Loading...
HomeMy Public PortalAboutORD13367 BILL NO, 2001-191 SPONSORED BY COUNCILMAN __ Blane Landwehr, Nelson, Vogel ORDINANCE NO._ AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH APAC, FOR THE CENTRAL BUSINESS DISTRICT SIDEWALK PROJECT. WHEREAS, APAC has become the apparent lowest and best bidder on the Central Business District Sidewalk project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of APAC 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 APAC for the Central Business District Sidewalk project. 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: _ �_-- Approved: Presiding%Officer Mayor ATTEST: APPROVED AS 1*0 FORM: /• �+ i/ (yam,.G.'' � 'C`ity Cle City Cou6s4101 • i33G AGi EEMENT TO REIMBURSE '1'11[; CITY OF ,II',F FERSON THIS AGREEMENT,nIaCIC and CntCl'CCI into this /,; {(clay of August,2002,by and between the City of'.leffcrson, 320 East McCarty Street,Jefferson City, Missouri, a municipal eorfioration, Ilereinafler called "City," and Dave Gyoller, 131 Bast I ligh ,mmLtrect, Jefferson City, Missouri. IFTNESSET1111: WHEREAS,the City has undertaken a St•eetseape Irnprovement i'r(.ject which includes improvements adJacent to Dave Goner's property; and WIIEREAS, Dave Goller wishes to participate in certain aspects of'tile project which have value unique to Dave Goller and which will protect Dave Gollcr's personal property; WHEREAS,Dave Goller is willing to pay for additional costs incurred by the - which directly benefit Dave(roller including the following items contained in Change Order No. 5, Project No. 32072 of the Jefferson City Strectscapc improvements: Item "S" Installation of I"crrllanent Protect ivc Shielding in Sidewalk Vault (u)131 East I ligh Street item ""I Demolition of Sidewalks (u? 131 Fast 1 ligh Street NOW, THEREFORE, lie it agreed as follows: 1. As set out in Change Order No.5, Projcct No. 32072 of the Jefferson City Strectscapc improvements the following items shall be pcilloniled at Dave Goller's expense and Dave Gollcr agrees to reimburse the City as set out below: Item "S" Installation of Permanent Protective Shielding in Sidewalk Vault u?131 East Iligh Street - $2,500.00 item "T" Demolition Ot'SiLIMliks (y) 131 Last High Street - $2,144.00 "TOTAL. $4,644.00 ® 2. PayeGo Dave Goller hereby agrees to pay City lilr the work dame pursuant to items S and T of Change Order No. 5, I'ro.ject No. 32072 ol'the Jefferson City Strectscapc improvements Projcct the total amount ol'I'oul "thousand Six Hundred Forty-Four Dollars($4,644.00)upoil Tile completion ot'said ite►lls and the submission of an invoice by the City which shall constitute complete compensation for all services . Payment shall be made no later than twenty(20) days alter submission ol'the invoice. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the City Udder the terms of this contra,,:t exceed the sum of Dour 'I'housalld Six Hundred Forty-Four Dollars($4,644.(10). No change in compensation shall be nla(Ic unless there is a substantial and signif icant difference between the work originally contemplated by this agreement and the work actually required and only ifsp cilically and mutually agreed to in writing by hoth the City and Dave Gollcr, IN TI:S'i'IMONY WHEREOF, the parlies have hereunto set their hands and seals this Sj day of' August, 2002. CITY 0 JEFFERSO 'OUR DAB E, GOLLER Title: •Title: Al"mis, A'I I I`ST: -- City Clerk 61 APP "V A' Counselor i IlXontrncl Pilcs`consintction'AI'A(^(iollcr Agr.wpd 1 r CITY OF JEFFERSON AMENDMENT TO AGREEMENT TO REIMBURSE THE CITY OF JEFFERSON WHEREAS, the City of Jefferson, Missouri, a municipal corporation, with offices at 320 East McCarty, Jefferson City,Missouri, 65101,hereinafter designated"City,"entered into a Contract with Dave Goller, 131 East High Street, Jefferson City, Missouri, 65101, on August 26, 2002; and WHEREAS, the City has undertaken a Streetscape improvement Project which includes improvements adjacent to Dave Goller's property; and WHEREAS, Dave Goller wishes to participate in certain aspects of the project which have value unique to Dave Goller and which will protect Dave Goller's personal property; and WHEREAS, Dave Goller is willing to pay for additional costs incurred by the City which directly benefit Dave Goller including the addition to the following item; Mud slab and waterproofing over brick arched vault @ 131 East High Street NOW,TIIIIaREFORE, be it agree(1 ns Billows: A. Paragraph 1 of the Contract (fated August 2002, is hereby anlendccl to react as follows: 1. As set out in Change 0r(Icr No. 5, Project No. 32072 of the Jefferson City Streetscape Improvements the following items shall be perl'ornled at Dave Goller's expense and Dave Gollcr agrees to reimburse the City as set out below: Item ­S­ installation of*Permanent Protective Shiel(ling 11) Sidewalk Vatllt @ 131 East 11 igh Street - $2,500.00 Item "T" Demolition ol'Sidewalks Cif? 131 Oast high St•ect - $2,144.00 Mud slab and waterproofing; over brief(arched vault (ii? 131 East lligh Strcct - $3,400.00 TOTA1_, - $8,044.00 13. Paragraph 2 ol'the Contract dated August 26, 2002, is hereby anien(led to reiid as lollows: Payment Dave Goller hereby agrees to pay City For the work clone pursuant to items S an(l T ol'Change Order No. 5, Project No. 32072 ol'the Jeflcrson City Streetscape Improvements Project the total,111101.111t of' Dour Thousand Six I iundred Forty-four Dollars( $4,644.1)0) and the mud slab and waterproofing over brick arch vault in the total amount of Three Thousand Four Hundred Dollars($3,400.00)upon the completion of snicl items and the submission of an invoice by the City which shall constitute complete compensation for all services . Payment shall be made no later than twenty(20) (lays after submission of the invoice. It is expressly ull(Icrstaod that in no event will the total compensation and reimbursement to be pai(t to the City under the terms of this contract exceed the suns of'— m:n— hmr=d Six--Ifnndreci-1=cntywf=rnrr i)nNarc-(- itl;fi4 HE}j Fight Thousand Forte-Four Dollars ($8,044.00). No change in coniliellsation shall be made unless there is a substantial and significant(li fference between the work originally contemplated by this agreement an(I the work actually require(t and only if' specifically and mutually agreed to in writing by both the City and Dave Goller. K\Cnnfrocl Filol\cilmtructlon\APAC\C-nl4,r Amnn,Jrnont,.J)d • C. All other scet.ions ol'the Contract dated August 26, 2002, shrill remain in effect as stated. IN TESTIMONY WIIERE'OF,the parties have hereunto set their hands acid seals this -day ol'September,2002. CITV.OF JEFFERSON,MISSOURI DAVE COLLER J 1_ rltlC: 'l"tl1C: ATTEST: A'I`I'IiST: City Clerk Secretary APPROVED AS TO F R ' ,_.._,-I--�' cam'/;•��T� _��---��,.C4.=.,._• City Counselor ` MContracl Flins\conshuc11on\APAG\Goner Amondmspil wpd rt �,0 a `0 Thomas A Rackers tp f Jefferson �']°'Sd�lL s: Mayor Department of Community Development Patrick E.Sullivan,P.E.,Director 320 East McCarty Stred Phone;573-6346410 Jefferson City,Missouri 65101 Fax;573.634.6457 June 26, 2002 APAC -Missouri, Inc. Central Missouri Division 1591 East Prathersville Road PO Box 117 Columbia, MO 65205 Re; Jefferson City Slreelscape Improvements Bid Identification No. 2003 Project No. 32072 Gentlemen, The completion date for the above reference contract is October 14, 2002. By contract this is a firm date. Liquidated damages of$1,500.00 per day will be assessed for each day beyond October 14, 2002 that the project remains incomplete. To date we have not received the promised construction schedule for the project. The partial schedule previously submitted indicated that the work in the 300 block of East High Street would be completed on May 12, 2002. As of this date the indicated work is not completed. It appears that completion of the project on time is in jeopardy. As of this date, 38% ol'the construction time has elapsed and approximately 20% of the work has been completed, Accordingly, it appears that completion ol'the project on or before October 14, 2002 is in jeopardy unless measures are taken to drarnatically improve the rate of progress. Please let me know immediately what steps you plan to take to improve the rate ol'progress and to meet the contract completion elate and what the City can do to help facilitate your etTorts. Additionally, provide the construction schedule as required. Thank you for your prompt attention to this matter. Jurtd 26, 2002 Page 2 Sincerely, Patrick E.:Sullivan, PEI Director Department. ofConmiunity Development cc: Jack Kramer, Director, Engineering Division Rich Mays, City Administrator Melva Fast., Assistant to the City Administrator 4 ;a : i s 4111 ���� 13 51 ` AGREEMENT 'I'O RiAMBUR,S. E 'I'i E CITY OI: JE F ER2'ON '1'h1[S ACIZit:h�ML+'N'!', tnadc and entered into this �'�(�' da of Au gust, 2002, b and between the Cit oI cflcrso 1. 320 �:__ Y 6 Y Y East McCarty Street,Jefferson City, i\9issouri, a municipal corporation, herc:inafler called "City,"and Central Trust Bank, 38 Madison, Jefferson City, Missouri, hereinallcr called "Bank" WiTNESSETIL iIEREAS,the City has undertaken n Strectscape Improvement Project which includes imp►•ovcments adirtccr►t to Bank's roperty; and WHEREAS,the Bank wishes to participate in certain aspects o('the project which have value unique to the Bank and which will protect Bank's personal property, WHEREAS,the Bank is willing to pay f6r additional costs incurred by the City which directly bene:11 Bunk including, the following items contained ill Change Order No. 5, Project No. 32072 of the.lelTer•son City Streetscape, improvements: Item "P" Demolition of Sidcwalks (n) 238 Madison Street Item "0" Removal of"I't'ces and Stump::(u', 238 Madison Street Item "R" 'temporary Access Walkwny (rr, 2:38 Madison Street NOW, THEREFORE, be it agrecd as follows: I. As set out in Change Order No,5, Project No, 32072 0l•the: Jefferson City Sireetsc,(ipe improvements the following items Shall be perftvnied at Bank's expense and Bank agrees to reimburse file City as set out below: Item `'P" Denioliton of Sidewalks (ar 238 Madison Street - `i;12,008.00 Item "Q" Removal ol'Trees and Stumps (q,' 238 Madison Street - $ 900,00 Item "It""Temporary Access Walkway(rl 238 Madison Street - $ 900.00 tclta{ '� 13,808.00 2. Payment The Bank hereby agrees to pay City Im the work done pursuant to items 1', Q and It ol'C:hauge Order No. 5, Project No. 32072 of•the Jetlerson City Strectscape improvemems Project the total amount of"I'hirtecn'1'housand Eight hundred might Dollars ( $13,808.00)upon the completion ol'said items and the submission ol'an invoice by the City which shall constitute complete compensation for all services . Payment shall be made no haler than twenty (20) clays after submission of the invoice. It is expressly understood that in no event will the total compensation and rcinlbursenlcnl to be paid to the City under the terms of this contract exceed the sum of Thirteen Thousand Eight I lundred Light Dollars($13,808.00). No change in vompen-smim Shall be made unless there is a substantial and significant diflct•ence between the work orig;imllly contemplated by this agreement and the work actually required and only it'specifically and nuttually agreed to in \vriting, by both the City and the Bank. iN TESTIMONY WIUAZEDF, the parties nave herctmto sct their hands and soils this clay of August,2002. crry OF JEFFERSON, MISS01IIII (" NTRAI. TRUST BANK Title: P" T'-c• V<« a City Clerk 'PROVI. AS TO ity Counselor lt�Coalrtct Files`axutntcliotrAt'AC`.C'cmrd'Rust nark Agt.��pd l .de AGREEMENT FOR REIMBURSEMENT TO 111-IE CITY O ' JEFFERSON THIS ACREEMEW11', made and emceed info this �.��� drry ol'August,2002, by and between the City of'Jeflcrson, 320 East Me arty Street, .1ener4(rn ('itv. Missouri. ;r municipfrl corporation, hcrcinaller•called "City," and Sprinco Inc., 226 udison Street, Missouri, hercinaller called "Sprinco", WITNESSF.7T1: &HEREthe City has undertaken a St•eetscape Improvement Pro ect which includes improvements adjacent to AS, rinco's property; and W11EREAS, Sprinco wishes to participate in certain aspects of the protect which have value Ltni(ILre to Spt•inco and which will protect Sprinco's personal property; WHEREAS, Sprinco is willing to pity for additional costs incurred by the City which directly henclit Sprinco including the following items contained in Change Order No, 5, Project No. 32(17:'_of the Jef'(.rson City Strcctscape Improvements: Item "U" Demolilion of'Sidewalks Wr 127 Il.ast IIigh Street NOW,THEREFORE,be it agrecd ;is Hollows: 1. As set out in Change Order No.5, Project No. 3207-1 of the Jefferson City Slrcetscape Improvements the following items shall be performed at Sprinco's expense and Sprinco agrees to reimburse the (:'ity as set out below: Item "U" Demolition of Si(lewalks (u) 127 East I ligh Street - ,1,428.00 2. Sprinco hereby agrees to pay City for the work donc pursuant to items U of Change Order No. 5, Project No. 32072 of the.lctfcrson City Strectscape Improvements Project the total anwunt of'Onc'thousand four I lundred Twenty-Iuight Dollars( $1,428.00) upon the completion of said items and the submission of an invoice by the City which shall constitute complete compensation flora I I services. Payrtlenl shall be ma(Ic no later than twenty (20)days after submission of the invoice. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the City under the terms of this contract exceed the sum of One'fhousand hour Hundred 'twenty-Fight Dollars ($1,428.00). No change in compensation shall be made unless; there is a substantial and significaunt dil'I'crence between the work originally conlernplate(I by this agreement an(l the work actually required and only if'specifiallly and mutually agreed to in writing by bolh the(."ity and Sprinco. IN TESTIMON V WHEREOF, the parties have hereunto set their hands and seals this clay of ALUYLIM, 2002. CITY OFD JEFFERSON, MISSOURI SPRINC'O, INC'. Title: ATTEST: ATTEST: :ST: City Clerk(/ APPROVED AS TO FORM: ty Counselor *,Xontmcl files conshuetionAl'A(^Sprinco Aµrmlid 1 FINANCE DEPARTMENT PURC UTASING DIVISION SUBJECT: 13X1 No. 2003 - .lcflcrson City Strectscape Improvements Proj, 1132072 Assistant to City Administrator. Oprncd oil \larch 5. 2002 B11)S RI CI?1VF'D: APAC Missouri. Inc.. Colllnlbill. IMO w 1.697,606.71 .IC lndllstrlCS. JCfftl-Son CitV. ,\110 `'; 1.842.i-ki.18 Knish Corporation. Lonsdale, tMN S 2.177,67 3.57 Twe110US L;XCAVatinl,. JCf1C1•soll Cit}', X110 S 2,31)2. 441 .75 Don Schnieders F?xcavatilw Co.. hic. .lefferson City. i\,K) 2.515.313,50 FISCAL. NOTE: A supplemental appropriation is being requested to fund this project and has been inciucicd in this packet. 3502-0000-031 3-0010 (Sales Tax) S 1.500.000.00 3502-0000-U7�0-0030 (C)thu Capital Contributions) 352,000.00 3502-0000-0750-0040 (Capital Contributions City I unds) 188.000.00 3502-0000-0335-0040 (Local Grams) 10.000.00 'total Reyucstcd 52.050.000.00 Less: Laid No. 2003 1.607.606.71 13a1 a11 cc S 352.31)3.29 PAST PF-AFORMANCI.: APAC Missouri, Inc. has heen awarded projects in the past 111d has completed them satisfactorily. Staff believes this bidder will complete this project as specified and hid. REC:ONEVIENDATION: It is dw recommendation ofstaff to award this project to APAC iiMissouri. Inc. of Columbia, IMissouri in the an1Ullnt Of .$1 .697;606.71 . ATTACFIMENTS - S1.;PPOR'fING DOCUi\,II-NTAT10N TabUlatioll of 13icls, Departmental Recomillenclatioil Signature ,�-L.� -. J LI:jd PLI1-ChaSll mnt Assistant to the City Administrator MEMO: TO: Terry Stephenson, Purchasing Agent FROM: Melva Fast, Rich Mays, Pat Sullivan DATE: March 14, 2002 RE: Central Business District Streetscape Improvements - Sidewalk project The Staff and Consultant have reviewed the bids submitted for the Sidewalk Replacement Project in the Central Business District. We recommend that the contract be awarded to APAC, Columbia, MO in the amount of $1,697,606.71 It was further recommended that Line Item 35 - "Ornamental Rail" be deleted from the bid. APAC has agreed to enter into a contract with the City and negotiate a change order that would exclude the ornamental fence. In comparing all five submitted bids, removing the ornamental rail line item does not change the low bidder. PAtlh I of? Clf1'of Jefflir%oll 0310 512002 Bill I;it,lll,:tlofi Vild No 2003 'Jelfel'Mil('.fly Stfu0scalil?1111111-ovellw111% Proje.0 No. 32072 Parsons[1mvickerhoff APAC J.C.IndustriesTi-ir 'I �IAL "01,11 lJNo fl)(11A T Tor"i Dainvililflon 1 Curb Removal 113 ;1"1 -11J,I'A f1f) $20.865 00 2 l!:e 00 ".5.100 00 Trench Removal 73 Structural Slah Removal 10"199 20 41i)CO V)650.0F 4 Non-Strutlural Sidewalk Remo iiii 'L I jp $48,;'W78 ?;170 S76.5• 1 BO 5 1 00 72 fi-75- $16.497,00 6 Concrete Apron Removal 10 00 5 ilt.11 i,1 n I L;)o 12 00 $1,5.36 00 -7 -- 7 Post Foundation Removal (.A� -I*i-,- -71 $1411.x)1 s5 500 00 '1 '141,01 1500,00 $5,500,00 a Rock Removal Y 175 -s�-)im.- $2oo 50 60 15250-00 50.00 9 Unclassified Excavation,Backt 11&C'Oolv'ic I loll. V 0 00 00 $25 00 $100,00 Mon Now-Cons.truction 10 Controlled Fill 60 5:.77.140 $2800 S7,140.00 11 Planter Box Soil 6()0 -W, if:3c'.00 $0,360.00 12 Place Soil I cl(m $4 1(If, $1.980 00 $676.8o $2500 ?,1,121''00 13 Bark Mulch 'Y 1"l1 T2 71 51 8 71.)5:2 $800 $5.528.00 14 Concrete 1 :4 1.1"Mii 01) S6.06 $:113J)57 60 176 77) S3613.232,07 15 Concrete Curb and Gutter $I�"1 25 $93,24.1.25 16 Planter Box Curb 11 7 20 B"10 93.111)(3,00 17 Concrete Apron S iii,(1)fil �6 7f) i 15'5/2'25 $6.15 $14,880.15 18 Trench Drain - -- �_- --- 1.f' J �0o-Iul 573.10('-7)0 531 74 $7,82 1 W 5115 30 526,749.60 19 Downspout Off $.i! M500 S'28-io 3o 1:75 Oo $6,825 00 20 Structural Slabs 9'1�5 15(to 14':25'00 $.111 S 1 $'&""-%2�'5 525 50 $24.352.50 21 Cast•in-Place Concrete Vhill 556_00 $11.200.00 22 Roadway Pavement .,,1 95 -S 1 ;'5;i 40 sfi3.10 $18,,'25 20 23 Imprinted Colored Concrete Pavement (,I- 1�ffof $ti'if) 544,301,62 S1230 $62.705A0 24 Irrigation Modification and Sodd,liq. 1011 Pfocl, I llojl� it -'0 3.':t Si.)9.?.00 $1,995.00 25 Irrigation Conduit 3" S52:) '.1,10•141_('1) $4,35 S8 73,11.80 $1�'00 $30.120,00 ----------- 26 Irrigation Conduit 4"_ 74'l I'.'-l" S!3'I'l !s4.0.11.92 S16.00 511.888.00 27 Irrigation Man Line I.1+2' ___-__ �,F99 I :3r) K().12 $11 257 72 $111,00 $6,034.00 28 Rock Saw Trenching -',I"'�O �6.7'17 of,, $23 00 V 958 00 $45.00 515.570.00 141, 1 AjiMilill Masonry Assemblies Wj $5.290A.0 S.35 ou 31 1;990.50 �o Segmental Retaining Wall,'102 Hion Sirect I_; I 4""01J,�,0 -"00000 >6.530 7�, 1 sci'uo-m) -006 no $5.000,00 1 Bentonite Waterproofing S�'ti I o c') S5.50 $3,300,00 '4 1 f'0 38 St 1,20(YOU $11,200,00 32 Central Bank Waterproofing I ll 17'92 33 17 Base System Membrane T'3 1,1! 0.0(� Wo 33 S 0 00 $6,00 C10,00 34 Base System I(ashinci 50.(C &1.60 SO m I;li 00 $0.00 35 Ornamental Rail L;f; 5243.120 01) SM 17 $8200 S4 15.330.00 3 3 6 Curb and Rail, 160 Hign Street $3J'00 Of', 5:,721.15 S-1 7,I 15 59.700.0-0 58,700.00 37 Relocated and Rerouted Circwln 15r1 65 $3.(!�fl'(J) S2 2.C`16 57 315 20 S_23.11) $7,392,00 38 Splice Be,( CA 6 s,if 71-7 T 52 970 110 $870.77 F,27 58640_00 $5.280.00 39 Park Street Light CacUltr C6 1.:'2 8ii S 5 M 00 521.10__ $2.541.00 S1. 3.1 29 $37.830 S37.8300 40 Central Bank Electrical Work L (W S�7,1 i4l'29 34 00 .0 12.7011.99 S22.9,15.00 $22,945,00 41 Exchange Bank Electrical'/Vorh i, 13.;1110 tAl 13 530(V) S 22 10 1.979 $1 Stokes Electrical Work 71 Z; >1.139!)0D t7'5 !,f) 533,00 $4,290,00 43 Street Light Pole Relocxvi LA 1 :,1 01) $8,470 00 $)-1027.30 379 '.91.10 5.1.07('.00 $28,1190 co $2,17 5-0 516,830.Q0 44 Street Liaht Re-limping and Re-'.111101111� [-A Fi t 'TJ l-"I.-16(i, z•ITT" E,i(7 P) 20 45 Street Light Pole Painting "'i- (C 100 00 K'Fj 49ij(),q 50 $28,798.00 A R)- 1,17•115-W 51.760 no $17.600.00 46 New Foundation Installation 5-1 47 New Street Light Pole ci-IAMW) 513,200.00 48 Signal Pole Foundation•+d Pole I-A 1.� �'001-(11) O()o M $ 1,1 532,65-1 i f 0 $2.750,00 49 Signal Pole Conduits I F 7A i :"I'i(o 5 3. W 86 ~'6.110 66 $23 00 $16.813.00 2,1 is 1) 2 5() $3 96 $J 575.28 50 Signal Pole Wire 51 Signal Pole Pull Box FP. Off S 1 1,900 60 S 1.11�,of) 1(1,131(%.Co 51,430,00 $20.020.00 52 Signal Pole Painting (it) $5-;)rj[),,I ;870-7' �"8151 DO 510,560,00 7 53 Adams Street Inlets I'A �1 50( (if.; _'53006th.'' '1,301.16 $2.500.00 $5,000,00 54 Madison Street Inlets FA 2 -h2,500 W) $5.000 01) $6113(1-8 .$1,306.16, $11 500 00 S!j,000m 55 Manhole Adjustment,219 Madison i,o 115 38 - S1 741 5500.00 S2,000.00 56 Storm Rping,311-328 High Stree, 1 0,00f,"il;f) I r G'0;"j�I S 1.1 5�),3 33.15 S10.000,00 $110,000.00 57 Construction Staking I S:TltT)-(,.-(F) $35.01jf"J1l) 12721 IAR 7,211 '18 S110,000 00 $20,000,00 8 Type A Sign Post I '-?f"(J.c .i'20("01) S370_',9 $9 57'i;iii $1.1_00 00 $11.000.00 9 Type 8 Sign Post E.A l,' S'2150 0', i111,75U.00 ()7 $34�60 2(l 550000 $23,5GO 00 6U IStreet Light Vertical Aalusinwrit LA 61 $6CIC,('10 of) j.63-11 84 1 -:vi qo}i-?,1 00 539,345.00 0 1.800.00 $1,80000 1 $!".C"00 0:-) 55111.1 1 L 62 ITraffic Control Is 1- $56,05460 TOTAL,BASE BIG $1,530.351.15 $1,697,606.71 $1,842,546.18 error In ext. error In ext. Altemate-One 63 jUni(Pavers $20'W 505,483,01 5,21 20 64 Ilmorinted Colored Concrtl&Pavement So,866 46 113.00 $•1.30300 Alternate-Two 65 Enhanced Central Bank Waterproofinq I [S J I I 52:!n)O t* LK!01,790 01) 1 S,I-Wl i')3 $4 I I r):1 5t 1 q 0-()jj o $11.500.00 P Psoo 2 of I City of Jefferson 03105/2002 Sid tabill'itioll Old No.2003 Jefferson City stivot-,alle Illiplowmients Project No. 32072 - DITS CRIP FION 0.1vi I Q7 y Knish Corporation Twehotm Exc.Co. ioders Exe F 'I, I 707AL 019)7 pillCt :f_ 4 _L0� _ I Curb Removal LF -1173 58 00 $33,x8.1 GO S7 50 $,.11..'77 5(' 1,9'00 $37.557.00 2 Trench Removal LT VO $10 Ob T 5.1,460 00 $7,00 S2 1 3130 00 1.19 00 T16.1160.00 3 Strurtural Slab Removal SF 965- 21 S 0.0 0 S-I'U00.00 00 -$7.72()0 ,.)0 $22J) $21,230.00 Removal 4 Non-Structural SidewalRemoval SF -1505-11 '�2 50 si w 52 60 $117,140.40 5 Asphalt Roadway Removal 7 00 $,1 u."I a E�() 2. $6,110.00 S13 00 S31,772,00 6 Concrete Apron Removal SY 1213 $i5 00 $1,92000 5:5,11::00 $16.00 $2.048.00 7 Post Foundation Removal LA I I SAO()00 5375.00 $4.125.00 SVX)00 $2'200.00 8 Rock Removal $300 00 0 50'00 9 Unclassified Exc 4Tlon13i.JH&Con,pa cb( C no ;).oo $30 00 $o On 349o0 50.00 10 Controlled Fill s5b 00 $1,1.025,01) S33,00 sfi"115.ol) $,I I m $10.455,00 I I Planter Box Soil GY 312 11:n 00 $18,7110.00 $112.00 $34,�)-1-1.()[) $103,00 S32,136.00 12 Place Soil CY 4 5 $75.00 $3.375.00 539.00 51,75500 $35 00 $1.575.00 13 Bark Mulch SY 691 57.50 15,182.50 59.00 S6,219.00 54.30 $2,971.30 14 Concrete Sidewalk f3avemoni SF .1,'9 j�, 36 00 3329.760 00 sl;?.00 ;,T),sTK�,000 s(T5 o $379.224.00 15 Concrete Curb and GUtler -I.F 384-5 -^ 51(100-$32 Oo 1.23,0 110.00 $38.00 S1116.1101,00 S31.00 $119,195.00 16 Planter Box Curb LF 5065 $81.04000 $28,00 S141.820.00 1 1.35 $57,•87.75 17 Concrete Apron SF 2307 58 On $18,356 00 $11.00 $25.377,00 $6 A 0 514.764,80 18 Trench Crain LE 232 S17000 $39.440.00 s:10.00 525.520,00 $10500 $24,3130.00 19 Downspout Trench LF "I s I-O-JT 514,560.00_ 560,00 $5,1160 00 S1300 $1,183.00 20 Structural Slabs Sr 53 FZ 56 550..3 I5 -S,-Iri(FO- `:73- S11000 $105,050.00 21 Cast-In-Place Concrete Wall SF-F 200 -511.00's6l?'I F) Si 2.550.00 195XJ0 139,000.00 $2",00 $5.000.00 22 Roadway Pavement SY 192 T s3'.)12 GO GO S 14,016.00 $1311.00 $25.988.00 23 Imprinted Colored Concrete Pavement SF f")98 12 50 $63,715 00 $19 00 $96.862.00 $10.60 $54,038.80 24 Irrigation Modification and Sodding 3q0 Blcc: f liqti St l.4 1 58.000 00 $8'Goo 00 $3.100,00 ST 16771 54.550.00 $4,550.00 25 Irrigation Conduit 3" LF 2008 SUO S115,6611.0 510.15 520.381 20 SIG 00 S32,12800 26 Irrigation Conduit 4- ^T LF 743 59 00 $6.687 00 511.50 $8,544 50 S I TOO S12,631.00 - -- 27 Irrigation Main Line 1-112" ff 131 T, On $5,1172.00 523.00 $9.913.00 $23.00 $9,913.00 28 Rock Saw Trenching and Backfill ---LF 346 S10,00-- $3.460.00 $35TF S12.11 00 $102.00 $35.292.00 29 Masonry Assemblies STFT TT-F S-11500 si5.3com $2800 $9,520.00 $2-1.25 $8,245.00 30 ]Segmental Retaining Wall,302 High SlrtiLl 512.00000 S12,000.00 $9.000'00 S9,o00.00 $5"140.00 $5,440.00 1 Bentonite Waferproofing SFF fino $5,75 S3,150.00 $640 $3,840.00 $6,00 $3,600,00 52 Central Bank Waterproofing 1 $14,200.00 -S 1 58TO-0.06 'S8.500 00 513.00000 $13,000. 14,200.00 33 Base System Membrane SF 0 S495 SO 00 55.25 50 00 STOO 50.00 34 Base System Flashing _ LF 0 x25.75 $70,00 $5.25 -$0.00 $7.00 50.00 35 Ornamental Rail I 5J65 $110.00 S-557.1.53.00 $62.25 $315.29132'1 S127.00 $6,13.255.00 36 Curb and Rail, 100 High Street LS I S-IF3.500.0T $18.50000 3.1-600 00 $11.600.00 $4.125.00 $4.125.00 37 Relocated and Rerouted CirCLJJS 320 524.15 .57,728.00 $21 00 $(;,720.00 $22,05. $7,056.00 38 Splice Box EA (3 -_.5920 T- 00 5800.00 S'tmo On $850.00 $5,100.00 39 Park Street Light Circuits LF 110 $:'j 15 S2.656.50 S21.00 $2,31,00 $22.05 $2.425.50 40 Central Bank Electrical Work -10,2.W.00 $34,3020 $34,392.00 S36,200.00 $36,200.00 41 Exchange Batik Electrical Work LS .1 $21 150 Of) S24,150 00 520,857 00 520,857.00 $22,000.00 $22,000.00 42 Stokes Electrical Work SF 130 S3.1 50 $4,•135.00 330,00 S3.99,0 00 5112.00 $4,1160.00 43 Street Light Pole Relocation _j_jLN 7 S-11.255 00- $2.),785.00 53.700 00 $25.900 QG S3.900.00 $27,300.00 'J.$ Street Light Re-tamping and Re cjlo'bln FA 6h S259.75 S 1 7,595.00 -$225 00 $15.300.00 S24171.00 $16.320.00 45 Street Light Pole Painting F A 68v 541 75-730,107,00 F,385.00 52!1.180.0$ S95.00 $6.460.00 46 New Foundation Installation 15 s i IP,300.00 S 1.600,00 516.000(30 $1,70000 $17.000.00 $4,200.00 $12.600.00 47 New Street Light Pole EA $4,600 60 .5 13,800.00 ',.1.001)00 S-12,000 00 �3-1 500 00 S2,500.00 0 48 Signal Pole Foundation W!Pole EA I 52.875 GO �30.W(J.O 52.650 00 531.800.00 49 Signal Pole Conduits LF 131 52•+.15 517,653.65_ $21.00 $15,351.00 S22,05 $16.118.55 50 Signal Pole Wire LF -12413 's'l 1.1 51(1,010 52--- C13 CIO $8.704.80 $3 80 $9,188.40 51 Signal Pole Poll BOX EA 14 51,x05.013 520,990 00 x1,300.00 $18,200.00 S1.,3'70.00 $19,180.00 52 Signal Pole Painting EA 'i". 5!)21300 511,0.10.00 5800100 59,60000 $95.00 $1,140.00 53 Adams Street Inlets FA 2 2.75 0 1.,Q 55.5160 00 53,700.00 $7.400.00 $3,025.00 $6,050.00 54 Madison Street Inlets EA $2.750.00 Fj 5.r,o()To-,)- 53.700.00 $7,400.00 53,025.00 $6.050.00 55 Manhole Adjustment,219 Madison EA 1 $6110 ff) -52,('100;10 51,1(10.30 $4.400,00 51,113000 $4,520.00 56 Storm Piping,311-328 High Street 1 59.00000- $9,000 00 $9.000 00 $19,135-00 $19,135,00 57 Construction Staking y LS 1 $8,0 1)130 5(3,000.00 $50.000 06 $50.000,00 51 518,350.00 $158,350.00 58 Type A Sign Post FA 11 '$-H,0 )1; 513,750.00 ,1.800.00 519.800.00 $3.00000 $33.00TUO 59 Type B Sign Post FA .17 $"150.00 $16,1150,00 no $57,050.00 51,30000 $61,100.00 60 Street Light Vertical AdjutAinent 7,1,go -341,107 91. $61500 $37,515,00 1 61 lDrinking Fountain �'.)u S11,500:00 1 $8,33000 $8.�'30.00 62 iTraffic Control Ls y"/O 0GC 00 :;170.000.00 _5Y0,000.00� $20,000,00 51221,000.00 5122.000.00 IOTAL BASE BID S2.177,673-57 $2.302.441.75 S2.515,313.50 63 Unit Pavers $3 ;107,734,20 Imprinted Colored Concrete Pavement �')F :�"il 64 9 2 7 5,G 1) $!7 00 525 1187 00 S2 5.00 1 $8,275.00 Alternafti-Two Enhanced Central Bank Waterproofing Ls 1 1 519.00000 i19.00000 _53,00000 $3.000,00 $2.800.00 1 $2,800.0E] / ',J I !• ., �p S ti y�y �. �14,5 r .�Iu{�� f Str Z�t t �e � / r f 1.,j y , ff1 \, .t 4 r r J \ .Erb .! ,. wry��i'Iil►�N�Id��. c Thomm 11. Rackers City of Jefferson � '�� o Mayor Department of Community Development Patrick E. Sullivan, P.E., Director 320 East McCarty Street Phone: (573) 634.6410 Jefferson City, MO 65101 Fax: (573) 634.6457 ri3s`r March 111, 2002 APAC -Central Missouri Division ATTN Donnie Mantle, President 1591 E Prathersvi Ile ltd. 130 Box 117 Columbia, MO 65205 RI : .1cflerson City Strcetscape Improvements [aid Identification No. 2003 -(Project No. 32072) Dear Mr. Mantle: Enclosed please find three(3)copies ol'the contract for the above referenced project. I'leasc execute the contracts and return them by 5:00 p.m. Monday,April 1,2002.along with the Performance and Payment Bond(s), Certificate of Insurance and Owner's and Contractor's Protective Liability Policy Binder, The Certificate of Insurance must be issued by the company affording coverage. Certification from a local agent is not acceptable without necessary documentation empowering and authorizing the agent to sign the surety's name. In addition, ifan aggregate amount is specified,a statement of'thc amount oi'that aggregate available to date must also be included. The ordinance authorizing the contract will be introduced at the March IS. 2002, City Council Meeting and should be approved by the Council at their April I,2002,meeting.Once the contact is approved and signed by the Mayor and City Clerk, the Department of Community Development will issue a Notice to Proceed on the pro.ject. You must submit the above dOCUmenls in correct form bel'ore you begin work. Should you require additional information, please contact the Department o1' Community Development at (5 73) 634-410. Sincerely, c In L. Kramer, PI;, PLS ;ngineering Division Director JI,K:ct Enclosures cc Marty Brose Melva fast :Phyllis Powell Pat Sullivan • Central files Thomas A Rackers C71ty of Jefferson _ � , ., � Mayor Department of Community Development r Patrick E. Sullivan, P.E., Director 320 East McCarty Street / Phone: (573)634.6414 Jefferson City, MO 65101 / Pax: (573) 634-6457 y i�13s April 16, 2002 Mr. Jerry Bentley APAC Missouri Inc. Central Missouri Division 1591 E Prathersville Rd PO Box 117 Columbia, MO 65205 RE: Jefferson City Streetscape Improvements Project No, 32072 Dear Mr. Bentley: This letter will serve as the "NOTICE TO PROCEED" for the above referenced project. The effective date of this notice shall be Wednesday, April 17, 2002. The contract time for this project is one hundred eighty (180) calendar days. A fully executed copy of the contract between your company and the City of Jefferson for the above referenced project has been previously provided to you. Please find enclosed, for your use and the use of your subcontractors, for the purchase of material to be utilized on the above referenced project, the following documents: 1. Missouri Project Exemption Certificate 2. A copy of the City's Missouri Tax Exemption Letter In using these documents to purchase materials, please read the appropriate "instruction" as included at the bottom of the Missouri Project Exemption Certificate. If there are any questions, please advise. Sincerely, hn C. Kramer, P.E. Engineering Division Director JLK:ct cc Pat Sullivan Marty Brose Melva Fast Phyllis Powell John Voss Bill Lockwood Central File ' SPECIFICATIONS AND CONTRACT DOCUMENTS Bid Identification No. 2003 Jefferson City Streetsca a Improvements p p ( DAVID ALAN ?m' AHLEPHYER Cf), NUMBER '�;• E-25674 Jefferson.,City Department of Community Development . 1 February ,6, 2002 TAB E OF CONTENTS Advertisement for Bids • Notice to Bidders Information for Bidders Bid f=orm ' Bid Bond ' Anti-Collusion Statement ' Contractor's Affidavit ' Minority Business Enterprise Statement • Statement of Minority Business Utilization Commitment ' Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions �" • Special Provisions ' Attachments • Addendums ( If Any) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McC:arly Street, Jefferson City, Missouri 65101, until 1:30 p.m. on March 5"', 2002. The bids will be opened and read aloud in the Council Chambers on that same day. ' The proposed work for the project entitled "Jefferson City Streetscape Improvements Bid Identification No. 2003," will include the furnishing of all material, labor, and equipment to demolish, remove and replace existing curbs, remove and replace sections of roadways, remove and replace existing sidewalk paving, install decorative sidewalk paving, remove and replace concrete aprons and related improvements, construct planter boxes, close up openings in building basements, construct structural slabs over below grade vaults, install new street lighting, refurbish existing street lighting, install new traffic signal pole foundations, pull boxes and electrical conduits, construct drainage grates, reconstruct drainage inlets and related improvements. A pre-bid conference will be held on February 20"' at 1:00 P.M. in the City of Jefferson Council Chambers at City Hall,320 East 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$40 will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON Terry Stephenson Purchasing Agent r Publication Dates 2 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 on March 5, 2002. The bids will be opened and read aloud in the Council Chambers at on that same day. The proposed work for the project entitled "Jefferson City Streetscape Improvements Bid Identification No. 2003," will include the furnishing of all material, labor, and equipment to demolish, remove and replace existing curbs, remove and replace sections of roadways, remove and replace existing sidewalk paving, install decorative sidewalk paving, remove and replace concrete aprons and related improvements, construct planter boxes, close up openings in building basements, construct structural slabs over below grade vaults, install new street lighting, refurbish existing street lighting, install new traffic signal pole foundations, pull boxes and electrical conduits, construct drainage grates, reconstruct drainage inlets and related improvements. A pre-bid conference will be held on February 20"'at 1:00 P.M. in the City of Jefferson Council Chambers at City Hall, 320 East 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 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. I 3 f INFORMATION FOR BIDDERS I13-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled "Bid Identification No. 2003" in accordance with the plans and specifications on file with the Departropnt of Public Works. The proposed work for this project will include the furnishing of all material, labor, and equipment to demolish, remove and replace existing curbs, remove and replace sections of roadways, remove and replace existing sidewalk paving, install decorative sidewalk paving, remove and replace concrete aprons and related improvements, construct planter boxes, close up openings in building basements, construct structural slabs over below grade vaults, install new street lighting, refurbish existing street lighting, install new traffic signal pole foundations,pull boxes and electrical conduits, construct drainage grates, reconstruct drainage inlets and related improvements. IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof,which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and ' data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Information for Bidders aid Identification No.2003 Jefferson City Streetscape Improvements Page 1 February 6,2002 IB-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City, iB-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) or the amount of the bid. Bid securities will be returned after award t: of the contract except to the Successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. 1 IB-7 PREPARATION OF BIDS ! Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them inforrnai and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. IB-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the L Contractor to utilk.::; the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over $500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid ' prices submitted for those items shall include the cost of such taxes. I13-9 APPROXIMATE QUANTITIES ` r 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 Information for Bidders Bid Identification No. 2003 Jefferson City Streeiscape Improvements page 2 February 6, 2002 price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP SUM ITEMS Payment for each Jump 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 carne shall he placed in a sealed envelope and marked Bid Identification No. 2003. IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so beforn the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS The City reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgment will be in the best interests of the City of Jefferson. -., IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. r Information for Bidders Bid Identification No. 2003 Jefferson City Streetscape Improvements Pago 3 February 6, 2002 i The issuing Surety shall be iii corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of ' or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney ferns and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance Outlining the coverage provided, IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder, unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall a not less than the prevailing wage hour) P p pay P 9 9 Y rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, In the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. Information for Bidders Bid Identification No. 2003 Jefferson City Slreelscape Improvements Page 4 February 6, 2002 I I Tile Contractor also extends the terms of this guarantee to cover repaired parts aril all replacement parts furnished under the guarantee provisions fora period of one year frorn the date of installation thereol, If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in tf w judgment of lho. 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 tho Bond. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10) days after the Contract is approved by the City Cuuncii. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to tiae public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence na which variaus operations of work are to be- performed. IB-24 CONTRACT TIME The contract tirne shall be one hundred eighty (180) calendar days from Notice to Proceed. i IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of One Thousand Five Hundred Dollars ($1,500.00) 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. IB-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. 1 Information for Bidders Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 5 February G,2002 I �i 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; b' be Purchasing Agent ' City of Jefferson, MO, ! 320 E. McCarty Street n, Jefferson City, MO 65101 F1 For the conveniencb 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 fallowing; r- 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT ? 4) CONTRACTOR'S AFFIDAVIT 5) MINOR11-Y BUSINESS UTILIZATION COMMITMENT END OF INFORMATION FOR BIDDERS IA i . Information for Bidders Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 6 February 6, 2002 1 w CHID FORM Name of Address of Bidder_I5��l�/°paa-hoest)Ve Rtc /'a Soo 1 j 2 To: CITY OF JEFFERSON 320 Feast McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the- Contract, Special Conditions, other proposed contract documents and all addenda thereto;and being acquainted with and fully understanding (a) the extent and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets,roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities,drainage courses,structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type,character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to 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 tirno prescribed and that lie 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 rninus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in (lie 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: Bid Form Identification No. 2003 Jefferson City Streetscape Improvements Page 1 February G, 2002 City of Jefferson itemized Did F=orm- Price 1 Jefferson City Streetscape Improvements - Identification Number 2003 MOM Description Unit Approximate _ UnH �- _Amount ounntity Price Demolition 1 Curb Romoval Lf= 4173 2 Trench Removal _._.__. .-LF_...._.__._........_.__-- _3_10,_..___.____._ _�n• S 3 Structural Slab Removal SF 965 1Q,4 Non-Struelural Sidewalk Removal S ' `50J4 � ' 5 Asphalt Roadwa Romoval `,Y 2444 6 _ Concrete N)ron Romov_ai_ __.__.-.-.-----...._..___. . . ._--._-_ .11Y_ _. __. __.....:128___-- 7 Post Foundation Romoval FA 11 8 Rock Removal CY 0 9 Unclassified F_XCayalion/Backfill li,C mpaction _( Y.._.- ._0.__---...-_._-_-- Now Constrixtion 10 Controlled Fill CY 255 ZZY- — 11 Planter Box Soil _____..._.. .- _CY 31 2 -- LSxs?` .__. r q,�,} 12 Place Soil CY 45 13 Bark Mulch SY 691 14 Concrete Sidewalk Pavement _ _Sf- -_54960 5334 GSA. o 15 Concrete Curb and Gutter I_F 3845 �/` � /�/ r"-.t- 16 Planter Box Curb LF .-5065 -_�J� 6 17 Concrete Apron_ - �—�� _ _ S_F_ch 2307 _-- 18 Tren Drain LF - - 232 19 Downspout Trench —_—� !__ _LF _ _ 91 - ' g.36 7- 15 7 S, 20 Structural Slabs SF-_ _ - 955 � � I-CQ5 21 Cast-in-Place Concrotu Wall - SFf= - 200^� _- y�,�►;� � aee 22 Roadway Pavement S_Y-- - 29 2 23 Imprinted Colored Concrete Pavement _ YSf= -_ 5098 j, 24 _ Irri ation Modification and Sodding, 300 Block Hi St. Sum _ 1 25 Irrigation Conduit 3" -_ _ LF _ _2008 26 Irrigation Conduit 4" _ _ LF _ 743 5. µ � 27 Ini ation Main Line 1-1/2" LF 431 - }�, Z _11 5 28 Rock Saw Trenching nd Backfill _ _ LF �- __ 346 — .a g __ i4- 29 Masonry Assemblies _SFF _3402 30 Segmental Rotaining Wall,302 High Street Lum p Sum 1 �� 31 Bontonite Waterproofing _ _ SFF 600 00 32 _Central Bank Waterproofing _ -- L_Urnp Sum _ 1 - �.GS,�� �,3$ 1 33 Base System Mombrane - - _ 4_ _SF_ _ 0 _ 3.rya 34 Baso System Flashing _ _ - LF 0 _ y _ 4. 0 - 35 _Ornamental Rail _ _ LF _ 5065y _ae'.t'T ' 36 Curb and Rail,_100 High Street lump Sum+` 1 ---- -- 37 Relocated and Rerouted Circuits - l F _ 320 r 2, 38 Splice Box _ ^_EA_ 6- _ 77 2 q-, L Z 39 _Park Street Light Circuits y_ _LF 110 2 5 , 40 Central Bank Electrical Work _ Lump SLUT-- 1 74/ Tel �q 41 Exchango Bank Electrical Work _ Lump Suni 1 7n7 7 , 42 Stokos Electrical Work_ _- SF _ 130- ' 43 Street Li hg t Polo Relocation ^_-_T_T___ ^ n _ '! -7 - _ D Z ii ?-8.19 I e) 44 Street Ligftt Re-lamp and fie globir39- _ EA_ 6_8_ _ f 53 •0 45 _Street Light Polo Paintin ----- -_ EA 68 _ _ /�,��' 41 n, 6 _ 46 Now Foundation Installation _ _EA 10 y`-� /.S,},o Bid Form Identification No. 2003 Jefferson City Streetscapo Improvements Page 2 February 6, 2002 City of Jefferson Itemized Bid Fonn - Pnge 2 Jefferson City Strectscape Improvements - Idetillficatlon Number 2003 FROM Unit Amount Ounnilty Price_ _ __ ____47 Now Street I-Ight 48 Signal PoloF�u—ndatlon wl Pole —------ _49 Signal Polo Conduits tY 50 Signal Polo Wire LF 2418 Signal Polo Pull Box A 14 -1-1� e-,= /--V, 5�, Slqnal Polo Painting –1Y 5H Adams Street Inlets EA .2 54 Madison Street Inlets EA 2 55 Manhole,AdJustmont, Madison Street EA 4 56 Sto 328 RqLi_§jnqL 3a,.4-s ,311. ..D. 57 Construction Slaking LAII 11).Sum I 7 58 Type Sl( A in Post EA I I 59 Typo B Sign Post ----—_r . __ ._ .._ Cn __ _ 47 73/,�a7 a Cl 60 Street Lie ht Vertical Adiustmont EA 61 61 Ddnkln(i Fou,11aln Surd__-_ 1 -Z S ...... Eli 62 Traffic Control Zg 44, 47 TOTAL BASE BID J., r A/temate One 63 Unit Paver. j4g 64 Imprinted Colored Concrete Pavement S F 331 Alternate Two —=G-t,7"ncod Central Bank Watoq)roofin 14 .15-7 G 1 1 65 a �4 Bid Form fdontillcation No. 2003 Jefforson City Streetscapo Improvements Page 3 February 6, 2002 1 SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. 1 L Lee cart f4 Gcj,� - S n u ►1 c S Goer-5-+- cp. - ' TIME OF COMPLETION The undersigned hereby agrees to complete the projott v1hin one hundred eighty (180) calendar days from Notice to Proceed, 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 stale taxes rind that said taxes shall be paid by the Contractor, The undersigned, as Bidder, hereby declares that the only persons or firms interested in the hid ns principal or principals is or are nanaed herein rand 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 tho accompanying bid deposit shai, become the property of the Owner, should lie fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the tine provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such' mailing, telegraphing,or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: LOL-u ts",,. I55c�vrr_0 r 11 4 0'1_ /°o/�u•�117 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 Did Bond for the sum of Dollars (cashier's check), make payable to the City of Jefferson. r Bid Form/Bond Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 4 February 6, 2002 t Signature of Bidder: If an individuai,� _ .._ ___._____ __, doing business as____ Ifa parinership,�._ ._._._. .. __ ____�_ _.____. member of firm. If corporation,._1J ��- Title V___.0 1 SEAL Business Address of Bidde ' k�c v 19 z0-4 1°o SU w1-�.n b tk rho If Bidder is a corporation, supply the following information: State in which incorporated 0,& L"c' r Name and Address of its: President Secretary__CAT . 5tOb n ' _ls 1_t�• .,C,�}FU&Z5 V:C -C jr O. C n o WA -� Date 3- 5 - 0-2— v __ i e Bid Form/Bond Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 5 February G, 2002. IfD ND KNOW ALL MEN BY THESE PRESENTS, that we, the unders igned,_ nPnC-rt_; ;olt I , 1 N(;.Cent:n ra.l Ma sso_u.,_r,a�i.s ivi.t;{on Principal, and_ t.i.ber-t.y Mutual rnstit- nc e company_ as Surely, are hereby held and tlrrnly bound unto the CrTY OF JEFFERSON, MISSOURI , as owner, in the penal sum Of. Five Percent (57.) of nmoua,L li t d _for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, ® administrators, succossars and assigns, this `i day Of, Mal ch 200? The condition of the above obll aeon is such that whereas Ole principal has submitted to 9 P the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract In writing, for the project entitled, "81d Identification No. 2003" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) if sold Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed In accordance with said 131d)and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furrilshing materials In connection therewith, shall in all other respects perform the agreement,created by the acceptance of said Bid, then this obligatlon shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed (tie penal Amount of this obligation as herein stated, The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and Its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Sid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, day and year first set forth above. entral Mis,our�i. Diva.si.on AP AC-Mi, urJ,, 1 , P ncipal _ SEAL .-�- _WLi�} Gy Mutu�il. Tn. ance, Company //-Jadfth, A. prige, A orncy-3.n-1?act: ' Bid Form/Bond Bid ldontlficatlon No. 2003 Jofforson City Streetscape Improvements Page 6 February 6, 2002 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 239072 ~ _ This Power of Attorney limits the act 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, MASSAC14USETTS FLOWER OF ATTORNEY KNOW ALL PERSONS BY THESE_ PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusutts mutual insurance company, pursuant to and by authority of the. fay-law and Authorization hereinafter set forth, does hereby name, constitute and appoint LINDA S. REYNOLDS, MARK E. GARDNER, LARRY J. CRAMER, JUDITH A. PAGE, ALL OF THE CITY OF MERRIAM, STATE OF KANSAS............................................................................................ ..............................................•..•...............................,.......,,........................................................,.....,..................................... .........................................................................................,.,...............,.....,.............,...,...........,....,....,.,..........................•......... ...................................................................................................................•..,.............,.......................................................... .............................................................................. ............................................,..................,..............I...............I....... ...... 0ae11 iridrvldually If there be 111010 (hrul one 11011wd, Its ifilo :Intl lawful attorney-In-Loa to nlakv, execute, rIoal, send deliver, lot and oil its behalf as surely and as Its act and decd, any and all underlakiolp;, Irc,ndt;, rocolllnr..nre's. and otlu•I surely oblp:ptums in the penal sum not exceeding _.._1WU1 TYzEI.YL-..MILL1.0N-AND...Q4LLOO "."'_"_ .___.____..-_._..._._ _- -_._. DOLI-ARS(l> 25,000,000.00+#k1•1, )wv;h,oil behalf of - APAC-MISSOUNI,INC.;APAC•MISSOUT11.INC.,MA 171 FM JACK 10N SIIIiINGI It l.U 01WOON AI'AC•MIl.!*,00fll INC,IIIr,HAH050N 11A5., nlVI';ION AI+AC•MISSOUIiI,IfIC.,MASit.nS-JAMS- INULPCfIDCNCC DIVISION;APAC-MISSOUIII,INC (AMI iAL CUMPANII s UIVII;ION APAC MIY,01111I,IIIC.CI UMAI.MIST-,00111 DIVISION. . . Said undoriakinrls,bonds, rocognizances and other surety obllgatlow; le he sr!Inud for III(! C:cuoporry and 11,1' sr ,il nl till' Ccnnll;Iny ;iffixull 11101`e10 by any one of the said a LINDA S. REYNOLDS, MARK E. GARDNE=R, LARRY J. CRAMER, JUDITH A. PAGE= ................................................... ..........................................................................................................................,.................................................................... ... CC ................................................................................................................................................. .................. .Individually. ox And the execution of such undertakings, bond,i, rccognirancw; and ollim suroty oblio afionS, in pursuance of these presents, shall be as binding upon the Company as if they had boon duly signed by the president and attested by the secretary of the Company in Iheit own proper persons. rJ y That this power is made and executed pursuant to arid by authority of the,following Hy-law and Authoriratlnn: U a>i �? ARTICLE XVI-Execution of Contracts:Section 5.Surety ponds and Undertakings. e 16. > Any officer or other official of the company autho0zed for that purpose In writing by the• chairman or Iho president, and subject to such j limitations as the chairman or the president may prescribe, shall appoint such atlomoys-in-fact, as may be necessary to act in behalf of the 0 company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety Q obligations. Such nttorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the O company by their signature and execution of any such instrument:. and to attach theroto Iho seal of tho compar'ry When so eXCCUted such Instruments shall bo as binding as it signed by the president and attested by the secretary. By the following instrument the chairman or Iho pre:;idenl has authorized file officer of othor official namod therein to appoint attorneys-in-fact: C ra) Pursuant to Article XVI, Section 5 of the ray-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorney;;-in-fact CL as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and delivor a5 surety any and all undertakings, (A bonds,recognizances and other surely obligations. ;_ ai »- � That the Lay-law and the Authorization above set forth ate Due Copies thereof and are now in full force and effect. C lim IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of Ulu said Llberly Mutual Insurance V'-' Company has been affixed therelp in Plymouth Meeting, Ponnsytvania Ihi,.,._.,,._]ft(il.. .. ,. . (lily of December. -._ .......___ - E y '(ti+),) LIBERTY MUTUAL INSURANCE COMPANY co 0 By r�• M C Garnet W,Elliott,Assistan G l ocretury E o `� COMMONWEALTH OF PENNSYLVANIA c Z v COUNTY OF MONTGOMERY V On this..___1_Q!i?__ Qrcc:mber._ .. A.1). !'QQQ hetom me, a Nofs.,ry P;Iblic, personally came. the individual, known to C me to be the therein r Seib 7S in81 'r 'II and officer of Liberty Mutual Insurance Gotnp,irly wno executod the proceding instrument, and he acknowled- ged that he exec ute t 1e seal affixed to tho said preceding inntrurnerlt Is the corporate seal of said company; and that said corporate seat and his signal r. O e 1t1��•t3 as duly affixod and subscribed to the said instnunent by authority and direction of the said company, IN TESTIMO I HEREOF, I h6 0i set my hand and affix my official seal at Plymouth Meeting, 1'A,the day and year first above written. * OF �w� I•I,.,,.;n IrI +:um. „I,.,,•cr „I,I � �Il/} � [ `r 2 NSYI.VPt �G l'.ro I„•.•.:,I r•;,.•.•..rI•I, ? it• Notary I'.sbhc C f / ,` cErtTlrrlcnrc: I, the undersigne , T. liar '. rotary of Liberty Mutual Insurance Cornpany, do hereby certify that the original power of attorney of which the foregoing Is a full, true an copy, Is In full force and effect on the dair,of this certificate; and I(fo furlhor certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairnrm nr the prosident to appoint any allot noyin-fact as provided in Article XVI,Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the hoard of directors of Librrty Mutual Insurance Company at a meeting duly tailed and hold on it 12th day of l arch, 10130, VOTED that the facsimile or mechanically reproduced signature of any assistanI secretary of the company whorover appearing upon a certifled copy of any power of attorney issued by file company, shall bo valid and binding upon the company with the sang tgrce and effect its though manually affixed. IN TE"� Y HE F, I havo hercU to s b`rribod my narno and affixod it to corporate soil of If said company,this_� -.�— day of •` i %�, lowl secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN kcrPTION DATE:Armin_ ._.._...DCOt3r31b.Cf_.113_.__ ,2x.02.—._ ._. �,,,,'•a.:..�,.�'.• i�►��ti-`��' :�.�'-�y�,Y*ti'' T -*gi'�T�•a:a�;r..;'+v �j��. �.u.� :.,�'a...n•+r�':.H-:;'�,-Q}rlr�► �-•�}','•:d1�i�+,'�Lrt,��In�4:��+�,:1'c.R1•y�;�15 i�-�l r1t' �,� ,•�`µ�-�....•'.�"�"'�"� 7� •`7� �'.7' k'a.!�1: J'r 1A?��1 .7��4 a�+4'�1� x S'1•`! a .! 1'.'7+i�,;4�i ' �upi t�5:: . � I�y 11 '�,T -X41•-1r+t 11 V •7►'+rTgj r.f —All.1':.L.�:'1r A L[ JXAMl_L jy.1 _„� _1.1..7i y, 1•�• � �, ,�It t�;r:l�f �1 •���::� 0 F Al I SS r _w CORFOF.AT ION 0 f llfSi0,11 CERT1FTC.- = OF AUTHOR IT•( AFAC-r`",ISSOUR INC :Z4 • T' '=' US I MG I N _+ AF,�C-w j SSOUR I , j,�IC. • �, �„r •�,`�+. a' Shy NA S COMPLIED 'i ITH TtiE G;?1E.3.1_ AND EUS!.RESC CGF.rGn?T.,rN (_A} �4 Y'r'IC.? EuVERNZ FORc:v;• P FILING IN THE OFF ICE OF THE SE0ZZTARY OF S"i A T__ Cr �,T SSGvR l AU T HEN i i CA i=D E”'/1 DENE.: ti" f �= OF ITS I NCCRF�JR:.TI CN AND GCCO ST AND I HG UNLc7 TriE LADS Or i�E ST ATE CF DE_AWC. x ayf, Tri ;E�ORc, I , E. C �cD0WE--L C n 0 K s�c.��au r r� aq:,• STATE OF T',-.E S--ATE O i`11 SSCUR! , DO HERE3Y CCR T LF'( THAT SA ID CORPORA T ION I S F RCN T,j I c OA 7 E DULY AU i,-i0F !7EU 70 i KANS.;CT ��•°� BUSINESS IN TriIS STATE, AND IS ENTITLED TU .ALL. RIGHTS ANL F'C I'/I LEGF_.3 GrtAN T E TO F•.'.R`(,—N CQRFORA7!GNS UNDER T°riE GENEYr,L i�;;•^� AND B 'SINE,C CLRFr,R 'T!CN LAV OF ;r_. .. Iil TESTIMONY 'A EOF, I riAYE ZZ7 M'! j'�G�� C'1 T-• '�:�' .•. Y HAND AND IM.FE !ti•i E7 THE GREAT SEAL OF `,, �`,"•:r: ': Tr!E STATE OF �1I SSGUFi I , ON T_r;I S, THE r+ M y f.. ... �.,..,� ZS i r; IUY OF JANUARY, 1Q`'E N ���•j „�',-�;,,.� - �� 1— ____-.� 3L• qtr-x�' � .• ,�' ANTI-COLLUSION STATEMENT STATE OF ---------__------- COUNTY OF ..]� .......... .... ... _ 06�6_ .50 i'i#J —:7A:5 oE-- being first duly sworn, deposes and ""..1ys Illat he is of TITLE OF PERSON SIGNING NAME OF BIDDER that all statements made and facts set out in (110 bid for thc, above, project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into ally (loreelliont, particil)(ated in any C011USiOl7, 01' otherwise taken any action in restraint of free cot iipelitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project, Sworn to before me this day of M SC 200 Z_ &Ai�YYPUBLIC WARREN L. IIAWS Notary Pub!ic-State Of tk3sourl Cor•,11issionad in GOOM County f,jy(, , 2002 My commission expires:-----_,--_ �Wch 25 Bid Form/Bond Bid Identification No. 2003 Jefferson City Strectscape Improvements Page 7 February 6, 2002 CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATEF OF ) ss COUNTY OF The undersigned, of lawful age, being first duly sworn states upon oath that he is -r of PAC A the contractor submitting the attached bid, that fie 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. AFFIKt4T Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this _5"�' day of A RC(;- —. 20o?— NOTARY WARREN U HARMS My Commission Expires:_ Notary Public-State of Missouri COM11,114310nad in Goono County fAY Commission Expires 1.1arch 25, 2002 Bid Form/Bond Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 8 February 6, 2002 of 2 ADDeNDUM NO. 1 BID ID NO. 2003 JEFFERSON CfTY STRE-ETSCAPE IMPROVEMENTS WEDNESDAY, FEBRUARY 27, 2002 1. The bidder will ncknowledge recoipt of this,Addendum and hir, acceptances of Its conditions by signing Ihis Addondum rind including it with his bid. BIDDER: I?) !SSo c. r 1 � L_v I's Cb CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN DIRECTOR OF COMMUNITY DEVELOPMEN'r f'.1cnpGx>erin�lWPDC�GSwIASTrwR.rrm March 4,7002 MINOITTY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small,women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other Information if any, about their MBE sub- contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub-contractors whon possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contracts,rs for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they arc 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. G. 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 Dopartmenl of Public Works. 1 i 1 1 Minority Business Enterprise Statement Bid Identification No. 2003 Jefferson City Strootscapo Improvements Pago 1 February G, 2002 1 r MINORITY BUSINESS UTILIZATION COMMITMENT A. The bidder agrees to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE:). For purposes of this commitment, 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 S1 percent of the stock of which is owned by one or more minorities or women; (.nd 2. Whose rnanagernent and daily business operations are controlled by ono: or rnore 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. Arrierican 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 supplier~. 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 Par_ ticination ,Rt _0601,010�-c�, �.�.�.e���►-, .88, '13 5.'YD Minority Business Enterprise Statement Bid Identification No. 2003 Jefferson City Streetscape Improvements Pago 2 FobruM G, 2002 Total Bid Amount:4vaa, b a?�__�. Total: Percentage of Minority Enterprise Participation: 4, 1 C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority usiness Enterprise firms will be furnished b the City of Y f Y Y Jefferson. The bidder will provide written notice to the liaison Officer of the City of Jefferson indicating the Minority Business Enterprises) 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. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. D. The undersigned hereby certified that tie or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. J ofd rJ A . 10A-5 r_r y ;SI ME OF AU H OFFICER-\%— % I.&A A DATEOS�OZ N ATUR -OF AU -HORIZED bf FICER Minority Business Enterprise Statement Bid Identification No.2003 Jefferson City Streetscapo Improvements Page 3 February 6,2002 r AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of ,, _ State of personally came and appeared NAME POSITION of 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 requirerents and with Annual Wage Order No. 8, Cole County In carrying out the contract and work in connection with Bid Identification No. 2003, located at Jefferson City in County, Missouri, and completed on the 1 day of -' 20 SIGNATURE Subscribed and sworn to me this _ day of _ 20____ f NOTARY PUBLIC -r ► My commission expires: STATE OF MISSOURI ) ss COUNTY OF ) i 1 Affidavit-Compliance with Prevailing Wage Law Bid Identification No. 2003 Jefferson City Strootscape Improvements Pago t February 6, 2002 m issoun Division of Labor Standards WAGE AND HOU]i SECTION i •','' J� 4 z t., 0 51 1 AL L7 C'a, C 4. BOB HOLDEN, Govcnior Annual Wage Order No ,. 8 Section 026 COI. COUNTY ' i In accordance with Section 290.262 RSMo 1994-, 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. RECEIVED & FILED MAR 0 .9 2001 lecti&A. Baker, Director MCI Division of Libor Standards Piled With Secretary of State: SECRETARY OF STATE Last Date Objections May 13c Plied: APR 0 9 2001 Prepared by Missouri Department of labor and Industrial Relations Building Construction Rates for RF-PLAGEM1 N1 PAG[. Soction 026 COLE County -�-- _xi eC IVC t3asle OCCUPATIONAL TITLE Date of Hourly Time Holiday Tot;ii Fringe: Bonefit; Increase _ Rates Rate,.; Ralcs Asbestos Worker 10/01 $27.91 55 60 $9.24 Boilermaker _ ^9/01 $24,66 57 7 $11.645 Bricklayers-Stone Mason 9/01 $22.10 _59 7 _ « $5.80 Carpenter �- -$18.13 60 W �15 $6,26 Cnment Mason _ _ _$18.61 _ 9 3 $5,_65 Electrician (Inside Wireman) �- -V _ $2'1.43 -28 7 $7.66 t 13%, W- Communication Technician USE ELECTRICIAf! INSIDE WIREMAN) RATE Elevator Constructor _ 7/01 a $28.655 26 54 _ $8.115 Operating Engineer Group 1 -�� - 5/01 $21.67 _ 86 _66 _ $11.64 ` Group 11 5/01 $21,67 86 66 $11.64 Group 111 5/01 _ $2_0.42 86 66 -_ -- ---_$11.64 Group III-A _ 5/01 $21.67 86 �6 6- _ $11.64 - Group IV 5/01 $22,37 86 66 - _ $11.G4 Group V ^� 5/01 $23.67 fib �66 $11.64 Pipe Fitter 7101 -- _t, $27.75 _ 91 -_ G9 - --^ _ _ $11.63 Glazier - �- $13._00 _I-ED- _ - $1.1..19 - - Laborer(Building): _ General _ $15,35 110 -T $5,85 First Semi-Skilled _ $16.20 110 7 $5.85 Second Semi-Skilled $16.20 110 7 $5,85 Lather USE CARPENTER RATE Linoleum Layer& Cutter USE CARPENTER RATE Marble Mason 9/01 $22.10 59 7 $5.80 Mtllwrjgl ___ $19.13' 60�- '15 �� $6.26 Iron Worker 8/01 $20,56 _ 11 8 $11.29 Painter 4/01 $16.94 18 7 $4.83 Plasterer _ T $1./.68 94 5 _$5,39 Plumber _ _ $20,75 FED _ $2.26 Pile Driver _ - $19.13 60 15 $G.26 _ Roofer 9/01 $22.50 12 4 _ $6,49 _ Sheet Metal Worker 7/01 $21.61 40 23 $7.36 ' S drikler Fitter 1102 $26.69 33 19 $8.55 Terrazzo Worker 9/01 i $22.10 59 7 $5.80 l Tile Setter 9/01 $22,10 59� 7 $5,80 ' Truck Driver-Teamster Group 1 _ 4/01 $18.05 101 5 $4,25 Group II 4/01 $18.75 101 5 $4,25 - Group III 4/01 $18,45 1 101 a $4,25 Group IV 4101 _ $18.75 101 5 $4,25 Traffic Control Service Driver �~ - $14,15- 48 49 $2.44 Well Driller _ USE BLDG CONST. ENGINEER GROUP II RATE Welders-Acetylene& Electric Fringe Benefit Percentage is of the Basic Hourly Rate ' Attention Workers; If you are not being paid the appropriate wage rate, and fringe benefits contact the Division of Labor Standards at 1.800-475-2130. ' -Annual Incremental Increase 'SEE FOOTNOTE PAGE ANNUAL WAGC ORDER NO,8 1102 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes ......... IE 10 Effective .r- OCCUPATIONALTITLE Date of Hourly Time Holiday Total Fringe Bonefits Increase Rates Ra t o's Bales Welders receive rate prescribed for the occupational title perfori-ning operation to which welding is incidental, Use Building Construction Rates on Buildings) rind All Inifnediate, Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles riot listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheol. a -Vacation: Employees over 5 years - 8(%; Employees under 5 yeirirs - GIYO *b- All work over$3.5 Million Total Mechanical Contract - $27.75, Fringes - $11.83 All work Linder$3.5 Million Total Mechanical Contract - $26.41, Fringes - $10.08 Annual Incraniental Incroaso ANNUAL WAGE ORDER NO, 8 7/01 COLD,COUN'T'Y OV(:itTINIC, ItA'TFS- iIUiLDING CONSTRUCi'ION FED: Minimum requirement per Fair Labor Standards Act n)cans tine and oniialf(I ',.,2') shall be paid For all work in excess of forty (40) hours per work week. i NO. 9: Means the regular workday starting, rime of 8:00 a,n). (rind restilting; quitting. ti.nle of 4:30 p.m.) illay be moved Ior-ward to 6:00 a.m, or delayed one hour to 9:00 a.m. All work perl'orn)ed in excess of'tile regular work clay and oil Saturday shall be con)pensated at one and onhalf(1 '/2) times the regular pay. Ill tile event tune is lost during; the work %wk due to weather conditions, the l n)ployer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double tile. regular rate of wages. The work week shall be Monday through l-inlay, except for midv.reek holidays. NO. 11: i/leans eight (h) hours ~hall constitute a day's work, with the starting tin)c to be established between 7;00 a.m. and 8:00 aml. fturn Monday to Friday, Time and onilalf (1 %2) shall be paid for first two (2) hours (f overtime Monday through Friday and the first right (R) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) tlnle rate. Double (2) tinle shall he paid 1,01- 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 tile, following Friday, inclusive of each week. Ail work perforined by employees anywhere in excess of forty (40) hours in onc(1) work week, shall be paid for at the rate of one and one-half (1'/2) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overtime work :uld Saturday work shall be paid at one and onehalf(1%2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day sha I be eight (8) hours. Vorkingllours are froni 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 . .in. and 12:00 Noon on Monday and ending; between 1:00 p.m. and 6:00 p.m. on Friday. Saturday wil be paid at time and onehalf(I'/2). Sunday and Holidays shall be paid at double (2) time. Saturday can be a maktup 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 onehalf(1'/2). NO. 26: Means that the regular.working day shall consist. of eight (8) hours .worked between 6:00 a.m., and 5:00 p.m., five; (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (tile above working, hours may be changed by mutual Agreement). Work performed on Construction NVork on Saturdays, Sundays and before and after the regular woriing day on Monday to Friday, inclusive, shall be classified as overlirrle, and paid for at double (2) the rate of single time. The rate of pay for all work performed oil holidays shall be at two tirnes (2) the single time rate of pay. ANNUAL, \VAGi,ORDER NO.8 A W802G Sup OT Jce I'al;c I of G I'agcs ( 011. CHIN] Y M-LII I I N I F It,% I VS III II I,UIN(o' CONS4ItII(A 10 IS NO. 28: INicans ctl!ht (8) hours Ix-m•ccu 7 t►t) &III. and fi:30 p.m. shall constitutc a cl;ty's wo!l; five (S) thv." a wcck, MortdaN throul.h Friday ins-lrtstve, shall ccrrtstrtutc it wort; , wccl: The FIIII)lovcr ha" thy' ol)t(on for a of` filar (,I) tell ( 10) ?;I IIotu' clays 0- 10,S) luovidcd 1 The project nntst he Vor n rntnintutn of four (4) consccrltive days, -Starting, tithe ►nay be within one ( I ) hour either sick, of`8:00 a.nt. -\Volk week must bc1mi on (,[tiler it MmIdily or I'uesday: 11'a holid;l (;ills w"llin that ' week it shall be a collsecuh'c work day. (Alternate. 11'a holiday fillls in the middle of*a week, that the regidar cigdht (8) hour Schedule tray be irnplcmcnted). -Ally tittle worked ill cxc•css of any left ( 10) hour work tiny (ill it 410 hour worl; weel:) shall be ill rile al)prol)rratc ov(,tttntc ntt All work orltsidc of the regular working, hours :IS Itrnvided, Monday Ihroug!h Saturday, shrill be paid at one cL one'hrtlf( 1 '/) tittles the employee's rel,tdar rate of lm All work, lm-formed IConl 12:00 a.m. Sunday through 8:00 a.m. N,Iond;IV and rccol.',ntred knlidays shall he paid ill double (2) the straight time hourly rate of i);Iy. . t NO. 33: Means the standard wort; clay shall be cl);hl (8) consecutive hours of'work between the. hours of 6:00 amt, and 0:00 p.nl•, excludinl' the lunch period, or shall conform to thelPctice on the job site. Four (4) clays at tell ( 10) hours n day stay be worked at straight tine, Monday through lrriday rind nccd not be conscculivr. Ail overtime, Vycepl for Srtncfays anti holidays shall be at the rate of tittle and onelmlf( 1 ::'). (►vcrtintc wOI'k-d on Sundays and holidays shall be at double (2) time. NO. 35: Meares the normal work week shall consist of- five. (5) eight. (8) hour days for a total forty (40) hours, starting art Monday at 8:00 a.m. and ending; on Friday at 4:30 p.m. The startinl.. time can be flexible between 6:00 a.m. and 8:00 a.m., and ending at 2:30 p.m. respectively. All work before designated starting time and alter quitting,; time shall be paid at the rate of time and one-lialf (1'/�). All work in the excess of eight (8) hours per dayor forty (40) hours per week Monday through Friday, shall be paid for at the rate ol'time and on4mlf(I Y2). All hours worked on Saturdays, Sundays, or Ifolidays shall be paid at the double (2) time rate. NO. '40: Means the regular working wcel; shall coni,.,;t of five (5) consecutive (8) hour days' labor on the job beginning with ,'Monday and endinlr, with Friday of each wcck. hour (4) Hiour days may constitute the regular work wcck. The regular working day shall consist of eight (8) hours labor on the job tuginning as early as 7:00 a.m. and ceding a:; late as 5:30 p.m. All full or part time labor performed during; such hours shall be recognized as regular working hours and i paid for at the regular hourly rate. All how's worked art Srriurday and all hours workedn 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 rcgidar hourly rate. All hours worked on Sundays and excess holidays and all hours worked in of twelve (12) hors during the regular working clay shall ►� be paid at two (2) times the regular hourly rate. !n the event of rain, snow, cold or excessively ' windy weather on a regular working; (lay, Saturday may be designated as a "makatp" day. 3 Saturday may also be desigmted as a "makcj-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for "makurp" days shall be at regular rates. ANNUAI. WAGH Olt DER NO.K ) AW8026 Sup OT.doc Page 2"CG I'agcs COLE, C'OUN'TY OVEXTIN1E, RATLS•-BUILDING CONSTRUCTION NO. 48: Means the ret;ttlarly scheduled work week shall be five (5) consc�culrve clays, Mo►tday through Friday or 'I'ucsclay tlu-ough Saturday. fright (8) hours shall constitute a day's work. Starting tune shall not be earlier Than 7:00 a.m. nor later than 10:00 a.m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and ondtalf(I %) will be paid 1br all work in excess of forty (40) hours in any one work week. On the Monday through Friday schedule, all work performed on Saturday will he lithe and ondlalf(1'/7) unless time has been lost during the week, in which case Saturday will he a male up day to the extent of file lost tithe. On the Tuesday through Saturday schedule, all work performed on Monday 'will he time and onbalf (1'/z) unless time has been lost during the week, in which ca c Monday will be a rnakup day to the extent of the losttime. Any work performed on Swiday will he d0LIhIC (2) time. If employees work on any of' the recof,,nired holidays, they shall he Maid time and onhalf(1'/.) their regular rate of pay for all hour; worked. NO. 55: Means the regular work clay shall he eight(8) hours bCt\VCCn 6:00 a.m, and 4:30 p.m. 'rile first two (2) hours of wort: performed in excess of the eight (K) hour work day, Monday through Friday, and the first ten (10) hours of'work on Saturday, shall 1W p;rid at one 0116,111' (1 12.) times the straight time rate. All work perforated on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall he Maid at double (2) the straight time rate. ' NO. 57: Means eight (8) hours per day shall constitute a day•; work and foq, (40) hours per week, Monday through Friday, shall constitute a week:; work. ']'he rcgular'starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Emplover may change the regulnworkweek to 161,11• (4) ten-liour days at the regular time rate of pay. It being understood that all other pertinent information must be 1 adjusted accordingly. All time worked before and after the established workday of eight (8) hours, Monday through Friday, all time worked On Saturday, shall be paid at the rate of tinge and one-half(1 ''/2) except in cases where work is part of in employee'; regular Friday shift. All time worked on Sunday and recognized holidays shall be paid it the double (2) time rate ofV. NO. 59: Means that except as herein provided, eight (8) hours a day (which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standar(Light (8) hour work day and oil Saturday shall be classified as overtime and paid the rate of time and onbaif(1 %z). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The e Employer has the optnn 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) terllOUr work week is in effect, the standard work day shrill be consecutive tell (10) hour periods between the lioumf 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event file job is down for any reason beyond the Employer's control, then Friday and/or Saturday Wray, at the option of the l rnlalyer, be worked as a makeup day; straight tinge 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) }tours per week shall constitute a week's work, Monday through Friday, inclusive. In he event the job is down f'or any reason beyond the '� • Em to er's control, then Saturday may, at the option of the Enl lo er, be worked as a make p day; straight tune not to exceed eight (8) hours or forty (40) hours per week. ANNUAL,WAGE ORDER NO.8 AW8026 Stip OT.doc Page 3 o(6 Pages COLT; Rt VFLS,. BUILDING CONS'I'RW,"TIUN NO. 60: Means the Employer shal have the option of working, live hhour days or four I0-hoirr days Monday through Friday, If' an Enlployci elects to work five 491our days during any work week, hours worked more than eight (8) per clay or lorty (40) per week shall be paid at time and one-half' (I%) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKh UI' DAY: If an 1,111ployer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain or mud), Saturday oany part thereof may be worked as a makeup 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. 11' in Employer elects to work four lUhour days, between the Inurs of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per clay or forty (40) flours per week shall he paid at time and one }nil; !l %,) the hourly wage rata plus fringe benefits Monday through Friday If an Employer is working 14hour days and loses a day due to inclement weather, the L'inployer may work ten (10) hours on Friday at straight time. Friday must be scheduled {or no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through 1'riday will be paid at time and orrehalf(I 'ii) 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 orrehalf (1%) the regular Millwright luurly 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 4:00 a.m. All work accomplished on Sundays and recognized holidays, o 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 I)Itrs an alllollrlt equal to the fringe benefits. NO. HG: Means the regular work week shall consist of true (5) days, Monday through Friday, 1 beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work performed on Monday through Saturday shall be paid at time and onehalf (I '/2.) of the hourly rate plus an amount equal to one-half ('/7) of the hourly 'Total Indicated Fringe Iienefrts. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rat plus an amount equal to the hourly Total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute a day. work commencing at 8:00 a.m. and ending at 4:30 p.m., allowing onahalf'(1/2) hour fair lunch. The option exists for the Employeto use a flexible starting time between the hour's of 6:00 a.m, and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) work days, Monday through Friday. The work week may consist of four (4) ten (10) hour days from Monday throu� Thursday, witli Friday as a mak(mp day. If the mako-up day is a holiday, the employee shall be paid at the double (2) time rate. The employees shall be paid double (2) lime ror work performed before the regular starting time or alter the regular quitting time or over eight (8) hours per work week (tulless working a 141our work day, then double (2) time is paid for work performed over ten.(10) hours a day) or over forly (40) hours per work week. Work performed on Saturdays, Sundays and recognized holidays shall be paid at the double (2) time rate of pay. ANNUAL WAGE ORDER NO.K A W$(r26 5tip OT.doc Page 4 or 6!'ages COLE: COUN'T'Y OvFRTIML RATES—BUILDING CONSTRUCTION NO. 94: Means eight (8) hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.nl. The regular workday starting time of 8:00 a.rn. (arid resulting quitting time of 4:30 p.nl.) Inay be moved forward to 6:00 a.ni. or delayed one (1) hour to 9:00 a.nl. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (1'/2) times the regular pay. In the event time is lost during the work week dwo weather conditions, the 1?nlployer 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 cirlit (8) hours a day shall constit,te 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 clay and on Saturday shall be classified as ovciiirlre and paid the rate of time and ono-half (I '/)) (except as herein provided). Ali hine worked on Sunday and recognized holidays shall be paid at the rate of double (2) time. The regular starling time (and resulting quitting tune) may be moved.forward two (2) hots to 6:00 a.nn. or tip slatr•ting time (and resulting quitting tines) may be delayed one (I) hour to 9:00 a.m. The Fnlploycr has the option of%vorking either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour work week. When a four (4) ten-hour day work week is in enect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through 'Thursday, inclusive. In (he:. event thco) is down for any reason beyond the Employer's control, then Friday and/or Saturday rnay, at the option of the Employer, be worked as a makcrup day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. All work over ten (10) heirs in one day or lorty (40) hours in a 410's work week shall be paid at the overtime rate of time and ondialf(1 %z). When using a five (5) clay eight (8) hour work week, and the job is down for any reason beyond the lnlploycr's control, then Saturday marl the option of ' the Employer, be worked as a makeup day; straight time not to exceed eight (8) hours per day or forty (40) hours per week. Makaup days shall not be utilir..ed l'or days lost due to holidays. 1 ANNUAL, WAGE?ORDER NO. S AW8026 Stip OT.da: Page 5 of 6 Pages � i C01,1?C'01INTY OVERT'1�i1E, HATES•- 111111,I)ING CONSTRUCTION 1'ION Rl:l'1-..AC E,MEN'I' PAGE NO. 110: Mcans eight (8) hours betWCcn the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The starting tinic may be advanced one (I ) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a Iona( period of one (1) harts and in that event, the workday shall commence at 8:00 a.m, and end at 5:00 p.m. '('he workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday (or 5:00 p.rn. on Friday if the Employer grants a lunch period of one (1) hour) or asld.iusted 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 (I) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, c.rcept as hcreinprovided, shall be compensated at one and urtdralf(1'/�) r3 r times the regular hourly rate of pa,y Cor 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 ;.ray pan � thereof may be worked as a makeup day at the straight time rate. The Emporyer shall have the option of working five eight (8) hour days or four ten (10) hour clays Monday through Friday. If' t, an Employer elects to work five (5) eight (8) hour days during any work week, hours worked , more than eight (8) per clay or forty (40) hours pr week shall be paid at time and onehalf(1%) the hourly rate Monday through Friday. If' un Employer elects to work flour (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 tines and one,-half(1 '/2) the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and 10SCS a clay clue to inclement weather, they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight (8) hourHnd no more than tell (10) hours at the straight time rate, but all honors worked over the forty (40) hours Monday through Friday will be paid at time and ondialf(1'/2) overtime rate. ANNUAL WAG1 bRDER NO.8 AW8026 5tip OT.doc Page 6 of Pages COLE COUNTY 11O.LIDAY RATE' SCIIE'DULE - HEAVY CONS'T'RUCTION NO. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, 'thanksgiving Day, Chrishnnas Day, or days observed as such, shall be paid at the double time rate ? of pay. When a holiday lulls on a Sunday, Monday shall be observed. N� NO. S: The following days are recognized as holidays: New Yearl• Day, Memorial Day, fourth ot'July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall i. be observed on the ('allowing Monday. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. No work shall be per lorrnned on Labor Day except in case of_eopardy to work under construction. This rule is applied to protect Labor Day. Whcn 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 fir this eight (8) hours is to be paid the worknnan 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 ol•pay for such work. The above shall apply to the four IM, 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 Yeart Day, Memorial Day, Fourth f4 of'July, Labor Day, Thanksgiving Day and Christmas Day. Ifa holiday falls on Sunday, it shall be observed on the following Monday. It'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 constnnction. This nrle is applied to protect Labor Day. When a holiday falls during the nonnal work week, Monday through Friday, it shall be counted as eight (8) hours toward 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. . t i f b AWS026h holAm ANNUAI. WAGE ORDER NO. 8 Page t of �r e COLE' COUNTY 1101,IDAY RA'I'F, SCIII?DULL;— BUILDING CONSTRUCTION NO. 3: All work done on New )'car'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 observal as a holiday. NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas I)ay shall he paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the mognized holiday. I f any of thc above holidays fall on Saturday, Friday will.be observed as tile. recognized holiday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran k Day, Thanksgiving, Day, and Chris tmas Day shall be paid at the double (2) Ume rate of pay. NO, 7: All work done on New Year's Day, Memorial Day, ]ndepcndence 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. l f a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO. 8: All work done on New Year's Day, Memorial Day, Indepcndencc Day, Labor Day, Veteran's Day, 1hanksgiving Day, and Christmas Day, or days observed as such, shall be paid at the double time rate of pay. The Friday following Thanksgiving will be worked at the I:mploycr•- option. If worked, it will beat the regular hourly rate of pay. NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Indepcndencc Day(fourth of July), Labor Day, Vetcran'; Day, 'I'Iranksgiving Day and Christmas Day, or days observed as these named holidays, shalt be compensated for at double(2) the regular hourly rate of wages plus fringe benefits. If a holiday fulls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the hollowing Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Indepcndencc Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 411, Labor Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. 1'lic employee may take off Friday following Thanksgiving Day. However, lire employee shall notify his or her Foreman, General Forcman or Superintendent on the Wednesday preceding Thanksgiving Day. Whch or e of the above holidays falls on Sunday, the following Monday shall be considered the holiday and all'work perfonned 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 perfornied on said day shall be at the double(2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, ' Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. ANNUAL WAGE OR DER NO. S A W8026 hdy.clex I'ai;e I of Z Pales COLE, COUNTY II01.11MY 42ATE. SCI11EDULh: ._ BUILDING CONSTRUCTION RUCTION NO. 49: The following days shall be observed its legal holidays: New Year's Day, Decoration Day, July 4th, Labor t)ny, '1'll:►nk:,f,iving 1)ay, Christmas Day, l;mployee's birthday and two (2) personal days. The observance of orre (1) of the personal days to be limited to the time between I)eccmber I and March I of the 161lowing year. Ifany ofthese holidays Call on Sunday, the following Monday will be observed as the holiday and il'any of theseholidays fall on Saturday, the preceding Friday will be observed as the holiday. If employees work on any ofthcsc holidays they shall be paid time & one-half(I!'x) their regular rate of pay for all hours worked. NO. 54: All work clone on New Year's, Memorial Uay, independence Day, Labor Day, Thanksgiving Day, the I-ridgy afler Thanksgiving Day, and Cluistnlas Day shall be paid at the dorlble (2) tulle rate o1 pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holid:.ty lulls nn Sunday, it shall he observed on Monday. NO. 60: All work performed oil New Year's Uay, Armistice Day (Veteran's Day), Decorat101► Day (Memorial Day), Independence Day(Fortrth of.luly), 'Thanksgiving Day and Christmas Day shall be paid at the double time rate ofpay. 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 perIbi•n►ed on Sundays and the Iollowing recognized holidays, or• the days observed as such, of New Year§ Day, Decoration Day, Fourth of July, labor Day, Veteran§ Day, Thanksgiving Day and Christmas Day, shall he paid at double (2) the hourly ra to plus an atlirntnt Fe equal to the hourly "Total Indicated I"rillge Benefits. Whenever any such holidays lull on a Sun( ay, the following Monday shall be observed as a holiday. ' NO. 69: All work performed on New Ycar'; I)ay, Decoration Day, July Fourth, Labor Day, Veteran§ Day, Thanksgiving Day or Christmas Day shall be compensated at clouble (2) their straight-time Hourly rate of pay. Friday allcr Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days, theemployce will be paid at straight - time rate of pay. If a holiday falls oil a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 71, All work performed can the followinf; recognized holidays shall be paid at the double (2) time rate of pay: New Year§ Day, Presidents Day, Good Friday, Memorial Day, July the I70111-th, Labor Day, Veterans Day, "Thanksgiving Day, 1)ay allcr Thanksgiving aril Christmas 1)ay. If a ' holiday falls on Sunday, it shall he celebrated on Monday, Ifa holiday falls on Saturday, it shall he celebrated on the Friday preceding, such Saturday. ANNUAL WAGE ORDER NO. 8 AW8026 ndy.doc rage 2 of Pages I + i. Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County =ffective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday , Total Fringe Benefits _ Increase Rates_ Rates Rates CARPENTER �^ ourneyrnen _ 5/01 _ $23.13 ^7 16 $6.24 Millwright 5/01 $23.13 7 16 $6.24 Pile Driver Worker 5/01 $23.13 7 16 _ $6.2.4 OPERATING ENGINEER Group 1 _ 5/01 $20.75 21 5 $11.61 Group II 5/01 $20.40 21 5 $11.61 Group 111 5/01 $20.20 _21 5 $11.61 Group IV 5/01 $16.55 2.1 5 $11.61 Oiler-Driver ~ 5/01 $16.55 ^ 2.1 5 $11.61 t LABORER General Laborer 5/01 $19.75 �2 4 $6.10 Skilled Laborer 5/01 _ $20.35 2 4 $6.10 TRUCK DRIVER-TEAMSTER Grou 1 5/01 $21.72 2 4 $5.25 Group II 5/01 $21.86 2 , 4 $5.25 Group 111 5/01 $21.87 2 4 $5.25 Group IV 5/011 $21.99 2 4 $5.25 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, 8 7/01 I. COLE.. COUNTY 0VERTIN1E RATE SCI II?UULh, III;AVY C'UNS'1'1ttIC"f1UN NO. 2: Means a regular work week of forty (40) bouts will strut on Monday and end on Friday, The regular work day shall be either eight (8) or tell (10) hours. If a crew is prevented from working forty (40) himrs Monday thro4►gh Friday, or any part thcrdb by reason of inclement weather, Saturday or any part thereof may be worked as a makup day at the straight time rake to cott►plete forty (40) hours of work in a week. Employees who are part ofa regular crew on a make-up day, notwithstanding the fact tht they may not have been employed the entire.week, shall work Saturday at the straight trope rate, ' "1 .me & ono-half(1 '/2)shall he paid for all hours in excess of'cigl.,, (8) hours per day (if working 5-8's) or fell (10) hours per day (if working 410's), or linty (40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said (lay is worked as makeup to complete forty hours), time and onellalf (1 '/1) small be paid. NO. 7: Means the regular work week shall smut on Monday and end can Friday, except where the i;nrployer elects to work Monday through 'Thursday, ten (10) hours per (lay, All work over tell (10) hours in a day or forty (40) hours in a week shall be at the overtirric rate ofone and onehalf(i '/1) Hines theregular hourly rate. The regular work day shall be either eight (8) or tell (10) hours. I f a job can't work linty (40) hours Monday through Friday because of inuicnHCnt weather or other conditions beyond the control of the E:nnplo,yer, Friday or Saturday maybe worked as a makeup clay at straight time (if working �,-10's). Saturday may be worked as a makeup day at straight time (if working 5.8's). Make-up days shall not be utilized for days lost from !Holidays. I.;xcept as worked as a makoaup day, time on Saxrrday shall be worked at one and one ha If(l'/2) times the ref;ular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or days obscrvcd as such, shall also be paid at the double (2) tinHe rat; of pay. NO. 21: Means the regular wort: 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 begin at 8:00 a.m. and end at 40 p.m. However, the project Starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the I3mploycr, when working a five (5) (lay eight (8) hoar scliedule, Saturday may be used for a makeup day. The Employer may lime the option to schedule his work from Monday. through Thursday at tell (10) hours per day at the straight time rate of pay with all ho u s in excess of ten (10) hours in any one day to be . paid at the overtime rate of tune & onehalf(I %). If the Tmployer dects 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. Workmen shall be paidm & ono-half(1 ' %2) times the regular rate of wages for all hours worked in excess of eight (8) hours per day (if'working 5-8's), or ten (10) hours per day (if working 410's), or forty (40) hours per work week Monday through Friday (if workutf; a8's) or Monday through 'Thursday (if working 4-10's). Unless used as make tip days to complete forty (40) 1101.11-s per work week, time and orlahalf(1 '/2) shall be paid on Saturday (when working 58's) and on Friday or Saturday (when working 4.10's). Sundays and hoiidrys shall be paid at the rate of double (2) time the regular rate, of pay. mwR026 hvy ouloc ANNUAL WAGE ORDER NO,9 Page i on t OUTSIDE ELECTRICIAN REPLACEMENT PAGE, "These rites are to be used for the following counties: Adair, A.udrrin, Boone,Callaway, Camden, C'attcr, Chariton, Clark., Cole, Cooper, Crawford, Dent, Franklin, Gasconade, Howard, Howell, Iron,Jefferson, Knox, Lcuis, Lincoln, Linn, Macon, Maries, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan,Oregon,Osage, Perry, Phelps, 1 Pike, Pulaski, Putnam, Ralls, Randolph, Reynolds, Ripley, St.Charles, St. Francois, St. Louis City, St, Louis County, Ste. GCI1eViC%'C, ticlltyler, Scotland, Shannon, Shelby, Sullivan,'Texas, Warren, and W,%shington COMMERCIAL NVORN Occupational —isle _Basic _ _ Total I Iour!y .__ _ _fie Ilatc. 13c:ncfits *Journeyman Lineman y—_-__—- $27.4x $2.'20+42 0.b *Lineman O lcrator ~$7.4.60_ $2.20-t-42% ? *Groundman $19.47 $2.20-t-420/0 UTILITY NVORIC tional 'I itic - Hasie _ — 'Total (Till c —�`- �_ Ratc---- - Benefits_ 1 *Journeyman Lineman $26.47 — $2.20-t• 38% — "� *Lineman Operator �^ —_ $22.85 $2.201- 38% *Groundman — ^$17.67 _ $2.20+38% OVERTIML RA'I'L,: Fight(8)hours shall constitute a work clay between the(tours of 7:00 a.m.and 4:30 p.m. Forty(40)hours within five(5)days,Monday through Friday inclusive,shall comtitute the work week. Work performed in the 9dI and 1001 hour,Monday through Friday,shall be paid at trcne and one -half(1%a) flit regular straight time rate of pay.Contractor has the option to pay two(2)flotus per day at tic tine and ' one-half(V/2)die regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m.,Monday through Friday.Work perfornled outside the regularly scheduled working hours and on Saturdays,Sundays and rccogni7A;d legal holidays,or clays celcbrtted as such,shall be paid for at the rate of double(2)time. IiUL[DAI'Itr1.'I'I+a: All work performed on New Year's Day, Memorial Day, Fourth of July,Labor Day, Veteran's Day,'Dianksgi'ving Day,Christmas Day,or days celebrated as such,shall be paid at die double time ' rate of pay. Mien one of the foregoing holidays falls on Sunday,it shall be celebrated on tic following Monday. •lneremenuil Inercase A.NNUAI_ WAGE ORDER NO. 8 9NI1 OMSTt.AW8in Ax AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, __ K _, of lawful age, first being duly sworn, state to the best of my information and belief as follows; 1. That I am employed as .__ _.._w by 2. That was awarded a public works contract for Bid Identification No. 2003. 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 engagod 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; e STATE OF MISSOURI ) ss COUNTY OF __ ) n Affidavit•Compliance with Prevailing Wage Law Did Identification No,.2003 Jefferson City Strecttscapo Improvornonls Pago 3 February G, 2002 f ' r CITY OF JEFFERSON CONSTRUCTION.CONTRACT THIS CONTRACT, made and entered into this �_ day of 't.-r- __ , 2002, by and between APAC-Missouri, Inc., Central Missouri Division, 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: Jefferson City Streetscape Improvements Bid Identification No. 2003 (Project No. 32072) NOW THEREFORE, the parties to this contract agree to the following: r1. Mariner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and 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 180 calendar 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, 2. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 8, Cole County in which the rate of wages is 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 Director of Community Development 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 clay or portion thereof that the workman is paid less ' than the stipulated rates for any work done tinder this contract, by the Contractor or any subcontractor under the Contractor. ' 3. 'Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: ' (a) Workmen's Compensation InStrrzince for all of its employees to be engaged in work under this contract. Construction Contract Rid Irlontification No, 2003 (Project No. 32072) Jefferson City Streetscape Improvements Page 1 February 0, 2002 (b) Contractor's Public Liabilit Insurance in an amount not Tess 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 arrrount not less than $2,000,000 for all claims arising out of a single ' accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile.Liability_Insurgnce in an amount not less than $2,000,000 for all claims arising out of a single accident nr occurrence and $300,000 for any one person in a single accident or occurrence, (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $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. 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) Score 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 insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor, 1 4. Contractor's_Re_sponsibitity__for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor ' is for the acts and omissions of persons it directly employs, Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract, Construction Contract laid Identification No. 2003 (Project No. 32072) Jefferson City Streetscape Improvements Page 2 eFebruary G, 2002 Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 5. Liquidated Damages. The City may deduct One Thousand f=ive Hundred Dollars ($1,500.00) from any amount otherwise due under this contract for every calendar 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 riot 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. I 6. 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 tiie City or fail to observe or perform any provisions of tiie contract, 7. Ci 's Right to Proceed. In the event this contract is terminated ursua ��L-9 p nt to Paragraph 6, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. lndemnttNL To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the City, its elected and appointed officials, employees, and agents, from and against all claims, darnages, and expenses, including but not limited to attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease or death ' or to injury to or destruction of tangible property (other than Work itself) including the loss of use resulting therefrom and is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for those 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. 9. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be Construction Contract Bid Identification No. 200:3 (Project No. 32072) Jefferson City Streetscape Improvements Page 3 F=ebruary 6, 2002 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. 10. Supplies, The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and tinvoices of all such purchases which shall be submitted to the City, 11. Payment. The City hereby agrees to pay the Contractor,for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Million Six Hundred Ninety-Seven Thousand Six Hundred Six and 71/100 Dollars. ($1,697,606.71). 12. 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. Drawings and/or sketches e, Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 13. Nondiscrimination. The 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. 14. Notices. All notices required to be in writing may be given by first class tiiail addressed to the City of Jefferson, c/o Director of Community Development, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at 1591 East Prathersville Road, PO Box 117, Columbia, Missouri, 65205. The date of delivery of any notice shall be the second full day after the day of its nailing. 15, Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. Construction Contract Bid Identification No. 2003(Project No. 32072) Jefferson City Streetscape Impiovements Page 4 February 6, 2002 N WITNESA WHEREOF, the parties hereto have set their hands and seals this day, of i, CITY OF JEFFERSON CONTRACTOR lij i?���v Ma Title: ATTEST: ATTEST: City Cie itle: APPROVED AS TO FORM: City Cou I'. r . z t Construction Contract Bid Identification No. 2003 (Project No. 32072) Jefferson City Streetscape Improvements Page S February G, 2002 :r PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL. MEN BY THESE PRESENTS, that we, the undersigned AI'AC-111sqo,,,-I, Cent:,,a] "oul.-I III VIS 1 0 11 hereinafter, referred to as "Contrinctor" and a Corporation organized LHICIM the laws Of the State Of .- --.1 MA and MithOrized to transact bLISirlOSS in theStato.of as 7urety, are nekland firmly bound Unto the hereinafter roferrod to as "Owner" One M.1 lllo!i Slx Ilundl-cd N Inc tv Seven Thow;'-.11d In the Renal SiUM Of I X 11MIC11•t•d S I x <ind 71/ 100 1)0 L I,A 1-1 S) 1 697,606.71 lawful nioney of the United States of America for the paynient 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 prosents, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above, bounded Contractor has on the ­­ day of____ 20 —, entered into a written contract with the aforesaid Owner- for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain 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 Ilie. said Contractor shall and will, in all particulars, well, duly and faithfully observe, pedomi and abide by each and every covenant, condition, and part of tho said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, arid if said contractor shall replace all defective parts, . r Porforninnce, Payment rand Guarantee Bond Ifid Idonfification No, 2003 Jefferson City SitrootGcope Improvements Page I Ribruary 6, 2002 .a, 1�@ material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to bo done, the Surety will pay tlic same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees' that no change, extension of time,alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: ■ r•' L. f P �a Porformonco, PFaymont and Guarantee Bond Bid Identification No.2003 . Jefferson City Strootscapo Improvemonts Pago 2 ; February 6, 2002 e i ' IN TESTIMONY W HEREOF, the said Contractor hits hereunto set his hand, and the said Surely 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 Ater.r1 am, fCanyc�n oil thi, the day of .�._ _ __., 20-..__...__..__ A11AC-rti...t.joill.j., Inc. Liberty y Mutual. Innurnilcu C;nm 7nnv ('ent.raJ. M.ts xi0111,1. D I v1 s1 an .- SURETY COMPANY CONTRACTOR a 4c" t=AL) BY t� SEALy t t:orney-in-IFac is BY._.__ _ �..._�_.� --(SEAL) BY__ _(SEAL) Attornoy-in-fact (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to Include the date of the bond.) R 1 Performance, Paymont and Guarantoo Bond Bid Idontification No, 2003 Jofforson City Strootscape Improvemonts pale 3 February G, 2006 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, 922730 This Power of Attorney limits tho ant 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 KNOW ALL PERSONS BY THESE PRESENTS: Tlint Liberty Mutual Insurance Company (tall "Conlpi'my"), it Massachusolls mulunl insurranco company, pursuant to and by authority of tho (ly•Iaw and Aullimitation horeinaltor fml foith, doe^, horoby nramo, constitute and appoint, MARK E. GARDNER, LARRY J. CRAMER, JUDITH A. PAGE, LINDA S. REYNOLDS, ALL OF THE CITY OF MERRIAM, STATE OF KANSAS................................................................................... .............................................................................................................................................I.......,................ .................................................................................................................................................'.' .,.,..,....,,.. ................................................................,.,.....,..................,.........,.,..,....,........................................,..,,................,..,..,............ each individually It ihota ho nloro than ono millitl, ilri two "Intl Inwfof allonmyu) fora to make, oxncuto, ,rsol, ncknowfadtio rum deliver, for nncf on ilri bohrilf es suroly fund or.Its act and dood, ally and rill undortillim(pi, homds, tor,ollnjmncnr, and ulliot mmity ohli(pttions; in Ihn Ronal suns not nxcooding TWENTY-FIVE MILLION AND 0011001,.... ' I)OI.I.AI1'; 1$ 25,000,000.00""' ) +mr.h, mid tho nxocolion of such bond, or undarlakin{la, In pummince of thorn plesvillr, ,hall Ira n i bin(him upon lh1)Coogmmy a!, rf ihuy hurl hone duly ,ii!inod by Ill() piwddonl foul utlostad by td 3' tho sorrolary of tho Company in Ihoir own piopm pon;omw:. That this powor Is mauls and offo culod pun;uanl to nncf by iudhonly of fill)fniluwinq Ily imw and A,rlhuunrhon C ARTICLE'- XVI-f:xoculion of Controc..IG ;;oc.lwn!, `;only Bonds and Ihulndfiknup, 1A Any oflicor of other official of Ih(r comp,uly hilt!orlmd fur fh.it perrf)urn ill wutu)g fry the cfnu(mon or tho p?wildnnt, also suhluct to such p C Ilntilalions as tho chninnnn or ilia prori(lenl may pmt.wibo, sh,lil appoint such ollon oy. Ili fact, ;v, al.ly tut nncwo;ary In act in hnhali of tho C cornpany to rnako, exoculn, soul, ocknowlodgu ,Ind dnlivno iwr surely filly toil all undorfakfnt;s, honrlr. w(,mprl/imcas and othol surely obligations. Such rlllomoy:;-in•fild, rub)o(:1 fl)Ihn linulahons sot forth fit thin rwil)(1.lrvn powmt, of ,Itlornny sliall have full powol to hind the C company by Ihoir signiluro fill() exocution of fury such inl;tnonuntt; and to alfil0i thnroto Iho mwl of the company When w oxocuotnd such — O Cm instrummnfa shall ho as binding mi of nirlflad by tho pov;t(Ient.Ind itllorlod fly too cunrotiuy 7 By Ilia following Instruniont tho chnuman or tho pro,;idtjnl hiv,,wlhorilod tho offn:ur fit othifr uffrolid mono(th(:lr(orn to appoml nllrrnlnys•irl tact: d W C d > PilIgUant to Articfo XVI, Sortion .'t of tho f.3ylawr;, Arsisfiint tincrntary 6"towl W. 1:111,it v: huruhy indium"od to i1ppoinl such allornoys•in•Inc! n 4 @ as mny be nocossary to act in bnhrtlf of the company to 1wiko. oxt,ruto, ;trill acknowlnd(;n ilnd di lrvor fit; ),uroly Wily ant) all undodnkiogs, 2%0 m 01 bond,,rocodnizi oos and othor smoly obligations. 4 Q That Ihn By-law and tho Atilhow"Ition ahnvo Sul forHl sun lift(,copnnc lllomof,ulo en now ut Inlf nurf uffowl p W C IN WITNESS WHEREOF, this insburmtll Ims boon svbs(:nbad by Its nuthorl/wl offwl-I ,Intl Ihn cmpomtu sl);d of lift) ,iilid bliorly Mutmif Itistirtifica 3 10 1%4110 Company her boon aflixod Ihorolo ill I'lymnutrt Mnohn(i, l'annaylvnnliI Ibe, 18111 (f;,y of ,lung) 2001 O E I � y CL I° ),Ill):i I iY Mll f!)A!. IN°.I1!iAIJGt t,OMl'ANY 6j, // --yy��� v C Q C Gamol W Elliott,Asr;isfant`inrmLtry ti ,a; COMMONWLALTI I Of"f'I=NNSYI VANIA COUNTY OF MONI GOMf rIY N g V On fill;; . 18th (lily of Julio A i) P001 . iittfcra inn, m Notary r'uh6c. pt)rson"lly Grunt, tho individmil, known to a ¢a mo to bo file Ihuroin described Individual foul uffi or of hl:ofty Pfirlu,Il Ill"tnnnr,o (,;urnp;Iny who emwittnrl lift- limcodinr; Insburnunt, and her acknowlod. *+ C 41rid Ulnl Ito oxomil d Vio,nafno laid thul lift)coal illlixud to Iho t,;ud prur.udm(I mrtrummnl is lift!culpurillo,.ail of rsni(1 company; awl (hill said cotportllo I 2 V notal and moloto was duly n1ttwo and,f)hriraibod to the:,furl uminunont by authnnly and Ouorlion of the Said company. IN TGSTIMOI�y.Wi-if--ru.OF, I i m mlo Sal fir,Band and affix my ofhci,rl r.ta11 at I*'lynioirl 1 Niootmo; PA, tho(lily and yon) hill abovo wrillon. O If AL ` lln6uy 1'ultpr ` (;hfi111IL�AlI 1, the undorsignci GENERAL. PROVISIONS FORWARD The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as sot forth in thr+ Spacial Provisions. ' GP-1 CONTRACT DOCUMENTS It is exprossly 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 f urnishod 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 defino In greater dotail the Intent of the specifications and drawings, nre each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of those documents are hereby defined as the Contract Documents. r 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 comploto 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 i Bond where required, and the contract agreement signed by both parties thereto. These r executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract" or "Contract Documents" shall Include all of the documents enumerated in the previous article. General Provisions Bid Idontification No. 2003 Jofforson City Strootscapo Intprovemonts Pago 1 February 6, 2002 A i 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 fo 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, (Le- the E=ngineering Division Director). G. "Construction Representative" shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or thorn as subsequently set forth herein. r 7. "Date of Award of Contract" or words equivalent thereto, shall moan the date upon which the successful bidder's proposal is accepted by the City. 8. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans" or "drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in those 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 p 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 moan 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. J General Provisions Bid Identification No,2003 Jefferson City Slreotscapo Improvements page 2 ' `3 February 6,2002 r � , 14. "Missouri Highway Specilicalions" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published befoic the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized rrepresentatives) under separate agreement with the City of Jefferson that prepared the plans, spocifications, and other such documents, for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and gUantity of tho matorials to bo 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. Tho relation of the Contractor to the City shall be that of an independent contractor, GP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. Fie shall have authority to act on behalf of the City, The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole i responsibility during construction is to the City to.endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and tfae Engineer and the City will assume no responsibility therefore. GP-5 BOND tCoincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract surn. 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 tine contract documents; (b) tine 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 duo 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 r General Provisions Bid Identification No, 2003 Jefferson City Slreetscape Improvements Page 3 February 0, 2002 1 , i tho City by reason of defoctive rnatoriala usod, or by roason of defective or improper workmanship dono, in tho furnishing of matorials, labor, and equipmant in the parformanco of tho 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 tho 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 tan (10) days after notice ' to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. ' GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, Insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumoratod herein. All policies shall be in the amounts, form and companies satisfactory to the City. The insuring company shall deliver to the City cortificates of all insuranco required,signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in art insurance company authorized to do businoss in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILI'ry INSURANCE �^t (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. .i (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year. ' General Provisions [lid Identification No. 2003 Jefferson City Streetscape Improvements Pago A r February 6,2002 �.r ' I J GP-G,3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death, (2) Property damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY Properly Damage covorage with $2,000,000 aggregate limit. GP-6.5OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all clairns that might arise. as a result of the; operations of the Contractor or his ' subcontractors in fulfilling this contract. The rninirnum 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 I relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall c ar ry in h is name additional as s re d c au e s protecting ing Cily, 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. General Provisions Bid Identification No. 2003 Jefferson City Streetscapo Improvements Page 5 F=ebruary 6, 2002 The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged In work under this contract,and in addition the Contractor shall carry occupational disease covorago with statutory limits, and Employer's Liability with a limit of $300,000 per person. The "All State" endorsement shall be included. In caso 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 VIII onrgagod in work under this contract. GP-6.61NSTALLATION FLOATER INSURANCE „ r This insurance shall insure and protect the Contractor and the City from all insurable risks of a physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insuranco, when in warehouses or storage areas, during installation, during testing and until the work is accepted. it shall be of the "All Risks" typo, with coverage designed for the circumstances which may occur in the particular work included in this contract. Tho 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 zind 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 maybe covered under Builder's Risk Insurance,and if so covered,this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretoforo stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damago from any cause whatsoever to any tools owned by the mechanics, any too) machinery, oquipment, 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 i (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. • J Gonoral Provisions [aid Idontification No.2003 Jefforson City Strootscapo Improvements Pago 6 i Fobruary 6,2002 J f ,i GP-¢.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES & CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his ,r their agents, or in connection with any claim or claims basod on the lawful demands of subcontractors, workmen, material men,or suppliers of machinory and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT Tho 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 coley of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-ti SUBCONTRACTS PRINCIPAL MATERIALS & EQUIPMENT i 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. eThe Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. ' Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. ' No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to hind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. General Provisions Bid Idonlification No. 2003 Jefferson City Streetscape Improvements Pa0o 7 February 6, 2002 GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. Tile 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 I other contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renclors it unsuitable for such proper execution and results. f 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 genoral harmony. RESTRI CTIO N GP-1U LEGAL_ S PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of•way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS t It is agreed that all royalties for patents or patent claims, inf ringement 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 r� 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 J 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 riot be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12,1 GENERAL These Specifications and Project Plans are intended to supplement, but riot 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 Genoral Provisions Bid Idonlilicotion No.2003 J Jefforson City Streetscapo Improvements Page g February 6,2002 set f9rth 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 insfructions are in conflict, then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or disci epancles. It is understood and agreed that the work shall be performed and completed according to the true spirit, mcaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not Indicated shall be executed until the required dimensions have been obtained from the Engineer. Gig-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 hire 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 SPECIFICATIONS Reference to standard specifications of any technical society, organization or association,or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. Gonoral Provisions aid Idontification No.2003 Jefferson City Streetscape Improvements Pago 9 Fobruary G,2002 The sold duty of the Project Reprosentative during tho 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 anyone of them by the Contractor or by any of his employees shall be sufficient reason, If the City so decides, to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good by the Contractor at his own expense, and free of all expense to the City, whenever so ordered by the +' ' Engineer, without reference to any previous oversight In observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with Instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work ' must be uncovered by the Contractor. If such work be done In accordance with the Contract r„ 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 Ray 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 tie proposes to use. i .J General Provisions Bid Identification No.2003 Jefferson City Streotscapo Improvements page 10 c February 6,2002 !: r.. X11I GP-,14 LINES AND GRADES The Department of Community Development will set the construction base line,tie-in points and benchmark elevations for the project. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. ® The Contractor shall notify the Department of Community Development not less than 48 hours ■ before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. 'The Contractor shall carefully preserve stakes and hunch murk:;. If such stakes and bench mark become damaged, lost, displaced, or removed by the Contractor, they shall be reset at his ' expense and deducted from the payment for the work. Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture, or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. tGP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a full-time 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. i 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. General Provisions Bid Identification No. 2003 Jefferson City Streotscapo Improvements Pago 11 February 6,2002 mum It is called particularly to the Contractor's attention that only first class workmanship will be acceptably;. 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 shad conform to the latest edition of the "Manual on Uniform Traffic Control Devices". Throughout the project, wherever businesses or municipal facilities are served directly from a street or sidewalk, or portion of a street or sidewalk, which is to be reconstructed under this project, the Contractor shall make every effort to provide access to each throughout the construction. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares which are closed or reduced in width 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 and along 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 wHI 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 pipo 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. General Provisions Bid Identification No. 2003 I Jefferson City Streetscapo Improvements Page 12 February 6,2002 i.. ' I 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, 1 must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm,sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the ! removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property, the i 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. General Provisions Bid Identification No. 2003 Jefferson City Streotscape Improvements Pago 13 February 6, 2002 GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages heroin 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 bo 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, I The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. ; Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location, character, amount, and method of compensation. No additional or changed work shall be made unless in pursuance of such " written order by the Engineer, and no claim for an addition to the Contract sure 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. 1 ' If the modification or alteration decreases the amount of work to be done, such decrease shall s 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: General Provisions Bid Identification No,2003 Jefferson City Streetscapo Improvements page 14 ' February 6, 2002 `..117 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 clearl; 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 1 the Engineer and submitted for payment with the next reguiar monthly estimate. The Owner reserves the right to contract with any person or fine other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for darnages 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: r 1. Method A: By agreed unit price I 2. Method B: By agreed lump sum 1 3. Method C: If neither Method A or B can be agreed upon before the work is started, then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for Highway Construction, as ublished b the p Y ® Missouri State Highway and Transportation Commission. ■� GP-27 SUSPENSION OF WORK The Owner may at any tirne suspend the work, or any part thereof by giving ten ('110) 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 � f General Provisions Bid Identification No. 2003 Jefferson Cily Streetscape Improvements Pago 15 February 8, 2002 time, then the Contractor may abandon that portion of the work so suspended and ho will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or tail 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 than or thereafter duo the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may,without prejudice to any other right or remedy and after giving the Contractor five (5) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may a, em 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 r 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. r r ' 1 General Provisions aid Identification No. 2003 Jefferson City Streetscapo Improvoments Pago 16 February 6, 2002 I �. J GP-32 SUNDAY, HOLIDAY AND 14IGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revr;kod at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 RECORD DOCUMENTS i Photographic Documentation Prior to the commencement of construction, the contractor and the engineer shall walk the project and the contractor shall photograph the condition of the exiting buildings adjacent to the proposed construction. Each building and street tree will be photographed in such detail that existing conditions of the element such as faS;ade, entry thresholds and structure can be easily discerned. Digital photography may be used for this documentation. Prior to actual construction operation, the contractor shall provide the City a Compact Disk (CD) which contains a record copy of the photographic inventory in JPEG or BITMAP format suitable for viewing in MICROSoft Windows programs. If in the opinion of the City the photographic, coverage is inadequate the contractor shall provide additional photographs to supplement those already in the inventory. i Plans It will be the responsibility of the construction contractor to maintain at the job site an tap to date set of drawings, which reflect the substantive changes of the construction. The set shall be maintained In good order and kept out of the elements such that at the close of the project it can be turned over to the City for Archival purposes. The changed conditions shall be neatly sketched and adequately annotated with sufficient dimensions such that the changed conditions can be located in the future. The City will have the right to reviow the record documents incrementally during the project to satisfy itself that the information is being adequately documented. General Provisions Bid Identification No. 2003 Jefferson City Streciscape Improvements Pago 17 February 6, 2002 I GP-35 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each rase, 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-36 DEFENSE OF SUITS ' In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, rnattors, 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 rnachinery 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 I arising out of such action or suit that may be brought as aforesaid. GP-37 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered.or occurring during the progress of the work. GP-38 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will riot 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 calendar days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in loss 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. Goneral Provisions Bid Idonlificalion No.2003 Jofforson City Strootscapo Improvements Pago 18 i Fobruary 6,2002 ' f GP-qg CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 clays after the claimed cause for the delay has ceased to exist. GP-40 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable ' for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of Its rights under the contract. GP-41 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or erformed as determined b field p y measurement(except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work riot listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid Items. {b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not ' done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump 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. General Provisions Bid Identification No, 2003 Jefferson City Streetscapo Improvements Page 19 February 6, 2002 (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 100% of the amount of work completed to date shall be withheld, (e) ACCEPTANCE AND FINAL PAYMENT ' Upon receipt of written notice that the work Is ready for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work acceptable under the ! Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30) days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-42 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-43 CERTIFICATIONS GP-43.1 All suppliers of materials such as drainage pipe, asphalt, conduits,wiring, sheet steel, handrail, wall units and 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. Four (4) copies of manufacturer's specifications and product data for all manufactured products to be incorporated into the project shall be submitted to the Engineer for approval prior to purchase and installation. GP-43.2 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. I J General Provisions Bid Identification No, 2003 Jefferson City Streetscape Improvements Page 20 February 6, 2002 ' . .i GP-44 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-45 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 Arnerican products in the perforrntance of the contract. GP-46 AWARD OF CONTRACT - REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible kidder 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, i i GP-47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the •'I 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-48 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 General Provisions Did Idontilication No. 2003 Jefferson City Strectscape Improvements Pago 21 February G, 2002 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 utilizod 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, t GP-49 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of r Jefferson, Missouri, or any additional expenses are incurred by the City of,Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees. to hold harmless and indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses Incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. ' END OF GENERAL PROVISIONS General Provisions laid Identification No.2003 Jefferson City Streetscapo Improvements Page 22 i February 6,2002 I i i i SPECIAL PROVI51_C�NS FORWARD: The.provisions of this section take precedence over any other provisions in these specifications. SP-1 TECHNICAL. SPECIFICATIONS AND DETAILS ' The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included in • the contract documents. All construction details included with the plans and attached hereto ,hall be used in constructing this project. SP-2 PARTIAL ACCEPTANCE The City reserves the right to accept any part or all of the bid for the project. SP-3 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, The Engineer, the Contractor and his Subcontractors;-and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. ' The work schedule specified in Section IB-23 of the Information for Bidders will be ' submitted at the conference. ( SP-4 PREVAILING WAGE LAW i Bidders are hereby advised that compliance with the Prevailing Wage Law, Sections 290.210 through 290,340 inclusive of the Revised Statutes of Missouri,is a requirement of this contract. (Reference Section IB-20), Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. SP-5 PROOF OF INSURANCE All certificates of insurance provided for this project shall be issued directly from the company affording coverage. Certification from a local agent is not acceptable without the necessary paperwork empowering and authorizing the agent to sign the surety's name. i in addition, when an aggregate amount is included, a statement of the amount of that ' aggregate available to date shall also be attached. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 1 February 6, 2002 Sp-6,1 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S. Postal Service to determine where the mailboxes should be set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work is complete. Any materials darnaged by the Contractor shall be replaced with material of better or r equal type and quality at the Contractor's expense. SP-6b RECORD DOCUMENT'S Photographic. DOCUmenlation Prior to the commencement of construction, but not longer than two weeks before construction begins the contractor and the engineer shall walk the project. The contractor shall photograph the condition of the existing buildings adjacent to the proposed construction. Every building facade and Street Tree will be photographed in detail to including the interface between the sidewalk and the right-of-way documenting the general conditions of cacti. Digital photography may be used providing the images are clear and detailed and sufficient for the use intended. Prior to release of the site for construction the contractor shall provide: the City a Compact Disk of images in JPEG or BITMAP format suitable for viewing on MICROSOFT Windows programs or 5"x7"color prints secured in clear view sleeves and contained in a three ring binder. If in the opinion of the City the photos are inadequate the contractor shall provide additional photographs to supplement those already in the inventory. PLANS ' I It will be the responsibility of the contractor to at all times maintain an up to date set of drawings, which reflect the substantive changes of the construction both below and above grade. The set shall be maintained in good order and kept out of the elements such that at the close of the project it can be turned over to the City for archival purposes. The changed conditions shall be neatly drawn and adequately annotated with - sufficient dimensions such that the changed conditions can be located in the future. The City will have the right to review the record documents incrementally during the project to satisfy itself that the information is being adequately documented. SP-7 TRAFFIC CONTROL OU,RING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs,cones,and barricades shall be placed both to protect workers and equipment and ' to protect the public by marking open trenches and other potential dangers. On projects , open to traffic, "ROAD CONSTRUCTION AHEAD" signs shall be placed appropriately. On projects closed to traffic Type III barricades signed "ROAD CLOSED" shall be placed at both ends of construction. Two-way vesicular traffic shall be maintained during construction. If with City approval, the total closure of the street is permitted, the Contractor shall provide the necessary traffic control personnel,such as flagmen,and any signing,warning devices and signs in r accordance with the Manual on Uniform Traffic Control Devices. + Special Provisions Bid Identification No,2003 Jefferson City Streetscapo Improvements Page 2 February 6, 2002 MEASUREMENT AND PAYMENT Traffic Control shall be paid for at the contract unit price per CUBIC YARD. SP-8 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the sidewalks and driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such intentions and that the use of the driveways or access will be temporarily affected. 48 hour notice shall be given to business owners and tenants as well as a estimate of length of walk closure. The contractor shall use all reasonable means including but not limited to phasing of work, scheduling closures early or late in the day, use of temporary bridging and construction techniques and high early strength concrete materials to minimize the disruption and the time a business entrance must be closed. In the event the business has only one public entrance, pedestrian access shall be maintained to the maximum extent possible. Suitable access shall be provided across trenches,opened areas and other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. SP--9 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging affected or adjacent property as a result of precipitation during construction. SP-10 ROOF DRAINS The contractor shall maintain roof drains throughout the period of construction per technical section TS-29, Downspout Drains. SP-11 ROCK REMOVAL While no rock removal is anticipated, the contractor shall notify the Owner's Representative immediately upon encountering bedrock during construction. Upon ' review of the conditions, the Owner's Representative will provide further instructions to i the contractor for rock removal or otherwise. No explosives shall be used for this project. Rock shall be removed by mechanical chipping, jack hammering or other methods approved by the Owner's Representative. ' MEASUREMENT AND PAYMENT Rock Removal shall be paid for at the contract unit price per CUBIC YARD. SP-12 UNDERGRADING IN ROCK CUT rSection TS-2.2.6 specifies that rock cut areas are to be undercut and backfilled with a drainable material with top surface choked with fines for proper sub-grade preparation. No direct payment shall be made for backf ill materials. The only payment made shall be ' for cubic yards of rock excavation. Special Provisions Bid Identification No.2003 Jefferson City Streetscapo Improvements Page 3 February 6,2002 i 1 i . I SP-13 CONSTRUCTION PHASING PLAN Because of the vital importance of the retail,.business and governmental functions which occur in the project area, it will be required that the project be phased. The intent of this phasing approach is provide adequate work area in which the contractor may economically conduct activity without disrupting the day to day activities of the Down Town Businesses. The proposed phasing may require minor adjustments by the City should the need arise to more adequately address the needs of the downtown business community. The City shall release the project areas in Phases such that limited amount of the project will be under construction in a given time period, The contractor may adjust the duration of each phase according to the difficulty of construction and to facilitate the overall completion of the project.The contractor shall complete the following items for a given block face in a manner acceptable to the City prior to the release of the next scheduled block face. Before the contractor can move on to a subsequent block face the construction of the main+-8'sidewalk along the building face,curbs and gutter, trench drains, lampposts and the balance of the remaining pavement and concrete work shall be 75%complete and back in service. Before a subsequent block face in the next phase is released to the contractor an entire block face in the previous phase shall be 100%complete and available to the owner for use. The following phasing of block i a faces is to be followed by the contractor. Phase 300 Block of High Street North side 200 Block of High Street North side including the Park at 229 East High Street Phase 2 300 Block of High Street South side 200 Block of High Street South side Phase 3 200 Block of Madison West side 100 Block of High Street North side Phase 4 200 Block of Madison East side 100 Block of High Street South side If tho contractor can demonstrate to the satisfaction of the City a differing construction phasing plan which will increases productivity,generate cost savings to the project while creating less disruption to the downtown business owners and patrons it will be given consideration by the City. " SP--14 WORK AND STAGING AREA High Street is the primary vehicular and pedestrian pathway within the downtown Central Business District. As such it will not be closed to traffic during this project. The contractor will be allowed to close the interior 12' of paved roadway surface adjacent to the block face under construction. Obstruction of additional lanes will not be allowed during normal business hours of 8:30 a.m. to 5:30 p.m. Monday through Saturday. By ;;l�rcial roquost additional limited lane closure may be allowed with 48-hour advance notlro, Special Provisionr; Bid Identification No.2003 Jollorson City Stroolarnpo Improvomonts Page 4 I February 6,2002 i .J w SP-15 EXCAVATION All excavations W(I' frad to install the sewer pipe, manholes, and other necessary -1ppmtenances shall be unclassified (for exarr►ple no direct payment will be made for soil excavation),the cost of which shall be included In the unit price of the installation of any required item. SP-16 INSTALLATION OF SEWER PIPE The unit price for the installation of sewer ripe shall include all necessary excavations, ditching, backfilling, bedding,shoring or any other item rewired to make,the installation of the pipe. SP-17 ITE MS_TO_J3t USE r) IN PLACE= Items marked"Ulf'"on the plans shall be"Use in place". Any damage to these items,or ollwr hunts that were, not to be disturbed by construction shall be repaired by the Contractor at his own expense, SP-18 ADJUSTMENT OF UTILITY SERVICES I ho nvcc!";arify coordlrlation of utility serviGC`, such as water, gas, telephone, and c�lciclric, including meteors, valve(. and other appurtenances shall be subsidiary to the work. SP-19 PLUGGING AND ABANDONMENT OF EXISTING PIPE All pipes to be abandoned sfrlll be plUgged and sealed with Portland cement concrete at the locations as !chow(" cn the plans. All pipes to bo abandonod shall bo completely filled with clean sand, The sand shall be blown into the pip(; by using compressed air or other such means. All plugging anci filling of pipes shall be subsidiary to the work. SP-2020 UTILITIES I The Contractor shall expose all utility crossings to establish location and depths prior to construction. It will be the responsibility of the contractor to coordinate the project work with Ameren UE and Missouri American Water Company. The two utility companies will be making irnprovomenls to their facilities within the limits of the project. The principal improvements include the installation of new water meter vaults within the sidewalk and roplacotnont of water service lines from the main located in the street to the new vaults. In addition, some amount of water main valuing will also be replaced within the street. f Arneren UE intends to replace individual customer service as lines and install newcurb { 9 shutoffs in tho sidewalk. A limited amount of mainline located in the street will also be replaced. The Contractor,as a part of his work will provide a finished grade elevation for both the water meter vault and gas shut off cover at the locations indicated in the field by the Utility agencies. The horizontal locations of meter boxes and gas shutoffs indicated ' on the plans arc approximate only, The number of these items to be expected is similar to that shown on the plans. The utility agoncies will work ahead.of the contractor,such Spacial Provisions Bid Identification No. 2003 Jefferson City Slreotscapo Improvomants Page 5 February 6, 2002 that the contractors pavement removal and replacement operations will not be hampered by this effort, In several locations the contractors operations and the utility agencies will have to work simultaneously to close underground spaces and maintain utility service to the buildings. In several of these locations the contractor will provide 2" PVC sleeves through vertical wall openings,which are scheduled for closure between the vaults under the sidewalk and the adjacent building. The utility will provide the contractor with the location for the sleeves to be included in the exterior walls constructed by the contractor. The contractor will coordinate the work with the utility agency, which will take utilities ! " temporarily out of service during structural slab demolition,vertical wall closure and vault backfilling operations. MEASUREMENT AND PAYMENT Providing finished grade elevations for the utility structures shall be considered part of Construction Staking Item and will be paid for on a Lt.JMP SUM basis. The activities associated with utility coordination and providing PVC sleeves in closure walls is considered incidental to the work and no additional payment will be made. SP- 21 VAULT INSPECTION *The contractor shall visually inspect all underground vaults and voids prior to demolition to verify the locations of all utilities and that electrical connections have been terminated or disconnected where required. The contractor shall de-energize and terminate convenience electrical circuits prior to commencement of the proposed work. At the following addresses, vault spaces beneath the sidewalks,will either be preserved with new structural slabs constructed over them or will be closed up and filled. The following list provides a general summary of facilities that occur within the vault spaces. The contractor shall coordinate with the utility companies all work associated with the project. ' Other smaller coal chutes and similar voids beneath the sidewalks as identified on the plans have not been included on this list as they do not appear to present conflicts with - utility systems or contain electrical circuits. Refer to SP Items for Central Bank, Exchange Bank and Stokes Electric Company for other items of work. Address Gas Service Water Service Lighting Circuit_ 101 High _ Pi ing only None _ Yes de-energize 103 High _ None Meter and line Yes de-energize 201 High Madison St. Face Meter and Piping None Yes terminate 213 High — Meter and Piping Meter and Piping None 214 Madison Piping only Pi in only _ Unknown _ 228 Madison _ None None None 229 Madison Meter and Piping None None J Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 6 February 6,2002 MEASUREMENT AND PAYMENT This work is incidental to other items of construction and no additional payment will be made. SP.-22 EXCHANGE.BANK CLOCK The Exchange Bank clock located in the right-of-way of 132 High Street will be removed and stored by others during the period of construction. The Contractor, as a part of the work, shall remove and preserve the back pipe re.;l surrounding the clock and reset it in the new pavement as a part of the sidewalk replacement process. The exterior electrical outlets and clock power shall also be retained. As a part of the sidewalk demolition activities, the existing concrete foundation for the clock shall be isolated from the surrounding pavement and preserved(or future use. the clock will be reinstalled after the City has accepted the block face. MEASUREMENT AND PAYMENT This work is incidental to other ilenrs of ronstruclion and no additional payment will be M made. SP-23 SLAB REMOVAL To the greatest extent possible the contractor shall remove the existing slabs with equipment staged within the adjacent parking lane to the block face under construction. The contractor must employ techniques,which eliminate to the greatest extent possible disturbance to the sub-grade and vertical closures and subterranean vaults. In areas where no trees, vaults or vertical closures exist the contractor may use the sidewalk. space as work area including the use of machinery. These locations must be coordinated with the City and scheduled with the adjacent business owner-. ' The contractor shall remove materials in a manner such that at the end of each work day that all debris is contained within the working lane and barricades are in an orderly and full operational condition. Storage of demolition materials on the working lane will be kept to the absolute minimum. It is the contractor's responsibility to protect the private property off the right of way from d demolition and construction activities. tSP-24 TREE PROTECTION The existing Street Trees are a significant asset to the Central Business District. Every effort must be undertaken to preserve and protect these resources.The contractor shall protect the trees from all mechanical damage to trunk surfaces,and branches above the ground. Movement of equipment and materials beneath the limbs of the existing trees shall be accomplished with the utmost care. Should a tree be accidentally damaged,the City forester shall be contacted immediately for consultation. The Contractor shall bear all cost associated with the materials and labor related to repairs undertaking by the City. The City of Jefferson shall make the City Forester available to prune root systems, which become exposed and become at risk of damage due to proposed,construction activities. The contractor shall not remove any root systems without the express knowledge of and permission of the City Forester. If in the opinion of the forester, the damage is so severe as to render the tree unsafe or unviable the contractor shall remove and replace the tree with similar specie at 2-1/2"caliper. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 7 February 6,2002 Protection of the existing root zones shall also be a major focus of the contractor in the day-to-day construction activities. The contractor stall erect a temporary fence around the perimeter of each existing tree box to prohibit construction traffic around the base of the tree. Once the existing pavement has been removed, the perimeter fence shall be enlarged to the dimensions of the enlarged tree box as indicated on the plans. The temporary fencing shall remain in place until the installation of the planter curbing. The contractor will not be permitted to run machinery over open sub-grade areas beneath the sidewalk within the standoff distance of 10'feet of an existing tree as measured from the center of the tree along the face of curb in both directions and along the back edge of the sidewalk. Shaping of the sub-grade for the new pavement in this standoff area will be accomplished with hand raking to smooth existing sub-grade. Specified backfill shall be used to fill minor depressions in the sub-grade All activities involving removal of pavement and bulk placement and spreading of materials necessary for the construction in the tree protection areas must be conducted from working areas in the street or adjacent walk slabs, which do not surround trees. MEASUREMENT AND PAYMENT Tree Protection is considered incidental to the work in that no other payment shall be made. SP-25 SELECTIVE DEMOLITION This Section includes demolition and removal of the following: Site improvements, miscellaneous sidewalk pavement, drive apron pavement, site utilities indicated to be removed, cubs, sidewalk and roadway trench drains, gutters, roadway pavement, old lamp and signal pole foundations, drainage inlets, structural slabs and other related items as indicated on the drawings. See other Special Provisions and drawings for demolition or relocating site electrical items. DEFINITIONS ! Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or recycled. Remove and Salvage: Detach items from existing construction and deliver them to Owner. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or recycled. MATERIALS OWNERSHIP Objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, antiques, and other items of interest or value to Owner that may be encoLvitered during building and site demolition remain Owner's-property. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. The contractor shall remove the existing light poles and fixtures in the park at 229 High Street and deliver to the City. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 8 February 6, 2002 "�.. If SUBMITTALS Proposed Protection and Control Measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. Include measures for the following: ' Environmental protection. • Dust control. • Noise control. Schedule of Selective Demolition Activities: Indicate detailed sequence of demolition and removal work, with starling and ending dates for each activity, interruption of utility 1 services, and locations of temporary protection and rneans of egress. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. QUALITY ASSURANCE Demolition Firm Qualifications: Demonstrato the firm that has specialized in dernolition work similar in material and extent to that indicated for this Project. Regulatory Requirements: Comply with governing EPA notification regulations before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. Standards: Comply with AIJSI Al 0.6 and NFPA 241. Pre-Demolition Conference: Conduct conference at Project site. PROJECT CONDITIONS The owner will occupy building immediate ly adjacent to demolition area. Conduct demolition so Owner's operations will not be disrupted. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. ' Maintain access to existing walkways, exits, and other adjacent occupied or used facilities. ' Do not close or obstruct walkways, exits, or other occupied or used facilities without written permission from authorities having jurisdiction. The City assumes no responsibility for structures to be demolished. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. Hazardous Materials: It is not expected that hazardous materials will be encountered In the Work. If materials suspected of containing hazardous materials are encountered,do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. Special Provisions Bid Identification No, 2003 Jefferson City Streetscape Improvements Pago g February 6,2002 Storage or sale of removed items or materials on-site is not permitted. COORDINATION Arrange demolition schedule so as not to interfere with Owner's and other tenants'on- site operations. PRODUCTS SOIL MATERIALS Satisfactory Soils: Comply with requirements in SP "Earthwork." EXAMINATION Survey existing conditions and correlate with requirements indicated to determine extent of demolition required. Review Project Record Documents of existing construction provided by the Owner. The Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. Inventory and record the condition of items to be removed and salvaged. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and measure the nature and extent of the element. Promptly submit a written report to Architect. Verify that hazardous materials have been remediated before proceeding with demolition operations. PREPARATION t Existing Utilities: Locate, identify, and coordinate the relocation and continued use of spaces below grade by building owners, and utility agencies. All Utility relocations will be completed by the utility or the building owners utility contractor. 1 Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of construction being demolished. Removed and Salvaged Items: Comply with the following: • Clean salvaged items of dirt and demolition debris. • Store items in secure area until delivery to Owner • Protect items from damage during transport and storage. PROTECTION ' Existing Facilities: Protect adjacent walkways,loading docks, building entries,and other building facilities during demolition operations. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 10 February 6,2002 � f { i Existing Items to Remain: Protect construrfwn indicated to remain against darnage and soiling during demolition. Existing Utilities: Mainlain utility service:; indicated to re main and protect them against damage during demolition operations. Do not interrupt existing u0itie, serving adjacent.occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. ' Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction and as indicated. Comply with requirements in Division 1 Section "Temporary Facilities and Controls." Protect existing site rniprovanaents, appurtenances, and landscaping to remain. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. Provide protection to ensure sate passage of people around demolition area and to and from occupied portions of adjacent buildings and structures. Protect walls,windows, roofs, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations. DEMOLITION, GENERAL General: Demolish indicated existing structures, and site improvements completely. Use methods required to complete the Work within limitations of governing regulations and as follows: Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire-suppression devices during flame-cutting operations. Maintain adequate ventilation when using cutting torches. j Locate building demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. Site Access and Temporary Controls: Conduct demolition and debris-removal r operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Do not close or obstrcrct streets, walks, walkways, or other adjacent occupied or used facilities without permission from City and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required byauthodties having jurisdiction. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do riot use water when it may damage or flood adjacent buildings, new construction or create -hazardous or objectionable conditions, such as ice, flooding, and pollution. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 11 F=ebruary 6, 2002 i DEMOLITION Remove structures, and site improvements intact when permitted by authorities having jurisdiction. Proceed with demolition of structural members systematically,from higher to lower level. Complete demolition operations above each floor or tier before disturbing supporting members on next lower level. Remove debris lift, hoist, or other device that will convey debris to grade level in a ' controlled fashion. Concrete: Cut concrete full depth at junctures with construction as indicated on plans and indicated to remain, using power-driven saw, then remove concrete between saw cuts. Street Lighting Conduits and Splice Boxes completely from beneath areas to receive plantings and to below proposed thickness of roadway base and pavernent section. Miscellaneous c:oi icrete Foundations: to 1' below finished grade unless in the path of proposed improvements completely. Masonry: Cut masonry at junctures with construction indicated to remain, using power- driven saw, then remove masonry between saw cuts. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished at junctures with construction as indicated on plans indicated to remain, then break up and remove. Vault Concrete slabs on grade to remain and to be filled, remove 2'x2'square portion in the floor slab prior to placement and fill of opening. EXPLOSIVE DEMOLITION 1 Explosives: Use of explosives is not permitted. SITE RESTORATION Below-Grade Areas to be Filled: Completely fill designated below-grade areas and voids with satisfactory soil materials according to backfiii requirements in SP"Earthwork."See SP "Unit Masonry Assemblies," for openings in below grade areas to receive masonry infill. Below-Grade Vault Areas to Remain: See SP "Cast-in-Place Concrete," for areas to receive cast in place structural concrete slab vault covers. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grados and new grades. REPAIRS General: Promptly repair damage to adjacent construction caused by demolition operations. Special Provisions Bid Identification No.2003 Jefferson City Streetscapo Improvements Pago 12 February 6,2002 Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing. DISPOSAL OF DEMOLISHED MATERIALS General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. Do not allow demolished materials to accumulate on-site. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. Burning: Do not burn demolished materials. Disposal: Transport demolished materials off Owner's property_ and legally dispose of them. CLEANING Clean adjacent structures and improvements of dust,dirt, and debris caused by building demolition operations. Return adjacent areas to condition existing before building demolition operations began. MEASUREMENT AND PAYMENT Saw cutting of pavements and other items to be demolished shall be consider incidental to the work in that no other payment will be made. ' Removal and delivery f City items shall be considered incidental to the construction as rY Y , i no additional payment will be made. i Selective Demolition for curbs shall be paid for at the contract unit price Curb Removal per LINEAR FOOT. Selective Demolition for metal covered trenches including concrete, embedded angles ' and metal covers shall be aid for at the contract unit rice Trench Removal per P P P LINEAR FOOT. ' Selective Demolition for structural slabs shall be measured and paid for at the unit price of Structural Slab Removal per SQUARE FOOT complete and hauled away. Selective Demolition for miscellaneous side walk paving shall be measured and paid for at the contract unit price Non-Structural Sidewalk Removal per SQUARE FOOT. ' Selective Demolition for Asphalt Roadway paving shall be measured and paid for at the unit price of Asphalt Roadway Removal per SQUARE YARD complete and hauled away. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements page 13 February 6,2002 Selective Demolition for Concrete Apron paving shall be measured and paid for at the unit price of Concrete Apron Removal per SQUARE YARD complete and hauled away. Selective Demolition of entire light post, signal post and other miscellaneous pole foundations shall be measured and paid for at the unit price of Post Foundation Removal EACH complete and hauled away. Selective Demolition for electrical conduit and splice boxes in the roadway will be considered incidental to the Asphalt Roadway demolition in that no other payment will be - made. . Selective Demolition of light and signal pole foundations t o 1'below proposed finished grade shall be considered incidental to Nan-Structural slab removal in that no additional payment will be made. SP-26 EARTHWORK This Section includes the following: • Preparing sub-grades. • Filling and backfilling. • Sub-base course for concrete walks and pavements. • Base course for asphalt paving. DEFINITIONS Backfill: Soil materials used to fill an excavation. Base Course: Layer placed between the sub-base course and asphalt paving. Borrow: Satisfactory soil imported from off-site for use as fill or backfill. Excavation: Removal of material encountered above sub-grade elevations. Additional Excavation: Excavation below sub-grade elevations as directed by Architect. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. Unauthorized Excavation: Excavation below sub-grade elevations or beyond indicated dimensions without direction by Architect. Unauthorized excavation,as well as remedial work directed by Architect, shall be without additional compensation. Fill: Soil materials used to raise existing grades. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, ' mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. Sub-base Course: Layer placed between the sub-grade and base course for asphalt paving, or layer placed between the sub-grade and a concrete pavement or walk. Sub-grade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below sub-base, drainage fill, or topsoil materials. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 14 { February 6, 2002 i 1 + Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. PROJECT CONDITIONS Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. PRODUCTS SOIL MATERIALS General Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Satisfactory Soils: ASTM D 2487 Soil Classification Groups SW, SP, and SM or a combination of these group symbols; free of rock or gravel larger than 1-1/2 inches (38 mm)) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Unsatisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, GC, SC, ML., MIA, CL, CH, OL, OH, and PT, or a combination of these group symbols. 13ackfill and Fill: Satisfactory soil materials. Sub-base: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone,and natural or crushed sand;ASTM D 2940;with at least 90 percent passing a 1- 1/2- inch (38-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. Base: Naturally or artif icially graded mixture of natural or crushed gravel,crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2- inch (38-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve. Detectable Warning Tape: Polyethylene film warning tape encasing a metallic core, minimum 6 inches(150 mm)wide and 4 mils (0.1 mm) thick,continuously inscribed with a description of the utility. EXECUTION PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining,washout,freezing temperatures or frost, and other hazards created by earthwork operations. Provide protective insulating materials as necessary. ' Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. Prevent surface water and ground water from entering excavations, from ponding on prepared sub-grades, and from flooding Project site and surrounding area. Protect sub-grades from softening, undermining,washout,and damage by rain or water accumulation. Special Provisions Bid Identification No.2003 Jefferson City Slreetscape Improvements Page 15 February 6,2002 EXCAVATION Excavate to sub-grade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. tExcavate for structures,pavements, and walks to indicated elevations and dimensions. Extend excavations for placing and removing concrete formwork, for installing services and other construction, and for inspections. Trim bottoms to tegL.ired lines and ,grades to leave solid base to receive other work. Proof roll sub-grades, before filling or placing aggregate courses, with heavy pneumatic- tired equipmen! to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated sub-grades,beneath the existing pedestrian pavement or within the tree protection zones of existing trees to remain. Reconstruct sub-grades damaged by freezing temperatures, frost, rain, accumulated �J water, or construction activities. i' Stockpile borrow materials and satisfactory soil materials,without intermixing,in shaped, graded, drained, and covered stockpiles. Stockpile soil materials away from edge of excavations and outside drip line of remaining trees. BACKFILLS AND FILLS Fill: Place and compact fill material in layers to required elevations. Uniformly moisten or aerate sub-grade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. Compaction: Place backfill and fill materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. • Compact soil to not less than the following percentages of maximum dry density r according to ASTM D 698: Under structures, building slabs, steps, and pavements, scarify and re-compact top 12 inches (300 mm) of existing sub-grade and each layer of backfill or fill material at 95 percent. Under existing walkways, and within the tree protection zones do not compact sub- grade. ' Under walkways, outside tree protection zone and in areas of extended sidewalk pavement compact top 6 inches (150 rnm) below sub-grade and compact each layer of backfill or fill material at 90 percent. r� Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 16 February 6,2002 ' Ie� Under lawns, unpaved areas and outside of the drip lines of existing trees to remain, scarify and re-compact top 6 inches (150 mm) below sub-grade and compact each layer of backfill or fill material at 60 percent, using hand-operated tampers. Grading: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections,lilies,and elevations indicated. Grade lawns,walks, and unpaved sub-grades to tolerances of plus or minus 'I inch (25 mm)and pavements and areas within building lines to plus or minus 1/2 inch (13 mm). Sub-base and lase courses: Under pavements and walks outside of existing walks and tree protection zones, place sub-base course on prepared sub-grade. Place base course material over sub-base. Compact to required grades, lines, cross sections,and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 1557. FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. Allow testing agency to test and inspect sub-grades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. When testing agency reports that sub-grades,fills, or backf ills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. PROTECTION AND DISPOSAL Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and ' debris. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. MEASUREMENT AND PAYMENT During the course of the project at the direction of the Engineer may be occasions to excavate beyond the lines and grades as indicated in the plans or standard ' specifications to investigate an unknown condition. In this event the work associated with excavating and backfilling and compaction back to the lines and grades of the intended design - shall be considered Unclassified Excavation/Backfill and Compaction and shall be paid for at the contract unit price per CUBIC YARD Earthwork associated with the backfilling of closed subterranean spaces beneath the sidewalks shall be paid for under the item Controlled Fill at the contract unit price per CUBIC YARD. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 17 February 6, 2002 All other earthwork associated with the work shall be considered incidental to the I c construction in that no other additional payment shall be made. SP-27 PLANTER BOX SOIL REPLACEMENT This work includes the preparation of soil and planting bed establishment for the tree boxes and planting areas for the future installation of landscaping by the City Department of Parks and Recreation. It also includes the backfilling of planting soil in the expanded existing tree boxes. SUBMITTALS Soils Test Reports for imported topsoil. QUALITY ASSURANCE Soil-Testing Laboratory Qualifications: An independent laboratory, recognized by the <' State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed, Topsoil Analysis: Furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; permeability, exchange capacity; deleterious material; pH; and mineral and plant-nutrient content of topsoil. Report suitability of topsoil for plant growth. The report shall state recommended quantities of nitrogen, phosphorus, and potassium nutrients and soil amendments to be added to produce satisfactory topsoil for vigorous plant growth. PRODUCTS TOPSOIL Complying with ASTM D 5268, pH range of 6.0 to 7.0, a minimum of 6 percent and a maximum of 10 percent organic material content;free of crushed rock of any dimension and other extraneous materials harmful to plant growth.Acceptable organic components can be peat moss or compost as specified below under organic soil amendments. Topsoil Source: Do not reuse existing site soil unless approved by the Owner's representative. If existing soil is to be used, it must undergo a topsoil analysis for r:s� conformance with ASTM D 5268 and these specifications. If import topsoil from off-site sources is used obtain topsoil displaced from naturallywell- drained agricultural sites where topsoil occurs at least 4 inches deep;do not obtain from wetlands, bogs, marshes or contaminated sites. Soil shall be free of pesticides. INORGANIC SOIL AMENDMENTS Lime: ASTM C 602, agricultural limestone containing a minimum 80 percent calcium carbonate equivalent and as follows: • Class: Class O,with a minimum 95 percent passing through No. 8 sieve and a minimum 55 percent passing through No. 60 sieve. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 18 February 6,2002 �� � f Sulfur: Granular, biodegradable, containing a minimurn of 90 percent sulfur, with a rninirnum 99 percent passing through No. 6 sieve and ,a maximum 10 percent passing through No. 40 sieve. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. Aluminum Sulfate: Commercial grade, unadulterated. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. S-ind: Clean, washed, natural or manufactured, free of toxic materials. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with app,oxirnately 140 percent water absorption capacity by weight. ORGANIC SOIL.AMENDMENTS CompasL' Well-composted,stable.,and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contarninants and free of substances toxic to plantings; and as follows: • Organic Matter Content: 50 to 60 percent of dry weight. • Feedstock: Agricultural,food,or industrial residuals;biosolids;yard trimmings; or source-separated or compostabie mixed solid waste. • Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed-sedge peat and having a water-absorbing capacity of 1100 to 2000 percent. FERTILIZER Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus, and potassium in the following composition: • Nitrogen,phosphorous,and potassium in amounts recommended in soil reports from a qualified soil-testing agency. EXECUTION PLANTING SOIL MIX Mix topsoil with the following soil amendments and fertilizers in the following quantities: ' Organic amendments to Topsoil by Volume: 1:3(6-10%organic content in mix) • Lime: As required by soils test to raise pH of soil • Aluminum Sulfate: As required by soils test to lower pH of soil. • Ratio of Sand Plus 10 Percent Diatomaceous Earth: 1:3 • Slow-Release Fertilizer: As required by soils test. t Special Provisions Bid Identification No.2003 Jefferson City Streetscapo Improvements Page 19 February G,2002 1 PLANTING BCD ESTABLISHMENT Excavate existing soil materials for planting areas as detailed. Remove, material from site. Import and install topsoil and furnish soils test to Owner's representative for review and approval of imported soil. Arnend irported soils as required by soils tests and approved by Owner's representative. . Planting soil mix shall then be retested for conformance with soils test and these specifications. Submit test results to Owner's representative for approval. Planting pit shall be backfilled as detailed in lifts no greater than 6". Compact soils to 85% maximum density. Finish grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. Cover finished planting bed with hardwood bark mulch to as indicated on the i drawings. Remove surplus soil and waste material, including excess subsoil, unsuitable soil,trash, and debris, and legally dispose of them off Owner's property. Hardwood Mulch and Landscape Fabric Provide as a top dressing to the tree boxes and landscaped areas a finished layer of shredded hardwood bark mulch. The mulch shall be uniformly shredded free from bark ' clumps, soil, aggregate or other debris and suitable for landscape use.Install bark mulch as indicated in the details for all areas to be planted and all existing tree boxes. Landscape fabric shall be installed and as indicated on the drawings. ® MEASUREMENT AND PAYMENT p Planter Box Soil shall include all labor, equipment and materials necessary for the removal and replacement of Planter Box Soil including the stone drainage layer, geo fabric and amended soil at the contract unit price per CUBIC YARD. Place Soil shall include all labor,equipment and materials necessary for the placement of planter soil in the expanded existing tree boxes at the contract unit price per CUBIC YARD Bark Mulch shall include the installation of the landscape fabric and hardwood bark mulch to be measured and paid for at the contract unit price installed 3" deep per SQUARE YARD. SP-28 AGGREGATE BASE COURSE This work includes the installation of aggregate base course under pavement,curbs, and planter boxes and as indicated on lire drawings. Special Provisions Bid Identification No.2003 r Jefferson City Streetscape Irnprovements Page 20 February 6,2002 1 r� 1 ' PRODUCTS 7 he aggregate base course beneath paving curbs, trenches, aprons, and areas of expended pedestrian paving shall be a limestone sub-grade consisting of 1" minus crushed limestone, gravel or chat, meeting the requirements of Aggregate Type I or Type li of the 1999 Edition of the "Missouri Standard Specifications for Highway Construction" For areas beneath the new tree boxes, landscape spaces and all areas of existing pedestrian pavement to be replaced the aggregate shall be. clean washed river stone meeting the gradation of Aggregate Type 11 of the 1999 Edition of the"Missouri Standard Specifications for Highway Construction" free of any harmful agent deleterious to the growth of plant life. EXECUTION The limestone sub-grade shall be placed in layers no greater than four(4) inches thick. The material shall be wetted as required for proper compaction. Compact limestone sub-grade under discrete concrete elements until a firm, non-yielding surface is achieved. Compact limestone sub-base under pavements(95%of the maximum density as determined by AASHTO T99, Method C) only in areas between the roadway centerline and the existing curb line. Other areas shall receive compaction as indicated on the plans. The river stone shall be placed and tamped to consolidate the materials prior to the installation of the engineering fabric for the tree planters and landscaped areas. Under areas of existing pedestrian pavement to be replaced and in the tree protection zones the stone shall be raked and leveled to fill small voids and depressions and to micro fill for proper grades as required. MEASUREMENT AND PAYMENT . 1 No additional payment will be made for aggregate base course, as it is incidental to other,items of the work. SP-29 CONCRETE CONSTRUCTION DESCRIPTION This Section includes cast-in-place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes for use in the following: curbs, gutters,sidewalks, paved approaches, ramps and trench drains,structural slabs, walls, lamp and signal post foundations and miscellaneous items cast-ir.-place below grade. SCHEDULE Because of the need to keep pedestrian access to downtown shops open as much as possible the contractor shall be prepared to use high early strength concrete mixes and additives at strategic locations in the project. The use of these materials shall be monitored such that the finished product will have the visual appearance and be equal to or better in performance to other adjacent materials. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 21 February 6, 2002 r , , Related Sections include the following: SP-"Earthwork"for drainage fill under slabs-on. grade. SUBMITTALS Submit the following for review and approval: • Product Data and instructions: For each manufactured material and product indicated. • Design Mixes: For each concrete mix indicated. • Material certificates. For each item indicated • 'Test Results. ' Standard color samples for integrally colored concrete and joint sealants. • Certificates indicating compliance with Imprinted Colored Concrete Pavement specifications. TEST PANELS e Provide flatwork test panels for sidewalk pavement (5'x5' min.)for approval to establish standard of quality. The test panel shall demonstrate all aspects of the finished product including finish and jointing exposed aggregate finish and imprinted and colored patterns. Provide panels at least 14-days prior to placing concrete. The approved test panel may be used in-place with other colored concrete flatwork. The contractor shall coordinate the location of an in-place test panel with the Owner's representative. Once approved, the test panel shall be protected until the concrete work is complete and approved. The contractor shall provide the number of test panels required to obtain approval at no additional cost to the Owner. TEST CURBS - The contractor shall construct a sample planter tree curb section of at least eight feet in length to the lines and dimensions indicated on the plans and in the details for approval of the owner. The purpose of the sample box curb is to review the construction techniques and set the parameters for the final surface finish acceptable to the City. The contractor shall apply three different surface treatments to the planter curb to closely match the exposed aggregate surface of the sidewalk for review and approval of the City. The contractor shall provide the number of test panels required to obtain approval at no additional cost to the Owner. Upon approval the contractor shall construct a complete planter box with the approved surface treatment for final approval. Upon approval of the City the completed box will become the standard for the project. At the option of the contractor the complete sample planter box may be installed as a part of the project so that if it is acceptable to the City it may remain. QUALITY ASSURANCE ' Manufacturer Qualifications: Manufacturer of ready-mixecrconcrete products complying with ASTM C 94 requirements for production facilities and equipment. Installer Qualifications: An experienced installer who has completed concrete work , similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. J Special Provisions Bid Identification No. 2003 r.l Jefferson City Streetscape Improvements Page 22 February 6, 2002 ' II Source Limitations: Obtain each type of cement of the same brand from (fie some manufacturer's plant, each aggregate from one source, and each admixture; from the same manufacturer. Comply with ACI 301, "Specifications for Structural Concrete," including the following, unless modified by the requirement of the Contract Documents. • General requirements, including submittals, quality assurance, acceptance of structure, and protection of in-place concrete. • Formwork and form accessories. • Steel reinforcement and supports. • Concrete mixtures. • Handling, placing, and constructing concrete. FORMWORK Furnish formwork and form accessories according to ACI 301. STEEL REINFORCEMENT Plain-Steel Wire: ASTM A 82, as drawn. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. CONCRETE MATERIALS • Portland Cement: ASTM C 150, Type I or II. ' • Aggregate: ASTM C 33, uniformly graded, from a single source Osage River Sand for all exposed cast-in-place concrete work. • Water: potable, ASTM C 94. Admixtures: Certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admixtures containing Calcium Chloride. Concrete mixtures shall include the following: • Air-Entraining Admixture: ASTM C 260. • Water-Reducing Admixture: ASTM C 494,Type A. • High-Range, Water-Reducing Admixture: ASTM C 494, Type F. • Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. • Water-Reducing and Retarding Admixture: ASTM C 494, Type D. CURING MATERIALS Evaporation Retarder: Waterborne, monornolecular film forming, manufactured for application to fresh concrete. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. dry. Special Provisions Bid Identification No.2003 a . Jefferson City Streetscape Improvements Page 23 February 6,2002 1 Moisture.-Retaining Cover: ASTM C 171, polyethyleno film or white burlap-polyethylene sheet. Water: Potable. Clear Water-Borne Liquid-Membrane-Forming Curing Compound: ASTM C 309,type 1; ' Class B. RELATED MATERIALS Expansion Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or r"r ASTM D 1752, cork or self-expanding cork with proinstalled bond breaker and removable top strip. 1 Vapor Retarder: Multiply reinforced polyethylene sheet, ASTM E 1745, Class C, not less than 7.8 mils (0.18 mm) thick; or polyethyleno sheet, ASTM D 4397, not less than 10 mils (0.25 men) thick. r Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and t manufactured or natural sand from the Osage River; ASTM D 448, Size 10, with 100 percent passing a No. 4 (4.75-mm)sieve and 10 to 30 percent passing a No. 100(0.15- mm) sieve; complying with deleterious substance limits of ASTM C 33 for fine aggregates. Joint Sealant: LITHOSEAL TRAFFICALK-G3 by L.M. Scofield or approved equal.Color: Matched to adjacent colored concrete in curb line band and matched to plain concrete at other locations including around colored diamonds. Surface Sealer: CEMFNTONE CLEAR SEALER by L.M. Scofield Company or approved equal Chemical Surface ,retarder: Water soluble, liquid set retarder with color dye, for horizontal concrete surface application,capable of temporarily delaying final hardening of concrete to a depth of 1/8 to 1/ inch. Dowel Bars: Dowels for transverse joints shall meet the requirements for Plain ' Bounds of AASH1*O M 31, AASHTO M 42, or AASHTO M 53. They shall be smooth, round, and have all cutting burrs, loose mill scale, rust grease, and oil removed. The free; end of the dowel bar for a length of at least eleven (11) inches shall be coated with a suitable paint such as red lead, regular or quick drying; basic lead silicon chromate primer; zinc chromate-iron oxide or other approved zinc chromate primer,followed by an approved coating of powdered graphite or graphite grease. Dowel supporting units shall conform to the type shown on the plans. w CONCRETE MIXES • t Concrete Mixes: Prepare design mixes, proportioned according to ACI 211.1 and � ACI 301, with the following properties: • Compressive Strength (28 Days): 4000 psi. • Maximum Water-Cementitious Materials Ratio: 0.50. • Slump Limit: 4 inches. ' Air Content: 6 percent (±1 percent ). Special Provisions Old Identification No.2003 •� Jefferson City Strootscape Improvements Page 24 February 6,2002 L*J • Cement— 5 sacks per cubic yard Coloring Agent: Add coloring agent to rnix in strict accordance, with manufacturer's written instructions. Project-Site Mixing: Comply with requirements and rnpasure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer, CONCRETE MIXING Ready-Mixed Concrete: Comply with ASTM C 94.Select paragraph above or below. Select below if synthetic fibers are required, When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-112 hours to 75 minutes; when air leriiperature is above 90 deg F (32 deg C), reduce mixing and delivery time to GO minutes. FORMWORK ' Design, construct, erect, shore, brace, and maintain formwork according to ACI 301. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for ' pavement to required lines, grades, and elevations. STEEL REINFORCEMENT , and with CRSI's "Manual of Standard Practice" for fabricating, placing,Comply 9 9 supporting reinforcement. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. . l JOINTS Construct joints true to line with faces porpondicular to surface plane of concrete. Construction Joints: Locate and install so as not to impair strength or appearance of ' concrete, at locations indicated or as approved by Architect. isolation/Expansion Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces. r Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. Control Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at ' (east one-third of the concrete thickness. Special Provisions Laid Identification No, 2003 Jefferson City Streeiscape Improvements Page 26 February 6, 2002 SURFACE: PREPARATION Prepare subbase, as described for specitic areas and remove loose material from surface. CONCRETE PLACEMENT Comply with recommendations in ACI 304R for measuring, rnixing, transporting, and placing concrete. Placo concrete in a continuous operation within planned joints or sections. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Consolidate concrete by mechanical vibrating equipment supplemented by hand- spading, rodding, or tamping according to recommendations in ACI 309R. Screed and initial-float concrete surfaces with darby or bull float before excess moisture or bleed water appears on the surface. Protect concrete from cold or hot weather during mixing, placing, and curing. Do not add water to concrete during delivery, at the project site or during placement. Pavement Tolerances: For Roadway and Apron paving Comply with tolerances in ACI 330.1, "Specification for Plain Concrete Parking Lots." For Sidewalk and Pedestrian Pavements finished surfaces shall be true in line and grade to within 1/8" in ten feet in any one direction and shall have positive surface drainage. ' Pavements which exhibit pending or negative drainage will be removed and reinstalled at no additional cost to the owner. ' FINISHING FORMED SURFACES Apply to concrete surfaces not exposed to public view. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and -1 patch tie holes and defective areas. Completely remove fins and other projections. t� Special Provisions Bid Identification No, 2003 Jefferson City Streetscapo Improvements Page 26 February 6,2002 l . I FINISHING UNFORMED SURFACES Do not further disturb surfaces before starting finishing operations. Trowel Finish: Apply a (lard trowel finish to slab surfaces below grado. SPECIAL FINISHES The intent of special finishes is to achieve a weathered aggregate finish similar to the walks surrounding the Governors Garden at Jefferson and Capitol Streets. This finish is to be achieved on all exposed (non-colored) concrete construction including curb and gutters, aprons, trench drains, sidewalks, planee► box curbs, exposed foundations and the accessible ramp curb wall. Exposed Aggregate Finish: Expose Osage River aggregates and sand of pavement surfaces as follows: 1. Immediately after floating, spray-apply chemical surface retarder to pavement according to the manufacturer's written instructions. 2. Cover with plastic sheeting, sealing laps with tape, and remove when ready to continue finishing operations. 3. Without dislodging aggregate, remove excess mortar by lightly brushing surface with a stiff, nylon bristle broom. 4. Fine-spray surface with water and brush. Repeal water flushing and brushing cycle until cement film is removed from aggregate surfaces to depth required. VAPOR RETARDER 1 Install, re rotect, and air vapor-retarder sheets According to ASTM E 1643; place p P sheets in position with longest dimension parallel with direction of pour. Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch (0 mm) or minus 3/4 inch (19 mm), i iCONCRETE CURING General: Protect freshly planed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection, and follow recommendations in ACi 305R for hot-weather protection during curing. Special Provisions laid Identification No. 2003 Jefferson City Streetscape Improvements Pago 27 February 0, 2002 Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or ! windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x 11 (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. Surface retarding agents shall be compatible with all color and sealer agents proposed for use on the project and will not stain, discolor, or affect the integrity of the finished surface. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. Curing Methods: Cure formed and unformed concrete for at least seven days by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: f Water: Continuous water-fog spray. I ' Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- , retaining cover for curing concrete, placed in widest practicable width,with sides and ends lapped at least 12 inches(300 mm),and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three flours after initial application. Maintain continuity of coating and repair damage during curing period. REPAIRS AND PROTECTION Remove and replace concrete pavement that is broken,damaged,or defective,or does not meet requirements in this Section. r- Protect concrete from damage. Exclude vehicular traffic from pavement for at least 14 days after placement. • Maintain concrete pavement free of stains,discoloration,dirt,and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. FIELD QUALITY CONTROL ; Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement ' according to requirements specified in this Article. Perform tests according to ACI 301. .J Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvemonts Page 28 February 6, 2002 ' tJ Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 Cu. yd. (4 cu. m), but less than 25 cu, yd. (19 cu. rn), plus one set for each additional 50 cu. yd, (38 cu. m) or fraction thereof. MEASUREMENT AND PAYMENT This work shall be paid for at the following contract unit prices, These unit prices shall include all labor, materials and equipment to install the pay item in-place as specified herein. No additional payment will be made fur sub-grade preparation, aggregate base, reinforcement, metal frames and grates, 'anchors, rods, dowels, conduits or sleeves(where required) or compaction, as these items are incidental to the work specified in this section. Concrete Sidewalk Pavement, 5 inch: per SQUARE FOOT" Concrete Curb and Gutter, Type A: per LINEAR FOOT Planter Box Curb: per LINEAR FOOT Concrete Apron, 8 inch: per SQUARE FOOT Trench Drain: per LINEAR FOOT Down Spout Trench per LINEAR FOOT Structural Slabs: per SQUARE FOOT Cast-in-Place Concrete Walls: per SQUARE FOOT OF FACE (SFF) Street Light Base: New Foundation Installation per EACH SP-30 REPAIR OF DRIVING SURFACE All sections of pavement damaged or removed during construction shall be replaced in accordance with the following requirements: Existing Pavement Ease Surface Bituminous Street G" FCC 2"AC ' Cold mix shall be used on a temporary basis when asphaltic, concrete hot mix is not available. The cold mix shall be removed and the permanent hot mix shall be installed when it becomes available. In all paved areas disturbed by construction activities, replacement and repair of the driving surface shall be subsidiary to construction. For the section of roadway pavement in the 100 block of High Street(North Side),the Roadway Pavement will be measured and paid for at the contract unit price per SQUARE YARD installed. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Pago 29 February 6,2002 SP-31 IMPRINTED COLORED CONCRETE PAVEMENT This section includes all items pertaining to the construction of Imprinted Colored Concrete Pavement, REFERENCES AND STANDARDS Install Imprinted Concrete in accordance with the standards and specifications of the American Concrete Institute (ACI)and the written instructions of the selected imprinting rnanufacturer. Approved imprinting manufacturers include: • Bomanite Corporation-- (559)- 673.2411 • Patterned Concrete Industries, Ltd. — (800) 252-4619 • Substitutions shall be approved equal by the Owner's representative. r. DEFINITIONS i Imprinted Colored Concrete: a cast-in-place concrete slab, having the surface colored and Imprinted with a pattern.Trained and experienced workmen perform the work on the job site. RELATED WORK Preparation work, including sub-grade preparation, finish grading, constructing formwork, placing and setting screeds, and furnishing and placernent of reinforcement shall be done by a qualified contractor. Provide and place concrete. Provide and apply all color hardener. Regular grade color hardener is recommended for all'applicatiori areas except those subject to heavy pedestrian traffic or heavy vehicular traffic. Provide and apply all release agents. Release agent is a dry powdered, colored agent used to facilitate release of the imprinting tools from concrete surface, and to provide moderate color variations to the textured surface. r-+ Provide and apply custom imprinting tools with the patterns and jointing as indicated in J .•r the drawings. In the event the Unit Pavers alternate is accepted, the City will evaluate possible standard stamped patterns that may be available for the decorative work associated with Central Bank, Exchange Bank and Slokes Electric Company without the production of custom tools as indicated above. ' Provide and apply curing compound. Provide and apply grout for imprinted joints. Provide and apply sealer. ; It I Special Provisions Bid Identification No.2003 Jefferson City Streotscape Improvements Pago 30 February 6,2002 rj j QUALITY ASSURANCE Thr� contractor shali provide a qualified foreman or supervisor who has a minimum of three years experience with imprinted and textured concrete, and who has successfully completed at least five (5) imprinted concrete installations of high quality and similar in scope to that specified herein, and located within a 200 mile radius of the proposed project. Evidence that the contractor is qualified to complete the project in a workmanlike manner as specified herein shall be submitted to, and approved by, the archilectJenginoer. All work shalfcomply with the current specifications and quality standards issued by the imprinting and coloring manufacturers. SUBMITTALS Submit as specifina under"CONCRETE CONSTRUCTION". rESTING Provide testing as specified under"CONCRETE CONSTRUCTION". PRODUCTS AND MATERIALS Portland Cement: ASTM C 150, Type I only. Aggregate: ASTM C 33, uniformly graded, from a single source, non-reactive. Water: potable, ASTM C 94, Imprinting Pattern: [casket weave. Color Hardener: LITHOCHROME by L.M. Scofield Company or approved equal(ASTM C 979), Color: Matched to Color Admixture. 1 Release Agent: LITHOCHROME ANTIQUING RELEASE by L.M. Scofield Company or approved equal, (ASTM C979). Color: A-26 Brick Red from A-112 Lithochrome Color Hardener chart. SCuring Compound: LITHOCHROME COLORWAX by L.M. Scofield or approved equal. Sealer: CEMENTONE CLEAR SEALER by L.M. Scofield or approved equal. Joint Sealant:LITHOSEAL TRAFFICALK-G3 by L.M. Scofield or approved equal.Color: Matched to adjacent colored concrete in curb line band and matched to lain concrete at 1 p other locations including around colored diamonds. Admixtures: Air-Entraining Admixture: ASTM C 260. Color Admixture:Chromix by L.M.Scofield, or approved equal,ASTM C 494 and C 979, PP q AASHTO M 194, CRD C 87. Synthetic mineral-oxide pigments with colored water- reducing admixtures; color stable, nonfading, and resistant to lime and other alkalis. Color: C-32 Quarry Red. Materials that shall NOT be used: Special Provisions Bid Identification No. 2003 Jefferson City Strootscape Improvements Page 31 February 6, 2002 Cement substitutes including fly ash and slag • Water reducing admixtures in addition to those in color admixture. Super Plasticizers. • Calcium Chloride CONCRETE MIXES AND MIXING Concrete Mixes: Prepare design mixes, proportioned according to ACI 211.1 and i ACI 301, with the following properties: I • Compressive Strength (28 Days): 4000 psi. (" • Maximum Water-Cementitious Materials Ratio: 0.50. • Slump Limit: 4 inches. • Air Content; f percent C±1 percent ). • Cement — 5.5 sacks per cubic yard Coloring Agent: Add coloring agent to mix in strict accordance with manufacturer's written instructions. ! tic Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. Project-Site Mixing: Comply with requirements and measure, batch, and mix concrete ' materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer. EXECUTION ION The area to receive imprinted concrete shall have the sub-grade prepared as indicated in CONCRETE CONSTRUCTION. The concrete shall be placed as indicated in CONCRETE CONSTRUCTION. Color Hardener shall be applied in strict accordance with the imprinting manufacturers recommendations. Release Agent shall be applied evenly to the troweled surface prior to imprinting. While the concrete is still in its plastic stage of set, the imprinting tools shall be applied to the surface. Curing and Sealing compounds shall be applied in accordance with the manufacturer's recommendations immediately after completing the imprinting process. Burlap, plastic sheets or fogging with water shall not be used in conjunction with curing colored concrete. After the initial curing period the surface of the slab shall be sealed. After surface sealant has dried completely all expansion joints shall be sealed. MEASUREMENT AND PAYMENT 1 This work shall be paid for at the contract unit price per SQUARE FOOT for Imprinted Colored Concrete Pavement. This unit price shall include all labor, materials and equipment to install Imprinted Colored Concrete Pavement as specified herein. No f .� Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Pago 32 February G, 2002 additional payment will be rnadr;for sub-grade preparation,aggragale base,compaction, joints or reinlorcernent, as these items are incidental to the work specified in this section. SP-32 UNIT PAVERS This Section includes the construction of brick pavers set in bituminous setting bed, ' Unit Pavers will be considered an alternate bid item in place of the Imprinted Colored Concrete Paving in all locations except Central Hank, Exchange Bank, and Stokes Electric Company. SUBMITTALS Product Data for brick pavers and bituminous setting materials. Samples for Verification: F1.111-size units of each type of unit paver indicated; in sets for each color, texture, and pattern specified, showing the full range of variations expected in these characteristics. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experiencd. include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. QUALITY ASSURANCE Installer Qualifications: An experienced installer who has completed unit paver installations similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. Source Limitations: Obtain cacti type of unit paver, joint material, and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. '. Mockups: Before installing unit pavers,build mockups for each form and pattern of unit pavers required to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to complywith the following requirements, using materials indicated for the completed Work, including same base construction, special features for expansion joints, and contiguous work as indicated: • Build mockups in the location and of the size indicated or, it not indicated, as directed by Owner's Representative. • Notify Owner's Representative seven days in advance of dates and times when . mockups will be constructed. • Demonstrate file proposed range of aesthetic effects and workmanship. • Obtain approval of mockups before starting unit paver installation. • Maintain mockups during construction in an undisturbed condition as a standard r for judging the completed Work. • Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Special Provisions Bid Idontification No. 2003 Jefferson City Streetscapo Improvements Pago 33 February 6, 2002 DELIVERY, STORAGE, AND HANDLING Protect unit pavers and aggregate during storage and construction against soiling or contamination from earth and other materials. Cover pavers with plastic or use other packaging rnatr..rials that will prevent rust marks from steel strapping. Store liquids in tightly closed containers protected from freezing. Store asphalt cement and other biturinous materials in tightly closed containers. PROJECT CONDITIONS Cold-Weather Protection: Do riot use frozen,materials or materials mixed or coated with ico or frost. Do not build on frozen sub-grade or setting hods. Remove and replace unit paver work damaged by frost or freezing. Weather Limitations for Bituminous Setting Bed: Complywith the following requirements: • Apply asphalt adhesive when ambient temperature is above 50 deg F (10 deg C) and when temperature has not been below 35 deg F (2 deg C) for 12 hours immediately before application. Do not apply when base is wet or contains excess moisture. • Install bituminous setting bed only when atmospheric temperature is above 40 dog F (4 deg C) and when base is dry. MANUFACTURERS Manufacturers: Subject to compliance with requirements, provide back paver products by Endicott Clay Products Co., or approved equal. UNIT PAVERS Brick Pavers: Light-traffic paving brick; ASTM C 902, Class SX,Type I, . Provide brick without frogs or cores in surfaces exposed to view in the completed Work. Bricks forthis work shall measure 2-1/4"x4"x8". Color shall be Medium Iron Spot 1146 and Dark Iron r-t Spot. Handicap detectable warning pavers shall be Dark Iron Spot and meet the same specification. BITUMINOUS SETTING-BED MATERIALS Primer for Base: ASTM D 2028,cutback asphalt, grade as recommended by unit paver r manufacturer. Fine Aggregate for Setting Bed: ASTM D 1073, No. 2 or No. 3. Asphalt Cement: ASTM D 3381, Viscosity Grade AC-10 or AC-20. Special Provisions Bid Identification No. 2003 1 Jefferson City Stroetscapo Improvements Page 34 fl February 6, 2002 1::', r ) i Neoprene-Modified Asphalt Adhesive: Paving manufacturer's standard adhesive contii:;ting of oxidized asphalt carrrbinrd with 2 porcent neoprene and 10 percent long. fibcred rninenal firers containing no asbostos. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing No. I (1.18-rnrn) sieve and no more than 10 percent passing No. 200 (0,075- (nrn) sievr,. Provide sand of color needed to produce required joint color. BITUMINOUS SETTING-BED MIX Mix bitl.lmineuS materials at an asphalt plant in approxrniate proportion, by weight, of 7 percent asphalt cement to 93 percent tine aggregale, unless otherwise indiCal0d. 1-1eal mixture to 300 drag F (149 deg C). EXAMINATION Examine areas indicated to receive paving, with Installer present, for cornpliarice with requirernonls for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Vacuum clean concrete substrates to remove dirt, dust, debris, and loose particles. INSTALLATION Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible or cause staining in'finished work. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. °I Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. Joint Pattern: As indicated. Provide compressible joint filler with sealant,where indicated, along one edge of pavers when captive in concrete setting frame. � t Tolerances: Do not exceed 1/16-inch(1,6-rnrn)unit-to-unit offset from flush(lippage) nor 1/8 inch in 24 inches (3 mm in 600 mm) and 1/4 inch in 10 feet (6 mm in 3 m) from level, ' or indicated slope, for.finished surface of paving. Expansion and Control Joints: Provide joint filler at locations and of widths indicated. Install joint filler before setting pavers. Make top of joint filler flush with top of pavers. Special Provisions Bid Identification No.2003 Jefferson City Streetscapo Improvements Pago 35 February 6, 2002 BITUMINOUS SETTING-BED APPLICATIONS I Apply primer to concrete slab or binder course immediately before placing setting bed, Prepare for setting-bed placement by locating 3/4-inch- (19-mm-) deep control bars approximately 11 feet (3.3 m) apart and parallel to one another, to serve as guides for ' striking board. Adjust bars to sub-grades required for accurate setting of paving units to finished grades indicated. i Place bituminous setting bed where indicated, in panels, by spreading bituminous material between control bars. Strike setting bed smooth, firm, even, and not Mess than 3/4 inch (19 mm) thick. Add fresh bituminous material to low, porous spots after each pass of striking board. After each panel is completed, advance first control bar to next position in readiness for striking adjacent panels. Carefully fill depressions that remain after removing depth-control bars. Roll setting bed with power roller to a nominal depth of 3/4 inch (19 rnm) while still hot. Adjust thickness as necessary to allow accurate setting of unit pavers to f inished grades indicated. Apply neoprene-modified asphalt adhesive to cold setting bed by squeegeeing or troweling. If troweled on, use trowel with serrations not exceeding 1/16 inch (1.6 mm). Proceed with setting of paving units only after adhesive is dry to the touch. Place pavers carefully by hand in straight courses, maintaining accurate alignment and uniform top surface. Protect newly laid pavers with plywood panels on which workers can stand. Advance protective panels as work progresses, but maintain protection in areas subject to continued movement of materials and equipment to avoid creating depressions or disrupting alignment of pavers. If additional leveling of paving is required, and before treating joints, roll paving with power roller after sufficient heat has built up in the surface from several days of hot weather. ' Joint Treatment: Place unit pavers with hand-tight joints. Fill joints with sand by sweeping over paved surface until joints are filled. REPAIR AND PROTECTION Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise , damaged or that do not match adjoining units as intended. Provide now units to match adjoining units and install in same manner as original units, with samp joint treatment and with no evidence of replacement. - MEASUREMENT AND PAYMENT This work shall be paid for at the contract unit price per SQUARE FOOT for Unit Pavers. It includes all labor, material and equipment to install unit pavers as shown on the plans. No additional payment will be made for 'asphalt setting, sand joints, compressible joints and sealant, neoprene-modified asphalt adhesive, asphalt cement, ' or primer for base as they are incidental to the installation of unit pavers. No additional payment will be made for concrete and aggregate sub-base or sub-grade ' preparation as they are considored incidental to the work. Special Provisions Bid Identification No, 2003 Jefferson City Streetscape Improvements Page 36 February 6,2002 ` J 1 SP-33 IRRIGATION MODIFICATiONS and SODDING IRRIGATION The contractor shall modify the existing irrigation system at 311 East High Street to provide 100%coverage of the additional turf area indicated. The contractor shall install like materials and equipment to achieve the full irrigation coverage to the new lawn area. SODDING Furnish topsoil to bring sub-grade under sod to match surrounding grades. Compact topsoil, in 4" rnax lifts, to 85%. 1-ay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or rnuddy. Lay sod to form a solid mass with tightly filled joints. Butt ends and sides of sod; do not stretch or overlap, Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to sub-grade or sod during installation. Tarnp and roll lightly to ensure contact with sub-grade, eliminate air pockets, and form a smooth surface. Work sifted soil or ® fine sand into minor cracks between pieces of sod; remove excess to avoid smothering I® sod and adjacent grass. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below sod. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations for 30 days or until substantial completion. Roll, regrade, resod bare and eroded areas to produce a uniformly smooth lawn. MATERIALS l Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to T urfgrass Sodding," Furnish viable sod of uniform density,color, and texture,strongly rooted,and capable of vigorous growth and development when planted. M Sod Species; Kentucky bluegrass (Poa pratensis), a minimum of three cultivars. Top Soil; As specified under Planter Box Soil Replacement. CLEANUP AND PROTECTION Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. Special Provisions Bid Identification No. 2003 Jefferson City Streetscapo Improvements Pago 37 February 6,2002 MEASUREMENT AND PAYMENT This work item shall include all labor, materials and equipment required to modify the existing irrigation system at 311 East High, grade sub-grade, place top soil and install sod to areas as indicated on the plans. This work shall be paid for the contract unit price per LUMP SUM uoder the bid item Irrigation Modification and Sodding, 300 Block High Strect SP-34 IRRIGATION PIPING This Section includes irrigation piping for sleeves and selected irrigation main line areas. Utility-furnished products include tap, service line, curb valve and valve box that will be furnished to the site, for installation by the City Water Department, DELIVERY, STORAGE, AND HANDLING Deliver piping with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe-end damage and to prevent entrance of dirt, debris, and moisture. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. PROJECT CONDITIONS Existing Utilities: Do not interrupt water utilities serving facilities occupied by Owner or others. PRODUCTS PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 40. PVC Socket Fittings, Schedule 40: ASTM D 2466. PVC, Pressure-Rated Pipe: ASTM D 2241, PVC 1120 compound, SDR 21 and SDR 26. HDPE Pipe EXECUTION Piping Applications: Underground Irrigation Main Piping shall be SDR 21, Class 200, PVC pipe and socket fittings, and solvent-cemented joints, Sleeves shall be Schedule 40 PVC pipe and socket fittings; and solvent-cemented joints. r"• Piping Installation: Install underground thermoplastic piping according to ASTM D 2774. Lay piping on solid sub-base, uniformly sloped without humps or depressions. Install PVC piping in dry weather when temperature is above 40 deg F 5 deg C. Allow joints to cure at leas( 24 hours at temperatures above 40 deg F 5 deg C before testing unless otherwise recommended by manufacturer. 1 The contractor may at his option horizontally bore the conduits beneath the roadway intersection or,itilize rock saw equipment and cut a trench to the depths and alignments indicated on the plans and details. The use of the rock saw equipment will require the backfiliing of the trench with a 3" depth of sand over the top of the conduit followed by lean Portland Cement Concrete to within 3"of the finished roadway grade.The concrete shall be vibrated to insure voids and cavities are removed. The top surface of the concrete shall be roughed to provide a textured surfaco to receive the asphalt layer. A ► j liquid applied tack coat shall be applied to the lop of the concrete surface and the sides Special Provisions Bid Identification No. 2003 t Jefferson City Strootscapo Improvoments Page 38 , February 8, 2002 ' ri of the remaining trench surfaces prior to laying of asphalt. MoDOT Type "C" asphalt shall be laid and compacted in the trench to restore the roadway to existing surface grades. Asphalt shall be laid in accordance with MoDOT specifications. Testing: The interior piping identified for insertion on those portions of the project to be under roadways shall be air pressure tested to 100 psi for 4 hours with no pressure loss. Upon successful completion and acceptance of the test, the interior piping shall be capped off for future use. Cleaning: Flush r'.,rt and debris from piping and cap ends before backfilling. Remove all excess/scrap material from the site. MEASunEMENT AND PAYMENT Price shall include the whole cost and expense for furnishing all labor, equipment, and materials required to install the irrigation pining shown on the plans. Payment will be made at the contract unit price for the following items. Irrigation Conduit 3" per LINEAR FOOT Irrigation Conduit 4" per LINEAR FOOT Irrigation Main Line 1-1/2" per LINEAR FOOT Boring/trenching for additional conduit not indicated on plans, per LINEAR FOOT SP-35 STEEL DECK 1 This Section includes noneomposite form deck. SUBMITTALS • Product Data: For each type of deck, accessory, and product indicated. • Shop Drawings: Include layout and types of deck panels, anchorage details, reinforcing channels, pans, deck openings, special jointing, accessories, and attachments to other construction. • Product certificates. • Welding certificates. • Research/evaluation reports. QUALITY ASSURANCE Welding: Qualify procedures and personnel according to AWS D1.1,"Structural Welding Code--Steel," and AWS D1.3, "Structural Welding Code--Sheet Steel." AISI Specifications: Calculate structural characteristics of steel deck according to AISI's "Specification for the Design of Cold-Formed Steel Structural Members." MANUFACTURERS Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be.incorporated into the Work include, but are not limited to, the following: ' Nucor Corp.; Vulcraft Div. • United Steel Deck, Inc. i Wheeling Corrugating Co.; Div. of Wheeling-Pittsburgh Steel Corp. Special Provisions Bid Identification No. 2003 Jefferson City Stroolscapo Improvements Pago 39 February 6,2002 NONCOMPOSITE FORM DECK Noncomposite Steel Form Dock: Fabricate ribbed-steel sheet noncomposile form deck panels to comply with "SDI Specifications and Commentary for Noncomposite Steel Form Deck," in SDI Publication No. 29, the minimum section properties indicated, and the following: Galvanized Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grade 33 (230), G60 (Z180) zinc coating. Profile Depth: 1-1/2 inches (38 rnrn)j. Design Uncoafed-Steel Thickness: 0.0295 inch (0.75 mm) ACCESSORIES Accessories: Steel deck manufacturer's standard accessory materials, including 1 mechanical fasteners, closure strips, pour stops, and closures for deck. Galvanizing Repair Paint: SSPC-Paint 20 or DOD-P-21035, with dry filrn containing a minimum of 94 percent zinc dust by weight. INSTALLATION ' Install deck panels and accessories according to applicable specifications and commentary in SDI Publication No. 29, manufacturer's written instructions, and requirements in this Section. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side-lap interlocks. Place deck panels flat and square and fasten to supporting frame without warp or deflection. Cut and neatly fit deck panels and accessories around openings and other work projecting through or adjacent to decking. Provide additional reinforcement and closure pieces at openings as required for strength, continuity of decking, and support of other work. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quality of welds, and methods used for correcting welding work. Mechanical fasteners may be used in lieu of welding to fasten deck. Locate mechanical fasteners and install according to deck manufacturer's written instructions. Pour Stops and Girder Fillers: Weld steel sheet pour stops and girder fillers to supporting structure according to SDI recommendations, unless otherwise indicated. Floor Deck Closures: Weld steel sheet cell closures and Z-closures to deck,according to SDI recommendations, to provide tight-fitting closures at open ends of ribs and sides f'; of decking. Special Provisions Did identification No. 2003 i Jefferson City Streetscape Improvements Pago 40 February G, 2002 Repairs and Protection: Galvanizing Repairs: Prepare and repair damaged galvanized coatings on both surfaces of dock with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. FIELD QUALITY CONTROL Testing: Owner will engage a qualified independent testing agency to perform field quality-control testing. Field welds will be subject to inspection. Remove aril replace work that does not comply with specified requirements. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of corrected work with specified requirements. MEASUREMENT AND PAYMENT Steel Decking shall be considered incidental to the construction in that no other payment shall be made. SP-36 UNIT MASONRY ASSEMBLIES This Section includes unit masonry assemblies consisting of the following: Concrete masonry units. ' See SP "Benlonite Waterproofing"for furnishing waterproofing materials to be applied to masonry. ® SUBMITTALS ■, Product Data: For each masonry unit, accessory, and other manufactured product ' indicated. Shop Drawings: For mason ry reinforcin 9 bars; comply with ACI 315 "Details and Detailing of Concrete Reinforcement." Show elevations of reinforced walls. ' Samples: Showing the full range of colors and textures available. Material Test Reports: For each type of masonry unit, mortar, and grout required. 1 i QUALITY ASSURANCE ' Preconstruction Testing Service: Engage a qualified independent testing agency to perform preconstruction testing on each type of unit required per test method indicated. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 41 February 6,2002 • Concrete Masonry Units: ASTM C 140. • Mortar: For properties per ASTM C 270. • Grout: For compressive strength per ASTM C 1019. PROJECT CONDITIONS Cold-Weather Requirements: Do riot build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements in ACI 530.1/ASCE 6/TM° 602. Hot-Weather Requirements: When ambient temperature exceeds 100 deg F(38 deg C), or 90 deg F (32 deg C)with a wind velocity greater than 6 mph(13 km/h),do not spread mortar beds more than 48 inches (1200 mm) ahead of masonry. Set masonry units within one minute of spreading mortar. MANUFACTURERS ' In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified. MASONRY UNITS Concrete Masonry Units: ASTM C 90. • Unit Compressive Strength: 1900-psi- (13.1-MPa-) minimum, average net-area compressive strength. • Weight Classification: Normal"weight. • Type: I, moisture-controlled units. MORTAR AND GROUT MATERIALS ` Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold- weather construction. Hydrated Lime: ASTM C 207, Type S. • Mortar Cement: ASTM C 1329. Available Products: • Blue Circle Cement; Magnolia Superbond Mortar Cement. • Lafarge Corporation; Lafarge Mortar Cement. Masonry Cement: ASTM C 91. Aggregate for Mortar: ASTM C 144; except for joints less than 1/4 inch (6.5 mm)thick, V1 use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sleve. J Special Provisions laid Identification No.2003 Jefferson City Streelscapo Improvements Pago 42 February 6,2002 i I i j Aggregate for Grout: ASTM C 404, Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494, Type C, and recommended by the manufacturer for use in masonry mortar of composition indicated. Available Products: ' 0 Euclid Chemical Co.; Accelguard 80. • Grace, W. R. & Co., Construction Products Division; Morseled. , • Sonneborn, Div. of ChemRex, Inc.; '1'rimix-NCA. Water: Potable. REINFORCING Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 400). Masonry Joint Reinforcement: ASTM A 951; hot-dip galvanized, carbon-steel wire for exterior walls. • Wire Size for Side Rods: W1.7 or 0.148-inch (3.8-mm). • Wire Size for Cross Rods: W 1.7 or 0.148-inch (3.8-mm). Single-Wythe Masonry: Use either ladder or truss type with single pair of side rods and crass rods spaced not more than 16 inches (407 mm) o.c. MASONRY CLEANERS Job-Mixed Detergent Solution: Solution of 1/2-cup (0.14-L) dry measure tetrasodiurr. polyphosphate and 1/2-cup(0.14-L)dry measure laundry detergent dissolved in 1 gal.(4 L) of water. MORTAR AND GROUT MIXES General: Do not use admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. • Mortar for Unit Masonry: Comply with ASTM C 270 , Property Specification. • Extended-Life Mortar for Unit Masonry: Mortar complying with ASTM C 1142 may be used instead of mortar specified above, at Contractor's option. • Limit cementitious materials in mortar to Portland cement, mortar cement,and lime. • For masonry below grade, in contact with earth, and where indicated, use Type S. Grout for Unit Masonry: Comply with ASTM C 476. • Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 5 of ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. Special Provisions Bid Identification No,2003 Jefferson City Streetscape Improvements Page 43 February 6,2002 Provide grout with a slump of 8 to 11 inches (200 to 280 mm) as measured according to ASTM C 143. SOURCE QUALITY CONTROL Owner will engage a qualified independent testing agency to perform source quality- control testing indicated below. Payment for these services will be rnade by Owner. Concrete Masonry Jnit Tests: For each type of concrete masonry unit indicated, units will be tested according to ASTM C 140. INSTALLATION, GENERAL Cut masonry units with motor-driven saws. Allow units cut with water-cooled saws to dry before placing, unless wetting of units is specified.. Install cut units with cut surfaces and, where possible, cut edges concealed. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. Comply with tolerances in ACI 530.1/ASCE 6/TMS 602 and the following: For conspicuous vertical lines, such as external corners,door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/4 inch in 20 feet (6 mm in 6 m), nor 1/2 inch (12 mm) maximum. • For conspicuous horizontal lines, such as exposed lintels, sills, parapets, and . reveals, do not vary from level by more than 1/4 inch in 20 feet (6 mm in 6 m), nor 1/2 inch (12 mm) maximum. LAYING MASONRY WALLS Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. Bond Pattern for Exposed Masonry: Lay exposed masonry in running bond pattern. Built-in Work: As construction progresses, build in items specified under this and other 1 Sections of the Specifications. Fill in solidly with masonry around built-in items. Fill all cores in hollow concrete masonry units solidly with grout, unless otherwise indicated. MORTAR BEDDING AND JOINTING Lay hollow masonry units as follows: ' With full mortar coverage on horizontal and vertical face shells. .J Special Provisions Bid Identification No. 2003 Jefferson City Streetscapo Improvoments Page 44 Fobruary 6,2002 1 :' 1 j • Bed webs in rnortar in starling course on footings and in tall courses of piers, columns, and pilasters, and where adjacent to cells of cavitiev to be. filled with grout. • For starling course on footings where cells are not grouted, spread out full mortar bed, including areas under cells. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than the joint thickness, unless otherwise indicated. CAVITIES Keep cavities clean of mortar droppings and other materials during construction. Use wood strips temporarily placed in cavity to collect mortar droppings, As work progresses, remove strips, clean off mortar droppings, and replace in cavity. MASONRY JOINT REINFORCEMENT Provide continuous masonry joint reinforcement as indicated. Install with a minimum cover of 5/8 inch (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimum of 6 inches (150 mm). i ' REINFORCED UNIT MASONRY INSTALLATION Placing Reinforcement: Comply with requirement: in ACI 530.1/ASCE 6/1 MS 602, Grouting: Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist grout pressure. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout j placement, including minimum grout space and maximum pour height. i FIELD QUALITY CONTROL Owner will engage a qualified independent testing agency to perform field quality-control testing indicated below. Payment for these services will be made by Owner. • Testing Frequency: Tests and Evaluations listed in these subparagraphs will be performed during construction for each 5000 sq. ft, (465 sq. m) of wall area or portion thereof. ' a Mortar: Properties will be tested per ASTM C 780. • Grout: Sampled and tested for compressive strength per ASTM C 1019. • Concrete Masonry Unit T ests: For each type of concrete rnasonry unit indicated, units will be tested according to ASTM C 140. Special Provisions Rid Identification No. 2003 Jefferson City Streetscape Improvements Page 45 February 6, 2002 CLEANING Clean unit masonry by dry brushing to remove mortar fins and smear,^•, before tooling joints, as work progresses. After mortar is thoroughly set and cured, clean exposed masonry as follows: • 7:st cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. 1 • Protect adjacent surfaces from contact with cleaner. • Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing the surfaces thoroughly with clear water. • Clean concrete masonry by cleaning method indicated in NCMA'T'EK 8-2 applicable to type of stain on exposed surfaces. MASONRY WASTE DISPOSAL � e Masonry Waste Disposal: Dispose of clean masonry waste, including broken masonry units,waste mortar,and excess or soil-contaminated sand, by crushing and mixing with fill material as fill is placed. • Do not dispose of masonry waste as fill within 18 inches (450 mm) of finished grade. • Remove excess, clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. MEASUREMENT AND PAYMENT i Unit Masonry Assemblies shall be measured and paid for at the unit price of Masonry Assemblies per SQUARE FOOT OF FACE (SFF) complete and installed. 1 SP-37 CONCRETE SEGMENTAL RETAINING WALL DESCRIPTION Work includes furnishing segmental concrete block retaining wall units to the lines and grades designated on the construction drawings. Work includes preparing foundation, soil, furnishing and installing leveling pad, unit fill and backfill to the lines and grades shown on the construction drawings. ' Work includes furnishing and installing all appurtenant materials required for construction of the retaining wall as shown on the construction drawings. ' RELATED WORK i SP "Earthwork" Special Provisions Bid Identification No.2003 Jefferson City Stroetscape Improvements Page 46 February 6, 2002 REFERENCE STANDARDS • ASTM C90-85 - Hollow Load Bearing Concrete Masonry Units, ASTM C140-90 - Sampling and Testing Concrete Masonry Units. • ASTM C145-85 - Solid Load Bearing Concrete Masonry Units. • ASTM D698 - Moisture Density Relationship for Soils, Standard Method. • ASTM D-1557 - Modified Proctor Density. • ASTM D-4595 - Tensile Properties of Geotextiles by the Wide-Width Strip Method. • As.rM D-4632 - Tensile Properties of Geotextiles. • ASTM D-52 - Tensile Creep Testing of Geosynthelics. • National Concrete Masonry Associate's Design Manual for Segmental Retaining Walls • NCMA TEK 50A - Specifications of Segmental Retaining Wall Units. • NCMA SRUW - 1- Determination of Connection Strength between Geosynthetics and Segmental Concrete Units. • NCMA SRUW - 2- Determination of Shear Strength between Segmental Concrete Units. ® QUALITY ASSURANCE i! Owner will be responsible for soil testing and inspecting quality control during earthwork operations. CERTIFICATION Contractors shall submit documents of manufacturer, prior to start of work, stating that the segmental retaining wall materials meet the retuired specifications. DELIVERY, STORAGE AND HANDLING ' Contractor shall check the materials upon delivery to assure that specified type, grade, color and texture has been received. Contractor shall prevent excessive mud, wet cement, epoxy, and like materials which may affix themselves, from coming in contact with the materials. Contractor shall protect the materials from damage. Damaged material shall not be incorporated into the reinforced soil zone. MATERIALS DEFINITIONS Soil Reinforcement - a structural geogrid formed by regular network of integrally connected tensile elements with apertures of sufficient size to allow interlocking with surrounding soil, rock or earth and function primarily as structural reinforcement. Segmental Concrete Retaining Wall Unit •- Concrete masonry unit made of Portland cement, water and mineral aggregates. Unit Core Fill - aggregate fill which is within and between the segmental retaining wall unit. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Pago 47 February G,2002 r Drainage Fill - aggregate fill which is between the tail of the unit and the reinforced soil zone. Reinforced gackfill - on-site dewatered, compatible select fill. Leveling Pad - a 6"thick level compacted crushed aggregate stone, or, at Contractor's option, lean maximum 2000 psi concrete upon which the first course of segmental retaining wall units are placed. ' RETAINING WALL UNITS I Retaining wall units shall meet the following architectural requirement: 1 Color of retaining wall units shall be natural grey. Finish of retaining wall units shall be split face. rRetaining wall units face shat( be of straight geometry. All retaining wall units shall be sound and free of cracks or other defects that would interfere with the proper placing of the unit or significantly impair the strength or permanence of the construction. Cracking or excessive chipping may be grounds for rejection. Units showing cracks larger than'/z"when measured along the length shall not be used within the wall. Units showing chips visible at a distance of 30 feet from the wall shall not be used within the wall. Retaining wall units shall meet the structural requirements: The constructability considerations, the retaining wail units shall provide a minirnum weight equivalent to 100 psf of wall face area. Fill placed within the dimensions of the ' units may be considered at 80 percent of its effective unit weight. Concrete used to manufacture retaining wall units shall have a minimum 28 days compressive strength of 3000 psi in accordance with ASTM C 90 and C 140. The concrete shall have adequate freeze/thaw protection with a maximum moisture absorption rate, by weight, of 8 0/0. ' Retaining wall units molded dimensions, in accordance with ASTM C90-85, shall not differ more than + or - 1/8 inch from that specified, except height which shall be + or- 1/16 inch. Units shall have angled sides capable of concave and convex alignment curves with a minimum radius of 3.5 feet. ' GEOSYNTHETIC REINFORCEMENTS Geosynthatic reinforcements shall consist of high tenacity polyester geogrids or geotextiles manufactured for soil reinforcement applications. The type strength and placement location of the reinforcing geosynthetic shall be designed by the wall supplier. The design properties of the reinforcement shall be determined according to the procedures outlined in this specification and the NCMA Design Manual for Segmental ' Retaining Walls (1996). Special Provisions Did Identification No. 2003 Jefferson City Streotscrapo Improvements Pago a8 •� February 6, 2002 l: II i BASE LEVELING PAD Materials shall consist of compacted sand, gravel or crushed rock and shall be a minimum of 6 inches thick.The width of the leveling pad shall extend passed the block 6 inches. Leveling pad shall be compacted to a minimum of 95% Standard Proctor. A three to four inch lean unreinforced 2000 psi concrete can be used as alternative,as approved by geotechnical engineer. UNIT FILL_ Unit fill shall consist of clean 3/"maximum crushed stone or crushed gravel meeting the following gradation; Sieve Size %Passing 1 '/2 100 0/" 50 - 60 3/8" 10 -15 No. 41 - 5 No. 200 <1 Vertical drainage layer behind the wall face shall be placed no less than 1 cubic foot per 1 square foot of wall face. REINFORCED BACKFILL The reinforced backfill shall be placed in maximum 8 inch lifts and compacted to a minimum 95% Standard Proctor maximum dry density(ASTM D698). The maximum aggregate size should be limited to 1 1/2 inches for reinforced soil segmental retaining walls unless field tests have been performed to elevate potential strength reduction in the geosynthetic due to installation damage. RETAINED BACKFILL OR COMMON BACKFILL Retained backfill shall be compacted to the minimum compaction specified in the project plans and specifications CONSTRUCTION EXCAVATION Contractor shall excavate to the lines and grades shown on the grading plan.Contractor ! shall take precaution to not disturb embankment and foundation materials beyond lines shown. Engineer will inspect the excavation and approve prior to placement of leveling pad material. Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Pago 49 February 6,2002 Contractor shall take precautions to minimize over-excavation. Over•oxcavated areas shall be filled with satisfactory soil material and supplied by the contractor; at no additional cost to the Owner. Excavation of unsuitable soils and replacement with approved compacted material shall be performed as directed by the geotechnical engineer. General Contractor shall verify location of existing structures and utilities prior to excavation. Contractor shall ensure all surrounding structures are protected from effects of wall excavation. LEVELING PAD CONSTRUCTION Leveling pad materials shall be placed as shown on the construction drawings with a minimum thickness of 6 inches. The leveling pad should extend laterally at least 24 inches. Foundation soil shall be proof rolled, where applicable, and the top 12 inches compacted to 95% Standard Proctor maximum dry density. Leveling pad material shall be compacted to provide a dense, level surface on which to place the first course and ensure complete contact of the retaining wall unit with the base. A three to four inch lean unreinforced concrete pad can be used at the Contractor's option. UNIT INSTALLATION First course of segmental wall units shall be placed on the base leveling pad.The units shall be first leveled side to side, front to rear and aligned with adjacent units. fInsure units are in full contact with base. Place units side by side for full length of wall. Place and compact unit core fill and drainage fill inside and behind units. Place and compact reinforced soil behind the drainage fill. Install geosynthetic and fill all voids in and around units with unit fill. • Sweep all excess material from top of units and install the next course. Ensure each course is completely filled,backfilled and compacted prior to proceeding to the next course. ' Installation concrete segmental retaining wall units should be installed by contractors who have experience with the system provided. FILL PLACEMENT Backfill material shall be placed in 8" lifts and compacted to 95% Standard Proctor maximum dry density in accordance with ASTM D698. The in place moisture content ' shall be within +/- 2 percentage points of the optimum moisture content in accordance t with ASTM D698. I Special Provisions Bid Identification No. 2003 Jefferson City Streetscapo Improvements Pago 50 February 6, 2002 l ► I Reinforced backfill shall be placed, spread and compacted in such a manner that does not develop slack in the geogrid. Backfill shall be placed, spread and compacted in such a manner that minimizes the development of slack or loss of pretension of the geosynthetic material. The overall tolerance relative to the wall design batter shall not exceed +/- 1.5 inches over a 10 foot distance and a maximum of 2 inches. Tracked construction equipment shrill not be operated directly on the geosynthetic material. A minimurn thickness of 6"fill is required prior to operation of tracked vehicles. Turning of tracked vehicles should be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. Rubber-tired equipment may pass over the geosynthetic reinforcement at slow speeds less than 10 mph. Sudden braking and sharp turning should be ava,ded. At the end of each day's operation, the contractor shall slope the last level of backfill away from the wall facing to direct runoff of rainwater away from the wall face. In addition, the site contractor shall riot allow surface runoff from adjacent areas to enter the wall construction site. r DRAINAGE PLACEMENT i Drainage fill shall be placed to the minimum finished thickness and widths shown on the construction plans. Drainage collection pipes shall be installed to maintain gravity flow of water outside of the reinforced soil zone. The drainage collection pipe shall daylight along a slope at an Plevation lower than the lowest point of the pipe within the aggregate drain. MEASUREMENT AND PAYMENT , ' t Payment for this item shall include all components related to the design and construction i of the wall and to demount and reinstall the ornamental fence including but not limited to the following, demolition of existing stone and concrete walls and miscellaneous abandoned utility piping, fence removal, excavation, installation of engineered backfill, geosynthetic reinforcement,drainage system, wall construction,cap slab installation and fence reconstruction and installation as shown on the construction drawings. Measurement and payment for the Concrete Segmental Retaining Wall shall be on a LUMP SUM basis installed and complete under the pay item Segmental Retaining Wall 302 High Street as described above. SP-38 BENTONITE WATERPROOFING WORK SUMMARY The work of this section includes the furnishing and installing the following materials Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Page 51 February 6,2002 Bentonite waterproofing with all applicable accessory products. • Prefabricated drainage composite. RELATED SECTIONS Other specification Sections which directly relate to the work of this section include, but are riot limited to, thp, following: Division 2 Section "Earthwork" for controlled fill Division 4 Section "Unit Masonry Assemblies SUBMITTALS General: Prepare and submit specified submittals in accordance with"Conditions of the Contract" and Division 1 Submittals Sections. Product Data: Submit manufacturer's product data, with complete general and specific installation instructions, recommendations, and limitations. Product Samples: Submit representative samples of the following for approval: • Bentonite Panel waterproofing ' Prefabricated drainage composite Material Certificates: Submit certificate(s) signed by manufacturer certifying materials comply with specified performance characteristics and physical requirements. Submit certification that waterproofing system and components, drainage and protection materials arcs supplied by a single-source manufacturer. Contractor Certificate: At time of bid, submit written certification that installer has current Approved Applicator status with waterproofing material manufacturer. QUALITY ASSURANCE Installer Qualifications: Installing company should have at least three (3) years experience in work of the type required by this section, who can comply with manufacturer's warranty requirements, and who is an Approved Applicator as i determined by waterproofing/drainage system manufacturer. Manufacturer Qualifications: Bentonite panel waterproofing and all accessory products shall be provided by a single manufacturer with a minimum of 10 years experience in the direct production and sales of Bentonite waterproofing systems. Manufacturer shall be capable of providing field service representation during construction, approving an acceptable installer, recommending appropriate installation methods, and conducting a final inspection of the Bentonite waterproofing and prefabricated drainage system applied. Pre-Installation Conference: A pre-installation conference shall be held prior to commencement of field installation to establish procedures to maintain required working conditions and to coordinate this work with related and adjacent work. Verify that final ' waterproofing details comply with waterproofing manufacturer's current installation � requirements and recommendations. -� Special Provisions Bid Identification No, 2003 Jefferson City Stroetscape Improvements Pago 52 February 6,2002 �' s r � l Materials: Obtain Bentonite panel waterproofing and prefabricated drainage materials 1 from a single manutacturer to assure material compatibility, Inspection: Manufacturer's representative shall inspect waterproofing installation periodically during application to verify that waterproofing has been installed in accordance with manufacturer's guidelines and recommendations. rPRODUCT DELIVERY, STORAGE AND HANDLING Oulivery and Handling: Deliver materials m factory sealed and labeled packaging. ' Sequence deliveries to avoid delays,while minimizing on-site storage. Handle and store following manufacturer's instructions,recommendations and material safety data sheets. Protect from construction operation related damage, as well as, damage from weather, excessive temperatures and prolonged sunlight. Remove damaged material from site and dispose of in accordance with applicable regulations. Storage: Do not double-stack pallets during shipping or storage. Protect waterproofing materials from moisture, excessive temperatures and sources of ignition.Provide cover, top and all sides, for materials stored on-site, allowing for adequate ventilation. rPROJECT CONDITIONS Substrate Condition: Proceed with work only when substrate construction and preparation work is complete and in condition to receive waterproofing system. rWeather Conditions: Installation should not proceed when work area is flooded or excessively wet , nor when rain can reasonably be anticipated before Bentonite materials can be properly installed and protected.Consult manufacturer's representative or manufacturer. WARRANTY r ' Waterproofing Warranty: Upon completion and acceptance of the work required by this j section, the waterproofing materials manufacturer will provide a written five (5) year i system warranty covering both materials and labor. Manufacturer's warranty shall be independent from any other warranties made by the Contractor under requirements of the,Contract Documents and may run concurrent with said warranties. MATERIALS Sodium Bentonite: Granular Bentonite containing approximately 90% montmorillonite r with 10% maximum unaltered volcanic ash and other native sediments. Free Swell Rating:2 grams sifted into deionized water swells to occupy a minimum volume of 16 cc, Grading: Granular Bentonite passes 90% through a 20 mesh sieve and less than 10% through a 200 mesh sieve. Bentonite Panel Waterproofing: Panels shall consist of 1 lb. (0.45 kg) per square foot of specially treated high swelling granular sodium Bentonite contained inside a bio- degradable, corrugated kraft board or high density polyethylene measuring a minimum of 1/8 inch thick. r - Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Pago 53 February 6,2002 rJ Accessory Waterproofing Products: All accessory waterproofing materials shall be provided by Bentonite waterproofing manufacturer or shall have manufacturer's written approval for substitution, 1, Prefabricated Drainage Composite: Solid molded polystyrene core with a geotextile filter fabric adhered to one side. Drainage composite shall have minimum flow rate of 9 gpm/ft of width when tested in accordance with ASTM D4716. 2. Trowel grade sodium Bentonite compound used as a detailing mastic around penetrations, corner tra,tsitions and grade terminations. EXECUTION Comply with manufacturer's product data, including product application and installation instructions, as well as, manufacturer's shipping and storage recommendations. INSPECTION . The installer shall examine conditions of substrates and other conditions under which this section work is to be performed and notify the contractor, in writing, of circumstances detrimental to the proper completion of the work. Do not proceed with work until unsatisfactory conditions are corrected and are acceptable for compliance with manufacturer's warranty requirements. SURFACE PREPARATION Protect adjacent work areas and finish surfaces from damage or contamination from waterproofing products during installation operations. Masonry Substrates: Masonry to receive waterproofing shall be of sound structural grade with a smooth finish, free of debris, oil, grease,.laitance,dirt,dust,or other foreign matter which will impair the performance of the waterproofing and drainage system and which do not comply with manufacturer's warranty requirements. INSTALLATION Install bentonite waterproofing system in strict accordance with manufacturer's ,. instructions as applicable to Project conditions and as indicated by authorized L manufacturer's representative. ' DRAINAGE COURSE t Aquadrain Prefabricated drainage system shall be installed to the exterior side ' of the Volclay Panels with plastic solid core facing Volclay Panels. Do not use t drainage products with an open core construction (no solid plastic core). Install prefabricated drainage system to manufacturer's specifications. • Do not place gravel or stone drainage in direct contact with Volclay Panels. Backfill: Backfiil should consist of soils compacted to 85%Modified Proctor density.Soils should be free of debris and contain no large stones. Gravel or crushed stone are not Special Provisions (aid Identification No. 2003 r Jefferson City Stroetscapo Improvements Pago 54 (' February 6, 2002 t. I� acceptable as backfill material, Place backfill and compact immediately after waterproofing installation. MEASUREMENT AND PAYMENT Bentonite Waterproofing shall be measured and paid for at the unit price per SQUARE FOOT OF FACE (SFF) complete and installed. SP-39 ELASTOMERIC SHEET WATERPROOFING ' This Section includes two butyl rubber sheet waterproofing systems. The Base System consists of a fully adhered butyl membrane with bituminous protection board. The Enhanced System consists of a fully adhered butyl membrane, bituminous protection board, and a drainage mat. Both systems will be considered for the Central Dank work items as indicated on Drawing A1.01. The Enhanced system shall be bid as and alternate as indicated o the bid form. Other locations should they arise will utilize the Base System only. SUBMITTALS Product Data: Include manufacturer's written instructions for evaluating, preparing,and treating substrate, technical data, and tested physical and performance properties of waterproofing. Shop Drawings: Show locations and extent of waterproofing. Include details for substrate joints and cracks, sheet fleshings, penetrations, inside and outside corners, tie-ins with adjoining waterproofing, and other termination conditions. Product test reports. QUALITY ASSURANCE 1 . ' Installer Qualifications: A qualified installer, approved by manufacturer to install manufacturer's products; and who is eligible to receive waterproofing warranty specified Preinstallation Conference: Conduct conference at Project site. PROJECT CONDITIONS Environmental Conditions: Apply waterproofing within range of ambient and substrate temperatures recommendod bywaterproofing manufacturer. Do not apply waterproofing to a damp or wet substrate. WARRANTY Base System Special Warranty: Manufacturer's standard form in which manufacturer agrees to replace waterproofing material that does not complywith requirements orthat does not remain watertight for a period of 5 years after date of Substantial Completion. Special Provisions Bid Identification No, 2003 Jefferson City Streetscape improvements Pago 55 February G, 2002 1 Enhanced Systern Special Warranty: Manufacturer's standard form in which manufacturer agrees to replace waterproofing matcrial that does not comply with requirements or that does not remain watertight for a period of 20 years after date of Substantial Completion. SHEET WATERPROOFING Butyl Rubber Sheet: ASTM D 6134, Type Ii, 60-mil- (1.5-min-) thick flexible sheet, unreinforced, tnrrned from isobutylene-isoprene rubber. 1 Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1 Carlisle Corporation, Carlisle Coatings & Waterproofing Div.; Sure-Seal Butyl, 1 AUXILIARY MATERIALS '' r Concealed Shoot Flashing: Same material, construction, and thickness as sheet 1 waterproofing or 60-mil- (1.5-mm-) thick, uncured E:PDM as required by manufacturer. Bonding Adhesives: Adhesive for bonding polymeric, sheets and sheet (lashings to substrates and projections. 1 Splicing Cement and Cleaner: Single-component butyl splicing cement and solvent- based splice cleaner. Lap Sealant: Single-component sealant. in-Seam Sealant: Single-component sealant. Water Cutoff Mastic: Butyl mastic sealant. 1 Waterproofing and Sheet Flashing Accessories: Provide sealants, pourable sealers, cone and vent flashings, inside and outside corner fleshings, termination reglets, and 1 other accessories recommended by waterproofing manufacturer for intended rise. ; Metal Termination Bars: Manufacturer's standard aluminum bars,approximately 1 inch (25 mm) wide, prepunched, with zinc-alloy-body fasteners and stainless-steel pins 1 Protection Course: Semi rigid sheets of fiberglass or mineral-reinforced-asphaltic core, pressure laminated between 2 asphalt-saturated fibrous liners and nominal thickness 1/8 inch). ' Molded-Sheet Drainage Panel Alternate Bid Only: Manufactured composite subsurface 1 drainage panels consisting of a woven-geotextile facing with an apparent opening size riot exceeding No. 40 (0.43-rnm) sieve laminated to 1 side of a 3-dimensional, nonbiodegradable, molded-plastic-sheet drainage core, with a horizontal flow rate not 1 less than 2.8 gpm per ft. (35 Umin. per m). 1 rM, Special Provisions Bid Idontification No, 2003 Jefferson City Streetscapo Improvoments Pago 56 February 6, 2002 r 1 � SURFACE PREPARATION Clean, prepare, and treat substrate according to manufacturer's written instructions. Provide clean, dust-free, and dry substrate for waterproofing application. Remove fins, ridges, mortar, and other projections and fill honeycomb, aggregate pockets, holes, and other voids. Prepare, fill, prime, and treat joints and cracks in substrate. Remove dust and dirt from joints and cracks according to ASTM D 4258. Propvre,treat,and seal vertical and horizontal surfaces at terminations and penetrations through waterproofing and at drains and protrusions. F Substrate at Central Bank is assumed to be an elastomeric waterproofing membrane remaining after demolition of existing concrete stab and existing protection board. Contractor is to repair any damage to existing membrane, which renders it unsuitable for use as a substrate for the new membrane. Substrate at other locations will be concrete slab. FULLY ADHERED SHEET ' Install fully adhered sheets over entire area to receive waterproofing according to manufacturer's written instructions and recommendations in ASTM D 5843. Repair tears, voids, and lapped seams in waterproofing not complying with requirements. Slit and flatten fish-mouths and blisters. Patch with sheet waterproofing extending beyond repaired areas in all directions. Horizontal Application: Apply sheets with side laps shingled with slope of deck where possible. Lap sealant over existing vertical sheet waterproofing a minimum of 4". Spread sealant or mastic bed over deck drain flange at deck drains and securely seat ' sheet waterproofing In place with clamping ring. SEAM INSTALLATION Cement Splice: Clean splice areas, apply splicing cement and in-seam sealant, and firmly roll side and end laps of overlapping sheets according to manufacturer's written instructions to produce a splice not less than 6 inches (150 mm) wide and to ensure a watertight seam installation. Apply lap sealant and seal exposed edges of sheet terminations SHEET FLASHING INSTALLATION Extend deck sheet waterproofing to form wall flashings. ' Terminate and seal top of sheet flashings with mechanically anchored termination bars. Special Provisions Bid Identification No.2003 Jefferson City Stroetscape Improvements Pogo 57 February 6,2002 PROTECTION COURSE INSTALLATION Install protection course over waterproofing membrane according to manufacturer's written instructions and before beginning subsequent construction operations. Minimize exposure of membrane. MOLDED-SHEET DRAINAGE PANEL INSTALLATION Place and secure molded-shoot rrainage panels according to manufacturer's written instructions. Use adhesives that do riot penetrate waterproofing. Lap edges and ends of gootextile to maintain continuity. Protect installed molded-sheet drainage panels during subsequent construction. PROTECTION Do not permit toot or vehicular traffic on unprotected membrane. Protect waterproofing from damage and wear during remainder of construction period. MEASUREMENT AND PAYMENT Central Bank Waterproof Membrane Work: • Installation of the Base System including all membrane, flashing materials.and labor for a complete installation as indicated on the drawings and in the specifications shall be paid for under the LUMP SUM Central Bank Waterproofing. • Installation of the Enhanced System including all membrane,flashing materials and labor for a complete installation as indicated on the drawings and in the specifications shall be paid for under the LUMP SUM Enhanced Central Bank Waterproofing. OTHER WATERPROOF MEMBRANE WORK At various locations through out the project the need may arise to install the base waterproofing system over newly restored structural slabs The contractor shall provide the following unit prices for the installation of these materials. • Installation of the Base System Waterproofing Membrane,including all materials ' and labor for a complete installation per the details and specifications for membrane and shall be paid for under the unit price per SQUARE FOOT Base System Membrane. • Installation of the Base System Waterproofing Perimeter Flashing, including all materials and labor for a complete installation per the details and,specifications for Perimeter Flashing and shall be paid for under the unit price per LINEAR eFOOT Base System Flashing . Special Provisions Bid Identification No.2003 Jefferson City Streetscapo Improvements Pago 58 February 6,2002 '' 2SP•40 OlgNAfV1ENT'AL lBl11LINGS DESCRIPTION This Section includes steel ornamental handrails and railings. PERFORMANCE REQUIREMENTS In engineering handrails and railings to withstand structural loads indicated, determine allowable design working stresses of (Materials based on cold-formed structurr11 steel, AISI SG-673, Part 1, "Specification for the Design of Cold-Formed Steel Structural Members." Structural Performance of Handrails and Railings: Provide handrails and railings capable of withstanding the following structural loads without exceeding allowable design working stress of materials for handrails, railings, anchors, and connections: Top Rail of wards: Capable of withstanding the following loads applied as indicated: Concentrated load of 200 Ibf (890 N) applied at any point arld in any direction. Uniform load of 50 Ibf/fl. (730 N/m) applied horizontally and concurrently with uniform load of 100 Ibf/ft. (1460 N/m)applied vertically downward. Concentrated and uniform loads above need not be assumed to act concurrently. Handrails Not Serving As Top Rails: Capable of withstanding the following loads applied as indicated: Concentrated load of 200 IN' (890 N) applied at any point and in any direction. Uniform load of 50 Ibf/fl. (730 N/m) applied in any direction. ' Concentrated and uniform loads above need riot be assumed to act concurrently. Infill Area of Guards: Capable,of withstanding a horizontal concentrated load of ' 200 Ibf (890 N) applied to 1 sq. ft. (0.09 sq. m) at any point in system, including panels, intermediate rails, balusters, or other eiements composing infill area. �.. Load above need not be assumed to act concurrently with loads on top rails in determining stress on guard. Thermal Movements: Provide handrails and railings that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. ' Temperature Change (Range): 120 deg 1- (67 deg C), ambient; 180 deg F(100 deg C), material surfaces. Control of Corrosion: Prevent galvanic action and other forms of corrosion by Insulating metals and other(Materials from direct contact with incompatible materials. Spacial Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements f ago 69 February 6,2002 'w SUBMITTALS Shop Drawings: Show fabrication and installation of ornamental rails, handrails and railings. Include plans, elovations, sections, details, and attachments to other Work. For installed handrails and railings at 100 East High Street indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. Samples for Verification: For each type of exposed finish required, prepared on ' components indicated below and of same thickness and metal indicated for the Work. If finishes involve normal color and texture variations,include sample sets showing the full range of variations expected. • 6-inch- (150-nim-) long sections of each different linear railing member, including handrails, top rails, posts, and balusters. • Fittings and brackets. • Welded connections. • Brazed connections. • Assembled Samples of ornamental rail, railings, rnade from full-size components, including top rail, post, handrail, and infill. Show method of finishing members at intersections. Samples need not be full height. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. Product Test Reports: Indicating handrails and railings comply with AS-rM E 965,based on comprehensive testing of current products. QUALITY ASSURANCE Source Limitations: Obtain each type of railing through one source from a single manufacturer. MOCKUPS Before installing handrails and railings and after shop drawing approval, build mockups -� to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work: 1 • Build mockups in the location indicated or, if not indicated, as directed .� by Architect. j • Guild mockups for ornamental rail and finish of railing consisting of on corner post acid central posts,top rail, infill area,and anchorage system components that are full height and are not less than 24 inches (600 mm) in length. The contractor may at his/ tier own option build an j entire panel for the planter boxes as a mockup. e Special Provisions Old Identification No.2003 � Jefferson City Strootscapo Improvements Pago 60 February 6,2002 i ► . • Build mockups for the handrail and finish of railing consisting of two posts, top rail, infill area, and anchorage system components that are (till height and are riot less than 24 inches (600 mm) in length. The contractor may at his / tier own option build an entire panel for the handrail at 100 East High Street as a mockup. • Notify Architect seven days in advance of dates and times when mockups will be constructed. • Obtain Architect's approval of mockups before fabricating ornamental handrails and railings. • Maintain mockups d.,,ring construction in an undisturbed condition as a ' standard for judging the completed Work. • Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion STORAGE Store handrails and railings in a dry, welt ventilated, weathertight place. PROJECT CONDITIONS Field Measurements: Verify handrail and railing dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. Established Dimensions: Where field measurements cannot be made without delaying the Work,establish dimensions and proceed with fabricating handrails and railings without field measurements. Coordinate construction to ensure that actual dimensions correspond to established dimensions. COORDINATION Coordinate installation of anchorages for handrails and rail ngs. f=urnish Setting Drawings, templates, and directions for installing anchorac ;s, including sleeves, concrete inserts,anchor bolts,and items with integral anchors, tl iat are to be embedded in concrete or masonry. Deliver such items to Project site in tin le for installation. SCHEDULING Schedule installation so handrails and railings are mounted only on completed walls. Do not support temporarily by any ►neans that do not satisfy structural performance requirements. METALS ' General: Provide metal free frorn pitting, seam marks, roller marks, stains, discolorations, and other imperfections where exposed to view on finished units. Steel and Iron: Comply with the following requirements for each form required: Special Provisions Bid Identification No. 2003 Jefferson City Streetscapo Improvements Page 61 February 6, 2002 Steel Tubing: Cold-formed stool tubing, ASTM A 500, Grade A, unless another grade is indicated or required by structural loads. Steel Rails and Bars: Hot-rolled, carbon steel complying with ASTM A 29/A 29M, Grade 1010. • Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. • Iron Castings: Malleable iron complying with ASTM A 47, (grade 32510 (ASTM A 47M, Grade 22010). • Iron Castings: Gray iron complying with ASTM A 48, Class 30 (ASTM A 48M, Class 200). Brackets, Flanges, and Anchors: Cast or farmed metal of same type of material and finish as supported rails, unless otherwise indicated. Provide cast brack ets with flange tapped for concealed anchorage to threaded hanger bolt. • Provide formed or cast brackets with predrilied hole for exposed bolt anchorage. ' FASTENERS Fasteners for Anchoring Handrails and Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring handrails and railings to other types of construction indicated and capable of withstanding design loads. For steel handrails, railings, and fittings, use plated fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating. Fasteners for Interconnecting Handrail and Railing Components: Use fasteners fabricated from same basic metal as fastened metal, unless otherwise indicated. Do not use metals that are corrosive or incompatible with materials joined. Cast-in-Place and Postinstalled Anchors: Anchors of type indicated below, fabricated from corrosion-resistant materials with capability to sustain,without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 �.. conducted by a qualified independent testing agency. i .s7 • Cast-in-place anchors. • Expansion anchors. PAINT Shop Primer for Ferrous Metal: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with performance requirements in FS TT-P-664; selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field-applied topcoats despite prolonged exposure. r� Special Provisions Bid identification No,2003 j Jefferson City Streotscapo Improvements Page 62 i February 6,2002 r� Bituminous Paint: Cold applied asphalt mastic complying with SSPC-Paint 12 but containing no asbestos fibers, or cold-applied asphalt emulsion complying with ASTM D 1187. GROUT AND ANCHORING CEMENT Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining,noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior arplications. FABRICATION Assemble handrails and railings in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. Form changes in direction of railing members as detailed. Welded Connections: Fabricate handrails and railings for connecting members by welding. Cope components at perpendicular and skew connections to provide close fit, or use fittings designed for this purpose. Weld connections continuously to comply with the following: • Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. • Obtain fusion without undercut or overlap. • Remove flux immediately. • At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. Provide inserts and other anchorage devices to connect handrails and railings to ' concrete or masonry. Fabricate anchorage devices capable of withstanding loads imposed by handrails and railings. Coordinate anchorage devices with supporting structure. Shear and punch metals cleanly and accurately. Remove burrs from exposed cut edges. Ease exposed edges to a radius of approximately 1/32 inch (1 mm), unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing the Work. rCut, reinforce, drill, and tap components, as indicated, to receive finish hardware, screws, and similar items. ' Fabricate joints that will be exposed to weather in a watertight manner. Close exposed ends of railing members with prefabricated end fittings. Special Provisions Bid Identification No. 2003 Jefferson City Stroetscapo Improvements Pago 63 February 6, 2002 e Provide wall returns at ends of wall-mounted handrails, unless otherwise indicated. Close ends of returns, unless clearance between end of railing and wall is 1/4 inch (6 nim) or less. FINISHES, GENERAL Comply with NAAMM's"Metal Finishes Manual for Architectural and Metal Products"for recommendations for applying and designating finishes. Protect mechanical finishes on exposed surfaces from damage by applying a strippablo, r ' temporary protective covering before shipment. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in same piece are not a cc;;,.ihle. Variations in appearance of other components are acceptable if they are wiJiiir the range of approved Samples and are assembled or installed to minimize contrast. ' STEEL AND IRON FINISHES < Preparation for Shop Priming: Thoroughly clean handrails and railings of grease, dirt, oil, flux, and other foreign matter, and treat with metallic-phosphate process. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surf ace-preparation specifications and environmental exposure conditions of installed handrails and railings: • Exteriors (SSPC Zone 1 B): SSPC-SP 6, "Commercial Blast Cleaning." Apply shop primer to prepared surfaces of handrails and railings, unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Paint Application Specification No. 1," for shop painting. Primer need riot be applied to surfaces to be embedded In concrete or masonry. • Do not apply primer to galvanized surfaces. • Stripe paint edges, corners, crevices, bolts, and welds. r_ Painted Finish: Rust inhibiting primer shall be applied followed by two coats of finish paint as follows: Primer: Dulux Tank and Structural Primer 4160-7100 tinted medium grey or r. approved equal. Two (2) Finished Coats: Dulux Pro Acrylic Exterior Satin Finish 2402-9990 black or approved equal. ' Paint products as supplied by ICI 1700 South Broadway Boulevard, St. Louis, MO 63104. Ph. 314-621-8551 Fax 314-621-0524 rr J Special Provisions Bid Identification No. 2003 r Jefferson City Streetscape Improvements Page 64 February 6,2002 �rJ INSTALLATION Fit exposed connections together to form light, hairline joints. Cutting. Fitting, and Placement: Perform cutting,drilling,and fitting required for installing 1 handrails and railings. Set handrails and railings accurately in location, alignment, and elevation, measured from c;stablished lines and levels and free from rack. • Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting, • Set posts plumb within a toleranco of 1/16 inch in 3 feet (2 mm in 1 m), • Align rails so variations Irorn level for horizontal members and from parallel with rake of steps and ramps for sloping members do not exceed 114 inch in 12 feet (5 mm in 3 m). Adjust handrails and railings before anchoring to ensure alignment at abutting joints. Space posts at interval indicated, but not less than that required by structural loads. Fastening to In-Place Construction: Core Drill as specified and grout assemblies as indicated. Coat portions of metal work to be embedded after painting with asphalt materials prior to installation in concrete structures. RAILING CONNECTIONS Non-welded Connections: Use mechanical joints for permanently connecting railing components. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in"Fabrication"Article whether welding is performed in shop or in field. ANCHORING POSTS Core-drill holes not less than 5 inches (125 mm) deep and 3/4 inch(20 mm)greater than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with the following anchoring material, mixed and placed to comply with anchoring material manufacturer's written instructions: • Non-shrink, nonmetallic grout. • Non-shrink, nonmetallic grout or anchoring cement. Leave anchorage joint exposed,wipe off surplus anchoring material, and leave 1/8-inch (3-mm) build-up, sloped away from post. Anchor steel posts to steel flanges,angle or floor type as required by conditions,welded to posts and bolted to metal supporting members. Special Provisions Bid Identification No. 2003 Jefferson City Streetscape Improvements Page 65 Fobruary 6, 2002 1 Install removable railing sections, where indicated, in slip-fit metal sockets cast into concrete. FIELD QUALITY CONTROL Testing Agency, Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. Extent and Testing Methodology: Testing agency will randomly select completed handrail and railing assemblies for testing that are representative of different railing ( " designs and conditions in the completed Work. Handrails and railings will be tested according to ASTM E 894 and ASTM E 935 for compliance with ASTM E 985. Remove and replace handrails and railings where test results indicate that they do riot comply with specified requirements, unless they can be repaired in a manner satisfactory to Architect and will comply with specified requirements. rAdditional testing and inspecting, at Contractor's expense, will be performed to F determine compliance of replaced or additional work with specified requirements. CLEANING Touchup Painting: Immediately after erection,clean field welds,bolted connections,and abraded areas of shop paint, prime and paint exposed areas with same material. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. PROTECTION Protect finishes of handrails and railings from darnage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at the time railing is put into service or Substantial Completion. Restore finishes damaged during installation and construction period so no evidence ' remains of correction work. Return items that cannot be refinished in field to shop; make required alterations and refinish entire unit, or provide new units. MEASUREMENT AND PAYMENT Ornamental Rail shall be measured and paid for at the contract unit price complete and installed per LINEAR FOOT. SP-41 CURB AND RAIL T100 HIGH STREET This work item will include all labor, materials and equipment to fabricate and install the concrete curb, ornamental rail and handrail, complete as indicated in the drawings and as specified in SP-41. ' J Special Provisions Bid Identification No. 2003 '+ Jefferson City Streetscapo Improvements Pago 66 1 February 6, 2002 r ? , MEASUREMENT AND PAYMENT ' Curb and Rail 100 High Street will be paid for on a LUMP SUM basis installed complete, SP-42 GENERAL E[.ECTRICAL WORK General electrical work shall be as follows. The following definitions apply to this Section: EMT: Electrical metallic tubing. FMC: Flexible metal conduit, IMC: Intermediate metal conduit, LFMC: Liquid tight flexible metal conduit, HNC: Rigid nonmetallic conduit, Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article, 100, by a testing agency acceptable to authorities having jurisdiction, . ` and marked for intruded use. PRODUCTS EMT: ANSI C80,3, zinc-coated steel, with set-screw or compression fittings. FMC: Zinc-coated steel. IMC: ANSI C80,6, zinc-coated steel, with threaded fittings. LFMC: Zinc-coated steel with sunlight-resistant and mineral-oil-resistant plastic jacket. RNC: NEMA TC 2, Schedule 40 PVC, will) NEMA TC3 fittings. j Conductors, No, 10 AWG and Smaller: Solid or stranded copper. Conductors, Larger Than No. 10 AWG: Stranded copper. I Insulation: Thermoplastic, rated at 75 deg C minimum. Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class suitable for service indicated. Supporting Devices: Cold-formod steel, with corrosion-resistant coating. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring- stool clamps or click-type hangers. Pipe Sleeves: ASTM A 53, Type: E,Grade A, Schedule 40, galvanized steel,plain ends. Expansion Anchors: Carbon-steel wedge or sleeve,, type. Toggle Bolts: All-steel springhead type, Powder-Driven Threaded Studs: Heat-treated steel. Special Provisions Old Identification No. 2003 Jefferson City Streetscapo Improvements Page 67 February 6, 2002 Identification Devices: Colors prescribed by ANSI A13.1, NFPA 70, and these Specifications. Raceway and Cable Labels: Comply with ANSI A13.1, fable 3, for minimum size of letters for legend and minimum length of color field for each raceway and cable size. Underground Warning Tape: Permanent, bright-colored,continuous-printed,vinyl tape with the following features: • Not less than 6 inches wide by 4 mils thick (150 mm wide by 0.102 mm thick). • Compounded for permanent direct burial service. • Embedded continuous metallic strip or core. • Printed legend that indicates type of underground line. Tape Markers for Wire: Vinyl or vinyl-cloth, self-adhesive, wraparound type with proprinted numbers and letters. Color-Coding Cable Ties: Typo 6/6 nylon, self-locking type. Colors to suit coding scheme. Warning and Caution Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. EXECUTION Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide the maximum possible headroom. Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. Equipment: install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting,with minimum interference with other installations. Right of Way: Give to raceways and piping systems installed at a required slope. Use the fallowing raceways for outdoor installations: Underground: RNC. y~ Boxes and Enclosures: NEMA 250, Type 3R or Type 4. Use the following raceways for indoor installations: Exposed and Concealed: EMT Damp or Wet Locations: Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated. Use temporary raceway caps to prevent foreign matter from entering. Make conduit bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. Special Provisions laid Identification No.2003 t Jefferson City Slrectscapo Improvements Page 66 11 February 6,2002 j Use raceway and cable fittings compatible with raceways and cables and suitable for use and location. Underground Feeders and Branch Circuits: Type THWN or RHW-2. Branch Circuits: Type THHN/THWN insulated conductors in raceway, Install splices and taps that are compatible with conductor material and that possess equivalent or belter mechanical strength and insulation ratings than un•spliced conductor Electrical Supports in Damp I-ocations and Outdoors: Hot-dip galvanized materials or nonmetallic, U-channel system components. Electrical Supports in Dry Locations: Steel materials. Support Clamps for PVC Raceways: Click-type clamp system. Install individual and multiple raceway hangers.and riser clamps to support raceways. Provide U-bolts, clamps, attachments, and other hardware necessary for hanger assemblies and for securing hanger rods and conduits. Support parallel runs of horizontal raceways together on trapeze- or bracket-type hangers. Support individual horizontal raceways with separate, malleable-iron pipe hangers or clamps. Separately support cast boxes that are threaded to raceways and used for fixture support. Support sheet-metal boxes directly from the building structure or by bar hangers. Install sleeves for cable and raceway penetrations of concrete slabs and walls. Install sleeves for cable and raceway penetrations of fire-rated floor and wall assemblies. Securely fasten electrical items and their supports to the building structure Instal( warning, caution, and instruction signs where required to comply with 29 CFR, Chapter XVII, Part 1910,145, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. ' -Apply firestopping to cable and raceway penetrations of fire-rated floor and wall assemblies to achieve fire-resistance rating of the assembly. Protect existing electrical equipment and installations indicated to remain. If damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. ' Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches (50 mm)below the surface of adjacent construction. Cap raceways and patch surface to match existing finish. Remove demolished mat erial fr om Prof ect site. 1 . . Special Provisions laid ldontification No.2003 Jefferson City Streetscape Improvements Page 69 February 6, 2002 namove, store,clean, reinstall, reconnect,and make operational components indicated for relocation. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required to permit electrical installations. Perform cutting by skilled mechanics of trades involved. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Install now fireproofing where existing firestopping has been j disturbed. Repair and refinish matorials and other surfaces by skilled mechanics of trades involved. s MEASUREMENT AND PAYMENT Conduits, Wire, and Splice Boxes associated with the relocation of Street Lights and Street Light Circuits in the 100 Block (North Side) shall be paid for at the contract unit price Relocated and Rerouted Circuits per LINEAR FOOT and Splice Box EACH. Conduit and wire associated with the new street lights in the park located at 229 High Street shall be paid for on a LINEAR FOOT basis under bid item Park Street Light Circuits Conduit and wire shall associated with the electrical work at Central Bank shall be included in the LUMP SUM pay item Central Bank Electrical Work. Conduit and wire shall associated with the electrical work at Exchange Bank shall be included in the LUMP SUM pay itern Exchange Bank Electrical Work . General Electrical work associated with the Stokes Electrical Company shall be considered incidental to the Heated Side walk System in that no additional payments will be made. All other general electrical work shall be considered incidental to the other installations and no other payments shall be made. ' SP-43 GROUNDING Grounding work shall be as follows: Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Comply with UL 467 PRODUCTS e Grounding Conductors: For insulated conductors, comply with Division 16 Section "Conductors and Cables." Equipment Grounding Conductors: Insulated with green-colored insulation. Ground Rods: Copper-clad , Size: 314 by 120 inches (19 by 3000 mm). Special Provisions Bid Identification No.2003 + Jefferson City Streetscape Improvements Pago 70 February 6,2002 }' EXECUTION Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials, In raceways, use insulated equipment grounding conductors. Exothermic-Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. Equipment Groundin 1 Conductor Terminations: Use bolted pressure clamps. hquipn7ent Grounding "onductors: Comply with NFPA 70,Article 250, for types,sizes, send quantities of equipment grounding conductors, unless spe^ific types, larger sizes,or more conductors than r squired by NFPA 70 are indicated, • Install equipment grounding conductors in all feeders and circuits. • Metal Poles S-jpporting Outdoor Lighting Fixtures: Provide a grounding electrode in ad,fition to installing a separate equipment grounding conductor With Supply branch-circuit conductors. Connections: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware_, conductors, and connection methods so metals in direct contact will be galvanically compatible. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. Make connections with clean, bare rnetal at points of contact. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger,use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. Non-contact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically non-continuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL..48613. ' Grounding shall be incidental to all other electrical work. Special Provisions laid identification No. 2003 Jefferson City Streetscape Improvements Page 71 February 6, 2002 �I i SP-44 CENTRAL BANK ELECTRICAL WORK The project includes replacement of heated sidewalk system and associated power circuits and connections, replacement of tree well receptacles and circuits, and the installation of empty conduit tar future use. The contractor shall include in the project all labor and materials to remove existing electrical components associated with sidewalk replacement and the installation of new systems as specified in this Special Provision and as shown on the plans. Central tank Electrical work shall be as follows: Heated Sidewalk System: • Furnish and install Raychem Electromelt system as shown on the plans. Install and test according to manufacturer's instructions. Include all junction boxes, conduit and wire to provide a complete and operable system. Submit Electromelt layout for review. Submittal shall include locations of all heat cable, boxes, expansion joint kits, power connections and end seals. Tree Well Receptacles: Furnish and install receptacles with weatherproof boxes and covers and circuits as shown on the plans. Include all conduit and wire to provide a complete and operable system. Empty conduit to Future Pylon Sign Locations: i • Furnish and install empty conduit as shown on the plans. The electrical work at Central Bank-shall be paid on a LUMP SUM basis under the bid item Central Bank Electrical Work. ' SP-45 EXCHANGE BANK ELECTRICAL WORK The project includes replacement of heated sidewalk system. The contractor shall include in the project all labor and materials to remove existing electrical components associated with sidewalk replacement and the installation of new systems as specified in this Special Provision and as shown on the plans. �. ' Exchange Bank Electrical work shall be as follows: V . I Heated Sidewalk System: Furnish and install EasyHeat Sno 'Molter system as shown on the plans. Install and test according to manufacturer's instructions. Include all necessary items to provide a complete and operable system. Submit Sno'Melter system layout for review. Submittal shall include locations and dimensions of all heat mats,and cold leads. The electrical work at Exchange Bank shall be paid on a LUMP SUM basis under the bid item Exchange Bank Electrical Work. ' SP-46 STOKES ELECTRIC ELECTRICAL WORK The project includes replacement of heated sidewalk system. The contractor shall a include in the project all labor and materials to remove existing electrical components j I Special Provisions Bid Identification No. 2003 Jefferson City Stroelscapo Improvements Page 72 1: February 6, 2002 �''' associated with sidewalk replacement and the installation of now:,yslems as specified in this Special Provision and as shown on the plans. Stokes Electric Electrical work shall be as follows: Heated Sidewalk System: Furnish and install EasyHeat Sno'Meller system as shown on the plans. Install and test according to manufacturer's instructions. include all necessary items to provide a complete and operable system. Submit Sno'Maltor system layout for review. Submittal shall include locations rand dimensions of all heat mats,and cold leads. The electrical work at Stokes Electric shall be paid for on a SQUARE FOOT basis under the bid itern Stokes Electrical Work. ® SP-47 STREET LIGHT POLE RELOCATION ■ 'File project includes electrical work associated with relocating existing street light poles. The contractor shall include in the project all labor and materials to remove existing electrical components associated with pole relocation as specified in this Special Provision and as shown on tiie plans. ' Pole relocation electrical work shall be as follows: Relocate existing street poles and furnish and install new wire and conduit to new pole location to provide a complete and operable system. 1 Pole Relocation shall be paid for under bid item Street Light Pole Relocation EACH. SP-413 STREET LIGHT POLE REFURBISHING The contractor shall furnish all labor material and equipment to perform the following refurbishing activities to the existing decorative street lamps in the project area as indicated on ttae plans. • Power wash and remove all surface grime and loose and pealing paint. Prepare metal surfaces in accordance with Manufacturers recommendations for Aluminum ' materials including abrading to remove oxidized layer. Apply primer undercoat and two coats of finish paint. Pole access plate shall be removed to insure that ttae access plate housing and access plates are completely cleaned and painted. ' Primer shall be DUIUx Ultra Acrylic Prime Coat 2000-1200 tinted medium gray. • Two (2) Finished Conts shall be Dulux Pro Acrylic Exterior Satin Finish 2402.9990 Black Paint products as supplied by iCI 1700 South Broadway Boulevard, St. Louis, MO 63104 Ph: 314-621.8551 Fax: 314-621-0524 or approved equal, Remove and replace the lamp and globes for each fixturo. • The lamps are indicated on the drawings. • The globes are Cat. Number FJF5E363Z00BK as supplied by Gateway Electric ' Electrical. Submit manufacturers product information for Approval by owner prior to purchasing globes, Special Provisions Bid Identification No.2003 Jefferson City Streclscape Improvements Pago 73 February 6,2002 MEASUREMENT AND PAYMENT � Street Light Re-lamping and He-gfobing shall be measured and paid for at the contract unit price of EACH. Street light preparation and painting will be measured and paid for at the contract unit price of Street Light Pale Painting EACH. SIB-49 NEW STREET LIGHT POLES and NEW FOUNDATIONS The project includes installation of new street light poles in 'Park' area; The contractor shall include in the project all labor and materials to remove oxtsting electrical components associated with pole relocation as specified in this Special Provision and as shown on the plans, Install now street poles and furnish and insiall now wire, conduit and circuit broakers to provide n compute and operable system. New straot pole work shall be as follows: SUBMITTALS Product Data for each type of lighting unit indicated, arranged in order of lighting unit designation. Include data on features, accessories, templates for anchor bolts and reinforcement, and finishes. e luminaires and Accessories: Listed and labeled as defined in NFPA 70,Article 100,for their indicated use, location and installation conditions by a testing agency acceptable to authorities having jurisdiction. Comply with ANSI C2 and Nf=PA 70. PRODUCTS Streetlight poles and fixtures as specified on the plans. Concrete Foundations: Comply with manufacturer's templates for reinforcement and for anchor bolts, nuts and washers. Finish for Parts Exposed to View: Trowel and expose surface to match surrounding sidewalks. Lamp luminaires with indicated lamps according to manufacturer's written Instructions. Replace rnalfunctioning lamps. MEASUREMENT AND PAYMENT' _. ' New Foundatlon Installation shall consist of providing concrete foundations complete and installed for relocated and new street lights and shall be paid for at the contact unit price EACH. ' New Street Light Bole Installation shall be paid for at the contract unit price EACH. Special Provisions Bid fdontificatlon No. 2003 r ' Jefferson City Strootscapo Improvements Page 74 February G, 2002 SP-50 SIGNAL_ POLE BASF REPLACEMENT The contractor shall replace the foundations for the traffic, signals at the locations indicated on the plans for the east hall of Jefferson at High Street, south half of Capitol at Madison and the entire intersections of High Street at Madison and Monroe Streets. The half intersections shall receive pull boxes and empty conduits as indicated on the plans with the existing wiring fed back into the new signal bases via separate conduits. The Madison and Monroe intersections shall have all new signal pole foundations; pull boxes, conduits and wiring from the controller to the signals. All traffic signals shall be restored to existing operation. The schedule for signals to be out of service shall be provided to the city in writing and approved 7 days in advance of construction. The contractor may take the signals out of service for the duration of the work at a particular intersection provided adequate temporary stop signs are installed per MUTCD an,i approved by the City Engineer. The signal renovation shall run concurrent with the other streetscape improvements. Efforts shall be made to restore normal signal operation as quickly as possible to each intersection. Signal Pole Bases shall be constructed rn conformance with MoDOT specifications and standard signal pole base details 902.30 unless otherwise indicated. Foundations shall be flush with finished grade wherever possible. An exposed concrete foundation shall match the shape of the existing signal pole bases and the concrete finish shall match the approved finish on the planter boxes. Wiring shall be in conformance with MODOT specifications Section 1061 Electrical Conductors. Conduits shall be 2" UL Rated PVC Schedule 40 installed to a depth of 24" along the routes indicated on the plans and installed per MoDOT standard specification. The use i ( of a Rock saw in lieu of trenching shall be permissible as long as dust and debris are . ! controlled during construction and completely cleaned up after each days work. The conduit shall be covered with 3" of clean sand before lean Portland cement concrete { backfill is installed to within 3 " of the roadway finished surface. A liquid applied tack coat shall be applied to the top of the concrete surface and the sides of the remaining ' trench surfaces prior to laying of asphalt. MoDOT Type "C" asphalt shall be laid and compacted in the trench to restore the roadway to existing surface grades in conformance with City standards. Upon completion of the relocation, rewiring and return of signals to satisfactory service, the contractor shall prepare and paint the existing light poles, bases, fittings, and signal ' heads. The preparation and paint coatings shall be as follows for each type of material. It is the contractor's responsibility to verify the materials on each pole and to prepare and apply appropriate materials as specified. For aluminum materials: • Power wash and remove all surface grime and loose and pealing paint. Prepare metal surfaces in accordance with Manufacturers recommendations for Aluminum materials including removal of oxidized layer. • Apply primer undercoat and two coats of finish paint. Pole base access plate shall be removed to insure that the access plate housing and access plates are completely cleaned and painted. Special Provisions Did Identification No. 2003 Jefferson City Slreetscapo Improvements Page 76 February 6, 2002 • Primer shall be DUIux Ultra Acrylic Prime Coat 2000-1200 tinted medium gray. • Two (2) Finished Coats shall be Dulux Pro Acrylic, Exterior Satin Finish 2402-9990 Black Paint products as supplied by ICI 1700 South Broadway Boulevard, St. Louis, MO 63104 Ph: 314.621-8551 Fax: 314.621-0524 or approved equal. For forrous motal materials: • Finish coating shall include surfaco motal preparation in conformance with (SSPC- SP10), (SSI-Sal) or (NAC114) • Apply rust inhibiting primer undercoat followed by two coats of finish paint. • Primor shall be DUIux -(•ank and Structural Primer 4160-7100 tinted medium gray. • Two (2) Finished Coats shall be DUIux Pro Acrylic Exterior Satin Finish 2402-9990 Black Paint products as Supplied by ICI 1700 South Broadway Boulevard, St. Louis. MO f 63104 Ph: 314-62.1-8551 Fax.: 314-G21-0524 or approved equal Pull Boxes shall be OUaxite IIPG 11818BA18, roughly 14"x21"xt 8%loep (Pecan colored) Pull Box Covers: Quazfto IIPG1118HA00, stainloss steel bolts. (Pecan colored) The box lid shall have the identifier"7•raftic Signal" embossed in the surface Splices for signal polo circuits shall occur in the pull boxes and not in the Polo bases ' Wiring shall be IMSA Typo '19-1,stranded PVC jacket 75 dogrco C, 600 Volts, 12-719-1 sTR MEASUREMENT AND PAYMENT Signal Pole: Foundation with Pole will be measured and paid for installed complete with signal polo in place at the contract unit price EACH. Signal Pole Conduits shall be measured and paid for complete and in place at the contract unit price per LINEAR FOOT. ' Signal Pole Wire shall be measured and paid for complete and in place at the contract unit price per LINEAR FOOT rounded to the naarost 10'. Signal Polo Pull Box will be moasured and paid for complete and in place at tho � contract unit price EACH. Signal Polo Painting shall be include the preparation, priming and painting of the poles ' under the unit price of EACH. ` SP-51 INLET CONSTRUCTION c ' The contractor shall follow the City of Jefferson standards in the conversion of the storm inlets as indicated on the plans. r ' The grated and curb hood style inlets located at the cornor of Adams and High will be closed with a solid cover at an elevation, which will not interfere with the proposed pavement. c Special Provisions Bid Idontilicalion No.2003 Jefferson City Streetscapo Improvomonts Pago 76 February 6,2002 t, jf .J r The two curb Inlets near the intersection of Madison and High Streets are to be niodif led by removing the top portion of the structure and reconstructing the top to be a Type "A" Inlet. MEASUREMENT AND PAYMENT Adams Street Inlets shall be measured and paid for at the contract price EACH including the modifications to the existing inlets and the installation of the new piping and new grated inlet. Madison Street Inlets shall be measured and paid for at the contract price EACH including the modifications to the existing inlets and the installation of new covers, SP-52 MAN MANHOLE ADJUSTMENT The contractor shall follow the requirements of the Utility Company for the adjustment of the Manhole at 229 Madison Street to finished grade. The contractor shall coordinate with and obtain permission to modify the manhole to match the grades as indicated on the plans. MEASUREMENT AND PAYMENT The Manhole Adjustment 219 Madison shall be measured and paid for at the contract price EACH SP-53 STORM SEWER The contractor shall follow the requirements of the City of Jefferson for the installation and connection of the underground Storm Sewer piping and area inlets adjacent to 311- 328 High Street as indicated on the plans. All piping shall be laid to provide positive drainage, Mainline piping shall be connected to the Grate Inlet at the northwest corner of High and Adams Streets. Piping shall be 4"-6" for pipe laterals and 8" for Mainline Drain and Cleanouts Pipe and fittings shall be Schedule 40 PVC Area inlets shall be 1'x1' NDS lawn Drain or Equal MEASUREMENT AND PAYMENT The installation of the Storm Piping 311-328 High Street, including all materials, labor, t and equipment for the complete system in dace shall be measured and aid for under I P on a LUMP SUM basis. SP-54 CONSTRUCTION LAYOUT Once the construction baseline, tie-in points and elevation benchmarks have been established by the City, it will be the responsibility of the contractor to provide qualified surveyors and all equipment and materials to slake out the horizontal locations and vertical elevations of the improven'ients as indicated in the plans. The contractor shall report all discrepancies in the plans immediately to the City for direction. The contractor shall maintain and preserve the baseline tie in points and benchmarks through out the project. If they are destroyed through the negligence of the contractor they shall be restored at no additional cost to the City Special Provisions Bid Identification No.2003 Jefferson City Slreetscape Improvements Page 77 February 6,2002 MEASUREMENT AND PAYMENT j Construction Staking will be measured and paid for at the contract unit price LUMP SUM. SP-55 SIGN POSTS The project contains two types of contractor furnished signposts. Type A Decorative Sign Post and Type B Standard Sign Post MEASUREMENT AND PAYMENT Type A Sign Posts shall include all labor materials and equipment to install the post r foundation and post at the locations indicated on the plans. Payment shall be EACH under the contract unit price Type A Sign Post. Type B Sign Posts shall include all labor materials and equipment to install the post in the concrete pavement at the locations indicated on the plans. Payment shall be EACH under the contract unit price Type B Sign Post. SP-56 STREET LIGHT POST VERTICAL RELOCATION It is the intent of the proposed design to utilize to the greatest extent possible the existing street light pole foundations and street light poles. In this regard,the contractor shall adjust the poles vertically in all instances where the top of the existing footing is ' greater than 2-1/2"above the finished grades of the new sidewalk. The contractor shall follow the detail for vertical adjustment as indicated in the drawings. MEASUREMENT AND PAYMENT Street Light Vertical Adjustment shall include all labor, equipment and materials to adjust the existing street light poles to tirade at the contract unit price EACH. SP-56 DRINKING FOUNTAIN The work in this item includes all materials, equipment, and labor to install the drinking fountain in the park at 229 East High Street. The contractor shall preserve the existing waste and supply lines currently in use for the existing fountain during the demolition phase for reuse in installing the new fountain. The contractor shall modify the waste and supply lines as required to connect the new fountain. The fountain provided shall be r* ' as indicated in the drawings and located per the plan drawings. ; MEASUREMENT AND PAYMENT Payment shall be made on a LUMP SUM basis Drinking Fountain. END OF SPECIAL PROVISIONS 1 Special Provisions Bid Identification No.2003 Jefferson City Streetscape Improvements Pago 78 ,:•.; February 8,2002 ADDENDUM NO. I Jefferson City Streetscape Improvements City of Jefferson, Missouri Bid Identification Number 2003 February 27, 2002 Bidders are hereby informed that the Bid Docun4(nnls, Construction Plans and/or Specifications arc modified as follows: SPEC) ICATION CHANGES • BID FORM See attached rrvisod Itemized f ild Form • SP-7 TRAFFIC CONTROL Add the following to the end of the section Pedestrian access should be made available to all businesses for the duration of the project where possible. It is understood that there may bo periods of time required to conduct work directly in front of the primary entrance: to the business. The contractor shall coordinate with the City and the business owners during each phase of construction for the closure required at each business to conduct his operations. To [lie greatest extent possible access is to be maintained to the front of each business, and access shall be restored as quickly as possible along the face of the buildings. When situations dictate, access alone the building faces shall only be provided when safe conditions can be provided. In these events, access along the block faces shall be provided across the street and pedestrians will be permitted to cross the street to enter a business with restricted access. When this occurs, traffic control signage system should provide indicating that the block is closed to through pedestrian traffic, Signage systems shall also alert motorists to the potential for pedestrians crossing at locations other than at the intersections. MEASUREMENT AND PAYMENT -- Replace CUBIC YAMD with LUMP SUM. • SP-24 TREE PROTECTION Add the following to the end of the section: It is the responsibility of the contractor to mainlram the tree protection and cleat distances as outlined, If any existing true dies before the and of the contractor's guarantee period following the end of the project, the contractor will bo required to reimburse the City for removing and ' replacing the tree. The City will determine ihc; value of the replacement. The current value of the honey locust trees on High Street ranges from $397 to $1745 depending on size and condition. The ash trees on High Street tango from $235 to$776. And, the London plane trees on Madison Street ranee from $176 to$936. These values are based on the City's inventory and Valuation of street trees. A rninimurn payrnorit of $500 up to the inventory value of the specific tree will be required for the death of any free rasullinct from this project. The requirement to replace lree(s)will be determined based on whether protection measures were not followed as documented by the City Inspector, • SP-25 SELECTIVE (DEMOLITION SUBMITTALS -Delete the following frorn the end of the section: Noise control. DEMOLI VION, GENERAL - Add the following The wearing surface sidewalk slabs al Central Hank shall he cit'!molishud and removed without causing damage to Uu; structural Fiat.)";or sub-slab:; located below the sidewalk. Additionally, every reasonable effort shall be rTiadcr to preserve the waterproo(ing membrane below the existing Cenual Bank sidewalks. DEMOLITION -- Add ihc: following to the end of the: section: The contractor shall provide all necessary hoard uEj rmalenals such that Itae opeti spaces will riot be a source of security breach for the building owners during the period of construction of new block-up and I or St1 UCIUraI COVerS. The contractor shall take; reasonable 11-1(J'dSures to protect the interior spaces of the affected business from debris and dust assoclalod with the removal and replacement of structural slabs. Plastic sheet dust barri0l'S shall be erected and maintained throughout the duration of the construction at each site rInterior Finish Restoration The contractor shall restore all damage to the drywall surface the three interior walla lining below sidewalk space at 101 Bast High Street after Ihr,, demolition and erection of the structural slab and removal of the sharing and bracing finished Walls are approximately 8 feet high and measure 15, 15, and 15 feet in length It is the contractor's responsibility to pievunl the demolition activities from, creating a dusty and unsafe condition. The contractor shall employ reasonable care in the control of dust through ' misting and moistening of materials so that dust is controlled outside and shall take reasonable measures to protect the interior spaces of the affected business from debris and dust associated with the removal aril replacement of structural slabs. Plastic sheet dust barriers shall be erected and maintained throughout the duration of the construction at the affected sites. MEASUREMENT AND PAYMENT - Add the following to the end of the section: Demolition and removal of vertical scgin ants of existing concrele walls and the; leveling of the same to facilitate the proper construction of view structural slabs will be considerecl incidental to the pay item structural slabs and no ,additional payment will be made. ' Board up efforts shall be considered incidental to the removal of structural slabs and no other payment shall be made. Removal and Replacement of darnr.,ged sub-slabs shall he considered incidental to the sidewalk replacement and no other payment will be made;. • SP-26 EARTHWORK FIELD QUALITY CONTROL - Modify tyre first sentence as follows: Testing Agency: Contractor will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports, MEASUREMENT AND PAYMENT-- Add the following to the end of the section- All testing shall be considered incidental to the work. SP-27 PLANTER BOX SOIL REPLACEMENT MEASUREMENT AND PAYMENT— Add the following to the end of the section All testing shall be considered incidental to tho work SP-28 AGGREGATE BASE COURSE MEASUREMENT AND PAYMF*N) - Add ltIo following la the end of the section All testing shall be considered incidental to the work. • SP-29 CONCRETE CONSTRUCTION: CONCRETE MATLRIALS Modily nctdregale as follr3w;;' Maximum course, aggre(T'Ac; size 3/4" CONCRETE MIXES - Modily Cement as follows: 6.5 stacks per cubic yard. MEASUREMENT AND PAYMENT - Modify the last sentence as follows: "No additional payment will be made for testing, sub-grade preparation, aggregate base, reinforcement, metal frames and grates, anchors, rods, dowels, conduits, soil pipe, downspout adjustment, or sleeves(where required) or compaction as these 'items are incidental to items of the work specified in this section " • SP-31 IMPRINTED COLORED CONCRETE PAVEMENT ' PRODUCTS AND MATERIALS --Modify Aggregate as f;!tows: Maxiniurn course aggregate size 3/4" CONCRETE MIXES AND MIXING - Modify Cement as follows: 6.5 sacks per cubic yard. SP-32 UNIT PAVERS. MEASUREMENT AND PAYMENT-Modify the last sentence as follows: "No additional payment will be made for asphalt setting, sand joints, soft joints and sealant, neoprene-modified asphalt aclhesivee, asphalt cement, primer, subgrade preparation or concrete and aggregate base as they arc; incidental to the installation of unit pavers " • SP-34 IRRIGATION PIPING MEASUREMENT AND PAYMENT— Add the following to the end of the section: All testing shall be considered incidental to tide work. SP-35 STEEL DECK FIELD QUALITY CONTROL- Modify the first sentence as follows: Testing: The contractor will engage a qualified independent lesting'agency to perform lield quality control testing. • SP-36 UNIT MASONRY SOURCE QUALITY CONTROL. - Modify the first paragraph as follows. The contractor shall engage a qualified independent testing agency to perform source quality control testing indicated below. Payment for these services will be made by the Contractor. FIELD QUALITY CONTROL- Modify the first paragraph as follows: The contractor will onlage a qualified independent teslind agency to perform field qualify- control testing as indicated below. Payment for the services will be made by (he Contractor. MEASURE=MENT AND PAYMI_N'I - Add the following to the and of ttir, section All testing shall b, considered incidental to the work. • SP-39 IRRIGATiON PiPiNG MEASUREMENT AND PAYMENI' -- substitute [boring /1 renching with Bock Saw]teriching and Dackfill per LINEAR FOOT, MEASUREMENT AND PAYMEN'l -- Add the following to the end of III(,, section All testing shall be considered incidental to the work. + SP-50 SIGNAL POLE BASE REPLACEMENT Add the following to the section about priming aluminum rriaterials, "Aluminum Traffic Signal Poles/Assemblies surface preparation shall include the removal of all water-soluble dirt chemicals will)water and detergent; solvent-soluble contaminants with solvent. Rinse, allow to dry, then power or hand abrade to remove, the oxidized aluminum layer. Prime all exposed aluminumn surfaces and top coat all surfaces with two coats of finish coal. Prime only exposed metal," Modify the section about ferrous metal materials as follows. Ferrous Traffic Signal Pales/Assemblies shall be surface prepared in conformance to Solvent Cleaning(SSPC-SP1) and for all failed paint coating and rust areas further prepared in conformance with Power Tool Cleaning (SSP-SP3) ( SSi-S(2.) All areas of prepared exposed metal shall be primed. The entire pole and attachments shall receive two coats of finished coat. + SP-52 MAN BOLE ADJUSTMENT Add the following, "There are three utility manholes located in the vicinity of 216 Madison Street, which will remain. One manhole resides in the; sidewalk at (tie north side of the alley apron file other two are on the West Side of Madison Street roadway just beyond the alley apron. All three manholes will need to be adjusted to grade as a part of this contract. Please note the quantity of manhole units has been adjusted in the revised bid form." • SP-55 SiGN POSTS Add the following to the end of the first paragraph. Type A sign posts shall be used at intersections to replace the existing street name sign posts and within the bump-outs at the mid- block crossings, Type B sign posts shall be used at all olher locations indicated on the plans. • SP-56 STREET LIGHT POST VERTICAL RELOCATION: Modify the second sentence as follows: "In this regard, the contractor shall adjust the poles vertically In all instances whore the top of the existing tooting is below the finish grades of the new sidewalk. DRAWING CHANGES • Sheet 03.03-Modified Vertical Street Light Relocation Detail, see sketch SK-1, • Sheet C3,03- New Curb Detail, see sketch SK-2. • Sheet C 1.02- Revised Layout Dimensions, see sketch SK-3. • Sheet C3.02-Modified Details, see sketch SK-4, SK-5, SK-6 and SK-7, Sheet C3103-Modified Trench Drain Detail, see sketch SK-8. • Sheet C3.03- New detail of existing Inlets Madison near Capitol, see sketch SK-9. • Sheet C3.03- New detail of existing inlets at High and Adams, see sketch SK-10. • Sheet C3,03- New detail of new inlet at High and Adams, see sketch SK-11. 1 r Addendum #1 Jefferson City Streetscape improvements Did identification Number 2003 Pre-bid Meeting February 20, 2002 Questions Question 1. Do the plans Indicate; new conduits and foundations for ilia signals at Jefferson and Capitol but no new wiring? Answer l. Yes, the plans indicate the replacement of foundations and the installation of new empty conduits for future use. 1 ho existing wiring shall be, run back into the new signal pole bases in similar fashion as it is today, Question 2. Can 4000 psi be achieved with tho 5--sack mix? Answer 2. *rile Mix desicin teas bren clarified see addendum SI' 20 Concrete Construction Question 3. The signal sheets indicate the installation of 8 wires to the controller. Will this work? Answer 3. Contractors shall bid the project for this item as indicated on the drawings Question 4. Are there two ways to treat the vaults and voids? Answer 4. Yes there are two conditions, the first includes those spaces beneath the sidewalk, which will remain, and will have the old structural covers removed and new structural slabs installed over them. The second condition Includes those spaces, which will have the opening in the buildings blocked up, and the void space filled. Refer to the drawings for locations of each of these situations. Question S. How much security is required when the vaults and voids are open. Answer S. The contractor shall provide all necessary board-up materials such that the open spaces will not be a source of security breach for the building owner during the period of the construction of new block-up and or structural covers. Board up efforts shall be considered incidental to the removal of structural slabs in that no other payment shall be made. Quostion G. What level of pedestrian access will be required to the businesses for the duration of the construction? Answer G. available is the Intent that pedestrian access be made vailable to all businesses for the duration of the project. However, it,is understood that there may be periods of time required to conduct work directly in front of the primary entrance to the business. The contractor shall coordinate with the City and the business owners during each phase of construction for the closure required at each business to conduct his operations. To (fie greatest extent possible access is to be maintained to the front of cacti business, and access shall be restored as quickly as possible along the face of the buildings. Tile contractor may use whatever safe and accessible means necessary(Le, ramps, catwalks, etc.) to provide access to businesses that will not allow temporary shut down of the front entrance. These temporary facilities will be considered incidental to the concrete sidewalk pavement. When situations dictate, the access along the building faces shall only be provided whim a safe condition can be provided. In these events, access along the block faces shall be provided across the street and pedestrians will be permitted to cross the street tc enter a business with restricted access. When this occurs, the traffic control signage system should provide indications that the block is closed to through pedestrian traffic. Signage systems shall also alert motorists to the potential for pedestrians crossing at locations other than at the intersections. Question 7. Is a pedestrian walkway required on both sides of the block that is under construction? Answer 7. See answer to OLJOS(ion G. Question 8.- Will some other waterproofing system be considered other than the one specified. ' Answer 8. The waterproofing specified is in response to the needs of the particular building owner. The project should be bid will, the materials as specified. Question 9. If the contractor does all the things that are specified regarding the work around the existing ' trees and they still die is the contractor responsible? Answer 9. It is the responsibility of the contractor to maintain the tree protection and clear distances as outlined in the bid documents. If any existing tree dies before the end of the contractor's guarantee period fotlowing the end of the project, the contractor will be required to reimburse the City for removing and replacing the tree. The City will determine the value of the replacement. The current value of the honey locust trees on High Street ranges from $397 to $1745 depending on size and condition. The ash trees on High Street range from $235 to$776. And, the London plane trees on Madison Street range from$176 to $936. These values are based on the City's Inventory and Valuation of street trees. A minirnum payment of $500 up to the inventory value of the specific tree will be required for the death of any tree resulting from this project. The requirement to replace trees) will be determined based on whether protection measures were not followed as documented by tho City inspector. Question 10. How available will the City Forester be? Answer 1O. The City Forester will bG available to consult with the contractor and perform (tic tree root pruning as specified. The contractor shall provide the City a two-hour nolice for cacti such consultation. Question 11. Do the documents call for all walk surfaces to be exposed aggregate? Answer 11. Yes, the base concrete work shall be exposed aggregate finish using Osage sand and grrtvol with a finish similar to the walks around they Governor's Garden. 'The test panels and curb samples will be used to determine the oxricl finish for those surfaces. Question 12. Are the curb and pullers also exposed? Answer 12. Yes, the curbs and gutter will also include they exposed aggregate finish. Question 13. Will the City be open to use of exlended working hours? Answer 13. The intent of the documents is to conduct construction activities during normal working hours. However, in order to minimize the impact of the project on downtown business and traffic, the City will be receptive to contractor requests for work outside the normal 8-5 work day. Question 14. What is meant by noise and dust limitations? Answer 14. See modification regarding noise in the technical addendum. It is the contractor's responsibility to prevent the demolition activities from creating a dusty and unsafe condition. The contractor shall employ reasonable care in the control of dust through misting and moistening of materials so that dust is controlled outside and shall take reasonable measures to protect the interior spaces of the affected business from debris and dust associated with the removal and replacement of structural slabs. Plastic sheet dust barriers shall be erected and maintained throughout the duration of the construction at the affected sites. Question 15. When is award of the project anticipated? ' Answer 15. Council approval is anticipated on April 1, 2002 with award by the 15"' of April 2002. ' Question 1 S. Can the contractor move ahend to other areas of the project if materials are not yet available to complete the project? Answer 16. The phasing plan describes the percentage of completion required before subsequent portions of the project will be released to the contractor. r Question 17. Who is responsible for the material testing? Answer 17. The contractor shall engage as a part of the contract price an independent testing agency acceptable to the City to perform the required testing. The results of the testing will be made available to the City for review, The cost for testing shall be considered Incidontal to the work Item for which the testing Is being perfort-nod in that no othor payment will be mado, fuestion 10. - Will PB be making periodic visits to the project during the construction? Answer I S The City will have a full-time construction inspector for the project. PB intonds to be on-call to assist the City In resolving issues related to the design. Question 19 What will be the environmental requirements for the; excess cement wash off of the exposed aggregate finish concrete? Portaining to the runoff into the City's storm sewer systems, Answer 19 All run off from the cement wash off of the exposed aggregate finish must be collected and prior to entering the City storm drains. This work will be incidental to the concrete work. Question 20 Will the City be providing water hook ups on site to wash exposed aggregate finish and at what cost if any? Answerer 20 See General Provisions section GP-16, Question 21 Can the business be closed for one day when we pour and finish the sidewalks at their entryways. Answer 21 See answer G, r City of Jefferson Itemized Bid Form - Page I Jefferson City Strectscape Improvements -Identification Number 2003 Item Description--y - Unit Approx1mate Unit Quantity Price Demolfflan 1 Curb Removal LF 4173 2 Trench Removal LF 340 Structural Slab Removal St- 965 4 rn Non-Struclural Sidewalk "looval SF 45054 -............ 5 shall Roadwa Removal SY 2, 44 6 Concioto Apron Removal SY'-*---*---- -128 7 Post Founclationnomovai EA I I 8 Rock Removal CY 0 9 Unclassified Excavatlonfflackf M&.CoMpaction CY 0 Now Constnrctivn 10 Controlled Fill CY 255 11 Plantor Box Sail__ CY 312 12 Place Soil CY 45 13 Bark Mulch SY 691 14 Concrete Sidewalk Pavor"ofit SF 54960 15 Concrete Curb and Gutter LF 3845 16 Plantor Box Curb LF 5OG5 17 Concrete Apron SF: 2307 18 Trench Drain Lf- 232 19 Downspout Trench LF i 91 20 Structural Slabs —_ �_ ��—�_ _ _^-�--_Sf' 955 21 Cast-in-Place Concrete Wall SFF 200 22 Roadway Pavement SY 292 23 Imprinted Colored Concrete Pavement SF 5098 24 Irrigation Modification and Soddigq.,_.300 Chock jfit Sty i.,tynp §�Um I 25 Irrigation Conduit 3" LF 2008 26 Irrigation Conduit 4" LF 743 27 Irrigation Main Lino 1-1/2" LF 431 28 Rock Saw Trenching and Backfill LF 346 29 Masonry Assemblies SFF 340 30 Soqmontal Retaining Wail,9.02 1-11911 l-u11!R-.Sum 1 31 Bontonito Watorproofinq SFF 600 32 Central Bank Waterproofin!).__, 33 Base System Membrane SF 0 34 1 Base System Flashing LF 35 Omamontal Rail LF 5065 36 Curb and Rail, 100 High I q!jt L ) Sum_j 1 1 T---*-- ------ 37 Relocated and Rerouted Circuits LF 38 Splico Box EA 6 Ll 39 Park Street lit Circuits LF 110 40 Central Bank Electrical Work c !:.�u m i 41 Exchange Bank Electrical Work Lurrill, 42 Stokes Elooldcal Work SF 130 43 Street Uciht Polo Relocation EA 7 44 Street U lit Ro-lam h. and Ro-qjqf)!nq_ EA 68 46 Streeand Polo tinc) EA 68 46j Now ation Installation --EA 10 Bid Form Idontification No. 2003 Jefferson City Stioetscapo improvements Pogo 2 February 6, 2002 City of Jefferson Itemized Bid Farm -Page 2 Jefferson City Streetscapo Improvements- identification Number 2003 Item Description Unit Approximate Unit Amount Y Price 47 Now Stroot Light Polo E A � 3 48 Signal Palo Foundation w/Pole _ �EA _ 12 49 _SI nq al Polo Conduits Y _ LF_� 731 50 S Wiro �Lt 2418 _ 51 fiignal Polo nal Polo Pull Box � �EA _52 _Signal Polo Painting _�r _ _E 12 53 Adams Stroot Inlets A�_IAA -2 y 54 Madison Stroot Inlols _ _ EA 2 55 Manholo Adjustment, Madison Stroet ^Y EA 4 56 Stomp P!p !M 311-328 Hi h Stroot . Lump Sum__ 1 _I 57 Construction Slakin _ Lump sum__ 1_ 58 T o A SI n Post _ CA i 59 _mo B Sign Post _ EA _ 47 60 Stroot Light Vortical Adjustment EA 61 _ 61 Drinking Fountain _ _ _Lumf Sum _1 62 Traffic Control - -- __—_ ""�""•� TOTAL BASE BID — Altemate One 63 Unit Pavors _ SF 4767 64 Imprinted Colored Concrote Pavomont SF 331 Alternate Two 165 Enhancod Control Bank Wato roofing Lump 8ufn 1 1 Bid Form Identification No.2003 Jefferson City Streetscape Improvements Page 3 February 6,2002 JEFFERSON CITY STREETSCAPE IMPROVEMENTS PB Pfol.No: 3GI25A Lowtion: JC-FFERSON$wSi0—UiW' Dtawn: HLM ADDENDUM#1 - MODIFIED DETAIL 3 cf*A: ' CMS Sc,*: NOT TO SCALE Stwel Nalba; SKml Dalo: 2/27/02 Stmt 11010(coco: C3.03 SAWCUI EXISTING E.J. EXISTING PORTION FOUNDATIOA WHERE 01' FOUNDATION OCCURS 10 (if" REMOVED FINISH ON CONC. FOUNDATION SHALL MATCH ADJACENT SIDEWALK PAVEMENT to i A A n' V) 04 ExisrING POLE PLUMB POLE WITH GALV, WASHER SHIMS. PLAN "---rALV. STEEL WASHER PLAN SUPPORT, FOUR (4) 1/2" MAX, CAP BETWEEN PER POST, MINIMUM, PROPOSED DRILLED HOLES NEW FINISH GRADE AND AND 3/4" EXPDXY POLE BASE, SEAL GAP WITH FOAM BACKER ROD AND ANC14ORS FOUR (4) PER ELASTOMERfC SEALANT POST. 18" EMBEDMENT AROUND PERIMETER OF CUT OFF EXISTING BOLTS BASE, SEALANT COLOR AS REQUIRED BLACK OR DARK GREY. L E.J. (TYP.) 4 NEW S IDEWALK GRIND OR BUSH HAMMER FILL SPACE AROUND NEW TO REMOVE LOOSE— BOLTS AND ABOVE CONCRETE AND ROUGHEN EXISTING FOUNDATION WITH SURFACE. APPLY EPDXY CONCRETE AS REQUIRED BONDING PLANBOND EBA BY ADHESIVE MAPEI TO MATCH SIDEWALK 480-968-7722 OR FINISH GRADE APPROVED EQUAL REMOVE CRACKED OR SECTION A—A � BROKEN CONC. WHERE EXISTING FOUNDATION OCCURS. Parsons Odnckerhoff a 1831 Clwslmd Street a St, Louis, Missouri G3103 0 314-421-1476 • Fax 314-421-5664 JEFFERSON CITY STREETSCAPE IMPROVEMENTS Prof.No; 36125A JEFFERSVN9 MISSOURI Dram: INLM ADDENDUM #1 • NEW DETAIL cw: CMS Swlek —NOT TO SCALE -— umet Nurnxa: SKw2 Data: 2/27/02 Shoot tiot«aico: C3.03 N[W 5" SLAB WITH HEA1 TRACE COILS —DRAINAGE MAT (SYSTEM B ONLY) PROTECTION BOARD a �„ a — NEW 0.65 BUTYL MEMBRANE h" SECURED WITH I BONDING ADHESIVE 7" 'N n p4 4 f 17 L d 0 0 --- TURN MEMBRANE DOWN AND ADHERE TO EXISTING MEMBRANE 1 -- GROUT EXISTING KEYWAY EXISTING SLAB ON GRADE WITH EXISTING ELASTOMERIC WATERPROOF MEMBRANE \---- EXISTING CONCRETE CURB FOOTING .......................... ............................... MODIFIED TYPE A CURB AND GUTTER Parsons ©rinokerholf • 1631 Chestnut Street • St. Louis, Missouri 63103 • 314-4 21-1476 • r-ax 314-421-5664 PJ3. 3453J0 P.C. 3 4-5S,138 • 1A CU P.T. (OFFSET 2 1. Ln OFFS- 3+65.28 727 MATCHL DT -169 1 N E S HT. C1 .n?_ 1.6 P.T. 3+72,45 46• -4 m I-) C, r P1 H 28 r— F m to >o cr, 44 1(":'1? < In Vi p B. j 1) Ic L---j 4T, r U) Li —.7 0 7 7.: C C,fil,? 1+00 ELI T 140 U)0 Ln L) JEFFERSON CITY STREETSCAPE IMPROVEMENTS Prof.No: 36125A Locauon: JEFFERSON, MISSOURI PB- Drawn: NLM Subloct: ADDENDUM #1 - MODIFIED DETAIL 1 Wmi:4 Glad: CMS Scam: NOT TO SCALE Sheet Number: Data: 2/15/07 Shoot flo(oronco: C3.02 APPROVED DOWEL BAR ASSEMBLY WITH \, _5" MIN._ 1 " MIN. CAP, 24 0.C. TYP. G" MAX. +� IF TAPERED _1 • ,. E0. • n r n • d' n � e. � CL 5 n V , .° .• R • EQ. n ^ ' r L> 44 n n . 91' 1211 1/2" DIA. x 18" LONG SMOOTH EPDXY—COATED PINCHED STOP DOWEL BAR NEW SIDEWALK SLAB Parsons ©dnc:kerhoff • 1831 Chestnut Slroot • St. L.ouls, Missouri 63103 • 314-421.1476 • Fax 314-421-5654 JEFFERSON CITY STREETSCAPE IMPROVEMENTS PM,No: 36125A Locaum: JEFFERSON, MISSOURI PB Drown: HLM Sut*jd: ADDENDUM #1 • MODIFIED DETAIL 3 CNW: 1 CMS Sr-*: NOT TO SCALE &wet Nuntvr; SKwS Dato: 2/27/02 st"t fidomm: 03.02 UI ' U U. Vl uj Nn al it vi n. 0 0 0 U)Vi (14— 1- 4 isui dw ;l: O Wu z 6 * 0 tljF v O ou 1-0 in Ll al ID -j cr -j z IA ly v.1 03 in n. C) u I ta CY 0 n (cl 0 W- 0 1, ILI z Ln Z' fr. 0 1 U 6 30VOV.1 ONTO`na 9NUSIX3 Parsons Orfnckorboff • 1831 0XISIllut Street • St. Louis, MiSSOUli 63103 • 314-421.1476 • FaX 314-421-5664 JEFFERSON CITY=9ETSCAP9 IMPROVEMENTS ff my ".No: 36125A � Lmom: JEFFERSON] MISSOURI ..._.,. , Drawn: NLM ADDENDUM #S • MODIFIED DETAIL G SKw6l Ct*d: CMS scra)o. NOT TO SCALE Blvet Numtx±r: Dato: 2/27/02 WWX)t finlor(WAI; C3.02 U r U) U) l 112 - �"" ...yl_."'. a 1,1 2 r..a 1 n r0�n. U �! n. c) a; -rs �' 0n (n x` rr U U) Llil(a ry nJ T 1.1 0 = i�l to(L N U.—C7 f O h Q U,1 l,1 v) a ,1 •' 1_1._ I,1 \ Z O a-n. 6 C)6 �� 0 Ul ul 1 1.;a: x 1 �7 o fu ga . cyan. � V) U Parsons Brinckerhoff • 11331 Chestnut Stmct • SL Louis, Missouri 63103 • 314.421.1476 • Fax 314-421-5664 JEFFERSON CITY STREETSCAPE IMPROVEMENTS —--------------- 36125A L=tk)n: JEFFERSON, MISSOURI PB IN"": NLM sutod: ADDENDUM#1 DFTAIL 0 cl0w; CMS Scale: NOT TO SCALE Dxd Nut rkvc SKw7 Dalo: 2/27/02 C3.02 --114" SOF1 JOINI' (ONE SIDE ONLY) DrGIN EJ IACK GOAl SA-1- DETAIL. G/C3,02 14[011411`41: MODIFIF0 A1,11HAI I Af)ll(*'-)IVI,) EJ 13RICK PAVER!; —CONC, CONC. SIDEWALK SIDEWALK (SAND SWEPI HAND TIGHT JOINTS) ZJ IA K 1 _'4 f-I JOINI (0/NE SIDE r ONLY jj_ r A�t. /0�02 04 tn 7) 0 0 7' O . ` T-IT C) D , 0 0 0 U, 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 0 0 0 0 0 0 o - 0 0 )0 N_< 0 �0 ,0 _c) ,.,0 ­ 00 — 0 - 0110 ,10 0 0 INFILL AGGREGAXE 3/4" BITUMINOUS CONCREIE AS RCQUIREO ON SETTING HIJ) SLAB UNDISTURBED SUBGRADE ONDISIUNDEL) SURGRAM.' NOTE: THE CONTRACTOR SHALL PROTECT ALI. [:XPC)S[-*D FINISHED CONCREIC SURFACES I-ROM DAMAGE STAINING WHEN PLACING 1111LIMINOUS MAlI7,RIAL!-,,, S ECTIO Parsons fldnckerhoff • 1831 Chestnut Street • St. l.ouis, Missouri G3103 • 314-421.1476 • 17-0314-421-W64 JEFFERSON CITY STREETSCAPE IMPROVEMENTS P PM.No: 36125A L=uw: JEFFERSONg MISSOURI - B Down: HLM &A*d: ADDENDUM#1 MODIFIED DETAIL.4 Slw)ct Nu TYJO(; SKmS O*d: CMS Scalo: HOTTO SCALE Dalc: 2/20/02 Glxvt Wilefenco: C3.03 00 Z 1. it) U) LY n C) 'j 7' L) cy. .( 0 It. W 1,1 X I n_ :.J 1,1 7.i 0 I'j C) 3:C)M cr 1 0 cyl 1: to C3(�l j: 0 T ; (.') -L C.) v)In < 3 c) n: 14J X E Uj tA 0 40 V) CJ) lal 0 tj) CD LA J f In vi Ld x 0 - G- P Q C) j ca Z -j -j ' V _ _ ___�� IA_ CD V) 7 z U.) > Ui n- z Ix I-- LAJ Lf) 1.1-1 0 Z I- IIJ Q W Ld L'K Z (n -j i: U X (A Ca n V) G.< V) X LLJ Parsons BrInckerhoff • 1831 Chastnut Street o St. Louis, Missouri 63103 • 314-421-1476 • Fax 314-421-56C- 1 �' I it IR Ln 0 t11a6 S U�5 V� LJ r tAj In cv Im, CY) U. 0 UJ z U. ul WKI) B a sivo S# Ito LLJ 03 db V) .... ...... JEFFERSON CITY STREETSCAPE IMPROVEMENTS Prq.No: 30125A Lomjw: JEFFERSON, MISSOURI 19 m9p Drawn: DAA w)jcd: ADDENDUM #'I • NEW DETAIL Kir I c Cf*d: DAA Scale: NOT TO SCALE Slx)ct Nu t": 01%w DOW 2/27/02 flotomm C 3.0." CURB (HEIGHT VARIES)- 3,_0„ 4- 31-610 CURB LO 3" N 6tf 611 Z GRATE STANDARD GRATE INLET PLAN VIEW SECTION c C NOT TO SCALE NOT TO SCALE L Parsons Odnckedioff • 1631 Chestnut Street • St. Lours, Missouri 63103 • 314-421-1476 • Fax 314-421-5664 nil u w 0 viii bi x. 0 x W— La re U-1 CD IV LLJ ka NIVI ,Zl 0 SHV0 g# I' L CL 64 z + HIM • "0 X M. VA.WoIA t0(144VMU T-697 P 001/003 F-555 RPR-01-2002 10154 JC COMMUNITY DEVELOPMEM'r 5 Ijv 6Z4 6457 P.02 02 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 FAST McCARTY STREET JEFFERSON CITY, MO 65101 Change Order No. One (1) Project No. 32072 late: March 26,2002 Job & Location' Jefferson City Slreetscape Improvernarttx Contractor'. APAC-Missouri, Inc. It is herooy mutually agreed that when this change order has been signed by the contracting parties, the following described changes In the work roquired by the contract shall be executnrt by the contractor without changing the terms of the contract except as herein stipulated and agreed. Description of Changes: AFF.ATTACH @D.3- diET CONTRACTORS (PROPOSAL FOR THE A13OVE DESCRIBED CHANGES: 1 IMIe hereby agree to the modifir.ationa of the contract as described above and egrets to furnish au meteriair3 and labor and perform all work in connection therewith in accordance with the requircmenta for similar work In existing contract except as otherwise stipulated herein, for the following considerations: Contract Amount - Affllt- -tr► Deduct from the Contract Amount $421,501.05 (Four Hundred Twenty-One Thousand Five Hundred Elghty One and 05/100 Dears) Contract Time- Add-fe - or p duct from - the Contracr Is _Q "A;-* l - Calendar days CONTRACTOR: APAC - iatsour,, nc. IGNATUR � _ DATE: _ _._.____.__ ,.- Rec�mm ri y_,. roje t Supervisor SIGNATURE: _. DATE: ' ' Accepted by: OWNER: CITY OFil.IEFFER ON, M SIGNATU?�E: � ''� -- GATE: STATEMENT OF CONTRACT AMOUNT*. Amount Time ORIGINAL CONTRACT `�" $1,307.606.71 180 PREVIOUS ADDITIONS $0.00 0 TOTAL 51.&W,anti 71 1230 PREVIOUS DEDUCTIONS $000 0 NET PRIOR TO THIS CHANGE $1,597,900.71 Ilia AMOUNT OF THIS CHANGE„•,-AS-B XX_DF-DUCT (5461,551.05) 0 CONTRACT AMOUNT To DATE 1f3Q Verification of Encurrnbranee; Finance Directors 5ignatur+e Data "pli Vt 6.VVL VI,VVN111 I I will'MrA%. \.4wMOIn +:($44MOU T-667 P 003/003 F-555 ® APR-01-2002 10!54 JC COMMUNITY DEVELOPMENT $73 63•.1 645,? P.04 Memorandum To: Richard A. Mays?City Administrator From: Patrick E. Sullivan, P.E., Director, Community Developmen5P-- Subject; Change Order No. One (1) Jeffersun City Stree7scape Improvements - DELETE ORNAMENTAL. RAIL Date, March 26, 2002 Attached is Change Order No. 1 for deletion of Bid Item 35 - Ornamental Flail from the contract. Since this deletion eliminates 25% of the total contract amount, negotiations were held with APAC - Missouri, Inc., to establish a fair and equitable value for this work. Each Bid Item amount that was Indicated on APAC's Bid Form included an amount for mobilization, project management, traffic control, and general job expenses. It was agreed that $25,000.00, Is a fair value of the Items that were included with the cost of Bid Item 35. C11, APAC has agreed to accept the contract with the deletion of Bid Item 35 as follows: BID AMOUNT: $1,697,005.71 DELETE BID ITEM 35: $ 446,581.05 ADD MOBILIZATION, PROJECT MANAGEMENT, TRAFFIC CONTROL_ AND GENERAL ' JOB EXPENSES- 251000.Qo REVISED CONTRACT AMOUNT: 4&A Staff feels that this is a fair and equitable agreement and recommends approval of ' Change Order No. 1, AW-VI-AM UI MPM rfUm-Arft koULUMRfIA 46i3440Y080 t-091 P.0021003 HIS r+rm—rja—r.%ffld Alin 0w fit, W101Ui 1 I Y DEVELOPMENT M 634 64S7 15,03 C14ANGE ORDER NO. I PROJECT. JEFFERSON CITY SMETSCAPE IMPRO VEMENTS M CONTRACTOR: ' APAC - MISSOURI, INC. ITEM A) DELETE BID ITEM 35 ORNAMENTAL RAIL FRC)M'rHE SCOPE OF WORK COST. The cost of this item shall be a IMP sum deduct amount of$416,581.05. ITEM B) ADD THF. CONTRACTORS COST FOR MOBILIZATION, PROJECT MANAGEMENT AND G&NENAL JOB EXPENSES ASSOCIATED WITH BTU ITEM 3 S. COST: Add $25,000,00. SUMMARY OF COSTS FOR THIS CHANGE ORDER ITEM DESCRIPTION QUANTITY UNIT COST AMOUNT A) 0EL.ETE BID ITEM 35 LS ('5446,5$1.05) (S446,5731.05) ORNAMENTAL RAIL B) CONTRACTORS COST LS $25,000.00 $2S.OQQ,QO TOTik. COSH' ($43),581,05) Cw f