The contractor will nccd 1.0 schedule delivery Ofthe 5"conduit and vaults fur the project through AIl1C1'CIl S ,upplicr. A copy of the 13111 ol'lVlaterials Will be provided to the Contractor. The (.'ont•actor will he responsible lur SCIMIuling dCIiVCCV, taking delivery and till load Ill-' ail vaults and 5­ conduit. The required 4 conduit will be provided by Ameren locally. the Contractor Will need to contact (_'urt \Moore at 573-08 1-754S to schedule pickup of the material. 3.1.3.Conduit Arrangement and Spacing. NItilliple conduit installations shall be such that they are ;.ill laid directly on the trench fluor \\ith a mininllull horizontal separation. not only between the ducts thennselves but also I)Ctweell the outside ducts and the wails of the trench. The spacing Allows for proper heat dissipation, while the horizontal arrangenlctlt helps eliminate backiill voids between the COMIl►1tS that CO►lld I'CSldt Ill 5Cttlill4' and the collection ofwater. No two conduits shall be rolled or crossed in the trench nlid\way hetwcen two endpoints. 3.1,3.0011duit Joiniu In(lividuul duct sections shall he joined \with couplings and I'VC cernent to ensure it continuous, Icak-free duet \yith a COIISIS1C111 internal (halllewr diroughout. No Internal prot-llsions or ohst•uctioIlS are allo\\cd, The Contractor shall ensure that no 101.6; 11 lnate'ial enters the ducts to he joined. The end ()I'tile duct shall he plugged With apl)roved end plugs whenever work on the dint ins(allati011 is ;topped. 3.I..Rodin; the Conduit. Prior to the insialI Ill of the pullin1- sting each Completed conduit duct section shall have the appropriate ;Izc (-I" or 3") Illaildrel pulled through its entire. length. 3.1.5.Yullin; Stria, Installation. A pullillp. ;t•ing shall he instaIICd in ;111 Completed duct sections, With it nlinirnlunl Of' 10 FCCI left uxtendinrs Out C ICII door cud. The strin!- shall he blown into the conduit after the duct section bans been c, IIII)I fed. the conduit CCI)IC111 is COnlpletely (h'v, and a • mandrel has been run through eaCll (I►11_t SCCtlo�ll. I)lll•illg IllStallal1011. the tapC 1•CCI SI1U(Ild be placed oil a pay out stand in order to 111OW the ti(l)e to pay out Ilatly into the duct in a single continuous piece. Neither knots nor fra\s shall he permitted inside a duct section. 4. Backfillint_* and C)m motion 4.1.1.Local Ordinance. Local codes or ordinances shall prevail when their requirements exceed the backlill requirements herein. Where street crossings or other areas supporting vehicular trallic are concerned, alternate backlill material may be used as prescribed by such code~ or ordinances. 4.1.2.13.rckiill iYlaterial. I.-Acept as noted on the Drawings and Specifications, native soil 1'ree ol'rock and debris may he used as backlill material. The soil shall pass through a 2" screen. '/," minus limestone screenings may lie used as an alternate to soil when backfilling. 4.1.3.Voids and Foreign Mattel'. Voids around the conduits) where water can collect Shall be avoided. any conditions that produce crushing pressures oil the duct are unRacceptable. TI•CtiehCS shall be kept clear of lurcign materials such as grease. hydrocarbons. wood, rotting, vegetation, or other debris during the backlill process. 4.1.4.Alternate Backtill Materials. Where the duality of the excavated material could damage the installation and/or prevent adequate compaction (as with shale, rock, paving materials, cinders, sharply angled objects. or corrosive materials). a !ranular backlill ofsand, '-:," minus li111CStoIle screenine, or flowable fill shall he used. In such cases, the backlill material shall he placed completely around the ducts in all directions in it thickness of at (cast 2' 4.L5.Comhaction. In undcwcloped areas. the backfiil shall he compacted to provide fur supporting a man's weight as the trench is walked llpOil. Otherwise. ill established areas. compaction shall he obtained with hand or mechanical tampers to provide densities ofat least ()0';(,ol.,that ofthQ undisturbed soil. methods are not acceptable. 4.1.6.Final Grade. The backlill material shall lie placed hack in file excavation and compacted as Iiecessary in approximately 18" li11s unlit final urade is re-established. The ducts shall be restrained to prevent inmement, as required. No rock shall he placed in the hacktill within 6'` elevation ol't:he topmost duel. 4.1.7.Backfill Settlement. Settlement ol'the hacktill material above the duct(s) is an indicator of improper compaction. Whcnewer required, the COlitl'ilCtol' must re-establish tuial grade by placing additional backlill or by other mean; as appropriate. 4.1.8.Resurfacinh. Contractor is responsible for the restoration of any disluncCd areas acceptable to all parties involved. :5. Vaults 5.1.1.Material Provisions. AIlleren Shall provide the necessary vault(s) Ior this project. The Contractor is responsibl,: Im. installing, flee vault nag, Sta _'511)0 S C'ountry Club, Anleren will install reniainim-, vaults. 5.1.2.4 x 8 Vaults. The •1 x S vaults(rel'. SI'I C 5) each have two PVC c0uplings built into each end wall, in 5" sires Iur the •1 x 8. Coul liii,.,s 1101 useel shall be end rapped. Each has knockout capability along the sidewalk (not to he used on this project). I`hcy Also all have; threaded Richmond inserts li)I- installing pulling eves. and floor holes Ii)r draining water. (AIVICl'ell shall • install the iron .,rates over these: drain holes,) 3 5.1.3.111it Excavation. l"ach „(lift• ,Irt►ctlrres ~11,111 he installed in ,► pit that ha, bCCIl excavated Col, Standard conduit (Ic1)th, ,,1' 15" for primary cable. F'.ach structure ~hail he installed on a IcvCled 10" high base of' I" clean ruck for draining,, purposes. Ally oyerdig ,hall also he filled with I.. Clean rack that Ims heen le\cicd ,11)d (anfped t,) firm wherever the earth has heen disttrrhed. 5.1 .a.Cuntluit Connections (NvNv Faults). (.',_mduits shall be placed unto the Couplings. 7.1.5.1tiser, Frame and Cover. Lath precast concrete vault requires a 6" concrete riser to be set in the rectans ular hole in the vault'~ [.()of*. I'his riser is "notched" For the 24— x .42" cast iron frame and Covet' that completes the vault', accc,s way. )loped gradeS ,hall be ICCOnurlodnted by bricking and mortaring between the 1'1,C1, and the vault 1,u6run three of'file. 1'6111, sidC,. File f)•amc shall he Scaled to the riser with mortal in otdcr to prevent tipping it when the ,.:over is open on its hinges 6. 'rerminal Poles and Risers 6.1 .I.Contractor•s Responsibility. File ( 'ontractor*s responsibility at terminal (i.e. "riser") poles, regardless of'voltage, includes installing the river bend(s), extending, the concl11il(s) above gracle, and backfilling the AIIICNII will Cxtend the Conduit riser(s) 11p and attach t6 the pole. 6.1 2.ltiser Bend Location. :\n :lntercn Representative shall determine the proper location ofthc riser bend(s) on the pole (i.e. the quadrant). In (he case where a riser bend is to he extcrlded by the Contractor to a location requiring pole setting, rcplaccnlcrlt or alteration by Allieren. the. rxtcilsion Shall not he made 11110h 1le.poJe VVOI,k is Completed. unless other ar•ran4,Cnlcnts are made with Ameren's Representative. 6.1.3.13eucl and Stub Specification. The Contractor Shall take special care to extend the condtilt(s) out orthe ground at the par•licuIar pole quadrant cicsionated 11\1 the Allicrcn Represen(;)Iivc. The cuncluit bcttd(S) brought 111) at the riser pole shall he ri,tid Schedule -10 11VC as Speriliccl in Section -1.3. Each bend shall lie buried below _radc in its cnti►ety. vvit.h it short condtfit stub (SChell►IIC SO PVC or Cquivalcnt) pCnctratin" the surfiacc to at least 6" above `,1,ade at the pole. The stubs) cumin;, out shall he squared ,end pluufh in 01-dCr to thcilitatc extCncltrl`, the riser(s) lip the poll;. 6.1.4.1'ole Clenrance. Fur djrcct bur_icd CoIldl Ill I i list,I)lattions. the col)(111 (s) Shall penelrale the grade with 6" of'clearance between it and the pole (ref SI'I•a' 16). 7. Inspection and :lppro�:d 7.1.l.Dedialion from 1)rawin 's. All C'onlractor-iustnllccl I'acilitrcS shall he installed per plans. :1nv proposed field chan`,cs to the Conduit Systcnf layout as indicated of) the Dr,nvinus shall have prior approval h'i)Il) Alllcrerl S Repr'escillailve. 7.1,2.Inlerpretaliotl of Specification► and Drawings. V11ct'c ,m intcfprctatioll ul thi Specification or clarification of'the Intent of'am Drawing 1s requircd, the deterrlfination of'Allleren's Shall prevail, 7,I.3.Conduit System Inspections. C'oud11it Srsten) installations by the Contractor shilll he subject to inspections b-Y Ameren on it daily baSIS prior. 16 hac:k(illing, cruhedding in concrete of. otherwise Covering or concealing. The Contractor Shall notify Arncrcn's Representative with at least one full working day's advance n61iCC herur'C the ,l,u-t ofl.'oncluit SyStCnl Construction or the • installation ol,material, thus Alowinu for the Mspcc.•tion ol'nlaterial, and wurkinimship by Anleren. The decision to actually inspect 01, not shall he at the disCretiun of Aillercn. .l 7.1.4,Cunduft System Rejection. Any Contractor workmanship failing to meet the requirements 01, this Specification, or Conduit Systcrll installations either per(urmed without prior notice to Anlerrn's Representative or that tails to allow Ameren to readily 1)(111 in its primary cable(s) shall be subject to rejection. Any work that is re.jcctCLl shall be corrected to Ameren's satisfaction at the Contractor's expense. 7.1.5."As Built" Drawings. The City of.leflcrson shall maintain an "as built" set of Drawings showing all changes, additions and deletions to the prpject, l"ield changes not covered by the original Drawings shall lie clearly noted on the "as built" Drawings. 7.1.6.Deptb of Cover Deviadons. When the depth ofcover ol-the Contractors installation exceeds the design valuc by 50%) or more, or is less than the design value by anv margin, the C,)ntraetor shall provide the City's Representative with the actual depth, which shall then he noted on the "as built" Drawings. APPENDIX - Underground Specification Drawings Number Drawint,3 Description SPEC 2 Conduit StruetllNS-- Underground Bend Restraint SPEC 5 Underground Structures— 11' x S' x 4' Deep Precast Concrete Vault SPEC 16 Cable Terminals --One or \lore Risers on StandoCis Ameren Representative for Filectric Curt Moore Office: 573-681-7518 Cell: 573-680-4727 • 5 STRUCTURES—CONDUIT SPEC 2 Restraint — Horizontal and Vertical Underground Bends Sheet I of 1 Plastic Conduit RESTRAj PULI-ING,TAPE(D) SQUATE�_ 77.77. C -.D ROCK OR, CRUSH FIIA-iCl 5"ENCASLIVIEN I AL.L AROUND X �,ONCREI OR FLOWAHLF- ND 10 BE INSTALLED SO AS TO ACHIEVE A FIGURE 1 -TYPICAL VERTICAL ND STANDARD 36°OF' SIDE ELEVATION COVER FROM FINAL GRADF OUTSIDE THE X, S I JCHGEAR �I ,--cam ~-•—r--\/�,,�: \ -•,-i�,%`�I �\/\\\``,f�` j;.`.V' �', \j / \•: \/i� /`(SEE SPEC 20). F- c.onc.m.-I u.(13) V A K ALL AE DUNG FIGURE 2-HORIZONTAL BEND PLAN. IEW NWERIAt. INS TALIED BY CONTRAC FOR DI-RIVED HUN0(,'0NSTRLJG I ION S'I-ANDARD 31 4 i nl Quantity ...... Material Horizontal Vertical Stk. No. 12 51 '173 Bend 3" x 36" Rad, Sch, 40 A --12 51 176 Bend 4" x 36" Rad, Sch, 40 1251 206 Bend 5' x 36" Rad, Su.h. 40 Concrete o­r'Flowable Fill (Cu, Ft.) 5 16 7 1 7 8 9 C Crushed Rock or Flowable Fill (C,,.vYd.) 1/2 1/2 11/2 D 8 Tape- 3/4"Wide, 2500 11) As j As As As As As Strength (ft.) Req'd. 1 Recl,d. Recj'd. Req'd. )I Req'd.---! Req'd. UNDERGROUND ENG: EJB DISTRIBUTION SPEC. "Ameren REV. NO: 3 REV. DATE. 02120101 2 -I UNDERGROUND STRUCTURES SPEC 5 W-111-11t -- Precast 4' x 8' -- 4 Ft. deep Shoot 1 of 1 3-5" PVC Couplings Each End Frame & Cover(c). THIS VAULT DOES NOT HAVE A TRAFFIC RATING" Finished Grade (A) Grade With IRiser/ - ... 7 Brick & 36" Mortar CONDUIT 1"CLEAN T L'EAN Sump Hole Dl---P TH -- ---- --- � -1..--- I ROCK I"THREADLD INSER rs y 0 K 0 NOCKOU I 0- �L _ .4 T Grade adjustments still be made using the riser and necessary brick and n-iort;n to meet the existing slope. The vault floor shall always be installed level. 1. This vault shall be situated OUt Of the way of vehicular traffic in a location determined by Amerell. 2. Excavate a 6' x 11' pit to a depth necessary to obtain inininium cover for the conduits On a 10" base of 1"gravel. Outside Vault dimensions: L •810"; W-5'6`1 H--l'-8 Riser 6" lall. NOTE. RISER MUST BE USED. 3. Fill any overclig with crushers rock leveling the rock and tamping to firm wherever the earth has been disturbed 4. To lift Vault, use swivel plates mounted to the Richmond inserts with lag bolts that "Firmly" fasten the plate against the wall. 5. Place conduits into knockouts 6 inches aS required. Grout or nlortar around conduits entering thril knockouts. 6. FILL& TAMP- Replace and stabilize the earth around the vault and riser tarnping to conipaction. 7. Brick and mortar between the concrete riser and the accesshOle in vault to accommodate the grade slope. Seal the cover frame to the riser with mortar. MATERIAL INSTALLED BY CONTRACTOR DERIVED FROM CONSTRUCTION STANDARD 3 2 24 02 Material /Stk. No. Description Quantity Weights UNIT LEVEL SLOPED*! A 12 06006 Vault- Precast 4' x 8' (Provided by En 1 1 Top 4600 lbs. Arneren) B 12 06098 Riser-Concrete Neck 6" Extension I E a t 1 Riser 340 lbs. (Provided by Ameron) C 1202084 Cover-Vault Cast Iron 24" x '12" Ea .1 1 i Cover 35-06-lbs. I (Provided by Arneren) Rock - Crushed I" clean Cy 2 Brick'" ! Ea As Req'd. O I I Mortar I Bag . 0 1 UNDERGROUND ENG: EJB REV. NO: 3 DISTRIBUTION SPEC. Ameren REV, DATE: 02/08/01 CABLE TERMINALS SPEC 16 One or More Risers on Standoffs Sheet 1 of 1 Solid (found Conduits PVC 06 SECT ION `_ __I�.. __(-_-_+ A A I ' TERMINAL POLE Id CONDUIT AND RISER UP rH[;POLE. INSTALLED BY AMEREN UE_ ) I ( INSTALLED BY AMEREN OE) FINAL GRADF' � i l..f' PULLING TAPE(C) END Or CON r TRACTOR CONDUIT I TO ExTE=Nn 6"ABOVE GRADE AND BE CAPPED,OR TAPED WIrH THE END OF 11IL'.PULLING TAPE NICKING OUT GROUND ROD (INSTALLED BY AMERE.N UE) I� SHORI'CONDUi l S TUB LB) 911NU 1U BE IN5'I-ALI_ED SO AS TO ACHIEVE A SiTANDARD 36"OF COVER ;i FROM FINAL_GRADE ONE CONDUIT TWO CONDUITS SECTION A A NOTE: AMEREN UEc REP WILL Ufc:SIGNATF.-IHE CUADRANT OF THE POLE WHERE I HE CONDIJ11 IS TO BH INSTALLED MATERIAL INSTALLED BY CONTRACTOR FOR ONE RISER (DERIVED FROM CONSTRUCI ION S-1ANDAR0 W 00 26" 1 St k. No. Description Conduit Size I 3" 4" 5" 1251 173 Bond -- 3" x 36" R�:Id, Sch. 40 !� -- ——. .._... I . . . ...:.... ... A 1251 176 Bend — 4" x 36" Rad, Sch. 40 1 j - _ --.--- _.. .---.. _ .. -_ .. - - 12 51 206 Bend — 5 < 36" Rad, Sch 40 11 _ 1201 276 13" Conduit Stub, Sch. 80 ( 1 B 1201 273 4" Conduit Stub, Sch. 80 i 1 I2 01 272 5" Conduit Stub Sch. 80 1 1 I�� C 83 3u 252 Pulling Pape 3/4"Wide, 2500 Lb. Strenclth (tl.j I As As 1- h_ ----- ---1..._.- j_Req..d: _I ReC1'd:. _.I_Rec1'd. i UNDERGROUND ENG: EJB DISTRIBUTION SPEC. r' meren REV. NO: 2 REV. DINE: 8/31/00 1. Gas Iwluin Installation. .1. 'Alllcrell will install a gas plain ill the ('utlU'aeto1' 111•ovided tl'elleh. The C'ontracto1' shall Coordinate with Allicren'S Rcprese Ill ativc for the installation ol`the gas plain while the trench is open. File contractor is responsible for the backlilling ofthe trench. 2. Trenching. 2.1.1 . Easements and WAV. Ueviatiolls outside the houndaries of the atiSUelall'll e;ISelllent 01' 11V 110( 111O\Ve(.I. 2. 1.2, Joint Trenching. Clearances stated ill the National Flectric `;;duty Code shall be ohsclwed its a mininlunl (`ice clr;n�'IIIL'.ti 1111' :\nlercn'S Illillillllllll clearances). The use ufa joint trench with otllet• lllilities is aCCeptable. p1'avidcLl the utilities involved (inClu(linL; the ('onlpally) a�girce to its use and their individual placement's within the trcnch. Locai utility Cical-auce rcduirenlcnt5 ,l1a11 I)rcvail when their retluirements excCCdl the mininl1.u11 Nl_.tiC' separations ® 2.1.3. Burial Depths. \lirlinlurl-I burial deptl]s 01­316- ofcove1' frorll 1111,11 4,radlc arc 1•equired 101- installed Conduits. AnIcretl's Representative shall approve ally e\Ceptions to the specified burial depths. In those cases where these LICpth:S cannot be nlairltctirled ;1101111 they entire•. route. :',meren's Rel')rescnlalive Illa)' I-CLI11Il'e HIC,11IS SuCII as COIICI•CIC e11C;1.;C111C111 ill order to protect the S!i1S 111x11]. ?.1.-l. `french floor. ]'Ile t►'cnC11 floor shall Consist 01' lira,, wC11-COmpaCICLI. undisturbed dirt free ol,roeks. or backlill that is supplied for le%'eli11L1, l,l' gradlin}! purposes. The hottulll of the trcnch 311;111 I)C ICVC1Cdl to plus/11111111~ I" Ill ordlCI' to avoid •'hurllps•' in the 111MI.l. and shall I he a1 ;ul Cie\ Ilion IlCCC,;SM r to salisfy the standard burial (IChtll I'CLlllll'Clllelltti. 11',i solid rock Iloor or a trench 11001' that has Llehris lh/lt will (Id1111age the poly plain than 6 inches ol" padLlin is rCtiuired under the main. The paddiu.c rmllcl-Nd can he either he Clean top soil or ;/ti" nlillus rock (lillwslunu scrcenint.!s). 2.1.x. 'Trench Witltlt. I he trcnch shrill ho.- wide enough to providlc 2•' ,;paging between the main and the (ult."ide walls o the trench and Ill; inlaiI) the t•eLlui►•ed Cle;u'artcCS to other utilities. 2.1.6. Obstructions. It'rock or olhCrwise dhflICUlt II'CllChillr CUlldlll(111S ill.(. encountered which force the consideration ( ,alternatives. lllerell's A7—FP)(LA YP i5'AT Representative sliall hr Consulted. 1 lIC bul'ia) depths cslahliShCd previously shall he maintained. 3. liackfilling and Compaction. .3.1.1. Local Ordinance. 1,ocal codes or ordinances shall prevail when their requirements exceed the backlill reyuirenlcnt:; herein. Where street Crossings or other al'i'as sllpp(11'tllll; VelllC1,11:11' IT11111C 111-C e1111ee1•IlCd, 11te1'nate backlill material may be used as prescribed by -mch Codes or CordillancCti. .1 .2. Bacicfill itilaterial. 13acklill containing gavel. racks, stories. cinders or Other unsuitable milterial shall not be pkiced directly on the poly g"Is, main when backtilling. Mlle gns main shall he Covered firsl with X oflop soil frec o1 rock Mid dCb1'is or 3/8" rmllus hnicstolle screenings Illay be lined a5 till alternate to soil when hilcklillilll:. 7.1.:1. Voids and Foreign itMatter. Voids around the main where water can collect ~hall he avoided. Ally C011di11Ulls 1,1101 produce Crushirl,,1 pressures on the )Main are Unacceptable. "trenches shall he kept clear of forcil'n materials such as grease, llydrocarbolls. wood. rotting, vc�etatiun, or other debris during the backlill process. 1.1.4. C(►mpacition. "['lie conipactiorl rcc.lui1Vllcnts ;hall 111,11 :IS required by the City ot'JCITerson. I lowever, the list S" ol'backfill ninterial over the has main is to he Compacted by 11:111d or nuichilic faillping. The remainder of the backlill may be compacted by any other acceptable means. 1.1.5. Final Grade. The hack IIII nul(erial shall be p)aCCLI. IMCk in t11C excavation and compacted as Ilcccssary until 1111:11 trade is I•e-established. No rock shall he placed in the hackfill within S" elevation ofthc topmost main. >.1A B.ickfill Settlement. Sctticment ofthc hackfill material nhovc the main is an indicator ol•improper compaction. WIlcnevcr required, the Contractor must rc-cstahlish 11MIl by placing additional hackfill or by ether invims as appropriate. 3.1.7. Resurfacing. Contractor is responsible 161. the reslormioll ofany disturbed area~ acceptable to all parties Involved. Ameren Rcp►•cscn1,11ive for Cain: Tim I•:t,4gcrs OI'lice: a71-081-7341) Cc 11: 3734119-7028 FULL MAP LOCATED ON ROLL ifl OF 35M11101 FILM i + Pt IL PL V1 FFftl- vFa:ir-y r -W- LOCA'y zoo ar- ()JU06-4jj1E'.fX "V VrXLZ t 65. ANY OA m A&T 7-0 L#--X:t5,r p/L p i �Au. 12�e TliF- COAJTeAe:ro2 SQavSsf3 �rY GUST,,} 7- uTs a r� C.or""Al y J + f 1. i f E { { i 4 ' l�TTIBC 14 V>,i (:--k)7 81G c- of a° �y ' p�� co � P/2smflP.y 7D &= AsANLbA)M ONK6 n!a'1V �2xmWdY .t6 .TA3rx1.1 tad �i yo�� IR KL of r�v�"'o row., T A�vd 1 t�sT�1CL C,ow reAcTOr2 •S H Ai L Yt1�a N�vt7 $6 VF 6ft0d I YAW A A/0 rog 7 C7�V�U1-T' Gnl,,;l^-19 .1-�9T..7U,1/ i f i .t 4 f 1 i i i r V E t; t ;:` ItltlL/C ww 9 All AVM-J0-IflM 1 r .1N3NIUVd30 1A HM0'13AM A11FM'WMOO M o NORAJOSM aNY NOIStAAH 13.I.VQ ION mossm AlGlf3UN" d0 AID 'ON ,133115 SM 171 MATCH IkIB �'~ —------ v ITA. T7+Q0 ttt��� I 53 R _sez•xu•ar� SI 234.43; rz M >� cnmm I �� CL Id 1 g I ; < CF - 10 -- �) tJ m d. I R -./ 11100 { - n-n.n. MMM r I UPC tiff I uz R 13 00 CkI T z 5 m m 1! i"01W NOS ' eMaxaalnl�elel�seoroe�l,l IOtlL/L -�• -- — ` rill AVM--40-1"M :10 rx�Irnraa _ ~ + IN miuva d INMIdowid Ada -7 M O�j NOU.dIUOM dNV NOISIA38 —' 131va _V-11 IMOSGINI 'NOWaM :10 A110 'ON 13.1J IS I I ' I r •, r • I ► � 1 t;� 1 r 1 i 1 I 1 I j I t}rr hi'^ 711 7fl,j� I I / ^-._.—"___--._._,_,•— - a�_°__._.._.—.__._.._ 1 ___._ .__ -.._. _=�� ,f tin i 1 :rlrb � r "bar.Arrlur �,» fiCRIJ(�(79 STA970 ROAD - d I v h) I (a I dt�4 / rc/ PM r'c - :n1 n.a71 I o 1 mmm —-- I C�3 iir ini'�o tO r -•--_I I lJ I CS i3 z U ,T_ 5,go minm 1 y. d 49• ��t•3�� 1'9�71 tt f ` ( � 91A: 11171.99 Q . orrsr.t: 11.3.4n n l!� C IL PC ` V l ou.ul n MATCH lei o STA. 9400 ('J la _ _ e7 sax2oare. S — -- uM9!<aLlel\Lle►\sQorae\1e Ma OnID ANUMO "Inge Wid 9l1 AVM•.4f3-.l"DM Jo ` IN341WVdW INMdOMAW A�NrwwlwO �M o NtlUIMOSM ONV NOISIAN _�. 3.I.V0 ON Ik OSOM 'NOSES M .40 ll.lD 'ON 1, INq SM 21+00 7 7 I I U � � q I tj� H V� III �,, v, +x LY aeloo 4) I'11�nV'R���� n.n.n. I Ioi3i���` V II II LI r Qmmm � �•J . n. I I I I P,a nu c�t�vr ul I I � l I f na n• ���� lc�al�i it I i _V) I I I 1 •� I J 71 t01 I aI i II 1 z! On 1 I I I I 1 rc I .Itl ��I•i ���, Its I I I 1 MATCH 1u ,r m STAr 17-40 I I • � I I oMa�x�Llot\tlal\eeora�\�,1 , ', "Ha tg1'K? AH1.Fr10o H.I1108 ionz!a k! mra NV' =urn g l' ------ nil�_ AVM-.40-1" JO r d. MIUVAa 1WMdO13A3a A1H1iNlt D -VMOd- N0110 09.1a aNV NotsIA38 larva or3 nosim N0s3d ld!go do Jlllb dN .I.3314S v. 4' .. x -� �� of rl `j 1 11 ri tool I I ;a yZ�rc n:n: MAt 1 llT✓� I -- a- - -.v I m r'.�t It z, TA 2.m N I ` a Y> �l 1� f� Kt cr 0 lb �j R t� I `�W ,,//�� �,- � I I r_ cl• `A(J,G NT N � F'�<-. `� O U _' � to � � � Q ���" I I I �S� I �„s+," � ,�. ,,,,.•-' ��� �..1'•7, �i �� yl) , .1 ,I � v � r. hlfb I` � It•) II,1`, ,L `l _ !ft' �" ��srt 7 I•I , I �^� 'I p �GpL I I1' Cj t1 S�w11� qq rr) ; 7.#i i ` , ri I n -0 �n t ♦ CC ss 1, q ♦ \ ") �; �I, 1'� -1�1 I•,� �V 11 Vl �'•� tu II 1 � I w rJ I '' 1� �' � (V` I�� 'S+ t•n ? �U 47j V) 1 a,\ , I `� Ni � �! I� � (� r� tZ•� I � I •�i I �►I In �1,� 1-1 I.� l� `; j �, •`1 Q dC i rb Aq ILI Q N kb kv ``, rl �Y I Q \IU �"1/ I _ ru zRiou.on _ I ( an on I I I ,11, ,�..�(.1.p� i it I (\) � J .'-• (11 (� �l V, F'1 �C'� � � t u I I I �, ICI •: �l l'1\� �) C) MAYGI I 1 { I ITA. 4I+00 I �_..__IlL I L__. uMa•x�elol\slal\tirrr+rrae\+d VU 91110 AUINWJ HMO IUUL/L r tl -d r 9 1 - ` W nil AVM-AO-I Jo Mnl V + 1N'M1UVd9a .1NgAtIO 3A30 AIMNIVWO gMCJ� �J NOI.t.d1 osm (INV NOISl>1N Y UIVO :0I4� mosem 'NOBN3:1:131' AO A110 'ON -13311s Lr I I ! � f frl n n.n. ,1l I ! tt! I I I t rn• �z���3 It s i i Tr• In 'n 1 � '� 1 _-D I i CTA. 3r- I ' _�-_ III it I "" � '`�• 10 11 ! L �� �/ t I l I I a m o 1 ti; I I I I I I/ .. I .•� rcl d u;tO a 4 .n- a� I n n- - InInin ._ _......... cry y L,ANDRA LANE: \ I +.. L1�ANI)RA MANN 11 8151'a "W io MOM 10 1.b 1� m r • i. � � m rq Ci`• Fili V) u u:z IY 1_I r, 1 n. t' . b I I I I - ? lY I 1C �c •, Zia zNmm I I I I u mr7m A. (11� y`' N � Slt v► I I •I n��,, r• �, rr, � 1, N I I l I.._--•� � <t al v� tj a i•I 11E -�. �Qt a sk I I n'• I I I (•,) ) f S o I � rl)��fi y U CJ I i I I lu (J) � N) �� ;! r1 t- 1- rn n n'n< I I � MAT i STA.P1i00 1-• „I on vl r„m ti cl) lU. CJ �- I � I I ,� _ __-__-__—� ' I oMa•xaLlal\tlel\snUroe\�� g I x I M 4.4 " 36-100 a.. r,O- t�1 i t•• �1�g � fi 'a 1b a � IG it ul ; Lb � 1 I i 35{ 00 �L f Q� CU � to C N 31 00 n `r 1L ��� �6'. rt• � 1u v Q C) a �" J U � UTl It 1 G ,x n (3 C tit t4 r�! �, o � � "� �? � •ter � �° ��� 1L ► � cj,� N � h N :t � a• �b�u.+��na�Funoe- 9 1 L.r lOD/L.L r N it� AO ` + INMIUVdia 1mdo' mso A.lAY11NNIoo qM 0�j N01108353a QNd NOISIA38 __. NO UN IMO68IW NOSURAM JO AID oN 137FI5 II It im f 1 I� 1 _ i• I I c d � 1 I MAtW LM ('5q 8 to 1 I - stA a2400 ,f i oo I It r lion rp I rl M I I r{ Ua UO mtll ig I 1 y � � •�'2j�y�%l{ 1 I I r z CL rat 1 I I � I I Mli�"'Fi ¢ l� n.¢a 3vt4e.e Igo G• �uH :4» �•tc3iJ � I 8 � �utP0 �. � H 19 w m m � I fn� t IV vin I 7 v ' fir' I •• I �J �': ° rnm l I It I ma°lo� I I I :x�r't rri i•S ._� I '�'���� uMO•xiLiet\r•wl\seDrae\tL NV"Id lNmaydia INMd0lMia AluItY oo M N011083ST] (INV N0ISIAM ai.vo !ON INf1099H NO8b3,dAN dO A110 'ON 1-131-IS If It Lit It rK Gr to r / r I_.. OC V) I-I Lb m m ' Iaoo Jet l 1 r rner.crn rmr ,� !j 0 � � •F; Itn,t.m I i v 7 Lu IN w C� i I I 1 I I 1a I I omAn ( I I s�fil a' i g I I I I I 7 � 6 I I I i'ir. n 44 oo _._ 1 3 ! I I a I I I I I 41 t O1 .r-- II1 IU I') I I I I u, 111� 3n(,l 61 \ 1 I 1 I a. ut I I I � ri��hcri - MATCH UM �a0 i5 U 421rA _..._ �f1� � ' j' I 1 I I I I I I II �•'', r I � ) -. 1^• '"" \ �n �, f1MU1f3L161�tt01\6WI'ilf!\Id ftl Mooz I 0 r) r • .ma in W XoJm oo m s 1 t i �?i�ia,; � � IDOL/L �•� g att a AW-40-IMM ro ' Ad 1WINY0 i 1NgM013A90 AlNW11NY O NORdIa7Sla ONY NOISIA38 :311va !ON idn0eaWN0e113d43' :10 A1l0 'ON 133145 TIMM ' o aoaoo o00 pp0 000 o°o ' I I I np po°a 000 I I 1 I \ I I I c r+ I MATCH L� fI rnr.n'cc t S I i � I >fa QiN fin.n I =n.n. I P� l5w I mm -- I i • I I ' U I I I , N•iS I I I I 7�U y l I n:zat5 I I I I t t mm r 10 fl° (`� I I I I I I I V / I I •� oW. cr, j I �' II �'I >•z n n.n F-iF3k�nu( I I I X. -ct c! •I r7) I 4 I - MATCH Ir ws�i—i STA. 471 w I I I I I N I I _ OMU'x3LIBl\LIBt\5a0fYe\Id toot/t NV`W _ fill,a I1A ea AVM-.40-.UM ,h a -10 INMIUVd3Q INMdO"1M3d AlMfm"65 6m o�] NOLIOMOSM t7NV NOISIA38 !31.Vo K)fJ itinoeg" NO5N3JA3r �O A110 'ON 133145 1 �� I rr I I I I ' 1►) �,) MAT1l ' r IM tik L 1 11 60'191 !13SAJU / 0►10 IVls_ —Sl 00'a Us ' % 00'09,4 w I ,r I I Q !•s ` 00 �p pOpO j ti 000 p �^ 1�• f V I.i, OOODO p I 1 0000 °000 on 00600 oc )0 pp GO 1 °o°o°o°° oo p0°O°o°000 �� '•1`7 \ ° -0°O p O0000 l� J 'mil t J 0 noon 00� 0000 000000 I I °o 0 000 u o^n °o y tx n e° n.a _ l: QQ oaNp \ Vd Q I 8 sI'sot �`I 1 �1 1,�. ._..,. � - — —_�,rn:iio,.tia�l --_._.�.r.l�•: 1 � I � S1+ 1 �i _ \ 1 kO 092 54 w noon fy� orino0 ono r,}i1 opp0a nv.,.. o0p0 (I•�j,J _ , a AVM-)0-1I IOIH ( a°a°o°o°0 0000°a o o° 0°°ono } ( / I F ` 1 0°0°oo0°n pnoo0n oo°ario )�Ie 1\) Q l-1 _ oo00p 000noo I I� J C)t() CY p000 C,.,. O I I \ 1 0000°0 ono0o I onano 000noo '0.0. • r �J 3 LO eEtll f i13 115 °0°0 o°Don o°oo n n° o o°o 111 Brt10 AHLW!J m rJOS 1 npon00 000aa 0pD0I pnooaa nnao 1 ono°000° oo°p0 0�� I c1 "a nno I I IJ) \�> fT a 1 000 V39.1t0 t oP°a000,o°o0na 0 .f / OI'90+1 V15 ono090 00°0°0°0° \ I I !' t I'ON INY11101 0`10 I nou aoa000 o Drip ° I I 1 y \ G1a n 0 noDoo nn °0000 P Onn00 P[ 0 1 000noo 0 opnpn o^ r.. 1 1,91 11H4.1J0/' Y) _( t/.'011[0 IVi6 �AN1Nf100 IIUlOS l 00'll V1Sd1 C!'e 119 IVIS I .,.':•.'.•: %� `�,� `< ,�ouonnl 00'9eL -NOW � I I I � s nannoon ,1C'OII - 1N30NVL I I I•'e'' `'-�� nnnnnonP i r1 t� I I• �, nnnn0nan / .tF.O&K - VLTIa �j I I % Qoonnnnn no te•IOC - Sf110VH m \ '96L ILLOtal n'IO n�o I 7IV11 3�AIf 1 I I 1 / 0 0 0 a n 0 no ° {, 0 0 0 oe�+ o I I tS n°nn nno!°000no n,, (f I i I `rioo o°:I'OO n�in°on°V " OO UUti!�'go0n � i � N, i I I rI ! I 1 4) .X ; I I I I MAICH j 4 . i2400 NYId t Y� IIVM-dU-1!lM A NOUIHOM ONb NOISIA38 :31 vo :011 + mosem O frimar A0 Aldo 'ON MHS t1 I po e2++e.e4 kL ( 1� I C-915 0/1 lo. -)g I-V-11 . --OF P, .I � � ► .,•spa,��h i � A I I J I �4n► I .� I � ; ilk I � 7n. "��y, �s�%>> r ;a I ., I , ► C I , • g -I - LEI. `b Ijj 'w v. � kb�yl ui 1 1 � T I c a Ci •� \ 11 111 'r r ` I (� l \��m l'fa �• " l� Q v�t)l' (~ n1v! { Lj 1 / ♦� 1 o CL FRYI tn 1 H � \ _.__.. \,��_ .,rlr, c:. �� \c ��- � __.__ r ann•x�alet\ttal\savrae�r,� 100E/L 9 4 e INMIUVd3a INMdOlAA34 A.111!N'{WW00 L (•M�� NO110 3SIa (INV NOISIAM atvo N)N MOSSIW 'NOSbMAN .40 A.40 A�.110 'ON 133145 ' I' T v) I n I MATCH Lo t ITA. 674 I I �o,In ;( I i i I m l V 7 I , ,11 ; I � � i1 � •� "ot It I I I I I C� vi �t Inl I i I i u J Lo rl I %Fr. ail' I R rL ac e- (•. ly tz I I 'lilr'Ta lL �� n: tlt°nm F I I I I 44IDo L g I I I I Isy �'n k� ,;3 1 ,� I I i I �Ifif71'h �'�=o c° g, V) I I I f/v "'1�sr v)om " w t ° V R o n, as na Maim rn r�� I i i �•• ()1./ I � �1 1 J � I$ ,! ,gyp I 6'4 ti ' V MA C11 j/0/t 41�i v J Al d) �t 2 Lip A. Hoe 9 L NN'W "nip,a u Avm-jo-m-olu r Jo tN3V4l WVdja J,N?AdOl3A9a XiAn o Z GM O�j N011dwom (INV NOISVUH —_ _Y!3.I.V(l �!OII 008$114 'NOSWUM d0 A110 'ON 133145 ILI 49 I � 1 1 ''�j�;�Y Ft'Q •1� � (�I Ili� ll, . �, r{) � it { � I1►r�� a:27,rr �'�� '/ rTNM .,Ci ?j Q(.'t V�N� �i Yi.- •. full �? p h1 ._ 1�0. A!T Um Ful Is .•�.. � �i`� M 1 I � _ 1; 111 I � J) li Cy � Q: :: � sty:�s+ao s� I'D tr �pp I I vc nr t nv o II tl� I 1 j 2� `/ l,V (� � s U tu i I t I to y?It n.n. Cy I , �jc3°�°� I 1 j I � \I �r� �>>l1� �t.� ,� � � \G ��•C: ��:t 00 cl m$N I I I I I (\ m C)kyZ m I I I to t o to I 1 1 w��m'T I , I I •t ��_�i3dJ I 1 I I I�� trlt�4� -'N z Mmrom I I I �n w rc�w m � (► 1, ` C I I , 1 tit�{x¢ 1•: Q ~ �?+ 'j, 1 `I V ) It nc7r�r I MATCH STA. 67 I 1 rnll' I 1 o),t 3ttel\alol\seoroe\f.1 nil AYM .40 d Jo 4 i'.` :, . � I I I I —'a I —h::t- M .INMILUVAO INMcI0 3ARCI Wilt NIW O M n�-i Nnlldlaas3a aNY NOiStAlH =��YU !ON iunomyi Naer�NAW -40 AAD nN 133FIs kL ) 1 U _,.._._.•-.--- --_ _ � � // / fir' � o /% // �/i / ipm vO 7ey;71y 0/6 / ;o DR r/ i � 1. l d � �-•- � ':'It��i J kI 1 /% m / / r,J ti v Z. �` I / r ,` f j 13 nl V ¢ If ate° ° r M II: �` �_ I') iL) ' � Zao U ? zr m I Q I 1 any pp,n u)n) "lJ,�` ci I , I I •���1 � 1,�1 °mm 1 Z _ PC 731-43.6o 13looI � � �j I 1 i i \ ' ��v�t 1" a � ��• 1�1 tl �j a I 1 ��r�. t t I6 !0 P I ! I I I ) to � a no MATQf LSE °' 1 I n. Q ,`i---••.� I STA. 72+Op r) p1 o u, `�h� mi vf to in I I I � I �"� _ � 1 I OMU'X3L191�E161\BaOfBE\�d t: . qq 3: nNVld ,LN ad JI.tMUIY►� oo �C� NOl1.tIMOM aNV NOISMW 131va I0w Il (IOABAN PV+L?6a��� I(' t3► A.LI� *ON ANS b xfilj� fan a .� ��r-^r"'^r—r.-..r-..r•-...y..._r•._v___r._..r. _.y._.._y_ .y_._y..._.y_..y___y___v__y_._r.._..v-._y__r_._y_.._r__.F._..r._-.v-_.r-.__v .:. UVOH S(INf1ONDMIVd • 00 at I — U �Sim�p I 1 op1al 1 f OW PROJECT STA. 77+7f y I II' \ I I L I�b 1 1 1 _pet I lf. 1 v ttA. "*Go Iva yp 1 1 n 1 1 v3' r, }y ail I AVM-A0-11IF11k! )() ...... _. _.._.. t ' N0l INOSJd ONV N0ISIA38 !31.V0 !014 _ iunoS'SIW NOSUM.Or -40 Alfa ON 13314S - Lt 13 U.. \ l,o (S 1� 60 +!f � �• .. 3 x I / II i N•• I N" t 09 •L I I OOtL I I I � hrl rc \ "• I �� I 09•'l I A8 I \ I � I 90'09-UOl p1040 3.Of,L1.99S�PJ040 f0'9L-uol OO .I ,tl l,C1.00°o1P0 tl0'f!.-U I 1091 IIJIOd IOtILt100 lL'19-1 / d II'f0 Il3SAi0 AVM-i0-1110I Y+LI tV15 . y 09 0 \ 00'0010 'Y)S - 04 SUM OUOUIVd 00'00101 'VIS - '110 0111')ANINIO 10(105 �f• NIOA•IONLNOO OM ' LIYI\LIB)\6BOfYll�ld Ij?` avid �_________....._. ._.•_.. } _. (� II MYT 100L/L NV1d 9 I• r all 81 N AVM-r10-,L1• IU m AID INMIUVd3a .�N�vao19M AhNnM00 Noltdlcar�Os�n oNV Nolsln�» aLva eta mos81W NC3SS-4:13r 4O Jlll� �� ) � �� \`•,..__*....;i �.� " ;) 143 `,� I � ,) ��� � � �, I � �� � t�+i ,11 fl ,1,� �y •n I�? I� \W rJ, d)r'I <n► \ Jul 'P r� \ t) 7 `l'd >�U.f,�; Ib `� 'i, ' 1 J l- �'I' \� J`•...,.. ....,•."� to (� \\ r� � � . \ � }• ,!) o sip �• '__.l It fi rA w min � �•_ 6 . c �-�'C ter. 1 i I,trl0t 1 ° 1 I g I+ I ^l� 6 1 YA 1 I�Q ►J 1 00 000°�110o�600D °` / �0�'00p 060000000 Cf $po°O°0 .00 0Q00 CaC000°0°00°1°0°0°00°7 00000 0000006000 C• o00°000go1100000'a 0°0°001001° -- -_ - ° •/\ 00/000000 00 01°00 1 0. b 0 0 0. 0 0 0 O O -- 0 0 0 Op O 0 I °00000060 OOOppppgpOAeo ^° 0000°000b°op °O1°p -' \ 00000000000000000-013,000,.0,0000,00,°O0000 °p°060 °bo ---- - -- O A. vp500° 0 o0op 8g od88L'' _ -1---- I 0000.p 0000 .0 0000 10.0 a000�000600°00°000000000 --1 °00000000000 °P. 3 � 0000 0060000000000000601 Q00p0001p000 O 1 �,il,I •{. I� �`t� 1FF 1 0;0°100; 5i 5100;001°a101o60 '°�°- 1°011°°1;0;6000 oo0 ; 60; , 1 0 00;00 o°c;100100;c°0000/000 110 °°0. OUOO00000000�0 4 -o t�,� ) � - - _ - �r11T-OF-WA 0100°° 1°°0_11n°➢�3n°_n°_i 909 7 °_B°o.9..a-°_'� --------------------------- - -------- `} SO ---------------- -------- -\ � T rS r; `_-- - -- - --_ 11`�-•• ? 171 _SOUR] court TAY CLUB DR, - STA. 54 f J9.e2 01.0 I.0n1AAN R0. - 5IA. 0100.00 MM 0100-00 -t MAcc.9+57,11 CONTROL POINT 180J OFrSET• ao.00 n - w ....... N l _ - "' """ Y RIOIIT-Or-WAY/ �' `�\ � - '- � '-RIBIih-01"-WAY ---"--"•--� s PCRNAIIEIIr // 1 •..r••� __».__.---.'_ IA,FS r 5J00011 •::.: :.::.:::: / ,IORIAWATER- (,5,T 5F.6111!fAQRnfr � M/...� - ... - F.ASEIAFIIt - ^ §tA; 54 018.911 Uri El: .0. 'r, i:• lA:-9J1.74:J7..•.".` ....._.•�^._-. -- - i - OrrsEn x0.00 R -a C-) (1,,� ��•- sTA. 5..31 Ja.aO Sr�t 5.7f 91 a5 , \sFAa ""FIJ2 .o0oa \ ';'':. OrTS n x0.00 n ons 1! 1,11 i2 R ..;'\ UrFSEL 5La5 R s5?. / 010°00 \ 600000 p STA: 54101.93 / 0°100 060 `:!•., 41'FSF1: n1.2n II •'� IA: 54130.511 °a° o ba° STA, tl711�.en \ Or,,r'.4 , nn.04 R °00° 060- 0°000 T)rr SE11 6H.05 It , `ry [\\/ 01 1 00000 0000000 �l;\ 11t� 0 00 000 0000000 ,)rl• r�I 1V t ,.< 0 000 Op 1°10°0 f• - 1'Cn1AA'ILNI ,ry , K 001 0 p?r4 �' 10ORMWAIFrI._ •+ \ ••) I FASf,AFlll }+•r ` '^•9 �•L �` r 4,i0 ✓ YUFIIRIC, fUVInRU (l. A ).1nKl SY(,, �; OAI;F., GARY 41. Ac AIRIG M. 1105 0(101 COUIIIRY cam UR, '}, 1101 SO(I111 COUNIRY 00.10 DR. BOOK: 450, PACIi: •752 \ HOOK: 20d, PAGE.: 029 � li STM 52{115.71 600K: •155, PAGE 101 ` UrrSEr, I IN R j \ 1A: 5.1151 01 bl'I'sF.I 120,06 Il STA: 54155.24 OrFSEL• 120.00 R \ �f STA, tl2155.92 / SIA: 5.1194 24 UrrsET, 18110.04 It / /"UMEI: 1110,00 R UMtI'X3G101\LIA1\swr05\Id � .�--" ^ .- � Ind� •. 43. MN to rq cl rJ '•..i.,,. �' pct. CJ c` ,�`'� fir) ,! �` '•as. � /'1 , VQ r3 c, it I IA mul > K i••\ � `� � �?qtly � �n IS� �__.•-•- •� .... •- �, �� ,� 1� cc low C f�r334) l « t, z t fl �c co 19%a � v .3603 i_n r.a r�ra3 r t Cpl O�` rD7� �� rC1�r `!�= S`I r� t •f t;•) ry �h .,� ���`` t7` o �� �„ �� -n!/� fly •4 `T' ''' J7 z� �l (A CPO 1-b Ve tj rt cr C j,�,.� \ ¢� 1, ..J '`•✓° �� .' ..�•-°..,..—.. ��� � ff .S Ch o 1 � •�; ��4� i, � w til�. Sri tS• , 1 .Y ej h U ;1r� t� 1 1 u ►l <r � ' t ►1 v'; ' .�'—'j-F•� •....� '*-� .� l7 y1�) :J �:1 ,.l�� rf)( fit) � 1� cC �.' (�� p4r� (L >r)tkj \ '�'`'`i.<,•, :� irl a; U: I 4 IQ g rJ J)� •'�I .. ,� Irk' 'a q J iwt U1 CIO V �- I 0 , 1 h FULL MAP LOCATED ON ROLL # 1 OF 35MM FILM r� Pt PL i ;t iJ i� 1 O LOCATION 42 i t Iy ({t i ;i t 5S 1 c J I 1 f d SOUTH COUNTRY CLUB UR.D RELOCATION SHEET 1 OF 3 (�DA(s cz "n p 510 11.115 AREA Z cv, A�.�'fi � f x3607 TO BECOME FL.-E UER 989-55 AFTER TLIE INSTALLATION OF NEW CABLL: r I INSTALL 3 — 750 CABLES IN ONE OF THE SW 4* CONTRACTOR INSTALLED 5"CONDUITS, � LAT 03607 ABC s 9$9-53 SPARE 5"CONDUIT FOR FUTURE USE TO BE INSTALLED BY CONTRACTOR LAT 43607 ... EXISTING 3-- 750 URD CABLES TO BE ABANDON !E ONCE NEW CABLE IS INSTALLED ) i i � SW 02613 600 LAT 113606 ABC I 989-52 of LAT 113606 EXISTING 3 -750 CABLES ARE;"TU REMAIN IN PLACE NO WOKK 10:QUIRIM ON -1-1115 LATERAL 1 1! j i 1 SOUTH COUNTRY CLUB URD RELOCATION SHEET 2 OF 3 r I i I 4 \ SOUTH COUNTRY CLUB URD RELOCATION SHEET 3 OF 3 ATTACHMENT B FINANCIAL OBLiGATIONS: Total Cost of Relocation to the Utility $319,452.00 City's Obligation of Relocation Cost to the Utility $117,649.27 Percentage of Cost of Relocation to the City 30.S'io 'File City's cost indicated above does not 1nCiudC the Utility's costs to obtain any easements necessary for its relocation work. Costs for ac(luiring the necessary easements shall be reimbursed by the City or the City nlu►y secure the necessary casements on behalf of the Utility. Any rcquil•cd easements shall he indicated in the casement section of Attachment B. If the necessary easements are not obtained and a redesign is rcquire(1, the redesign and associated costs shall be covCrcd by a sul)plenlCntal agreement or ► change order to this agreement. The existing street lights located on facilities being relocated will be upgraded to 0 foot arms at no cost to the City. The existing, street light at Location 1110 on the Plan of ® Adjustment will be removed. Additional street lights will be covered by a separate quotation. CONSTRUCTION OBLIGATIONS: In joint effort to rcduCC the relocation costs to the City, the City and the Utility have agreed that the City will be responsiblC filr installing a usable Con(luit syst.cnl installed per the plans and specifications included in Attachment A and provide the trenching and backfilling for the installation of a gas noun along the same corridor as the electrical conduit system to the specifications included in Attachment A. The Utility will coordinale with the City to install the required gas main (uld will providC the conduit and vaults for the conduit system, the wire and perl'orni the necessary work on either end to tic into the existing systems. Tying into the existing; electrical system will have to be coordinated with the [Aility's ability to isolate the section(s) of the system. This coordination will need to he done When the load I-CCiUII'CI11CI11S permit and well he delernlined h;- the l)tility. The tJtility will work with the City in determining the possible windows of opportunity to facilitate the completion of the work. The City shall provide the necessary s►u•veyill" within tl)e limits of'tile project for the relocation of the. Lhility's facilities. "Phis 111;►y ilICILKIC but is not limited to loeilti()n of right-of-ways, cuts and fills at rCloeatCd facilities, and the location of items being 1 ® constructed in the project. The Utility will be responsible for staking the location of the relocated facility. EASEMENTS: Two easements will be required for the relocation of the overhead facilities that arc subject to reimbursement, The first is a guying casement located on the left side of South Country Club at approximate Station 57+90, Location /115 on the Plan of Adjustment. The second is a guying easement located on the right side of South Country Club at approximate Station 59+70, Location 1113 on the Plan of Adjustment.