Loading...
HomeMy Public PortalAboutORD13695 BILL NO. 2003-183 SPONSORED BY COUNCILMAN Olsen ORDINANCE NO. I . AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH WISCH AND VAUGHAN CONSTRUCTION CO., INC. FOR BELAIR SIDEWALK PROJECT, PHASE II. WHEREAS, Wisch and Vaughan Construction Co., Inc. has become the apparent lowest and best bidder on the Belair Sidewalk Project, Phase 11 project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Wisch and Vaughan Construction Co., Inc. is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Wisch and Vaughan Construction Co., Inc. for Belair Sidewalk Project, Phase II. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: _ �� ! ,� /L Approved: ` residing Officer Mayor G ATTEST: APPR VED AS TO FORM: City Clerk '' City Counselor FINANCE DEPAR'rMENT PURCHASING DIVISION SUBJECT: Bid 2130 - Sidewalk Improvements: Belair Sidewalk Project Phase 11 Project 32075, Community Development Department Opened March 2, 2004 BIDS RECEIVED: Wisch & Vaughan Const., Jefferson City, MO $ 67,746.55 Concrete Engineering, LLC, Jefferson City, MO $ 69,773.00 Sircal, Jefferson City, MO $ 72,786.00 Aplex, Inc., Linn, MO $ 72,969.00 Steve & Associates, Fulton, MO $ 77,383.64 Doti Schnieders Excavating, Jefferson City, MO $ 78,861.00 Fercon Construction, Jefferson City, MO $ 82,560.00 *JC Industries, Jefferson City, MO $ 83,306.48 LePage Enterprises, Jefferson City, MO $ 89,229.21 Columbia Curb & Gutter Co., Columbia, MO $103,479.00 *Not within the corporate city limits of.lefferson City. FISCAL NOTE: 2003-2004 Budget 3501-9900-7350-4108 - Belair Sidewalk - II $ 50,303.00 3502-9900-7350-4108 - Belair Sidewalk - 11 $ 17,444.00 Total funds available $ 67,747.00 Bid 2130 - _$_ 67,746.55 Balance .45 PAST PERFORMANCE: Wisch and Vaughan Construction of Jefferson City has satisfactorily completed contracts for the city in the past. Staff believes the firm will complete this project as specified and bid. RECOMMENDATION: Stafi'recominends the award of the bid to Wisch and Vaughan Construction of'Jefferson City, Missouri in the amount of$ 67,746.55. ATTACI-IMENTS •- SUPPORTING DOCUMENTATION "Tabulation of Bids, Departmental Recommendation Signature Purchasin' &Ic nt Direc or, Community Development rPA,mm f lot erson ((((QQQQ��,MMUNITY DEVELUFAMENT Memorandum C.9W.WYAH,PE;Di"ECT01% ��,'"'���ff!!!! 320 East McCarty Street•Jefferson City, Missouri 65101, P(573)634-•6410, F(573)634-6562, www.jeffcltymo.org Date: March 4, 2004 To: Terry Stephenson - Purchasing Agent, Finance a From: Matt Morasch, P.E. - Deputy Director for Public Work. Re: Sidewalk Improvements: Belair Sidewalk Project Phase II Project No. 32075, Bid No. 2130 Public Works has completed a review of the bids opened at 1:30 PM on March 2, 2004 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the ten (l 0) bids that were received for the project. Based on our review, we recommend acceptance of the base bid from the low bidder, Wisch and Vaughan Construction Co. Inc., 5601 Algoa Road P.O. Box 104388 Jeirerson City MO 65110. The bid total is $67,746.55. The project will be expensed as follows: Wisch and Vaughan Construction ($67,746.55) Account Number: Amount Available: Required: Remaining: 3501-9900-7350-4108 $50,303 $50,303 $0 3502-9900-7350-4108 $17,444 $17 444 _ $0 TOTAL $67,747 If you need any other information please feel Tree to c.;ontact me at extension 453. Attachments: Bid Tabulation Sheet Original Bid Submittals MM Js C: Rich Mays Pat Sullivan 40 VX.ITY-PROJECTS\52075-Relair Sidewalk Plulu:ll\i'urchasing Ivlenw.doc YO«N�iMNN«N N » N b EL 4 N 88888888 888888 �� 888888888 888888 8� O h:N �•.NO�- M � 8881�8888o1181��7yy�8p♦8 81(p8}8R1(8�1�8 q � 88y♦8888/8�p888p 888�8(8�y8 888N888E8Q 888$88 8q nSSNn83� 8p°888 n� �N�1M NL�NNN Nq N � `j: N�N N N M»MN N N N Ix Q i ppR53888P�8 �8p8585y� u R8�la7m�o°�� m93 p CR 1[)r N S N N O V N m I^D M H N OJ F M N N N N q N f O f O N M M /p a N 1`N N VV 1I fV _ IN r2 nhji M = (� 5 888888888 888888 8� n-wPo p�f�y sim- C01�1-1 8<8 o .:,4�j �' sN �e��.pp, ppo g N N E wt M N M N S N U ul 88888.S.8.88 888888 U NOIm�/YM1 R1�14•1�N A gy�pp MN pppp (N�{{�� QQ {p M.pT V n8. NQ/N01 V M.6 in d N N S O N N N N N N ' d 171 NNN W M N N N N{V N N M = W� Z » Y111I MH $N ���� 8sn888888 888888 �a 888888888 88888 s� = m NNirI N NHN N N,N N N 5 � NN �N N NNN N N N a a cwi 88 1(8181888 8p888888 u 8 Is 88 88p88888888 9.88.8888 n' O NNO NNNNN NN8 MNM � a O NYD O Cl NMNN N NNNN m 1J ((pp N N N 88888858 888888 8E8888888 888888 oa F O IA Q N if CJ M m C1 N N N N p O 171.��•; •O O fA(�.= N.�r CI.= 4 w N & N p p p p p W w SSrS 888�S{1(S� NSO SN1R VI Fr 1�0,1fi S Gi SI��,v S 1(i S SS OFi Z ~U NM N}Nf`7(7 QgS 171 f�1(V F- m ul W 1ryn tpp (1{�tpQ 1�O8f�I 1n t') Z O N M M M N N Q N N N N Vc/ Z U—a, M V I O I 1 n N f,Nl N f q OM O N N N w 7 a >A CI Yl fV q = N Q N C� 0 F- �1• rSC�C�1 I`GO�171Q O.I r S a S �` .-SCI r 0110�Y/Q OQ V LlQ NNr m^NO1N m N Q. N N I.,N01N m r8.N S LL] a QQ ¢p I" (ry1y}y}}}LL} LL 4(AYYLL 1' V)U. V)Y}>•L. U.Q cn LL JJ V/JUInu)J((J JuIJV)V)J = J JUJU V)NJ V) J W J V)NJ � 7 W H 2 n C•) U m N 7 F K 2 a y O 'g�j g m .Ea'W 0 W O �+ m � � c �m O W � F-w q� LL a m 3 C�•1� �i m 3 �i V) ,L'N i? m 5 a 6. •Y C1 ZO aI�j 2 Iy1 W in „ a W O m�Og� 0 rJ m 3 K 1{I NO� fj t K �mcn o v $_ �a $ �mv o Q � 5� s2E �OC7t4i 5mo�` a U. 10 'o U�" �1i w pF yS1 ZZtLLaaa rnaZ.. o U�,o m mLL w m °sJI U °i'_ m to m y !C O d� V a� ~ o a r,?L toI a U) cn� a X M F,a`m lord Iniou)1-ovi Y rvp 2 Q 2 —N CI Q 1n fO t�w O, ��N N�eN- � �- N M v m a)I-w m y^ w w a C4 aj .�..u«..++w..�..,n.....r..ew...«..,v....,...wY..»n»..»......un..,...�...o.....w,.�.+nnnu.o,....w. o...ww......v.. r r r r r r CONTRACT DOCUMENTS r -OF 1 rpl r - 4F r OF CITY OF Er-FERSO r SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32075 / t Belair Sidewalk Project Phase It C E.16996 t `l,��Q:QQ���Errf��• „` '�• ''•• p •'' ' Jefferson City Department of Community Development February 2004 TABLE OE CONMEM • 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 ' a Attachments • Addendurns ( If Any ) ' (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) Q VERTISEMENT FUR IDS 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, March 2, 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. 32075, Belair Sidewalk Project Phase II" will include the furnishing of all material, labor, and equipment to construct a pedestrian bridge and connecting sidewalk. A pre-bid conference will be held at 10 a.m., on Monday, February 23, 2004 in the Lower Level Conference Room of City Hall of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty-Five Dollars ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans maybe 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 r Terry Stephenson Purchasing Agent Publication Dates Sunday,n ay, February 15, 2004. e 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, March 2, 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. 32075, Belair Sidewalk Project Phase li" will include the furnishing of all material, labor, and equipment to construct a pedestrian bridge and connecting sidewalk. A pre-bid conference will be held at 10 a.m., on Monday, February 23, 2004 in the Lower Level Conference Room of City Hall of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty-Five Dollars ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five(5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. ■ The owner reserves the right to reject any or all bids and to waive informalities therein ® to determine which is the lowest and best bid and to approve the bond. OCITY OF JEFFERSON, MISSOURI ' Patrick E. Sullivan, PE Director of Community Development i INFORMATION FOR BIDDERS IB-1 COPE OF WORD 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.32075, Belair Sidewalk Project Phase 11"in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, and equipment to construct a pedestrian bridge and connecting sidewalk. IB-2 1N5PECTION OF PL, N5 SETCIFICATIONS 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. I113-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 (.IUAI-IFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. ' I13-5 EQUIVALENT MAT RI ' 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. I113-6 JBIQ SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (50/' ) 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 e seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I113-7 PREPARA IT ON OF B112-S Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. 1113-8 ffljM The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. I13-9 APPROXIMATE UAM1ITITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LU P 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. 32075, Belair Sidewalk Project Phase II". IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL QF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90)days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. I13-14 ,RIG IYQ- REJECT BIDS The City reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. I13-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties ' satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the srjccessiul 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, DID INSURANCE tThe 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. IIB-18 I Y RETURNED TD aUC_CF.SSFSII BIP_QR Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to , the bidder unless the same shall have been presented for collection prior to such tir ne, In which case the amount of the deposit will be refunded by the City. IB-19 N M15CRMINATION IN EMPOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-29 MVAILlNO VVA-QE,L ML 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 GUARA dNIEE The Contractor shall guarantee that the equipment, materials and workmanship furnished tinder 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. Tile cost of all materials, parts, labor, transportation, supervision, special tools, and supplies 1 required for replacement of pails, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surely 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 O 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. IS-22 NOII!,�TQ PROCEED A written notice to begin construction work will be given to the Contractor by the City of Jefferson within terf(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-2 ORK SC W-ULE To insure th at the wo rk will p ro ceed continuo u sly through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence in which various operations of work are to be performed. IB-24 NTRACT TIME The contract time shall be 40 working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 1 IB-27 BID PACKED 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 O � QRM. Name of Bidder Wi,5 Fwd Vf9 u�,yc9� r� '- LS n 6, Z Address of Bidder 60, F_3cuc /710 110 To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65'101 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 thatthe estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for ' needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: Page 1 of 1 CITY OF JEFFERSON ITEMIZED Bin FORM BELAIR SIDEWALK PHASE II PROJECT NO.32075 rITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Removals/Clearing &Grubbing LS 1 1j,606 ,_ DO 2 Linear Grading/Sub-Grade Compaction LF 280 7, 96 of 9,,2,00 . 3 3" Compacted Granular Fill SY 225 #;2, f,06 , ml 4 Pre-Fabricated Bridge LS 1 "�- p00 Lo 5 Bridge Abutments CY 8.7 A25-0,00 1 2� /ry$, 0'C 6 Lightweight Concrete Floor SY 78 7 6"Thick Sidewalk SY 210 35;aC) `� � O,Oa 8 Type A Curb& Gutter LF 95 00 $,ZOO 00 9 Residential Drive&Approach Replacement SY 24 to , OD 10 Saw Cut Existing Pavement LF 80 -3, 11 6" Bollard EA 4 -16-0 ba /. 00, 00 12 Seeding & Mulching LS 1 40 IrAq,00 13 Type 1 Rock Blanket w/Filter Cloth SY 100 11D D 4, 00 1 14 Double Net Straw Coconut Blanket SY 240 e-!!W 15 Silt Fence LF 100 A;g 000D 04 ' TOTAL BASE BID 7 J, ignature Date�� 1 Page I of 2 ADDENDUM NO. I PROJECT NO. 32075 BELAIR SIDEWALK PROJECT PHASE II FEBRUARY 24, 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: al ISSc./rl 9Nd_ V9aGdA-A1 GeN.> r u.G7`�Gi� WC , ne TITLE: �iQ �Ec l YI'I�N'�► u�L—R CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT Page 2 of 2 ADDENDUM NO. 1 PROJECT NO. 32075 BELAIR SIDEWALK PROJECT PHASE Ii FEBRUARY 24, 2004 1. On sheet 2 of 5 the note reading "REMOVE EXISTING STEEL STRUCTURE AND CONCRETE ASSOCIATED WITH IT"shall now read"REMOVE EXISTING STEEL STRUCTURE BY CUTTING THE STEEL MEMBERS FLUSH WITH THE CONCRETE. CONCRETE STRUCTURES TO REMAIN IN PLACE." 2. Changes have been made to the Itemized Bid Form the are as follows: Item 3 - 3" Compacted Granular Fill the quantity has been changed to 222 SY. Item 7 - 6" Thick Sidewalk the quantity has been changed to 210 SY. These corrections have been made to the enclosed bid form. Also for your convenience please find a Bid Packet enclosed it also has a corrected bid form. i r t i t FEB-27-2004 1111',48 JEFF CITY COMM DEVELOPMEN 573 634 6562 P.04 PW 1 of 2 ADDENDUM NO. 2 PROJECT NO. 32075 BELAIR SIDEWALK PROJECT PHASE 11 FEBRUARY 28, 2004 1. The bidder will acknowledge reoeipt of this Addendum and his ameptance of its conditions by sighing this Addendum and Including It with his bid. BIDDER: V0( 5c# &td Y,} C4,4 1 CkC V BY: Al / TITLE: &aJ e GT In A 44 C -R CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT Page 2 of 2 ADDENDUM NO. 2 PROJECT NO. 32075 BELAIR SIDEWALK PROJECT PRASE 11 FEBRUARY 26, 2004 1. Changes have been to the bid form. Pay items 13, 14, & 15 have been added to the bid form. These pay items are undistributed quantities and shall be installed as directed by the engineer. These corrections have been made to the enclosed bid form. SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. 1 TIME OF COMPLETION The undersigned hereby agrees to complete the project within 40 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. ' If written notice of the acceptance of this bid i f pta s mailed, telegraphed, or delivered to the ' undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of ('// Z*!:-,"r l[ ($ ) Dollars (cashier's check), make payable to the City of Jefferson. t i Signature of Bidder: If an individual,_,_ , doing business as If a partnership, , member of firm. by If corporation, ut+` d .V u& A1% cad c-Z-1'&^1 - ibye--- Ar E-s &1 LIJ k 5 COY Title N'7— SEAL Business Address of Bidder ' O• r ,� l0 543�g l'1/10 (5 q3 X? If Bidder is a corporation, supply the following information: rState in which incorporated SS0 URA` Name and Address of its: President �t�uEs o�9/S u1A�'odA �1?R , ?,521A1 M Q tis'�o Secretary_ A44V Date_Z2 0// 'P-00'v r I KNOW ALL MEN ny -rF'iEsc—. PRESENTS, thri t We, the undersigned, NiscllI. & V—at 91"11,n 'Gp.11_ t:ruct:l_c,n_f:� T}�,� as principai, r�nCt J.ji.be.r,q �t.ut:ual : 'Insu'ranc�e :co and Surety, are hereby held and finely bound unto the.; CITY OF JEi=FERSON, MISSOURI , as owner, in the penal sum of i;ky e Percent. __ c,• R,'+mot___;,tot' the payment of which, well r.rid truly to be made, we hereby jointly and severally bind our selves, our heirs, execulors, administrators, successors semi assign.-3, this���,_(Jay of^�i1L7 C11 21) The condition of the above: obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOl.1Rl a certain Bid, attached hereto and hereby made n part hereof to enter into n contract in writing, for the project entitled: "Project No. 32475, Betair Sidewalk Project Phase ii" NOW, THEREFOR}", (a) if said Bid shall he rojected, or in the altern.ite, (b) If said Bid shall be accepted and tho Principal shall execute and deliver a contract in the -Form of Contract attached hereto (properly completed in accordance;with cald Sid) and shall furnish to band for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials In connection therewith, shall in all other respects perform flip, agreement created by the• acreptance of said Bid, then this obligation shall bo void, othorwise the same: shall remain in iorr,P and effect; it being expressly understood and ag►eed that the liability of the Surety for arty and all clairns hereunder shall, in no event, exceed the renal amount of this obligation as herein stated. The Surety, for value received, I re reby stipulates and agrees that the obligations of said Surety and its bond shall he in no wny impaired or affected by the extension of the tirne within which the Owner may accept ,urh Bid; sand said Surety does hereby waive notice of any such extension. IN WITNESS WHERFOF. tho Principal and the Surely have hereunto net the-ir hands and seals, and such t cif them as nro carporation�have,caused their corporate seals to b( hereto affixed and these presents to be rilyncd by their propr'r officer;, fhe; day zinc] year first c.et forth above. Vch - Vn'ur;11011 GoIIstruct::i_()n 1 7.nc F'rinr. SEAL_ ' �,1.1,er.'ly Z1ut ua1, C: 9:IIrilat�nc e r> . THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, 1459n51 This Power of Attorney Ilmlts the acts of thoae named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY JONOW ALL PERSONS, BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint THOMAS S. NAUGHT, RICHARD L. NAUGHT, HARRY D. NAUGHT,TERESA M.STEPHENSON,TIMOTHY R EASTIN, WILMA J. • " • KEISER,ALL OFTHE CITY OF COLUMBIA, STATE OF MISSOURI.• •••••••••••.••••••••••.•••••"••..•••••••••••••••••••••••••••••••• , each individually if there be more than one named, Its true and lawful attorneyin-fact to make,execute,seal,acknowledge and deliver,for and on Its behalf as surety and as Its act and deed, and and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY-FIVE MILLION AND 00/100** ****************' DOLLARS(S 25,000,000.00•**** )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company In their own proper persons. That this power Is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings, Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, �q execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such M attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their N p signature and execution of any such instruments and to attach thereto the seal of the Company, When so executed Such instruments shall be d as binding as if signed by the president and attested by the secretary. e .M C d By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: A A a Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby ._: authorized to appoint such attorneys-in-fart as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and G Z deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O Gl O 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. C LLI IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of G o. -- Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 3rd day of February o 'Q M Od O ` LIBERTY MUTUAL INSURANCE COMPANY C O d By W_ �-. — 4. M C tU Garnet W. Elliott,Assistant Secretary w o 4) COMMONWEALTH OF PENNSYLVANIA ss �o m COUNTY OF MONTGOMERY C+) On this Ord day of February ,2004_, before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged w OS that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that ho executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company theroto with the authority and at the direction of said corporation. To at >tr O M ✓ r= r, p IN TESTIMONY INHEzF}E,tjF_Lj]ave heraunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year set •� first above written. Co Br Co y Ter€�sa Pastella, Notary Public od 6 CERTIFICATE I,the undersigned,Assistannt Secretary of Liberty Mutual Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy is in full farce and effect on the date of this certificate;and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorizod by the chairman or ilia president to appoint attorneys-in-fact as provided In Aflicle ' XIII,Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile of mechanically reproduced signaturoc, under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting(July callow and hold on the 12th day of March, 1980. ' VOTED that the facsimile or mechanically reproduced signature of any assistant socrotary of the company, whorovor appoaring upon a certified copy of any power of attorney issued by ihe• company m connection will,suroty bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. TESTIMONY WHEREOF,I have hereunto subscribed my namo and aliixed the corporate seal of the said company, ttus._ 7 � _ day of By 4 DaVI J M. Carey, Assam�i�t�n Secrolary AND ILMON STATEMENT STATE OF COUNTY OF ) "�►ti,�,::s tom, c.L�i Sc. being first duly swom, deposes and says that he is r/g of TITLE OF PERSON SIGNING �U ��c.f� A 1/fif�f3/� ic•' T Cd. , `Nc NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and r correct; and that the bidder (the person, firm, association, or corporation making said bid)has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result frorn its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. (BY). Swom to before me this �-�-- day of KAC.�-v 200 �4 ' NO RY PUBLIC CARLA 1, BUSCHJOST NOTARY PUBLIC-NOTARY SEAL COLE COUNTY,STATE OF MISSOURI My commission expires:_ MY CoMMISSInk J tin ^ - - -- Vul.V, r r CONTRACI .S AFF11 AVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF �'Yl.i,SQ/ ss COUNTY OF The undersigned, TAri46S 6.40 1 of lawful age, being first duly sworn states upon oath that he is _ —Ell�S 3 d���T of r .. the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required ' to furnish material or actually perform services upon or as a part of the proposed .. project. AFFIANT 1 Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 3 — day of 1Lg_ , 2004�_. 1 NCI, ARY PUBLIC ' CARLA J. BUSCHJOST NOTARY PUBLIC-NOTARY SEAL My Commission Expires: MYCOMMOiSIONSEXPIR MISSOURI 94 r • 1 1 MINORITY BUSINESS ENTERIaRISE SIMEMEMI Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community ' Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained ' from the Department of Public Works. MINORITY BUSINESS UTILIZATION AGREEMEN-I A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise(MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America,or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. r B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation Total Bid Amount: Total: Percentage of Minority Enterprise Partici patio n: o —0-% C. The bidder .agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b)has executed a binding contract to provide specific ematerials 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 9 Y agreement and is authorized to bind the bidder to the .agreement herein set ' forth. NAME OF AUTHORIZEE5 OFFICER DATE rSIG ATURE OF AUTHORIZED OFFIC R e _DAVIT !�C1►MELIANCE WITH PREVAILING WAGE LAVA Before me, the undersigned Notary Public, in and for the County of , State of erson I p a ly came and appeared NAME POSITION of the _ NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 10, Section 026, Cole County in carrying out the contract and work in connection with Project No. 32075, Belair Sidewalk Project Phase 11 located at Jefferson City in Cole County, Missouri, and completed on the day of , 20 SIGNATURE Subscribed and sworn to me this day of , 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss COUNTY OF ) missoun Division of Labor Standards 1 WAGE AND HOUR SECTION 0 • • r * ° s 1 � Up U Dcccl- su►xVA' 0 BOB HOLDEN, Governor Annual Wage Order No. 10 Section 026 COLE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with.the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth In writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. _i � � 1,^i.-/'I�� � .�/• A. Baker, Director Division of Labor Standards Filed With Secretary of State: �"°�',t.:'�',Ftr c.�-�;,,'"-� APR o S 2003 Last Date Objections May Be Filed: Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County -Effective Basic Over- OCCUPATIONAL TITLE Data 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 $23.65 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 $0.06 + 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor 1/04 a $32.315 26 54 $11.928 00rating Engineer Group I 5/03 $22.62 86 66 $13.03 Group II 5/03 $22.62 86 66 $13.03 Group III 5/03 $21.37 86 66 $13.03 Group III-A 5/03 $22.62 86 66 $13.03 Group IV 5/03 $23.32 86 66 $13.03 Group V 5/03 $24.62 86 66 $13.03 Pipe Fitter 7/03 b $29.75 91 69 $12.33 Glazier $12.50 FED $2.34 Laborer(Building): General $15.87 110 7 $7.33 First Semi-Skilled $17.47 110 7 $7.33 Second Semi-Skilled 16.87 110 7 $7.33 Lather USE CARPENTER RATE Linoleum Layer& Cutter USE CARPENTER RATE Marble Mason $23.65 59 7 $7.35 Miliwri ht 3/03 $20.03 60 15 $7.86 Iron Worker 8/03 $21.87 11 8 $13.00 Painter 2/04 _ $19.19 18 7 $5.58 Plasterer $17.32 94 5 $8.15 Plumber 7/03 b $29.75 91 69 $12.33 Pile Driver 3/03 $20.03 60 15 $7.86 Roofer 10/03 $23.70 12 4 $7.76 Sheet Metal Worker 7/03 $23.03 40 23 $8.65 Sprinkler Fitter $15.00 FED $2.27 Terrazzo Worker $27.50 116 5 $2.95 Tile Setter $23.65 59 7 $7.35 Truck Driver-Teamster Group 1 3/03 $19.30 101 5 $5.25 Group 11 _ 3/03 $20.00 101 5 $5.25 Group III 3/03 $19.70 101 5 $5.25 Group IV 1 3/03 1 $20.00 101 5 $5.25 Traffic Control Service Driver Welders-Acetylene&Electric Fringe Benefit Percentage is of the Basic Hourly Rate iAttention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at(573)751-3403. `"Annual Incremental Increase *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 10 1104 1 Building Construction Rates for REPLACEMENT PAGE Section 028 COLE County Footnotes Effective Basic Over. OCCUPATIONAL TITLE Date of Hourly Time Holldey Total Fringe Benefits Increase Rates Schedule Schedule •Welders receive rate prescribed for the occupational title performing operation to which welding Is Incidental. Use Building Construction Rates on Suilding(a)and All Immediate Attachments.Use Heavy Construction rates for remainder of project. For the occupational titles not listed In Heavy Construction Shoals,use Rstee shown on Building Construction Rate Shoot. s•Vacation: Employees over 5 years•8%; Employees under 6 years•6% b• Allwork over S3.6 Million Total Mechanical Cnntracl•$29.76,Fringes•$12.33 All work under$3.5 Million Total Mechanical Contract•$28.41,Fringes Sin.58 ' 'Annual Incremental Increase ANNUAL WAGE ORDER NO.10 7103. COLE COUNTY OVERTIME; SCHEDULE — RUILDiNG CONS'TRUC'TION REPLACEMENT PAGE FED: Minimum requirement per Fair Labor Standards Act means time and one-half(l '/2) shall be paid for all work in excess of forty (40) hours per work week. NO.s: Means die 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 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 pay. In the event time is lost during the work week due to weather conditions, the i?.tuploycr may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rntc of wngcs. 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 fast two (2) hours of overtime Monday through Friday and the first eight (8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2) time rate. Double(2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. ® NO. 12: Means the work week shall commence on Monday at 12:01 a.m, and shall continue through the following !� Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40) hours in one (1) work week, shall be paid for at the rate of one and one-half(1%) titres the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. overtime work and Saturday work shall be paid at one and one-half(1'/z) times the regular hourly rate. W ork 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 Noon on Monday and ending between 1:00 p.m.and 6:00 p.m.on Friday. Saturday will be paid at time and one-half(1%2). Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off,but only in the week of the day being lost. Any time before six(6)hours before Noon or six(6)hours after Noon will be paid at time and one-half(1%2). NO.26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m.,and s:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (the above working hours may be changed by mutual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and Lifter the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double(2) the rate of single time. The employer may establish hours worked on a Jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular worldng day shall consist of ten (10) hours worked consecutively, between 6:00 a.m.and 6:00 p.m.,four(4)days per week,Monday to Thursday,inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four(4) ten (10) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work ped-ormcd on holidays shall be at two times(2) due single time rate of pay. ANN1)A1, WAG 1: 0It1)I:It N0. 10 AW100260TStip.doc r.�r i of + r.�•.. 1 COLE COUN'T'Y OVERTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE NO.28: Means eight(8)hours between 7:00 a.m. and 5:30 p.m., with at least a thirty(30)minute period to be taken for lunch,shall constitute a day's work five(5)days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either it Monday or'fuesday: If a holiday falls within that week it shall be a consecuiive work(lay. (Alternate: if a holiday falls in the middle of a week,then the regular eight(8)hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday,shall be paid at one x one-half (1'/x)times the employee's regular rate,of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12)consecutive hour they shall be paid double time (2X) for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 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'h)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen (15^/.)percent for seven(7)hours work. A lunch period of thirty(30) minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and true-half(1'/z)times the shift hourly rate. NO.33: Means the standard work day shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period,or shall conform to the practice on the job site. Four(4)days at ten(10)hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half(1'/z). Overtime worked on Sundays and holidays shall be at double(2)time. 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)hour labor on the job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor perfumed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working week shall be paid for at time and one-half(1'/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. hr the event of rain,snow,cold or ' excessively windy weather on a regular working day,Saturday may be designated as a "make-up" day. Saturday may also be designated as a"make-up"day, for an employee who has missed a day of work for personal or other reasons. Fay for"make-up"days shall be at regular rates. NO.55: Means the regular work day shall be eight (8)hours between 6:00 a.m. and 4:30 p.m. The first two(2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten(10) hours of work on Saturday, shall be paid at one & one-half(1'/z) times the straight time rate. All work performed on Sunday, ' observed holidays and in excess often (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO.57: Means eight 18) hours par day shall constitute it day's work and forty(40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time worked before and after the established workday of eight(8)hours, Monday through Friday, all tinge worked on Saturday, shall be paid at the rate of time and one-half'(] !"z) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO. 10 AW10 02h(Yi'Stip.duc Page 2 of 5 Page COLE COUNTY OVERTIME SCHEDULE—BUiLDING CONSTRUCTION REPLACEMENT PAGE NO.59: Means that except as herein provided, eight (8) hours a day shall constitute a standard work day, and forty (40)hours per week shall constitute a week's work. All time worked outside of the standard eight(8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/2). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) tcn-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 1:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive, In the event the job is clown for any reason beyond the Employer's control, then Friday and/or Saturday may,at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty(40)hours per week. When the five day(8) hour work week is in effect, forty(40)hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employcr's control,then Saturday may,at the option o£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 time) may be moved to 6:00 a.m.or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight(8) per day or forty (40) per week shall be paid at time and one-half(1%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 part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a snake-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days, between 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'/2) 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 oil 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 (i%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 rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. ' NO.86: Means the regular work week shall consist of five(5)days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work perforated on Monday through Saturday shall be paid at time and one-half(1'/z)of the hourly rate plus an amount equal to one-half('/2) of the hourly Total Indicated Fringe benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. ' NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p.m., allowing one-half(1/2) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) work days, Monday through Friday. 'rhe work week may consist of four(4)ten (10) hour days from Monday through Thursday, with Friday as it make-up day. If tlic m ak:-up day is a holiday,the employee shall be paid at the double(2) lime rate. The employees shall he paid time and one-half(1 !,) for work performed before file regular starting time or after the regular quitting time or over eight(8)hours per work clay (unless working a I0-hour work day, then time and one-hall (1 '/2) is paid for work performed over ten(10) hours a clay)or over fluty (40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be(raid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO. 11) A W 10 026 OT Stip,clor Page 3 of 5 Pages r 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%:) Mimes the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO.101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40) hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/z) (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 tune)may be moved forward two(2)hours ' to 6:00 a.m.or the starting time(and resulting quitting time)may be delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hoar days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten-hour day work week is in effect,the standard work day shall be consecutive ten (10)hoar periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through 'Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten(10) hours per day or forty(40) hours per week. Starting time will be designated by the employer. When the five (5) day eight(8)hour work week is in effect, forty(40)hours per week shall constitute a week's work,Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed eight (8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO.110: Means eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one(1)hour,and in that event,the workday shall commence at 8:00 a.m.and end at 5:00 p.m. The workweek shall commence at 8:00 a.rn.on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one(1)hour), or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p.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 performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for ' the work performed. If an Employer is prevented from working forty(40) hours, Monday through Friday,or any part thereof by reason of inclement weather(rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four ten(10)hour days Monday through Friday. Iran Employer elects to work five(5)eight(8)hour days during any workweek,hours worked more than eight (8)per day or forty(40)hours per week shall be paid at time and one-half(1'/2)the hourly rate Monday through Friday. If an Employer clect<c to work four(4)ten(10)hour days in any week,work performed more than ten(10)hours per day or forty(40) hours per week shall be paid at time and one-half(1'/)the hourly rate Monday through Friday. Ilan Employer is working ten(10)hour days and loses a day clue to inclement weather,they may work ten(10)hours Friday at straight time. Friday must be scheduled for at least eight (8) hours and no more than ten(10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1'G.)overtime rate. r 0 ' ANNUAL WAGE ORDER NO. 10 A W10 026 01'Stip.doe Page 4 of 5 Pages 1 COLE COVNTV OVERTIME SCHEDULE—BUILDING CONSTRUCTION REPLACEMENT PAGE NO. 116: Means the standard work day shall consist of eight (8) hours of work between the hours of 8:00 a.m, 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 niter 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(1'/2) the hourly base wage rate in effect. All rime 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 (46) 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 die 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. ANNUAL WAGE ORDER NO. 11) AW 10 026 OT Stip.doc Page 5 of 5 Pages COLE COUNTY HOLIDAY SCHEDULE— BUILDING CONSTRUC'T'ION NO, 3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day 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 ofthe above holidays fall on Sunday, Monday will he observed as the recognized holiday. If any of the above holidnys fall on Saturday, >+riday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Day, Mcmorial 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. R: All work performed on New Year's Day,Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day,or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July),Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double(2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO, 19: All work done on New Year's Day, Memorial Day,July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take oil' 1 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 wort:performed on said day shall be at the double (2) time rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, labor [lay, 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 Ne", Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday afler'I'hanksgiving Day,and Christmas Day shall be paid at the • double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on l-riday. ' When a holiday falls on Sunday, it shall be observed on Monday. ANNUA1. WA(i1: oitt)t:k NU. io Awn it, o z i,i„i..doc COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO. 60: All work performed on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. NO.66: All work performed on Simdays and the following recogized holidays, or the days observed as such,of New Year's Day, Decoration Day,Fourth of July, Labor Day,Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double(2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day,Decoration Day,July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double(2) their straight-tirne hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays,but if the employes 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. ' ANNUAL WAGE ORDER NO. 10 AWO IU O:G hdy.doc Page'-'n1'2 1'ugcs r Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County _ "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ' CARPENTER Journne men 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 Grou 1 5/03_ $21.70 21 5 $13.00 Group 11 5/03 $21.35 21 5 $13.00 Group III 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 tm[Oeneral Laborer 5/03 $20.32 2 4 $7.03 killed Laborer 5/03 $20.92 2 4 $7.03 TRUCK DRIVER-TEAMSTER Group 1 5/03 $23.07 22 19 $6.00 ' Group 11 5/03 $23.23 22 19 $6.00 Group till _ 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. "Annual Incremental Increase ANNUAL WAGE ORDER NO. 10 7/03 COLE COUNTY OVERTIME SCHEDULE — HEAVY CONSTRUCTION NO. 2: Means a regular work week of forty(40)hours will start on Monday and end on Friday. The regular work day shall be either eight(8)or ten(10)hours. If a crew is prevented from working forty (40)hours Monday through Friday, or any part thereof,by reason of inclement weather, Saturday 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 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'/z)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(i%z) shall be paid. For all time worked on Sunday and recognized holidays,double(2)time shall be paid, NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday,ten(10)hours per day, All work over ten(10)hours in a day or forty(40)hours in a week shall be at the overtime rate of one and one-half(l%) times the regular hourly rate, The regular workday shall be either eight(8)or ten (10) hours, if a job can't work forty(40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked its 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(I%s)times the regular rate. Work performed on Sunday shall be paid at two(2)times the regular rate. Work performed on recognized holidays or days observed as such,shall also be paid at the double(2)time rate of pay. NO, 21: Means the regular work week shall consist of five(5)eight (8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for,begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer,when working a five(5)day eight(8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at 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 ''/Z) times the reg-ttlar rate. I1'workmen are required to work the recognized holidays or days observed its such, or Sundays, they shall receive double (2)the regular rate of pay for such work. NO.22: Means it regular wort: 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. r AW io ai„ i�— ol.duc ANNu,\i WACO; oltm-'it NO. 10 COLE COUNTY HOLIDAY 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 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 i0'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. 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. is o:. r,,V hoLdoc ANNUAL MIAGE ORDER NO. 10 r.P, i of l 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, Moniteau, Monroe, Montgomery, Morgan, Oregon, Osage, Perry, Phelps, 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 COMME111CIAL W ORK Occupational Title — _ Basic — Total _- -_� Hourly— — Fringe _ Rate Benefits *Journeyman Lineman — $28.28 —_ $3.25 + 41.3% *Lineman Operator -- $25.32 _i $3.25 +41.3% *Groundman $20.04 $3.25 +41.3% UTILITY WORK Occupational Title Basic Total _ Hourly - _^ fringe ___ — —^--- -------- Rate - - ------- Benefits *Journeyman Lineman — $27.27 _ $3.25 +37.3 0/o *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%) the regular straight time rate of pay.Contractor has the option to pay two(2)hours per day at the time and one-half(1'/)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 July, 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 our srt.AvV t 0 rrvt Aot AFFIDAVIT QE COMPLIANCE P ,. C 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. 32075, Belair Sidewalk Project Phase II. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC ' My Commission Expires: STATE OF MISSOURI ) ss COUNTY OF ) i ���+1F LPLc�ifM�NT �u T AN C RT1�.1 A110N I, the undersigned, r , of lawful age, first being duly sworn, state to the best of my information and belief as follows: I1. That I am employed as by 2. That was awarded a public works contract for Project No. 32075, Belaiir Sidewalk Project Phase I!. I 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 I 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 I _ since no Missouri laborers or laborers from non-restrictive states are available or capable Iof performing FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20___ 1 NOTARY PUBLIC My Commission Expires: APPROVED BY: ' Director of Community Development, City of Jefferson, MO CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this day of _12004, by and between Wisch and Vaughan Construction Co. 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. 32075, Belair Sidewalk Project Phase II. NOW THEREFORE, the parties to this contract agree to the following: 1. Scone of Se�rice% Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Belair Sidewalk Project Phase II" in accordance with the plans and specifications on file with the Department of Community Development. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 40 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Community Development within ten (10) days after the date of this contract. 3. Prevailing Wages. 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 ihas obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 10, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Fiscal Affairs Supervisor of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) orkmen's Com ep nsafion Insurance. for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liaitty. Insucarce 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 Liabi i I u.ance 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 ty lnsurancQ - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts- In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. ' (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may ' be encountered in the performance of this contract. NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective Oinsurance (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. 1 &4T R nsib, itv foL6-qbr p_rItr,,:Lq tQ-r3, It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. dui l�tedi pia-ges. 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. 1 8. Cis Rig-h-Lto 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 1 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 rstructures 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. l emnb-,. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims,damages, losses, and expenses including attorneys'fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself)including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 10. Payment for Labor an_i4� aterial�. 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. -Sop ies. 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 1 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 March 2, 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 sixty seven thousand seven hundred fourty six dollars and 55/100 ($67,746.55). 13. PerformiAnce and Materialman's Bonds Recauired_ 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 p Y be equal to the Contractor's bid. 14. Know1gidge Qf Local-Q9. dKQm- 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. _sgrfrawft If any section, subsection, sentence,or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. '17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the otherdocuments 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 Unde standing, 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 t contract supersedes all priorcontracts and understandings between the Contractor and the City. ' 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either art shall seek to enforce the terms of this contract through p Y 9 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. Amencimpnts 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. W-ajyer of Oreech_. 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 rnail addressed to City of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101 , and Contractor at 5601 Algoa Road P.O. Box 104388 Jefferson City, MO 65110 . The date of delivery of any notice shall be the second full day after the day of its mailing. r IN WIT SS WH REOF,the parties hereto have set their hands and seals this day of 2004, CITY OF JEFFERSON CONTRACTOR r tie: fah(sictc=NT' ATTEST: ATTEST: U City Clerk Title: APPROVED AS TO FORM: Cvounselor 7 LI R 2,Ef MAN-QE PAYMENT A10 0-VARA,NTEEBPQ 1M Bond # 674006332 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Wiscll & Vauslian ConstruCLIon Co , Inc — P 0 Boy: 104388 ' Je.1: LCt5U11 C:Lcy , i'fo hereinafter, referred to as "Contractor" and Liberty Mutual insurance Company ^ � a Corporation organized under the laws of the State of Ma s s a c hu s e L L S _ and authorized to transact business in the State of Missouri _ as Surety, are held and firmly bound unto the CiL'y of Jefferson , 1�ussouri hereinafter referred to as"Owner" in the penal sum of $67 , 746 . 55 -- --------------- -- _DOLLARS ($ 67 , 746 . 55 --------�), 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; r WHEREAS, the above bounded Contractor has on the 20 Dom, entered into a written contract with the aforesaid Owner forfurnishing all materials, equipment,tools, superintendence, labor, and otherfacilities and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with ' the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, taccording 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 tits 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 rcontract, 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: r has hereunto set his hand and the IN TESTIMONY WHEREOF, the said Contractor , 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 Columbia , Missouri on this the . 25th March. 04 day of_ —' 20 Liberty Mutual Insurance Co WISCH & VAUGHAN CONSTRUCTION CO INC SURETY COMPANY CONTRACTOR t�Y >7 '� f_(SEAL) BY (SEAL) BY (SEAL) BY .�.L-r (SEAL) Attorney-in-fact (State Representative) i (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) r THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, 1459065 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated, LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY NOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insuranco Company (tho "Company"), a Massachusetts stock Insurance company,pursuant to and by authority of the By-law and Authorization horeinaftor sot forth,clogs hereby narno,constitute and appoint THOMAS S. NAUGHT, RICHARD L. NAUGHT, HARRY D. NAUGHT, TERESA M. STEPHENSON, TIMOTHY R EASTIN, WILMA J. KEISER,ALL OF THE CiTY OF COLUMBIA,STATE OF MISSOURI ....................................................................... ....•..........................................................................................................................................."......—........I.............."........... , each Individually If there bo more than one named, its true aril lawful altorney-In-fact to make, oxocuka, seal, acknowledgo and deliver, for And on Its behalf as surety and as its act and deod, as and all undertakings,bonds, rocognizaancos7and��•other suyr�otyy obliggations in Ilia ponal Burn not exeoeding TWENTY-FIVE MILLION AND 0_0/100"" AAAAA�AAAAAAAAAAA ` DOLLARS($_25j.000LOOO.00'�" each,and the execution of such undertakings, bonds, rocognizancos and other surety obligations, In pursuance of these presents, shall be as binding upon the Company as If they had been duly signed by the presidont aril attostod by the secrotary of tho Company in tholr own proper porsons. That this power is made and oxocutod pursuant to and by authorlty of iho following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5. Surely Bonds rand Undertakings. Any officer of the Company authorized for that purpdsO in writing by 1110 chairman or the president, and subject to such limitations as iho chairman or the president may proscribe, shall appoint such attornevs-in-fact,as may bo nocossary to act in behalf of the Company to make, oxocuto, seal, acknowledge and deliver as surety any and all undortakings, bonds, recognizancr.s and other surety obligations. Such attorneys-in-fact, Subject to 1110 limitations sot forth in their rospoctivo powers Of -dtorney, shall have lull power to bind the Company by their H signature and oxnrution of any such instruments and fo attach thereto the seal Of 010 Company, W11011 50 executed such instruments shall be C as binding as if signed by the president and attested by the socretary. •C to By the following instrument the chairman or file prosidonf has authorized tho officer or other official named thorein to appoint attorneys-in-fact: .0 C Pursuant to Article XIII, Section 5 al the Tay-taws, Gainol W. Elliott, Assistant Socrolary of Liberty MUIUill Insurance Company, is hereby M authorized to appoint such attorneys-in-fact as may be nocossary to act in bohaif of tho Company to make, execute,seal,acknowledge and C M deliver as surety any and all undertakings, bonds, rocognizancos and 011101'SurOty obligations. O t�t- d That the By-law and the Authorization sot forth abovo are true copies thereof and are now in full force and effort. W 7 > IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or Official of 111e Company and the corporate seal of 0 CL — Liberty Mutual Insurance Company has been affixed 11roroto in Plymouth Mooting,Pennsylvania this _ 3rd__day of _ February , 2004 0 LIBERTY MUTUAL.INSURANCE COMPANY d C "0 O Garnet W. Elliott, Assistant Secretary H COMMONWEALTH OF PENNSYLVANIA ss g d COUNTY OF MONTGOMERY O G d C On this r,�d _day of February, 2001 , before m0, a Notary Public, personally came C.irirnot W, (zll±g((, to mn known, and acknowindged 4' O•— that he Is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows tho seal of said corporation; and that ho executed the above :2 Power of Attorney and affixed the corporate soal of Liberty Mutual Insuranrea Company 11101`010 with Iho authority and ill the direction of said corporation. co yIN TESTIMONY WH�1.IGOF ►i.lave hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania,on the day and year w 40 C3 first above written. ' r 00 r, ai Tor sa Pastella, Notary Public V r ti +:' Ole CERTIFICATE 1,the undersigned,Assistant Secretary of L.iborly Mutual Insurance Company,do Hereby certify Ihrrt tho nrigirr+l power of attorney of which the foregoing is a full,true and correct copy,1,in full force and eflect on the data of this cortifrcato; and I do iuilhor cortily lliat ihn officer or official who executed the said power of attorney is an,Assistant Secretary specially authorized by the rhairinan or the Iesidont to appoint attorneys-in-fact as providod in Article X111,Section 5 of the By-laws of Liborty Mutual Insuranco Company. This certificate and the above power of attorney may be signed by facsimile or mechanically ioprnducocf signatures under raid by authorlty of tho following vote of the board of directors of Liberty Mutual insurance Company al a mooting duly called and hold On tho 12111 day of March, 1980. VOTED that the facsimile or mechanically reprodurod signature of any assistant socrotary of the company, whorovor appoaring upon a certified copy of any power of attorney issued by the company in connoclion with surely bonds,shall bo valid and binding upon ilia company with the same force and effect as though manually affixed. E TIMONY WHEREOF,I ay�t erounto subscribed my name and affixed file corporate seal of the said company, Ibis >�t 1 day of - � E3v Devi J M.Carey,Assist:ant Secretary AICORD,,, CERTIFICATE OF LIABILITY INSURANCE � OPID v aATE1MMmDM�YVI _ WISCFI-1. 03 22 04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Winter-Dent 6 Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. •ferson City MC 65102-1046 ne: 573-634--2122 Fax:573-636-7500 INSURERS AFFORDING COVERAGE iNAIC# ED i INSURI;RA Continental Western Group 10804 J_ INSIIRP.RIt IlwIJer.s Anne. Ralf Innororrs I 510001 Wisch 6 Va ghan Cans t Co. Inc i INSURER C, P.O. Box 101388 Jefferson City MO 65110-4388 IINSUR11I INSIIRl:ft[ COVERAGES THE POLICIES Of'INSURANCE I.1!;TE:FI IJI.LOW HAVE 01.111 ISSUI O f )III( IN;1!1111)NAMED AFIOV1_f UP IIIC POLICY PERIOD INO(CAI EU f4OI WI fH:;TANDtN1, ANY REOUIREMEN't TERM OR GONOIIION OF ANY CONIRACI OR OfIfFR DOCUMI.NI WJIH ItESfTCT TU WL111J111141S CFRI11 ICATF MAY 111:ISSUFf)OR MAY PERTAIN THE INSURANCE AEI UR1)1*0 NY IM I'ULI(:II.:i(.)1SC{IIBEU HEREIN IS SOLIJ1-C1 10 ALL, 1111 TERMb CXCI USIUfJ:i AND CONUII IOW;OF SUCH POLICIES AC;GREGAI L LIMIT;SHOWN MAY HAVI:III-t:4 141.-011CUD I!Y PAID CLAIMS [NBRy►0 ..(''_�____.._._.__--.-.- --._-.._.... ... . .L. _.. ._. . .. ..-.... ._.._ 1 POLICYEFFF.CTiVE I POLICY RPIRA71ON _. ..............__.____.__._._.___. LTR IMBR[1 TYPE OF INSURANCE. POLICY ftUMBEP _DATE 1MMIppIYY) DATE MM/DDIYYl� LIMITS --� GENERAL LIABILITY ! EACII OCCURREN(A 3 1000000 A X 1 COMMERCIAL C1NPRALLIABILITY ! CWP2396038 12/31/03 12/31/04 T7 nMAr;["1rti4['PTI[U...-. f$ 100000 CLAIMS MADE l'X.I(iCLIP4 1 1 1`0 F1)C:Y•I'fAny ona pwlsonl 1I 1.5-0-0-0— ! I PERSONAL&ADV INJURY $ 1000000— X IXCU Included j 1 GENERAL AGGREGATE. 1 1. 3000000 TE __.IT A _ PRODUCTS COMPlOPAGG � 3 3000000 GEN'L AGGREGATE LIMIT APPLIES PL:I4 ' POLICY R-11 JLCT AUTOMOBILE LIABILITY COMBINED SINGLE IIMI1 $ 1000000 A X ANYAUIO CWP2396038 12/31/03 12/31/04 X ALL OWNED AUTOS HOUILY INJURY fl'or{,arson) 1 3' SCHEDULED ALIT OS X HIRED AUTOS _. ` - ,/P• j RUDELY INJURY � $ . •',;, ly (/l)":�Jvr-r.". i fPernrrarJnntl X NON-OWNED AUTOS ;rr/ _.__. ...._.._...�--._.... . PROM.RTYUAMAGI. — t =� 's (Per ercc,dent) GARAGE LIABILITY /j� AIJ10 01JI Y CA ACCIOGNI J$ � (r/ � _ - _._._..-°.--- ANY AUTO ----•---- Y I `l 01 HER IL R T I IAtJ .. A ' 0!7'11)UfJI Y AGG � 8 EXCESSIUMBRELLA LIABILITY ; I LA(AIOCCURIIENCE 1 $ 2000000 A X� OCCUR t -� ctnlMSrnnUE CU2428468 12/31/03 ; 12/31/04 AGGRLCAI!: 112000000 DEDUCTIBLE I— RETENTION 110000 11 WORKERS COMPENSATION AND X I OHY I IMH S I I I It EMPLOYERS'LIABILITY B Y,E. ANY PROPRIfi' OUiIVI.IORlPAR1NER11 97-0429 01./01/04 01/01/05 . EI 1ACIIACC01-Nr 1.000010-0 i -- - . ...-- OFFICERWEMBER EXCLUD1.6 1: 1 OI;;[ASE LA LMPLOYI:T; 3 1000000 If as,doscnbo undor SPECIAL PROVISIONS bolow L L 1)1:;(ASE I'OI(CY I IMl1 4 1000000 OTHER A Leased/Rented CWP2396038 12/31/031 12/31/04 Per Item 100000 A Builders Risk 12/31/03 . 12/31/04 ' Per Loc, 850000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS -�� RE: Project No. 32075, Belair Sidewalk Project Phase II CERTIFICATE HOLDER rCANCELLATION _ - JE FFE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City Of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE-INSURER,ITS AGENTS OR 320 East McCarty REPRESENTATIVES, AUTOO I ED EPRE�' TATIVE Jefferson City MO 65101 ��ED, -.Sk7,f ' ACORD 26(2001108) ___ )A CORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 not 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. ACORD 26(2001108) ' Acom INSURANCE MINDER OP ID n DATE THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE: OF THIS FORM, PRODUCER I(AIC,_Nu,Ett11 57:i-634-2122 IOMMPANY FlINDER„ 7.1*7 it _ ..._.__._ 57-j-6{h-750(1 Conta.nental. Western Group -rFF8CTW, rMRA nm " -- ter-Derrt F. Company DATE—.1" TIMC DATE Box 1046 }: nr' }: 1 I2 01 AM ferson City MO 65102-1046 03/22/04 ]: . 01 I 03/72/0� . .- + NOON _.___..._____._____...__._.__.._..__ ._.... _._...... _.. _.. ....._.. ___. ..... _. THIS IIINDI.N 13 ISSM It it)1 XIFND COVFftA(;I W Ili( APOVC•.NAMIA)COMPANY CODE: _08.1424 1 81111 CODC: PI'It!:XI'IItINt;PUI ICY r. __ ._. . CIJBTOMERID: WISCH-1 _. DB8CIr11tI0NOFOPE1tATI0N8NENICLC:BJpRUPEkTY+IrtludrnUlucrlJOn) INSURED -� .^. w RL:: Pro-tect : 2075, Elalaa.i.r Sidowilk Project City of Jefferson T Phase 21 - Wi,sch & Vaughan Construction, 320 O Box 104388 , Jeffersot, City,, MG 65110 a Jefferson e McCarty Street responsibl.(a for. premium and audit. Jofferson C:Lty MG G51G1 COVERAGES LIMITS TYPE OF INSURANCE - COVERAGE1FORM, --_� DFDUCTIBLE C010% AMOUNT - pROPQRTY _ cease:;or Lcls�. , HASIC (HftOAD :;1'@C GENERAL LIABILITY 12000000 _ COMMC-RCIA!.GENERAL!IAflll 111' I %t Ik' DAM.',C".I 11uv Writ Ircr-i- •!7 ---^_,'�-^ CLAIM:MADE + i OCCUR Mf 1)1!(I.IAny nnn urrsw,l i , _X ownAr l: Contractor Prot. Ii It L•(IJA! 1.ADV INJDRY � l � J (;I*W RAI A6GI(f.GAT 1 12000000 lit-I NO 0A1 C f 01,(A AIM:;MAFi1: I PRODOC,TL COMIIJOP AGC; i 4 AUTOMOBILE LIABILITY --`-'---`--- I COMNINUD 1;IN(;LI.HMO_ i y ANY A1J70 110010'INJURY 111„r t)rrtunl r. L AIITU,S' 11004;'It.LIkl'IVnr nrr:un,nl, S D AUTOS J'N(111CRtYDAIAAG1"OS MCUICAI PAYMI U AUTOG I PFRS(tIJAt INJURY 111401 ..i}- _-- •_---Y� AUTO PHYSICAL DAMAGF. OCDIICii(ttf. ! f ALL Vt-J(IG;f�..^ 1;cI DUI t D VI'HICI E1 At:I IIAI CIASFI Vet;II. , COLLISION I j ! GTAII IIAtdU11NI I OTHER.THAN COL 0Ilff I( GARAGE LIABILITY ANY AUTO 011111, ItIANM11(�OWY i I i A':u Af�(�,1I11 NI 7 EXCESS LIABILITY L01HIF LLA F014M A(d;ltl r:All ! THANU MIIftf.LlAIORI.1 _- +141110)D/.It 1rn1CIAIR1_MADI�-_.___�. 1`CII IN`_IIkFU lit I1141ION iI WORKER'S COMPENSATION I I. I AC11 m,(:ID!lit I AND EMPLOYER'S LIABILITY f t tN;I A51. f A FR1J t.0 rt f 1 4 .......... - -— 1 I 1 [)I!;[ASt I'UI I('Y I IMII I SPECIAL CONDITIONS/ j OTHER COVERAGES 1 tAr1.:; ±. 1 SIVAII I,101 A) PRi IdlUtd 15 NAME&ADDRESS _._ _��� ( MORTGAGI�t I nDDIU(iNAI MCU1iLD I(IAN n AIITH6RI2ED REPRESENTATIVE ACORD 76-S(1198) NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE ACCIRD CORPORATION 1993 CONDITIONS This Company binds the kind(s)of insurance stipulated on the reverse side The insurance is subject to inc terms,conditions and limitations of the poticy(ies)ur current use by the Company This binder may be cancelled by the Insured by surrender of this bmde! cr by written notice to the Company stating when cancellation will he effective This binder may be cancelled by the Company by notico to the Insured in accordance with the policy conditions This binder i!,,cancelled when replaced by a policy If this binder is not replaced by a policy, the Company is entitled to rhargo a premium for the binder according to the Rules and dates in us(.,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 it 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 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 and the insured borrower receive written notice:of the cancel- lation at least ton (10)days prior to the cancellation;except in the case of a renewal of a policy subsequent to the closing of the loan,a paid receipt of the full amount of the applicable prenuurn, 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 prioi notice,unless the binder is replaced by a policy or another binder in the carne company Applicable in Nevada ' Any person who refuses to accept a binder which provides cuverage of less than$1,000,000.00 when proof is required:(A)Shall be fined not more than $500.00,ana (B)is liable.to the party presenting the binder as proof of insurance for actual damages sustained therefrom. ACORD 76-S(1/98) ER L. PROVISIONS EQRWARQ The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as set forth In the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the 'table of Contents a,nd bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications,and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three(3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1)with the City Clerk of the City of Jefferson One (1)with the Jefferson City Director of Community Development One (1)with the Contractor GP-2 DEF NITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, It shall have and is mutually understood to have the meaning herein given: 1. "Contract" or "Contract Documents" shall include all of the documents enumerated in the previous article. 2. "Owner", "City", or words"Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the "City of Jefferson". ' 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership,or individual having a direct contract with the Contractor, for performing work at the job site. 5. "Engineer" shall mean the authorized representative of the Director of Community GENERALS PROMS .QK,$- The following Articles GP--1 through GP49 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 !Q N - QT DQCUMBNTS It Is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, , Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings,specifications, and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by ail. 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 pEFIN TI IONS 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 1 secure performance of the work covered by this Contract and his or Its duly authorized officers or agents. Generally this will be the "City of Jefferson". 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation,partnership,or individual having a direct , contract with the Contractor, for performing work at the job site. 5. "Engineer" shall mean the authorized representative of the Director of Community Development, (i.e„ the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. ' 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by 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 indicatt,d 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 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. 16. "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 CO�RACTOR 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 r 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 assurnes 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 riot 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 BD-NP- Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum, This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done,in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10)days after notice to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GEN EBAL, 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 1 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 deliveved 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 LJABILITY & PROPERTY DAMAGE LIABI(, 1$A� (1) Bodily Injury Liability Insurance coverage providing limits for bodily injuries, Including death, of not less than $2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,600,000 aggregate to limit for the policy year. GP-6.3 9,ONTRACIOR'S PROT RQD�INJURY LIABILITY-&PRQSECTIVE PROO.pERTY pq�AGE LIABILITY I $URANCE: (COVERIN- -- - -ATIONOF SUB 1112-ETRA-MM) (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 CONTRACTUA IABILITY Property Damage coverage with $2,000,000 aggregate limit. 1 GP-6.5 OWNERS PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued In the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract, ' The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2,6.3,6.5 for property damage liability shall contain no exclusion relative to: ' (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project,) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of,or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUI MQ-DJLE BO. Y INJURY LIABILITY &, AUTOM.LOBILE PROPERTY_pAMAG_E LIABILITY N-5-W3.ANU Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than$300,000 per person and$2,000,000 per occurrence, and property damage limits of not less-than $300,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8 EMPLQURIS LJAk1JW '1_L'AND WORKMEN'$&Q_ 0.5AT� Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and de-. h of%n,nrkmen 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 FL ATER 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 $10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 PQ—N—T-RACTQR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. GP-6.11 CO 1 RACTOR'S RESPONSIBILITY ON DAMAGES 6 CL�I�__$.iNg)1r LIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, r ■ of and from all losses,damages,costs,expenses,judgments,or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors,workmen,material men,or suppliers of machinery and parts thereof,equipment, power tools and supplies Incurred in the fulfillment of this contract. GP-6.12 N!Q IFI!QATIQ IN N EVENT OF LIABILITY OR DAMAQ-F. 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 clairn. GP-7 AS SIGN MENLO.-CONTB-gU The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SCONTRACTS, PKN-CIPAL MAJERIALS & 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 lie is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever, GP-9 OTFfER 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 LEQ&RESTRICTIQNS PERMITS AND REGULATO t The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 RQYALTIE AND PATENTS It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements, and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work, and in case of an award of damages,the said Contractor shall pay Such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF�SPECIFICATIONS AND PLANS GP-12.1 GENERA4� 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 differfrom 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 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 SPEC MQAI.1ON$ 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 CONSTRUCTIOIN 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 ►naterial 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 perrnit 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 LINE5 AN12 C22ADES The Department of Community Development will set construction stakes establishing lines,scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before l� 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. GPA 5 CQNTRAC1OR'5 1E,S_RQN5MlLITY FOR MAT R1 Ia 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 1 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 P_Q e9 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 SUpERINI.ENDENCE AND WOi�CMANSHIP, 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 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 ARRICADES ql D Mum 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. Sewers damaged by excavation but not in direct conflictwith the storm sewer will be repaired at the Contractor': expense. GP-22 ECTION 4_PAWORK ANP_REL4n�I_! 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 Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property, The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or darnage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the 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 NQ 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 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, riot involving cost, and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations In the terms or scope of the Contract shall be made under the authority of duly executed change orders Issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer,which order shall state the location, character, amount, and method of compensation. No additional or changed work,shall be made unless In pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of 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 tie 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 byforce account as per Section 109, Measurement acid Payment,of the Missouri Standard Specification for Highway Construction, as published by the Missouri State Highway and Transportation Commission, GP-27 SUSPENSI_Q �Ip.- .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 OWNERS RHT TO DD 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 RI TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should matte a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. if the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may,upon five(5)days written notice to the Owner and the Engineer,stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All 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 SUN12AY,NOU12AY AND I�Lrl9_T NVOR� 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 ac 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 U NFAVQRABL.EQQNSTRUCTION CDNUITIQNS During unfavorable weather,wet ground,or other suitable construction conditions,the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 MATT ALS ANp EQUIPMENT 1 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 CAF NA GE OFZDER 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 CQNTEtACT 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 da s, t his time will be specified it the contract. A working day is defined as any day when, in the judgment of the Engineer, soii 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 9-QNTMi qT TIME EXTENSIGI� The Engineer may make allowance for tune last due to causes which he deems justification for extension of contract time. If the Contractor claims art 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 rte estimates tie 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 days after the claimed cause for the delay has ceased to exist. GP-39 1-1 tI�A�L D DAMAQE� I!w Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any ' extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT 1 (a) BASIS FOR P YMENT Contractor will be paid for quantities actually constructed or performed as determined by field r 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) p D .I IONS FOP UNCORRECTE___D I QP If the Engineer deems it expedient riot 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) -PS VM ITEMS Payment for each lump sum itern shall be at the lump sum bid for the item, complete in place, and shall ' include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans, (d) P.ABIRAL 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) ACCEPT QE AND FINAL PAY jr 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) AEFIDAYIT OF COMPt=ANO Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. 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 delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. ' GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States, if quantity,quality,and price are equal. 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-46 AWARD OF CONTRACT - REJECTI OF OME All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. ' The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and It is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AE A E OF COMPLI WITH PUB IC WORKS' CONTRACTS LAY1f Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson,Missouri,Department of Community Development,an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month Immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S.Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal 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 PIJPLIC_V/ORKS CONTRACTS LAW AND MISSOURI LABORERREQUlf3€MENT In the event a contractor or subcontractor hereunder files witl7 the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement,shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or Laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson, Missouri, for , r 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 PROVIQ e w f ,M SPECI RKW-SIONS FORWARD; The provisions of this section take precedence over any other provisions in these specifications. $P_-1 TECNNICAL.5-M ICATIONS AND DE ILQM 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, and Detail Plans. All construction details included with the plans and attached hereto shall be used in constructing this project. 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. aIL-3- (_Z4N9jTRUQ?lQ_NATAKM The City of Jefferson will provide staking for horizontal control of the project and an on site bench mark for elevation control, 4 @RIDGE ABUTMENTS The final design of the bridge abutments shall be completed upon submittal of prefabricated bridge drawing. This pay item is to include all material to construct the bridge abutments. See SP-17 for prefabricated bridge specifications. F_REFAB_f3lSALI=P @_ This pay item shall include all materials and labor to provide an installed pre-fabricated bridge in place. This includes anchor bolts and construction unloading of the bridge. PRE-FABRICATED BRIDGE SPECIFICATIONS ' 1.0 GENERAL 1.1 These specifications are for a fully engineered clear span bridge of welded steel construction and shall be regarded as minimum standards for design and construction as manufactured by Steadfast Bridge Company. Possible bridge emanufactures are listed in SP-6. 1.2 The specific type bridge required will be a; CONNECTOR, style bridge as manufactured by Steadfast Bridge Company. 2.0 DIMENSIONS 2.1 Width: Inside clear width of bridge shall be 10 feet 0 inches. 2.2 Span: Center to center of bearing of bridge shall be 70 feet 0 inches. 2.3 Camber: Bridge shall be cambered 2% of the total span length. All vertical truss members shall be perpendicular to the ground after the bridge is erected and dead loads applied. 3.0 DESIGN 3.1 Open truss bridges shall be designed by a professional engineer experienced in pony truss bridge design and top chord stability criteria utilizing elastic lateral restraints. In addition to normal dead loads, the bridge shall be designed for the following: 3.2 Uniform Live Load: Pedestrian bridges shall be designed for an evenly distributed live load of 85 pounds per square foot of deck area. For primary truss members, when the deck, area, exceeds 400 square feet, the load may reduced to in accordance with the following formula: w= 85(0.25 + 15 / (A^.5)) where w is the pedestrian load (psf) and A is the deck influence area. The reduced design load shall not be less than 65 psf. 33 Vehicle Load: Bridges will also be designed to withstand a moving concentrated load of a vehicle weighing 1000 pounds per foot of bridge width (up 10 10,000 pounds). For bridges used where snow removal is a concern, the vehicle load shall be in addition to a 20 pounds per square foot evenly distributed live load. The vehicle load shall be distributed such that 80% of the ® load is on the rear axle (per AASHTO). 3.4 Wind Load: All bridges shall be designed for a minimum wind load of 30 pounds per square foot(approximately 100 mph). The wind is calculated on the entire vertical surface of the bridge as if fully enclosed. The wind load shall change proportional to the square of the change in design velocity for local requirements. 3.5 Design Criteria: The design of the bridge shall be in accordance with the "American Institute of Steel Construction"; "Allowable Stress Design", .June 1, 1989 or, latest edition. Tubular members and their connections shall be designed per the AISC "Hollow Structural Sections Connections Manual" latest edition, ' 3.6 Seismic: All bridges shall be designed for seismic loads of the intensity required by local codes. 3.7 Temperature: Bridge shall be designed to accommodate a temperature differential of 120 degrees Fahrenheit, Slip pads of UHMW polyethylene shall be placed between the smooth surface of this setting plate and the smooth bearing plate of the bridge. At least 1" clearance shall be provided between the bridge and concrete abutments. 3.8 Deflection: The vertical deflection of the bridge due to pedestrian live load shall not exceed 11400 of the span length, The maximum deflection due to vehicular loads shall not exceed 1/800 of the span length. For pedestrian comfort, the minimum live load used for the deflection check shall be a minimum of 600 pounds per lineal foot of bridge. The horizontal deflection due to lateral wind load shall riot exceed 1/500 of the span length. 4.0 MATERIALS ® 4.1 All structural members shall have a minimum thickness of material of at least ® 3/16". 4.2 Unpainted Weathering Steel bridges shall be fabricated from ASTM A242 or ASTM A588 steel for plates and structural shapes and ASTM A606 or ASTM A847 for tubular sections. Minimum yield (Fy) shall be greater than 50,000 psi. 4.3, Concrete Floors Shall be completely formed by the bridge manufacturer with a minimum of 22 gauge galvanized floor deck. The slab shall carry a 200 pounds per square foot superimposed live load. The pouring and finishing of 4000 psi lightweight concrete and the furnishing of the reinforcement shall be the responsibility of the contractor. After the concrete has cured, an appropriate sealer should be applied by the contractor. 4.4 Field splices shall be bolted with High Strength ASTM A325 bolts; type 3 bolts are required for weathering steel bridges. 4.5 Welding materials shall be in strict accordance with the American Welding Society (AWS). Structural welding code, D1.1. Filler metal as specified in 4.1 shall be used for the particular welding process required. Welders will be certified in accordance with AWS D1.1. 5.0 FABRICATION AND QUALITY CONTROL 5.1 Bridge fabricator shall be certified by the American Institute of Steel Construction to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for Conventional Steel Structures and Major Steel Bridge Structures with Sophisticated Paint Endorsement as set forth in the AISC Certification Program. 5.2 To er-ISUre quality control during bridge fabrication, the bridge su pp lier shall be the designer and fabricator of the bridge and shall riot assign, sublet, or ' subcontract any part of the bridge fabrication. 5.3 Workmanship, fabrication, and shop connections shall be in accordance with r American Association of State Highway and Transportation Officials Specifications (AASHTO). 5.4 Each bridge shall be inspected by a Certified Weld Inspector that is qualified under the AWS QC-1 program, This inspection shall include as a minimum requirement the following: review of shop drawings, weld procedures, welder qualifications and weld testing reports,visual inspection of welds and verification of overall dimensions and geometry of the bridge. A report shall be produced indicating the above items were reviewed. The report shall be signed by the' CWI, signifying compliance with AWS D1.1 codes. 5.5 All structural elements used in the bridge shall be identified by heat number of the steel member used. Specific mill test reports and individual welder certificates shall be tracked and kept on file to be provided at the request of the owner or engineer. 5.6 Welding operators shall be properly accredited experienced operators, each of whom shall submit satisfactory evidence of experience and skill in welding structural steel with the kind of welding to be used in the work, and who have demonstrated the ability to make uniform good welds meeting the size and type of weld required. 5.7 All welding shall utilize E70 or E80 series electrodes. The weld process used shall be Flux Core Arc Welding (FCAW) or Gas Metal Arc Welding (GMAW) or Shielded Manual Arc Welding (SMAW per ANSI/AASHTO/AWS D1.5)"Bridge Welding Cade." 5.8 The connection of bridge end post to top chord should be a mitered joint with the exposed welds ground smooth. 5.9 The connection of the floor bearn to a pony truss system shall not be solely into the side of a tubular bottom chord without the use of additional stiffeners. 6.0 RAILINGS & ACCESSORIES 6.1 All railings shall have a smooth inside surface with no protrusions or depressions. All ends of angles and tubes shall be closed and ground smooth. In accordance with AASI-ITO, railings for bicycle use should be a minimum height of 54" above the floor deck. 6.2 Safety Rails: Continuous rails shall be located on the inside of the trusses. The rails will be vertical picket rails with a maximum opening of 4 inches. 6.3 Toe Plate: A 5" steel channel shall be located 2" above the floor deck. 7.0 FINISHES ' 7.1 All boldly exposed surfaces of bridges shall be sand blasted in accordance with the Steel Structures Painting Council(SSPC)Surface Preparation Specification No. 6 "Commercial Blast Cleaning". r 8.0 DELIVERY AND ERECTION 8.1 Bridges will be delivered by truck to a location nearest to the site accessible by roads. Hauling permits and freight charges are the responsibility of the manufacturer, 8.2 The manufacturer will notify the customer in advance of the expected arrival time. Information regarding delays after the trucks depart the plant such as inclement weather, delays in permits, re-routing by public agencies or other circumstances will be passed on to the customer as soon as possible but the expense of such unavoidable delays will not be accepted by the manufacturer. 8.3 The manufacturer will advise the custorer of the actual lifting weights, attachment points and all necessary information to install the bridge. Unloading, splicing, bolting, and proper lifting equipment is the responsibility of others. e8.4 The owner shall procure all necessary information about the site and soil conditions. The engineering design and construction of the bridge abutments, piers and/or footing shall be by the owner. The owner shall install the anchor bolts in accordance with the manufacturer's anchor bolt spacing dimensions. All grounding and lightning protection shall be the responsibility of the owner. 9.0 WARRANTY 9.1 The manufacturer shall provide a warranty against defects in material and workmanship for a period of ten years. �� 5-MQD-E MA ft !EACTURES ' Any manufacture of a bridge as specified in SP-5 will be considered an equal and accepted. Below are 3 examples of bridge manufactures as specified above. Continental Bridge 8301 State Hwy. 29 N Alexandria, MN 56308 1-800-328-2047 Steadfast Bridge Co. 4021 Gault Ave. S Fort Payne, AL 35967 1-800-749-7515 ' U.S. Bridge P.O, Box 757 Cambridge, OH 43725 1-740-432-6334 .1�1�1?2E�Ls�IB�S�P_LT14� CITY OF JEFFERSON TECHNICAL STREET SPECIFICATIONS 1 , 1 REVISED OC 1 OJ31�R, �OUO IIECH IICAL,IIIIEET SPEC1 FICATJONS TABLE OF CONTENTS 1.0 Clearing, Grubbing and Removal l 2.0 Earthwork 3 3.0 Cleanup 12 4.0 Pipe Sewer Construction 12 5.0 Drainage Structures 19 6.0 Concrete 26 7.0 Asphaltic Concrete 34 8.0 Portland Cement Concrete Pavement 38 9.0 Lawn Repair and Sealing 41 10.0 Reinforced Concrete Double Box Culverts and Retaining Walls 43 11.0 Crushed Stone Driveways 46 12.0 Rip Rap 46 13.0 Rack Excavation 47 14.0 Sanitary Sewer Adjustments 48 15.0 Underdrain 50 16.0 Pavement Marking 51 17.0 Omitted 53 18.0 Traffic Signals 54 19.0 Omitted 61 20.0 Fencing 61 21.0 Certificates of Compliance 62 22.0 Schedule of'Work 64 23.0 Maintenance of"I'raffic and Access 65 24.0 Ternporary Surfacing 66 25.0 Dust Control 66 26.0 Property Corners and MonL►mentation 66 27.0 Cleanup 67 28.0 'Traffic Signs, Stop Signs, and Street Signs 67 29.0 Downspout Drains 67 30.0 Subsidiary lterrls 67 O(IT()13FIR, "'t►(►t► L'ES'LlaC'�I MUL1 PT'.. l.'_L:.AIVJN. TS-1. vlCLVAL 'I'S-1.1 TS-I•,1 .1 &sg24; This work shall consist of•cleal•int„ grubbing, rcrluwing, arld (disposing of vegetation within the construction limits. TS-1.1.2 S , situclicln I{C(l1,li�r(jj1C� ,n�r,inccr will c�sttll,IlSll the C(rI15Il'rlction limits anti will designate all trees, ShruhS, vegetation within the construction limits shall he removed and properly disposed ol'. Stumps and roots in cut arra shall he t:rubbCd to a depth of not less than twelve (12) inches, below the finished earth grade. Grubbing of'Osage orange or locust hedge e Shall include removal of roots. In embankment areas, uncliSturbCd slrinlpS an(l roots extending not more than six (6) irIChcS IhuvC the ground line maV I•cllluin, provi(Ic(I they are a minimum of three (3) Icct below the linished earth grade or lire slope of the embankment. Fxcept in arCIS to be CxcavalCd, St1I1111, holCS S11a11 be backftled �vitll suitablc niaterlal and Compacted to the approxilllale dcrisHy of the ad.lacerlt area. When burning is pelnissihlc under elntrolling air pollution regulations. all burning of"products of'clearing and grubbinil, S11a11 he done under the care of a competent watchman at such times arld Ill tiuC11 manner that Ilelther vegetation oil ad•tacellt ' property nor that (designated to remain on the right-ol=way will be,icopardized. The burial of'stumps and debris will not hC pCrnlit1Cd on the hrollllClS ell' clear'inggrubbingmayber•emoved from the right-of' w;lVand diSposCd o('out 01'Sight from the roadway provided an acceptable written agreement wrtll the properly owner on whose property the products arc placed is Subrllittcd by the Contraclo►•. rThe contractor Shall Scalp all areas where excavation ur embankment is to he made, except that nlc,wcd, budded over sod need not he removal wherc the embankment to be constructed is 4 tcet or adore in hcighl. Scalping Shall include the removal of IMItC11,11 SUC11 IS Sod, gr;ISS, I•CSI(IUC OI M-11-iC1111111111 Col•pS, SMWI11S1, 111C1 deCilved vegetable matter f-0111 the SurfiICC oI'tllC ground without rcnurving 11101-C earth than is necessary. The products of scalping shall be disposed ofaway from the site ot'the work unless permission is granled by the I nginecr to allow Such disposal on the right-ol=way. All Such (disposal shall he at the C011traclor's solr expense. f5-1.l .i �caS�ltcill It��1(I I'at�i►iciit; No I)MISUIVII)clll WI II gruhbiag, halillelll fi►r clearing and eruhhing Will he at the hall) SUM IWICC hill. r TS-1.2 REMOYAI S TS-1.2.1 &-=) : 'Phis work shall consist of removing all drainage Structures, pavements, surfacing, and base courses elf 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 rcnlovcd will be made. TS-1.2.2 Construction Rec uiLqu ll�: Old pavements, abandoned sewers or pipe lines, or other obstructions to the construct ion ol'tho,roadway or within the limits of the right- of-way and not designated or permitted to remain, shrill be removed or disposed of by the Contractor away from the site ol'the work. in removing pavcrncalt, curb. curh and gutter, gutters, sidewalk, and other similar improvements,and where a portion ofsuCll iinproven,lcnts are to he 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 fine. '�.,uf'ficient removal shall be made to provide for proper grade and connections ill 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 t.o be abandoned shall be permanently sealed at the ends with bulkheads constructed of concrete or brick masonry, having a mininllllll thickllcss of 8 niches. The use of salvaged brick will be perrllitted flor constructing bulkheads provided the brick are clean and sound. No direct payment will be made Im blocking abandoned sewers, drainage pipes, or floor drains. Broken ccnlcrete, paving material, bricks or rubhlc may be placed in roadway embankment provided they arc wcll spread, completely Surrounded by dirt and are ' not located within twelve inches ofthe finished subgradc,shoul der orground surfiace. '1'S-1.2.3 Meat I•e 1 : The work provided herein will not be nleasured for payment, but will be considered a Itlmp Sum unit. This shall include the:rellioval ofall items, whether in view or hidden underneath the surfirce of the ground, regardless of whether shown oil the plans or encountered dL11-ing C'1011StrUCtloll. TS-1.2A Ir l c t: Tlic accepted removal of i ill provcnlents will be paid li►r at the contract lump suns hid price. TS-2.l S ci v This work shalI iticlude all labor',Int►te6al,cduiptnent and:services necessary to complete all earthwork as shown on the plans and specified herein including roadway excavation, embankment, suhgrade preparation and finish grading. TS-2.2 EitLlJz s!cb._.Cmu)Kb . 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, parkin; areas and all other• areas of carthwork except excavation and backfill Im pipe trenches and StructurcS. TS-2.2.2 Missouri F-Iiil iwaySpccificatioln�;Section203shallgovcrn all car•thworkfirrroadway except that the provisions 161-measurement and payment therein shall not apply and except as modified in the Corm of additions. deletions and substitutions in this Article. Where any part of'said Section of'tile Missouri Ilighway Specifications is so modified, the llrlaI(Ct'Cd IllOViSIOt1S Shall rClllaln irl effect. "I'S-2.2.3 Compaction shall conlilrnl to Missouri Highway Specifications Section 203.3. The first paragraph of'Section 203.3.1 shall he chungal to read as f,lllows: Compaction to at least L)0 percent of'rnaxinitim density, as determined by standard Compaction 'rest, will he required in the fi111owing areas: FS-2.2.4 j,�120.5 I: Unsuitable exc:avatcd n1,11C ,11 shall not be IJSCd Ill the erllbankrnents and Shall not he disposal oPon ri�,ht-ol=way. I)ispos,ll shall he the sole responsibility and ■ at the sole expense of'tile contractor, ()nsllit,,hlC and excess exc,ivateci material nlay be disposed of on private property ml.jaccnt to the right-of-way, provided written permission (W the property owner is obtainal and provided the surface is properly finished and drained, In Stich cases. seeding. Sodding, and other pay quantities shall not be increased therchy. TS-2.2.5 i)' h CI Special care shall he taken to clean out all (Iebl'iS and ol• garlic rllattet' �l.l�..�clll�tl� 1 f~ Prom existing ro;ldway Glitches Io he lillc;d. The Glitches shall be cardully hackfilled in accordance with the requirenlenls herein. Using trench rollers of ImIld-oper•,lted Power compactors as ntay be needed to assur•c proper eonlpaetiorl throughout. rTS-2.2.6 �1 cWl�;.i!? Zo41i Cmt: In rock col areas excavation shall be Carried to twelve (12) inches below suhgradc to a nlininitlnl distance ol'two (2) icct bchind hack of' curb. 13ackfill it)gof'undergradCd col ,boas shall he with a drai11,lhlc rttatcrial with Iop surface choked With fines Poi gv'„per S1.11)"rade prepare►ion. -4- MIIIII 1 excavation. at oriie Whcn(,verpossthlc,this material ~lulll lie Irum pro Whu c,� tth , (1 an open-graded drainable crushed limestone shall be brought in. Undrained pockets shall not be left ►n the Surlace ol'thc rock. 'T'S-2.2.7 Pockets ol'unsuitahie earth may he encountered in ctlt t►rcas where it will be impracticable to rCpl ICC With Suitilble 111atCr'Ir11S from excavation oil the work site. In such cases, where uulhor'iZCd by the Engineer, the contractor shall fur71is11 and place crushed stone bllu aS re(luif—W to provide a Stable sub-grade. Crushed stone baSC ill uCCOrdance with re(luirements oT' Ariicic TS-1 I. Whcrc necessary, a portion of the stone base shall he mixed with existing, earth to provide subgrade stability, and that portion of,111c stone base material shall be delivered to the pr(.icct in as dry as possible condition. TS-2.2.8 �iTi��' � 4_.l.11l.4.�t �: Whcrc, in the opinion of'tile F.tiginccr, conditions arc such that it is impracticable to obtain sub-grade satisfactory filr the design pavement thickness, the contractor may he directed to finish the sub-grade at lower than specified elevation and increase the thickness ofasphaltic concrete base. TS-2.2.9 'I'lle provisions of paragraphs TS-2.2.7 and 8 shall not be construed to relieve the contractor'ofllis responsibility (ol•Illly ile(;eSSilly i cratloll and eolllpaction of Suitable earth at Sub-grildC level. TS-2.2.10 Protection elf's t ,- GrrL�lQ: The conlrrlel(n' shel)l pr'cACCt the sr.lhgradc by 110t allowing deliveiy vehicles of* excess weight thereon and by varying the path of delivery vehicles so as to not cause excessive rutting. 1 luavini;or rutung damage to sub-grade caused by delivery vehicles (luring Asphalt paving operations shall be inlmc(lialcly repaired and brought hack to specified elevation prior to placing asphaltic Concrete base or por'tland cement concrete pavement. TS-2.2.1 1 Topsoil: 'The top firer(4) inches ol'backf ill bChIlld exurbs shall he top Soil, free front rocks,gravel,anti any undesiruhle nllltcl•ials illld Shall be IllitCl-iil S(Iitrlble to establish it seed bed. This material may be either top soil available within the limits of'the project or it nlay be top soil Furnished by the contractor. No direct iimllctll will be made tin- such topsoil, but Shull he incl1IdC(f in the lulllp suns price for grading in(', 1 excavation. TS-2.2.12 Area Draina:;g: All cm-th areas within and adjacent to the grading limits as shown on the Plans Shall be graded to (Train as directed by the f:nginecr, ut onu (I ) percent inininlunl slope wher'evel• possible. Special care shall he taken to avoid leaving low areas or water pockets. No d1'1'CCt payrllcnl Will he made 161-such gra(ling c;xccpt that meaSUrcmcnt I�or puynlenl of I'I•oposal dents Will he 111MIC. r '1'S-2.2.13 Sub-Gracie Tcllerijici,: I"xcept as otherwise,specified in paragraph'I'S-2.2.7, the Sub- grade for all paving and surfacing shall he within the tolerance range of minus one- half'('/:) inch to plus one-quarter('; ) inch with respect to specified elevation. TS-2.2.14 BQrrQw Material: (a) Kborrow material is required, the contractor shall. supply>l this material from 1 11 Y a borrow area off the site. The borrow area Shall be obtained by the contractor tit his sole expense. i3orr•ow materials shall be approved by the Engineer hcfoi*e they are transported to the site of the Project. (b) Materials shall be similar Icy sails IbUnd on the 1 roje.t. Soils showing high swell potentials will not be approved. (c) The Engineer's Earthwork Calculations arc shown on the plans For the convenience of•lhc.: Ridder. TS-2.2.15 Exceu Li'1�lfaial.: All suitable excess material from excavation become the property of,*the City of.leffcrson and will he stockpiled oil site at the direction o l'the Engineer. TS-2.3 Trend 1i = �-Q »LL,mdj,1 t _ A►r t!i1 : TS-2.3.1 Tre. h.1 cavation anc�S1L4 int;: (a) Excavate in open cut except where boring,jacking or tunneling is specified. 'i'rench walls shall be vertical in streets or improved 111-cas unless otherwise authorized by the h.ngineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. (b) All sheeting shall he pulled imillediately prior to backfilling around the sheeting. However, the l;nginrc r may direct all or a portion of*thc sheeting to be lelt in place in order to protect the pipe against shock load of"caving banks, or to protect adjacent street of' properly, or to prevent material that cannot be compacted to specified density from caving into the trench. (c) Wllcrc sheeting is tell ill place, do not hrtice against pipe, but support ill a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe rllay be removed after backfill to top of pipe has been completed. (d) 'french walls may be slo mI in 1.111 iIriproved areas if'requircd to i)revenI caving, "P and if,adjacent lirolierty or trees to be left in place are not thcr•chv subiccted to additional Cutting,o1•roots. ft 1.(c) Sce Pipe f rnbcdnicnt Details on flans filr mininium and maxinlcuii trench widths. It' nlaximilm is exceeded, and strength requirements control. Fligincer may direct Contractor to install special bedding or heavier class or gage ell•l)iilc at Contr'actor's exilense, TS-2,3.2 'Obal ML WS�L51tlll�L�+�u_ltt��'.tL�1 (a) Pipe trenches shall he kept 1rec from water(11.1611L,excavation, f itlC gl-,l lilig, Mille laying rued jointing, and Iliile embedment Operations. Where the trench bottom is illuckV or• otlCrWisC unstable becau:;e of•ttc presence elf'ground water, and ill all`cascs whCl'e the StatlC L;r011nd Wiftt• CiCVIti011 IS rll)OVC the bottom of, any tench hell hole Cxcavatiort, such i,rouncl walCI' Shall bC 1OWCI•Cd by nlCans of•punlpS(►r otlicr acccl)tahlc 111cans to the extent necessary to keep the trench f•rce froth water, I)il)c sub-grade stabic aild firm under loot, at all times when work within the trench is in progress. (b) The contractor may use additioliid granular Fill Inalcrild. in aCCOrdrinCC with the i•eClUircinents OI SLlbl ,1l-!1!r•rlll)1 'I'S-2.3..E (b), in connection n with drainage Control, at his m\n expense. (C) Mach excavation shall be kept dry untiI file back-fill is completed to the extent that no damage froth hydrostatic: prCSSUrcS, Rotation, or otIlCr CaIISCS Will result. (d) Sul'fucC W i.►tCi- Shall hC divcrlcd, and otherwise prevented front entering excavations and trenches to the greatest Cxlcnt praCliCabiC without dalliagC to adjacent property f•ronl (likes, ditches, or impounded water. TS-2.3.3 1!im2LE►utldUlt(mi Crnnu atJI-ill au 'IuLn—L;11 E 2 r,-11i u: (a) All Mille shall he bedded as shclwn in the "Title I: �I (c) S '• a jj) : I('the trench hottcmr rot 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 used shall be as rcquircd ior• effective stabilization. Where large stone is used,the upper portion shall lie choked with sma.11cr stone and no stone larger than one (1) inch size will he 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. However, payment will not be made Cor stahili;align material or extra granular 1-111 uI.;cd I*or contractor's convenience in controlling drainage or as may he requires( to stabilize trench bottom:; made unstable through contractor's disturbance thereof or excessive tramping thereon. (d) Pipe shall not he placed over frozen trench sub-grade. (e) Placement of•(iranulirr• Call: 1. Place granular fill in lifts not exceeding six (6) inches and bring up evenly on both sides of pipe. Do not dump over side of'trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that granular fill will tale its final compaction and provide unifonli and solid hearing under and around the pipe and its haunches. 2. Screed granular fill as shown on tale Plans under elliptical or arch pipe. 3. For a length of two (2) pipe diameters (ef'fectivc diameter equals Iaverage of span and rise ibr elliptical or arch pipe) on the upstream ends of'culverts, omit granular fill. Use selected clay scrceded and compacted to not less than ninety (90) percent of'Standard Density. I'S-2.3.4 _r 3 ll c,Ics: Dig bell hoics where i c has bell joints. No part of an hell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. 'i'S-2.3.5 B ackfill tc� 'T'on c►f I'Ie: (a) See "Pipe Embedment Delails" on flans. This section covers the backfill efrom top ofgranular fill to top ol'pillc. (h) Backfill as soon as possible to minimize the possibility of damage to joints ' an inconvenience to the public. (e) Material to be selected earth or granular fill material, free from scut, sticks, roots, or rocks over one (1) inch size, to be untrozen, and to be of proper moisture content Cor specified compaction. Suitable material from the project excavation shall be brought in from elsewhere on the work where required. ' (d) Place alongside pipe in loose layers of six (G) inch maximum thickness, thoroughly compacting each layer. 'fake special care to place and compact material ground the pipe so as to leave no voids and to provide uniform lateral support for the pipe. Bring materials up uniformly on both sides of pipe, taking special care with corrugated metal pipe. (c) The material shall be compacted to the same density as required tier backfill above top of pipe. TS-2.3.6 Rickf itl Ahovc. ('gip u) Ci 'r al: Back fill From top of pipe to original surface or to sub-grade where ( I pl pavement is to be placed is covered by this section. Sri Is: (1 ) 4 — 1. Material fair back fill above top of'pipe shall be the same as for backfill below top of pipe as speci bed in subparagraph T S-2.3.5 (c),except that small sticks anti roots less than one-half'(''/2)inch in diameter,interspersed hard lumps and clods will be allowed insofar as they do not interfere with specified compaction. More suitable material shall be brought. from elsewhere on the project if necessary and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at his own expense. 2. Rock larger than ()lie (i ) hell shall not be placed within three (3) inches of pipe. Rock larger than eight (8) inches shall not be placed within two (2) fact of'the top of'pipe. No rack larger than two (2) inches may be placed in the Upper six (6) inches under pavement sub-grtrde. No rack may be placed in the upper twelve (12) inches of trcnchcs 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 interfcrcncc with the specified backfill will result. ct 1. Method of backfill used shall not impose excessive concentrated or unbalanced loads, shock, or impact on, or cause displacement of'the pipe. The backfill shall be slowly rolled down a slope at the end of the trench and shall not be pushed over the side of the trench. 2. Consolidated material weighing more than'onc 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 ofbackfill over top of'pipe. (d) _CQUjafl_Qj s) : 1. BSl(d—JWrt c v:tvemcttt shall be defined as being under all areas to be paved or surfaced for vehicular access, except those to be surfaced with crushed stone. The limiting line for such backfill shall extend From sub-grade at twelve (12) inches beyond edge of pavement or back of curb, downward on a slope not steeper than one(1)to one (1). In areas so defined,backfill shall be not less than ninety-five (95) percent of Standard Density. 2. Back-fill in Other reis : In areas not defined in Item 1 above, backfill shall be not less than ninety (90) percent of Standard Density. 3. The engineer may cause field density tests to be made whenever deemed necessary. The specified density will be the minimum allowed and the attainment thereof'will be entirely the contractor's responsibility. Obvious voids will not be permitted. ' 4. Thickness ofbackfill layers will be determined by the coordination of test results with field perforniance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2.3.7 l a s tj JIgI ion (C Pi in E,711ilanl:i t: (a) If embankment is made prior to placing pipe excavate trench,place;pipe and backfill, in accordance with the Specifications herein. (b) If enlbanknicnt is nlacle 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. -10- _� �' > 2 'fS �.3.f; �,rotectic)rr.S►[�,,,t►2' 'c Ltc►tll 1-1��-�i1W?1.A1�11: Provide tcnlpc>r•Irr�y� (ill to at least two (�) 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 fi-om excessive equipment loads shall be satislilctorily repaired by the Contractor at his sole expense. TS-2.3.9 ExcavWioaAhgtd ior L_ogiAi lr ► ' rUQ. i 1 (a) Except where otherwise directed, excavate at least one hunched lift), (150) feet ahead of•pipc laying in order to uncover arty possible obstructions in the way of laying, the Pipe. If such obstructions are encountered notify the Engineer irrnncdiately so that a needed change may be considered and effected. (b) Changes from Plans may be made only on the direction of the Engineer. Such changes may include changes in line,grade,pipe sire or type,additional or less mitering, manholes, etc. Such changes may involve unanticipated moving of'undcr'ground utility lines. (c) Refer to Article GP-7 regarding protection and moving of utilities and other obstructions. (d) The contractor will be paid for the actual amount of Proposal Items authorized(within the pay iii-nits established) and performed by him. He will 40 not he paid for unused materials left over or for delays arising from encountering obstructions. TS-2.3.10 Maximum length of trenching ailowed ahead of.Pr_pe lay shall shall be one city block or four hundred (400) fleet, whichever is shorter. TS-2.4 Excavation and Backfill for Structures: TS-2.4.1 The terns "structures" as used in this Article, means inlets, manholes and all other structures, not including pipe. TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill flor structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form ofadditions. deletions and substitutions in this Article, Where any part of Missouri Highway Specifications Section 206 is so nlodific 1, the unaltered I)1.0Vrs101lS shall remain in CflcCt. TS-3.4.3 Delet the lollowing front Missouri Highway Specifications Section 206, (a) Subsections 200.2. 206.4.7. 206.4.8. 206.4.Q. 206.4.10 and 206.4.11. ' -11- , (b) All sections on Mcasurcment and/or Payment. TS-2.4.4 I sts�n-Q, as specified in paragraph TS-2.3.3 (c), shall be installed where required by the stipulations of the Missouri Highway Specifications Article 206.3. 'Phis requirement shall apply to all structures as defined in paragraph TS-2.4.1. Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of'Articles TS-2.5 and TS-2.6. However, payment will not be rriade for stabilization material used for contractor's convenience in controlling drainage, in fine grading, or as may be required to stabilize structure bottoms made unstable through contractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 Backfill for struclure shall be in accordance with the applicable requirement.; of Section TS-2.3.6, TS-2.5 Method of Mcasurcment: TS-2.5.1 Excavation and Compacted FLnbankment: (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 oil 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 hid price fir excavation and compacted embankment. ' (c) Computations: The Engineer's earthwork corn p utations 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'Pa�,rrnent: TS-2.6.1 Excavation and Compacted Embankment, will be paid (or at the contract unit price bid based on a lump SLI111 cost. ® -12- TS-2.11.2 Crushed stone file sub-grade and trench bottom stabilization, as well its open-graded drainable crushed stone for hackfilling of under•graded rock ct.its, pleasured as provided will be paid for at the contract unit price bid per ton. TS-3 CLEANUP The contractor shall remove From t}lc owner's pr o ert. and from all public and privatc property, at his own cxpcnsc,all temporary structures,rubbish,excess excavation and waste material resulting from his operations. All material lbund to be unsatisfactory for backfill shall be removed at the contractor's expense. All existing sod areas shall he hand raked to remove earth deposited on or in them during construction. All ditches shall be graded and pr•operly sloped. Excess excavated material shall be removed fi•onl ditches. Shoulders where sodding, scedim,,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 llro-fect is completed. In no instance shall dirt piles or debris be allowed to remain oil lawn areas long enough to damage growing sod. TS-4 PIPE SEWER CONSTR ll C I'IQN TS-4.1 General: Tbis work shall include the construction of'all pipe sewers whether storm sewers or sanitary sewers. Tile material required 1m-each section of'sewer shall be as shown on the plans. Trenching shall be in accordance with Part TS-2 of these, specifications. lcations. TS-4.2 Reinforced Concrete Pilic S orni Sewers: TS-4.2.1 Gene:rte: This section covers the materials and construction of'reinforced concrete ' pipe storm sewers. Other 1),pcs of•pipc and all appurtenant structure are coveted in other sections of'these specifications. TS-4.2.2 Material: All reinforced concrete pipe shall conform to the requirements ot'ASTM C.'-76-62T, Class III. Wa11 13. 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 tree ot'cracks, , broken places, s111d obvious: nlanufi►ctrr►-ing.(IC1CCIS. -13- ' All pipe shall he stamped cm the inside with its class before delivery to the job site. TS-4.2.3 Pi.-d,",: Pipe shall be earefully handled by sling or other means to protect it from damage. Particular care shall be taken to avoid any free hill or shack 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 linebetween structures except where other than straight alignment is required or allowed by the plans. N Where curves are required they may he accomplished by the Hollowing methods: ® (a) If the curve is slight or i fthc radius of the curve is very long, curving may be accomplished by deflecting each pipe joint in the curved section equally to r forma smooth uniform curve. In no case shall any pipe joint be deflected to the extent that the maximum opening of the joint exceeds one hall'the joint 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. TS-4.2.4 jointill J: 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 he clean prior to jointing. (a) 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 E3 r k(-zl]: Following joirrirn_4 sufficient bedding material shall be placed and t:l compacted along the sides ofthe pipe to hold it securely in place during tite backfill operation. See plans fir bedding details. -l4- r r Next, ti trenc 1 to 12 inches above the to p ofthe i icy shall he backfilled with layers N �c 1 1 p i Y of carefully compacted select backfill matcrial. "Phis material shall he placed and compacted simultaneously on both sides of'thc pipe. Backfili above this joint shall be as specified TS-2. TS-4.2.6 Pipe Ann s: 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. 'Phis 20 feet shall include the length of'the end section. TS-4.3 �i ►- 1 , pil ­ lid P'ii is Ar•c.L__Swir1 Sowers TS-4.3.1 Se 1 ie: This specification covers ccllrugated 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 tcr-111 "pipe" shall also include pipe arch. TS-4.3.2 his: Where "CMP" is called tirr or allowed on the plans corrugated 1Lgel pipe as specified herein may be used. i TS-4.3.3 Materials: TS-4.3.3.1 Corrugated Metal Pine and i'ilc /arch shall be in accordance with AASI-10 Desibmation 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. Pil.?�L r i S" x I I" through 25" x 16" - 16 ga. 29" x IS" through 6" x 22" - 14 ga. 43" x 27" through 05" x 40" - 12 ga. 72" x 44" - 10 ga. 79" x 49" - 10 ga. -1 '- , 1 l[� TS-4.3.4 Q ' m rent an Gracic: 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 Pine: Pipe shall be protected from lateral displacement by means of 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 corm a true and smooth line. Pipe shall not be trimmed except for closure, and pipe not making 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-4.3.6 Couplir u Pipe: Pipe ends shall be butted as closely as the corrugations will permit, then jointed with a firmly bolted coupling band. Draw coupling bands tight. Merely tightening bolts will not be adequate. Lubricate contact surfaces of coated pipe 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 fictions 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 backfrlled with compacted moist clayey soil or driven to the rrequired elevation. TS-4.4 Q111 'nd 1 a ment TS-4.4.1 CN1}' and R .P Pipe: Pipe will be measured per linear loot of completed pipe in place. Payment will be made at the unit price bid per linear Ioot for the completed pipe in place. Payment shall include all costs of furnishing, and installing pipe including trenching, backfillingofpipe. TS-4.4.2 CMP and RCP End Sections: End section will he measured as one unit each complete in place. e Payment will be made tit the unit price bid for each complete end section in place. Payment shall include all costs (or furnishing and installing; end section including trenching, hackfilling. TS-4.5 Pla tic Qrtzvity Sewer I!ip—Q TS-4.5.1 Q21 : This specification designates general requirements for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral wall bell and spigot joints for the conveyance of domestic sewage. TS-4.5.2 Materials: Pipe and fittings shall meet and/or exceed all of' the requirements of' ASTM Specifications 03034. All pipe shall be suitable for use as a gravity Scwcr conduit. Provisions must be made fir contraction and expansion at each joint with a rubber ring. 'rhe bell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber ring into position. Standard lengths shall be 20 feet and 12.5 feet ± i inch. �1 Rubbergaskets shall comply with the physical requirements of ASTM-D 1869,C361, and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe materials. TS-4.5.3 Fit it ;s: All fittings and accessories shall he as manuCactured and furnished by the pipe supplier or approved equal and have hell and/or spigot configurations identical to that of the pipe. TS-4.5.4 Physic and he icaI Requirements: The pipe shall be designed to pass all test at 73 degrees F (± 3 degrees F). TS-4.5.5 Pipe Softness: Minimum "pipe sli 111ness"(F/v) tit 51%O deflection shall be 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum "pipc stiffness" for 4 inch shall lie.: 51 . 1-xternal Loading, Properties of' ' Plastic Pipe by Parallel-Plate, Loading;. TS-4.5.6 Flat gn►I: 'there shall be no evidence of splitting;. cracking or breaking when the ' pipe is tested as follows: Flatten specimen of pipc. six inches long. between parallel plates is} a suitable press until the distance between the plates is forty perCcnt of the outside diameter of,the pipe. The rate 01' loading ~hall bC unifi►rm and such that the compreSSion is completed within two to f ivc minutes. -17- TS-4.5.7 F-x�l?ltnpa Test: Pipe (6" long section) shall be subjected to impact from a free falling tup (20 lb. Tup A) in accordance with ASTM method U2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted: Nominal size 4" 611 V 10" 17" Ft. - Lbs. 150 210 210 220 220 '[5-4.5.8 Acetone lmmersi In 'rest: After 20 minutes immersion in a scaled container of anhydrous(99.51;40 pure)acetone a 1" long sample rhig sllall Show no visible spalling or cracking (swelling or softening is not a fiaifure) when tested in accordance with rASTM 2152. TS-4.5.9 Sizes. Dimensions. and Tolerai�lces I ,. Nom. Outside Ufa netci Min. Wall Lv t TojprftIj,(�.Q Thickness STR 4 4.215 ±0.009 0.125 33.5 6 6.275 X0.011 0.180 35 8 8.400 10.012 0.240 35 10 10.500 1:0.020 0.300 35 12 12.500 }0.024 0.360 35 FS-4.5.10 AELanlent and Grade: Pipe which is a part of the gravity sewer line shall be aligned and constructed to grades as shown on the Plans. '1 5-4.5.11 ConiieQtions to Manholes: Special manhole CPLGS fittings shall be used to connect PVC pipe into manhole walls. TS-4.6 p 3S Cip TS-4.6.1 SSc 1 This Specification covers A13S composite pipe and fittings which shall be furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. TS-4.6.2 ti: A B S Composite Pi is shall he made front virgin Acr lonitrile Butadiene- . ���- I 1 b Y Styren material. This material shall be TA)c I, Grade I, Type 1, Grade 11, Type IV, Grade I, and shall confilrin to ASTM Specifications 1788-62--T. ABS Composite Pipe shall Consist of ttvu concentric Ihernio-phistic tubes intrically braced across the tumulus with reSUlt,1i11 angular space filled to provide Continuous support between inner and outer tubes. The Coinponenl hctwcen the A13S shall be of Portland Cement Pearl-lite concrete other Inert biller e\Iliblling the Sallie clegi-ee ol*hel-f()i•nrulce whiell essentially fills IhC trllSS annulus (0 foi•il1 ti C0111po51tC pipe tO I11CCf the i-CCIUirenjeritS of this Spccif ication. -I ti- Size, physical requirements, the dimensions, the method of test, the length, the testing procedures and marking procedures Im this pipe shall conForm with ASTM Specification D-2680-68T. Couplings shall be of solid wall sleeve type Im chemical weld to the truss pipe. TS-4.6.3 1-1' 1 1 1 1 ': Pic fittin gs and accessories shall he handled in a manner that will insure --s11.�.��-b Pipe, b their installation in the work in a sound undamaged condition. Pipe shall not be dropped, bumped or drug along the ground. Pipe shall not be lifted by hook:;. TS-4.6.4 .lean'n The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed and shall he kept clean until the work has been accepted. All joint contact Surfaces shall be kept clean until the jointing is completed. Every precaution shall he taken to prevent foreign material from entering the pipe during;instal la,ion. 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 all 1 endboard closely fitting the end of the pipe and having a number of small holes drilled near the center. to prevent the trench from filling with water and to keep sand and earth out of'thc pipe. TS-4.6.5 Laying Pipe: Pipe shall be protected frorn lateral displacement by means of7Class 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. Whcn•jointed ill the trench, tile.pipe Shall farm a true and Smooth line. Pipe shall not he trimmed cxccpt fi.tr closure. and pipe not making 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 he installed So that the ol.ltsiCIC laps 01'circu1111erential ,joints point upstrcalll and with lortL_itudiltal laps on the sides. TS-4.6.6 I ) I) 'n�� '� : 'fhc Couplings shall he chemically welded to the pipe with one end, factory applied. The coupling and pipe crud to lie chenlia.111v welded in the trench Shall he thoroughly cicancd after it is in the trench alld prillier and cement Shall be ' applied to both the coupling and the end of the pipe. This shill he done in accordance with the ntanudacturer'S SpCCificatiollS. •file pipe Shall be thoroughly Shoved into the coupling and then turned Wilhin the coupling onC duarter turn to insure complete contact hCt\VCCII CClllellt. pipe and coupling. r �. TS-4,6.7 Manhole Construction: Connection at manhole walls shall be made by"O"ring type couplings set in the wall and having a manhole water stop assembly between the coupling; and the manhole wall. Between the pipe and the coupling shall he an "O" scal. tTS-4.6.83 Measurement and Prlvinclt: TS-4.6.7.1 ABS And !'lr ti isyi r ew • it 'it�c : Pipe will he measured per linear (loot of completed pipe in place. Payment will be made at the unit price hid per linear foot for the completed pipe in place. Payment shall include all costs of furnishing and installing pipe including trenching and backfilling of pipe. TS-5 DRAINAGE STRUCTURES 1 FS-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. t2. Reinforcing steel shall consist ofde('ornled bars ofgrrade 40 steel conforming to the requirements of ASTM designation A615 or of wire fabric condor nling to ASTM designation A 185. 3. Expansion.lointFillcrs shall bec.rfanon-cxtruding type collfornlingtoASTM designation D 1751 and cut to the dimensions shown on the plans. TS-5.3 Earthwork:This section shall cover all necessary excavation and backtill required for construction of the various structures. All applicable portions ol'Section TS-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and surface improvements. Excavations fOF structures in improved areas shall he held to the smallest practical dimensions. No increase. in payment (or street or lawn repair will be made to allow for areas disturbed 1) such excavations. Structures shall be founded on undisturbed ' subsoil. il'subsoil is not firm.over-excavatc and replace with granular fill as required. Section TS-2.2 shall apply liar subgrade stabilization under structures. Backfill rc(luirenlCnts fi)r each drainaZ,c S1ruCtulC will bC the SarlW HS that of'the 111pC to Which it Is connected. iI Illore than One I)IpC is C01111eetCd 10 till` StrUCtlll-C, the higher backfill requitement shall apply. i3ackfill under Curb transitions shall be to 95" of Standard MaXillll1111 Density. All excavations shall he kept drained until the StructUre is constructed and hackfillcd, TS-5.4 Construction Mp hods: TS-5.4.1 E•Ln,5: Forms shall be o('wood, plywood. or ally other suitable material, dcsif,,ned, constructed, braced and maintained so that Life finishcd concrete will he true to line and elevation and will conform to the I'cquired dimensions. They shall he designed to withstand the pressure of t}le concrete, the effect of'vibration as the Concrete is placed and all other loads incidental to the construction operations without distortion or displacement. They shall be mortar tight. Oiling both inside and outside surfaces will be required to prevent warping, shrinkage, or swelling. Forms shall be constructed and designed so that their ref-naval can he effected without injury to the concrete and so that portions where surface finishing is required may he removed without disturbing iomis that are to remain. Dirt, chips, sawdust, nails ancf other foreign matter shall be removed before any concrete is deposited therein. Tie rods, belts and anchorages within the 16mis shall he constructed so as to permit their removal to a depth of'at least 1 % inches from the face without injury to the concrete. In case xire ties were used, upon removal of the forms,all projecting wire shall be cut back at least 'i� inch fi'onl face of all surlaccs that will be exposed to view after the completion of the work and flush with the (ace ol'all concrete surfaces that O will not be exposed to view. All fittings filr metal ties shall be of SUch design that, upon theirremoval, the cavities which are left will he o('the smallest practical sire. TS-5.4.2 inlet and OutletL,inc: Pipe ortilC plaCCd ill tllC Coi1C1'etC for Illlet(1rolltiCt C0llI1CCtl011S 1 shall extend through the concrete wallS bC,yon(I the outside surfaces of'thC walls a sufficient distance to allow fior connections. '['he pipe or tile shall he placed through the forms and poured in place. The ends of the pipe shall be hush with the illSidC wall of the structure. TS-5.4.3 Reinforcement: I. Placement. Reint'orcing bars shall he accurately placed as shown un the plans and shall he firmly and SCCin'Cl\l held in position in accordance with Concrete Rcillfin'cing Steel Institute "RCCMlllllClldCd Practice for Placing Rcintbn'cin(.: l3atS", and by using ConcrctC or illctal chairs, spacers, metal • hangers, supporting wires and other approved devices ofsufficicnt strength to resist crushing antler filll load, Metal chairs, which extend to the surface of the concrete (excep( where shown on the plans) and wooden supports, shall not be used. Placing bars in layers of fresh concrete its the wot•k progresses and adjusting bars during the placing of eoncretc \611 not he permitted, Beflorc placing in the firrms,all rcini'mcing steel shall bee I called thoroughly oftmortar,oil,dirt, loose mill sell](!, loose()I•Ihlck t•ttst, and (;outing~of'atly charades,that Would destroy or reduce the hoed, No conactc shall he deposited until the placing of the reinll►t•cing steel lilts been inspected and approval, 2. allieit�c. SpliceS ol'bars shall be Haute only where sho.vll on the plans or its approved by the FAiginccr. Where htu•S are rpliccd, they Shall he htppcd at least 30 diin ictct•s, unless otherwise shown on the plans, Splicing shill be acc(►tlIpIiSI1L!d by plllcing the hill", in contact with each other• and wiring dicll► together. Welding, of reinfirrcing Steel or cuttirl+" with a eultitly, lor(rh Will not he permitted unleSS Specifiutlly aulht►rixed by the I:.n);ineer, 3• 1�411S�Lilg_I. Lilli214 c 111s 111, Boils and hooks ill hai-s ,Iwill he matte in the manner prescribed in the "Marlu111 of Slandilyd P111C i:e" ofl11c American Concrete Institule. Bars shall not lie hcnt ()l' �;t I'll i ,IIwilod ill it 1111,111110, whic11 will injill-e the 1:, material. Bars with kinks or tttl'ipuci1i01 b0lhk tiltltll not he used, 4. Welded Wird:,, Iii • .., Weldcd wire lahl-it• shtlll he �;plicvtl not les's 1111111 two meshes. It shall he lifted carefully into IIS ;pct:Hied pos111011 uf'Icr the conct•cle is placed hill still phislic, e TS-5.4.4 C(�t_C-L(L P mlvw: Coticrelc cortstruc•Ii(i rl sh;tl)he In accot'dilnt•t•w it Svoion'I'ti-7, Concrete shall he conveycd, dcpositcd, and eonst-1ithl d by ill).\ im-thod which will preclude the segrcgatlot] or lost; (1l,io);redivilk. Chutes used in convcyirlg cunt:rest• ';111111 be !}1011(•(1 to p(•I"11111 t 111CIVlc of the consistency required to flow withow sclnrvp;tutttl Wholt• ll(TVY,arti 11' pirvcIlt segregation, chutes shall he provided k\ills halflc holink ol. ;t tt•V cr,ed "cOlml ill the outlet. Where a sc(lu(:ncc li►r placit►14 Conc('etr P, "11111wo on 111c pinn!,, tlo dv\11111ou will be permitted unless approval in wrlltnl1 111� 111c 111pmccr ® �, `JVhcre concrete is to he deposited at"ainst hardened concrele at horizontal construction joints, placing operations shall begin hNI conv(!yillf; II gout nlixturC through the placing system and equipnlctlt, and depositing the mixture on the joint, The grout mixture shall consist of a modification of'thc concrete Specified to reduce the quantity ofcoarse aggregate In the mix larger than pea-travel si�.e to onc-hal fthc quantity specified. To avoid segregation, concrete shall be deposited as near to il, limn) position as is ' practicable. The use ofvibrators Im extensive shifting ofthc mass ofconcrete will not be permitted. Concrete that has partially harcicnccl or is contanlinateci I'ry lilrcign materials shall not be deposited in the Structure. Concrete shall be placed in horizontal layers irlsofilr as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a C0lltil1lloUS opCratloll bCtwCell COIIStRictioll joints 'Ind shall be terminated with square ends and level tops ulllCSS otherwise shown on the plans. ConcIete shall not be per111tted to fall more thall ,ix feet without the use ufpipes or tremies. Pipes or trendies shall he 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 nlenlhers orsections has been consolidated and a 2-101.11'period 11WS elapsed to permit shrinkage to occur. Concrete shall be thoroughly vibrated in a manner that will encase Idle i-einforcement and inserts, fill the forms, and produce a surfaCC or even ICxtUI'C free ofrock pockets and excessive voids. Structural concrete, except slope paving steeper than onc (I ) inch per i00t, Such as spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means ofhigh frequency internal vibrator,()I'll type.size and nulrlber approved by the Engineer. The location, 111i11111e1' Illld dlll'ilti011 OI 1hC aphIiC Iti011 01' the vibrators shall be such as to secure nulxilnlum ConSOldation Of* the coIICrctc without separation of the nlortar and Coarse aggregate. and without causing water or cement paste to flush to the surface. internal vibrators shall non he held against the forms or reinforcing steel The number of vibrators employed shall he sufficient to consolidllte the concrete within 15 minutes after it has been deposited in the Iorms. At least two vibrato►', ill good operating condition shall be available at the site'OI the SIRICI1.11'C 111 which more than 25 cubic yards of concrete is to be placed. 117S-5.4.5 kiia: The work shall be so prosecuted that construction joints will occur at designated places shown on the plans unless otherwise authorized by the Engineer. Tyre Contractor shall construct, in one continuous concrete placing operation, all work comprised between such joints. ,joints shall be kept moist until adjacent concrete is placed. All construction joints Navin b a keyed,stepped,or roughened surface shall be cleaned prior to placement of the adjacent concrete as directed,by the Engineer. Expansion and contraction joints in concrete structures shall be formed where shown on the plans. No reinforcement shall be extended through the joints, except where specifically noted or detailed on the plans. 1 No direct payment will be made fbr furnishing and placing asphaltic paint, pre- molded asphaltic filler,or other types of joint separators. The cost therefore shall be included in the price bid for the item of work of which they are a part. TS-5.4.6 Cold Weather Requires err s: 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 lor•at least 72 hours or for as much time as is necessary to insure proper curing of the concrete. The housing, covering, or other protection used in connection with curing shall remain in place and intact at least 24 hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. Contractor will be held responsible for any damage to concrete as a result of cold weather operations. iTS-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. 1S-5.4.8 v , Inverts:s: inverts shall bc, carefully constructed to maintain the proper velocities ' throug=h the structure,and in no case shall the invert sections through the structure be greater than that of'*tlle 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 sire while building. Gracle on the invert shall be such that no water pockets are fiormed. Side branches shall be connected with as large radius of curve as practicable. Inverts ,hall he constructed ol•conerete conl10rn1ing to the requirements of'Scetion "I'S-6. -2 - _-1 Concrete filling between the sewer invert and walls of structure shall be flush with the top edges of the invert and shall slope up fi-om the invert at the rate of three (3) inches per foot. Inverts shall be troweled smooth and clean. Where water problems require, use quick setting cement to aid in construction of smooth inverts. TS-5.4.9 51=: When shown on the plans, shall be solidly grouted in place with full mortar encasement. TS-5.5 Precast Concrete inlets: 1. Precast concrete inlets shall be constructed in all respects in accordance with the Plans and Specifications except as provided in the following items of this subparagraph. 2. All applicable requirements of ASTM C-478 shall apply to the manufacture of'precast concrete inlets. 3. The manufacturer of' recast concrete inlets shall submit detailed drawings p b and specifications for the construction of' the basic precast units and appurtenances to the Engineer and Owner for prior approval. A shop drawing for each inlet showing dimensions, elevations and openings, shall be submitted to the Engineer and Owner 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 head loss. Location and number of manhole openings, as well as openings in walls shall be as required to promote easy access to all parts of the inlet, subject to the Engineer's approval. 5. The walls of the entire structure shall be set in place on concrete blocks prior to pouring concrete base slab. The base slab shall be reinforced in accordance with the project plans, and the bottom of the base slab shall be at least the distance below bottom of precast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought up to a level of at least six (16) inches above bottom or precast walls. G. Mastic pipe joint compound shall be used in horizontal joints and where walls of multiple sections join, in order to corm a reasonable watertight structure. -25- • 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 Conerpte Manholes: TS-5.6.1 Materials: Precast Concrete Manhole Rings. ASTM Designation C-478, except as indicated below: (1) Shell Thickness: Inside Diameter Shell of Manhole Thickness 4' - 0" 5" 5' - Oil 611 6' - 011 7" (2) Precast Flat Tons. Designed to withstand 11-20 wheel load plus 30% impact, AASHTO"Standard. Specification for Highway Bridges". Conical Tops. Eccentric cone preferred. (3) preferred. (4) Manhole Stens. When shown on plans, shall be solidly cast in place or set with expanding grout. (5) Shinnlen to job not allowed until units have cured sufficiently to prevent damage in handling. (6) Aprroval. Submit all details to Engineer and Owner for approval prior to manufacturer. TS-5.6.2 'mast Rinses: Rings may beset 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 elastic 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. -26- 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 c era l: TS-6.1.1 D scription of Work Included: All concrete required on t.11e project except precast material. TS-6.1.2 Quality Control: TS-6.1.2.1 _,Supervision: 1. Provide full time superintendent on the project who is qualified and experienced in concrete construction. Superintendent shall direct all work in 1� connection with concrete construction. ?. Finishers shall be journeymen concrete finishers experienced in concrete finish work. 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, nlix, additives and cement. TS-6.1.3 Product i-Iandlina: TS-6.1.3.1 Transit Mix: Concrete shall be handled and preserved in its "hatched" 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 prc.jcct. TS-6.1.3.2 pefectiv,c Concrete: Damaged or defective concrete shall he repaired or removed and !1! replaced immediately as directed by the Engineer. TS-6.2 Matcrial s: TS-0.2.1 C�ercL: 1. All concrete used in the project shrill he furnished by'l reputable pernlurlent concrete plant using transit mix trucks. The plant shall be located �N,ithin a reasonable distance from the project sec travel tirrrc is 30 minutes or less. -27-- lei 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 concrete 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 batehcd with approved kinds and quantities ofmaterials. 3. A copy of the delivery ticket for each load of concrete shall be provided the inspector as each truck is unloaded. Delivery ticket shall include the hollowing infon-nation: (1) Name of concrete company (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 Lmgw: All cement shall be Type i Portland Cement confomling to ASTM C-150. 1 All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cei7lent per cubic yard. All other concrete shall contain not less than 5.8 sacks cement per cubic yard. r TS-6,2.3 Fine Aggregate: line aggregate shall consist of natural sand conflorining to ASTM C-33. Sand shall be well graded, washed, clean sand From the Missouri River Class I or equal and shall conform to the following sieve analysis: Sieve Size Percent Pass.Lng 3/8 inch 100 No. 4 O5-100 No. 2O 40-75 No. 50 5-30 No. 100 O-1() The sand Shall not have illore than 35%) retained between any two consecutive sieve sizes. Fineness modulus shall not be Icss than 2.5 nor more than 3.1 . 28- 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 Weight � j s Clay Lumps 0.25 Material Finer than No. 200 Sieve 2.00 Coal & Lignite 0.25 Sticks, Leaves & Other Deleterious Material 0.25 Fine aggregate shall be free of injurious amounts of 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 harm fill ly 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 five cycles of the soundness test(ASTN C88-59T), shall show a loss,weighted in accordance with the g-rading of., a sample complying with the limitations set lorth above, not greater than 10% when sodium sulfate is used or 15 010 when magnesium is used. TS-6.2.4 Course Agy regate: Course aggregate shall be crushed limestone produced from the Callaway formation or equal having an estimated history of sound material and shall ' he approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source Shall not contain chert deposits. Gradation ime Sire Percent I'Ilssing 1 '/ Inch 100 1 I inch 95-100 '/z inch 25-60 No. 4 0-8 No. 10 0-3 -29- ' Satisfactory experience record shown fir 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 adequate history is not available. TS-6.2.5 Water: Water for mixing and curing concrete shall be clean, and free From injurious g b J amounts of sewage,oil,acid, alkali,salt or organic matter. Only potable water shall be used. TS-6.2.6 Concrete Mix: All concrete for the project shall conionn to the design mix listed in the table below. The concrete mix shall include air entrainment not to exceed 7 percent air: Maximum aggregate size I inch Maximum water 250 ib/cy W/C weight ratio (max.) 0.450 Ccmcnt -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 Engineer's approval. TS-6.3 Construction Requirement,;: TS-6.3.1 Prc artp� rtion: TS-6.3.1.I is era l: 1. Clean all forms and correct all find grade damage. 2. Wet down all subgrades. 3. Verify all needed equipment Ior placing concretee is on hand: Vibrators,crane or pump, tremies, flumes, finishing equipment. 4. All keyways are to be in place. 5. Dry up excavation if any water is present. 6. Have cold weatller equipment on hand if'applicable. 7. Notify Engineer at least 24 hours in advance 01'1)1acing concrete. -30- T TS-6.3,..7 Placing C'oncrc e. TS-6.3.2.1 QencxW: 1. All concrete shall be placed in a manner and with adequate equipment which shall be subject to the Engineer's approval, Equipment for placing concrete shall include flumes, tremics, crane;or concrete pumps for placing concrete: hand tool and finishing equipment for manipulation as needed. 2. Concrete shall be placed in a logical sequence that will permit efficient operation, but shall provide structural continuity and strength required. Placing sequence shall be subject to general approval by the Engineer. 3. Flumcs shall not be used at slopes flatter than 45 degrees. Concrete pumping equipment shall be designed for the purpose- ,'hall be subject to approval by 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 heavy duty vibrator. 5. Tremics required for depth greater than 6 fi►ot. 6. In case of pending inclement weather. prepare temporary covers to protect freshly placed and finished surfaces from surface damage. Protect for 13 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. S. Reduce coarse aggregate in first lifi above cold construction joint. 9. Keep working face of concrete "alive" and plastic. 10. Avoid other vibrating. 11. Do not transport concrete in lorm with vibrator. 12. Place concrete unlfomlly at spacing not to exceed 10 fleet. ^31 TS-6.3.2.2 Sj,.i=: Hold slump as low as possible to allow proper placement of concrete. Maximum slump for curb, curb and butter,and concrete pavement shall be 3 inches. All other concrete shall have a 4 inch maximum slump. TS-6.3.2.3 Sold Weather Red iii rements: 1. Do not place concrete on ice or frozen subgrade. 2. Do not place concrete at temperature below 20° F unless covered and}seated. 3. When temperature is or is forecast below 40°F, the following are required: a. Heat water- 150° F maximum b. Heat aggregate to frost free temperature. C. "femperature of concrete regulated to the following schedule: Air Temperature . CLL'c- 'n.i 'r ur' 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 heating. f. Admixtures for cold weather purposes are not approved. TS-6.3.2.4 Hot Weathei: exposed osed to direct weather shall not be placed at temperatures above 1 , p 1000 F. t Cover, protect and cool work as required to maintain concrete below 100° F. --. �1 1 TS-6.3.3 Finishing Concrete: ' fS-6.3.3.1 General: 1 . All slabs,walks and decks shall be sloped uniflormly to drain to finish grade, and must drain completely. 2. Finish shall be of specified texture and unif6rrn in color and appearance. .earance. 1 rr Approval of finish is required on first concrete placed. 3. All voids in slabs and horizontal surfaces are to be tilled during finishing operation. Voids in forms surfaces arc to he repaired immediately at the time forms are removed. 4. Avoid over-finishing, late finishing, rc-watering, and other techniques that may cause "crazing". 5. Provide adequate manpower and equipment for finishing prior to placing concrete. 6. Initiate curing process as soon as surface strength will permit. TS-6.3.3.2 & ne surfaces Exposed to View: 1. Remove forms as soon as curing and strength development permits, 2. Remove the cones where applicable and fill with sand cement grout. 3. Break off all "fins"; grind as required for uniform appearance. 4. Grind all Porn "off-set" where concrete will be visible after construction is complete. Chisel all loose material in "honeycomb" areas until only solid concrete 5. (.l � 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 he 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 be cured a rninimuni of'5 days alter placing and finishing or 5 days after repairing. ^^ t 1 2. Protect all concrete surfaces from damage during and after curing period, TS-6.4.2 For > : 1. Forms arc adequate if left in place 5 clays. 2. Cover to with 6 mil Polyethylene sheet. P 3. If forms are removed to "stone" finish or repair concrete, cover with polyethylene sheets. Anchor in place. rTS-6.4.3 W dks, Curb and Gutter, and Pavel c�nl; 1. Spray liquid membrane (ASTM - "Standard Specifications for Liquid Membrane-Forming Compounds for Curing Concrete",Designation C-309, cun-ent 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. 2. Work built outside tolerances shall be considered defective. 3. Concrete of inadequate strength or having surface conditions indicating poor durability such as crazing, severe "map cracking", crumbling, or other evidence shall be considered defective. ' 4. Engineer shall be notified immediately when such conditions become apparent. ' TS-6.5.2 Repairing: 1. Repairing of minor faults such as small "honeycomb" areas and voids may ' he patched. Repairs shall be made as described in TS-6.3.3.2 above. 2. Cure patched areas 5 days. -34- TS-6.6 �stitlt : 1. Joints shall be constructed as shown on the plans. Unless shown on the plans, joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint, water stop shall be securely fixed in place to prevent voids or"foldover"of water stop. Vibrate around water stop to insure watertight sea] with no voids. 2. All construction joints shall be made with canted 2x4 at least 2 '/2 inches from ■ wall face. All construction joint contact surfaces shall be finished with wood float finish. 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of joints with wood float. 4. Contraction joints shall be sawed to a depth equal to one-quarter of the thickness of the concrete. Unless otherwise indicated on the plans, contraction joints shall be spaced at a maximum distance of 12 feet each way for concrete pavement. Contraction joints shall be at approximately 10 foot intervals. Joints in curb and gutter shall line up with sawed joints in concrete pavement. TS-7 ASPHALTIC CONCRETE TS-7.1 General: This work shall consist of the construction of asphaltic concrete base, and surface course as shown on the plans and specified herein. TS-7.2 Standard Specification: All work of this section shall be in accordance with the referenced portions of"Missouri Standard Specifications for Highway Construction" 1986 Edition published by the Missouri State Highway and Transportation '. Commission, except as modified here. TS-7.3 Asphaltic Concrete Base: TS-7.3.1 Subgrade shall be prepared as specified in Section TS-2. TS-7.3.2 Material: Materials shall conform to Standard Specifications Section 301.2. TS-7.3.3 Mixture:The mix shall conform to the requirements of Section 301.3 Asphalt cement 1 P content shall be in the range of 3 to 6 percent. Marshall Properties Stability 1200 Min. Flow 8 to 6 , -3i- '. TS-7.3.3.1 Section 301.3.2 shall be changed to read as follows: Prior to preparing any of the mixture on the project, the Contractor shall obtain, in the presence of the Engineer, representative samples of asphaltic cement and mineral aggregates for tests. The samples of material shall be of the sire designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall also submit fir the Engineer's approval, a job-mix formula for each mixture to be supplied for the project. No-mixture will be accepted for use until the job-mix formula for the project is approved by the Engineer. The job-mix formula shall be within the master range rspecified for the particular type of asphaltic concrete, and shall include the type and sources of all materials,the gradations of the aggregates,the relative quantity of each ingredient, and shall state a definite percentage for each sieve fraction of aggregate and for asphaltic cement. No job-mix formula will be approved which does not permit, within the limits of the master range,the full tolerances specified for asphalt cement and ftor material passing the No. 200 sieve. The job-mix formula approved for each mixture shall be in effect until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of material be changed, a new job-mix formula may be required. The Engineer may make adjustments in the job-mix formula in order that the mixture meets established criteria of the Marshall mix design. Tile maximum time a job-rnix will be used will be two (2) construction seasons. TS-7.3.3.2 Omit Section 301 .3.6, 301.3.7, 301.3.7.1, and 301.4. TS-7.3.3.3 Commercial Mixture: A commercial inix 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 proportions,sources of materials,Marshall properties,and a list of projects on which it has been used. TS•-7.3.4 Construction Requirements: TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed(])when either the air 1 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 maybe placed when the air temperature is 33° 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 be the sole responsibility of the Contractor. TS-7.3.4.3 Preparation Of the Nlixtur_c: Preparation of the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.6.3. -316- 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 be close enough to the project that excessive cooling does not occur. The provisions ol'Standard Specifications 301.9 and 404.6.3 shall be met. TS-7.3.4.41 cadinl; the Mixtlll'C': Asphaltic mixtures shall be spread in accordance with Standard Specifications Section 301.9 and 301.9.1. . Allowance shall be made for the slope of the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade reference for the automatic screed control. TS-7.3.4.5 C,(21n paction: 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 system for moistening each roller or wheel. Base course shall be compacted to 951/0 of laboratory density. Surface course shall be compacted to 98%0 of laboratory density. TS-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall confonll to the applicable sections of Standard Specifications for Highway Construction, Sections 401, 403, and TS-7.3.3.1 for Grade "C", Grade "D" and Type "C" except as modified hereto. TS-7.4.2.1 Gradation Max Desired Max Desired Gradation Limit Gradation Limit Gradation Passillf1 Grade C Grade C Grade D Grade D sieve 100 100 100 100 Y" 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 O No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 No. 200 4-12 8 4-12 8 e • TS-7.4.2.1 QL dation NOTE:Tile gradations of the aggregates will be determined from samples taken from the hot bins. `°rype C„ Pass 3/4-inch sieve 100 ... Pass 3/4-inch sieve, retained oil 1/2 -inch sieve 0 3 Pass 1/2-inch sieve, retained 3/8-inch sieve 0 25 Pass 3/8-inch sieve, retained on No. 4 sieve 20 45 Pass No. 4 sieve, retained on No. 10 sieve 7 20 Pass No, 10 sieve, retained on No. 40 sieve 7 20 Pass No. 40 sieve, retained on No. 80 sieve 5 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 ® Asphalt Cernent 3.5 7 ® TS-7.4.2.2 Aggregate for Asphaltic Concrete: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 500/1 of the needed approved aggregates prior to placement of any asphaltic base or pavement. TS-7.4.3 Construction Requirements:Construction requirements shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather Limitations: Weather limitations shall be as 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 Spreading: Spreading of the mixture shall be in accordance with Sections TS-7.3.4.4 except that autornatic 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-733?. TS-7.5 'Tack _oa: A Tack Coat will be required over all existing pavement to be overlaid and between each lift of the new asphaltic concrete pavement unless the preceding lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. 'Pack coat material shall be RC-70, SS-1 or SS-11 1 unless otherwise 1 approved by the Enginccr. 1 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 Measurcm 1.i11d 1t=cnl: Measurement will be made for the various type of pavement as per the itemized bid fbrnl. Where existing pavement is being overlaid, payment will be for Base Leveling; o Course per ton and for Surface Course per square yard as shown on plans. Where all new pavement is to be constructed, payment will be made per square yard o of full-depth base and surface course per typical section. Payment will include all costs of•cleaning existing pavement or previously laid lifts and all costs of tack coat. TS-8 PORTLAND CEMENT CONCRETI^: PAVEMENT: TS-8.1 Portland Cement Concrete: The work shall conform to the referenced portions of "Missouri Standard Specifications" as modified herein. TS-8.1.1 Materials: Materials shall conform to Section 501.2 of the"Standard Specifications" as modified herein. Tinting;material as specified in Section 1056 will not be used. 501 .2.2 Mix Design. Delete Section 501.2 2.1 and Section 501 2.2.2. 501.2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacks of cement per cubic yard. , 501.2.4 Consistency. Delete slump table and paragraph 501.2.4.1. Hold slump as low as possible to allow proper placement of concrete. Maximum o slump for pavement, curb, or curt) and gutter shall be 3". All concrete shall be air entrained in accordance with Section 501 .7 including paragraphs 501.7.1 through 501 .73. Air content shall be between 49N) and 71�'O. All concrete for curb and��utter and concrete pavement shall contain not less tha116.5 ' sacks cement per Cubic yard. 0 1 Actual mix design shall be prepared and submitted by the Contractor to the Engineer for his approval. Submittal shall include source and properties of all aggregate, source of cement, proportions used, slump, air content and results of breaks of 5 test cylinders. tCylinders shall be broken as follows: I 2 at 7 days 3 at 28 days I Prior to starting project, contractor shall obtain in the presence of the Engineer, representative samples of cement, fine and course aggregates for test. The samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer's approval each Job-Mix formula. The maximum time a Job-Mix will be used will be 2 construction seasons. Minimum compressive strength, based on ASTM designation C-39, C-31, and C- 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job icured 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 Ibatch is placed shall not exceed one hour. The use of calcium chloride will not be pennitted. Other admixtures may be used only if approved by the Engineer. I TS-8.2 Portland Cement Concrete Pavement: This work shall conform to "Standard Specifications" Section 502 and substitute the following: TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute the following: Contractor will conform to the requirements of the preceding section of these ' specifications. Delete Sections 502.3.1, 502.3.2, and 502.3.2.1. I Delete Sections 502.3.4, 502.3.5, 502.3.6, and 502.3.7. Delete Section 5023.0 through 502.3.13.2. Section 502.3.16 shall be changed to read as follows: 1 -40- Auxiliary Equipment shall be available at all times as follows: a) Two or more 1046ot straight edges of an approved type. Blades shall be replaced when edges become wavy or warped. b) Immediately following the machine floating and while the concrete is still plastic, the contractor shall test the pavement surface for trueness by means of a 10-foot straightedge in contact with the concrete surface parallel to the pavement centerline, and drawing the straightedge lightly across the surface. Advance along the pavement shall be in successive stages of the more than one-half'the length oftlhe straightedge. All variations shall be eliminated by filling depressions with freshly mixed concrete or striking offprojections,and the areas so corrected shall be consolidated and refinished by means of a long-handled float. C) Sufficient burlap, waterproof paper, or plastic film for the protection of the pavement in case of rain or breakdown of curing equipment. d) Joint. Seal shall conform to Section 1057 of the 1986 Missouri Standard Specifications for Highway Construction. Hand placement and finishing as specified in Section 502.1.0.9 will be permitted. TS-8.2.2 Construction Requirements: Delivery tickets shall be provided the inspector in accordance with Section TS-6.2.1 of this specification. Delete Section 502.5.3. Section 502.6 - Conditioninr~ cif' Subgrade. References to other sections shall be references to those Sections as amended by these Specifications. Delete Section 502.7 and paragraph 502.7.1 . ' Delete Section 502.9 and paragraphs 502.9.1 and 502.9?. Delete Section 502.10.7 - Station Numbers. , Section 502.10.9 Hand Finishing will be pcnmitted on the project. 502.16 Slip Form Construction. This type of construction will be allowed on this project. The provisions of'Section 502.16 and the succeeding paragraphs as amended herein shall apply. Ref'crences to other sections of the Missouri Highway e Specifications shall refer to those sections as modified by these specifications. -41- 502.1 G.1 S ubg,*radc and Base. Delete all references to aggregate base. Pavement shall be placed on earth subgradc and the parer and check template shall also operate on the subgrade. 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 Engineer. This will only be done if doubt as to the actual thickness exists. Normally edge thickness will be used as a rough check on constructed thickness. Pavement thickness will be considered to be design thickness. TS-8.2.3 Me s rcment and Pa ent shall be in accordance with Sections 502.18 and 502.19 of the Standard Specifications as amended by the following: lfcores are taken and the thickness found to be deficient the provisions of 502.19.1 through 502.19.3 shalt apply with the exception of Typc "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 SEEDING: TS-9.1 C;eneral:All areas disturbed by the construction shall be seeded or sodded except for paved areas. See plans for areas to be sodded. NTS-9.2 Bluegrass Sodding: Sod shall be 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 and contains a high percentage ofloarny topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf'. Source of soil shall be approved by the Engineer before cutting; and harvesting,. The sod shall be transplanted within 24 hours ti•om the time it is harvested unless it is stacked at its destination in a manner satisfactory to tide 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 %veek elapse between the tirne 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 c&the Engineer, Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be ' -42- applied unift7rmly at a rate of'not Icss than 350 pounds per acre:and harrowed lightly. Sodding shall fellow immediately. After planting, the Sod shall be watered and rowed as required until completion and acceptance of'the entire work. No sodding shall be done during the period ti•on1 June 1 to September 1, unless the planting season is extended by the engineer. , TS-9.3 Sygdii4: After shaping,placing 4"oftopsoil,anti dressing of•areas to be seeded have been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied at a rate of not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed shall then be spread at the specified rate by drill, by hand seeder, by brillion seeder, or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is Crozen, muddy, or otherwise in a [loll-tillable condition. An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, ]]lowing, and any other operation necessary to provide an acceptable grr_►ss cover shall be provided by the contractor at no additional cost to the Owner. Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of 60%,"Derby" Rye grass, 201%, creeping fescue, and 20'34) Bluegrass. Bluegrass ray be either Rain 1, Touchdown, or Glade. Seeded areas shall be mulched with straw, at a rate of 1.5 tons per acre. The contractor may at his option and at no additional cost to the Owner, provide sod as specified herein in lieu of'seeding in any or all areas required to he seeded. Protection and Repair: "file seeded area shall be tree oftraf'fic. Fat any time before acceptance becomes Bullied o1•otherwise damaged,or the seeding has been damaged or destroyed, the affected portion shall be repaired to reestablish the specified condition prior to the acceptance of'the work. TS-9.4 Subn ittals: 'fS-9.4.1 The contractor shall furnish cer•tiCications in triplicate 1r0111 the supplier or nlanerfcicturcr• of Seeds, seals, ier•tilizers and all other materials furnished in accordance with the requirements ol'this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically named state laws and regulations. 'file certi lications shall have attuchccl inspection or test reports of Loverning, State agencies applicable to the lot or lots of material supplied. r �Hl1l� TS-9.5 Method of Measurement: TS-9.5.1 Dgfirdticln aLQmdirls Ljn it: `l"lie term "grading limit" as used in this Article, shall mean airy of the following: (a) The location elf a line determined by the interspection of the cut or fill slopes Shown on the flans with the existing surface, plus allowance for rounding at such intersection as shown on the Plans. During the course of'the work tile. Engineer may direct that the grading litnit be elsewhere than as determined by the foregoing, and, in such case, the grading limit will he at the location as directed by the Engineer. (b) For Structure, placed ill excavatioils and for pipes in trenches. five (5) feet outside a vertical plane through the outermost surfaces of the neat lines of Such Structure, or of'the pipes. TS-9.5.2 Sc•d' : Measurement will be made ofthe area seeded (horizontal measurement)to tile.nearest 1/10 acre. Measurement will not he made beyond a line 5 feet outside the grading limit. TS-9.5.3 SS c)ddiljg: Measurement will he made of the areas sodded (slope measurement)to the nearest square yard. Measurement will not be made beyond a line 2 fleet outside the grading limit. TS-9.6 3,s*s of Paymc t: TS-9.6.1 & ing3Ol 'jjg: The amount of completed and accepted work, measured as provided shall be paid for at the contract unit price hid per acre for seeding and at the contract unit price hid per square yard for sodding. TS-10 13[i NF R Ln CON 'RI"I'I" DOUBLE 13OX TINI:i TS AND RAINING WALLS 1 TS-10.1 ( 1?olt1: These lterlls shall be bid oil the lump slim basis to include: the necessary excavation and the disposal of any excess excavation material From the channel to allow construction of the prupC+sed structures and all materials and labor to complete the r construction ol'a 1 I x ct Reinforced Concrete Double 13ox C'ulvcrl and all Retaining Walls according to the llLin, and Spc:cilications. "i'5-10 2 Rcinjorge jl Stccl. ii)r Concrete StruCIL11-cS: All reirlfm•ciri�"Steel to he used tin' this structure shall be clel'onlied bars meeting the requirenlems ofthe t'ollowing: Grade.,60 ASTM a 61 5-70 Delorilled Billett Steel Bars • -aa- 1 Concrete 2einicrccnlcnt. Reinforcing l, ti t,cl shall be protected from 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 lilreign substances. Reinfilrcenlent for the top slab shall be held securely in correct position by means of•appr•oved rectal bar supports and ties. Bars in the top slab shall he tied at each lap or crossings or closer. Care shall betaken to maintain proper clearancc between the lbrms and the rcinforceincnt. The steel shall be tied in correct position and inspected before any concrete isplaced. Suclr inspection will not relieve the contractor of'his responsibility for constructing the unit in accordance with the plans. ,rs-10.3 Fclrmilig: Fonns for concrete shall he built true to the lines and grades designated and be mor tar-tight and ofsound materials adequate to prevent distortion during the placing and curing of concrete. All concrete shall be formed unless otherwise specified. If during or after placing the concrete, the lorms sag or bulge, the concrete affected shall he r'emovcd,the forms realigned and new concrete placed. Construction camber to take care of'shrinkage or settlement impairing the strength of the structure by the reduction o('depth will not be permitted. The forms shall he designed for a fluid lressurC of 150 xlunds per cubic loot on �, I I 1 horizontal surfaces and 30 pounds per square filch on vertical surfaces f'or impact and vibration. TS-10.3.1 Face Lumber of' forms ftor exposed surlaces of concrete shall present a smooth dressed surface Free o1•loose knots, knot holes, and other defects. The spacing, of' supports and the thickness of face lumber shall have a inininlurn nominal thickness of one inch Im solid lumber or 5/8 inch for plywood. Form materials shall be placed with horizontal joints. Triangular molding, smooth on three sides and having 3/4 inch width on each of the two f?rrm sides. shall be used to bevel all exposed edges of the structure. except where special hevcls are shown on the plans. TS-10.3.2 Forms Rc-used shall be in good condition. Form iumher which is unsatisfactory in any respect shall not he used. T5-10.3.3 UCSr I all l C (lnsfrltcll(lrl elf Forri�s pCi'niit II16' i'CMOV,11 WithOL11 damage to the concrete. Cofferdam braces or struts which will Cxtend through any exposed concrete section will not be pernlittc(1. F(,rn)s M)dCl-coping~and ;wound offsets may be given a draft o1'not more than one inch per 16ot to permit removal without damage to the concrete. Fur nal•row walls where access to the bottoills of the forms is not otherwise obtainable, an opening ~hall be provided so that chips. dirt, sawdust, or 0t11C1' Cxt1'aI1COLIS 111,11Cr•lill leaf hC i'Cill(i ed Illlll)Cthalcly prior to placing collcrcle. r TS-10,3.4 Ties and snrertders and all metal i1W-_Njhu g_o used inside of forms to hold them to correct alignment and location shall he so constructed that after rernoval of forms,the 10 metal may be removed to a depth of at least one inch below the surface of the concrete. Metal tie rods used inside the forms where concrete will have an exposed surface shall be a type which will not produce it cavity at the surface of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as ties shall not be removed by pulling them through the concrete. Wire ties and pipe spreaders will not be permitted, and metal or wood spreaders which are separate from form ties shall be removed as concrete is being placed. A bolt-through method of supporting forms for massive substructure units may be used with the approval of the Engineer. No form ties shall be embedded in concrete above the roadway surface on bridges. TS-10.3.5 Cavities produced by the removal of metal tic rods shall be carefully filled with mortar composed of'approximately one part cement to two parts sand. White cement shall be added to the mortar if necessary to obtain the required color. In order to reduce the shrinkage, no mortar shall be placed in the cavities until 45 minutes after the initial illixing. In lieu of the above, any approved non-shrinking, non-staining type of mortar may be used. After the cavities arc filled, the surface shall be left smooth, even, and uniform in color and texture. Tie rod cavities in surfaces against which backfill is to be placed shall be filled with mortar or an approved plastic compound meeting the requirements of'Section 1057.3. Patching of tie rod cavities in the interior surfaces of box grinders will not be required. TS-10.4 Portland Cement Concrete This item shall conform to the Missouri Standard Specifications for Highway Construction, Class 13 concrete with a coarse aggregate classification of Gradation D. Osage River Gravel. fine aggregate shall be Missouri River Sand, Class A. It shall be a 5.81 bag x with an ai • content of 'or s �, a c. c,nt f i i (4) to ,even (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. The contractor shall establish a sound bedding before pouring the bottom slab and footings, aTS-10,6 Testirii' cif Portland Cement Concrete 'File contractor shall perform or have perfor'nled the following tests to insure the ' strength of'tllc structure when completed. Such tests in no way relieve the contractor of his responsibility For the construction ol'this structure and its acceptance after f inal ' -46- 1 • , bid o Double u1s}�►c,c.tion. (i ayrtunt for this item wtll be included undo the � id item for f) a lc Box.) TS-10.6.1 Slutnrs,s ; Slump Tests shall be taken during each pouring and shall not be less than 2 inches and not more than 4 inches. TS-10.6.2 Test: Cylinders 6 inches in diameter and 12 inches in height shall be used in detenttining the compressive strength. The contractor shall make 1 cylinder per 25 cubic yards poured. TS-11 CRUSHED STONE DRIV1?�.WA��: TS-11.1 Crushed stone driveways shall be constructed in accordance with the details on the Plans and with the requirements of Missouri Highway Specifications Section 304 for aggregate base course except that the provisions (or measurement and payment therein shall not apply and except as modified in this section. TS-11.2 A > r ,ga cT vpc Type I TS-11.3 The required thickness may be compared in one layer. Required density of compaction shall be not less than ninety(90) percent. TS-f 1.4 Where practicable, utilize temporary surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of added material required. TS-1 ).5 Crushed stone drives shall be carefully graded to drain. TS-11.6 Measurement of crushed stone drives shall be to the nearest I square yard. TS-11.7 Payment shall beat the unit price bid including all labor, equipment and materials to construct the driveway complete including subgrade preparation. TS-12 R 113 RAP: TS-12.1 General: Rip rap shall be furnished where provided on the flans or where othenvise directed. Rip rap shall be durable Iimestonc meeting the requirements of Missouri Highway Specifications Sections 611.31. 611.32 and 611.33 for Type 2 Rock , Blanket. The minimum layer thickness shall be one and one-half,(1 '/_) feet. The surface of rip rap shall be 11ush with tic sun•ounding finished earth grade and grouted. TS-12.2 inspection: The Contractor shall notify the 111glncer of the source of'rip rap prior t0 its delivery in time to permit Its inspection. --17- TS-12.3 Rip Rap will be measured complete and in place to the nearest square yard of surface area (slope measurement). Payment at the unit price bid will be full compensation for all costs of'excavation and furnishing and placing rip rap as shown on the plans and specified herein. TS-13 ROCK EXCAVAT1.4N: TS-l 3.1 Gene.rtl: Should rock be encountered in Iwo or more ledges, each ledge being moro than six (6) inches thick and with interlying strata of earth clay, shale,or gravel not more than twelve (12) inches thick in each stratum, the entire volume between the top ledge and bottom of'the bottom ledge will be classified as rock. (Sce Article TS- 2 for detail specifications.) TS-13.2 Ilse of Explosive: When explosives are used in the prosecution of work, the Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in a safe manner and in compliance with all existing statutes and ordinances and all places used fbr such storage shall be marked clearly"DANGF.,ROUS EXPLOSIVES". 'file 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 hannless 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 detennine 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 Fire Department. TS-13.3 M ,. s t emctAAad ll �ilent Rock excavation shall be hid on unit price per cubic yard and final payment shall be based on field measurement. Rock is defined as being sandstone, limestone, elicit, granite, sillstone, quartile, slate, shale, occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 'h cubic yard in volume. in ledges six (6) inches or more in thickness. -48- TS-14 R ' S � 11S' S: �bZl]1...A._���hR,�D. t _ l i l:N 1 TS-14.1 Q(Iliusting ml Muilding Manho��: TS-14.1.1Gcncr•al: (a) Mach existing storm or sanitary sewer manhole encountered within the grading, limits, whether or not shown on the flans, and which is to he left in service shall be raised or lowered to the new grade and slope. (b) All construction work in connection therewith shall be in accordance with tile cipplicable details on the manhole sheet of'the drawings. Manhole steps shall be properly reset and spaced. All new construction with brick shall be given it thrcc4ourths ('ii) inch mortar coat on the outside. All new construction with brick or precast concrete shall be given one heavy coat ol'coal tar paint. (c) In areas to be paved or surf aced the work shall be accomplished and protected in such a manner uS to not create a traffic: hazard and to provide for proper construction and compaction of the sub-grade and pavernent adjacent to tilt manhole. (d) Precautions shall he taken to drop no debris into the bottoms of manholes. Any debris so dropped shall be immediately removed to prevent being washed down the sewer line. (c) The C'ontractor shall verify for himself' the types of construction of the existing manholes. TS-14.1.2 L.owerinL, Manholes: (a) Wherever possible, the manhole shall be lowered without resetting or rebuilding; the cone (this will be classified as "Adjust Manhole to Grade"), utilizing one or both ol'the following, methods: 1 . Remove exlstlnO 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 1 iron ring, Type 3, as shown oil the flans. (ill,chlncc cir equivalent, designed to receive existing cover. (b) When the rCC1LlirCd lowe1111g is greater than call be Accomplished as specified in the above subparagraph, t.hc wort: will he classified as"Rebuild Manhole to Grade", which shall he accomplished by one of the following methods: -49- 1. Precast concrete shall be rcmovcd and reset, removing one or more Precast concrete rings below the cone, furnishing any necessary shallow depth straight concrete rings below the cone or concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset, or, ifnecessary, a shallow type ring shall be furnished as specified in Item 2 of'sub-paragraph S-14.1 .2 (a). 2. Brick cones shall be torn dawn and rebuilt with brick,using eccentric or concentric cone as required to elect clearance conditions. An eccentric cone is prelcrred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring ail(] cover shall be reset,or, i f necessary,a shallow type ring shall be Furnished as specified in Item 2 of*subparagraph S-14.1.2 (a). TS-14.1.3 ijuj nl' Manholes: 1 (a) Wherever possible, the illailhole shall he raised without resetting or rebuilding the cone. This will be classificcl as "adjust Manhole to Grade". This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick; or an appropriate combination thereof', and resetting the existing cast iron ring and cover. The maximum allowable height of straightneck section, measured to top of cast iron ring, shall he twenty-one (21) inches unless Otherwise, directed by the Engineer. (b) When the required raising is greater than can be accomplished as specified in the above subparagraph, the work will be class if icd as"Rebuild Manhole to Grade", which shall be accomplished by one of the following methods: i. Precast concrete Cone shall be reproved and reset.adding one Or rllore 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 he reset. 2. Brick cones shall be torn clown and rebuilt with brick,using eccentric or concentric cone as required to meet clearance conditions. All eccentric cone is prelcrred. 'Paper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall be reset. TS-14.1.4 The Contractor shall flU'lllsh all materials required fir adjusting and rebuilding manholes. Suitable materials salvaged from existing.; manholes may be reused as needed. il'directed to replace any Cast Il'oll 1tC111 folllld to he unsuitable through no ' fault of the Contractor. payment Im the matcrials only will be Made 111 accordance with the provisions o1'Regulations of the Contract Article; FC-21 . 1 TS-15 1.1 1 HDRAiN: '1'S-15.1 Qsljcraj: The Contractor shall install underdrains where directed. None arc shown on the Plans. He shall have an available source of'underdrain materials sea that they can be quickly obtained when it is determined where and i1' they are required. i-lowever, such materials shall not he ordered until directed by the Engineer. Underdrains shall he installed only at locations as directed by the Engineer. TS-15.2 Materials: 1. Pi 7 for Undcrdran: "Missouri Highway Specificatioils"Section 1022,with necessary fittings. Pipe, fittings and shall be fully bituminous coated after fabrication in compliance with the requirements of AASHO M 190. Diameter of perforations after coating shall he not less than one-fourth ('/) inch. 2. , trc e 1m Underc rain: Natural sand, meeting the requirements for Fine Aggregate, MCIB Section 4. TS-15.3 Inti al i n: 1. installation of underdrains shall be in accordance with the details on the Plans, with "Missouri Highway Specifications" Sections 605.1 1, 605.12.1, 605.13.2, 605.13.3, and 605.13.4, and in accordance with the following items. 2. Undel•drallls will generally be discharged to the nearest stol•i71 sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably be in upper two thirds(2/3)of'pipc height, in ditches, a n7111111111117 ofsix (6) inches above bottom of•clitch. 3. Break into storm sewer or drainage structure and grout underdrain ill pipe 4 €� 1 1 into as for 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-perfilrated pipe,of length as specified by the Engineer,shall he installed at the ol.ltlet end. 5. Seal around underdrain with clay near outlet ends to confine Water in the 1 pipe. 6. Aggregate f01- underdrain shall be con7pactcd to f ulal settlernent by pomling. ' 1 �+ TS-15.4 Mc,asurep�ent_r Utz �'1xizLCrit: Underdrain pipe shall be measured per linear foot complete including trenching, installation, granular fill and backfill. TS-16 PAVEMENT MMARKLI L : TS-16.1 Scrrnc: Furnish and apply white rind ,yellow thermoplastic r•eflectorized pavement marking materials as. indicated on the plans.. S I ftnnlis�d type shall ire used For fill marking` and shall consist of a liamogenous, extruded,prefabricated material ofspecificd thickness and width,which shall contain reflective glass spheres uniformly distributed throughout the cross section,and shall be applied to the pavement surface.by rneans of a pre-coated adhesive and pressure. TS-16.2 Materials: TS-16.2.1 ', : a) Materials wi Il he consicler•ed only f rorn nlanufacturers of'reflectorized plastic pavement markers and legends, who can submit evidence of successful Product use cover 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 itsel i'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 ufusc. TS-16.2.2 C.111p s' io l l C lukml u a) As supplied, the plastic without pi•c-coated adhesive Shall not be less than 0.06" ill thickness. 'file edges shall be clear cut and true. b) Plastic shall he supplied complete with a pre-coated adhesive and an crisily removable hacking shall protect the adhesive in storage and lacilitute rapid application. C) 'I"he plastic and its adhesive shall be sufficiently free of tack so that it can be ea::ily handled without the protective backing, and be rc-positional on the ' surface to which it is to be applied. before permanently fixing; it in this position with a downward pressure. lie 1 TS-16.2.3 1'li sicai RCOUirenwilits: a) Bgll(1 'best: Thc; plastic shall he of'such it structure that at it temperature Of 80" F., it piece ol`3" x 6" (with backing) placed upon a i" diameter mandrel, may be bent over the mandrel until the end (aces are parallel and I" apart. There shall he no fracture lines apparent in the uppermost surface by visual inspection. b) Reseal Test: The plastic shall reseal to itsell'whcn tested as specified. Cut 1" x 3" pieces of plastic. Overlap these pieces face to face Ibr an area of I sq. in. on it flat steel plate, with the backing material remaining in place. Center a 1,000 grans weight over the 1 sq. in. overlap area, and place in in ovcn at 190" ± 10" F. fm two (2) hours. After COOling to roods telllperaturc, the pieces shall not be separable with tearing. c) G ashhC►c J3_c cnt' )n: The plastic shall have glass sphere retention qualities. 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 1/" mandrel. While the Specimen is bent, a strip of wide masking tape (such as Utilitape, manufacturCd by PCrnlaCC1) Shall be applied firmly along the length of'the iti-ei of illaxiiliuill i)etl(i and then removed. Silo uld any glass spheres remain on the masking tape when the strip is rcmovccl, the sample shall be rejected. (1) mid RCSiS anee: The surface friction Of'propertics oft}le plastic shall not be less than 35 13.P.N.. when tested according to ASTM E-303-66T. 1 C) Lateral Shock Load Test: A 3" x 6" plastic panel shall be applied to it 3" x 6" piece of,carbol'lindum extra Coarse emery Cloth, or its equivalent, do that 3" x 3" overlap occurs. The application Shall be Such that it pressure o1'50 p.s.i. is placed on the panel Im 30 seconds. The overlap ends shall each be Clamped with One end in a fixed position: it sudden load of 50 lbs. shall be applied vertically to the other end. Upon immediate load release and examination. there shall b("110 110tlCCabie Siippillg oi• hi let UCe of the adhesive. coating. This test shall he conducted at it temperature of hetween 70' F. and R0" F. 1) adhesive Ss Strctlgth: Specimens shall be tested according to the method described in ASTNI D-638-611 as nx)dified to test the adhesive ,hear SU'Cngth. 'I'lle samplcs Shall be pl•epared as li)llmvs: Plastic samples cut as described in par wraph 207-33(i). Shall hive applied to the adhesive face a 1 " x 3" piece of Carborundunl, extra Coarse emery cloth, or its equivalent. So that there is I so. in. overlai) at one end ol'the plastic specimens. A pressure of'.50 p.s.i. shall he applied over this orca of a period ol'30 seconds. l.,oad r shall applied by gripping each end of the lest piece in a Suitable tensile test machine such as a Dillon or Scott Tester. The average of the load required to break the adhesive bond shall not be less than 10 lbs. The speed of testing shall be 0.25" per minute. The test shall be conducted at ti temperature of between 70° F. and 80' F. TS-16.3 Submittals: The ContrartorshaII furnish a inanufacturcr'sceilification,in triplicate,attestingthat all materials supplied conform to the requirements of these; Specifications. The ecrtifi cat ion shall include, or have attached.specific results oflaboratory tests f,)r the specified physical and chemical properties as determined from samples representative; of the lot or lots of thermoplastic compound, glass spheres and reflectorized plastic marker nlatcrial supplied. TS-16.4 eas r'n -au1 {'remark ig: The Contractor shall do all measuring and pre-markingrequircd lair application ofthe pavement markings. TS-16.5.1 Aw cati lr Rcclmj_t: 1 c 1 s: 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 sur(acc with ec.►lltinuous pressurc fbr a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall he 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 any special applicationprocedures. Anynecessaryactivatorsioi-the idli"ivesorvariousspecial coatings for different pa\cnlcnt surtaccs shall be supplied. TS-16.6 Method of'Mcasurcinenl: Measurements of the marking are given oil the Mans for irlf'onnatlonal use only. TS-16.7 Basis of 1'ayimcnt: Payment for pavement markings will he made at the contract lump sum hid price and ' shall include all material, labor and incidental items necessary to complete the work as shown on the plans. ' TS-17 OMITTED lie - TS-18 :TI�AFFIC SJGNAL5. TS-18.1 General: All traffic control signal equipment, materials and construction methods relating thereto shall conform to Section 902,"Tral'iic Signals"of iss o u]'. •i durd sp-"j.1�c-aliQn IS!L•1L.1,Ilw,i ►t ructio,ti, 19,56,except as amended by the additions, ' deletions, and substitutions of this Article. Where any section of the Missouri Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the flans, or the Missouri Standard Specifications, thcsc Technical Specifications shall govern. 'fS-18.2 Sc l2 The work of this section shall consist of furnishing and installing traffic control signal equipment and materials as shown on the plans, as set out in these Technical Specifications and as directed by the Owner's authorized represerttative(s) to result in a complete and finished job. TS-18.3 Section 9023, "Materials", ol'thc Missouri Stan lard S ecia- i o ri s 6r 1 i lw Co is ru • i 1u is modified by adding the following paragraphs: A. Section 902.3.5.1, "Multi-Conductor Cable", shall be amended by the addition o1•the following: 1) As an acceptable alternate the Contractor may use multiconductor cable meeting the requirements of' International Municipal Signal Association, Inc. Specification No. 19-1 (1967) fo.r Polyethylene- Insulated, Polyvinyl Chloride Jacketed Signal Cable. B. Section 902.3.5.3. lnduetioil Loup Detector Cablc , shall he rcplacec) by the l61lowing: 1) Induction loop detector cable shall he No. 14 AWG, THWN or THFIN, sell drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of' 1/32--inch. TS-18.4 Section 902.4, "I'Lluipnicnl". of the Missouri 161. Highway Construct icon is modified h�' addling the 1611OWing paragraphs: A. Section O02.4.1. "Shumil I icmk" shall be anoencled by acldirlg the f0110\611g: I ) The housing, signal visors. louvers,and lenses may also be polycarhonate. 2) Lamps tin• si"na1 section optcal units shall he i'Urnisheo by the C'ontraclor as 1i61lows: 1 Lamps for 12-inch lenses shall be 150 watts. All other lanips shall be clear 116 watts. Signal lamps shall be minimum life rating of*8,000 hours,guaranteed by the manufacturer. Horizontally mounted lamps shall be installed with the open segment of the filament up. B. Section 902.4.4,"Power Supply Assembly",shall be amended by adding the following: 1. The circuit breaker cabinet as detailed on the flans for the power supply assembly shall be installed on the existing wood poles as shown on the Plans. TS-18.5 Section 002.5"Construction Requirements",of the Missouri SU r1dard Spy`cations, for Flibhway Construction shall be amended by adding the following: A. Section 902.5.1, "Pull Boxes and .function Foxes", shall be amended by the addition of the following: 1. Concrete pipe, meeting ASSHO Specification Designation M86 for non-reinforced or M 170 Class II I for reinforced of'suitable length and diameter, and provide with cable hooks, may be substituted for other types o1' pull boxes with the approval of the Owner's authorized representative(s). 2. Expansion Cast ABS(Acrylonitrile-Butadiene Styrene)themulplastic Manhole Rings and Loci: Covers shall specifically not be allowed on this project. 3. Delete subsection 902.5.1 .4. 4. Junction boxes shall be installed at locations shown oil the flans. They shall he of the sizes and designs as shown on the Plans. 5. Tile Contractor, at his Optioll, May subunit in writing to the Owner, pull box or ;junction hox desis:ns With materials, shapes, and dimensions deviating front those required by the plans and Specifications for possible use on this project. The submittal and approval nnust he con-Ipleled prior to including such deviating designs ill the CoMARICtioll bid. r -5(l- B. Section 902.5.3, "Conduit System , shall lie amended by the addition of'the following: I. Polyvinyl chloride pipe schedule 40, Ul, approved, may he used in lieu of'rigid steel pipe. ' C. Section 902.5.7, "Wiring", shall be amended by adding the hollowing: 1. The detector loop wire shall normally be No. 14 AWG, THWN, Stranded o1'a continuous length front the spliced connection to the pair o1'shielded conductors in the lead-in cable. The splices will be permitted in the length of loop wire beyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. '1'hc loop wire shall be protected by a flexible vinyl plastic tubing of 3/16 inch 11),a minimum of l/32 inch wall, 1/4 inch OD. "i'he tubing shall be capable of resisting deterioration from oils and solvents, "file tubing shall also be highly abrasion resistant and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number ol'turns as shown oil the plans, or as directed by file Engineer. The tubing shall be of continuous length from the point of splicing of'the )clop wire to the lead-in cable. No splices will he made in the tubing. 2. At the time of placing the loop wire, in the sawed slots, the ends ol'the tubing shall be sealed to prevent any entrance of rnoistu•re into the tubing. 3. All lengths 01' 1001) wires aild tubing that is not imbedded in the pavement shall be twisted with at least 5 turns per 100t, including lengths in conduits and handhulcs. 4. `file electrical splice between the loop lead-in to(Ile controller and the loop wire shall also consist of providing a watertight protective covering for the spliced wires, the shielding o)1 the loop lead-ins, and ' the end 0fthe tubing containing the loop wires. The splice shall he made by the; following method: It. Remove all lead-in cable coverings leaving Four (4) inches ' insulated wire exp0scd, h. ReIII NIC the insulation li•onl each conductor ofa p air 0f lead- ' in cable conductors for one-hal f (', ) inch and scrape both copier conductors with knife until briL1,11t. 1 -i7- 1 C. Ren-►ove 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'('/z) inch and scrape Troth copper conductors with knife until bright. e. The conductors shall he connected by twisting together, soldering and covered with a screw-on wire connector. f. Center all conductors in a splicing mold. The mold shall be approved by the Engineer. g. Position the spliced wires in the centerofthe mold and fill the mold with a sealant or epoxy-typo resign. The sealant or epoxy-type resin used must be approved by the Engineer. 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 Tape sealant between the wires and completely cover the silicone rubber. 5. External surge protection is required on each loop detector which will meet or exceed the following requirements: a. Unit must be a three terminal device capable of protecting the 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 milhohms. C. Unit inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. e. Unit must be a two stage device capable ol'clamping a 250 ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. ' f. Unit must clamp a?50 ampere common mode(between leads and groun(I) surge to 20 volts. ' 6. The controller cabinet must he furnished with a surge arrestor on the t -58- AC service which meets or exceeds the following requirements: It. Unit must he capable of withstanding repeated 20,000 ampere surges (minillium of 25). h. Unit must have internal follow-current limiters (resistive elements). C. Unit must contain 3 active clamping stages minimum, d. Unit must sell=extill b wish within 8.3 milliseconds after trailing, edge of'sut'ge. C. Parallel irrl ledance of 1 limiters must he less than .l 5 ohms. 1 l) Section 902.5.10, "Painting" shall be amended as follows: I. All exterior metal parts of the signal heads, including mounting, brackets and other hardware, except Il�c►or 'r► ti, inaid"nd outsid of'visors, louvers, and backplates, shall be primed and painted with a standard Federal Yellow enamel. j) x► h►11t,�, insicic—all j r s s4 of visors, louvet's, and backplates shall be painted flat black and in their entirety, except backplates constructed from black thermoplastic mater't'll. 2. l,olycarbonate components, i f used,shall be the sank color as specified fist• painted metal parts. TS-18.6 Traffic 5,jVAI!C jIcration Poles: 1. During the cout'sc elf signal installation and until the signals arc placed in operation. siiumll J > ,���j;tl �covct'cd L)LILiraW 'iNLjj' fj-o 1 i pp, roc i traffic. When ready Im- operation, they shall he securely Castcned into position CIWing toward appl'oaclliilg tt'alfrc. Alter' the signal installation is complete, the Corltractm may put the sigilal in operation f�rr test purposes only. However, the sig,nal shall not he put into permanent operation 1.11111) authorization is given by the Owner's authorizu.l rcpresentativc(s). a. When the Contractor is certa in the t r•1 fis si snal c t t rol Iet'a ndu1 ltr l accessories arc working properly,and all signal equipment is properly installed, Ile shall make an inspection appointment with the Owner's ' authorized representative(s). _59- r h. After a thorou gh 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 equipm (mt is working properly, of'if'public safety and convenience warrants the operation of the signal beRne all corrections have been made. C. A written communication confirming the permanent signal operation authorization and the findings of the inspection shall he prepared by the Owner's authorized representative(s). The findings of tile. inspection may include the acceptanec and approval of'tile signal or a list of signal or a list of'signal deficiencies to he corrected. (1, if' the inspection finding contain a list of signal deficiencies, the Contractor shall correct them as soon as possible. If the signal must he put on flashing operation or completely shut dowry to make the necessary correction, the Contractor must receive authorization from the Owner's authorized representative(s) heRrre this action is taken. When the Contractor is certain all corrections have hen made lie shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection o('thc signal, a written communication Confirming the acceptance and approval of the signal shall he sent to the Contractor by the Owner's authorized representative(s)at (lie end oftthc 15 consecutive days ofoperation of said equipment. TS-18.7 Gtrar;urtec and M;jntenance: 1. G r a. The Contractor is required, until the end of the one Year guarantee period covered by the her(()rmance and Guarantee Bond to: I. Guaranlee 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. h. This requirement applies to all traffic control signals under this contract. ' C. 'l'he intent is that at the cnd of'the one (I) year guarantce 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 mainteilance in connection with specific items enumerated in paragraph '1'S-14.7.2 wether or not duc: 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. '. S:�?iliLi_ILUh�Ii�'��11111I1�;S m: Any adverse conditions which af'f ect the use, Imiction, operation, quality or life of the traffic control signals shall lie corrected, including the following: a. Traffic control signal equipment malfunctions; including, but not limited tothe hollowing: signal coiltrollet-maliunctions,vchicularand pedestrian detector rnalfunction; electrical cable malfunctions; and failure ol'tral'lic signal units, poles i.lnd mast arms; which affect the I'unction and safe operation of'the traflic control signals. h. s'o ls: TIlC lbllowin g conditions at-C excluded and are not considered the responsibility ol'thc Contractor. I. Traffic signal lamp rCpkICClllent duc to larllp Illlrll-oUt. 2. Damage to traffic control signal equipment and materials resulting fr•onl acts of vandalism, tral'fic accidents, natural disasters, or street cuts or excavation within the right-of-way of'others, 3, lvwv d Zi 1i • •hells liar C.'o►-rcctiv_c IM MALI cl_ nc� We ; It. All corrective and maintenance work ,hall be done promptly upon notification by the Owner in order to prevent unnecessary Illconvelllencc to the traveling,public and to minimize traffic safety hazards. h. All work shall be in accordance with these Specifications and the highest standards and methods of'tile traffic control signal industry. The Contractor shall submit his proposed methods and designation of equipment and materials to the Owner, liar approval in advance of' such work. TS-18.8 .jlbjUj Ljh,: The Contractor shall furnish, in triplicate. a list of Cl uiprncnt and p I materials to be installed.showing 11;11111•o lllanul Icturer, ealaiog oi.descriptive dam, and shall Illrnlsh Ills nulacturer'scertlflcatlolls, ill trlpllcatc attesting that all materials ' supplied co11101111 to the rccluirenlents of lhese Specifications. -01- , TS-18.9 U _Layout: All work covered by this Section shall be done to the lines shown on the Plans or as directed by the Owner's authorized representative(s). The Contractor shall be responsible f'or all field layout work subject the approval of the Owner's authorized representative(s). TS-18.10 Method Measuremnt: MgIL(d of,Measuremot shall conform to Section 902.8, "Method of Measurement", of the 1986 isso.ujj 5_Wndard St.s i1lgitliL.) s uy Hil,,11m., Cons.ruction. TS-18.1 l Basis oi.{'r=.cam: Accepted traffic control signals, measured as provided, shall be paid for at the Contract unit price for each of the pay items included in the Proposal. No direct payment shall be made for any incidental items necessary to complete the work unless specifically provided as a pay item in the Contract. TS-19 OMITTED TS-20 FENCING TS-20.1. Removal and ite-scttint'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 fir any damage to the fencing materials caused by his operations. Any damaged materials shall be replaced by the Contractor and at his sole expense with new material equal to that from which the fence was constructed. The fence shall be reconstructed in accordance with best accepted fencing practices. All posts shall be cleaned of existing concrete and 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 nonnally kept within the f encc. It may be necessary for the Contractor to erect temporary fencing during the period between the actual construction and the re-settingof the pennanent 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 O\a,rler. eRemoval and re-setting oi'lcncc will be paid for at the unit price bid her linear foot. -02- 1 . r 1'S-20.2 J fit j1 u 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 perfotin the function of the permanent knee 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 passible. in no case shall such area be lets unfenced over a weekend or for more than one weekday. At the Contractor's option, materials from the existing knee may be used for the temporary fencing. 1-lowevcr, the Contractor will he fully responsible Im restoring; the permanent fence in condition at. least equal to that prior to construction. Temporary fencing will be subsidiary to the other items of construction. TS-21 CER'TIFICAT1 S OF C'C)MI'I._If NCI: TS-21.1 �tet'rr�: a. The Contractor shall submit, in triplicate, certificates of compliance from manufacturers, producers fabricators and suppliers of itcrns to he incorporated in the work attesting that all items and materials supplied in connection with the work conform to the requirements of the Specifications, as provided in the various sections of these Specifications. h. Whenever the items so certified deviate from the requirements of the Specifications, i laps and other Contract Documents,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 Engineer in writing;,then the Engineer's approval of such certifications will not constitute approval of'tile deviations. ' C. Said ccrtiticatcs may be accepted by the Owner and Engineer as adequate evidence of compliance with the Contract Documents. However, at its option, the Owner rrlay test any or all of'said items for compliance. If found to he in compliance with the Contract Documents, the cost ol7 testing will be borne by the Owner. 11'found to be not in compliance, the Contractor shall pay liar such testing. "I'5-21 .2 IZ4Clllii_c t s �o►i_( E ifi.�:;i(Lou s. Shop Drawings anol 'Tcs iii: a. Specilic requirements fOf-certifications, shop drLiwings and testing arc given in the 1,61lowing subparagraph~. ' -61- r b. Manufactured items,as follows,will require certificates ofcomplcance,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. Joint materials for reinforced concrete pipe. 3. Corrugated metal pipe and underdrain pipe, fittings and specials . ' (Shop drawings required for same items as in item 1 above). 4. Ductile iron, cast iron, vitrified clay and copper pipe and fittings. S. Brick and mortar. 6. Precast concrete manholes and inlets. 7. Rehillorcing 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 liance . ( P purposes). Engineer shall be given the opportunity to inspect and field prior to delivery to project. 12. Fertilizer. 13. Gabion baskets. 14. hibcrcloth. ' C. Rock and sand products will require certificates of compliance, as follows: 1. Stone for gabion fill. d. Backfill: it is recocnized that. due to mixing of types of materials found in City construction, it may sometimes be difficult to correlate actual ' performance with test results. The Engineer may make notations of waiver on certain field moisture-density test reports when, in his judgment, the • -64- r Specification requirements have been met on the basis of'visual inspection r and the test reports do not truly indicate the field condition. However, the Contractor will he sully responsible for settlement of backfill as provided in Special Conditions Article SC-3. C. Concrete: r I. The actual mix proportions shall be determined by the Contractor, ' based on satisfactory experience with the proposed materials and MCIB mix. Mix proportions, typical test reports and complete data on materials and plant, supporting their acceptability under the Specifications, shall be submitted to the i?rtgineer in triplicate for concurrence before beginning;concrete work. 2. Acceptance of"Concrete for strength shall be as stipulated in Article 5.02 of MCIB Section 5. 3. Air content shall be measured in accordance with the requirements of ASTM C 173. 4. Visual mspectionsand tests forperf'ormanceofconeretemaybemade by the Engineer to satisfy himself' that consistency, air content, minimum compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and tests will be in accordance with MCIB Bulletin No. 6, "Concrete ' Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design Tables". f'. Asphaltic Concrete Mix:Theprovlslonsof'Item i of SubparagraphS-21.4(c) shall apply to asphaltic concrete mix, except delete the refbrcnce to"MCIB". TS-21.3 Payment: No payment can be made to the Contractor unless the City is in receipt of r Certificates of'Compliance for all materials installed to date. TS-22 SCHEDULE OF NVORKK. r TS-22.1 General: Scheduling shall provide for the least practical inconvenience to the r traveling public and to residents along the project. TS-22.2 Submission and Concurrence: Beforc work is started, the Contractor shall prepare a detailed schedule of' all construction operations that shall not only indicate tilt: setlucnce ofthc work but also the time ofstarting and completion of•each earl. The schedule shall be submitted to the Engineer for his concurrence. 1 1 TS-22.3 Winter Shut_Dmn: If the project is shut down over a winter, the area shall be tell in a safe, passable, and accessible condition for the winter. The Contractor shall maintain traffic and access over the winter shutdown as provided in paragraph S- 23.2. The Contractor shall maintain the project over the winter shutdown period in such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes projecting above the base shall he ramped with temporary bituminous cold-tnix or asphaltic concrete in order to facilitate the City's snow plowing. Access shall be provided to all houses. TS-23 MAJ=NANCE OF TRAMC" AND ACCESS: TS-23.1 QD1gr11J: The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways and walks, whether public or private, the Contractor shall,at his own expense,provide and maintain suitable and safe bridges. detours, or other temporary expedients for the accommodation of'public and private travel,and shall give reasonable notice to owners of private drives before interf cring with them;provided, however, that such maintenance of traffic is will not be required at any point where the Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at any designated point thereon and for the duration of' whatever period of time as may be agreed upon. The Contractor will be required to make provisions for•or maintain local traffic. He 1 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 p resen t a work schedule and a plan for handlin b traffic for review before commencing any work. TS-23.2 When Work Not in PI:auness: 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 r 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-23.3 o Lig Pe c>n: The Contractor shall designate a person (with phone number) who can be called by the City during,the night, weekends, holidays, and other days when work is not in progress. The Contractor will lac responsible, through this person, firr making; such temporary repairs during, said periods as may be needed to meet the requirements ofparagraph S-23.2. -00- TS-23.4 The provisions of'MUTCD, Part VI, apply to this Contract. TS-24 TEMEORAaY SURFACING Where required to provide access and when directed by the Engineer, the Contractor shall provide temporary surfacing either of Crushed Stone for "Cemporary Surfacing or of Asphaltic Concrete for Temporary Surfacing as directed by the. Engineer. Such temporary pavements shall be maintained by the Contractor in a safe, reasonably smooth condition as long as they are in use. Crushed stone for temporary surfacing shall meet the requirements of paragraph 1007.2 of Missouri Highway Specifications for Type 2 Aggregate, Gradation A unless the Engineer agrees to a different gradation because of site conditions. Asphaltic concrete for temporary surfacing shall he Type 1 base as spceified in Article 23. Payment for temporary surfacing shall be at tile, unit price bid per ton of material. �1 Measurement will be on the basis of delivery tickets. TS-25 D 1 T CONTROL. Adequate precaution shall be taken to insure that excessive (lust does not become airborne during construction. 'file 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 perfon-ning (lust control or for applying water for this purpose. TS-26 PROP ER CORNERS AND MONUMENTA"1'1QN: It shall by the responsibility ofthe Contractor to protect all property lot corners and land survey corners and accessories. Should it he necessary to disturb any such monument, whether stake, pin, bar, disk, box, or other,it remains tile,responsibility ofthe 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 nlonunlents shall he per(ornied by a licensed engineer or land surveyor. TS-27 CLEANUP: TS-27.1 The Contractor shall not allow the site ofthe wort: to become littered with trash and waste material. but shall maintain the site in a neat and orderly Condition during the progress ofthe work. 'f he Contractor shall,as directed by the Engineer,remove from all public and private property, at iris own ex pen se, all temporary structures, rubbish and waste materials resulting from his operallon. ' TS-27.2 'file.Contractor shall cipul and clean all existing ditches and culverts within the.riuht- 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 allowing 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 TRAFFIC SIGNS, STOP SIQNS,.,IS . TREET SIGNS: ' All existing traffic signs, stop signs and street signs in the way of the work shall be carefully removed by the Contractor in accordance with the requirements of MUTCD. The required function of stop signs shall be preserved by the contractor whenever a street is open to traffic. All signs shall be re-installed following the construction. No separate payment will be made for this work. TS-29 powNSPOU'(' DRAINS: TS-29.1 e ra :This work shall include connecting existing downspout drains through and into the proposed curb,curb and gutter,orstonn sewer facility. The location ofsome 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. 'I'S-?_9.2 Constimtion 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 Pant: All work associated with connecting downspout drains through or into the proposed curb, 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 SUBSIDJARY 17'f-,MS: ' There are small items ofwork specified herein or that are incidental to the other construction for which no bid items are given. These items and any item for which no bid item is given shall be considered subsidiary and their cost shall be included in the bid price of other related items of work. e