Loading...
HomeMy Public PortalAboutORD13691 BILL NO.--2003-177____ SPONSORED BY COUNCILMAN Groner __ ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH DON SCHNIEDERS EXCAVATING FOR EAST MCCARTY STREET / NORTH BLUFF STREET / HAYES STREET IMPROVEMENTS PROJECT. WHEREAS, Dori Schnieders Excavating has become the apparent lowest and best bidder on the East McCarty Street / North Bluff Street / Hayes Street Improvements Project, No. 32020; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Don Schnieders Excavating is declared to be the lowest and best bid and is hereby accepted. Section 2,The Mayor and City Clerk are hereby authorized to execute, n agreement with Don Schnieders Excavating for East McCarty Street/North Bluff Street/Hayes Street Improvements Project, No. 32020. Section 3. The agreement shall be substantially the same, in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from rind after the date of its passage and approval. Approved....-z' .Presiding Officer Mayor ATYEST: APPROVED AS TO FORM: City Clerk City Counselor ....�..r...A..�...rw.ww.w ww..r.•wwwrwr r 1 r 1 r r r CONTRACT DOCUMENTS r r 1 r t`i'p' OF JEFFERSON 1 SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32020 Roadway Improvements: Fast McCarty Street, I North Bluff Street, and Hayes Street r -T&r........ gyp: Jefferson City Department of Community Development February, 2004 � TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form • Bid Bond " Anti-Collusion Statement Contractor's Affidavit * • Minority Business Enterprise Statement • Minority Business Utilization Agreement " • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract ' • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments Addendums ( If Any ) (" INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, February 17, 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. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" will include the furnishing of all material, labor, and equipment to reconstruct approximately 2,950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . A pre-bid conference will be held at 10:00 AM, on Wednesday, February 4, 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 Sixty Dollars ($60.00) 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 U')2!lE-/� Ter ry 19e p� enson ' Purchasing Agent Publication Dates Sunday, January 25, 2004 NOTICE TO BINDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PiA on Tuesday, February 17, 2004. The bids will be opened and road aloud in the Council Chambers at 1:30 PM on that same day. The proposed work for the project entitled "Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" will include the furnishing of all material, labor, and equipment to reconstruct approximately 2,950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . A pre-bid conference will be. held at 10:00 AM, on Wednesday, February 4, 2004 in 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. e Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Sixty Dollars ($60.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF ,.JEFFERSON, MISSOURI Patrick E. Sullivan, PE Director of Community Development INFORMATION FOR BIDDERS 113-1 5CQ{?E 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. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" 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 mates°ial, labor, and equipment to reconstruct approximately 2,950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . I13-2 INSPECTION OF PLANS, SPECIFICATIONS. AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry Out the provisions of the contract. IB-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or, any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at yeast 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. IB-4 QUALIFICATIONS.UF__BID_.DERS The City of ,Jefferson naay rrrake 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 001 the, obligations of the Contract and to complete the work contemplated therein, 1 I13-5 EQUIVALENT MATERIAL Wherever definite reference rs rnade in there Specifications to the use of any particular material or equipment. it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design,subject to the approval of the City. I13-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. IB-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 thoir rejection. Extensions of quantities and unit prices shall be carried out to the penny. I13-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Flans 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 duo 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, kids will be compared on the basis ' of number of units stated in the bid. Such estimated quantities, while made froiTi 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. I13-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street". 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. I13-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, lie 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 1 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 detrault and shall forleit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND ' A Performance and Payment Bond in an amount equiWAlent to one hundred percent (1000%) of the Contract price, roust be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Docurne)nts. 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. 0 IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL_BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will he roturned to tho bidder unless the same shall have been presented for collection prior to�;uch time, in which case the amount of the deposit will be refunded by the City. IB-19 NO_NDISCRIMINATI.O_N 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 Wssouri, pursuant to Soctions 290.210 through 290.340 inclusive of the Revised Statutes Of Missauri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee thal thO eyuipr71erat, matoriafs and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be tree from defects in design. Within the guarantee period sand upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs, or replacernents arisim out of defects which, in the judgrrrent of the City become; nocessary during such period. The cost of all tnatcrrrals, parts, labor, trzrnsportatron. suhcrvrsrc:rn, s,perial tools, and supplies required for replacoment of parts, repair of pcirts or correction of cibnortrialities shell be paid by ' the Contractor or by his surety under th(� term Of tlrc Liorrc.f. The Contractor also extend, the term;; of Mis owirrntee to cover repaired parts grid all repfacenaent parts furnished under tfrc, quarantoo provision:) for a period of one year from thc., ' date of installcalion thereof, If within ten days after the City gives the Contractor notice of de-fe;ct, frriMIT-1, 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 tA 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 succoeding 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 schodule 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 90 working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be,completed within (tie contract time. eIB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a (emir led and effectively dated copy of their power of attorney. IB-27 BID PACKET Each bid must be submitted on the prescribed forms and cont�inin certain certifications and documentation. Each bid must be subrrritted in a sealed or;velope bearing on the outsido 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 (inclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 66101 For the convenience of bidding this project, a "BID PACKET" has boon included with the project manual. This packet contnins the necessary forms to be submitted with the bid proposal. The contents of this packet inciudo the following; 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT A) CONTRACTOR'S AFi:IDAVrr 5) MINORITY BUSINESS UTILIZATION AGREEMENT BID FORM Name of Bidder lx)" Schniedor.r. 1�.xcavatln(i c(Anpany, Anc. Address of Bidder 1.307 1,1al r-cirounds Road JcA.-forsoll Ci To: CITY OF JEFFERSON 320 East McCarty Street Jofferson 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 (1)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 th(-.) proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, 31TIOndod, or modified by addenda) in the mariner and time prescribed and that lie willaccopt in fL1II paymont surris 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 payment-, and adjUstrTionts provided in the specifications aind h(,) understands that the estir-nrated 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 he. made, over or Under the Contract estimated quantities to provide for needs that are determined during progress of the work arid that prices bid shall app►y to Such increased or decroased quantities as, follows: Page 1 of 4 CITY OF JEFFERSON ITEMIZED BID FORM ROADWAY IMPROVEMENTS: EAST MCCARTY ST., N. SLUFF ST.,AND HAYES ST. PROJECT NO. 32020 ITEM APPROX. UNIT NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1.00 MOBILIZATION/ DEMOBILIZATION I_S 1 45,000,00 45,000.0000 2.00 TRAFFIC CONTROL LS 1 10,000,00 10L000.00 3,00 REMOVAL OF IMPROVEMENTS LS 1 27 0.00.00 _ 271000.00 4.00 CLEARING, STRIPPING, GRUDDING LS 1 20,000.00 20,000,00 5.00 CONS'T'RUCTION STAKING I_S 1 .151-000.00 15,000.00 EROSION CONTROL 6.01 SILT FENCE LF 6241 1 .50 9,361 .50 6.02 STRAW BALE DITCH CHECKS EA 70 70.00 4,900.00 6.03 SEDIMENT REMOVAL CY 125 w. 15.00 1 ,875.00 6.04 TEMPORARY MULCH SY 24200 0.10 2,420.00 EARTHWORK 7.01 UNCLASSIFIED EXCAVATION CY 9800 5.00 _49,000.00 7.02 ROCK EXCAVATION CY 17700 8.75 154,875,00 7.03 COMPACTED EMBANKMENT CY 25305 1 .40 35,427.00 7.04 REMOVE AND REPLACE; UNSUITABLE= MATERIAL CY 100 40.00 4,000.00 DOUBLE REINFORCED CONCRETE BOX CULVERT AT STA 26+44 8.01 CONCRETE CY 201 320.00 64,320.00 8.02 REINFORCING STEEL LB 25150 0.94 23,641 ,00 ' STORM DRAINAGE 9,01 4' x 3'TYPE A INLET, IN PLACE EA 1? 1 ,410,00 1 B,330.00 ' 9.02 6'x T TYPE A INLET, IN PLACE L:A '11450.00 1 ,450.00 9.03 4'x 4'JUNCTION BOX, IN PLACE EA 1 11600.00 1 ,600.00 9.04 5'x 4'JUNCTION BOX, IN PLACE EA 2 1 ,968.00 M 3,936.00 9,05 5' x 5'JUNCTION BOX, IN PLACE EA 12 4,960.00 9,920.00 Page 2 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 9.06 4'x 4' AREA INLET, IN PLACE EA 2 1 ,30L.00 2,722.00 9.07 JUNCTION BOX WITH RISER AT STA 22.138 RT, IN PLACE LS 1 4,670.00 4,670.00 9.08 RCP CONNECTION AT STA 22•+83 LT, IN 10 7.!iU.UC) 10 2.r,U,00 PLACE LS 1 , ® 9.09 15" DIA, RCP, CLASS III, IN PLACE LF 579 35.05 20,293.95 1�1 9.10 15" DIA FLARED END SECTION W ITH TOE WALL, IN PLACE EA 1 480.00 �T 480.00 9.11 18" DIA, RCP, CLASS III, IN PLACE LF 472 30.50 _14j-3--96.00 9.12 24" DIA. RCP, CLASS 111, IN PLACE LF 109 62.25 6,785.25 9.13 27" DIA. RCP, CLASS III, IN PLACE LF 235 4r',0() 10,575.00 9.14 30" DIA, RCP. CLASS 111, IN PLACE LF 115 06.40_ 7,636.00 9.15 36" DIA. RCP, CLASS 111, IN PLACE LF 302 85.70 25,881 .40 9.16 36" DIA. FLARED END SECTION WITH TOE WALL, IN PI-ACE EA 1 1 ,225.00 1 ,225.00 9.17 78" DIA. RCP, IN PLACE LF 126 250.00 31 , 500.00 9.18 78" DIA. RCP FLARED END SECTION WITH TOE WALL, IN PL.ACE EA 2 6r200 00 12,400.00 9.19 SUPPLY/PLACE TYPE 2 ROCK BLANKET CY 118 �` 30.00 ;3,540.00 9.20 GROUTED ROCK SURFACE SY 18 20.00 360.00 ' 9.21 GEOTEXTILE UNDER ROCK BLANKET SY 223 2,50-- ---- 557.50 9.22 ROCK EXCAVATION FOR STORM DRAINAGE (BLASTING) CY 50 100.00 5# 000.00 9.2.3 ROCK EXCAVATION FOR STORM DRAINAGE (MECHANICAL) CY 75 125.00 9f375.00 SANITARY SEWER 10.01 4' ID STANDARD MANHOLE, IN PLACE EA 3 1 ,245.00 3, 735.00 10.02 4' ID EXTRA SHALLOW MANHOLE, IN PLACE EA 1 11187.00 1 , '187.00 10.03 8" PVC PIPE. IN PLACE= LF ;'54 26.1 r; 6,642.10 10.04 ROCK EXCAVATION FOR SOWER (BLASTING) CY 4 E, 150.00 3,750.00 10.05 ROCK EXCAVATION FOR SEWER (MECHANICAL) G1' 20 3 600.U0 1 Page 3 of 4 r ITEM APPROX, UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 10.06 STREET SANITARY SEWER AT 111 N. BLUFF LS 1 5,900.00 5,900.00 10.07. ADJUST MANHOLES CA 1 1 000,00 1► ►000,00 RETAINING WALL 11.01 SOLID BLOCK GRAVITY WALL SF 273 22.00 6,006.00 11.02 SOLID BLOCK CAP UNIT LF 69 7.50 517.50 11,03 STRUCTURAL_ CONCRETE FOR STEPS CY 3 __ 500.00 19500.00 11.04 HANDRAIL LF 18 100.00 1 100,00 PAVING 12.01 3" ROLLED STONE BASE SY 15644 2.65 �Y 411456.60 12.02 7" PCC PAVEMENT SY 10580 23.60 _249,688.00 r12.03 6" PCC PAVEMENT SY 2450 27.60 67,620.00 12.04 4" PCC SIDEWALK SY 3269 _ 27.00 88,263,00 12,05 4" PCC SIDEWALK RAMPS SY 123 40.00 41920.00 12.06 TYPE A CURB AND GUTTER LF 6823 0.70 66,183.10 12.07 6" PCC RESIDENTIAL DRIVE APPROACH SY 273 33.20 10,701 .60 12.08 6" PCC COMMERCIAL DRIVE APPROACH SY 74 49.50 _ 3,663.00 r12.09 6" PCC DRIVE REPLACEMENT SY 531 27.05 14,363.55 12,10 4" ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 766 -.---12.04 _ 91222.64 12.11 4" GRAVEL DRIVE REPLACEMENT SY '104 1.30 447.20 ' 12.12 4" GRAVEL ROAD REPLACEMENT SY 90 6.00_ _ _ 540,00 12,13 TEMPORARY SURFACING TON 2500 10.00 25r000.00 ' ASPHALTIC CONCRETE STREET REPLACEMENT ' 13.01 1 1/2" AC SURFACE (GRADE C) SY 242 5.00 11210.00 13.02 5 1/2" AC BASE SY 242 20.40 4,936.80 SEEDING /LANDSCAPING 14.01 FERTILIZE, SEED, MULCH AC 2.8 2,000.00 7,600.00 14.02 PHOTODEGRADABLE STRAW BLANKEl SY 9B31 1 .52 14,943,12 1 . Page 4 o14 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 14.03 EROSION CONTROL BLANKET SY 560 _ 2.00 1 ,120,00 14.04 CEDAR TREES EA 13 20.00 260.00 GUARDRAIL I FENCING 15.01 GUARDRAIL LF 285 16.00 4,560.00 15.02 TURNED DOWN END SECTIONS EA 5 __.. 800.00 ___41000.2. 15.03 CRASHWORTHY TERMINAL. END SECTION EA 2 2�250.00 __4 L.500.00 15.04 48" CHAIN LINK FENCE LF 300 12.00 3,600.00 rTHERMOPLASTIC PAVEMENT MARKING 16.01 4"WIDE INTERMITTENT YELLOW LF 5190 - 0.75 _ 31892.50 16.02 4" SOLID YELLOW LF 5740 0.75 4,305.00 16.03 4"WIDE SOLID WHITE LF 100 0.75 75.00 16.04 TURN ARROWS EA 14 50.00 700.00 16.05 CENTER TURN LANE SIGN R3-9b EA 2 100.00 200.00 TOTAL BASE BID 1 ,343,311 . 31 ALTERNATE A - ASPHALT PAVEMENT-E. MCCARTY STREET 17.01 REDUCE 7" PCC PAVEMENT SY -10560 _ 23.60 L149►688.00) 17.02 INCREASE 1 112"AC SURFACE (GRADE C) SY 10580 3.00 31 ,740.00 17.03 INCREASE 8 1/2" AC BASE Sl' 10580 14,65 154`997.00 TOTAL ALTERNATE A (62,951 .00) ALTERNATE B -ASPHALT PAVEMENT- N. BLUFF AND HAYES STREETS 18.01 REDUCE 6" PCC PAVEMENT SY •2450 27.60 ___j67 .00 18.02 INCREASE 1 1/2" AC SURFACE (GRADE C) SY 2450 3.00_ 7, 350.00 18.03 INCREASE 5 112" AC BASE SY 2450 12.80 31 ,360.00 TOTAL ALTERNATE B (28 910.00) "2/1704 Signature of Bidder Dato SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. -Jefferson Asphalt C-�ny, D h S Fencing Co. , :tnc. ster.li.nci I;;xcavzat:t.a11L-- C. IJI S�iR HQm & Lawn Care`r.,1,c, Park-Mar"k _ W TIME OF COMPLETION The undersigned hereby agrees to complete the project within 90 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It Is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivering of such notice, exocute 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 'Pairgr-ounds Road, Jefferson City,,'--W)- F5109 It is understood and agreed that this bid may be withdrawn at any time prier 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. Signature of Bidder: If an Individual, doing business as If a partnership,— member of firm. by— If corporation,— pon Schnieders Excavating Company,,-Itn-, by Title Vice President SEAL Business Address of Bidder 1307 Faj.rcrroq!Ld,,L%&�.__ Jefferson City, W) 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 Rckid Secretary Ann F 1307 Pairgrounds Road Jefferson Citv, MO 65109 Date. a-:�toW-r 1986 810 f�QMm KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,2pn Schnieders Excavating Company, Inc. asr Principal, andSafeco Insurance Company of America ac Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , au owrior, 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 oumulvou, our hairs, executors, administrators, successors and assigns, this_�7th dray of_February_ ., 200 4 The condition of the above obligation rs such that whoruas the Principal has submitted to the GI-fY OF JEFFERSON, MISSOURI n certain Bid, attached hereto and hereby made a part hereof to enter into r; contract in writing, for the project entitled: Pro``pct No. 32020, Roadway Improvements; East McCarty Stream, North Bluff 5trelot, and Hayes Street" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principril shell axc-acute and deliver a contract in the Foma of Centrist attached hereto (proporly completed in accordance with said Laid) and shall furnit,h 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 Lill other respects peariorm the agreement created by the acceptanc t., of raid Rid, than this obligation shall be void, otherwise the carne shrill romnin In fnrc:o and effect; It being expressly understood and agreed that the liability of If w Surety for any and all clairns hereunaor ahall, in no ovont, excoed the penal carnount of this obligation as herein :Mated, The Surety, for value recoived, horoby utipuiates and aagiu ,thta;thc obligations of said Surety and Its bond shall be in no way irnImirod or affected by the oxtension of the time within which the Owner may accept such Bid; and staid :surety dons horoby waive notice of any such extension, IN WITNEESS WHEREOF, the Prinripul and tho Surety nave hereunto set their hands and seale,, and such of thorn as are corporatium,heave i'musud their curporate heals to be heroic) affixed and there presents to on signed by their proper officors, the: stray rand your firs;toot forth above. Don Schnieders Excavating Company, Inc. i r'rincipraI SISAL __. _ Safeco risurance Company A erica Kris t_ L1r.�nnett, Attorney-In-Fact /► °"` 13APECOInsurnnco Company S A 1 a E C 0 pU boy..14620 ► Snntla, WA 411124-1G2G ACKNOWLEDGMENT BY SURETY STATE OF Missouri County of Colo On this _ 17th _ dity of __ __._._w_. _•__ Ceb['t�tscy____ .... . __ 2004 __ before me personally appeared _ Kris L. Bennott known lo, me to lie (lie Attorney-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAII. INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAI- INSUf�ANCE. COMPANY _ —____ , the cogior•ution that executed the within instrument,and ucknowledged icy rnr that such corporation executed the manic. IN WITNESS WHf 811-'1 1", I have hereunto set my hand and affixed 111V Official scut, at III\ Office in tits aforesaid County, the day and year in this certificitte First above written, Notary I'll tic in ttte State Of Missouri 'cal) Co►utty of` Oac>yya—. �� NOTARY PUl3LIC•NOTARY SEAL O STATE OF MISSOURI COUNTY OF OSAGE AY Commission Expires. Octobar 18,2008 5.0230(5AEF 10105 tNiA.rAgialerrid trCUtprnarF,of SAP ECO Corporation rRP POWEP 1AIT(A)lluunANIA (.01AI1ANV 01 AMC1t11.;1, S A F E C 0- UIJAMAI IN!;I1NANC-COMPANY rN AMERICA OF Al�'ORNEY 11{)Mf ctff1Ct_ 6AfcC,01'1.A.TA .';1:.AT11.C. WA iHINWON V311P, No 6462 KNOW ALL BY THOSE PRESENTS: Ihnt SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMC-RICA, mutt, tt VVilshingkm r:orponmon, (toot; onch hatnby appoint .e.e.u.e............ee.LUlll`, A, I.AN(t1V{:Ilft:F:I<tti I..Itl•aWViT'i•f.r'ILlltl.li::f. 'I'KAHI II., Ni V I00.:1 R`, lncosou t u..1hweult,e.o...e...,e......e... Its fruit and lnwhll rrttnrnay(ai•ut fart, with lull aufhonly to oxos:ute an Its hahall lidolily and sutoly huncir, or tmdurtnkm(p and othor documonta: of it sirnllnr character wiliva m Iho rourtso of hr;huntnoas,and to bind the tospodlv.i company Ihurnby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA lutve onch executed and attonted thetin pla'ntrlht thlt, 161h toy of 111111 2003 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRE91t1ENT CERIIFICATC_ Exlruct irorn the(3y-Laws of SAFECO INSURANCE COMPANY OF AMEItICA kind of GENERAL INSURANCE_COMPANY OF AMERICA: "Articlu V,Soctlon 13 - FIDI_LITY AND SURF_rY BONDS- lhu Prosufont. Fifty Vlco Prooldnnl,tho SerroLuy,and nny Awiminnt Vicre Pinsidont appoinlod for that purpotso by(fill officor in charge of surely opnraliorm, Ohall oarh have authonly to appoint Indivwuahs w; atlrnnnyu-m-fact of undot olhor appropriate Milos with twthunty to axucuto on bohalf of Ifut company hdolny and surely bonds and uthm cdocunuml!, of smnllu 'aharaciur mnuv(j by the company in om courso of its business.,. On any instrutluml makmq or uvidnncmg such uppointrnool, the srgnillies may ho alfixe d by f;tcaamdu On any mstrumont contmring such authority WO on any bond ur undortaldng of II-ro company, Iho sanl, or a fac imilo thoruof, May bt) rrnpn;t;t,aw of affixed or ul any othor nusnnor reproduced; providod, wavor,that the soul shall nol bu narossaiy to the veildlty of fifty such instrurnenl or wtdurtakulf(" Extntcl from a Resolution of the Hoard of Diroclor,of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA ndoplod Judy 28. 1070 On tiny curtlficalu uxucutod by flit)Sucrolary or an assistant socrulaty of tho Company c,ottmq out, (I) Tho provisions of Articlo V,S(tctlon 13 of thu fly-Laws,and (11) A copy of tho power-of-attorney appointmonl,oxerutud pursuant(horodo,and (111) Cortifying that!:aid powor-of oltttrnoy appolntmont It;in full foico art d o(f ld, tho ulf)rtntwo of the cortltying offlcor rnuy be by(ac'mmiu,and the sate of the Company may bo a fawamrlc�fhonrnf" I, Chnslino Mt)ad, Socrelary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,de hamby cortify that the forugoing oxuach;of the BY-1-aws and of it Roselutam of tho Hom'd 01'Dlroclors of thou!corporations,imd of it Power of Atlornny lsrund pursuant thorato, are Iruo and coireol,and that both the By-Lnwr,,tho Ritsoltilmn and Ihn flowot of Atlornoy Faa 4101 in full fora;inw ufloc.t IN WITNESS WHEREOF,I hnvo horuunlo sal toy hand and a(flxod tho 1w.siriuio at),al of sew corpotudon tins !.'7th d;l f of E+xAmiary 2004 E COMp� � CiRPGR1�E SEAL S E A L y dr 1953 ��' '? 11 '1 A�FO/ 41 WAS M ��'/e ptWdS� \ CHRISTINE MEAD,SECRL:-rARY 5.007A15ACf 2(01 v A itr rw fwutt unownaly of SAFCCU Corpnattum Oft 1161200:1 PDF S A F E C O 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) 065-0400 1 1 S•3065/SAEF 2108 0., A repeater©d rrndemaik of'50TCO Corporation, r r ANTI-COLLUSIQN.aMW9NJ STATE OF Missouri _ COUNTY OF role Donal _ g being first duly swom, deposes and says that he is Vice President of TITLE OF PERSON SIGNING Don Schnie&rs Excavating .cxnr�arty. Inc NAME OF BIDDER that all staternents 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. Aff iant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. r (BY)_ r (BY) rSworn to before me this 17th _day of t-'obruan __,��____, 2000A_ 1 � _ NOTARY PUBLIC 1 My commission expires:_ _1/23/07 1 SHAWN M.WILSON ' Notary Public-Nso=Seal State of Missouri County of Cole My Commission Gxpirts: tai,23,2007 1 ' I CQTRAPTOR S AFF AV 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 1 The undersigned, Donald E. Rhea , of lawful age, being first duly sworn states upon oath that he is Vice President of Don Schni.eders Excavating Ccmipany, T.nc. 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 Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 17t-h day of __r,,.&u r NOTARY PUBLIC Ally Commission Expires: 1 L2 3 07 SHAWN M.WIMN ' Nomy Public•Notcy Seal State of Missoun County of Cole My Commission Expires; Jan.23,2007 r MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction Items. 1. Contractor's will submit the names and other information if any, about their MBE sub-contractors alone 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, rand minority business will be solicited whenever they are potential sources. r5. 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. r8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. 1 1 1 1 r 1 e r 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 wornen; and e2. Whose management and daily business operations are controlled by one or more such individuals. e "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black (a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of ethe original peoples of North America); 5. Member of other groups, or other individuals, found to be economically e and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 6:37(a)]. e 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. e Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers, e e B. The bidder must indicate the Minority Business Enterprise(s) proposed for 1 e utilization as p art of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority REM Pa i .i ation Participation D R S Fencing (b. , Inc. 2800 Sunnyside Road Guardrail 161660.00 Festus, Mu 63026— Park-Mark - 2909 &arret:t. Station Road Pavement Marking __„_ _9172,50 r St. Louis, MO 63122 1 ,393,311 .31 25,832.50 Total Bid Amount: Total: ..r._ ._,_.,.._ Percentage of Minority Enterprise Participation:w_ 1 .92 % C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise;and(b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. Donald E, Rhea_ ' NAME OF AUTHORIZED OFFICER DATE 2/17/04__M SIGNATURE OF AUTHORIZED OFFICER AFFIDAVIT QQMPIJANCE 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 NAME OF COMPANY (A corporation) (a partnership) (a proprietorship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 10, Section 026, Cole County in carrying out the contract and work in connection with Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street located at Jefferson City in Cole County, Missouri, and completed on the day 20--, SIGNATURE Subscribed.and sworn to me this day of NOTARY PUBLIC My commission expires: .,—----- STATE OF MISSOURI ' ) COUNTY OF.---,,, ss r Adak issoun 1 Division. of Labor Standards WAGE AND HOUR SECTION � c, • o L IIJPR�M^ Q� cc`G" rBOB HOLDEN, Governor Annual Wa a Carder No,, 10 Section 026 COLE COUNTY r In,-ac6ordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy orthis Annual Wage Order has been filed with the Secretary ol' State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate w1th1the Labor and Industrial Relations Commission, P.O. [Sox 599, Jefferson City, MO 651,62-0599.Such objections must set forth in writ.Ing the specific grounds of objection. 1%ch objection shall eertlfy that a copy has been furnished to the Division of Uthor Standards, P.O. Box 449, Jefferson City, MO 65102-044.9 pursuant to 8 CSR 20-,.010(1 ). A certified copy of the Annual'WAge Order has been tiled with thc. Secretary of State of Missouri, MAI � c_.olle..r•r1 A. hiker, Director Division of Labor Standards Filed With Secretary of St ill.e: r � APR U Last Date Ob Iectlons May tie I,llud: _ _.._.__ _..__._.._� _ ._ rPrepared by Missouri Department: of tabor and industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 026 R� COLE County `! TiTective as a .vor- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benofils Increase Rates Schedule Schedule Asbestos Wcrker 10/03 $27.93 55 60 $11.27 Boilermaker 9/03 $27.40 57 7 $14.29 Bricklayers-Stone Mason _ _ $23.65 59 7 _ $7.35 Carpenter 3/03 $19.03 60 15 - $7.86 Cement Mason __. $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 _ 5103 $22,62 86 _ 66 _ $13.03 Group II 5103 $22.62 86 66 $13.03 Group 111 _ 5/03 $21,37 86 66 _ $13.03 Group ill-A 5/03 $22.62 �86 66 $13.03 Group IV 5103 _ $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(Qulldin9j. _ General $15.87 110 7 _ $7.33 First Semi-Skilled $17,47 110 7 $7.33 Second Saml-Skilled $16,87 110 7 $7,33 Lather USE CARPENTER RATE Linoleum Layer& Cutter _ USE CARPENTER RATE Marble Mason ____ _ _$23.65 _59 7 _ $7.35 Mlilwri ht 3/03 r $20.03 60 15 $7.86 Iron Worker 8/03 $21.87 11 8 $13.00 Painter $18.44 18 7 $5.33 Plasterer $17,32 94 5 $8.15 Plumber 7103 b $29.75 91 69 $12.33 Pile Driver _ 3103 $20.03 ~60 u 15 _Y $7.86 Roofer 10/03 $23.70 '12 4 $7.76 Sheet Metal Worker 7103 _ $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 II 3103 $20.00 101 _ 5 _ $5.25 Group III 3/03 $19.70 101 _ 5 r $5.25 Group IV 310 _ $20.00 101 5 $5.25 Traffic Control Service Driver Welders-Acetylene& Electric Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers; If you are not being paid the appropriate wage rate aria fringe benefits contact the Division, of Labor Standards at (573) 751-3403. "Annual Incremental Increase ,SEE FOG'CNOTE PAGE ANNUAL WAGE ORDER NO 10 10/011 Building Construction Rates for REPLACEMENT PACE Section 026 COIF County Footnotes ac va 9s c over. '- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringa Benefits Increase Rates Schedule Schedule r Welders receive rate prescribed for the occupntionnl tillu performing oporntlon to which welding Is Incidental. Use Building Construction Raton on Building(s)and All Immediate Attachments,Use Heavy Construction raise for remainder of project. For the occupationni tlllon net listed in Heavy Conotructlon Shoots,use Rates shown on Building Construction Rata Shaot. a-Vacation: Employees over 6 yoom-0%; Employuon under 5 years-9% b- All work over$3.5 Million Total Mechanical Contract•$29,75,Fringoc•$12,33 All work under$3.6 Million Total Mechanical Contract-$29,41,Fdngoa-$10.69 e 'Annual Inadmantul Incronse ANNUAL WAGE ORDrR NU.10 7103 COIF.COUNTY CIVEi1TIME SCIIEDULF - III)ILDINC CONSTRUCTION TION REPLACEIVI N'T PAGF. FED: Minimum requirement per hair Labor Standards Act means time and one-1111[(1 !/:)shall be paid for all work in excess of luny(40)hours per work week. NO,9: Means tile regular workday starting time of V:00 a.m. (and resulting quitunE,time of 4:30 p.m.)may be moved forward to 6:00 a,m, or delayed one hour to 9:00 a.m. All work performed in excess of the regular %York day and on Saturday shall be compensated it(one and one-half'(1'h)times the regular pity, 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 fir at double tilt regular rate of wages. The work week shall be Monday through l7riday,except for midweek holidays. NO. 11: Means eight(8)hours shalt constitute it day's work,with►he stalling time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-111111'(I'/)) shall be paid liar first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overdone hours, h1miday through Saturday shall be paid at double (2)time rate. Double (2) time shall tic paid floc all time oil 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 shawl c.ontinte through the following hriday, inclusive of each week. All work perfomled by employees anywhere in excess of li►rty (40) hours in one (1) work week, shall be paid for at the rate of one and one-half(iI i) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of it ten (10) hour work (hry except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(II,)) 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 hetore Noon (12:00) to six (6) hours after Noon (12:00), 'fits regular work week shall be forty(40) hours, beginning, between 6:110 a.m. and 12:00 Noon on Monday and ending between i:00 p.m, and 6:00 p.nl, or) Friday. S111111-day will he paid at time and one-half(1'/z), Sunday and Holidays shall be paid at double (?) time:. Saturday can be it make-till duty it' time weather has forced u day off, but only in the week o1'the day being lost, Any tinmr befilrc six (6)hours before Noon or six(6)hours after Noon will be paid at time and one-lnlf(I'iz). NO.26: Means that the regular working city shall consist of eight(8)hours worked between 6:00 ami.,and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. flours of work at each johsite shall be those established by the general contractor and worked by the majority of trades. (tile above working hours may he changed by lit aual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and afler the regular working clay on Monday to Friday, inclusive, shall be classified its overtime, and paid for at double (:2)) the, rate of single tints. 'file employer may establish hours worked on it Jobsite for it four (4) torn (111) hour day work week at .straight time pity for construction work; flu 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'1'hurrday,Inclusive, Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regi flar working clay on 1londay to Tiliurday where a four (4) ten (10) hour day workweek has been established, will he paid at two lintes (2) file single titne rate of pay. The rate of pay for Lill work perlurnled on holidays shall be at two tunes (2) the single tina• rate(if pay. ANNI I fA , NVAG1`1 ORDER NU. Ill ' AW 10 02t M'Sup dog COLE COUNTY OVRsRTIMi!;SC:Iii:Ulll,i?-- tlltll.,l)ING C'ONS'i'ItUC"I'l(DN REPLAClsMENT PAGI? NO, 28: Means eight(8) hour%between 7:00 a.m. and 5:30 p.m.,with at (cast u thirty(30) minute period to he ulkcn for lunch, shall constitute it day's work five(5)clays a week, Monday through Frday inclusive,shall constim(c a work week. The 1?mployer has the option for it workday/workweek of four(4)tell(10)hour days(4-10's)provided: -The project must be for it minimum of four(4)consecutive days, -Starting little rtlay be within one(1)hour either side of 8:00 a.m. -Work week must begin on either it Monday or Tuesday: If it holiday Calls within that week it shall be it consecutive work day. (Alternate: if it holiday falls in the middle offs week,then the regular eight(8)hour schedule may be implemented). -Any time worked in excess of ally ten(10)hull('work (lily(in it 4-10 hour work week)shall beat the appropriate overtime State. All work outside of the regular working hours as provided, Monday through Saturday,shall be paid tit one&one-half (1!h)thttes the employee's rcgular,rate of pay. All work peribrnted from 12:00 a.m.Sunday through 8:00 n.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pity. Should employees work in excess of twelve:(12)consecutive hours they shall be paid double tittle(2X)for till time after twelve(12)hours. Shift work performed between the hours of 4:31)p.m.and 12:30 a.m.(second shift)shall receive eight(8)hour•%pay at (Cie regular hourly rate of pay plus ten(10"r�)percent for seven and ore-lialf(7%)hours work. Shl.ft work performed between the hours of 12:30 a.m,and 8:00 a.m.(third shift)shall receive eight(8)hours pay tit the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A hunch period of thirty(30) minutes,Shall be allowed on each shift, All overtime work required after the completion of a regular shift .4111111 be paid at one and one-half(I'/,)Hairs the shift hourly rate, NO.33: Means the standard work(lily shall be eight(R)consecutive hours ol'work between the hours ol'6:00 a.m.and 6:00 p.m.,excluding the lunch period,or shall con(brnt to the practice tin the job site. Four(4)(lays at ten(10)hours a day may be worked at straight tints, Monday through Friday and need not be consecutive, All overtime, except for Sundays and holidays shall be at the rate of time and one-half'(1'/:). Overtime worked on Sundays and holidays shall he tit double(2)time, NO.40: Means the regular working week shall consist of live(5)consecutive(9)hour days' labor on the job beginning with Monday and ending with Friday of each week. Four(i1) if)-hour(lays may constitute the regular work week. The regular working day shall consist tit'eight(R)110111 labor on the job beginning as early its 7:00 a.m.and ending its late as 5:30 p.m. All full or part title labor performed doting such hours shall he recognized as regular working hours and paid for at the regular hourly rate. All hours worke(1 on Saturday itnd all hours worked in excess of eight(R)horn's hilt not more than twelve(12)hours(luring the regular working week shall he paid for at time and one-half(1'/J)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of lwelve(12)hours during the regidar working(lily shall tic paid lit two(2)little,; the regular hourly rate:. Ira the event ill rain, snow,cold or excessively wintly weather oil a regular working day,Saturday may he designated as it "make-up" (lily. Sauirduy may also be designated its it "make-up" day, for an employee who has missed a day of work for person11l or other reasons, Pay for"make-up" days Shall be lit regllllll'rates, NO, 55: Means f is regular wink (Illy shall he elgill (x) hours between 6:00 a.m. and 4:30 lima The first two 12) hours of work performed in execs of the eighl.(K) hour walk day, Monday through Friday, and the first toll (101 hours of work tin Saturday, shall be paid at one & one-half(I',-.) little!, the slraipht tinie rule. All work performed tin Sunday, observed holidays and in excess of felt (10) hours a day, Monthly throu);h Sluurd1w, shall ht. paid ;it donhle (2) the straight little rate, NO. 57: Means eight (8) hours per day (•hull constitute it tfay's, work and forty t10i hours per week, Mmiday (hrotigh Friday, shall constitute it week's work 'f he regular starting time shall ho 8:00 11,111, 'file above itlay ho chimped by tntlluul conscttt ill' authorized personnel. When circtimslancv^, warrant, tic F'mpluyei may ch,ugw file regular workweek to Four Of ten-hour days at the legular tittle rate of pair. It h6q. understood tluu :all uth;r I„rtincnt information(mist be adjusted accordingly. All time worked holiirc.and after tau•established workday of eight (81 hours, Monday through Friday, till little worked nn Saturday, sh;111 het prod al the rwty of title and one-hall'(i ',) except nt cases where work is part of :tit employee's regulal Friday shift. All time woikcd oil Smitluy and revopttved holidays shall be paid at(lie double(2)time rate of pay. ANNUAL WADI. ORDER NU. 1(I AVVI11 026 O't'titpn.dav I'al!r 'of l"41 W, COLE COUNTY OV1?RTIM1;SCHEDULE'- BUILDiNG CONSTRUCTION Jim li1,I'1,AC[:MF.N'1' 1'AG[: NO.59: Means that except as herein provided, eight (8) hours a day shall constitute it standard work day, and luny ISSMIL (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 mic of time and one-half(11/,). All tin o worked on Sunday and holidays shall be classified as overtime and paid sit the rate of double (2) time The Employer has the option of working; either five (S) eight hour days or Rau• (4) ten 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 day shall be consecutive tell (10) hour periods between the hours of 6:30 a.m. and 6:10 p.m. forty (40) hours per week shall constitute it weeks work, Monday through 'ihursday, inclusive, In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at file option of the Employer, be worked its it mike-up day, straight tittle not to exceed tell (10) hours or forty(40)hours per week. When the five day (8)hour work week is in effect, forty 00)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 rnay,at the option of the Employer,be worked its it make-up day;straight tittle not it) exceed eight (8) hours or forty (40) hours per week. The regular suarting time (lilt(] resulting quitting time) may he moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up days shrill not be utilized for clays lost due to holidays. NO.60: Means the Employer shall have the option of working frwc 8-hour days or four I0-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than cig ht(8) per day or forty(40) per week shall he pnid at time and one-half'(I''IM the hourly wage rate plus, fringe benefits Monday through Friday. SATURDAY MAKE-Ul' DW if an Employer is prevented from working forty(40)hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or rrlud), Saturday or any part thereof may he worked as a make-up day at tilt, straight time rate. It is agreed by the parties that the make-up day is not to be used to make up tinge lost due to recognized holidays. 1Fan Employer elects to work four 10-hour days,between the hours of 6:30 a.m. and 6:10 p.m. in tiny week, work performed more than ten (10) hours per clay or fi)rty (40) hours per week shall be paid lit time and one half' (I ii) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses it day titre to inclement weather, the Employer may work ten(10)hours on Friday at stmight time. Friday must be scheduled for no more than tell(10)hours tit the straight tittle rnte, but rill hours worked over the forty (40)hours Monday through Friday will be paid at time and one-half(I ',i)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (I V7) the regular Millwright hourly wage rate plus fringe benefits, The regular work day starting of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may tie moved firrward to 6.00 a.m. or delayed one(1) hour to 9:00 a.m. All work accomplished on Sundays and recognizul holidays,or days observed its recognized holidays, shall he compensated for tut double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed ors the hourly wage rate plus an amount equal to the fringe benefits. NO.86: Means the regulru work week shall consist of five (5) day,, Monday through Friday, beginning;rat 8;00 and ending at 4.30 p.m. The regular woo k dal' beginning tittle may be advanced one or two hours or delayed by one hour, All overtime work performed or: Monday through Saturday shall he paid at time and One-half(11/2)of the hourly rate plus till amount equal to one-hall ("') tit' the hourly 'Ioual Indi.;atad Fringe Itenefils. All work performed oil Sundays and recognized holidays shall be paid at double(2) the hourly rate plus lilt amount cqua] to the hourly 'I oral Indicated Fringe Benefits. NO. 91: Means; eight (S) hours shall constitmc it clay's work commencing at 8:00 a.m. and ending at 4:30 p.m., allowing; one-half'(1/2) hour for lunch. The option exists firr the hniployer to use a flexible st:u-ling tit nu hetwcen the hours of 6:00 ami, urn(! 9:00 a.m. The. regular work week shall consist of firrty (•111) hour., of five (5) work days, Monday through Friday. The wort: week may consist of fi.air(4) ten (Ill) ho il.days from Monday through 'l'hursday, with Friday as a make-up day. If the make-up day is a holidiny, tilt eml)loyee shall be pnid at the double (2) time rate. The employees shall he Auld time and one-half(1 V0 firr work performed before the repulal starting tittle or after the regtuhtr quitting, time or over eight (8) btltnrS per work clay runless working.it 10-hour%,vork da}, Ilion time lilt(] nnc-half, 0 ','a)is paid for work performed over tell (l0) hours a day) or over forty 001 hours per hark v.-eek, Work performed on Saturdays, Sundays and recognized holidays Shall lie paid at the doub]c(2)little rate of pay. ANNCAI,WAGE. ORDER No . 10 , AWllltl)t-M SIIp.tro. COLE COUNTV OVERTIME SCHEDULE--BUiLDING CONSTRUCTION REPLACEMENT PAGE' NO.94: Means eight(8)hours shall constitute it days work between the hours of 8:00 a.m.and 5:00 p.m. The regular workday starling 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 turd of Saturday shall be compensated at one and one-half(1'/a) times the regular pay. In the event time is lost during the work week due to weatfrcr conditions, the Employer tray schedule work on the ffillowing Saturday at straight time. All work accomplished on Sunday and holidays Shull be compensated at double the regular rate of wages. NO. 101: Means that except as provided below,eight(8)hours ti(lily shall constitute it standard work day,and forty(40) hours per week shall constitute it week's work,which shall begin on Monday and end on Friday. All titre worked outside of the standard work day and on Saturday shall be classified as overtime aid paid the rate of'time and one-half f f'h) (except its herein provided). All time worked on Sunday and recognized holidays shall lae classified its overtime and paid at the ndc of double(2)time, 'Ile regular starting time(and resulting quitting time)nrny be moved Grrward two(2)hours to 6:00 a.m,or the starting time(anti resulting quitting time)may lie delayed one(1)hour ro 9:00 n.nr, 'll)c imployer lilts file option of working either five(5)eight-hour days or four(4)tern-hour days to constitute a normal flirty(40)hour work week, When it 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 a.m. and 6:30 p.m. Forty(40)hours per week shall constitute it week's work Monday through Thursday, inclusive. In the event the job is down fior tiny reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up(lay; straight time not to exceed IAM (10) hours per dity or forty (40) hours pet week. Starting time will he designated by the employer. When the five (5) (Illy eight(9)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 Eniployer's control,then Saturday Wray,at the option of the Employer, be worked as a make-up(lily; strrtighl time not to exceed eight(8) hours per day or flirty (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 it work tiny. The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. 'i is Employer may provide a lunch period of one(1)hour,and in that event,the workday shall commence tat 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 it lunch period of one (1)hour),or as adjusted by starting time charge as stated above, All work performed before 8:00 a.nl. and afler 4:30 p.m.(or 5:00 p.m. where one(1)hour lunch is grunted for lunch) or its adjusted by starting time change its stated above or on Saturday, except as herein provided, shall be compensated at one uud one-half (I 1A) times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated it( double(2) cite regular hourly title of pay for the work performed. If an Employer is prevented from working flmy(40)hours, Monday through Friday,or any part thereof by reason of inclement weather(ruin and mud), Saturday or any pall thereof may be worked as it 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 during any work week, hours worked more than eight(8)per(lily or forty(40) hours per week shall be paid at time all(]one-half(1'/a)the hourly rate Monday through Friday. Van 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 ill time and one-hal('(1'/2)the hourly rate Monday through f-'ridgy. If an Employer is working ten(10)hour days and loses is day duc to inclement weather,they may work ten (10) hours Friday tat straight tine. Friday trust be sche(luled fior tit least eight(8) hours and no more than let)(10) hours at the straight time rate, hilt all hours worked over the finty (40) hour; Monday through Friday will be paid ill time and one-hull(1!5)overtinle rate. ANNUAL.1YAGL' (lltl)ER NO. 10 AW100 001 Sup.dot I'upr.lnr Pave, COLE COUN'TV OVERTIME SCHEDULE—BUILDING CONS'rRUC'TION REPLACE MEN'T PACE: 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 otter the established eight (8) hour work day, Monday through Friday, and all time worked on Saturdays, shall be paid for at the rate of time & onc-halt'(H/2) the hourly base wage rate in effect, All time worked on Sundays and rccognired holidays shall be paid for at the rate of double(2)the hourly base wage rate in etfcct. NO. 122: Forty (40) fours between Monday and Friday shall constitute the normal work week. Work shall he 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)howl 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 a voluntary make up day. 1 r ANNUAL.NVAGE ORDER NO. 10 e ANV I O 026 01'Stip.doe Page 5 of 3 Pages COLE COUNTY HOLIDAY SCHEDULE— BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Decoration Day, ,hrly 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall he observed tts it holiday. NO.4: All work done on New Year's Day, Manorial Day, Independence I)av, I.ahor I)ay, Thanksgiving and Christmas Day shall be paid at the dot)hle time rate ol'pay. 11'ltrty oHliv tibove holidays fall on Sunday,Monday will be observed as the recognized hoii(iay. I f tiny of,thc above holidays fall on Saturday, Friday will be observed as the recognized holid►ty. NO. 5: All work that shall be done on New Year's Day, Memorial I)ay, Fourth of.luly, I.rahol Day, Veteran's Day, Thanksgiving Day, art(] Christmas 1)►ty shall tic plaid tit the cl►nahle 1`2) tinu' rate of pay. NO.7: All work done on New Year's Day, Memorial Dity, Independence I)n}, I.ahor 1),I% Veteran's Day,Thanksgiving Day, and Christmas I)ay shall he paid at the douhlC tin►c rate of pay. If a holiday falls on a Sunday, it shall be observed on the Morulay. I f a holi(hty Halls on it tiaI III d ay, it shall be observed on the preceding Friday. NO.8: All work performed on New Year's Day, Memorial Diy, Independence I)av, I.ahoi Veteran's Day,Thanksgiving Day, and Christmas Day, or the d;ays observed in lieu of(liese holidays, shall be paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays of NeIv Year's Day, I)ecorm ion I av (Memorial Day),Independence Day (Fourth of July), 1.,11)01' Day, Veteran's Day, Thunl,sgivin}, Day and Christmas Day, or days observed as these named holidays, shall be con►pcnsatud li►r at double (2)the regular hourly rate of wages plus fringe benefits. It'll holiday 1,1111s oil �alilrdl►y, it shall be observed on the preceding Friday. If a holiday falls on it Sun(Ill)', it shall hC 011Ncrvc(l on the following Monday. No work shall be performed on Labor Uay, Christmas I)ay, I)ecc►nnil In Day or Independence Day except to preserve life or property. 19: All work done on New Year's Da Memorial (hay ,luly 4th I.ahor I)ay Thanks ;iv NO. y, t fill! Day,and Christmas Day shall be paid at the double time rate of l ay. The crr►hl( nuts, tal;(I. oli Friday following Thanksgiving Day. However, the employee shltll nosily his o1' her l"OIL'na;na, General Foreman or Superintendent on the Wednesday I)ay. When one of the above holidays falls on Sunday, the following Monday shall be cor►sidCrcd IhC 11014111' anal all work performed on said day shall be at the double (2) time rate. Wh�:n unc 01'thC holiday . link on Saturday, the preceding Friday shall be considered the holiday and all wort: pC1 forrlud on "illd day shall be at the double(2) time rate. NO. 23: All work done on New Year's Day, Memorial 1)ay, IndcpendcncC lb-,% I.ahol. I ;IN, Veteran's Day,Thanksgiving Day, Christmas Day and Sundays shall he recognised hohdill\ ; lld ' shall be paid at the double time rate of pay. When a holiday falls on '-unday, IhC followvin}, Monday shall be considered a holiday. NO.54: All work done on New Year's, Memorial Day, independence I)ay, I.;thor 1),I\ Thanksgiving Day, the Friday after Thanksgiving Day, and C'hristrr►as 1)ay shall he lucid at IhL- double(2)time rate of pay. When a holiday falls on Satur•dtry, it shall hc• ObticrvCai on I•r;d;a.\ When a holiday falls on Sunday, it shall be observed on Monday. ANNUAL WAGE' 0RDI;k NU. I0 AWO 10 026 hdv.dor COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONS'T'RUCTION NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. NO. 66: All work performed on Sundays and the following recognized holidays,or the days observed as such, of New Year's Day,Decoration Day,Fourth of July,Labor Day, Veteran's Day, 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, O 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. r 1 i 1 1 1 ANNUAL WAGE ORDER NO. 10 AWO 10 02t1 hdv,doe PALL•2 of 2 Pages 1 Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE Count *Effective ----Basic vor- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER _ Journeymen 5103 . $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 Grouel 5/03 $21.70 21 5 $13.00 Group 11 5/03 $21.35 21 5 $13.00 Group 111 5/03 $21.15 21 5 $13.00 Groue IV _ 5/03 $17.50 21 5 $13.00 Oiler-Driver 5/03 $17.50 21 5 $13.00 LABORER eneral Laborer 5/03 $20.32 2 4 $7.03 killed Laborer 5/03 $20.92 2 4 $7.03 rTRUCK DRIVER-TEAMSTER Group 1 5/03 $23.07 22 19 $6.00 Grou II _ 5/03 $23.23 22 19 $6.00 Groue 111 5/03 $23.22 22 19 $6.00 Group IV 5/03 $23.34 22 19 $6.00 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. 0 `Annual Incremental Increase ANNUAL WAGE ORDER NO. 10 7/03 COLE COUNTY OVEIt'1'1ME, SCHEDULE— E11� VY CONS'1'ItIJC;'f'ION NO. 2: Means a regular work week of linty(40)hours will start on Monday and end on Friday 'The: regular work clay 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 be worked as a make-up day at the straight timc rate to complete forty (40) hours of work in a week, Employees who arc part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time&one-half(1'/2) shall be paid for all hours in excess of eight.(8) hours per day (if working 5.8's)or ten (10) hours per day (if'working 4-10's), or forty(40)hours per week, Monday through Friday. For all time worked on Saturday(unless Saturday or any portion of said clay is worked as make-up to complete forty hours), time and one-hair(1'/2) shall be paid. For all time worked on Sunday and recognized holidays, double (2) time shall be paid. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the b ) p 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(1'h)times the regular hourly rate, The regular work day shall be either eight (8) or ten (10) hours. if a job can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up day at straight time (if working 54's). Make-up days shall not.be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half'(I'/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.rn. 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 fora make-up day. The Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10)hours in any one day to be paid at the applicable overtime rate. if the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty (40) hours per work week. Overtime will be at one and one-half(1 '/) times the regular rate. 11'workmen are required to work the recognized holidays or days observed as such, or Sundays, they shall receive double (_') 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 ten (l0)hours. if a crew is prevented fron-r working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the enure 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. r A\1' lo(J26h\vol.do_ ANNUAL. 1\'AGt. ORE FR NO. 10 tar of COLE COIJN'CV IIOLIDAV SCHEDULE - HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas 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 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 nonnal 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 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 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 tuiless 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. aw 10 026 hvv hokloe ANNUAL NVAGE ORDER NO. 10 REPLACEMENT PAGE OUTSIDE ELECTRICIAN These rates are to be used for the following counties: Adair,Audrain, Boone,Callaway,Camden, Carter,Chariton,Clark,Cole, Cooper, Cniwford, Dent, Franklin,Gasconade, Howard, Howell, Iron,Jefferson, Knox,Lewis, Lincoln, Linn, Maccin, Maries,Marion, Miller, Monitcau,Monroe, Montgomery, Morgan,Oregon,Osage, Perry, ['helps, Pike, Pulaski,Putnam, Rails; 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 Titic —� Basic _-- `--�'rota I 1-Lour1y Rate _ Benefits *Joume man Lineman $28.28 $3.25 -t- 41.3" *Lineman Operator _ _ $25.32 $3.25 + 41.3%, *Grotmdman - $20.04 $3.25 -+-41.3'«, UTILITY WORK Occupational Title Basic _ 'Total Hourly _ Rate _ Benefits__ *Journeyman Lineman $27.27 53.._ - 7.. /� *Lineman Operator $23.54 _ S3?5 -+- 37.3';4, *Gmundman V^_ $18.20 $3.25 -+- 37.31rb OVERTIME RATE: Eight(8)hours shall constitute a work day between the hours of"7:00 a m. and 4:30 p.m.Forty(40)hours within five(5)days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at times and one-half'(]I,. the regular straight time rate of pay. Contractor has the option to pay two(2)hoca•s per day at the time and one-half(1%) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p,n1., 1 tonday 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)tinu:. HOLIDAY RATE: All work performed on New)'car's Day. Memorial Day, Fourth of-July. 1-abor I)ay, Veteran's Day,Thanksgiving Day,Christmas Day,or days celebrated as such, shall he paid at the doubic time rate of pay. When one of the f-oregoing holidays falls on Sunday, it shall he celebrated On the t611owing ' Monday. 'Annual Incremental Increase ANNUAL_ WAGE ORDER NO. 10 OUT sTt.AN'10 M t Am , AFFID,AVIT OF COMPLIANCE PUBLIC WORKS CON RACTS LAIN I, the undersigned, _ _, of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That _ _ _ was awarded a public works contract for Project No.32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street. 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 i day of _ 20._.—_. NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ss COUNTY OF _ ) r EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as _ by 2. That _ —, was awarded a public works contract for Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of _ since no Missouri laborers or laborers from non-restrictive states are available or capable of performing _ FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of ^ 20. NOTARY PUBLIC My Commission Expires: APPROVED BY. Director of Community Development, City of Jefferson, MO l CITY OF JEFFERSON CONSTRUCTION CONTRACT r THIS CONTRACT, made and entered into this )�Y day of J Il0 � C� 2004, by and between, Don Schnieders (Excavating Company, Inc., hereinafter referred to "Contractor",Contractor , and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSE'TH: 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. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street. 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 "Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" 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 90 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 wane 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 the City Ten Dollars ($70.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those 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 undergrotind structures or by reason of blasting, explosion or collapse. e (e) Subcontracts - In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. f Sco e of lnsurance 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. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective r 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 Res onsibilit fur 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 tinder 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. Liouidated 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 refrasP 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 Flight 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 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. r10. 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 17, 2004 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Million Two Hundred Fifty One Thousand Four Hundred Fifty Dollars and Thirty One Cents ($1,251,450.31). 13. Performance and Materialman's Bonds Rewired. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. If any section, subsection, sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governin g Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents_ The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understanding'Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This ' contract supersedes all prior contracts and understandings between the Contractorand 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 1 any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments, This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of -the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21 . Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more 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. 1 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 1 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 65109. 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 W'A c .1) 2004. i 1 CITY OF JEFFERSON CONTRACTOR Mr�y_4r' Title: \I, L c. ATTEST: ATTEST: t .% -GAL•Z, _�l--% '5� t�'Z G`Z,C'� City ClerlV Title: APPROVED A TO FORM: City Counselor 4' I _1 Bond 86234372 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnie_ders Excavating Company, Inc. , 1307 [Fairgrounds Road, Jefferson City, MO 65109 . hereinafter, referred to as "Contractor" and YSafeco insurance Company of America a Corporation organized under the laws of the State of and authorized to transact business in the State of Missouri. _ _ as Surety, are held and firmly bound unto the City of Jefferson, Missouri hereinafter referred to as"Owner" One Million Two Hundred Fifty One Thousand in the penal sum of Four Hundred Fifty Dollars and 31/100 DOLLARS (s-- 1,251,450.31 _+_), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS, the above bounded Contractor has on the 1` day of M[ .t �..\ ,20 L '- __, entered into a written contract with the aforesaid Owner for furnishing all materials, equipment,tools, superintendence, labor,and otherfacilities and accessories, for the construction of certain improvements as designated, defined rand 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 1 and made a part hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars,well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other 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 part, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said 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: e IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the 14;. day of M,(­, 4 VN _ 20_c. Safeco Insurance Company of America Don Schnieders Excavating Company, Inc. SURETY COMPANY CONTRACTOR BY �_ (SEAL) BY N�>-r^-- V �' I�Jh�--� (SEAL) J�_i�__, ik kk AL) BY _^(SEAL) Attor y-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 r r S A. F E C O, SAFECp Insurance Company tl70 Seattle,WA 9N174•t!i2ri ACKNOWLEDGMENT BY SURETY STATE OI' Missouri ss. County of Cole f On this �.C�_ day of +L��1j� '\ _ , ..�1�t a L , bcl��rc me prrsonalfy appeared Kris I_, 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 safne. IN WI'I'NI:SS WIII;REOF, I have hereunto set my hand and affixed my official seal. at my off-ice in the aforesaid County, the day raid year in this certificate first above written. Notary f'ubliv1n the State of Missouri cal) County of 6sage.._..,.�....._... ..�a._. .... JANET HASLAG� NOTARY PUBLIC-NOTARY SEAL E STATE OF MISSOURI COUNTY OF OSAGE ;v Commission Expires: 18� 1 5.02301SAEF 10199 QD A registered trademark of SAFECO Corporation FRP POMP :;Ail.(.i i lW;0PANCr C(Nvil'AN'✓OF AMENI;;r. S A F E C 0 Wf (A NLHAJ.IrJ;L11:nN„r.(;U61!ANY of ANICRlcn ► OF ATTC)RNE)` IIUt,l1:urf RA: !sAre.CO PLAZA tiiAT1FF' WASHINGTON 9818'. No 5462 ALL BY THESE PRESENTS: jqTKjat NOW SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE: COMPANY OF AMERICA, unr.h a Washington carporrtion, dons arch hmoby appoint `««.•"""••'.`«".""'L All.)IS A.LAND\\'I{Ilk;KRIS 1 Ill NNI I'I l II:\Itl 1.�,I 110 10 .III:V it,\(,Kl ItS, Itliiuuo U11%.Nil."outi""'•"•'•"'""•°""'" Its true and lawful attorney(,)-In-fact, with full alithorily to oxecute nn Its behalf hdohly and suiol�- bond!. of undmlakings and other docurnonts of a similar character issued in the course of Its business,and to bind the ro;,fructwu company Ihmohy IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested Ihoso prosonls this I(,ih day of hmc 2010 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMEP,ICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 -FIDELITY AND SURETY BONDS., Ihu fliosidr:nt.any Vice Prmadont tho Socrot ary,and any Assislant Vice Presmont appointed for that purpose by the officer In charge of surely operations, shall each have authority to appoml indrviuuals os attornoys-m-fact or unuer other appropriate titles with authority to arocute on behalf of the company fidelity and surety bonds acid other dmamflefW: of cmiilar ch;facler issued by the company iri the course of its business. On any Instrumunt making or evidencing such appornlnwnt, Ihu signahiro!, may he affixed by facsinal(. C.m any instrurnnnl conferring such authority or on any bond or undertaking of thu company, the seal, or in facsimile thereof, may tn' impressed or affixed or in any other rnannor rrproduced; providod, howaver,that Iho seat shall not be necessary to the validity of any 5i;rh rasturle;nt or underlakuut" Extract from a Rosoluhon of the Board of Uircctorr•of SAFECO INSURANCE COMPANY OF AMERICA aril of GENERAL INSURANCE COMPANY OF AMERICA aooplocd Judy 28. 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company salting out, (I) The provisions of Article V,Section to of the By-Laws.and (if) A copy of tho power-of-attorney appointment,oxncutod pursimml thereto,and (iii) Certifying that said power-of-attorney appointment is of lull forco and offect, the signature of the certifying officer may be by facsimile, end Ilia seal of the Company Pary ho;r facarrntlo 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 Ro-,oluton of thr!Band of Director:,of lhesr curporatio s.and of if Flower of Attorney Issued pursuant thereto, are true and correct,an(I Ihal both the By"l aws,It,,,Flusohbon and the Power of Attorney are still al,full 1!,ica:and effect IN WITNESS WHEREOF,I have herounto,et my hand and affixed the faesnmde soal of said(;mpofahoat Ibis ,,. ... day of w PA'C'E COMp� SY apPORgrr CORPORATE y SEAL C SEAT. iy FOf WpSN� ' ��«omf Y(aSb\� CHRISTINE MEAD,SECRETARY S-09741SAUF 2101 P rvillM n,rl tradnnulrh of SAFECG Corporation 001b'2003 PDf I IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General insurance Company of America, First National Insurance) Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to"surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90`y0 of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. ® This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement !D guaranteed by this,bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. O S•6246/GEEF 2/03 rRP SIA 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 S•3655/SAGE 2/98 0 A registei ed trademark of SAFECO Corporation ,larch 2, 2004 City Of Jefferson 320 East McCarty Jefferson City, MO 65101 RE: Contractor: Don Schnieders Excavating Company, Inc. Bond No. 62.34372 Project: 32020, E McCarty, N Bluff & Hayes St Gentlemen, Please accept this letter as you- authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. Once the contracts have been signed, I would appreciate receiving a copy of the contract and the dated bond with Power of Attorney for my file. Sincerely, Kri. L. Bennett v Attorney-In-Fact r Winter-Dent & Co. Insurmnce & 13mids 11.0. 13u, '10.10 k"Nerst,n ( it-�" N40 ('510-''104r, f .7\ 573-(13t)--500 ACORP. CERTIFICATE OF LIABILITY INSURANCE OP ID Cf I DATE(MWDWYYYY) _ DONSCC 1. 03/01/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Winter-Dent & C:nipany HOLDER, THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 3.046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. efferson City bin 653.02-1040 ne: 573-634-2.12. Fax : 573-636-7500 INSURERS AFFORDING COVERAGE NAIC# D IWAIPIRr General Casualty lnsurance 24414 IN:;III+rH14 IuulJn,,, An+-: !,.,ItL,nnn„ 510001 Pon Schna.eders Excavnt-.triq Company, 1nc, 130'7 Faa rgrounds Road J9££er.son-Ca.ty MU 65109 IN"In+II<! �. COVERAGES _ _ 11W POI ICIFS OI IN1;I)I?AN(',( 1151`1:0111 I OVv IIAVI.II1:1 N ISSI)I.11 I0 II,! INSI)Nr(I NAMI U AHOVI I O:+1111 11011(;"PI l O(I INOI(:A11 I) tJ011"JIIIq,IANOIIJG ANY RfUUIRI1M1:rJ1 rFRMOI+i:ONOI110N(tt ANYCONII(A(:I (M"I 11111U('AA)KILNI WI(HRI!,I'fl;i UIWIIIC.IIIIIISCIR11111:nI! Ml.YHFIS:;!ILUO!) MAY PLR I AIN TI IL INSl1RANC! At' O 40[ HY lilt 1101 Will 1,01:r.Itllil U 111 III IN I!,)LUI,C I 10 At I I III I(Rik. L Y.(,USI(IM,AND CONPI!IONS OI POLICIES AGG10(1AIL LIMIT;;SHOWN MAY IIAVI HI I.N III NUCr U It)'PMI,(.I A41111 IHSR iADD'L( -" -— •POI.ICY GFFPCTIVr I POLICY f.'XPIRATION LTR INSRD TYPE OF INSURANCE- POLICY NUMDrR UATk MM)UUIYYI DATE MMIDDIYY LIMITS ' GENERAL LIABILITY ;LACII OCCURR1 NCI 15100000 , 1000000 -' IIAMA(;I 1(I PLNIro A + I X I COMMI:)+CIAI (JNI-RAI I.;AIIIIII� CC10255831 10/10/03 10/10/04 . PRrr.u,r:,,l ,on.un,r,, Gl AIMS MADI i X OCCI)(! MIA)I Fn rnny„nu 1,-arson, i 5 000 Pr R:,ONM r.ADV INJLIPIY 1 1000000 i .- - . t X Blannkk et Addl lnsd ' GI NI nc,r,RL,nr(: a2000000 I GEN1.AGGRLi.)AIt IIMOnP)9as III k PRODUCI:, CUMP;OI'A(;c 2000000 POLICY IX i II�Ff t�T 1(I( _ AUTOMOBILE LIABILITY COMHINI 1)SINC,!.I. LIMII 1000000 A X ANYAU10 CDA02558 31 10/10/03 : 10/10/04 ALL OWNFO At I 05 � --� 50A I"DULE1)A1110!; �ilr)u,v nn)LII+Y 1 ` 301 IIY INJURY 1 ......... ...-__._ f X �ulRlnnoto;; }N��.1�i=�l���,X=;��� �U1Jf:(� _ r i X I NON-UWNCD ABIOS 'f ) I, a now,,) u -- �Jy: »!:. ' /' ` 1-1?011IItIYI)Ab1AG6 GARAGE LIABILITY �!� ( Ail rO()NI Y 1 n ACCIOLN 1 ' { : J nNV 0010 ••` I A A(.(; 5 ...-_._. if 11 P IIIAN ... -._ Al Ii)ONIY EXCESS)UMBRELLALIABILITY n :lluc(;tIRCCI.J(A ; 1 3000000 A X I OCCUR C,IAIM',MAOI CCU0255831 10/10/03 10/1.0/04 .A(,r,ruc,:,r( 1300 0 0 00 DI:I)11CtIHLI. 1 X RErermoN 1_10000 WORKERS COMPENSATION AND -- — - - - }' I(p;+ IUd11, rR . EMPLOYERS'LIABILITY . B `ANYPROPRIGTORIrnRrNLRRXF(:NIIVI 04WCOe..3�) 20/10/03 1?/:31/04 r.n,:un::crnLNl : : 1000000 OFFIGCR)Mr.M1IER E:RCI 01JEW I , ulsl n�;( t r,I r,u'l arl;. 11000000 Ilyue dov:We undor . . . . . . ._._. SPJ-C,AL PROVIS.ONS(,,, ,y. nr,l A;1 r(,I I(.v I IM I : 1000000 oTtIER - A. Leased or Rented CC1025S831. 10/10/03 10/10/04 Per .T.tHm 300000 .tTLi-2 m e n t DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICL.r.S f EXCLUSION AUfiED fIY r.:NDORSCML'tJT)SPECIAL PROVISIONS Project No. 32020. Roadway Tniprovl m(:ants: East McCarty St.root, 11:;rth I?Iu_+.°f Street and Hayes Street CERTIFICATE HOLDER _ _ CANCELLATION _ TE"FF E 1 SHOULD ANY 01'THL ABOVE DESCRIBED POLICIES DE CANCELLED IIEFORE THE EXPIRATION DAIS THEREOF,T'HE ISSUING INSURER WILL ENDEAVOR TO MAIL. 1.O DAYS WRITTEN NOTICE TO TIIE CERTIFICATE I(OLOUR NAMED r0 THE LEFT,DUT FAILURE TO OO SO SHALL City of Jefferson t of IMPOSE NO OIILIGA'rION OR LIABILITY OF ANY KIND UPON 111E INSURER,ITS AGENTS OR Department of Communa Cy U(�v�a1 320 East McCarty REPRESUNTATIVES _.-__-_._.,_..-----_._._. Jefferson City MO 65.101 ALI6 iii6{fREPRE�NTATIVE ACORD 26(2001/08) �� )A CORD CORPORATION 1888 ACORDL INSURANCE BINDER OP 10 C1 DATE THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT rO THE CONDITIONS SHOWN ON THE REVERSE SIDE or THIS FORM. PRODUCER piidNE W73-6.34-2122 1COMPANY it 0 113 0 6 INC,No Lilt) 573-6:�6-15 0 0 1(;oncilral Casualty Innuravice EFFVITIVr EXPIRATION ter-Dent & Compariy DATE TIM. I: DATE TIME Box 1046 X AM X 12 0 1 AM, farson City MO 65102-1.046 03/01/04 12 :01 vt-1 03/01/05 NOON ­­.�.......------ 11,1111IN01-fM 10i.,Xfl N;I(:OV(I(A61 ill fit? AI?OVI. NAMUO COMPANY CODE: 0240321 still CooE; Ill 11 FXPIRINO 1101 W•f v NA-DONS-OCP 'AGENCY ERIo: DONSC-- OESCRIPTIO14 OF OPEF4ATIONStVEIIICLEHIPROI,ERTY(Including Location) CUSTOM3 INSURED City of Jefferson Owner's Contractors Protective Liability Po l.icy- Roadway Improvements : East McCarty St Dept of Community Development reet, North Bluff Street, and Hayes Street 320 E McCarty Street Project No. 32020 Jefferson City MO 65101 COVERAGES Limrrs TYPE OF INSURANCE COVERAGLYFORMS DEDUCTIBLE COINS Ii. AMOUNT PROPERTY­GALISU.1*1"(i('L0.S!; 11 A.";I C I IMOAD t3,I'I,C GENERAL LIARILITY LACH i2000000 COMMERGIA1.GI-NI'liAl ViAlill IIY I IM DAPAAGI,iA,,v o,,,-1w,, CLAIMS MADE OCC.1114. MI 1)(XII(An,owe X ownur i. Coat rants, P,*,, I'LliSONA! h ADV INJURY 1 1. GI.NI:I4AI AGGREGATE 12000000 PLIROW1 IORCLA10! KA1I. PRODLC11. CO NP!OPA GG I I A U T 7OBILE LIABILITY COIABINFO 511,311:LIMA -S- - ------------- -1 PODILY INJURY A LIL OWNED AU 101; j IQDll Y INAIR) (Por 1 CHEDULEDAU105 PR0Ilt:RIYDAMAGE. IRED AUTOS I MI.DII:At.PA W1 N I S NON-OWNLOAMOS PFR!;0NAL INJURY PHO I I AUTO PHYSICAL DAMAGE DF.UIJCLIHII-1 fk(;ILlti CAMIMUL COLLISION 1)ANIOUNT OMER THANCOl OMER GARAGE LIABILITY AUIOQN1Y ANY All 10 011 If-P I i JAN Al I10 ONLY -Of 14 1 A(;GRCGAK EXCESS LIAHII.IrY N(A UIVIIIIIELLA I ORPA fVlif Pf 1140 IWI t 14"(I AINI!,NIAW Sill; INIMR1 1)PI It.N(ION 3� VIC 5IAI0TO1iY LIMINI: WORKER'S COMPENSATION I A(:(;11)!NT AND EMPLOYER'S LIABILITY I L IWA Ai;f k A FtAflt OYL U 1 L 0l';*,W;1. -ll:')l ICY I IIAI I SPECIAL Don Ochniwlmn Fx,:avaL.1I,,.'., Co In rolq......11,1, for paylikunt of pem.,_um and and v, CONDITIONSI it. OTHER IAXI COVERAGES I-SIMV01 1)TMAI P10 MIUM I NAME ADDRESS • IVIORTOAGf ADDIII(INAl IWIMRI 0 LOS,;flAv`(A I.OAN(f ACORD 76-S(1/98) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE ACORD CORPORATION 1993 CONDITIONS This Company binds the kind(s)of insurance stipulated on the reverse side The Insurance IS subject to the terms,conditions and limitations of the polrcy(res)in current use by the Company This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company ' stating when cancellation will be effective This binder may be cancelled by the Company by nohcu,�to the Insured In accordance with the policy conditions.This binder Is cancelled when replaced by a policy. if this binder is not replaced by a policy,the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. , Applicable in California When this form is used to provide insurance in the amount of one million dollars(;1,000,000)or more,the title of the form is changed from'Insurance Binder"to"Cover Note". Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by:the name and address of the borrower;the name and address of the lender as loss payee;a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten(10)days prior to the cancellation,except in the case of a renewal of a policy subsequent tc the closing of the loan,a paid receipt of the full amount of the applicable premium,and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable In Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days.For auto insurance,the insurer must give 5 days prior notice,unless the binder is replaced by a policy or another binder in the sarne company Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than 51.000,000.00 when proof is 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 sustained therefrom. t ACORD 76-S(1198) GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified asset forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions, Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached,and other drawings,specifications,and engineering data which 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 pails to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous ' article. 2. "Owner", "City", or words "Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the "City of Jefferson". 3. "Contractor" or the words "Party of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. ' 4. "Subcontractors"shall mean and refer to a corporation, partnership,or irrdividrral having a direct contract with the Contractor, for performing work at the job site. 5. "Engineer"shall mean the authorized representative of the Director of Community Development, ' (i.e., the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. 8. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans"or"drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed"or any expression of the like import,such expression rneans 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. GP-4 THE ENGINEER ' The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority 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 boa 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 injurios, including death,of riot 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 ;NJURY LIABILITY R PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 aggregate. GP-6.4 CONTRACTUAL_ LIABILITY Property Damage coverage with $2,000,000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2, 6.3,6.5 for property damage 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. VP-6.7 AU TOM O BILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than $300,000 per person and $2,000,000 per occurrence, and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or , 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-6.13 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 Contractors 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 indemnity 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 of 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 machineryand parts thereof,equipment,power tools and supplies incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory mariner, 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 mariner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work ' after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS ' The Contractor shall procure at his own expense all necessary licenses and permits of a ternporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his r 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 darnages 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 tine 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. GM SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or in the layout as given by stakes,points, or instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from 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 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 no authority to permit any deviation from the plans and ' specifications except on written order from the Engineer,and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer,withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the ' Contract Documents,the Contractor shall pay such cost, Unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use, GP-14 LINES AND GRADES The Department of Community Development will set construciron stakes establishing lines, scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deenied necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out (lie work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost, displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes,bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and ® labor required for replacement of any installed materials which is found to be defective at any time prior ® to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen, and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-18 MAINTENANCE OF TRAFFIC Whenever any street is closed, the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor ' shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the [director of Community Development. All detour signing shall conform to the latest edition of the "Manual on uniform 'traffic Control Devices". Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project. the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads,highways, and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines,conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. S)eNers 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 1 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 necessarysafetyequipment such as barriers,signs,warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and ' utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities, In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury,and he shall so act. Any compensation,claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a 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 completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter, GP-26 ADDITIONAL OMITTED OR CHANGED WORK The Owner,without invalidating the Contract.may order additional work to be done in connection with the Contractor may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall 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 arnount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work"as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. ' 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for Highway Construction,as published bythe Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency,or if he should persistently or repeatedly refuse or should fall, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five (5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done,of from the action of the elements, or from floods or overflows,or from ground water, or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne by the Contractor at his own cost and expense. GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision 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 1 special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT e Unless specifically provided otherwise in each case,all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission,or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME t The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours, the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing, furnish proof to establish his claim and state the approximate number of days fie estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 clays 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 he allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time,or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the 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 lurnp sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10%of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT m Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will ® promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30) days after the date of said final certificate. ' (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP41 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. GP42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or poriland 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 1 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 �I or waiver is in their interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the 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 0/0) 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- ' 1 restrictive states maybe hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized In the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30) days and Intends to become or remain a Missouri resident. GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson, Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states,absent statutory exceptions,whenever there is a period of excessive unemployment In Missouri,agrees to hold harmless and indemnifythe 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 0 1 1 0 1 1 0 0 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 Specifications for Highway Construction except as modified or-contradicted bythe City's Contract,Technical Specifications,General Provisions,Special Provisions,Detail Plans,and any special or specific Specifications as included in the contract documents. All construction details included with the plans and attached hereto shall be used in constructing this project. SP-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-R100031. 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. SP4 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 darnaged 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 The contractor shall protect all treys outside of the grading limits to the greatest extent practical. No trees shall be removed outside the grading limits without approval from the Engineer. Surface water shall be diverted and otherwise prevented from entering 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 and 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. Flock in these areas shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. Any rock that the engineer deerns 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 surface choked with fines for proper subgrade preparation. No direct payment shall be made for backfill materials. The only payment rnade shall he for cubic: yards of rock excavated. SP-10 MOBILIZATION/ DEMOBILIZATION Bid item number 1.00"MOBILIZATION ! DEMOBILIZATION" shall include all mobilization and demobilization needed for the road work. Sixty percent (6000) of the bid price for this item will be paid as mobilization and forty percent(409o) of the bid price will be paid as demobilization at the end of the project. SP-11 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform 1 raffic Control Devices. Signs, ' cones, and barricades shall be placed both to protect workers and eguipmont and to protect the public by marking open trenches and other potential clangers. Two-way vehicular traffic shall be maintained during construction of pipe crossing of Grant Street, ' except when operations dictate otherwise. In cases where two•wray traffic;crannol be maintained, the contractor shall provide the necessary traffic personal, such a , flagman, and any signing, warning devices and signs in accordance,with the Manual on Uniform 1'raffic Control Devices. , SP-12 CONSTRUCTION STAKING The construction staking for this project shall he 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, and sanitary sewer; 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-13 SALVAGING OF EXISTING GUARDRAIL The contractor shall use all care necessary to salvage the guardrail and posts that are to be removed on this project.The contractor shall coordinate with the City and assist with the loading to provide for removal of this guard rail from the project. Payment for this requirement will be emade as part of bid item number 3.00 "REMOVAL OF IMPROVEMENTS". SP-14 PLUGGING AND ABANDONMENT OF EXISTING PIPES ® All pipes and box culverts to be abandoned shall be completely filled with flowable fill,clean sand f� of other fill material acceptable to the Engineer, and sealed with portland cement concrete at the locations as shown on the plans. All filling and sealing of pipes shall be subsidiary to the work. SP-15 INSTALLATION OF SEINER PIPE The unit price for the installation of sewer pipe shall include all necessary excavations, ditching, backfilling, bedding, shoring or any other item required to make the installation of the pipe.The only exception is rock removal, which shall be paid separately. SP-16 SUB-GRADE COMPACTION At a minimum,the final 6"of the roadbed shall be compacted to 95%of the material's maximum density before the placement of the stone base or roadway materials. SP-17 TEMPORARY SURFACING The bid iterrr number 12.13 "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-16 TEMPORARY MULCH 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, SP-19 3" ROLLED STONE BASE" Payment for 3" Rolled Stone Base shall be made by the 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-20 TYPE "A" CURB AND GUTTER 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 paverent is to be used on this project,a lift of Asphaltic Concrete Base is required under the curb and gutter. No direct payment will be made for this requirement. SP-21 SIDEWALK RAMPS Contrary to what is shown on the plans, the sidewalk ramps shall not receive special coloring. SP-22 PCC PAVEMENT JOINT REINFORCING REQUIREMENTS The joint reinforcement shall be as follows: 1) All bars shall be 44 deformed bars 24 inches in lenoth. 2) Longitudinal construction joints - bars @ 30" centers. 3) Transverse construction joints - bars @ 12" centers. 4) Sawed or premolded longitudinal joints - bars Can 30"centers 5) If curb and gutter is poured separately- bars V) 30" centers, SP-23 CRASHWORTHY TERMINAL END SECTION The crashworthy terminal end sections shall be ET2000 - LET or approved equal. It shall be installed according to the manufactures specifications. It shall be placed at a constant distance from the street centerline (no flare). SP-23 TOPSOIL IN AREAS TO BE SEEDED The top six (6) inches of all areas of the project to be seeded 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 stones,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-24 PHOTODEGRADABLE STRAW BLANKET The straw blanket shall be used for erosion protection. The blanket shall be North American 1 Green S75 or approved equal. It shall be installed according to the manufacturers specifications using a reel clot 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 then 18 feet. It shall begin 15 feet down from the crest of the slope and continue to the toe of the slope. It should also be used on the 2:1 slope from station 7+25 to station 14+25 offset right, and as further directed by the engineer. This item shall also include all fertilizing and seeded required in the areas to be covered with this blanket. 8P-25 EROSION CONTROL BLANKET The blanket shall be used'for erosion protection. The blanket shall be North American Green SC150 or approved equal.It shall be installed according to the manufacturers specifications using a green dot stapling pattern(1.70 staples per square yard). The blanket shall be installed on the 2:1 and 1.5:1 slopes located at station 23+00 through 24+40.The blanket shall begin at the crest of the slope and continue to the toe, and as further directed by the engineer.This item shall also Include all fertilizing and seeded required in the areas to be covered with this blanket. SP-26 CEDAR TREES Trees shall be planted at 10 foot intervals beginning at station 23+10 and continuing through station 24+30 offset 40 feet left. The trees shall be Eastern Red Cedar (Juniperus Virginiana). The trees may be seedlings,and may be obtained from the Missouri Department of Conservation. The seedlings shall be planted in a pocket of topsoil that is no less than 8 square feet (2'x 2"x 2').The trees should be planted prior to the installation of the erosion control blanket. The trees shall be paid for on the basis of the unit price complete in place. SP-27 INCORRECT NOTE REFERENCE Page 8 of the plans has two references to note 32. This reference is incorrect. The reference should be to note 26. SP-28 MODIFICATIONS TO PLANS The plans have been modified in two areas;the first is the driveway at 1801 East McCarty Street (Louis Vetter Driveway),and the second is the area between station 23+00 and 24+50 offset left. These modifications have been included with the plans as sheets M1 -M5.These modifications shall by used in place of the original plans. END OF SPECIAL CONDITIONS 1 1 1 r . r CITY OF JEFFERSON 1 TECHNICAL STREET SPECIFICATIONS r 1 r r r r r rREVISED OCTOBER. 2000 1 , 1 TECHNICAL STREET SPECIFICATIONS TABLE OF CONTEN'T'S Section Page 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 i 9.0 Lawn Repair rand Seeding 41 10.0 Reinforced Concrete Double Box Culverts rind 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 Siznals 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of'Complianee 62 22.0 Schedule of Work 64 23.0 Maintenance of Traffic and Access 65 24.0 rcinporary Surfacing 66 25.0 bust Control 66 26.0 Property Corners and Monumentation 66 27.0 CTcanup 67 1 28.0 Traffic Signs. Stop Signs. and Street Sims 67 29.0 Downspout F)r•ains 67 30.0 Subsidiary Items 67 OC'TO13ER. 2000 -1- IFEECHNiCAL STREET SPECIFICATIONS. TS-1. CLEARING GRUBBING AND REMOVAL TS-1,1 (, Clearing and Grubbi jg TS-1.1,1 Scope: This work shall consist of'Oearing. grubbing, removing, and disposing of vegetation within the construction limits. TS-1.1.2 Construction Requirements: 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 b.: 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 (G) inches above the ground line may remain, provided tile), are a minimum of'three (3) feet below the finished earth grade or the slope of the embankment. Except in areas to be excavated, stump holes shall be backfilled with suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations. all bunting 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-of-way and disposed of out of sight from the roadway provided an acceptable written agreement with the propeily 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 mowed,burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod. grass. residue of agricultural corps, sawdust. and decaved vegetable matter from the surfrace of the ground without removing more earth than is necessary. The products of'scalping shall be disposed of away from the site of'the work unless permission is granted by the l ngincer to allow such disposal on the right-of'-way. All such disposal shall be it the contractor's sole expense. ' TS-1 .13 Measuremcnt_and1'nvnlent: NotlleasureillcntNN-illI+cmadeof'eicaringand (Irubbiri�L,. 1 ayrnent for clearino and grubbing., will be at the 1u111p A1111 pr-iCC bid. TS-1? 1ZI?MCt�'AI.S JS-1 2.1 Scope: This work shall consist elf' removing all drainage structures, pt.►vements, 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 arc not designated to remain in place. No listing of items to be removed will he made. i TS-1 .2.2 Construction Requirements: Old pavements, abandoned sewers or pipe lines, or other obstructions to the construction of the roadway or within the limits ol't.he right- of'-way and not designated or permitted to remain. shall be removed or disposed of by the Contractor away from the site ol'the work. In removing pavement, curb, curb and gutter, gutters, sidewalk, and either similar improvements,and where a portion of such improvements are to be left in place,they shall he 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 removai 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 arc to be abandoned shall he permanently sealed at the ends with bulkheads constructed of concrete or brick masons-y, having a minimum thickness of 8 inches. The use of'salvaged brick will be permitted Im 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. i paving material. bricks or rubble may he placed in roadway paving embankment provided the)- arc well spread, completely surrounded by dirt and are not located within twelve inches ol'thc finished subgrade.shoulderorground surface. TS-1.2.3 Measurement: 'I'hc work provided herein will not he measured {br payment. but will be considered a lump sum unit. This shall include the removal of all items, whether in view or hiciderl underneath the surface of'the►,round. regardless ol'whcther shown on the plans or encountered during construction. TS-1 .2. 1 Payment: The accepted removal of improvonlents will be paid for at the contract Illillh Surll bid price. TS-2 C:ARTj l\ O1:1:: TS-2.1 + Sccjag: "Phis wort; shall ineIude all labor, material. equipment and services necessary to complete all eartllxvorl; as shown on the: plans and specified herein includill" roadway excavation, embankment, subgrade preparation and finish grading. TS-2.2 l,arthwork For Roadway: TS-2.2.1 The terns, "Roadway". as used in this Section, is defined as including roadways, roadway intersections, sidewalks, shoulders. cut and (ill slopes, driveways, parking areas and all other areas of earthwork except excavation and backiill for pipe trenches and structures. TS-2.2.2 Missouri Highway Specifications Section 20.35 shall govern all earthwork f or roadway except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to Missouri Highway Specifications Section 203.3. The first paragraph of'Section 203.3.1 shall be changed to read as filllows: Compaction to at least 90 percent of maximum density. as determined by standard Compaction Test, will be required in the following areas: 'fS-2 2.4 Disposal: Unsuitable excavated material shall not be used in the embankments and shall not be disposed ofon right-of-way. Disposal shall be the sole responsibilily and at the sole expense ofthe contractor. Unsuitable and excess excavated material may be disposed of on private property adjacent to the right-ol=way, provided written permission of the property owner is obtained and provided the surface is properly finished and drained. In such cases, seeding, sodding. and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch Cleanout: Special care shall he taken to clean out all debris and organic matter from existing roadway ditches to he filled. The ditches shall he carefully backfilled in accordance with the requirements herein, using trench rollers or hand-operated power compactors as may be needed to assure proper compaction throughout. TS-2.2.6 Undergrading in Rock Cut: In rocs: cut areas excavation shall be carried to twelve (12) inches li-low suborade to a minimum distance of two (2) feet behind hack of curh. Back f iiling of underuraded cut areas shall lie with a drainable material wit}l top surface choked with fines for proper subgrade preparation. 'Whenever possible. this material shall he from project excavation. Where authorised an open-graded dialnable crushed lllllestone shall be brouLdit ill. Undrained pockets shall not he left in the surfiice of the rock. fS-2.2.7 Sub-gradc Stabilization: Packets of urlsuittible earth may he encountered in cut areas where it will be inipracticable to replace with suitable 111aterials Froill excavation oil e t the work site. In such cases, where authorized by the Engineer. the contractor shall furnish and place 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 be mixed with existing earth to provide subgrade stability.and that portion of the stone base material shall be delivered to the proJert in as dry as possible condition. TS-2.2.8 Additional Base 'thickness: Where, in the opinion of the Lngineer, conditions are ' such that it is impracticable to obtain sub-grade satisfactory for the design pavement thickness, the contractor may be 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 '1'S-2.2.7 and 8 shall not he construed to relieve the contractor of his responsibility for any necessary aeration and compaction of'suitable earth at sub-grade level. TS-2.2.10 _Protection of Sub-Grade: 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. Heaving or rutting damage to sub-grade caused by delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete base or portla.nd cement concrete pavement. TS-2.2.11 Tontioil: The top four(4) inches of hackf ill behind curbs shall be top soil, free from rocks,gravel,and any undesirable materials and shall he 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 for such topsoil. but shall be included in the lump sum price for grading and excavation. 'fS-2 2.12 Area f)raina(,!e: All earth areas within and adjacent to the grading limits as shown on the Plans shall be graded to drain as directed by the 1nginecr, at one (1 ) percent minimum slope wherever possible. Special care shall he taken to avoid leaving low areas or water pockets. No direct payment will be made for such grading except that measurement for payment of Proposal items will he made. TS-2.2.1; Sub-Grade'tolerance: Except as otherwise specified in paragraph TS-2?.7. the sub- grade liar all paving and surtiicing shall he within the tolerance range of minus one- half'O," ) inch to plus one-quarter inch with respect to specified elevation, TS-2.2.14 Borrow Material: (a) if horroW ra7ater,11 is rcL aired. the contractor shall supply this material lrom 1 1 p . a hnrro\\ area off the site. The horrow area shall he obtained hV the r li contractor at his sole expense. Borrow materials shall be approved by the Engineer before they are transported to the site of the Project. (b) Materials shall be similar to soils found on the Project. Soils showing high swell potentials will not be approved. (c) The Eiibineer's Earthwork Calculations are shown on the plans for the convenience of the Bidder. TS-2.2.15 Excess iylaterial: All suitable excess material from excavation become the property of the City of Jefferson and will be stockpiled on site at the direction of the Engineer. TS-2.3 Trenching, Embedment and Backfill for Pine: TS-2.3.1 Trench Excavation and Sheeting: (a) Excavate in open cut except where boring,jacking or tunneling is specified. Trench walls shall be vertical in streets or improved areas unless otherwise r 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 left in place, do not brace against pipe, but support in a manner which will riot 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. 1 (d) Trench walls maybe sloped in unimproved areas if required to prevent caving and if adjacent property or trees to be left in place are not thereby subjected to additional cutting of roots. (e) See Pipe Embedment Details on Plans for ininimum and maximum trench widths. ll maximum is exceeded. and strength requirements control. Engineer may direct contractor to install special bedding or heavier class or ' gage of pipe at contractor's expense. TS-2.3? Ground Water and Surface Water: 1 -h- 1 (a) Pipe trenches shall be kept free lrom water during excavation, fine grading. pipe laying and jointing, and pipe embedment operations. Where the trench bottom is plucky 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 he lowered by means of pumps or other acceptabic means to the extent necessary ' to keel)the trench free from water,pipe sub-grade stable and firm under fOOt, at all times when work within the trench is in progress. (b) The contractor may use additional granular Fill material. in accordance with the requirements of subparagraph TS-2.3.3 (b), in connection with drainage control, at his own expense. (c) Each excavation shall he kept dry until the backfill is completed to the extent that no damage front hydrostatic pressures, flotation, Or Other causes will result.. (d) Surface water shall be diverted, and Otherwise prevented from entering excavations and trenches to the greatest extent practicable without damage to adjacent property from dikes, ditches, or impounded water. 1 TS-2.3.3 Pipe Foundation. Granular Fill and 'french Bottom Stabilization: (a) All pipe shall be bedded as shown in the "Pipe Embedment Details" on the Plans. (b) Granular fill shall be clean river gravel or reasonably sound crushed e limestone, free 01'cenlCntitiOUS, shalt',or flat and flaky particles in an amount Which would C-UUSC the material to calve Or pack Or otherwise .form an unyielding support For the pipe. Gradation shall be such that at least ninety- f ivc (95) 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: It'tile trench bottom at base Of the required pipe enlbednlent material is unstable, the contractor shall excava1C 10 an additional depth and backfill with crushed stone as directed by the 1:ngineer. 'Thc size Of stone used shall he as required Cor effective stabilization. Where large stone is used.the upper portion shall he choked with smaller stone told no stone larger than one ( 1 ) inch size will be allowed \vithin (3) inches of' the pipe wall. Stabilization material ordered by the Engineer will be paid lilt in accordance with the stipulations of Articles TS-2-5 and TS-2.0. I lowever. haynient will 1101 he plane for stabilization Illalerial or Cxtra granular fill used for C0111111clOr s C011yerllCl1CC in Co1ntr011int! dr tillage Or WS 1113.1\' be r'CClllll'ed tO Stab1117.e tl'C11C11 110[10111S Made 1111SIZINC 011- 11811 C0111NIC101' S diStllrNInCe ' thereof 0r excessive tramping thereon. -7- (d) Pipe shall not be placed over frozen trench sub-grade. (e) Placement of Granular bill: 1. Place granular fill in lifts not exceeding six (ti) 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 hearing under and around the pipe and its haunches. 2. Screed granular fill as shown on the flans under elliptical or arch pipe. 3. For a length of' two (2) pipe diameters (effective diameter equals 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 hell holes where pipe has hell,joints. No part of any hell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. I'S-2.3.5 Backf ill to Top of Pipe: ' (a) Sec "Pipe Embedment Details" on Plans. 'Phis section covers the back-fill from top of granular fill to top of'pipe. (b) Back-fill as soon as possible to minimize the possibility of damage to joints till 111C0I1VC111e11CC to the pL1bI1C. ' (c) Material to be selected earth or granular fill naterial, free front sod. sticks, roots, or rocks over one (i ) inch size. to be unfrozen, and to he of proper Ilu)isture content for speci f ied compaction. Suitable material from the project excavation shall be brought in from elsewhere on the work where required. (d) Place alongside pipe in louse layers of six (6) inch nlaxinitun thickness, thoroughly compacting arch laver. Take special care to place and compact material around tilt: pipe sip as to ICaVC no voids l311CI to provide Unif01.111 lateral support fin' the pipe, l3ri1W nlatCl'IiIIS Lll) Unil'1rnfly on both sides of pipe. taking special Care With Col-I'L12i11Cd I11Cta1 pipe. ' (C) The I11alcrial Shall he compacted Io the Same density as required for hacid Ill above lop of pipe. -� i t R' t lv • t � '' 1'S .... .( ackitll Al o c l on c f I mc: (a) General: Backfill from top of'pipc 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'1'S-2.3.> (c),except that small sticks and roots less than one-half('l.)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 till or similar approved material at his own expense. 2. Rock larger than one (l ) inch shall not be placed within three (3) inches of pipe. Rock largerthan eight (8) inches shall not be placed within two(2) feet of the top of pipe. No rock larger than two (2) inches relay be placed in the upper six (6) inches under pavement sub-grade. No rock may be placed in the tipper twelve (12) inches of trenches through grass parkways or earth areas. 3. Large stones may be placed in the remainder of the backfill only if' well separated and so arranged that no interference with the specified backfill will result. (c) Methods: 1 . Method of backfill used shall not impose excessive concentrated or unbalanced loads. shock, or impact oil. or cause displacement of the pipe. The backfill shall be slowly rolled down a slope at the end of'the trench and shall not he pushed over the side of'the trench. 2. Consolidated material weighing more than one hundred (l 00) pounds shall not be permitted to fall more than three ('3) feet into the trench unless cushioned by it least three (3) feet of backfill over top of'pipe. (d) Coijijtaction: 1 . 13ackf ill under navenient shall he def 111ed as beinI-I under til l cu•cas to he paved e or surfilced for vehicular ;.recess. except those to be surfaced with crushed stone. The limiting line for such backfill shall extend from sub-gradc at twelve (12) inches beyond edge of pavement or bark of curt), downward on it slope not steeper than one(1) to one(1). In areas so defined.backfr ll shall be not less than ninety-five (95) percent of Standard Density. 2. Backfill 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 necessan'. 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 lavers will be determined by the coordination of test results with f icld performance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 Installation.of Pi. c in E'rnhankment: (a) If embankment is made prior to placing Pi c excavate trench, place pipe and backfill, in accordance with the Specifications herein. (b) If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe For a distance of at least five (5) pipe diameters each side of Pipe. .� 1. 2. TS ...3.8 Protection of l me from Heavy ti l:;c r�ri�lent: Provide temporary fill to at least two(�) fleet over top of pipe extending at least five (5) pipe diameters cacti side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe resulting from excessive equipment loads shall be satisftretorily repaired by the Contractor at his sole expense. TS-2.3.9 I?xcavation ahead Cor• Location oI'Obstructions: (a) E:xccl)l where otherwise directed. cxcavatc at least one hundred fifty (150) feet ahead of pipe IayirrL in order to uncover any poSSihle.obStrUCtiOns in the ' wa. of laying the Pipe. II' Such obstructons arc cncountercd notify the EnLlneer immediately so that a needed change may be considered and effected. (b) Changes from Plans 111m, bu made only on the direction cif' the f.ngrncer. 1 -lo- Such changes may include changes in line,grade,pipe sire ur type,additional or less mitering, manholes. etc. Such changes may involve unanticipated moving of underground utility lines. (c) Refer to Article GI'-7 regarding protection and moving of utilities and other obstructions. (d) The contractor will be paid for the actual 11110111)1 of Proposal Items authorized(within the pay limits established)and performed by him. lie will w not be paid For unused materials left over or Cor delays arising From encountering obstructions. TS-2.).1 U Maximum Ientith oftrenchin � allowed ahead of fine lavinm shall be one city block or Blur hundred (400) feet. whiclicver is shorter. TS-2.4 Excavation and Rackfill For Structures: TS-2.4.1 'file term "structures" aS used in this Article, nicans Inlets, manholes and all other structures, not including pipe. TS-2.4? Missouri I-lighw, ay Specifications Section 206 shall gc►vcrn excavation and back(i11 for structures except that the provisions for measurement and payment therein shall not apply and except as modified ill the form of additions.deletions and substitutions in this Article. Where any part of Missouri I fighway Specifications Section 206 is so modified, the unaltered provisions shall renlairi in effect. TS-14.3 Delete the following from Missouri Flichway S lecitications Section 2(16. f< � 1 (a) Subsections 206?. 206.4.7. 206.4.6. 2(1(/.4.9, 206.4. 10 and 206.4.11. (b) All sections on MCaSUrenlent and/or Payment. TS-2.4.4 Crushed stone. as specified in paragraph TS-23.3 (c). shall be installed where rcquircd by the stipulationS ofthe ivtissouri I-Iighwav Specifications Article 206.3. This requirement shall apply to all structures as defined in paragraph TS-2.4.1. Stabilization material ordered by [lie i rlgiricer will he paid for in accordance with the stipuiatlOnS ol'Ar'ticics TS-2.5 and TS-2.6. However. payinciv gill riot he made for stabilization material used For contractor's convenience in contr011ino drainage. in line grading. or as near be required to stabilize structure hottvnis made unstable thrc►ugh contractor's disturbance thereof Or excessive tranipin'u, thereon. TS-2.4.5 Backfi.11 fOt' Structtu-cS shall he in accOrdlncc with the applicable requirements of Section TS-2.3.6. TS-2.5 Method of Mcrasurement: TS-2.5.1 Excavation and Compacted Embankment: (a) Tile 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 rshown on the plans. (b) No measurement for payment will be made for any of the following: 1. Excavation for structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of supplying borrow material to the Project site shall be included in the bid price for excavation and compacted embankment. (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown thereon,and as listed in the plans,from existing cross sections by average end area method and will be the basis for final payment, except as follows: I. An authorized change in grade, slope, or typical section is made. TS-2.6 Basis of Pavment: rTS-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 backf lling of undergraded rock cuts, measured as Aprovided 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 carlh deposited on or in them during construction. All ditches shall be graded and properly sloped. Excess excavated material shall be removed From ditches. -12 Shoulders where sodding. seeding or surfacing is not required shall he bladed and shaped. The project area shall be kept at all tines as neat 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 he 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. ,rS-4 PIP1: SEWER. CONSTRUCTION TS-4.1 General: This work shall include the construction of all pipe sewers whether storm sewers or sanitary sewers. The material required for each section of sewer shall be as shown on the plans. Trenching shall be in accordance with Part TS-2 of these specifications, TS-4.2 Reinforced Concrete Pi c 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 all appurtenant structure are covered in other sections of these specifications. TS-4.2.2 Material: All reinforced concrete pipe shall conform to the requirements of ASTM C-76-62T, Class 111, Wall B. Pipe joints shall be tongue and groove or bell and spigot type. Pipe for use on the project shall appear neat and well made. it shall be free of cracks, broken places, and obvious manufacturing defects. All pipe shall be stamped on file inside with its class before delivery to the job site. TS-4.2.3 Pipe Laying: Pipe shall he carefully handled by sling or other means to protect it from damage. Particular care shall he taken to avoid any free fall or shock to the pipe, Pipe shall be carefully placed on the prepared bedding material and jointed as specified below. Pipe shall he laid true to both line and grade and shall produce a straight line between structures except where other 111,111 straight alignment is required or allowed by the plans. Where curves are required the\, may be accomplished by the following, methods: (a) If the curve is shuht or ifthe radius cif the curve is very lone. CUT vill" may be accomplished by deflecting each pipe joint in the curved section equally to fbrni a smooth unilorm cure. in no case shall any pipe joint he deflected to the extent that the n1ax1r11111n opeiling of'the joint exceeds one half the join depth (one half the depth of the socket). (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. I'S-4.2.4 Jointin T: 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) Pipe joint surfaces shall be clean prior to jointing. (c) Care shall be taken not to allow bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. T'S-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 raterial shall be placed and compacted simultaneously on both sides of the pipe. Backfill above this joint shall be as specified TS-2. TS-4.2.6 Pipe Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of storm sewer preceding the outlet. This 20 feet shall include the length of the end section. ' T'S-4.3 Corruiated Metal file and Pipe Arch Storm Sewers TS-4.3.1 Sco )c: This specification covers corruLatcd metal pipe,pipe arch. and fittings which shall be furnished and installed complete with connecting binds and other necessan, appurtenances for sewers and culverts. Wherever applicable. tilt: term "pipe" shall -14- I also include p i p e arch, TS-4.3.2 Uses: Where "CMi1" is called Cor or allowed on the plans corrugated steel pipe as specified herein may he used. TS-4.3.3 Materials: TS-4.3.3,1 C'otru gated Metal i'ipc and Pipe Arch shall he in accordance with AASI-10 Designation 1\,136 Im riveted pipe and pipe arch. Helically constructed corrugated steel pipe which meets all other criteria of this section may he used provided the corrugations of the ends of th(.joints of pipe are made annular for tighter jointing, I Unless otherwise specified or shown on plans. g.stges shall he as follows: hound fine I G" through 24" diameter - 16 ga. I 30" through 36" diameter - 14 ga. 42" through 54" diameter - 12 ga. 60" 1.1-irough 72" diameter - 10 ga. Pipe Arch 18" x 1 i" through 23" x 16" - 10 ga. 29" x IS" through 36" x 22" - 14 ga. 43" x 27" through 65" x 40" - 12 ga. 72" x 44" - 10 ga. 7W1 x 4911 - 10 ga. TS-4.3.4 A14,,nnlent and Gradc: Corrugated metal pipe shall be aligned and graded in accordance with the rcyuirenlents for reinForced concrete pipe. I Where plans show grade change between Structures or slight alignment charge to clear obstructions,delICCI pipe•and joints over a distance as required. after joints have I been coupled and only to the extent that joints will not he over-Stressed. TS-4.3.5 I Saville i'ipC: Pipe shall be protected 1'roin lateral displacement by means of pipe I embedment material installed as provided in the trench hackfiil Spccificatiun. No pipe shall he laid in water and 110 pipe shall hu laid in unsuitable wcatllcr or trench c0liditions. When lolllled 111 the trelleh. the pipe shall !i►rns a Iruc arid silmoth line. Pipe shall not he trirllnled except lot' closure. and pipe not maki111! a ,pood fit shall he removed. I I Unless otherwise approved by the Engineer, the laying of pipe shall beVin at the lowest point and the pipe shall be installed so that the outside laps of eircutnferential ,joints point upstream and with longitudinal laps on the sides. TS-4.3.6 CCgi in g Pipe: Pipe ends shall he butted as closely as the corrugations will permit. then jointed with a firmly bolted coupling hand. Draw coupling hands tight. Merely tightening; bolts will not be adequate. Lubricate conlirct surfaces of coated pipe and hands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet, Use chain clinehing device or special clamping device if'required for light connection on larger pipe. Field coat coupling bolls. nuts and rods with llitLI111irlouS material after installation. TS-4.3.7 }nstalline_I nd Sections Prepare moist cluvey soil bearing shaped to end section and place thereon. .loin end section to pipe with coupling band. The toe plate shall be set in a trench and backfilled «'ith compacted moist clayey soil or driven to the required elevation. TS-4.4 Measurement and Paynicnt. TS-4.4.1 CM}'' and RCP fine: Pipe will be nicasurcd per linear foot of completed pipe in 1 p place. Payment will he made at the unit price hid per linear fool 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 CM_P and RCP land Sections: l?nd section will be nicasurcd as one unit each complete in place. Payment will be made at the unit price bid fir each complete end section in place. Payment shall include all costs for furnishing and installing end section including, trenching. backfilling. "fS-4.5 Plastic Gravity Sewer Pipe 1'S-4.5.1 General: This specification designates general requirenlcnts for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral «'all hell and spigot.joints for the cOI1VC1'aIlee of,domestic Sew'I'Lle. 'fS-4.5.2 Materials: Pipe and fittings shall meet t.lnd%or execed ull of the' requirenlcnL, of' ASTNI Specifications D1014. ' All pipe shall hC suitable for uSC aS a UffM'it\ se\Ver conduit. ProVisiOns must he -ih- made for contraction and expansion at each 'dint with a rubber ring. The bell shall p .l b consist of an integral wall section stiffened with two PVC retainer rinds which securely lack the solid cross section rubber ring into position. Standard iengths shall be 20 feet and 12.5 feet + l inch. Rubber gaskets stealI comply with the physical recluirenients of'ASTM-D 1869.C361 . and 0443. Lubricant shall have no deterioratiaag effects on the gasket or the pipe materials. TS-4.5.3 Fittinr's: All fittings and accessories ,hall be as manufactured and furnished by the pipe supplier or approved equal and have bell and/or spigot configurations identical to that of the pipe. TS-4.5.4 Physical and Chemical Requirements: The pipe shall he designed to pass all test at 73 degrees F (± 3 degrees F). TS-4.5.5 Pipe Stiffness: Minimum "pipe stiffness"(1=/y) at 5"rb deflection shall be 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum "pipe stiffness" iar 4 inch shall he 51. lI-xternal Loading Properties of 1 Plastic Pipe by Parallel-Plate Loading. TS-4.5.6 Flattening: 'there shall be no evidence of splitting. cracking or breaking when the Pipe is tested as follows: Flatten specimen of'pipe. six incises long between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to five minutes. TS-4.5.7 Drop "f cst: Pipe (6" long section) shall be :,uhjectcd to impact from a flee falling tup (20 lb. '1•up A) in accordance with ASTM method D2444. No shattering or splittint (denting is not a failure) shall be evident when the following energy is impacted: Nominal size 4" 61I 1011 1211 Ft. - ILbs. 150 210 210 220 220 ' TS-4.5.8 Acetone lmrnersicln Test: Af•tCr 20 rllinutcs immcrsrOn in a scaled container of, anhydrous (()().5(.' pure) JCCtOl7 . a 1" )()nu sample ring shrill show no visible spalling (W cracking (skvelling or sohCning is nut N fililurC) WIMI leslCd in aCCOrdanCC With ASI M 2152. TS-4.5.() Sizes. Dimensions. and 'tolerances Nom. Outside Diameter Min, Wall Size Averag-q Tolerance. Thickness SDR 4 4.215 : 0.009 0.12.5 33.5 6 6.�75 :1:0.011 0.180 35 8 8.400 x-0.012 0.240 35 10 10.500 x.0.020 0.300 35 12 12.500 --0.024 0.360 35 TS-4.5.10 Ali m�, ment_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-4.5.1 l Connections to Manholes: Special manhole CI'LGS fittings shall be used to connect PVC pipe into manhole walls. TS-4.6 ABS Pine: TS-4.6.1 Scope: This Specification covers ABS composite pipe and fittings which shall he furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. TS-4.6.2 Materials: A B S Composite Pipe shall be made from virgin Acrylonitrile Butadiene- Styren material. This material shall be Type I, Grade 1, "type, 1. Grade 1I, Type IV, Grade 1:, and shall conform to ASTM Specifications 1789-62-T. ABS Composite Pipe shall consist of two concentric thenno-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 biller exhibit ing the same degree of'performance which essentially fills the truss annulus to form a composite pipe to meet the requirements of this Specification. Size, physical requirements, the dimensions, the method of test, the len&nh, the testing procedures and marking procedures for this pipe shall conform with A TM Specification D-2680-68T. Couplings shall be o1'solid wall sleeve type (or chemical weld to the truss pipe. 'I'S-4.6.3 Handling: Pipe, fittings and accessories shall be handled in a manner that will insure their installation in the work in a sound undamaged condition. Pipe shall not be dropped, humped or drug ,along the ground. Pipe shall not he lifted by hooks. TS-4.6.4 Cleaning.;: 'Fhe interior of all pipe and fittings shall he thoroug111V cleaned of all foreign matter before heinc installed and shall he kept cicrul until tile: work has been accepted. All joint contact surfaces shrill he kept clean until the jointing is completed. -1 l;- Every precaution shall be taken to prevent forci n material from entering the pipe . P P t, � p p during installation. No debris,tools.clothing or other materials shall be placed in the pipe. Whenever pipe laying, is stopped. the upper end of'the pipe shall be closed with an endboard closely fitting the end of the pipe and having a number of small holes drilled near the center,to prevent the.trench from f illing with water and to keep sand and earth out of the ripe. TS-4.6.5 having, Pi t�c: Pipe shall be protected from hateral displacement by means of Class B pipe embedment material installed as provided in the trench backfill specification. No pipe shall be laid in water and no pipe shall he laid in unsuitable weather or trench conditions. When jointed in the trench,the pipe shall florin a true and smooth line. Pipe shall not he t.rimined except for closure. and pipe not making a good fit shall be removed. Unless otherwise approved by the Fngine c-r. the laying of pipe shall begin at the lowest point and the pipe- shall he installed so that the outside laps of'circumf er•ential joints point upstream and with longitudinal laps on the sides. TS-4.6.6 Coupling Pirc: The couplings shall he chemically welded to the pipe with one end, factory applied. The coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end of the pipe. This shall he done in accordance with the nlanuiacturer's specifications. The pipe shall be thoroughly shoved into the coupling.; and then turned within the coupling one dtiarter turn to insure complete contact between cement, pipe and coupling. r TS-4.6.7 Manhole Construction; Connection at inanhole walls shall he made by-0-ring, type couplings set in the wall and having a manhole water slop asscinbly between the coupling and the manhole wall. Between the pipe and the coupling shall be .in "C)" seal. TS-4.6.9 MCasll.yetllCIll and i'MIMIll: 'I'S-4.6.7.1 ABS And Piastic Graviv, Se vg I'itic; 1'i �c ��ill ►�c measured let' lineup loot of l 1 completed pipe in place. Payment will he made at the unit prig` hid per IIncar foot for the conlpleied pipe In place. Payment shall include all cost~ of furnishinI-- ruicl inst;rlling pipe includill" trenching and backfillin!g, of pipe. ' TS-5 DRAINAGE STRUCTURES TS-5.1 Scope of Work: The work shall consist of furnishing all labor, materials, and equipment necessary to perform all operations in connection with the construction of.junction boxes, inlets and catch basins required for the project in accordance with the specifications and drawings. Items not specifically mentioned,but necessary for completion of the work shall be considered as incidental to other items in the contract. TS-5.2 Materials: 1. Concrete shall be Class "B" Portland Cement Concrete in accordance with the requirements of Section TS-6 of these specifications. 2. Reinforcing steel shall consist of deformed bars of grade 40 steel conforming to the requirements of ASTM designation A615 or of wire fabric conforming e to ASTM designation A]95. 3. Expansion Joint fillers shall be of a non-extruding type conforming to.ASTM designation D 1751 and cut to the dimensions shown on the plans. TS-5.3 Earthwork:"Phis section shall coverall necessary excavation and backfill required for construction of the various structures. All applicable portions of'Section TS-2 shall apply to this work. Particular dare shall be taken to protect existing underground utilities and surface improvements. Excavations for structures in improved areas shall be held to the smallest practical dimensions. No increase in payment for street or lawn repair will be made to allow for areas disturbed by such excavations. Structures shall be founded on undisturbed subsoil,ifsubsoi 1 is not firm,over-excavate and replace with granular fill as required. Section TS-2.2 shall apply for subgrade stabilization under structures. Backfill requirements for each drainage structure will he the same as that of the pipe to which it is connected. if more than one Pipe is connected to the structure. the higher backf ill requirement shall apply. Backfill under curb transitions shall he to 95'i0 of Slandard Maximum Density. ' All excavations shall be kept drained until the StrIICtUre is constructed and backf illed. ' T'S-5.4 Construction Methods: 'I'S-5.4.1 forms: forms shall be of wood. Plywood. or al1V other suitable material, designed. ' constructed. braced and maintained so that the finished concrete will be true to line and elevation and will collfOrnl to the rcduirecl dimensions. They shall be designed -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 displacernent. They shall be mortar tight. Oiling both inside,and outside surfaces will be required to prevent \,varping, shrinkage, or swelling. Forms shall be constructed and designed so that their removal can he effected without in to the concrete and so that portions where surface f inishing is required tiiay be removed without disturbing forms that are to remain. Dirt, chips,sawdust. nails and other foreign matter shall be removed before any concrete is depm;ited therein. `fie rods, belts and anchorages within the forms shall he constructed so as to permit their removal to a depth of at least 1 '/ inches from the face without inlun' to the concrete. In case wire ties were used, upon removal of the fitrrlls,al l projecting wire shall he cut back at least I/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 tics shall be of such design that, upon their removal. the cavities which are left will be of the smallest practical size. TS-5.4.2 Inlet and Outlet Pine: Pipe or the placed in the concrete for inlet or outlet connections t shall extend through the concrete walls beyond the outside surfaces of the wall:; a sufficient distance to allow for connections. The pipe or the shall be placed tlir•ough the f'ornis and poured in place. The ends of the pipe shall be flush with the inside Wall of t.hc structure. TS-5.4.3 Reinforcement: I. Placement. Reinforcing bars shall be aCCUrately placed is 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 urine' concrete or metal chairs, spacers. metal hangers. supporting wires and other approved devices of'sufficient strength to resist crushing under full load. Metal chairs. which extend to the surface of the concrete (except where '411ow11 on the plans) ;rrld wooden supparls. shall not he used. Placing hors in lavers of,fresh concrete ;is the work progresses and adjusting ' liars during the placing ofconerete will not he permitted. Before placing ill the firms.all reinforcing sh-Cl shall hr cicsuuCcl tllor'oughly of nlortur.oil.dirt. louse trill scale, loose or thick rust. and coatings of am Ch;u•acter that would deStr'u\' or reduce the hand. No cuncretc shall he depositCd until the placing of the reirlforcim, steel has hcen in';j-WCtcd arxi appr•ovcd. Splice', of pars shall N- made olll% where Shown on the plans or as -21- , approved by the Ln tineer• Where bars are spliced, they shall be lapped at least 30 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. Welding of reinforeing steel or cutting with it cutting torch will not be pennitted unless specifically authorized h►y the Engineer. 3. Bending ReinForcemerlt. fiends rind hooks in hays ~hall be made in the manner prescribed in tile. "Manual of Staticlard Practice" of the American Concrete Illstittlte. liars shall not he bent or- straightened in a manner which will injure the material. liars with kinks or unspet;ified blends shall not be used. 4. Welded Wire fabric. Welded wire fabric shall he spliced not less than two meshes. It shall he lifted carefully into its specified position after the rconcrete is placed but still plastic. '1'S-5.4.4 Concrete Placement:Concrete construction shall he in accordance with Section TS-7. Concrete shall he conveyed, deposited, and consolidated by any method which will preclude the segregation or loss ol'ingredients. Chutes used in cullvevmg concrete; shall he sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with hal'lle hoards or a reversed section at the outlet. Where a sequence for placing concrete is shown (ill the plans, no deviation will he permitted unless approved in writing by the l rlg.ineer•. Where concrete is in hc: deposited agairlst hardened concrete at horizontal construction joints. placing operations Shull begirt by conveying a grout mixture through the placing system and equipment. and depositing the mixture on the.tolnt. The grout mixture shall consist ofI modification ol'the concrete specified to reduce the Llitantily of co arse aggregate in the nlix Iar•gcr lh;lrt pea-gravel sire to one-huff the quantity specified. �I U avoid segregati0 ii. c(lrlcrete shall he dep(1site:d il',, Ilear t(1 IlS final poslliOIl i1S is ' practicable. The usr of 611111lor•s 1i01'cxtcrlSWC shihill!.; e)f the MASS 01'concreie will 1101 he perrllittcd. C(►11C1'ete that IMS partially hardened o►• k cc►nlarllulaled by 1Orcigll materials shall not he dcpusite•d in the suHuclure. Conercle shall 1w placed in horizontal layers insofitr as practical. i'lacin,, shall start Lit the low point and proceed itpgrauk unless t r wis e permitted by the En gineer. 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 gall more than six fleet without the use of'pipes or tremies. Pipes or- tremies shall he at least six inches in diameter, or the equivalent cross sectional area for rectangular sections. Concrete shall not he placed in horizontal metnhers or sections until the concrete in the supporting vertical members or sections has;been consolidated and a?-hour period has elapsed to permit shrinkage to occur. e Concrete shall he thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the forms. and produce a surfitce or even texture free of'rock pockets and excessive voids. �I Structural conercte, except slope paying steeper- than one (I ) inch per foot. such as spillway aprons and channel lining, and concr•cte placed under water. shall he consolidated by means ofhigh 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 he such as to sccurc rnaximunl consolidation of the concrete without separation of the mortal•and coarse at;gre&uutc, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall he sufficient to consolidate the concrete within 15 minutes aft-r it has been deposited in the forms. At Icast two vibrator, ill good operating condition shall he available at the silo of the structure in which more than 25 cubic \lards of concrete is to he placed. TS-5.4.5 .loints: The work shall be so prosecuted that construction joints will occur at designated places shown can the plans unless otherwise authorized by the Engineer. I'hf� Contractor shall construct. in one continuous concrete ilklCirrg operation, all work comprised bet\\'CCn such joints. Joints shall he kept lrulist until adjacent concrete is placed. All consu•uction joints hfiyinu,a ker-ed. stepped.ur roul.�hened sur('ace shall he cleaned prior to placenlerlt of tlic adjacent concrete as directed by the E:ngiriecr. l x ansion and eollll-action joints ill Concrete structures shall he f[ rMCd\y}iere shown p on the plans. Inc} reinforcenivnt shall he extended through the joints. except where specif icall\• noted or detailed on the plans. , No direct payment will be made for furnishing and placing asphaltic paint. pre- molded asphaltic filler. or other types of joint separators. The cost therefore shall be included in the price bid for the itern of work of which they are a part. `1'S-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 between H0° F and 100° F. All concrete shall be maintained at a temperature of not less than S0°F for at]east 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. TS-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 l '/ inches deep and finish with joint tool. TS-5.4.4 inverts: Inverts shall be carefully constructed to maintain the proper velocities through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower 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 TS-6. Concrete tilling 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 srnooth inverts. TS-5.4.9 Stens: When shown on the plans, shall be solidly grouted in place with full mortar encasement. f'S-5.5 Precast Concrete Inlets: 1. Precast concrete inlets shall be constructed in all respects in accordance with the Plans and Specifications except as provided in the following items of this subparagraph. -24- ?. All applicable requirements of'A.STM 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 appunenances to the C ngincer and Owner for prior approval. A shop drawing for each inlet showing, dimensions, elevations and openings, shall be submitted to the f"ngineer and Owner for approval prior to manufacturing of the units. 4. Where dividing walls are used or whcre 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 he as rcduired to promote easy access to all parts of the inlet, subject to the Engineer's approval. , 5. The walls ofthc 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 plains. The entire base slab shall he poured monolithic and shall be brought up to a level of,at least six (6) inches above bottom or precast walls. 6. Mastic pipe joint compound shall be used in horizontal joints and where wails of multiple sections join. in order to firm a reasonable watertight structut•c. 7. V1'llcre top slabs of multiple sections join. the joint shall be sealed with Ocneral C?lectric single component silicone.tray color. strictly in accordance with the m' s rccommendatiuns. 8. Top slabs cast separately from inlet \walls shall be anchored against lateral movement with respect to walls by a steel dowel in each corner extending fron-i the walls through holes in the stabs. "l he top slabs shall he set accuratch to Iinc, trade and slope and grouted securely in place. TS-5.6 Precast Concrete Manhole:,: TS-5.6.1 Materials: Prcc ist Concrete Manhole Rings. ASTNI Dcsig cation C-478. except as ' indicated helow: 1 Shell "Thickness: Inside Diameter Shell of Manhole Thickness 4' - Oil 511 5' - 0" 6" 61 . 011 711 (2) Precast Flat Tons. Designed to withstand 1-I-20 wheel load plus 30% impact, AASHTO "Standard Specification for Highway Bridges". (3) Conical Tons. Eccentric cone preferred. 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 place with solid concrete blocks while the base slab is poured around the first ring. Rings shall be set with the bells up. Butter both bell and spigot ends with pre-mixed sewer joint mastic compound,as approved by the.Engineer, and set the next section in place. Wipe joint smooth on the inside and fill 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: 1'S-6.1.1 Description of Work Included: All concrete required on the project except precast material. TS-6,1.2 Quality Control: -26- TS-6.1.2.1 Supervision: 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. Finishers shall be journeymen concrete finishers experienced in concrete finish work. 'I'S-6.1.2.2 Submittals: Contractor shall submit name and location of transit. mix company for approval along with complete data on gradation and durability of aggregate. mix, additives and cement. 7'S-6.1.3 Product Flandlins:: TS-6.1.3.1 Transit Mix: Concrete shall be handled and preserved in its "batched proportion during transportation. Mixing time shall not exceed 45 minutes and excess water i shall not be added. Concrete improperly cared for or mixed in the truck longer than 45 minutes shall be disposed of away from the project. TS-6.1.3? Defecti C ve rnlcrete: Damaged or defective concrete shall be repaired or removed and replaced immediately as directed by the Engineer. TS-6.2 Materials: TS-6.2.1 General: 1. All concrete used in the project shall be furnished by a reputable permanent concrete plant using transit inix trucks, The plant shall he 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 insure delivery of concrele as required For placing schedule. Supplier shall be subject to approval of the Engineer. 2. The contractor shall use whatever Means necessary to insure concrete delivered to the project is properly hatched with approved kinds and quantities of naterials. 3. A copy of the delivery ticket for each load of concrete shall be provided the inspector as each truck is unloaded. fDeiivcry ticket shall include the lollowinu infiormation: 0 1 Name of'concrete cotilpany 27- p 2 Serial number cif ticket (3) Date (4) Number of truck (5) Name and location of job (6) Identification of concrete mix delivered (7) Volume of'eoncrete in truck (8) Time concrete was loaded (9) Amount of water added at plant TS-6.2.2 Cement: All cement shall be 'fypc l Portland Cement conforming to AS'I'M C-150. All concrete for curb and guucr 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. 'rS-6.2.3 fine Agaregate: Fine aggregate shall consist of'natural sand confirming to ASTM C-33. Sand shall be well graded. wiished, clean sand fi-om the Missouri River Class I or equal and shall confirm to the billowing 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 351Y retained between any two consecutive sieve sizes. Fineness modulus shall not be less Ihan 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 fallowing limits: 'fable 1. Lin- its for Deleterious Substances in Fine Aggregate for Concrete: Maximum percent by item �Lgjgbt cif`Fatal Sam le Clay Lumps 0.2:, Material Finer than No. 200 Sieve 2.001 Coal &: Lignite 0.25 Sucks. Leaves L, Other Deleterious Material 0.25 Fine aggregate shall be free of injurious amounts alf organic impurities. Except as herein provided, aggregates subjected to ASTM test No. C40-56T for organic impurities and producing a color darker than the standard shall be rejected. Fine aggregate shall be fee of material that could react harmfully with alkalies in the ' cement, if such materials arc present in injurious amounts, the fine aggregate shall be rejected. or shall be used with cement containing less than 0.6 percent alkali calculated as sodium oxide. or witil 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(ASTN C88-599),shall show a loss, weighted ill accordance with the grading of a sample complying with the limitations set forth above, not greater than 10'%o when sodiulll sulfate is used or 150/) when magnesium is used. TS-6.2.4 Course Aggregate: Course aggrcgate shall be crushed limestone produced from the Callaway formation or equal having an estimated history ofsound material and shall be approved by the Engineer. Furnish soundness test results tar approval of source. Coarse aggregate source shall not contain chert deposits. Gradation Sieve Size Percent Passing 1 '/ inch 100 1 inch 95-100 '/2 inch) 225-60 No. 4 0-8 No. 10 0-3 Satisfactory experience record shown for durability. other wise pass soundness test ASTM C88-5 cycles using magnesium sulfate wilhout splitting of losing more lhall 151% weiuht. Contractor shall arrange and pay I01 teslin ' if adel rate history is not a\,ailable. TS-6.2.5 Water: Water for r►lixing and curing concrete shall be clean, and free from injurious , amOL111ts of sewage. oil. acid. alkali. salt or organic matter. potable water steal l be Used. TS-6.2.6 Conerete Njix: All concrete for the project shall conlurlll to the design nlix listed in the table below. The concrete mix shall include stir ClItrainnlcnt 1101 10 exceed 7 percent air: Maximum aggregate ire gate size 1 inch Maximum water 250 lb/cy W/C weight ratio (max.) 0.450 Cement -6.5 sacks per cubic yard for curb R gutter and pavement -5.8 sacks per cubic yard for tall others Z'11e contractor shall furnish laboratory design mix f'or the approved materials. Water reducing and air entraining agents shall be subject to Engineer's approval. ® TS-6.3 Construction Re uirernents: ®i 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. Verify all needed equipment for placing,concrete is on hand: Vibrators,crane or pump, tremies, flumes, 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 ifapplicable. 8. Notify Engineer at least 24 hours in advance of placing concrete. TS-6.3.2 Placing Concrete: TS-6.3.2.1 General: i1. All concrete shall he placed in a manner and with adequate equipment which shall be subject to the Engineer's approval. Equipment for placing concrete shall include flumes, tremies.cranes 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 shrill provide structural continuity and strength required. Placing sequence shall be subject to gencral apprc?va) bN, the Engineer. 3. Flumes shall not be used at slopes,1]rtler than 45 degrees. Concrete pumping s •- shall e s abject to approval b ulurprnc,nt shall be dc,�,i�,ncd (or the purpose 5c b t ,1 pl J the Engineer. 4. Subgrade shall have been fine graded and moistened prior to placing concrete. Forms and keyways shall be carefully cleaned prior to placing concrete. Concrete shall be placed in locations not to exceed 12 feet apart. Placing shall-be a continuous operation using a licavy duty vibrator, S. Tremies required for depth greater than 6 foot. 6. In case of'pending, inclement weather, prepare temporary covers to protect freshly placed and finished surfaces from surface daunage. Protect for 12 hours. 7. Embedded screeds may be used unless otherwise called for, Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports 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. 9. i:eep working face of concrete "alive" and plastic. 10. Avoid other vibrating. 11. Do not transport concrete in form with vibrator. 12. Place concrete uniformly at spacing.; not to exceed 10 feet. TS-6.3.2.2 Slump: Hold slump as low as passible to allow prober placement of concrete. Maximum slump for curb, curb and gutter, and concrete pavement shall be 3 inches. All other concrete shall have a 4 inch maximum slump. TS-6.3.23 Cold Wcather Requirements: 1 • Do not place concrete oil ice or fro•r.cn subgradc• 2. Do not place concrete at temperature below 20° F unless covered and heated. temperature is or is Corecast hclow 40°F. the fallowing are required: a. Heat water - 150° F maximum -'1- 1 b. Heat aggregate to frost free temperature. C. 'Temperature of concrete regulated to the following schedule: Air Tem erature 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 required. e. Preserve and maintain moist curing conditions when heating. f. Admixtures For cold weather purposes are not approved. TS-6.3.2.4 Hot Weather: 1. Concrete exposed to direct weather shall not be placed at temperatures above 100° F. 2. Cover,protect and cool work as required to maintain concrete below 100' F. TS-6.3.3 Finishin= Concrete: TS-6.3.3.1 General: 1. All slabs, walks and decks shall be sloped uniformly in drain to finish grade, and must drain completely. 2. Finish shall be of' specified texture and uniform in color and appearance. Approval of finish is required on first concrete placed. 3. All voids in slabs and horizontal scu•faces are to lie filled during finishing operation. Voids in farms surfaces are to be repaired immediately at the time forms are removed. 4. Avoid over-finishing, late finishing. re-watering. and other techniques that illay cause -crazing". ' a. Provide adequate, manpowcr and equipment for finishing prior to placing q _ 1 p g concrete, 6. Initiate curing )1'()CCSS US soon strength i1S surface stren l wil 1 g 1 1 1 cinlit. TS-6.:3.3.2 formed Surfaces 17,-x posed to View: 1. Remove fortis as soon as curing and strength development permits. 2. itemove 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 he visible after construction is complete. 5. Chisel all loose material in "honeycomb" areas until only solid concrete exists. Fill void with grout. Cure 5 days, TS-6.3.3.3 Pavement: All concrete shall be finished monolithically, No "topping" or "plastering". Sidewalks and curb and gutter shall receive a light broom finish. See Section '1"S-8 for finish of Concrete street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall he constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Curing: TS-6.4,1 General: 1. All concrete is to he cured a minimum of 5 days alter placing and finishing or 5 clays after repairing. 2, Protect all concrete surfaces from damage during and after curing; period. TS-6.4.2 FoT•med Surfaces: 1, forms are adequate if Ich in place 5 days, I 2. Cover top with h mil Polyethylene sheet. 3. If forms are removed to "~torte" finish or repair concrete. cover with polyethylene sheet~. Anchor in place, "1'S-6.4.3 %Valks. Curb and Clutter. and Pavement: ' 1, Spray liquid membrane (ASTNI - "Standard Specifications for l..iquid O o Membrane-Forming Compounds for Curing Concrete",Designation C-3U), current edition). 2. Follow manufacturer's directions for sprayed liquid membrane. 3. Protect surface from damage. TS-6.5 Defective Work: TS-6.5.1 General: 1. Defective concrete work shall be removed and replaced immediately. P �. 2. Work built outside tolerances shall be considered defective. 3. Concrete of inadequate strength or having surface conditions indicating poor durability such as crazing, severe "map cracking.". crumbling, or other evidence shall be considered defective. 4. Lngineer shall be notified immediately when such conditions become apparent.. TS-6.5.2 Renairin 1. Repairing of minor faults such as small "honeycomb" areas and voids may be patched. Repairs shall be made as described in TS-6.33.2 above. 2. Cure patched areas 5 days. TS-6.6 Joints: 1. Joints shall be constructed as shown on the plans. Unless shown on the plans, joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint. water stop shall be securely fixed in place to prevent voids or"(olclover"of water stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction,joints shall be made with canted 2x4 at least 2 '/inches from wall ('ace. All construction joint contact surfaces shall be finished with wood float finish. �. All horizontal construction .joints shall incorporate 2x4 in keyway. Finish surf-.ice of joints with \rood float. -34- -4. C'otltniction joints shall be sawed to a depth equal to onc-quarter cif' the thickness cif the concrete. Unless otherwise indicated on the plans, contraction joints shrill be spaced at a maximum distance cif'12 fcct each way iiir ccincrete: pavement. C ontractioll oillts Shall he at approximatelw 10 fiuit intervals, Joints in curb and gutler•shall line up with sawed joints in concretc, pavelllellL TS-7 ASPHALTIC CONCRETE E TS-7.1 Cicneral: This work shall consist of ills ce}nstruclion cif asphaltic ccincrete base, and surface course as shown on the plans and specified herein. T'S-7.2 Standard Snecilication: All work of this section shall he in accordance with the referenced portions of"Missouri Standard Specifications fOr I Iis,hwayCConstruction- 1980 Edition pul-dished by the Missouri Statc Highway and Transportation Commission. except modifivd here. TS-73 As Baltic Concrete Bass: TS-7.3.1 Subcrade shall be prepared as specified in Station 'I S-2. TS-7.3? Material: Materials shall confirm to Standard Specifications Section 301 ?. ,rS••7.3.3 Mixture:The mix shall confbi-ni to the requirements ol'Section 101,1 Asplv.dt cement contenl shall he in the ranee of") to h percent. Marshall Properties Stability 1200 Min. Flow h to 6 TS-7.3.3.1 Section 30 1 i.2 shall be shamed to read as fi,llotws: Prior to preparing., and• of'the mixture on the project, the Contractor shall obtain. in the presence ol'the I::Il4,I Tice r. representative samples o asphaltic Cenlellt 11)(I nihicral aggr'e(,ates foi' t.csts, The samples of material shall he o1' life sire clesiuilated ht the I npincer and shall he submitted to an approved laborator•t fiir testint,. The Contractor shall also submit fiir the l."Aluineer's rlppruwrll. a job-nli\ li,rnlula li,r cacti 111INH V to he supplied fiir the project, No mixture will he aceept(Ll f'or use until the jolh-nliX I61-rllulrl fiir t.hc•project is approved hy the F•:n�ginccr. The.juh-mix furnlula shall he Within the master rank specified 161. the particular twpc ol'asl-illNltic concrete. and shall include the type and sources ofall materials. the �,radalions ol'Ilie lu-n-CLates. the relative(loam iIV ofeac}1 int;redicnt. and shall state a dcrinitc percenta;-e for eaelt cJCVc fraction of a"u'l-etatc and fiir• asphaltic cement. No juh-lllix for'rllllla Will be.• '►npl-0VC I W111ctf dues nut permit. within the limits ol'the the I'ull tl,l(:I'Iltice.. spccilic(1 fiir asphalt cement and fiir material passing the No. 200 sicwe. Tilt. Job-Illix li,rnlula approwe(I For each mixture shall be in effect until modified in writing b 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. The Engineer may make adjustments 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. 1'S-7.3.3.2 Omit Section 301.3.6, 301.3.7, 301.3.7.1, and 301.4. TS-7.3.3.3 C'ommergjal Mixture: A commercial mix may be used if'upproved by the Engineer. To request approval of a commercial mix,the Contractor shall submit to the Engineer tite proposed mix proportions,sources of tnaterials, Marshall properties, and a list of projects on which it has been used. TS-7.3.4 Construction Rcguircments: 1'S-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed 0 )when either the air temperature or the temperature of the surface 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 inclement weather. TS-7.3.4.2 Asphalt Plant: The asphalt plant or plants shall meet the requirements or Standard Specifications Section 301.6. Plant calibration shall he the sole responsibility of'the Contractor. TS-7.14.3 Preparation cif the Mixture: Preparation ol'the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.63. "Transportation of the mixture shall conform to Standard Specifications Section 301.9. An adequate number of trucks to provide constant supply of mix to the laying machine shall be used. The location of'the plant shall be close enough to the project that excessive cooling does not occur. The provisions of Standard Specifications 301 .9 and 404.63 shall be met. TS-73.4.4 Spreading the Mixture: Asphaltic mixtures shall lie spread in accordance with Standard Specifications Section 301 .0 and 301.O.1 . Allowance shall lac made fi,r the slope c.,f dic outside edge so that the finished top dimensions match those shown on the plans. 'i'hc curb and gutter shall be used as a grade refcrenee for the automatic screed control. -,6 TS-7.3.4.5 Compaction: Rolling shall begin as scum as practicable alter the spreading. The Contractor shall submit to the Engineer the rolling systern he proposes to use. or the eompaction of the mixture. Rollers shall be in good condition,capable of operation without backlash, Steel wheel rollers shall he equipped with scrapers. All rollers shall have a functioning, water system lirr moistening each roller or wheel. Lase ' course shall be compacted to 95% of laboraton, density. Surface course shall be compacted to'981Y, of laboratory density. TS-7,4 As nhaltic: Concrete: 'Phis wort: shall consist of as p haltic concrete: surface course. TS-7.4.1 Materials: Material shall confirm to the applicable sections of Standard a Specifications For Highway Construction, Sections 401, 403, and '1'S-7.3.3.1 for Grade "C", Grade "D" and Type "(: except as modified hereto. v TS-7.4.2.1 Gradation Max Desired Max Desired Gradation Liniit Gradation Limit Gradation Passim Grade C' Grade C Grade 1) Grade D 3/n" 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 NOTE':7"he gradations of tllc aggregates will be deter'mrned from samples taken from the hot hills. -Type C,.. Pass 3/4-inch sieve 100 t Pass 3/4-inch sieve. retained oil ! -inch sieve O -; Pass ':-inch sieve. retained 3/8-inch sicvc Pass 3/8-inch sieve. retained on No. 4 sieve 20 =1, Pass No. 4 sieve. retained on No. 10 sieve 7 20 Pass No. 10 sieve, retained on No. 411 sieve 7 20 Pass Nei. 40 sieve. retained on No. 80 sicvc 5 20 -37- e Pass No, 90 sieve, retained on No, 700 sieve 3 19 Pass No. 200 sieve 4 1() Asphalt Cement 3.5 7 TS-7.4.2.2 Agur lam, to for Asphaltic Concrete: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stoekpile 50'%O ol'thc needed approved aggregates prior to placement of any asphaltic base or pavement. TS-7.4.3 Construction RU(Ldrements:Construction►reCluirenlents shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather i,imitations: 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 F. TS-7.4.3.2 S reading: Spreading of the 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 'Pack Coat will be required overall 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 he placed after cleaning and preparing of the surface is complete. Application rate will generally lie 0.10 to 0.15 gallon per square yard as directed by the Engineer. 'Pack coat material shall he RC-70. SS-1 or SS-1 1 I unless otherwise approved by the Engineer. There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and Payment: ivleasuremcnt will be made for the various type of pavement as per the itemized bid form. Where existing pavement is heing overlaid. payment will be for Base Leveling ' Course per ton and for Course her square yard as shown on plans. Where all new paverllCllt is to he Co1lStrllClCCI. payment will be made per Sgl1a1'e yard of full-depth base and Surf 1CC CoC1rSC per typical section. -38- Pavnlent will include all costs of'clea.ning existing pavement or previously laid lifts and all costs of'tack coat. TS-8 PORTLAND CEMENT CONC.ltl 'I'l 1'AVT:MI?N'1': TS-8.1 Portland Cement Concrete: The work shall confiorm to the referenced portions of "Missouri Standard Specifications" as modified herein. TS-8.1.1 Materials: Materials shall conform to Section 501 .2 ofthe"Standard Specifications" as modified herein. Tinting terial as s oecified in Section 1056 will not be used. 501.2.2 Mix Design. I✓ 1 €� Delete Section S01.2.2.1 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 vard. 501 2.4 Consistency. DCICtC slump table and paragraph 501 2.4.1. Hold slump as low as possible to allow proper placement of concrete. Maximum slump for pavement, curb, or curb and gutter shall be 3". All concrete s}1all he air entrained in accordance with Section 501.7 including paragraphs 501.7.1 through 501.7.3. Air content shall be between 4 0110, and NO. All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. Actual nlix design shall he prepared and subnlifted by the Contractor to the Engineer for his approval. Submittal shall include source and properties of all aggregate. source of cement. proportions used, slump, air content and results of breaks elf' 5 test cylinders. Cylinders shall be hroken as follows: 2 at 7 days 3 at 28 days Prior to starting proicct. contractor shall obtain in the presence of the Engineer. representative SaI11pIC5 Of CClllent, 1111C and course aggregate s for test. The samples of material shall he of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer's approval cach.lob-Mix Formula. The maximum time a.lob-Mix will he used will be 2 construction seasons. Minimum compressive strength, based on ASTM designation C-39, C-31, and C- 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job cured cylinders. Concrete may be either central mixed and delivered in approved trucks or may be ' truck mixed. Total elapsed time from time of combination of water and cement until all of that batch is placed shall not exceed one hour. The use of calcium chloride will not be permitted. Other admixtures may be used only if approved by the Engineer. I'S-8.2 Portland Cement Concrete Pave=ment: This work shall confiorm to "Standard Specifications" Section 502 and substitute the ("ollowing: FS-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 502.3.1, 5023?. and 50'.3.2.1. Delete Sections 5023.4, 5023.5. 502.3'.6. and 502.3.7. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 shall be changed to read as Follows: Auxiliary I=:quipment shall he available at all times as follows: a) I'wo or more 10-lbot straight edges of an approved type. Blades shall he replaced when edges become wavy or warped. b) lmmediately following the machine Iloaling and while the concrete is still plastic. the contractor shall test the pavement SurlaeC for trueness by means of 10-foot straightedge in contact with the concrete SUITUCC parallel to the pavement centerline. and drawing the straightedge lightly acrosti the surface. Advance along the pavement shall he ill SLICCCSSIVC stages of'the more than one-half the length of the st•aightedgc. All variations shall he eliminated by fillingdepr•essions with freshly mixed concrete orstriking ofl projections.and the areas so corrected shill he consolidated and refinished by means of a lone-handled Ilont, ' -40- 1 C) Sufficient burlap, waterproof paper, 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. I-land placement and finishing as specified in Section 502.10.9 will be permitted. 'I'S-8.2.2 Construction ReOguiretnents: 1� Deliver tickets shall be provided the inspector in accordance with Seetion'I'S-6 2.1 Delivery } p of this specification. Delete Section 502.5.3. Section 502.6 - Conditioning of Sub>•radc. References to other 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 502.01.1 and 502.9.2. Delete Section 502.10.7 - Station Numbers. Section 502.10.9 Hand Finishing will be permitted can the project. 502.16 Slits Form Construction. This type of construction will be allowed on this project. The provisions of Section 502.16 and the succeeding paragraphs as amended herein shall apply. References to other sections of the Missouri 1-ligh"'ay Specifications shall refer to those sections as modified by these specifications. 502.16.1 Sub gr ade aggregate and Base. Delete all references to a ate base. Pavement shall t, b� t- be placed on earth subgradc and the paver and check template shall also operate on the subgrade. Delete Section 502.17 and paragraphs 502.17.1 through 502'.17.5. � r b drilled on this project unless required by the In Tinecr. This will C.orc.. will not � d pro 9 �. I only he done if doubt as to the actual thickness exists. Normally ed;(c thickness will be used as a rlluLh check on constructed thickness. Pavement thickness will he considered to be design thickness. TS-8.23 Measurernent and Puvrncnt shall be in accordance with Sections 502.18 and 502.19 -41 - 1 1 0 of the Standard Specifications as amended by the following: if cores are taken and the thickness found to be deficient the provisions of 502.19.1 through 502,19.3 shall apply with the exception of Type_ "A" curb and gutter (see typical section for end details and thickness)which shall be measured on the basis of linear feet constructed. Payment shall be continuous through residential drive approaches and shall include the hooking up of existing house drains that now extend to the street. TS-9 LAWN REPAIR AND SI:F'DIN(i: TS-9.1 General: All areas disturbed by the construction shall be seeded or sodded except for paved areas. See plans for areas to he sodded. TS-9.2 131ueurass Soddi�: ;god shall be planted in accordance with the following requirements. Sod shall be of the: hest quality and when placed, stall he live fresh growing grass with sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is fertile and contains a high percentage o]'loamy topsoil and from areas that are predominately bluegrass and that have been grazed or•mowed sufficiently to f'or•nl a dense turf. Source of' soil shall he 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 satisfactor)r to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no event shall more than one week elapse between the time of cutting and planting of the sod. Before placing, or depositing sod on areas to be sodded, all shaping and dressing of the areas shall have been completed to the satisFaction of the Engineer. Top soil as specified in shaping an dressing. conitncrcial fertilizer, grade 12-24-24, shall he applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting, the sod shall be watered and ' mowed as required until completion and acceptance of the entire work. No sodding shall he done during the period from ,]line 1 to September 1, unless the planting season is extended by the enuincer. Irs-9.3 Seeding: After shaping, placing 4"ofto soil.and dressing ofareas to he seeded have 1 p been approved by the hngincer. a ccullner•cial fertilizer, grade 12-24-24, shall he ' applied at a rata cif rich ICES 111;111 350 pc,unds leer aerc:. The area shall he prepared to receive Ill(- seed mixture hn• using a disc Spiker or other suitable implement. Seed A1,111 then he spread at the specified rate by ,bill. by hand seeder. by hrillion seeder. or by other approved seeders. Seeding shall not be done during windy weather. or when the ground is frozcn. inUddy, or otherwise in a non-tillable condition. "`12- 0 An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, mowing, and all), other operation nceessary 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 ol'300 pounds per acre.. The seed shall be composed of a mixture of Grl`.%, "Derhy" Rye grass, 20'%o creeping fescue. and 201ib Bluegrass. Bluegrass may be either Rain 1. Touchdown, or Gladc. Seeded areas shall lie 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. rovidc sod P P as specified herein in lieu of*seeding in any or all areas required to he seeded. Protection and Repair: The seeded area shall he free ol'truliic, lfut any time heli►re acceptance becomes Bullied or otherwise darnagcd. or the seeding has been clanluged or destroyed. the affected portion shall be repaired to reestablish the specified condition prior to the accepuince of*Ill(: work. TS-9A Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate (ronl the supplier Or nlanuf'tcturer 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 rep.ulAtlorls. The certifications shall have attached inspection or test reports of governing state agellcies applicable lo the lot or lots of material supplied. TS-9.5 Method of,Mctlsurccnlerlt: TS-9.5.1 Mclirlition c►f(:iRldi_ni! I ji»it: The term "grading limit" as used in this ,Arlicly shall lllcan anv ol'ihe following: (a) The location of a line LICIC I'll Ihied bY the interspection ol•the cut ot• fill slopes shown on the Plans with the existing surface. plus r.rlloWanec fur rounding at su(:h intersection as shown on the Plans. I)ur•inp the course of'the work the I rlginCer 11My direct that the grading limit It than rrs detCl'IT1111Cd h1' the f()r•Cgolnf'. 111d. Ill Such case. the gradin12 limit will he at the location as directed hy the I:nginecr. (b) For structures placed in Cxc:avalious and li►r pines in trenches. five (S) feet ' outside a vertical plane Through IlW outcl•rnost surfacea of the nerll lines of such structures or of the pipes. 'I'S-9.5.2 Sgedit";: Measurement will be made of'tile area seeded (horizontal measurement) to the nearest I/10 acre. Measurement will not be made beyond a line 5 fi et outside the grading. limit. "I'S-9.5. Socldit t}, Measurement will be made of the areas sodded (slope measurement)to the _ nearest square yard. Measurement will not he made beyond a line 2 fleet outside the ® grading limit. t� TS-9,6 I:�r►sisstf 1't nl:nt: "1'S-9.6,1 Seedin Sodrlill The artloultt of completed and accepted work, measured as provided shall h` paid for at the contract unit price hid per acre For seeding arld at the contract unit price hid per square yard 1101- sodding. B-10 W.:(NFORC'ED CONCltFITI� DOI 1131,F BOX Cl il,VFIO'SAND Rl TAINING WALLS 'I'S-10.1 General: "These items~hall be hid on the lump sum basis to include: the necessary excavation and the disposal of any excess excavation material from the channel to allow construction of the proposed structures and all materials and labor to complete the cc►nstrtiction 01'a I I x 9 Reinlorced Concrete Double Box Culvert and all Retaining Walls according to the plans and sr►ccirmatiolls. 1� I'S-10.2 Rehil'orced Steel Im Concrete Structures: All reinforcing steel to be used for this structure Shall he delormcd bars inecting the requirernentsofthe 161iowing:Gracie 60 ASTNI a 615-70 Deformed Billett Steel Bars Concrete Reinforccment. ReinlorcinV. steel shall he protected 1'ronl damage at all times. When placed in the work. it shall he free from dirt. oil. paint, grease, loose mills scale, thick rust and other foreign substances. Rchiforcenlent flor the top slap shall lie held securely in correct position by means of approved metal bar supports and tics. Bars ill the top slah shall he tied at each lap or crossings or closer. Care ,;hall he taken to maintain proper clearance between the lornls and the reinforcement. The steel shall he tied in correct position and inspectcd before any concrete is placed, Such inspection will not I'Chcvc the contractor of his re.-sponsibility (or constructing the unit in accordance with the plans. a ('5-103 Fornlh-w: ' I'orlrls Im concrete shall he huilt true to the lines and grades designated and be mortar-tight arid o('sound materials ade(luate to prevent dislortic►n during the placing --t-1 and curing, of coacretc. All l cotict•ete shall he I'ortrled utrlcss(it IIerwisc speciI Ic dI IF during or after placing the concrete. the forats sale or• bulge, the concrete aflccted shall be r•erluoved,the Iorms realigned and new concrete irlaccd. Construction Cumber to take Ctr•e of'shr•itlkage or scidenmit impairinp the s11•erlgt}l of'Ihe structure by the reduction o1•c(epth will not he permitted. The forms shall he designed for n fluid pressure of' 150 )models par cubic Boot of) horizontal surfitccs and 30 poul)(s 11cr square 1i of on vertical surfaces for•impact Caul Vibration. 'I's-lt).3.1 Face Lumber of fi+r•nls lire cXposed surfaces oi' concrete shall present a smooth dressed surface free of loose knots, knot holes. and other Oducts. The spacial: of supports and the thickness o('face: lumba shall have ,1 mininium nomin8l thickness of ono inch IOr solid lumber or S/8 inch Iin•plywood. i"or•m materials shall he placed with horizontal joints, Trianpular nodding. snxooth oil three sides and having 314 inch width on each ol'the two lOr•m sides, shall he used (0 bevel ,111 cxposcd edges Of' the str•uc:ture, except where special hovels arc shown on the plans. TS-10.3.' Dorms Rc-used shall he in food condition. fora) lumher xhich is ttnsatisl'actory in any respect shall not he used. TS-10.3.3 Desivii_and (_onsinletic►ri of,Forms permit their removal without da►nape to the concrete. Coflcrdam braces of* struts which will extend through any exposed concrete: suction will not lie permitted. Morals under copings and around offsets may he given a draft of not more than one inch h:r IOot to per►mit removal without clalm,tLC•. it) the concrete. For narrow walls where access to the hottotlls ol•the itrrnu is not otherwise ohtainahle. all opening shall be provided so that chips, dirt. sawdust, or other extraneous material he r•etlx,ved inttaeCliately prior to placing colwt-ew. •I'S-111. -I 'I`i<<S_uitd �r�,id�r .uiILI 'Ill rnclal Z 1pliarrce" used inside of (hems to hold thrill to correct alignment and location shall he so consU•uctcd 111,11 'If ice renunal of forms.the nulal ntav he removed to a depth of ,u Icast one irich helo%\ thc• surface oi• the concrete. Metal tic rods uscel inside the fot•nrs where c•onc.rete Will have as exposed sur•lilce shall be a Ivpc which will not producc ,I cavils at the surI"'10• 01'111C Collerel.e gt•eater than 14'2'2 incheti in diameter. halts grid rock used as ties shall not he removed by pullin.V them through the conerrtc. Wirc tics and i)ipc sprCtders will not he permitted. and mulal ur woad sprcadC•s which are scparatc from Bern) ties shall he r•Cnov cd as concrete• is hcinf2 placccl. .A halt-through method of•suppot•tins norms f'or IlMSSi\T suhstruc1clrc uni►s rn,i\ hC• irscd) with Ill(- approved ill'tile F.nrinccr, No torn) tics shall be eMIWddcd in Cor1C't'IC ahorc the• roudwa\ surface oa hriducs. •I'S-IU,3,5 ('avitius produced b\ the• re111ov„1 u1' ioctal tic rocL. shall be car'cltrll\ filled) with 1 tn0 r•tarc0rltp0sccl p,u•c certrcnt to Mo Bart;e;aad. While cement .I;.. r r shall be Bedded to tile mortar if necessary to obtain the required color. In order to reduce the shrinkage, no mortar shall he placed in the cavities until 45 minutes after the initial mixing. h► 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. Tic 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'tic rod cavities in the interior surfaces of hox grinders will not he required. TS-10.4 Portland Cement Concrete This item shall conform to the Missouri Standard Specifications filr Highway Construction. Class B concrete with a coarse aggregate classification of Gradation 1). Osage River Grave). Fine aggregate shall be Missouri River Sand. Class A. It shall he ,a .5.81 bag mix with an air content Of'four (4) to seven (7) percent. Finish for bottom slab shall lie travel and finish (or top sLlh shall he broom. fS-10.5 Excavation The contractor shall be responsible im-excavation required to complete the proposed structures in place. The contractor shall establish a sound bedding bef ore pouring the bottom slab and footings. I'S-10.6 Testinu of'Portland Cement C'oncrcl.e The contractor shall perform or have performed the lullowing tests to insure the strength of the sU-ucture when conlplclecl. Such tests in no wily relieve the contractor of'his responsibility(or(lie construction of this structure and its acceptance after final inspection. (Payment (or this item will be included under the bid item for Double. Box.) I'S-10.6.1 Slu_ _ntP •I'ctit: SIUiip 'I'll-Sts shall he taken during each pouring and shall not he less than 2 inches and not more than 4 inches. ' I'S-10.6.2 CColLilressic►n 'Pest: Cylinders 6 inches in diameter and 12 inches in height shall be used in determining the compressive strength. The contractor shall make 1 cylinder per `' cubic yards pound. TS-] 1 CCRI1S111 1) ti'I_ONF DRIVl-AVAYS: C►ushed stone drivev.ays shall he constructed in accordance with the details on the 1 fans and with tic requirements ol'lvlissouri I lighway Slice if ications Section 304 (or aggregate: base course except that the provisions for measurement and payment therein shall not apply and except as modified in this section. TS-1 1,2 A�;gt 'I'ypr 1 TS-11.3 The required thickness maly be compared in one layer. Required density of compaction shrill he not less than ninety (W) percent, TS-11.1 Where practicable, utilize temporary Surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of added material required. 'I'S-1 1.5 ('rushed stone drives shall be carefully graded to drain. TS-11.0 Measurement of crushed stung drives shall be to the nearest I square yard. 'I'S-1 1.7 Payment shall heat the unit price hid including all labor, equipment and materials to construct the driveway corrlplcte including suhgradc preparation. 'I'5-12 RI1-1 RAP: TS-12.1 General: Rip rap shall he f urnisbed where provided on the flans or where otherwise _ pr p directed. Rip rap shall bC durable limestone meeting the requirements of Missouri Highway Specifications Sections 011.:31. 01132 and 61133 For 'type 2 Rock Blanket. The minimwll layer thickness shall he one and one-half'(I ''/:) fbet. The surface of rip rap shall be flush with the surrounding finished earth grade and grouted. 'I'5-12.2 Inspection: The Contractor shall notify the Engineer of the source of rip rasp prior to its delivery in time to permit its inspection. 'I'5-12.3 Meaistiremew and Payment: l:ip Rap will be measured complete and in place to the ' nearest Square yard elf surlacc area (slope rlleatSUrenicrlt). Paylllerlt at the unit price hid will be full compensation for all casts of excavation and furnishing and placing rip rap as shown on the plans and specificcl herein. TS-13 ROCK '-AC'AVATION: TS-13.1 General: Should rock he encountered in two or more ]edge.,;. each led�uc being more ' than six (0) inches thick alnd with intcrlyirw strata of earth clay, shale. or gravel not more than iwelve ( 12) inches thick in each stratum. the entire vohulle hetwCCrl the ' top ledge and bottoill bottom ledge will he classified as rock. (Sec Article TS- 2 Imdemil specifications.) 'I'S-1 3.2 Use of F.xtllosiv:a.: When e.X I)lusiVCS are uscct ill the prcisecution of' work. the Contractor shall use the utmost cure 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 rill places used for such storage shall be marked clearly "DANGE,ROUS 1::XPL.USiV1?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, off;eers, 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 the integrity of the design and to avoid damage to any new or existing structure included in or udjacent to the work. Unless the plans, special provisions, or the Engineer restricts such operation, it shall he 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 he permitted until a Contractor has obtained prior insurance and has obtained a permit from the City lire Department. TS-13.3 Measurement and Payment Rock excavation shall be bid on unit price per cubic yard and fna) payment shall be based on field measurement. Rock is defined as being sandstone, limestone, chert, granite., sillstone, quartzite, slate, shale, occurring in its natural tnldisturbed state, hard and unweathered or similar material in masses more than 1 !% cubic yard in volume, in ledges six (6) inches or more in thickness. TS-14 SANITARI' SEWF R ADJI)STMi;N:TSS: TS-14.1 Adiustinr, and Rebuilding Manholes: 'I S-14.1 .1 General: (a) l ach existing, storm or sanitary sewer manhole encountered within the grading, limits, whether or• not shown on the Plane. and which is to be left in service shall he raised or lowered to the new grade and slope, (b) All construction wort; in connection thcrewith shall be in accordance with the applicable details on the nrulhole sheet ofthe drawings. Manhole steps shall 1 be properly reset and spaced. All new construction with brick shall he given a three-fourths ("0 Inch mortar cool on the outside. All nc11' collstrUCtion -48- with brick (it-precast concrete Shall be giver) one heavy coot of coal tar paint. (c) In areas to be paved or surfaced the work shall he accomplished and protected 111 Such it r11r11111er as to not create a traffic lc hazard and to provide For proper construction ;ttld compaction ol'the sub-grade and pavement adjacent to the nlltnllolc. (d) Precautions shall he taken to drop nc► debris into the hottoms of'manholes. Any debris so dropped shall be immediately removed to prevent being washed down the sewer line. (e) The Contractor shrill vcrify fi►r hirnsell' file types cif construction elf the existiII2 tllanholes. TS-1X1.1 ? Loowcl i_rn. Maiiholes: (a) Wherever possible. the: manhole shall he lowered without resetting or r rehuilding the colic 011is will be classified as `'Adjust Manhole 10 Grade"). tltilii,illfc 0110 or 1)(1111 of the fi.►IlowillO methods: 1. Remove existing straight neck brick or precast concrete rind:, sections and lower existing cast iron ring and cover. ?. lZCrll(1Ve existing cast iron ring and furnish and set shallow type cast iron ring, Type 7. as shown on the flans. (machined). or cc{uivalcnt. designed to receive cxistint; cover. (h) W11CII the re(luircd lowering is greater•than can he accomplished as specified in the above subparagraph, the work- will he classified as -Rebuild Manhole to (:Iradc". which shall be accomplished by one of the Following methods: 1, Precast concrete shall be removed and reset. removing one or more precast concrete rings below the colic. furnishing any necessary shrillow dcpt11 suaighl concrete rings below the colic or Concrete or east iron r1d(11S1111i! r'illgS ahove the cone. The existing Cast iron ring and cover shall he reset. ()r. if'necessary. a shallow type ring shall be Furnished ;rs speciIicd in Item ? of sub-paragraph S-14.1.2 (a). h. {iricl:. c(mc�:Shall be torn clown and rebuilt with brick. using eccentric or c(Incellttic e(111c as re(IUirccl to meet clearance conditions, Ali ccccntrie ;:onc ir, pl—derred. Taper on wails shall not be mtwc:• than twclyc ( 12) horizontal to Col-ty (40) vertical. I'l1c existima cast iron rill!!and cover shillI he reset.(1r. if necessary. ri shi(II(lw lypc ring shall be fitu•nished as Specified in Item of subparagraph S-1=1.1 .2 (a). ' 1'S-14.1 .3 itaisitigM,11111 (I.)) Wherever possible, the manhole shall be raised without resetting or rebuilding; the cone. This will he classified as "adjust Manhole to Grade". This shall be accomplished by adding adjusting rings of cast iron. precast concrete or brick; or tin 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 he twenty-one (21 ) inches unless otherwise directed by the inginer. (c) When tilt: required raising is greater than can be accomplished as specified in the above subparagraph, the work will be classified as "Rebuild Manhole to Gradc", which shall be accomplished by one of the following methods: 1. Precast concrele core shall be 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. Brick canes shall be torn down and rebuilt with brick. using eccentric or concentric cone as required to meet clearance conditions. An eccentric cane is preferred. 'Paper on walls shall not be more than twelve (12) hor'i'zontal to forty (40) vertical. The existing cast iron ring and cover shall be reset. TS-14.1 .4 The Contractor shall furnish all materials required for adjusting; and rebuilding manholes. Suitable materials salvaged from existing manholes may be reused as needed. if directed to replace any cast iron item found to be unsuitable through no fault of the Contractor, payment for (lie materials only will be made in accordance with the provisions of Regulations of the Contract Article FC-2 1 . TS-15 UNDERDi:A1N: TS-15.1 General: The Contractor shall rntitall Underdr'auls where directed. None. are shown on the flans. He shall have an available source of unclerdrain materials so that tile\- can be quickly obtained when 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 Engineer. ' I'5-15? Materials: I. I'_ i41n font Under-drain: "Missouri Specifications"Sect ion 1022. Nvith necessary fittings, Pipe, fittings and shall he fully bituminous coated after fabrication in compliance with the requirements of AAS1-10 M 190. -50- i.)iametcr oi'perforations after coating shrill be not less than one-fourth ('/'4) inch. 2. Aur,,, late for I lit jgfttiii: Natural sand, meeting the requirements for Fine Aggregate, MC'IR Section 4. TS-15.3 Installation: 1. installation of` underdrains shall be in accordance with the details on the Plans, with "Missouri Highway Specifications" Sections 605.11, 605.12.1, 605.13.2, 605.13.3, and 605.13.4, and in accordance with the following items. 2. Underdrains will generally be discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably he in upper two thirds(213)ol'pipe height: in ditches, a minimum of six (6)inches above botlom of'ditch. 3. Break into storm scwcr or druinare st.ructurc and grout underdrain in pipe into as fir branch 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-per orated pipe,of'length as specified by the Engineer.shall be installed at the outlet end. 5. Seal around underdrain with clay near outlet ends to confine water in the pipe. 6. Aggregate li)r underdrain shall be compacted to final settlernent by ponding. TS-15.4 Measurement and 11avment: Underdrain pipe shall be measured p er linear foot complete including trenching. installation. granular fill and backfill. TS-16 PAVi Mi NT MARKING: TS-16.1 Scope furnish raid apply wNic and vello", thermoplastic reflectorize;d pavement marking materials ati indicated on the plans. Cold 1r>>lieC type Shall be used f6r all markings rend shall consist of'a homogenous. extruded,prof 1tbricated rnrlterial of speci f ied thickness and width.which shall contain reflective glass spheres uniformly distributed throughout the cross section. rind shall he applied to the pavement surfitce by nicans ol'a pre-coated adhesive rind pressure. _;i r r TS-16.2 Materials: ke TS-16.2.1 General: a) Materials will be considered only from manufacturers of reflectorized 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 the work location. b) Each work and symbol marking 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 pavement 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 C:om ositioti_Requirements: As supplied, the plastic without re-coated adhesive shall not be less than a) A. p P 0.06" in thickness. The edges shall be clear cut and true. b) Plastic shall he supplied complete with a pre-coated adhesive and an easily removable backing shall protect the adhesive in storage and facilitate rapid application. C) The plastic and its adhesive shall be sufficiently free of tack so that it can be easily handled without the protective backing, aand be re-positioned on the surface to which it is to be applied, before permanently fixing it in this position with a downward pressure. TS-16.2.3 Physical flea uirements: a) Bend'Felt: The plastic shall he of such a structure that at a temperature of'80' F.. a piece of'3" x 6" (with backing) placed upon a 1" diameter mandrel. may he bent over the mandrel until the end faces are parallel and 1" apart. 'There shall he no Facture lines apparent in the uppermost surface by visual inspection. h) (Reseal 'test: The plastic shall reseal to itself when tested as specified. Cut i" X pieces of'plastic. Overlap these pieces face to face for an area of i sq. in. on a flat steel plate. with the hacking material remaining in place. Center ' a 1.000 gram weight over the i sq. in. overlap area, and place in an oven at • 190° t 10" F. for two (2) hours. After coaling to room temperature. the r -52- 1 pieces shall not he separable with tearing. c) Cilas�.S iliac Retcntion: The plastic shall have glass Sphere retention qualities, A ?" x 6" specimen of plastic shall be out it a right angle to the beveled edge and bent parallel to the beveled edge ofa '.2" rnandt•el. While the specimen is bent, a strip of' '/? wide masking tape (such as 11tilitape, nuutufrictured by llcrmaccl) shall be applied firmly along the length of the area oi'nlaximuill 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 surfilcc friction of properties of'the plastic shall not lie less than 35 B.P.N., when tested according to ASTM 1.7-3031-66T. C) lateral Shock I.,oad "test: A 3" x 6" plastic panel shall he applied to it T' x 6" piece of carborundunl extr<.t coarse corer\, cloth. or its equivalent, so that 3" x 3" overlap occurs. The application shall he such that it pressure of 50 p,S.i. is placed on the panel for 30 seconds. The overlap ends shall each be clamped with one end in a fixed position, it sudden load of 5(I lbs. shall be applied vertically to the other end. [)poll immediate load release and examination, there Shall he no noticeable slipping or fracture of the adhesive coating, This test shall be conducted at a temperature ofbelween 70° 17, and 80° F. f) Adlicsive Shear Sirenv,t}i: Specimens shall be tested according to the method described in ASTM D-631;-61T as modified to test the adhesive shear strength. The samples shrill be prepared as Billows: Plastic samples cut as d(.-scribed in paragraph 207-3.3(i). Shall have applied to the adhesive f ice it I" x 3" piece of carborundum, extra coal's' emery cloth. or its equivalent, so that there is 1 sq. in. overlap at one end ol'the plastic specimens. A pressure of 50 p.s.i. Shall he applied over this area c►f a period of"10 seconds, load shall applied by gripping each end ofthe test Ilicce in a Suitable tensile test machine such as it Dillon or Scott 'fester, The average of the load required to break the adhesive bond shall not he less than 10 lbs. 'fhc ;peed of testing sllall he 0,25" per minute. The test shall he conducted it it temperature of hemecn 70" F. and 80' F. ■ TS-16.3 Submittals: Thc Contractor ShallfIll•I11Sh (manufacturer'scerl ification. intriplicate.aUcstingthat all iWAICH IIS Sllhplied Conf'01'11l 10 the i-Cqul1•CI11CIlt5 of Il1CSC SiCC1flCatlollS, The certification shall include.or have attached. siccific•results ol'lahoralory tests filr•the specif icd physical illd cllcnlical proicrtics as detrrnlincd from sumplc�leiresentativc of t.hc lot or lots of thcrillopi iStic Colrlpoulld. 1-.iaSS SphercS and relleciori•red plastic marker material Supplied, TS-16.4 Measuring! Mid Prenlarkng: `I'lle Contractor shall do all measuring and pre-niarking required For"application of the pavement markings. TS-16.5,1 Ar,nlicatign Requirements: Cold applied thermoplastic materials shall be applied to clear,dry pavement surfaces, free of dirt and foreign matter, by removing the release paper and placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60° F. or over, unless spacial instructions are supplied by the manufacturer for application at temperatures below 60' F. TS-16.5.2 The manufacturer shall supply detailed information concerning ally special application procedures. Any necessary activators for the adhesives or various special coatings for different pavement surfaces shall be supplied. TS-16.6 Method of Measurement: i Measurements of the marking are given on the plans for informational use only. TS-•16.7 Basis of Pavmcnt.: Payment for pavement markings will be made at the contract lump sum bid price and shall include all material. labor and incidental items necessan,to complete the work as shown on the plans. 'I'S-17 OMIT'I'BD TS-18 TRAli FIC Si(►NA1_S: TS-18.1 General: All traffic control signal cduipnlent. materials and construction methods relating thereto shall conform to Section 9U'',"Traffic Signals"of Missouri Standard Specifications for I iig'hwt►v C'.onstructicm. 1996.except as amended by the additions. deletions, and substitutions of this Article. Where any section of the Missouri Specifications is so modified. the unaltered provisions shall remain in ef'f'ect.. Whenever this Tcchnical Specification shall confiict with the Plans. or the Missouri Standard Specifications. these Technical Specifications shall govern. TS-19? Sco u': The wort: of this section shall consist of• furnishing and installing traffic control signal equipment and trtaterials as shmvn oil the plans. as set out In these 1 Technical Specifications and is directed repr•esentative(s) to result in a complete and finished joh. TS-18.3 Section 902.3, "Materials", of thy. Missouri Standard tinccifications ror Hi;,hwa C^onstroction is modified by adding the Following paragraphs: A. Section 9023.5.1. "Multi-Conductor Cable"', shall lie amended by the addition of'the Following: 1) As an acceptable alternate the Contractor may use nlulticonductor cable meeting the requirements of international Municipal Signal Association, Inc. Specification No. 19-1 (1967) Rlr Polycthylene- insulated, Polyvinyl Chloride Jacketed Signal Cable. 13. Section 902.3.5.3."Induction Loop Detector Cable' shall be replaced by the following: I ) Induction loop detector cable shall be No. 14 AWG, THWN or I ITIFIN, soli drawn. stranded copper wire cncased in a 1!4-inch OD vinyl tube with a minimum wall thickness of 1/.12-inch. TS-18.4 Section 902.4, "Equipment'". of'the Missouri Standard'lerificlltions R.1r Highway Construction is modified by adding the fallowing paragraphs: A. Section 902.4.1, "Signal }-leads'" shall he amended by adding the fallowing: 1) The housing,.signal lia.rdware. visors. louvers.and lenses may also be polycarbonate. 2) Lamps for signal section optical units Shall he Furnished h\ the Contractor as l'ollows: Lamps for 12-inch lenses shall he 150 watts. All other lamps shall be clear 1 16 watts. Signal 1;1111115 Shall be llllninlU111 111C rating of'8.000 hours.guaranteed by the 111t111lJfacturer. Horizontally i11OU111Cd 1a111ps Shall be Installed with the open segment ol'tile filament up. B. Section 902.4.=1. '`Power Supple Assembly•'"_ shall he amended by adding the fbIlowillu: 1. The circuit brcaker cabinet as detailed on the flans for the power suppl\ assernhly shall be insialled on tale existing wood poles as ' shown on the Plans. TS-18.5 Section 90?.5"(.onstruction Requirements".ofthc Missouri Standard Specifications for Hi ul�lwtty Construction shall he amended by adding, the following: B. Section 902.5.1. "full Boxes and Junction Boxes", shall he amended by the addition of the fol lowing: I. Concrete pipe, meeting ASSi-10 Specification Designation M86 for non-rcinf arced or M 170C lass III For reinforced of'suitable Iength and diameter, and provide with cable hooks. may be substituted for other types cif' pull boxes with the approval of tyre: Owner's authorized representativc(s). 3. Expansion Cast ABS(Acrylonitrile-Butadierrc Styrene)thermoplastic Manhole (Zings and lock Covers shall speci f icai ly not be allowed on this project. 3. Delete subsection 902.5.1 .4. 4. .function boxes shall be installed at locations shown on the flans. 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 O%Nner, 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. B. Section 902.5.3. "Conduit System". shall be amended by the addition of the f'ollowirrg: 1 . i'olvvinyi chloride pipe schedule 40. Ul., approved. may he used in lieu OF rigid steel pipe. C. Section 902-5.7. "\ irinu-. shall he amended by adding the iollowinu: 1 . The detector loop 1 wire shall normally l�l-1Vr ally be No. 14 AWCi. 'N, Stranded of a continuous length from the spliced connection to the pair of shielded conductors in the (cad-in cable. Thu splices \�'ill he permitted in the length of loop wire beyond the lead-in cable spliced 01,contr011er terminal when the loop wire is connected direct]\•to the controller terminals. ']'lie loop wire shrill be prolectcd by a flexible vinyl plastic urhimul of !10 inch il).a minimum of inch wall. 1/4 -,(, inch OD. The tubing shall be capable of resisting deterioration from oils and solvents. The tubing shall also be highly abrasion resistant and have a smooth bore. The wire shall lie 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 Ln(,ineer. The tubing shall be of continuous length from tilt point of splicing of the loop wire to the Icad-in cable. No splices will he made in the tubing. ?. At the titne loop b of p lacing the l wire in the sawed slots. the ends of the p tubing shall he scaled to prevent arry entrance of moisture into the. tubing. 3. All lengths of loop wires and tubing that is not imbedded in the !� pavement shall he twisted with at )cast 5 turns per foot. including lengths in conduits and handholcs. 4. The electrical splice between the loop lead-in to the controller and the loop wire shall also consist of providing it watertight protective covering for the spliced wires.the shielding oil the loop lead-ins.and the end of the tubing containing the loop wires. The splice shall be made by the following method; a. Remove all lead-in cable coverings leaving four (4) inches insulated wire exposed. h. Remove the insulation from each conductor of a pair of lead- in cable conductors for one-half inch and scrape both copper conductors with knife until bright. C. Remove the plastic tubing from the loop wires for one and one-half'(] ! ) inches. Cl. Reniovc the insulation from the loop wires for one half'(""-) inch and scrape both copper conductors with knife until bright. C. The conductors shall be connected hN twisting together. soldering and covered with a screw-on wire connector. F. C'emer all conductors Ina spdicin(_� mold. "I'}nc nnolc.d shall be approved by the F;nc�inccr. , Q Position the spliced \vires 2n the center of the mold and fill the mold with a sealant or epoxy-type resign. The sealant or epoxy-type resin 11sc<1 must he approved h\ the f:ngMe:er. 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 Polymer 'rape sealant between the wires and completely cover the silicone rubber. 5. External surge protection is required oil 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 (between the loop loads) surges, and against common mode (between leads and ground) surges. b. Unit must be of the inductive type with a maximum DC resistance of 150 milliohms. C. Unit inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. C. Unit must be a two stage device capable of clamping a 250 ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. f. Unit must clamp a 250 ampere common mode(between leads and ground) surge to 20 volts. 6. The controller cabinet must be furnished with a surge arrestor on the AC service which meets or exceeds the following requirements: ea. Unit must be capable of withstanding repeated 20,000 ampere surges (minimum of 25). b. Unit must have internal follow-current limiters (resistive elements). C. Unit must contain 3 active clamping stages minimuin, d. Unit must self-extin�-uisii within 8.3 milliseconds after trailing edge of~urge. C. Parallel impedance of 1 limiters must be less than .1 J ohms. U Section 902.5.10, "Painting". shall be amended as follows: 1. All exterior metal parts of the signal heads, including mounting brackets and other hardware. except door fronts, e inside and outside of'visors, louvers. and backplates, shall be primed and painted with a standard Federal Yellow enamel. Door fronts, inside and outside of visors, louvers, and backplates shall be painted flat black and in their entirety. except backplates constructed front black thermoplastic material. 2. Polvcarbonate components. ifr.iscd, shall be the same coloras specified for painted metal parts. TS-18.6 '1"raft is Sianal Oneration Policies: 1. During the course of si =nal installation and until the signals are placed in operation. signal faces shall he covered or turned away from apDroachint� traffic. When ready for operation, they shall he securely fastened into position facing toward approaching traffic. After the signal installation is complete. the Contractor may put the signal in operation for test purposes only. However. the signal shall not be put into permanent operation until authorization is given by the Ow11er's authorized rcpresentative(s). a. When the Contractor is certain the trail is signal controller a.nd control accessories are working properly,and all signal equipment is properly installed. he shall make an inspection appointment with the Owner's authorized representative(s). h. After a thorough inspection of the signal equipment and installation, the Owner's authorized representative(s) may authorize the Contractor to put the signal into permanent operation. This authorization will be given if' all signal equipment is working properly. of if public safety and convenience warrants the operation ' of the signal before all corrections have been made. C. A written communication confirming,the permanent signal operation authorization and the findin4.js of the inspection shall be prepared by the Owner's authorized representative(s). The findings of the iilspecdon play include the acceptance and approval of'the signal or a list ol'signal or a list of signal deficiencies to he corrected. d. if file inspection finding contain a list of s14,nit deficiencies. the Contractor shall correct them as soon as possible. I Nile signal must be put on flashing operation or completeiv shut down to make the a IICCCSSarV correction. the Contractor must receive authorization from the Owner's authorized represcntative(s) before this action is taken. When the Contractor is certain all corrections have hen made he shall again make an inspection appointment with the Owner's authorized representativc(s). After the final inspection of the signal, a written communication confirming the acceptance and approval of the signal 1 shall be sent to the Contractor by the Owner's authorized representative(s)at the end of the 15 consecutive clays of operation of said equipment. TS-1$.7 Guarantee and Maintenance: 1. General: a. The Contractor is required, uiltil the end of the one year guarantee period covered by the Performance and Guarantee Bond to: 1. Guarantee all traffic control signals against defective equipment, materials. and workmanship. ?. 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. 'fhe intent is that at the end of the one (1 ) year guarantee period the Owner will have properly operating, and serviceable traffic control signals: that defective equipment, materials and workmanship will have been corrected. and that any necessary maintenance in connection with specific items enumerated in paragraph TS-14.7.? wet.her or riot due to defects in Contractor's materials and worlananship. will have been accomplished. All materials and installation for such work will be a the Contractor's expense. ' ?. Conditions Reguirin<g, Corrections: Any adverse conditions which affect the use, function. operation, quality or life of the traffic control signals shall be corrected, including the Following: a. Traffic control signal e ui pmew malfunctions: including, but not g q I limited to the following:signal controller mat functions:velhicular and pedestrian detector rnalfcuiction: electrical cable malfunctions: and failure of,traffic siunal units. poles and mast arms: which affect the r r I'unction and sale operation ofthe traffic control signals. b. F.xclusioils: The following conditions are excluded and are not. considered the responsibility of the Contractor. 1 . Traffic signal lamp replacement duc to lamp horn-out. r 1 ?. Dainavc to trallic control signal equipment and materials resulting f'rorn acts elf' vandalism, traffic accidents. natural disasters, or street cuts or excavation within the ri gill-of-wav of others. 3. General Reg iircments For Corrective and Maintenance Work: a. All corrective and maintenance work shall be done tly upon p rom p p . notification by the (Owner in order to prevent unnecessary inconvenience to the traveling public and to minimize traffic safety hazards. h. All work shall lie in accordance with these specifications and the highest standards and methods of the traffic control signal industry. .I'he Contractor shat l submit his proposed methods and designal ion of equiplllent and materials to the Owner, For approval in advance of such work. TS-18.8 Submittals: The Contractor shall furnish. in triplicate, a list of equipment and materials to be installed. showing; name of manufacturer. catalog or descriptive data. and shall furnish manufacturer's certifications, in triplicate attesting that all materials r supplied conform to the requirements of these Specifications. TS-18.9 Field 1. WOW: All work covered by this Secllon shall be done to the lilies sholyll oil the Plans or as directed by the Owner's authorized representative(s). The Contractor shall be responsible fi+r all field layout work suhjecl the approval o1' the Owner's authorized representative(s). TS-18.10 Method ol'Nlcasurenlcnt: Mcthnd 0f'MeaStlrelllCllt shall cunli+rnl to SCCl ion 902.8. "Nilethod of NIleasurernent of the 19,80 1\jistiouri Standard Specifications Cor Ffiullway Construction. TS-18.11 Basis of Paymcm: Accepted tral'f is control signals. nlcas;ured as provided. shall be paid i61.at the Contract unit price Im each of the pa\ itenis included in the Proposal. No direct payment shall he made fiu•any incidental itenis necessary to complete the work unless specifically provided as a pay item in the Contract. -Gl- r r 1 1 Amiah FS-19 OMIT"TED TS-20 FENCING TS-20.1. Removal and Re-setting Fence; Wherever existing fences lie within the construction limits or wherever shown on the plans, the Contractor shall remove and store the fencing during.the construction of that portion of the project that is in conflict with the fence. The Contractor shall take care not to damage the fencing materials during this operation and shall be fully responsible for any damage to the fencing materials caused by his operations. Any damaged materials shall be replaced by the Contractor raid at his sole expense with new material equal to that from which the fence was constructed, aThe fence shall be reconstructed in accordance with best accepted fencing practices. All posts shall lie cleaned of existing concrete and rc-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 erec! temporary fencing during the period between the actual construction and the re-setting of the permanent fence. Wherever this is necessary so that the property owner can retain normal use of his yard. the Contractor shall provide and erect such temporary fencing at no cost to the Owner. Removal and re-setting of fence will be paid for at the unit price bid per linear foot. TS-20? Temporal3, Fencin>! Wherever permanent fencing that is used it.) contain small children or animals must be removed to accommodate construction. the Contractor shall erect temporary fencing suitable to perform the function of the permanent fence until the permanent fence can be restored. The construction of the temporary fencing shall be coordinated with the property owner to cause as little Inconvenience as possible. In no case shall such area be left unfenced over a weekend or (qtr more than one weekday. 1 At the Contractor's option. materials from the existing fence may be used for the temporary fencing. However. the Contractor will be fully responsible for restoring the permanent fence in condition at least equal to that prior to construction, 1 Temporary fencing will he subsidian, to the other items of construction. -62- TS-21 CERTIFICATES OF COMPLIANCI?: TS-21.1 General: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, producers fabricators and suppliers of items to he incorporated in the wort: attesting that all itents and materials supplied in connection with the work conform to the requirements of the: Specifications, as provided in the various sections of•tlresc Specifications. b. Whenever the items so certified deviate from the requirements of the Specifications.flans and other Contract Docuntcnts. then the Contractor shall point out such deviation in the letter of transmittal. Unless this procedure is followed and such deviations are specifically approved by the 11ngincer 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 as adequate 1 evidence of compliance with the Contract Documents. However. at its option, the Owner may test any or all of said items For compliance. 11'found to be in compliance with the Contract Documents. the cost of testing will be borne by the Owner. If found to he not in compliance. the Contractor shall pay for such testing. TS-21.2 Requirements For Certifications. Sho Drawings and Testing: Lt. Specific requirements for certifications, shop drawings and testing are given in the following subparagraphs. b. Manufactured items. as fellows. will require certificates ofcompliancc. with shop drawings, catalog data or installation instructions where so indicated. 1 . Reinforced concrete pipe. fittings and specials. (Shop drawings required for all fittings and specials. including branch connections. and riser manholes.) 2. .loint materials for reinforced concrete pipe. 3. CorruLited metal pipe and underdrain pipe, fitting's and specials (Shop c]rrwinta required for sank iterns as in item 1 above). , 4. DUCtllC iron. cast iron. viu•ified clay e111d copper pipe and fittings. 5. Brick and mortar. -G h. Precast concrete manholes and inlets. 7. Reinforcing steel and welded wire fabric. 8. Metal work (Shop drawings required for fabricated items). 9. iron castings. 10. Seed. 11. Sod(considered as manufactured material for compliance purposes). I:;ngineer shall he given the opportunity to inspect and field prior to delivery to project. 12. Ferdlirer. 13. Gabion baskets. 14. Fibercloth. C. Rock and sand products will require certificates of compliance, as follow,: 1. Stone for gabion fill. rd. Backfill: It is recognized that, due to mixing of types of raterials found in Citv construction, it inay sometimes be difficult to correlate actual performance with test results. The f-ngineer may make notations of'waiver on certain field moisture-density test reports when. in his judgment. the Specification requirements have been net on the basis of visual inspection and the test reports do not truly indicate the field condition. However, the Contractor will he fully responsible for settlement of backf ill as provided in Special Conditions Article SC-3. C. Concrete: 1. 1-he actual mix proportions shall he determined by the Contractor. based on satisfactory experience with the proposed materials and MCIB mi>,. Mix proportions. typical test reports and complete data on materials and plant. supporting their acceptability under the Specifications. shall he submitted to (lie I:;rluilleer' ill triplicate for concurrence before heuinninu, concrete �vork. ?. Acceptance of Concrete for strcii(nh shall be as sti elated. in Article } � p -o4- 5.42 of MCI13 Section 5, 3. Air content shall he measured in accordance with the requiretnentsof AS'rM C 173, 4. Visual inspections and tests (or perlormmncc of concrete may he made by the l::nginecr to satisfy himself that consistency. air content. nlininitrnl compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections ttnd tests will be in accordance with MC IB Bulletin No. 6. "Concrete. Inspection" and the applicable parts of N1C'l13 Section 5. —Concrete e Mix Design 'fables' . 1'. Asphaltic Concrete Mix:The provisions ol'Itern 1 ofSubparahraph S-21.4(c) shall apple to asphaltic concrete mix. except delete the reference to "MC113". TS-21.3 Payment: No paynicnt earl be made to the Contractor unless tile City is in receipt of Certificates of'Compliance Im all materials installed to date. TS-22 SCHEDULE OF WORK TS-22.1 General: Scheduling shall pr•ovicic for the least practical inconvenience to the traveling public and to residents along the project. 40 TS-22.2 Submission and ('oncurrence:: I3elore work is started. the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of the work but also the time of'starting and completion of'eacll part. The schedule shall he suhmitled to the l;nginecr f'or his concurrence. TS-22.3 Winter Shin I)own: 11'the project is shut down over a winter. [lie area shall be left in a safe. passable. and accessible condition fin• the ,vinler, The Contractor shall maintain trnffic and access over the winter shutdown as provided in paragraph S- 23?. The Contractor shall maintain the project over the winter shutdown period it) such manner th it there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. N4a11holes and valve hoxes projecting above the tease shall be ramped with bituminous cold-nlix or asphaltic concrete in order to l;tcilitate the ("hy's sno\y plowing. Access shall he provided to a1I houses. TS-23 MAINTI?NANC'I: 01 TRAFFIC AND A('(_I QS.: TS-23.1 ((Icnerlf: The Contractor shall coild ict his \vork so as to interfere as little its possible With public travel. whether• vehicular or Iicdestrian. Whenever it is neCessary to cross. obstruct. or close roads. driveways and walls. whether public or private. the • Contractor shall,at his own expense,provide and maintain suitable and safe bridges, detours,or other temporary expedients for the accommodation of public and private travel,and shall give reasonable notice to owners of'private drives before interfering with them; provided, however, that such maintenance of traffic will not be required at any point where the Contractor has obtained permission from the:owner and tenant of private property, or from the authority having.jurisdiction over public property involved, to obstruct traffic at any designated point thereon and For the duration of whatever period of time as may be agreed upon. The Contractor will be required to make provisions for or nrai.ntairr local traffic. He will be expected to make reasonable effort to provide access to all drives whenever possible, and particularly when work is not in progress. He shall provide for emergency vehicle access to any point at all times. The Contractor shall resent a work schedule and a plan For handling traffic for p P review before commencing an}, work. TS-23.2 When Work Not In Pro press: The work shall be cleaned LIP at the end of each working day, and temporary surfacing shall be placed such that access will be had to all driveways during the night, weekends, holidays. and other days when work is not in progress and when the stage of the work does not directly interfere with the drive. The Engineer, at his discretion, may grant short-term exceptions to this requirement in connection with preparing sub-grade and paving. I'S-23.3 Contact Person: The Contractor shall designate r.r person (with phone number) who can he called by the City during the night, weekends. holidays. and other days when work is not in progress. The Contractor wilt be responsible, through this person, for making such temporary repairs during said periods as may be needed to meet the requirements of paragraph S-23.2. TS-23.4 The provisions of MIiTO), Part V1, apply lo this Contract. TS-24 TY-INPORAiZY Sl tR AC'INg Where rec I uircd to provide ac cess and wr c r r directed by tile F, ^ine c , the Contractor ti hrl l provide Temporary surfacing either of Crushed Stone for "Temporary Surfacing or of• Asphaltic Concrete for Temporary Surfacinp as directed by the Engineer. Such temporary Pavements shall he nraintairred bN, the Conti,, in a safir. reasonably smooth condition as long as they are in use, Cru511eCI stone fi►r temporary surfncing, shall meet the requirements 1 of•panwraph 1007.2 ofMissouri I lighwuy Specifications for Type 2 Aggregate. gradation A unless the I.:ngineer agrees to a diffi.rent pr•adation beCHLISt: of'site conditions. .Asphaltic concrete firr temporary surt'acinp shall be "I vpe I hose as specified in Article 23. I a\rnent Ii.►r Temporary surGrcinp shall hr at the unit price hid per ion of material. Measurement will be on the basis of delivery tickets. TS-25 DUST CONTROL Adequate precaution shall be taken to insure that excessive dust does not become airborne during construction. The Contractor shall comply with any regulations of the Missouri Air Conservation Commission or federal government which apple to *this matter in the geographical area of the work. The determination as to whether excessive dust is becoming airborne shall be by the Engineer. When directed by the Engineer. the Contractor shall take � appropriate dust control measures satisfactory- to the Engincer. No separate payment will he made for performing dust control or for applying water For this purpose. TS-26 PROPERTY CORN►.RS ANi-) MONUMEN'1'ATION: It shall by the responsibility of the: Contractor to protect all ro crty lot corners and lane] p p p p . survey corners and accessories. Should it he neccssar� to disturb any such monument, whether stake, pin, bar, disk, box, or other, it remains the responsibility of the Contractor to reference such markers prior to removal. reset them, grad file such relocations or monumentation documents as the law requires. /1nv such references. removal, replacement and certification of monuments shall he perl'ormed by a licensed en��ineer or land surveyor. TS-27 CLEANUP: TS-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition during the progress of the work. The Contractor shall.as directed by the 1"ngineer.remove from all public and private property.at his own expense.all temporary structures, rubbish and waste materials resulting from his operation. TS-27.2 The Contr•actorshall open and clean all existing ditches and callvcrts within the right- of-way and casements, leaving them free from al excess mud or silt,drift, brush, or debris ofan\ kind prior to final acceptance. The Contractor shall clean up all dirt from paved`surlaces. not allowing `,,line to pack ort [fie roadway or cr'eale a traffic: nuisance. No direct payment will he made (i)r work within the scope of'this Artiele. TS-29 TRAFTIC WiNS. S'_OP SIGNS. AND S'1'Rf:l_"I�SIGNS: All existing traffic signs. stop signs and street signs in (lie way of the work shall he carefully removed by the Contractor in accordance with the requirements of' MUTCD. The required function of•stop signs spirit he pr`1-serycd h\' the contractor whenever a street is open Icy traffic. All siums shall he rc-insiailed followinu the construction. No separate payrnent will he made for this work. TS-29 IAVNSi'OUT DRAINS: ' TS-29.1 General: 'Phis work shall include connecting existing downspout 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 connect all downspout drains regardless of'whether they are shown on the plans. TS-29.2 onstruction Methods: The c(intractor shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally,new material of the stune 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 Pavment: All work associated with connecting downspout drains through or into the proposed cm-b, curb and butter, 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'T'EMS: There are small items of work specified herein or that arc 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 CITY OF JEFFERSON STANDARD SANITARY SEWER SPECIFICATIONS 1 i i 1 1 1 1• r MANHOLE All manholes shall he vacuum tested by the contractor tit his expense. Appropriate equipment and manpower will he Garnished by the Contractor I'r►r this purpose. When vacumn testing mtulholes the litllowin g criteria are to be used; h � g 1) ']'his method is applicable to precast manholes only. 2) All lili holds shall be plugged with an approved non-.shrink !rout. 3) Manholes are to he tested tiller itssenlhly mitt before hackfilling. No standing water shall lie allowed in the nutnhole excavation which may affect the accuracy of*tile test. i 4) All pipes and other openings into the manhole shall he plugged and securely braced to prevent cdisplacu-nient of'the plugs while the vacuum is drawn. 5) Installation and operation of vacuum 4cjmpinenl shall he in accordance with egUipltll'nt spcclliCatlllllti and Illstrlletions provided by ttic nttulutacturer. 6) The test head ally he placed in the row.. section of the nitanhole. The ftamc-cone joint will he vistlally inspected by the engineer. 7) A vactitim of 10 Inches of inercury shill he dr;twn anc) the vact.tunl pump shut oil'. The time f6r the vacuum to drop to 9 inches t►(' mercury shall he recorded. 8) Acceptance li►r f6ttr (4) 16o( diameter Inriollolcs shall he defined as when 1 the time to drop to 9 inches o1'111ercury pleats or cNcer(ls 1110 161111wing: Manhole I)c],th I)ilttltrt�r l it)14� Icy I)rt,►h .I" c►('110 10 11. or less •1 It. hU seconds 10 f1. to 15 11. 4 Il, b seconds 15 ft. to 20 11. 4 11, 00 sccolids 9) I or manholes five (5) Ii►ot in dillnleter. acdtd ill) lidditiollill 15 scconcls and for manholes six (0) I' ml in di;ultctrr. 'Idcd all add itrc► Ill M s,-!eond;c to the time requirements fi►r tiuir (4) li►(it cdiumeter itmitdtt►le+, , 10) If' tile I11a11hUle litils to Icst, neecss;uiv redr,lirs skull he ("lade with it non- shrink grout while the vaclrurll is still he-iily clrmvil, kc-Iestirlp,, shall proceed until a satisfhetory test is optioned. 1 kovisecl 1,,2/04 r � v s TABLE OF CONTEN Section Pane 1.0 General 1 2.0 Materials and Testing 1 3.0 Grading and Site Preparation 6 4.0 Pipe Laying, Jo int i ng and Testing K 5.0 Manholes and Special Structures 13 6.0 Pipe Encasement and Collars 15 7.0 Backlill 16 8.0 Tunneling, Boring and .lacking 18 9.0 Acceptance Test for Sewers 20 10.0 Seeding 25 11.0 Pavement Replacement 26 12.0 Measurements and Payments 26 13.0 Subsidiary Items 29 i OCTOBER. 2000 STANDARD SANITARY SEV+IEIt SPF?C1l,1CA'I'ION,' SS-1.0 GENERAL SS-1.0 Desrrintion: Sanitary sewer construction shall consist of furnishing 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 Specification Modifications: It is understood that throughout this section these specifications may be modified or deleted by appropriate items in the Special Provisions or notes on the contract drawings. SS-1.3 Revisions of Standards: When reference is made t.o a Standard Specification(ASTM, AWWA)the specification referred to shall be understood to mean the latest revision of said specification as amended at the time ofthe Notice to Bidders, except as noted on the Plans or in the Special Provisions. SS-2.0 MATERIALS AND TESTING SS-2.1 Scone: Thts sectton governs the furnishing of all pipe, fittings and other materials as required to complete the work as shown on the Plans and as provided for in the Special Provisions. SS-2.2 General: 1. Requirements: Furnish pipe of•materiais.joint types, sizes,and strength class indicated and specified. Higher strengths may be furnished at Contractor's option, at no additional cost to the Owner. ?. Manufacturer: The manufacturer shall be experienced in the design, manufacture and commercial supplying of'the specific material. 3. Inspection and 'Nesting: To be performed by the manufacturer's quality control personnel in conformance with applicable standards. 'Testing may be witnessed by Owner. Engineer. or approved independent testing laboratory. Upon request o1' the Owner. and prior to delivery, the Contractor shall provide three (3') copies ol*ccrtified test reports indicating that material does conform to the specifications. 1 e SS-2.3 Vitrified Clgy Pine: Conform to ASTM C-700.except as otherwise specified herein. 1. General:Furnish maximwn pipe lengths manufactured by the supplier.except for fittings, closures and specials. 2. Design: 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 B Bedding in accordance with ASTM C-12, unless otherwise noted on the Plans. 3. Joints: Flexible gasketed joints for 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 ijoints shall conform to ASTM C-425. 4. Fittings: Provide fittings, if specified, defined as tee or wye connections suitable for assembly to house or building sewers similar to W.S. Dickey Clay Company "Perma-T" and "Perma-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 laving conditions B or F. Minimum wall thickness shall be for Class 2. 2. Joints: Mechanical and push-on joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.11. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be 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 mechanical joints shall have mechanical joints, Fittings for pipe with push- on joints shall be either mechanical joint or push-on joint. Furnish all specials, taps, plugs and wall fittings as required. SS-2.5 Aervlonitrile 13utadicne Styrene Comp( site Sewer Pipe:Conform to ASTM D-2680. ' except as otherwise specified herein. I. General:Furnish maximum pipe lengths manufactured by the supplier,except for fittings, closures and specials. 2. Design: Pipe to consist of two concentric thcrmo-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-cemented joint in which pipe solvent cements into a coupling socket to forni the joint closure. Type OR is a flexible gasket joint for ABS pipe and special manhole d connectors, in which a gasket is compressed between pipe and a belled coupling to form the joint closure. Gaskets shall conform to ASTM C-443. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. 4. Fittings: Fittings defined as tee or wye connections suitable for assembly to fl- inch or 6-inch house or building sewers shall be saddle-type fittings molded of rigid ABS plastic. SS-2.6 Reinforced Plastic Mortar Pine: Conform to ASTM D-3262 except as otherwise specified herein. I. General: Furnish maximum pipe lengths manufactured by the supplier,except foi- fittings. closures and specials. 2. Design: Pipe shall be a composite structure manufactured from siliceous sand, borosilicate glass fibers and catalyzed isophthalic polyester resin without organic filler. Pile shall be immune to sulfuric acid formed by completion of the hydrogen sulfide cycle when installed according to manufacturer's recommendations. 3. Joints: Flexible gasketed joints shall be compression type with a gasket confined in a machined groove in the spigot end of'the pipe. Oil resistant rubber gasket rings shall conform to the requirements of ASTNI D-1869. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. 1 4. Fittings: Fittings defined as tee connections suitable for assembly to 4-inch or 6-inch house or building sewers shall be saddle-type fittings of rigid ABS plastic or PVC 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. 6. Design: The minimum wall thickness for PVC Pipe shall conform to SDR- g P 35. Pipe bedding shall conform to ASTM D-7321 for Class I materials. 7. Joints: Flexible gasketed J oints shall be compression hP a with a gasket confined in either the spigot end or the bell end 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. 8. Fittings:Fittings defined 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 Plans and shall conform to ASTM Specifications as follows: 1. Bars and rods shall be deformed billet-steel conforming to ASTM A-615, Grade 40. 2. Welded wire fabric shall conform to ASTM A-185, Grade 40. 3. Fabricated steel bar and rod mats shall conform to ASTM A-184. Bar material shall conform to ASTM A-615, Grade 40. 4. Smooth bars shall be round carbon steel bars conforming to ASTM A-:306, Grade 60. SS-2.9 Manhole Materials: 1. General: Manholes shall conform to the applicable City Standard Drawing. Mortar: Mortar and plaster casting for masonry manhole units shall he two parts Portland Cement to one part Masonn- Cement to six parts plaster sand e4 t mixed with the least amount of potable water necessary to provide a workable mortar. 3. Erick: Clay brick shall conform 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 for individual brick or 9.0 percent for the average of five bricks. 4. Precast Concrete: Precast concrete manholes shall conform to ASTM C-478. e Joints shall be of material as specified for reinforced concrete pipe joints or a bitumastic material or performed flexible joint sealants applied in accordance with manufacturer's recommendations. 5. Cast in Place Concrete: Concrete used shall conform to applicable City Standard Drawing. e G. Waterproofing: Waterproofing will be required to all manholes. The bitumen shall consist of two coats of asphalt 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 a positive watertight connection for pipes entering precast manholes shall be provided. These connectors shall be the "A-LOK" produced by A-LOK Products, Inc. or approved equal. SS-2.10 Manhole Castings: 8. General: Cast-iron rings, covers and steps conform to the applicable City Standard Drawings. The castings shall meet or exceed the following requirements: 9. Iron Castings: 1. Iron castings shall conform to the requirements of ASTM A-48,Class 3(l. 2. Castings shall be clean and whole. and without blow or sand holes or any other surface defects which would impair serviceability. Plugging or filling of holes or other dcf ects will not be permitted. 3. Parting fins and pouring gates shall be removed. 4. Castings shall be thoroughly cleaned and painted with two coatings asphaltum paint before being delivered to the site. SS-2.11 Bedding Aggregte: All materials used for crushed stone pipe bedding shall Conform to applicable City Standard Drawings. SS-3.0 GRADING AND SITE PREPARATION SS-3.1 Sco e: This section governs the furnishings of all labor,equipment tools, materials. and the performances of all work for clearing,grubbing,and demolition,wholly or in any part, at locations shown on the Plans, or as provided for in the Special Provisions. Clearing, grubbing and demolition shall be done only to that extent which is necessary for the prosecution of the construction of the sewers. SS-3.2 Definitions: 1. Clearing: Clearing shall consist of removing all vegetable matter. such as rtrees, brush, down timber, rotten wood, rubbish and other ohiectionable combustible materials, found on or above the surface of the site. It may include .removing fences, lumber, waste dumps and trash, and the salvaging of such of the materials as may be specified. This 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 curb 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 of demolishing.removing;,disposing.or incorporating into backfill all non-vegetable matter appearing above, on, or below the ground surface. This shall include all material derived from the demolition of Portland Cement Concrete items such as base courses, curbs, curb and gutters.sidewalks,floors,steps,driveways,drainage structures of all sorts, fences, and other miscellaneous items such as foundations or wall of any sort., and iron or steel items. and shall include all asphaltic items such as pavement and base courses. SS-33 Construction Details: 1 1. Limits of Worl:: The limits for clearing,grubbing and demolition shall, in no case. extend beyond the limits of the right-of-way. city property lines. or easements. unless otherwise specified on the Plans or Special Provisions. r ?. Protection of Existing Facilities: The Contractor shall be responsible for 6 protecting any improvement of tiny agency,public or private., in the vicinity of clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the assistance of the affected agencies in the location of their facilities. The Contractor iKill not he responsible for the cost to any agency for assistance in the location o1' its facilities, but he shall be responsible for the cost ofall damages to such facilities arising because ofhis carelessness or negligence. 1. Private Sewer facilities: The Contractor shall make every reasonable effort to protect private sewer facilities. Thcy 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 for continuous service prior to the close of the work day. 2 Property Pins: All property or lot corner ins or stakes shown on the • p p p p Plans and disturbed by this construction will he properly referenced by the Contractor prior• to removal. and reset by the Contractor upon r completion of the project, SS-3.4 Clearing: Clearing shall be performed in advance of 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 flans in such a manner as to meet all applicable requirements of the Federal. State. County and Municipal regulations concerning health. safioty and public welfare. SS-3.5 Grubbins;: 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 least twelve(1 2)inches below tine finished grade elevation. Disposal of debris front grubbing, shall be as described in "Clearing" above. SS-3.6 Demolition: if portions ofexisting improvements are to he left in place, the limits of pavement removal shall be laid out as neat. straight lines a minimum distance of six (6) inches beyond the anticipated edgers of excavation. If' the pavement removal )units are approximately parallel to and three (3) fcct or less Irons an existing paverrlent joint. previous cut, or curb. the limit~ of renloval shall he extended to the .joint. cut. or curb. 5uff icierrt portions of the pavement shall be removed to provide for the proper grade and alignment of the.'. new constrUC6011. Disposal of debris frorll demolition shall be described in SS-3.4 "Clearing". SS-3.7 F�nvircmnlctal l'rotcelion Procedures: ' t� I. General: Compliance with the Following procedures for protection of existing greenery is required, 2. Trees: All reasonable effiirt shall lie made to save as many trees as possible. If trees can be saved by trimming, this shall be done in accordance with acceptable pruning; practices, Any tree removed shall be replaced with like species of'nurseri 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. Trees marked "S" shall be saved, 2. Trees "Xed" out shall he removed. 3. Shrubbery, Small Plants and Flowers: Prior to the start of construction, property owners will be notified oNlic proposed starting date. One purpose of this notification is so that the property owners may remove any shrubbery; small plants or flowers that they, the property owners, desire to save. SS-4.0 PIPE LAYING. JOINTING AND TESTING SS- 4.1 Scope: This section governs the furnishing of all labor, equipment, materials and tools for the installation of all pipes, fittings. specials raid appurtenances as shown on the Plans, City Standard Drawings or as provided fior in the Special Provisions. SS-4.2 Handling: 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 (10) feet in length or greater, a double sling will be required unless otherwise approved by the Engineer. 2. Ship. move and store with provisions to prevent movement or shock contact with adjacent units. SS-4,3 installation: 1. All work shall lie in accordance with the hollowing standards: ASTM C-12 - Installing Vitrified Clay Sewer Pipe, ASTM D-2321 - Underground installation of flexible Thermoplastic Sewer Pipe AWWA C'-600 - Installation of Cast Iron Water.Mains. 2. Utilize equipment. methods and materials insuring installation to lines and grades indicated. I. Batter Boards and Laser: The Contractor shall provide and maintain in good working order. on the site. at all times. a laser beam or a gauge rod of sufficient length to reach from the invert of the sewer pipe being laid to the top line strung on the three hatter hoards. The gauge rod shall he graduated and numbered each foot of its entire length. 'file (,aug,c rod shall he equipped with either a plumb line or two spirit levels 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 for the pipe laying operation. the laser must he checked at the beginning of each day and at least once between manholes and at any other time the Engineer deems necessary to insure the proper line and grade of the pipe. Maintain tile hollowing tolerances from true alignment and grade: Aliennient 3 Niches Grade l inch Joint deflection shall not exceed the 111aX1111Ui)1 allowable deflection per joint according to ASTM C-425. ASTM C-594 and AWWA C- 600. Only one correction for alignment and/or grade shall be made between adjacent manholes. 2. Except where pipe sections are being encased in concrete. no pipe is to be supported by blocks. 3. Accomplish curve alrgrrnlents with bends, bevels and open joints. l..lmn. �011lt OpClling in concrete pipe to 3/8 inch in laying schedule and 112 inch in actual installation. I.imit joint deflection with clay. cast iron or ductile iron pipe to not C\CCCCI the nlaximU111 allowable deflection per joint accordin--, to ASTM C-425. ASTM C-594 and .ANA'V::1 C-600.;. Install pipe of size. material. strength Jars.and_joint type with embedment as `t shown on the Plans. Reinforced concrete pipe, with elliptical reinforcement shall be installed and positioned in accordance with the pipe manufacturer's pipe markings indicating top and bottom pipe. 1. Pipes installed on grades in excess of 20% shall be anchored securely with concrete anchors spaced as follows: Grade Maximum Anchor Spacing 20% - 35% 36 ft. 35% - 50% 24 ft. greater than 50% 16 ft. ® 2. Insofar 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. Exclude entrance of foreign matter during discontinuance 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. Brace or anchor pipe as required to prevent displacement after establishing final position. SS-4.4 Pipe Bedding: The sewer trench shall be carried to a point not less than four (4) inches below bottom of pipe bell. Crushed stone bedding,compacted to full 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 "home" and placed in proper alignment. it shall be securely anchored and held in position by crushed stone deposited simultaneously on each side of the pipe. This crushed stone back-fill shall extend to a point not less than six (6) inches above the top of the pipe bell. If unstable conditions are encountered and it is determined by the Engineer that the bedding specified will not provide suitable support for the pipe, additional excavation to the limits determined by the Engineer will be required. This additional excavation shall be backfilled with crushed stone material approved by the Engineer. SS-4.5 Jointi,lf': r1(1 r r 1. General Requirements: I. Locate joints to provide for differential movements at changes in type of pipe etnbedinent, 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 lubricate all ,joint and gasket surfaces with lubricant recommended by pipe manufacturer. 3. Utilize methods and equipment capable of fully homing or making tip joints without damage. 4. Check joint opening and deflection for specification limits. 5. Examine each piece of pipe prior to installation for soundness and specification compliance. 2. Provisions for Jointing Clay Pipe: 1. Conform wrdi ASTM C-1_. Section 8. 2. Handle pipe having pre-molded joint rings or attached couplings so that no weight, including the weight of the pipe itself will bear on or- be supported by the jointing material. 1 3. Provisions for Jointing Concrete Pipe: Check gasket position and condition after assembly with feeler gauge prior to installation of next section. 4. Provisions for .Jointing Cast Iron and Ductile Iron Pipe: 1. Conform with AVA'VJA C-600. 2. Paint suspected damaged portions with turpentine and dust cernent to check for cracks. Remove turpentine and cement by washing when crack test is satisfactorily completed. If cracks are found. the pipe shall be rejected. 3. Check gasket position and condition after assembly prior to installation of next pipe section. Provisions for.Iolntin. kBS Pipe: 11 r Chemically Welded Joints: 1. Apply prime to outside of spigot and inside of coupling per manufacturer's recommendations. 2. Immediately apply cement to the same surfaces in sufficient quantity that when the spigot is fully inserted into the coupling, a bead of excess cement will form around the complete circumference of 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 Gasketed Joints: Check sket position and condition after g 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 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 grinding to remove burrs and sharp edges. Repair lining as required and approved. SS-4.7 Temporary Plugs: 1. Plugs: Provide and install plugs as manufactured by pipe supplier or as fabricated by Contractor if approved. Plugs shall be watertight against heads up to twenty(20)feet of water. Secure plugs in place in a manner to facilitate removal when required to connect pipe. 2. Location: Plugs shall be installed as specified or where shown on Plans. Also the open end of the sewer shall be plugged at the end of the work day with a suitable mechanical plug to prevent entry of foreign material until work is resumed. ' SS-4.8 Connections to Existing Pipelines and Structures: 1 10 12 I. Connect pipe to existing structures and pipelines where indicated. Observe pertinent articles of specifications pertaining to joint locations. 2. Prepare structure by matting an 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. Manhole's to be built on an existin g 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 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 MANHOLES AND SPECIAL_STRUCTURES SS-5.1 Scope: 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 brick masonry. SS-5.3 Construction: 1. General: Manholes and special structures shall be constructed at locations indicated and in accordance with details as show on the Plans or City Standard Drawings. b. Precast Udall and Reducing Cone Sections: Handle with care to avoid damage r to joint ends of each section. Damaged sections may be subject to rejection at 13 the discretion of the Engineer. When using O-ring joints, card shall be exercised in placing the O-ring on the spigot end, and lowering; the bell section on to the spigot end so that a watertight seal is obtained. When using bitumastic joints both spigot and bell ends shall be primed with solvent material compatible to the adhesive in the mastic. Approved bitumastic material shall completely fill the joints so that a minimum of one- fourth inch bead of material is visible after jointing,to be smoothed off after completion of the jointing operation. When a flexible preformed butyl rubber or bituminous polymer compounded with modifiers is used to seal jointed sections of manholes, the extrusion of sealant from the joint is not required. The vertical spacing between manhole sections shall not exceed one-fourth inch. Preformed joint sealers remain flexible at temperatures as low as 0 degrees Fahrenheit. All bitumastic materials or preformed flexible joint sealants shall not be applied to wet or damp surfaces. 3. Cast-in-Place: Consolidate concrete with mechanical vibrators to eliminate entrapped air voids and rock pockets. Forms shall be supported in such a manner as to prevent any movement of the forms while concrete is being cured. Any movement of the forms may be cause for rejection. I. Masonry Walls: Each masonry unit shall be laid in a full bed of mortar 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. Before initial set, all inside face mortar joints shall be well rubbed. The outside face of all masonry manholes shall be plaster-coated with a minimum of one-half inch mortar. The mortar shall be steel-troweled to produce a dense, smooth finish. 2. Invert Channels: Alignment of the invert channels shall be as shown on the Contract Drawings. When no specific details and dimensions are given, changes in flow direction shall be smooth,uniform and made with the longest radius possible. The cross section shape of invert channels shall match the lower halves of the entering and exiting pipes. The surfaces of the channels shall be steel— troweled to produce a dense, smooth surface. When filling openings around pipes through manhole walls. mortar and/or masonry units shall be placed so that the resulting joints are watertight. Mortar used in the joint closure shall not interfere with the invert channel. SS-5A Curing: All masonry. plaster coating and cast-in-place concrete shall be adequately protected from freezing and loss of moisture for the first 24 hours. The curing 14 methods and materials to be used shall be approved by the Engineer. SS-5.5 Manhole Rings: All rings for manhole covers shall be set to match the existing surfaces,except in flood plains where the Plans indicate that the ring is to be set at an elevation higher than existing ground. Each ring shall be set on a full mortar bed of bituntastic material, if approved by the Engineer. If masonry units are used to adjust rings to grade. the masonry work shall conform to Section SS-5.3 (d) of these specifications. SS-5.6 Waterproofing: Two coats of an asphalt or coal-tar pitch waterproof coating shall be applied to the exterior of all structures from base to manhole ring. The coating shall be applied in sufficient quantity so that no bare or thin spots show. The coating shall be applied in sufficient time to permit proper curing prior to back-filling the excavation. Proper methods and materials shall be used during backfflling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. SS-6.0 PIPE ENCASEMENT AND COLLARS SS-6.1 scope: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of all work for the encasement of pipe in concrete or installation of concrete collars at locations shown on the Plans. SS-6.2 General: Tools or partial encasement of pipe in concrete shall be used where the required safe supporting strength cannot be obtained by other bedding methods. Concrete encasement shall also be provided at locations to protect public water supplies or where there exists the possibility that standard bedding may be eroded by currents of water under and around the pipe. SS-6.3 Materials: 1. Concrete: Concrete whether reinforced or nonreinforced shall be approved by the Director of Public Works. Reinforcing: Reinforcing steel used in concrete encasements shall be AS'I'M A-615. Grade 40. SS-6.4 Construction: Concrete encasement shall be constnicted at locations indicated and in accordance with details as shown on the Plans or City Standard Drawings. Start and terminate encasement at a Pipe joint. Suitably support and block pipe to maintain ' position and prevent notation. Form to dimensions indicated or construct full width of trench. I. Joints: If a single section of encasement is not constructed continuously , (concrete is not placed in a single deposit) construction joints shall be 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 moisture or freezing. 3. Backfilling: Backfill trench only after concrete encasement has obtained a minimum of 2000 psi and can sufficiently support the loads imposed by backfill and backfill operations. SS-7.0 BACICFILL SS-7.1 Scope: This section governs the furnishings of all labor, equipment. tools and materials,and the performance of all operations necessary for the proper replacement of backfill material in pipe trenches and around structures as required by the Plans and Special Provisions. General: 1. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground with earth, earth and rock or other acceptable material. When earth and rock is used it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the excavated material so that the proper material is available for backfill. 2. The backfill material shall be compacted to a minimtun of 80.0 percent of optimum density as detennined by the Standard Proctor Test or shall be compacted to a density equivalent to the density of the immediate adjoining soil. The top six inches of backfill in street right-of-way shall be compacted to a minimum density of 95.0 percent of optimum density as detennined by the Standard Proctor Test. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content as determined by Standard Proctor Test. 3. The combination of the thickness of the laver the method of com ac i n p t o and the type of compaction equipment shall be at the discretion of the Contractor subject to obtaining the densities as specified above. 4. The quality of the compactions shall be subject to compaction tests when deemed necessary by the Engineer. ' 16 It shall be the Contractor's responsibility to make necessary excavation in Aim order to accommodate compaction tests at locations specified by the Engineer. The compaction tests will be performed at no cost to the Contractor. If the duality of the compaction does not meet the above requirements, the material will be removed and replaced to meet the above requirement, at the expense of the Contractor. 5. Commercial sand backfill shall not be used. 6. In areas marked "Garden" or "Flower Garden" on the Plans, the topsoil as excavated shall be stockpiled and replaced to original elevation, location and depth. 7. Backfill material shall be carefully laced to avoid damage or displacement . p b p of sewer or structures. 8. Backfill shall not be placed when material contains frost, is frozen.cn. or a blanket of snow prevents proper compaction. Backfill shall not contain waste material. trees, organic material, rubbish, etc. SS-7.3 Backfill of Pipe Trenches: 1. The area below a plane six inches above the top of pipe bell shall be back-filled in accordance with the specifications for "Pipe Bedding". ?. Backfill above a plane six inches above the top of pipe bell shall be made with suitable earth, earth and rock, or other acceptable: material except that the area below a plane one foot above the pipe bell shall not contain any excavated rock. When earth and rock is used,the maximum dimension of the rock shall not exceed twelve inches. SS-7.4 Backfill Around Structure: 1. No backfill shall be P laced over or around any structure until the concrete or mortar therein has attained a minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill without damage. , ?. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage caused by premature backfill or by the use of equipment on or near a structure will be the responsibility of the Contractor. ' 17 ' 3. I3ackfill shall be placed and compacted on all sides of the structure simultaneously. and operations shall be so conducted that the backfill is always at approximately the same elevation on all sides of the structure, 4. No excavated rock larger than four(4) inches maximum dimension shall be placed within one (1) root of the exterior surface of any structure. SS-8.0 TUNNELING, BORING AND JACKING SS-8.1 Scone:This section governs the furnishing of all labor. materials and equipment,and the performance of all operations necessary,for the construction of tunnels complete with lining, bulkheads and sand fill at locations shown on the Plans or where constructed at the Contractor's option when approved to pass the utilities, streets or obstructions without open excavation, SS-8.2 Tunnel Cross Section: Construct circular in cross section ofsize indicated. Alternate size and shape may be submitted for approval subject to the following: I. Best suited to proposed method of excavation and lining. 2. Clear cross-sectional area not less than clear area of circular section indicated. 3. Invert at grade consistent with adjoining open cut construction. SS-8.3 Materials: 1. Steel Liner Plate: Steel tunnel liner plates shall be Armco "Standard", Commercial Shearing and Starnping Company "Commercial", Republic "Truscon Paneled Out". or equal and shall he galvanized in accordance with ASTM A-123. The design and shape of the liner plates shall be such that assembly can take place entirely from within the tunnel liner. The outside diameter shall he four (4) feet and the minimum wall thickness shall be United States Standard Gauge 12 (0.1046 inches). Sufficient sections shall be provided with one and one-half (1 '/a) inch or larger grouting holes. located near the centers, so that when the plates are installed there will be one 1 line of holes on either side of the tunnel and one at the crown. The holes in each line shall not be more than nine (9) feet apart and. unless otherwise approved. shall he staggered. I3olts and nuts shall conform to ASTM A-153. A-307, A-32 and A-449 as applicable. 2. Steel Casings: Steel casings for bored or.jacked construction shall be steel pipe conformin4g to ASTM A-139 with minimum diameter as shown on the ' lfi Plans. 1. Minimum wall thickness shall be in accordance with the following table: Diameter Nominal Wall Thickness o('Casing Under Railroads a All Other Uses 2411 0.406" 0.281" 26" 0.438" 0.281" 0� 28" 0.469" 0.312" 30" 0.469" 0.312" 0.500" 0.312" 34" 0.500" 0.312" 36" 0.500" 0.344" 2. Steel shall be Grade 13 under Railroads and Grade A on all other uses. 3. Joints: 1. Steel liner plates shall have bolted joints in both longitudinal and circumferential planes. Stagger longitudinal joints in adjacent rings when assembling. 2. Steel pipe shall have welded,joints in accordance with AWWA 0- 206. SS-8.4 Construction: 1 General: Before stalling work, complete details of the method of'o eration p p and liner materials to be used shall be submitted to the Engineer. The cast iron pipe sewer, in the area to be tunneled, bored or jacked. shall be completed before the construction of adjacent portions of the same sewer lateral. The purpose of this requirement is to allovv for slight discrepancies in alignment and grade which may occur in the tunneled, bored or jacked installation. so minor adjustments in the adjacent sewer can be made. The illaximuin allowable deviation in alignment and grade i.lf sewer pipe shall be as shown oil the Construction Plans, 2. Excavation: Cxcavate by approved methods applicable to materials encountered. Boring operations shall he performed by experienced crews using a rotary-type boring machine designed especially (or this purpose. Include dewatering and chemical soil stabilization or grouting if'necessary due to existing field conditions. Conduct excavation in a manner to prevent disturbing the overlaying and adjacent nlslterial. 19 3. Lining: Assemble liner plates immediately following 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 pressure. The grout shall consist of two parts of sand to one part of Portland Cement,mixed with sufficient water to maintain a freely pouring consistency. As the pumping through any hole is stopped,it shall be plugged to prevent the backflow of grout. After lining installation is complete it shall be cleaned of all debris and all leaks which allow flowing or seeping water into tunnel, shall be stopped. 4. End Seals: Construct end seals after sewer pipe has been permanently placed inside casing,tested and approved. Brick shall be in accordance with ASTM C-32, Grade SS or SM and mortar in accordance with ASTM C-270. 5. Sand Fill: Fill annular space between lining and sewer pipe with sand complying with gradation as set forth in .ASTM C-33, Fine Aggregate. Moisture content shall not exceed 0.5 of one percent. Fill after sewer pipe has been permanently placed inside casing,tested and approved, in a manner such as not to disturb the alignment and/or Trade of the sewer pipe. SS-9.0 ACCEPTANCE TESTS FOR SEWERS SS-9.1 Scare: This section governs the furnishing of all labor, equipment, tools and materials,and the performance of any or all acceptance tests as required by the Plans, Special Provisions, and these specifications. SS-9.2 Acceptance Tests for Gravity Sewers: SS-9.2.1 Visuallnsnec�ion: 1. Contractor shall clean pipe o('excess mortar,,{pint sealant and other dirt and debris prior to inspection. 2. Sewer will be inspected by flashing. I light between manholes rind/or by physical passage where space hermits. Determine from illumination and/or physical inspection the presence of any misaligned.displaced or broken pipe and the presence of visihle infiltration or other defects. ry . Correct detects as required prior to conducting leakage tests. SS-9.2? Exfiltration Lcakage 'Pest to be performed on the Cull length of all lines prior to acceptance. I. Contractor may perform leakage testing by exfiltration on sewer pipe larger than eighteen (18) inches I.D. Of 2. 1"-urnish all labor. equipment, tools and materials required including bulkheads, water and all miscellaneous items required to perform the tests. 3. Test all sewer pipe over eighteen (18) inches I.D. after either the completed backfill or partial backfill sufficient to stabilize the position of the pipe in �I both alignment and grade is accomplished. Contractor may select sections of the proicct for testing at am, time by notifying the Engineer 24 hours in advance. 4. Perform at depths of wetter as measured above ccnierline of pipe of not less than two(2) feet nor more then ten(10) feet (consideration shall be given for water table above said centerlin;). 5. Maintain test as ec ss n o..,an, to locale all leaks but not less than two hours. 6. Repeat as necessary after repair of' leaks and defects until leakage, as measured, does not exceed 0.15 gallons per inch of internal diameter per hour per 100 feet of pipe length (200 gal/inch of I.D./day/mile). 7. Protect manholes and other structures by means of' Bulkheads to prevent bursting pressures from being applied inside the structure:. 8. Uewater pipe upon completion of testing. SS-9.2.3 Air Leakage 'test to he performed on the full length ofall lines prior to acceptance. I. Contractor may perform air tests for all pipe sizes. 2. l"urnish all facilities required including necessary piping connections. test pumping equipment, pressure gauges. bulkheads. regulator to avoid over- pressurization and all miscellaneous items required. 1. The pipe plug lor• introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into the line being tested. through suitable valves and fittings, so that the input air maN' he regulated. The second tap will be fitted -with valves and fittings to accept a pressure test gauge indicating internal pressure in the ~ewer pipe. An additional valvc and fitting will be incorporated on the, tap used to check internal pressure so that a second test gauge r may he attached (o the internal pressur-c tap. 'file pressure test gauge �l will also be used to indicate loss of air pressure due to leaks in the sewer line. 2. The pressure test gauge shall meet the following minimum specifications: Size (Diameter) 4 1/2 inches Pressure Range 0-15 P.S.I. Figure Intervals 1 1'.S.l. increments Minor Subdivisions 0.05 I'.S.I. Pressure 'Tube Bourdon tube or diaphragm t 0.25%of maximum scale reading Dial White coated aluminum with black lettering, 270 degree are and mirror edge Pipe Connection L,ow male 1/2"N.P.T. Calibration data will be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data will be available to the Engineer whenever air tests are performed. 3. Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4. Plug ends of line and cap or plug all connections to withstand internal pressure, One of the plugs pro%,ided 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 prig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 and 3.5 psig For at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check all plugs to detect any leakage. If plugs are found to leak.bleed off'air.tighten plugs.and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 prig. At 3.5 prig, begin timing to determine the time required for pressure to drop to 2.5 prig, If the time, in seconds. For the air pressure to decrease from 3.5 prig to 2.5 prig is greater than that shown on the table_ below. the pipe shall be presumed free of defects, Pipe Required Tune Maximum Required ® Size Per 10011.. `Time 72 A 8" 70 sec, 227 scc, 10" 110 sec. 283 see. 1211 159 sec. 340 sec. 1511 248 sec. 425 sec. 18" 356 sec. 510 sec. 21" 485 sec. 595 sec. 24" 634 sec. 680 sec. 27" 765 sec. 765 sec, 30" 851 sec. 851 see. 33" 935 sec. 935 sec. If air test fails to meet above requirements, repeat test as necessan, after all leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfcictorily pass the low pressure air test. 5. In areas where ground water is known to exist, install a one-half inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line acceptance test, ground water level shall be determined by removing pipe cap. blowing air through pipe nipple into the ground so as to clear it. and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertically and a measurement of height in feet of water shall be taken after the water stops rising in this plastic tube. I height in feet shall be divided by 2.3 to establish the pounds of pressure that will he added to all readings, SS-9.3 Acceptance Tests For Pressure Sewaee Forcemains: I. Perform hydrostatic pressure and leAuage tests. Conform to AWWA C-600 procedures as modified herein. 'Pest shall apply to all pressure sewers. Perform after backfilling. 2. Test separately in segments between sectionalizino valves. between a sectionalizing valve and a test plug. or between test plugs. Select test segments such that adjustable seated valves are isolated for individual clleckinu. Contractor shall furnish and install test plugs at no additional cost to the Owner. includinu all anchors. braces and other devices to withstand hydrostatic pressure on plugs. Contractor shall be responsible for any damage to public or private property ' caused b\,' failure of pluLIs. Limit full rate of, line to available venting 23 capacity. 3. Pressure Test: Conduct at 1.5 times maximum operating pressure determined by following formula: P pt= 0.650 (OP-GE) in which 1' pt =test pressure in psi at gauge elevation OP = operating pressure in feet as indicated for highest elevation of the hydraulic gradient on each section of the line. GE=elevation in feet at center line of gauge. Perform satisfactorily prior to determining leakage. 4. Leakage Test: Conduct at maximum operating pressure determined by following formula: P it = 0.433 (OP-GE) in which P It = test pressure in psi at gauge elevation OP and GE =- as in previous article. 1. All joints shall be watertight and free from leaks. 5. Deflection Test: Gravity pipeline #f flexible materials shall also be tested by pulling a mandrel. The test shall be conducted not less than one (1) month after backfill has been properly installed. The maximum allowable deflection shall not exceed five (5) percent of the pipe's internal diameter. Mandrel testing shall be performed on a minimum of 25 1/0 of the pipeline. The sections tested will be determined by the City. If one section of line fails the test. the City may require all sections of pipeline be tested. The additional testing shall be done at no additional cost to the Cite. Any pipeline found not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City, and shall then be retested. The City, may, prior to the end of the warranty (guarantee) period. conduct • another deflection test with Cite personnel. Any pipeline found not 24 r conforming to these requirements shall be replaced by the Contractor at no additional cost to the Cite, and the Contractor shall provide an additional warranty (guarantee) for not less than two (2) years for that portion of pipeline so replaced. The City also reserves the right to conduct deflection tests on any semi-rigid (i.e.Armco Truss)which shall be required to conform to these requirements. Mandrel] shall be similar orequal to the "Wortco 9-Aron Mandrell" five 5 percent deflection for flexible or semi-rigid pipe as approved by the Engineer. SS-10.0 SEEDING SS-10.1 Scoj e: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of all work for seeding, complete as specified in the Special Provisions and/or as shown on the Plans. All grassed areas disturbed which lie outside the Contractor's normal trenching operation areas shall be restored to a condition equal to or better than existing prior to construction. All provisions of Section TS-9 shall apply except as amended herein. SS-10.2 The seeding mixture used to seed areas off street right-of-ways that are not maintained shall be as follows: Min. Pure Rate Lbs Kind of Seed Live Secd COZ Per Acre Alta Fescue or Kentucky 31 Fescue (Festuca IEliator Var. Arundinces) 75 90 Rye Grass (Lolium Perenne 80 or L. Miltiflorum) 80 50 Total 1404/acre SS-10.3 Sowing shall be accomplished by use of an approved mechanical seeder or drill (]land spreader can be used in small area). making sure that successive seed strips overlap to provide uniform coverage. Seed should be drilled to a depth of one-half(1/2) inch. SS-11.0 PAVEMENT REPI.,ACEMI NT 2.5 e e � SS-11.1 co e: 'Phis 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 Portland Cement Concrete (PCC); asphaltic;concrete, asphaltic and lime:or coment treated surface courses,and other similar types of construction, including sidewalks, driveways, and curbing. Replacement,as used herein,shall mean reconstruction of the entire structural section of till pavements removed in excavated areas, including sidewalks, driveways, and curbing,and reconstruction or restoration of damaged 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 for removal that is damaged by the Contractor's operations shall be required, restored or replaced depending upon the edegree of damage. Prior to pavement replacement, all edges that were previously cut but have been subsequently damaged, shall be re-cut, and all adjacent undermined and heaved pavement shall be removed to the edge of the undisturbed trench. SS-11.4 Pavement Replacement: e 1. General: Removed pavement shall be replaced in conformance with the typical sections shown on the City Standard Drawings. Plans,and Technical Street Specifications, the requirements specified in the Special Provisions, eand will generally be replaced in kind. Replacement shall include construction of all courses upon the subgrade for a ecomplete pavement structural section. Restoration of damaged surfaces shall be as directed by the Engineer. eFinal pavement joints must be parallel or perpendicular to the street centerline. e2. Subgrade Compaction: Subgrade compaction shall conform to SS-7.0. SS-12.0 MEASUREMENTS AND PAYMENTS e SS-12.1 Sco e: This section covers the method ofineas measurement and basis of a yment for the ____-I'-_ u p � furnishing of all labor, equipment. tools and materials and for the performance of all erelated work necessary to complete the sewer and appurtenances. e e SS-12.2 Method of Measurement: The amount of completed and accepted work shall he measured or determined as follows: 1. Pipe Sewer: 1. Open Trenched: Measurement of various size,. type and depth Ripe e sewer will be in linear feet, as listed oil the Bid, based on the true length of pipe computed from inside wall to inside wall of manholes along centerline of pipe sewer. Depth range as listed on the Bid and shown on the Plans is the average trench depth between adjacent manholes and will not be measured unless changed field conditions result in a change in the Plans by the Engineer. 2. Tunneled. Bored or.lacked: Measurement will he made in linear feet for the applicable size of east iron pipe sewer. tunneled, hosed or jacked as listed in the Bid. based on the true length of pipe shown on the Plans, unless changed in the field by the Engineer. 2. Manholes: Measurement will he made for the applicable type.size and depth of manholes as listed in the I3id. The manhole depth shall he determined by measuring from top of casting to outlet pipe flowline. 3. Encasement: Standard concrete encasement will be measured in linear feet for the applicable size pipe, as listed in the Bid. Concrete collars will be measured as one (1) linear Blot of•conerete encasement based on true length of encasement along the centerline of'pipe. 4. Seeding: Seeded areas will be treasured horizontally in linear feet along centerline of sewer. regardless of width of disturbed area or type of seed used. Seeding will he measured only when centerline of sewer lies in grassed areas to he seeded. as shotigl on the Plans. When centerline of sewer lies in areas that arc not grassed. such as street paving. driveways.parking areas,gardens, etc.. no measurement will be made. Areas that are disturbed which lie outside the Contractor's normal trenching areas will not be measured for payment, but shall be restored to condition equal to or better than that existing prior to construction. When sewer ends in a grassed area. nleasurenlent will he made only to centerline of manhole. 5. Rock: NICasurcment of'thc quantity of excavated rack will he in cubic yards. as listed in the Bid. hased on they true lengths arid depths as measured in the f icld. Payline \'vidth shall he the outside diameter of the pipe plus twelve(12) inches. The Illlnlitllltll payline width shall be twenty-four•(24) filches. SS-12. Basis of Payment ' 27 Payment for the completed and accepted work shall be made as follows: 1. Pipe Sewer: 1. Open "Trenched: Payment will be made at the contract unit price per linear foot for the applicable sire, type and depth of pipe sewer, as listed in the laid. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the sewer, including; excavation,sheeting;and shoring;,dewatering,preparation of bedding;, installation of pipe sewer,back.ftlling;,compaction,disposal of excess materials and replacement of pavement. 2. Tunneled, Bored or Jacked: Payment will be made at the contract unit price per linear foot for cast iron pipe sewer, tunneled, bored or Jacked as listed in the Bid. Such payment and price shall constitute full compensation for all labor, material, equipment and for 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, backfilling; compaction and disposal of excess material, including; all cost of jacking; and pit(s). 2. Manholes: Payment will be made at the contract unit price per each for the applicable type, size and depth of manholes as listed in the Bid. Such payment and price shall constitute full compensation for all work necessary 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 quid disposal of'excess material. 3. Encasement: Payment shall be made at the contract unit price per linear foot of encasement, for the applicable size pipe as listed in the Bid. Such payment shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessan• to complete the item, including reinforced concrete collars. 4. Seeding: Payment will be made at the contract unit ce P ri per linear foot for seedillg, regardless of type of seed. as listed in the Bid. Such payment shall constitute full comp%:nsation for all labor. materials, equipment and work necessary to complete the item. including grading. tilling. fertilizing;. application of seed, compaction and mulching!. Rock: Payment will be n►ade at the contract unit price per cubic yard.as listed in the Bid. Such payment and price shall constitute full compensation for all e27 i la bor, material equipment, and all work necessary to complete the rock removal. SS-13,0 SUBSIDIARY ITEMS Section TS-30 shall apply. 40 27 r Page 1 of 2 ADDENDUM NO. 1 PROJECT NO. 32020 ROADWAY IMPROVEMENTS: EAST McCARTY STREET ' NORTH BLUFF STREET, AND HAYES STREET FEBRUARY 13, 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. 1 BIDDER:Don S&mieders Excavating Company, Inc. FAY: 1-131 t l TITLE: Vice President _ CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT r t rPage 2 of 2 ADDENDUM NO. 1 PROJECT NO. 32020 ROADWAY IMPROVEMENTS: EAST McCARTY STREET NORTH BLUFF STREET, AND HAYES STREET FEBRUARY 13, 2004 1. The detail for the junction boxes as shown on sheet 31 of 37 of the plans should not be used. When constructing the junction boxes the contractor shall use the area inlet details as shown on sheet 30 of 37 excluding the throat. 2. The description of bid item number 17.03 is incorrect. The description should read "INCREASE 71/2" AC BASE" r d t: i C CONSTRUCTION SET I OF AIA CA • �w AN. CITY OF O r r 1 , SPECIFICATIONS AND CONTRACT DOCUMENTS rPROJECT NO. 32020 Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street r r r 1 1 1 ' Jefferson City Department of Community Development rFebruary, 2004 r 1 1 TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders Bid Form * • Bid Bond * • Anti-Collusion Statement • Contractor's Affidavit * • Minority Business Enterprise Statement • Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification rConstruction 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) 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 17, 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. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" will include the furnishing of all material, labor, and equipment to reconstruct approximately 2,950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . A pre-bid conference will be held at 10:00 AM, on Wednesday, February 4, 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 p q 9p p Y the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Sixty Dollars ($60.00) 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 n , Terry S efi enson Purchasing Agent Publication Dates Sunday, January 25, 2004 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, February 17, 2004. The bids will be opened and read aloud in the Council Chambers at 1:30 PIVI on that same-day. The proposed work for the project entitled "Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" will include the furnishing of all material, labor, and equipment to reconstruct approximately 2,950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . 1 A pre-bid conference will be held at 10:00 AM, on Wednesday, February 4, 2004 in 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 frorn the Director of Community Development, 320 East McCarty Street, ,Jefferson City, Missouri. A non-refundable deposit of Sixty Dollars ($60.00) will be required for each set of plans and specifications. individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE Director of Community Development INFORMATION FOR BIDDERS IB-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. 32029, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, and equipment to reconstruct approximately Z950 feet of East McCarty Street and about 640 feet of Hays Street, with new curb and gutter and sidewalks. The project involves mass rock excavation and earthwork cut and fill to widen the road bed, installation of storm water control structures and piping, sanitary sewer manholes and piping, extension of an existing concrete double box culvert, and coordination of utility relocation. . IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications, special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid 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. IB-Q 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. IB-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design,subject to the approval of the City. I13-6 BID SECURITY I 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. IShould 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 I 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. I 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. IExtensions of quantities and unit prices shall be carried out to the penny. I13-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved Iin 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 I! 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. II13-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the I 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. I I13-10 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. 32020, Roadway Improvements: East McCarty Street, North Blriff Street, and Hayes Street". 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. 1 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 hirnself. 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 INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. I13-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond the Bid Security will be returned to P PP � Y 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 1 Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be paid by the Contractor. ' In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of 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 a 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. I113-24 CONTRACT TIME The contract time shall be 90 working days. IB-25 LIQUIDATED DAMAGES t Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated ropy of their power of attorney. IB-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. ' If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: • Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT END OF INFORMATION FOR BIDDERS BID FORM Name of Bidder Don Schnieders Excavating Company, Inc. Address of Bidder 1307 Fairgrounds Road Jefferson City, Mo 65109 To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a)the 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 riot 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 4 CITY OF JEFFERSON ITEMIZED BID FORM ROADWAY IMPROVEMENTS: EAST MCCARTY ST., N. BLUFF ST.,AND HAYES ST. PROJECT NO. 32020 ITEM APPROX. UNIT NO. DESCRIPTION . UNITS QUANTITY PRICE AMOUNT 1.00 MOBILIZATION/DEMOBILIZATION I_S 1 45,000-00 451000.00 2.00 TRAFFIC CONTROL LS 1 10,000.00 10F000.00 3.00 REMOVAL OF IMPROVEMENTS LS 1 27,000.00 27,000.00 4.00 CLEARING, STRIPPING, GRUBBING LS 1 20,000.00 20,000.00 5.00 CONSTRUCTION STAKING LS 1 15,000.00 15,000.00 EROSION CONTROL 6.01 SILT FENCE LF 6241 1 .50 9,361 .50 6.02 STRAW BALE DI'T'CH CHECKS EA 70 70.00 4,900.00 6.03 SEDIMENT REMOVAL CY 125 15.00 1 ,875.00 6.04 TEMPORARY MULCH SY 24200 0.10 2,420.00 EARTHWORK 7.01 UNCLASSIFIED EXCAVATION CY 9800 5.00 49,000.00 t17.02 ROCK EXCAVATION CY 17700 8.75 154,875.00 7.03 COMPACTED EMBANKMENT CY 25305 _ 1 .40 35,427.00 7.04 REMOVE AND REPLACE UNSUITABLE MATERIAL CY 100 40.00 4,000.00 DOUBLE REINFORCED CONCRETE BOX CULVERT AT STA 26+44 8.01 CONCRETE CY 201 320.00 64,320.00 8.02 REINFORCING STEEL LB 25150 0.94 23,641 .00 STORM DRAINAGE �i 9.01 4' x T TYPE A INLET, IN PLACE EA 13 1 ,410.00 18,330.00 9.02 6' x T TYPE A INLET, IN PLACE EA 1 1 ,450.00 1 ,450.00 9.03 4'x 4'JUNCTION BOX, IN PLACE EA 1 1 ,600.00 1 ,600.00 9.04 5'x 4'JUNCTION BOX, IN PLACE EA 2 1 ,968.00 3,936.00 9.05 5'x 5'JUNCTION BOX, IN PLACE EA 2 4,960.00 9,920..00 �I Page 2 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QIJANTITY PRICE AMOUNT 9.06 4'x 4'AREA INLET, IN PLACE EA 2 if 361 .00. _ 2r722.00 r9.07 JUNCTION BOX WITH RISER AT STA 22+38 FIT, IN PLACE LS 1 4,670.00 4,670.00 9.08 RCP CONNECTION AT STA 22+83 LT, IN PLACE LS 1 10,250.00 10,250.00 9.09 15" DIA. RCP, CLASS III, IN PLACE LF 579 35.05 20,293.95 9.10 15" DIA FLARED END SECTION WITH TOE WALL, IN PLACE EA 1 480.00 480.00 9.11 18" DIA. RCP, CLASS III, IN PLACE LF 472 30.50 !� 14,396.00 9.12 24" DIA, RCP, CLASS 111, IN PLACE LF '109 62.25_ 6,785.25 9.13 27" DIA. RCP, CLASS 111, 114 PLACE LF 235 45.00 10,575,00 9.14 30" DIA. RCP, CLASS III, IN PLACE LF 115 66.40 7,636.00 9.15 36" DIA. RCP, CLASS 111, IN PLACE LF 302 85.70 25,881 .40 9.16 36" DIA. FLARED END SECTION WITH TOE WALL, IN PLACE EA 1 1 ,225.00 1 ,22.5.00 9.17 78" DIA. RCP, IN PLACE LF 126 250.00 31 ,500.00 9.18 78" DIA. RCP FLARED END SECTION WITH TOE WALL, IN PLACE EA 2 6,200.00 12,400.00 9.19 SUPPLY/PLACE TYPE 2 ROCK BLANKI_� CY '118 30.00 3,540.00 9.20 GROUTED ROCK SURFACE SY 18 20.00 360.00 9.21 GEOTEXTILE UNDER ROCK BLANKET SY 223 2.50 557.50 9.22 ROCK EXCAVATION FOR STORM DRAINAGE (BLASTING) CY 50 100.00 5,000.00 �. 9.23 ROCK EXCAVATION FOR STORM DRAINAGE ' (MECHANICAL) CY 75 125.00 9,375.00 SANITARY SEWER 10.01 4' ID STANDARD MANHOLE, IN PLACE EA 3 1 ,245.00 3,735.00 10.02 4' ID EXTRA SHALLOW MANHOLE, IN PLACE EA 1 1 ,187.00 1 , 187.00 10.03 8" PVC PIPE. IN PLACE LF 254 26. 15 6,642.10_ 10.04 ROCK EXCAVATION FOR SEWER ._.__.r (BLASTING) CY 25 150.00 3,750.00 10.05 ROCK EXCAVATION FOR SEWER (MECHANICAL) CY 20 180.00 3,600.00 Page 3 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 10.06 ADJUST SANITARY SEWER AT 111 N. BLUFF STREET LS 1 5,900.00 5,900.00 ' 10.07. ADJUST MANHOLES EA 1 1 ,000.00 1 ,000.00 RETAINING WALL 1'1.01 SOLID BLOCK GRAVITY WALL SF 273 22.00 6,006.00 11.02 SOLID BLOCK CAP UNIT LF 69 7.50 517.50 11.03 STRUCTURAL CONCRETE FOR STEPS CY 3 500.00 11500.00 11.04 HANDRAIL LF 18 100.00 1 ,800.00 PAVING 12.01 3" ROLLED STONE BASE SY 15644 2.65 41 ,456.60 12.02 7" PCC PAVEMENT SY 10580 23.60 249,688.00 1 12.03 6" PCC PAVEMENT SY 2450 27.60 67,620.00 12.04 4" PCC SIDEWALK SY 3269 27.00 88,263.00 12.05 4" PCC SIDEWALK RAMPS SY '123 40.00 49920.00 12.06 TYPE A CURB AND GUTTER LF 6823 _ 9.70 66,183.10 12.07 6" PCC RESIDENTIAL DRIVE APPROACH SY 273 39.20 10,701 .60 12.08 6" PCC COMMERCIAL DRIVE APPROACH SY 74 49.50 3,663.00 e12.09 6" PCC DRIVE REPLACEMENT SY 531 27.05 14,363.55 12.10 4" ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 766 12.04 9,222.64 12.11 4" GRAVEL DRIVE REPLACEMENT SY 104 4.30 447.20 12.12 4" GRAVEL ROAD REPLACEMENT SY 90 6.00 540.00 12.13 TEMPORARY SURFACING TON 2500 10.00 25,000.00 ASPHALTIC CONCRETE STREET REPLACEMENT 13.01 1 1/2" AC SURFACE (GRADE C) SY 242 5.00 1 ,210.00 13.02 5 1/2" AC BASE SY 242 20.40 4,936.80. SEEDING/ LANDSCAPING 14.01 FERTILIZE, SEED, MULCH AC 3.8 2 r 000.00 7,600.00 _ - ' 14.02 PHOTODEGRADABLE STRAW BLANKET SY 9831 1 ,52 14,943.12 Page 4 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 14.03 EROSION CONTROL BLANKET SY 560 2.00 1 ,120.00 14.04 CEDAR TREES EA 13 20,00 260.00 GUARDRAIL I FENCING 15.01 GUARDRAIL LF 285 16.00 4,560.00 15.02 TURNED DOWN END SECTIONS EA 5 800.00 4"000.00 15.03 CRASHWORTHY TERMINAL END SECTION EA 2 2,250.00 4,500.00 15.04 48"CHAIN LINK FENCE LF 300 12.00 3,600.00 THERMOPLASTIC PAVEMENT MARKING 16.01 4" WIDE INTERMITTENT YELLOW LF 5190 0.75 3,892.50 16.02 4" SOLID YELLOW LF 5740 0.75 4,305.00 16.03 4"WIDE SOLID WHITE LF 100 0.75_ _ 75.00 a16.04 TURN ARROWS EA 14 50.00 700.00 16.05 CENTER TURN LANE SIGN R3-9b EA 2 100.00 200.00 TOTAL BASE BID 1 ,343,311 .31 t: ALTERNATE A -ASPHALT PAVEMENT-E. MCCARTY STREET 17.01 REDUCE 7" PCC PAVEMENT SY -10580 23.60 249,688.00) 17.02 INCREASE 1 1/2"AC SURFACE (GRADE C) SY 10580 --3.00 311740.00 17.03 INCREASE 8 1/2"AC BASE SY 10580 14.65 154,997.00 TOTAL ALTERNATE A (62,951 .00) ALTERNATE B -ASPHALT PAVEMENT-N. BLUFF AND HAYES STREETS 18.01 REDUCE 6" PCC PAVEMENT SY -2450 27.60 (67,620.00) 18.02 INCREASE 1 1/2" AC SURFACE (GRADE C) SY . 2450 3.00 7,350.00 f 18.03 INCREASE 5 1/2"AC BASE SY 2450 12.80 31 ,360.00 TOTAL ALTERNATE B (28,910.00) I 2/17/04 Signature of Bidder Date SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. _Jefferson Asphalt Company, D & S Fencing Co. , Inc. Sterling Excavation, Inc. All Seasons Hone & Lawn Care. LLLC, Park-Mark TIME OF COMPLETION The undersigned hereby agrees to complete the project within 90 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or fumish 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, 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. r Attached hereto is a Bid Bond for the sum of 5% of bid amount i Dollars (cashier's check), make payable to the City of Jefferson, Signature of Bidder: If an individual, doing business as If a partnership, , member of firm. by If corporation,— von Schnieders F-'xcavatina Carpany,Inc. Title vice President SEAL Business Address of Bidder 1307 Fairgrounds Road Jeffexson 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 _jeffer.son City., MO 65109 _ ' Secretary Arul F. Pax 1307 Fairgrounds Road Jefferson City, MO 65109 Date October 198G I� BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,Don 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 17th day of February , 200 4 The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled; "Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and fiayes Street" 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 ail 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,forvalue 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 lobe hereto affixed and these presents to be signed by their proper officers,the day and year firs;set forth above. Don Schnieders Excavating Company, Inc. Principal SEAL 5afeco nsurance Company erica - Kris L.. Bennett, Attorney-In-Fact S A F E C O, SAr'i Ct7 Insurance Company PO box 3452E Seatrlt, WA 111124•1E7E ACKNOWLEDGMENT BY SURETY STATE OF Missouri_ County of Cole On this 17th day of I:ebruacy 2004 before the personally appeared Kris L. Bennett l:no%vn to, me to be the Attomey-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL._ INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY _ the 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 seal, at my office in the aforesaid Counh-, the day and year in this certificate first above written. r Notary Pu lic in the State of Missouri Seal) County of OS JANET MMLAG NOTARY PUSLIC-NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAG>_ :Ay Commi�aion Expires; Ober 18,2006 t S•02301SAEF 10199 QU A registered trademark of SAFECO Corporation FRP POWER ;err,e.1 iNSUrtANCC GpMPAfJV�r. AMERicn S A F E C 0 " afiNENAt,W;rn?ANCt,,riMIJAW 01 AM144ICA OF ATTORNEY HOME 01T ICE, ,nrccr,r t.nzn t;f:A i TI L WASHING rON 911135 No 5462 KNOW ALL BY THESE PRESENTS; That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each o Wwihinglon corecration. does each hereby appoint LOUIS ,%.LANDWIAIR:KRIS 1. IIIiNNi:T`r C'llAliLli:;li TRAIWE,IIEV IIACKFRS,Jcffersna City.�,lassoiin" ..........."""""" Its true and lawful altomoy(s)-in-fact, with full authority to ryxecrrte on its behnlf fidelity and auroty Donds or undertakings and other documonts of a similar character issued in the rourso of Its buslnass,arid to bind the rosouctivo company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA haw; each oxocutod and attested these presents this I a,th day of June '_Oil} 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: "Articlo V,Section 13. FIDELITY AND SURETY BONDS... the President,any Vice.President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-fn-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 tho course of its business... On any instrument making or evidencing such appointment, Inc, 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 of affixed or in any other manner reproduced; provided, owever,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 oxecutod 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 (11) A copy of the power-of-attorney appointment,executed pursuant thereto,and (III) Certifying that said powor-of-attorney appointment is In full loiro and of+oct, the signature of the certifying officer may be by facsimile,and 010'38.11 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 those corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,tho Resolution and the Power of Attomey are still in full forro and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixod the lacsimlle coal of said corporation this _.� - - -- --. _.._ 17th (Jay of -— �.�bruary _ 2004 E COA1p SEAL SEAS.,. M C^ J 1953 19x3 00 WA �cOf CHRISTINE MEAD,SECRETARY ' S-09741SAFF 2101 r)A tc, isleied trademark of SAFECO Corporation 06/1612003 PDF 0 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 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 i i ' S•3855ISAEF 2/98 ID A registered trademark 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 Com=y, Inc_ NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making-said bid) has not, either directly or indirectly, entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. 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 17th day of 200 0_4_._. . NOTARY PUBLIC L My commission expires: 1123 07 smwN M.WILSON Notary Public-Notory SW State of Missouri County of Cole My Commission Expires: Jan.23,2007 r CONTRACTORS AFFIDAVIT This aff idavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF w M.i.ssouri ) ) ss COUNTY OF Cole ) r� The undersigned, Donald E. Rhea of lawful age, being first duly swom states upon oath that he is �+ Vice President of Don Schnieders Excavating Company, Inc. the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required ®®; to famish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me, a Notary Public, in and for the County and State �1 aforesaid, this 17t-h day of F��,rn,,,3::), 20 U4 _ E NOTARY PUBLIC My Commission Expires; 1(23107 SHAWN M.WILSON Notary Public-NOWY Seas state of Missoun county of Cole My Commission Expim, Jan.23,2007 MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following aff irmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1 . Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, worsen 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 e� r rj 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 rterm "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1 . Black (a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under �. Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as p art of this contract as follows: Name and Addresses Nature of Dollar Value of of Minoritv Firms Participation Parti cjpation D & S Fencing Co. , Inc. 2800 Sunnyside .Road _ Guardrail 16,660.00 Festus, Mo 63028 Park-Mark 2909 Barrett Station Road Pavement hiarking 9.172 50 St. Louis, Mo 63122 1 ,343,311 .31 25,832.50 Total Bid Amount: Total: Percentage of Minority Enterprise Participation: 1 .92 % C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. �i 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 bidders 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 2/17/04 e� i I SIGNATURE OF AUTHORIZED OFFICER 1 r AFFIDAVIT COMPLIANCE WITH PFJEVAILINC WAGE LAW Before me, the undersigned Notary Public, in and for the County of personally and State of , p y came appeared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership) (a proprietorship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 10, 'Section 026, Cole County in carrying out the contract and work in connection with Project No. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street located at Jefferson City in Cole County, Missouri, and completed on the ` day of , 20 13 i SIGNATURE f Subscribed and sworn to me this _ day of , 20 i NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss 1 COUNTY OF ) -N 77- --=I M 0 issoun Divmion Of Labor WAGE AND HOUR SECTION ^jy M i f + XE v UU sup' O`' M�ccC BOB HOLDEN, Governor -A-n-n a l Waae Order No. 10 *MNP Section 026 COLE C;OtINW In:?aei orxiance with Section 290.262'RSMo 2000, within thirty (30) days after a certified copy dfAls.Anntiiil?•Wage Order has been filed with the Secretary of State as indicated below, any pl Mn M Vh'o'Irney be affected by this Annual Wage Order may object by filing an objection in tr:Iplicrate,VIth,the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO '"J1'Q 059'9,` uch objections must set forth in writing the specific grounds of objection. Each �66aion.:4 ti""Lcertify that a copy has been furnished to the Division of Labor Standards, P.O. iBOX 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.0100). A certified copy of the' Annual'Wage Order has been filed with the Secretary, of State of Missouri. RECEEIVEED Q"( FILED'. P�r�l` (1 �()�,• Colleen A. Taker, Director Division of Labor Standards PYled With Secretary of State ;er.,RETAHY OF_nT,'.'r 1 APR o q. an .Last+Date Objections May Be Filed: e . Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County 'Effe_cTVe__ Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule _ Asbestos Worker 10/03 $27.93 55 60 $11.27 Boilermaker 9/03 $27.40 57 7 $14.29 ' Bricklayers-Stone Mason 1 $23.651 59 1 7 1 $7.35 C9TIM ter 3/03 $19.03 60 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 $13.03 _ Group 11 _ 5/03 $22.62 86 66_ $13.03 Group III 5/03_ $21.37 86 66 $13.03 t Group I11-A 5/03 $22.62 86 66 $13.03 Group IV 5/03 $23.32 86 66 $13.03 Group V 5/03 1 $24.62 86 66~ $13.03 'Pipe Fitter 7/03 b 1 $29.75 91 69 $12.33 Glazier $12.50 FED $2.34 Laborer Buildin General _ $15.87 110 7 $7.33 First Semi-Skilled _ $17.47 110 7 $7.33 Second Serni-Skilled $16.87 110 7 $7.33 Lather JUSE CARPENTER RATE Linoleum Laver& Cutter USE CARPENTER RATE Marble Mason $23.65 59 7 $7.35 _ Millwright 3103 $20.03 60 15 $7.86 Iron Worker 8/03 $21.87 11 8 _ $13.00 Painter $18.44 18 7 $5.33 Plasterer _ $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 r Tile Setter $23.65 59 7 $7.35 Truck Driver-Teamster _ Group 1 3/03 $19.30 101 5 $5.25 Group II _ 3/03 $20.00 101 5 $5.25 Grou III _ 3103 $19.701 101 5 $5.25 Group IV 3103 $20.001 101 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 wade 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 10103 1 Building Construction Rates for REPLACEMENT PAGE Section 028 COLE County Footnotes ---Effe-alve Basic er- OCCUPATIONAL TITLC Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule r Welders receive rate prescribed for the occupational title performing operation to which welding Is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments.Use Heavy Construction rates for remainder of project, For the occupational tities not listed in Heavy Construction Shoota,use Rates shown on Building Construction Rate Sheet. a-Vacation, Employees over 5 years-8%; Employees under 6 years-6% b- All work over$3.5 Million Total Mechanical Contract-$29,75,Fringes-$12.33 All work under$3.6 Million Total Mechanical Contract-$28.41,Fringes-$10,58 r r r r r r r ' 'Annual Incremental Incraoao ANNUAL WAGE ORDER NU,10 7103. r C OI,1?('Ot1N'i'Y OVY,I2'I'iMI:SCHUDULF.•- BUILDING CONSTRUCTION REPLACEMENT PAGF. FED: Minimum requirement per Fair Labor Standards Act means time and one-half(I i5)shall be paid for till work in excess of forty(40)hours per work week, NO.9: Means the regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p,ntJ may be moved forward to 6:00 adm. or delayed one 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(1'/s)times the regular pay. In th;;event timr is lost during,the work week clue to weather conditions,the Employer may schedule work on ttte following Saturday at straight time. All work accomplished tin Sunday and holidays shall be compensated for at double tilt: regular rue of wages, The work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 7:00 a,m. and 8:00 a.m. from Monday to Friday. 'Time and one-half(11/2) 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 rue. Double(2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu ofthese 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 perfonued by employees anywhere in excess of ibrty (40)hours in one (1) work week, shall be paid for tit the rue of one and one-halt'(1'h) times tite regular hourly wage scale. All work performed within the regular working hours which shall consist of a tell (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid tit one and one-half(I,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 forty(40) hours, beginning between 6:00 a.m. and 12:00 Noun 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(P6). Sunday and Holidays shall be paid at double (2) time. Saturday call be a make-tip day if the weather has forced it 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(I'/). NO. 26: Means that the regular working day shall consist of eight(8) hours worked between 6:00 a.m.,and 5:00 p.m„ five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsitc 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), Worl, performed on Construction Work on Saturdays,Sundays and before and tiller the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (_') the rate of single time, The employer may establish hours worked on it jobsite for it four (4) ten (10) hour (la), work ,week at straight time pay for construction work; the regular working day Shull consist of ten (10) hours worked consecutively, between 6:00 a.m.:tnd 6:00 p.nt.,four(4)days per week, Monday to Thtu•sday,inclusive. Any ,work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to 'rhursday where u four (4)ten (10) hour day workweek has been established, will he pald at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be tit two times (2) the single time rate of pay. r r ANNUAL N'ACI: OR.Di'.R NO. Ill AW 10 026 OT Stip.A(w rape 1 al'S 11ave, COLE COUNTV(.OVERTIME SCHEDULE' -BUILDING CONSTRUCTION REPLACEMiVNT PAGE NO.28: hicans eight(8) hour; between 7:00 a.m, and 5:30 p.m., with at least it thirty(30)minute period to he taken for lunch, shall constitute a day's work five (5)days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option fora workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. -Workweek must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be u consecutive workday, (Alternate: if a holiday falls in the middle of a week,then the regular eight(8)hoar schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular%vorking hours as provided, Monday through Saturday,shall be paid at one&one-half (1'/2)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work perforated 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) minutes shall he allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1'/2)times the shift hourly rats:. NO.33: Means the standard work day shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period,or shall conform to the practice 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'/2). Overtime worked on Sundays and holidays shall be at double(2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week, The regular working day shall consist of'eight(8)hours labor on thejob beginning as early as 7:00 a.m.and ending us late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized its regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in exeess of eight(8)hours but not more than twelve(12)hours during tine regular working week shall be paid for at time and one-halff 11/2)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 it regular working day,Saturday may be designated as a"make-up"day. Saturday may also be designated as a "make-up" day, for all employce who has missed a dad of work for personal or other reasons. Pay for"make-up" days shall be at.regular rates. NO.55: Means the regular work day shall be eight(8) hours between 6:00 a.m, and 4:30 p.m. Tire 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. Uric &one-half(11/) times the straight time rate. All work perforted on Sundae. observed holidays and in excess of ten (10) hours a dray, Monday through Saturday, shall be paid at double (2) the straight tinnc tart. NO. 57: Means eight (8)hours per day shall constitute a day's work and Imly(40)hours per week, Monday through Friday, shall constitute a week's work. The regular starting little shall be 8:00 a.m, The above may be changed by mutual consent of authorized personnel, When circumstances warrant, the I:nnploycr may change the regular workweek to four (4) ten-hour clays nt 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(81 hours. Monday through Friday, all time worked on Saturday, shall be paid at the rate of time and one-half(I '/) except in cases where work is part of an employc;e's regular Friday shift. All time worked an Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAI, 3t'AG1:ORDER NO. 10 Aw I U U26 OT tiup,duc COLE COUNTY OVERTIME SCHEDULh.—BUILDING CONSTRUCTION REPLACEMENT PAGE. NO, 59: Means that except as herein provided, eight (8) ho,,,rs a day shall constitute a standard work day, tmd fbny (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 us overtime and paid the rue of time and one-half(I IA). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has file 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 tell (10) hour periods between the hours of 6:30 a.m. and 6:30 p,m. Forty (40) hours per week shall constitute it weeks work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday an(Vor Saturday may, at the option of the Employer, be worked as a make-up day, straight time not to exceed tell (10) hours or forty(40)hours per week. When the five day(8) hour work week is in effect, fury(40) hours per week shall constitute a week's work, Monday through Friday, inclusive. in the event the job is(town 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 or forty (40) hours per week. The regular starting time (and resulting quitting tintO 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 flour 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 W/2) 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 pan thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may he worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If tut 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'/x) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-how•days and loses it day 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'/2) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m.(and resulting quitting time of 4:30 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 rue 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 of two hours or delayed by one hour. All overtime work performed on Monday through Saturday shall be paid at time and one-half(1�,)of the hourly rate plus an amount equal to one-half(';:) of the hourly Total Indicated Fringe Benefts. All work performed on Sundays and recognized holidays shall be paid at double (2)the hourly rate plus in amount equal to the hourly Total indicated Fringe Benefits. NO. 91: Means eight (8) hour:; shall constitute it day's work commencing at 8:00 a.m. and ending at 4:30 p.m„ allowing one-half(1/2) hour for lunch. The option exists for the Employer to use it flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of foray (40) hours of five (5) wort: days. Monday through Friday. The work week may consist of four(4) ten (10) hour days from Monday through 'Thursday, with Friday its it make-up day, If the make-up day is it holiday, tile,employee shall be paid at the double(2) time rate. The employees shall be paid tune and one-half(I %) for work perforated before the regular starting time or after the regular quitting, time or over eight(8) hours per work day (unless working a 10-hour work day,then title and one-half (1 ''/z) is paid for work performed over ten (10)hours it day) or over forty('40)hours per work week. Worl, performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)tinte rate of pay. ANNUAL WAGE Oil DEft NO. 10 A%V1 0 026 01 Sup.due I'ncr+of S 1'apcs COLE COUNTY OVERTIME SCHEDULE—BUILDING CONSTRUCTION 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.) 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(1'/z) times the regular pny. In the event time is lost during the work week due to weather conditions, tie Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO.101: ivleans that except as provided below,eight(8)hours a day shall constitute a standard work day,cued 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 as overtime and paid the rate of time and one-half(1'/2) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double(2)time. The regular starting time(and resulting quitting time)maybe 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:(10 a.m. The Employer has tie 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-liour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 am.and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through Thuisday, inclusive. In the event the job is down for any reaason 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 time will be designated by the employer. When the five (5) day eight(8)hour work week is in effect, forty(40)hour-,per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond tlhe 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) hauhs 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 staarting time may be advanced one (1) or two (2) hours. ]employees shall have a lunch period of thirty (30) minutes. The Employer may provide u 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 it lunch periodd 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.m. (or 5:00 p.m. where one(1)hour lunch is granted for lunch) or as adjusted by starting, time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half (1'/z) times the regular hourly rate of pay for the work perfon•ned. 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 as make-up day at the straight time rate. The Employer shall have the option of working five eight (8)hour days or ibur ten (10)hour days Monday through Friday. If an Employer elects to work five(5)eight (8)hour days during any work week, hours worked more than eight (8)per day or forty(40)hours per week shall be paid at time and one-half(1'ii)the hourly rate Monday through Friday. if an Employer elects to work four(4) ten(10)hour days in any week, wort: performed more than ten(10)hour.;per day or forty(40)hours per week shall be paid at time and one-half(11/2)the hourly rate Monday through Friday. If an Employer is working ten(10)hour days and loses a day due to inclement weather,they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight (8)hours and no more than ten(10) hours at the straight time rate, but all hours worked over the flirty (40) hours Monday through Friday will be paid at time and one-half(11)'2)overtime rate. eANNt1A1.MAGI;ORDER NO. 111 AN'10 026 OT Sup.doc 1'ugc.1 cif 5 Page' COLE COUNTY OVERTIME SCHEDULE— BUILDING CONSTRUC'T'ION REPLACEMENT PAGE NO. 116: Means the standard work day shall consist of eight(8) hours of work between the hours of 8:00 a.m. 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 at 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 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 this normal rate. Due to inclement weather daring the week,Saturday shall be a voluntary make tip day. 1 ANNUAL WAGE ORDER NO. 10 Aw10 026 01'Stip.doc I'utic S of 5 Page COLE COUNTY HOLIDAY SCHEDULE —BUILDING CONSTRUCTION NO. 3: All work done on New Year's Day, Decoration Day,July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO.4: All work done on New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. 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. 8: 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 1 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 Years Day, .Memorial Day,July 4th, Labor Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. When one of the holidays fallF on Saturday, the preceding Friday shall be considered the holiday and all wort; performed oil 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)tinie 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 WAGF.ORDER NO. IU AWO 10026 hdy.doc Pape I o1'2 Pope, 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 it 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, Decotation 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 it particular year, the holiday will lie 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 he celebrated on the following Monday, if it falls on Saturday, it shall be celebrated on the preceding Friday. ANNUAL_ WAGI"ORDER NO. IU A WO 10 026 hdyaloc 141gc:of 2 hlpc. Heavy Construction Rates for REPLACEMENT PAGE Section 026 Aft COLE County *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits 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 it 5/03 $21.35 21 5 $13.00 Group 111 5/03 $21.15 21 5 $13.00 Group IV 5/03 $17.50 21 5 $13.00 Oiler-Driver 5/03 $17.50 21 5 $13.00 LABORER eneral Laborer 5/03 $20.32 2 1 4 $7.03 Skilled Laborer 5/03 $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Group 1� 5/03 $23.07 22 19 $6.00 Group II 5/03 $23.23 22 19 $6.00 Group III 5/03 $23.22 22 19 $6.00 Group IV 5/03 J $23.34 22 19 $6.00 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet.. "Annual Incremental Increase ANNUAL WAGE ORDER NO. 10 7103 COLE COUNTY OVERTIME SCH EDULE—HEAVY CONSTRUCTION NO.2: Means a regular workweek of forty(40)hours will start on Monday and end on Friday. The tegular work day shall be either eight(8) or ten(10)hours, If a crew is prevented from working forty (40)hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty(40)hours of work in a week. Employees who are part of a regular crew oil u 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'/a) shall be paid for all hours in excess of eight(8) hours per day(if working 5-8's)or ten (10)hours per day (if working 4-10's), or forty (40)hours per week. Monday through Friday. For all time worked on Saturday(unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-half(1'/2)shall be paid, For all time worked on Sunday and recognized holidays, double(2)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 O 0) hours in a day or forty(40)hours in a week shall be at the overtime rate of one and one-half N'/z) times the regular hourly rate. The regular workday shall be either eight(8) or ten (10) hours. if n job can't work forty(40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer,Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1%) times the regular rate. Work performed on Sunday shall be paid at two(2) times the regular rate. Work perfonned 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. Tile 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(B)hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at ten (10) , hours per day at the straight time rate of pay with all hours in excess 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 due to circumstances beyond his control,he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty(40) hours per work week. Overtime will be at one and one-half(1 '/a)times the regular rate. if workmen are required to work the recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 22: Means a regular work week.of forty(40)hours will start on Monday and end on Friday. The regular work day shall be either eight (8)or ten (10) hours. if a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For all time worked on recognized holidays, or days observed as such,double(2) time shall be paid. AW 10026livyol.doc ANNUAL WAGE:ORDER NO. 10 Pagel of'1 COLE COUNTY HOLWAY SC1EiL+'IDULE-HEAVY CONSTRUCTION NO.4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double time Z rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO.S: 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 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 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 followin g days s are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. 11'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. aw r io oat,hey hai.doc ANNUAL IMAGE ORDER NO. 10 REPLACEMENT 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, Jefferson, Knox, Lewis, Lincoln, Linn, Macon, Manes, Marion,Miller, Monitcau,Monroe,Montgomery,Morgan,Oregon,Osage, Perry, 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 COMMERCIAL WORK Occupational Title Basic Total e Hourly _ Fringe Rate _ Benefits *Joumcvman Lineman $28.28 $3.25 +41.3% *Lineman Operator $25.32 $3.25 +41.3%, *Groundman $20.04 $3.25 +41.3%a UTILITY WORK. Occupational Title _ Basic Total _ _ Hourly _ _ Fringe Rate Benefits —� t *Journeyman Lineman $27.27 $3.25 + 37.30ib *Lineman Operator $23.54 $3.25 + 37.3% _ *Groundman $18.20 $3.25 +37.3°/, OVERTIME RATE: Eight (8)hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m.Forty(40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'i) the regular straight tirne rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1%) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m.. Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double (2)time. HOLIDAY RATE: All work performed on New Year's Day,Memorial Day,Fourth of.luly, Labor Day, Veteran's Day,Thanksgiving Day, Christmas Day, or days celebrated as such,shall be paid at the double time ' rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. "Annual Incremental Increase , ANNUAL WAGE ORDER NO. 10 7r0 OUTSTLAW 10 IN him , AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, _ �, of lawful age, first being duly sworn, state to the best of my information and belief as follows. 1 . That I am employed as , by 2. That _ was awarded a public works contract for Project No.32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street. 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_i. i NOTARY PUBLIC �i ll My Commission Expires: 'I STATE OF MISSOURI ) �I ) COUNTY OF ss) .1 a EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, of lawful age, ' first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded a public ® works contract for Project No. 32020, Roadway Improvements: East l�! McCarty Street, North Bluff Street, and Hayes Street. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable of performing FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of _ —, 20—. '! NOTARY PUBLIC My Commission Expires: APPROVED BY: �i Director of Community Development, City of Jefferson, MO t CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this )X day of 0 r '�C=�l 2004, by and between, ton 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. 32020, Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Roadway Improvements: East McCarty Street, North Bluff Street, and Hayes Street" 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 90 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 �i current Annual Wage Order No. 10, Section 026, Cale 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 or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person 1 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 arnount 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 darnage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Res onsibiii for Subcontractors. P t 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 rexercise 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. A 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 City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemni . ' 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 attomeys'fees arising out of or resulting from the performance of the work, provided that any such claim, damage, lass or expense (1) is attributable to bodily injury, sickness, disease, or death, or to Injury to or destruction of tangible property(otherthan 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. Pa '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 17, 2004 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Million Two Hundred Fifty One Thousand Four Hundred Fifty Dollars and Thirty One Cents ($1,251,450.31). 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Loral Conditions, Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. if any section,subsection, sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches �j 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. i 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section t' entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and �; the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more 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 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. i tIN WITNESS WHEREOF, the parties hereto have set their hands and seals this 1� day of PO-r-: , 2004. CITY OF JEFFERSON CONTRACTOR F07t M Title: r- /W '-r...-.• � � fin/ �JQJ - � �j'r, ATTEST: ATTEST: City ClerW Title: APPROVED A TO FORM: City Counselor !I Bond #6234372 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnieders Excavating Company, Inc. , 1307 [Fairgrounds Road, Jefferson City, MO 65109 _ hereinafter, referred to as "Contractor" and Safeco Insurance Company of America ® a Corporation organized under the laws of the State of �0 and authorized to transact business in the State of _Missouri ___ as Surety, are held and firmly bound unto the City of Jefferson, Missouri hereinafter referred to as"Owner" One Million Two Hundred Fifty One Thousand in the penal sum of Four Hundred Fifty Dollars and 31/100 a DOLLARS (s _ ____), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. �. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the _� day of_ ��"� 20LLL4_, entered into a written contract with the aforesaid Owner 1 forfurnishing all materials, equipment,tools, superintendence, labor,and otherfacilities and accessories, for the construction of certain improvements as designated, defined O! 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: ri ; 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, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said 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 band 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 i contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for b law which the contractor incurs b reason of an act or YP Y y omission, in any amount not exceeding the amount of this obligation together with '! interest as rovided b law: P Y �i 1 IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at 1 Jefferson City, Missouri on this the 1 J.Z day of .. � .�.�, 20. c?•-t--- 1 Safeco Insurance Company of America Don Schnieders Excavating Company, Inc. SURETY COMPANY CONTRACTOR ^^ BY (SEAL) BY� ��• f nn (SEAL) AL) BY _(SEAL) Atto y-in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) 1 1� 1� Rj 1' i C AA SAFECO Inturanco Compnny S A F E C O, PO nox 34520 ► SAn111a.WA 48124.1626 ACKNOWLEDGMENT BY SURETY S'T'ATE OF Missouri 1 55. County of Cole On this 1Ci day of l'!1_ �t oAN , before me personally appeared Kris L. Bennett _ known to, me to be the Attontev-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AM_E_R_ICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY _ , the corporation that executed the within instrument,and acknowledged to me th-At such corporation executed the stone. IN WI'T'NESS 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. ) f Notary PubliVin the State of Missouri cal) County of usage_-__ JANET HASLAG ; NOTARY PUBLIC-NOTARY SEAL ,9 STAfE OF MISSOURI COUNTY OF OSAGE �Iiy Commission Expires: October 18,?006 i S•0230/SAEF 10/99 ®A registered trademark of SAFECO Corporation ' FRP '.;AFC(;t)INSURANCE GOMPANY 01:AMERICA S A'� F E 4.w Q• {�©��� (;I:NL RAI.INSURANCE.COMPANY Of'AMCRICA r OF ATTORNEY 110W.OfrICC. CWECU PLA7.A SEArTLf-.WASHINGTON 9(41eti No 5462 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, door each hereby appoint ♦...w LOUIS A.LANU1Vl!.)W:hliiti I..HENNI"I'1;CI 1:. IItAfitJE:111A,BAt KFits—lcficrsoil l ttv'Missourl•...................i.. Its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings arid other documents of a similar character issued in the course of Its business,and to bind the respective company thoroby, IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each oxecuted and attested these presents - _T---�--•-�----!_--w-- ---�`—_—____._____.—_ _ —_ this I rah day of hnac 'IIOz CHRISTINE MEAD,SECRETARY I =MCG IC K, PRESIDENT _ _____.__ ._...—.� ._�—__•-----_______.f._.—_.___�__--.--__..__.___.._.__.._.___.._—.___..MKL _ AV_ I_ 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 Prositent, any Vice Prostdenf, the Socrolory,and any Assistant Vice President appointed for that purpose by the officer in charge of suroly opomations, stall uach have authonly to appoint individuals as attorneys-In-fact or uneer other appropriate titles with authority to execute on hohaif 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 SUCK appointment, the slgnaturos may be affixed by facsimile On any instrument conferring such authority or on any bond or undertaking of the company, Ihn seal, or a facsimile thereof, may be. imprussud or affixoo or in any other manner roproducod: provided, however,that the seal shall not be nocussary to the validity of any Such tnstrurnent 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 Secretory or an assnslant socrelary of the Company setting out, (f) The provisions of Arliclo V, Section 13 of tho By-Laws,and (fl) A copy of the power-of-attorney appointment,executed pursuant thereto,and (fill Certifying that said powor-of-attorney appointment is to full force anti effect, the signature of the certifying officer may be by facsinflo,and the;seat of the Company may boa fac.sirndu thereof." I,Christina Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL.INSURANCE COMPANY OF AMERICA,do hereby codify that the foregoing extracts of the By-Laws arid of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issuod pursuant thereto, are true and correct,and that both the By-Laws,the Ro!t olulion and the Power of Attorney are still in full force arid effect IN WITNESS WHEREOF, I have horounto sal my hand and affixed the facsimile coal of said corporation 1 this da+;of ..__---------�.:` E COMP op►tokit�/�4., SEAS. � SEAL � C to?' Naha'kAS ��04f WdSb \S CHRISTINE MEAD,SECRETARY S-0974/SAEF 2101 10 A fulpstuled tradernerk of SAFECO Corporation 06/1012003 PDF IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. w ' S•0248/GEEF 2/03 FRP S A F E C O 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. rMISSOURI 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 e P.O.Box 461 St. Louis, MO 63166 Telephone: (314) 965-0400 r� r� ' S-3855/SAEF 2/98 00 A registered trademark of SAFECO Corporation March 2, 2004 City Of Jefferson 320 East McCarty Jefferson Ci.ty, MO 65101 RE: Contractor: Don Schnieders Excavating Company, Inc. ,j Bond No. 6234372 Project: 32020, E McCarty, N Bluff 6 Hayes St Gentlemen, ,+ Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. i C Once the contracts have been signed, I would appreciate receiving a copy of the contract and the dated bona with Power of Attorney for my file. Sincerely, 1 Kri L. Bennett Attorney-In-Fact 'I E r 1i Winter-Dent & Co. ,iInsurance & Bonds 1 [',O. I3ox "1046 Ie(ferson City, MO 65102-1046 573-034-2122 Fiix 573-636-7500 ,� hstablkhod 19 12 OP ID C nAre IMwaorww) ACORD. CERTIFICATE OF LIABILITY INSURANCE DaNSC-1 03 Via. 04 T'AOOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Winter-Dent & Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (_.._ Jefferson City MO 653.02-1046 ne: 573-634-2122 L'ax:573-636-7000 I INSURERS AFFORDIhIGCOVERAGE 1 NAIC>y D ; INSU14L14A General Cusl4a.1t Insurance 24414 TNI;URF1411 Ina Irirrrn An�c.. Bull InMUrarn 51.0001 Don Schniedery Excavating Com.sny, Irac, IN!"I1k1 It 130 Faa rgroundrs Road uuunH•R D _ Jafftalrlgan City MO 65109 _...._..__.._......_. ___...... _._... _,. .-...___._ I INSIIItPIi 1 COVERAGES Till;POI-ICIF t)Or INSURANCE I INIf'I'111F.LOW IIAVI IWE N RiSOLr)101111 INSIIMI D NAMI 0 AIWVI'1'014 1111 1101 ICY 111-1000 INOICAILO NO1W1T10,IAN( ANY RE-00IREMEN1 Il:RM Ok CDNDI I ION OF ANY CONINAC I OF1 0I I IF It OOCIIMI N I WI I tI FIE W1r1:1 1 U Wlll(:II I lIVi CF III IF ICAI F MAY 11r I'1511F0 Oft MAY PER IAIN.111K INt31I14ANCI AI'(ORDrD IIY 1111'1101JI:IFS Di.B"141111.1)tll-III AN I!,u1111J1.'.:I tO At 1 1111.'t1[AM', I XCI IISION:;AND CONOIIIONFi Of f;U(:1, POLICIES AOORVOATL LIMITS MIOWN MAY HAVE IIF.I'N[if DOC(.O IIY PAID((.AIM(. 1IV1IR UITl7 - __...__.__. ...._... . .._......._ ._ PL,IcY -rrFCTN. ;POLICY F.XNIRIITION LTrI NSR TVNF,OFIN811MWCE PULICVNUMUFR r)ATI:IMMIDUIYYI OATS IMPOUDD Y LIMIT') ^ GENERAL LIABILITY I A(Af OCCURRI NCI $ 1000000 .___.. nAMnc(A X COMMLiCIAI GLFFRAL I1nnILNY CCI0755831 10/1()/03 10/10/04 1DT41 N1E1' 100000 �PRrrnIl;LS U:,r f,f.r:ltlerl,.f„ 1.. i CI AIM::MADI X Dr;f,ll(t MI D I'XI'IRny onu pnren,1 1 500 U - III RSONAI r;AOV INJURY ' 11000000 ...._... X 131ankut Addl Insd : GI NI RAI A(IOR1:(;All 12000000 GUN'I.AUORLOATI I1MI1APPLIFS1'1-14 I'll 0DUCIS.GOM III(1PAW, 112000000 - POLICY X i jI�C7 LOc AUTOMOBILE LIABILITY C;)MRINrD;;INGI 11.1MI1 11000000 A X ANY AUTO CBA0255831 .10/1.0/03 ]()/10/0a llc,urr.iflnntl ALL OWNED AUT0S -.._ .. 801111 Y INAWY SCHEDULIJ)A1110t, ) IPA,(pow,n) 1 _-_ INSID�I�iC� VdEa X 1II14r.DnulO:; - ;• 11[1011 V Ut.11114Y X NON-OWNrl.)AUIO,`, lihn nna,)(„ul i (I'll,ur cufunl) GARAGE LIABILrTY J �(! All I0 ONI Y I n ACCIUI II I ! _- --.. ANY All I0 - fll llt It I IIA1t I A At;(: 1 Aft IOUNIY EXCESSJUMDRELL_ALIARILDY IA(310CC(IRRFNCI 7 3009P00 A X-� occur, CI AIMSMADI CCU0255831 10110103 10/10/04 A(1(,s;l(,Ali 13000000 DEDUC I IIII 1. i X RFTI:NIION 110000 ) WORKERS COMPENSATION AND }. Tiilrv7 if 1Tn-- -? iTti7� —� w 1 EMPLOYERS'LIABILITY _. B 04WC0838 l.O/l 0/0.1 12/ - 1 11 /04 ' 1 1 ACIIACCIDEN1 1 1000000 ANY PkOPRIF_lOklF'nRTNFltll YJ CIIIIVE -._. _.._-_,- OFFICEFUMIiMUER t'XCL 11DEl) y ! I DI:;1 ASf 1 A IfAPI OYl I. 1 1000000 54CIAL PROVI:iIONSbuluw I IIIliI AS! I'Uti(.Y 1 IMIT 1 '1000000 _� --_....---- .__... .._..-..___-_..--- _,- . OTHER ....... A Leased or Rentod : C'C102f'5831 t0/l 0/0:3 10/10/04 Per' Itow 300000 a�ui�ment -__---._____--•- DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES I r:XCL11910N5 ADDEO BY EIIDQIISF:MfiNT I SI'I:CIAI.NI40VIyIl1N1, Project No. 32020. Roadway I.Mpr-ovemrnts : I.ast McCarty Strucit, North 131.uf.'r' Street and Hayes Street CERTIFICATE HOLDER CANCELLATION ^— iL j..jif:-i SHOULD ANY Or THE ABOVE DESCRIBED POLICIES HE CANCELLER BEFORE THE EXPIRATION DA'TF THE11EOr, IHE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 y DAYS WRITTFN NOTICE 70 711E GE1471FICATIi ROLDE•.R NAMED to THE LE)'•r,BUT FAILURE•rO DO 80 SHALL Cety of n t Jefferson IMPOST NO OBLIGATION OR LIABILITY OF ANY MINI)UPON THE INSURER,ITS AGENTS OR l�opartmHr)t• of Community Dcwoi 320 East McCarty REPHESENTA7IVES. Jefferson City MO 65101 Sur ILEf REPRE�y NTAIIVE �h1bV17 ' ACORD 26(2009108) �� )A CORD CORPORATION 1988 IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement ' on this certificate 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 statement on this certificate does riot confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 ACORD 25(2001108) ACORD. INSURANCE BINDER OP I�III DATE 03/01/04 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. ............. .. COMPANY J HINDHNN 5573-634-2122 1 21 1306 i .+'i'1S .'36-7566 General. Casualty Insurance - .. ....... ._... .F.FF'ECTW. _.. .._._......__._.._..__.,_....:. -_ ., EXNRA1ION ter-Dent b Company __.-.._ _ 4ATI=.. ._..; ._ .-. n+t_....._..___..:..........._.._-DATE ..___ _Pmp- Box 1046 X_`� Ara i X I v,Oi AM, arson City MO 653.02-1046 03/01/04 1 _-_1.2_:.01._. _._�_I.'."".._t._....03/01/05 1 1 NOON w_—_� ._—_ _..___..__.^._.._..__.._..__._,__.._.._....__..._. _. .._._._ ......._..._... .... ...._.. I It",(UNDI)I!i ISM1ED 10 EXTEND COWMAGE M I Iii:AIlOVI.NAMED COMPANY CODE; 0240321 1 SUB CODE: PE.IJ!'XPIfi1NCi POLICY M NA-DONS-OCP CUST�M!R ID; n0_N5C-1 s y DESCRIPTION OF OPERATION SIVEHICLV.S/PROPFRTY(Inclodln0 Location) INSURED City of Jefferson Ownor's Contractors Protective Liability Po Dept of Jefferson Development .i-icy- Roadway Improvements: East- McCarty St p } P root, North Bluff Street, and Hayos Street 320 E McCarty Street ,Project No. 32020 Jefferson City MO 65101 COVERAGES I.IMITS TYPE OF INSURANCE �r COVERAGE/FORMS DEDUCTIBLE COINS% 1 AMOUNT PROPERTY CAUSE',OP LOS"; , BASIC Ir �I BROAD j GENERAL LIABILITY ' I EACH OCCURIIE.NC1: S 2000 00 0 J COMMERCIAL GL'NLRAL I IA[IILITY I }1'IRIi DAMAGE INry One!ur•) S CLAIMS MADE OC('l.l)t I i M,CD F,X11 Inns Ona pur>.on� S X ownar L contractor Prot. EWiONAL R At V INJLIHy S GENERA!.AGOW.CIATE s2000000 RLIRODATEFORCI AIMS MADI PRODUC'(S-COMP, PAG(; 3 AUTOMOBILE LIABILITY --~-- --- SINGLE �rI I { 1 COMBINED:8N(1LE t IMII I 1 —�ANY AUTO IIODILY IIJJl1RY(POr per.On! 1 S ALI.OWNED ALITOS I BODILY INJURY(Per nca I (it1 S CIA.DUI,ED AUTOS ` 1 PROPEITY DAMAGE IREDAUIOS IW-'DICAt-PAYMIiN1 S S NON•OWNED AI)IOS PERSONA:.INJURY PROT I UNINSURED MO'FORI;1 s 17 AUTO PHYSICAL DAMAGE UEDUUI l[tLC. ALL VEHICLE ti, ; i SCIIEDl1110 vLII)(.Li:!s nr,nJnt (n.H VALUE COLLISION I , ,IAILItAMUU1J1 — S — OTHER MAN COL 1 O'fllhR GARAGE LIABILITY IAtnaUNIY EAA(,CIUENT iS ANY AUTO I 0111LI?THAN IAN AI!!U OPII Y I �- IAtt 1ACCI)ENl AGGREGATE S EIfCESBLIABILITY fM:IIUCCl1121tINCC� 17 UMIIRELLA I OftM nGORLGAI'I S OTHER MAN I.IM(IHFI.I h FORM lit I HO DA F.1 014(:I AIM! MAUI ,iH f•INWRFII HE I ENT ION 1 7 1 W(;;;IAIUT014YI.INUI5i WORKER'S AND l PENSATION F I. Dal C S nCCIDN7....- _. EMPLOYER'S LIABILITY E DISEns[ LA I:MI'LOYL.1' S - --R -_ _ I. I. 01SEA5I •I'OI.V Y UMI1 S SPECIAL r)on '3r"n,'udory F;xcavat.Lny Co is roupons blo lar pay)nont. of Tramium and Dud EL[;, S l ...-...._.. _ _._.._ CppTOTHHNDI110N9t i t;. ''t nxL!, � 7 COV�RAGES I : LSTIMA11'.D I01A!.PRFMIIJM _5.... NAME&ADDRESS MOf?IGA,11.i. 1 ADDIIIONA( IIJSURE) I US1t r'aVC I 1 ir,nN e A11T11ORl1•EU REPRESENTATIVE ACORD 76-S(1198) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE ACORD CORPORATION 1993 CONDITIONS This Company binds the kind(n)of insurance stipulated on the reverse side.The Insurnnce is subject to the terms,conditions and limitations of the policy(aos)in current use by tho Company This binder mAy be cancelled by the Insured by surrender of this binder or by written notice to the Company staling when cancellation will be effective This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder Is riot replaced by a policy,the Company is entitled to chargo a premium for the binder according to the Rules and Rates In use by the Company Applicable in California When this form is used to provide insurance in the amount of one million dollars(51 000,000)or more,the title of the form is changed from"Insurance Binder"to"Cover Note" Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of c:ronting a hen on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or Its agent if the binder includes or is accompanied by the narne and address of the borrower;the narne and address of the lender as loss payee;a description of the insured real property, a provision that the binder may not be canceled within the term of the binder unless the lender arid the insured borrower iocriive written notice of the cancel- lation at least ten(10)days prior to the cancellation,except in the cease of a renewal of a policy subsequent to the closing of the loan,a paid receipt of the full amount of the applicable prernium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 211P Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days For auto insurance,the insurer must give 5 day;,prior notice, unless the binder Is replaced by a policy or another binder in the sarne cornpany Applicable in Nevada Any person who refuses to accept a binder which provides coverage of loss than$1.000.000.00 when proof is required:(A)Shall be fined riot more than 5500 00,and(13)is liable to the party presenting the hinder as proof of insurance for actual damages sustained therefrom ACORD 76-S(1/98) GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract", modified asset forth In the Special Provisions. 13113-1 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 t 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, togother 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 Documonts 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 Clark of the City of ,Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor 1 GP-2 DEFINITIONS Wherever any work or expression defined in this articlo, or pronoun used in its stead, occurs in these contract doCLlmentS, 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. z. "Owner", "City", or words "Party of the First Part", shall mean the party entering into contract to ' secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the "City of Jefferson". 3. "Contractor" or the words "Party of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership, or individual having a direct contract with the Contractor, for performing work at the job site. 5. "Engineer"shall mean the authorized representative of the Director of Community Development, ' (i.e., the Engineering Division Director), 6. "Construction Representative"shall mean lhu engineering or technical assistant duly authorized by the Engineer limited to the pnrlicular 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 acceptod by the City. B. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days r of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans"or"drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if raid whoa 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 phrasos of like import arri used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the wards approved", reasonable', Suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved,reasonable,sultahle,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 oxprossion 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 arty of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. GP4 THE ENGINEER e The Engineer shall be the City's re prose n1ative 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 fob site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employoes 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 roquirod, 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 documcfnts; (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 beeorne duo 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 aril in full accordance with statutory requirements. The bond q shall be executed with the properly 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. r GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such typos and amounts as necessary to protoct himsolf, 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 rill provisions of the following specified requirements are complied with. All certificates of insurances required heroin shall sta.rte that ten(10)days written notice will be given to the City before the policy is canceled or changed. All cortif ications 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 coverago providing limits for bodily injuries,including death.of not less than $2,000,000 per person rind $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: (DOVE ING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at lorast $300,000 per person and $2,000,000 per occurrence for bodily injury or death, (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY' Property Damage coverage with $2,000,000 aggregato limit. GP-6,5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY_DAMAGE INSURANCE The Contractor shall purchase and maintain Owracar'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 operation,-; of trio 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 filod with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6,2, 6.3, G.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Tochnical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of proporty below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc , causcd by the ConUrac:lor's ope.ralion s. (3) The collapse of,or structural injury to, (any building or structure on or adjacent to the City's promises, or injury to or destruction of proporty resulting therefrorn, causod by the removal of other buildings, structures, or supports, or by excavation, belay tho ,surface of the ground, GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additiorarai as,,urc.cl clauses protecting City, Liability Insurance-. with Bodily Injury or Death Limits of not toes than $300,000 per person and $2,000,000 per occurrence, and property damage limits of not less than $300,000 with hued car and non-owned vehicle coverage or ' separate policy carrying similar limits. The above is to cover the use of automobile,; rand truck,; oil anti off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Componsation Insurance as will protect him against any and all claims resulting from injuries to and doath 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 protectod 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 workman 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 Find 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 coverago designod for the circumstances which may occur in the particular work included in this contract. 'f he 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-5.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement herolofore 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 whatsoevear (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 usacl tas ra part of the permanent materials,and supplies necessary to the work. GP-6.11 CONTRACTOR'S R_ ESPONSIBILITY 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 zany 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 car his subcontractors or his or their agents, or in connection with any claim or claims biased on the lawful demands of subcontractors, workmen,material men,or suppliers of machineryand 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 avant, file liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happoning, which notice shall forthwith give the details as to the happening,the cause as far as can he ascortainod, 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 transfoi this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor';; bond. Such consent of Surety, together with copy of assignment, shall be filed with tho City, No assignment, transfer or subletting, oven though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fall 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 tho contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of tho principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is a.s fully responsible to the City for the acts and omissions of his subcontractors and of person either directly er 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 whatsoover. GP-9 OTHER CONTRACTS The City reserves the right to lot other contracts in connoction with this work. The Contractor shall afford other contractors reasonablo 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 deporacis for prover execution or results on the work of rany other contractor, the Contractor shall inspect.sand promptly roport 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 accoptanco: of the other contractor's work as fit and proper for the reception of his work,except as to dofects,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 rntorests involved shall be established by the Engineer, in order to secure the completion of tho various prarticrns o! the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at fus own exponso all n ,cessnry liconsos and permits of a temporary nature and shall dive due and adequato notict� io i wso in control of all properties which may bu,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 tFre 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;f 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 aro 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 emitted 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 bn accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, points,or instructions, which he may discover in the course of the work. The Contractor will riot be allowed to take advantage of any error or omission in tho 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 industrios 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 rnean the Iatost standard, code, specification, or tentative specification adopted and published at the date of takincl bids, unless, specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Roprosontalive" as the City may doom proper, to observe the work porformod under this Co tracl, to the end that said work is performed, in substantial accordance with the plans rrnd spat6limition s therefor. The Project Reprosentativo as.sumos no dirrrtion of employees of the Contractor or Subcontractors and no supervision of the construction activilies or rosponsibilily 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 shrill regard and obey the directions and instructions of the Construction Rrpresentotive 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 maako 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, r.in inlirnidalion or attempted intimidation of any one of thorn by the Contractor or by any of his omployooS shall lm sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the Contrartor 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, riven though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to pcnmit 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 writlon order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer,withhold payment or proceed to terminate contu.'icts as herein provided. Reexamination of questioned work may be ordered by the fngineer, and if so ordered the work must be uncovered by the Contractor. If such work ho clone in aarcordanco with the Contract Documents, the City shall pay the cost of reexamination and replw ornont. If such work be found not in accordance with the Contract Documents, the Contractor shaali{ray such cost, unless he shrill show Itiat defect in the work was caused by another contractor of the City and in that evont the City Shull pay such cost. The Contractor shall furnish samples of testing purprases of any material required by the Engineer, and shall furnish any information rr•qun od conc of ning tl`ua nature or source of any material which he proposes to use, GP-14 LINE-SAND-GRADE' S The Department of Coninaunity Developineni will ;wt corr;;trurtion stakes establishing lines, scopes,and continuous profile grade in roam work, and cx:nter-line and bench marks for culvert work, and ' appurtenances as may be deemed necestuuy, wind wil! hanish the Contractor, with all nocessary information relating to lines, slopes, rind gmdr�!,, to lay out the worm correctly, The Contractor shall maintain these lines, grades, and bench marks wind use! thorn to liiy out the work he i;, to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required, No claims shall be made because of delays If the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench marks. It such stakes and benchmark become damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense Find deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes,bench marks, or other basic reference points checked by the Construction representative may be ordered removed and replaced at the Contractor's expense. 1 GP-16 CONT'RACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacerrrent of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense, GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen, and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them, Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OFTRAFFIC Whenever any street is closed, the Police Department, l=ire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approvers by the Director of Community Development, All detour signing shall conform to the latest edition of the "ManUal on Uniform Traffic Control Devices". Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project, the Contractor shall make every effort to provide access to each horse every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares which are closed to traffic,shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection Is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shal! be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity r with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and , employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractorshall furnish and maintain all necessary safety equipment such as barriers,signs,warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and , utilities when such property is liable:to injury or damage through the performance of the work-, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without special instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened loss or Injury,and lie shall so act. Any compensation,claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OMITTED, OR CHANGED WORK ' The Owner,without invalidating the Contract, may order additional work to be done in connection with the Contract or may altar 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 perlormance as though therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work, Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall 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 ramount of work to be,done,and the added work or any part thereof is of a type and character which ran be properly and fairly classified under one or more unit price items of the Proposal, than such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit prico or prices therefor. Olherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP-26. 1 If the modification or alteration decreases the amount of work to be clone, such decroase shall riot constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is riot covered by applicable unit prices, the Engineer shall determine on an equitable basis tho amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change, 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. 3. Any other adjustrilent of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and riot covered by the Contract proposal items and which is not otherwise provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1, Method A: By agreed unit price 2. Method B: By agreed lump surn ' 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for Highway Construction,as published by the Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by diving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) clays after the date A 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 wort; 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 porform any provision of this r 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 than or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE_CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or If a receiver should be appointed on account of his Insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time Is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5) days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may 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 managerial and administrative services,such expenses shall be paid to the Contractor. if such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five(5)days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All 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 frorn 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 expanse. GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7.00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the ' protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor falls to 0 maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS ' During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his oporations 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 thereot, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT 0 Unless specifically provided otherwise an each case,all materials and equipment furnished for permanent installation in the work shall be now, 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 cave. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure,omission, or neglect of the Contractor to do and perform tiny 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, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER Any changes or additions to the ,cope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforescien conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the ' contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (G) hours or over unless other unavoidable conditions prevent the Contractor's operation. It conditions are such as to stop work in less than six (0) hours, the clay will not be counted as a working day. No working days will he counted from December 15 to March 15, both date,,, inclusive. Saturdays, Sundays, and City holidays will riot be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make t-allowanco for time lost dire to causes which he deems justification for extension of contract time, If the Contractor claim:, an extension of contract time on the grounds that he is unable to work due to causes beyond his control, tie shall state his reasons in writing, furnish proof to establish his claim and state the approximate, number of clays, he estimateF. he will be dolayed. Notice of intention to claim an extension of contract time on the above, grounds shall be filed with tho Engineer at the lime the cause or causes occur and the claim shall be filed in writing within 30 days aftor 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 cease of delauit the surety fail to complete the work within the tirne specified in the contract, or within such extra lime as may be allowed in the manner set out in the preceding sections, to deduclron of tan amount r;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 f rom 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 tho expiration of the specified time, or after any extension of the time, shall In no way operate as a waiver on the part of tho 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 heroinaflor provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may he 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 thal 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 bo at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipmont to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is reacly for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been complotod 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 Luck of these contract documan►:.. GP-41 RELEASE OF LIABILITY Ile The acceptance by the Contractor of the, last payment shall operate cas and shall be a release to the Owner and every officer and agent thereoi, f corn all claims and I►t bility to the Contractor for anything clone or furnished for, or relating to the work, or for any act or neglect of the Owner or of any 1)erson 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 portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be dolivered in triplicate to the Department.of Community Development at least 24 hours before the product is to be used on the project. GP4.2.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP43 LOCAL PREFERENCE In making purchases or in lotting 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. GP46 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 projert. 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 surh rejection or waiver is in their interest. GP46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKR'_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 Developmont, an affidavit stating that ' the contractor or subcontractor has fully complied with the provisions and roquirements 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. , GP47 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 love) of unemployment in the State has exceeded five percent (5 0,0) as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figuros. only Missouri laborers or laborers from non- e restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are riot available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized In the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and Intends to become or remain a Missouri resident. 1 GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are Incurred by the City of Jefferson, Missouri, any contractor making the Ia Ise.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 falls 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 Specifications for Highway Construction except as modified or contradicted by the City's Contract,Technical Specifications,General Provisions,Special Provisions,Dotail Plans,and any special or specific Specifications as included in the contract documents. All construction details Included with the plans and attached hereto shall be used in constructing this project. SP-22 PRE-CONSTRLIC,riON 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 expectod 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 (B-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 tha-:General Operating Permit issued to the City of Jefferson by The Missouri Slate Department of Natural Resources, Water- Pollution Control Program, Permit No. MO-8100031. b) Corps of Engineers Permits - The Jefferson City Department of Community Dovelopment has obtained those 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 I iesuurces, d) Blasting Permits - The contractor shall be responsible; for obtaining a permit for the use of explosives from the Jeffersor, City Fire Department. SP-4 MAILBOXES If U.S. Postal Service access to any rnailboxes will be ininriopled during construction, the Contactor shaall contract the U.S. Postal Service to dolorrrarno whoro rho mailboxes should bo sot during construction. Mailboxes shall be reset at approprralcl locations by the Controclor once work is complete Any materials damaged by the Contr.rCtor shall he replar:od with rivatonal of (setter or equal type and quality at the Contractor's expanse. SP-5 PROTECTION OF ADJACENT PROPERTIES The contractor shall protect all trees outside of the grading limits to the greatest extent practical. No trees shall be removed outside the grading limits without approval from the Engineer. Surface water shall be diverted and otherwise prevented from entering 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 su6i structures that the use of the drivoways 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,"rho necessary adjustment of utility services such as water,gas,telephone,electric and sanitary sewer,including meters,valves,manholos and other appurtenances not specifically 1 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 shell be paid at the bid price for blasting, regardless of the removal method used. SP-9 UNDERGRADING IN ROCK CU7 ' Section TS-226 specifies that rock cut areas are to be undercut and backfillod with a drainable material with top surface choked with fines for proper subcgrade preparation. No direct payment shall be made for backfill materials, The only payment made shall be for cubic yards of rock excavated. SP-10 MOBILIZATION / DEMOBILIZATION Did item number 1.00"MOBILIZATION I DEMOBILIZATION" shall include all mobilization and demobilization needed far the road work. Sixty percent (60%)of the bid price for this item will be paid as mobilization and forty percent.(40%) of the bid price will be paid as demobilization at the end of the project. SP-11 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Crevices, Signs, cones, and barricades shell he placcul both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. Two-way vehicular traffic shall be rnaintarned during construction of pipe crossing of Grant Street, except when operations dictate otherwise. In cases whore two-way traffic cannot be maintained, the contractor shall provido the necossary traffic pc;rsonal, such as flagmen, and any signing, warning devices and signs in accordance with thcr Manual on Uniform Traffic. Control Devices. SP-12 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, and sanitary sewer;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-13 SALVAGING OF EXISTING GUARDRAIL The contractor shall use all care necessary to salvage the guardrail and posts that are to be removed on this project.The contractor shall coordinate with the City and assist with the loading to provide for removal of this guard rail from the project. Payment for this requirement will be made as part of bid item number 3.00"REMOVAL OF IMPROVEMENTS SP-14 PLUGGING AND ABANDONMENT OF EXISTING PIPES All pipes and box culverts to be abandoned shall be completely filled with flowable fill,clean sand of other fill material acceptable to the Engineer, and sealed with portland cement concrete at the locations as shown on the plans. All filling and sealing of pipes shall be subsidiary to the work. SP-16 INSTALLATION OF SEWER PIPE The unit price for the installation of sewer pipe shall include all necessary excavations, ditching, backfllling, bedding, shoring or any other item required to make, the installation of the pipe. The only exception is rock removal, which shall be paid separately. SP-16 SUB-GRADE COMPACTION At a minimum, the final G" of the roadbed shall be compacted to 959(1)of the material's maximum density before the placement of the stone base or roadway materials. SP-17 TEMPORARY SURFACING The bid item number 12.13 "TEMPORARY SURFACING" shall b0 Utilized in ordor 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 condition;,. 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 irl&ide all labor, rnatorials, tools and equipment necessary to provide a driving surface that will allow vehicular access to all adjoining properties. SP-18 TEMPORARY MULCH Temporary mulch shall be wheat straw or similar rnntorial applied to the ground so as to achieve 7500 ground cover. This material shall bo applrod with it hydro seeder or similar equipment. Any area that hits been disturbod and susceptible to orosion, and will not be worked for a period of two weeks shall receive, temporary rnulch. The use of temporary mulch shall also be applied at the discretion of the engineer. Payment for this item will be by the square yard. SP-10 3" ROLLED STONE BASE Payment for 3" Rolled Stone Base shall be made by the 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-20 TYPE "A" CURB AND GUTTER 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 lift of Asphaltic Concrete Base is required under the curb and ,gutter. No direct payment will be made for this requirement. SP-21 SIDEWALK RAMPS Contrary to what is shown on the plans, the sidewalk ramps shall not receive special coloring. SP-22 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 0 30" centers. 3) Transverse construction joints - bars �D 12" centers. 4) Sawed or premolded longitudinal joints - bars 0 30" centers 5) if curb and gutter is poured separately- bars V 30"centers. SP-23 CRASHWORTHY TERMINAL END SECTION The crashworthy terminal end sections shall be ET2000 - LET or approved equal. It shall be installed according to the manufactures specifications. It shall be placed at a constant distance from the street centerline (no flare). SP-23 TOPSOIL IN AREAS TO BE SEEDED The top six (6) inches of all areas of the projocl to be seeded shall be free of racks, stones and clods prior to seeding. This may require the contractor to utilize a mechanical rock rake, hand picking of stones, and/or placement of six (6) inches of clean topsoil in those areas to be seeded ' or sodded. No direct payment will be made for this requirement. SP-24 PHOTODEGRADABLE STRAW BLANKET eThe straw blanket shall be used for erosion protection. The blanket shell be North American Green S75 or approved equal. It shall be Installed according to the manufacturers specifications using to rod 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 then 18 feet. It shall begin 15 feet down from the crest of the slope and continue to the toe of the slope. It should also be used on the 2:1 slope from station 7+25 to station 14+25 offset right, and as further directed by the engineer. This Item shall also Include all fertilizing and seeded required in the areas to be covered with this blanket. S11-26 OOSIQN CONTROL BLANKET The blanket shall be used'for erosion protection. The blanket shall be North American Green SC150 or approved equal.It shall be installed according to the manufacturers specifications using a green dot stapling pattern (1.70 staples per square yard).The blanket shall be installed on the 2:1 and 1.5:1 slopes located at station 23+00 through 24+40.The blanket shall begin at the crest of the slope and continue to the toe, and as further directed by the engineer.This item shall also Include all fertilizing and seeded required in the areas to be covered with this blanket. SP-26 CEDARS YREES Trees shall be planted at 10 foot intervals beginning at station 23+10 and continuing through station 24+30 offset 40 feet left. The trees shall be Eastern Red Cedar (Juniperus Virginiana). The trees may be seedlings,and may be obtained from the Missouri Department of Conservation. The seedlings shall be planted in a pocket of topsoil that is no less than 8 square feet (2'x 2"x 2'). The trees should be planted prior to the installation of the erosion control blanket. The trees shall be paid for on the basis of the unit price complete in place. SP-27 INCORRECT NOTE REFERENCE Page 8 of the plans has two references to note 32. This reference is incorrect. The reference should be to note 26. SP-28 MODIFICATIONS TO PLANS The plans have been modified in two areas;the first is the driveway at 1801 East McCarty Street r (Louis Vetter Driveway),and the second is the area between station 23+00 and 24+50 offset left. These modifications have been included with the plans as sheets M1 - M5.These modifications shall by used in place of the original plans. END OF SPECIAL CONDITIONS i 1 r r r . r r CITY OF' JEFFERSON r TECHNICAL STREET SPECIFICATIONS r . r r r r r r r 1 'rEC HN1C'AL STREET SPECIFICATIONS TABLE OF CONTENTS Section Pat_►e 1.0 Clearing, Grubbing and Removal 1 2.0 E-arthwork 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 Reiniorced Concrete Double 13ox Culverts ttnd Retaining Walls 43 11.0 Crushed Stone i:)riveways 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 5 3 18.0 'rra1'lic Signal:, 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of Con-tpliance 62 22.0 Schedule O1'Work 64 23.0 Maintenance of"l'rallic and Access 65 24.0 "fcmporary Surfacing 66 25.0 Dust Control 66 ' 26.0 Property Corners and Monumentation 66 27.0 CleatIup 67 28.0 Tral'(ic Signs. Stole Signs. and Street Sign. 67 29.0 Downspout Drains 67 30.0 Subsidiary )toms 67 ' OC'"1'Olil."R. 2000 1 TECHNICAL STREET SPECIFICATIONS TS-1. CI.,EARING. GRUBBING AND REMOVAL.., TS-1.1 Clearing and Grub TS-1.1.1 Se me: This work shall consist of clearing. grubbing., removing, and disposing of vegetation within the construction limits. fS-1.1.2 Construction Requirements: he 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 (C) inches above the ground line may remain, provided they are a minimum of three (3) feet below the finished earth grade or the slope of the embankment. Except in areas to be excavated, stump holes shall be backfilled with suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations,all burning of products of clearing and grubbing shall be done under 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-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 be made, except that mowed,burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust. and decayed vegetable matter from the surface of the ground without removing more earth than is necessary. The products of scalping;shall be disposed of away 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 Pavment: No measurement will be made of clearing and -rubbing. Payment for clearin<-, and urubbing will be at the lump sum price bid. TS-1.2 REMOVALS TS-1.2.1 Scope: This work shall consist of removing all drainage structures, pavements, 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 obstructions to the construction of the roadway or within the limits of the right- of-way and not designated or permitted to remain, shall be 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 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 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, paving material, bricks or rubble may be laced in roadway } p } embankment provided they are well spread, completely surrounded by dirt and are not located within twelve inches of the finished subgrade.shoulder or ground surface. TS-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 of all items. whether in view or hidden underneath the surface of the ground. regardless of whether shown on the plans or encountered during construction. ' TS-1.2.4 Payment: The accepted removal of improvements will be paid for at the contract lump sum bid price. , TS-2 EARTH WOP`K: TS-2.1 Scxp e: This work shall include all labor,material.equipment and services necessary to complete all earthwork as shown on the plans and specified herein lncludim, roadway excavation, embankment, 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 areas of earthwork except excavation and backfill for pipe trenches and structures. 1 TS-2.2.2 Missouri Highway Specifications Section 203 shall govern all earthwork for roadway except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to Missouri Highway Specifications Section 203.3. The first paragraph of Section 203.3.1 shall be changed to read as follows: Compaction to at least 90 percent of maximum density, as determined by standard Compaction Test, 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 of 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 property owner is obtained and provided the surface is properly finished and drained. In such cases, seeding, sodding, and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch Cleanout: Special care shall be taken 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 power compactors as may be needed to assure proper compaction throughout. TS-2.2.6 Undereradine 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. Backflling,of undergraded cut areas shall be Nvith a drainable material with top ' surface choked with fines for proper subgrade preparation. ' Whenever possible,this material shall be from project excavation. Where authorized an open-;graded drainable crushed limestone shall he brought in. Undrained pockets shall not be left in the surface of'the rock.. ' TS-2.2.7 Sub-urade Stabilization: Pockets of unsuitable earth may be encountered in cut areas where it will be impracticable io replace with Suitable materials 1ronl excavation on r -4- the work site. In such cases, where authorized by y the Engineer. the contractor shall � fttrnish and place: 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 be mixed with existing earth to provide subgrade stability,and that portion of the stone base material shall be delivered to the prgjeet in as 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 for the design pavement thickness, the contractor may be 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 not be construed to relieve the contractor of his responsibility for any necessary aeration and compaction of'suitable earth at sub-grade level. TS-2.2.10 Protection of Sub-Grade: 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. Heaving or rutting damage to sub-grade caused by delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete base or portland cement concrete pavement. TS-2.2.11 Topsoil: The top four(4) inches of backfill behind curbs shall be 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 for such topsoil, but shall be included in the lump suin 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 oraded to drain as directed by the Engineer. at one (1 ) percent minimum slope wherever possible. Special care shall be taken to avoid leaving low areas or water pockets. No direct payment will be made ibr such gracling except that measurement for payment of Proposal items will be made:. TS-2.2.13 Sub-Grade"tolerance: Except as otherwise specified in paragraph'1'S-2.2.7, the sub- grade flor all paving and surfacing shall be within the tolerance range of minus one- half inch to plus one-quarter ('/4) inch with respect to specified elevation. TS-2.2.1=1 Borrow Material: (a) If borrow material is rec 1 aired. the cornractor shall su I 1 I\' this material from a borrow area off the site:. The borrovv areal shall be obtained by the contractor at his sole expense. Borrow materials shall be approved by the Engineer before they are transported to the site of 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 shown on the plans for the convenience of the Bidder. TS-2.2.15 Excess Material: All suitable excess material from excavation become the property of the City of Jefferson and will be stockpiled on site at the direction of the Engineer. TS-2.3 Trenching. Embedment and L'ackfill for Pik: TS-2.3.1 Trench Excavation and Sheetini~: (a) Excavate in open cut except where boring,jacking or tunneling is specified. Trench walls shall be vertical in streets or improved areas unless otherwise authorized by the Engineer. Providc 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 left in place, do riot 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) Trench walls may be sloped in uniniproved areas if required to prevent caving and if adjacent property or trees to be left in place are not thereby subjected to additional cutting of roots. (c) 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 gage of pipe at contractor's expense. TS-2.3.2 Ground Water and Surface %Vater: -6- r (a) Pipe trenches shall be kept free from water during excavation, fine grading, r 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 r to keep the trench free from water,pipe sub-grade stable and firm undef foot, at all times when work within the trench is in progress. (b) The contractor may use additional granular fill material, in accordance with r the requirements of subparagraph 'I'S-2.3.3 (b), in connection with drainage r control, at his own expense. (c) Each excavation shall be kept dry until the backfill is completed to the extent that no damage from hydrostatic pressures, flotation, or other causes will result. (d) Surface water shall be diverted, and otherwise prevented from entering r excavations and trenches to the greatest extent practicable without damage to adjacent property from dikes, ditches, or impounded water. r TS-2.3.3 Pipe Foundation, Granular Fill and Trench Bottom Stabilization: (a) All pipe shall be bedded as shown in the "Pipe Embedment Details" on the Plans. b Granular fill shall be clean river gravel or reasonably sound crushed limestone,free of cementitious.shaly,or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an r unyielding support for the pipe. Gradation shall be such that at least ninety- five(95)percent passes a three-quarter(3/4) inch square mesh sieve and not r 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 Engineer. The size of stone r 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 r than one (1) inch size will be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of Articles TS-2.5 and TS-2.6. i-lowever, pavment will not be made for stabilization material or extra granular fill used for contractor's convenience in controlling drainage or as may be required to stabilize trench bottoms made unstable through contractor's disturbance , thereof or excessive tramping therein. r -7- r (d) Pipe shall not be placed over frozen trench sub-grade. (e) Placement of Granular Fill: 1. Place granular fit) in lilts 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. For a length of two (2) pipe diameters (effective diameter equals average of span and rise f'or elliptical or arch pipe) on the upstream ends of culverts, unlit granular fill. Use selected clay screeded and compacted to not less than ninety (90) percent of Standard Density. TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. TS-2.3.5 Backfill to Ton of Pipe: (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, (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 e excavation shall be brought in from elsewhere on the work where required. (d) Place alongside pipe in loose layers of six (6) inch maximum thickness, thoroughly compacting each layer. Take special care to place and compact material around the pipe so as to leave no voids and to provide uniform lateral support for the pipe. Bring materials up unif'ot-1111\1 oil both sides of pipe. iaking special care with corrugated metal pipe. (e) The material shall be compacted to the same density as required for backf ll above top of pipe. TS-2.3.6 Backfill Above )i A b e T on of 1 ,pe: (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 pipe shall be the same as for backfill below top of pipe as specified in subparagraph TS-2.3.5(c),except that small sticks and roots less than one-half(1/2)inch in diameter,interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified compaction. More suitable material shall be brought from elsewhere on the project if necessary and the unsuitable material disposed of. if the specified compaction cannot be obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at his own expense. 2. Rock larger than one (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 result. i (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. ?. Consolidated material weighing more than one hundred (100) pounds shall not be permitted to fall more than three. (3) feet into the trench unless cushioned by at least three (3) feet of backfill over top of pipe. (d) Compacdon: 1. Backfill under pavement shall be def ined as being under all areas to he paved e or surfaced for vehicul,.ir access. except those to be surfaced with crushed S y 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(])to one(]). 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 l 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. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 Installation of Pine in Embankment: a If embankment is made prior to placing pipe excavate trench,place pipe and ( ) P P 6P P backfill, in accordance with the Specifications herein. (b) If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe for a distance of at least five (5) pipe diameters each side of Pipe. TS-2.3.8 Protection of Pipe from Heavy Egui ment: Provide temporary fill to at least two(2) feet over top of pipe extending at least five (5) pipe diameters each side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe resulting from excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. TS-2.3.9 Excavation Ahead for Location ol'Qhstructions: (a) Except where otherwise directed, excavate at least one hundred fifty (150) feet ahead of pipe laying in order to uncover any possible obstructions in the way of laying. the Pipe. if such obstructions are encountered notify the Engineer immediately so that a needed change may be considered and effected. 1 (b) Changes from Plans may be made only, on the direction of the Engineer. -1 U- Such changes may include changes in tine,grade,pipe size or type,additional or less mitering, manholes, etc. Such changes may involve unanticipated moving of underground utility Imes, (c) Refer to Article G11-7 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 performed by him. I-le will not be paid for unused materials left over or for delays arising from encountering obstructions. TS-2.3.10 Maximum length of trenching allowed ahead of Pine laving shall be one city block or four hundred (400) feel, 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 for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions.deletions and substitutions in this Article. Where any part of'Missouri Highway Specifications Section 206 is so modified, the unaltered provisions shall remain in effect. TS-2.4.3 Delete the following from Missouri Highway Specifications Section 206. t: - } (a) Subsections 206.2, 206.4.7, 206.4.8, 206.4.9, 206.4.10 and 206.4.11. (b) All sections on Measurement and/or Payment. TS-2.4.4 Crushed stone, as specified in paragraph TS-233 (c), shall be installed where required by the stipulations of the Missouri I-lighway Specifications Article 2063. This requirement shall apply to all structures as defined in paragraph TS-2.4.1. t Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of Articles TS-2.5 and TS-2.6. I-lowever. 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 car excessive tramping thereon. TS-2.4.6 Backfill for structures shall he in accordance with the applicable requirements of Section TS-23.6. TS-2.5 Method of Measurement: - i _11_ � TS-2.5.1 Excavation and Compacted 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 for any of the following: 1. Excavation for structures, or pipes payment will be included in cost of bid item for each. 2. No measurement of borrow excavation will be made. All costs of supplying borrow material to the Project site shall be included in the bid price for excavation and compacted embankment. (c) Computations: The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted embankment as shown thereon,and as listed in the plans,from existing cross sections by average end area method and will be the basis for final payment, except as follows: 1. An authorized change in grade, slope, or typical section is made. TS-2.6 Basis of Pavment: TS-2.6.1 Excavation and Compacted Embankment, will be paid for at the contract unit price bid based on a lump sure cost. TS-2.6.2 Crushed stone for sub-grade and trench bottom stabilization, as well as open-graded drainable crushed stone for backlilling 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 back{ill 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 gradecl and properly sloped. hxccss exc�ivated material shall be removed from ditches. Shoulders where sodding, seeding or surfacing is not required shall be bladed and shaped. The project area shall be kept at all times as neat and clean as possible. Debris from construction operations shall 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 long enough to damage growing sod. TS-4 PIPE SEWER CONSTRUC'I"ION TS-4.1 General: This work shall include the construction of all pipe sewers whether storm sewers or sanitary sewers. The material required for each section of sewer shall be as shown on the plans. Trenching shall be in accordance with Part TS-2 of these specifications. TS-4.2 Reinforced Concrete Pipe 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 all appurtenant structure are covered in other sections of these specifications. TS-4.2.2 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 spigot type. Pipe for use on the project shall appear neat and well made. It shall be free of cracks, broken places, and obvious manufacturing defects. All pipe shall be stamped on the inside with its class before delivery to the job site. TS-4.2.3 Pipe Laving: Pipe shall ire carefully handled by sling or other nwans to protect it from damage. Particular care shall be taken to avoid any' free fall or shock to the pipe. Pipe shall be carefully placed on the prepared bedding material and jointed as specified below. Pipe shall be laid true to both line and grade and shall produce a straight line between structures except wl'ierc otherthan straight alignment is required or allowed by the plans. Where curves are required they may be accomplished by the following methods: (a) If the curve is sli,;ht or if the radius of the curve is ven, lone. curvim, may be ' accomplished by deflecting caclh pipe joint in the curved section equally to form a smooth uniform curve. In no case shall any pipejoint be deflected to the extent that the maximum opening of the joint exceeds one half the joint .depth one half the depth of the socket n ( n ) (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) Pipe joint surfaces shall be clean prior to jointing. (c) Care shall be taken not to allow bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and 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 shell be placed and compacted simultaneously on both sides of the pipe. Backfill above this joint shall be as specified TS-2. TS-4.2.6 Pipe Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of storm sewer preceding the outlet. This 20 feet shall include the length of the end section. ' TS-4.3 Corruuated Metal Pile and Pipe .Arch Storm Sewers TS-4.3.1 Sconc: 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. TS-4.3.2 Uses: Where "CMi'" is called for or allowed on the plans corrugated gqc L pipe as specified herein may be used. TS-4.3.3 Materials: TS-4.3.3.1 Corrugated Metal I've and Pipe Arch shall be in accordance with AAS1-1O ' Designation M36 for riveted pipe and pipe arch. Helically constructed corrugated steel pipe which meets all other criteria of this section may be used provided the corrugations of the ends of the joints of pipe are made annular for tighter jointing. Unless otherwise specified or shown on plans, gages shall be as follows: Round Pipe 6" through 24" diameter- 16 ga. 30" through 36" diameter- 14 ga. 42" through 54" diameter - 12 ga. 60" through 72" diameter - 10 ga. Ripe Arch 18" x l l" through 25" x 16" - 16 ga. 29" x 18" through 36" x 22" - 14 ga. 43" x 27" through 65" x 40" - 12 ga. 72" x 44" - 10 ga. 79" x 49" - 10 ga. TS-4.3.4 Alignment and Grade: Corrugated metal pipe shall be aligned and graded in accordance with the requirements For reinforced concrete pipe. Where plans show grade: change between structures or slight alignment change to clear obstructions.deflect pipe and joints over a distance as required,after joints have been coupled and only to the extent that joints will not be over-stressed. TS-4.3.5 Laying Pipe: Pipe shall lie protected from lateral displacement by means of' pipe embedment material installed as provided in the trench backfill specificartion. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench conditions. e When jointed in the trench. the pipe shall term a true and smooth line. Pipe shall not be trimmed except For closure, and pipe not making a good fit Shari) 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 Counting Pine: Pipe ends shall be butted as closely as the corrugations will permit, then,jointed with a firmly bolted coupling blind. 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_End Sections Prepare moist clayey soil bearing shaped to end section and place thereon. ,loin end section to pipe with coupling band. The toe plate shall be set in a trench and backfilied with compacted moist clayey soil or driven to the required elevation. TS-4.4 Measurement and Payment TS-4.4.1 CMP and RCP Pipe: 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 shall include all costs of furnishing,, and installing pipe including trenching, backfilling of pipe. TS-4.4.2 CM1P and RCP End Sections: End section will be measured as one unit each complete in place. Payment will be made at the unit price bid for each complete end section in place. Payment shall include all costs for furnishing and installing end section including trenching, backfilling. rTS-4.5 Plastic Gravity Sewer Pine TS-4.7.1 General: This specification designates general requirements fair polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with Integral wall bell and spigot joints for [lie conveyance of domestic sewage. 'I'S-4.5.2 Materials: Pipe kind fittings shall meet and/or exceed all of the requirements of ASTM Spec iticatiOns i.)3034. ' All pipe shall be suitable fOr use as a gravity sewer conduit. Provisions must lie -16- made for contraction and expansion at each joint with a rubber ring. The bell shall P .l t, consist of rut 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 i 1 inch. Rubber gaskets shall comply with the physical requirements of ASTM-DI 869.C361, and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4.5.3 Fitting : 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 of the pipe. TS-4.5.4 Physical and Chernical Requirements: The pipe shall be designed to pass all test at 73 degrees F (± 3 degrees F). !� TS-4.5.5 Pipe Stiffness: Minimum"pipe stiffness"(F/y)at 5%deflection shall he 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation 02412. Minimum "pipe stiffness" for 4 inch shall be 51. External Loading Properties of Plastic Pipe by Parallel-Plate Loading. TS-4.5.6 Flattening: There shall be no evidence of splitting, cracking or breaking when the pipe is tested as follows: Flatten specimen of pipe, six inches long between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to five minutes. TS-4.5.7 Drop Impact 'rest: }Wipe (6" long section) shall be subjected to impact from a free falling tup (20 lb. Tup A) in accordance with ASTM method D2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted: Nominal size 4" 6" 8)11 1011 12" Ft. - Lbs. 150 210 210 220 220 ' TS-4.5.8 Acetone Immersion 'test: After 20 minutes immersion in a scaled container of anhydrous (99.5"rb pure)acetone a 1 " long sample rinse shall show no visible spilling ' or cracking (skvclirng or softening is not a ILrilure) when tested in accordance with ASTM 22 152. TS-4.5.9 Sizes. Dimensions. and Tolerances -17- ' Nom. Outside Diameter Min. Wall Size .Average Tolerance Thickness SDR 4 4.215 ±0.009 0.125 33.5 6 6.275 ±0.011 0.180 35 8 8.400 J_0.012 0.240 35 10 10.500 ±0.020 0.300 35 12 12.500 ±0.024 0.360 3 S 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-4.5,11 Connections to Manholes: Special manhole CPLGS fittings shall be used to connect PVC pipe into manhole walls. TS-4.6 ABS Pine: T5-4.6.1 S, cone: This Specification covers ABS composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. 1 TS-4.6.2 Materials:A B S b e Composite Pipe shall be made from virgin Acrylonitrile Butadien P P Styren material. This material shall be Type I, Grade 1, Type 1, Grade II, Type IV, Grade I, and shall conform to ASTM Specifications 1788-62-T. ABS Composite Pipe shall consist of two concentric thernno-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 billerexhibiting the same degree of performance which essentially tills the truss annulus to form a composite: pipe to meet the requirements ofthis Specification. Size, physical requirements, the dimensions, the method of test, the length, the testing procedures and marking procedures for this pipe shall conform with ASTM Specification l)-2680-6Kl'. eCouplings shall be of solid wall sleeve type for chemical weld to the truss pipe, TS-4.6.3 Flandlin­: Pipe. fittings and accessories shall he handled in a manner that will insure their installation in the wort: in a sound undamaged condition. Pipe shall not he chopped. bumpecl or druc along the ground. Pipe shall not be lifted by hooks. TS-4.6.4 Cleaning: The interior of all pipe and fittings shall he thoroughly cleaned of all } foreign matter hcfore heing installed and shall he kept clean until the work has been ' accepted. All joint contact surfaces shall he kept c}can until the jointing is completed. -lfi- Every precaution 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 of the pipe shall be closed with an endboa.rd closely Fitting the end of the pipe and having a number of small holes drilled near the center, to prevent the trench from idling with water find to keep sand and earth out of'the pipc. TS-4.6.5 La�Pipe: Pipe shall be protected from lateral displacement by means of Class 13 pipe embedment material installed as provided in the trench backfill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench conditions. When jointed in the trench,the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closure, and pipe not snaking a good fit shall be removed. 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-4.6.6 Coupling Pipe: The couplings shall be chemically welded to the pipc with one end, factory applied. The coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end 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"0"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 the coupling, shall be an -0" seal. TS-4.6.8 MCaslli'emellt and Pavment: TS-4.6.7.1 ABS And Plastic Gravity Sewer Pine: Pipe will he measured per linear foot of completed pipe in place. Pavmcnt will be made at the unit price bill per linear foot for the completed pipc in place. Payment shall include all costs of f urnishing and Installing pipe including u•enching and backfilling of'pipe. 'rs-5 DRAINAGE smUCTUR.ES TS-5.1 Scope of Work: The work shall consist of furnishing all labor, materials, and equipment necessary to perform all operations in connection with the construction of junction boxes, inlets and catch basins required ('or the project in accordance with the specifications and drawings. Items not specifically mentioned,but necessary for completion of the work shall be considered as incidental to other items in the contract. ® TS-5.2 Materials: i® 1. Concrete shall be Class "i3" Portland Cement Concrete in accordance with the requirements of Section TS-6 of these specifications. 2. Reinforcing steel shall consist of deformed bars of grade 40 steel conforming to the requirements of ASTM designation ABC i 5 or of wire fabric conforming to ASTM designation A 185. 3. Expansion Joint Fillers shall be of non-extruding type conforming to ASTM designation D1751 and cut to the dimensions shown on the plans. TS-5.3 Earthwork:'rhis section shall coverall necessary excavation and backfill required for construction of the various structures. All applicable portions of'Section TS-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and surface improvements. Excavations for structures in improved areas shall be held to the smallest practical dimensions. No increase in payment for street or lawn repair will be made to allow for areas disturbed by such excavations. Structures shall he founded on undisturbed subsoil, if subsoil is not firm,over-excavate and replace with granular fill as required. Section TS-2.2 shall apply for suhgrade stabilization under structures. Backfill requirements for each drainage structure will be the same as that of the pipe to which it is connected. if more than one pipe is connected to the structure, the higher backfill requirement shall apply. Backfill under curb transitions shall be to 95'Y„ of Standard Maximum Density. All excavations shall be kept drained until the structure is constructed and back.filled. TS-5.4 Construction Methods: TS-5.4.1 norms: Forms shall he of'-wood. plywood, or any other suitable material. designed, ' constructed. braced and maintained so that the finished concrete_ will he true to line and elevation and will confirm to the required dimensions. They shall be designed -20- 7,11 t 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 he required to prevent warping, shrinkage, or swelling. Forms shall be constructed and designed so that their removal caul be effected without injury to the concrete and so that portions where surface finishing is required may he removed without disturbing forms that are to remain. Dirt,chips, sawdust, nails and other foreign matter shall be removed before any concrete is deposited there*in. Tie rods, belts and anchorages within the forms shall be constructed so as to permit their removal to a depth of at least l 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 hack at least '/inch from face of all surfacers 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 tics shall be of such design that, upon their removal. the cavities which are left will he of the smallest practical size. TS-5.4.2 Inlet and Outlet Ping: Pipe or tile placed in the concrete for inlet or outlet connections shall extend throu( h the concrete walls beyond the outside surfaces of,the walls a sufficient distance to allow for connections. The pipe or tile., shall be placed through the farms and poured in place. The ends of the pipe shall be flush with the inside wall of the structure. 40 TS-5.4.:3 Rein foreement: 1. Placement. Reinforcing bars shall be accurately placed as shown on the plans and shall he 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 sufficient strength to resist crushing under full load. Metal chairs, which extend to the surface of the concrete (except where shown on the plans) and wooden supports, , shall not he used. Placing bars in layers of fresh concrete as the work progresses and adjusting t bars during the placing of concrete will not lie permitted. Before placing in the firms.all rcinf'orcing steel shall he cleaned thoroughly of mortar. oil,dirt. loose mill scale, loose or thick rust. and coatings of airy 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. _. Splicinu. Splices ol'ha rs sludl tic nuide only whcre shown on the plans or as e r approved by the Engineer. Where bars are spliced, they shall be la pp ed at least :30 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each ether and wiring them together. WLlding of reinforcing steel or cutting, with a cutting, torch will not be permitted unless specifically authorized by the Engineer. 3, Elendinr, 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 after the concrete is placed but still plastic. TS-5.4.4 Concrete Placement:Concrete construction shall be in accordance with Section TS-7. Concrete shall be conveyed, deposited, and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the 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 be deposited against hardened concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing system and equipment, and depositing the mixture on the joint. The grout mixture shall consist of a modification of the concrete specified to reduce the quantity of coarse aggregate in the mix larger than pea-grave) size to one-halfthc quantity specified. To avoid segregation. concrete shall be deposited as ncar to its final position as is ' practicable, The use of vihratOrs for ::xtensive shifting of the mass of concrete will not be permitted, Concrete that has 1xrrtially hardened or is contaminated by JoreiOn materials shall not be deposited to the structtn•e, ' Concrete shall be laced in horizontal lavers insolitr as lractical. Placin- shall start p 4 at the low point turd proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous, operation between construction Joints and shall be terminated with square ends and level tops unless otherwise shown on the plans. Concrete shall not be permitted to full more than six feet without the use of pipes or tremies. Pipes or trenlies shall be at least six inches in diameter, or the equivalent cross sectional area For rectangular sections. Concrete shall not be placed in horizontal members or sections until the concrete in the supporting vertical members or sections has been consolidated and a2-hour period has elapsed to permit shrinkage to Occur. Concrete shall he thoroughly vibrated in a manner that will encase tilt;reinforcement and inserts, fill the forms, and produce a Surface or even texture free o1'rock rockets 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 maxilnurn 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 forms or reinforcing steel. The number 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 be available at the site O the StrUCIUi-c in which illore than 25 cubic yards of concrete is to be placed. TS-5.4.5 Joints: The work shall be so prosecuted that construction joints will occur at designated places shown oil the plans unless otherwise authorized by the Fnginecr. The Contractor shall construct, in one COilUnUOLIS concrete plachip operation. Lill wort: comprised between such joints. Joints shall he kept moist until adjacent concrete is placed. All construction joitits having a keyed,s,tepred.or roughened surface shall No cleaned a prior- to placement of'tile adjacent concrete as direcicd by the f ngineer. Expansion and coil tracti(111.to ill is in concrete structures shall he fin-nled where shown t oil the plans. No rcini1orcenlent Shull be extended through the joints. except where specifically noted or detailed on the plans, O No direct payment will be made for furnishing and placing asphaltic p aint, 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 Re uirements: 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 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 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 1fir any darnage to concrete as a result of cold weather operations. TS-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 '/_, inches deep and finish with joint tool. TS-5.4.8 Inverts: Inverts shall be carefully constructed to maintain the proper velocities through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower 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 TS-6. Concrete filling between the sewer invert and walls of structure shall be flush with the top edges of the invert and shall slope up from the invert at the rate oi'tlu-ee (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 5tens: When shown on the plans. shall be solidly grOLIted in place with full mortar encasement. ' TS-5.5 Precast Concrete. Inlets: 1. Precast concrete inlets shall be constructed in all respects in accordance with the Plans and Specifications except as provided in the following items of this subparagraph. Z. 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 tite construction of the basic precast units and appurtenances to the l ngincer and Owner for prior approval. A shop drawing for each inlet showing dimensions, elevations and openings, shall be submitted to the Engineer and Owner for approval prior to manufacturing of the units. 4. Where dividing walls are used or where multiple precast units are used,the total net length of opening shall equal the length of inlet specified on the project plans. Intermediate wall openings shall be large enough so as not to cause hydraulic bread loss. Location and number of manhole openings. as well as openings in walls shall be as required to promote easy access to all pants of the inlet, subject to the Engineer's approval. 5. Tile 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 botton•r of precast walls that is shown on the project plans. The entire base slab shall he poured monolithic and shall be brought Lip to a level of at least six (6) inches above bottom or precast walls. 6. Mastic pipe joint compound shall be 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 General Electric single component silicone, gray color,strictly in accordance with the manufacturer's recommendations. 8. Top slabs cast separately from inlet walls shall be anchored against lateral movement with respect to walls by a steel dowel in each corner extending from the walls through holes in the slabs. The top slabs shall be set accurately to line. grade and slope and grouted securely in place. TS-5.6 Precast Concrete Manholes: TS-5.6.1 Materials: Precas! Concrete Manhole Fangs. ASTM Designation C-4711. except as , indicated below: (l) shell Thickness: Inside Diameter Shell of Manhole Thickness 4' - 0" 5" 51 - 6' - \O11 711 (2) Precast Flat'Pons. Designed to withstand 1-1-20 wheel load plus 30% impact, AASPITO "Standard Specification for Highway Bridges". (3) Conical "Loos. Eccentric cone preferred. (4) Manhole Steps. When shown on plans, shall be solidly cast in place or set with expanding; grout. (5) 5.'hil2ment 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 Pt recast Rin ,%: Rings may be set either on a previously poured,properly cured base slab or may be blocked in place with solid concrete blocks while the base slab is poured around the 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 fill 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 C'C)NCRETE: ' TS-6.1 General: TS-6.1.1 Description of Work Included: All concrete required on the project except precast material. TS-6.1.2 Qualiiv Control: 26- �� �rrvision: 1 5-6.1....1 ,^u�_�--_____ 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. 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, mix. additives and cernent. TS-6.1.3 Product Handling: TS-6.1.3.1 'Transit Mix: Concrete shall be handled and preserved in its "batched" proportion during, transportation. Mixing time shall not exceed 45 minutes and excess water shall not be added. Concrete improperly cared for or mixed in the truck longer than 45 minutes shall be disposed of away from the project. TS-6.1.3.2 Defective Concrete:Damaged or defective concrete shall be repaired orremoved and � p replaced immediately as directed by the Lngineer. TS-6.2 Materials: TS-6.2.1 General: 1. All concrete used in the project shall be rurnishcd 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 nurrrber of modern trucks to insure delivery of concrete as required for placing schedule. Supplier shall be sut?ject to approval of the Engineer. ' 2. The contractor shall use whatever means necessary to insure concrete delivered to the project is properly hatched with approved kinds and quantities of materials. 3. A copy of the delivery ticket for each load of'concrete shall he provided the inspector as each truck is unloaded. ticket shall include the fbllowinu information: (I ) Name of concrete corn any ' P . "_7- ' (2) Serial number of ticket (3) Date (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 Typc 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: Fine 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 confonn to the following sieve analysis: Sieve Size Percent Passing 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 350/0 retained between any y 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 Fine Aggregate for Concrete: ' Maximum percent by Item Mleight of Total Sample e Clay Lumps 0,25 Material Finer than No. 200 Sieve 2.00 Coal Lignite 0.25 Sticks. Leaves ' Other Deleterious Material 0.25 21, Fine aggregate shall be free of in.jurious amounts of or ganic impurities. Except as herein provided, aggregates subjected to ASTM test No. C40-56T for organic_ impurities and producing a color darker than the standard shall be rejected, Fine aggregate shall be ice of material that could react harmfully with alkalies in the cement. If such materials are present in injurious amounts, the fine aggregate shall be rejected, or shall be used with cement containing less than 0.6 percent alkali calculated as sodium oxide or with the addition of a material that has been shown to inhibit undue expansion due to the alkali-aggregate reaction. Except as provided above, fine aggregate subjected to Jive cycles of the soundness test(ASTN C88-59T),shall show a loss.weighted in accordance with the grading of a sample complying with the limitations set forth above. not greater than 10%, when sodium sulfate is used or 15% when magnesium is used. TS-6.2.4 Course A g Treaatc: Course aggregate shall he crushed limestone produced from the Callaway formation or equal having an estimated history of sound material and shall be approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source shall not contain chert deposits. Gradation 1 Sieve Size Percent Passim, l '/2 inch 100 I inch 95-100 '/ inch 25-60 No. 4 0-8 No. 10 0- Satisfactory experience record shown for durability, other wise pass soundness test ASTM C88-5 cycles using magnesium sulfate without splitting or losing more than 15%') weight. Contractor shall arrange and pay for testing if ad,Oquate history is not available. TS-6.2.5 Water: Water for mixing and curing concrete shall be clean. and free from ill amounts of sewage, oil. acid. alkali.salt or organic matter. Only potable water shall be used. TS-6.2.6 Concrete Mix: All concrete (iar the project shall conform to the design mix listed in the table below. The concrete naix shall include air entrainment not to exceed 7 percent air: ' Maximum aggregate bLa I<,re gate size l inch Maximum water 250 lb/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 ingineer's approval. TS-6.3 ,Construction Rec uiremcrrts: TS-6.3.1 Pre a.ration: I'S-6,3.1.1 General: 2, Clean all forms and correct all find grade damage. 3. Wet clown all subgrades. 4. Verify all needed equipment for placing concrete is on hand: Vibrators,crane or pump, tremies, flumes, finishing equipment. 5. All keyways are to be in place. 6. Ury up excavation if any water is present. 7. Have cold weather equipment on hand if applicable. 8. Notify Engineer at least 24 hours in advance of placing concrete. ' TS-6.3.2 Placing,Concrete: TS-6.3,2.1 General: 1. All concrete shall he placed in a manner and with adequate equipment which shall be subject to the Engineer's approval. Equipment for placing concrete ;.hall include flumes,tremies.cranes or concrete purrips for placing concrete: hand tool and finishing equipment for manipulation as needed, '. Concrete shall be placed in a logical sequence that will permit efficient operation. but shall provide sta•uctural continuity and strength required. Placing secluenee shrill he subject to ventral approval by the Engineer. 3. l"lumes shall not lie usecl at slopes flatter than 45 degrees, Coneretc ntm yin f � 1 1 6 1 -30- equipment shall be designed for the purpose-shall be subject to approval by �. the E-rigincer, 4. Subgrade shall have been fine graded and moistened prior to placing concrete. Forms and keyways shall be carefully cleaned prior to placing concrete. Concrete shall be placed in locations not to exceed 12 feet apart. Placing shall-be it continuous operation using a heavy duty vibrator, 5. rremies required for depth greater than 6 foot. 6. In case of pending inclement weather, prepare temporary covers to protect freshly placed and finished surfaces from surface damage. Protect for 12 hours. 7. l"mbedded screeds may be used unless otherwise called for. Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports 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. 9. keep working face of concrete "alive" and plastic. 10. Avoid other vibrating. 11. Do not transport concrete in form with vibrator. 12. Place concrete uniformly at spacing not to exceed 10 feet. TS-6.3.2.2 Slu117n: Hold slump as lout' as possible to allow proper placement of concrete. ' Maximum slump for curb, curb and gutter, and concrete pavement shall be 3 inches. All other concrete shall have a 4 inch maximum slump. TS-6.3.2.3 Cold Weather Requirements: r 1. Do not place concrete on ice or frozen subgrade. 2. Do not place concrete at temperature below 20°l:unless covered and heated. 3. When temperature is or is forecast below 4(1°F. the following are required: a Heal ent water - 150' F maximum h b. Neat aggregate re Tate to frost free temperature. p C. Temperature of concrete regulated to the following schedule: Air'.Femncrature Concrete TctTtnerature 30 to 40 70 to 80 20 to 30 80 to 100 d. Cover, protect, and heat to 70° F air temperatures when heated concrete is required. C. Preserve and maintain moist curing conditions when Treating. f. Admixtures for cold weather purposes are not approved. TS-6.3.2.4 Hot Weather: 1. Concrete exposed to direct weather shall not be placed at temperatures above 100" F. 2. Cover,protect and cool work as required to maintain concrete below 1001 F. TS-6.3.3 Finishin Concrete: TS-6.3.3.1 General: 1. All slabs, walks arid decks shall be sloped uniformly to drain to finish grade, and must drain completely. 2. Finish shall be of specified texture and uniform in color and appearance. Approval of finish is required oil first concrete placed. 3. All voids in slabs and horizontal surfaces are to be filled during finishing operation. Voids in fornis surfaces are to be repaired ininlediately at the time forms are removed. 4. Avoid over-finishing. late finishing. re-watering;. and other techniques that nlay cause "crazing". S. Provide adequate marl power and ec ui rnent (or finishing prior to placing, I { 1 p � P concrete. 6. Initiate Curing process as soon as surface strength will p ennit. TS-6.3.3.2 Formed Surfaces l xnosed to View: 1. Remove forms as soon as Curing and strength development permits, 2, Remove the cones where applicable and sill 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 exists. fill void with grout. Cure 5 days. TS-6.3,3.3 Pavement: All concrete shall be finished monolithically. No "topping" or "plastering". Sidewalks and curb and gutter shall receive a light broom finish. See Section TS-8 for finish of Concrete street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Curin TS-6.4.1 General: 1. All concrete is to he cured a minimum of 5 days after placing and finishing or 5 days after repairing. 2. Protect all concrete surfaces from damage during and after curing period. TS-6.4.2 formed Surfaces: I. Fornis are adequate if left in lace 5 days, 1 P ?. Cover top with 6 rnil Polyethylene sheet. 3. If' forms are removed to "stone" finish or repair concrete, cover with polyethylene sheets. Anchor in place. T'S-6.4.3 V1'alks. Curb and Gutter. and Pavement: 1. S)rav liquid membrane ASTM - "Standard Specifications f i w Membrane-Forming Compounds for Curin g Concrete".Designation C-309 current.edition). 2, Follow manufacturer's directions for sprayed liquid membrane. r3. Protect surface from damage. TS-6.5 Defective Work: TS-6.5.1 _General:_ l Defective concrete work shall be removed and replaced immediately. 2. Work built outside tolerances shall be considered defective. 3. Concrete of inadequate strength or having surface conditions indicating poor durability such as crazing, severe "map cracking", crumbling, or other evidence shall be considered defective. 1 4. Engineer shall he notified immediately when such conditions become apparent. TS-6.5.2 Repair t l. Repairing of minor faults such as small "honeycomb" areas and voids may be patched. Repairs shall lie made as described in "I'S-6.3.3.2 above. 2. Cure patched areas 5 days. TS-6.6 Joints: 1. Joints shall be constructed as shown on the plans. Unless shown on the plans, .joints shall not be constructed unless approved by the Engineer. t Where water stop is specified in joint, water stop shall he securely fixed in place to prevent voids or"foldover"ofwater stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints shill be made with canted 2x4 at least 2 !/:'!inches from wall lace. All eonsti't1ClI(711 joint conlacl surfaces shall be finished with wood float finish. 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of joints with wood float. ' -:�4- 7ml 4. Contraction ,joints shrill he sawed to a depth equal to one-quarter elf' the thickness of the concrete. Unless otherwise indicated oil the plaits, contraction joints shall be spaced at a maximum distance of)2 feet cacti wily for concrete pavement.. Contraction,;. nits shall he at approximately 10 foot intervals. .loints in curl)and gutter shall line up with sawed joints in concrete pavement. TS-7 ASITIALTIC___('ONC'izf?,'11" TS-7.1 General: This work shall consist cif the construction of asphaltic concrete base. mid surface course as shown an the plans rind specified herein. TS-7.2 Standard S ecificition: All Nvork of this section shall be in accordance with the referenced portions or`°Missouri Standard Specifications for Highway Construction" 1980 } clition published by the MISS(►LII-I State highway and 'Transportation Commission, except as modified here. TS-7.3 As lhaltic Concrete l;asc: TS-7.3.1 Subgrade shall he prepared as specified in Section 'I'S-2. TS-7.3.2 Material: Materials shall conForm to Standard Specifications Section 301.2. TS-7.3.3 Mixture:The mix shall coniitrrrl to the recluirenlents of'Sectiort 301.3 Asphalt cement content shall he in the range or') to 6 percent. Marshall Properties Stability 1 200 Min. 1"low 9 to 6 TS-7.3.3.1 Section 3013.2 shall be changed to read as follows: Prior to preparing any of the mixture on the project, the Contractor shall obtain. in the presence of the lrlgineer, representative samples of asphaltic cement and mineral aggregates Ior tests. The samples of material shall be of the size designated by the E'ngineer and shall he submitted to an approved laboratory for tcstinrl. 'fhe Contractor shall also submit Im the I:ngirlecr's approval. a job-IlliX for•nlula for each mixture to be supplied for the protect. No I111X1tU-C Will be IC(,'Cl)tCd I(►r'LISC until tlll t(►l-I-Illlx formula for the project is approved by the l'.ngincer. 'HILL-job-ntix formula shall he Within the master range specified im the particular type of asphaltic concrete. and shall include the type and sources ofclll materials. the Lra(iations oI'thc aggrogates. the relativC clu..Inti1V Of'cacll ingredient. and shall state a (let mile percentage lily cacl sieve fraction of aggre�late and for asphaltic cement. No job-rnix forll)ula will be approved which dues not permit. Within the limits of the master nuipe. the full tolerances specified filr asphalt r content alld fo1' I11a1Ct'IaI passltiu tltc No. 200 sieve. The job-min formula approved for each mixture shall be in effect until modified in writing by e the Engineer. When b satisfactory results or other conditions make it necessary, or should a source of material be changed, a new job-mix formula may be required. The Engineer may make adjustments in the jab-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 rbe 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 of a commercial mix.the Contractor shall submit to the Engineer the proposed mix pro portions,sources of materials, Marshall properties,and it list of projects on which it has been used. TS-7.3.4 Construction RQUirements: TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed(1 )when either the air temperature or the temperature of the surface 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' P.) (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 inclement weather. TS-7.3.4.2 Asphalt Plant: The asphalt plant or plants shall meet the requirements oi- Standard Specifications Section 301.6. Plant calibration shall be the sole responsibility of the Contractor. TS-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 404.63). Transportation of the mixture shall conform to Standard Specifications Section 301.8. An adequate number of trucks to provide constant supply of mix to the laying machine shall be used. 'The location of the plant shall he close enough to the project that excessive cooling does not occur. ' 'file provisions of Statufard Specifications 301.9 and 404.63 shall be met. TS-7.3.4.4 Srn-cadinsj the Mixture: .Asphaltic mixtures shall be spread in accordance with ' Standard Specifications Section 301.9 and 301.9.1. Allowance shall he made Ior the slope of'the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shrill be used as a grade reference 101't W automatic: screed conu-01. 3i�- TS-7.3.4.5 Lot icr : Rolling shall begin as soon as practicable after the spreading. The Contractor shall submit to the Engineer the rolling system he proposes to use or the compaction of the mixture. Rollers shall be in good condition, capable of operation without backlash, Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water sy:;tern for moistening cash roller or wheel. Rase course shall be compacted to 951%j of laboratory density, Surface: course shall be compacted to'98%, of laboratory (.tensity. TS-7.4 Asphaltic Concrete: This work shall consist of as haltic concrete surface course, TS-7.4,1 N aterial5: Material shall conform to the applicable sections of Standard Specifications For Highway Construction, Sections 401, 403, and TS-7.3.3.1 for Grade "C", Grade "U" and 'Type "C" except as modified hereto. TS-7.4.2.1 Gradation MaX Desired Max Desired 1 Gradation Limit Gradation Limit Gradation Passin Grade C Grade C Grade.12 Grade 1) '/4" sieve 100 100 100 100 80-100 98 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 NOT :'The gradations of the aggregates will he determined from.sam ples taken from the hot bins. ,.Type C., Pass 3/4-inch sieve 100 ... Pass 3/4-inch sieve. retained on ! -inch sieve U 3 Pass '/-inch sieve. retained 3/8-Inch sieve l► 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. •10 sieve 7 20_ Pass No. 40 sieve. retained on No. 80 sieve 5 20 -37- ' r Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. ?,00 sieve 4 10 Asphalt Cement 3.5 7 TS-7.4.2.2 Auureuatc I m Asphaltic Concrete: Shall conform to the applicable sections ofthe Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile, 50 1110 of the needed approved aggregates prior to placement of any asphaltic base or pavement. r TS-7.4.3 Construction i e irements: Construction requirements shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather lAmitat.ions: 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 tale asphalt will be placed is less than 40° F. TS-7.4.3.2 S readinl;: Spreading of'the rnixture shall be 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 langineer. 'I'S-7.4.33 Commercial Mi�.ture: 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 ()(*the new asphaltic concrete pavement unless the preceding lift has baen protected from all dirt and traffic since its placement. 'Pack Coat will be placed after cleaning and preparing of the surface is complete. Application rate will generally he 0.10 to 0.15 gallon per square yard as directed by the Engineer. Tack coat material shall be RC-70. SS-1 or SS-1 1 1 unless otherwise approved by the Engineer. There will be no direct payment for tack coat. This work will be considered ' subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and 1'avment: Measurement will he made for the various type of pavement as per tine itemized hid farm. Where existing pavement is hying overlaid. payment will he for Base Leveling Coarse her ton and for Surface Course per square yard as shown on plans. Where till new pavement is to be constructed, payment will be made per square yard ' of full-depth base and surface course pet- typical section. r -38- 1 1 ayment will include all costs ofeleaning existing pavement or previously laid lifts and all casts of'tack coat. TS-13 11ORTLAN11C1 MENT CnTIC'lt1-.'1`I PAVEMENT: TS-8.1 Portland Cement Concrete: The work shall confirm to the referenced portions of "Missouri Standard Speeifications" as modified herein, TS-8.1 .1 MMerials: Materials shall conform to Section 501.2 ol'thC"Standard Specifications" as modified herein. 'filing material as specified in Section 1056 will not be used. 501.2.2 Mix Design, Delete Section 50l .2 2.1 and Section 501??2. 501 .2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sticks ol'cenicnt per cubic yard. 501 .2.4 Consistency. Delete slump table and paragraph 501.2.4.1. Hold slum l as low as possible to allow proper er placement of concrete. Maximum I p p p f l slump for pavement, curb, or curb and gutter shall be 3". All concrete shall he air entrained in accordance with Section 501.7 including paragraphs 501.7.1 through 501.7.3. Air content shall he between 4`l, and 7'l,. All concrete for curb lull gutter and concrete pavement shrill contain not less than 6,5 sacks cement per cubic yard. Actual mix design shall be prepared and subrllittCd by the Contractor to the C;ngincer fir his approval, Submittal shall include source and properties of all aggregate, source of cement, proportions used. slump. air content and results of breaks of 5 test cylinders. Cylinders shall be broken as I611mys: 2 at 7 days 3 at 28 clays Prior to s(a)-tinu project. contractor shall obtain in the presence of the n_ineer. represeruatiye sarilplcs ofcenlvilt. fine and course aggreg;lles liar test. The samples ofmlaterial shall be ol'the sire designated by the ["muineer and shrill hr submitted to an approvucl laboratory liar testing.', The Contractor shall subillit Cllr the L in«a's approval each,lob-Mix Formula. The maximum time a,lob-Mix will be used will be 2 construction seasons. , Minimum compressive strength, based on ASTM designation C-39. C-31. and C- 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13%) less for job cured cylinders. Concrete may be either central mixed and delivered in approved trucks or ilia), be truck mixed. Total elapsed time from time of combination of water and cerllent until all of'that batch is placed shall not exceed one hour. The use of calcium chloride will not be permitted. Other admixtures may be used only if approved by the Engineer. TS-8.2 Portland Cenlent_C'oncrete Pavement: This wort: shall conlornl to "Standard Specifications" Section 502 and substitute the following: TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute, the following: Contractor will conf'orrn to the requirements of the preceding section of these specifications. Delete Sections 502.3.1, 502.3.2, and 502.3.2.1. Delete Sections 502.3.4. 502.3.5. 502.3.0, and 5023.7. Delete Section 502.3.9 through 502.3.13 2. Section 502.3.1 G shall be changed to read as follows: Auxiliary F',(luipment shall be available at all times as follows: a) Two or more 10-foot straight edges of an approved type. Blades shall be replaced when edges become wavy or warped. b) Inunediately following the machine floating and while the concrete is still plastic. the contractor shall test the pavement surface for trueness by means of"I 10-foot straightedge in contact with the concrete: surface parallel to the paverllent c=enterline. and drawing the straightedge lightly across the Surface, ' Advance along the pavement shall be in successive stages of the more than one-half the Ieiwth of'the straightedge. All variations shall be eliminated by f it I ing depressions with freshly mixed concrete or striking offproiections.and the areas so corrected shall he consolidated and refinished by metals of a long-handled flout. ' -40-►. r C) Sutfieient burlap, waterproof paper, or plastic film for the protection ol'the pavement in case of rain or breakdown of curing, equipment. (1) ,Joint Seal shall confirm 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 Cranstruction Requirements: Deli very tickets shall be provided tile inspector in accordance with Sect ion TS-6.2-l of this specification. Delete Section 502.5.3. Section 502.6 -Conditiclninu clf_,Subt:radc. References to other sections shall he references to those Sections as amended by these Speci f ications. 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 1 land Finishing will be permitted on the project. 502.16 Sliri Form Construction. This type of construction will he allowed on this project. The provisions ol'Section 502.)6 and the succeeding pLaragraphs its amended herein shall apply. References to other sections of* the Missouri Highway Specifications shall refer to those sections as modified by these specifications. 502.16.1 Subgrade and Base. Delete all references to aggregate base. I'aven•tent shall lie placed on earth subgrade and the paver and check template shall also operate on the subgrade. e Delete Section 502.17 and paragraphs 502.17.1 through 502.17.5, Cores will not be drilled on this project unless required by the I rlgineer, This will only be done it'dotlht its to the actual thickness exists. Normally edge thicla wss will be used as a rou �h ChCCk Oil ConstruCtCd thickness. g i- Pavement thickness will be considered to he design thickness. TS-8.2.3 Nleasurentinl and 11m,meni shall he in accordance with Sections 502.19 arld 502.19 ' --11- r of the Standard Specifications as amended b the Following: If core, are taken and p y > the thickness; found to be deficient the provisions of 502.19.1 through 502.19.3 shall apply with the exception of Type "A" curb and gutter (see typical suction fir end details and thickness)which shall be measured on the basis of'linear feet constructed. Payment shall he continuous through residential drive approaches and shall include the hooking up of existing house drains that now extend to the street. TS-9 LAWN REPAIR AND SFJ3DING: 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 Blur�sm ss -,oddin£T: Sod shall he planted in accordance with the Following requirements. Sod shall be of the best quality and when placed, shall be live .fresh growing grass With sufficient soil adhering to the roots. Sod shall be procured from areas where the soil is fertile rind contains a high percentage of loamy topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall he approved by the Engineer bel'ore cutting and harvesting. The sod shall be transplanted within 24 hours from the time h 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 event shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of the areas shall have been completed to the satisfaction ofthe Engineer. Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting. the sod shall be watered and mowed as required until completion and acceptance:of the entire work. No sodding shall be done during the period from .June 1 to September 1, unless the planting season is extended by the engineer. ' TS-9.3 Seedin After shaping, placing 41"of to p soil.and dressing of areas to be seeded have been approved by the I nginee:r. a commercial fertilizer. grade 12-24-24, shall hc applied at a rate of not less than 350 pounds per acre. "1'11c area shall he prepared to receive the seed mixture 11V using a disc Spiker or other suitable irnplc:ntent, tiered shall then he spread at the specified rate h'• drill. by hand seeder. by brillion seeder. ' or by other appr'ovcd seedcrs. Seeding shall not be done during windy weather. or when the pround is frozen, mudcly. or otherwis.. in a non-tillable condition. 42 An established grass cover shall be provided on all areas requiring seeding. 6 P t. Irrigation, mulching, mowing, 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 he applied at the rate of'300 pounds per acre. The seed shall be composed of a mixture of'GO'%O "Derby" Ryc grass, 20% creeping fescue, and 200/0 Bluegrass. Bluegrass ilia), be either Ram 1, Touchdown, or Glade. Seeded areas shall he mulched with straw at a rate of 1.5 tons per acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of seeding in any or till areas required to he seeded. Protection and Repair: The seeded area shall he free of traffic.ic. If at any time before acceptance becomes Bullied or otherwise damaged. or the seeding has been damaged or destroyed, tale affected portion shall he repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically named state laws and regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. TS-9.5 Method of Measurement: TS-9.5.1 Definition of Grading, Limit: The term "grading limit" as used in this Article, shall mean any of the fallowing: (a) The location of a line determined by the interspection ol'the cut or fill slopes shown oil the Plans with file existing surface, plus allowance for rounding at such intersection as shown on the Plans. During the course of the wort; the Engineer rilay direct that the grading limit be elsewhere than as determined by the foregoing, and. in such case. tllr grading limit will he at the location as directed by the I:n"'inecr. (1.)1 FOr' s1111CIUNS placed in esctivations and for pipes in trenches. five (5) feet outside. a vertical plane tllroug,h the outermost surfaces o!'thc neat lines of -41- such structures or of the pipes. TS-9.5,2 Sccdirlg: Measurement will he made of the area seeded (horizontal measurement)to the nearest 1!10 acre. Measurement will not he made beyond aline 5 feet outside the grading limit. TS-9.5.3 Soddin Measurement will he made ol'the areas sodded(slope measurement)to the nearest square yard. Measurement will not he made beyond a line 2 feet outside the grading limit. I'S-9.6 Basis elf,I'avitlent: TS-9.6.1 Seedinra Sodding: The amount of' completed and accepted work, measured its provided shall be paid for at the contract unit price bid per acre for seeding and at the contract unit price hid pCr square yard Ri►r sodding. TS-10 REINI QRC;F,17 C'C)N(.'RI�,'lrl DOUBLE, BOX CUf.VI RTS AND RF TAiNiNG WALLS TS-M.1 General: "These items shall be hid on the limp suns hasis to include: the necessary excavation and the disposal of any excess excavation material from the channel to allow construction of the proposed structures and ill materials and labor to connplele the construction of a i I x Q Reinforced Concrete Double Box Culvert and all Retaining Walls according to the plans and specifications. 'S-10 2 Reinforced Steel (il Co11CCCte Structures: All reinforcing steel to he used (or this structure shall he delor•nncd bars meeting the requirements ofthe following: Grade 60 ASTM a 615-70 Defbr•med Billett Steel Liars Concrete Reinf6mcnlcnt. Reinforcing steel shall be protectcd from daulagc at all times. When placed in the work. it shall he free from dirt. oil, paint. grease, loose mills scale, thick ruse t111d (llller foreign substances. Reinfi►►•cement for the top slab shall he held securely in correct position by means of'approvcd metal btu• supports and tics. Bars in the top slab shall the tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the forms and the reinii►rcenlcrlt. ' The steel shall be lied in correct position and inspected beforc any concrele is placed. Such inspection will not relieve the contractor of'his responsibility for constructing (lie unit in accordance with the plans. 10.1 Fornnirig: Lornns for corrc:retr Shull he huilt true to the lines and grades designated and be mortar-ti��ht arld of•S(►und rlrrlcrials adc(Iuate to prevent distortion during 111 placing ' --14- and curin ,ss tl -wise ec' i 1. 1f' g,of concrete. All eoneret.e shall be fc nned a nlc.., o tc r sp rt`e during or after placing the concrete, tile. forms sag or bulge, the concrete affected shall be removed,the harms realigned and new concrete placed. Construction camber to take cure of shrinkage or settlenumt impairing the strength of the structure by the reduction of'dcpth will not be permitted. The forms shall be designed For it fluid pressure of 150 pounds per cubic foot on horizontal surfaaces and 30 pounds per square foot on vertical surfaces for impact and vibration. TS-10.3.1 lace Lumber of firms for exposed surfaces of concrete shall present a smooth dressed surf*ace free of loose knots, knot holes. and other defects. The spacing of supports and the thickness of face lumber shall have a minimum nominal thickness of one inch for solid lumber of 5/8 inch for plywood. Form materials shall he placed with horizontal joints. 'triangular molding, smooth on three sides and having 3/4 inch width on each of the two firm sides, shall be used to bevel all exposed edges of' the structure, except where special bevels are shown on the plans. TS-10.3.2 F'orms Re—used shall be in good condition. Dorn► lumber which is unsatisfactory in any respect shall not be used. TS-10.3.3 Desis;n and Construction of Forms permit their removal without damage to the concrete. Cofferdam braces or struts which will extend through any exposed concrete section will not he permitted. Fornis under copings and around offsets may he given a draft of not more than one inch per foot to permit removal without damage to the concrete. For narrow walls where access to the bottoms of the forms is not otherwise obtainable, an opening shall be provided so that chips, dirt, sawdust, or other extraneous material may be removed immediately prior to placing concrete. ' TS-10.3.4 Ties and spreaders and all metal a , liancLS used inside of forins to hold them to correct alignment and location shall be so constructed that of ter rernoval of firms,the metal may be removed to a depth of at least one inch below the surface of the concrete. Metal tie rods used inside the lorms where concrete will have an exposed surface shall be a type which will not produce a cavity at tlae surf*ace of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as ties shall not he removed by pulling them through the concrete. Wire tics and pipe spreaders will not he permitted, and metal or wood spreaders which are separate from torn-: ties shall be removed as concrete is being plstced• A bolt-through method of•supporting li►rnis fi,r massive substructure units may be used with the approval of the F1'.ngineer. No li►rni ties shall lie embedded in concrete above the roadway surface on bridges, TS-10,3.5 Cavities produced h\ the removal of* metal tic rods shall he carefully filled with , mortar composed ol•approxinaately one part cerucnt to two parts sand. White cement to the mortar if necessary to obtain the required color. In order to shall be added c rY q reduce the shrinkage, tto 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. Tic rod cavities in surfaces against which backfiil 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 in the interior surfaces of box grinders will not be required. TS-10.4 Portland Clement Concrete This item shall conform to the Missouri Standard Specifications for Highway Construction, Class I3 concrete with a coarse aggregate classification of Gradation D. Osage River Gravel. Fine aggregate shall be Missouri River Sand, Class A. It shall be a 5.81 bag mix with an air content of four (4) to seven (7) percent. Finish for bottom slab shall be travel and finish for top slab shall be broom. TS-10.5 Excavation The contractor shall be responsible for excavation required to complete the proposed structures in place. Tile contractor shall establish a sound bedding bef-bre pouring tile- bottom slab and footings. TS-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 structure and its acceptance after final inspection. (Payment for this item will be included tinder the bid item for Double r Box.) TS-10.6.1 Slump Test: Slump 'Pests shall be taken during each pouring and shall not be less than -1 inches and not more than 4 inches. I'5-10.6.2 Compression 'Pest: Cylinders 6 inches in diameter and 12 inches in height shall be used in determining the compressive strength. The contractor shall make I cylinder per 25 cubic yards poured. TS-11 CIZLJSHED STONE Di Y17WAYS; TS-H.1 Crushed stone driveways shall be a►nsu-uctCd in accordance Nvith the details on the Plans and with the requirements of MiSSOLIH Higdiway Specifications Section 304 for t -40- aggregate base course except that the provisions far measurement and payment therein shall not apply and except as modified in this section. TS-1 Aagregate '1'yplc: 'type 1 TS-11.3 The required thickness may he compared in one layer. Required density of compaction shall he 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-11.5 Crushed stone drives shall he carefully graded to drain. TS-11.6 Measurement of crushed stone drives shall he to the nearest 1 square yard. TS-1 1.7 Payment shall beat the unit price hid 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 p 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 hock Blanket. "the minimum layer thickness shall be one and one-half'(] %) feet. The surface of rip rap shall be flush with the surrounding finished earth grade and ;,routed. TS-12.2 In. Ljcticin: The Contractor shall notify the l`.ngineer of the source of rip rap prior to its delivery in time to permit its inspection. TS-12.3 Measurement and Payment: Rip Rap will lie measured con-tplete and in place to the nearest square yard of surface area (slope measurcnient). Payment at the unit price hid will he full compensation for all costs ol'excavation and furnishing and placing rip rap as shown on the plans and specified herein. TS-13 ROCK E_;XCA\1 ATI0N: TS-1 3.1 General: Should rock- he encountered in two or more ledges, each ledge being more e than six (6) inches thick and with inter•lying swam of earth clay, shale. or grrlvel not more thall 1lvelve (12) inches thick in each stratum. the entire vull.lnre between the top ledge and bottom of•the hottuni ledge avill he classified as ruck:. (See Articic TS- , 2 for detail specifications.) TS-13.'_' 1.!sc of I-_.xx flosiVUS: When cxpknsives arc used in the pruseCtitiorr of work. the Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in a safe manner and in compliance with all existing statutes and ordinances and all places used for such storage shall be marked clearly "DANGEROUS EXPLOSIVES 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 the integrity of the design and to avoid damage to any new or existing structure included in or adjacent to the work. Unless the plans, special provisions, or the Engineer restricts such operation, it shall be the Contractor's responsibility to determine 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 permit from the City Eire Department. Ts-13.3 Measurement and Payment Rock excavation shall be bid on unit rice per cubic and and final payment shall be P 1 Y PY based on field measurement. Rock is defined as being sandstone, limestone, cher•t, granite, sillstone, quartzite. slate, shale, occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 '/ cubic yard in volume, in ledges six (6) inches or more in thickness. TS-14 SANITARY S1=WER ADJIJS'f MI NTS: TS-14.1 Adjusting and Rchuilclinu 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. aid which is to be left in seii,ice shall be raised or lowered to the new grade acrd slope. (b) All construction work in connection therewith shall be in accordance with the applicable details on the manhole sheet of the drawings. Manhole steps shall he properly reset and spaced. All new construction with brick shall he given a three-firurths ("�.�) inch mortar coat on the outside. All nc��° construction -1�- with brick or b recast concrete shall be given one heavy coat of coal tar paint. p (c) In areas to he paved or surfaced the work shall be accomplished and protected to 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 he taken to drop no debris into the bottoms of manholes. Any debris so dropped shall he immediately removed to prevent being washed down the sewer line. (e) The Contractor shall verify for himself' the types of construction of the existing manholes. TS-14.1.2 Lowerinb Manholes: (a) Wherever possible, the manhole shall be lowered without resetting or rebuilding the cone (this will be classi fled as "Adjust Manhole to Grade"), utilizing, one or both of the following methods: 1. Remove existing straight neck brick or precast concrete ring sections and lower existing cast iron ring and cover. 2. Remove existing cast iron ring and furnish and set shallow type cast iron ring. Type 3, as shown on the Plans. (machined), or equivalent, designed to receive existing cover. (b) When the required lowering isgreater than can be accomplished as specified in the above subparagraph, the work will be classified as"Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: 1. Precast concrete shall be removed and reset, removing one or more precast concrete rings below the come, furnishing, any necessary shallow depth straight concrete rings below the cone or concrete or cast iron adjusting rings above the colic. The existing cast iron ring and cover shall he reset. or. if necessary. a shallow type ring shall be furnished as specified in Item 2 of sub-paragraph S-14.1.2 (a). 2. Brick canes shall be torn down and rebuilt with brick. using eccentric or concentric cone as required to meet clearance conditions. An eccentric ccmc is preferred. Taper on walis shrill not he more than ' twelve 02) horizontal to font (40) vertical, The existing cast iron ring and cover shill he reset.or. i f nc-cessary.a shallow type ring shall he furnished as specified in item 2 ol'suhparagraph S-14.1.2 (a). ' T 4.1 3 Rai � Manholes: S l tns�� (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 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 east iron ring, shall be twenty-one (21) inches unless otherwise directed by the Engineer. (c) When the required raising is greater than car, he accomplished as specified in the above subparagraph, the work will be classified as "Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: el. Precast concrete crone steal l be 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. ?. Brick cones shall be torn down and rebuilt with brick,using eccentric or concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. T'he existing cast iron ring and cover shall be reset. TS-14.1.4 The Contractor shall furnish all materials required fear adjusting and rebuilding manholes. Suitable materials salvaged from existing manholes may be reused as needed. If directed to replace any cast iron item found to be unsuitable through no fault of the Contractor, payment for the materials only will be made in accordance with the provisions of Regulations of the Contract Article f C-21. 'I'S-15 UNDEMDRAIN: ' 1'S-15.1 General: The Contractor shall install underdrains where directed. None are shown on the Plans. I le shall have an available source of underdrain materials so that they can he quickly obtained when it is determined where and if they are required. However, such materials shall not be ordered until directed by the I-ngineer. l lnderdrains shall he installed only at locations as directed by the f ngincer. TS-15 2 Materials: 1. Pioe for Underdrain: "Missouri HiUhWay Specifications"Scction 1022, with necessary fittings. Pipe. littings and shall be fully bituminous coated after tirbrication in compliance with the requirements of AASHO M 1c)U. _50- Diameter of perforations after coating shall be not less than one-fourth (V4) inch. 2. A 1 re uatc for l.lndcrdrain: Natural sand, meeting the requirements for Fine Aggregate, MC-113 Section 4. TS-15.3 lnstallation: 1. Installation of underdrains shall be in accordance with the details on the Plans, with "Missouri Highway Specifications" Sections 605.11. 605.12.1, 605.13.2, 605.13.3, and 605.13.4, and in accordance with the fallowing items. 2. 1..)nderdrains will generally he discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Cutlet in storm sewer shall preferably be in upper two thirds(2/3)of pipe height: in ditches, a minln'ium of six (6) inches above bottom of ditch. 3. 13resil: into storm sewer or drainage structure acid grout underdrain in pipe into as for branch connection as shown on the flans. Use granular fill beneath underdrain pipe to bottom of storm sewer trench or structure excavation. 4. A section of non-perforated pipe,oflength as specified by the E.nginecr,shall be installed at the outlet. end. 5. Seal around underdrain with clay near outlet ends to confine water it) the Pipe. 6. Aggregate R1r underdrain shall he compacted to final settlement by ponding. 7'S-15.4 Measurement and I'a nxgnt: underdrain pipe shall he 111cilsurcd per linear foot complete including trenching, installation, granular fill and hackfill. TS-16 PAVI MF:N1' MAi KING, TS-16.1 Scope: Furnish and apply while and yellow thermoplastic reflectorized pavement marking materials as indicated on the plains. Cold a inlied type shall be used fOr aill markings and shall consist of a hoillo enous, extruded,lire lirhricated material of'specificd thickness and width. which shall contain reflective glass spheres unif01-1111V distributed through<un the cross section. and shall be applied to the pIVC111ent surface by means of a pru-coasted adhesive and pressure. ' -51- TS-16.2 Materials: 1'S-16.2.1 C eneral: a) Materials will be considered only from manufacturers of reflectorized 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 ol'thc work location, b) f;ach work and symbol marking 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, tnc;rely by traffic action at normal pavement temperatures. The plastic marker shall have resealing characteristics such shat it will fuse with itself and with previously applied markings of the same composition under normal conditions Of'use. TS-16.2.2 Composition Rec uirements: S ie 5 ' without 'v shall It 1 e less tt) A, Supplied, the plastic with t.t adhesr e nc 1 c. .. than 0.06" in thickness. The edges shall be clear cut and true. b) Plastic shall be supplied complete with a pre-coated adhesive and an easily removable backing shall protect the adhesive in storage and facilitate rapid application. C) The plastic and its adhesive shall be suf iciently free of tack so that it c,m be easily handled without tile: protective backing„ and be re-positioned on the surface to which it is to be applied, before permanently fixing it in this position with a downward pressure. TS-16.2.i Physical Requirements: a) Bend'Pest: The plastic steal I be of'such a structure that at a temperature of 8O° F.. a piece of'Y x 6" (with backing) placed upon a 1 "diameter nlandr•el, may be bent over the mandrel until the end faces are parallel and i" apart. There shall be no fracture lines apparent in file uppermost surface by visual inspection. b) Reseal 'best: The plastic shall reseal to itsell'whcn tested as specified. Cut 1" T' pieces oi'plastic. Overlal, these pieces face to face (or an area of I scl. in. on a flat steel plate. with the backing rtla mmg terial renla in place. Center 1 it 1.000 grail weight over the 1 sq. in. overlap area. and place in till oven al 190" �. 10 F for two (21 )lours. After cooling to rc►om tcmperature. the -52- feces shall not be separable with tearing, p P C) Glass Snherc Retention: The plastic shall have glass sphere retention dualities, A 2" x 6" specimen of plastic shall be cut at a right angle to the beveled edge and bent parallel to the beveled edge of a !,s" mandrel, While the specimen is bent, a strip of '/2" wide masking tape (such as Utilitape, manufCactured by Permacel) shall be applied firmly along the length of the area of maximum bend and then removed, Should any glass spheres remain on the masking tape when the strip is removed, the sample shall be rejected. d) Skid Resistance: The surface friction of properties of the plastic shall not be less than 35 B,P.N., when tested according to ASTM f -303-66T. e) Lateral Shack Load 'Pest: A 3" x 6" plastic panel shall be applied to a 3" x 6" piece of carborundum extra coarse emery cloth, or its equivalent, so that 3" x 3" overlap occurs. The application shall he such that a pressure of'50 p,s.i. is placed oil the panel For 30 seconds. The overlap ends shall each be clamped with one end in a fixed position: a sudden load of 50 lbs. shall be applied vertically to the other end. Upon rrnmedlate load release and examination,there shall be no noticeable slipping or fracture of the adhesive ' coating. "]'his test shall he conducted at a temperature of between 70" R and 80° F. f) Adhesive Shear Strenkth: Specimens stealI he tested according to the method described in ASTM 13-639-01T as modified to test the adhesive shear strength. The samples shall he prepared as follows: Plastic samples cut as described in paragraph 207-33(i), shall have applied to the adhesive face a 1" x 3" piece of carhorundum. extra coarse emery cloth. or its equivalent, so that there is i sq. in, overlap at one end ofthc plastic specimens. A pressure of 50 p.s.i. shall he applied over this area of a period of 30 seconds. Load shall applied by gripping each end of the test pic'c:c in rJ suitable tensile test machine such as a Dillon or Scott Tester. The average of the load required to break the adhesive bond sh,rll riot be less than 10 lbs. The speed oftesting shall he 0,25" per mincrtc. The test shall he conducted at a temperature of between 70'. F. and 8W F. TS-16.3 SUbmittals: The C'ontractorshnll fur•nishamunulirclurrr'sect•tification.inlriplicate.attestingthat all matCriUk supplied cr.►nform its the requirement~ of these Specifications. The , cer•tif ication shall include. or have attached•specific results of lahorate►n•tests f6rthe sped f iCLI physical turd chemical from samples representative of the lot or lots of thermoplastic eorupc►und. alas:; spheres and reficclor•iied plastic• ' marker niaierial supplied. TS-16.4 Measuring and Premarking: 7'he Contractor shall do all measuring and pre-marking;required for application ofthe pavement markings. TS-16.5.1 A l ication Requirements: Cold applied thermoplastic materials shall be applied to clear,dry pavement surfaces, free of dirt and foreign matter, by removing the release paper and placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60° F. or over, unless special instructions are supplied by the manufacturer for application at temperatures below 60" F. TS-16.5.2 The manufacturer shall supply detailed information concerning an), special application procedures. Any necessary activators for the adhesives or various special coatings for different pavement surfaces shall be supplied. TS-16.6 Method of'Measurement: Measurements of the marking are given on the plans for informational use only. TS-16.7 Basis of Pavinent: Payment for pavement markings will be made at the contract lump sum bid price and shall include all material, labor and incidental items necessary to complete the wort: as shown on the plans. TS-17 OMITTED 'r'5-18 TRAFFIC SIGNALS: TS-18.1 General: All traffic control signal equipment, materials and construction methods relating thereto shall conform to Section 902,"Traffic Signals"of Missouri Standard Speci fications for i-lichway Construction. 1 996,except as amended by the additions, deletions, and substitutions of this Article. Where any section of the Missouri Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the Plans,or the Missouri Standard Specifications, these 'Technical Specifications shall govern. TS-18.2 �Seo _: The work of this section shall consist of furnishin g and installing Ifmc traffic control signal equipment and materials as shown on the plans. as set out in (lieu 1 'Technical Specifications and as directed by the Owner's authorized representative(s) to result in a complete and finished)cab. 3 Section 1 902.3 "Materials" of the Missouri Standard S cc'f ica ions for Ilk shwa T5-18.. S t cn _--__ P 1 t. _.- , s_., a Construction is modified by adding the following paragraphs: A. Section 902.31.5.1, "Multi-Conductor Cable". shall he amended by the addition of the following: 1) As an ileceptable altet•nate the Contractor may use multiconductor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) for Polyethylene- Insulated, Polyvinyl Chloride Jacketed Signal Cable. 13. Section 902.3.5.3,"Induction Loo Detector Cable",shall be replaced by the Loop p following: 1 ) Induction loop detector cable shall be No. 14 AVID, '1 HWN or 'i'I-11IN, soft drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of' ]/32-incli. TS-18.4 Section 902.4, "lquipnu:nt", of the Missouri Standard Snecificlltians for f Iiahwtl Construction is modified by adding the following paragraphs: A. Section 902.4.1, "Signal Heads" shall be amended by adding the following: 1 ) The housing.signal hardware, visors, louvers,and lenses may also be polyearbonate. 2) Lamps fer signal section optical units shall be furnished by the Contractor as fellows: Lamps for 12-inch lenses shall he 150 watts. All other lamps shall he clear 1 1 6 watts. ' Signal lamps shall be mitlinlunl life rating of 8,000 hours,guaranteed by the 1111111UfldLircr. ' I loriontalk•mounted lamps shall be installed with the open segment of the filanlcnl up. 13. Suction 002.4.4."Power Supple Assembly". shall b amended by adding the bellowing: 1. 'I•he circuit breaker cabinet as detailed on the flans ler the power supple assembly shall he insullled on (lie existing wood poles as ' shown on the Plans. TS-18.5 Section 902.5"Construction Requirements",of the Missouri Standard Snec.ifica ion fcrr Highway�Constrttctior. shad) be amended by adding the following: B. Section 002.5.1, "full Boxes and .lunctlon Boxes", shall be amended by the addition of the following: 1 . Concrete pipe, meeting ASSI-10 Specification Designation M86 for non-reinibreed or M 170 Class IIi for reinforced of suitable length and diunneter, and provide with cable hooks, may be substituted for other types of pull boxes with the approval Of the Owner's authorized representative(s). ?. Bpansion Cast ABS(Acrwlonitrile-i3utadiene Styrene)thermoplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. 3. Delete subsection 902.5.1.4. 4. .function boxes shall be installed at locutions shown on the flans. They shall be ofthe sizes and designs as shown on the flans. 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. 'Hie submittal and approval must he completed prior to including such deviating designs in the construction hid. 13. Section 902.53, "Conduit System", shall be amended by the addition of the followinu: I. Polyvinyl chloride pipe schedule 40. UL approved, may be used in ' lieu of rigid steel pipe. C'. Section 902.5.7. "Vdiring", shall be amended by adcling the following: 1 . The detector loop wire shall normally be No. 14 AWG. `1 HMIN. Stranded 01'a continuous length from the spliced connection to the pair of shielded conductors in the iead-in cable. The splices will he permitted ill the length of'1001') wire beyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall be protected by a flexible vinyl plastic. Lubin,, of' 1/10 inch lf).a minimum of 11,312 inch wall. 1/4 + deterioration r Inch OI). The tubing shall be. capable, elf rc.srsttng dc.terroratt.ln fr.lrlt ails 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 Engineer. The tubing shall he of ' continuous length from the point of*splicing of'tile loop wire to the Icad-in cable. No splices will be madL in the tubing. 2. At the time of placing the loo wire in the sawed slots, the ends of the 1 b p tubing shall he scaled to prevent any entrance of moisture into the tubing. 3. All lengths of loop wires and tubing that is not imbedded in the pavement shall he twisted with at least 5 turns per foot, including lengths in conduits and handholes. 4. The electrical splice between the loop lead-in to the controller and tilt loop wire shall also consist of' providing a watertight protective covering For the spliced wires, the shielding on the loop lead-ins,and the end elf the tubing containing the loop wires. The splice shall he made by the (Allowing method: a. Remove all Icad-in cable coverings leaving flour (4) inches insulated wire exposed. h. Remove the insulation front each conductor of'a pair of lead- in cable conductors tn•i one-half ('/) inch and scrape bath "ir copper conductors %with knife until bright. C. Remove the plastic tubing from the loop wires for one and one•-half(1 '%) inches. d. Remove the insulation from the loop wires For one half'(,/".) inch and serape both copper conductors with Icnifc until bright. C. '1­11C conductors shall be connected by twisting together. soldering and covered with a sci-c%v-on wire connector. C. Cellter' all conductors in a splicing mold. The mold shall he approved by the Fmgincer. g. Position the:spliced wires in the center of'the mold and fill the mold with a sca.rlant or epoxy-type resign. The sealant or epoxy-type resin urged must be approved by the F-i-i ineer. r 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 Polymer'Pape sealant between the wires and completely cover the silicone rubber. 5. External surge,protection is required on each loop detector which will meet or exceed the following requirements: a. Unit must be a three terminal device capable of protecting the detector against differential (between the loop loads)surges, and against common mode (between leads and ground) surges. b. Unit must be of the inductive type with a maximum DC resistance of]50 milliohms. C. Unit inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. C. Unit must be a two stage device capable of clamping a 250 turlpere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. f. Unit must clamp a 250 ampere common mode(between leads and ground) surge to 20 volts. 6. The controller cabinet must be furnished with a surge arrestor on the AC service which meets or exceeds the following requirements: a. Unit must he capable ol'withstanding repeated 20,000 ampere surges (minimum of 25). eb. Unit must have internal follow-current limiters (resistive elements). C. Unit must contain ; active clamping stages minimum. d. Unit must self-extinguish within b.; milliseconds after trailing; edge of surge. ' C. Parallel impedance of ] limiters must be less than .15 ohms. 1 D Section 902.5.10, "Fainting", shall be amended as follows: 1 . All exterior metal darts of the signal heads, including mounting brackets and other hardware, except door fronts, inside and outside oi'visors, louvers, and backplates, shall be primed and painted with a standard federal Yellow enamel. Door fronts, inside and outside of visors, louvers, and backplates shall be painted flat black and in their entirety, except backplates constructed from black thermoplastic material. 2. Polycarbonatc components,if used, shall be the same color as specified fior painted metal parts. TS-18.6 Traffic Signal Oiteration Policies: 1. During the course of'siLMal installation and until the signals are laced in During g p operation, signal faces shall he covered or turned away from approaching. traffic. When ready for operation, they shall be securely fastened into position facing toward approaching traffic. After the signal installation is complete, the Contractor may put the signal in operation for test purposes only. However, the signal shall not be put into permanent operation until authorization is given by the Owner's authorized representative(s). a. When the Contractor is certain thetraffic signal controller and control accessories are working properly,and all signal equipment is properly installed, he shall make an inspection appointment with the Owner's authorized representative(s,). b. After a thorough inspection of the signal equipment and installation, the (_)wner's authorized representative(s) may authorize the Contractor to put the signal into permanent operation. This authorization will he given if all signal equipment is working properly, of if public safety and convenience warrants the operation , of,the signal before all corrections have been made. C. A \vritten anrl I'll un.ication confirming the permanent signal operation ' authorization and the findings of the inspection shall be prepared by the Ownei''s authorized representative(s). The finding~ of'the inspection may include the acceptance and approval of the signal or it list ol'signal or a list of signal deficiencies to be corrected. d. II' the inspection finding contain a list of signal deficiencies, the (:'ontructor shrill correct them as soon as possible. If the signal nitlst be put on Ilashing ope:raticul or completely shut down to make: the ;et_ necessary correction,the Contractor must receive authorization fi-om the Owner's authorized representative(s) before this action is taken. When the Contractor is certain all corrections have ben made he shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection of the signal, a written communication confirming the acceptance and approval of the signal shall be sent to the Contractor by the Owner's authorized representative(s)at the end of the 15 consecutive days of operation of said equipment. TS-18.7 Guarantee and Maintenance: 1. General: a. The Contractor is required, until the end of the one year guarantee period covered by the Performance 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-14.7.2. b. This requirement applies to all traffic control signals under this contract. C. The intent is that at the end of the one (1) year guarantee period the Owner will have properly operating and serviceable traffic control signals; that defective equipment, materials and workmanship will have been corrected: and that any necessary maintenance in connection with specific items enumerated in paragraph TS-14.7.2 wether or not due to defects in Contractor's materials and workmanship, will have been accomplished. All materials and installation for such work will be a the Contractor's expense. 2. Conditions Requirin�Corrections: Any adverse conditions which affect.the use., function, operation. quality or life of the traffic control signals shall be corrected, including the following: a. 'Traffic control signal equipment malfunctions: including, but not limited to the following:signal control lermalFunctions:vehicularand ' pedestrian detector malfunction: electrical cable malfunctions: and • failure of traffic signal units. poles and mast arms: w1lich affect the ' -60- 1 function and sale operation of the traffic control signals, h. L-.Nclusions: The following conditions are excluded and are not considered the responsibility of the Contractor. I. 'Traffic signal lamp replacement due to lamp hurn-out. ?. l:)anlage to tral'fic control signal equipment and materials resulting from acts of vandalism, traffic accidents, natural disasters, or street cuts or excavation within the right-of-way of others, 3. Oeneral Requircments For Corrective and Maintenance Work: a. All corrective and maintenance work shall he done ronl on a tly p p 11 notification by the Owncr in order to prevent unnecessary inconvenience to the traveling public and to minimize traffic safety hazards. h. All work shall he in accordance with these specifications and the highest standards and methods ofthe traffic control signal industry. The Contractor sllal I submit his proposed methods and designation of` equipment and materials to the Owner, for approval in advance of such work. TS-18.9 Submittals: The Contractor shall furnish, in triplicate. a list of equipment and , materials to he installed, showing name of rnanufilcturer. catalog or descriptive data, and shall furnish manufacturer's certifications,in triplicate attesting that all materials supplied con(c)rnl to the requircnlcrlts o1'thcsc Spccilicatlons. TS-18. 1 F'ield L,avout: All work cowered by this Section shall be done to the lines shown on the flans or as directed by the Owner's authorized representative(s). The Contractor shall be responsible: for all field layout work subieet the approval ol'the Owner's authorized representative(s). TS-18.1 U Method of,Measurement: Method of 1V1eaS1.11'ClIWIlt shall c01110i'111 10 Section et0'.9. "Method of Mcasurenlcrlt". of the 1996 Missouri Standard Specifications For i-lihhwtly Co11StRICti011. TS-18.11 Basis of Payment: Accepted traffic control signals. measured as provided, shall he paid Fol-at the Contract relit price Im each of the pay items included in the Proposal. No direct payrment shall he made 1,61-ally incidental items necessary to con1111cae the work unless specifically provided as a pad item in the Contract. -01- TS-19 OMITTED TS-20 FENCING TS-20.1. Removal and Re-setting Fence; Wherever existing fences lie within the construction limits or wherever shown on the plans. t.hc 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 aid shall be fully responsible fir any damage to the Nneing 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 i 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 t)wner. ' Renioval and re-setting of fence will be paid for at the unit. price bid per linear foot. 1 TS-20? Tern orary Fencing Wherever permanent fencing that is used to contain small children or animals must be removed to accommodate construction. the Contractor shall erect temporary fencing suitable to perform the function of the permanent fence until the permanent fence can be restored. The construction of the temporary fencing shall be coordinated with the property owner to cause as little inconvenience as possible. In no case shall such area be left unfenced over a weekend or- for more than one weekday. At the C'ontractor's option. materials from the existing fence may be used fur the temporary tenting. However. the Contractor «gill be fully responsible fl or restoring the permanent fence in condition at least equal to that prior to construction. Temporary fencing will he subsidiary to the other items of construction. -G% TS-21 CERTIFICATES OF C OMPLIANCI;. TS-21.1 General: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, producers fabricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in connection with the work conform to the requirements ofthc Specifications. as provided in the various sections of these Specifications. h. Whenever the items so certified deviate from the requirements of the Specifications,flans and other Contract Documents,then the Contract or shall paint out such deviation in the letter of transmittal. Unless this procedure is followed and such deviations are specifically approved by the Engineer in writing,then the f ngit)eer's approval of such certif ications will not constitute approval of the deviations. C. Said certificates may be accepted by (lie Owner and I:;nglnecr Its adcc uate p 1 evidence of compliance with the Cantrac:t f.)ocuments. However. at its option, the Owner may test any or all of said items for compliance. If found to be in compliance with the Contract Documents, the coat oftesting will be borne by the Owner. If found to he not it) compliance. the Contractor shall pay for such testing. TS-21.2 Requirements For Certifications. shop Drawings and "Testing: a. Specific requirements for certifications, shop drawings and testing are given in the fbIlowing subparagraphs. b. Manufactured items,as fclllows. will require certificates ofcompliance, with shop drawings. catalog data or installation instructions where so indicated. I . Reirtl'orced concrete pipe, fittings and specials. (Shop drawings required for all fittings and specials, including branch connections. and riser n)anholes.) 2. Joint materials for reinfilreed concrete pipe. �. t'orrugatcd metal pipe and underchain pipe, sittings and specials (Shop di-MVll)gS r'c(lllll'c•cl for sane iterrls as in itch) 1 above). 4. Ductile irul). cast iron, vitrified clad and copper pipe and fittinls. Bricl; and t))ortar. r N r G, Precast concrete manholes and inlets. 7. Reinforcing steel and welded wire fabric. 8. Metal work (Shop drawings required for fabricated items), 9. Iron castings, 10. Seed. r11. Sod(considered as manufactured material for compliance purposes). I ngineer shall be given the opportunity to inspect and field prior to deliver}, to proicct. 12. fertilizer. 13. Gabion baskets. r14. fibercloth. c. Rock and sand products will require certificates of compliance, tts follows: 1. Stone For gabion till. d. Rackfill: It is recognized that, due to mixing of types of materials found in Cite construction, it may soilletimes be difficult to correlate actual perfornlance with test results. The l"ngincer may make notations of waiver oil certain field moisture-density test reports when, in his judgment, the Specification requirements have been met on the basis of visual inspection and the test reports do not truly indicate the field condition. 1-iowcvcr, the Contractor will be Fully responsible im settlement of backf ill as provided in Special Conditions Article SC-3. re. Concrete: I, The actual inix proportions shall be determined by the Contractor, based on satislilctor)• experience with the proposed materials and MOB mix. Mix proportions, typical test reports and complete data ' on materials and plrult. SUPI)OI-ling their under the Specifications. shall be submitted to the E=ngineer in triplicate For concurrence before beginning concrete work. ' 2. Acceptance cif'Concrete Cor stren�_th shall be as sti tiltucd in Article { 4 1 1 -64.. 7 5.021 of MC1B Section 5. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. 4. Visual inspections and tests for performance of concrete may be made by the Engineer to satisfy himself that consistency, air content, minimum compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and tests will be in accordance with MCII3 Bulletin No. 6, "Concrete Inspection" and the applicable parts of MCI£3 Section 5, "Concrete Mix Design Tables". f. Asphaltic Concrete Mix: The provisions ofltem 1 of Subparagraph S-21.4 (c) shall apply to asphaltic concrete mix, except delete:the reference to"MCll3". TS-21.3 Payment: No payment can be made to the Contractor unless the City is in receipt of Certificates of Compliance for all materials installed to date. TS-22 SCI°ll✓I-)I_iI, OF W()RK. 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: I3eflore wort; is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of the work but also the time of starting and completion of each part. The schedule shall be submitted to the Engineer for his concurrence. TS-22.3 Winter Shut Down: If the project is shut down over a winter. the area shall be left in a safe, passable, and accessible condition for the winter. The Contractor shall maintain traffic and access over the winter shutdown as provided in paragraph S- 23.2. The Contractor shall maintain the pro*leet over the winter shutdown period in such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes protecting above the base shall be ramped with temporary bituminous cold-mix or asphaltic concrete in order to facilitate tire City's snow plowing. Access shall be provided to all houses. TS-23 MAiNTI"'NAN.O.' OF TRAI"'FIC AND ACCESS: TS-23.1 General: 'I'hc Contractor shall conduel his work so as to interfere ors little as possible with public travel. whether vehicular or pedustrian. Whenever it is necessary to ' crass. ohstruct. or close roads. driveways and walla, whether public or- private. the Contractor shall at his own expense,provide and maintain suitable and safe bridges, t P ,P €� , detours,or other temporary expedients for the accommodation of public and private travel,and shall give reasonable notice to owners of'private drives before interfering with them, provided, however, that such maintenance of traffic will not be required at any point where the Contractor has obtained permission from the owner and tenant of private property, or from the authority having,jurisdictiort over public property involved, to obstruct traffic at any designated point thereon and for the duration of ' whatever period of time as may be agreed upon. The Contractor will be required to make provisions for or maintain local traffic. He will be expected to make reasonable effort to provide access to all drives whenever possible, and particularly when work is not in progress. He shall provide for emergency vehicle access to any point at all times. The Contractor shall esent a work schedule and a plan for handling traffic for P review before commencing any work. TS-23.2 When Work Not In Prouress: The work shall be cleaned up at the end of each working day.and temporary surfacing shall be placed such that ,access will be had to 1 all driveways during the night, weekends, holidays, and other days when work is not in progress and when the stage of the work does not directly interfere with the drive. The Engineer.,at his discretion, may grant short-term exceptions to this requirement in connection with preparing sub-grade and paving. TS-233 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 Nvill be responsible, through this person, for making such temporary repairs during said periods as may be needed to meet the requirements of paragraph 5-23.2. TS-23.4 The provisions of Ml)TCD. Part Vl, apply to this Contract. TS-24 'I'I MPORARY St .FACING Where required to provide access and when directed by the En gineer, the Contractor shall provide temporary surfacing either of Crushed Stone for Temporary Surfacing or. of Asphaltic Concrete i1or Temporary Surfacing as directed by the Engineer. Such temporary pavements shall be maintained by the Contractor in a safe. reasonably smooth condition as long as they are in use. Crushed stone Im temporary surfacing shall meet the requirements ' of paragraph 1007.2 of Missouri Highway Specifications for Type 2 Aggregate. Gradation A unless the Engineer agrees to a different gradation because of site conditions. Asphaltic concrete Ior temporary surfacing shall be Type I base as specified in Article 23. Pavrrrent for temporary surfacing shall be at the unit rice bid pet- ton of material. €� p p Measurement will be on the basis of delivery tickets. TS-25 �U;+:f C:t7N"1'RC)L Adequate precaution shall be taken to insure that excessive dust does not become airborne during construction. The Contractor shall comply with any regulations of the Missouri Air Conservation Commission or federal government which apply to this matter in the geographical area of the work. The determination as to whether excessive dust is becoming airborne shall be by the Engineer. When directed by the Engineer, the Contractor shall take appropriate dust control measures satisfactory to the Engineer. No separate payment will be made for performing dust control or for applying water for this purpose. TS-26 PROP RTY CORNERS AND Mf)NUMENTATION: it shall h the responsibility of the Contractor to protect all property lot corners and land Y p { 1 p survey corners and accessories. Should it be necessary to disturb any such monument, whether stake, pirr, bar, disk. box, or other, it remains the responsibility of the Contractor to reference such markers prior to removal, reset them, and file such relocations or monumentation documents as the law requires. Any such references, removal, replacement and certification of monuments shall be performed by a licensed engineer or land surveyor. TS-27 CLEANUP: TS-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition during the progress of the work. The Contractor shall.as directed by the Engineer.remove from all public and private property,at his own expense, all temporary structures. rubbish and waste materials reStAking from his operation. TS-27.2 The Contractor shall open and clean all existing ditches and culverts within the right- , of=way and casements, leaving them free From all excess mud or silt, drift, brush, or debris of any kind prior to final acceptance. The Contractor shall clean up all dirt From paved surfaces. not al lowing same to pack on the roadway or create a traffic nuisance. No direct payment will be made for work within the scope of this Article. TS-28 TRAFT1C SiGNS. STOP SIGNS. AND STitl-'l 'I' SIGNS: All existing tral'f is signs, stop signs and street signs in the way of the worl, shall be carefully removed by the Contractor in accordance with the re(Iuire111ents o(' Ml1'f Cl). The required function of stop sign, shall be preserved by the contractor whenever a street is open to traffic. All signs shall he re-installed 161lowillp.. the construction. No separate payment will be made For this work. ' TS-29 DOWNS1101 t�f DRAINS- T5-29.1 Teneral: This work shall include connecting existing downspout drains through an.d into the proposed curb,curb and gutter,or storm sewer facility. The location of some downspout drains may be shown on the plans,but other drains may exist that are not shown. The contractors shall be responsible to connect all downspout drains regardless of whether they are shown on the plans. TS-29.2 Construction Methods: The contractor,shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally,new material of the 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 Payment:All work associated with connecting downspout drains through 1 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. 1 TS-30 SUBSIDIARY ITEMS: There are small items of work specified herein or that are incidental to the other construction 1 for which no bid items are given. These items and any item for which no bid item is given shall be considered subsidiary and their cost shall be included in the bid price of other related items of work. 1 1 1 1 1 1 1 1 1. 1 0 CITY OF JEFFERSON , STANDARD SANITARY SEWER SPECIFICATIONS 1 1 MANHOLE ACCEPTANCE TESTING All manholes shall be vacuum tested by the contractor tit his expense. ,Appropriate equipment and manpower will be furnished by the Contractor for this purpose. When vacuum testing manholes the following criteria are to be used- 1) � � 1) 'Phis method is applicable to precast manholes only. 2) All lift holes shall be plugged with an approved non-shrink grout. 3) Manholes are to he tested after 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 of the 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 of the manhole, The frame-cone,joint will he visually inspected by the engincer. 7) A vacuum of 10 inches of mercury shall be drawn and the vacuum pump shut oft. The time fir the vacuum to drop to 9 inches of mercury shall be recorded. 8) Acceptance fi)r (tour (4) trot diameter manholes shall be defined as when the time to drop to 9 inches of mercury meets or exceeds the following: Manhole Depth Diameter Time to Dro . 1" of'I-iG 10 ft. oi- less 411. 60 seconds 10 11. 10 15 fl. 4 ft. 75 seconds 15 fl, to 20 It. 4 fl. 90 seconds ' 9) For manholes five (5) fibot in diameter, add an additional 15 seconds and I'or manholes six (6) trot in diameter, add an additional 30 seconds to the time requirements fir Ibur (4) trot diameter manholes, 10) WOW manhole fitils to lest, necessary repairs shall he made with a non- ' shrink grout while the vacuum is still tieing, drawn. Re-testing shall proceed until a satisfactory test is obtained. Revised 1/2/04 TABLE OF CONTENTS Section 1'a�'e 1.0 General 1 2.0 Materials and 'Testing 1 3.0 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 is 7.0 Backlill 16 8.0 Tunneling, Boring and ,lacking 18 9.0 Acceptance 'rest for Sewers 20 10.0 Seeding 25 11.0 Pavement Replacement 26 12.0 Measurements and Payments 26 13.0 Subsidiary Items OCTOBER, 2000 STANDARD SANITARY SEWER SPECIFiCATIONS SSM 1.0 C3T:NI;., 1, SS-1.0 Description: Sanitary sewer construction shall consist of furnishing all labor, materials and equipment fir the complete installation ofsewers and appurtc;nances in accordance with the City Standard Drawings, Plans, General Provisions and Covenants, Street Specifications and Standards, and these Specifications. SS-1.2 Sa+cci ication Modifications: It is understood that throughout this section these specifications may be modified or deleted by appropriate items in the Special Provisions or notes on the contrect drawings. SS-1.3 Revisions of Standards: When reference is made to a Standard Specification(ASTM, AWWA)the specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders,except as noted on the Plans or in the Special Provisions. SS-2.0 MATERIALS AND TESTING SS-2.1 Scone: This section governs the furnishing of all pipe, fittings and other materials as required to complete the work as shown on the Plans and as provided for in the Special Provisions. SS-2.2 General: 1. Requirements: Furnish pipe of materials,joint types,sizes,and strength class indicated and specified. Higher strengths may be furnished at Contractor's option, at no additional cost to the Owtten 2. Manuficcturer: The manufacturer shall be experienced in the design, manuf'cture and commercial supplying of the specific material. 3. Inspection and Testing: To be performed by the 111=1 facturer's quality control personnel in confonnance with applicable standards. 'Testing may be witnessed by Owner. Engineer. or approved independent testing laboratory. Upon request of the Owner, and prior to deliveiy, the Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the speci l ications. 1 1 1 SS-2.3 Vttxiied .IaY ii m to ASTM C-700,e xcep t a otherwise specified herein.e• Confor I, General: Furnish m,,Lximum pipe lengths manufactured by the supplier,except for fittings, closures and specials. 2. Design: Provide ASTM C-700 Extra Strength pipe and fittings in sizes 1 8-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 B Bedding in accordance with ASTM C-12, unless otherwise noted on the Plans. 3. Joints: Flexible gasketed .joints for hell 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 firm a tight coin pression joint. All bell and spigot .joints shall conform to ASTM C-42.5, 4. Fittings: Provide fittings, if specified, defined as tee or wye connections suitable for assembly to house or building sewers similar to W.S. Dickey Clay Company "Perma-'r and "Derma-Y" SS-2,4 Ductile Iron Pine: 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 B or F. Minimum wall thickness shall be for Class 2. 2. Joints: Mechanical and push-on.joints flor ductile iron pine and fittings'shall conform to the requirements of'ANS1 A21.1 1. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be acceptable. 1 3. Fittings: fittings shall be in accordance with ANSi A21.10 and shall have a pressure rating of not less than that specified for pine, fittings used with ductile iron pine shall be ductile iron or cast iron. Fittings for pipe with mechanical ,joints shall have mechanical joints. Fittings for pipe with push- on joints shall be either mechanical Joi ill or push-on.joint. Furnish ali specials. taps. plugs and Wall f ittillgs as required. SS-2.5 Aervionitriie Butadiene Styrene Comt Oslt�S��a�cr 1'i e:C'c►►ilc,rin to ASTM D-261{0, except as otherwise specified herein. r r I. Generai: Furnish maximum pipe lengths manufactured by the supplier,except for fittings, closures and specials. 2. Design: Pipe to consist of two concentric thermo-plastic tubes integrally r braced across the annulus and with resultant annular space filled with inert material to provide continuous support between inner and outer tubes. r 3. Joints: Collar joints for ABS pipe and fittings shall be Type SC or Type OR and shall conform to the requirements of ASTM D-2680. 'T'ype SC is a solvent-cemented joint in which pipe solvent cements into a coupling socket to firm the joint closure. Type OR is a flexible gasket joint for ABS pipe and special manhole connectors, in which a gasket is compressed between pipe and a belled coupling to form the joint closure. Gaskets shall conform to ASTM C-443. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not he acceptable. r4. Fittings: Fittings defined as tee or wve connections suitable for assembly to 4- inch or 6-inch house or building sewers shall he saddle-type fittings molded of rigid ABS plastic. SS-2.6 Reinforced Plastic Mortar 1'inc: Conform to ASTM D-3262 except as otlzerwise specified herein. r I. General: F urnish maximurn pipe lengths manufactured by the supplier.except for fittings, closures and specials. 2. Design: Pipe shall he a composite structure manufactured from siliceous r sand, borosi,licate glass fihers and catalyzed isophthalic polvester resin without organic filler. Pile shall be inimune to sulfuric acid formed by completion of' the hydrogen sulfide cycle when installed according to rmanufacturer's recommendations. 3. Joints: Flexible gaskcted joints shall hr compression type with a gasket r confined in a machined groove in the spigot end of the pipe. Oil resistant rubber gasket rings shall conform to the requirements of ASTM D-186n, Gaskets shall he neoprene or other synthetic material. Natural ruhher gaskets will not be acceptable. r r r 4. Fittings: Fittin►s defined as tee connections suitable for assembly to 4-inch or Fittings: g J 6-inch house or building sewers shall be saddle.-type fittings of rigid ABS plastic or PVC plastic. SS-2.7 PoleVinkl Chloride (PVC) Sewer Pine: Conform to ASTM ll-3034, except as otherwise specified herein. S. General: Furnish maximum pipe lengths manufactured by the supplier,except fittings, closures and specials. 6. Design: The minimum wall thickness for PVC Pipe shall confon» to SDR- 35. Pipe bedding shall conform to ASTM D-2321 for Class I materials. 7. Joints; Flexible gasketed ,joints shall be compression type with a gasket confined in either the spigot end or the bell end of the pipe. Rubber gasket rings shall conflorm to the requirements of ASTM D-1869. Gaskets shall be neoprene or other synthetic material. Natural rubber gaskets will not be acceptable. 8. Fittings: Fittings defined as tee connections suitable for assembly to 4-inch or 6-inch house nr building sewers shall be saddle-type fittings of PVC Plastic. SS-2.8 Reinforcing eel: Reinforcing steel shall be placed as shown on the Plans and shall conform to ASTM Specifications as follows: 1. Bars and rods shall be deformed billet-steel conforming to ASTM A-615, Grade 40. 2. Welded wire fitbric shall confirrm to ASTM A-185, Grade 40. 3. fabricated steel bar and rod mats shall conform to ASTM A-184. liar material shall confirm to ASTM A-615, Grade 40. 4. Smooth bars shall be round carbon steel bars conforming to ASTM A-306, r G rade: 60. SS-2.() Manhole Materiab!: I . General: Manholes shall conform to the applicable City Standard Drawing,. 2. Mortar: Mortar and plaster casting (or masonry manhole units shall be two parts Portland C'ement to one part. Masonry C'crrierat to six parts plaster sand ' 4 , mixed with the least amount of potable water necessary to provide a workable mortar. 3. Brick:Clay brick shall conform 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 for individual brick or 9.0 percent for the average of five bricks. 4. Precast Concrete: Precast concrete manholes shall conform to ASTM C-478. Joints shall be of material as specified for reinforced concrete pipe joints or a bitumastic material or performed flexible joint sealants applied in accordance with manuf:aeturer's recommendations. 5. Cast in Place Concrete: Concrete used shall conform to applicable City Standard Drawing. f. Waterproofing: Waterproofing will be required to all manholes. The bitumen shall consist of two coats of asphalt 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 a positive watertight connection for pipes entering precast manholes shall be provided. These connectors shall be the "A-1-OK" produced by A-LOK Products, Inc. or approved equal. SS-2.10 Manhole Castings: 8. General: Cast-iron rings. covers and steps conform to the applicable City Standard Drawings. The castings shall meet or exceed the following requirements: 9. Iron Castings: 1. Iron castings shall confonn to the requirements ofASTX4 A-48,Class ' 30. 2. Castings shall be clean and whole.and without blow or sand holes or 1 any other surface defects which would impair serviceability. Plugging or filling of holes or other defects will not be permitted. Parting fins and pouring, gates shall he renxwed. 4. Castings shall he thoroughly cleaned and fainted with two coatings asphaltum paint before being delivered to the site. SS-2.11 Bedding Aggregate:All materials used for crushed stone pipe bedding shall conflorni to applicable City Standard Drawings. SS-3.0 GRADING AND SITE, PREIPARATION SS-3.1 Scorn: This section governs the furnishings ofalI labor. equipment tools. materials, and the perfoi-rilances ofall work for clearing,grubbing. and demolition, wholly or in any part, at locations shown oil the Plans. or as provided For in the Special Provisions. Clearing. grubbing and demolition shall be done only to that extent which is necessary for the prosecution of the construction of the sewers. SS-3.2 Definitions: I. Clearing: Clearing shall consist of removing ali vegetable matter, such its trees. brush, down timher. rotten wood, rubbish and other objectionable combustible materials. Found on or above the Surface of the site. it may include removing fences, lumber, waste dumps and trash, and the salvaging of such of the materials as may be specified. This item shall include the disposal of the debris resulting; from the clearing, operations. 2. Grubbing: Grubbing shall consist of removing and disposing (lf' 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 ofdernolishing. rennovirlg.disposing,or incorporating into backfill all non-vegetable platter appearing above, on, or below the ground surface. This shall include all material derived from the demolition of Portland Cement COilCrCtC items tilleh as base courses. curbs, curh and gutters.sidewalks. floors. steps. driveways.drainage structures of all sorts, fences, and other miscellaneous iteniti tilleh as f(►I.mulations or wall of any sort. and iron or steel items. and shall include all asphaltic iterns such as pavement and base courses. SS-3.3 C"onstructirin I:)Ctails: 1 . Linlits of Mork:The limits fir clearing. grubbing'_find demolition shall, in no ' case. extend beyond the limit: of the right-of-waN. cite property lines. or Casements. lnliess othcrwist specified nn the flans or Special Provisions. 2. Protection of Lxistinu, Facilities: The Contractor shall he responsible for r r protecting any improvement of any agency, public or private, in the vicinity of clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the assistance of the affected agencies in the location of their facilities. The Contractor will not be responsible for the cost to any agency for assistance in the location o1' its facilities, but he shall be responsible for the cost of all damages to such facilities arising.because ofhis carelessness or negligence. r1. Private Sewer Facilities: 'fhe Contractor shall make every reasonable effort to protect private sewer facilities. They are riot shown on the Plans. When these: facilities are disturbed or damaged by the work, the Contractor shall make necessary repairs to the facilities for continuous service prior to the close of the work day. 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 the pro.ject. SS-3.4 Clear ir�: Clearing shall be perforated in advance of 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 meet all applicable requirements of the Federal, State, County and Municipal regulations concerning health. safety and public welfi►re. r SS-3.5 Grubber: 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 ofal least twelve(12)inches belowthe Finished grade elevation. Disposal of debris Frorn grubbing shall be as described in "Clearing" above. SS-3.6 Demolition: if portions of existing improvements are to be left in pace. the limits of pavement removal shall be laid out as neat. straight lines a minimum distance of six (6) inches beyond the anticipated edges of excavation. if the pavement removal limits are approximately parallel to and three (3) fleet or less front an existing ' pavement Joint, previous cut. or curb, the limit~ of removal shall b:• extended to the joint, cut, or curb. Sufficient portions of the: pavement shall be ren-►oved to provide F'or the proper grade and alignment of the new construction. Disposal of debris from ' demolition shall he described in SS-3.4 "C learinc,.". SS-3.7 Environmental Protection ProcedwNs: 1 (, 1 r r l, General: Compliance with the following procedures for protection of existing greenery is required. 2. Trees: All reasonable effort shall be made to save as many trees as possible. If trees can be 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=Wily. 1 All trees within 30 feet of either side of sewer centerline which arc specifically to be removed or saved have been marked on the Plans with the following notations, I. Trees marked "5" shall be saved. 2. Trees "aed" out shall be removed. 3. Shrubbery, Small Plants and Flowers: Prior to the start of construction, property owners will be notified of the proposed starting date. One purpose of this notification is so that the property owners may remove tiny shrubbery, small plants or flowers that they, the property owners, desire to save. SS-4.0 PIPE LAYING, JO Nl'ING AND TfITING SS- 4.1 Scoff: This section governs the furnishing of all labor, equipment, materials and tools for the installation of all pipes, fittings, specials and appurtenances as shown on the [Tans. City Standard Drawings or as provided for in the Special Provisions. SS-4.2 if{.anon ilk: I. Handle pipe materials and fittings Ina manner to InStll'C Installation 111 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 (10) Icet in length or greater, a double sling \-vill be required unless otherwise approved by the Enginc,-er. �. Shill. Illove and stoic with provisions to prevent rllovelllclll or shock contact with ad)accllt units. r SS-43 Installation: r r 1. All work shall be in accordance with the following standards: ASTM C-12 - Installing Vitrified Clay Sewer Pipe, ASTM D-2321 -Underground installation of flexible 'Thermoplastic Sewer Pipe AWWA C-600 - Installation of Cast. Iron Water Mains. 2. Utilize equipment, methods and materials insuring installation to lines and grades indicated. 1. Ratter Boards and Laser: The Contractor shall provide and maintain in good working order, on the site, at all times, a laser beam or a gauge rod of'suf'ficient length to reach front the invert of the se..wer pipe being laid to the top line strung on the three hatter hoards. The gauge rod shall be graduated and numbered each foot of' its entire length. The gauge rod shall be equipped with either a plumb line or two spirit levels 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 bealn is used to control line and grade for the pipe laying ! opcl-atiorl,the laser must he checked at the beginning of each clay and at least once between manholes and at any other time the Engineer deenls necessary to insure the proper line and grade of'tile pipe. Maintain the following tolerances from true alignment and grade: ' Alignment 3 inches Grade 1 inch Joint deflection shall not exceed the nlaxinnull ullowahlc deflection per joint according to ASTM C-425. ASTM C-594 and AWNA/A C- 600. Only one correction for alignment and/or grade shall he n-rade between adjacent manholes. 1;xccpt where pipe sections are being encased in concrete, no pipe is to be supported by blocks. 3. Accomplish curve alignments with bends, bevels and upon joints. Limit joint opening 111 concretc pipe to 3/8 inch in 1Wfing schedule and '/: inch in actual installation. L,inrit joint deflection with clay. ' cast iron or ductile iron pipe to not exceed the Maxl111u111 allrnvahle deflection per joint according to ASTM C-425. ASTM C-5Q4 and AVIWA C-600, 3. install pipe of'sr"/.e. plat: rirrl. sucngth class.and joint type with embedment as shown on the Plans. Reinforced concrete,pipc with elliptical reinforcement shall be installed and positioned in accordance with the pipe manufacturer's pipe markings indicating top and bottom pipe. 1. Pipes installed on grades in excess of 20%% shall be anchored securely with concrete anchors spaced as fellows: Grade Maximum AnchoLSpqcin 20`Yo -• 35'%o 3611. 3i`%, - 50'%I 24 ft. greater than 50010 16 ft. 2. Insofar as possible, commence laying at downstream end of line and install pipe with spigot or tongue end downstream. 3. ('lean interior of all pipe, fittings, and joints prior to installation. r�xclude entrance of foreign matter during discontinuance; 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. i 4. Install pipe only when weather and trench conditions are suitable. Do not lay ' in Nvater. Braee or anchor pipe as required to prevent displacement after establishing final position. SS-4.4 I'ipc 13cddirig: The sewer trench shrill be carried to a point not less than four (4) inches helOw hottorri of Pipe hell. Crushed stone bedding,compacted to full width of trench, shall than be placed and compacted to bottom of'pipe with proper allowance 1br hell joints. After each length of pipe being laid has been shoved "]ionic" and placed in proper alignnient, it shall be securely anchored and held in position by ' crushed stone deposited simultaneously on each side of the 1'►ipe. 'Phis crushed stone hackfill shall extend to a point not less than siN (6) inches above the top of the pipe hell. If unstable conditions are encountered and it is determined by the i'Ingineer that ' the bUlding specified will not provide suitable support for the pipc, additional excavation to the limits determined by the Engineer will he rugtiired. 'Phis additional excavation shall he h'Ickfillcd with crushed stone materi;d approved by the l::ngineer. SS-4.5 Joii,ting: 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 bast: slab or footing. 2. Clean and lubricate all joint and gasket surfaces with lubricant recommended by pipe manufacturer. 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 for soundness and specification compliance. 2. Provisions tier.lointing Clay Pipe: 1. Conform with AS"fM C-12, Section S. 2. Handle pipe having pre-molded joint rings or attached couplings so that no weight,including, the weight of the pipe itself',will hear on or be supported by the jointing material. 3. Provisions for Jointing Concrete Pipe: Check gasket position and condition after assembly with feeler gauge prier to installation ofnext section. ' 4. Provisions for Jointing Cast Iron and Ductile Iron Pipe: 1. Conform with AWWA C-600. 2. Paint suspected damaged port ions with turpentine and dust cement to check for cracks. Remove turpentine and cement by washing when crack test is satisfactorily completed. If cracks are found, the pipe shall he rejected. ' 3. Check ,gasket position and condition after assembly prior to installation of next pipe section. ' Provisions for Jointing ABS Pipe: 11 Chcmictill}y Welded Joints: 1. Apply prime to outside of spigot and inside of'coupling per manufacturer's recommendations. 2. lmme;diately apply cement to the same surfaces in sufficient quantity that when the spigot is (idly inserted into the coupling, a bead of excess cement will firm around the complete circumflerence. of 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 bold. 4. Rubber Gasketed Joints: Check gasket position and condition after assembly with feeler gauge prior t:► installation of next section. 5. Provisions for Jointing RPM Pipe: Check gasket position and condition after assembly prior to installation ol'next pipe section. 6. Provisions For Jointing PVC Pipe: Check gasket position Find condition after assembly prior to installation of*next pipe section. SS-4.6 Cul.tinu: 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 Tcw-(►ram1'lt�: 1. Plugs: Provide and install plugs aS nulnufilcurred by pipe supplier or as filbricated by Contractor ifapproved. Plugs shall be watertight ugainst heads up to twenty(20) Icct of\voter. Secure plugs in place in a manner to facilitate removal wfren r'egUlrcd to conncel pipe. ?. Location: Plugs shall be installed us specified or where shown on flans. Also the open end of'thc sewer shall be plugged at the end ol'thc work day with a suitable mechanical plug to prevent enlr} of f'orcign material until work is resumed. SS-4.8 C'onnect.�i0111; to l \iS1in!! PiPC i11CS and Sit-IICtLn_eti: ' I , ' �s in pipelines�s where indicated. Observe I Connect pipe to existing structure, and pip a o. pertinent articles of specifications pertaining to joint locations. 2. Prepare structure by making an opening with tit 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 thtit 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 (it' 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 speeified on the Plans. SS-5.0 MANHOLES AND SPECIAL. S' RLICTURES SS-5.1 Scope: This section governs the furnishing of' all labor, equipment, tools and iaterials,and the peribrmance 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 flans. 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. Mttnholes and special structures maybe constructed of precast concrete ' sections, cast-in place concrete, or brick. masonry. SS-5.3 1 Construction: 1. General: Manholes and special structure~ shall be constructed at locations indicated and in accordance with details as show on the Plans oi- 01y 1 Standard Drawin.!s. ' b. Precast Wall and (.educing Crone Sections: I candle with care to avoid daniage toy joint aids ofcaeli section, Daillaged sections ntay be subject to rejection at I? 's 'amts care shall be the discretion of the fn�,uteer. When using, 0-ring ,l , exercised in placing. the O-ring on the spigot end, and lowering the hell section on to the spigot end so that it watertight seal is obtained. When using,bitumastic•juitits both spigot and hell cads shall he pi-irried with solvent material compatible to the adhesive in the mastic. Approved bitumastic material shall completely fill the,joints so that a minimum of one- Fourth inch head of material is visible after jointing, to be smoothed off after completion of•the jointing operation. When a flexible preformed butyl rubber or bituminous polymer compounded with modifiers is used to seal ,jointed sections o('manholes, the extrusion of sealant from the joint is not required. The vertical spacing between mr.inhole sections shall riot exceed one-(north inch. Prelormed joint scalers remain flexible tit temperatures as low as 0 degrees Fahrenheit. All bitumastic materials or preForined flexible joint sealants shall not be applied to wct or damp surfaces. 3. Cast-in-('lace: Consolidate concrete with mechanical vibrators to eliminate entrapped air voids and rock pockets. Forins shall be supported in such a manner as to prevent any movement of the firms while concrete is being cured. Any movement of the forms may he cause fi►r rejection. 1. Masonry Walls: Fach masonry unit shall be laid in it full lied of'rriortar and with push joints. Closed joints nTrust he obtained, Mortar shall fully cover the interfaces of each unit. Surplus mortar on the inside Race shall he rerrroved. Belilr•e initial set,rill inside (lice rnortar joints shall be Well rubbed, The outside face of all masonry manholes shall be plaster-coated with it minimum of one-hall' inch mortar. The mortar shall he steel-troweled to produce it dense, smooth finish, ' 2. Invert Channels: Alignment of the invert channels shall he as shown on the Contract Drawings. When no specific details and dimensions are given, changes in 11(m direct ion shall he smooth, unifilrm and made with the longest radius possible. The cross section shape of invert channels shall match the lower halves of the enterlllv, and exiting pipes. The surfaces of'thc channels shrill he steel— troweled to produce a dense. smooth surface. When filling openings around pipes through Manhole walls. mortar and/or masonrN, units shall he placed so that the resulting .joints arc watertight. ' Mortar used in the joint closure shall not interfere \vith the invert channel. SS-5.4 Curing: All masonry., plaster coating and cast-in-plIace concrete shall be adequately , protected front frcc•r.inr and loss of moisture Im the first 2=1 hours. The curing 14 methods and materials to be used shall be approved b , the Engineer. pp } �, SS-5.5 ManholI itin s: All rings For manhole covers shall he set to match the existing surfaces,except in flood plains where the flans indicate that the ring is to he set at an elevation higher than existing ground. F,ach ring shall be set an a full mortar bed of bitumastic material, if approved by the Engineer. if masonry units arc Used to adjust rings to grade, the masonry work shall conform to Section SS-5.3 (d) of these specifications. SS-5.6 Water rrrcrof ink;: Two coats ofan asphalt or coal-tar pi lei) waterproof coating shall he applied to the exterior of'all structures from base to manhole ring. The coating Shall be applied in sufficient quantity so that no bare or thin spots show. The coating shall be applied in sufficient time to permit proper curing prior to hackfilling the excavation. i'roper tllethods and materials shall he used during hackfilling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. SS-6.0 i'iP i=-MASENII.N 1 AND COLLARS SS-6.1 Seo e: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of al I work for the encasement of pipe in concrete or installation of'concrete. collars at locations shown on the flans. SS-6.2 General: 'fools or partial encasement of pipe in concrete shall he used where the required Safe supporting strength cannot be obtained by other bedding methods, Concrete encasement shall also he provided at locations to protect public water supplies or where there exists the possibility that standard bedding may he eroded by currents of water under and around the pipe. SS-6.3 Materials: I. Concrete: Concrete whether reinforced err nonr'eintirrcud shall be approved by the Director of Public Works. Reinforcing: Reinforcing steel used in concrete encasements shall be ASTM A-615. Grade 40. SS-6.4 ConstrUCtiOn: Concrete encasement sliall be constructed at locations indicated and in accordance with details as shown on the flans or City Stundard Drawings. Start and terminate encasement at a pipe joint. Suitably support and block pipe to maintain position and prevent flotation. Loral to dimensions Indicated or construct f ull width of,trench. ' I. Joints: 11' a single section of' encasement is not constructed continuously (concrete is not placed in cI sing.le deposit) construction joints shall be 15 provided in the encasement to coincide with ii e joints, Construction j P [ p ,1 joints shall be keyed continuously around the encasement. Longitudinal reinforeetnent shall be continuous through construction joints. 2. Curing: Concrete encasement shall be protected and cured so as to prevent excessive evaporation of moisture or freezing. 3. Backfilling: Buckfill trench only after concrete encasement has obtained a minimum of 2000 psi and can sufficiently support the loads unposed by backfill and backfill operations. SS-7.0 BACK ILL SS-7.1 Scope: This section governs the furnishings of all labor, equipment, tools and materials, and the performance of all operations necessary for the proper replacement of backfill material in pipe trenches and around structures as required by the flans and Special Provisions. General: 1. Unless otherwise specified. all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground with earth, earth and rock or other acceptable material. When earth and rock is used it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the excavated material so that the. proper material is available for backfill. ?. The backfill material shall be compacted to it minimum of 80.0 percent of optimum density as determined by the Standard Proctor Test or shall be compacted to a density equivalent to the density of the immediate adjoining soil. The top six inches of'backfill in street right-ol-way shall be compacted to a mininlunl density of 95.0 percent of optimum density as determined by the Standard Proctor Test. backfill material shall he placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content as detern-iined by Standard Proctor Test. The combination of the thickness ofthe laver, the rnethod ofcompaction and the type of compaction equipment shall be at the discretion of the Contractor subject to obtaining the densities as specified above. ' 4. The quality of t11C Compactions shall be suhject to compaction tests when O deenled necessary by the Gngincer. It shall he the Contractor's responsibility to make necessary excavation in order to accommodate compaction tests at locations specified by the Engineer. The compaction tests will be performed at no cost to the Contractor. If' the quality of the compaction does not meet the above requirements, the material will tic removed and replaced to meet the above requirement, at the expense of the Contractor. 5. Commercial sand Backfill shall not be used. 6. In areas marked "Garden" or "Flowor Garden" on the flans, the topsoil as excavated shall be stockpiled and replaced to original elevation. location and depth. 7. Backfill material shall he carefully placed to avoid damage or displacement of sewer or structures. H. Backfill shall not be placed when material contains frost, is frozen, or a blanket ofsnow prevents proper conipact.ion. Backfill shall not contain waste material, trees. organic material, rubbish, etc. SS-73 Backfill of Pinc Trenehes: 1. The area below a plane six inches above the top of pipe bell shall he backfilled in accordance with the specifications for "Pipe Bedding" 2. Backfill above a plane six inches above the top of pipe hell shall he rnadc ® with suitable earth, earth and rack, or other acceptable material except that ® the area helow a plane; one loot above the pipe bell shall not contain any excavated rock. When earth and rock is used, the maximum dimension of the rock shall not exceed twelve inches. SS-7.4 Backfill Around Structure: 1. No hackfill shall be p laced over or around any structure until the concrete or mortar therein has attained a 2000 psi and can sufficiently support the loads imposed by the hackf ill without damage. ' ?. '1'Iac Contractor shall use utnost CaW to avoid any wedging action between the side of the cxc:ayation and the structure that would cause am movement of the structure. Any damage caused by premature hackf ill or by the use of equipment on or near a structure' will he the responsibility of the Contractor. 11 3. Backlill shall he placed and compacted oil all sides of the structure simultaneously. and operations shall he so conducted that the hackiill is always at approximately the same elevation on all sides cif the structure:, 4. No excavated rock larger than Four (4) inches maximum dimettsi011 shall he placed within one (I ) toot of the exterior surface of ant structure. SS-9.0 TUNMI I.,ING H RINCi_ANf)_JAC KING SS-8,1 Scops: 'Phis section governs the furnishing of al l labor. materials and equipment.and the perfilrilance ofall operations Accessary IM the coilslruction of tunnels complete with lining, bulkheads and sand fill at locations shown oil the flans or where constructed at the C'ontractor's option whc►t approved to pass the utilities, streets or obstructions without open excavation, SS-8,2 Tun11-0 Cross Section: Construct circular it) cross section ol'si:%e indicated. Alternate sic chef shape Irlati' he submitted li)r approval suhiccl to the 1611mving: 1. Best suited to proposed rrlethocl of exct)N'ation and lining. 2. Clear cross-Sectional are n not less than cleat' arch c)l circular Section indicated. 3, invert at grade consistent with adjoining open cut construction. SS-9.3 Materials: 1, Steel I..irler P1,nte: Steel tunnel liner plates shall be Armco) "Standard", Commercial Shearing sled Stamping Company "Commercial", Republic "Truscon I'i1 Kiel Oilt". M'L'elllal aTld Shall he galvanized ill accordance with ASTNI A-I23. The design and Shope of the liner plates shall he Such that asscinhly can take place entirel\ I'rorn within the tun►lel liner. The outside diameter shall he f 6111. (4) Iccl and the mininitim wall thickness shall lie tlnited States Standard Gauge 12 (0.1040 inches), Sufficient sections shall he provided with one and one-hall ( I /•,) inch or kirgcr grouting holes. lc)catcc( near the centers. so that \ hen the plates tu'e installed there' will he one line of,holes oil either side of the IU1111cl and one at the crown. ']'Ile holes in ouch liite shall nut he chore (hall llille (ea) feet tit-fart nnd. url)ess othex'wise approval. Shall he staggered. Bolts and nuts shrill coi form to AS'I'M A-1 h3. A-3-2.5 (fact .A-449 as applicith1c, 2. Steel Casings: Sled casinvs for V,orcd u1. lckcd cunstnic:tiun shall he steel pipe cunl,)rnlillp to ASTM A-130 with minimum dlamcter &t shown oft tllc l� ' Plans, 1. Minitllum wall thickness shall be in accordance with the following table: Diameter Nominal Wall 'Thickness of Casinr: Under Railroads All Other l Jses 24" 0.406" 0.281 'V" 0,43911 0.28111 28" 0.409" 0,312" ® 30" 0,469" 0.312" i� 32" 0,500" 0.312" 3411 0.500" 0.312" 36" (000" 0.344" 2. Steel shall he Grade 13 under Railroads and Grade A on all other uses, 3. ,Joints: I . Steel liner plates shall have bolted joints in both longitudinal and circumferential planes. Stagger longitudinal joints in adjacent rings when assembling. 2. Steel pipe shall have welded joints in accordance with AW AIA C- 206. SS-8.4 Construction: I. General: Before starting work, complete details of*the method of c, oration and liner materials to he used shall he submitted to the I?ngineer. The cast iroa) pipe sewer, in the area to lie tunneled, bored or jacked, shall be completed before the construction of adjacent portions of the same sewer lateral. The purpose of this requirement is to allow for slight discrepancies in alignment and grade which nlay occur in the tunneled, bored or jacked installation, ill 111111(,1' adj List rllenis in till' adjacent sewer can he made. The maximum allowable deviation in alignment and grade()('.sewer pipe shall he as shown on the Construction flans. 2. F-Ixcavation: 11xcavate by upprovcd methods applicahlc to materials encountered. Boring operations shall be perfi,rinod by experienced crews using a rotar\-1 pc horiiig nr,chinc designed especially for this purpose. 111eILIdC' dew"Iterillg, and chcmical Soil stabilization or grouting if'ncccssary due to existing lield conditions. ('clad excavation in a manner to prevent disturhing the overlayill ar,d acljaecnt nlaterjal, ' 1 c� 3. Lining: Assemble liner plates immediately following tl►e excavation. Advance casing continuously with excavation. When liner plates fire being installed,care Shall be takers to maintain alignment. grade and circular shape of the tunnel. All voids between linear and surrounding earth shall be lilted with grout forced in under pressure. The grout shall consist of'two parts elf sand to one part elf llorth►nd Cement.mixed with sufficient water to maintain a freely pouring consistency, As the pumping through any hole is slopped, it shall be plugged to prevent the backllow ofgrout. Afier lining installation is eompletc it shall he cleaned ell'all debris and all leaks which allow flowing or seeping. water into tunnel, shall be stopped. 4. Fnd Scals: Construct end scabs after sewer pipe has been permanently placed inside casing. tested and approved. Brick shall lie in accordance with ASTM C-32, Grade SS or SM and mortar in accordance with AS'I'M C-270. i. Sand Dill: Fill annular space between lining and sewer pipe with sand complying with gradation as set forth in ASTM C-33, Dine Aggregate. Moisture content shall not exceed 0.5 of one percent. Fill truer sewer pipe Iris been permanently placed inside casing, tested and approval, in a manner such as not to disturb the alignment and/or grade ol'the sewer pipe. SS-9.0 ACCE,,PTANCI? 'ITSTS FOR SI;WI.,RS SS-9.1 Scope: This section governs the furnishing of all 1,11101', ecluipmcnt, tools and materials. and the Berl ormance ol',rnv or all acceptance tests as reduirccl by the flans, Spacial Provisions. and these speclllcatioils. SS-9? Acceplance_Tests file (iravity Sewers: SS-9.2.1 Vi.sual_In�w?_.,OjOli: 1. Contractor shall clean pipe of excess rrlortar,,joint sullant ,nnd other dirl and debris prior to inspection. 2. Sewer \vill he inspected by flashing a lrghl beONW) nuutftoles and/or hN' physical passage where space permits. Determine from illumination andior r)hysical inspection the presence ol'any misaligned. displaced or broken pipe and the prescncc of visihle inlilu•ation or other defects. 3. Correct deflects as required prior Io concluctital2 leakage tests. , SS-9.2.2 fixf iltration I.eal;agc 'rest to be performed on the full length of all lines prior to acceptance. 20 1 I. Contriaetor may perl'orm leakage; tcstbig by exfiltration cm sewer pipe larder than eighteen ( 19) inches I.D. 2. burnish till labor, equipment, tools and materials required including httlkheads, water till(] all miscellaneous items required to perform the tests. 3. Test all sewer ripe over eighteen (18) inches 1,I), alter either the completed hackfill or partial backlill sufficient to stahilin the position of'tile ripe in both alignment and grade is accomplished. Contractor may select sections of the project li►t• leming at ,ill's, time by nolifving the lingiticer 24 hours in advance. ® 4. 1'erli1•111 tit dept11s oI'water as mellsu►•cd tlhove centerline of pipe of not less i� thall I1v11(2) IM nor more then tell( 1 O) Ices (consideration shall he given for water tabIc above said centerline). S. lvlaintain test as ilecessilry to locate till leaks but not less dean two hours. 1 6, Repeat its necessary alter repair of leaks and defects until leakage, as nleastired, does not exceed (J.1 S gallons per hich ol'internal diameter per hour Per 100 Icct of ripe length (200 gal/inch of 1.1)./dav/mile). 7. Protect manholes nnc.l otlicr structures by means of bulkheads to prevent bursting pressures 1i•orn being applied inside the structure. 8. Uewaler pipe upon completion ol'lesting. rSS-9.2.3 Air Leaktpc 'Pest to he per1i►1-med on Ills i'ttll lelyth of uII lines prior to acceptance. I. Contractor truly perli►rm t►ir lests lot all pipe. sii.cs. 2. Furnish till facilities required including necess,u•y piping connections, test pumping equipment, pressure patlros. hu11a11eads. regultitor to avoid over- pressurization mid all nliscellancous heal~ required, 1. The pipe phip (in- inlro(1uc;inV air to the sOWl' liar shall he equipped with two lapn. ()tic Ittp will he used to introduce air into the line being tested. through suii ll)lc valves and fillings. so that the input air rluiy he regulated. The +accond tat' will he fitted with valves and littiugs to accept a presstare Iesl }mtwc indicating internal pressure in the sewer pipe. All additional va)vc and finial! will be incorporated oil the lilt used to ellecl, internal pressure. so 111,11 a second test gauge ma\ be allached to the internal pressing ulp, The pressure test gauge r loss of air pressure due to leaks in the will also h� u�.ecl to indicate p sewer line, 2. 'fhe pressure test gauge shall meet the following minimum specif ieatioils: Size (Diameter) 4 14c inches Pressure Range t)-Is P.S.I. Figure Intervals 1 P.S.I. increments Minor Subdivisions 0.05 P.S.I. Pressure 'tube Bourdon tube or diaphragm ±0,25%)of maxinitltl1 scale reading Dial White coated alunlinurn with black ' lettering, 270 degree are and mirror edge Pipe Connection Low male ►/z" N.P.T. Calibration data will he supplied with all pressure test gauges. Certification of pressure test gauge will be required irons the gauge manufticturer, This certification and calibration data will he available to the P"ngineer whenever air tests are performed. 3. Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4, Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided ttlust have two taps for conneeting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure sloes not exceed 5,0 psig, After reaching 4.0 prig, throttle the air supi-11N, tc► maintain between 4.0 and 3.5 prig I'm in least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this tittle, check all plugs to (]elect any leakage, If plugs arc Found to leak,bleed off air. tighten plugs,and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 prig. At '.5 psig. begin tinting to determine the time required for pressure to drop to 2,5 psit!, If the bate, in seconds, For the air pressure to decrease from 3,5 psig to 2 5 psig, is grouter than that shown on the table bel(m. the pipe shall be presurrted I'rce ofdcfcct�. ' Pipe Required Time Nttxinitim Required Size Per 10(1.1,1; Time got 70 tics.. 227 see. l U" 110 sec. 283 sec, 158 sec, 340 sec. 15" 248 sec, 425 sec, 1911 356 sec. 510 sec, 2111 485 sec. 595 sec. 24" 634 sec. 680 sec. 27" 765 sec. 765 sec. 30" 851 scc:. 851 sec. 33" 91..5 sec. 935 sec. , •s ti ► �e above rc ► ire»cuts repeat peat test as necermi after all 1t att test fail. to meet t q i t c.l h leaks and deflects have been repaired. Prior to acceptance till constructed ® sewer lines shall satisfactorily pass the low pressure stir test. f S. In areas where ground water is known to exist, install it one-half, inch diameter capped pipe nipple, approxinititely ten (10) incheF. long, through manhole wall on top c►f one of the sewer lines entering the manhole. ']'his shall be don, tit the time the sewer line is installed, immediately prior to the rperformance of the line acceptance test, ground water level shall he determined by removing pipe cap, blowing air through pipe nipple into the ground so , to clear it, turd then connecting a clear plastic tube to pipe nipple. The hose shall be held vertically and it measurement ot'height in feet of water shall be taken after the water stops rising in this plastic tube. The height in feet shall he dividcd by 23 to establish the pounds of pressure that will be added to all readings. SS-9.3 Ac qc Itartce Tests Cor Pressure Sewn t, Fc)q.� pins: 1 . Peribrm hydrostatic pressure i.ind leakage tests. Conform to AWWA C-600 procedures its modified herein. 'Kest shall apple to till pressure sewers. perform alter backfilling. 2. `Pest separately in segments between sectionalizing valves, between a sectionali zing valve and it test plug, or heIWeCn test plugs. Select test seguu:nts such t111.1t adjustable seated valves au•e isolated (or individual clieddrig. Contractor shall burnish surd in:uall test plugs at no additional cost to the Owner, including all anchors. braces and other devices to withstand hydrostatic pressure on I)ILIVs. Contractor shall be responsible (;►r any damage to public or private properly causal b\ (itilurc of plugs. lJimt 1,1111 rate of, line to available venting 21 Capacity. 3. Pressure Test: Conduct at 1.5 times maximum operating;pressure determined by Following formula: 1' pt '- 0.650 (011-GH) it) which I 1' pt = test pressurc in psi at ginige clevation Of' = operating, pressure in feet as indicated for highest elevation of the: hydraulic gradient oil each section ol'the line, GE .. elevation in lecl tit center linc of gatigc:. Perform satisfactorily prior io determining leakage, 4, L,CclkaPe TCSI: Cc►uducl aI maximum operating pressure determined by following! 161-Inula: ' 1' It - 0,433 (0I'-Ci1 ) in which 1' It - test pressurc in psi at g;aul!c elcyation OP 1ux1 Cif: = as in previous article. 1. All joints shall he watertight and free fro in leaks. 5, Deflection 'best: Gravity pipeline 81, flexible 111,11crials shall also be tested by pulling a mandrel. The test shall be conducted not less 1111111 one ( I ) month alter backfill has been properly imtalled. The nla..Ximum allowable deflection shall not exceed five (5) peiv.ent of'the pipe's internal diameter. Mandrel testing shall be perfi►rnled oil it niiitirnum of 25",'I, of the pipeline. "1'hc sections Icsted will he determined by the City. If one section of line COOS the m1. the City illy ruduire all sections of pipeline be lested. The additional testing shall be done at no additional cost to the City. Any pipeline fi►und not con(lormins-, to these rcc irirenlents shall be replaced by . p ! I I . the Contractor at no additional cost to the OIN- and shall then be relested. TIlC City rllati'. prior to the end of the warrant, (guar(uttcc) period. Conduct ' another deflection tetit with (.,it\ prrsonnel. Any pipulinc found not conforming to these regt►irements shall he replaced by the Contractor at no additional cost to the City, and the Contractor shall provide an additional warranty (guarantee) for not less than two (2) years for that portion of pipeline so replaced. The City also reserves the right to conduct dellection tests on tiny semi-rigid (i.e. Armco Truss) which shall be required to conform to these requirements. Mandrel] shall be similar or equal to the "Wortco 9-Aral Mandrell" five (5) percent deflection flit• flexible or semi-rigid pipe its approved by the Engineer. SS-10.0 SEEDING ® SS-10.1 Seo e: This section governs the furnishing of all llabor, equipment, tools and i! materials, and the perfiirmance of all work (or seeding, complete its specified in the Special Provisions and/or as shown ()it the Plans. All grassed areas disturbed which he outside the C'ontractor's normal trenching operation areas shall be restored to a condition equal to or better than existing prier to constrtiction. All provisions of Section '1'S-9 shall apply except as amended herein. SS-10.2 The seeding, mixture used to sect) areas off street right-oll•ways that are not maintained shall he as 1`61lows; Min. Pur(: Rate l,bs ' Kind of Seed Live Seed %0) Per Acre Alta Fescue or Kentucky 31 Fescue O estuca l lialor Var•. Arundinces) 75 90 Rve Grass (Lolium Perenne 90' or L. Miltiflorunl) 90 50 Total 1401flacrc SS-10.3 Sowing shall he accomplished by use ofan approved nwchanica]seeder or drill (hand ' spreader can he used in small arena). making sure that successive seed strips overlap to provide uniform coverage. Seed sllollld be dr'illCdl to la depth of one-half(�/2) illch. eSS-1 1.0 PAVFNENT RI PLACf?MI_N I_ 2 1 1 SS-11.1 Sco e: This Section covers the furnishing cif' rill labor, equipment. tools and r materials,and the perfilrnlance elf cell work 16r tile.replacement of pavement including sidewalks, driveways, and curbing, as specified on the Plans in the Special Provisions, SS-11.2 Defrtitions: Pavement. us used herein, shall include Portland Cement Concrete (ITC).' asphaltic concrete,asphaltic and lime or cement treated sur(uce courses, till(] other similar types of construction, including sidewalks, driveways, and curbing, r Replacement. its used herein, shr.tlI mean rcconstruction of the entire structural section of all pavements removed in excavated arcrts, including sidewalks, driveways, and curbing, and reconstruction or restoration of damaged 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 desigu;lted For removal that is damaged by the Contractor's operations shall be required, restored or replaced depending upon the degree of damage. Prior to pavement replacement, all edges (flit were previously cut but have been subsequently damaged, shall (lc re-cut. and all adjacent undermined and heaved pavement Shull be rCnlovCd Io the Cdge ol'thC undisturbed trench. SS-11.4 Pavement Renlucernent: i. General: Renlomf pavement shall be replaced in conformance with the typical sections shown on the City Standard Drawings, flans,and 'Technical Street Specifications, the r•e(Iturenlents specified Ill the Special Provisions, and will generally be replaced in land. Replacenlent shall include Construction ofall courses upon the subgrade for a complete pavement structural section. Restoration ol•danlagcd surfaces shall be as directed by the I"ngincer. I'inal pavctncilt joints must he parallel or perpendiCUlar to the street ceilterlinc. r 2. Subgrildc C'ompitctiun: Subgrade compaction shall conlorm to SS-7.0. SS-12.0 MI ASURF.i I N"TS AND PA1 NVNITI SS-12.1 Scope: This section covers they ntclhod ol'nlCasurCnlent and basis of payniclit for the Vurnishlriv of•all labor, quiprnent, im-Is and materials and for the perfornlatrlcc ofall related wort: necessary to complete the and al;purtenances. 0 1 1 r 1 S5-12.2 Methrld of MeasurernOW: The amount of completed and accepted work shall be measured or determined as follows: 1, Pipe Sewer: 1. Open 'trenched: Measurement of various size, type and depth pipe sewer will he: in linear feet, as listed cm the Bid, based on tile true length of pipe computed from inside wall to inside wall of manholes along centerline of pipe sewer. Depth range as listed on the Bid and shown on lliv Plains is the average trench depth between adjacent manholes and will not be measured unless changed Field conditions result in a change in the Phins by the I ngincer. 2. "funneled. Bored or hacked: Measurement will be made in linear feel lilt the applicable site of cast iron pipe sewer, tunneled, bored or Jacked as listed in the Bid. based on the true length oI*pipe shown on rthe flans, unless changed in the field by the Ialgineer. 2. Manhole;: Measurement will be matte for the applicable type,size and depth of manholes as listed in the Bid. The inanhole depth ~hall be determined by measuring Trout top of casting to outlet pipe llowline. 3, Encasement: Standard concrete encasement will be measured in linear feet for the applicable size pipe, its listed in the Bid. Concrete collars will be measured as one ( I ) linear Foot ol'conerete encasement based on true length of encasenlent itiong the centerline o('Ripe. 4. Seeding: Seeded arcits will be measured horizontally in linear leet along centerline ol'sckver, regardless of widlh oftlisturbed area or type ofseed used. Seeding will be measured only when centerline of sewer lies in grassed areas r to he seeded. as shrnvrl on the Plains. When centerline of sewer lies in areas that are not grassed, Stich its street paviilg.driveways. parking areas, gardens, etc., no measurement will be made. Areas that are disturbed which lie outside the C OIllI'zictur S riorinal trenching rheas will not be measured Im payment, but shall be restored to condition equal to or better than that existing prior to construction. \Allied sewer ends in a grassed area, measurement will be inmic only to ce►lt(TIirlc 01'111,1111101C. 7, frock: Measurement of the duuntity of excavated rock. will he in cubic vilyds. r as listed in the Bid. hosed on the it-tic lengths and depths as pleasured in the field. Pauline width shall b e d he outside diametcroft lie pipe plus twelve(12) inches. Thu rllinirllunl paylinc width shall be twenty-lout' (24) Inches. rSS-12.3 Basis of Payment 27 r Payment for the completed and accepted work shall be made as follows: 1. Pipe Sewer: 1 . Open Trenched: Payment will be made at the contract unit price per linear foot for the applicable size, type and depth of pipe sewer, as listed in the Bid. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the sewer, including excavation,sheeting and shoring,dewatering,preparation of bedding, installation of pipe sewer.backfilling,compaction,disposal of excess materials and replacement of pavement. 2. Tunneled, Borell or.lacked: Pavnlent will be made at the contract unit price per linear foot for cast iron pipe sewer, tunneled, bored or jacked as listed in the Bid. Such payment and price shall constitute full Compensation for all labor. material, equipment and for the performance of all wort: necessary to complete the sewer, including fill excavation, sheeting and shoring, dewatering, installation of casing pipe, tunnel liner plate, grouting, installation of carrier pipe, sand fill, end scats, backfilling compaction and disposal of' excess material, including all cost o1'jacking and pit(s). 2. Manholes: Payment will he made at the contract unit price per each Cor the applicable type. size 111111 depth of manholes as listed in the Bid. Such payment and price shall constitute Rill compensation Ibr all work necessary to complete the manholes. including excavation, sheeting and shoring, dewatering., Concrete tease, nuulllole steps, manhole ring and cover, waterproofing, brick or concrete masonry, reinforced concrete, backfilling, compaction and disposal o) excess material, a, l::ncascnlcnt: Payment shall be nlacle at the contract unit price per linear foot of errcasenlent, for the applicable sire pipe as listed in the Bid. Such payment Shall aurstiwte full a►nlperlsation for all labor. materials. equipment 111(11,61. the performance of all wort; necessary to complete the item. including reinli►rccd concrete collars. 4. Sealing: Payment will he mule at the contract unit price per linear foot for soccling. regardless ol,type ()I'seed. as listed in the Bid, Such payment shall constitutc 1'1111 Compcnsatic►n fur all labor. nitcterials. equipttlent and work ' nc:cessarN to complete tile item. including grading. tilling, fertilizing, applicatic►n ol'seell. Conlpaction and mulching. >. Rock: Payn►erlt Will he made nt the contact unit price per cuhic vard. as listed ' in the Hid. Such payment arlcl price shall constitute full compensation for all �7 labor, material, equipment, and all work necessary to complete the rock removal SS-13,0 SUBSIDIARY ITEMS ' Section 'rs-30 shrill apply, r t e J Page 1 of 2 ADDENDUM N0, 1 PROJECT NO. 32020 ROADWAY IMPROVEMENTS: EAST McCARTY STREET NORTH BLUFF STREET,AND HAYES STREET FEBRUARY 13, 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:ton $,q hnj eders Excavating Ccxi uny, Inc. TITLE:_ Vice J!gess ident CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT i �I Page 2 of 2 ADDENDUM NO. 1 PROJECT NO. 32020 ROADWAY IMPROVEMENTS: EAST McCARTY STREET NORTH BLUFF STREET, AND HAYES STREET FEBRUARY 13, 2004 1 . The detail for the junction boxes as shown on sheet 31 of 37 of the plans should not be used. When constructing the Junction boxes the contractor shall use the area Inlet details as shown on sheet 30 of 37 excluding the throat. ' 2. The description of bid Item number 17.03 Is Incorrect. The description should read "INCREASE 7'/2" AC BASE" r� a FINANCE DEPAttrrMENT PURCHASING DIVISION SLJB.11.CT: Biel 212x1 - Roadway Improvements: F:. McCarty St., No, 131ufl'St„ Project No, 32020 Community Development. Opened February 17, 20011 BIDS REC} IVEI): Base laid Don Schnieders Excavating, Jefferson City, MO 1,343,31 1.31 *JC Industries, Jefferson City, MO $ 1,387,698.43 Steve & Associates, f'ulton, MO $ 1,395,066.33 *Twehous Excavating, .IefTerson City, MO $ 1,482,123.05 Stockman Corporation, .lefferson City, MO 1,521,165.83 Concrete Engineering, 1.1.0 &. RCS Construction Jefferson City, MC) $ 1,598,241 ,92 Columbia Curb & Gutter Co., Columbia, NIO $ 2,174,f 75.0)5 *Not within the corporate city limits ofJeflerson City. FISCAL NOTF: 2003-2004 Budget 3501-9900-7350-4100 - East McCarty Street $ 961,504.00 3500-9900-7350-4100 - Flast McCarty Street $ 79,369.00 3200-9900-7350-4100 - Fast McCarty Street $ 148,673.00 3502-9900-7350-4100 - East McCarty Sirect 161,906.00 'total funds available $1,251,451 .00 Bid 2129 (Base, Alt A, and Alt 11) - 1 U.150.31 Balance 69 PAST PERFORMANCI;: Don Schneiders FAcavating Comp;my. Inc, has satisfiactorily completed contracts l'cor the city in the past. StalThelieves the firm will complete (his project as specified and bid. Rl?COMMINI)ATION: Staff rcconullends the award ol'thc bid to Don Schneiders 1?xcavaling Co., lnc., of Jefferson City, Missouri in the am omit (W$1,25 1,4503 1 which includes the base hid, Alternate A & Alternate 13 ($1,3413,3 1 1.31 - $02,951,00 - 29,910.0x0 $1,251. 150.31 ) ATTACI IMI NTS - SUPPORTING I)OCUMFNTA'I'ION 'tabulation of Bids, Departmental Reconlnuctldiltioil Signatures Purellasii g 4 nt �_ __ I)irectc C( ^- unity Development. eeerson I COMMUNITY Nl UUMA VA",PEI 01"Caro 1 Memorandum 320 East McCarty Street Jefferson City, Missouri 65101 Phone: (573) 634-6410 Fax (573) 634-6562 a www.Jeffcitymo.org Date: February 18, 2004 To: Terry Stephenson - Purchasing Agent, Finance From: Matt Morasch, P.E. - Deputy Director fi)r Public Works Re: Roadway ;improvements: East McCarty Street, North Bluff Street Project No. 32020, Bid No. 2129 Public Works has completed a review of the bids opened at 1:30 PM on February 17,2004 for the above noted proicct, 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 alternates A mid E (asplwlt options) from the low bidder,Don Schneiders Excavating Company, Inc., 1301 Fairgrounds Road,lcfferson City Missouri 11109. The bid total including alternwtes A and B is 11,251,450.31. TI►c project will be expensed as follows: Don Schngidcrg Contract(,S1,251.450.31 Account Number: Amount Available.: Required: Remaining: 3501-9900-73504100 1861,504 $861,504 $0 3500-9900-7350-4100 179,368 179,368 10 3200-9900-73504100 $1,18,673 11 48,673 10 3502-9900-73504100 1161.906 116 1,(X)6 10 Total $1,25 1,451 If you need any other intiarmation please feel free to contact me al extension 453. Attachments: I3id 'Tabulation Slice( Orighaal Bid Submittals C: inch Mays Nat Sullivan t::crrY-i,KoiHCI'SV12020-Rust McCarty Street\t'urahasing Memo.doe ` o t0 t0 to t0 t0 ,U t0 to t0 to tU 'o to t0 to 10 t0 .0 t0 03 m V V V V O/ m 01 O1 m rip -+ -• O O 41 �jpp f 0O 1 OO V pOtJ V 00a V W h W N -+ � r,3 Tr t0 8 V rn to A W N -+ O 'O w V R a ? 8 N 2 N 2 3• CO) N 2 P W N -+ R�3 t0 V COm � Sul 3 4 A •`' UlUl 971 t• uitn nrn nU, LlQQQQnl7 ?' 70 � C2�1C �ncrygl �V1 (i m �74 �- � x r x >< O` Z- C --48K O Cj � . - Dr-t0O ' �m d aar,7aaO uon �jhulnn, ww m �' vein � ,ri - Z _ n 00 r4rp �_ ? pPPPA _ n ?'mQ � c � 3prmn �n � rtic Si $�: �` C) � 'L y �Q ' `-1 C7� G� r ^t t:u m , rn c� ci U z 1 ry on ov o �m v 'n � 2 as <<7X � m `0 -4(A -i �e) m Zv1 i nu7 : , >1 8OQ '-Imm nary z0 2< r- m tU1� mma� av,_�nu,u1 a _ �i x� y ?� x" z � mr- �+ �xct '� N �m m�:-�,'_- v�'1vrorob o m m m o O canb� M gx p d tirnv � � t�i tr n N z a m rn m g mmm min r_+ n m O m z K X m 8 n r- r r- "Int [n n none m n - r r- Vrr U my �rt �rrl�tt�n nor, �T1 n U7 rnz. x. mrrR'v �n � � � � 1 c4. rit in t�1 ryry�1t r7���131 pt� �?( ,�i1N A N 03 NN .+ -. 43 4 pw ti j�� N V y? ..+ ... .. _. .. zU 8 88 858888 8S 8 8588888 88 8888 u,888 88888 :n N W h g In 6 (4 MAO iD -.190 1 {� n D O 4 § � q `y $ 88 8889888 8588888 88 8884 8888 8888 z =rn o> cl r�osrrr. s t tm�� raQerr rrwau.rao rrrs�wr�a+urw�rarnra�at Q1 � ( O l+ � Ar�l r-n+t�� UI CS V OtJt 'O QS z 8 88 gotgun $' 8 ° 8 8588888 `P. 8 8 � u8 (0888 8 €; 888m ra � w r, (n w u1r ll ulto�nrnr� P m v1 i3 N (� 5;'vprn3. r o �' �iruni-aa1,,t� a1 t^3 � '�� trw trir�"�1`no tn �., ou1 � �` i► A 88 o N 888 $ 8 8 4588888 98 8888 8888 88888 U � Y{'n �+'n ��??�: QQ f1 fn V, j tc�'i tj l js tb' 25 1: o K5 N 2Si to i Diu 25 o o �i' ur 4 ,11, b �:, V iv $ 25 05 0 :4 tC5 i 8 88 8 $n' 8130312 89 8 8888888 J8 8 °-' 0 1-11 1 8 l 88888 m 4 (A U, q1 U) (A to (n�1 in ca �'u1 ( al m ::i a i�jv n a1 tE' t�: r-'•'�1:n3 W r �i to to j H 1:83 8� a 8 88 88�lU,tp, t 88 8 8888888 88 8 ,' 88 88 1 " yy88! 888 t�l p^ v U) rn ,cps upp, t�vNl to � �1 ), m = T NQ ;31;J tlt UI VJ t+1 W CJ 01 (a 4 W tN � O ' in a� i 1 In 'i. U, W V W !� y -A y (a _ z (n u pp (Ca 0071 (c��A o rnt s (� �i' t!1 (ppv u rN�. (� p'i q 91, W m o A V W NOD UI � A V A UJ Ol Ocala (, f+ W �I � w0O71 U1N t-)1 O) 8Atto Y. m fG P� v w a t�+ �i Y'nW � lc�i'm oo is �.i ��Ya���rcj' cnl: rj:t�i �vt�n Ntn7. m u�' O �f3 t�7� ND�Omn�'t�a�1m ��np� _ ���� a�u O� o� a >n N, W W tD t0 l/l la T A A ai OI O L O N i0 iD CS A O d tn'J O O O ti t0 t0('o Oi Q to A OI 01 � Ut UI UI UI � A A 1- h ' W f., I f) N N N ill K3 N NN N N N N Q U 00 92 o SWN d . OW 1- 9 3 0 2 ttot F 8 p N O C:,V pt O t0 LL' w a � -• N r�J► a A -1 7 G1 C) m •n cn ut •- A > -4 J- 4- t. fn cn cf? -I n A 11 -1 W v arnm m� r'IT avrovrovvv �sr -+o4r� '? i� �m . � t� 3) •p 'U 5. G) V � 7J r +. t)f.. tnhhCO) m0008809 vlmmvci ) C) L 1)�O r )• n { � z. vlz -1 -1 .1 r '' m m ( Y �►t ~ tntnvv Y -r r �xzx � P � x _ t Qgp zmr,� ., m(n Wig r � Qntr- t7UY � 0 r � � a. NZnnc� V z-c G� - 2 rCm��)inscn�n'nn a,aCn :d �nm��m'ti' ."�`_i = s- pn' Nvr <— <Fii y -Cx -IO�nvmv + ( � i) rnv amn_io nC) G�� p + Dr ?� zo ->+ -C� } n ?� m , ni rn � � � r � � rn 4rM in r- g w amour ! -i _ cn n do x• 4, N z `'- O xmr_ D � z � -V m� m O Om � O n��n I� .4 ,� T. p to h(�� in n � � nl v na � m in rn � n cn c� rn �-•• O m xJ r rm 0 Q rii rTI -M •n _ ' A m -4 m b dN r � �,� u m xmi •Fn -U s .T. ;a m Z 00 m , n 0 rX G) fT1 2 2 V rte-f11 L G) �j L c D > b n G) ,nl m m m E; t- (mn(�nn r� ��nn N cn A N(n ul(ll to m(n cn in In N w (n r n r in (n r ri C)r (rnTI m (7 C)(n cn 'n 41 C; D D r-n 1• •C -G t7 •< •G -C -C .� .•:. •C 1 .: •{ K •! n -.r •n 'TI Y N .{ .,c 91 D Y •� -C -C •< A fp» ICVO (Q»f lrU� N N N II Ut -NJ I(lr r_ I(A N Q w N N tNj O 1 (71 �+ is c.1 r`� ti�n to .t{; rI; CI W (» uj O 4 Q • �' IJ /M �/1 l/1 �1((A 8888 8889 80 8821 8898888888 888 , 8 8 8 88 8. 8 8 888 In fA J`11`J W4,(v .fAj r'v�i is oim � fi rl r/-"1 w inn ca to �.8v..�8888 LR, 8 8 N 9 88 8c88so8 3288 s 8 8 ss sR 8 sag It (/J1 I- 113 1r) IQII((n (-'/ pp pUpl fJrI r� �9 (Nn (A f� UUpl 0 QO) �lW(� ON i»D utul s888 Obis Ofd 00 7+ U14OO~ oOObUt Ci CJ i7O s nd O Ou, C? s O Or7s A tn ,� u/ Ir. 2 (n Ir I+(f, 1n vl P 1V U/to N <n /1 i;�p W 8 dl �+�i Ji v � rn(�+ /+ ei u` in (W w iSi vl�` � ,twit n to 86 8888 88N8 88 838 Y lull, 89 88882 8848 8 8 8 88 88 to to to t(A(A rn � vl in u+ u, it)1/� u/u/1n 1 u+u+va 8//1 7: UP ut -1 N r/1 /n 1/1 W L, W In N N N (/1 N [? N G t fJ 9 B�OO (J rN(�.1 (71 V 1I77�1 tNt7n� -+ ttivl ft, rut !. to w wO tL,l�N1 G: t�»> h OJI cU11 (r�A UI O 1W- fJ� O Ipn UC�t Cpl NN ut p Upl p000 N pO f+I r" AOtnN at P, N0, c. W � Ui Ut ,cl t'� (Ii G+ O QUi6 U 8 � f3 to ai 8 8 9 8N 88 8 8 (13 VI VI //1 f/1 UI //l Ur W (J w fn J (n([I CTI O; h UI rn U) to <�l it ul U+ VI UI A A rJ t. i- 3•w w rn U� I» W to o qi a. N u,u; v (�/ fu pl 1 !� N to yr V iO No t0 A -4 t J. lJ •J J tLl -. J. {. •.I(j cn �[1 in 1 i17 J r W .+ (l� !. t I fJ O1 •t t W n tj Ut p UI P. N(Q�1 t0 t0 ^I qt]1 Ut +Q r� UI u to lT Lt (,t t[�C� (�, (�1j (� tl�+ pv G v r 1 t» to 1 (p J (q P Qm�11 Lit qNq (D pp.p fJ �'•�n+1 Ul on r•) N UWI -� �-[J4 tl1 4pf ul J WWII [[�I �NI Cpl f�J� (N) 1h. tl�J UqI � Cp7 U+I UpI (q7 U1 Cpl NW p4 O U O O O G m O N V1 iU U7 i!j CAi A Q J C.1 C•J UI O Cl 6 O O N J• fJ Q �.J [J f� O Q 4 UI O V_I QI to p� i_O (1I�I UI fU�I ((/.71 1/ VI tl/»1`fin r1�/7I r1/11 1 I(4r�1 (/�Ip 1-r it0 /O (A UI n UPI 1/N1 �Qn1 (V...�,r IppA�� !!A.. L7 tpQ tQ�nT11 O/I (�U �1 h0 tUfl� Uo lO p�rfT N tG J• trGn�U41 O nQ�1 W N rNo j 10 N 1.) tC,m N p0 fO]� t0 031 tO� CQl'N O W IV LJ W N m tp Oi J- �v VI U`�I ca J. V ^1 ut is O fWil Oi t0 t� ic»i iV O C., IO W (., Ut tIn Q/ C., W 104 fA �n 1n 1 1 to(/1 vl t, �I r In /n fn ul(n 1n Ui tot 1�lli ui`�i ul YI ul . t u, ut VI 1n to f/y r/� (n 1 v QV+J QQV yyA�� UI t» 1 yyV ^! LLl O/ ,N� W (T QI Ut uj N 5t�a 1. U1 7.10 t71 2L{fO. �Op5 l�Yn'I tttU�nat a rv�,Tl 7: m in iQQD1f ui liNN� t���� rn I T m rl: ttn [t�[Pl',1 A' v�� �1iJ rl �yl'' Wm�1 t"'n qqn,� cn tu"nS 00o n�v, V�1 Ol tunl 0 N N O/ d C� Ccl T. Pb l.V. ii V 4 0 4 Qi Cn V V.t `� 41 W O U1 8 m 6) UI 8 21 9 tp t11 ro 'J ^! �1 (1)l71 CT 22 2 z . � mro � v �N � ch oi: 0n> U, ro tj A� � r T rn�n .j m� Z r ro D ro �j M Y m m r m (CN� dm DD rrl 0 .4 a Vj 8 8 p a � � � o "' 8 n D N n VI 1 m tg w8g$ X88 $ 'v88 � X588 8888 `W..�g�. 41 rvYS°i Aid 8 �q 8 Ep 88 88 ,1 n f+/1 Vl Ql 1� U1 tN. W ;J J1..T. ((j �! Iv (lApil 9 8 q. 8 T V C1 � U t••O O f�pJl 8889 8 $8 8888 fn en Ll yy to i^7, pp"'S rii P.-4 fn o !a o�o�o �i � 688 NNf� (47N W � 9 (a pppp c�pp t(�(�p[pp (� (� 9 A t UI m �D 01 V O,tl'Lt ll� tA ?4o � `_8' 888 82 8 e- S� 08 �v ato 10 )0 t0 122 1D t0 10!0 10 tD to 10 t0 1D ID 10 W tD W a) 0 •1 V -J V 0) M m o1 U m i' c. ! a ! ca oI c, cvI u, awN x �B w Fa -4 mina wiv = pups Idif�i�: u� rnJw w v Y21Sw u2 _ (y/,[� -� t N N •+ •" -� -• �+ '! �} A m •� U� U} [[}} .�f IH I., N S+ "U41 m M r fI C_ 0 P-24 'A O m SCi �7v . ") DD yfn 1 c' R Ry Xrr. Q ; °� yG? Q tt � q � b � 31 L m PM m „r�l Pmm 3m cn T" '� rtrtrtiii c� Q f11 ftl i x 111 C if C;,irr,nm �: m U) fi) P m � �1 � � �i' ninrn incn in in fn c _ Oy 8 -. N Wp j fJW p .AI U U1 N 111 V f0 ~at CT) D CD N fT 1J U)Ut t0 N �• tV0 w '' N IV � G) .ro 8 88 988588 88 8 5888888 8; 8 9CIO88 r�; 886.; 88888 m �n ro 1"n to n K KYf;Y €;31S / I`n' ' Up :1:1J1. nov mM " 18cn yy7n;'.t`�o i ucnl tm o (�j f^f a m ; � fi at C t 0oow 8 88 388388 88 $ 88888b $ KS 8888 8885 88888 0�� . � 9 /i tom/ t(A U;I41{�i v)In V,m i .u`i iQ Z � ,2 p cn 8 88 $ 8888 �� $ 8 8 8858 :? $ $ 08 8 � v' ,;., 858 88088 m x�� c t✓ ul In (/ (�Un u� n t+'In !/I /� 1� n r`In U� �/i U'.1 w O N '•/•` A U O UI N t0 '.` (ni. l21 f.)/n 1/1 N �� fb ,\1'J O l.V) ('�`.)N'2. N � ul .,J UI!3)N O C E 88 888888 88 8888 83085 W L) N'/:'w' w [ i5 ' U' In w' m U) p911W (Aw u �� a f1 °u; 0 i;rn uul a t 8� 8i,1 "a ) ti 8C 8 2882888 f, w 88888 m ^' ro (��(��(� p) to IInn )1_n Ul IO f. �`V Ut •• Ui (.7 fn Cb W ,l.`Gl t1i CJi fJ l/.1 �)tTi '�'Oi N*w 42 N !.` N r0 !I1 03 a)W :] tt In m�21 (O�nl1 ill I. 4) UI L)i[�� [i. is fl) Un1 61 •!m. i 1 m (1)lb -. O �G ) (21 O U) W ` �.' �� 11 U1 U1 •� G.' C? cti O Q1 u, 1p C) UU1 vp ��•• W Ot, 0 NO O r 0 ~ OOU, U1 0) 88 80' w8 � 'COD $ N 8 5588888 0 '3 8088 8882, 9, 88 $ 8 =' th 1A(A(Ua9 pp�NWn 8 .1 p/� 1� �,, tf� q f. 4 !p 4p I. tt1 Hof 1n7,� (2pm tfpn ��p22 1a OG 6 V n' O) N'W UOi O f� OJ;� P41 (.) 08 GSNl7)'N (it -.' �i b 0000 � �T 88 9, 8 $ Sm8 8v; $ 82c2:)ac°� `b' 0 al 9, 8 SS88 �, 88 ° 8888E m n •n uI In S W' �' t(f) u,U)In I� n .'lI w �f// N !� IV U1 t,1 In In 1 N) IU 2. (40 8 (D t., n S (1) (t} A' nl 000111 '+n. L)a U1 v` I. 4 {{�, IIIVVV ( {{,, V In f/1 •,! U1 N M1S W U1 U1 C7 (a V w Li N W (I1 m 1.2, I G pOqQ ) 8i1�l,� UVl ll, t0 V1 Nt4,, ib n (r i. cC.nS �1t. Jt, 01 +1 Co a_) CN, tOt+ (un�; O �DI Op}(�u,t1d1R8 2 00 p4 U, 004� C O) O O' f�i � OOG4 O 1/i U1 t. GOO4? O 8 88 888818 pZ, 8 8211TEE80 88 88 .8 8 583 88 855 � �' Optm Ch WCpon Upl In � p ps. fat tJ NNN NpNQ CN�i N NNp qNq NpNp Np) () e�-�j� ��• �j+ J O Ct O p00 q0�10 1 O `V � 1U W NiJ N•`•, i „ W N I O• ' Os rp OV Or Ui .�. WN 1 1. 4! h1 I , 1?1 to rN A 0 Gl Uf u! -• > ,t It r, +; in cn m - t; b Ir -19 v � U) p (n z•^ �^ T Ip �n ]]^ v � 8 , mac, � �s� ro � " t• r `' y� � �? � � rT �m x � Y ? > m ° arbD "cimmor tgn riz 31 M cGj p tnG) Mc nf�rl m Li U) :'r ft) In 0 20 m m m m < M< 'i 0< NC QK� ��<'� ;i`i <'«�: i n -n !t. vJ �i nm �' �-< <' .a fn W � `pray fNf N N p O ���l �n N OI r�) W�t c� ,(qn•1 N �7 1�I �t $ � � 8NUi tr1 WoW l� f�iN6 A t)iA WLI �I �j A 10 4' w L) ul 4r/NU�1 IJOOm QN ' afli W fP (tl m�3 A , o X888 80�$ 8S 8Ln ui 888888888 ^a89; 8 8 8 8 E8 P8 & F, S8 _I'»ii`iw}n }�r' t.di ui c.� » ca,cn (`».t o ��4 M W(D I�r lei u� r ul `� ``•'io `� ' vi r crr Old 8�p�p11w pq� ul Cpl u�lr �rnn lri 1V1� V i�i fp� N `q� �7Ng �Ol:• i, iCD }.t V OON GOO ON070 UI UI gVID - NI. O •.• bfl(nM0 OCt Gt -+ C� E t3 � N �O VI � N � 3S $ $883 F $ �" $ Eo S $ $' 8S88b88J8 $ ^a EE `b' 8 $ E 8 E8 $8 8 $ E8 to IH p�pp�� UJ UI (n U,1 4U1 II V}Un.J INM N i N X5 V (JI I`1/�/W ffJJ fn Y' UI U_ U/A (J N 111 (n O Ui N � 8 8 -4 (1) J 0 4 N WuUCl l UI ( U 41(D N 88 � U EB1A $ 888o 880 8 8 p /1 88 88 8 8 ((o8 1 (�7pp �pp a p` {> ' p$p Yp: p fit 1 ; Ups �, p � ; 1 p8 �) �? s� `O O C7 O $$O O $ O $ 1• t7 O l'i N G C, 4 f> UI E b $ u U' C? E U $ f'� O rJ $ $ $$ O $ 4J $ ly fj !� 111(JI 1! V1 1 1 �1 ._. J, n n n J ul yr n vl y (/1 N - f 1 l 1 �1 - 41 II UI //1 h 1 N 1+ ) 1 mi3-. � J. V1.', d, f. �•t,, � � Wur�l �qr� vi;�.J wf"llt. $i.' �, � � a, wa 8 In FSo' Y'i �n 8888 8ul `E' 8 888 �io (1t Uif.', B� U C10i-linty P? 8 �1 `u E 8 8°u. 8$ � 8La8 V ^'I `3. (ll i. Vl }J u'W iit) V, J' 6r� Vr i r 4, `N cu 4.U{.(1) t/r!" In �-/+' J. `I-+' N 1n n ca 88 8888 $848 80 8815 o88e� 91 888891 88Ir) 1 8 8 8 80 88 8 8Ft 8 I f2 U! i;3 n ul - ul c�,u_+}u w '/t J » (n ue In ul<,r ur JU.r e_n lUn�i1/l l r u/ q�(�), u, n) of I(n1 rn BOO l6� QUt QUi VppI Ui 61 2c7�(C i`OjJ��i � IutnJti UI Upp1 UI W Uuli up'l uppl at (Tt ccc.�tt w UIw OOq !Y.' Ui S Gpp t,p, G1r1�' cO�I Oi tNppD �p Np Upi 000 OOSCI 8000 C? O 8CJ $ Q888O bGQu28 OGC'JO E O CI � 0 8G 8 888 (ter (n cn(1 In n �i u1 ur ur r t!ui�n``t, r (i ui if) t`f In i�, in o +n a. o J �1lJI v_1(n i`, 1_n 1 (fin n n(n (n <ll Va Ui Dl lJl V dt t. �n., y 1 o fJ W ht- �1 G GJ Oi O 1 7t UI IU IU O, i 1 N CJ }J -.J 'm I��1 1� 1 88�� �d o 00 � °�'' bL �' Y. °io8a �; ° $ S � $`�' ora u � Zilo 8S8 $ESE R$� $ o$ SG8 oS$ $ $ 888g 8uoo 8 \9Im \ -4 -4 �} . K§ §§ # 2 ]§§ A 2§ §§ m§ § m� N m ol A . § � ® § � § An2d % c >0 2 ' / K§ §§ § K } § § $ > $ & a $ § § 2 m § )� $ < -< & 44 § kkk �# ]#§ § § & \\ k § � a§88 4S8 mme 88 _ \2$/ \ul K. ? 4% 88 � 9-4 p $ s P § \ BG88 - . p\ gip% 4\ ) ) CD