Loading...
HomeMy Public PortalAboutORD11738 FI 1, 5r • cly" Y ``�lyr'tif�.r�tr r t• 1 • • • 1 1 aia-4":�iidtij: • 4 • • � / I � J 1S llt� i V zf' 1 �l i tJ • � Iii. � ',":�.;,'r:�r.ia�y:F,< h. q Y z�1 > v t,i kr i i, VifG S t 4'i1'`3'<;t •e 1 F• t ,�.�„�r,.wA:tyhr ww'E. '`' ,�:�yx '1' `' k �'b� _ ''w r�,`.yit,,t;" ,,7^l°;tje s r. q ;rt i,.{ �.?' 4t�y7'.�'�J�w'�; �';�7�'?� +�r d �'����aa�ri. r y G�i� `x�f,,. "�qY`k .�.0„. t ¢ 't'l yl,°;•'1 �.1 i - t � v i r t t .1p7.1'IrN •�v .xl. � rt�''�.ia•k^ �i ,'�t.. '� r3?e, s'ty,N �'U,n (1kL�S.F.�) tia < ( '?,: f't'.SJ 4'�3 .7.'.r°. •� �`t. •,�y=; �1��,P,+.4� ��'�tk+q,,f7�'�:k�•"'��� ,if'�Y+ a ,t f�.,`5. ��, ih'}' '1�e,'�;.��'>��,,���,'.,�f�. '��� k tai". .N5�1 e. .��i J ,', y ,�� '+� .,t.y .If,r' �:3 y fit' '7,✓�,.t<�i 1-,r: n � � :`p� •t,�y' t5+rd•`a�Y '� ;tS°`. 'W,. 4�r`-.np't.'i'':a1} {s n s�3t , :.P�k f� a f r� r:i. .N '1 .,r�,t t,;, 'r. x,(s9;�±-.. •ij7'.�•:v Y'� ;'fdi :..'.�'. °,A r�i'�^s?'"A��iaf: i� x � ' �•. 'Zit�%•'x.�� ,'+�i,������� '�,t,� .I>�C 9�lk.t 5 �r r .a: 1 .t '+f.. is ,:t 2? s' :t. i771C t :��., F`���!;•! �`?+r«�:1,�`il:'zf�j �. .s, �:� *RAi ,�.�j ,Qv�"vl"•� 2 � � 'ti•�!r�� r:>y.z4 rt3 s,v, r � 5' .� s. ; awl,: .cs r,::t r.r�..y+iy9'� a�7�✓5h:,�d1.r� u:.y�'k,�z�,"A.yr,' F�,�� .3„ •H•� �r .et.'' rtre. :���.rf" '�'t��,��!'-�.��•'.�:.1"�ai:'+f.: r..ii tt'•..i' � ,� .:f :'i:`.: i � n' ° ,=r $ ;,'r.., •C�,)C4.r;>�2��.s4:,?��'�i9r�avtif„k "�' ra x. ;A. .F`� !. 4.;. 'y� ^:•4`+.'p'f:o'"'.Q Fyay.�..f�w+.v'`diiSxt�J t � _ �:Y6 1.t, if `9 f5r5 1 .'. Rc i, '+x. ! 1 r:x? t •t�..1' r r t i f� `` {�J .} '' �>F•% ..X1 !u.;���,i7 .y j r� '. ;„ ,.�.�4 .Y+-s F",�t i•x F'{k i ? : i�� 2 �4:, .��, #' }At..±..'p^. '.,�` .J��S •a"w•ty '4� 'TS�.r:p I.1r,;: ?(.:t'.�':,�- 'J t ,}..�-3,�r,�,3,;.,u+ti't e �' ti'r kt'�.R.,+5 :;!'•,`�'x�• ;s; (�"t __tt a y ,Y: `��•;,. ,+, ��.... r"t' +Z r: + t :.j 45:�ft. ”} .tx.t yt'yYt{�t'K lE�.f,.ty';�,55+Y.��i dr ±�" �t.�1t". ti } .92;2'( '�- � �'t i hR,���b.at•7.�F a t ' '�i.E' i t t w � S 2 i h ,(jY �j F {� 4"• 1 1 t't' .5: t 5 7' i rS � ��3f°1`i r ��r:37 Y at.4.+�}��f3}��J•aat '� ±���"� < 4 sy ,$ `' ° `�#`,�^ "9 +4'tt'r t i 1, � 1J { } A� �': :'t ; k f.�i'tC .fk✓? "k .l.Y. d"t•'�� ?i��� .r1, `� � it,f¢S{�'•tt"7!!L v y r{ •r fd t S ''' q +S*. .• s .:,ty i S}kt' .L/ J.d)sti ttf•j: J4i f ,i. 1. ' yy} .' '�?V .qC 1t. I S M#1lt 6 r�>i}',�r•;?;a:}1��� }yi3 x h?y"1t) •t r "�ytl.^"'� +5'�*`}it�D�° r9"�l+tys y j A +. + r # 1 �ro�'k�' x{a`+t2,t�F`'�•;2+'f i��{�'F•P, euTi5 �} 1{d� �.•��f �.,y'}� )t{I +3{ ;Y ` �1 5.ee ?i,� ,F s ��i`3J� '•�a.�3ai;��.+���b�i-r 3 s' � .kq r.. 4 i. ! �.tn;', DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST MCCARTY STREET �,Fr s ry JEFFERSON CITY, MO 65101 =` t r Change Order No., 5 Date• 11/24/92 Job & Location: MADISON STREET IMPROVFIENT8 4"+ Contractor: J. C. industries# Inc. =?r It is hereby mutually agreed that when this change order has been signed by the contractin g parties, the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. ` ;;' tr5` Description of Changes : See attached sheets . 1. 'tE, . CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: h- I/we hereby agree to the modifications of the contract as described ` above and agree to furnish all materials and labor and perform all work in connection therewith in accordance with the re quirements for similar work in existing contract except as otherwise ,; stipulated herein, for the following considerations : q• x*y,fi yi�, Contract Amount - Deduct from - the Contract Amount the Sum of One t; ' Thousand One Hundred Ninety Eight and 50/100 Dollars ($1, 198.50) . ` CONTRACTOR: J., C. Industries, Inc. (:. SIGNATURE / ' v Tr'r,� r DATE_ J//s�2 ram p, Recommended by: Project Supervisorz s= . SIGNATURE ATE y i F.. 1 Y. Accepted by: OWNER: CITY OF JEFFERSON, MO s,. SIGNATURE: 4 DATE . : STATEMENT OF CONTRACT AMOUNT: .kr ORIGINAL CONTRACT AMOUNT. . . . . . . $ 1, 393, 176.90 PREVIOUS ADDITIONS . 22, 138. 30 TOTAL. . . . . . . . . . . . 1,415, 315.20 ((.T> PREVIOUS DEDUCTIONS . . . . . . . . . . (16, 855 .16) ' 2Y NET PRIOR TO THIS CHANGE• . . . . . . . 1, 398,460. 04 , ' AMOUNT OF THIS CHANGE ADD –X—.DEDUCT ( 11198. 50) t.. .' CONTRACT AMOUNT TO DATE . . , . . . . . $ 1,397,261.54 6/89 `a A '.t, vn. y� , '•.. i +t, .;1 t .' i!, :' ,r it •: i.} � Yt f '�& t 7- � �t' t V.. + der •,trt ;tt "4'�i+�i y,�^1 "�Jg�I �, „?t5' `r. *>" j .lti :11 EE'3 Fl yi t r `r t Ott e' .d v r° { .. . Syr le�,'3{' `C. S�. 1 :t � .i' .r: 1 � f •, 1'�i��:1'�.r. ,. r ,l J .. .' _r •,� t�; j c, 4. . �[�f,3:,S tdrt. �o-<Adtt to f. MANGE ORDER NO. 5 W PRO two XMISON STREET MPROVEMENTS JEWAO ACCOUNT NO.: 3200-9900-7320-0027-32002-0001 CONTRACTOR: J.C. INDUSTRIES, INC. 4 P.O. BOX 104567 JEFFERSON CITY, MO 66110-4567 t. SCOPE OF WORK TO BE INCLUDED IN CHANGE ORDEM The scope of this change order shall include the furnishing of all equipment, labor, materials, protective devices, and all other necessary items to fracture, split, or break solid rock by the use of explosives, to assist mechanical methods F. (Item 36.0, Section 1, Street and Storm Drainage System) for the purpose of machine excavating trenches and pits for the installation of pipe manholes, and other such structures required for Phase I construction. Explosives were used in limited areas for trench rock removal only. The cost savings of this work is based on a deduction of$15.00 per cubic yard of rock removed'by this method. COST OF WORK INCLUDED IN THIS CHANGE ORDER: Deduct 79.9 CY @ - $15.00/CY o $1,198.50 11 W7 s a } �4�.. ' 1 na t�r?G> ,Yrt�, ra:E.c L' +iY3;�'G`"h,� �'�•4P�;{� �T • } + '�y'iri d'34 4�;;y w r.t a ® F44 k Utty CC U � , fc,'-'I S U Louise Gardner ; iNAY0i3 320 E. McCarty St. 314-834-0300 -r' Jefferson City, Missouri 65101 ; May 5, 1992 x Mr. Tony Adrian J. C. Industries, Inc. P. O. Box 104567 Jefferson City, Missouri 65110 RE: Madison Street Improvements Dear Mr. Adrian: Enclosed please find a fully executed contract between your company and the City of Jefferson for the Madison Street Improvements project. This letter will also serve as notice to proceed effective May 11, 1992. The 120 working day contract time will begin on that date. Sincerely, Bonnie S. Hubert, P.E. Engineering Supervisor BSH:lg cc: <pity Clerk Enclosure 1 ' ,t a l. l �'yi,� W� e� 1� ~ ?^' } 'Cn,rL4%NIt.fiSi;A F �'i i'°+`r4 S �" " '}�"4 t ��: }$�`i�:x��4�1• �k 1 Ni J�` {� j •:S .r`.,. S �r.f�''�13�f fi .,q,•w .h t �. ,: +,;-r.•�'.��x�� 1".:,;L td�4t�h /� v Sl,{' da-lk�w.yt`,t�t`A ,.{Yi } r"�„���f,,� ..r.:. «;Y,t r:�. ;i. .. y9� x �' k tie 'i �y.pa• �� �� s��t��,,F� 4:r t {:�4t.1i 4 i �Tic tF 't3't �' "�r� ,�X�,y l°�'SW�. ' ' f MEMORANDUM TO: Allen Garner, City Counselor s FROM: Bonnie Hubert, Engineering Supervisor RE: Madison Street Construction Contract DATE: April 30, 1992 The ordinance authorizing this contract is scheduled for approval at the May 4, 1992 Council meeting. Attached please.find three copies of the contract documents for the above referenced project that have been executed by the Contractor. The certificates of insurance and bonds are bound into the books. Please review the documents for compliance and advise this department regarding acceptability of the documents as submitted. ` If the documents are in compliance please forward to City Clerk for execution by the C, City. F cc: City Clerk l� �-A- C, I Sid / + r 44 V t, IN N Louise Gardner Y•t. VII ff MAYOR ", 320 E. McCarty St. 314-634-6300 'f Jefferson City, Missouri 65101 >' April 23, 1992n, 4 ,1 Y, IwA' t� Mr, Tony Adrian ` ' J.C. Industries Inc. P.O. Box 104567 s Jefferson City, MO 65110 RE: Madison Street Improvements ' Dear Mr. Adrian: Y, t Enclosed please find three (3) copies of the contract for the above referenced project. The ordinance for award of this contract is scheduled for City Council :t approval on May 4, 1992. We have dated the contract May 5, 1992 anticipating Council approval May 4, 1992 and the Mayor signing the ordinance and contract the next day. ' If you so choose, you may execute the contract and obtain the bonds and insurance prior to Council a ; p approval. If you choose to do so, please return the executed contracts, performance and payment bonds(s), certificate of insurance and F; Owner's and Contractor's Protective Liability Policy Binder by 5:00 p.m. May 4, 1992. The certificate of insurance must be issued directly from the company affording coverage. Certification from a local agent is not acceptable without the necessary ".. documentation authorizing and empowering the agent to sign the surety's name. In addition, if an aggregate amount is specified, a statement of the amount of.that aggregate available to date must also be included. Please return the executed documents to the Department of Public Works. Should you require additional information, please contact their office at 634-6440. Sincerely, Debbie Cheshire City Clerk cc: Director of Public Works Engineering Supervisor rrUypV rr S ,# .,.�� '.�fr� t 't�Yy, 't"��•`1'AFB'•� Ffl�M' �i (��i`G.�Im�� a .. i p rlt°l F��rr. t ist1�"n t:`r, 'psiF3+} y`FtP£�ir1"' 1 r�' ,t i+,t t.$<� ti'� )Fr•� r 't'� ,r.>.aYe ,`first �,y; N.' ¢.f...�. > r }�fc 4 '`3�y.{t�.�r 4iy, .y7 ,4 ak1 L;. (, t{ '� b ! . 't v� h. >�` < .} xs* Z _ N t't.ti. ; r'�tt 't•s''JS' ,/ �., ar 9. �4 i� S,��.,�JfSC}'�ti s* i fy� �1 a,. �.,Vt i. j x14fj r {t. .. tly�} ??%�"•1't a�' lFR;.�+.u"�.�at�st�r�� w. wit It� •f §'t`t.t..'i, ` .,`1' f a (..kl t S �ii i f'' �:�� 1's' S,:r ria L,.;t i� �f'Y � 'F` r.�yt�ilh ��,.�� �`Sk' 5 ' t.: _;StY J�• (7'1 ' f• ��j��r. r �wrwq jjet w t' AIX omm OF 25 DEPARTMENT OF PUBLIC WORKS ; r..�asnw.l5'�fF[ C s yi 1 �I'y.'C J(Y"}`S'n"T'^t:-•.n. +�.;7'i'n!�+�'t?;:t�±n'$;:�}�3i+3 ,c;,m,�u^.µnn^rr.7°x"�;�•.'wr"'"'^'^'"""^•.....-.....,.....<—..e•........+w•--•• � � .. i r + is N •�?s���a4µ 4 tb4t x,z. '.r -r <��4� `r� + �i +t' � � n. }�..c c v.,,' lA .:Y �} A � '�; y�e• t`�•.. rah �i *t f �' �f 44 � ;f�.�..X•X F +,yk, r� � ri. s ei a ity�K l� '� i� �?"Y`� ; a�•'�j�'�t is`z �•.��•. � 'u ,�sp /5- tYs`�s 7 f�4�'��1�, U� tc � t,.. �,t t�. �1 !t rs .r"�+ . `s snit J Y }�` �PS",+r/,J k i''�•+' � �' L. s,� '".'� �•yripa i aF�)e� �.�orcx.x ''; rd �ss t25' WIN ` ,61 r R.1 �Y "�>i [• Y•/� r+w,_<+l�: asSt.ZL�i'as i� Qitl ..d �d. 1 f SEIM ' SPECIFICATIONS AND CONTRACT !DOCUMENTS Madison Street Improvements Jefferson City, Missouri F� ���oeealelelltu�W, Q IX J! JOHN r ' CUN fW BURGebs TH r uae�a�� CH lT0 �.• �. E-:.23280 O� VIA eeoeeeao�e�� April 1992 r +d' + u �i.: { ,'�'? .�. 1z�, }�r�i q.: �S �t>r� �r�; W •+�dy� � y{•r'� #,� 2s�� a� t�.•• y�t ,� `, ..R:.r :, 4.t ,{• ��. W y `"Sn'��� ��+. .f � �,r .r .���t•�� ;ntr rj•�1.�f reti1 f ?L.'}x z�. s<.#a.•r f. r!•,c,,. a"= �--- F ._ �_ f. _.. ..�---,, _ ,_ _ Y� n:�. . ;�i;'.: �.r. 'iE�.'.h.,v� r � 2�{�27. �4,+j.�"•,5k•.t @ l t.. ,t x. 4 {j.:i. .i p ...r �+Y `w11 ,,y' iwYy,�+�,"1Pge.'z, r�`.r.. ty 'r. zt ri r �n� ,Yr. X?.4:'•ii �.' b �•xts1 �Ca nd•r a r, n e. ti ��.i. 1 t'} S�Nt 4 t' Fs F� tack: , if 1 i' t'• i 5 ' YYY t 4; Yit� �S t w:"S•.'{rt!'4s'�ti1,,"/ tY h"r 2.'7;1]KN t>4 CrS:�'�*�it�i;"x�.'SYS [ .L. i ',}:a .t,�r e': .•r,zry�: i.;,'a g^e^•i,•.•?`r�.�,.'ry�'�S" •,`�'a}{�it'4 .�k�a (�• .11���aa��h,4 �P f�,F!t45.'�,-.it�MS Y�t..7( c _ Y ,. t }.ti '.�;Yra- ' �y� •,', i i�s Srr• ,�,,t��,� .)1'k..�tf Y,r...dr�f�?,fit) t t t',i.7 t <: .rt •'s ?, i •:z.,>1. h:;"'r.'�?'h':^�`Y..n fr4 k`'u��.;r,t.�F' y�,� �t'n n�§3S"L{�"�'t`;�"'di,�,n`t,:v"�l.�st-`��a, d, ✓ .,i'uita,y .ht;: s .y, , �r t r, f .., t,,, f , Fr,. ,,f:,3n;}.?p' :i.�a •�' s3i^•3�{�11•T.r,Y'i� 5^Y'<,1�t1�F.,'.�+�iS:i..'. .fir' ae?tke�%',..��f,v{- ,�t'' yf�'r2,�i•� ;p,r i t.�'�^'1 .�t t •4>,;••� z. s P;. ,t�;.} .?''.,j-i,,a•y.<.eW •ktF.•,t-:' �•i:, ��' .,.k,.. k r i tt♦."t . `y. i r. ! .!7'.. , r {�.....Y•;C'E-Y z�'�>>t-y� ;3•, VJ'S. '.�5+.f"�,�'tr .a �, #� �•Y;i� ��r t.,ter,.S'kr� r;t°'s L r. ,,n �c"� ,,�{�t.�� ,� ,,�.� ,,, t ��•, t k# t ,r r 5 1::.s rr`?t•.I`^,�.ptz'ai-,:.�Si•L" .zZ+ �T;r}S 'xr• s�7•y%, ,�"�t _4"F'°:��F,Fry.k-.te'C<�tr fi' +1� ,•E �'}<5�;iJ.,f 1 r t �%�t.4•s'' i r 1 x 4 5'j': tr'•„ ''':a'-' ..S?it' ..,i;'�''�^r"ri'-Nr;;�.>r��i.'.K �+� Y'a'•'�r.,,�. .^;.�n��salc :o )-++�.y�s.:saiY`c. Y .,�,.,, ,N;�b°5� .fl,,, t r r `t.L 't fL, i1 ,� .•�,'• f {? to � ��. N ;`� „1' C �Y.d•' t�.Yhl, I 1 X! NL 7' ! �`t 'i.CA E1,.�,•' ,'+' .Y✓ ;tk1 .1' z. s+� d t '„ t u; 3 i t. .} '�, a r .'{x. a j'�✓ t� r ,•r 4 •r."�' � •1'v' .};} T� T" .�i:' sy,F.. 'i4,.{•`",{ r1 l .. >.• ta � � } t h.� �r �',t' ,}. ,� t 7. i,'# } p,{r ,t'� ,� ;� _ ,z�5{ t�'+*r�„• t� 3- 47tq r a<tatbft fS`•�$7t t a tF -t}°1„r?5 t 4 a,'i;�(.n' ;�j x.47,ar�P1 �q! ,<3'�: � �' �, 9H � A" A ,i"' � � {. �. Ik��"', +��:�.(y;?'z'i�4�1(F1Jvtrr•+,.r 2rr,•J 1 i �.r.. � }} r �•` �,r({ t. ,����,;.;ys SSA �x � 1 ��r ✓ P 'b,�' 9✓ 51+� �' t l r 4 1 i }n •s�.A-y, qty •'y�,V�'Ct'..� � c 1`� ..1,; s � �p rL' ".��{.,,,,z�,t �},. ,i 4� r f t r .'t1 t .��' >.t�St nF i p}��.j.{ .a.e t f • 1' 5 � $ `.',.G.a 4:• *�, 4 •, } } tit�t{'�St�li �xt� �t an��:`�Ia� v���1!,,,.��a ,Aq � fW � t, s •� ��¢� Stk�•IS�t�,�i..�t�a'i�415t5i7 fw fit } t:i .tY .r t Y )�}4{� P�;��wx!5'e�{�(t?t�f>�`'����'M1r°�tk..�t',•'�t•�M.` ��,� n fi, q '� t t } y.�Y<k.vr�„t.$ ti tii 1 � a tr q .zJfy'P L a �* x 7 r L s f�•- 'f f,Mkkt�i,�y}yi7�sY^gR.�! Ss t..+ L. H 1�`� st r 5 1 z 7.✓ C �k ..y `M t 3' ;t'"Se1}'+� 'frz,+i s.pv 5i• t FL! e. 7y } s'� •�: w{f ,a r, ! .�; '� w t �'• •�` �'�S,�*4 1� ,f ti$< r t�z;. .f! t ( . y ��` �:+�+��SLs=..��'�4r�5t�d i.'r`a{�`s bt �` s . t ,1,:... .. .,,, �F•��x ���� b i y. < 't �;��!a��f�,k'�'�,t �5 .= .' �Y���)•.Fb''t[.a f�� {•j t `1 ar� 4 r 1 .: a � 1: ) k '�yk ,,? �+�i. 'k ,2 �! f4A� L??{{}} ''ir.+,.s+�::.'`..y`=':,•.�*u,.'t.'�.�t �:'.t ..'t�.it»3;1s'�u3 't' a''. ,1lYN`•i'o'i�5 lx ADDENDUM NO�._I , MADISON STREET IMPROVEMENTS ` I. CONTRACT FORM The attached contract form shall replace the contract form Included In the contract documents. " 2. ADDITIONS TO PLANS A. Sheet 12 - The attached pavement joints and cross.p J s,section details shall be added to sheet 12, Concrete Pavement Joint Layout (Alternate). ' e B. Sheet 32 - Remark 5 shall be replaced and Remark 6 shall b .r� added to specify as follows: 5. POLE MOUNTED CABINET WILL BE PLACED AT JEFFERSON AND DUNKLIN. ' r 6. POST MOUNTED CABINET WILL BE PLACED AT BROADWAY AND DUNKLIN. K C. Sheet 33 - The schedule of 2" trench conduit t shall be modified by the addition of 68 feet of system conduit between Pull (service) Box 2 and ` Junction Box 8 and 102 feet of system conduit between Pull (service) Box 1 and Junction Box 10. The total 2" trench conduit shall be 810 feet. The schedule of 7-wire control cable shall be modified by the addition of 20 feet of cable between n Pull (service) Box 1 and the controller and the modification of the length of cable between Pull (service) Box 2 and Pull r (service) Box 1 to 90 feet. The total of 7-wire control cable shall be 110 w feet. D. Sheet 64 - The Bill of Reinforcing Steel is hereby modified by changing the weight of the 18 - #5 F5 Bars in the Exterior Wall (SW) to 408 pounds and the 5145 B1 Bars in the Exterior Wall (SF) to 670 pounds. 3• REVISED SID FORM ' The attached Revised Itemized Bid Form shall replace the bid form In documents and shall be used in bidding this project. Item 45.1, Traffic Signal System Controller Post Mounted Cabinet and Acces. has be n have been modified. been added, and several quantities '1 S s> -ii'� $YS V } N.,:. ✓1h"t � 7 �. £ ,{ Alie� 4,rkr n�3t4's . alY '�i .stiF�3 t§ �; .r �f.cr. + ts<. ,,•��' �'! r; ',,~:zt�g*4�` C t ril��� ����� w'.?�2 ��`—. , - � 1 >rsF 1y rr7{'� .fir z�pr�� rti lir��p''t�ri t���. uJ )t NA, '���C'=4�'h.�i�'�r} ..!• ,t'. .,r; .,�'. T.����e�Z7 ,.�(t, r�� ' � t,+ � 7 V i r, t} C S" �• i �'•� F tl l� a'i • /' 1 • 'Y4; i i ► 1 ' tu,t ei �Si t: u( may.. �. !• '4 F" e• w 1 r i t ;. {. , :Q' �r�'['�v4�ji�:Yµ4�•\.t"k�A:nyY,. 'rk 'v �3�z' +�?; wYs[i' �" �ii y�io r,x•r.,,s v '-:',i':x � ,a:. ns,+,'.: .;h' ,.: ,.t;+�ii ;� t�,�.w uk .[� a`a,�.',it''�z:':.,;�;'C•.t��i;i?.:,n'+,iM:�,.. s r 9 .'s.: i f..� y. �,,r., ,a.`5;:4,s' „f,� .,.,;tgr�¢'`ii"i;^�J.r,x��r�,c t•'� ��,r�i'.?t:S,. �s4F r:i;}� e.: _� x r+t:t;t,,., rr,t�'.!. ,.r,? ,r c �. .:sir � :i :rt"sr "f•�,i�F l�� tv+ „� f :� ; '��,� iR.b���,' t''�{f'�° � w'.ffr���N„ Y!'s t �•iE�t' �ts tKnr� t� ).,:t ^t, •,wxa ,tt, '� ,n <.(� t}h.s'R, '�'r:r�.+.y� „Ft�.`:.'�'}� �ff3'a .y.�.�+. ,�+..,y�-,,r,.- rs”}s.Ts +ur, � U, .}�.r� - a .�: r '}. A � 4 +�alb` •�s,� � �"'n% Y, FI �'k ,�,:,d Y �s 'tdx•,.tt. rr�.�'a< .i:-t.�,,kti,.k"t. '�+S' :rt+ ! r r. r�t °�: "�'t rti,xt,''t` �� [ '�;�'t }rs !. p'' �. � ..4J.,ti �f,.i"k,�; a+ k:( y,� 4� � '1r•' �P:,sj .�,• �; ��,, r.srt�, 4 '4�' P ti s [ !�u yt y +.r s. ,�.+..,. r y hkq."{1�w i�fc41��ra+rs"r,'},rY,�[} ,TT.��}>y: 1{i�'�` P�17�J �� ''x� � r� 7 � � ,7 r x i µY i•,. '�..,+ e l' s 6�x�+y fi { �' �S`. `}S�"'r- >`tt� �'1z {. niy i.' '."t',i.� �,It1� :4 •� sK�,Yc.t :s .�f r F`r ,�7 x� S{ y v t #�y 7 {fFr 'J t„SS�f. r .It �}.�?+ :� P.,t�• try,Y' t �t.c. ,`fir {�. Zr.�t' i�ji:,'+ `;if,� F}�o-���tj'��,�+��-"���,�''� { "+ }��S" '� •� } :t�i��,,,�lk}�rrrii���?Hr`tt4t3 Ttv.�;Ft�t ,��� is .j t r ,{s `s, 7' - 4,�{. e,n., ra 4�-'�x 4 �{ ., t t. ''fro- 's ,�4 «r'�•n8 vtt;+ ry `; e S. a r: � k t yYSf�it�'r t'��iC�r 3� �, i f•a }�`�. �4Q,�ts t.�1� ?!w i"' i i ++{�'.t { Y 'o-{,i �yssf,[! �1++�oy�� ..�yYo-�i�b ��1k.�s,�"�.ac1.. Y •.�;},� k�'Y'�1c�}*�I rri( i�.r� ytt,}n �r�. i7 1 ' i I . .�� �SZ����, rr 13 y}'�rl'a�i 11" a.�"?��}'tf�3' �+a fit- :t`,t P• p ;l �r �F�'}�2t�.�`r77.'Y,,r.f� t� J ,� ��. } `` �• �-" + J � '+.�iN. t P.!� t x t,::;a tl ) ,j Y• rtt , TJ 0.... . ......... LA ADDENDUM NO. 2 MADISON STREET IMPROVEMENTS 1. The number, title, and first paragraph of Section SP-10 of the Special Provisions are hereby replaced by the following: SP-1 1 MODIFICATION OF CITY OF JEFFERSON TECHNICAL SPECIFICATIONS The City of Jefferson Technical Specifications are hereby amended by the following modifications: The modifications as originally included in the contract document still apply. 2. Section SP-10 of the Special Provisions is added as follows: SP-10 TECHNICAL SPECIFICATIONS rv;; The Technical Specifications for this project shall consist of the 1990 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Spegial Provisions, and Detail Plans. 3. Pavement joints and cross section details. Shoot 12, Concrete Pavement Joint'Layout, is hereby amended as follows: A) Type A Joint'Detail -Type A, Alternate Expansion Joint shall be used where applicable. The Type A, Expansion Joint detail at the top of the page shall not be used. B) Type D Joint Detail - Type D, Sawed or premolded strip longitudinal or Transverse joint Is hereby modified by the addition of a#4 deformed tiebar 24" long @ 30" centers for longitudinal joints. C) Type B, E, and F joints will not be used on this project. The end of each days work shall have a construction joint similar to Type C except the tlebar shall be placed at 12" centers. Work shall be ended at planned joints. Mon '46 qei "N RV ln�� °rr'j a c l ,R is :! {F k rt; sz �r# � � ' '' ���• viii •:l ti: tr•y i N, zi • • 1 1 �)) 3KQ.. r z t r( 'ti' s,r l 1 f r.(,l+y.t.(.!r".x.:�x�'i3''f.r;.t�ltr.i?'t,;i:P�''+.,�r',d.j.'t'��.,#.,�'x•'31 fx{'e:+i/,f%i�a.>r!,t?}'"{f•,tra Y�r�i'�#Yj`.5esr�•>&;h'1+,1..�nr r j}�G�.'F�yY.6:'y{y"rY'ay'�`a°y t.;`�C..g+T c'r' !r�,� •a t ¢m, rl k. ;% MIA ii.0i YR' r !I k. t .q. � l.. .{r: :x,.F�.'i�i•4" a 1{r .�;'"l� ,.p� 4r. �°^�;'�k ��' �4< t �.A it.. .x}`�S � r C Pr l�J .f \ f i•bM V t '} Y'R i�A� Ce 'jtS7$T urp. oR.' :r: 9 � i f±f����y f + Cn i`5�J' 1."1 ) ') .r' r �r r s�7 )1 �t'�1 i;J' lF 1;��`�' }: ��r; L• ; tqy i> {.` 'q t r S�rl ..`,9. ''J,).� i ..iti},Eti; k711r...57i %';J 4 .F s t h ie'4eTS'.°r ¢'j`�i:[r�e�.V .! ,•` i �L[C .o X.,�+ a '�;'"k.'r'�, +L {,r o'+ .�Vi - S.+ 1 } i r .t 4S�y �U { �. �� r i 7 la V.s.✓`?rvir{ �",`+r�1'+ 1i)�.:. °, t k�ri tYit,�V, .�LLL��•.,{` w 1{{{��,ti�y$ is}}�'S >� 4 S �r ��. a6}�ygy(k��ry�� '/y.k�by 1, 4 I c } a ; r r t "t 3 /} :l �'� f •�• VF �$. ! 'S" ^I�tff I'll I;1 l,�/ y(�Ut 1 ( p r .ky,r! .'`>.7 tas}�rrh,�b,4r�@'d+a+V �'�yt�� °•. WO, L Sa ADDENDUM NO. 3 MADISON STREET IMPROVEMENTS `: Subgrade Stabilization. Should unsuitable material be encountered below the subgrade elevation of the channel bottom or wall system bid as part of Alternate B, this material shall be stabilized. Payment for this subgrade stabilization shall be made under Section 1, Street and Storm Drainage System, Item No. 4.0, Crushed Stone for Subgrade Stabilization. w. Payment and Measurement for Subgrade Stabilization. (item 4.0) Payment for crushed stone for subgrade stabilization shall be per ton of material provided, based on tickets submitted to the City at the time the work Is done. Payment shall be at the unit price bid which shall Include all labor, materials, tools and equipment necessary to stabilize the area Including removal of unsuitable material, disposal of the material off-site and subgrade preparation. P. .._?r�t� i Wf�_' � . .. .. .. ... .�.. .,. C. ...� � _.Yt_.I..ar,tAwWa r . Y.. �F.,.. rga _ 7 r .�l S ' �:?�' i ., l• � � +.��� �°!�i�`i a,!'+'�,sF' f Y`� t t }b r1 t t�!5( Y,}I',i jt L�5"71�A y, y 6��a L� d��3��.`�.1 �� '�: $+ y .>l,�x w !�-wr„''�'? � i1 rpa� .r_7, r..• ,Ss ;' sS3; �., n. y,. 1 a• TABLE OF CONTENTS a Advertisement for Bids t. Notice to Bidders ; Information for Bidders Bid Form C on Statement ..:;Ant'i= ollusi w� .r, idavit ; __ t Affidavit of Compliance with*Prevailmg Wage Law Prevailing Wage Determination w ' Construction Contract ' I VOR Performance and Payment Bond Minority Business Enterprise .Statement Statement of Minority Business Utilization Commitment General 'Provisions Special .Provisions 4. 1. 'i y}Fj U, �y a,�s� ;tau• t �`y� ^f���+ �'f t�4�'fi��' 'ys s�s�� �, �,r Rx�e't }i �, {,' �„ ��y ��,' +`r ; �:f1�i •�_ �t�1'"•`}+��.`'w((y'�K"�t.kT��j`r,�� a[t``.�,,t'�`l��'�;�'Ur.�¢T�'y'j`;'FS,� t' .:c' .c't 1 tj•"a?,, F.rt's e�dr+''k"�:i".+ rte �ih'}r 46 +cea�s ,y:a�5. x *� rA h lx'`:�'�t'� �3�i'�5�'x`� i4r5`F k?�n ,i'F�Y tt� °, 7C ^r,S ;yt p ,� .�`$+Jk i��4! :tt3}x,b,� 4 J r +w p�'N f, !�" :� r ,5.. 1 f + .�5�i � "s z t} t' �"t ,'"i. ��ky`; '•� ��� i �v, � •i.i �i�"•. . it .- .f 'v.a.c cK-„ . . 1�� ,� },,'31 : . Ra-t X JI i t .�ii,Y•' '?r: r _ � � _a .. t �_ . _ .., � _ `rtix'. ..m l� > r�.!.�n.r. St4SS 7FILka rat s' t�. '4�•.�t�nr+.,..x4'.�:,w..........+..:;:: SY�s$,�'.,....wtt......-...,... 7i..v-..:+u..-`....,.....n.»l+�.vasidfPt#��j`�.,h''ti�,��`rr 't.,5•Si:Y y�fi..a i'�q+�,y rF-��+,r.. r k I `, v ._ `'.'�`:Szy'�'PS,�:'bt•33.�allYrw.....r F FCw� ILAR��. e e on Louise Gardner ' ' MAYORr;4; ^k•; • ,e. 320 E. McCarty St. 1*� ,. '•'' ?. y 314-634-6300 Jefferson City, Missouri 65101 ADVERTISEMENT FOR BIDS a } ue 4 s �{ 1 t Sealed bids will be received at the office of the Purchasing Agent, 320 East b f y Street, Jefferson City, Missouri 65 10 1, until 1:30 p.m., on Tuesday,Aprils 14, 1992. ' '. The bids..v_yll be o ened and r ' sni'z °' same:* a ou u� a oun Chambers at 1.30 p.m.. that � Y The Madison Street improvements include bridge replacement with a two cell reinforced concrete box, major storm sewer installation, street and sanitary sewer f 7,1 reconstruction, street tree, traffic signal and water service replacement t stree `` .- e . lighting 2` h°y installation, and channel improvements on or near Madison Street from the Rex M. Whitton Expressway to Atchison Street. _: A pre-bid conference will be held at 10:00 a.m., Monday, March 30 1992 in the upper [ Y `' level conference room of City Hall, 320 East McCarty Street. Because of the complex nature of the project, all prospective bidders are urged to attend. Copies of the contract documents required for bidding t q g purposes may be obtained from � • the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A deposit of One Hundred Twenty Five Dollars ($125.00) will be required for each set of plans and specifications. Single sheets of plans may be obtained for Three Dollars ($3.00) per sheet. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. 45 CITY OF JEFFERSON James Hartley Purchasing Agent lg ,�}, r, �'. Y. t •^v r U 11 !r� S r� 'Y �G ��;,yd�etl� "lt �"'k1 .fir, t� v y �~ , 7i eJ 4 r � `' ' f i � '{m � �.a ro c N�yi r f Z„ �" ��„�•,��brt� �. �$ 1!�. .�, ttn ��F�'�r�r'itJ• t n}'� i ,, �.r z r �.. F t t t t 1x �,.. t, i } r y j, ��,.i� � •i �'.'+ *r�,-,� tr t�p. , �.si.� � l,r �,.rtr t ° t ztrt r< S. r'�J ,�z� pt`{ ly.."1� u �d.��•➢ 1 Y`Yy '�z r i T,'�°ax+�,ses�`�w! � tt f .� s. t � 1� Y r 7 \ 2 tttha S }s r+�t�t�b Q'f a 'V• t '� � t Li�nsr�,el+`� t > §� t. � n t ! .t.411 .t Y; it,�^c ttt�i+,Ak' .. t} 3S'�hjdY:��k}} to r•� �r{{ ,.�75'.1k' p t,� a't•'' Ott - :� ..* ..r t _! t L l _ A tI t 1 1 x �r �.t} tX't h 1 ' .:• ' ' ,;: t +.«K{ '. ;14 F n 4 '„< r . _ �� ..�,e....«-esr.viw•..,n^x4nwnaMk111xN n a:s•4 NOTICE TO BIDDERS ,` r,. ;t''• 4 Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1 :30 p.m. on Tuesday, April 14, 1992. The ktsa. T bids will be opened and read aloud in the Council Chambers at 1 :30 p.m. on that same 's day. The Madison Street improvements include bridge replacement with a two cell reinforced condrete box, major storm sewer installation, street and sanitary sewer reconstruction, ' street tree, traffic signal, and water service replacement, street lighting installation, and channel improvements on or near Madison Street from the Rex M. Whitton Expressway Ja `;:;�k,f , ; to Atchison Street. will be held at 10:00 a.m., Monday March 30, 1992 in the upper A pre-bid conference E.� level conference room of City Hall, 320 East McCarty Street. Because of the complex nature of the project, all prospective bidders are urged to attend. max} All equipment, material, and workmanship must be in accordance with the plans, I t - -�- specifications;..and.contract documents on file with the Director of Public Works, Jefferson_______. City 1 Missouri. . .. .. �^ I Copies of the contract documents required for bidding purposes may be obtained from 7 the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A 25% refundable deposit of ($125.00) will be required for each set of plans and specifications. f i` Single sheets of plans may be obtained for Three Dollars $3.00) per sheet. ,2 Deposit of Plans and Specifications A deposit of One Hundred Twenty Five $125.00 will be required for each set of plans andspecifications. Single sheets of plans may be obtained for Three Dollars ($3.00) per sheet. i Refund of Plans and Specifications If the complete set of plans and specifications or plans only, are returned to the • Department of Public Works in good condition within ten (10) days after opening of bids, a partial refund of $31.25 will be made. 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 x to determine which is the lowest and best bid and to approve the bond. PO CITY OF JEFFERSON, MISSOURI Chandra L. Russell, PE P +` Director of Public Works X; I�YY ti� ' flsetY,w.a•..• ....... _ _ .77777777- 41 t �; • rif*r..^rc}il'u/ i( S �./` jS 1•(':E.`.:4.i}Hi r' {,•t — c t L +' .,,� t}i c trEt c ir r fF '� >' iyd � i tr t t + t.t si• Y'd :r� ��� }^, L t f �s } ;. St�,tS�.>.drtit.5t'...,�'NC,�.. ty+u' >•, pddyx,Y�d,} ' st`. ;rind ti ..#f"`'r9 !' { 11 Nil 1 � , . 7`•'t t a;is r .�, �,.> , . .. � �t� ufx �>i'.;;.'rho 4;das).sir @✓ `1 •td.tx t' .f .a .� •\'~�'' rr ilk�`�� 7 ,i• ....�.>ti:.,:.:....,....,.r.u._..,.._,.....w...._.....a.,.•.w,.ai+,X.�x'v�±i,,;�i"kbY=..r� 5 +.+,!*.-rs. .{,!. . •.a'. .,.z. ,?'.. ?.. '.':;:rT1.y'.�`+rrE ....,.. ....w._.-.. ...•.,._,,....... .>•.r.',i5ni3tGlt.. rv... °..a INFORMATION FOR BIDDERS bf ,Wt: M!" Bi hP .�. R �.}t4a L':St Get i,� IB-'I SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical ersonnel, kP�, . labor, materials, and equipment required to perform the Madison Street Improvements in accordance with the plans and specifications on file with the Department of Public } p p p 2 M Works. 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 H.3 before submitting. a-bid- 1B-3 INTERPRETATION OF CONTRACT DOCUMENTS i If the bidder has any questions which arise concerning the true meaning or intent of the J.' Plans, Specifications or any part thereof, which affect the cost quality, quantity, or character of the project, he shall request in writing that an interpretation be made and an + addendum be issued by the City, which shall then be delivered to all bidders to whom z: Plans and Specifications have been issued. Failure to have requested an addendum :` covering any questions affecting the interpretation of the Plans and Specifications shall t, s not relieve the Contractor from delivering the completed project in accordance with the �:;j7t. < "M 1 intent of the Plans and Specifications to provide a workable project. ', _`> IB-4 QUALIFICATIONS OF BIDDERS 1W, " A The City of Jefferson may make such investigations as deemed necessary to determine �3 . ;; `C4 the ability of the bidder to perform the work and the bidder shall furnish to the City all R t` tz such information and data for this purpose as the City may request. The City reserves ? =k' F ; the right to reject any bid if the evidence submitted by the bidder or investigation of such r 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. r 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. k• �r • r�w � . .t°xa 4. e • `d`S •, y3n ..r D'x rrsf ;Ys "Y,S', r> 'rfr�ra.`2}�� 2'1Wu�+w�e t ..�, Y ,+ ,. ,}{its tfr�x•,,C} � °,i r, v jfi����`�6 �t 4i ����°�r�j+�#ar r t , ' rr •`' t t..t? r �,�r tit .ir,�"„�`�_�„���!dg�;. rt• 5r{NyE,+Y57 r. .ci• t nW ,�`r f ' ,: .. . it f..,.4 S4 + Sh"rtaT• .3r 'S��y:'R .�^ 5 .�� ,1�r r r$.� � Y T`Y>�1p+ �'''• ,4r7 f if°. t IB-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City r yf` r • of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned tf•,�J.. after award of the contract except to the successful bidder. ,>•.r~.fir` Should the successful bidder fail or refuse to execute the bond and the contracfi required , forfeit within seven (7) days after he has received notice of acceptance of his bid he shall to the City as liquidated damages for such failure or refusal, the security deposited with } 7t l� his bid. _E v 113-7 PREPARATION QP SIDS x:. Bid must be made upon prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. rr ;== :All"sales Wes which might lawfully be assessed against the City are to be paid by the ; Contractor` from the monies obtained in satisfaction of his Contract, it being understood o by the bidder that the bid prices submitted shall include the cost of such taxes. S.•a. All blank spaces in the bid must be filled in and no change shall be made in the , ther ein. Any conditions, phraseology of the bid, or addition to the items mentioned 3> limitations or provisions attached to bids will render them informal and may be considered , cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. 119-8 PRICES The price submitted for each item of the work shall include all costs of whatever naturea involved in its construction, complete in place, as described in the Plans and f Specifications. I113-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due theF; successful Contractor. The quantities stated on which unit prices are so invited arer' approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. ar ti,. a` t Bids will be compared on the basis of number of units stated in the bid. Such estimated 3 ,aY 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 }.r: work. ;r `� •7 -- w.r+.e i,Y7tL:Y• 4 u•.r:'F7.a. ..... .......... w.,.c;:r=.,.,... .v __ T ..rm^�j� y . F L. ,�,• ;� k��f . y , ..,...-.•- ., ...,,, �'i§i+.��'' r,liwt3B4ty`G?'rx a t _ .. , ,. � 'ti i;r G q.x.iY�(r ✓ <• '.r t •� ,1 g3 � � ks ' . .7'T�c�'�4w sw �`i \ r1� .. } 5 i 3t #fit •o tls y..y ia° �„;{X_ 'W . fz 7,i )” t��e �" st 1 7 � 4 4 , j• tt � t r• It(�,frc,d+{ pp.pM�qn�arr�w{,' .c��vRy. �...rs�•. f, ,s v�:i& ! r r 5 .f' rm'u6+�1�,..e...=i.+; .t..s_.:j:2'.:t....,.,. �.-.li..::<.a:,......,:�..ww..Sri:r✓9esats�;#Y�i73'tt NE'"t"�.N,ftE.°�h.�+�'t'��„'�y?>'���+t��!'f?t�` �1�''�R1'Y!Se.Y�.w't:.t•A,,, ,..._-.a ...._..__.,._._ r' I8-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in E equipment to construct and e ui : place, and shall include the costs of all labor, materials, tools q p . . the item as described herein and to the limits shown on the Plans. IB.11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed I n a sealed envelope "Madison Street Improvements. '4l " and marked '`" IB-12 ALTERNATE BIDS ``};"''T', `' 1 f(1 t !i7 zr't In�making the award;-if alternate bids have been requested, the alternate bid which will rl 3it ,i _. f. be in the best interest of the City will be used. 13 WITHOWAWAL OF.BID LJr j bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, If a without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) ?l>, ,5"'Y ., �' 4M, . 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. , f , IB-14 RIGHT TO REJECT BID_S ; d•• S; The City reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. F r; 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 Public Works and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety an Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders w. * shall be deemed to be in default and shall forfeit the deposit. h4<F IB-1 fn 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 °•: s or bidders. A form for the bidders use is contained in these Contract Documents. if s� (7> r4� it'.t.ti .iE' kr ki4 ��,1,�Ce .r� t 4 °p t ; y ttt t t • + 3 6 } rf t , fri.4�:i.5`i�`�� ra q • y y'�i} �'f.•f yr' ?y, �7� i �} � (.�..stFt Ft} f . S �t} < , 'f r .r �.. � �n .; .. s. r F � ,• ,<�t,.. ,.' t ,k' Y , d Y+ 4 '? f ��°r� of af� �Pr�t�i.w� "ita+rjY3�'��� �+� r'6i 24 PrjY }gyp. +R�: y,Sj 4 9}j i'S yJt• ef5 } i. ;fit rr1LW+ `„iM^!�'( ,x•.,��ar,.��v via+�t�;!�nw f��J�dfzM;Grxax�``"a�lb.��t5. s � The issuing Surety shall be a corporate Surety Company or companies of recognized ,re standing licensed to do business in the State of Missouri and acceptable to the City of ;h a Jefferson. IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. n with a Certificate of The Contractor shall be required to provide the City of Jefferso Insurance outlining the coverage provided. °�- IB-18 RID 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 .3 Contrasts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAIN The principal contractor and all subcontractors shall pay not less than the prevailing wagery' hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial relations of Missouri, pursuant to i Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1959 and ,v ` as amended in 1986. (See Determination included herewith.) CCC���111 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. i rh `:Lsia �,` '•j"'~.;.iii;, f. Within the guarantee period and upon notification of the Contractor by the City, the Cttr Cq :• d Contractor shall promptly make all needed adjustments, repairs or replacements arisin g out of defects which, in the judgment of the City become necessary during such period. a; �,a;. • ,; 4} 5f3 3 1r _ Tw:wa.aitFfzscr " r i?a4ys ''iti xi � xL�r11 i The cost of all materials, als parts, labor, transportation, supervision special tools and I 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. �7 The �•` ��y"` Contractor �`;...:. Con also extends the terms of this guarantee to cover re paired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence 1 r" s a to make, the necessary repairs or adjustments, 1 the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work ' to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause f r _ Y 1 __serious_1oss..or. damage,-.repairs_ or adjustments may be made by the City or a third parry i cliosen'by tfie City t" --,,,c notice?to the•Contractor -and the`cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IS-22 NOTICE TO PROCEED ► �r l' t A written notice to begin construction work will be given to the Contractor by the Ci. of . Jefferson within ten (10) days after the Contract is a Y time for completion of the project shall begin o run approved the roved by the City Council. The t on date established in this notice. ta . IS-23 1NORIK SCI1EDl91-E To insure that the work will proceed continuously throu gh the succeeding. o operations 1 {v to its completion with the least possible interference to traffic and inconvenience to the z=. , 4 r public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence In which various operations of work are to be performed. I8-24 CONTRACT TIME The contract time shall be One Hundred Twenty (120) working days, { , IS-25 LIQUIDATED ®ARAAGES 1. Liquidated damages shall be assessed at the rate of $1,200.00 per day until the work is complete, should the project not be completed within the contract time. ry ".t f x 'i• \ r f i r i R r � t.`s�ry�Y.�i. i,..rir r.� S� "Yxy a t,y f j,+ ,.�"r t SY{ } i i ,•r tz ;. t.pA �t�.. �1 y!{� {F{ yd4;�}A•wc., . ih`3 t,.;, 3 ,>•r ) S , a y t , . Y ae *�„ �'l "'v r�ai. ;,,,,.fi Y rti. / x ty : , '.� � r 'fir.. ' ' s ��c" �1•. � ,1, •A {.� Y} (l 7 hi .}. A i. 7 F i! }: .l.1. . .j{i'#'+a'i+���w,..`;j ` u'.{• .�' a r , t„17 S!/A •{ } r� i. t t .,5 t tr* 7c2d7-Y"s''•,=r'`'��Si'P S z1k � fit„ .,�� 7. t t�t�Aitiri'.�rol ab„rw��..,wY�t.<.�:s3.'<�,.,,,,;;;.,,',;a.P,�:}�`.w;W��4:3ii+CV.��� .. ;, ��4�Y"�.T�i�` !�!�. �,�'P�';��t';f�9t,".".4'Y•ixPd'�tP�t ie+ruq+e..«.._.......,.........,.,-.._..uts:--..,.m__..,»:.i..�::..r:w..a.iaerJ:.itsY3'iaY�iC 'Y�•.nl BID FORM fit, Name of Bidder J.C. Industries, Inc. Address of Bidder Box 104567 , Jefferson City, MO 65110 y �? t To: CITY OF JEFFERSON r; 320 East McCarty Street Jefferson City, Missouri 65101 Y. �P THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a) the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements V for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, driveways,surfacin , walks a ' g sways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other instailation, both surface and underground which may affect or be affected by the proposed work; (d) the nature and i,r• 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 E� Wk materials; (f) the location and extent of n, r, necessary or probable dewatering requirements; ix ?" 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 r'. = facilities; and (i) all other factors and conditions affecting or which may be affected by the .t a .. work. s: aHEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and } complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept In full payment sums determined by applying to the quantities of the following Items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required,for the completion of the work shown on the drawings and ` described in the specifications, and that increases or decreases may be made over or ;'•'; under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall �.. � p apply to such increased or decreased quantities as follows: kid r�r .4 i itt��yl. —777-11" P r'. .t. t'."' �..7 f4#?.s n {,,,��,r,''�,.��•}}'fi'i%k y�`" l ��i•�i tfrb sr}�� t 1: t +` ' r r. r .} � ;�r i��rC;;�Y'."' '� War r .� SY.0 K > t x,51 f _ ..y 1.(� i - i � � k�,r�r���� 1fb ��N G• ,� t i S,'�2�nr c� .s RJ d t�.t t�•� 1 + � r w,�t"f?!�,� r�4?dt 2 !r3 4�,us:r• .K .'j { r" £ t i { r s Ct+'4 'i3 .Y �°tl fiti �Y yLa.� r 'j�`//Z +1� i ,�, �4"i .£ .+. :1 t � nr �' ,. •i n r r !yt X344 c d ,y &axjd H t� V3tn lr}'. .45C. c { Y $ px !k t Faso .•{f�,'��gPr�� t'rthii t } , �. t t i< yr, j.Arar z .��� ?'11r,c. tl4t� ie F+p1.�.��a 1 f1.}tit'?:�J"}a�i� +� i�P � r4,��'ra r Jt x ,e: � P� r +tI�;�f c !r � r . s r�.�.•7 r�,}i�Ir '� t>.< iri i t r�9 t y ..-: ..Y°'�> r.A " ,X• �! �.1., r}f r ttn..�l r. vt.�yrt Ly y� � ��..� �,y fK � .iR �,i/;�"�i.����'r,�.� ?.! � e�r�l€ sy1}}+�`�f�#°!s� 1:a;:�,�_ '�yU' u° P t�. t',t '',,Ft t r ; ... n ,, � r ,t I t ))`3•a sr j •. s�,;is}�,jiF�� ,�z 1 A.S;ii Fa J.p�, ����..r� ��ui� �u•, `' ) t : � r+d :.Y, jzt 9:5 t:a.^`^'�Y�� r �a j" tk { Name and addresses Nature of Dollar Value of t. . "I o_ lrm en I P i 0 �rex" ec. upply ' St. Louis, ' Missouri Electrical equipment $25,000.00 1' }. 7'10,CO ` Total Bid Amount: 7L 7,/� VO Total: Percentage of Minori ty Enterprise Participation- C. y® The bidder agrees to certify that the minority h' firm engaged to provide materials or services In the completion of this pro]ect: (a) Is a bona fide Minority Business , r Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished b y the City of Jefferson. The bidder will provide written notice to the i.ialson Officer of the =4 + City of Jefferson Indicating the Minority Business Enterprises) it intends to use in conjunction with this contract. This written notice is duo five days after notification to the lowest bidder. Ez Certification that Minority Busa ness 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 5. .[Fpww, bidder's contract, if t' ac_ . 4 D- The undersigned hereby cortiAed that he or she has read the terms of this 'F commitment and Is authorized to bind the bidder to the commitment herein set 4 forth. Tony Adrian, President NAME OF AUTHORIZED OFFICER Y DAT April 14, 2 a � SI TURE OF AUTHORIZED O FiCER WYNN :h , _ - _ ,u'�ii';Stt"�:: 't''�`" <y�,k[�kt;":f�"�:: c}5°✓};q�Jx�.'r��is;'-Fi � '��fitl�rt"� �`�;Y «i: _ , i ' _ P: fi A�?; i {t 5 11rv�ff .Lr•',`{, L `y \ C"� tiT�2k"� `��q " {?�°�E�`'�yF�r,. gin_•;7�*�+�y5"r r +�(t��� t '���3�1}`�3� ��;. � � a :• ,49 tiaapj "�t 4T1✓`yty . S L{i Z fs.'td; 'a jr! 4`. d� Fr afµ �x1��'�f2``�. aY. n n•7.� }v ��•�a� �rL�4 x'� iR.y c{�'�y�!x,.,.`��,'{��.�ye t j''r��'�'°+''��Gs�.f fat�x'�'S,%f y Y#i}z'r}�:t.k,t cVic�t�}a�,t�*`'§y`4.°,i'r�`r��T 4.�t3i s...s}3.4�r"k<3t"�Ra arfi k(t I'i"'�tF e w rr.l i��JFI t�'�,�1'��ta-�t{i,t:k i j.t t�^1``�xr�y;!t�'"Cs#�f'{1^1 3]3�5��#.i�i;;z'4 x'�`Z N r"�l+y 3 kJ fi�1 g'1 V�fa�,,i,f'�i�„u k�j'§�''a't�'�FSbS�t tS�'..y r a p j V��� . ' ¢� ,� � .: � is�` �'•t .��.�,�°c7e�?q�y u �o!},�,,� N )z�j�,bf� r..y} rr�,�� I�fx:� �,� t+�. �. r c�< � ��rFr�t�` t ; � .t .�,�<,a i {�+�������, ?6R�z^i'�� �}�;�a,y:v d T21�ak^�E,a c}���-t'�a �(s x,t��i e,�, r ,�. � .r,( {t t����•lx.t.�t ''^a,s'�sa�,,;,�ix��f�•��. �. �, {,.- is y';'"�d. �,�p��7 �"�,`��.�jt€+.{�{4 �: 5���.,��.n fin,.{{q FyF .tf"{ tpti'?•t,:.,ps���' .t c t c„'. � 1.y �.�'.S.1;�`G��t y'�Sr`.�>t`.Sr:r a s � ,� � S�,{�l. £�;.;��•�,Y,:z7�{�`��.+7+'x''�a{'3��i'�r�.”F..°�./f=a;-.tYn A t + }t ri, h,� ,{ .11i't � 2..,�'+ ALTERNATE BID AND SUBCONTRACTORS ka The Contract may provide for alternates for storm sewer pipe at the Contractor's discretion. The Bidder shall state in the spaces below whether he intends to use corrugated metal pipe or reinforced concrete pipe for Storm Sewers where an alternate :,. is allowed. If the Bidder intends to use any subcontractors in the course of the construction, he shall f' list them. r � frif Vee- r'rn I< r>041 r�1(ri('l l-I A)'<C' 1p11,16 ,4t TIME OIL COMPLETION k The undersigned hereby agrees to complete the project within One Hundred Twenty (120) tk; working days, subject to the stipulations of the regulations of the Contract and the Special '. Provisions. 4} ti 7f It is understood and agreed that if this bid is accepted, the prices quoted above include @@ all applicable state taxes and that said taxes shall be paid by the Contractor. r- The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered Into; and this bid is made without connection with any other person, company, or parties `r making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property ` of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called ?z. for in the specifications within the time provided. _a 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. j;at �aa{,,�a u.fK.��' t ^�+f'��'.� k i 1 b 'tf l �fL '��} 't �tfta .�y� ���� `,��. ::, i.��'k;�3`i� i':�..a`YtnFtr•, Y"1;�� S"'!�i\.�k c� 3,z C�3�Xx,tr t�'4! y(�'titt�' 'N':t}t• �i#�iY�A.$" 2 r+�d;a��'G��h �..t'�1�: ,a''d 4,a tn'•x�. � �5' � � cii'�;,��i �"s '5x1"''! `�, . ;�'i t�rij,,.,,� ',yyt,�f,a rs t .�7rt?� t7 a.r�f Cf .r � �4 E„ �d ��f '�z Sri ? f'N, >��.. � �. t'.' r�+#�"'.. n: ��5�,�,';! �frrry r r, >����#t Xoi f�� � F. •hs 4 �. t %t.� l � _S✓'`{���t t' to v "1^l .it°i�:i:t:..`.=.dJ�¢3�.+.zdh�stu'�. a: v }'�111F'�fi4s`°klcr3,�53.ti:+.w,......:.a _rd.._..,5......v_,.,..._ +.afttw;� ;• CITY OF JEFFERSON a s Vj REVISED ITEMIZED BID FORM MADISON STREET IMPROVEMENTS ATCHISON T© R f`•� .�H EX WHITTO N EXPRESSWAY ITEM AP PROX UNITY" ' NO. ITEM DESCRIPTION! UNIT QUANTITY PRICE AMOUNT ` SECTION 1, STREET AND STORM DRAINAGE SYSTEM 1.0 REMOVALS AND DEMOLITION LS . 2.0 GRADING AND EXCAVATING LS �•,-,'• 0 CRUSHED STONE FOR ' TON 1200 7 Se' TEMPORARY SURFACING fi`'' t x ., L? 4.0 CRUSHED STONE FORT` "° ` SUBGRADE STABILIZATION TON 300 ! . C'l' 4r , yi 4yy3!Y 1': `�.W i�ifi �t tWtx'f� T y T 5.015" RCP CL III IN PLACE LF ' r 5.1 15" RCP CL 111081S" CSP c„ 16 GA IN PLACE LF 112 - I -?S �?, .�7G. . �. �} ZD 6.018" RCP CL III IN PLACE LF t 6.1 18" RCP CL 111 OR 18"CSP LF =" 16 GA IN PLACE 33 L 7.0 21"RCP CL 111 IN PLACE LF 98 7 0(" 6.0 36"RCP CL III IN PLACE LF 183 Sys C'C' ��• 50 //, S 9.0 54" RCP CL Ill IN PLACE LF 246 �,�lU 00 Z/4 s:2,s •' C Cr a. 10.0 60" RCP CL IV IN PLACE LF 454 U,5-,e'0 /C.,?, /v=C•_ rC, r,. 11.0 72"RCP CL IV IN PLACE LF 505 1?c7.`�-C<� lzlel, �7�5�,:CG' 12.0 4'x 3'TYPE A INLET EA 2 1160.GC ,? ,�t�C cc 13.0 4'x 4.5'TYPE A INLET EA 1 i; �n0• C'!' /, ,1C"<> CG' ' 14.0 6'x 3'TYPE A INLET EA 4 /.5` .s.(r (, 1P'C' E''C ±' 15.0 6'x 4.5'TYPE A INLET EA 1 ,/(a CG'' CO .� J' 16.0 6'x 3'TYPE A INLET W/DEFL EA 1 /�SG' CIO / �'• !'�� 17.0 6'x 3.5'TYPE A INLET W/DEFL EA 141 18.0 6'x 4.5'TYPE A INLET W/DEFL EA 1 /(6- ' . CC' �• (.-SC. C[' � t � ti, u� w4� 1, t w.•`*"' .:,y-�,aKt,1't'j�, ".^t•^-S�-s.�e�'"'�t.Ir"e.r,•}�+..fi� � "ti'y}'!T't ,* �,:. c }�'�a>!�. t 'r,'• ^f a + it .3{ ?}`' }` t ? e. r L B �.,-¢,y,>�,7it'•x+sr�;�. t, � �3 Y did is r•,.�• Y tt%:r � r4+ �'a . 7,� 7i i 3! jc''a > �{ J. 7 1 � Yj'�'. t7 t�n4�i` Y.e� z �j�rSyia�r'IS 1=��: ij "� t,{. 1 Y=l + t r ir.tt '` ,a"''•�':r�� wd � 5 ..J� t 3 "h�.['e4� ,�, R�`Yt,��'a t k,' fa�, ,rHp�p�^yya£'i. q ,,��•��.x,;,17tSii y f,7+;{Ft{'��`�i^i�lt-'=� `w tr, ti1FF)1..f .�ry.. t' �i�A� M+ 'I�.S,�l�•';ti� � {'4 .�� d<,y,,"x'.�;F.:F� �. .iaM.,a/T 5� ••F�tr �` {f,i•�. sr tr�, 5! 17..�r z .'�"�'��+#�!4�${ t � x� r J�e,4+Y h1�l. ���"t't`.r•�'�. , '� t.. 1 x�L � •y ';k.'i.:�{ �,j 'G 7r( h,yss.x yt.2 trl,7 t�s-K=.y+x r �t � t r�i r� !y j•r. i s. 'f YA'\Y` '( x-f cRr r& t c.�+ i'r t,l.5 c3 �., �",�'•t s,;stli�k,Y�,"tt�3�-�yr1£1 ���, "��''�Ya h '{r�`v7`.s�,t�3 .,,t rtr } , 1L�cya s.r�Sf,�7����,g p'`�t.BS�r �',`i��7$;.� S�Ij, 1 i • l 'C.`353', �'>t :: J t d b ^t -� 'il,�f tllaf7"r fY�p.u��LV,� „rvA:S'*�k�i• yL t. t n1*.yie ty .x fir. e.,A s 4 art fa r R --y t-y� 7;',t'' �iySy��Jssf-h�y't'r 1'.�tti {r�.�i..�'� 1'� +'°�f a jYc d. ?�¢.j { f3$ er.h t'� } 3'�h ;a,. h'tY�7 I��,F�••' �i%•..a,. �fi x .!'r �,�r���.�ay'��"�'��'�a t,.,ti:..�`/,..,.� h d 13a+�ka, 4�' �,.i'f I...xr� r ,t �9 t� e >; 1 ' ;'S.� �,�'� �. y�f 4r.h•"+��'{� ��+(�1 t ::k$� .%� � •t�.�.�t�f�t�j .,t'ly+.'� dri { b}�e c r.° r r t t. Z :�3 til . i et L .u�� .y lt� :3 kt„3c�yR.�• R' It 1, f.t rs. t S*.,u�z' )k< i�s*'F�,t-Tt{ �ipp�t)5, .',ti , .�+ t .t) ( :�; i r a .y r�.itia,i��4 7� a..• � � �. Y f " '"� � .�° •r�;�=*.,.i`{ "h�: .71 + a' aiS .)�' 1._t a{ i, .`� �' c F.r .7 '.�`� 3: yy r1 e. rf4 �`� �'' �.F.�,.., �' �.. S' t:�h N h , ,� .L ..:>.L t �+ ,t;� ' ' �`•� �(, t.. Y :�����rY����p����� w :l� f� f' tt ,i ._ `1 Z.-�' .. .... �. :h6)li'w,'t J. t�F �nh*aQy�}- • If' zar to r `'4nlYw�..raMi•:iu:1�r�.S��:SKr...a�..:...L...�.w'ur LMM�1M1•nriw�ivi�`i•'4'aV�et�ti7dsttA`.����°�'�2'.fib'k`Ylt#iK�:ih�dM..kssrmk.riw,•<n,••..,�.,.;..,...:..•..,_....,.»._,.___.,..s.._,..._......._.i,_.a.:.W..�.,+.ws+,i+..o.:wxrc , r-,rYt�:'f z CITY OF JEFFERSON ; REVISED ITEMIZED BID FORMA; . MADISON STREET IMPROVEMENTS ( ' ATCHISON TO REX WHITTON EXPR � , ESsifVAY ITEM N®. ITEM DESCRIPTION APPROX UNIT UNIT (QUANTITY PRICE AMOUNT 3 19 x 3 TYPE A INLET EA 20.0 8'x 3' TYPE A INLE T W/DEFL � � � � nCC• ��.-, `3Ae{`�.l�✓sf.�7',`�.''�'�t�d,`>�;�x'{�,�.,�sa d >ar t EA 21.0 8' x 3 r =y ' .5' TYPE A INLET W/DEFL EA 22.0 6' X 4' TYPE C INLET W/DEFL EA L a 23.0 ' DIA. i?y�s�:r4.'s��.J,•tyv4+'"<` 4 STORM MANHOLE EA rTt •� C ,rri y r.;. 24.0 4' DIA. ECCEN. RISER MANHOLE 25.0 4' C 'a,`°' •'��,�st��{>_��.�'�r x 4' JUNCTION BOX EA 2 ,..� 26.0 N 7' x 6.5'JUNCTION BOX EA 1 U Ct, f 114 �;�,� 27.0 8' x 5' JUNCTION BOX -: L3 EA 1 �'C co _3 r .5-e-n co 28.0 12' x 8.5' JUNCTION BOX ' EA 1 / o C 29.0 3" ROLLED STONE BASE SY 9825 30.0 8" NON—REINF. PCC PAVEMENT SY 3539 17 S0 31.0 8 .NON—REINF. PCC PAVEMENT SY 5298 (PAW T ALT. SECTION) 32.0 TYPE A CURB & GUTTER LF 2965 b'O : , 6 S Im Lj 33.0 TYPE C-7 CURB LF 34.0 4" NON—REINF. PCC SIDEWALK SY 1791 /q. 35.0 BLUEGRASS SOD SY 1226 36.0 ROCK EXCAVATION (MECHANICAL) CY 1560 _ ,�:;".pr _j l�C'• 37.0 8" PCC COWL DRIVE APPROACH SY 320 � �.,:.�.�'� � �'�;i:•,. �'�"' 38,0 6" PCC COMM'L DRIVE APPROACH SY � 475 39,0 6" PCC RESID'L DRIVE APPROACH SY 22 :t 40.0 6" PCC OR 6" AC DRIVE REPLACE. SY 195 CC 41s, 111 6) t r f r.r. � '.•�xa y' x,r?s�,,`'L�„�,k a I i�.' � �s` t r�r 'a (F. r . 'i ' t�..•l q. t +�, Sgx.,�f r� =art i'r : z'� zfa,,r (�3 �X a�) at It . � 4 r t t '`�G k {t�'j�fi .� L• f,,` •,,q '. 3 3,,. £ .4�+"�,�.y' �7; ��1(3� r+ i. ar' ,Y.. "y , z 7,1 yG�.s� :t.'t.�.SS1, r t�:sa � 5 y. o(.� n, tw 'r t {'�� + r ,`• ? � `�a { bpi iYYt . r �k�`• �'��:�'�� g? g'l�.l+^�,•;,i',U rl k„ ,.�>: r�.', a ., v ' t'I 'r'1.. ( . r, f t}r j]' t �t? � �-y, '�x�;�k.i.3.�d4,SL a':�ar�;, {,x{MA b ".y:Y fy , r�' z z ;1 z t -i t ' r 7 1 �t 1 .} �, 7 c a.., �' 1t 3�'r5 '� t'.j e�t��s.f1�•f ."'a •aty . r af 9q�r i°b'.^ tt ff .rr r r y ,:•aa z ' � t,. r } 4 'rx (;�J (}" �, y5it�j. +`� ti z �"�r S�•. �'+ >'`si� WOW tsm,;a+i.WRYYhydM1N:M ..ivww.».«.—.....(��..t...�i.' .w•...i.u:Yw.Hefl�rMit+i{F.W+IM.tInLi�riwwG'll. t + a Y��; "ma.- a uatiw3.L".,+..SaS.�•►.ur..:s+.:i 'fix.. k„ *t 1 i, CITY OF JEFFERSON REVISED ITEMIZED BID FORM L7' MADISON STREET IMPROVEMENTS Y ATCHISON TO REX WHITTON EXPRESSWAY ITEM H, UA TP UNIT ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 14 41.0 4"PCC OR 4"AC DRIVE REPLACE. SY 100, 2 , co 42.0 R/R TIE RETAINING WALL Ls ` 43.0 REPLACE WATER SERVICE EA 35 44.0 MAINTENANCE OF TRAFFIC AND LS CONSTRUCTION SIGNING E. SUBTOTAL,SECTION 1 SECTION 2, TRAFFIC SIGNAL SYSTEM 45.0 TRAFFIC SIGNAL SYST CONTROLLER EA � 1 5377 F%0 ,.�i�i 3 7'1 e '�'' r•" ' 't'•� POLE RAT.CABINET&ACCES, i` 45.1 TRAFFIC SIGNAL SYST. CONTROLLER EA 1 -37 .D POST MT. CABINET AND ACCES. r R 46.0 TRAFFIC SIGNAL SYST CONTROLLER EA 1 S60,_�. C'D S, &le" 7. (''C GROUND RAT. CABINET&ACCES. -- 47.0 TRAFFIC SIGNAL SYS`TCONTROLLER EA MASTER CONTROLLER,GR.RANTED CABINET&ACCES. ''t' 48.0 TYPE E CONCRETE POLE BASE CY 4 SC'•G'C /� f1C0. ('�' 49.0 TYPE B-8 CONCRETE POLE BASE CY 9 41, 0156). C-6' �7 P ' F 50.0 TYPE CL TRAFFIC MAST ARM POLE EA 1 2C' elo 2 e/ GZ% W/25' POLE& 10' MASTARM 51.0 TYPE CL TRAFFIC MAST ARM POLE EA 321 W/20' POLE& 10' MASTARM 52.0 PULL(SERVICE)BOX EA 4 . 0 53.0 JUNCTION BOX EA 4 O. �e) , Cil z�. 54.0 VEHICULAR SIGNAL,3-SECTION EA 5 147-?3, CC% .17, LS. CC � " TYPE 11 BRACKET,TYPE B 55.0 VEHICULAR SIGNAL,3-SECTION EA 3 117>7ZO 4/6. CCr t " TYPE I BRACKET,TYPE S 56.0 PEDESTRIAN SIGNAL,2 SECTION EA 4 can /, /�S y'. rV -,f TYPE 11 BRACKET,TYPE S !"•n"#^'r n Sl,t: t.,� ♦ t 1ri 'S ...a""fr..wr^y"'^f.-Y .��°• F Sj Jt '"'G' —s Fr'(�'(' z,-.fi.l 3�* t � �•+...-,. !A, � !. � �tt} ' o �±,} tfrlau�' °5'an' Pt :i+S r. i c5k ' tvs�#�trk�t1� t t.. io .,}Y ss F� r �.� Ts�7t � + d c t �a s t a '1, {S s r a s^•,'�"`��}„ .kthr]!Yf J 'i�'r Y5`i�7 1r.jC�y��'�ti �(`i F r +1 r�c�k} Ra i *�i. } !b,.rv"P r 3 w�l! �,�35 .jr f } i 1 } )'r�.,yi r,r a�`-•f'�.. . .'e�i irzc' '. u r ,r1�3 av�+�y a'4`i r.1 S. ,ti• f s t.{ 4. 1 1.. �y ']J• �.}4 � r ,t r f r 1(��}_1�fi� � ��4 i, i4�.. �'i` �9,1 ,ry> � '��,.�.. ) 1 :':J W!' '�f.Y'�. �A,j'',•;41:.1 t F' ! t i�� {• .. 1135. ryr it + ..:1. ...a,]k�:. .. Y.t �'i.. i 1 !`It �""{�N Ik �t` r 1 rk"t"��stt,�r4.Y"Z,y)+ts7, ckhr"•} �# ?t �.�" t�alr' }in, rf3 if 1st? 1.rr � t b. ( Ji. #''b�"� "� r'.'_�f. .. ,!� J t' _ � .tribe ..!b.?: 1Y.CS�'.i..; �` ..6• ,?. � i}`i,;a ' 2 ! Y f�" i � f 'i'•f^£'!i �.'t �� .tir � . r'm. yy •ri`.. .�'cl, f �': t;r:�� is�. ?•{ 1�p? ft,�rt��jj�� ����1��� f}'ft T. � ti'x '�`5 xix'V tY ' CONTRACTOR'S AFFIDAVIT :! { This affidavit is hereby made a part of the Bid an accompany each Bid submitted. d an executed copy thereof shall STATE OF Missouri NY Jt COUNTY OF Gale ", The undersigned, Tony Adrian d of lawful age, being first duly sworn states upon oath that 'resident he is J•C. Industries, Inc. of r the contractor submitting the attached bid, that he knows of states it to be a fact that neither said bid nor the computationhus own knowledge and Include any amount of monies, estimate or allowance putati representing wa expenses. however designated upon which it is based furnish material or actual) , proposed to be paid to persons who n °Heys to y perform services upon or as of th wired to , Posed project. •;i AFFIANT Subscribed and sworn to before me,�a Notary Public, in and for aforesaid, this 14 day of April 19 92 the County and State i NOTARY PUBLIC My Commission Expires: . June 2, 1995 go a i E+ �t,?.rt- �•}r &'hza*x t ` PJ" y w r� Wfi�t' ,p:. . :y., t'� i,,�•R`-r �ri?y'rit`7 v°r"'������«�y. ���t.x^s b R'�f'1'�i�t Kry�r�tz","t�>� �` � rr ���t ��n .�.. 'ta. ,�f'r3 ff r dit � �.1�s.� � t 4A f � ,,a.! ,. -�y t ��.�i � tk�*`` �•2G °��y��'jys?��y ?t'f 'n to A.r ` ' '?'x• .h th L.; { ! as '.1 7 Ida •:+�.'.;fx�1 '�.•1•k-i y,i ;.s ill i.. �:?�: Lz'�(n°`'t �.� D � t f t 'r� r '�;a rr.•' t.� � � , r. S,a t qtr.4 a� r•Y� � >�; f^�S7.n •%� ..i �': ♦r e ;1.� ),Ji y �y;, t �r�r�. .:.�;:iYi 1 1 � :>s�i: ���5!'�.�9dS+sib+wWrr•tt�+rdr+nrrxMe.+tlz.��'t1�Y�•!'�`E.2�r�1 '7�$'?f'�t'bi.'°4;'x5!�it:bmt•..w.m......,..�...... `.'^�e.. .-e:wdaira++ty. t`� S .i^ rx�� CITY OF JEFFERSON REVISED ITEMIZED BID FORM MADISON STREET IMPROVEMENTS = ` ATCHISON TO REX WHITTON E ` XPRESSWAY ITEM No. APPRO3t ITEM DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 57,0 PEDESTRIAN SIGNAL, 2—SECTIO N EA TYPE I BRACKET, TYPE S 4 e 58.0 2" PVC C ��r ��5 ����'• . ONDUIT, TRENCHED LF e r 59 810 G' C' 3" PVC ; •0 CONDUIT TRENCHED C� {' LF 233 60. 4 PVC CONDUIT, IT TRENCHED L Aw K. -...� i,1'C 61.0 C'� ::•. �,.�;;, 1c #6 POWER CABLE LF 4 62.0 2c #8 LIGHTING CABLE <' r' LF 599�_ / /�•,�;' 'S. ��`';`.,�;'; 63,0 5c #12 C ABLE LF � 1756 ---�.�_. _ 3 /�, + }�r' r i' 64.0 7—WIRE INTEL `::' : RCONNECT CABLE LF 110 65,0 2 PAIR COMMUNICATION CABLE LF 898 • '� . 66,0 POWER SUPPLY Q EA 1 cc' �G► `c, G'� : 67.0 SYSTEM SOFTWARE FOR LAPTOP LS _ 68.0 SYSTEM & CONTROLLER TRAINING LS k SUBTOTAL, SECTION 2 .�. SECTION 3, STREET LIGHTING SYSTEM 69.0 CONCRETE POLE BASE FOUNDATION EA (30 FT MOUNTING HT.) 12 70.0 30' SQ. STRAIGHT STEEL POLE EA W/ LUMINAIRE, BALLAST 250 W 12 LAMP, POLE & BRACKET CABLE, BASE COVER & MISC HARDWARE 71.0 ELECTRICAL CABLE 2c #8 AWG LF pm COPPER USE, W. #8 COPPER GR. 1870 / 7C 72.0 POWER CABLE 2c #6 AWG COPPER LF 65 USE W/#6 COPPER GR. 73.0 EXTRA STREET LIGHT ASSEMBLY EA 4 .7 t R' ' _},r 1 f r '{r;, r� f•. � ,r� � ,�t�"3 rt x r"vi 3 c t " t t r r+�. ' t f" "n 2 4" �r� a'z�Y";�'�ge��,�S{ �• .Y ` ° 't •1' Yet"f�"�+h" ?f. ..t1. 3 "�Ss'.?'i�err�'.r r4.t� ' s f,r1}r i�. y t j 'i t r�":v � a;x.J�z'�jf �'In�`iyii.. A�.r ', ��`�+..� r ('t .'SY �3! "!T r Zrr °,} k2ry `'( .f }} t F t..� S.l { . nF ]S i< r �W'�^r�{•'�" j Y ��„,. �f'«�' F ,tRi.c, •3 �'ti {{{){}Sen ��+�j ��r'r ;�rf� �r l.ff /,�,(� �. {.�} d}��.}fr� ..J "t kt a 1"' x�J" E tx.z 21"y<! 7 r•. N, ,{ •{gt ;j I I. t l R .�t�: �P'�����' •i'�`x":". i�'�.�r;����(3�r�: tt "fit iii'�t dtr}.ft 1{t�,i.. .[t .1"t;arh 1� J �.S^/rt .A�1,�., .z •<r,� a1t�}�,"Mkr�,.zs�i,,,yjv� }}4N- .'Fj.Y,,'�;�5�§d '! t� J f i �{ 4:. };'�: .,• ty„i f? ts� 'r"i r ."t 4. yo s .`,lra S r. "�,i r r.t ..y?: `� "�f +^ rJ�t� aj` I r.:4.. 3�"n t t ��}`.r'�` .c:! 'J ..1"t s 4 x �' '' � try. t�n a } �•. lurw. .� �C�i',c;:•}:-,? tr n 7� � 4•,,�;�.pt,x .��.,��i f }}"s� .;i '`"fit: � :,�i .).J, .t.}.:1�iF � i�,r 7 } "i. {. �4 .t i tq 4+^rh}+ :''�,u'i°����t) ��' "2 kzf�t4'p s:"�4r1: xj � A ti i � !. 7 '' t �r .v; r �r '`.7} r �� }+`.l':."Kx-'.'�$ 4^u{C, •#�c.� fi S S t ppays�s 40 .}r�`�} tlk �: _'raj r �.} "i; .{ x �s q�, ;.• x";r,l St.J,.•x .{. i "S '!.v''4 z.�> i- rf e{ 1Y � '!� ���{. � ..�s .. n '�} "r 1 t �� J� It rx .J3Nl�. t(.�� •y„?:, t'. ��yk`7Y,7, z�z}S1 S� �t r �. v, *,{ ,ti r •�� a}•4 !� s. _ .. J�q��S�J°''���"r+�.4 �:Nrtl'k�.•��;• Y 1St 3' u t {� � 7��+i;.%}�4-'�;�i°t�{t�tt'�4�r•"��i���r �r !t ( ,) <"y 1 �sxi�"'1J.4f r$<t5 �:�� ' 1 :•' �. ;'{ � t:+}rK�.r.i� �f'ItSr��,�,='I^.."J..�,r�f ykj. Vii!( {, 'n, J � t? i .,,,. J = .y,,�.,,��2h�:J?.?.� �• n'�,�C.: �,��`'" �v) r`1"t 5ttt)r�•T .. xy rr,'4 t)-} t�th Nt�tT nr,.:.i t� .,•s t i < .'•n I{ frti t f, ,1, .7 r e� sfh ,lr�y�Y CITY OF JEFFERSON REVISED ITEMIZED BID FORM MADISON ` STREET IMPROVEMENTS =' ATCHISON TO REX WHITTON EXPRESSWAY ITEM APPROX UNIT NO. ITEM DESCRIPTION UNIT (QUANTITY PRICE AMOUNT 74.0 FEED POINT/CONTROL CNTR. EA 1 m Z1C10 co W/CONC FOUNDATION & PHOTO- ELECTRIC CONTROL ' . 75.0 JUNCTION BOX f� f 1' EA 2_ G•S0. At 76.02" SCHEDULE 40 PVC CONDUIT LF 1790 I/ co o CD WITH PULL CABLE 77.0 TRENCHING FOR LIGHTING CONDUIT LF 1630 -j� �,e� - �: .-r Via• SUBTOTAL, SECTION 3 SECTION 4, STREET TREES ry, i � r. {' 78.0 BLOODGOOD LONDON PLANE TREE EA 9 r?.�0• a) :7-5:22. CO 79.0 SHADEMASTER HONEYLOCUST TREE EA 4 -�,?O, 60 C " 80.0 TREE GRATE ASSEMBLY EA 20 �50•CC? � , G'C�'. CC' SUBTOTAL, SECTION 4 Z6, 611510 cC $: SECTION 5, SANITARY SEWER { 81.0 8" PVC SANITARY SEWER PIPE LF 709 l(� ?C' '7. G. ;C : FA (IN PLACE) ' ys 82.010" PVC SANITARY SEWER PIPE LF 221 x.3'-2!' ��/ 7• -%�' (IN PLACE) a F 83.012" PVC SANITARY SEWER PIPE LF 934 14, 00 1.a, ' l'C.� (IN PLACE) 84.015" PVC SANITARY SEWER PIPE LF 453 �,_ 7C .X, `-� �• ��:' (IN PLACE) 85.0 6" DUCTILE IRON PIPE LF 90 .xx+r G;,a (IN PLACE) 86.0 8" DUCTILE IRON PIPE LF 60 �` r• (IN PLACE) 87.010" DUCTILE IRON PIPE LF 35 20. V O CD $% +a'r (IN PLACE) 'TM-1t ^t �,•� �r 7 .��bt�a �• }e�u�v d i` •F tai' d 4 C a c� i a 1(x It r�' r is S „3. � its r•Jr �' .- � --"� �;�'7�' .T �,��,�y�y�t���r� 4�';S�>y}ri�` {,,o�,4�i��e4r �����'}{'4!r4) sks � .� ��r`�' �R}4�4 � zi:r,;z,�a. t"5�,T�, •d}, i�_ . �' •fI k?¢,�•Si 4��7 ��l�� Yr�b +tft5'� �`S'.,ttA5�T�2{ �}r{'j; :.�`ft� t f,r��El St "t�y.\i,�4 }t �itt' Ct'�k f. R . tjtYtif Gx» Jrs ai +�fr r ) F Sj��ki !{ ri7 � 1 f, 77 �"F�� .cCy��� �^'«•# 'h t�f f. �<L��}¢l�..hkr�tg7;q•�?t�'. r ��,r�x i1 c .� fit '�.;.�•,,e cr��' 1SLt�'�S;S}4�t d>;t•� Mr. �, ,a },�.'y' � 3•" , Jt�' k{, Yr.•t �..5 ?ri.'e�}'s��'� S. .} .,?.a, `@ A.,,, tb �r.�I s � t q i�FS 5���� y !^ 5}t�v� wG�i�i'�t`.�';t=t},{Y^ s�:.htY �, ! ♦. ti.J,�t�r,� t'!7 (( Ca..S t s 1J '1! ' S. '1C1 N 'io- Y1 a. •a '¢.ry`�itx�y�t}4'4 > v) r �s i' d x�'u�"4 ��d '{Y r}�., 7� �i• .s;r5 �d3 pp !z '�i`,t.. , {5 {.' 7 � �k { +Y r G r,.r }(fr+( 41t r'-si � a amok SYf ! tn• t a77.'.-: ts�;"` 5 .�sy � risen.{f�t 5.4, r 7 xjel '; � Yt �.. + 'I ¢ ,§ J 4vJf� ..�' �t .Y �,`�,`.•. F•;� , �. 6� ;r.�.�.��:it+s'J.6,c.:ia5.`:w'�X«nibw't"i 6$,�.�df1M�Fi .�.' .,�7i'��!t;�,��,+t�+ " �"ic�kr#i5!'*.,§rosaa�rJur:�....:....sd...�.. ............�....i.....:«:....n..,+.dnmair�itwn+.•.ti!r' �C�Yari:ui"���r ��7_. CITY OF JEFFERSON ER�70N pip `•• 3 �:i REVISED ITEMIZED BID F MADISON STREET IMPROVEMENTS ATCHISON TO REX WHITTON EXPRESSWAY ITE M NO. ITEM DESCRIPTION APPRO� UNIT �xt:6:�-�, • UNIT OUA•NTITY PRIDE AMOUNT 88.012"DUCTILE IRON PIPE LF (IN PLACE) 183 a:. 89.0 DITCH & BAGCFILL 0'-6' n�u ff �•� �"t°���1 LF ;.� � a� 560 ��� •'/, 7fr '. �'�' x:, 90.0 DITCH & BACKFIL LF DITCH & 461 q .' �' G 91.0 DI 758 82.11 DITCH IIt 10'-12' BACKFILL LF � a 123 93DITCH .0 & ®ACIKFILL 12'-14' /7 Se-) i, 7'/. Pl 94.0 DITCH & BACK.FILL 14'— `x ICJ 16 LF 704 .0 STD. `-• `�`', - '.�. ;'' ��'���`;>`��*��', . 95 4' DIA SAN MA " NHOLE 0'-6' EA 11 '/5�i,(�(� 96.0 ADD'L DEPTH M.H. OVER 6' ' EA 52.4 97 .0 STANDARD OUTSIDE DROP (0'-2') EA . . 1 98.0 EXTRA DEPTH OUTSIDE DROP ' (OVER 2') LF 6.5 99.0 SANITARY SEINER SERVICE LINKS LF } a500 %�`�,��� '� �G`• �(' 100.0 SEEDING AND MULCHING (AREA LS DISTURBED ALONG CREEK) -- SUBTOTAL, SECTION 5 SECTION 6, REINFORCED CONCRETE BOX 101.0 CLASS B CONCRETE CY 584 102.0 REINFORCING STEEL L® 62380_Q.�� � ,k• C'1� r_ 103.0 PEDESTRIAN HANDRAIL LF 64 r10 SUBTOTAL, SECTION 6 rx� '• •..� �7 5v { S� ti ''�"�312 3• .J.'4'"rr tr V •r'7i"*,',".T. x:''41°`-"' r+'!^f;.:P7'"'3 7 �=�y+„;t7h,.'ri Yw��.Plt'�' t. 5`S'�e s• •tt.x cp a '�� ;�Jt!�t i�L t k�'�,,` 'Y �5;�.+a§ir;.: 't.' .s�J,`+'r#wt,S4�scsn ty }.��r'Y dtU�'P,t•.yN'.r ,4e` 1 ' �.'�•{' ;S In'tZ hrf`42.ta ,. t n f 9 r i< 1 e S 71bt� of .� l� �,�,�.t ;�;�°r� r �A,:�•�y r^ l�t#�tr >J .5 1��.y�y�.• a�"�t. >rk x tt?t'r� -'�st, `t:$�i{� xr b"r's+vl•t �r`�M rf p�� �. tYi�� � '��j�rf A�� #'+ a s. �tcr •�'"'�' ��,° � �r{ 4'¢a �'+. � � ,���F, �sv��� r,VF}},�,�r,hw-y ,•�� ,7yr� IS } 1 ' g'g r a �a t # *i�s pC'y hlyr ti tY y 'i ti r vkj I a L ;c s k � '�, A�� gt"''t t�y: ,!rt.�s ;�!]Ci..�� .t4' ��<t + k §+ P' Y R� � e•. z. �'i r J> 7 •'P t 4 �,•�t 7• $�. .i4 �1�ii�5. }� ttR j` ( �i i F}� r '{ }1 ��ij 1M 171 l L 1 •7rySr _1�`t I�(5 t i Y'�+}�YA4 1t� Nh'it,?q. }� Tly w11i''4.S VAj<.i. Kt ijl I�'f r+'a.t L t :�:'d �` 'S J Y 1 .J�f t .� } t.l= �;• � it..f>ti i"�'t Y ,7-•(YtJ�, t+ ✓,� t i ti ,�t t J Y { f tk s•+ pp ¢�..,,.3�'}A 9j'`c• °•t t ( 'J .fr t� r ; 1 tt ri.l 1 '(tE e:Mty'1,y.,, t S . � � ,,y}�� {� h` a ',�' r1 ;•n E �I z 1'. i �.G r,;. +'i.i' f x r P.� ,.. f.c.x .�•J,otq';-�.,; "�r'd$t, (�. 4 i I t i fff��� it• e d �,t ti�'1F 1LL 7 .� � x tt 'f•t . t i ? t '.r: 1 i 1 s."�j s �t ..r... „�� "! •'U AA t tM �t h?:ry th C 9. .k ! t t `4 sn .'a � 6 •Y t§' k .� t .4 task ✓� +�.' �. Lt . t 1 t• .c� t ty� 4" {i�{+.115 a�i� a' J '� t+4',{'t,; } '�. k..� �t r' t t ��.• r' §} � �1� , •,- t' �i � i. i. �i r,��r t r.Jh�` 1' F �;' r ; •t, y�r.t';'t;y`; , ,s"' `. . �� cif }o�yys'�'t#�.vF'•.;{;. 'g, NJ ..�.� �4 `tt' �, lit�'� � Yr .., .�! .. Su. F\ Y•�fi���`3`�1F�7>�'I �'��f7`�t Kax `� ..r r tt r �7 y r 2• ;4 '( A➢ � fit: rr�� � 'id{ `�. ifr ' fs F,.,{,..r ..� ���+`�'�;d�� s���,����:��¢y g} S�Y.; i n t .d ',➢f 7 1.. 'l. +�� .:{.}'3 r d�'' 1"t'4"3 ,+. i' : 3' t tLi a� �.ac➢W�{; � �t l 5 te.., I ! Jinn trrx se+n»sa .u' -.;._. _u . j..s.is .,wbu:+}' 4 a an }}ii,i� tFri `# CITY OF JEFFERSON ,M REVISED ITEMIZED BID FORM 4' MADISON STREET IMPROVEMENTS ATCHISON TO REX WHITTON EXPRESSWAY ITEM .. 4 T = s APPROX UNIT di90• ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT r, n , . TERNATE A — AC PAVEMENT 31A REDUCE 8" ON—REINF. PCC PAVEMENT SY —6298 i 7. 0 31.210"AC PAV 8-1/2- BASE EMEN SY 6298 WITH 1 •-1/2" GRAD C SURFACE) ' TOTAL, ALTERN TE A ALTERNATE B — CH NEL IMPROVEMENTS 104.0 CLEARING GRUBBING & DEMOL ION LS 105.0 7—IN CONC. CHANNEL BOTTOM SY ' (INCL. RAMP) 2403 106.0 RETAINING WALLS(VERT. FACE) S 11571 . ��a _•.;� -/ ��':, , ,sT F 4 107.0 CONCRETE FILLET EA n 108.0 CHAIN GATE LS --- _ �> LJ 109.0 18" RCP STORM SEWER EXTEN ON LF t 110.0 36" RCP STORM SEWER EXT SION LF 1 C. CCU 111.0 ADD'L SEEDING AND MU RING I.S EA 112.0 GLASS BLOCK WINDO S h, 2 113.0 BLOCK DOOR EA 1 DSO•GO �;;;' �'�- TOTAL, LTERNATE B ;4 7,t1 � J t� �±*`;a�5�Y�. �,�y qrs°' .t.,r,,,n„'t .4•r t 1 �r t d� (�� ° �r Lt 7t:a a s 5Yx 'r { �f x i� r { tfi �I}a t t .A r� A S s7}t r t { 1h t l{{� Gt• rJA'�tj d' ys 1r �t`t,�y'!Y3� �• a 'tt S t2.t” y �1.r#e3 a"Y lt'th'F i f x•��` 1 i'xe�ix d {. -t �� � a{ .,,i°LSr�.�i$� , � �' ><tr "Pr if tyy ;;'I... 'y�'r t�'' q •.P �r 'd {`� w., �• y .f/ti, Frti.'i,t� L�'yyti+.y:r>' s .{ ✓f:y't. F i�'1. Kar. r% rf 5"' 1:. rwx > ✓' <.: a, 1 rxr;l- Ni �rt�• -3,"+`, ' �„r 4.;4Y pk e(- „ '+ �` t ty k'E f .r t (f r 4, 4,t t ,•�•.Y; P'' ,.t? �, (-•`Ll�!'�'h'r•tnr� 2 �S ,� t f J A k Y1 5 � n 4 �� !,7 lit" a ,�L ` f + G i e a Sr ?: f4 f ,,�f,,,#,{{. Cy �• y { {�,;' t,r � ' t'!;t r#r ,Mr` �''�,,.,rf�} JPa+r�'hr L � y � .� rf•r �' rt (�. i t � 3 ! , � x� v r t..r�v. q('j, rar,s N7�Y'v �i r3 .��y:,�'..� �1{, te+{'�t�tq�t`'y,E?F i S';i�r �t tr.l .t,t �.{1'y y. t �,., l f�,:.,r rt 14t. �tt`'l P•:�; (rs ,1 a a ..r,'�tE�F�t}.5,➢d��f4'{ab+4Jn�'a e'G'�+�: er f�r' ,"`., {.. y,?tr.+ 5 + 't;, • c ry!I f., r , ty� ; r�,. ➢ ai.,-�a��',,,P>'r,3 oft F� v't �`t ftr v ;�t t �1: t w',1:f� t ..5 y ✓} S r .1.. ? ni }:n-- 'r. t .YvIl � .,tx }• � L- �d;�, �3:J za' •Aa s t ' �At a t T f�`e�}t��r,�� �"'�fr,y~�ya:}}�Y•Y ,4t M1�pt:,r 4u: ,�s yr'a`?t�',,�{9 �{i�.3°l a F N �°i F,y a 4 et•"L u ck�{a x 2,.f e t- �e f �'4,��.+��r PtS sA�`(ry'Sx a�x.,`54.''t a"tJEr,+e ' $�11 t td? �!, c tF 4 ..,9k, # "S° 3xtk h.Yi 7F. �, :k..�k a. dvr bit � �44y •i �� .�' �s4 1k ' z. „axn a`rx._a'•H..7 SK5 a.y<a c s�c�(d?... r Ati;��-a,:�ed'� i;�c X�t g . CITY OF JEFFERSON u BID SUMMARY SHEET MADISON STREET IMPROVEMENTS zz ' ATCHISON TO REX WHITTON EXPRESSWAY 4 r r?� h SUBTOTAL SECTION 1, STREET AND STORM DRAINAGE SYSTEM t: SUBTOTAL SECTION 2,TRAFFIC SIGNAL SYSTEM t, SUBTOTAL SECTION S, STREET LIGHTING SYSTEM a SUBTOTAL SECTION 4, STREET TREES SUBTOTAL SECTION 5, SANITARY SEWER //U• /ry/, '5 ro SUBTOTAL SECTION 6, REINFORCED CONCRETE BOX /��D �i�i'/ CO TOTAL BASE BID TOTAL ALTERNATE A, AC PAVEMENT (� ,2. .•S�• .� TOTAL ALTERNATE B, CHANNEL IMPROVEMENTS c� GRAN® TOTAL BID, MADISON STREET IMPROVEMENTS y s�. lQ' h .x �t a � ..� p iY .t.` � ��� { � y.y'�i��.;:3#k±��w,j � r 'h; f�. ' a ��• � +. . P''Fa.R r i `P t2�1�•' t ;,�4 t a7a� t ��`•rSS+g�-1i?�hy&� ��yst�r', t'Y's�'�,'tp,'''+'t 'y,��! flw�uv' ��' F?I 'tNi ir5 IF } µ Y YJ'S 1..^': S' .. ... , :f F .. r1!}� {i9�Y ,��'� 'N�` !.Y Ill • 1 ik��S' v. ' Y�J.,f;F.�}ri?' 3�Vr`s,`�•t%r rlt�� r,s >. �L •L is u ,� its., '{..o k,r �t + f •j� as���` v ...;.;k, ir':m, {' ! t .'.r. 1r ty,l•' .tt} �'!'` ! '4 tat�i! r.;J�" .{ r'tY�•"JS }� J i°�l''C•i•];t.?.s,siN.3,. .I.a,ti'`�:s :. ^'7`L •s... ',,.?': f f �. ,f=3 Y �,r"1C art y*e4r 5'i trtt ca}/�£�,3�,t ,>l'• d z .'y .,,f}.f3`}4�.F {fir{ ?:X Fsf ,.� i`y},W S' �s+ ' e t `` .r R: t' L .p +':i L .r s.{e� :{te:.VFIC ''{• �' ' ^ti�1 ,r kJ 3. ,;•t. t:';;, + i2 ..'f 1.: GY,t�i d .1 J '.1., t „" i. itj.r i J.:� 15f..A t:•�'E 1...l�it_sh_L t$td, !r4+x, C i s2t� �4� 'ih �' ?'}� it .r<{..I`` Yi•:waa..:i1..V'y .a.;.r.�.';,L:..s us,i.EiLdS'u.,c«:cws' �' y k r't a7M^ "r t TA �� k" The undersigned hereby designates as his office to which such notice of acceptance may , be mailed, telegraphed, or delivered: m �Ft %< o Route 5, Highway "C", P.O, Box 1045 ,. 67, Jefferson City, MO 65110 it is understood and agreed that this .; g bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. }` a Bid Bond for the sum Attached hereto is of 1 5% Bond Attached Dollars c ( ashlers check), make payable to the Ctty Of Jefferson. Signature of Bidder: If an Individual s doing business as . , ''?' ✓%,i If a partnership, member of firm. Y If corporation,. J.C. Industries, Inr >. i . { by Tony Adria � a.; Title President SEAL y Business • i' ness Address of Bidder 5, Highway "C" =t; 4 Jefferson City, Missouri 65110 'r If Bidder is a corporation, supply the following information: T, State In which incorporated Missouri Name and Address of its: r President Tony Adrian Route 5, Highway "C", Jefferson City, MO k Secretary Gary Weiberg 3" ® Same as above Dante April 14, 1992 5�' xux� •5��'�, r �+AQ't'�:'•�''.,,�'�S� yw° .a.�j�Y��?�h s r t � 3'Tr:. ��� ,�' s+}i „r� q t1 '#�"CryR �t r 7t�y�P�L�?�,x .f�i}z'1.'"rs 4'.,.��t r�y,�fix•`(2\t'cia � \ .3r� {�L� ..+, `k '.r n f+,, J y �^♦ � .t �;�'��.y •� �r�..�Y���{�N4•,�,}u .��I ,s7yti�tF X.���'�,;SaKJ��. x•�„ ,V ,;rai :F `b°art }+,1+"v t ";?jytdi,+i 4t 1.s, �,� �"i?�i'} �iK,}�)i �`1°tct 'i a. lr,:"'r"�. 3,y ''tw. � �; ,i�•.�„1s''� "'('l� y "k:. .��A. ,t :; ti `a�`f$�,�G r'�P^..� t ���N:t 3 7�� p�'�t'z F .�}� s'4 s�'t�> r �4"r ;ji's,°. i�'a rP�tJk'M ;.t I F�!(• r. 17 •�.x•ti, i� t�i{ � ``t z,E-ntr< '1 r �a� �.}� �. t }r s as• .w,�>`i` .,�� +; �sa d.t�`d �. NMI V-01 l' h r l cif .°x''ta�S�YS'r��22� .''r s,.�g ': 7 �� •s , 3 ,s �, � � ! rk� bt,s�° j �� °r�e . .�. �, i -i'f.. y Agra-CO LLHAI m STATIEiIII r. �T STATE OF Missouri ti< COUNTY OF Cole } Tony Adrian ¢ — being first duly sworn, deposes and says that he is President TITLE OF PERSON SIGNING of J.C. Industries, Inc. NAME OF BIDDER Q that all statements made and facts set out In the bid for the above project are true and correct; and that the bidder (the person, firm, association, or co has not, either directly or indirectly, entered into an agreement,ation making said bid) i., collusion, or otherwise taken any action in restraint f free co pet tv®atbbddirnig in connection with such bid of any contract which result from Its ac tance. Affiant further certifies that bidder is not financiall ' terest , or financially affiliated with, any other bidder for the above projec T y Adrian, President (13►1 7 � Sworn to before me this la day':of April 19 92 NOTARY PUBLIC My commission expires` June a, 1995 i { t "t (' i:ji s?_ri pr' t. trfr JY ' �tY YsW ur l� / `i�afA�`��C � :r"1':t• `{,':.�t.- 1!r$t��{!,A.x; .5; c,.:. �� ttr .4$,.�15d4 �• tlf N AFFIDAVIT a t<'ttC't COMPLIANCE WITH PREVAILING WAGE LAW r Before me, the undersigned Notary Pubii , in and for the County of U State of personally came and appeared NAME - of the =s: POSITION {x Ptl NAME OF COMPANY "* (A corporation) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340 ' Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with W q age Determination No. 92-026-0042 issued by the Labor and industrial Relations Commission of Missouri on January 4 1992, in carrying out the contract and work in connection with ry � th the Madison Street Improvements located at Jefferson City in Cole County, Missouri, da and completed on the �€ y of 19 SIGNATURE ' Subscribed and sworn to me this day of 19 My commission expires NOTARY PUBLIC 11 IN Y < ', � F '' k�.�7 �t i�7 v �Nt;� .}7r'"'j�y r Z3� yr;`c���'��t a�f�t�i�R Ike {aN S�t�F{F{`�+"�vd �* •,� � f �Y 'f !]t t h�' .7.t4'1"tt fF.t 4 �1:..:'.�h '.t r'`'. t..7. ,i,. 5 f} `fPt.'1 .}'+ ;�f.i tf H����t! �' f.y1 1 �'P 9a Ij:'i '}�1�{;:'ff{ F4'�'."Vi'.. i. ..`'�... ) '• -17 7 A, %'q 777777777 Z K, PREVAILINNIG WAGM DETERMINAT1011" JAN 2 T IM U State Agency or Sub-Division Determinati n o. Department of Public Works 92-026-004" Location of Project Date of Issue County J;ei�ferson City Cole County LTan. 24 , 1992 Supersedes Determination No. Description of Work: Madison Street Improvements Project T' i! 92-026-0042 Determination-No. Is provided upon the request of Eugene Brumley Department of Public Works 320 East McCarty Street Jefferson City, MO 65101 In accordance with Section 290.266 RSIVIo (1986), within thirty (30) days after a certified copy of this determination has been filed with the Secretary of State as Indicated below,any person who may be affected by this determination may object by filing an objection In triplicate with the-Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City; MO 65102. 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, and to the party which requested this determination, pursuant to 8 CSR 20-5.010(1). FOR OFFICE USE ONLY fE n A a Filed With Secretary Of State: P P ik 0 • Last Date Objections May Be Filed: FEB MO 625-0149(3-87) IT NO- FIR, I .wu_k. 'j� Nl& SO pi" f�g"g! VNR VIP g 4'1'J �iA qi % 4 ' L s. i•�,Z �wrry. .•Sj. t % •,,k.{`rf` a. F ..r ,. eC ��. r tsu +` �`L g • 6 'A, P" 4 STATE OF MISSOURI DONNA M.WHITE DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS onAmw[Nr ; DIVISION OF LABOR STANDARDS DIRECTOR ''� • ea• P.O.WDX 440 JEFFERSON CITY, MISSOURI 65 102 L.TIMOTHY WILSON f •I x•. JOHN ASHCROFT aunalaeoa DIARCTOR OWNWOR ' CERTIFICATE 'f osyr, The Division of Labor Standards, having duly ascertained and considered �; a, •„ �` the applicable wage rates for and within the locality, pursuant to Sections 290.210 to 290.340, RSMo 1986, issues herein its determination (. and certifies to you as follows: , " 1. This wage determination identifies the applicable prevailing hourly rate of wages, as defined in " > Section 290.210(4), RSMo 1986. "i . `j recognizes 2. This wage determination izes that the Rk`� g � proposed public works project may involve 4y building construction and/or highway and heavy =' construction. See. 8 CSR 30-3.040. Y 3. The prevailing hourly rate of wages applicable to an individual workman is determined by the 'i type of work performed by the individual, taking f1' into consideration whether the public works construction involved is building construction N. + and/or highway and heavy construction. See, Section 290.210, RSMo 1986; 8 CSR 30-3.040. j 4. The term "building construction" is defined in 8 CSR 30-3.040(2). (A copy of this rule is attached. ) ' err f. ° F 5. The term "highway and heavy construction" is defined in 8 CSR 30-3.040(3). (A copy of this v> rule is attached..) t{r; 6. A certified copy of this wage determination will be filed immediately with the Missouri Secretary ;Y-2 of State and in the files of this department. The law provides that not less than the prevailing hourly rate of wages determined by the Division shall be paid by a contractor or subcontrac- tor. However, a higher wage rate may be lawfully paid. Seems• Section 290.270,. RSMo 1986. Should objections be filed to any portion of this determination, such objection or objections must be specific and .filed in accordance with Section 290.260 of the Missouri Prevailing Wage Law. L. TimotKy Wilson, Director Aga ' 1`• sti�FS �r'`fitt ri,x1� �'a nµ�+'t��i'st A�iii ,�A���+�� t. b� lr 1h. , .4 , S ; 1` !�(@@ 7 T��,;�ki �'•�'fij 5#C;7 ri t� 7'trt' r?!rt`I .r ..,{.n•�,��tA lkf�(>t+4 ,Yni�{��t•.u,',}7'� � t (5• ?` �R. • _ .{'r P i�sp •�� �• .1 , i a.}l14S r L�.3 F .dS' yy r� s 'v C^ I tt n `z.. . * �.I a p�',,�' �'+ nr ��: )(�`} c. � YL ? ''a�t .Y4�+•i` Y -irC""f'• 'r� k��5 �t r.3 ..ye'A�• � #7. 747'6r t ,Yt l• # ?rv' R ;3, �yR'' y i 3t4 '!nt t •}1..YYl�i l ,qi }I ,t3 p:� h .R j ..�$, ' iN It 1 ei. 3 �' � :> Stf.Y'• �. Y l ZK.Y n$� 5, k rr,i t�l ,,. '.s(, } T , r:s � y lid �,, t•v,.>{�. e +bs. }t}' �+ i t. �. r � + L,, i� ate` d� t,.'�..7� 4 (� )r ?i t d'�'�..�� f r< +'i:1' .{sr } .. St {. + { :„e xt'. �*,,r �"a. Jr'T;pa t'Y�.'�y�`�r`agr,�rk' 4�� � r'•� t J ^1f4,f;`"}:i l' fa� t:� Yr.fa•` �' r !:7{rY#. ,`C f '`, t !? r, a .y '.', t at ;7t • t. ayy4�}' l..f9 '' '>,` ts! a Y) c , ,.ryi:�. m, .• " ' ''n. ' ,,,•.. <, ?�'✓ e 4''" $,tusk. y1t i '6 "F avG c: .�-ta t? "S,�!' tS a x � + � c .n 1 .i.; i 3 4 r rt 'x,• } a� ° a tSr r .0. A CSR U-3.040 Claasiflcations of Con. (1I) Sidewalks other than those that are paartd is coanecdoa with a straat or road tatru ction Work project: P LMPOSI;: The Department Of tabor building.-raaaye t4�t sett built to eeeve a and Industrial Relations has the ' responsibility sender section 290260, (J) Parking lots connected to a building and 111 structures built as parking facilities; RSMo to dra nine theprevalling hourly (1G Retaining walla built is conjuaetion MU of u1ses to be paid to workm with a building project; vwled in avork of a similar character. Q11 Demolition of a buildia tibia rule atabGshea elassi(ications of site preparation for new buildiinnsg n�etion; r mein date I work for the department to . (� Landscaping of building sites m the �• ''' + mein determining the prevailing hourly laming of all shrubbery that is incidental to rate of avages for AWrk of a similar +` Character. and construction as defined in motion(2); �r v; (N) Wank an water and wastewater treat. (I) All public works construction, for which went plants with the feaa lime. the prevailing hourly rate of wages of workers ?c' are to be determined, shall be classified as 63) Highway and hUTy tnastMetion shall 4 either-- Mean the following: x (A) Building construction;or (A) Work is connection with roads,atr+eeU, (B) Highway and heavy construction. Pukwsys,alleys aid highways including,but not limited to,grading,paving,carbiag,signs, (2) Building construction shall mean the teaces,guard tails,bridges,lighting,mt fining Ug walls and landscaping• toUOwi .�... (A) Building structures•including modifies• (3) Work on viaducts, OvOrpasses, under. r passes, drainage projects, aqueducts, irriga• r lion, r, Protection,and,or repairs to be acrd for tion projects,flood control projects,reclama• rye' shelter, protection, comfort, eonveaiemce, tioa projects, reservoir filtration and supply s. s3ntrrtaiament or recreation,or for protection ro w : of pee le or equipment; sects,water power,duct limes,distribution { (B) VuBdingt at am ai • es, pipe lines, lacks, dikes, levees, revel• terminal buildings,freigh �buildings nd meats projects, excluding work specifically 'y otherconstruction a n defined as building construction; ; of the �'for the operation (C) Work in connection with and airport facilities: construction 0n tuamels and shales;underground (C) Stadiums, athletic fields, dressing Railroad work is its en R ' ; : roomo, bleselim and all other buildings elevated(D)(D) R railroads; �'inclurhg needed in connection with an athletic or entertainment facility; (E) Main and side sewers; (D) Entire buildings that are built above• (F) Work is connection with air'por'ts,snob ground in connection with highway,subway as runways,roads and streets,but excluding or tunnel projects, such as tool statiou or that which is listed as building constrvctioa; ; bousin for mechanical equipment; (G) Work in connection with telephone, ° gg electrical,water,oil,gas or fuel lines,m any clu ing bastion for inside a and Oag fie the other utility m eommunicatiom lines from the including bacltfiUial inside sad outside the curb>ine; baildiag. (F) Sturm and sanitary sewero inside the K Sidewalks when poured incidental to a building end to the curb}ice; tr<roet or road project; (G) Work in connection with telephone, con Parking lots not incidental to a building elsctrial,water,oil,gas m fuel lime:,m other nlftCQOa Pr0jec%and Utility or comm Westion lines inside a build. () Demolition of all buildings as part of site i119 and to the curb line; P"Parstian for any highway and hear construction as is Otherwise defined in section M ry (4 On public works contracts that involve both elassifiationa of construction as defined in sections (2) and (3) of this rule, the Department of Labor and Industrial Relations sbaU issue a determination including both of these r1assifioations. Aeth:section 290.290, RSMo (1086). Original►ule filed Aug.24,1990,effective April 29.1991. 0 ta•+�'k'r ii �,1� ir .§Y.�Sr°?Sylj:'�+.1.• t +< a4 t. t , y ;•r,• rd > s�s]f {'�TS pit rt, qa �� ti "kYr "✓ ,li�3,► ` F�tet�R� t'1 5,1' Frf�31r°c txfY' .t`;'S, p' t yy r J' isplY 's�aMx�`�-}�1r};,F •.irz3 to ,.' i t, a a �63s' .4 < ,! 'j 'F�.f " 1• ' [[d1))Y S.A�14 f 4��, ,"i` fir pW ri y�.'r 2',-'{/7.h4 ��'} r T {! 12 S�4 S 1.� Y {yy s� .r "1iffS2 t"g�t,".3 ir{1 •rP �Y,` 31 ti of lh��rJyfi t YYJ rl{: 3rr''tt f r 4 .. t ;��y4 yt t r err�C�� r 'Ty'�' � 9 1 r�} t r`}`� i 't S dF5 :�+ t�' �+:Y t {. �-> f '. f., c.t 5 �'� '`{��t�'tl, � .dq i a_ ✓ � , 7"' .';��t �"'3�.+�jn4'1 � ��'27h J } •''i z.s t:f s r: jt, S �' s `'t .1,. i .� "�rd §.t!J �.., r L .r...,:v'•: u: � t tit.a)j:�'`,•.z'.tE2i'`! �ymwit� �"'' t' �' a R yy4 $ tlT.Wb.b+.+w...��;.,_ __�', .....,� ....,.:......x,...,.;.L........ ..:.. ....,_.a.....,,.hy9.".ymsOe�7;•,,: .. ..t` .,,.x.'11) ..Y'r+.'.1Q rt,,.n r..,•,«..`�..:.,.. ,. ...�...... ...,...a i.s.,.,.. }w. }..,xst)i' � Y} *,, )) .` 6 y R O O a,•m�JO e'a 0] u M G u a Orb a !,cc -0'0 CO W O D..i .0 a o 6 O R to'r',5,`'y✓ •m•i y+i a r q..1 W tl W n t!w N u N/� vL O C O q 0 a O O.n �to h 5C9 M.O HC V w w 5n' N M m DOq h 1 to y f 1 11 11 h F�,R{t n o d: 1 •.� a a a.•• w ro a A a .-1 la ra �• M d 7�u m � ° � o1 qq �uq N aV U.2 u o M ro .1 u ,i ; N CtT {L d( 1 hC ro O aA •O•!O) u ,ro M q O.1 / m M 6 w A V U „"'~" §y. "Q� •� Zj d m �•1 •r1 Rq! C M r^Jd . a 4.11 q W N N•Oa JL W'C N K W H•r•/ iy ' t.; W. 4 cA •N .7d'••1 .Id r'i .M !Y N A U u �1.1 M a O 'O a ( R .•.V E-1 IA pN D H'O 7 00 O C C °G•$ _•ri.�`: �.tY`J;::it.. 0 to r�. v p x to vi +i O 9 A 7 H f� 11 N a C O w a N L u L A+q y O • 111���',:'/' �">;•", �"u • .1 A u H en to a ;1 t7 H rs .~1 h .M1 NFU ter n o a.+ fa X r_ to w q 11 p q u w ti •7.'N M W-00 M O N 1t O T 1 N N 4 A N S! N Ap m N O >1 •••1 N '+ Y 1,'�.i`:,':a., pp pp -N O C a O O ry A tC .O 1QNQ C 1:• •3 m N N�p tlp N q•rp0 N N r•1 G Y 7 p Y'tl W M 'q•O W'V ^M Ln N 2.j`)'•`. S� 1 t M a N rMy A W W P M'►�O•.Ci w pN.HO N .N•1 vl W ►e 'O A a O '9 p v •.7 O 1 fa #He°�f'± �:..�. �1 Y a to t)W 1 O N Y •^G • tC IL' CO p py tl Sy7 O S1 M N 19 a�7 ItJ •� 9 w i•rl N O G+� 0..1 a 6 N t0 O O o 11. 6 w 1i m a u u o .� N u,O C k•"'S O tt1 U Sa A W 1Cn�1E�. W J� ►. r V w y a w o m o u9 H N ues`• lax _ 2 . 2-3 .0 �p A w Ad .1 •o a � .1'03 [�.y"W N ip i tl L rM0 w w y' tt..t. t F+D m z2 o C i7 X. i3 o c 1 1A(O! • �Wh O Frdt1 .0.1 i O W m •11 W N N M IQ .C.• 6 x cOC F N M, uq w w w w ►m, W i , .•1 spy. o -1 V,-0 M N m a cai •Ni n �tl1 M N yp M A A N 71q m W A .+.f1 O q m a.M p L a ]L O VH7 Q U.'T. 0. m •r1 O m O O m q'O W O 00 N tl N. 7 •� V S 7 H,Z D O .4 u F.Kf .C1 v N 'tJ N • 47 O R P o to a a q N 1N. 1�A. uR awl m UO H~ u m �1.1t d.N �11 a1 L' L N u v m 7 1, 0 �i A N o 7 N.ir•i un b�1 • W}1 e1A � pNp pNE1 t7Nw $ am.aN,1 pywaa L 0M O:UR:2..7 U •ri i A-Mi � d H N a y m Om 6 u O ,tl O v m[%•N K O O'N 1f L H Q14O a IM U E N 9 N O a ro v . A Cm rO•.~M u �1 v w w p N a �O1+O' r 4. f'1' r "•�, • Jd 'J a u n y V C.-t i •O •N tt tj a 0 4M�.2 w ^I 7 r O- 4ti Ap 6x 0. v r•I.O Mu ?p�N.v1 U g O ro N M tl O tl O O R O p+i ® O L A•.1 N :1 O •�!Q U d "'iiiiii N .r'i N'[7 N P Y +++iii N q D M 1H QQ:1 fQpW{W a 11++77.WW'C tai ,!tlq� S1p. N m . G 4 . • •G w W ,� °C C 7 R m u O p O a W•• O 93 O a is ta.0 Q N ID L v N N f+f.z•ii('QO a N� ]O W ZH 1• W AM > L 0 O O O M O qq [ 02 m V). .0 P. a u v -u o'a L v 14 1 a •�,sI�1 ,;•�r I{{e'«,f..i i. : p a w 0.H 111 u .. N R1 •C on MAO a k X < q{ ca w O w w to r:t j pC OC W H H p q v 'Sr ,i I .�'y Ytf it�ubt"T�3e1 • It nrt4+">,z I (D ��fi'1 j ,+ 44 } 1' �! i� v� C,: 1•i r;g',, jay, .•2,rt'1 1 N o�I f. 7n o n CO n ID w CO CO 0 0 0 0 0 o e o o L++117 ,#�.�1��'� �'• .l v QI 5-1 M M O O rf!M M M ri M rl•-1 51 rl N ri MIN 5•'1"I n '1C' •Cy • • • • • . .1 N OO OP fa kJ+• Of•Y 1 I l O 01 C+I Vl lh tl��H O O 001A I N11 O •n N v M OOOo CI O "11 N 1 r1 r1 11 i�• '!?Y f` V1 cdtn N in tn 00% in U1 1(1 t` 00000 ,U1 O to ;IA o to N tf7 5-il!• h n n[� •.i 01 Qe Ot 01 Qe 'N M L: Cu O r4 .. h-1 N N 54 N 1•' N N N N rlM Mri V I!-V w) N in 1!1 tf1!!1 R)!10 r•i 5-i r^I N k5 111 ri P'1[b! ! 0 f Lr I1 O: C D'� p R� w W pN0000 f l+, V••'1 1iJ 10 1�0 CO-v P t-n N!tr1•"'1 o In Y1't11 001-10% v7 to U1• N h! C� O O W O?n OCI OY H.••1 r•i N G r N O)!Co. W n N O h'1`O w 5• 1^ GV1! •O r h 117!N Lm •i N N N N q a Ill U1 et. M! ;! !r ID W N O N L.'tr ' N M N M H rI M N 5•i, r1 H••1 r1.'1 14 M 5-I M M•-1 M M M M W S �U � 7• M ! I a IA f I r' C? to N x m•al a MH y �yyM � � Y1 �•�y� �r a �.+ r.P ►.r,r.�i y� t� W� �m W � � it ~ 1 �'�"� 'b-r `• , a r r' 1 r It t ��,• -i4 nr t.y'+l+.A y� •K ,r q ,le i.;ytilyt/�. a F:I. + C..',t i ! / e .z'. � r Y[ t. s c t t rt'r- �r t5nh v '•'x�'' x s```t"• �. +'t e.' x q e t'7 1 iir. I 5 r�„ ff t r ri . .. � .t.. i � :Y "}y.� e1� µt y YA tt �f �`' ��} i 'E ! � t hl f ) I.. tx: '$�• *.R�r SN Yi'y t'it�. �t���`"'tl��.G:i4TM'l jr.-� {��`�Y�4�i l�r. y} ?.rV i 1 r (•;i, } .r n �� I S �?�r; �'a� tiiS��'� ��kiFv. VNI Nt ME 11 o+',.�`�°' y»'?�jy^}}; L �'r�td�� f �r �� � � ,�} � t .i r ,l A t. .i }ilf l'.tv'2��.YG`'{.'•1,'1�RS..,. '��5^:«.�`.r ti� "ir��{',,:}c.('�t 5, gh/,{? .t.., l ti` .,5 � �i .tt `:I 'S � .t ivl.rylk ,?r .}lqS+�i�'i�,d7"+.?h,fSrk :,�!�, ••`! .'Y1 �,t'�: ,^i•z 't o j r •� > .'� t� t5<j' e�4•f:t,�• • r ' t�` �'. r , rt i L. r i `,, t ",t os � ': •3 f 'i�4r'��' if�.. .. k fi,�` " ,AWSrF4e 3':i[L`11rMV'UE•/itaLt'itl�'IINtYM1R'zKSYSC.R3'enTdY'IR6Sxi'A•'••b']�FShA�/.�YaS �i'L:%`1F?!i,,:kC�.t'A44trS+"MJ4XnM..r„......_. .. `�.'.-«�...+.+.rrlwwa,.r.,.w:wr�iw•wv»SHrMxi.3xiA9W.FFp•+`u.rwu..:..C•L"y+1ir�1aW't3it.'a:i'`•r •f x��2 Lm " Heavy Construction Rates for COLE County (g) ,. io 7 4444444Y-•`" `-xt.�';+�E,a,`�..,. • (T V� 1(7 'rr Basic Fringe Benefit Payments Crafts Hourly App•Tmg• Others Rates H & W Pen. Vac. , CARPENTERS f4 (See attached sheet for more infonmtio ) "°''`'>' s• Journeymen 18 .15 1.. 55 90 03 �� ` • r! 4 Millwrights 18 .15 1. 55 .90 . 03 i'1 )1qZ• Pile Driver Worker 18 .15 1. 55 . 90 • 03 !`3,„ks: �•• OPERATING ENGINEERS :} ,'��`•h (See attached sheet for ClassificationsJ Group 1 16 . 25 2 . 7 5 2 .85 .35 Group 11, 15 . 9 0 2 . 75 2 .e5 .35 is w,,••l..u :. Group 1II 15 . 70 2 . 75 2 . 85 .35 s Group IV ].4 . 85 2 .75 2 .85 .35 LABORERS tj. (Dee attached sheet for Classifications: jjf, General Laborers 14 .45 1. 90 1. 75 . 10 Skilled Laborers 15 . 05 1. 90 1. 75 .10 Wal i k5' TRUCK DRIVERS-TEAMSTERS 2 .2 5 2. 00 Teamsters - (See below for Rates) A�` CLASSIFICATIONS RATE CLASSIFICATIONS RATE � t Flat Tru =mingle Axle 14.58 Tank Wag-on - em le f.73 Flat Bed Trucks - Tandem Axle '14 .73 Tank Wagon - Semi.-Trailer 14.85 Station Wagons 14 . 58 Insley Wagons, Dumpsters, Half- Pickup Trucks 14 . 58 Tracks, Speedace, Euclids & '- Material Trucks - Single Axle 14 . 58 other similar equipment 14 .85 I�hterial Trucks - Tandem Axle 14 .73 A-Frame & Derrick Trucks 14 .85 Seam. and /or Pole Trailers 14 . 85 Float or Low Boy 14 .85 < Winch, Fork & Steel Trucks 14 . 85 Warehouseman 14 .48 Distributor Drivers & Operators 14 . 85 *Tireman, Oiler & Greaser fa Agitator & Transit Mix rucks 14 .74 Station Attendant on Const. Tank Wagon - Single Axle 14 . 58 **Mechanics '~ * he wage rate for Tire=, Oiler & Greaser,, Station Attendant on Construction shall be the Sam as the wage rate for the oiler in• the operating engineers schedule, except operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. **The wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in :., the operating engineers schedule, except that operating engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. t The shift pay differential - swing shift twenty-five cents (25¢) per hour, graveyard shift fifty cents (5(¢) per hour, above regular rates. OVERTIME RATE: Workmen shall be paid one & one-half (1h) times the regular rate of wages °n: or all hours worked in excess of eight (8) hours per day (if working 5-8's), or ten (10) lure per day (if working 4-10's), or forty (40) hours per week. Monday through Friday. ; all time worked on Saturday (unless Saturday is used as a• make-up day) or Sunday, one-half (1h) shall be paid. ,, 4 .. .„ .... Ing 1jt{ ,'t.� .�. � C lk��.'.: {} / y .ir11j.�' x 1I' ct .. : a v , y t t't.! u FS s 3 � ..t �t. �'�} y' t`��t f �• 'i# e,l Ys � ��'1tpT fit �� � !a . t .2}s« 7 i 1. r >. e ! x i'5c4tt �' � �, @• $t' X^-ier° 'x'�,'rYya' c��,,��it,�,l '�!.� xx � [ f a , t E 1 d •i i^ 2:. '{`iK§ � A k�{.f�ti r4.J� k. �; <a }:�,Y l�� t ;e,`'�{t �,ry,4 ys}}`F.i s� �+;�' 'y� 4�1. ' }'1•`. z t , f f t i4.; Sy Jtf t:'}.+,c . 5���,ir�w.^"rvy".•>�.', tx:e; tt •�'N',{i{r S Rtp't�s��,.lti iN'h�'+s4at,`�`,° c,;l:r, t � t?"i.� �i. t} S.ksi R, + �t , } 7 ,c try,/:. + ?. f , i xA 4�tr.;. t'.Fr.f.�t1 G*q}$�• `�' `vt a'k5 }+ M•,4 �`�,,"x y ! xq j;A t c irtF 7'r i : t ! x,F';'"r �t��yr`�t�' t • r`� •r,. �r'{�j,���Fa t i' � N,'s•i1P:}',}� ' r'.x .:r, p �`: :t. /�'.- + �, wCt•rT�+3` a`P�''3�, .} t',Lr.?;: :� •, "Y''i '�➢' i' . , ,;" " '�''`'i{ 'it b J +1's '» i. 4 .t. ! f.,1 * . tf L.¢ tf 4� 7�xlt1G tat}.. ,' i• u •7' zty.�t ;17�'�' irbir F �. � s .5; ( . ���4 ?t. ..,Lt a �t.'!`d�., f i � t .+c..'1 l k� .tt '� fk :'R, . i(:, ( ?' t �Gr:, :;zN s���x,��,��a,���'..��`w� •'�M d• r e '! {;• f r}` pft 45 CY lT"y( tY• i !,p i 'i"''. 7 • .i•�.in •-- � ,. � � - .. - �-� ilti J��A ' i?}!1#�r}F��kt���`�r•ri8�y' .��•��y�� , a p �� 4X`4V'�_.'�41' �nnx10<Y(K•,''4w._...�wrA..�a+awaw.Lwa ''\ Ayi, 1 C 1} r..'{'f}XYy��y�1 �„t. P � w.iMwdQ{?4?'e''N'C+''•W�,"`�.',^2°..�1l:§"'SCT,Yn.�,ynr...... .....a.Fl^%ia ..#.•.,fit',}M.��i1�4:.�'�'.�Y l`l,.l H F �Y"Tt, a .`/yy� ,d; No ' .. �,' .. i�!�-�i�� f tN Ttr'^��iJ„• Ti '''�'�{�1�� J•,�`'7�`.• 5�+,�'t�,f •r�'3l �k4 d�4•�� — — ,•ca.y g'��fto yea s2Y-' SY�`g•�jh"ter„��,;"t�i,'fti a'rj.'a,;s Et¢ 7rp . ..�• t, a. ' 'l•�`� 1 r ir. r.. • 7 j f l}u�d a� iELJjipti`k::' • y.ti��'�, .F� r'f E,•. iV smit sr VA, g j �>����� r ,�{ i�r,..� t� r t .�✓� � ;, i j .,i z � '.G t .ri�`� � } .l:Ji k ��s.. fi }��r��4'YI k� P:lkd s '`GX.�, n i 'k{ t. t� , rn: 5 �ei� i i �r;>'+�i'4 ti'�•N,��. p S�l D.::3'f4`�3� .yylz{`e 5 t .�f pr,j 6 t kf.i j'. } j � p �;{ r tY.,�.r 1 It ar;.i R?S'j�tarf� ���'�'�' •u�s�`. �.l+c. pA'f Y. 't!i+rx I� 'FS }�r i .. , � .''.f .i5 tki ��.l4 �Y� t fs 5"a, 4Yxe k 1�•"j'(/ q J: �itrt..r f' b! ,.;'�ti�ts.r>s. , r '..a t 4r�.}•t `,f,11 ,>`� at y ;t}�r, ""At+ .Yn '?� 1 J i .,� . '. J� r..•' s . i r-r .�i�i'YC t t � iZ�Gj4 i S=•' �Y � f +i :i y t ?� i t 4}y!t'S4.�g �{ � �5i .,. 17 r r i 7� J r+� :,yftj t .r V A yvT��t.��}s Y;�.zit ,{'.. � �•, l i� � 'rvLl ' , a 1 1 r s. ., i •<G t r. r t f ittr 1;En�� R�;�'' i "`a,t t-✓. y I. ds.0. ,r r / ..,, .. e t, , `:. .4 S •41 r xt Heavy Construction Rates for COLE Count (s) Cie r5r s +} Ott 4 4 •t m. Basic Fringe Benefit Payments 7) Crafts Hourly Rates H & W Pen. Vac. ApP•Tng. Others CARPENTERS s (See attached sheet for more infoimutio Journeymen 19.15 l.. 55 . 90 . 03 ' iy Millwrights 19.15 1. 55 . 90 . 03 ,y. Pile Driver Worker 18. 15 1. 55 . 90 . 03 ? art '. OPERATING ENGINEERS .s ;�;srt 1 (See attacked sheet for Cla. if i kf' ' ca.tionS Group I 16. 25 2. 75 2. 85 . 35 .a eta Group I i' 15. 90 2.7 5 2 . 85 . 35 Group III 15. 70 f 2.75 1 2 . 85 .35 Group IV i4 - 85 2.75 2. 85 . 35 t ° '• LABORERS { (See attached sheet for Classifications ." 14 .4 5 1.9 0 ( 1 . 75 .10k; General Laborers Skilled Laborers 15. 05 1. 90 1 . 75 . 10 is TRUCK DRIVERS-TEAMSTERS fif}, 2 .25 2 . 00 hf, n.a Teamsters - (See below for Rates) CLASSIFICATIONS RATE CLaASSrFICATIONS RATE , Flat Tru - Single Axle 14 58 Tank ng agon - can Ie 13 7 Flat Bed Trucks - Tandem Axle 14 .73 Tank W ` Station Wagons 14 .58 Insley Waag Wagons, 14.85 ons s Hal f- Pickup Trucks 14.58 Tracks, Speedace, Eucllids & Material Trucks - Single Axle 14 .58 other similar equipment 14 .85 Naterial Trucks - Tandem Axle 14.73 A-Fume & Derrick Trucks 14 .85 Semi and /or Pole Trailers 14 .85 Float or`Low Boy 14.85 �t Winch, Fork & Steel Trucks 14.85 Warehouseman 14.48 s Distributor Drivers & Operators 14.85 *Tirem n, Oiler & Greaser Agitator & Transit Mix-Trucks 14 .74 Station`Attendant on Const. ti Tank Wagon - Single Axle 14 .58 **Mechanics *7be wage rate for Tirecuan, Oiler & Greaser,. Station Attendant on Construction shall be -.the Sam as. the wage rate for the oiler in' the operating engineers schedule, except operating } engineer fringe benefits over and above any applicable teamster benefits shall be added to teamster wages. **The wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in the operating engineers schedule, except that operating engineer fringe benefits over and 5 above any applicable teamster benefits shall be added to teamster wages. The Shift pay differential - swing shift• twenty-five cents 25 ( ¢) per hour, graveyard shift ` fifty cents (50¢) per hour, above regular rates. OVERTIME DATE: Workmen shall be paid one 8 one-half (14) times the regular rate of wages ,* : ..k for all- hours worked in excess of eight (8) hours per day (if working 5-81s), or ten (10) » ' hours per day (if working 4-101s), or forty (40) hours per week. Monday through Friday. For all time worked on Saturday (unless Saturday is used as a- make-up day) or Sunday. 11�)t�` time one-half (14) shall be paid. 714-1p;y�,Y ; .�q} :1 t 5�z A �r+��t e1 tya tet #` � t• ' a WE'•`•""� S 1. h..v [ rsi: + z- rt+tk tt.lA.', t t ?rr r i s' t.p s r' S t r i e `4-i Y t•�,�4 {y,k+ '?c x 't• rya 't ' �n rl' t µt� ,5,"'��} Lt� y�s'�'t9•??.,/�k� .f`�, h td ,a.. e19 •; + `�, (' x. `��. 4{� , �,•i''4rx,y} Sarsi{h riY T S�i . * ;r t t.4 ; e. { � r�{t 5 S �"3� .� r •.�..+1' `S f.`J�t iti32,fLa ".33..: ' 'Yw r{# 5 .s at t ! s r '.t :� + .i .l !,, S ,.it ',c{t. ,`4•/ (?�E�+�.,.}, ; �.,QSf' .e^' i't,� r�' F 9 v! t ..£r f � •4 r '',¢ i i S 't,4f '.r tit (!'�itxz riM��Y.���ir'�ii j,f� ` ; .N ,r t} . � >r d;Y )�. ',✓`s47 4s l �Sv4 .y,,• ... _ 'J:, r' Ty}A kt. e rft}t�.`.4'��ly's •;'kr+e'{.. ,.��'•.. r: . . ' . ,i .t t � fa.s f b !,�. SIJ.c+i� 9 14•i G„1. P r.� #.. .. #'�T'J f .'�!:�`"�-.,.�`t. �•-•r«„. .-. ... •i .....,,�',a.,w.awu.r•i •' �63`';JI� �t}' Y t u _ •H H 1 1 1 . 1 G M O 1100CH O al `7,ar�iy�'.!;?'`3�''d e`.si•'''a 0.''�'^s.7�.S3/&,f c��9,,•t'••;�r'`<.'r`'';,�,V4'ca•`t:°::r-,;Y.r,:�•::t',j I i,y , 0 FW FN H O H+""�O V y/7 N'I I,+, Qv�M>o s, w w.'•wYq!u•w w w Cu a�r"cc YO qw!a•a Y«r�C I i o�+b.c.'1 O•�s�In w.wN v C w.0 i.L,v s.is p",►q.�1'°w u w•a�,�w ir.r a-'.i,w i O b��$•«J��Y q 0O h q¢JtiI°�.vN.,�o�Y+I~~.a•�wS°7,.ww�a I r j ie�a,i-1.°.!d~".R•,w,�►o,lq�i$.gV�b+.►i��wH•�•R y.�Y Br•..T••��„.•w>w+`Q.+^l.�r'.V M p"$^�q��Y aV v 1v p.•o$•0Y'1�tl�q�7�r�4.w O°d 1.3 rN:���y CY IH M 11"•M R'�C��»!-`N M 1�yq(Ij t J M W H V-p1.�N O 4O aH Ph.N O 1 b M�GC+w..,°N r 1 O O FW(..N 1 a«py.c�j•N lGI g.'1+T'I ta N Oo O O N.r 1 7e�~psO U.N op`p•d f�.�O�a.si'1O q�M•O.•n L�R°1Qj0 r P r 1 1•a l�y sS A ICg G QQ•a 7.•�Q a•�V J M`I 0N'/M�Ru w yu q 0 U N!i 1'OA$p p��w�1 w 1 Y°uo��•.�a SY/•Y•r�r0t►aa9.a w•?•N S N�'11 S 10 G+l•i H•�a F w O`e 1�a°Y'�A A"�•a�>'C 4 1 1 a,N C+:O•«��O••�C P w M,N po y[q�i Ma•aaM 1•�.Z y ul Q L.W 0'°(Q C[N U O�;.°l O�Owf�a NJ oH•o�1'y«(aI 1.•�tK+,.N$o•�W vrr Q.�Q I I'7•�1-�.0 a w�t N a N l E a M lrw•oa u..1���O�g C u Y d N pW-O 0 1 a�1�r w0 N U N L(O 3Y'a��aN•M J 0 r p�°1 1 N V J c Oq 09.��•1ni w tl1 a O N.N`p 1 O'�1[N.!a I p t`Dwu 9.0.w l•Y/N w b Y°•a-Y+O iD�1f1 B a�eI 4 1"q Y'v O 1 j J i O wr 1tlr..w.��w�v��!l w•w q~F.,.r Y,o Q p G u Y+W'f.0 Yy.�vC ti�1 o�Y d p0 t.'I•._�v p H_Ue6 wQ r�Yw7 g J Y►�•w-,�I"p•p�e y/.•a�O�g"S M a�sCIJ u pJ�t�Y•!y M I W�1 C�HL•I�.•rU Gp�t i eFi•l X-:•l}•.ON pp�"N 1��8�.'®.�EMy 1,.N.I�g l O''C•1 A�r g)1 r L t�y�9��.N H pp 6.q-$;mO N 8.P,6I�4���1 Q pA g Up�.J 7 1 ad+0 a G H-N'y�1�fi-�O�7 p u D Sr�q�C��i�•$�C/i•O~0�����'l K{[v 1 7•}i•I'�t 1 qCVVYo�y M�/�L]e N 1'0 N��'��6N iY y�s V yy E NJ1(-0 U a 1 7� a R�O r�N O�1�.��•C 1 N��S A M�qN~q YY}y$0.s uB_('••A�•O a,a$�a•Q�i•a arrpp•�O QQQ�V I Q v Y m 1 7 U e,�N•�7g•d N DG�.�P.KV�VV�0I�pp1�a�}n Y CE7 i 2 w{1�.1 w1.t�a��096 0.3 1 p�G 16•1�+x+p J�0 N��Og87'-.�4y••o Y�W$pV o•NaP�1 a CN I�Gl"Ip.���M p aJ 6�r i QJf09,Y 1 tM O O•M�I O��gi9 7 O�OCO�r 4 c t 10 j q•1�l�®7a•tt d a..WW.A u I i9 V.p•QVVV N J�O 1 i o 1�$E 1.1I a p V u s 1 M H$0 e O.q+0�0 Ii_TI,u a n•s O.O q�N a T M 5 N 1,.'u,�a Y.c3c��a x��pOi 1 H O O a�H 3��a+Lu�>u x I y✓'.C•1[�C g d W pQ g�~wO.p9K p PS 1 7'1-.j g N un.�N Y�O�b�.t N P�ti+{pyyV pp�'0 1V����°Y Y 1+.a A r Y'.1 d L fi4 N��.■�i b�.w�07`1 1 3 1 P C;a g 1 1 a+a OO 0�vN(�•�g�1 tN RR�r:I„y C U 4�1 •I a•r.H�a Y�u N C C U�M�N 0 N Q I+i O1 O�����.�M�g f•p�YY t•w w$wRuI q/w-•�Co•i tI w��•a u w.'r+1 S'•t.0 b•w d,c y i u•Y w�C u a e�.sa o.p D 7w•J�H.u tl�'ou.u�'��J.a„�@Mg I�j g.Of~Ga.w w.�l K N•�w p v B,i,a.j'..•Q O~V s a.•1 s�•. M u C so 1M y O M U nu o o a - OM O iH U 1 U 4) A 'N�aux a > 14 " a N 0 0 0 N a 0. n o 0 0.O O o q Ill O 1O v aJ n O y o Y p s Y OO u i G W h V O C 1 N.4 N Y 0 tp w 9 9 a �14 t/, Oq 0 a 11 H q N p O A • V H a W g i V Y rg"5p e O N 14NW-a NtP O tl 1 r1 .0 � N O Q+I b W s J aG O\0 6. N N N w N .8 +1 a O O 4 +1 1 u o 0 tT w V N u r�O pck 0 dAJ W -M a H Y G 0.0 M I I w t . +O y$4 M ' ••O�Y�o�w•iI,1 J P ��•�t#GB 1 yp(F11�F e'1r Y F.u�Y.�•�l�u Y w"1a•C•n C w � 9 1 � a''O$�~�17 14 y0C•;,x�"•�.1t-f�; t7c,£��� H�?y�kn'�a4�C�ea Q PFa+:i`C s�l}t•;3},"..r+.F!7�'F+, `�gi�i',.„1•ktr S•:}NIn2.I'tii�f_�°��'J 4};k.rfi+`;•l,w'``li.`�t.1'S i,.1�'ti.+4�i,�.`�,�;t,�l�t ti'yt t',,y'.':�'::>a.;��?-.y�EI rr k';,+:e'�r'�•(f,.l�w..}.<� a.0.,F.':;.,y 1:,..�.{_`;F`-v ie,•.,.`�.>T ,;.':.;'�A:,�:4•;I`..'t�;.u'x�rC:.4,4 .•,.,�t e •,.f�F.,'1 t::1 S; S .4 NW •OC ► �p0 w u o N A•1-N N N M1 N o O N 000 9"1 9 0 N C w"r N© N � 0 CM $4 u.i q M O-1 0 O N N U � P r o .-1 90 A q I tiO . . M 7 O O N .<uu O� vN ` a id AJ 14 54 Y .0 a 14 •• IT qN 0 w 4 OO p 4 w v S7 14 N P Opx7 G O �wOla NwND sJ OO a U• o HO � d5mH U m .• 0 I q 0 � N� o •'a o u w 0 0 At - 0,1 G 00. 0�•C1 ► I dd OT.1 U A 0 Or H O NGUMN 0 14 93 so LIC, N reOQ0 .4 A.)"0 UfJFtla N Ja Y W u L 0.No Q . G .P U NNJa 09.1-N U A. 0 a Od bO 4 N 0 +U/ Y 1 09 0 d D N iI U a O al a•j 0 G M 0 a O Oy OW am N a N 0 02 93 Op •u y O� K p 4 p u ' r•qW S w -0 4 •a N a a M N N M N RJ 0 U 13 u > Va. ' d G O o a O V0 HCp. 7N0yU HCNNU UO4b WNN O o M C �U .i0 L0 - C G 20N 1 1 NN I w O w 0 U � G CaJ IX& 14 090 'm -" N K•aUC S J! W0.Qy I U0 ' NC E a N -N O G 04+1 P.O �0 OOa u�ygMl. U 0'O CO G$W EC V N N , N N .1 C it • H 0 a p$�N O N R U 4 G NO C' O N O N+N�V 0. ' � C C6• u Y 0 O a S. M C 3a G. t� R • o .a 10,.I M 10 ax taawo N IA ."$4 tr,4 41 N W CNx aaN U - G 0990IS 14 CsG I off N U G N C0.00 NC .NaNav v G 1C 4a u�a 6 O 1. Pr. j A b ME I. H IL ^41 4 w S. O « •11 Rai .5a N N w 1 Is Ing -Big! i « A• � A Z got HMI �� N V Ild� VU o dl 4 Id � i pi l Is 0 0.9 -0 1 81'�; 1 � U: w 1 a U'.1F:.;��:'�,A�!;4f4 t�a-.iJ::•.a ..�•.i- .fS ...'`f l• r; '. �..` 's;•'':`, .'1 •� b. ? ,. ',.. 1.. ) ;.. �. r. ' + : ` ,$':r..• � 't S`� }} ta};+ Ys. �'4StY6 ;?4sf ' i/7 .. r _ (' r 3-�1. )Ir� At e[4 1�1�� e}1 f�1•},Fjl,p�pY��x+t t''. _ I .ae "`� Y 4�ka�w,'��„��.' •'��`��s�` i•:;'•,{7 �,u�i:, ,�1 1 i ..., s +<F�": 5'`. { ��3j{aily/f l4B� N" • 'r -`fie ..�i°s�t��t4 S+�r�a`rt � '� f 1\ r{i t L j 1yq} •r� i{'�i" Mn, a 4 r n t'�7tAe� 4 . t;l .. sl e..tx:'}S .c Ee+ " y} sf aI.• z. '' y �. +{!f �{ S' } k`E�.•; '`.�{ !7' ,,f,,,Y{,tFsta"t lob ;tYJI� yl v) a tu*id 5 t L�. 9 4 d� e15 t Y ...r ;'� 1+�,•z� t,r i s.x ?.:fsr�`S .�:�;rr �lfc. t+ .,,f,r.,.tS. t`tH,..�"i BEFORE THE I � t DEpART4ENT OF IA.BOR AMID lbMU:TRJ1L PJUATIONS i DIVISION OF LABOR STArIDMS _- Jefferson City, Missouri `t { FEB 31992 1 , r. RE: Wage Determination No: 92r026r0042 Project: Madison Street Improvements Project City of Jefferson City, County of Cole MDIFICATION TO WPGE DErEMIATION N0.92 -0260_042. ' '• �� The following change is necessary due to information received after the u original determination which was issued on Jan, 24 , 1992 . ,r k. IT IS THEREFORE ORDERED: r r; That the above nunbered wage determination is hereby modified to add the Outside Electricians Ca mrical Rate for Cole County. "+ The balance of said wage determination shall remain in full force and effect except as herein modified. Given at Jefferson City, Missouri, this 31st day of Jan. , 1992 . g By direction of the Division of Labor Standards of Missouri. • fl Boec}man Assistant Director (SEAL) ULE " "1 31 1892 t� iE6AL'OMY OF STATE t YsY U � F L .� ' x t.* 4tb k Q4 . 't a.(�,t ,, {j g �"'I. ,)�' s•+.t?y:`�{��'Y{��'"��`5f 'jam(.Sy'��Ff(y`� ?�� yQ €� 1 q!M1 S. �t� �! T. S4 x'�= t`V .�LJ,�+�It. 1 7�'S riF�i13.��yWffR•'S�7.�F �J���� k J s;'..-- 1�,nai.` '` S}S ,�`•..'hk ���;��������1�.s�•�"j�'�`��,�,7$sj ''1{ f°t�a r� �d 5 . �} tt rjr.{� �, yr rt y�t � •�y �t`�r t .,�'" �2 +t �1i ,�J ,�f si :, 4. J.z' �+r�r t• E �t4 5 ��' �� +S� k A � S„.,.� z. .. ,) 'YYl•FL #r 3,�xf��.� f i�'a r�� '.+,�! � ?� . tK � ! 'L,1 f it.� `!i� ,�1 '`z” 7 . g � �kt 2k`) qk f: �I�i. •. `eY 7 f 7. s ..,1� ..: X,�!. ... P ., I...1,+'�7 -� 4. `u `1 J �1 '"�... k fi.U�i;re. _ _. ,.��..�_�--_—..—_. - •.sip •__r",• !. i::_faY:.,.r„ 7' ........... S OUTSIDE ELECTRICIANS Commercial Work FRINGE BENEFITS RATE CLASSIFICATIONS ,journeyman Lineman or $1.75 ;ournt Health welfare $1.9.49 Cable Splicer. . . . . . . ... • . Vac. Rol. j2hi of Grossl 1.7.44 *Groundm 5 an Equipment Operator. . . . . . . .an-Winch Driver. . 00*040000 14.34 Earnings'. of Groundm " 00 13.81 Retirement Fund - 2-e **Groundman-Driver• se • • ooeoesoo • oo - Earnings. Gross 1st six months. - - o - o . . . o 11.11 Groundman: - 3/4 of 1% -Of next twelve months. - o • • - 11.51 �ppr. Tngo Go 12.70 Gross Earnings. next twelve months. . . . 13.Bl- Nat,l Elec. Ben. Fd 3% 1�v, ThereafterooV, 66600066600 Earnings ly�, of Gross- E :ype equipment cranes. *Shall operate crawler-type **Shall start, stop & service air compressors.***When groundman perform duties receive a wage com- as a blaster they shall parable to the 4th step apprent ice rateo n hours withi work day, forty constitute a 11 constitute the w OVERTIME RATE: Eight hours shall const --sha ork week --Monday through Friday inclusive ' shall be paid .t five days igh Friday, e 9th and loth hour, Monday thrbi Work performed Work performed in the e rate of payo WI the regular straight tin -halt holidays shall at time & one Saturdays# Sundays and recognized j,". outside of these hours and on be paid for at the rate of dou ble (2) time. 4 rid Nrs (1ir5� .......... 0 0 .0 "N p.r� L L �.e aYi � '. •tt Mi g+�(�9,�F1. 'LL .-LA •, cxt:S.tiz+s++.w„+�- :.w..::w.v.ua.b,�t s>t�&k�4PSS;'�P 'i'. t k.' CONSTRUCTI®1\T CONTRACT S' THIS CONTRACT, made and entered into this day of. Gt by and between J.C. Industries, Inc. hereinafter called "Contractor", the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City". '3 WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies f t; and for constructing the following City improvements: Madison Shat-e®t Improvements. NOW THEREFORE, the parties to this contract agree to the following: u w 1. Manner and time for Coranletiom The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessaryt,w 'x to perform, and to perform, said work at Contractor's own expense in accordance with ,a the contract documents and any applicable City ordinances and state and federal laws, within One Hundred Twenty 20 Y ( ) working days from the date Contractor is O ordered to proceed, which order shall be issued by the Director of Public Works within ten (10) days after the date of this contract. 2. afta Wages. All labor utilized in the construction of th ��`�"`�`{;•�;��';`� aforementioned e tioned improvements shall be paid a wage of no less than g 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 Special Wage Determination No. 92-026-0042 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 ` f<, record shall show the actual wages paid to the workmen in connection with the work ' y ' to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section ; 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 5 3. Insurance. Contractor shall procure and maintain at its own expense durin the life of this contract: g r (a) Workmen's Cornnensation Insurance for all of its employees o . engaged in work under this contract, to be +-..m;+ ,i..j 777 a 'S N t a . ���'�.���'�dY ty�;�'1 t{i���t( p ' 'l. It 5 5 'ry 'ix s fr 7y+�,`,�t}•�vx ' !' �A, ,{ . ) r �` } h. I� A{`t7t,'`'�'.x 4. _af 3 y.t 7r C n �.•tf '� F}� sl blr£ t r�az r'ti iyr 7� .>.{ X74 Z r. ..t - } i4SY i• r l�,r-5�. -{..j 5 t4,;i .?,} d�� ,tr���"zi c { `' i. ! r. { ..y. ,. ,qtr° } .t.r f rr��7, .1. t r 7 .:✓",y��",,'�, -t5 l '1 'S , .r1; i +l•�' � 2 �:*1'{j,��yd ��t} }' SKY 7 ;' �e.�liiOwlrsa.�n11lQ.�n ' •� K.o�l6LM�AtaIMFMi�f�!!!�"---- , 3su v R� ELF Sr Yana r?rI r .r f 4 777'77 � $ �xt r t•3>r��-�y{%si t* !R t '! r� ., '`i e s. ,9i., a� y t :,wi.if i3 :ip}t3 r•ar�` � ht tm"'{� v�f - s is t ii v r, r . r .} J! S , �a-+ 1 . 7 .y fp�y `• ti �� +!'t�FF� ,*rJ�rir35t'M*'x.:+>�. I�yX�t n ;��~x tr ��.. r \ , r t•�.. ,:; , r r�r r�r17�:a� s tt�•�� rs�.k�^�k Ya �y{}� Ca,S.�{�i,.yFi� ttt yr�,d *:s" Vf r t r i ' 'r. .' + .. o- � `, � ti, r�zr �j ri f�• I'Y v.�`�{�.''#.S.{X. �^r k i? Y. r c f is ; / '-'.`.•`."+.�, 7 1 1 t i '1 ,a� ,x i i r 3..FZ � t 'irsW7WM4hWtlfrtltx45.i9 ., r r •S'15'#:. .i. .1r. ,i -NSflvr`.�S�R� .u..w...w..i�rRxx - ..s}L ' 'r (b) Contractor's Public Liability Insurance in an amount not less than $1,000,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $1,000,000 for s all claims arising out of a single accident or occurrence and $100 000 for an one g g Y �,. ,. person in a single accident or occurrence. (c) .Automobile Liability Insurance in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 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 of Jefferson as the insured, in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed n y14 by the provisions of the Missouri Workmen's Compensation Law, Chapter 287,gZSMo. `j"'• 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. Scope of Insurance and Special Hazard. The insurance required under !' Sub-paragraphs (b)and(c)hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by ' anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. x NOTE: Paragraph (f) is construed to require the procurement of Contractor's KyY protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the ro ect P � , unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against 4 claims arising from operations by anyone directly or indirectly employed by the Contractor. s�N, 4. Contractor's_raetor s IiegE!onsibilily 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 setforth, insofar o y i �a •� j � 't rt, :,; '4'c i� ,r r x 1f`+""rf„"� � rt�r 4 ..:1' {, .y. "�'• k+ s�'�.,�a�rkSyyy�`a��� 1#,,�,�vf:)1 �t'''',��rt>7"SWi4y'` BJ++t yt Inri;lt, �u'iYr'p+�<.��t��� bk3: r��: .R` a:•P h L 1, ,r�L `! ->'i�lMTI'17 e+l(' Y 4}fit. H 1¢."tt t l">5e.}1 }t '�•! �l# i, h. r Yf� ✓ ; 7 t �H�# < y � fl S t TI1 + 1S5 �4q YZ�H43. •TtT! 64 � ,�. ,r ss;;`rsrsr��1';<` }i#d ` '�,o�,���{f��nt'``YZ ,,.r } . r ` xq a- r�{' , e P?:.�1�Y-�r �� t r n �f}•y�r,;,�+ t�: , 'k9Y'd>,.a'r., Yt`p0. p v+ry 71 t t#,^!'�rr t,{fy �� tt' y..�t7x'� _#+ '�3r { t" �y � Ts(��,,•tN�t f�N 'KSsx: } k' } t, ri 't w• i � t♦ .r i � t' "s t r 7 �`�r tT� � t {{,, ! f�.�^ t•a'e � 2 K:'ty "S^".is i � ri rr Vj-„Q M.;" A`.Y x #. t' p -r'k�� ;t r ix44r'tiNf?C�iM ;t�,�s,�r��FS s ..z-"t,5,ijr. •:�{,.`.£�,C ''yTV,�Nxk s�?.� _�S-,.: � t v—:i£.� ��t V.'!+.: r t r;fi:, :i .r3 r r j + a i t�'r' f• "f 'i.jr.a''�a 1. t�l{ { a } 'r'��4���w.�i,.t'r£'})j���,�.3�'���' - ' r G S t� '�, `:,.t,lr�f i . .T .' ,:,. _ •�,Sr' t tt t'..t.:.. .. rJ k .+.;�} .st 1,:��x�i Fb7� ,. r�, r} r �s IS S�P,g 8 r M t ri t tlti}iii 4Sft .� v �t N st :f v S a {t . {' .-r J � , ':. � ' ..:: .. •• :. ' N t rrY ={ �".'�.':i? '{ f. �p .`,A7.a>�$i�.��7`�i9�CrL!'�ia�ln•*rov l�.. i,....w.:w:.an.•xadwnrv/�t�+.�'VAEJ?4�}k.�''�• 'Z• i t.. 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 7� under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. S. Lipuidated Dam ales. The Director of Public Works may deduct $1,200.00 ' from any amount otherwise due under this contract for every day 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 " I J fails to complete the work by such time, as long as the City does not terminate the , right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated dama es because of delays in the completion of the work du® R; g g Y P to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. r 6. Ter�atiom The City reserves the right to terminate this contract by giving x. at least five (6) days prior written notice to the Contractor, without prejudice to any '.. n 3 other rights or remedies of the City should the 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 an of its property, or if FF Y F P Y� 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 �t contract, or persistently disregard instructions of the City or fail to observe or .: perform any provisions of the contract. 7. City's MOM to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to 3• t 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. Indenudtd. The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any � injuries or damages received or sustained by any person or persons, or their property, by Contractor,its servants, agents or subcontractors in the construction of said work, or by any negligence or carelessness in the performance of the same, or on account of any act or omission of Contractor, its servants, agents, or subcontractors, or arising out of the award of this contract to Contractor. r t ( 4 �r:t c Ij rJ ti�' t3< r�! r y u t s,`"i3:'-r.tw ' az l �l "S '�'r�t Y s S'�I ~�cs'�z.�•c n �7"*sv� ��'}d, E ' a}'^1�t yy�L M.3[y�. ,,+-r }2 a } t r F a f5 t:x•�,�aK'Xt`(�1y frk.� Yl x yg Cf SL< t N,� x...ui' Fi��mt��t-r,�-�St �' Krc yt3,,LLr2 at r•. �h +"' .-Y+u t ➢d r•��,�.5,+'. Pt< y4`` 5 cat t *�'„th4 • i R t` ' .,. e y� r�t e3,`r tu.S f• -na {, t ��r .iYyJ '1 —{ MJ`f(Y.. t 'c.'k' "-E. v '•tT [r '4°�,n f; }.'SC j'Y }r. Y.y '}Y r}•° dJ.:c.. 1 t . 7t• �hgt" i -P u- �� t2?uiti�yh u�3J� �„ +1"•�Sh1 r. J . ¢ ;�. r}� �St�'r t+S .i i424it•F^,�,' X s s rt 1++Ir f.,'t ft r y'v, i t �; ���1�•" g.,g x Ui; J v€ i1 tp r 1 11.y; f �. 2 3 (:. s/ T t' ,, �` Y f s'• v !'�'1�,t*y '�T t• Si. R 1� �i_ .�,;,.,: k ..,iiF t : r : j t :T:..N•r Y. a a . &3;�± yJ. �c w,�,� �:,r,.t,rr:,. .3',.. } r t a' :.xf 3 r. .r. 'r •,�t ' ,y.. ( .:lx{ 1 I 1'A f .s.ls s .1 fi eY t ' '.iwr 'Vrr t �,i'.qG.thr�r 4th LTe"Y J:. 'L 1 j ry,r +7 �{t:".k C-* 1 •:;,.5 '� r i' tL" t U r!:t L tS ", 'S.� "'i `C"`S,N. J ttz.• v'f 1.r �: ,T� 1• C'3 �" s 'i.. - .,.. R �. ,, `. t5, .3 �+,Y; i Ss�vk �l i� �.v *•� 1 z'. .... A _.rte_- _ .. ...� \ •_ �.•_ .�.-.._ � _ _. a... .��. i.._�vNeMrn�.yt.L..��(�IS?'2v:�F gg! 74� kjF}3'!}„a%'?iC 'f#•2� r`.u•Xt •t '':}`'" d�s �f Y'. p.��F i:iF / r_1: >�,., eta•. .`d,r»t;cvt. /, rn',?'a.` 4 k, 2, ..{=:hwv—•..... / ;h s 9. PayMent for ]Labor and Materials. The Contractor agrees and binds itself �x ' Ft to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City x z a bond to insure the payment of all materials and labor used in the performance of this contract. " 10. Sullies. 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 1986 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 11. .pMlnt. The City hereby agrees to pay the Contractor the work donefi .' _ pursuant to this contract according to the payment schedule set forth in the Contract ' Documents upon acceptance of said work by the Director of Public Works and in % !r ' accordance with the rates and/or amounts stated in the base bid of Contractor dated April 14, 1992 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 Three Hundred Ninety Three Thousand One Hundred Seventy Six and 90/100x ` ($1,393,176.90).OWN 0. 12. Contract Documents. The contract documents shall consist of the following: r : 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 4 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 ..3 if attached hereto or repeated herein. '+ 13. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground c 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 mail addressed to the Director of Public Works, City of Jefferson, 320 East McCarty, ' Jefferson City, Missouri 65101, and Contractor at Route 5, Highway C, P.O. Box 104567, Jefferson City, Missouri 65110. The date of delivery of any notice shall be the second full day after the day of its mailing. { •. ?,_ .: t`y Y'�. 'fir_ }}�� `s �r� r# Ti i1'r y r' 4,. :t .. {} .{ 1pf y, :Y1 , ..� 4�i iAk „�f11 �t�¢.,�`xy{{; r i'k vi}}.,y c.t�' ''r' ') h r }a { r t t.r L}.ttit`r '.PZ t4J.9�: r.,'�t��}• l#S r i t� •t t�%k�.d! D F�"•i ` ` , x ^r.} d p�;:`•r �,t, }ly it •� a ,.1 ,:�'arr',jl'}rP..f..'s.,#:x 41-r"" ../.) it,.it\w•:ts'a'. o ,�4�"r F1 •,Nr' ' . �^� x1 t. f t':� '�{ t. Y) , .... f z71r`a .ff 4.r x.Xr at� �+.�wyy.,, +'fi• •t 1i"d�, 'v is+.,''•}" 'i�• •�':'."'; w' ..Jr # ...L j' 2 d''`�" / r L ) r �`T ,1- e r.i )' 7•k r �r}{ ?„ir , �{[°,{:' ° .y. .'S�"� 11., .vTrs�itl• i��t..l i a s# `x. �y t, .r.1� t'it s t:, � = S �f�d 1. d�'J i. t' ,,�.,wr', �1, . t;;.i. ) +;�'[ ¢�}:� '!'r. i�'.i'± .@ i ,v }' i t+ } f •< F vF ..i+:' „...2asV''1 i.�,t,t,i.t x,F:��;.. *���': c. ���;r�''F. tir .n'v�'y`t,,. '�: t. ti .. +. ..' .f• .�. :'!t ,�, A 1:'�'�}?;v`�.;s�,��''f �� �k �43 w. y S�A1 ..,.f .,.§,, P' ,•r F � ,> ':. „ t >;•a. f {, ' r i S,,.wp• ..k �ar�� tPlti : l s" • . 1 L 1 • • 1 • �; ' t,,,,S`,,'a-, 1, .} �.'f�,.�7�.�r Vii'• � 1 �..r�; • r4ur,�y�``�,, fir. 'G rtf"' {•'Y�•v� y L • A&L ;•1 F iS:R) $ ; 1 t•i;;$r1 f t' r •` .. r 4 �J Ya[' r .�• �� " }" tS ,t, ','',• 4�, t t i � I1� ..t ii'r,.$/y �m "��Fir°7.u.�(♦�«t. i. .�,•,_t. i ',ts'. �iFg.,•;•�.,':t R�,''�f�s.C: •+» rG,. ,= n: .Y .rP '� , ;,} "It J'. a.,. c ti R.�Y�. `�°�",51•< ,t� r r:,b$z trk•, �',y , fib a�nt`�'�•�°, �...• ,x`�.u,�,.s�'��„7, ,.t��':r�:.s s. .y ; �„,'' rc�';,'�• t.. ! i+ :. .4 f•;J TC,.. ;ef�Y=i"•i.,+l .s ,. ...tpn,•t P.�. ;4 , (g q� r .,rc. .,o,,.,,i<' •: f'.•'' ., ii:nr>f,<;r.•,ia:(!.2; ',3' »'�`.rt ..•il Y?"^3:. .,;., r }4�}�u, .,�13, %3>• ,a, . k k ,.I J rri r ..r.,.' ,t «+`i Y"1l,oA' r :3...:S Y ;zp":y i.; / S .1 ':i. . i 4 r" .I ..d }4J! "2r•.�,r. n .`J�t>.�,�`J?..•..,. f•.°b' ! �ih' R'r� •"� 1�',•{:}k''y^..Gl tt 2 ,f !3J• 4 ,:A 4 A �3„� ii: i t`�,{. to .:�' _ !.: ! .•+�, .sx.t�;?.lx.{:t idi'1. },Y,�i�`'t3,..} 'Ts,2%�t??!}�h, �' >. �g'','b�- y�''�'E6�r x1.Gek; '. J I. ,e'y�yi�Sdt i"�,x�3!' .1•.,.�,r{��?kz.A ,5 .r+'1:14 t ��.da'+2'y' .9�'i�• lm 7.r- �y�art;•.{, .tY! .} .>r .t 't l;� r .7..+, :,f� •!., 'i !i '��^�,�•,t•ra �i A,,, ,,'h �J,y r,2''+k„a� x• � i •�`'�, �`y x:..��;t'.S:`3t r�v rta '°t l�';'/17.},1�5 4 , �,r. 1. t { U ,'t). r;:*J�2 t..j 'r*H}t�,�`��1 yg v.r,,�� i .f.'Ci> ..a�• 4 'f w`lY :�;1'Aat r�fr•�i,� �'IF.. r i �r .. ,t �.;t x .,�•q � +L�;,>,`rJr p},.:<<;rr'+ x�. {'L�4rah}�s�, i�.�1� ,'��•`� :X:. S '�,.:.l,,iK AJ. �'.:r'J,.s�'.s.s:' ; r r i, '�: 3�y < 1 ,. t, d :a k �,;r '�� ?�7• ��`,���•�� �` • t°' t� � .�t;�• :d"TS:`S,S a��' q}z,. t t'.y. J �` +�K .f `\ .,r- � � .xzt } }��' ut"# �:,l��js .i'jt�{�: ><° w� kJ, a .,, •'aG.t x�r;_p z;• �'$',r,+ttx.fj;,..k.aa, t ° J I ,�,y n ,� r{-. � t�'�t $ � ''�:;7y'++• %��r•.Ct,:trry���• r��:i �+, ;r r,Sti�} � �,:�. ��'ta`�;, j„v :��� � .t7 r t . ,,. ! l,� ? .r •y�C �� '�,+�+'�y''r, x!�y� •�h^^ �k+� `i`f°� 't �`� � � ^.Jti� .,,�r�',�l��g�{>:'� ,I',,�^+ �' x�7', t t .o. •�,p l :�t t '•t,t f t ;/lY ) _.1! (.b�•�y �!»� t:�l5 r�)���•tF i�'� �F,�`•a$ �.� S�. Frr •� r '.G �!i 4,�J,,:.. �I''�1 7 t�u4 , ,t, al r } lit -v,., ••,i.rur fr� �`rtlr . .f'rusr,'.Zy�?,�a`}r�kl,r��j�s i�, } .. �r. ��� 4 � 't. �� il1,,i�."`�:i�s{•y s,,U.j..,I., c ` .Jar`•,! � �'` r ! � ;.��?. �k' ,,.....,,33 f ''t 7r •i ° t4k+b r ty NMI �7„`k a >s6r?♦yl�'f���kY.S "'�.Y'� 4' .�,�g � • rt `a ) �T3iro'"^5y�,a\xrx+ .�pp�.I.11� f� .r! :uA• ?� `; � �r : � a i r f,, •3 I �t.a r T ti a dst a. owl 0111i W { pyt r`Nr�ur. iii p+}a,a t ' OU r, t . a M.v.quC�+Yt. kC�tfirF`- t.�, fit. v :I .�• ......�,nww...nry l.crhn-MN�4fF+a-Wnc+ikDF�n r ;� ��'.`�`}:r'_.Ars,++u5ar�•w.,«,+.,......�._ ... ....:✓e.,n�u�.sie: `. i! y �,'�'t. ISSUE DATE (MM/DD/YY) �Y ACORD CERTIFICATE OF INSURANCE 04/27/92 - u ......................«.-........_._...__.....__..........................----- •-------------­--------------- sais.ik k . ...a ,1,Sk^1t 1 + i RL9UCER THiS CERTIFICATE iS ISSUED AS A HATTER OF INFORMATION ONLY AND CONFERS FF , NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER. THE COVERAGE AFFORDED BY THE POLICIES BELOW. s Jl IL ter-Dent & CoR�ny -^--_..--- -----------°---------------•---------------------•-._.----------- ' y �, ,COMPANIES AFFORDING COVERAGE Wit 101 Econ4 i!cCorty St. ---------------------------------------- --------------------------------------- -------- --._.-------^---- a� '.rzr ! xfi P.O. Bolt 1046 COMPANY _ •�` ,`F.:, Jofforson City, HO 65102 LET _ TER A MARYLAND CASUALTY COMPANY 314-634-2122 -•-•---•----•--- Ar i 4. COMPANY----•-----•------•---------------------------------- �� .. �•-`,� ,t;��I:.• ................................ ------------- LETTER B EMPLOYERS OF WAUSAU r,.f<'f•,< <5 `- INSURED ?y ids COMPANY ti LETTER C HARTFORD INSURANCE COMPANY J. C. INDUSTRIES, INC. ------------------------------------------------------------------------------ rc. P Q. BOX 104567 COMPANY `hr.}; ,•;t' .. ;`• D e` JEFFERSON CITY, NO 65110 LETTER D --------------------------- COMPANY Iytvt4 - LETTER E " -------------------- -----------------------------^----------------------------------------------- COVERAGES THIS iS 70 CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD + INDICATED, NOTWITHSTANDING ANY REQUIREMENT, T'?RM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS X CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE !_ + TERMS, EXCLUSiONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ns' ------------------------------------- -__ ------------------------•___•_•-------_--_--__•----------_,._.__»•--_•_-__-•-_ F ;sy.;�s,�s. CO POLICY EFFECTIVE POLICY EXPIRATION d� �} ,r e' TR) TYPE OF INSURANCE I POLICY NUMBER I DATE (MM/DD/YY)I DATE (MM/DD/YY) I ALL -----S -- THOUSANDS ---- KrpP y`� +-------- -------•000 ----------+--•_-_--_------•_-'f-_-_-.....-------+------------ -t•y;<',(.s --+------------•--- A GENERAL LIABILITY EP86760213 07/01/91 07/01/92 GENERAL AGGREGATE $1,000 [X] COMMERCIAL GENERAL LIABILITY PROD COMP/ORS AGGR $1, CLAIMS MADE IX] OCCURRENCE PERSONAL & ADV INJURY $1,000 EACH OCCURRENCE $1'000 °, ksP¢x;=.�gf'2;:` [ ] OWNER'S & CONTRACTORS PROTECT 50 "`"''"=t` FIRE DAMAGE(ONE FIRE) S r [X] PER PROJECT ENDORSEMENT MEDICAL EXP(1 PERSON) 5 5 [X] INCLUDES EX/COLL/UNDGRND -+--------------------------------- �.v AUTOMOBILE LIABILITY EC85760221 07/01/91 07/01/92 CSL $1,000 [X] ANY AUTO BODILY INJURY [X] ALL OWNED AUTOS '' }^ (PER PERSON) S(PER ACCIDENT) $ P�'". [X] SCHEDULED AUTOS BODILY INJURY [X] HIRED AUTOS �' '`� � �` OWNED AUTOS [X] NON- +�:�•s`';.�°fie PROPERTY GE LIABILITY [ ] GARAGE $ ; DAMAGE ,� ,•�z [ ] ----------+----------------+-----------------+---------------------------------- ------ ------------------------- A EXCESS LIABILITY UBA69166164 07/01191 07/01/92 EACH OCCURRENCE I AGGREGATE ��'., . 5• i I I I S 5,000 $ 5,000 L if I[X] [ ] OTHER THAN UMBRELLA FORM --+---------------------------------+-- - -- ^+----------------+- +- STATUTORY B WORKERSt COMPENSATION 0712-00-054635 07/01/91 07/01/92 $100,000 (EACH ACCIDENT) $500,000 (DISEASE POL) ;¢ AND+: EMPLOYERS LIABILITY $100,000 (DISEASE EACH EMP) 3' ---------------------------------------------------}---------------------------------- 'a):> _ -•}----------_-•--------------------+-• c C OTHER Frr 84 MS NS2038 07/01/91 07/01/92 $300,000 AT ANY ONE SITE INSTALLATION FLOATER $300,000 PER OCCURRENCE S 20,000 PROPERTY IN TRANSIT a, $ 25,000 TEMPORARY STORAGE ' ------------------------------------------------ ---------- -DESCRIPTION OF.OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS JOB; MADISON STREET IMPROVEMENTS i UMBRELLA FOLLOWS UNDERLYING FORM ____________________________________ CERTIFICATE HOLDER----------------- •--------------------CANCELLATION ----------- ±'. ------------- d SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Xa THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR CITY OF JEFFERSON, MISSOURI TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED t'• DEPARTMENT OF PUBLIC WORKS TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO O E MCCARTY STREET OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS 'FERSON CITY, NO 65101 AGENTS OR REPRESENTATIVES. " AU M-0j.-u REPRESENTATi E + ACORD 25-S (11/85) _.. ............................... ..............................................................� 'Via.=. IY �� .,rti t. �✓r s ,t. jj R,'s tt5i`t�r z4 ,rtiif}2 W �t{.hrry�•�t1t;1tC E.t�`f.GFs qtr C vy +.Lk t� } v r�.� s ! t +lY r iy 1 `},s .cY '�Al ''• 1A Tttyit-nv i ,.1z .it, "ray l,nt'rf s''Y t r` ..J .17 t t: � °i1 4. +f ''- + rt�'i ' 1 P -h j •? "� {i t l � d ,}i. :r S , k y f ,{ }':e ()F t��'a'ft`'� �, t• `7'y"ytl����y7cry?itt.¢`i P j �.,. 'vY s s �+' 1y �,�,.`:ax„r. M+ w�•^�, .r �yfiair �1 t �.tF �k �vt r {Y ?I .j' ��.�' •t 1 t 1 C i'ptF4 4aR :" < kkb'��;: t.Ut '.l v, i� ....�L?r1: +..•. r ^S"s s !S ,'1 f 1111555 si .'Y"W AA HE 4.S. , t raa b.wa.uBYkl x, ♦ :. Ir�H�¢'�4� .7� �tr,.... �_... t ACORD INSURANCE BINDER ISSUE DATE (MM/DD/YY) T _. . _ (14/2............. r r, ( £� - THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT.TO•THE-CONDITIONS-SHOWN•ON THE-REVEJISE-SIDE OF-THIS FORM. ............................... ..................................................... t .} PRODUCER COMPANY-rMARYLAND-CASUALTY- [ BINDER NO. { tb Winter-Dent & Company EFFECTIVE r= ;„ 101 Eest McCarty St. DATE EXPIRATION TIME <' P.O. Box 1046 _ DATE TIME Jefferson City, No 65102 ------- ----------------------------------- 4 0 / / 2 � [X] 12:01 AN 314-63 -2122 g #s <T , -----01----- [X] AM 5/05/9 -...----------,.,... CODE SUB-CODE -------.-5.4----- [ ] PM t ] Noon THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED -----"- COMPANY PER EXPIRING POLICY NO.: INSURED -------------------------- $ DESCRIPTION OF OPERATION/VEHICLES/PROPERTY (INCLUDING LOCATION) NAMED INSURED CITY OF JEFFERSON t, p320 E MCCARTY STREET JEFFERSON CITY, MO 65101 OWNER'S PROTECTIVE LIABILITY '' � tikrk£ 4' . s I COVERAGES j(Y4 ------------------------------------------------------------------------------------------ ALL LIABILITY LIMITS IN THOUSANDS !` TYPE OF INSURANCE •' fY4 '.: COVERAGES/FORMS AMOUNT DEDUCTIBLE COINSURANCE .:, PROPERTY CAUSES OF LOSS ;iK g, [ I BASIC [ ] BROAD t ] SPECIAL --------------------------------------------------------------------------------•—_+______________________________r.--___-r__.GENERAL LIABILITY �.t r u.: :.• GENERAL AGGREGATE $2 000 3 fg,�.r, [ ] COMMERCIAL GENERAL LIABILITY JOB: MADISON STREET IMPROVEMENTS ' r�rr,� [ ] [ ] CLAIMS MADE [ ] OCCURRENCE COST: $1,393,177 PRODUCTS-COMP/OPS AGG. E [X) OWNERS & CONTRACTORS PROTECT. PERSONAL & AD. INJURY $ �'"': :'' EACH OCCURRENCE $1,000, ] RETRO E(ANY ONE FIRE $ ,. ,. DATE FOR CLAIMS MADE: z: ` -------------------------------+----------------------------- FIRE DAMAG ` MEDICAL EXP(ANY ONE PER.) $ AUTOMOBILE [ ] ALL VEHICLES [ ] SCHEDULED VEHICLES CSL ` [ ] LIABILITY ] NON/OWNED BI PERS/ACC1D S ` [ [ ] HIRED PD $ " t [ ] GARAGE MED. PAY 5 [ ] PIP 5 i � ---------------------------------+--------------- UM --------------------------------------+------ " AUTO PHYSICAL DAMAGE -_ - --------] ALL VEHICLES [ ] SCHEDULED VEHICLES I [ ] ACV I ] COLLISION DED: I ] OTC DED: I ] STATED AMOUNT IS { EXCESS LIABILITY ---- ---------------------------+- ---------------------------------- _{ [ ] UMBRELLA FORM EACH AGGREGATE g I ] OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAMS MADE: I OCCURRENCE I ISELF-INSURED RETENTION ; . WORKERS' COMPENSATION-------+---------------r----------•--------------------------+-STATUTORY--------------------------- AND $ (DISEASECPOLICY EMPLOYERS LIABILITY LIMIT) ITY -+-------------------------- _ $ (DISEASE EACH EMPL.) ------ ------------------ SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES - "-"-"•" -""--_"""---'"- J. C. INDUSTRIES, P. 0. BOX 104567, JEFFERSON CITY, MO 65110 IS RESPONSIBLE FOR PREMIUM AND AUDIT NOTE: OWNER'S PROTECTIVE LIABILITY POLICY ALSO COVERS LIABILITY OF NAMED INSURED FOR ANY NON-OWNED AUTO LIABILITY r.. ................ � '• --NAME & ADDRESS --------------------------.._ {�T ; ------------------------------- a : t ] MORTGAGEE [ ] ADDITIONAL INSURED t ] LOSS PAYEE i' . LOAN # .-.r-__--rr._r-.r.-___r_rr.rr_.r__-.r-_--_rr rrr-.r-__rr_r- '• AUTHORIZED REPRESENTATIVE - .. .` .CORD_75_S_(11/85) . .... .. . .......................................................... ---------- ......... .f.j' f 7 �, ,:5 ,r. t i. ^t 4,# Ff ei��tt'c•^vhn +X +r S�,' �. ...LTi t�.a t.k+C'3 dLPJ 7 �)�t. ° t�{ x u l° [ 'P F .'{'t1✓�i l�YT t+�t7tp i 7t 77X7--7­,1 Yt } 'a �5tatxx jNF tom' �'!r� .•}����'���4. `, '! 7A•''.'S i 4eY '�C J+k I fz t 3 5 a 4 4{ I 3 Yt r f I f.. p{{ r � ;f.J`r{i �'rl Ito.sa 7+1. {a 1 'p i f.'u 3r 1 Y •! 4 yli? a 'ki`'tr'#1i y ' ; rw6;',, �` � �y,,,'4 .:�• � 7 �,� f to ��'` 3#T , .'�/R; r f .I l . .i. �. '� t t�"tt r. ti t f i..r,t��'t y 4,k' a�•-. g} t9y,yi i {3 l ♦.f.,; .�£S t �a' ';�27 tfI S.�.�!{ t' h .Stt }rt 't.i . .,q -}�c � : E y ..} :. ,+f d , ''�'.T�I�'':Y1C{ °C '�+'`rri�'����399PiI�6r4 ;�{�qq.;+S� r * � { F 'le a •5 ,) .L S f7t� 1 !, { i!f 4yr-�p .1 �A�yyL�ki{i fi>*�i����kiC43"I tr�'�'i' t�� 7 ' ' ���,�E �'!.w f. 1 t ' fr t✓3 PL t.s• a 6i �§ '�ii �yt.�� tCi, 3` to .a .. S ?✓>€�., ~i�. t Jt^'�Ct'. %r t.' S.,: t r k'� j 2 ? a--rWkt kk'S}'i'%4ti�: '.. w a � t =; ,9"i ,�• .Ir' S ,:t ,� 2 �SIUr{�{¢��5s����]'k.15yL. y '{ / a5tV _ 11lM1MAfi�l\X�IQy1MIQfRII1tB�l1� - _ _ � •F.' h , •,t t t •' :-•;.'� �{ rtsyt>Z�t's ��� �� �� �,:'+t ,:e: .: .t. ... ,,....': + .,.,.•, + .. ' :'.c. t+t i��•.r�,3r�S�7 r, � .•✓�",T t s4. E f5 1 .,j�y itc ro-a�.,"at t X' .i z i s :I .f, 7t r�'{' � l�q a•!i 4}�� 'tf:�t���9y;a kt1 t4 'c(,�:�.-��'�gtil�1 u� _ �t� �9 t � .,t G'�•fi,�kti����.$'�k}t�iYf rS�iN�.+ht rS�tL itt,ttt i� }y�td}r r,.t ' �! n { �+.+ kt ,i fir � r � r ' .;i • :s { :tj + .t� Fyn 4 h$�t`° � �.�+°��+ t� u r t•;� y�3 �. 4i n�X�r� r� r r x> :: ^ � t F # �tr Bond #5251142 u ' PERFORMANCE, PAYMENT AND GUARANTEE SONG xy t i. ti`fE 7 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned J. C. Industries , Inc. , P.O. Box 104567 , Jefferson City, MO 65110 hereinafter, referred to as "Contractor" and safeco Insurance Company of America a Corporation organized under the Washington {, laws of the State of and authorized to transact business in the . State of Missouri as Surety, are held and firmly bound unto the { city f Jefferson Missouri "Owner" 'p y - hereinafter referred to as One million, three hundred ninety—three -thousand In the penal sum of one hundred seventy-six & 90/100 DOLLARS J 1, 393 , 176. 90 lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, �• executors, administrators successors and assigns, jointly and severally by these ; presents. •t ) THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the 5't h day of May 19 92 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 the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans Prevailing p , a ling Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect.. f i ) :�` "r � �ta�t} �.• - :v s r t} I �'�'��T���`i'.y�4+'n��"�', �t"b.�"it,�t_.,1�7�'3�; t 1 s '�KiV�� ��t SSs +ss'��c is h nr a':ht� ,tY r f..�+„ ...= t•. � K }It t ar' r + :!�t `i'� ttt�• $v,YUf t v;^Ye�tF� $� .f . Y4 .s , Lz } s•� � *t �• :. )G'� h7+h t z .�r+ t � rc.t a sr �.c ttr'�"t^yS': PMS1Y 4`''''' ?`s ';�, s „� t*;...,d+i F' ,tY'.'✓,ys,�r,� l:�lrr ::rt.. ,S u ,fir.,� �r.4yttr l,:t, a:� s�'.•' �1�4:�r� x.�,f•���i�`�..7�"�i�d`t �Y,�'r. � k� S x. �?,-t5 �'t, a ,. r� 4.t�i• t r` t e�A;' vt ? �"�;".>. n �., �t. 5 Y vl!4rYa= Alry''i` r'i. of r i J. :*'� ati�: Yi" ., '` '#.-'•�.i'ti'N. <"• ,','k'.''.,• ..'?',.h'tit,`1r .�C F S ( atr9t5� ,��5'tf}°: �1 SnFf.^+�� t,� ���t`�tk r�+� • �3 x` L!'.+• _. �!R�-._...�... �� �.--.' _. .w� _\: _ �:___ � ._ ... .... ., i. Yaz[4�vtli..Yl.wn.. aGw-kLr! .� �n .;r77. C, dr tV' t'°'Y�Y�y+sl l<� y��.' r l '�, 5 rrt•� `^5:a:. , .'• c fr r n .�t }, ��-a`t �i } PROVIDED FURTHER, that if the said Contractor falls to duly pay for any labor, .eJ materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other ; }> supplies or materials used or consumed by such Contractor or his, their, or Its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: ` PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the L ' contract, or the work to be performed thereunder, or the specifications accompanying the p F ajY# same, shall in any wise affect its obligation on this bond and it does hereby waive notice N 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 they;-fi u construction of the improvements as designated, h. l� g defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any N;, penalty provided for by law which the contractor incurs by reason of (his/its) act or omission, in any amount not exceeding the amount of this obligation together with interest r as provided by law: 'iP4 =" IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its cor p orafie seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson ri -Fu Missouri r on this the 5 t h day of May 1 g 92 Safeco Insurance company f America ca J. C. Ind e Inc. URETY COMPANY y C RA O BY . (SEAL) Y AL BY Kris L. Bennett , (SEAL BY - Attorney-irl-fact (SEAL) (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) pFv.°1M", ?�i,, 'S '✓- t': '���" .ti�gS r��t5.r1{I'��'["�'t.,Y S� ;} .t�.x t { 117 t j xt�! n.. r { �i �.€."i���'`�r�'Lf}ti) .Ixx,�&�pj C�iFr's�t �` ±'-�' •�?�6t+ y .,,`$ + wS't�}� 1 la> : .A ;.rl t :r� 1 , f� trr t;JrF L� x , sJ,�ai'',5. t�-C'1 r' � r�, '1;',R' r`a� , v,� t. .�t 4 St, i 1.. ,�.j.,i .G. t' „ ! s :�s `Cr =i t�r� y. �r`' it'�r`�,t�'�5s"R1''c�#��,RI .t• � �a �(4 �r a e., !FIA +t+v+rrut,..sv�:i;..,.. •i..:,.r woiitiKEt014 .it'�ii�ttN".F+,\. �;Ef �'.'�`� ';9a4�� t�{,��'1�5 7 y`�~`•``�ti1 _....W...._ .. _.,.+F��ii117 SIrF�ld�t u ? # ,7 r`a,,yly,.ztaiksni n:aw•„.,,,.�.,, � '� POWER SAFECO INSURANCE COMPANY OF AMERICA M ' HOME OFFICE:SAFECO PLAZA '•a. OF ATTORNEY _°- SEATTLE;WASHINGTON 96186 SAFEC® 5462 KNOW ALL BY THESE PRESENTS: ��w •; That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation,does hereby appoint ��'s��{;gr�x�-z� -------JAMES J. LANDWERR; WILLIAM R. TWEEDIE; CARL E. REYNOLDS; KRIS L. BENNETT, Jefferson City, Missouri --------------------•----------------------------------- - its true and lawful attorneys)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or �t, 'x3- i undertakings and other documents of a similar character issued by the company in the course of its business,and to bind Ak,, SAFECOINSURAN E P t. C COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. ���•���, IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents ,;� r>„�.;;_''.>• t;l this 24th day of July 19�. Kfr ;; r IYf^"F"'.�hh:7 TWfVJ'�a.�,..J t._'�-r..r:.}�t•.. .. ,, ,..y s �'�,.,�vy+rr5z� , L'J�'I �. r)It:I.(;`. •`' �' ;%y ter:✓U �j.,bt ; R t ! CERTIFICATE t Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13.— FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose b the officer in charge of surety operations,shall each have authority _ P P Y 9 Y p to appoint individuals as attorne s-in-fact or under other appropriate titles with authority to execute on behalf of the '•�- ��; �a,1�'�°`: company fidelity and.sur,ety bonds and other documents of similar character issued by the company in the course of its business—,On any,instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any �� { rho instrument.conferring such.authbrity or on any.bond or undertaking of the company,the seal,Ora facsimile thereof,maybe _< impr.'essed or;affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." ^, ! Extract from'a Resolution of the Board of Directors ofy SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. , "OriAny certificate executed by the Secretary or an assistant secretary of the Company setting out, - ! (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the.signature of-the, certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and.the Power of Attorney are still in full force and effect. IN�ltfl'TNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation . 5th may Y 9 2 this day,of Y. tnl�u'p S-1300 R5 3/86' PRINTED;N U S A .��' C�tt�+<+5��`y"�J�1+�r�Sei'�in :i + � ..; M f ,r—.-.--,erfryA,..,y,•.,.» r,,�ai,+i'•}fi�'x'�`'�,h^ -}t,wx .;t ^t '� '< •}�+. i�,X�yt�'J P'" fJfz `a•!�`x ��a*i t } ., ,4 , it 1 e,.,�s t .+ � gam„. fix, * 2 xP. G N" 4 t .i , 8 , P•Etx."x t �' fir✓+:�G4 + Ft} .si, fj)fetrt. ..y.�� t �`tr; + )t ',si- E,'t eta rf d f a i t ter. r.t t r a' :l �� "Y� ,, �y� f•��n�i� c h.9 r. -'{ ,. 't .t�fK Yt ;1'.� i, 5 l '+1) �n�,t.r. i }Y,��ar' ir �r�y'e k�#.J�t ���3 d rt ,.,.ty, Kt•$; ih.' -"r�'� ' ! .1 w.. t p,.i? "r,,'. 1�(y �r P5 4� t i;..•t tY. 1t"" t. � at r .:j Ai4.�`�r c�z�Ss..�iA�N.q:"p,$;���.V+7�+� l} .5 ^t :.t. .r• t :Y �. r{ L .f,L i,; tAt, 4't i. ,i4ti1�'y'FK7�:l.�t,; a +tit; + � k1 s` t +-t, + .. t (.S ,, .n1��Y �` .;.p,'+K�+p��t q.�•�"' *,wy w1Ysor�iw,w w ��,ti �umoio•arr�e�rul9wwina�llwYm�ew.aiwrle,stwt�nia: r' ,. r' Yrr� �� °• Y vt "pf v. }M i� ms r t : ,.iNs<r� {r�.�!r:Y�w."�lhyt,H,a.'"G,3.�.{'.,•'f����r t���t3;T��e i J t�}�u�z L_1�1�'Rwllt" 111 1 � Af'.:,�•. �•, t ft,f 'i,•. -t S SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA v,> HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 08185 ACKNOWLEDGMENT.BY SURETY .,' STATE OF Xi ssguri County of Cole �. 19 9 2 ,bafore ore rsonall +:.:�s•• � On this 5th day of May Pe Y known to me to be the Attorney-in-Fact of ra,s appeared Kris L. Bennett SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY, the corporation that executed the within instrument,and acknowledged to me that such corporation eaocuted the same. { IN WITNESS WHEREOF, I have hereunto oat my hand and affixed my official seal, at mar office in the aforesaid County, the day and year is this certificate first above written. 4� Notary Pu is j6/the State of Missouri County of J,/Callaway (Seal) I ARY$. SSOt t ` NOTARY PUBLICS, ' CALLAwy COI➢NTV my Cps1M1551ON EXP. AP'A•p,14v5 vy` kill xi ,` (S r` f f r. WINTER-DENT 6 CO ®R#gI5t*red trad.mwk of SAFECO CorporatlwL S-iIIWEEP IS/e1 PRINTED IN U.S.A. .. �}'eFC P �#Yt��f�i:��'�£ 13�{!'�1 �ft`Y i.a"�f14 Y'�¢= t°' 4 �•�. ) ..t !: irr . Y ...1 y�Alx �... ..t k� rlr� .L!„ ..neY.K" ._r�.. �'•�'' i �.f�`� � �ftr�f:uFie{.S` i t i �!. A'y •c 7,j � t. , t, `�.. % �' �' y'V' t'! +. �?.,,. .f" S�� ti '�" t � #'`w ti ' �F t >:7io} tit ra7�, s'i'k! '�{ y 1 Xr4 t t a .rir�`: �,�,fr r• '�i4 '� A "' .;�..rit v�.rS.v14�';-� i6•hrc'j 1 t; {ri�i�a •nsve'�..ao-. i'tk,�'y 1r//P i Al rl''"4,h v{( `'' �. i'tr.,Y�,.� s; . ''�' 6 3• ':,•t' %:,xA ��. x P44.;k „tw, f �e s` rt z flh ,r .. kt tSa.yi" 4.xYy, .�.��,h I, MINORITY BUSINESS ENTERPRISE STATEMENT �k ii t Contractors bidding on City contracts shall taka 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. S� 2. Sufficient and reasonable efforts will be made to use qualified MBE sub-contractors when possible on City contracts. 3:" " "° Qualified small, women owned, and minority business will be included on k; "lists as-s ub-contractors for City supplies, services, and construction. µ •C� i 4. Qualified small,women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements Into smaller . . . tasks or quantities so as to permit maximum small, women owned, and minority " business participation. 7 l� 8. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. _5 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business -Enterprise, and the Community Services Administration. J 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. • ,• 'A A 1 5 �o ... t :q 'v• � �,��•}?s��'(�hp;��t dc y 5, •�, F,� �aft rt� v d r� sr�.�„,4��,�{',� ii i4k h W °t'dx �, 3�y" r y,J� yyt`.1"Xk{&'IY� Tr•`yt 1,n .a5�'h.``�'h� �Sl {t 3�n�,IT. ''cc-i ti E r iii Fit z,:� Afi'(T�§�r�,�„v`r t �.tT�'rri.�;i# $�}'6. "T a a t'F3� r !� 1 ^•1 Si �r�,{{`; .� � fix. ry lT i4 �i�xr ';�;. ., tt� t•.�` �. �ctii.. .r �a � . ''::. h .ALA' .t L iF f� 14. M. 'f � l A• tsY jn c�i.r%# 75 r 7,7. MINORITY BUSINESS UTILIZATION COMMITMENT A. The bidder a es to expend at least two (2) % of the contract, If awa ed, for Minority Busine Enterprise oses For.MBE purposes of this commitmen , Enterprise (MBE). p p the term "Minority Business nterprise" shall mean a business: 1. Which is at leas 51 percent owned by one or more min rtles or women, ?' or, in the case of publicly owned business, at leas 1 percent of the stock of which is o ed by one or more minorities women; and 2. Whose management a daily business operati s are controlled by one { �; ot.more such individuals. "Minority Group Member" or "Minori " means erson who is a citizen or lawful :-- _ ermanent resident of the United Sta s, an who • i. � 4.rnu_t.:a.�ri"..-,`mot.^.w•......c a�:.� y� — --- _---__ _ �. . .. so a�rig,,o gisu1` .ytt1� ciacrai, f`rT 2• Hispanic (a person of Spanis or Port uese culture with origins in Mexico, South or Central America, r the Carib can Island, regardless of race); 3. 'Asian American (a per n having origins i any of the original peoples of the Far East, South ast Asia, the Indian ub-continent, or the Pacific Islands); 4! American Indian and Alaskan Native (a person ving origins in any of the original people of North America); 5• Member of o er groups, or other individuals, found t be economically and socially dis vantaged by the Small Business Adminis ation under Section 8(a) of th Small Business Act, as amended [15 U.S. 637(a)]. 6.' A femal person .who requests to be considered as an MBE, and who owns and controls a business as defined herein. Minority Bu mess Enter or supplie prises may be employed as contractors, su contractors, r . B. The bidde must indicate the Minority Business Enterprise(s) prop sed for utilization s part of this contract as follows: I f ,r 1..�iyiJ C` :i �•� '., � ,�.sX°;q���' 7 "�: q y� sit '�' ' � � �r �#� ���. t37�;fit,� �' y�' ��� �""•�'* , � tir< ty'' r1d?'. 1 , � + '2� •'' z t is 3 � z "str �I ;f�S ? Xi' !��w tki�kf�, ' d. X ru' �t�1!,R'tei��{� .[�� Y{i�t y I f A �t a,, y, t��� E�. S;S�3t,� �t '�tt,'x?• a� fi .�..'.z �r a t. .� 1i�, �"r �u � t-':!:^i. Afiri{4is ?jr}`sir"2++ r=t'h,SA,��' sxa�j +�'r � t g", s }itr •:f��s+. r»� rA�: $" '�' +az.y sr {, .!'� !•I t� h s \ t 'r c ld ;C'.' ,,u�, ' rx> t�''p,';af rS •.t '• , .. .. x; { ,.f. P+ 1P �f#i c- w��i.�r';k�aF`•?;'� �{Stk .' 17�� ' a �s }w t fie' T i D ti ,. v. � �" ..� t`4�rAli-v!"= '� ''ri S. � 'Y}� "[!�^t'��'t,#2��7Fio i.}(1 ,{' d t�K "t u .t4¢ �Y•(� +' S � < �x ry �' � � .�t��'U �'I 9Y ( �•v {. t„ �� 47i^'{ a`tr' Y'$S,fir �°;t�,.'ktr' � a.b '� 1 ty tl� l ps�� + „ x. {Tv�tl 4?..+ir.f4�,; rx '� ypy z ik t 6t• �'��' 4�� 1�fa i.i:.�t.. "� � t'..{e.0 i l ar,: .i.M 4y �r�.t' �7� �r,�,il, ��'r}. • S' r ,�� �yt �(�,�J fFr:..Y};� �'�.�'n`_ �w ..S.bdL"a...-'ka,ua...Z3Lawil'}. ..,. . �IIINf�RIT'li' EIDSINESS 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 51 percent of the stock of which Is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. t = "Minority Croup 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); '»r 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, Y 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 r. the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); :M <, 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and s^. socially disadvantaged by the Small Business Administration under Section ;Y. 8(a) of the Small Business Act, as amended 115 U.S.C. 637(a)j. `y t. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: 'L>r�j C:Ae ;af ' � -- � - .r�.^,T'.',":";'y'i":M`�t�'T�!",•"t:.h'.;r,.i.;,.... -.n�, ,�«�' F�;ki"k'(�����;�_����� `� t t �(.{ • �r•r y fP As red t. { rS+.} r�1� i<: aX��t r d; cS "�s6 �q3 4.2: +� � k�, 'w: �.�,;`,�•t ,T"' ��� .r r.r. .c�rr !Rft t.,} (t � k.�,-�, .. -t �.nt t ,fit• x �� !✓' .'4, �+ash S. �a � :' � ku s xdv Tr ""�• r r� �. t }..� t rn c� t *� r �` ru st ''r2 d t3ry� �j,k s'k'�`� ,�@ ,' a •�y}J }{3,a x sz y '���4��lcy ttS;y..`.�k +, S a t �i s.s< j 4 C .t, '� S 1_ R. s t fit' 1 I 1 rf S t, ,Yd ,ny,t�2Firt;.�, i�s {t ks ; ,{{Y*!7!.:Sa. r 5 ' Cr .,st Ott S r.° �}..'Gzi •F.t S"Sy 1' 'hlh �i•'�' �,�, '«.. y I .+f,� i i .t'.-SS��"�YVj,uy�{': r.•tC i?x yr. r :t. ..2..`S• ri t+ !: 4.i S. ,S} �1 x.n '�3�-t �. yy,�,ti? r '' ri j ` x i + a� � ti!4 t r r st �, Ya. �t. t r- � i{ at,'`FYfi �♦;�-if,5 .. �,�� f � ("a€. ,� r' •r Pu 'ftE;k}°� Sk���1��'°r� �"���C .�'' �y. .tz .r. f>U ii1lF; S { �y�r k � -�� t ..y. . {. h. tt.3' r iayf; r < t `4. :.(t � r.Ltt�s.. t 1 t}t4tAa§�i��s,��ty�ir��•i � ?ws�j i ri°:P4`NSf3�C,:,•�� t t ) viX. +!r ✓,4. r.S,Y ' S � C5�� `S : .11',r; ,s. Hu vtu } . s':, t v S, fk:�r�'•� {yu� I �rff i�l t yq�d� I f5"TC, X 6 ""�"1 +��• ? � ��'� .N.. "� i . �i > .r it p ',} ,l F}''F,.< ' I ,x S' � . r 9.'�, s�� f;.'t c >t' r a t! b ..r+ D 7 p t4 f;,2 Fit t ., S 1.�7 kU,.•. i f ll. iii.•.i ,....i� S:�,v •` 4j;4�� :�} rkx�! d3'?;57 c f pt'�°1F h. < : t a 1 rfi. S la P.l;vXt t x fjp x: ,x Nsrna and Addresses Nature of Dollar Value of II t exec. upply 09ANIM St. Louis,' Missouri Electrical a iai ment q p $25,000.00 Acmuinp.-1 Lgn/1-1-5cA01 61 St-�c«'1 �14 lltiautf ��•1� frTtir. A(G , 5 Q, Mioxo Told Bid Amount; 7 r V0 TotWL 4 Percentage of Minority Enterprise Participation• °Yo C. The bier agree a to certify that the minority firm(s) engaged,to provide materials ' or services in the completion of this pro)ect: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specifio material or services for a specific dollar amount. $ A roster of bona ft iinority Business Enterprise firms will be Wished City of Jefferson. The bidder will provide written notice to the Ualson Officer the City of Jefferson Inducting the Minority Business Enterp►ise(s) It Intends to use in conjunction with this contract, This written notice is due five days an®r notification to the lowest bki�r. Certification that the Mlnority Business Enterprises) has executed a binding contract with the bier for materials or services Should be provided to the (VIB Coordinator at the time the bidder's contract is submitted Breach of this commitment constitutes a breach the t bldde.9 Ccoo tr n o if awartded, D. The undersigned hereby certified that he or she has read the terms of this . commitment and is authorized to bind the bidder to the commitment herein set N forth. Tony Adrian, President NAM OF AUTHORIZED OFFICER OAT April 14, 2 Si TURF OF AUTHORIZED FICER i .. c}. "F f`} za..�'.,F£�"t�t}t�v. ,t •r ar .�+W :Y.. r ` I S4 J"' f"r''• g�,S,i'j•'S5'y2y .jty � '�$ .�� r If S" 't �, 6 L. �V ?.' i f iW iii i l a!• . �� :4l }` :* ;�. •�'t� 4f�f'3ti`,w t'' .1 [;�?,• "'i �.�'C,jt'�`> .•: •. ,. i _ .� .., .. a .. ., _. _ .•. +.. .....• Tom... � ..... ._..'41 . . ..,. .a .. .. . .:+t•_...`a,,....,,e..... ... 7�7": I-A Vi "t;' GENERAL PR2V.1SIONS FORWARD The following Articles GP-1 through GP-44 are "General Provisions of the Contract" , modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that thie Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid , Contract, Performance and One year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be. furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from' time to time as are necessary to make clear and to def ine in greater detail the intent of the specifications and drawings, .are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. 1 07111 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, labo:�, tools, equipment and supplies *necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in' the State and Cou I nty where the Owner is located. Five (5 ) Copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: Three with the Owner One with the Contractor One with the Bonding Company GP-2 DEFXNITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it AIM shall have and is mutually understood to have the meaning herein given: N tqg P, W 4% ti' p GP-2 DEFINITIONS (c2atinued) 1. "Contract" or "Contract Documents" shall include all of the documents enumerated in the previous article. IS er 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. 3. "Contractor" or the words "Party of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4 "Subcontractors" shall mean and refer to a corporation, partnership, or individual having a direct contract with the Contractor, for performing work at the job site. 5• "Engineer" shall mean the authorized representative of the Director of Public Works , the Engineering Supervisor) . 6• "Construction Representative,, shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7• "Date of Award of Contract" or words equivalent thereto, . shall mean the date upon which the successful bidder's proposal is accepted by the City. . "Day" or "days", unless herein otherwise expressly defined shall mean a calendar day or days of twenty-four hours each. 9• V I 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. Whenever in these contract documents * the words "as directed". "as required", etas permitted", etas allowed". or words or phrases of like import are used, It shall be Auk understood that the direction, requirement, permission, or . allowance of the City and Engineer is intended. zz I Msw'�. '.A, MERWAIMM ex 12. Similarly the words "approved", "reasonable", "suitable", "acceptable" , "properly" , "satisfactory", or words of like effect and Import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the • C ity 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 r . City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway k�y Construction" prepared by the Missouri Highway and Transportation Commission. GP-3 THE CONTRACTOR it is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution, of this contract, shall affect or modify any of the terms or obligations herein contained. The , relation of the Contractor to the City shall be that of an independent contractor. GP-4. THE ENGINEER 1c; ..The Engineer shall be the City' s representative during the "construction -'Period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The 'tnglneer assumes no direction of employees of -the 'Contractor or subcontractors and no supervision of the construction activities or responsibility for their, safety. The Engin eer's sole responsibility during construction -is to the City to endeavor to protect defects and deficiencies in the work. Any plan , or method, of work suggested by the Engineer, or. other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, , shall be used at the risk and responsibility. of the Adh .. Contractor; and the Engineer and the City will assume n responsibility therefore. 0 '-Z Q % ....................... .................. FSEI +p. Yw...t'T"et+'^".°""^'.'�' Y, F inLe -•.-. ---- ,..�� Y-•-•-'�r+r.�.—. t't Jst, x ivk f ,� �'K 3•,1' ${4 �•' 4�Xe' e{ 3,..t.g4;,k. t Jk;w ,c'�t:�niAL'�M4n+:i •,.._..1..t4...:.t...:oi.,::«.MV+,tfM� i.ri�"�tS.f%t=.fi s,r�:5z�'t•�:i ri .:fu4�.r��';�r�,,J,•i".�'�i`3 l::sac:iw,..»..'... .__.... ._.__•...........»......,......:.w,,...+...«...i�;:c5$,<_fS�..tf"iYiR��'r���'2�� GP-5. BOND 'S with the execution on of the Contract the Contractor shall furnish a good and sufficient surety bond in the full «ryf"p v'•:)4{+Iii 14tS+{vF kj. ..t amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict ' accordance with the terms and intent of the contract documents; ' (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of an violation thereof b the Contractor; and for a +' ' Y Y period ofrw5r�'.Q. ; 'y �A{tiwX� rSr1.. one year from and immediately following the acceptance of the � completed project b the City, the <;�,•=, s ! ' P Y Y. Payment to the City of all ,r damage loss and expense which may occur to the City by reason of ,;rt �aa ;r " . defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full r- accordance with statutory requirements. The bond shall be � ;;., Y i executed with the proper sureties through a company licensed and 'f�k qualified .to operate in the state and approved by the City. Bond shall be signed by an agent resident in the statd and date ofrNY ? ° bond shall be the date of execution of the contract. : ';.+ j If at an time during the continuance of the contract the surety Y g y •.4f�;'���;` •.�A,fir. on the Contractor's bond becomes irresponsible, 'the City shall 'yL' . `,' '; have the right to require additional and sufficient sureties w ' .ys which the Contractor shall furnish to the satisfaction of the City within ten (10) days after notice to do so. In default ;. '• ��,. thereof, the contract may be suspended, allw?^ ,� , Y P payments or money due the Contractor withheld, and the contract completed asW� hereinafter provided. u GP-6. INSURANCE g t GP-6.1 General: The Contractor shall secure, pay for and maintain during the life of the Contract insurance of such t ypes and amounts as necessary t:, �4 • to protect himself, and the City, against all hazards enumerated ,herein. All policies shall be in the amounts, form and companies '' 74 satisfactory to the City. } The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified ; requirements are complied with. All certificates of insurance required herein shall state that ten ( 10) days written notice will be given to the City before the 4� t� 7 nh�{` r`•i4+k"a, `Y4 � w 'iar ,:'b„S+tFIAZ+ite•tw..0+^^^'"'f" .. �E{x `FS !?x' . 'v`rtl�r�f t ✓. tk't; tt, d i Y iti '6 } Mi'`, a i{! �"�fi,:•� r\ • .s r.�;.`i`sE t R fY.�a P 9A. • policy is cancelled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor' s certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 Bodily Injury--Liability & - Property 124eiga Liab lity JUgUXan_qe (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, of not less than $1,,000,000 per person and $100r000 Per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $1,000, 000 per one occurrence nor less than $1,000, 000 aggregate to limit for the policy year. GP-6.3 Contractor's Protective Bodily Injury Liability & Protective Property Damage Liability Insurance: (Covering Operations of Subcontractors) (1) Contractors contingent policy providing limits of at least $100,000 per person and $1,000,000 per occurrence for bodily injury or death. (Z) Property Damage Liability providing limits of at least $1,000, 000 per occurrence and $1,000,000 aggregate. GP-6.4 Contractual Liability (1) Property Damage coverage with $1,000,000 aggregate Limit. GP-6.5 Owner's Protective Liability and Property Damage Insurance The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy. filed with the Engineer. GP-6.6 Exclusigns The above requirements GP-1.2, 1. 31 1.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Tech. Specification's Part I gift for possible deletion of this requirement on subject project. ) t "10 �1 tt'7 �M T & v % 1"M k� 5V , isy £j'*r �•` r f ?' v n{aT4iF a ,•• ,.._r.....d..,wnxvr,4�4;t"r9.: c,. ,s u..,. ,. •`•':�t==fry;';' � �: is ;kfy,,�z�•y,`';f`,, 2 x. destruction ( ) Injury o ;"kz^4; y :rc of ° ground, such as wires, conduits,property below the surface of the 4xt ! aG. � n by the Contractor's pipes, mains sewers, etc. , d ' � � � operations. a cause Z ,u (3) The collapse of, or structural structure on or adjacent to the Cit ,isnjury toy any building or 61 destruction of property resulting therefrpom,�l ceased b injury to or Of other buildings, structures or sup `. Y he removal fh below the surface of the ' supports, or b ground. .Y excavations GP-6.7 Automobile dil Bo Tn-fi:."a.r ..� ury L�ab� a x r it Liabi 1 i Pro Rama ae & Automobile perty Sly k Contractor shall c protecting City, carry in his name, additional assured Liability Insurance with Bodily Injury or clauses 4 Limits of not less than $100 000 occurrence and per person and property $1 000, per it:`•,az; S ,Y f' p P rty damage limits of not less than $100, 000 with hired car and non-owned vehicle coverage or se aratea9 carrying similar limits. p policy The above is to cover the use of automobiles and trucks on 4s}t4 !1 in f the project. the site o and off GP-6.8 Employer's Liabi 1 i t �Y ar d Workmen 's Compensation s " Employer's and Workmen's Compensation Insurance as will protect 't; <t4k1� t ~ ' l1 him against any and all claims , Of workmen en resultin fro1° g m injuries to and death C: %;;..'`;` `£ti ,=tip,;• t' Contractor shall carry oc upationalidisease coverage addition the �� x.:•, .. ,M., x 1 it with limits, with statutory � person. The Employer's � Liability a g A11 State endorsement shall of $100, 000 per be included. ` In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such COI1tra,�tOr t0 provide adequate will g quote employer's liability coverage as ••ft`'<44�{t�:5:��? protect him death o against any claims resulting from in f workmen engaged in work under this contract�uries to and iwF *#4rrs, { GP-6.9 Inst allatZOn Floater Insurance •;: � This ins �::; �,.�,:.• �r;>�:��: . urance shall insure d "�:z`��`s.��`z�?•."-} from an protect the Cont IT all insurable Contractor City '• ��..v risks of Physical and the and equipment, p Y ical loss Ind p otherwise °r dama a {, i =<•,t. ' not covered g to materials ''��"-•�� _'�°� '` insurance, when in warehouses under Builder's Ris ,.',,.�:ekn��•.. 1 installation, uses or storage k n, during testing ge areas g Burin g and until the work is accepted. shall be of the "All Risks" t It ype, with coverage designed for the circumstances which may occur in the this contract. The coverage shall be for a particular work included in the value of the work at completion, n amount not 'less than less the value of the material and equipment insured under Builder's Risk Insurance. �= The value shall include the a � " • �" '� ggre ate g value of the City-Burnished 77 PS�F� SM, it F,,. .t... , .."'•'`^+nu4�t8kT.f'.'u.'Xt:..f5:;;.-}`�:f Gt. { y .v+�'i;r+>S `{a%'`.? ',r', gt1„xuUGa:armr.,. _... ..... ... ''�;�5�1 '�,��;�'” �� �( .. i.M j 4• tN( }a,4 tf 3i�t Tit 3 4, s tf ;` j a iefr�t t karat;r�q ,i v ✓t..IKAN eS 1 " Yrs,r l �ZN ,r � fi� �u� r�� tn, tE � I ' _ ° "f ua'+hV.R�'1. !w ,w�'v�r,'.�"W"4Li-'+'�'�`S+�Y�3{isj"'`�;.'�Ya�y�Y.3' C?xS'x1.!.tx..,..,......__, .. ..,•, :.t. _..dt.r�l_kfT,r{ .4. 1 Y�t equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. . ja Installation Floater Insurance shall also provide for losses if any, be adjusted with and made r• ' ' . ,,,, Y� � payable to the Contractor and the City as their interests may appear. if the aggregate value of the City-furnished and Contractor- ti' furnished equipment is less than $10,000 such equipment ma be �U' covered under Builder' s Risk Insurance, and if so covered, this µ% Installation Floater Insurance may be omitted. GP-6.10 Contractor's Responsibility for Other LOSSe3 For the considerations in this agreement heretofore stated in addition to Contractor ' s other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging protective fences bridges and sidewalk responsibility hooks. The Contractor shall also assume res P Y for all loss or damage caused by, arising out of or incident to larceny, arFA' s Y (except as hereinbefore theft or an cause whatsoever p provided) to" the structure on which the work of this contract, and any :3 modifications, alterations, enlargements thereto, is to be done, '' . G and to materials and labor connected or to be used as a part of i the permanent materials, and supplies necessary to the- work. � GP-6.11 Contractor's Responsibility on Damages & Claims ``ri;` Indemnifying City, The Contractor shall indemnify and save harmless the City and a x 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 t' 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 rE F injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on i the lawful demands of subcontractors, workmen, material men, or +F suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 Notification in Event of Liability or Damage Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be .�' $.r' I. !2,3'.j:~`!u• tr a ,.SY..+. "a ,r.t . , z, , ,s:r'' ,.9 a rt .r 3 ' �`+ei Tklta t t.i '�°.'+'1, iP3,' ...,, `n .i}�^?..ti}} �{-r}�ri�'.�2 t a� rj� "+1 f •�'' ;:t r.{ ax r 'i i j I ' '{ ' �,t .a x'.e£ s:f:;=,'.t^`t ,,;� x A iI `" YL-. j# t=�� its �l Pl ,.4 yf t .# '..t1 4,i'3 7, } - 'fit.fi .�3 tit. 'k^X�'x7 f. 3i�7E Fa?� �.• e�a Ta V s!x q, r,str1r,+,str �i�uf{�tiRf rtt2f4�ir jet;? 7 `• � �t ascertained the estimate of loss or damage done, � g the names of witnesses, if any, and stating the amount of any claim. w- °4- GP-7. ASSIGNMENT OF CONTRACT ` The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and >. of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City, dyfti No assignment, transfer or subletting, even though consented to, ' } shall relieve the Contractor of his liabilities 1 s under this contract . Should any assignee fail to perform the work a,.. undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. {'_}'{ 'E3 .;:• GP-8. SUBCONTRA CTS PRINCIPAL & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources �r „ of the principal items of materials and equipment which he r4 ' ' fi vi:�Z t proposes to use in the construction of the project. � { s ', N OA The Contractor agrees that he is as fully responsible to the City f 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 of persons directly employed by him. Any notices to the Contractor shall be considered as notice to . an affected subcontractors. yy' ''r}`` "'` Nothing contained ' in the Contract Documents shall create any ry<` contractual relation between any subcontractor and the City. •Nt,`P' No officer, agent or employee of the City, including the "ii'�"c�'•''; `-`�+. Engineer, shall have an g y power or authority whatsoever to bind the City or incur any obligation in its behalf to any Mar ? �a subcontractor, material supplier or other person in an manner whatsoever. yeti : GP-9. OTHER CONTRACTS rtF �I The City reserves the right to let other contracts in connection ?, ,..fix.,•.. with this work. The Contractor shall afford other contractors ''''° {s reasonable opportunity for the introduction and storage of their s. materials and the execution of their work, and shall properlys4i:# connect and coordinate his work with theirs. ' If any part of the Contractor's work depends for proper execution .; or results on -the work of any other contractor, the Contractor a ~'" shall inspect and promptly report to the Engineer any defect in x},,. ,r . •Y '« such work that renders it unsuitable for such proper execution r ;; and results. �� �• •J{;YAi }` His failure so to inspect and report all constitute - an acceptance of the other contractor 's work as fit and proper for the ' f'r{ ..t xanMwn.++'+. �awrruCYtlH}CT%7i�!�jn'$:Y�tr; A'�4•' '" o.i':at','e�E*;"in � itii !;, ..fY?'r a^.. ^K'•._. c-• r'ewT r+,- ..--rTy^'.'^,^±+i.. , ., 7 s 94 r+r.���. 1 f• ) l{. J1 "t4 "''EPEE rTZtt �. •�, tax �: t r 6's .�. i 7 1I r"/ rt e� 1 .5';uiij��•yfi ` ,j�z�t�` , ,a5t .i i nz Via.,t r � r§, ? �✓t. s r t • l 4 1 ?y i):•. yid' ci reception of his work, except as to defects which may develop in the rather contractor's work after the execution of his work. Wherever work being done by the City' s forces or by other '4 contractors is contiguous to work covered h this Contract the w g y ' respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. W Chi 7t ` GP-10. LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may :j° 5r 3 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 4; work as drawn or specified. GP-11. ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, 4r a 'M' infringement whether such p g patents are for processes or devices that might be involved in the construction or use of the work, ,t• shall be included in the contract amount and the Contractor shall °€ satisfy ' all demands that may be made at any time for such and F` shall be liable for any damages or claims for patent r '` infringements, and the Contractor shall at his own expense, }_ defend an and all suits or k �: - Y proceedings that may be instituted at any time against the City for infringement or alleged FM infringement of any patent or patents involved in the work, and in case of an award of damages, the said Contractor shall pay r such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12. SCOPE AND INTFNT .OF SPECIFICATIONS AND PLANS GP-12.1 General These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and `! together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not 'in the other, shall ' be executed just as if it has been set forth in both, in order ' r. that the work shall be completed according to the complete design of the Engineer. y-> Should anything be omitted from the Specifications and Plans *` which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict •h t en the Contractor shall secure written instructions from the Engineer "'``n before proceeding with the construction affected by such ,;N% .i±j �. 1r lY�a arf r 7 1 +y df t = i = 't= t y? s 1 5 ytt 1 e 5i GK .✓ , z •;.+�' .� ,v ',,.td �i 1 Y?.(y'� s r '> {, = 1 r q t t�h try ) }yl` ,$ {, yet S1I i� �• 3F lip a E f �. - it{•�Y of 't at jt .H.- {'^t fY tb.f•T?ta Cr+ i. t' .i.. Xt ' x .•,"td r�}^fit ;�,^z't t f to ,!, C ri r °' 3 �' t u ' i�tl a i�' �# *r ' y t,4 ��',Z:t* Y :�t`�i ,t .rl�`:t s' ✓ :t'tr ," '.. f' ,�� t} tt'' t�.:i.(Jts;.�' 't�NC�*�Z�'Y t3j�� .. ,r e= i:} yV F.y i{i �a, Jty 'd vrs S f". t '7 t = 4 + • t `'xt>"`)�V�ry�;y � i•4: a .r� Y...: t ,,,.. : •.. 4..";. �::,r... " . �:. •:\ t .. . �. .�'•�Li r ....f< f�1. �'tt`k't� f;�+��, .� �r+ �'t 1 'C t i' +• si � . 1 40 t( t r ' ' .v,.st .fir tri{>_{,ty ���y� y „�`r°2Ut gr � i;" �t,'.'� ij' c".i�..':%''toY .M,vw'Pf,' `.'�. 9'FL��§(;[;;t�wr„ ...�... ...__ .....__..............w ' -v. ti�, t,LS•^. ,T h omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true *- spirit, meaning and intent of the contract, plans. specifications and tlp'h p �! GP-12.2 Figured Dimensions to Govern ' , Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have ~ been obtained from the Engineer. GP-12.3. Contractor actor to Check Plans and Schedules The Contractor shall check all dimensions, elevations and ,i, quantities shown own on the plans, and schedules given to him b ythe Engineer. , and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error }t, v ,.? or omission in plans, or in the layout as given by stakes 't*;lF�` `R . Points, or instructions, which he may discover in the course of ``+` ' the work. The Contractor will not be allowed to take advantage a 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 'ti a + out such instructions as if originally specified. "�.,•.�;,;,: The a pparent silence of the Plans and Specifications as to an `; k ' ' detail or the a Y • 1 apparent omission from them of a detailed description concerning n '. g y point, shall be regarded as meanie that only the best general g gt .�> � . F' .. g practices as accepted by the particular trades or industries involved, shall be used. I � GP-12.4 Standard Specifications 3yy' Reference to standard specifications of any technical society, organization or association or to authorities, shall mean the latest standard of local or state , code, specification, 4 . -h,A or tentative specification adopted and published taking bids, unless specifically stated otherwise. at the date of GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT 1, 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 ' therefor. plans and specifications The Project -Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the t, .• construction activities or responsibility for their safety. The sole duty of the Project Representative during the construction of :x- r "T� w s ' 7 i $ x kt 21y rt° ' °;•:t» . t1 t �'Y 4'����,.V K.r`'sw .W; 4 i1 'jf{� >. s ter. 1. `� r } � f1 `t (r•C }.J.V�t�.�:t'.. 17 F t ti9t S ! ' Ya'� c�+, t a ! i,rwrei+s+YR"47'�T'4•i`�`. ir. , .. 't./,..:,s`f3$.,, nvr�...•kP.r .:rtn.,,M,.,........:_. .. `•••_•. .ua5:.:.•-+<. .....,. vL,...6..1:..:.Lrr'.w'»M+.Y:IfM1\MGNX• . S4� ve; �Y.'. J r, is to the City to endeavor to protect against defects and Yl ; deficiencies in the work. + The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by ,the Construction Representative, the Contractor may make written > ' appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any ryxz +wgtFl,.,i one of them by the Contractor or by any of his employees shall be1ryt' 1Y} sufficient reason if the City so decides to annul the contract. rki t4i ;:; 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 d>•rn,�.ti 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 r""M 6 j. f the same may have been previously overlooked and estimated for ;'1 { Ni s. payment. l- . The Construction Representative shall have no authority to permit y' 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 F. removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the J' 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. ;3 if such work be done in accordance with the Contract Documents, the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents, a the Contractor shall pay such cost, unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any r information required concerning the nature or source of any material which he proposes to use. q,4 rtYi�� 4 hNt Y lY{ .{! d ° �•C..t�'}j�F�d}l r}r ���.�..(��i.� L nt rS ;.,?'„ . i . . ;t i .f,t t r � * I x ?r�'.,z��,'�St �a�$ +'�h .� 'E.c �.i�'7 7''./ t i 4: i '� . �'I t `y .' t t.t t r.,i t r.Yta.x x f3;y�tr"(,�'�6'I F•�,�Y z.rJyi�� ' �t +�+ 't I �:+r J \Y. J t... �'�P7 }4y�ri Ft'((�.�t] C¢ yt }<. � .,;• .a. '( 5S. a k t 4' .r S Y y tk.}r„y Kd,{ y '� •f rk: t,,`� € _ i .. .. ... '�} Yl 5". +��V[ P P IN•a.��!�f•y '• T'^ifi x 1+L+.... i Y ... 7 11 f fxt• { 3 �f kn tte tJ ''1�C !{S L x .r, .•'R rs. rr ,�;' �ta r.�Jit�.a s. it� .YJ a s. try rh}'�" � '. Sr�t �... e'a.. rh \� GP-'14 LINES AND _GRADES The Department of Public Works will set construction stakes establishing lines, scopes, and continuous profile grade in road work, and canter-line and bench marks for culvert work, and '. ' appurtenances as may be deemed necessary, and will furnish the Contractor with all necessary information relating to lines, z7 slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to 1a out the work he is to Y' perform under this '� contract. ` The Contractor .shall notify the Department of Public [forks 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. ry {} 5' • S:9^�11. The Contractor shall carefully preserve stakes and bench marks. M. 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. „ N. 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. The Contractor shall furnish all materials needed for the staking. 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 material 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. r r .{ y 1 , �rb,x 5� Y lr..S r->i➢..yJ f 1,Nn Ls tp rf t � J..,,4��4 ),tiF£LW �.�y'3 M '��6s`, s� - Hs } s. b o S y •Z,� t t , t ><•[ jC i L t`a'.t t'�i < r i F i4r t+ ry ftz 'tr �?'4 J + 'J�'{x+'.3` ' v, r� b �: s , '�,,-t; •F!Yr+'.e';t< �1y`}F}q.1s's.b`+k S'Ft -u 1zf:d i1 .S:Ytstd2,ts• �. gf .,rt3i •`{ ups �y �' } t�t .;�' s t s.? + < ..r''rr t. '4 < 1 „� '� \tti,Y'`r; tic ti'r ,t3. afJt4 ?. ,..r- ''�` U"r 3'�•��`X^4.�itit } f'r.r ' ti..�''Y. a}lf�l. .r .ak. w e r 'r Ft t �}�cr r�t^tslYL�,� �+.n.r'. �r3+��.�S L.k it VP1,tHlt '}'g t,� t 'tl,yi+t rc{ r .s c'i;, .J+. Y y arA{tl 3tc: rx rt yy 't,,,s .Ja`tjt{SSv „�s ;�, r-, r r/-•.r h � .fav'. +�.{��'.5 '}1,4�r ;c�i t .x l:ti•1+ }i:� '.x j �;_ w t � , .!� e S '.rt,.;, s .i«"1 1`j,"1 t:I��yy:nty�'.{ik; ,. A,�¢;�r�'r�,..s;��r3,;, .�� ,<?':iJi{;-.k.} YR F1^J•P +s}t• , t'.+It'fE { i :!J! ,Y-;,y rtti rt .')1 i ..{lr r . .,.i1 .tr .% � �i i.d.• it ,< ,.. ..,r S .£� +, cJ:`5': f �t ' .'t fi 4 "`t 'r.L i',���� ,� z, r ( a 1 j x' 1 _ :s GP-17. POWER All power for lighting, operation of the Contractor's plant or ' equipment or for any other use by the Contractor, shall be '' y provided by the Contractor at his sole cost and expense. '•' '` GP-18. SUPERINTENDENCE AND WORKMANSHIP - �p The Contractor shall keep on his work during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to {' the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen mechanics tradesman, and other employees necessary in the construction and execution of the work kK 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 satisfactory manner, shall be ° zk:r promptly discharged . �4_F(T S;L�u�•', � It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 . MAINTENANCE OF TRAFFIC A< 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 °. 1 mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Y:. Director of Public Works. All detour signing shall conform to the "Manual on Uniform Traffic Control Devices" . °- Throughout the , •,�: g project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under i this project, the Contractor shall make every effort to provide : ? access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20. BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares K # which are closed to traffic shall be protected by means of . Ya effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting " r public highway or street on each side of the blocked section. ; ( 1 #si� C r a l t1 rY f/t tfi t i t l�£�� t` -f`b�'F�!•�y�'.i"1rr'r+ . !s ' Yzuiyy Y '1� x t pz t, .5 tts {Fh t " n F 1UF r ft•rl I� i r r. t rT.., 4 <V'St; ik1'{ ti F r jl' ',7''\ r { {. ` ' tys J, r k 4 r, s e✓" .. +.,b t r t S y ',,, 6t? {> 3 iii h ''•. .s ( •aK( ;"l�' .41'R.J 's+`}'J'Ca -t3 t���a.j c� yC3(t1�' ,_) r^t � tt t 3, �t •� r :j ? i t� 'n . 45��3� ij�ii��r�� . r t{:3M•,a�'vtf r t�(ti 3{ f-r.1 { a: 'i a 1 t r n� ti+<ita Y��a 1 v F �r74 F r .. r. coq, • ,„..vy t['� ' i ������ t Y tit' f•v. � s.`. "ice y1 e¢i'\�,�,r •i! All open trenches and other excavations shall be provided with FI suitable barriers, signs, and lights to the extent that adequate ' protection is provided to the q , Y� public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. E All barricades and obstructions shall be illuminated by means of warning lights at ,night. All lights used for this ur ose shall P P be kept burning from sunset to sunrise. Materials stared upon or alon side public streets and highways shall be so laced and the r` �w��:�`~:�'��,:•° so p laced, work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. � g P All barricades, signs, lights and other protective devices t ' shall ar s be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, ... ' signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made s for it. )t; t r; 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 r ,<: ;. , 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 x locate all underground g pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. ` t , Any delays to the Contractor caused b Y Pipe lines or other ;y:r';:,•;s��.4;.;;:3,. 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 p a �z yment or damages. ,:,M• ;.�.,,, No payment will be made to the Contractor for locating and .4Fjt,Ytu. 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. `:b - t Utilities, other than sanitary sewers and water mains, which, in ...: e opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor ands°°� `" ; paid for at the ,s;u: ' . prices bid. Only sewers which must be moved .because ,��"`� a"N3 of direct conflict with the storm sewer conduit will be paid for :µ ''y„ in this manner. Sewers damaged by excavation but not in directx.,_ kYt. conflict with the storm sewer will be repaired at the t.J Contractor's expense. Mai am= 1 z� S 4 �k I{''t �v�-• `�'tai'. V.'CYe:.Y1 ILiS F�rt.+ t • r. I� `rr. •, y:t xfy�Ik Ft rm,...:._._!. Y : ..:..._"e_.._.._.. ..:....,._.....•....+-...,r..v.._a.. ..:.;c�i .1 {'...:.:.Y•...d.'a... n t+..nx..._.._..._ ..............w.w......».�_ ..v.,..... nM,�!sS�ft.�.�'fii .. t ._ j, 'i' y f `'.� � fir; ,gy 4�t"'vh;`}i"i i, Ij`y i't�°iV•`3� u. P z"L GP-22. PROTECTION OF WORK AND PROPERTY § i h il 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 p f 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 of persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of ' adjoining property, the Contractor, without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or ¢;;,r;�Y,.,• t; � �r other labor troubles of any kind that may occur during the ,�r�R"A construction or performance of this contract. r ?», i GP-23. GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with thisF`, contract against faulty materials or poor workmanship during the period of one ( 1 ) year after the date of completion of the X-t contract. ; '.. GP-24. NO WAIVER OF RIGHTS Neither observation of work by the City or any of their r ` officials, employees, or agents, nor any order by the City for r payment of money, or any payment for, or acceptance of, the who or any part of the work b the City, n an x Y y, r o y extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be F.` held to be a waiver of any other or subsequent breach. P it r' S , i 3 T �r }'+I'V'''Y,}y'��" "�St�'`}`t�t,'�r+Kwraw,..».._.•-. ' `"."'s"rwAVrta7.^"t7a��f.7?,k .k3._'wcA;na'ww..�oxtr+ii>.`l J,at+»s.Y+wreurw..'..s�axf..r..ttw.re.M1�:,,2q�. Y -.f vr .. .. ff `54 t{ y'1 7y,3 ire✓' E .r, P . • ty !.eC t;Z t v� y��M F , _ F / , +CBS+Xl4�Cdaihi+ir*niwuwe.,6+i.i:t3ntyl4KSRSN+a{..%''" !' �,d.+•r 0, 3.�`Sc:'ts�" .o,. •xdr`j+r.✓ Y?'"i it :h ?, r Ff j�'.Ft�ySgg". +! .. l i +r `S'. a rt�'�� -+�_�..xn .,t,t�.:eA�x.4\D�$d y..)S ,6(;fi',�'h3rvt+«J.. ».uw....r„r..rN«rxWnt•'4nw.w,.tl.L'1i1u.S��LYa :W:+ x GP-25. USE OF COMPLETED PORTIONS If desired by the city, portions of the work may be placed in service when completed or partially completed and the Contractor r... shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee 9 period thereafter. GP-26. ADDITIONAL, OMITTED OR CHANGED WORK The Owner, without Invalidating the Contract, may order a jA dditional work to be done in connection with the Contract or may �t alter or deduct from the work, the Contract sum to be adjusted . „ accordingly. All such work shall be executed under the :, W- ir conditions of the original Contract and subject to the same ;. ';'z,_ f standards of workmanship nd Y" �`, performance as though ' included. p therein sz The Engineer shall . have authority to make minor changes in the work, not involving cost, and not inconsistent with the j=7 of the work. e purposes :rt.yii 5'f'fi'. ,fir �vik$..:tn Except for adjustments � o£ estimated quantities for unit price `'1 "• work or materials to conform to actual ay • p y quantities therefor 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 4T r y Owner and ordered in writing by the Engineer which order shall state the location, character, amount, and method ofn £ `.. compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claimfi. d= for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of work to r F 04 be done, and the added work or any part thereof is of a type and ".n' character which can be properly and fairly classified under onery or more unit price items of the Proposal, then such added work orr• part thereof shall be paid for according to the amount actually ,w .. done and at the applicable unit price or prices therefor. ; Otherwise, such work shall be paid for as ' Extra Work" as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, .such decrease shall not constitute the basis for a claim for damages or anticipated p 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: ki �. i Rifx"°'S' Y Jj 'y-""".�" tiGkXSjn''�+j`,��('iitxkn�r,��'P7'+�''$NFxtlYS'('AY.ua.'�'+xis..rv,a,aw+sy»*a�++.tr.cuazµe... 'waxa'U•�L.rorin+t'duiiuyPtw«.ww.xa t�+. e .+". i :'i`•^5 �J�f t ..7 4s v � � i . ; h 7 ;� f r' Sys '+4 *� i, .::�f4 X51 t*� i tr + f fI i.}. f.• + i+f S .Z ''�"b '..': r CM S If I } 4F S4 d �`Pr �i� l.yaypl�pi� �..#All`�5}rye;> Ygµ t`� t$trtar«n.,,•...x_.:: x ., -,.L.:.c..a.,uwu„sm.,,:.i:7suJitilr`d.'x4'�'r'slia4`:..,�(:.�r., .., r�'x .. , ..Ex :,„w :T.!.T3'�.f, ;i,zty+w,.,.. ._.. .__.....,.... ... ......._.... ..,.. ..e. .. ,1 tai 1. Credit due the Owner for Contract work not done as a t, 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 r ti the work lanned and which could riot be used in any y part � } of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the Contract Documents. �' ¢ ty�.:i, Statements for extra work shall be rendered by the Contractor not .; '^ later than fifteen 15 r the ( ) days after completion of each {' assignment of extra work and if found correct will be approved by - the Engineer and submitted for a p yment with the next regular monthly estimate. � � tr The Owner reserves the right to contract with any person or firm s' other than the Contractor for any or all extra work. The Contractor' s attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits l:Ion any portion of the work that may be omitted. Yj a, Extra Work: ( a) The term "Extra Work' shall be understood to mean and include all work that may be required to an change accomplish ort !'; P Y 9 alteration in or addition to the work shown by the Plans or r ' reasonably implied by the Specifications and not covered by the t::r Contract proposal items and which is not otherwise provided under ? this Article GP-21. (b) The Contractor shall perform all extra work under the E ” direction of the Engineer when authorized by the Owner. Thefi'° compensation to be paid the Contractor for performing extra fi 4a work shall be determined by one or more of the following methods 1. Method A: By agreed unit price fl: 2. Method B: By agreed lump sum. 3. Method C: If neither Method A or B can be agreed upon ' before the work is started by force account. ti (Per Section 109, Measurement and Payment, Missouri State Highway and Transportation p. Commission. Missouri Standard Specification r` for Highway Construction 1986. ' v Y• , }y Vi,�ii** p �' •f k t�f 1 t ki. ..�i f +:t tY..S � ' r t•� ki�Si l,rrd y f,!t� ,� t f '.Y. s' /.. r ! s X .s ! _j 'J, r.'f: r S;2'. TN p <}' i'y.{'j i;7ta'M'S 1 c•{' fil t :.+r tt. f.dt q i { .)t,` 1 .,� t 1. .�, }I�' i Pt 4Y7. r� t#'tt�t''1 tetl•`' �3i� l' . r"s j��� t .`�fi ,s� r ! r h�k '0���1 c. f ! 4` Y k 2�4 •. S ! ar if . Eq ` i' �"'• £�+ z.it< iJ } 2; f `L rx t �F r�`�N F ��Y],t�x�'f`Ct° i., A � ;t•, rr P�F l 5 �• r k Ilk J n;;#:�. SUSPENSION OF WORK The Owner may at any time suspend the by giving ten ( 10) days notice to the Contractor in art thereof work shall be resumed b �„ .. writing. The after the date fixed in th the Contractor within ten 10 Contractor e written notice fron, the Owner(10) days the But if the work, or an Y part thereof, notice 1.n writing aforesaid and �f' shall be stopped b the notice in the Owner Y writing to the Contractor to resume within°asTen reasonable Period of time, then the Contractor may abandon t give the work so suspended and he will be that portion of •;,«,,.. ,< . ., k and payments for all work done on the entitled to the estimates � portions abandoned GP-28. OWNER'S RIGHT TO llb if any. WORK If the Contractor should neglect to or fail to r prosecute the work properly perform any provision of ner, I after ten ) Y this contract, the Owner, without prejudice to any Other remedy ehe ° the Contractor may deficiencies and may deduct the cost thereof vfrma to Y then or thereafter due the Contractor, good a such 0 he payment � GP -29. OWNER'S RIGHT TO TERMINATE CONTRAC !!� ` If T the Contractor should be adjudged a �t make a general assignment for he benefit aofrhis� re if he should a receiver should be a creditors, or if if receiver should appointed on account of his insolvency, Y or repeatedly except in cases for which extension 1'� or y refuse or should fail, of time is suPply enough properly skilled workmen or proper materials, provided, to t he should fail to make E ar�r 1 or if material or labor or Payment to subcontractors or for 'x the instructions of the to or # r., Bard laws, ordinances substantial Engineer, otherwise b °r violation of an a guilty of a �. Owner may, without Y Provision of the Contract then the ;`'�'k�'F'� •�'� prejudice to an . after giving Y other right Or remedy and g the Contractor seven terminate the em days written employment of the Contractor and. take n n°tire, the premises and of all materials, tools Possession of 0 ',cit and finish the work b whatever method he may 4�• r� �z' y and appliances thereon In such case, Y deem expedient. su no further until the work is finishedyment will be made the Contractor �•�> :3.�-'�i ;� contract I f the p '' i price shall exceed the expense unpaid balance of the including compensation P of finishing - , administrative for additional managerial work nd �� service �•�„�;-��:rt'. Contractor. such expenses shall be -x , ,7 ' ;t , If such expense shall exceed such unpaid balance » F fa the Contractor shall a Paid to the ��•W�`' pay the difference Ito the Owner. ' GP-30 ,:, , CONTRACTOR'S RIGHT TO OR TERMINATE CONTRACT I f the work should be stopped � other public authority, under an Y, for a order of an period three month Y court, no or y r 0, P of thr h r;yzrt,,t ,n :, s, throng ,, ��3Kx•i�•s,s,,tai,,� Pop. F�.,,,t F ci1y 4„i..-•i`�v�1 fir,.' }+ 1 k, � �' �'� ,. �+ eb a• t.x r is#i.�>��'yr+?"' t 7 1 -E a 1ki MYf.. ftj yr A4 .f� t. i t t7xf 's4Xl'+�iE.��' +s2 'k..��•.' .`z�k�l.S,.:�T`;#...��,t�../� f.•i. �t.:it.. tt".r':?aaF,.rSnM...w.....:.•..,_..' - ...... ._..,rowwra', act or fault of the Contractor or of anyone employed by him, then ra' ; . the Contractor may, upon seven ( 7) days written notice to thew }r,q '-� Owner and the Engineer, stop work or terminate his contract and �`; r recover from the Owner payment for all work executed and any loss 1 t` r4iS`k.�4dvt t.3'4. sustained upon any plant or materials and reasonable profit and ��?� + "•, ��xf�'� tz- damages. GP-31. LOSSES FROM NATURAL CAUSES `. All loss or damage arising out of the nature of the work to be done, or from the action of the elements or from floods orr ', >;�° ' 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 ti, prosecution of the said work, shall be sustained and borne by the _1'y=';' �-x < Contractor at his own cost and expense. %s;::�.,�. •. GP-32. SUNDAY, HOLIDAY AND NIGHT WORK j4 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 q,. 1 emergencies or for the protection of equipment or finished work may be done without the City's approval. t ' Night work may be established by the Contractor as a regular r` procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision ,,' -. a, i for the proper prosecution and control of the work at night. P P P 9 GP-33. UNFAVORABLE CONSTRUCTION CONDITIONS t � During unfavorable weather, wet ground, or other unsuitable ,, r „s 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 a , .. which would affect adversely the quality or efficiency thereof, h:.Y unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34. OMITTED } GP-35. MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all 4 materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporated 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. ti '�:� ”^k5T F •.���rRS ••1!, dt» xy ON � +'•S Ott r' ��i 7e i 1 � 1� i r, Y"Y a S�c.Cry { t 1 1#,.: s [ .. ,t• r 'd" p,aJ�'.t''z�,t'fy1�„t�w`' S ��t.l.�..rh�'����h b� rt � �r✓�t of •r , .:I " ''1 d1 S le yrl �p,tc�'.�� N+t4 r,: fit,:; •,. ��`*�`��`'°' �.t' F tvis r �'t' Pill ... .... ......._.^.,.,..,-•sue. +. ,......... ..... ,w....».w ..i_•.....' ''+wr.w j{ s�^. 3 1 }R GP-36. DEFENSE OF SUITS y In case any action at law or suit in equity is brought against the City or any officar or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and �z^ perform any of the covenants, acts, mattex•s, or things by this contract undertaken to be done or performed, or for the injury or dame a caused by the negligence or alleged negligence of the contractor rs or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands ;. subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred ' In the fulfillment of this contract, the Contractor shall indem- nify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, g E decrees whatever arising out of such action or suit that may be Ea 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 i changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress Of the work. k: k t ` GP-38. CONTRACT TIME L� ' The time for the completion of the work is specified and it is an essential Bart o£ the contract. The Contractor will not be `:?`'t, entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such Y conditions was authorized' in writing by the Engineer. GP-35. 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 ""{` ;Ir contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed, cause for the delay has ceased to exist. :. .., _Completion b y Workin Days I f the time for the completion of the work is based upon ' days, this time will be ` specified in the contract. A working day is defined as an 5a`. when, in the judgment of the Engineer, soil and weather y day`' conditions are such as would permit any then major operation of the project for 6 hours or over unless other unavoidable 1 I M .......... k h *S 1F { d4i7 3$ r 5 .s, a..._...:'..,w...:..�w.w..,+s.asMht..,:ra's'�;"�h.,kct xls'`�r sr.at„3;:5 �.� ;v . r., .. ';. :,,..t,.,f '-:s y:.,..f,•,........_. ” ,.a...r„ a u ( >' conditions prcavent the Contractor's operation. If conditions are �' »s such as to stop work in less than 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, national holidays and Y .. holidays established by the laws of the State will not be counted E',`C�r1iZ�v ay y'g. as working days any time ;;• i31 during the year. �f''��� ��r r LIQUIDATED DAMAGES �7ib�'$'�rcrii; i Time is an essential element of the contract and it is therefore z 1 . important that the work be pressed vigorously to completion. .:� • =`..'�-'�: • "",:•.� I Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or �p 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 U7 the completion. The said amount set out in the hereby agreed upon not as a Proposal es 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 yr, 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 7 i 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 ,�,�b�;�•��'>R'�� . performed as determined by field measurement p y hereinafter provided) at the unit as(ex�e may price bid for the items listed in the schedule of the Bid or for such extra work a s may be authorized and approved by the Engineer. The cost of incidental i work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. . ' °` b Deductions( ) Deducts n for Uncorrected Work I k M1S tr If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the f Contract, an equitable deduction from the Contract � made therefore. price shall be rh, C, i • .� 'i:�� x .t y-,•. .ryH xy v:.,>t;1'- F '..° . 'j. '' � . '. 1.' Y y+a:;�,41:Sr-x.n•' °^. .. ..,vaCSF.s £yam+ . E is�SJ SSA � ��P{i � i t t r •t^,st i p* 111111gill I 1 1111 11''11111111111111 vigil,11 1111111 { 4•#b NO a?° 5V t Mi Y (c) JGump Sum Items Payment for each Lump sum item shall be at the lump sum bid for - the item, place, com lete in and shall include the costs of all P labor, materials, tools, and equipment to construct the item as ,'tn '% ., described herein and to the limits shown on the plans. 'xyi4 (d) Partial Payment_ x fI' ryx' Partial payment will be made on a monthly basis. ' The payment shall be based on the work that has been approved and found `' acceptable under the contract by -the City Engineer or inspector. ! • A 10% retainer equal to 10% of the contract amount shall be withheld for a period of thirty (30) days after the improvement has been approved. i This retainer shall be withheld to insure the rectification of complaints as deemed legitimate by the Department of Public Works. After said thirty (30) day period is expired and all legitimate complaints are rectified, the retainer shall be. released to the Contractor. (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 ur 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) Certificate of Compliance Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Public Works a Certificate of Compliance on prescribed form attached to the ;•,,_.;. 2 .r` back of these contract documents. dt 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 ,:`.`,s;ti relating to or affecting the work. <-Y . .,. x ��t�i z;i• BROWN • t 'fr y,e.Y� I lt' i J t Y�1 Y p �'• fir. 1•,,:.,w,:, , ,......w.,,,w�MdhtcraGc_;r,' ,�?�t`�`7'4!?i'�,t t�. ,. < s.. ..,t , .: , , ,;�rtf ; , ;N,;r;._;,^�,,,, ..._. _ ,_ .,..u.. .s....t..,=.�yari+a , RAf p,{ �' 1 GP-43. CERTIFICATIONS :. GP 43•-1 All suppliers of materials such as drainage pipe or �� tF handrail and all suppliers of a ' sphalt.i.c concrete or portland cement concrete mixtures shall certify in " writing hat the w,•, g product as supplied pplied cofiforms fully with ��� } these specifications. Such certification shall be delivered in triplicate to the Department of Public Works at least 24 hours before the product is to be used ,yµ ` on the project. 4 jf 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. Such tests will be performed at no cost to the Contractor. 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 �: . .� y performance promised is equal or better and the price quoted is the same or less. !a GP-45. PREFERENCE FOR U.S. MANUFACTURED GOODS. r` On es i gurchas n excess of $5000, the City shall select products manufactured, assembled or produced in the United States, if quantity, '. q y, quality, and price are equal. Every contract for public °�4'J�ti�. works construction or maintenance in excess of $5000 shall ` y,zx ; contain a provision requesting the contractor to use American 14, products in the performance of the contract. GP-46 AWARD OF CONTRACT - REJECTION OF BIDS ,= All bidders are require d to subm it 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 b } est responsible ' bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications is reasonable and it is in the interest of the City of i effersona Y Missouri to accept same. The bidder to, whom an award is made , Will be notified at the earliest possible date. Jefferson City, however, reserves the right to reject Tany and all bids and to waive all informalities in bids received whenever ' such rejection or waiver is in their interest. 5 ; 3 x, ' v {' L It _ 'X, '.r' ; k ✓"3`s ,... ; !'.r 4 " �. .�ta�'FE ��}}j 3tlt t 4jt �;f� ' �:. x i4` 4 h fU � fi i r S `J .I. � tf i�t. }�J�bl �+'•�iS,Y',�, s . f f+f I ?£ Y�i �o�rfdt a 4. '__ �.R"miLru�eC�lret�• ..�z� .,r w nn. .dam -1.�...........�..,. •'.r'Ya'-�'Bd�16'—�.�+._��.^'L+_'�'a.''.• )�r ��tdrw.+....31:.__'o.,< e ;{� r�e� g p¢},•y� gt� t..k� f ?�c �'_s�.b)..n1fA.'rSF's'+arx+'<sa,:e. ji�a':��t'}.�p��`�� rd�+ �t;..l. � E SPECIAL PROVISIONS k r FORWARD: The provisions of this section take precedence over any other provisions In these specifications. .; _ SA `. SP-1 CONSTRUCTION DETAILS x. All construction details included with the plans and attached hereto shall be used in constructing this project. SP-2 PARTIAL ACCEPTANCE , ry1 The City reserves the right to accept any part or all of the bid for the Madison Street Improvement Project. 4 r • SP-3 PRE-CONSTRUCTION CONFERENCE ` 1f:A;�tCRY'�,�1�at Rt 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 4 2X z: r that this conference will be attended by representatives of the Owner, The Ya, Engineer, the Contractor and his Subcontractors, and the Utilities, as well as ,r�; .t. ..W_i representatives of any other affected agencies which the Owner may wish to invite. ,: " ROOF DRAINS7+ri< t x All roof and/or foundation drains that discharge into an existing ditch section, storm ..�� ': sewer, or curb shall be connected to the proposed storm sewer or curb per Technical Specifications TS-29 Downspout Drains. SP-6 UTILITIES PM The Contractor shall expose all utility crossings to establish location and depths prior to construction of the storm sewers. u SP-6 MAILBOXES 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 b the Contractor Y once grading is complete. g I�. r I Any materials damaged by the Contractor shall be replaced with material or equal z type and quality at the Contractor's expense. uxR-r7T` ""^"r^�^'^C*'^ t+IaUip, •; '^ 7 r ,7 t , y 4 + x'v y�trr}��,�r. sriry�•_�,„s� ��tt r r p t J t { 'r" :_-s � '� � �,v�rti,4x�,'v"�+{t5�, *,. Y h^"1:3' St s ..4 r y si .�. ' t t+ fi F t.Y if §�-�M��°.X' •X,r ',��`,ySf'♦ih. hr r Fti .: :` S r Ir Mt L� i �f t� ° `"ryy'jM1,�'r t: `a��Y#}�xf�,�.��,=7.. !n` .}4:: • d a5 .t 5 L.t etYyt ',,kk} ,(Y�ke�✓n ]tbN� �4 j fit z•+ ,,t '� .'yp a�i t �'. '�f�p17y.i t t £ + t { ..,.{�, + I i..,ef � '.'+ +s.,y�x��,�eFw, � � �?3'iii,., °(% f '•"i'�`I sy �t:�.a $tt. '}+41��I�� r yy�+✓ j $ T+ > .. .1 t i .t,_ li t�• \t x� Y rt,�}� r. Y'rlt� �: 1 t .�', ;i�. , .�r, .. ' ;f at#`'��.s� � t 1 �Kt x ,siY'T ``'SvT'+ i i.J•i (x y.^i'n3�3 x.�jy ;'J�3��. ♦ d „1 �x"FS n., .,_.,... t .. .._...,...�.•.:,..,we^ 'r "i`1�' ..,. .. �����,� 1 i h�u3 ,,h�- �f -�" ta, I V 'Xy'#X . t SIB-7 PREVAILING WAGE LAW RM 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 I6-20). k..; Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent p minent and Basil accessible lace at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during g the full time. `it.„zaA=�;�,,^r�;?•': SP-8 SA LES TAB EXEMPTION 'r� .t 4'f �{•? tlon 44:06 -=19SIVIo provides that the City's-sales--tax exemption may be used.- for the purchase of goods and materials for this project. The contract for the _ project will authorize and direct the Contractor to utilize the City's sales tax a '9 f[artnr_�thpi�rchase: ofi goods ancf°materifsfioth_e-fir Y` ojeet--'i'his-provisior��-- , ; :, ;;a ; '�apply . .y#"T�ose.purcaseot a�Iirtg: veja [an?:anindiviciiial suppi e„ '.� n�.: A list of materials to be ordered in the City's name for the project shall be, submitted prior to the preconstruction conference. The Contractor will notify the City and obtain concurrence in advance of any changes being made to the list. !``r°-E's••},.�,..A ii JtkY4,Yeh > The Contractor shall order, receive approve, 'ry3 , pp e, install, and generally be responsible for all materials for the project. Material purchases to be paid by the City shall be ordered in the City's name. Invoices for this material shall be mailed in care of the Contractor, approved by the Contractor ` t , and submitted to the City for payment. Requests for payment for materials shall be deducted from the contractor's ? monthly payment estimates for work completed. v SP-9 3” ROLLED STONE SASE �.,�.;���•., ,� Payment for 3" Rolled Stone Base shall be made by square yard measured from back of curb to back of curb. Any additional thickness necessary under the curb a' 3" and gutter section, that might be needed if the curb and gutter section is placed 1r k separately, shall be subsidiary to this item. No additional payment will be made. f H SP-10 TECB-INICAL SPECIFICATIONS The City of Jefferson Technical Specifications, are hereby amended by the x following modifications. The City of Jefferson Technical Specifications,asamended shall be used to construct this project, In areas that the City f y Jefferson {; Technical Specifications as amended does not address, the latest version of the r ' Missouri Standard Specifications for Highway Construction shall apply. : -1. ` ,`iil;F, 1' er x '7 Il. Yrrn�r f °XIt FP fit 9xpny n i f y .1 � t_: - - - t x9b2f15 }�1. `� 9t�'pA:���.• < Yr k{rf 3{.t9`�����.'�h„,•��.��l4���3a�Et rr' ,^ .� j` ., ' t f i'�"° � f� 14mHli�: IdN19Na WYN�+i,wlYiu:l..'.• .._...,CL:f.`1w:4: r v� �c t a t. The following modifications are included: ;i s City of Jefferson Modification Specifications Sub ect Number TS-9 Seeding at Channel Improvements 1 TS-10 Reinforced Concrete Box 2 ` TS-18 Traffic Signals 3 _ Traffic Signal System 4 ;4r TS-23 Maintenance of Traffic & Access 5 :.-., --n_,—. —_ -� t: ',+r„ _ — !3' — _ :#{a`�'�s�3'2' -Ex�cvr�_ .i �1 _ — •�''. .:•-r-.:.+'�.•'.�r — k' w t R' �, iF.t�1.S2^�tY�it'�:�v.,-T.. .. .�..5t _t )•,.•:J. Y.c \C,t.tiwSniy:WN?.n"f;!+t..c':�'tfr .- di. _ -- Tree Planting 7 ° a --- Mechanically Stabilized 8 Retaining Wall Systems tit t.l r p.+ .!�p ��' ?"✓ f.f'��+r<,5v'f a �aA t.t��� �a ,�Y 1 I {S� pxi : � a rLnfiX ,fY •..�� t �;4 F�, sl' 4��`tV�+�5�Y1�'}H jf�f,r'' .h��tfgr��`+`���M{ffY�X�s� �`�Fp S3? ��3 A ... {.tr`" ki. � r �{iy}4 it Y a i. n'�. P i z�rlwx x'r��3 �+s.+u,,1C t�,�{ tai 1 t. a 1} °' ��•t7r T2*�Y�tf��y.�i«u��}S��f S" 44 � r a '$?l,.p }�� et.'• f� ��n,i�1 df�rS}a'' .t.a..�'l�1ki�'a1 .tp r �'fpE�. ,il k' S 'S'.;i ra ,y��,. Sr Y d JN 1 t 4 �+.�. d��iC+�nilF lri�a✓�,.a.,..�:,:..�u.e�.,. .._...:i.u+.�..�nisl£:' TYTa�,`h' �+. ti MODIFICATIO 11. SEEDING ALONG THE CHANNEL 1MPROVERE- NTS This modification supplements Section TS-9 of the Jefferson City Technical Specifications. > The work under this section shall conform to Missouri Highway Department Section 805 "Seeding" and Section 806 "Erosion Control Blankets and getting." { Seeding of all disturbed areas along the side channel improvements shall be applied at a rate of 350 pound per acre and composed of a mixture of 15% Smooth Brome Grass §; and 85% Kentucky K-31 Fescue. The purity shall be at 85% and germination 80% for Brome Grass. The purity shall be at 97% and germination 85% for Kentucky K-31 ' , ----....Fescue.--- Seeded areas shall be mulched with straw at a rate of 1.5 tons per acre. The mulch shall R r be_etxlbedded�b .,a ,app a_v_.ed disc type_roller having-flat serrated discs spaced not more - - -_ � � .. c�lfing.C-f@at ► 9 SCta.�Pr �An";"airrST "fib11bPddlTittrt�` ,,,_,,,SLUM ©vedi�nett+n i.,over# ia�a�T'"a�¢�secUring it_ta.th®:seed ✓,z:vi#ir::i ti r r..d'tLL�1 As an alternate to mulching an approved erosion control fabric may be laid over the seed and fertilizer areas immediately after the seed and fertilizer have been applied. Seeding and mulching may be done with an approved hydro mulching machine. Measurement and payment for "Seeding, Fertilizer and Mulching" is to be one per unit bid at a lump sum amount. f; a, f L f 1 t is 10110110111110111111101 r ,ylyrrawwn.w.• 1:��- t n a ryi rty��.r 4, .•�,�..i ✓ 5ar i ttv s p y :t 1 f + t tt gr~`j!,� t r3.t,�}Y s n�) al �t -�'`�"ga N'�A13�;yix G��'!.z2 si{rti Set r<L � �� rrt �',r r � r i 1 `',kf l ,r�. +tr r+tq `•c+�f�fi ra �y+„R�`t fttzyy +i5 1biE t al?rti qS 11�tN; w✓. r;r �, a f t r.3 }. S 1: t +. + t e r"`� 9.�5 ; Jr '3p .tia € Cy Y e �zMs'+ �tY "�: n�� � , L t� , c t t t , s � �� ` t� t.}�i.! s �,E. i.i't1y5, �ry'33v�'� ��.?;•` '-y � y+ -r.-lY4 .. 1 l.R' 4+-. DtplyV�T" 2F•St Y'h iy�"""',�'�{ ^'t� Y.. YI t..,i f y r •#t _Mnt.v..w.�ai� ...-........,n,.w«a.nn:tY:hlV,�f"'.�aL!V,Sth..1:'Y•F i11:4vµNy4n�J�xttMW. 0.14'tN nv,,C,:fv'.'l.`.'i.�5 Y�.r���{ .. .. .. .., .. ............. .. .. ..........e:.«. J ��'S� u+MIVt'?; N �a -7, 77777 4 j'Sj� 'fin 7'uh a MODIFICATION 2, CONCRETE BOX 'MODIFICATION 2, �:: '�„�ft.r.�w.�U,'•::: . This modification replaces Section TS-10 of the City of Jefferson Technical Specifications reinforced concrete box. The reinforced concrete box ` as it applies to construction of the culvert shall be constructed in accordance with the "Missouri Standard Specifications for Highway Construction, 1990", except as may be otherwise provided for by this article. 4 Sht fi i SECTION 101 - DEFINITION OF TERMS •� 5 f t ' Delete Sec 101.9 and substitute the following: "Commission" �� Transportation I : i 101 g_ - If the words Commission or The Missouri Highway and p an are-used -the Missouri Standard Specifications for Highway Construction, the word "Owner" shall be substituted, and shall mean the Contracting Agency acting by ' and 'through- and of its authorized representatives. `' r ......�..�;...«'.aTv .-_ .�._�_ :_-.•- _....:.::. L'T ��1'.R"47 1NjMTriCf:17"•91'�t`%L�KipelR "fN:dMSPSy!yil:.»-.'�".r:'�'".-.. .-. -. -. ...J....wtC....:?J.i...An:ti3t.-r�..1......._.t •..w. :. �Vw+IIMSIf..:yyr�''-�fJ'CYF' .. ] i Delete Sec 101.17 and substitute the following: }' � :r t ' 101.17 If the words "Engineer" or Chief Engineer" are used in the Missouri Standard : , ::;; ., <. Specifications for Highway Construction, the words "Consulting Engineer' shall be substituted, and shall mean the Consulting Engineer acting by and through any of its ""I" authorized representatives. 5 Delete Sec 101.21 and substitute the following: r. :. 101.21 Laboratory. Any testing laboratory which may be designated by the engineer, for inspecting and determining the suitability of materials. ' .,4 A Delete Sec 101.28 and substitute the following: ` 101.28 flans. Drawings or reproductions thereof approved by the Owner, which show { the location, character, and details of the work. flans shall prevail over standard y fit: specifications, and special provisions when in conflict therewith. �s. Delete Sec 101.38 and substitute the following: 101.38 Special Provisions. Directions or requirements, peculiar to the work and not otherwise thoroughly or satisfactorily detailed or set forth in the standard specifications. Special provisions shall prevail over standard specifications whenever in conflict therewith. qi ,,:; F f W- 4 t w 1 � , "lfrt�tfk tt7i!fi'�t€ ro ..t 1 t 4 :.++' ,l, .,"•f d t' � t r�,�..}S y t.'�i fi �"G�+t"t}y m r� Y 'e'" t� t {..i ti.. � y JJ� , j.'' jj ±� �r ,:1 1gg YS i�g€ ry} �'• '{, ._, ,• 7 ,i� l t��. i�i:.;iii v��€(s�gC,,:• �'' x ,yl$S •Y. � Cei x1,7y�•,��t��'rj{,�¢w �b n�" , '+ - r `e�111P -..�h�'u��BY tuft A l � .Rr,I4. ` 'i t',.•.i•:' .. ...,.. ..... .. -....... ..............w...vn r .r w44..vvu.w4 i.+i,xe.koi.rr.ov.1...Y.a�' .�� r L, •.f1fy��(t a r Delete Sec 101.40 and substitute the following: uY y� 101.40 If the words "State': or "State of Missouri" are used in such a manner which implies ownership of the project, the word Owner shall be substituted, and shat! mean the Contracting Agency acting by and through any of its authorized representatives. V/+i�S SECTION 202 REMOVALS : Delete Sec 202.23 and substitute the following: 202.23 (Method of (Measurement. The work provided heroin will not be measured for ix.rX 'it.d 3�t ; payment, but will be considered a lump sum unit. This shall include the removal of all ` items whether in view or hidden underneath the surface of the ground, regardless of Wh�ettrer-shown on the plans or encountered during construction: No adjustments. will be._.----�:-.::r; fps ,:,.���; made from the volumes of unclassified excavation or embankment in place where existing ' �,.. • �m �Qv_Ements-are removed from within the limits of the roadway _ - the . {'! * [= 'xYl�9�f'•Y'.3C•!"/r1141�i/+�OR..11fi.w' •' .-_ �'-w , . +YF3.Vi:B�ii'Fb'a�,`,T.k.tktXWd[_t. t. _. .-_ , ._. .., }.:'*-..Yu c'-u"i�.]'�"..LLYQIn'k•S_rr- t' 1 t1 202.23.1 If no pay item for removal of improvements is included in the contract, removal r of improvements will be considered incidental to the work and no direct payment will be made. SECTION 206 (EXCAVATION FOR STRUCTURES 206.5.2 and substitute the following: Delete Sec 206.5.2 If Class 3 Excavation is specified as a pay item, it will not be measured for F + 4a 5 � payment, but will be considered a lump sum unit. This shall include the excavation of any ,, J. V�4 material, whether rock or earth, suitable or unsuitable, regardless of whether shown on ;;L , the plans or encountered during construction, and the suitable backfill required thereof. �'wrat : . If Class 3 Excavation is not specified as a pay item, it will be considered incidental to the yr °,fh ill be made. work and no measurement or direct payment w i '7 i L Std If I$F SECTION 501 - CONCRETE Add Sec 501.2,.1.1 ..rs F•! 1 1. `:�•4 501.2.1.1 Prior to approval and use of the material, the contractor shall furnish a �,�_ ;• �3;;. { certification stating that the material supplied conforms to all the requirements of these specifications. The certification shall include or have attached t ical results of tests for Yp •K specified properties which have been made on representative samples of the materials to be supplied. The engineer reserves the right to sample and test any material. Acceptance will be based on the certification, visual inspection and the results of any ' tests the engineer may perform. r „Y 2-2 ; Ott. F; i '4$i+i: @ar:.w""""' r«ngaw ve...^:Y;t.'hp',431r'''1rrN.. :ci.ii :.tiryro-'.,m-Ya,.. ...,.... , •. ,i,. 77 7,77101 A + 'tl 3crtC!'" •i ..Y w................r_.._•„..._....a.n........, ..,.... ,:� ..” ..... .\ S }SY ���+tt5?Y fuF'� 4v G� - 5 - Delete Sec 501.2.2 and substitute the following: ._ Y s " tG r 501.2.2 Mix Design. The contractor shall be solely responsible to supply concrete that , 3 conforms to the requirements of these specifications. The proportions of ingredients shall fk be such as to produce a mixture which will work readily into the corners of the forms and around reinforcement by the methods of placing and consolidation employed in the work but without permitting the materials to segregate or excessive free water to collect on the surface. The mixing procedures and proportions of ingredients shall be determined by the contractor and shall produce the proper placability, durability, strength and other " required properties. Delete Sec 501.2.2.1. Dehte=iec=501:2:2.2 and-substitute the following: :.. 501.2.2.2 . For sim licit of-design, the various i b „_. : . ,� �!; " ._ fine aggregates are grouped into four RE `mitttairrr arYd�micmivrrr cement=factfl fas been esabitsf - '. for=,tiidJndivjdual' 'ob rr�a va " e`endi ""`.._:�- gradation of the coarse aggregate, the quantity of mixing water used, the quantity entrained air when air-entrained concrete is specified, and upon changes in proportions which may be necessary to produce satisfactory workability, strength, or entrained air content. The contractor will make such changes in proportions, as necessary to produce concrete of satisfactory workability and strength. . � .t' t 7T``C x •• Delete Sec 501.2.3 and substitute the following: . 501.2.3 Sampling. Sampling of fresh concrete shall be in accordance with methods 4 4. C. established by the consulting engineer. The entire sample for slump and air tests, and W :```•' err.` vl>t.I„ f,Yl I iF td Y Ty-}t L� for molding compressive strength specimens, may be taken at one time or at two or more + regular intervals during the discharge of the entire batch. acceptability of the concrete `f }% J for slump, air content, and strength requirements, will be determined by tests on these samples. Tests on these samples shall be in accordance with methods established b = y the consulting engineer. Handling and curing of the specimens shall conform to method s `aR established by the consulting engineer. ;. ,, :F Delete Sec 501.2.4 and substitute the following: ^" ` 501.2.4 Consistency. Generally, the slump of the concrete will be within the following 1 limits for the respective classes of concrete. The concrete shall be uniform in consistency and contain the minimum quantity of water required to produce the designated slump. ` The slump and mixing water content of the concrete, when placed in the work, generally f b shall not exceed the following limits: x. ; 2-3 c � r r 3•nt.y t#yfx' Q�F i � � x t :G" Cj e3 •,w.+ S .�xl.� `�Jt�t4+t�4"tht�� 'zp�'��e.iL'�a"tt��4+'�'if^�t,t i.�d.,tk 1.A4•s51ic`s ;7�ssn`:• .. . 77 77 - t t j t . J ,T C. aC vA�'��` b • ` is'-lzh Q Y c'1 t t..fS t.����7A}y'��jr54�'t��X 1' 1 � r �fl 1 �y- ��' i 1 k I ' Slump and Mixing Water Requirements 3 �f jst x Maximum Gallons of � TA Class of Max Slump, Mixing Water Per Sac Concrete Inches of Cement ' Air Entrained Non-Air Entrained 1 4' 5.75 ` A-1 3 1/2 5.25 , 75. 5 6.25 4 ;$. B ; fl 5.0 6.0 E B-1 4 -_- = B _ 2-1/2 4.5 ... Pavement 2 1/2 5.5 6.0 _`> ="'_-==°-,...�.__ --•-=cam--- - — - - _ Delete Sec 501.2.4.2 and substitute the following: 501.2.4.2 The maximum slump requirements shall not be intentionally exceeded. An occasional deviation may be permitted if it will not seriously affect the strength and serviceability of the concrete. The consulting engineer will make the determination if the concrete is acceptable and is allowed to remain in place. This determination will be based on visual inspection of the finished product and compressive strength specimen test results. In the event that the concrete is allowed to remain in placer the engineer will document the basis of acceptance by contract modifications which may provide fora ,. appropriate adjustment in th e contract price for such work. D21ets"Sec 501.3 thru 501.3.4 and substitute the following: 501.3 The proportioning and batching equipment shall be designed and maintained in y; .2 7 such condition that the materials for each batch can be quickly and accurately Y 1 y'��' r 1v. proportioned. The proportioning and batching equipment shall meet the approval of the ° i ,, ...,. consulting engineer. Delete Sec 501.4 thru 501.4.3 and substitute the following: earance, and 501.4 Mixing. The mixer shall produce concrete uniform in color, app r x l distribution of the materials throughout the mass. Variations in the mixed concrete xa5y F reasonably attributable to worn pickup or throw over blades will be just cause for inspection of such blades. If such inspection reveals the blades to be worn down the §M1 blades shall be repaired or replaced. The concrete mixer shall meet with the approval 4 �• of the consulting engineer. ,. 1!Y •�1 �'�1 � .. .. 1R Lk iv F�("Sr1}Jr, :i c t i r f 1 _. _.4........,.,—.0 t. • "-��: .s....... ......»„3,.x..n.s.�}.dbr��'�'E�fi�u��� � ,''i HF Delete Sec 501.5,1 and substitute the following: °z s f Z 501.5.1 All central mixers, truck mixers, and agitators shall meet with the approval of the : . consulting engineer. Inspection of the equipment may be made periodically during the work. Only equipment found acceptable in eve ry respect and capable of producing uniform results will be permitted. Delete Sec 501.5.3 and substitute the following: — 501.5.3 Storage facilities for all materials shall be designed to permit the engineer to make necessary inspections prior to the hatching operations. The facilities shall also permit identification of approved materials at all times and shall be designed to avoid any mixin with, or contaminating b unapproved materials. Coarse and fine aggregate shall . r _ mixing.with, . __ . .. 9. Y, PP , pia. t�'lurni5hed�'ind handled that variations in the moisture content-affecting the uniform-- Y= consistency of the concrete is avoided. Delete Sec 501.5.6 and substitute the following: 501.5.6 A truck mixer shall consist of a watertight revolving drum suitably mounted and 9 9 Y - fitted with adequate blades. Truck mixers shall produce a thoroughly mixed and uniform mass of concrete, and shall discharge the concrete without segregation. A truck agitator ` {� shall consist of a watertight revolving drum or a watertight container suitably mounted and f.,.•.,: >: : •" t'::.r,r.,;,t.,.,^ref., i f fitted with adequate revolving blades and a removable cover. Truck agitators shall transport and discharge the concrete without segregation. At suitable intervals, mixers and agitators shall be cleaned of accumulations of hardened concrete or mortar. Delete Sec 5 ` 01.5.7 and substitute the following: 1A 4. 501.5.7 The right is reserved to reduce the batch size, or reject use of an truck mixer g j y which does not produce concrete uniform in color, appearance, and distribution of materials throughout the mass. i MMy, w Delete Sec 501.5.3 and substitute the following: 501.5.6 Truck mixers and agitators shall be operated at the speed that meets with the approval of the consulting engineer. When a truck mixer or truck agitator is used for transporting concrete that has been completely mixed, agitation of the concrete shall continue during transportation at the speed that meets with the approval of the consulting engineer. Generally, water may be added to the mixture not more than two times after , initial mixing is completed. Each time water is added, the drum shall be turned an additional 30 revolutions or more if necessary, at mixing speed, until uniform mixing is j accomplished. 2-5 IN 11! �, +ka*.{y;q'rfi�•' fi �Yf}C;Tij�}t tF:.r Yii;ti:`"�.x,•.1j=5., .. r. . . ... -;tl 1 � .. ...t;I4:i:&iwan.^-.._.._.. ._.^. ,._,.,,.,N,,.ra s 1 '�Y E t r f f S 3s ';. +:?[fey t•�:; r�� Delete Sec 501.5.0 3 Delete Sec:. 501.5.10 and substitute the following: � f . 501.5.10 Central or truck mixed concrete shall be delivered to the site of the work and discharge shall be completed within one hour for concrete used for bridge deck surfaces, and within 1 1/2 hours for all other concrete, after the beginning of mixing operations. There shall be no intentional deviation from this specification. An occasional deviations}f permitted if, in the judgment of the consulting engineer, the from this specification may be p J 9 s� deviation is such that it will not seriously affect the strength or serviceability of the concrete. The consulting engineer will make the determination if the concrete is acceptable and is allowed to remain i 2s n place. This determination will be based on visual - --' -iii -ection=�frthe'finished°prodact°and compressive-strength-specimen test results: event that the concrete is allowed to remain in place, the engineer will document the , basis. of. acceptance by contract modifications which may provide for an a ro riate —under--conditions j. -- -- �c rdC rlfi3ruc�rv+�orl _ =� _ td; QC -s#i fening of• concrete th�<t1t�a� shaYt_bea: �c r ais`�speci ntliubil Mgr c- the engineer. Delete Sec 501.5.11 and substitute the following: r p}a F 501.5.11 Consideration will not be given to permitting the use of non-agitating equipment { for the transportation of central mixed concrete. >.<. :. ESii'�rl:.'i3dr•;' Delete Sec 501.5.13 and substitute the following: .f ins ',. 501.5.13 Inspection. Proper facilities shall be provided for the enginee r to inspect ingredients and processes used in the manufacture and delivery of the concrete. rf °VJ i . . . e e Dlte Sec 5016 thru 50166 and substitute the following: „�•;�k`*Je�s�"fit� }grin:.: �. 501.6 Volumetric Batched and Continuous Mixed Concrete. Upon written request N�#r�,I�; by the contractor, the consulting engineer may approve the use of concrete proportioned +,,yLS by volume. If concrete is proportioned by volume, the contractor shall be solely � �� responsible to supply concrete that conforms to the requirements of these specifications. . ; l•.. r The proportions of ingredients shall be such as to produce a mixture which will work < <{Jn readily into the corners of the forms and around reinforcement by the methods of placing : Ei rfi;y'X and consolidation employed in the work, but without permitting the materials to segregate '_ or excessive free water to collect on the surface. The mixing procedures and proportions a of ingredients shall be determined by the contractor and shall produce the proper : `T'r placability, durability, strength and other required properties. 2-6 ?6, k .„k$ r.« 'i:k';C:'3Arau+,w:".•^'•--....._ _.....<.,rsat•�,,( Fi.fii.x ..a,.i:',,J '•1` .... ,. 'ti,'.jA:,.::lAr.:.,:s.w+...._...., _ ... ..,... ' .� '>....e.wr.�M�•M^'R:d � �t� .�r�j�, ue+7 is� "�:& •iK3.., <.r•V � �. { iV� h��� �' "Ji it � 1q d yC t' M1 F t sx 7: <x 501.6.1 Prior to approval and use of the material, the contractor shall furnish a certification stating that the material supplied conforms to all the requirements of these specifications. The certification shall include or have attached typical results of tests for Q 1 r specified properties which have been made on representative samples of the materials to be supplied. The engineer reserves the right to sample and test any material ,.:,< s;C, Acceptance will be based on the certification, visual inspection and the results of any {; '4"x,4, ' tests the engineer may perform. All equipment shall meet the approval of the consulting engineer. t 501.6.2 Storage facilities for all materials shall be designed to permit the engineer to make necessary inspections prior to the batching operations. The facilities shall also permit identifications of approved materials at all times and shall be designed to avoid any mixing ith, or.. b , unapproved materials. Coarse and fine aggregates 9 _ a `furnished and'-'haridl`ed-:`so,ftf variations irjo:th6-moisture-content-"of fecting- the' uniform consistency of the concrete will be avoided. ...-:..,.v>•:,+`y -mot .:,%.-i •y"+�� •:.. __-_'"-. a.i.iM pia i '�e ® �" i: °7' rta�:siatiLate-.the f+ollodving r.M Y fir_::.= - -_� x 501.7 High Early Strength Concrete. The condition under which high early strength concrete may be used shall meet the approval of the consulting engineer. High early strength concrete shall meet all the other requirements of these specifications. f��•rl.,t `,fMw Delete Sec 501.8.3 and substitute the following: 501,8.3 Air-entraining admixtures shall be added to the concrete during the process of mixing. The admixture shall be of such volume and strength that it can be accurately measured and dispensed by means which will gradually discharge the required quantity of material into the stream of mixing water. The entire quantity of air-entrained admixture ,;", shall be fully discharged before all of the mixing water has entered the drum of the mixer. i Mixing dispensers shall meet with the approval of the consulting engineer. 'k, a i F � ., ry /Add Sec 501.8.3.1 All 501.8.3.1 The engineer will determine air content of normal weight concrete in accordance with methods established by the consulting engineer. Y Y Add Sec 501.8.3.2 501.8.3.2 The engineer will generally test air content of concrete at least once for each pour in excess of 50 cubic yards of superstructure B-1 or B-2 concrete. •.1 2-7 ,{ 4Zt tia, t$ iCz rrrt�d,f ,k a.;sCy.1 k y,t s i k x c cp a�� b, • .; Yl, F iyF alp k•-�,f.n{�rGS� k N - . :} 1, �ia Ig741 2i sit, 1�5' jr, .�. ,• � i ' S i W 4. a t Delete Sec 501.9 and substitute the following: 501.9 Concrete Admixtures for Retarding Set. If specified in the contract, an approved retarder shall be provided and incorporated into the concrete. If not specified �•>le in the contract, the use of an approved retarder may be permitted upon approval by the consulting engineer. Approval for the use of any agent will be contingent upon satisfactory performance on the work and permission for its use may be withdrawn at an ry p p Y Y � time satisfactory results are not obtained. The use of a retarder for extending the delivery !tt t _ or discharge time of the concrete or for modifying temperature requirements for placement, will not be approved. Retarder shall be added in accordance with Sec 501.8.3 a by means of a dispenser conforming to the requirements of that section. No direct a ment will be made for furnishing the retarder, incorporating it into the mix, or for p Y. . _ _ :L piacirig-or finishing=the concrete involved. - - ! �, Aerie#� ec 501 if1-ai9d' ubst�tute the following r_ - _ --- --- ' y �. .'trio.WriRV.1r r'--' _ _ WnN'M>A'.r WiAiYi:.•- - acvpPiF+.�inM'ww.aswff!'V a'1•, risFT�7s1d7=:tc.:J'.th�e'!C�.W-i+y.R.•i=:fayu a_cr==..rx'v~','`t=; ,. v:i� .^.^x`r�'T;�'4'l=+int�°.'rs.'*=���- ...... - ,e,..2.,,^^,. 501.10 Water-Reducing Admixtures. At the option of the contractor, Type A water- M reducing admixtures may be used in any concrete. The use of superplasticizers may be 21. permitted upon written approval of the consulting engineer. r'{ Delete Sec 501.11 and substitute the following: T. 501,11 Prior to placement of any concrete in the work, the contractor may desire or may be required to prepare trial batches of concrete for tests. The mixing equipment, mixing time, materials, proportions, slump, and batch size shall be the same as those to be used during he construction. The batches shall be agitated in such manner to simulate the g g v'`'�`t'l��•J proposed time of haul and discharge. No payment will be made for trial batches. Delete Sec 501.13 and substitute the following: 501.13 Ply Ash in Concrete. The contractor may, at his option, use fly ash in the k;k���:;}��•��� { production of concrete in accordance with these specifications. The class and source of ; 4;' a fly ash used shall have been previously approved by MHTD. Any concrete plant using ' fl ash shall be approved and "certified" b MHTD. Prior to approval and use of they Y pp Y pp material, the contractor shall furnish a certification stating that the material supplied conforms to all the requirements of these specifications. The certifications shall include or have attached typical results of tests for specified properties which have been made on representative samples of the materials to be supplied. The engineer reserves the right to sample and 'test any material. Acceptance will be based on the certification, visual inspection, and the result of any tests the engineer may perform. LA 2-8 ';%'` j. ti; k c d F }, t 12 � v VwSIOdl All'.��El t>I�iVIR1RlfIR�10F1'IxAY'�f�R�t Y . ...tY;ru..{,Vxy v.:f et tx}-,Y,..rMSVNTiVIp,s.iiti_°:'.M,.t A.5..3.e„+e. .:{..I .... i'.. r..i .. . . " ''�^•..,;,.:., t Y t3 l^ Delete Sec 501.13.3 and substitute the following: 501,13.3 When fly ash is used, an adjustment in design mix proportions will be required to correct the volume yield of mixture. Mix design shall be the sole responsibility of the contractor. Changes in the mix design shall be submitted to the consulting engineer prior to any change in the proportions. Add Sec 501.20.1 thru 501.20.9: 501.20.1 Unless otherwise specified, all concrete shall be subject to visual inspection, job control tests, and compressive strength tests performed on job control samples. 5 These inspections and job control tests and samples will be performed by the engineer, ;; r at no expense to the contractor, except as provided in Sec. 105.11.4. r - 501.20.2 Concrete materials and operations will be tested and inspected as the work progresses. Failure to detect any defective work or material shall not in any way prevent - .;i :obli ate:_the en ineer for final- red , I� �atere ectton: ifsuch�defei✓t is. discovered no _- - - -- , 501.20.3 Test specimens will be molded and cured from each sample in accordance with j t methods established by the engineer. 501.20.4 Compressive strength will be determined by tests made in accordance with � methods established by the engineer. One specimen will be tested at about 7 days for k information and/or acceptance. If the test results of the specimen tested at about 7 days ►{,, r meets or exceeds the minimum strength requirements specified subsequent tests may tYfi { J}{ytrYt be waived. If one specimen in a test manifests evidence of improper sampling, molding , or testing, it will be discarded and the strength of the remaining cylinder will be c1i, A%1. considered the test result. 501.20.5 The engineer will generally make at least one strength test for each 100 cu yd, { or fraction thereof, of each mix design of concrete placed in any 1 day. When the total vi. ;6 quantity of concrete with a given mix design laced in an one day is less than 50 cu d, q tY 9 g p Y y y the strength tests may be waived by the engineer if, in his judgment, adequate evidence x: '4 of satisfactory strength has been demonstrated for the same kind of concrete supplied yt by the same concrete plant. y' 501.20.6 The engineer will report strength test results to the contractor after they are performed. All test reports will include the exact location in the work at which the batch Y, represented by a test was deposited. 501.20.7 If the compressive strength test results indicate that the concrete represented by the sample does not meet the minimum strength required by the plans or by these specifications, the engineer will determine the corrective measures to be made. 2-9 . iA �'�, h• 1'3V^'Y' �•,'�J t ���� t{ �s 4 C-'• r! lj, �}1'� <'.lO IFY `, �. I"1 Y l k3't't ".'" {lira{ T•isaa+e'�!'�r'}` �HC'`�t�"i}'1a>C't��•. g �t� S�F' ... 3 +.� '1 t , 5 �� . , t (Ltk' 1 .. i� l I i r ... t,..: i • , i.:.t iq � �lS', MA nhS��j'f��� RN r r£rw �f��.i ASS` r1 �e � N , "fig 2xw " .s' "•L p 1 . CLASS OF COMPRESSIVE STRENGTHe; CONCRETE PSI, (28 DAY) A-1 5000 B 3000 B-1 4000 B-2 4000 .r� t Generally, any concrete that does not meet the minimum strength requirements will not be accepted and shall be removed. An and all work and materials required to remove p Y q � '��• 44,r,, the defective work and make the necessary corrective measures shall be at the t ;: _ contractor's expense. ..Any additional testing or samples required by the engineer to •d'* erh1ih,`tffe relative°strength-vf the concrete-in place'in'the structure- shall be paid.by--- the contractor. P1.:h 501 Q 8"Y"t he cdnti cicsx=s provide_and mai.ntai fo the_ sale use of the engineer L; �¢-,,.}�� � : iiiafefac7fie� orsa �sora a and ro er curieancrete;tess ecimens�o project site for the first 24 hours. 501.20.9 The concrete supplier shall furnish with each load of concrete a certification which states that approved materials meeting the requirements of these specifications . :A�' 7 have been proportioned and mixed in accordance with the contract requirements. The :r supplier shall state in the certification the class of concrete being furnished, necessary . .;.. k' project identification and the date. The concrete will be subject to acceptance or rejection by visual inspection at the job site. SECTION 703 - CONCRETE MASONRY CONSTRUCTION sl Delete Sec 703.2.1 and substitute the following: , 703.2.1 All materials shall conform to Division 1000, Materials Details, and specifically , as follows: . ITEM SECTION x r ' Bearing Pads 1038 Joints for Concrete Structures 1057.2 ;1 Joint Sealing Material 1057.2.6 All materials, proportioning, air-entraining, mixing, slump and transporting of portland ; cement concrete shall be in accordance with Sec. 501 as applicable. a 2-10 � I .., 'M-Tt 4.:'� ""_e'+irva'B�lsitkt�&. ,'�,�x r�N��3k{',`�r'3����"d". f.^•S:'Yrr.'zwz:iesaxrsw...Y�. a 3 �... t r , v1 r • .. . r a°fir rYf1.7y r"�,%�` � � y, fi.��rr'.(n � t ,, r , , j 111{ e'� � �+' � �, e•,} ��•`"St.��Fi?�`�y�,,�„Yx f�ji,�Y N,s nt'".'f' k 1 {S"'t Yl.� 1 i �,f�'li E f�`Q3�t.° �w ��'f. t5�x•4��a pF���P�ibr�^�t tt}t t !� } .. � �,' S SK tt;�^f�•�: � h, �� �.',,,ir�''��F�4 t��}�1 F' b'w7t,A t7A}r` *l' J5 ".F ' -' "•,ti i j'i k' �tJ"i.,4'"'fir ' t ,'�stf�gi rr s: l'�lt lfy, f� 3 - t y. �' � �r t4N��rt` •". a.,. } t 1� �: � •.i y, ".. .. _ '' ,jtbx-(8�tly,�i'#^,����,k�,i+'F"�xX } h ifyd H t, "; i.4T.+N:�"�S �,�'.S+e!;"k 15 tN'xar.,<:otasr?,5,..rvr.s,.v .i. n.:,t• .:'R.,.':.' , ```�. L�r. ^ CC. al Delete Sec 703.2.2 and substitute the following: x� 703.2.2 The contractor shall notify the engineer in writing of the source and proportions of the mixture he proposes to furnish. The statement shall include the following: (a) The types and sources of aggregates. (b) Type and source of cement. Y ` ''t' t.t,. (c) Scale weights of each aggregate proposed as pounds per cubic yard of concrete. f {=s (d) Quantity of water proposed as pounds or gallons per cubic yard concrete. (e) Quantity of cement proposed as sacks per cubic yard of concrete. If the cement is to be measured by the sack, the weight per sack shall be shown. .::-i>6.41sa,eS.+L:iiraf-...-•.:-±�_s_-v:..,.-,a _�1::-�..:.: :.__..: _:. �......;... , _ � (f) The type and quantity of air entrainment admixture. l.'l^ �Y'SbHOmf/w'�Yi-iM��LiI�'3Pi — - 'T^"'.•R^L`71R7'✓'..176�VS!.'�f'i'a..7=� liJ9tili.:ine[cniS.:a:,iRiYa�^� .` 703.2.4 Prior to approval and use of the material, the contractor shall furnish ' manufacturer's certifications, which state that the material supplied conforms to all of the r z Az >; requirements of these specifications. The certifications shall include, or have attached r '!� specific results of laboratory s ,J. see tests for specified physical and chemical properties as determined from samples representative of the material. The engineer reserves the right to sample and test any material. Acceptance will be based on the certification, visual inspection and the results of any tests the engineer may perform. K iv Delete Sec 703.3.5 and substitute th e following: 61, 703.3.5 703.3.5 Metal forms shall meet all the requirements of wood forms in so far as applicable .. :., and shall not be used except with permission of the engineer. If required by the engineer, detailed drawings of the proposed metal forms shall be submitted for approval. Steelk° panels, or panels with metal frames and wood, which leave permanent impressions or . .. ` ridges shall not be used except for concrete box culvert type structures and other non- exposed areas. `} YP l { Delete Sec 703.3.6 and substitute the following: 703.3.6 Oiling of the inside of all forms will be required except for those having composition linings. The oil used shall be a light, clear paraffin base oil or other material which will not discolor or damage the exposed concrete surface. The coating shall be applied before placing reinforcing steel. F '�5 2-11 y +5x11 .^t'}^• y ,Yr•!+, 2, ,a i i -...,.,.wry . s� 5 Y !• fib.•(,.�a. 5i t � .r ,; '15 1� i.i iE3'4tS�a2 � r` . ,tits: i P { rcipt l: aw��`+r �V __ __ - - `vnisin`nwMen�• 'S `4`lvf�wMNU� �' �eto` Y. �;Ji !i1gipigg WffN=!9M1m� mum WHIM" ------ MM U Delete Sec 703.3.13 and substitute the following: tal tie rods shall be carefully filled with 703.3.8 Cavities produced by the removal of me ite cement mortar compos ed of approximately one part cement to two parts sand. Wh shall be added to the mortar if necessary to obtain the required color. In order to reduce shrinkage, no mortar shall be placed in the cavities until 45 minutes after the initial mixing. In lieu of the above, any non-shrinking, non-staining type of mortar may be used. After en, and uniform in color and the cavitie� are filled, the surface shall be left smooth, ev texture. Tie rod cavities in surfaces against which backfill is to be placed shall be filled Patching of with mortar or plastic compound meeting the requirements of Sec 1057.3. tie rod cavities in the interior surfaces of box girders will not be required. nk% ik.......... d substitute the following: Delete Sec 703.3.10 an a 703.3.10 Falsework and form removal from under any structural concrete unit shall not rength shown in started until the concrete has attained at least the compressive st be t e ahs of ac' ontinuous or monolithic seriesy-77 - sirtip e e" '72' ro 1"" 174- pp No 466�nl' 'f ­.Val eadd .spM. all s an centers each way toward adjacent bents. Release shall be in such manner as p to permit the concrete to gradually and uniformly take stresses due to its own weight. TABLE I compressive Strength Class of Concrete psi, min .'4 B 3000 psi 2750 B-1 - 4000 psi 3000 B-2 - 4000 psi 3000 wi Compressive strength will be determined by methods established by the consulting 't4 engineer. Delete Sec 703.3.12 and substitute the following: 703.3.12 Placing concrete in any unit of a structure shall not begin until preparations for placing and finishing are satisfactory to the engineer. Concrete shall be placed in the as near final position as practicable with minimum handling. Generally, forms in lay ers kV tion in each placement shall be completed in a continuous operation with no interrup excess of 45 minutes between the placing of contiguous portions of concrete. Where a finishing machine is to be used, it shall be moved over the area to be finished, immediately prior to placing concrete in any bridge deck pour, to facilitate checking reinforcement cover and slab thickness. This checking shall be made in the presence of the engineer and with the screeds in the finishing position. Placing of concrete for bridge decks shall proceed uniformly for the full width of the placement. Once begun, placing 2-12 x.s?',u. '�.'.,-S.^ef:fi..z 4Yt�r"`.t.',�i�``+h�+r at :t, s',.x. .. �. �.1 7.:�2"-wev.'•,.4.,,..� ..,...._...._... .. .. ..,.»,....:.w,.w»w!'iW11Y��R :ter +�,�,3'• A:7ss'�� ..krr.raa ct�S ryix' FL Y of concrete in the superstructure of a continuous or monolithic series of spans shall ` w„`'' ” proceed as rapidly as good construction practice will permit until all the concrete in that C j series is p laced. Sufficient vibrators shall be on hand to insure continuous placement of Ile the concrete without delay. They shall not be used for moving concrete from place to 't ;. place nor shall they penetrate or disturb previously placed layers of concrete which have ; taken initial set. Vibration shall not be prolonged until it causes segregation of they f . materials. Reinforcing steel protruding through transverse or longitudinal headers shall 'r}, u not be disturbed until the concrete has attained sufficient strength to prevent debonding. Delete Sec 703.3.12.1 and substitute the following: =7tD3342:'I -Where placing operations involve dropping the concrete more than 5 feet, the concrete shall be deposited through tremies meeting with the approval of the consulting engineer. --— - - - --- ?�t:: ,...rt� ,c� r S'4��ati'efil Via• � r�ri --.nrt�mazauc - --- - - ...... � _. _... ._ --- _ �'}f t ... .. r .. -.S:•.t731_M.`NJ:'Y^:".'.a�rcY'.`mK'^_..: ....:y..... �`..t"_ _.. —__. _... , Delete Sed�7O3.3.2O.3 and substitute the following: j. NwiF 703.3.20.3 Insulated forms for cold weather protection may be used at approved locations in lieu of enclosures. The contractor shall secure approval from the consulting ;,>z engineer of the type of insulations, method of installation, and the locations at which it is Ali, , ;: proposed for use. Such approval shall not relieve the contractor of his responsibility to (''ua{{,nk protect the concrete from freezing during placing and curing. . ,^ r •,y, Add Sec 703.3.20.5:'" �r+5,gg dt 703.3.20.5 The contractor shall have a satisfactory recording thermometer available at i all times for checking the temperature within weatherproof enclosures or under insulated ` blankets. Add Sec 703.3.20.6: " 1 703.3.20.6 Protection. All concrete shall be effectively protected from freezing for a period of at least 5 days after it has been placed and until a minimum compressive strength of 3000 pounds per square inch has been attained. Protection will be required for not more than 10 days. Regardless of precautions taken, the contractor shall assume ` all risks, and all frozen concrete shall be replaced at his expense. 2-13 qj .......... . ......... ....... { l I / t 1 ft q fnf r � l� r'��1x�r4�f)t 5'y }.. t 1 � ''�i t � it ,,.•, r r .j ii' ,'���y'{?. M��,tf��y?� / }.� e '7 { fP' P 1 �` � } ��� 5 r � '.0 !1.9�rz�aifd i�✓�1,Sp�pfY�y�m'�b � k t FM ff ir45t 11f� °)Y i n\ 1"L�� AfY �. SECTION 706 - REINFORCING STEEL FOR CONCRETE STRUCTURES t Add Sec 706.2,3: i 706,2.3 Prior to approval and use of the material, the contractor shall furnish k.tf. dirt;`lrga£:7«. manufacturer's certifications, which state that the material supplied conforms to all of the requirements of these specifications. The certifications shall include, or have attached, specific results of laboratory tests for specified physical and chemical properties as E t 4 ;taw determined from samples representative of the material. The engineer reserves the right "E ,.t.1 a f t. Aty rtr -1 t to sample and test any material. Acceptance will be based on the certification, visual �• i:��k ? / inspection and the results of any tests the engineer may perform. { Delete Sec 706.3.1 and substitute the following: r : t 706:3:1 -R�ihforcing -steel-shall be protected from damage at all times. W hen placed in the work, it shall be free from dirt, oil, paint, grease, loose mill scale, thick rust, and other ,:foreign :substances.....-Thin powdery rust need not be removed. All reinforcing steel =- ==ryeird #or�u - •Gt�I .,cocXeYe� uclias-slah�,yiri�ers.- end beams and toy slabs of - r 7, _ _:.—s+..- —rtrx_�zuarrrt -rrartrae..r,..:-. .,ww+...a �«..-...`^°"_a'•*�-h- gar oar ('1#Dail< foot pal iall.be,:held:securely:in`correcf::pi.. IN _ R, I bar supports and ties. Reinforcing bars shall be positively by means of approved meta b pp 9 . :...,,• ,�.,;;: secured against displacement. For bridge decks and top slabs of culverts, bars in the top yY i mat shall be firmly tied with wire at each cross or lap. At other locations, the bars shall be firmly tied at the alternate crossings, or closer. The steel shall be tied in correct position and inspected before any concrete is placed. Such inspection will not relieve the L � z contractor of his responsibility for constructing the unit in accordance with the plans. Care shall be exercised to maintain proper clearance between the forms and the reinforcement. Measurements to reinforcing steel shall be made to the center line of bar, except where clear distance from face of concrete is shown on the plans. Before concrete is placed, any dried mortar shall be cleaned from the reinforcing 'steel. SECTION 712 - STRUCTURAL STEEL CONSTRUCTION ,..',v1i•4'(v?nett. Delete Sec 712.3.1 and substitute the following: mate rial and quality 712.3.1 Fabrication and Inspection. Inspection of fabricated mate '�f %i.�kzttrF. t 'Y control shall be performed by the fabricator at no cost to the owner. The contractor shall ir; frr be required to submit Certified Mill Test Reports representing all structural steel, Non-Destructive Testing Reports, and a certification stating that all materials and procedures are in accordance with the specifications, with all documentation signed, sealed and stamped in accordance with the laws relating to architects and professional engineers. The fabricator shall provide non-destructive testing by personnel who arei- •., r currently approved by the Missouri Highway and Transportation Commission. The fabrication plant shall be certified by the American Institute of Steel Construction as a tTY, � Class 3 plant or all welders, welding processes and procedures used for work on this ; 0— ! F project must be pre-qualified with the Missouri Highway and Transportation Commission. v.. >1;s'N{a:`a:un..,..--'• �.:.h :d •.:5' . r,.. ...... ........_.. .. .,.. ... -- ..--...,,,r,-.,.�....,....+-...�.�,m*w�� ����j' �. r roc t 1. j p ♦Y S, a'4�'j!'`y, f r } „iY :,tii/ .4b•o,-«.e+«.,.., .......... ... .. .... L_...,...._.._._.... l . .. .,. .. .. .,.. .� ... ... ...,.......+,waai"4'4� �.L x t 4 L' GSn c Delete Sec 712.3.2 and substitute the following: 712.3.2 Shop Drawings. Shop drawings for structural steel and miscellaneous metals will be required, and shall be prepared in strict accordance with the design details shown on the plans. If details are lacking, they shall be supplied and shall conform to the design �n «y 55 P complete, and shall be plans and specifications. All drawings shall be clear and comp thoroughly checked as they may not thoroughly be reviewed by the engineer. The contractor shall furnish two (2) sets of prints to the engineer for information review and , responsibility onsibility of the fabricator. The sf approval. Accuracy of the shop drawings is p approval will cover only the general design features, and in' no case shall this approval be considered to cover errors or omissions in the shop drawings. Reproductions on cloth j or film of the original shop drawings will be required for railroad structures and shall be (n. eliverd� to tre'erigihoot prior, to-completion of the work: The contractor shall be responsible for the accuracy of the shop drawings, the fabrication of material, and the fit -- of-all,copnections_ and all related work. He shall also bear the cost of all extra work in - ii usrrd b. elf-Of _i shop drawings:-and for an�r�b_�riges in fabrication necessary X �,... ..«.., ii;+`•.1fSi!. i3'3.i'. ..ta.�.:,�,...._caari --- �-- ra " ,•.:...:� ._.17..,._, :z ��. .`� -� au�iorzei s_ Eri:4=C =am, s of a€isiadto�rjir rectii�t .a h Otdrawingt shall be revised ta=s}�nw:any TOM i and the required number of prints shall be furnished to the engineer. fk Add Sec 712.3.2.2: 5 712.3.2.2 Shop drawings are not required for steel diaphragms, pedestrian hand rail or AK slab'drains. E SECTION 1001 - GENERAL REQUIREM ENTS FOR MATERIALS Delete Sec 1001.11 in its entirety and substitute the following: :<>' z:. . ' t+'..'�4 rtd•. j 1001.11 Storage and Handling of Aggregates. 1001.11.1 When coarse aggregate for concrete, bituminous mixtures, or Type 4 base is stockpiled, it shall be handled, place in horizontal layers, ramped, and matted or 2;r °.. stockpiled by conveyor belts, as specified below. Coarse aggregate for Sec 301, 401, and 402 Bituminous mixtures is exempt if it has 90 percent or more passing the 1/2-inch sieve. {( Y Fn; _~ g from stockpile, both at the source and t'•° r± k`” ' Equipment used in stockpiliing and in reclaiming t=jW the batchin plant setup, be so operated as to minimize segregation, degration, andwit° ' g P P p zk lt� : contamination. ? k ,,3w 1 .sv>.:e4r;4c•';.g 4 �s i. .i 1 .a ..._„rc,.• r'N, J 111 id BE ,.. ' . 7 s ' rizontal Stockpiiling. Equipment which moves the material by pushing `901' 1001.11.1.1 Ho and runway construction for ram � •. will be permitted on the stockpile only as necessary p , ;• { and for leveling of the top of a completed lift. When stockpiling, the aggregates shat! be deposited in place in successive increments over the length and width of the stockpile. {ktilf,: Material in the layer being placed shall not be all to flow down over the edges of the r , ,! adjacent under layer. The thickness of each layer shall be not more equipment thickness are `i " .s . 1 of a single deposit from a hauling unit. If trucks or other types of g q p ` used, all ramps and runways on the stockpile shall be covered by mats, boards, or other will be permitted off the approve ' d materials. For unloading purposes, hauling equipment wa a distance of approximately two hauling unit, lengths. Clam shells or drag lines [�,, , Y FJ runway re gates specified to be placed } . . �u when permitted by the engineer for use in stockpiling agg 9 p horizontal layers and ramped, shall have areas of travel upon the stockpile covered by in hor Y } -`mats; boards;- or other approved materials. t1 elt _ _ �]A t� _S#oc iiin � p �t� whether mobile"�or�^ i,I1.D�M+ a' J• rO� ��I•It.. .. . -�T:�._....7.:,,_.�xr.v.a - _. .....Or•,}0 .�7to ....,.. r _ end of:,.the,.convey l .` R-X a�device.:fitted:'to< i Ciia►��_ forward movement of the aggregate and mix and discharge the material vertically downward. Only those devices meeting the approval of the engineer will be permitted. a When a mobile conveyor belt is used to stockpile the aggregate with specific le) requirements and no further handling is done for stockpiling purposes, the stocky q head pulley centerline to the ground surface shall not exceed maximum height from the p y conical pile is built, the vertical free ` t. 15 feet when stockpiling is started. After the initial c p fall from the aggregate shall not exceed 5 feet. The conveyor belt 'halwith automated efall j travel laterally or vertically only the distance needed to comp y veyor will only be allowed for the time requirements. Manual operation of the con r necessary to make repairs. `•z,vY;:, tn ryKy' '3- (b) When a stationary conveyor belt is used, the maximum height from the head exceed 30 feet. Aggregates initially `°f```r," pulley centerline to the ground surface shall not p Y ;,, , := deposited in a conical pile by a stationary conveyor shall be moved at least one more t :Yrt time for stockpiling purposes. The aggregates shall ultimately be stockpiled in horizontalt s�kr layers and shall comply with Sec 1001.11.2. ... f"' aggregates which are { 1001.11.2 Regardless of the method of storage and handling, all :, .. . ,.; segregated, degraded, or contaminated to the extent that they do not meet specifications, rFn; they may be reconditioned by any method ar will be considered unacceptable. However, which produces satisfactory material. Disposal of unacceptable material shall be the t:?}3 F' responsibility of the contractor. tNryy . Y Vii ._....:.•.•',:. ,.... .: .,. . _ e._i..,. ,f 4s�kn ,?• nrfwlt+ME+ 3 i 01 �yy � '�,�f�4 �`x xt 1��!•,f i'l+t 1 via��`� yr {'+ °�1 �t�MB&1i�k���+.6N.&��F+�,��(N. ~`"�` _,,_.�.... ,.-_+. ........_... i.tK F r. SECTION 1054 - CONCRETE ADMIXTURES Modify Sec 1054.5.1 as follows: Y�• ti 1054.5.1 Accelerating admixtures shall conform to the requirements of AASHTO M 194, Type C or E, except as modified herein. +3}," k; Modify Sec 1054.5.2 as follows: 1054.5.2 Manufacturer's Certification and Guarantee. The manufacturer shall submit �., a certification and guarantee to the consulting engineer, showing the brand name an the composition osition or description of the admixture; the manufacturing ranges designation, t com p or specific gravity at 77 F, percent total solids, and pFl; the infrared spectrum; the manner in'inihich'it"will't;e identified on the containers; and certifying that it will conform to the Y'y, requirements of these specific,�tions. The certification shall include or have attached • in with AASHTO M 194, E, t s c._.test_ .results. complying Type C or and the - a specifi. ,s . ,,. �. w - ��_ •. rrianufacturer shah � :�:� :x_91 ecifir: _ �. J :s �,`llUdamounts_to__bs� _ - - -- �..... y ` �c°' -__.._ x ,i. esi na v f �. .. _ n eraal,ss rraishad�:Gn Tan an g- I1�:l:bylt l � :at: •�. <, t r;r, x .' be of the same composition as originally approved and will in no way be altered or changed. . _:. c :.1 2-17 PIP �1:;{ 5'7�� � ��' �k�/,'',��'•w y f +ax� }��1�.,���[�xx��d � �d. �.t I t# . � '. t '-� � �'4r,+1. �'�v ��`� 3 ��;}� � �;��{x�'` tr f#�iyt�'�i} r' t + Fc r� a t ' s �r >3#� .�t + 1'� x(����°+��'� •e .. . _ p, t r � Aw _j MODIFICATION 3, TRA FFIC SIGNAL �i� . This modification replaces Section TS - 18 of the Jefferson City Technical r, Specifications 1.01 GENERAL.: r' . : :. The work under this section shall consist of the contractor furnishing and installing 'li traffic signal material and equipment as shown on the plans, and set out in theseu { Technical Specifications and as directed by the Owner's authorized J representative(s) to result in a complete and finished job. 2.01 MATERIAL AND EQUIPMENT: � Traffic signal equipment, materials, and construction methods shall conform ;nk A. g q Signals",_"Traffic Missouri ,._Standard Specifications or i s i,- .9ce. Y- ended by the additions;_ �lUt� re any. . i-?:s,,,ii•., ,...r� 1rj} .. Missouri Highway Specifications is so modified, the unaltered rovisicns na' shall remain in effect. These Technical Specifications shall govern ; .a`� • ecifications conflict with the Plans or the whenever these Technical S Missouri Highway Specifications. Missouri Standard Specifications for B. Section 902.3.4, Materials of the Highway Construction is modified by adding the following: ``k ; cuts shall be equipment shop drawings or catalog Five copies of the submitted to the engineer. Review of these items does not relieve the ;.:: u,' •.;. Ytr, sfr::a"; contractor of responsibility for satisfactory performance of the installation. :� .. _ ���i3J C. Section 902.3.5.1, Multi-Conductor Cable,Missouri Standard Specifications for Highway Construction is modified by adding the following: 7 �t 1. The Contractor may use multi-conductor cable meeting the ;F'` requirements of the latest revision of the International Municipal , Specification No. 19-1 for Polyethylene- Signal Association, Inc. ;"15 ''`"'4 Insulated, Polyvinyl Chloride Jacketed Signal Cable. D. Section 902.3.6.3, Full Boxes and Splice Boxes, Missouri Standard Specifications for Highway Construction is changed by deleting the phrase 941 s . ,b,,'.t "STATE TRAFFIC SIGNAL" and inserting the phrase "TRAFFIC SIGNAL". ' E. Section 902.4.1, Signal Heads, Missouri Standard Specifications for Highway Construction, is amended by adding the following: 451 3-1 1}yri}yFST n'1 rt .ef� Yc l ,� LyF sn 1 d f d,:a f nG ..,/X t ys:' yf�'kr.• r,�rrl4rAi(l�y titr�� b1 1. 150 watt lamps with 8000 hour minimum life rating shall be furnished 3: by the Contractor. ' <; 2. Clamp-on type mast arm mounting brackets which rigidly attach to the signal head with top and bottom bracket arms and allow ; horizontal and vertical adjustments of the signal head assembly may be used as an alternative to the Type B bracket shown on the plans. Y ill' 6 '1 Jf F. Section 902.4.3.3, Steel Posts and Mast Arms, Missouri Standard Specifications for Highway Construction, is amended by adding the following: r r. The pole shall be designed to withstand an 80 mph wind with a 1.2 gust , . �, . faGtbr'loaded' as shown on the plans. h`` ( Se tl .,902.4.6.1, Controller Cabinets, Missouri Standard Specifications T , ..,_-- :..a, _..• _. W,_ yy _ k r'•T.•R 'O,l"t..11,.ts.r.,c.is'1... ......__..... ... .�Y�� .I.�+�l:Sle.•4.SiL5tG .`1ar-Tf+.��•Vay L]'w5rr.:�Gi t_ ."k'C .. lows. x,�.,. , �fiol _ ";` •r aeRt7.^..a'.:` `.�s1tu7.Y> 1. Rfl?_itnr"el.[.7A! 1#ij�'.'[ite.'r."''_,� - ._._.... .tr {t sit;:.v' ''na'+�isi'r`3��f..J. - - -_.'E=J.•'7��:ah, _ ,:.�Y_J�- _ _ — _" _- �, + r „ :q q NMf7t1:�:t"1.j1: ... r..r—l.'� •-^'+'.w NY'✓. Ke.:"".SY<'.'�.• ^.•'sf L•r.•r:'Y•Hy�y. ....- t � - �:.i1.Jtv'�.::.L?8^.• _ �p {j't r 1. A fluorescent lamp mounted above the door shall provide cabinet illumination. 2. Two cabinet door switches shall be provided one to disable the . cabinet lamp and one to disable the controller unit indicator lamps. {:. r A heavy duty clear plastic print holder shall be securely attached to the inside door of the cabinet to provide storage for the cabinet , Y' wiring diagrams. , r,. 4. A lightning protector shall be connected directly across the AC power line input and shall meet the requirements of ANSVIEEE Std. 28- 'F ' 1974 and latest revisions. The suppressor peak voltage shall not exceed three kilovolt when tested. 5. All cabinet relays shall be socket mounted to allow removal and t replacement without soldering. 6. The maintenance panel located inside the cabinet shall contain the Y- 'f' following switches: a; (a) Auto flash (this switch shall not remove power to the controller). (b) Controller on-off. (c) Stop timing on-off. 3-2 0 OR I L1[♦..YI -irifr'f �,'�y�j' , ti.}ytt ° � ' fat' �t s, 1, r k.g7f r"`^ °a4, �'rfv��lt{k'r,4+°� rt • - , �� 'isc�'i r g {ru �j�.� Efw y. ial wm � + H� ' t .,{�,� 51 � 'F �r�. "�� }. t(x)� c 2 ,,. 5 ¢✓;.t� -!t`' Li KEZr�SS:n�•'Y��of.D,�7fr.' ',C{l� 'lt < Nip. T�.{�YI f F J � f. R •y 1 Y �i .rY� {f � {� �, t� Y.0 {k�'� f..�l �r�f 4} Ss , h r _ tt ... rjt t,',jl�f ti rtq � 4�'t j�§N,1� t �,.• �tS. t`' +t�: ' .r K ,�r� + � ' + } t �� r C y�L��tFk�� �'ttc-; rt•. ti E �l ^. � Yr 4,.1• Y .t, �' � + .. ,. r?t ! t}� (r vl�r k'p �j'�F� {�,�, � I .f ' a tij6 .fs:_ID�IffiInl y yR 'N"�.Q, <<f�. b3 d' s,,. ., ..r ,i' t:t'..r;,'•,..,�...,e......+.',h,,.fib. rut,r,.s.......:.,........s. ,.t.e, ,ru,.+....,.v. Y5" r (d) Detector test switches ( one for each vehicle and pedestrian 7k+:yydr ;.- phase). Detector test switches shall be push button type. W x;;..,.r.. Est.. Missouri Standard Solid ` H. Section 902.4.6.6, State Controllers, Specifications for Highway Construction, is amended as follows: irit The controller shall have a menu display and be menu driven. �•, rammable. '`5 2. The--controller shall be keyboard prog PROM ' ; controller shall have EE Technology. ' 3. The contr •4 `� e 4f"�•rff �: 3.01 EXECUTION: of h A. Section 902.5.1, Pull Boxes and Splice Boxes, Missouri Standard ;y _ ion, is amended by the following: �eccao or Highway Construct P)rn1-:v':�,-_ w�'yQ � e: �Yrerie�`ttim�iopf _. ; -i..:. C} a'h ,,ron cast ABS`Aoryla���" -.._._„�..r,�.,,. '� �i�is/. lY>fAL.tL:.4�{Jl'NJ>� .._. ..; f - manhole rings and lock covers shall specifically not be allowed on the project. 2> Delete last sentence of Section 902.5.1.4 Concrete pipe, meeting AASHTO Specification Designation M86 for 3. pp � g non-reinforced or M170 Class III for reinforced of suitable length and diameter, and provide with cable hooks, may be substituted for other _, 'A types of pull boxes with the approval of the Owner's authorized representative(s). 4. Junction boxes shall be installed at locations shown on the Plans. c .. yi ,N They shall be of the sizes and designs as shown on the Plans. 5. The Contractor, at his option, may submit in writing to the Owner, ;4r pull box or junction box des igns with materials, shapes and g and x. :1 dimensions deviating from those required by the plans specifications for possible use on this project. The submittal and " approval must be completed prior to including such deviating designs } :k in the construction bid. B. Section 902.5.2, Concrete Bases, Missouri Standard Specifications for ed b the following: . '' . Highway Construction, is amend y Concrete shall meet criteria set forth previously in these technical ' 1 specifications. 3-3 'M y'tt r+fN•^" ..,-„•....v,.w,u.r ml:.wy;: .::r',�s'-.�•i'' ”:a:.} ,+s'rk�t, 'ssi,�:d..lr:dx,ww...,,,, w....----- 7,7 ""n'• `y {�.. , i.{r;. :`alit, A 1}3Y _ 'm�' - - �ariarm�a�anm.�.�s.nbir-:�saaa»�wAAs.i MVMi�1lif�fl'Ntu .i.i.�Y1R`[ID { ,. 3. ..`E ..'., 'k N 1 ,() rt�i Sk 2'3�,'�`•`,jFr'";4 ,*�' ';'59;'t a_st•+-.,.-;....''�.. .. .. .. ... .... .. ... �}l,S, t11t F7`7-14Z I C. Section 902.5.7, Wiring, Missouri Standard Specifications for Highway Construction, is amended by the following: N ! _ tr, c, 1, The detector loop wire shall be inserted into a flexible plastic tubing . ; for the full length from the point of splicing and placed into the slot shall be of a with the number of turns specified. The tubing .. ;., wire to the continuous length from the point of splicing of the loop Y` he pavement lead-in cable. The field loop conductors installed in t shall run continuously from the terminating service box, junction box, s;; The field loop conductors shall be or base with no splices permitted. spliced-,.-to the lead-in cable and the lead-in cable shall run 9 s tb ... continuously from the terminating service box, junction box, or base, installations to the detector sensing unit except on multiple loop i z ial:loo conductars'May:be�5plieed to the lead-in cable _ P - e "pia�ing,tfi x G' si*: CrstD•t ' '+�3.�r�ni.i�.�e. wrivti,S:1'ie fsar_.�a.. _ the ends of the tubing shall be sealed to prevent - the sawed-slots, < any entrance of moisture into the tubing. imbeddedt' "Y of loop that are in the 2. All lengths wires and tubing t not five (5) turns per foot, t'Ri pavement shall be twisted with at least t �^ r5�•`r including lengths in conduits and handholes. ' 3. The electrical splice between the loop lead-in to the controller and the loop wire shall also consist of providing a watertight protective covering for the spliced wires, the shielding on the loop lead-ins, and . `{ the end of the tubing containing the loop wires. The splice shall be made by the following method: a. Remove all lead-in cable coverings leaving four (4) inches insulated wire exposed. -. b. Remove the insulation from each conductor of a pair of lead- " in cable conductors for one-half (1/2) inch and scrape both copper conductors with knife until bright. -. C. Remove the plastic tubing from the loop wires for one and one-half (1 1/2) inches. d. Remove the insulation from the loop wires for one half (1/2) n. inch and scrape both copper conductors with knife until bright. .`, 4, S 3-4 t ' •a.,t�4t4't 4 •�!F t t car fY l ,J,....:k .f 1 p�VT,.�i- �L`)4JF.fuuv,t''k'.�i':i�:3?x'•..L;,"S;t1:i},.lw.a..w...,._... .c.a_..,.u.+�+«prr..xa.w+.aw.a............ Mt 2 t e. The conductors shall be connected by twisting together, , + soldering and covered with a screw-on wire connector. N� f. Center all conductors in a splicing mold. The mold shall be .,. approved by the Engineer. Y �t. M y: Position the spliced wires in the center of the mold and fill the J, ' g mold with a sealant or epoxy-type resign. The sealant or t: epoxy-type resin used must be approved by the Engineer. a, h. Cover the exposed shielding, ground wire and end of any unused loop lead-in where the sheeting was cut, by liquid silicone rubber. Apply Butyl Rubber Polymer Tape sealantt. {+ n; between the wires and completely cover the silicone rubber. b� ma -on the pavement with - •oj5� loo shall rked of�each, r :.approvA r>ro airi e �.� ,_1� 'ir` ., ' ~�s � f C3rtrS rays painf.- T aeaGoA . t cutting the saw slots. All lops shall be 1 >> . - the Engineer prior to cu ?: installed prior to the final lift of Asphalt Surface. 5. The saw shall be equipped with a depth gauge and horizontal guide , . to assure proper depth and alignment of the slot. The blade used ftos the saw cut shall provide a clean, straight, well-defined three eights (3/8) inch wide saw cut without damage to adjacent areas. The depth of the saw cut shall be 1-1/2 to 3 inches deep as indicated on x the plans. Where the loop changes direction, the saw cuts shall be ,r overlapped to provide full depth at all corners. Right angle or corners less than go' shall not be used. 6, Before installing the loop wire, the saw cuts shall be checked for the r, presence of jagged edges or protrusions. Should these exist, they ' must be removed. The slots must be cleaned and dried to remove s, r, J7 t cutting dust, grit, oil, moisture or other contaminant s. Cleaning shall be achieved by flushing clean with a strearri of water, and following this, the slots should be cleared of water and dried using oil-free compressed air. 7. Loop detector conductor shall be installed using a three-sixteenth (3/16) inch to one-fourth (1/4) inch thick wood paddle. If the wire does not lay close to the bottom of the saw cut, it shall be held down by means of a material such as tape or doubled-over pieces of the << plastic tubing. r 3-5 L)tt T Y t t 't i '.:f{ 1'S.}! t` th5r r urti.tea !r SAS ' y 1 R,!"}' , Y'i.�� f],- •' l! f e a. t t. > ! ' t t4 t '' .s 4 r �i j.�1.'" Rz d,��[[4+{nq�1 '1,�lhtf £ : +�� ,;4'T.'t+�: Srtin l✓..a'nt d !, r t t i r '� .}..+f ti7v t+' +. t t y3rd3d b t.>; { 02, p7� 1 vi � LV¢�tta`ut� 9 �', e.{ 1r �t .Y' S': S{s•;xu � ti + y + 8. Each loop shall be coiled clockwise (or per manufacturer's t recommended practice) and the beginning conductor banded in the }` terminating handhole or base with a symbol "S" to denote start of conductor. Each loop shall be further identified by phase or function as shown on the project plans, with durable tags, or as directed by {' the Engineer. '{ r{{ 7L'. i• i dtt e, . 9. Multiple loop configurations spliced to a single lead-in loop to be .r< ;Sf connected in series shall have the "S" conductor of one loop *' connected to the banded conductor for the adjacent loop. Loops to :} be connected in parallel shall have the "S" conductor of one loopy t; connected to the "S" conductor of the other loop(s). 10: External surge protection is required on each loop detector which will meet or exceed the following requirements: upr. i ?us#b a hr, e t m�n. l..devi: a ca ble of - c pa rot�ctiri the c :. Ete a �fStEli _�►yiSit�:� 3: lY�j .gF�{ :t�7�Jtiitl`A'�Swe ot- - �.5.' _ ..�,::.t !t•:;"'a ��7i;Y.,. �.......- against=di#fereritia (be�wieeri iiey�oon loads t sungp� and against common mode (between leads and ground) <", :' surges. &�,J;is•'}.�'; ?,y; ftt b. Unit must be of the inductive type with a maximum DC r.I resistance of 150 milliohms. ? � 5, C. Unit inductance must be at least 4 millihenries. d. Unit must withstand repeated 400 ampere surges. r e. Unit must be a two stage device capable of clamping a 250 ampere surge to 200 volts within 40 nanoseconds. Surge applied across the two detector leads. f. Unit must clap a 250 ampere common mode (between leads and ground) surge to 20 volts. 11. The loop detector saw slot filler shall be a rapid cure, high viscosity liquid epoxy or approved equal formulated for use in sealing inductive wire loops and leads imbedded in asphalt concrete and portland cement concrete. The saw slot filler shall be usable on grades of 15 percent or less without excessive flow of material, unless otherwise approved by the Engineer. 3-6 i '• ; r 1. r t ka� ✓r .s i K � � s / -sJ } s� Jk r^v, r t.�kl"LUr fs'ks 'C s ` i t f . s ! :r) 'F .+Jrliw 4 y,'j q fir g a 1•`r.. ,k;. �,d K'!i� r?r �,'t � (}; ,�,{ .�,r. R 4 4.r r1,r,t i r ` r ^ � . .r, i S a f ""'}l �,�5 C. S4�gJ�`rJ'� A} p � ° �t� y,}{ ,ay ��•Yr,�S�+ i� �ts''j u ;r r!' .' ! - ' rz 4 ` �c , Ak Y'tr �,�' r.a, ��'i�sy �,$ [q# .zS }�' r' '•r :`s F ." _ � f $ u tY'i'�S � -" �Fu� l.ys � }�k .�.st. st r }' . 7t. i .�., � i ✓ 4 " v7i gV [ .�1 {� yf.v: _. -��•�--.__..L_ _ :� ,. _ .i.,v _\ .-, •. ,� _A_ �ar"�.��.. t.fLilL[."a1.7r32i/� df __ t �Y { it ` 12. The epoxy sealer shall be a two component system which consists of resin constituent identified as pourable and a hardener identified rt as quick-setting. The sealer shall be Epoxy Bonds P-606, Euclid ` A ' Chemical 491-HP for concrete, 495-HP for asphalt; Preco Flex 12 or " Flex 45; or equal, as Y approved by the Engineer. Approval of other sealants shall be based on specifications and/or test data about their physical ' properties, performance properties and chemical resistance. rt, 13. The cured sealer shall be unaffected by-oils, gasoline, grease, acids and most alkalis. The mixing f components and the filling of the cut g p 9 shall be in accordance with the directions of the manufacturer. �y� ���cAA� D. Section 902.5.10, Painting and Finishing, Missouri Standard Specifications or Highway :4�rt ,.,� f High Construction is amended as follows: 'ze��r:��F. �'Esr�s.•�€et�'r�e�rl a�4"•a".'�_'s�k'Y?e1!Pft��*'�4=uCt"�f9_� _ _ ... ugr.��as}.., .t �' •° si"et���i ��� - �j��pyfx+�- y�y��ry�=c���{���< �e_ads;--anEiu�A _ rn©ur�t#+ _�,t�:�� r >� ��'���'�,�,���F{ 74r'Y R:_•t .i3::.�.;. _ ��1-- K'i8C11:. (1117•• u..1 .... ..: . .. ....�,..-.. . .....__... . P's,v't� " ��� - -- � •-- - �� • � _ � � - ••� - ���� ;brae ets anc�'ot a ardware, exce}� �oo�fr"onts;�iris'id� arid'buts�d `` ,�,, !, of visors louvers, and back later, shall be primed and painted with a standard Federal Yellow enamel. Door fronts, inside and outside of visors, louvers, and backplate shall be painted flat black in their F entirety, except backplates constructed from black thermoplastic material 2. Polycarbonate components, if used, shall be the same color as Y specified for painted metal parts. ` EN E. Traffic Signal Operations 'Policies: 1. During the course of signal installation and until the signals are placed in operation, signal faces shall be covered or turned away from approaching traffic. When ready for operation, they shall be t securely fastened into position facing toward approaching traffic. After the signal installation is complete, the Contractor may put the signal in operation for test purposes only. However, the signal shall not be put into permanent operation until authorization is given by z the Owner's authorized representative(s). a. When the contractor is certain the traffic signal controller and control accessories are working properly, and all signal equipment is properly installed, he shall make an inspection appointment with the Owner's authorized representative(s). 3-7 .;t YJt�fW. tr " P xIr.S :.�''t1 ux "' "4.Y=.♦+Sdyy``,�T u� � +F r.: '���' '�'�,tri �sb!'!.�`4�.� �kjxr4 tt 4r.'$i ;f'r ,�'t x. iz`kTt r '{+r'r t���S};+�y s�ex�,fpt�a $ y•,� 1`s: ...�,. � 1 t��j' ai`.r'1•, z -a1's � E i .�! 4 7 � -t}�� � Yj1}{t' x}�,sr�p �s 5�. 4x y t t*"'£ S i d f yy }'-� ey'G' eK S ttt ti• s. r t{ t r{2 7 > KA ,t ..r . 4,k d r t f. a. z e.+,S t�l 7r�'�[tot { # ! i. rt.2 T .}, fi 't t5 A s q 1+1�t'{•Yr } sly .y' !'•;S ��,. r.<}, f t .�»t,?h'n�.ltyy� r sy .1 i st ¢ fit �' ..r. • + }� f tA't SK ! }'CSC 1� $}+�.'� y$: I .;�, {� ,�G„ 'T{t'�A,,''1tt�IrP�,•ttrt P�+r�c l,p t: �I t;�t � Ii .. r � `? 'f' 1 :t ✓ .r''�.. ��.�'�§s,{,YS:4.,it u.:d z^,.L'+�'u�\t'' 1.. j t y.7 t� � Fx 4,r!3.>`t. ,?t r F t�yrr�'r # ri'} t..��:i, t � 7 '�t r t t; i7F,F 's� b � y ti.t �..1. f!`�'�'+'i:•��.s'f�C�•�'7.yp'�r� ��. 4 T '• f .4 � ("t 1 i, S a = !. k t ,t t�� n ��; ; f (irt au.4. �as�'•rit�7 r {ykM'2r .,�"p t '^t' �• iG..tyr t t!r "rke S11.r. tit S;r},r +� \ � tF 2 ' , }.t .. t r�. } 1r1.3•[M���! 1;, '4� °;c r.''r{5.�' ��;;! .',�{} �'Esµ>f iS4 S.fix a.' .i ! y 4 �..a� 6 d ,1 .y � t. t. 4rrM ti {,,.v'•r. y} k:t. r. r} r:.3f',''°'"1�' �' F�.+''1`' � �.`�l r +r;: ".�'}/!�L'.{tt'..a'{ �di ;{:z��4 �,� a,��J �r ,tt.,9 r�tk i''.i,f {1i t�� S y t.t.: .,t .t aL t♦,y�l/f�' r � r.t..,t77ti t,�}. 1.+.'Ty Y.'S.��1,.y�'Y`�'� 4'� .S t�,;+•I�`.t. 4?�7:ts�rJ�ri`t'.'ri���.S 7t4�ate j �♦�li ks .'i rti.a r �,e�, '� �n .1;t ,�,t � ,; '+4 1 : �°7T�,c�s s ' r•n; F4 .f�}si, p,�r kr 'r. �� ��y ��.. k:• t t<.,. ,rr, 4= r .. r .a., �^;;,} I.t° ,.;ro ��� �� � �3 , S a F L if ,1.�e.a. ii:Dre;;einx.+wtwaw a:..,u._...u,�.w.n.MwH4eFt34CtF'�MW?w!S?�_tl?�..�"2.�=�;at,'�,#,r,.s,.t�'..c,,..... ....'dt.S.,.. s. '4''��2."•"yk... _�:., ,N. ... __..., .., ,. ......_,._ ' k f b. After inspection of the signal equipment and installation, the Owner's authorized re presentative(s) may authorize the Contractor to put the signal into permanent operation. This authorization may be given if all signal equipment is working properly, or if public safety and convenience warrants the operation of the signal before all corrections have been made. C. A written communication confirming the permanent signal operation authorization and the findings of the inspection shall z i' be prepared by the Owners authorized representative(s). ¢„ The findings of the inspection may include the acceptance :., and approval of the signal or a list of signal deficiencies to be d' corrected. (`a ;' d. If the inspection findings contain a list of signal deficiencies, tin r the ible� to _ r B rrsuc-;< # %.?t +s z +'�°r 'F 3ra;!i;s5 n+!:�ztY;. :.,;t`-�=•" �� . • - •s g al m stt b� putllori�fl�shin e o� erat an _or Com letel shut'.. t � ~i �q .c i• 3'�� i � � •; � ���fl ia, t�111�•�:�O=;C�1a�CP.'.t�3e.„�i"leC6�'S43 'L',O•frreC�1011� t�',1�.. ._. t..�._. �. ` 1 _- :_. .'. .... receive authorization from the Owner's authorized representative(s) before this action is taken. When the Contractor is certain all corrections have been made, he shallJr,xx4y again make an inspection appointment with the Owners ' jli 7, AM uL F Y'TTl� � authorized representatives. After the final inspection of the signal, a written communication confirming the acceptance .; and approval of the signal shall be sent.to the Contractor by the Owners authorized representative(s) at the end of the 15 Tx�. _ consecutive days of operation of said equipment. -ifs4 F. Field Layout: All work covered by this Section shall be done to the lines shown on the Plans or as directed by the Owner's authorized :"; r representative(s). The Contractor shall be responsible for all field layout work subject to the approval for the Owner's authorized representative(s). � .'= G. Guarantee and Maintenance: gin w. General: }'- a. The Contractor is required, until the end of the one year ,k,pg guarantee period covered by the Performance and Guarantee Bond to: y' 1) Guarantee all traffic control signals against defective equipment, materials, and workmanship. 3-a ` VWII 14 P�r p >. � Y.;E'( `fw t�-Lj 7:'..` �,,;� s.��. et �, 1 t r .}'�'3.r�� r7;at tyy 1 s L•�����. ,jt �o�� �( StJ�i .T ,. j.., 5 �''3. ^tx�`�{°.t I�'•' N+, `t 1 �� •Pry r 1 s '�. ,. ;F i �1',' � a�3�.'`,i. 3�tad{s�#�ts J,�;:,7�{[r� '',��y�� sr�.f! i' 4 1 ) Wx 'I ah��` ,'3yyy+N7r4'i.Y?�t1a pp K s ros,� y i t._t.,.:it.:.wi•itlieYl A4�." `.i &? ..Y ,3,6:.iiW'.hi�:%ti1S+rtea....,. .................a..nn.c,..w:....✓_..:.t'nn�:iii::tiw ' .. 2 Maintain all traffic control signals in connection with specific items enumerated in paragraph TS ° 18•7• • applies to all traffic control signals under this nt a b• This requireme pi contract. year guarantee C. The intent is that at the end of the one (1) Y g F; period the Owner will have properly operating and serviceable ; control signal; that defective equipment, materials and + traffic cont 9 workmanship will have been corrected; and that any necessary items enumerated in paragraph TS-18.7.2 whether -' or not due to defects in Contractors materials and 15 )'' workmanship, will have been accomplished. All materials anT� Contract s n • • „ _ .. . . - . . � expense. se installation for such work will be at the Cont P _which* /���� .Y,:...... conditions Y!/r'Fi,W.��.+.+.�..+-^°'^ "i.' i — ".» i, r•av r•.vs i.:.... `. 1 t ri: v� - . �st�a�e►+ w�! � It#t�A�°' eQ�r�110i f 'd l- ofAhe--:A rGffic.;GQII_ n'serairc•mv+,r_ ° a u ION ;,°: Q.r.�: r .:. ?i37A11t�7G 'e` �°�f��``f� '°ftiri' �erat� uala 9ife a the following: signals shall be corrected including a. Traffic control signal equipment malfunctions; including, but to the following: signal controller malfunctions; ,r . *; not limited electrical cable �} d pedestrian detector malfunction; �} vehicular an p and mast and failure of traffic signal units, poles malfunctions; a arms; which affect the function and safe operation of they IJ traffic control signals. b. Exclusions: The following conditions are excluded and are ..k not considered the responsibility of the Contractor. 1 Traffic signal lamp replacement due to lamp burn-out. W`'t 2 Damage to traffic control signal equipment traffic materials resulting from acts of vandal j accidents, natural disasters, or street cuts or y of others. excavation within the right-of-way nt ?. F � 3. General Re uirements for Corrective and Maintenance Work: ,k a. All corrective and maintenance work shall be done promptly upon notification by the Owner in order to prevenfi n r43. unnecessary inconvenience to the traveling public and to minimize traffic safety hazards. a y V fi 3-9 w� ''P; a Y..v,z i r•}.•i_ t - �� � ,� 4 �s- j f > S 1) -i ' 'A,gR�M.. �t. ..w.+,—,+d.,,ti.,.»....w r..^ .f �' ``S t`tt+4�.�'T�Y�•t wSaA.$M�^ �a�t L+r �Ej'vc�ti, R s i•t b ., { {.,"' } Y k °) ar �tt� : t. � I � I Y� Y2tt. 7'!�S�ty�l{�"•pi'r�!" � � i '3 ,p'11�t .�r�Y�.'2 I t; t i 't, •n { 'i. \ t\.._ C.1�.�ij r 'f r � �z�:t.1 s,�i'` �`rix�'ibf,+ s ts�.i �" :r:''s tt1. �,lwt r :a r h }i;^ I;•n - 4. � .\. .iSi� )� � ti`Tt x S}'.e{ + lire<r / I ' sJ,' `�f���,•�..�.�,�,y�'d ��}*�;:.'H'��. :s.�.s� r' � ?�—t a iy � r t� ..ry4"A t �4 ...°, �, ,�'�yzh� .. +f, "'-s ic..s fM�l'4k� �t`st�SY`���� r f' n. YIYd- t• b. All work shall be in accordance with these specifications and the highest standards and methods of the traffic control signal Industry. The Contractor shall submit his proposed methods and designation of equipment and materials to the Owner, for approval in advance of such work. H. Method of Was Method of Measurement shall conform to Section 902.6, "Method of Measurement," of the 1990 Missouri Standard 4 ' Specifications for Highway Construction. I, Basis of Payment: Accepted traffic control signals, measured as provided, shall be paid for at the Contract unit price for each of the pay items included in the Proposal. No direct payment shall be made for any F{; incidental items necessary to complete the work unless specifically provided " as a pay item in the Contract. Ml AML _r_.tiF�FR'F3� �.., ,,:�.{• rc"°r(�`,`,vL:T:tm�u.r rY:3'_^7!1j81�i?�+_'5:�_�'^p t.::ti ar' _-r._:.:;__�:-..u:_i � _ — ----'_...�____ ..._ �2s`'�=-.. •�.: ^.i r 't 1 ?z� t 3-10 �s t l FXSi . f t µ 55 � s � �glkFgaFbzr tyrSL! f5h4�'�'��:�i �-+� �`,•e � rt �� i'ivt t 'r. J,�..,t,.;.:..uJa�:it.+ '�,;;a�;;�'��r"'.'�v�"i�".si�>h"��":�,.�'"r'd+,S�z�1;},��3`:i:�'�4{.`. ,�, ,+'t"".eti'„••�..tw.�,w�.u...:;....�. _... _.�__.....,�......'.��,;1wto�f�3A.x�rs- ki LA 'i MODIFICATION 4 TRAFFIC SIGNAL SYSTEM This modification supplements modification number 3. Traffic signal system, signal equipment and materials shall conform to traffic signal Master and Local Coordination Units, special provisions and Section 902.4.7.2, g:µ Missouri Standard Specifications for Highway Construction, except as amended by , this article. 1. The controllers shall be capable of internal Coordination, Preemption, Time j Base, and System Functions. The controller shall have an integral modem ;:. t*r and be capable of using the existing 7-wire interconnect wire currently in t : to receive a signal from the place. The master controller shall be able rF :a State's system operating the intersection of U.S. 50 and Madison. v.� 4r lttt" f � r�.y -- - -1:,-:� -_-:�_�� ,. , -- �----y��-��7tc���t�ir�ah/��,•.�:�I�at�b_ e:,~t���y{^{y+� h:.���.Je##ersor�.;�i��=staff,_�sa?';., .��..���=��a;• z�� `ice � ��-^VIS-��+ �Y :'�'_•'.��J•=.� � -. v/. _ - -..1�;. _ r�iTl !� b �i'1. .. _..s�1�1';�._��•ft•_'".a�T.>',1^r . .. � ....:_......:• 3. Input levels: All logic signals shall be low state (nominal 0 volts dc) for the r ` operate condition. `r 4. Output levels: all logic signals shall be low state (nominal 0 volts dc) for the F ` operate condition. J a p- 5. A"D" connector and connecting cable shall be provided for system sensor, , wJ- }ry monitor inputs and control outputs. 6. Internal coordination will accept commands from traditional (pretimed) interconnect systems, the internal system interface, and /or from a ,r.€• companion Time Base program. a. Sixteen different timing programs may be selected with three offsets in each. Coordination parameters are to be entered through the controller unit keypad, downloaded through the system interface, or } transferred from another controller unit. Coordination settings and activity can be monitored on the controller unit display. b. Unused time from the noncoordinated phases may be reallocated to the coordinated phases. C. Transition cycles shall be provide a smooth and orderly transitions from Free to Coordinated, Program to Program, and Coordinated to r Free. AiA yd 'i4.l Y4;r F "A;N '�^��. S; t t }` % t• � i t /s fr hJ is{;;"y �•LZ 'h'Sa ��r tt 1��Ir'd: K �tY Y � ���:�t +•+ r .,. s r ;h t.�; ::J 1 f � r f � �s�a s+=f�� ��� �';��'€', w �, �i4a9 r,<<, �' � d J x ' � + `} t, �'• !!{ t t.�r } � �` } '���1���� y��t x t��. . n i a it t. s' .:\ 7 F .t Y!'4f t€�u�-rr r•,�r �,Lr'S: dS"ti.'t7�•�-r t Z, ,i. �>{!':64"2;,t ta�E .,t��hr t✓js� + 1. .l,t fl .� t � : .lY.i 1 s� 5 1n s�ry.:��s }'�4(�}S+ r: �U t y . `•.1i� ,..Uaj�2 cwt '' .'3 } .�,' S �` � ,.`Jt ' � L;ri � ,,n ,c r F.� L ��t r ���t�� ,y�t r"'`+,is(���• ;' 1 . rrtlti ;h ..4 .-.. , _ •t 3rr+�rJ{r!i' `a},,r: ,� � w :t•z z b fir L t 4'' {S � t i r r., ., >. 71iq:9},-. ,^ a t� !� a a i ps,t4,+i,+s�t'�iJ f;a� .a .r..,. .�. `'a'•,,.' .y-aw ...w...w. 7 9 ' *`� . { ,y�. q' ��i��wR'•�c{.$i0.Y+lrtix- .1... «,w..,.....,.,.�.:4...,i....h.77.J:i}rft`i Zh• tjr• �i^ d. The coordinated phases operate as nonactuated when in 'f coordination. e. The master shall be capable of dual coordination phases. i , 7. Manual operation shall be available in any pattern by entry through the front " panel. r: >P sf 8. Time base control (TBC) shall be on a time of day, day of we ek, month day , +' t of year basis. A minimum of 180 TBC events shall be capable of being 3< programmed. TBC events shall be capable of being loaded from the +; keyboard on the front panel, downloaded from a system interface, or transferred from another controller unit. It shall be possible to control it: system detector reporting and dimming function while in TBC program. + f' backed up by 9., jT6C shall be provided with a line frequency driven clock and - -- -- - - Y = - cat block;:: s f .. ayligit, Saying Time to` ,_._. •i#,,,lia4;a. fir._. ,...,n _ 3°.°_�3'. _ �}'�`a r ;�} T � _._ r, :'..-:":•:'� — .:` r 9aallTDccraV automi iEall =at.a--ai"sb;r=.•sele cted:firr�� �n Abe' ri, - ' programmable from the keyboard. I4 ` 45 } 10. Local time base coordination capabilities shall exist for standby operation. ` In absence of the Master polling the local controller when it is to be in coordination the controller shall revert to TBC as a backup. When polled again by the Master the controller shall transition back to coordinated mode. ; 11� ; a1 . 11. Each local intersection controller may be provided with a system interface t which allows the reception of Central Office Master or on-street master ` commands and transmission of data. 12. Preemption shall be provided in two modes, high and low priority. There shall be a minimum of six preempt inputs available for programming. i"'' .J 13. Software shall be provided for system and controller interface that will run on a DOS based 386, 60 megabyte laptop computer. A cable shall be su lied to connect the computer's RS-232 port to the "D" connector on the pp p p controller. w' i•; `4f 4-2 ,.. ,�. ' SERUM cm {< r ( r iF} �0-7.�4'�'rt��'�+�t� �ry�,�r•1+C tr{ 1'�' r� a�,t 1!�`r j+r r+ r7`i`� ; I I ' ,a 1a a'`7''y F�qL f>•s�v" ni{H7 Ft i14 yr - '� #�. . 't�r.. t xr:.{j'v } 7�'r` ftx t.�tia Jy� }`,1�'?'F;l.° } ..�"Ll�fl✓ T"�t r, .(-,,. �?ryy lY.. {� ✓Yh}'`f t,t���S�F. rve}VtS 3',Ni t ;� \ ,',�J �`�tSylr�,r.�,y3 l)t'J'21•iY aw}rxekkii r.i, r ctrl#. +c i tf r�ir. jty+. lrS;r K e frrs ti J } '.}{A ,f�yl�•3,R' "`.. s t' � � {! cs F t.{7�r'�L�•m �w .i .4; .. .. ... `• ,, �. _"a ��ti .�fr�' ;,,,r'r^fT{y+r k4�;.k.. r{Ji ,f l ,F$ }''`'• ^3� di�', y j'�c�.4p r4^• 'fib ��y� I� y� 5 1 31_ __ ! F`�1 t��a:�v 1'�� a�S��+,,,.�5....''.LYiMO'RAC` �� !'.r�.�'�6� @F! ,fi:Nir♦4illaew„m�uwt.:::iwie+ ' �.«.si7iyiL,.a.s k:t'G�S;,s�'.... t MODIFICAT ION 51 MAINTENANCE OF TRAFFIC AND ACCESS Section TS-23 of Jefferson City Technical ` ;x This modification supplements Specifications. : Section TS-23 is amended as follows: A. The Contractor shall handle local traffic along the pro act in accordance with the applicable sub-sections of Section 104.4 of the r, r >, Missouri Highway Specifications. Local traffic includes the traffic to and from side streets in w hich there is no other outlet. # S�„ht B. _ , pei,veway entrances, sidewalks, steps and finish grading shall be i ' completed as soon as practicable behind construction of curb an : • , , r ; ;f gutter so that access may be had from the street adjacent property Te possible. mporary n9 graded -.. .. grading shall be provided -ffie�exa _• vation from the 9 artao a r�C1♦ '!f L= i . t }y.�./� /�...:y,�r�}� /� $}� Ar roe shed-ourb`�t dllv�weapent�L♦ P T Y.T Y_7r4 V;:F S. i:+l rfi 1 i ♦ y t ,.. r` Section TS-23.1 General is amended as follows: t "n A. The Contractor shall coordinate his work with public safety officials ' for emergency vehicle access. The Contractor shall endeavor, with the cooperation and concurrence B. , of the Owner, to communicate with property owners and tenants . affected by the work. Such communications may be both written and verbal. The emphasis shall be on advance notification and explana- tion of how the property owner or tenant will be affected during the course of the work. Notice shall be given to allow the person E affected to remove vehicles and other items that may be inaccessible fr 1 during construction activities. rya.. C♦. The Contractor shall investigate, answer and take care of complaints from property owners and tenants in connection with his work during the progress thereof. .. D. The Contractor shall inspect the work area at various times o °. determine if any additional traffic control devices are necessary or if any maintenance is required to the traffic control devices in place. It will be the responsibility of the Contractor to perform the necessary maintenance or provide additional traffic control devices. No { separate payment will be made for additional traffic control devices. w< r� 5-1 !2•. f A F �y ir,�,t''Ytg`Sf7�,N° . # r-Fi(t�`efi.��' ,�t�r �"✓� +��;r1 4. „?y �;:-.g,y..,. •. �'t . .•'fir w�+i � ��(ry��, j1.`` �G�(3,��'�n{Y!$��y„ ,y ���fr � ��d� '•.1` �lic. �x� �� } �ryt,�+�1��..� '� "�,t�^� a}st�`�i71��a ;'�♦i�"��,:7�� '`� �r #-. ry 1� .f.' ° �k�P ff h 4t #�r 4ckh t1y�w 5� ; .�"'p a �• .��',[W�, ,f�i p � ,+$t` v£' ,'``y�� r r y+i{,• f ^#1.3';,x.l�f#,�+� �^'�`:,~r"!"k.'�e''`� i � ; sG: '' t '�,^' •� .1' � }?k�.,�tuF 7,.tk t y�y�'} `f`,� "yrir` ��yr 111b �L;! 1�t1f a2'k1 #lT C���ni's rPt �f `.��t+}r� 'yam + 1r 5• y�,� r+T� � ' ���Y ^ti 1�1 y��� i t.itdt i- ti. �`�r+ ''�`{•� �;<k s :) !T hl 41 2^T.� .:� rs.. K •t4 S�':" `T.i� �l YS ik t. 71. Y.S L It ,.. 4t t 7 J ✓ik z:p z 1 r!r 1, 2 .. fir) M1�'r 4 �qj \ T � >�� �i �t�,y if F'; + - { Si " L�, �^' .'� t. jS• ti,`rt,R�'i �:1 }'� �'�, �..'cz aitkr :.t', Y l _­­­ ­­ -;---­__ _ . -�,;., _M0­'_­__1W1_ ` � 77 S id Pith .-Awl tzl YZZ t additional traffic control right to reques din E. The City reserves the r ary. This shall not y maintenance it deems necessary.devices or an responsibility for protecting both the relieve the contractor of his respons tractor fall to clean, repair, ,If public and the work. Should the con traffic control devices when maintain the trat or otherwise m replace, following actions o by the City, one or more of the fo directed to do s may be taken: a. The City may perform necessary work or employ another deficiencies in signing or warning devices agency to correct and deduct the cost from the contractor's pay estimate. b. Suspend all ay estimates until deficiencies are correc ted. .4• p if the situation continues after C. Place the contractor in default able results. two. written orders fail to produce favor .77 ..z2amm-NEW1. -;,�Ownll In( A14 WIN axwng� Ur vg 'A­ Ith.the' rrw of control devices shown on the plans, the traffic c con- A. In addition to nes, all barricades, co rY Contractor shall provide and maintain marking, and ment marki signs, flagmen, temporary pave struction warning the traveling public and the Contractor's incidental devices to protect personnel r equipment on the job site. During all phases of nnel Contractor shall display construction, the Contra ay the required signs. Any traffic control device not in use shall be either covered, removed, or -coming traffic. When turned away from the view of on ever the work ic channeliza- area changes, all construction warning signs and traffic tion devices shall be made current, both in lege nd and function. Temporary pavement marking shall be plastic or paint. maintenance of the Vi design, installation and B. All traffic control devices, d Control on Uniform Traffic devices, shall conform to the "Manual 988 edition, and its most current Devices for Streets and Highway,"rev the above revisions. No substitutions for the devices required by referenced manual will be allowed without the written approval of the Engineer. C. The ill be required, at the time of the preconstruction tor conference, to detail a m ethod by which the maintenance of the required traffic control devices will be accomplished during the working and non-working hours. The Contract or shall assign a specific person to be r esponsible for the installation and maintenance of traffic control devices. This information shall be provided to the 5-2 41w 7. g. r V w m7 t7 v .Il i � }•�n�Xq . k 3�1ia9* [t§?Sr "'X +.1'�?4u,r�r;4lsrwkrn«tR.:,v..vv. •.:,•arc..n•rx•�n'rugw+n,+RaariMaa.«b.,....s.. .zc.. .m�: aa ��ai.�•+�.'c.�'"�A§s4atJw,.i:.._:.ca.,,. �..,.::_«i�Y.::.�trJ ,"� `Re Owner. The Contractor may, at his option, establish a maintenance # ' ° agreement, approved by the Owner, with one of the area sign companies to supply, install and maintain required traffic control ` devices throughout the duration of this project. When the traffic ; control devices are no longer needed, immediate removal of said ; devices shall be included in this agreement. D. Damage to existing utilities during construction of this project which requires immediate repairs and which would necessitate the utility n , 4 company or the Contractor to work in any" manner other than described herein, may be considered an Emergency. When the Owner declares an Emergency, the work shall proceed on a 24-hour a day basis until such time as the roadway can return to normala > traffic and all costs, including cost for additional traffic control will be responsibility of the Contractor. ' the sole respon ;_ .�.s.r::x:.: -^.a--}r.,Mr..Ta�..^-•*:aeilc _.xr y .. ._ —." '_ _ '=`-TM.___.„ `_°_"ri:-Z31.�,Fia",�,C:'6.L-",: !t� .z a�,�r+i. _ .nst - lb.ws.. - .. Y•nr rk�t:b:..LF+:I✓'�'�ii.M.:fa.5.i.. . ,7,•" 2.. - �� �s� . .. ..._. 23,5 A. Payment will be made at the contract Lump Sum.price for "Main- tenance of Traffic" as listed in the Bid, and shall constitute full ,r , , ;.z;";,. compensation for all labor, materials and a ry c equipment necessary to 't�' { " a; complete the item. } ,u err;: B. All work and material used in connection with the removal and (, � t '` A, tzR- resetting of existing traffic signs, stop signs, and street signs shall ber, £.:;.> considered subsidiary to other items of construction and no direct ��, payment will be made for it. r . " ��"�• ��� rte. END OF SECTION `f? 7� .y N� r 5-3 dame :t �a r �e r i t 6 yS4#c�ry�`�(+++T T �' � it ��' �� fit..:ri'�/Li�+� �'+ •.�C� a ('., s y: i s .11�11' e f. p f �3', � ,�{ 4 .�,5,r'} ��i.�� '4 �;�', �rl# �+!{ �Ls.y'�.�`•,y��e�� -yo`i {!i �cr s`+.k s '.s �2,'�,.r rf[,'� it +G4 ..� x �2 a 7� xt"��T$ly.:� i TO rf f4 I rga Y�t'V �'t' J` y*i . 'yv Y P a., rtYr. .iasti. f��',FFFln1 11 1 \ + 1 . Ht 4• MODS 6,_ STREET LIGHTING: 1� 1.1 GENERAL: 1,1,1 Description-of Work Included: This section governs the furnishing of all labor, materials and equipment for x the installation and testing of a complete, operational street light system in { accordance with the standard drawings and specifications, special provisions and as shown on the plans. +f ;•� Via. 1.1.2 REVISION OF STANDARDS: s+ When reference is made to a standard (ANSI, ASTNI, IES, etc.) the ,shall be. the Latest, revision of said standard laan,ss standard.referred-:to; exa� .o CNco B�ddeo rs � - -- - - y2 L.� C V�.7•t ...y:.r YT __ i 1.1.3 QUALITY ASSURANCE: 1.1.3.1. Qualifications of installers: ti llation, and testing of the work For the actual fabrication, insta d and experienced of this Section, use only thoroughly traine personnel who are completely familiar with the requirements he for this work and with the installation recommendations of t manufacturers of the specified items. 2. In acceptance or rejection of installed electrical system, no , i allowance will be made for lack of skill on the part of installers. ;t f 1.1.3.2 Codes and standards: In addition to complying with all pertinent codes and regulations, comply with: + 1. All pertinent requirements of the local utility company. 2. National Electrical Code, latest edition. 3. Requirements of Underwriters' Laboratories, Incorporated .for all items installed for which UL 'standards have been >, r established. E. r t 6-1 . 5 i i Pz s .p7•�r'Y`. �, F !j e 41�'�"R s�r.+���ie t�4� 4`r �ie��'t§S�`[#�/ +�`S+ r .�' d,r�"`!f�'�`a`pr;j; r,�'e�y"yt ..`i'� � r ,�. �ryY 1 tr i'...'•in > s f...r Ht a> C"^ ',t l��t.ty.'hi w f + u, g�'j 1.r�;i[ t v i� ;y$ r{�c C4L + 2(•s Yt Y,��7 s + S s + ' z . + . ,5 .t r t.v�uY1���1�� ' 1ft i � •�1p}Ir{��> f�5��v�T �„4�x� �L.LZ :a a,1 �,I : �.:'. "`�. t t �r. ,,tr z��� f�r. rat-c a. IR:y •'�ilv..,•...3.�i.,dirt.:ix��+S�,i r . .: � `fiXryMMw....+...��,.,..i�.:.�..:..'..:w:+i °�.Er w'lSw� r�{' ..ct r' All Y; 1.1.4 SUBMITTALS: 1.1.4.1. Materials List: ' _ •ifs i 1. Within twenty (20) days after award of the Contract, and before any electrical materials are ordered or delivered to the :F job site, the Contractor shall submit to the Engineer, a complete list of all materials and equipment proposed to be ri furnished and installed under this section. 2. This shall in no way be construed as permitting substitution except as otherwise stated in the Plans or these ` , . Specifications. In the event any item(s) of material or equipment contained in the materials list fail to comply with " the Specification requirements, such items may be rejected. �,.�� ;7• 1.1.4.2. Shop Drawings: «: .r... .. ._. .._...." .. ' cop'ies=a#-,comp s ,: rawngs"or-manufia equipment shall be submitted to the Engineer in accordance ~ with the Specifications. 2. Manufacturer's bulletins, leaflets and other descriptive data b. ;^ which contain cuts, dimensions, specifications, and wiring a `RG diagrams will be acceptable for standard cataloged �', equipment. Such bulletins, leaflets and other descriptive data , 1 .i shall be'clearly marked to show which item is to be used and which paragraph of the contract specification it is to satisfy. Orders for equipment shall not be placed until written approval is obtained from the Engineer. � . 1.1.4.3 As-Built Drawings: ' 1. During progress of the work, maintain an accurate record of the installation of the electrical system, locating each circuit precisely by dimension. 2. Upon completion of the electrical installation, transfer all record data to blueline prints of the original drawings. 1.1.5 SPARE EQUIPMENT: If spare equipment is included in the contract, it shall conform to these specifications and the standard drawings. All spare equipment shall be from the same manufacturer and of the same style, model etc., as r ' equipment installed on the project. The items shell be delivered to the jurisdictional agency at a place and time mutually agreed on by the A Contractor and the Engineer. The place will normally be an agency warehouse. 6-2 YY �1 `�'r•�� � "'�;��:i''rt�" � nt• (t vtys {' •S,a:. J•{jf N tY�j�rk LfY CS Y,},! .r'�35r t 'z,,� 'y `�'i4 �y M 1 i�GT ij'�~'.#,I`�S`�1 _}�:,y��.(Ya11S+� •r.YF'..kA,t '�` t ' = R i• yygg}} �4'Y' yy( Y.� Y 1.1LLf g 4 � ^F"111�1:�.4'fl�� tI ��ttS!jl.�i.t. t {{�� Sy r �`' �;. r r, ,, t v - ' r� ^ir '�i�`tA t��x+i r`✓�.+ f3�Y. r �f� �.�1 9�3 r t� err, �y.�4 y, -��d�'rs�„r yr ��.�. A, {j i ,�`S „S SS ,A •� S.f aS�'! std w. . uc + C'>,l- ..d v4 tY �f f st i �I F r"7,, f� �+k j_'aid t • i link � F x 1:�`,t4 � �;� .�b# at 2t: +d„tA. � ., „i+ �' +.ri i'��^,s. :ye� '•*'q'Y r iY`".t [.y,. r. '� v4..vR 1'£” �ta''.Ilikr,,'�iLart�n' ' f Y.'e.: t' .r r vX.. : a;,. ,r! c .t' r t 'fir e"..;,•,-Ft i t "�. ,�.r_,:r• "`;` ,< � �f's�f4,r r �, ,n�i }>{,AF �}�. i1 j .. 7 j fi �' 't�'��X�`t!r. '�. 'L t� �pEed f�rtd Y' y q `¢'�r - ,�, ��"�'C�� .�'i. � �•r}j,f` .,�rt. .. {l .,t.�r$ r�^ s,S+}'� .r �,i n.••,•.,C�4.`a'�:;f 1 t `� �1 � i 1.���i i7� f�.Yrr°},+ f �; �. F�s.� r� 't.�. } tic :.; r I�+' ��,. f .:. .,:� ,: " :. ', _. ,. . 7 { "r ;1('`i tt v : , Lt t .r..•7d s l��1ro G.: a..4�"� f�}�.. 1 4 lie N, J 1.1.6 PRODUCT HANDLING: Protection: Use all means necessary to protect electrical system mat erials, before, during, and after installation a nd to protect the installed work and materials of all other trades. 1.1.6.2 Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Engineer and at no additional cost to the Owner. 1.2 MATERIALS AND EQUIPMENT: -E 7�"1, =M.E-- T 34 `This section governs the furnishings of all luminaires poles, cable and other materials as required to complete the work as shown on the plans and as p ided for in the Technical Specifications. rov 1.2.2 CONCRETE: 41 Concrete for foundations, whether reinforced or non-reinforced, shall be in accordance with the technical specifications. 1.2.3 REINFORCING STEEL: Reinforcing steel shall be placed as shown on the plans or on the Stan dard Drawings an d shall conform to ASTIVI A615, Grade 40 or 60. 1.2.4 CONDUIT: 1.2.4.1 General: Conduit shall be as shown on the Plans or on the Standard Drawings. 1.2.4.2 Polyvinyl Chloride (PVC) w. Conduit and fittings shall be rigid polyvinyl chloride (PVC), Schedule 40 and shall conform to NEIVIA Sta ndards TC-2' and NEIVIA Standard TC-3. Conduit, fittings and cement shall be supplied by the same manufacturer. 6-3 asiqV% vA i A �0 1.2.5 ANCHOR -BOLTS: Anchor bolts shall be of size, length and deformation as shown on the plans, on the Standard Drawings or in the Technical Specifications and shall 'conform to ASTM A307. Nuts, washers and no less than the top 8 inches of the bolts shall be galvanized (2.02 ounces per square foot) as specified by ASTM A153. Nut dimensions shall conform to requirements of ANSI B18.2 for heavy semifinished hex nuts. Washer dimensions shall conform to ASTM F436. 1.2.6 SCREW ANCHOR FOUNDATIONS: Screw anchor foundations will not be allowed on this project. 1.2.7 BREAKAWAY SUPPORTS: 0, will..not.be. requiredlo it) 1.2.8 CABLE: 1.2.8.1 Direct Buried Cable: The cable shall be type USE, 600 volt, copper stranded, sized as shown on the plans. All cable will be installed in EW conduit. 1.2.6.2 Pole and Bracket Cable: Cable used within the poles and street lighting bracket arms shall be 10 AWG stranded copper, type THWN, 600 volt, and color coded red and black. 1.2.9 FEED POINT AND ENCLOSURES: Ily 1.2,9.1 Enclosures: Enclosures shall meet NEMA Standards as specified on the plans, the Standard Drawings, or in the Technical Specifications. Each feed point enclosure shall be fitted with a hasp so that it may be locked with a padlock. 1.2.9.2 Feed Point: The feed point shall be Meyers MEUGQ-M100-KCMG or approved equal. 6-4 vi N1 , ll�;',°.,R ttti•;'S�E Gt} i .;.�`t c'# ( j art; 7•tt+5. ,t :.tz- ,t wr>•S 5�. 5.!( t; tr t1 a&:._ C } S . t'M iq AXL� 1,2.8,3 Circuit Breakers: The four circuit breakers shall be rated as shown on the plans. 1.2.10 LIGHTING CONTACTORS: Lighting contactors shall be NEMA or other standards as specified on the plans or the Standard Drawings; .; 1.2.11 CIRCUIT BREAKERS: rE af, 4 Circuit breakers shall meet NEMA or other standards as specified on the ;t{ plans, the Standard Drawings, or in the Technical Specifications. f f'. 1.2.12 FUSES: fr . _ Fuses and Fuse Holders: a ar ef=P m-sh ee °o< 'fshofders specified on the plans or the Standard Drawings. '+P 1.2.12.2 Fuse Schedule: The following fuse schedule shall be followed: ' 70W KTK3A @ 208 or 240 Volts ` 100W KTK3A @ 208 or 240 Volts '. 150W . KTK3A @ 208 or 240 Volts u" 2QOW KTK3A @ 208 or 240 Volts 250W KTK5A @ 208 or 240 Volts .• 310W KTK5A @ 208 or 240 Volts '- ' @ 208 or 240 Volts 40OW KTK5A r 1000W KTK10A @ 208 or 240 volts 1.2.12.3 Twin Fusing: ' Twin luminaire fusing shall be the sum of that required by each individual luminaire or as direct by the Engineer. 1.2.13 PHOTOELECTRIC CONTROLS: The photoelectric control shall meet the requirements of NEMA { r. Standard OD3. The control shall be adjusted to operate at 1.510.5 footcandles as measured in accordance with the standard. The control shall be designed so that if it fails, the system is energized. 'v 4 i 6-5, Rf¢ k. r. �.�, �;tiGr�t��,�r.;.:,�',,^,��..5:....v:w.rorc`:•A.:4�T...�'�t'[" E'iw;?Jr�t .v;'r ..>. � - r.+,•.. . ..� � .. .. ...,w., z.,... / .. . . .. ... .� _ .. Kr ft, k . ` y 1.2.14 PULL BOXES/JUNCTION BOXES: YM1 1.2.14.1 General: t Pull boxes may be cast-in-place concrete, precast concrete, preformed polyester resin mortar, or resin mortar and fiberglass as shown on the Standard Drawings, except only concrete pull boxes shall be placed in the travel way. J� 1.2.14.2 Cast-in-Place: Cast-in-place concrete pull boxes shall be in accordance with the r Standard Drawings, or the Technical Specifications for material , proportioning, mixing, slump, and transporting for cast-in-place r s; concrete. � ,. ... . . ..-.. - ztt '__,n•..._� .. _ - ..z^c��i-•- _ tS16S2[F,•wrcw, ..�. - - ++E: 'diht�vY.r=h�-,.tMITi1la r.7aaJr#� '�' «w.•.... ,.. ...:s:' ;�, ih;jr .r,t Precast pull boxes shall be in accordance with applicable sections ofa t ;. the Technical Specifications for precast concrete. 1.2.14.4 Preformed: s h .s' 33!' y' 1. Preformed pull boxes shall be composed of mortar consisting of sand, gravel, and polyester resin reinforced by a woven } f` glass fiber mat or of resin mortar and fiberglass. 2. The box shall withstand a single axle load of 20,000 pounds. 3. Each pull box shall be equipped with a bolt down cover of the same•material embossed with "LIGHTING". Lock down bolts t;t shall be stainless steel. Pull box dimensions shall be as shown on the Plans. y 4. Metal conduits, if used in preformed pull boxes, shall be ::. electrically bonded to one another inside each pull box. €T i 1.2.14.5 Concrete Pull Sox Frames and Covers and Cable Hooks: q 1. Concrete pull box frames and covers shall be cast iron '$ conforming to the requirements of AASHTO M105, Class 30, • and of the dimensions and weights shown on the plans. 2. Cable hooks shall be galvanized steel with a minimum diameter of 3/3 inch and a minimum length of 5 inches. 44 �r,5 { 6-6 4 n; "•„ :C' ° ,rt ..l. it 2t �,,fy+S^�nrlt t+SY,ir £rp�{k<;pa:..� H {- ;'r';!'�ss r• .� .. `f' r: r .. is 1 i '{ y. a Q{q�� y• :�. 4. Y� Y Y'L` 1 J J 4 }' 11 S Jty�l�St�ry' t�'a'Y°�Ftl#��� [' �' „+' �r:Yf r4 ..1< t.t; �. .i. ! ! f 4Y,a� , t y 1h Ix tt �}� � [ �}rr x 4.Ky,wt, t,'�'•iW�i n +�',t�Fd,' ii a i ri } c ' 1 t :y n � 7 1 r �) y�a �'y ;.�i i�.'{„t�+tt��ih+ �•t �ri �{y" !!,,A"f��; p }i�.'Uf � a :' �:4 {3.• # .�,�rY l[ ,rr .z >;s..-:au.?$$G e�; ..� >. �•r? t i .1• q .a��:«�sd��•1+y�'^�.y r'; t r t f �. ; �.,�; r s. Tr, 1 .}?�r � ��.i�y.!�,,2• ' I . It• p AA ry �� a�+, `L,.'t,r�2 i�} a +}�s t.�+J,s 't. � t.t:.fiy '.T,t t[q4 3rx#i 1�.�41{�.{7�7.(S T,�+L >h[+ �f�',�F�� } x ''+ A� � ' # fij 4{�� ��'P��Gi�' 1+�6,��i+F;,r"�!¢t�^`*r• t,.,K� t� ,5f.i�f{ !j,� S. tl ,Yit F1f .ii.ha4•,�^Y�• ,y� � - i � �' � `� �t 'N Ist� `t , t Ar t„ tr r j i 4 :�;�iI,Y rr :Y,tJ�� y,F 5��:S"1^'rX't Ef:��3•F, ,{ .� I`��� !�� �� '-ip*� f�i� �1 1•}f ! 1 1�)l,A" ,'f4 i i� �'I L �•S t k�j�tt�.�,T�+r.�. . w a r�r '��" 7 s ' ti .:� „yt<.bP.. }: cv,k�° �`.&t4Y,�' .,;i'••'�ty_D�"a•t':P�:9:1.7'}�"��?�k�:�.4 Pt rir+-,.`ttx.'F#.;+r tli�-1�5, 4�.t 9:fi.�yz��Krr1 x7�r�g �is-� ISr«,�Mk.�' •+. �- , y °•1t`'� }' ,��., � 4i"rtik"!'y iZrd rr Kirt#'-*:.S+�r Y ,1,.y>s[!s' { rt1.. � }✓t q,) -� ;ra 'i�•Yii �., fn ,�l_:'}��'�t,•«.y.3.aC'��.,'?'Y ��.5�(7�.... „r �, .' .;'il� r�j'?y�r.�, }rt �� {t,+r,...d, .k �•�`.e'�51 i t+' y p� '� 'a t t;�{+ e ,�yf^i y'1yf,:; i :r,�'�tti. 4.. S rt'1. �,.aS .'�t,�.15iA }tt:` -,f fif t {tj �' 1 3.t'ha s 1 }:r t'.6 rt�'S'•tx•�`.s .t � "x •. a',,x75`1 .°f j- f�. ,F ./!•*v, .M1K•�.+„ i”i�t k �. y�, „tt.i" '.. � Ir t„n+,.,,'!W...,:[� ,t t `• �T'°'sti�f 4 .! 4.''�i,ll Yt1"Y •b> ! t r,P: y,*."•��.'' ` y .w 3,:� lY�`.rt,,;;'.t+.,tr ap;,h l'F�iS-etc«�S•.f't.C� �..5, NU.ti 4�}',.aKa���j� ph.� � �,� U'". i..• .;�s�'' 'il'`sS�` is tx'43 1.yr rc°� t�. ,7 7� tt }'�t s{✓��,.„�•; 12,+ t+m._�+Y'qi' ' '. ., �rrr,� .SYF:�.`; ;'. :..i i ,. ar-��r•x .� .N ! ' S i y,s 't!. r�r. `z�+i is '3.• S. r:�A ..r??' #3 rr t p .�. F j t v,r,. (p.1. i1 .Yft.t.n f j.. !sSl t•..;.}?;j,.:}v:'1. :ab 4:. T+�. !4 AFL: i i '�!;• .:< r ..!. .t± t}:.f s i,? c K 1, ]a.�F!.:t `,•:x r r ki r >` ,^i'y�i'. r�t M .t. 751'1 t�. (. r• t0.' �, r�et. t. .k �''ax{' r'k?t'v�" w..i,t�xx,t� S'.��''JI �.. ..2 , 7• 'r't ..r T+ � ?i'•trF+te � !. w �!' , r�//�����a�7. y �•�.,ltl�� �. 1.2.15 POLES: 1.2.15.1 General: M 1. Lighting poles shall be steel meeting the requirements of these Special Provisions and shall be new and of the same material and design throughout the project. f� 2. The Contractor shall furnish the length of pole and bracket arm shown on the plans. Clamps shall be provided for connecting bracket arms to poles to obtain the specified mounting height. t a; 1.2.15.2 Steel Poles: �•g a� The pole shaft shall be one p iece square, straight steel tubing, , machined to accept side mounted luminaires. A reinforced handhole access. The handhole h�91.:. r�vided. near..the_base. for.wiring. _ ash#io�nd:9c"d` es A he egre . away.tto e_.mo�nmg arm.. _- — - <a• , - _ handhole cover shall be secured with hex socket threaded fasteners. -�� '• " A ground connector capable of accepting 4 AWG wire shall be provided inside the pole convenient to the handhole. The steel pole, 4 arm, and all incidental parts shall be finished with a 2-mil thick, electrostatically applied powder coating, which produces a smooth, satin finish with a chip resistance of 4H pencil hardness. The color of the pole, arm and all incidental parts shall be bronze. The pole shall mount on the bolt circle diameter specified on the Standard Drawings, the plans, or as recommended by the manufacturer's recommended bolt template. The pole and arm,when equipped with the specified luminaire and installed on a standard foundation, shall !' withstand an 80 MPH wind with a 1.3 gust factor while covered with one-half inch of ice. 1.2.16 LUMINAIRES: 1.2.16.1 General: r The manufacturer, type and model of approved, acceptable i luminaires will be specified on the plans. ;. 1.2.16.2 Physical Specifications of the Rectilinear Luminaires The rectangular housing shall be a one piece formed and welded aluminum and shall completely enclose the luminaire components to provide a moisture proof and dust proof light chamber and weather protection for the ballast. The lens assembly shall consist of an t s 6-7 l J Y3:. �`z��'*t'� � tai �, �>,{•, } ?5 N�y � `✓�,Y�r,z .r G-s t, Sr. ,r,P. '� 6 .Fj1'�i�W t �"1:' t a•"U.C tt t S .0 ,5 n,^ i .x•BB at �y�3 •p,f`✓Ejc, 4e�� x:;' • �v •..-„� •,� . �i tiNx,�? fz tt� 'f� �l�s '`!�`'” �•" �7t�1<= .�•, 'f�f i �1}x K'2 i` .r�lx_ ��'7iYfifts'�rt*,';• .£�Ye,�., x. �.; -ii„M t� r ti, c J .. i., ,r.. .. r srt-xr�ryt�fPl�,Y.rt��+`^•rW#:klt�*RY <;_ - 'i71�.µ�'•7 ' > F�;•ash�4k llflr�.�':4+Pbtrhl«6:1..�`fi..u,4;ES•r ii.......u:d.::r..a.w»a4+k,.rn.s.7w3N}�':4=*:"<., r4„�i'.�':r ..1•,.:.ro.1)7rf '�.�.'t��Ls,:..t �t„r:}e;,,.,;.A.v .•srat^.>t�rxli:+tYTl taa.'N4:"lif4irtwrx�frm,aS.ry:i:.:U1�.(�` ")(°`S,;P,+•.:;�:.9�` .��, •�.'” ..AS ` :? n i° v,yy Ljl extruded aluminum door frame and a tempered heat and impact ' resistant glass lens. The lens shall be sealed to the door with high quality silicone gasketing. The Unit shall have tool-less entry made possible by four spring-loaded latches for access to the lamp and r power panel assembly. The Unit shall have a one piece hydroyr ¢ut formed aluminum reflector with an anodized finish providing r,t, efficiencies of at least 70%. The reflector assembly shall contain an adjustable horizontal mogul-base, porcelain socket assembly allowing variation in both IES type and spread. The standard arm assembly A shall be a rectangular aluminum extrusion with a channel rod serving r: as a compression member. The luminaire and arm assembly shall be finished with a 2-mil thick, elecirustatically applied powder . " coating, to match the pole, which produces a smooth, satin finish z with a chip resistance of 4H pencil hardness. The luminaire shallrW= '' ' r bear the listing mark of Underwriters Laboratory. , 7 � v �" 0 u •sgn .Ele tric Specifications: _ - .c al S e ns: The luminaire shall be pre wired, requiring •. �,?)�.r.,� �xtction ©f service wires.t ,terrni-` Tfieyruii�irialre shale: Kri: .. R{...,:......... ...., .. t be equipped with a multi-tap, auto regulated lag type ballast capable ' , �u,k of operating the specified lamp. The ballast shall operate at 240 vac, have a power factor of 0.90 or better, shall provide reliable lamp starting at -20 degrees F or hi yt�? gher, and shall provide 10% or better lamp power regulation with a 10% input voltage variation. The '' ,'``c' ballast assembly shall be separated from the lamp compartment by a metal heat barrier. The ballast shall be unitized with plug ,'j,yf�r��• yy'k .k disconnects for easy removal. _ 4�ys. 1.2.16.4 Photometric Specifications: The luminaire shall provide Type Ilf �7 ;r,T cutoff distribution. The vertical angle of maximum intensity shall be .:� . : between 65 and 75 degrees in all vertical planes between the horizontal angles of 60 and 90 degrees. The maximum permissible luminous intensity at a vertical angle of 80 degrees and above shall be 100 candela per 1000 lumens. The illuminance on the roadway A surface shall be the required level and uniformity without hot spots, dark spots or striations as determined by the Engineer. 1.2.16.5 Luminaire Approval Procedures: 1. To be considered for specification, a luminaire must be approved prior to final design of a project. When photometric reports on which original approval was based becomes seven years old, the luminaire must again be approved based on new test reports. '( 6-6 . � it '-^+,+nlCatwlFS�9WI�lp'�"+• �ijF y� ,�'•..r"nn.rt"j5'+fl."' +is„`il:',F'.t+iCGA w.a::v,:n+ — °r,4 ..If � � rt t '� t � 4itiL"PC7f4 •�t:{}';••vria.�rh`k.- n. A­ r u t � `rizfi �lrh r`a z r SK. ' i' t�`�4•f t lei j:ti»:`�?,.s.. �Y{'Y i4't� A L \.4 r s• �. t : i ,X t.' tL¢vfY,r�•��wP� vt • •.y+ ��? '�,.,�`�aa?'� �rr.i�' ��}� '�;�d=:c:;;��'�t± ; ti,?t �� S ?Cfy,Yy �,�trt. �� r ,�g�K'"r�zr,��"''"s'�r'�a�,��c'r J "a, . r� ' .. t t .� {rx.n sy r�'' 1:i4 l }r �J' .•r 'k> ( .f i 15I ,e} i t 'iy 1 ti::F,..� ytr1 ti S rr 'YA rl t`, s- t t ,(. 4 ��'l 71r ., M C ', 'r ✓( � '' •�t S.i y:v- al JAai�3r. t ## t�• s s5��`�j�Y ,4r L3 v� l,,.r'� r Y' ti t a, I .4 r .,, ,�'c. i I "n k=a.T�' . .;�F ' V�d�+... .�� it ,S tx f a ✓ yt t .r.r r � ,{> s t � . I v =�t v �� '� ( 's. �'., ria•C�, Fi ,f..�'�t f' r ,� v s �" k` t i'r .:r� } r t ?� rfr a '{. ¢� •;°�y h r.t.g r ' f a {.0 t + i r .Y °�, r :� f � i,t k r ''lf y S. v,; ,::#�r'v J S.:Yr { i1Vh ,., •, r.r ,r{.} r ..r _ .. ' nt t .. �.x� ,,�.. M1I,4 �t.t•2 .S 'tr . g.�u7�7}ft��'l+5 .� �F�?4.,, , M r •+r 4 pt�t �iyJ tt � ' :.<<^. .< t ''r t `pc�'�t'n�``itp '� {4r 4��s.�.t' �^t t i §'''SY, j:Ni �.Ytx7�H y7�y t trey ,rr f.4 r ..'y � i%• +c4 f �' ° .a t>•,r.,¢�:1 ?§y� .� k J e`` 'z t � r .} r t E Y .. s?..,i,• -'vt zit t FtS 4�• t §...+. t � 1 '._w1AGf�t�A' 'w�b�:: �b.�� !yJ � ' .� ,ti.'. Y a.o��`,.�•r� :y1`+(1'.'i.4. .�4 ter i lit ' r S t.�'yn ` S •y'.yi l;f, 1��1'�� �� �' t- PAW MR F W.rji: sI :'•� ���! ';).:! t•Y� :F'.�x• :�!'.• � ••`,. �+ySy��J'Kit/ I'y' yy N �• ?; rya 'j. s11ii: s` i .. f , • ire' , y t •'�'"•�.�,.,�,�,�,ay����i;�Y��r i}�;(r �.>.y..v``Y ff 7 .:� rt tr4�� LY'�'.J''M�f trX�� �'¢ts.u^t.��' �itt '�}iitt{r �� Y+ r �5��`�t$ r� �' . ii �t t s s r} r i`s r . cr r f " � � ' r.� �`', n .r.s t,F '!�,#r.,�{t .:.�•• � t ,.:Y, •}s� ,e.yq dn�},J4 -t� tT 1. q.� ..a a 'f t } i ,� y ?L'. r fs ;�.�.. 1 r inn � u .�S r xA2a 3 itt' {{N( i h}3f .rte :t t t e+ S �I''"v y,°r e''t' .{. Yt�'r•.Tt + t i:>:,SF .f rl�j r ' tf t, ,'tiF 'f 4 4 ;£ } s :t y N i� t �f t � t 4 + t 's. l a .°r, i r rcft J'� ,• � `f >�a 4+`� xtrl ��i�ti Ffittr�y�,...i�a4 �t §:2E wj'*:�'� fir t't. #::+ y },.. ,r.ti��' t S: r � !".tii7 ��T l+`?}�``�r4.�'�•'�;4��'�'-�f . py, 'i,;• "{e�3,�t."t'' :i. �� �:•'t p=.'�,� �G,rii 5rr's '�,�$'. ..1ts.1; T4C+:�',. t� !' t u .,;. � t .r ::C'k �'�'4V�,`x'+5'`'"�w;�<.�`+,"`'a}rf�,rt�f'.I�'��r'tii �1c, ;�v. L .rr t. ? * K tc- •>::`yJ, k• e,.s 4:. s... ,.•�'4 4,0 .1 �".. 1,Y,Y ArY;•t+f.i'. .��+`°' �k �+� y x:;,... OWN r ,�jj���f,���t �'r•'§,' t� t,(. (r }' i���C"r•>„�3�. �1=`4�1{;1r`�x. �� '�� � �,� .f :'`v § `Z17 'Fy tr�lS.�Nyi aYRc�y t:7Yr/�'c;`m"i i'n"i` A�' §�}��,`•. a �• r f 5 ^ !r'• ! .: fr' y G� s2 S yy�� y� Mr S.#tt'. ,•1'j1�s :".r.r ,+ !t r ti• r .. '�t' t rr L .. �st ti�l� ;S�'Jy ,t3..aM`,�4k'ijk��:tom ' ��. �5���.�J..,� , ,.��.��,,y`t s�" 'i•q &��t�s ++iS J 5 r� }4... J' ...:, s `� � r.�?1 I�n�fi�3!'lb'"` .�ar'Ci�>7'� '� ���'�� ;� tl �tl`3} }4,ts. :ct h { r �'}. . �aMIv"uLur.'11�t.:`ki�Lux�.r�+ 13x.vi(ra.altrtk. "� :r dR4IMNM�1teiPMO'lif:IdAillll'�011�FL'IVtlH.tIGe r +.t�tt7 �N f sr4..e .whir. `j�.�V '�'�.. szA ' extruded aluminum door frame and a tempered heat and impact :' ' resistant glass lens. The lens shall be sealed to the door with high ` quality silicone gasketing. The Unit shall have tool-less entry made possible by four spring-loaded latches for access to the lamp and ower panel assembly. The Unit shall have a one P P y piece hydro g ., formed alum m P rovidin inu reflector with an anodized finish efficiencies of at least 70%. The reflector assembly shall contain an -` adjustable horizontal mogul-base, porcelain socket assembly allowing ',•?, variation in both IES type and spread. The standard arm assembly shall be a rectangular aluminum extrusion with a channel rod serving f• as a compression member. The luminaire and arm assembly shall be finished with a 2-mil thick, electrostatically applied powder coating, to match the pole, which produces a smooth, satin finish . ° � . with a chip resistance of 4H pencil hardness. The luminaire shall bear the listing mark of Underwriters Laboratory. g. r--� eb ribal S ecificatians::The luminaire shall be pre-wired requiring �' - °� �� ��G• service vrst n. Of- uminre. sh `1 be equipped with a multi-tap, auto regulated lag type ballast capable of operating the specified lamp. The ballast shall operate at 240 ; 4 vac, have a power factor of 0.90 or better, shall provide reliable lamp starting at -20 degrees F or higher, and shall provide 10% or better << lamp power regulation with a 10% input voltage variation. The F ballast assembly shall be separated from the lamp compartment by .7 `,. a metal heat barrier. The ballast shall be unitized with plug = ` disconnects for easy removal. 1.2.16.4 Photometric Specifications: The luminaire shall provide Type III cutoff distribution. The vertical angle of maximum intensity shall be between 65 and 75 degrees in all vertical planes between the horizontal angles of 60 and 90 degrees. The maximum permissible 4 ' luminous intensity at a vertical angle of 80 degrees and above shall be 100 candela per 1000 lumens. The illuminance on the roadway surface shall be the required level and uniformity without hot spots, , i dark spots or striations as determined by the Engineer. ` 1.2.16.5- Luminaire Approval Procedures: 1. To be considered for specification, a luminaire must be approved prior to final design of a project. When photometric Y reports on which original approval was based becomes seven years old, the luminaire must again be approved based on new test reports. 6-8 �•f E� �t g' 4 k. 4t/. yL4'd9 j }� tf{�t'yksr r vrJAn: A� sti+ x Eli .7t.`i,•,\J 7 u r 1 373 ^c .},�lfsn�.l y.s.CS9� t•'. 4 4 ` �J #I 7 } 11rf i- '!:.}i3''M7 p- ` 54 Y J i3Y �'y�'l( �ly "n ! 3 >x t �` M kSd dt�, +6+6� Y:„:•_ z�� � m � " g '{ ° t`•V,:1'� J i. :+�6v+'+ya q����,zi`' tj('�•,,�rr��, -�i"'41+ $ ..#� {7.L�•;���A`}''p>`i .1iF. ?rii�� } kl f.'�e.��..+�I+ Si{r�' P :�It �, y, r ��i; ,�� } 1� `Cwf P �'wY`�'yt.� C.S•, 'sj "'�'S t L�, � a'��w r p' a r �t ,r;�r' .� -f 1 1[ [ �. ,,• �.�Yy 1 r�y s<l�d ,' t."f t a f ?'�' l rN�•{'°. �3 is , ���>*� �, v.�t. .} 1 4� y#.Li Cix'�° �' 7 �° j 1 f � iI §. c u i' .. �.� . .fF +;S yk{> •, 'h X r' t`J+ \ iYt Yt�N,fs t� r � S,< F"�a„v t f,i�:s, � "1` ���yi'i�ji.)7�i�"x"�Y}t aTS�i.}'�+�. tfiy . �;t: `'§t�"'r'�.J�>•t�+``rY r..• i;ST rr,++ t t•j�,+Li �V ° y ..�.i f+ �y ��.L,`�.l�l i��'�;�§i�7 td"°t'k���` `•�. �` . ^j•!!'.p .fia'�` 7�Y1 ,`"'Y'' l ?9 s. i ht 5i� R if\ i 'L 1 I )47 t.. 3 i t` 3'.;r'j�,�r�m�F�YL���y `I. •� � tr' �': y t�t�', d��`E '`i'jtx Itt,F,^{�» �.`t��:i �7f t?: ,rr {i t'�,IL 'li ) ,`j .4 .9�+. } }t�� ,5.,��Y`�' K .��. ,r, s . i ly.�ra >. f� a'•: }. ,�• t.. 1' 1 +• ri ,. fiS;C �1r..:.. =)� �t. ':�'--,.y v � , J - � . A is "17. 3,• ., :t .t•» Vii'+�r':"'� �=,t} 7"�':'v'�'S�`` .�� �s. it r {r= Y ��' xY`d `S ,}fir 'te ti+,. .t3 j.�� .!=:.i f�.'rr i�,a ttk2i 7-�1 � SF � t 1 dt t ,�.?G •',+7, h � 'E'Y' 9y. �� � !� '.t <'� { .t�, q'�t,is 7 q 4Kt Y fa� �=J{,�h��'� Lz r� xtit5tt t'��f�r��F` s �C �' '� ��+r,�yt" •�p. �"�,,,; t $;�y� ��" ii�?`� � ��xx'��}�tiu ��'��'4-r`��`"Er+td} �,1��, �. 1r+ �a�1s��a.'•$` �t}�.� �+�` � s 4Y', 2. Manufacturers or suppliers wishing to gain approval of their luminaires shall submit to the Engineer the following data: a. Manufacturer's descriptive data and specifications. b. Photometric test reports from an independent test laboratory and certified by the laboratory, or test reports from the manufacturer's test facility and certified by a responsible officer of the company. In either case, the test shall have 'been conducted not t. �q less than five years prior to submission and shall have been conducted by the IES approved Method for Testing of Roadway Luminaires. The test reports shall r' contain, as a minimum. vertical and F3 Tabulation of candlepower in v _ -- 't�. ..Pr.' _,�. .-}! .i, s+fi:a.. ..._e-•i»-rt :�, `"ter _ - aF _ epowe�...shall given in vertical planes oriented at each of the following horizontal angles: 0, 5, 15, 25, 35, 45, ' * 55, 65, 75, 85, 90, 95, 105, 115, 125, 135, 145, 155, 165, 175, 180 degrees. At each horizontal } angle, candlepower shall be given at each of the following vertical angles: 0, 5, 15, 25, 35, 45, 55, 60, 62.5, 67.5, 70, 72.5, 75, 82.5, 85, 87.5, 90 degrees. (2) Coefficient of utilization curves to three mounting heights on the street side and two }' mounting heights on the house side. f41, ' (3) Manufacturer's name and catalog number. kil Lamp identification including type and rating in �`- watts and lumens. C. A sample of the luminaire if requested. 1.2.17 LAMPS: 1.2.17.1 Lamp;Type: Luminaires shall be equipped with high pressure sodium vapor lamps. Lamp life shall be not less than 24,000 hours. Burnout at ' <. 20,000 hours shall not exceed 20%. A. 6-9 yt •`�' cu Yy�,'�_'t�':� ;t '.� - t �����r"�`Y ,3}.,,f�c.�L iCS`',�+�y'u-�6t�it a s��%�°?x' �S".j{��," ,,' � ��;�'' \ h� .,AP '!� ' f, J F '�.�'• ��'���J t#, a 4. ` ;;k al. t �<E ,�rd�t i'�' ;�`'V,t> ,�. � 'Mt t. 1.2.17.2 Rated Lumen Output: Rated initial lumen output shall be: 1. 50 watt 4,000 lumens 2. 70 watt 5,800 lumens 3. 100 watt 8,500 lumens 4. 150 watt 16,000 lumens ! 5. 200 watt 22,000 lumens 6., 250 watt 27,500 lumens 7. 310 watt 37,000 lumens f 8. 400 watt 50,000 lumens 9. 1000 watt 140,Op0 lumens °a 1.3 EXECUTION: rl 1.3.1 CONCRETE: T• A'L:lf.ti=S.'9Y:-:4_z .ai♦.y -^Y� .LJT' _ _ .. o1e founTataon ccordance­ o- &_ ===: '` ,._ ......'_. . •,_ :.:,a*a^.4L^il-a� L?trersf�i�m t:•._ Technical Specifications for materials proportioning, mixing, slump and transporting unless otherwise noted. 2. Concrete for pole foundations shall be vibrated during placement. 3. Finishing nd curing shall be in accordance with applicable sections 9 9 PP of the Technical Specifications. 1.32 C . ONDUIT: 1. Conduit shall be placed as shown on the plans. 2. Cut conduit square using a saw or approved conduit cutting machine and remove all burs or sharp edges by reaming or filing. . 3. Conduit ends shall be provided with a bushing to protect cables or cable-conduit from abrasion. 4. Open ends of conduit placed for future use shall be capped. 5. Conduit shall be installed to drain. 6. Provide No. ,12 AWG insulated conductor or approved pull string in empty conduit to aid in cable pulling. 6-10 Y ?' axw tar+•i� t x - t .t y, � � .. � Q r! a .n:�k?'<4 J,r.�� �s t?t �� +a �if tS.�77 ��''Ff �iek G+�tr �`�t � 'i �'-✓F F .�:;1 .; ti LL t �� ft 'n*i'J�`�>�r4<.a.k�$ roj« t� £r .r i f•,�� J§;s.' 4i `5 a :.C ,,_• t,y,`+`` e t���.tU,{Y�25iz�¢hv44�s.�t" asl'•� '�, k r x' t t4 sl ��, r,, .,":d r iSi:i r i t 4fr. y`vaM} i��?d�. , way, or sidewalk 7. A "T" shall be chiseled in the top of the curb, drive directly over the conduit to aid in location. 8. All conduit shall be placed 2'-0" to T-0" below finished elevation. ' 9. All conduit ends shall be sealed around the cables with an approved ' readily workable soft plastic sealing compound. The compound shall be workable at temperatures as low as 30°F. and shall not melt or run at temperatures as high as 300°F. 1.3.3 POLE FOUNDATION CONSTRUCTION: " 1 .3.. 1.3.3.1 Scope: This section governs furnishing all labor, equipment, tools, materials and performance of all work required to construct pole ;,,d`� t . r foundations where shown on the plans or where directed by the sxiyk: g i Engineer. Foundations shall be constructed in accordance with the .>,rp ,l.�.TNY.�I� r..�{.I.v •,.n ,V., ... a hnlcal'.s p .��;__pe,Gificati ns and the. plans. .,rzrS.YY•4iiC.42W4 :"1L:�C.'L^,C:L'id,f:. ...a.. •• .. �.. - ..-.__.--- Sk''Tr...{.V. r _.. ..- ...�_,- rr 1.3.3.2 Conduit Bends: Conduit bends shall be installed in concrete �L. foundations in the quantity shown on the plans and positioned in the ` direction of the conduit or cable run. 'J�..1iiiii ° t: r 1.3.3.3 Anchor Bolts: Anchor bolts shall be installed in concrete foundations ,4 as shown on the plans before the concrete is placed. A positioning ; ' jig shall be used to hold the bolts firmly in place during concrete placement. All portions of the anchor bolts extending above the ' foundation shall be threaded. I 'f 4R 1.3.3.4. Finishing Concrete Foundations: Finishing should be done with the f anchor bolt positioning jig in place. If the jig must be removed for finishing, it shall be re-installed immediately after finishing and left in place throughout the cure period. Safety devices shall be installed and secured firmly in place over the foundations immediately after finishing, and shall remain in place until poles are installed. Prior to y . pole installation, the positioning jigs shall be removed, loose concrete cleaned from around conduit ends and the conduit trimmed to provide clearance for the pole base. h� 5 n 1.3.3.5 Expansion Joints: Expansion joints shall be provided where a i' concrete pole foundation is adjacent to concrete. After concrete has ;r cured a minimum of seven days, the joint shall be cleaned, filled and s` sealed as shown on the Standard Drawings. f.j 6-11 �S� 2•t� Yk 3`i yr j��.I .c> t F'7 �' i t} x . .(� .e.�{}ti,e{''�A lvi r �? o,. 5 ��>��; 4r,3��5 {17 ti.�fY� It7f4� l; Yg'+SY t '' r ' Star 3 S {t}r 1'S „t.��kF�; `�"r,.�f._*�r i�i�-. •h . '' til" >• ;x�� ,f{ t s2°5 [�`,�'14 A. Y;4'Y' } i,° � t. .;!�' t } } .y .is t St wt Jk=atA.•S's`tt t't+ (, rP Yg(', {rt '` T1.fft 4eA �i 3�X i.. ' }�,'`jye�a"F t r �. y - t w � �+. > :vc t� •i Sr t,� `` :.7� .`y,'r�b ti �J �`� ':i�' F. i ti ,f r r) 1°'3`.�ts��� Y � �'Cf , qt' a t t. ',^ .y; '�, i .r .r'1 .� s yn 4 •r 1' ..1' t1 R 'U 5' .'�'��'.,}+,��'�ji ss< 1 �✓xx�`` rt ' w:,w.+. ....`--.,.— --T-..r -' ---�".r-^- --"n-..+.n+---.rr."-' N .•-`�Y k� !.-".a."�� ,?ry,;��i , Aj, Y F( l +` :i sr 1 RIM, z:.. .,u.,.... ?.... .»..kw.M.taz'�'?.�.4° '�k x' n,r:. .et,r,.Y/i7��?`�'.. ? «t','1 ,!„ �q u_e1''.t�IPS,-V ti 't y -Sj' •c` '+t2'�`r' X1 Yl; 1.3.3.6 Screw Anchor Foundations: Screw anchor foundations will not be tf�ejl` allowed on this project. a 1.3.4 UNDERGROUND CABLE: . . RGROU 1.3.4.1 Sc_ ope: This section governs furnishing all labor, equipment, tools, materials and the performance of all work required to install ; underground cable in duct or direct buried cable where shown on the plans or where directed by the Engineer. It includes trenching, '' ;, ttf t placing conduit and/or cable, backfilling, connecting to overhead cable, and surface restoration. The work shall be done in accordance with the technical specifications, the Standard Drawings, and the Plans. Deviations required due to terrain or underground obstructions shall be in accordance with the National Electrical Code, ANSI Cl, the National Electrical Safety Code, ANSI C2, and have t` r prior concurrence of the Engineer. All cable and duct shall be routed avoid root damages _ Y --T J r 1 1.3.4.2 Trenching: Trenches shall be sufficiently deep to assure that the top of the duct or direct buried cable is not less than 24 inches below final grade. The trenching shall be no more than 6 inches in width. The bottom of the trench shall be undisturbed, tamped, or relatively smooth earth. When the trench is in rock or rocky soil, the duct or cable shall be placed on a 6-inch protective layer of clean, tamped ' backfill. -- ' 1 F 1 1.3.4.3 Alternate Methods: Pushing, augering, boring or plowing may be used instead of trenching. Minimum depth of cover of 24 inchesI ko , shall be maintained. } 1.3.4.4 Duct Joints: Ducts shall be joined using materials and method n,s X•El�'�,s���rV recommended by the manufacturer. The interior shall be sufficientlyY,U ,, f4. smooth to prevent cable damage during pulling. t K 1.3.4.5 Cable Splicing: t X 1. Splices shall be made only in pull boxes,junction boxes, andrg� pole bases unless otherwise shown on the plans. There shall be no buried, underground or concealed splices. If the cable is damaged or cut after installation is complete, it may be spliced with the concurrence of, and as directed by the Engineer. : F �5 6-12 hq d ,4 µ�; Mw•s�s Y �.�r'•"' �:�t ""-....�_.._... ..°."�r°,1s�7sxi4Y'7,�'��. 'i.�rr.%l' '.t b:lwa.>......x+PUrw�...y�,...w..+..»-.• r. _r�-e+�--.-.,...-�......,,..f,md ^t,^^.+,.. � L drs g,,l .S�!4''."� S,:�A31Y✓ 1 1 t ':1:. i / It' T �. )�t. � ,�,f7�"ir � s c; t s .J .r, r r tky��y'.:ti��;•xg ,f' ir'� Y-r u 4r + wo t�•.t,`i 4ZS�.�"� i r �xi i w+.rYdtRW 'i i r E ; i'*E! cifd ;,� !`rs nr'Z ls.>'Arormn.,L.o...v �.+i:...,. ,_•....,.. „.:w»..... " 21; aaw +YAEf�n{ tatt 'tt�! `tkd' i i� uy 2. Straight or in-line splices shall be made with copper-clad y .. Yt sleeves or an approved equal. Tee splices shall be pressed pp made with a pressed sleeve, split or unsplit type, or an ° " x approved equal. Cable splices in all types of poles shall be r :+ accomplished with a pre-molded fused splice as shown on the plans. ` ` 3. After a conductor is spliced, it shall be insulated with a plastic, pressure-sensitive, all weather 8.5-mil electrical tape. The r:. tape shall be applied half-lap to a thickness equal to 11/2 times k the thickness of the factory applied insulation and sheath, and r3r sheath neatly to a point app ..x Y over the y approximately 3 :•axr� f� ; taper off o ,. , t II sharp points and edges inches from the conductor splice. A filled with of the connector shall be padded, and all voids extra wraps of plastic tape. The tape shall not be stretched excessively nor in such a manner as to cause creeping. For rtrsj ,,: cable• splicing in pull_ boxes or junction boxes, a heat- �„I shrin . p kable-self-sjaling I'ice maybe used.in lie, oft ,. .!.!1!..1-wrc_Hp•e�is._aa t!".�'!!^4L! �^'.l:V`.`^.�-^ �J � at the contractor's option. 13.4.6 gackfillinA: Backfill within six inches of the conduit or cable shall be #:.:. free of rock or other solid material likely to damages the conduit oryFtr , cable. The backfill shall be compacted to a density at least 90% of ; ` the maximum density for the material used as determined by ASTM e ;74 X •d' 91k44.. Designation D698 and within the tolerance of the moisture for the type of material at 90% of maximum density' as shown on the h moisture-density curve obtained. The six inches of backfill nearest the cable or conduit shall not be machine compacted. ' . 1.3.4.7 Surface Restoration: Disturbed areas shall be restored to a ` condition equal to or better than that existing prior to construction. Sidewalk and street cuts shall be restored in accordance with current ' `w standards of the jurisdictional agency. 1.3.5 OVERHEAD CABLE: Omit r` 1.3.6 FEED POINT: 1.3.6.1. Scope: This section governs furnishing all labor, equipment, tools, a::.,•;r materials and the performance of all work required to install the enclosure, cabinet, circuit breakers, fuses, contactor, photoelectric control, control cable, mounting pad, meter socket, and entrance cable where shown on the plans or where directed by the Engineer. Meter sockets may be obtained from the utility company and shall be installed by the Contractor. The feed point shall be in accordance .: r• utility company requirements, and the specifications.with the plans, i 6013 k t.•. { "F , .C r, .y+Yrdx'r., .'•ram r.v p+;ySyrt '{Pj,^(s'kr`�3y ', Ari.A2`1LNX"K'-"°i--�� , f r}*f[ r ? � •':X }�(1 Y.t . �1 �Ct t t S t G� ��v`-0r t,(1 l a' , Y 'ri3} i rs F .i {1.t't i r.,.r a ;5 i; z r '✓7_ .r,: r t4 F A Y� {I• �,rt .i5". 3ks.,y f q t r;:: ',: '"r• . ,s'i," r , fa ", tsl£.t ��.��ti k y,f , , Xi 1,3,6,2 Coordination: The Contractor shall coordinate his activities with they utility company to insure delivery of power to the feed point when and where required. The contractor shall install the underground conduit from the street lighting controller to the utility power pole where it will be stubbed up. The contractor shall also install enough ` electrical cable to run from the controller to the utility power pole with an extra 25 feet coiled at the pole base. :t 1,3,7 PULL BOXES/JUNCTION BOXES: . 1,3,7,1 General: full or junction boxes shall be installed as shown on the plans, or as directed by the Engineer. In joint use boxes, cables shall be clearly identified as �..,�, street light cables with plastic or metal tags. ' 1.3.7.2 Cast-in Placer >7s z xex z!:tee n :ti�:r1a►il7�b�SR43t� .k—. ... _, a r_...,.. srylvtsk3o tent - - - 1 -�. fishing . arzd-. curing .shalt..be=°:��a accordance wi h � r�� Sj technical specifications. 2. The pull boxes shall be cast in a neat and workman like manner. Forms will be required for the inside surfaces of the pull box walls. ' If the excavation is irregular, forms will also be required for the outside surfaces of the walls. 3. An outside form shall be installed across all trenches leading into the pullbox excavation. The ends of all conduit through the walls shall fit tightly against the inside form. T. i~ 1.3.7.3 Precast or Preformed: 1. When precast or preformed pull boxes are installed, the excavated opening outside the pull box shall be wide enough to allow compaction of the backfill material.. 2. Cinders, broken concrete, broken rock or other hard or undesirable materials hall not be used for backfiiling. 3. The backfill material shall be placed in layers not to exceed 6 inches deep and each layer shall be thoroughly compacted before the next layer is placed. 6-14 1 "Y:rj nr5 r�`r e!t1a,jA�n t�• ; , '*Jn'�7,�,AS�I �+i ' 4 .fir �F t # �1r�4 J1Fy�t-'s•�'{ �ndt z+! `'y. � '.` �v f#'�f•"ir X. � k e+f� 3 R 'Y'{� �,.3'al 11 �.... ?I �.J S jL 1 Cf t,..RaESA ��d��7.':^� �•x`�' ,�,l. �v 4.� '; ��"l'f S } iu. ..� z�� d. i# J w -f l{ d1/•�ty�;� iY �,{�i h i�,��4'fi'F'ss,�f,�t�.fib e, x1�t ' "� �� ;'ir 'S ; �j'i 3Ti+.''H `'k ,%;;{"'�'4 .i 4 •• 7s#i rt 4.t ita r .+ ts'+at. ' t' ,o' .r+.z +fir s 5 -'r �f.. F..,r�"'„('%a���a .s• jry� ,µ;:Ers.'_tj i.;, .ctrl !ftt7r �s war ai L� t 1 7r,. rt r i`?•/:7 3 Ix`�'i r i %::'y v;.tli�'?<�y+�y�nr.�! T"' 4:it'`ca � ` 7 YJ ya x N,".`. ✓ Zb }�e.i .4T''. y '�''+ ✓ �:i. F. i V°';�s pt1 f•" 5, o- +4.it+.it 't j# t . t r' � ),�'t�-i'�r .'S�'j'.�..n�zj�/( .t,#. `+ K ✓'+}aFr•.°vs, +ti��irxk '?fit„ ,�SGttk:�.•r,. :tt r`l":�i':9 i.rv-,.k. 1 } t ..1 :t.i?.r:.t S 7 , .1 n r '.�),.f.,.:ii"'•�r,ttP'A. e .�'t ,, ', k a, i k X Y,F:✓ :Y l' ,. x' Y 4 if c. r�j�•.r'<; "'� t,'t.'. � :t;�' Fr.7�i yy, *•Jr�i�i .�!.})ya^;7,�r.:,t ski {��'�t�4�� rytt r' 1. �l'?t r�,, f �1 .r �.. 1.i to.i,? t yr `�+,r t. '.fit,}, ,Irr:'? � `'�S• _{j!..tiY I,,j�.R`p ':,� i �r fk y. t i 1..3 1.1 1 T�,t!h..t f..({ 1 r...�. t'� y�.�g` i.? .'s3a:n Ftt,t9�f M1f strA far,' r. .t7 Y t. "t t .}� ��;. f�t t� i .r to vNt�'r'k�yc1�� •f- �{n�' n '.s !..��,k7Yi�i�s�'"'. ✓t'�'f •r t '. {4; l.r '7>s .' �l t.. .7 s . .r F}!. �" ) �Y t5` r i s.t{tl:E` n � Y#k�, t , � �x'r t•, , �'. ,. r .t ., t g: S .l .�S #,1 ,+' +�a.r c,� �,;�� � }+ jV� ' MW 1??' .`iFe�ty�.idyf•'y•s;,t �4> }, !J' 'L s �{ r n' r , � :1� Yy+ !, s; ..�j1,1 if 4;j..l�.�.i'+� t.'��.fE. �„��'�yy���fta �Csig` �� .,s�Zx#F#3;r~ +i 1 + !+ 14� ;��(•E ZEA .t, o f s s ;'IAA i' ,ii'r�.err eFYYi�rE as�.i{`l.'1.; �i �'I 'I I 4 'J' T � "� s' �J r�. �•i ,a, ..� �r, TA er�,t rr >� ^st'�FN .}c.4�w'��,E t1.L 't i"st �r' Ccr����7��J���4•�4�{+s'"5,S} + ,t�t. �s .ztr,�.4� 'f'S,4i ? ti r � Y Lf .s s�-a`�:x,-set,r;7t. �Ct�'�S,E 'w U'3�,r�;F„ r r�, r+, e3'; ,} )rit��'ti,t fu x `}>,�m 3wi ,Z.•;S � �1t;P:...r:t'-• ., i �s�tl s+ 3:..t.t. .,�,i"3,� t Y'r ' Stone drains shall be constructed as shown on the plans 1.3.7.4 unless otherwise specified. 1.3.7.5 The top surface of all pull boxes shall be flush with surfaced areas and approximately one inch above earth or sodded areas. 1.3.7.6 Frames and covers for concrete pull boxes shall be given two -; r ? coats of a good quality commercially available heavy asphalt , 'F paint before setting the fixtures. ' 1.3.8 POLE AND LUMINAIRE INSTALLATION: 1.3.8.1 Scope: This section governs furnishing all labor, equipment, tools, '22; materials and the performance of all work required to install the t streeLli htin oles and luminaires and to connect the luminaires to c ,. luinina�res a#aall loe installed` -- f P-olds where shown on the plans or where directed by the Engineer. Poles r . and luminaires shall be installed in accordance with these ' specifications and the Plans. 1.3.6.2 Widn : The iumii mire shall be connected to the distribution system through in-line, waterproof, breakaway fuseholders installed in the ole wiring, and fused as shown on the Plans. Sufficient slack shall p g, f. be left in the pole wire so that the fuseholder can be brought out of { the pole through the handhole for fuse replacement or disconnection. The wire shall be without splices from the fuseholder to the ' connection at the luminaire. In joint use poles, cables shall be clearly identified with plastic or metal tags as street light cables. 1.3.8.3 Pole and Luminaire Erection on a Concrete Foundation: No sooner } than five days after construction of the foundation, a nut and washer shall be installed on each anchor bolt. The pole base shall then be installed' on the anchor bolts and held in place by another washer and nut on each bolt. Using the lower nuts, the pole shall be brought into vertical alignment (PLUMB), the top nuts tightened, and +tt i f the anchor bolt covers installed. The luminaire and arm shall project ` from the street side of the pole and be perpendicular to the curb line. ' The opening between the pole base and the foundation shall be .} Z=,.� E taped and grouted as shown on the Standard Drawings. };,� 6-15 `,zl+ V ewe g . s• d t7 }J''it .P� tf iy' v'�^ �nA� '' r s fa ' ��!�r��'��p��L'�{��v~t� e�•: i 'I, ` •,��t=w�++Rw�r.�w..,.�qe.�w�.ne"nw"+w"�AI�+�+aeroarwww�+ru�"`ev.s�e+s� �!'�"'o�A`Of.�vj!w—.i+-w��ww+!ar.•"t�+.e.vi.{rr� f- S ., r IT � t t ,f b t a} t r.t .'tl .t. ! �' �•'�'�. + t' i a�,jr �'r�� ,a�' �P 1.3.8.4 Pole and Luminaire Erection on a Screw Anchor Foundation: Pole ' and luminaire erection on screw anchor foundations will not be allowed. x 1,3,8,5 Luminaire on Wood Pole: Omit 1.3.8.6 Luminaire on Mast Arm Pole: The luminaire slipfitter shall be installed on the davit supplied with the mast arm pole according to `° the plans. Internal wiring shall be as specified in the traffic signal , wiring diagram as shown in the plans. The luminaire and davit shall ' ,. ,!. project from the street side of the pole and be perpendicular to the ;, curb line. t m `s �'l 1.3.8.7 Luminaire Adiustment: The luminaire shall be adjusted inr r accordance-with the manufacturer's instructions, to place the nadir b., directly below the light center. arked an the base Linstailation: The installation dale.sha711ie m of the lamp prior to installing it in the luminaire. sk 1.3.8.9 Clean Up: Poles and luminaire shall be cleaned of .wrapping, S' t, shipping material, dirt, grease, etc. Scratches, abrasions or other surface damage shall be repaired to like new condition. i ." 1.3.9 GROUNDING: 1.3.9.1 Preferred Method: Each pole and the feed point shall be grounded. A 5/8 inch x 8 foot copper weld rod shall be driven into the bottom `k of the trench adjacent to the pole or feed point foundation. The top three to four inches of the rod shall project above the bottom of the r . trench. A 6 AWG BSSD copper grounding conductor shall be n fastened to the ground rod with a thermit weld or compression clamp. The grounding conductor shall go through a conduit bend ` and the other end shall be fastened to the ground connector inside r : the pole shaft. At the feed point the grounding ,conductor shall - connect to the neutral bus and the enclosure. Ci[r :yyzt is 1.3.9.2 On the wood pole, the grounding conductor shall go up the pole and , fasten to the luminaire or the arm. The lower eight feet of the V" grounding conductor on a wood pole shall be covered with standard molding. If an existing utility ground is available, the grounding conductor should connect to it instead of another ground rod. 6-16 F 4 t, WNW - { ! �•x'�, tv"i 'rE{.,`R t {; r y j! iE fi2L=y�,, .1!`�xat{ •� c rl z S }� sr F rJ1,4t.t t �tV`�Ja .su;i a�' t t f ,x�.>f FF.. .ts t i `. rrsl?s'S' 4 wE`tt�i' t ✓t. i} �!:s ) ? , iA'r t4 5 � t 1 <x i i...t.a ,:'g,y�.,,, "V� 5� xr , .L•. Y!vl� c �r c �Wf it ,rr;t :h r. ` { fv� .°�ntt`S':��1�1t �7a:;i`:✓?Ihk t: r:- �.r. B.�Lf Y ,r a..7 t,�f,'i W s z ! '�.ryu�,c !., t !. Y�k5s t?��!` �+ )Y,`ts���K,��.� 2;t'�,� , i...,•r�tvt".t fJi} t .z{ '( .I.:w.� nS ttt7 .�''7 r r S �1 1 { .r w •1 tkl�K Y='? S rr;y a+.'SS-.� �{t-i;•�': �' k n� f�.C#t .t 3 .��' r} 1 :5^ t ` .;f.,�, t i� �?�@x3, J.�r a a r. !f•S '''L: t,.r,>~. 11 ..ry S . , :,!' $� �� • t 4;:r11.i i�7;r'%'"+r} n 97r.?}4111 ttir.i ! t.�,j aAS.r 7�. >,.}z� 4M tN r i. ..i� �.���`:. 4..1 tY¢ �4.7..�''!+ ,t1 2.1^`sr'.;�rs4Y'�++�', •t S s-}�Y 'r S�E�it'i•S'�`yy c 'kr�, •.j .1 s. l Ai ., .E { i �##�((e��p,@r{v�t�.. �, •'� rte d l#. 4t ti ti# r # # Za �� � vpvr*w "+pi. .°� ;.+,�-�. �..�•t l°.4'7 "`�', ��fi�t�t#�# 7 . i r a� i ,i� �, s d� r ,Y stn a.N'.�`�� '. �S5f's•{� +:F A' ,r ��y� �t`'•.d �'���.�.rf54 fs r,T�yS a } ,p}s, ?. +�'. i r x�r•,i rs 71y s s y,� is tTf+ fi 4Y -���� � ��'�. s.r,".` �.� ;.4 ice, r �'a.3ru.,,� �.r'• 4a.. "+ ��;y{ y #�.'r,9�.ryfr'z¢'r �nt1-,;;{{''``;.��?# {'',�}�#,�yy'rr.._bb_..,, .LN)4�cui�J�1hS�'• 1.3.9.3 Alternate Methods: If rock is encountered or another condition exists which prevents the driving of the ground rod, it may be replaced, when authorized by the Engineer, with not less than 100 feet of 6 AWG BSSD copper wire fastened to the grounding conductor, run through a conduit bend, stretched out in the trench and buried along side the distribution cable or duct. 1.3.10. . SYSTEM TESTING: ;N ak. r 1.3.10.1 Cable Testing: Prior to final inspection, the contractor shall test .t cables for unscheduled grounds. Each conductor shall be tested to d, 9 ground with a me ohmeter at Soo volts. Readings in each case shall be infinity. gib the entire system shall 1.3.10.2 Operational Testing: Prior to acceptance, Y '< x operate satisfactorily for fourteen (14) consecutive days. Satisfactory operation-;is: Turn on at dusk, all lights operate_ continuously until l'%:�•irt?Pafs�'�2r�-, ��.�1Y3'+s-' '��yi�cC»'�.�r,�a:i�... ,.s.,.:r_ _r_�1 - -- _ __ , '"k`,�. riemain:off,.until� fumed on again'at". T } _ . ,�:, ;, ... .- • �irn #urn:ofr at dawn; all lights r. i'I�JSit:'-.1-'irtf�^;:lzL':JyLTL.e[F,�}',.TSF�k::M±.2; {_ ,?:• dusk. a 1.3.11 REMOVAL: ct it shall include removal _ If removal of street lights is included m the contra ; to a level 18 inches below the of all above ground equipment, foundations finished surface, and restoration of disturbed surfaces to match the adjacent ? surface. Unless otherwise specified on the plans or in the Technical Specifications, all removed items will become the property of the contractor. v Abandoned sections of buried cable shall be de-energized at its power 1 source, taped and labeled "abandoned." 1.3.12 MEASUREMENTS AND PAYMENT: 1.3.12.1 Scope: This section governs the method of measurement and basis for payment for the furnishing of all labor, equipment, tools. and materials and for the performance of all work necessary to complete any construction and installation for a fully operational street lighting system. 1.3.12.2 Items Not Listed in the Proposal: There shall be no measurement • for separate payment for any other items of work not specifically identified or listed in the Proposal and all cost pertaining thereto shall be included in the contract unit prices for other items which are listed in the Proposal. 6-17 y a UIn r d, S Ki+<+}rij�sFA �� ��f� r .0 rrir r {t`'1`"'3'Ft yi lm 4� .:4, .. k+`^r`,�� : # s.Ss� ,y.'tr a :";t K `;S�( •s�• � 6ar+'k #t N-•.+.�S �i a't' j t' fsi *vXe ild r•t '�' 3 { t a #• t s�'�+` �. �` 'i+t r 't.: �+ V 'r { n it 5.,.< , Rf r ?" t ';��` „ :;• ,.e,`t .x „�tq s��Ji'f.°,�4',F;�G� ,� E� ;:3'.3�st:rt��,#,;� p.:?.�v+ r a4'.x44;. q"�k 1y'.�i�.�';+?�w«s�,1'"•{`+:�,�; ' �s # IT � r r t i g :s.' cJ" t:hn 1�yr 5ra �i�t C .t v 1 r. u ' • � �.1�.y��+�}j`T*tF �' I, �4, ; t y'C nrq itrra � t ��i } �.., i '. s. - 1 ,; t t {u. alr�f�•�k�� _ � ''{•7' .,,.,:n.."i`r'6`:.....,.1 'lt�' ._ :. ,. S:TF: 3" F, ��' k$M9•vk�.�....<;tw.,tw,,._„'.,.,;,..„,,•,,..::�.a.u...wiw',4rsMX.. 1b SP-1.3.12.3 Method of Measurement: The amount of completed and accepted 4 work will be measured or determined as follows: Pale Foundations: Pole foundations will be measured per ;,•,, each for each type listed in the Proposal. 4. 2. Trenchln : Trenching will be measured along the trench from -•` center of facility to center of facility, per linear foot or tenth t part thereof. If parallel conductors can be placed in the same , i• x trench, trenching will be paid for only once. x.4.13• 3. Conduit: Conduit will be measured along the conduit from center of facility to center of facility, per linear foot or tenth 'rit _z �+ f part thereof. {” 4, Underground Cable: Underground cable will be measuredk E " rr , - along facility, ; . a o_g the trench line from center of facility to center of _ nth part -der_Jinear_fo6t of each size of ;cable installed or tox r thereof. Five feet shall be added to the measured length for ,�, � T { ` each entry and exit from foundation, service entrance and i junction box. Twenty-five feet shall be added to the measured length for each connection to the overhead cable u r• f ,. system. The measured ground length, plus additions, multiplied by the number of cables in the trench is the number F of cable feet. For measurement purposes, a cable is defined as the group of conductors required to complete a circuit. A f cable will normally consist of two conductors plus, if specified, a neutral conductor. 5. Feed Point: Feed point will be measured per each for each type listed in the Proposal. f; 6. Pole and/or Luminaire Installation: Pole and/or luminaires will be measured per each for each type listed in the Proposal. 7, Pull Boxes/Junction Boxes: Pull boxes/junction boxes will be �r measured per each for each type listed in the Proposal. g, Scare Equipment: Spare equipment will be measured per t each for each type listed in the Proposal. 9. Removal: Removal will be measured as one per contract. y ' 6-18 r f'7.} >kt 'trf i\ } e .•..?M4?t r .r. r J r kl.ai!p i 1 [4'r a" ��y'%`.5re�t r`F 4 � 'i..W r z J t 1j('�14 1.� r(F ,.5. r ,3, j .lri !t s a. ; •y^p{�7�.t R�C�S��¢, , '1,� FFt{CP'H r j 'd { l}z;xt';r!t 1 z. °r kt J,t�.� r a f �t � '•yr't� t T n ' ., �r. y rtr f,r t c 7,., N�.7j '•,����} � `}'s r t7 F { � ? ' f z t: . r *r .t L`i 5� +,S-fiR1r 9 dad, ' a rod* a�`• Yv' =1 41� 1' ( RS Elt .f .� �t S r AF if S 1 i j4 t.+" j ! �P f{ '> .5 Y � lY'�f, 1 r �. f e�TJY• 1 1 '� tf r F 4 W S ?f � t1, k\ �D. S}r , «`^•p�:ni,!3,•11 M'�,.!'S�Qjxy e ik,i .3 r. .It { :' t : 7 t js.i rt S`' ,�' 'Ad` ,�p'"}`y5�•.y'�rt•',Le SC'h�(E } t ,Y.a M gm� �tfi •3} Ci�+ t f{�r °i�`i ........ Q It �;, a ,t:.i� 4.'t•StS r r ppal„}` '4r s`S..r''C .'•�,t.F. ,+ y. }, ,C a .r' ` .:r,•: ''al': f Y,Y iyfC rir � 5a' .. ✓L t`: .'. , S� 'F:'� i r4r4 dt�.rix -.r.f;f ,. .. •. ... _., to <.a't9 dy +..:al�r. r / �; momI fades � it+l{ ,! CFf,x _I'e ,tS Y �! n� S i ,.cA Sl.. 1- y+ L r•S; i, a t ;i').x.'k� f ! bra=e�A ar �+' •� � �i� tii� .�"„t',. xys�lcQ�ts'. .ay. a,,� �. )":ts� ...:n�.��"�rtj��v�at'4<��.+'��;�y�� ri��..�# . z' ).tx MMW 1.3.12.4 Basis of P_yyment: Payment for the completed and accepted work will be made as follows: yr. 1. Pole Foundations: Pole foundations will be paid for by one of the following: {1 a. Contract unit bid price. b. Contract lump sum bid price. Trenching: Trenching will be paid for by one of the following: r} jt�i r!•z J a. Contract unit bid price. b. Contract lump sum bid price. r I _ 3. Duct: Duct will be paid for by one of the following: ' a. Contract unit bid price. b. Contract lump sum bid price. �...._.�.�.....� .._, _�. 4.- le will by . f .�..-" .Underground Cable: Underground cab be paid for -,' �+ �'?' ^'y:�t`sirrr:'x3:�-cars=�z�tt�.r+�rrn3:.cs>?�,: ... .. . .. -rr-••--°-F.:._... , - ...- _... ... a. Contract unit bid price. Y b. Contract lump sum bid price. 5. Feed Points: Feed Points will be paid for by one of the following: a. Contract unit bid price. ; b. Contract lump sum bid price. 6. Pole and/or Luminaires: Poles and/or Luminaires will be paid for by one of the following: f a. Contract unit bid price. `i b. Contract lump sum bid price. 7. Pull or Junction Boxes: Pull or junction boxes will be paid for by one of the following: 'j a. Contract unit bid price. b. Contract lump sum bid price. B. Spare Equipment: Spars equipment will be paid for by one of the following: a. Contract unit bid price. b. Contract lump sum bid price. wig 9. Removal: Removal will be paid for at the contract lump sum bid price. z 6-19 :. J �f r + p Y nom• ! l 3x x .1� r ,� .ti 43y s � � ya r. x•�� r 7 n! .�- J r'�"°'!; ..4 -a....�_.u.r.�.�.__.•t_��t��.1_ ri_�li,R.1�L. . t 1.:E. .f M.31- � -. � . tits' �.f .kt r t..7t. SS i4 - t t. a,e,g ''4t,Jk 'i, dSZ•F, 11,„� ,� ,. S i. i # k;f. 4.r���,� ' s�'r�3 ,la..,� 5 i e i[ t ' }✓ t ` rr ' r��tc���J�., 's �[ 1`�"F ?.F i s J t[�,r. � ,, a i t .. r. .. $7ir3".ab'A[�,a e«i.�+i..+i-..:.�....,_•'_-i+.��..t....L...u:riier.,� t '.t.: S� gy. at, MODIFICATION 79 TREE PLANTING GENERAL °4 YK 1.1 Scope ; A. Work included: All exterior planting as shown on the drawings or inferable - , therefrom and/or as specified in accordance with the requirements of the q' Contract Documents. F' ft 1.2 (.qualifications �x canting and related work shall be performed by a firm with a minimum Landscap e p of work. E of three (3) years experience specializing in this type of Re ulato _ a - ' _:Re uirements A encies i� ment�of� la,nts any the invoice for each ship P ' Certificates of inspection shall accompany 3..a law for transportation. File certificates with the Owner.prior a R ' as may be required by p to acceptance of the material. } ;r 1,6 Protection and Restoration of Pro ert and Landsca e. j The Contractor shall provide, erect, and maintain all necessary barricades, suitable control devices. He and sufficient lights, danger signals, signs, and ocheraki and to safeguard the shall take all necessary precautions to protect t public. The contractor shall be responsible for preserving all public and private property. .4 During the prosecution of the work, the contractor shall be responsible to all damage or injury to any property that results from any act, omission, neglect, or misconduct in his execution of the work: Is.e Repair orereplacement ofldamaged or injury due to defective work or materials. a or injured property shall be at the contractor's expense and shall be similar or equal to that existing before such damage or injury occurred. 2, M ATERIALS ` ,. 2.1 Trees r' t� Replacement trees shall meet the following specifications: iF 7-1 4-5. d c •rr s Ft�°��5+f a S� k ;r �} ! 'I C[ 4 � .�. 1r t s .fy i a E.��Sr��r,*f,�„�'�. 1 i. ^C W {' tra ^2 �1�,•,4 u rtY�t'<...q t! � J`.} s£ t'4 s� { t t�'�r. lay��f �' 1' I YYr 21 `i i3 [ � � �JV fc 4� d ' ,•d'. ,�.' art t� ���`+r ri,.q�far)` iP s�?;�, t < d.a I�" �a 'f' '['�"i'�i�f tt tS r':'f �� i kx�'� �5 S'• , tih,raj 1'r � r' '4y i t• .`� �.l_4�'*raY s �'�,_'} 1 �..itt [ �} s i '' k ' �i is 5 ��t: ,�r( rtN}���y�}(xNt l� tryr ._...—.__ - ._..�__.a,�4M�aw.rGa _..._�.._—. .._._...-- _ _.._ .r•b -�r....._.�. ..s._�_ �.�a.....a_._F�.. rw.s«rxLiue,�.9Abilrw.s>,�it 4�r.3S::�. ��i5 i .. ."SfdSt� Ai�lAY1R .�/'asvWeA��iM%., ` >� i�.Ta .aF14 �t�{.il.M.�.a6r.....a+.J.�,.u...i.+•wLr.4fM�N�' �• l^" 9.r ' A. Replacement trees shall be "Bloodgood" London Planetree or "Shademaster" Honeylocust (as designated on the plans) ranging in size from 2 1/2" to 3" caliper. The trees shall be balled and burlapped in accord with American Standard for Nursery Stock ' criteria. }. B. Plants shall be nursery grown in accordance with good horticultural practices, and grown under climatic conditions similar to those in the locality of the project for at least two years'. They shall have been root pruned within the last two years. , �., Suj Xis C. Plants shall be freshly dug. No heeled-in-plants or plants from coldFt ', storage will be accepted. D. Unless specifically noted otherwise, all plants shall be of specimen quality, exceptionally heavy, symmetrical, tightly knit plant, so trained or,, favored in its development and - _ 5`1 .�� appearance as to be �in„�i io,E and `outstay aingly;`„su erior in form, number ® pus ; ' and symmetry. .. branches compactness _ ... ._.. ...�_. ��♦ 5E�ryybt�� f'r.b' 4 . E. They shall be sound, healthy, and vigorous, well branched and densely foliated when in leaf. They shall be free of disease, insect pests, eggs or larvae, and shall have healthy, well developed root y systems. They shall be free from physical damage or adverse conditions that would prevent thriving with the specified results. r F. Plants shall be true species and variety and shall conform to measurements specified in the plant lists except that plants larger than specified may be used if acceptable to the City. Use of such ,k. plants shall not increase the contract price. If larger plants are f accepted the ball-of-earth shall be increased in proportion to the size ter; of the plant. G. Caliper measurement shall be taken at a point on the trunk ten (1011) inches above natural ground line for trees up to four (4") inches in " diameter, and at a point twelve (12") inches above the natural cal ground line for trees over four (4") inches in diameter. 2.2 Topsoil, Fertilizer, and Michigan Peat Topsoil shall be fertile, friable natural topsoil typical of the locality. It shall not be �f too acid or alkaline and without a mixture of subsoil and shall be free of stones, lumps plants or their roots sticks and extraneous matter, and shall not be }-; delivered while in a frozen or muddy condition. It shall have at least three (3%) percent organic matter and shall be sandy loam or loam. j ?_2 �4 l� ),';5, r�J. .5y ,j4 CIF!' ;i 4v r` si y ��ti , tr ittr J 54 3a £ fr Qr�'"4{ter peY.r} t' ! '� 4d J,ti,# erc ,t< "c,) 1 �{" J 'Hit. area e b4 n �4ar' r. a f'� J.. .n.arae....—.e . .. ...._..!.....,.....w.—..•..�,«..r........z-�:ss:'" ..i t Xauu�SS..Aw�wa �������'�, a� analysis A. Before delivery of topsoil is made, a certified co � 1Z fdth 5topsoil, `+���za'•� ; made at the Contractors expense by a g laboratory, shall be submitted to the Owner. All soil delivered may ry. be subject to further analysis and failure of the topsoil to average up .i to the submitted analysis will be grounds for rejection. ° ,f. Commercial manufacturers Fertilizer shall consist of regular 10-6: commercial rcial mixture, delivered ,a. . to the site in the original unopened containers which shall bear-flowin condition ��'�tr�l��'�,5:a' • guaranteed statement of analysis, and shall be in a dry, 1jy k . Michigan Peat shall be moss peat. it shall be finely shredded, consist of 90 r;y percent organic moss peat, be brown in color and suitable for horticultural particles shall not exceed 1/4 inch in diameter. Peat shall � YtiH�r. purposes. Shredded part g 'H}� be measured in air dry condition, containing not more than 35 per moisture by Y r. rcent. ' weight. F ht. Ash content shall not exceed 10 ; +' 2 3 - _..___•, `..: � Materials s_f_o_r_Planting .... _ r- An fil q, ti-desiccant shall be an emulsion which provides a p ermeable enough to permit transpiration, over plant surfaces, p delivered in containers of the manufactures directions and shall be '+r Tx'•; one of the following: <'f4 (1) Wiltpruf, Nursery Specialty Products, Inc., Grotan Fall, N. (2) Foil-Gard, E-Z Flo Chemical Co., Columbia, C7hio :_ ; B. Wrapping material shall be a standard manufactured tree wrapping } paper, brown in color with crinkled surface and fastened by any <:3 acceptable method. Y� C. Tree paint shall be: Cabot Tree Paint, Samuel Cabot, Inc., Boston, Mass. t C .w (2) RTW Tree Surgery Paint, Toch Brothers (3) Pruning Compound, Sherwin-Williams >, .. D. Painting soil mixture for tree pits shall consist of five parts topsoil, , '= one part loose peat moss, and one part coarse sand. Bonemeal and t>`'= commercial fertilizer shall be added to the soil mixture in accordance t•. .�..�.�y ;j with manufacture's instructions and standard horticultural practices , 7-3 }� l�;�f�7. �'^ r ,r .. 1•1. , .. r r S y .�rt<��J�Y.�f �a.� ®'a�i���r1e�7�runA1s1�16►'flfr ��iiR--- • __t yen[e+'�rrn�s�w`MnrradaliirlanMti��Ra� S;�:nr _ -_ .�``'`. . III++• f h ... .; d e V-1 4,...a t .r W�c' `�,"i`tu`�A'd.&- oitirt+"�nw::. {a •i.:!i¢l n ' ds��1A;[ �-7 E. Chunk bark mulch shall be clean, bagged bark not to exceed 2" inM' ��-ttt srr: its largest dimension. Sample to be acceptable to the City. F . f 2.4 Cast Iron Items ; �4 ASTM A43 Class 35 or better, gray iron. Tree grates to be painted bronze p color as approved by the Engineer. x . 3. PLANTING tv 3.1 Planting Season Plantings shall be done only between October 10 and December 15. Replacement 'a of rejected plant materials shall be made during the above specified dates between ?Ft°�' April 1 and May 15. The actual planting of materials shall be done only during p 1 Y p g Y g periods within the above dates which are normal for such work as determined by r�= a •h,at =t 4.� .::.weather.-conditio s; ifspecial conditions exist which may warrant a variance in the r" ri �. .� ta , . o►vife _: reque�t,= shall be: subinitfed to the Owner stating the. special conditions and the proposed variance'.T Permission for the variance will be--' ,. >.` given if, in the opinion of the Owner the variance is warranted. . ',. 3.2 Excavation for Trees t.' ' A. Stake out on the ground or mark on the sidewalk locations for trees to be planted. The Owner will review the layout of planting areas on 8 p Y p 9 notification by the Contractor prior to commencement of making pit E excavations. The Owner will work with the Contractor to shift the ;. VV location of tree pits in order to avoid underground utilities. Damage to public or private property shall be the responsibility of the Contractor. It shall be the Contractor's responsibility to ascertain if there are basements which extend under the sidewalks. } B. Excavate tree pits as shown on the drawings. I�iF C. Notify the City, in writing, of all soil or drainage conditions which the Contractor considers detrimental to growth of plant material. State conditions and submit proposal for correcting condition if feasible, including change in cost, if any. D. If r �4. ock, underground construction work, tree roots or obstructions are encountered in the excavation of plant ught to its, it shall be brought ;.:.,. p the attention of the City. 7-4 =t y FL .Ky 1i x. lg �2yJ7t to�y�, t t 1+ Y�t`+...—•,at f �t"� d a t'`P�Mfr tti rP x� #!� t�'"��l""t�dCr*,S �S ff 1l�'ft �E,�Rr 'k F i F��+s�'�: ' *�Y''t tyt s i�ny �� ��n+�ss"'"'rE•a +� I t A s�i.3'���. Ji'Kf �` alp sj�'Y, #, _; .'I°s r1+ �t ct 1'}�d# f .S��}`,x•`. ?�`z+F�gyr�dirr s �r ywLr '•}r lZitil I��, r`"�tu J v .?('tt , •! .t a x tls s Gi !Y''( {"ni,S�,< �?a ���...� �i•.taa 'i,• 1�; �;„s�,"� Y���i{,jx�t.''tia s �h�+F�( � .0 h .�z���k,4+1 �4-r = } t ,t lf r �i�, i : .''�`, rah.;k1 i��y 5�{{I :'sd: t ii 5 .�, r �.s 1 fle'I�lmtllil�' ,�— —"•.r'�r�ad�..em.e..rir�� �"o Ju,1' '� `• �.ftldfl..tS'�.'A=- rzare �• r :.. 4{ n .a r� � � h } �ht4E,'.� 5!.3'�+y?3�e???�kat, � - .?r�r£"r �1 J Kv I."�R r _.,�.._ k3 k. � � ��'�nPl B+:i...'rE � A `k*�••`-5;tl3,tY'.ti�}F+��3f(,. ,.:. his .:�}3J' t � k I 3,3 Planting Operations „= A. Set plants at same relationship to finished grade as they bore to the ground from which they were dug. Use planting soil to backfill pit approximately 2/3 full. Water thoroughly before installing remainder of the planting soil to top of pit, eliminating all air pockets. B. Set planting plumb and brace rigidly in position until the planting soilr ' a:. has been tamped solidly around the ball and roots. �,k. �'t tied q• C. Cut ropes or strings from top of ball after plant has been set. Leave burlap or cloth wrapping intact around balls. Turn under and bury portions of burlap at top of ball. �; t D. Protect plants at all times from sun and drying winds. Plants that cannot be planted immediately on delivery shall be kept in the shade, led other acceptable material and well rotes with soil, wet moss or. - remain unplanted:for.- - �sl'�aL;,t ;,�epf well watered; Plants shalt:riofi: ,- T-.Nf.1 SiM.L1M:.iAL`i:vriC�.:r•k�KY ne4U•J.firQ M•t•h•+ � .. � •. •.+•." s�__t-.-.e. •.. ���s{y,i;,}�:.,< longer than three days after delivery. _ E. Plants shall not be bound with wire or rope at any time so as to damage the bark or break branches. Plants shall be lifted and 1 i` handled from the bottom of the ball only. F. Mulch all its with a 2" layer of chunk bark mulch immediately after p y ;. planting. Water all plants immediately after planting. G. Smooth planting areas to conform to specified grades after full ;. settlement has occurred and mulch has been applied. { 3.4 Wrapping and Pruning z•' A. Wrap trunks of deciduous trees of 1/2 inches or more in diameter with spiral wrapping to minimum height of third branch or 2/3 height of tree, whichever is highest. Wrap from top down and tie wrapping securely in place. Remove wrapping at end of guarantee period. p!. B. Prune plants only at time of planting and according to standard =} horticultural practice to preserve the natural character of the plant. Pruning to be done under supervision of Owner. 7-a Gh L. a c'J ate y'` ' �rl r, t-ary v: -+ t•. rf rr f .r # t{ t.N.4,fa j .1» �!', y4yp _ �,>,v' I 1,nc/+ie t•I ,St,it .lr, n r],r� ,1 „< .2 1J :s: r •4 '+' Y7(§ ^�t'';1'N'�i'CP,`r!j�T"..�+7" f .5 .sb +' ,r` r F t +t ..a 'il E' tu4 att�� }'`'�� :••..;. 4"Jr vp�t•��'"'t',,�{�:„ Ja..th tiF.rl t�N �}• }.yra' � ..+ {. a��'., 't.r:) 7' .,^ t Yy . f,l.y { d}.,R 'ff y{'q'Y �t � �F 4 le)t C} rdh!}� r I i 4 t h yrl Y s. ��i tP!{ F} yk31,t5sy Y k' . �°l�,d'^,� "suihl'4 .',��,�,�t to 3'Fa{,�c.t 1't". �. . ,, { 1 i�S r '{�l•� �` { .i,�.t `' a •,.I.!!,s ?t`.�1v. ,::' ".^�"'3' �i l�e c �U J t.`�c.£;,+'} }1�,j,..j� �. { 1 ��g1�z .r r e. .!` .x. •.•t .c c i. t r. ,� �. 4 } d s s� c f � I '•'�" t�'`�y'i�:('jh�S4d� �i'•y. 4` N a !'i i.I .� ,�d. r ._+ }. I ++ . ifi�K ' I < SF�i ,r~Y't, ��rCyYt:} e�.,k�s�j�.�' ��3r't#. „� '�. i �'S�". '7'��,{ ai°1„3 $S'k},[ ���t•1� .h�Sl ..t 5 z r. t c },c .{t r .ec t..i•�A'. 3�i�'d r rc? �>{gt t'•4:r, .c.`t '+ti.'t t t v c es .t r. (,t�r t 5. a ..I :t f y''I a. s 1.. :.ru a .} vth�r`�ti-1 fit; ..t4t,f+(�. 2j r�`�'a:1n °Y,�.u � x � f� + ,`,t=`'g ,1I• .I rrr + I'+ 3��7e�.��#�'t�:'� .,r:.S.CF_,,.$`.,��t,AS�"i },. j,:r a.:a� 5u .ts i 1 . ,a'a :.e. jl ,'Y ? I;I ` J r�'��fi4��$k i•..tM d § '. *� t �T�`.".•' 4 5y2l 1 1wal�Tlo�'1Yltr�esaal�rrlri�`�r�asr�.n -- `• ra■ormr n.nai��imnUa>aeaa.:a.iiixdl`""'•'••.'- 7� .rt) C. Remove all dead wood, suckers and broker or badly bruised `'+R branches, ft t D. Use only clean, sharp tools. E. Paint cuts over 3/4 inch diameter, covering all exposed living tissue. 4. MAINTENANCE OF TREES 4.1 Maintenance shall begin immediately after plant is planted and shall ,� ' = °•, ". nt= continue until initial acceptance with the following requirements: ;.� ���. . •rte�' A. Maintenance of new planting shall consist of pruning, watering, :F cultivating, weeding, mulching, resetting, plants to proper grades or nkr; u '4 � upright position, restoration of the planting saucer, and furnishing ,µpr . •`� a fi. r and applying such sprays as are necessary to keep the plantings ;> A _ - free of insects and disease. vw.� ylyvi_xL'_ t' is s..♦'r�•..r,.r�,r�� .• ''�Y,` B. Planting area and plants shall be protected at all times against Z ;.; trespassing and damage of all kinds for the duration of the xti maintenance period. If any plants become damaged or injured, they <i P V. shall be treated or replaced as directed by the Owner at no additional cost to the City. t B. INSTALLATION OF TREE GRATES a A. The tree grates shall be installed in accordance with the } manufacturer's recommendations. ' B. Set all castings solidly in place. F=ull grouting and mortar bedding is required when castings are not cast into concrete. C. After installation, castings shall be cleaned of all concrete, cement, dirt and loose rust. 6. GUARANTEE OF PLANTS AND MATERIALS ` 6.1 Guarantee A. All trees shall be guaranteed b the Contractor for period f one 9 Y p o 0 (1) year from the date of acceptance to be in good, healthy and t flourishing condition. 7-6 pit 1. IrF n�j•' �'� �N� �.rr 1 ,� Wm �. � :1. y ctil ��� +� v �a�`rt sf y ��s'�f:Y } t *^' yFfi u #4 r -�� t� 4 y`r r`�,! .t� zz"k iFr ., + to Y! �' ft �� P't' •}�l a}`.sr� t 7, {r '} ..Y.'•v 4 +' r� 4 :f al G'}13 ii%rFFF...j ty s� 1 t..4 ti+ 5 r �t r t-i f 3 Mfp. tnj Z t f � l n is 4 1* S �v......__. ..__ ..r�..4 �+ f:. ti,r .., s�.' ,. 5 I }•s �r�y�'' .:1 �*�h � ff+. y yM t �ttt; K B. The Contractor shall replace, without cost to the Owner, and as soon : as weather conditions permit and within a specified planting period, all trees not in a vigorous, thriving condition as determined by the Owner during and at the a g end of the guarantee period. The plants } shall be free of dead of dying branches and branch tips, and shall bear foliage of a normal density, size and color. Replacements shallr" . i be subject to all requirements stated in this specification. C. The Contractor shall make all necessary repairs due to plants replacements. Such repair shall be done at no extra cost to the Owner. 5 ,,•. D. The guarantee of all replacement plants shall extend for an additional s #= " period of one 1 ti . p Oyear from the date of their acceptance after replacement. In the event that a replacement plant is not acceptable during or at the end of the said extended guarantee period, the Owner may elect subsequent replacement or receive a credit for : ;?r one-half the cost of each item. •:. E. When the work is accepted in part, the guarantee period extends from each of the partial acceptance to the terminal date one year later. 6.2 Maintenance of Trees Durina Guarantee Period r;"rA �,� , R�z The Owner shall maintain the trees following acceptance of the project. The ' Contractor shall make as many periodic inspections as necessary, at no extra cost to the City during the guarantee period to determine what changes, if any, should " ne made to the City's maintenance program. Submit, in writing, to the Owner, any RX ri $it recommended changes. 9 fr, 7. MEASUREMENT AND PAYMENT q A. Trees shall be measured and paid per each for completed and xV accepted installation for each type of tree. = ,_. B. Tree grate and frame shall be measured as a single unit and paid at x. the unit price bid per each. �HIV Dom• ,f�r sX r r r .,--. .�""•"°"""",,.;p�,rfit �-e:";;Jh.�x+t#43,a�e..tnv,,.«......T» ...�.. -r, , e---••—'�--r--'t,ryY�,r. ���'���; ,�,,.4' n it ` '' I # �!"� 1 ;t ici' st tt� t 'Si�aW v 1 ,.S�xr�y, .� ,•'l ¢rsx,t.1}�ri{3; 0s7,`?". �f�nw44i111raluiaE�IW�d mWar�m��warM���waBAM�r�O�raWArrilneli6WeVO#dY7i'enocrk_ :ri, 60"A"? ,.c rOW.�c it y ;Z+'Z �. u� Tea lzx�iS'� . MODIFICATION 8. MECHANICALLY Y STABILIZED RETAINING WALL. SYSTEMS x. 1. Descriptionar.. , This work consists of furnishing and erecting of mechanically stabilized systems used as retaining walls. These systems employ a polymeric reinforcement within } the selected granular backfill mass with wall units that have a discrete modular ` z precast facing and uniform color throughout as specified in this special provision. -'-" Wall units shall be placed on a cast-in-place concrete leveling pad. The 1 manufacturer is responsible for the internal and external stability of structure. Provide an integral, non-fading, custom buff/light gray limestone color in all wall '-a unit facings. Representative samples shall be submitted for the engineer's approval. ; n Material for laying of wall units shall be randomly selected from multiple palettes. Do not lay continuously from one palette. Wall units shall be of a consistent color, texture and face dimension throughout the f r , 'i p roject corridor. Y.i •.., 3�s(j.$U�.�s�f j Shop drawing requirements for the wall system shall be required. The successful bidder shall submit completed wall design plans and shop drawings to the City for review. " Structures shall be designed in accordance with the proposed AASHTO specification as outlined in NCHRP 12-35 Recommended Specifications for the w g Section 5 Retaining Desi n of Foundations Retaining wall and Substructures, a walls, and shall be subject to any additional requirements as may elsewhere be . shown in the plans or enumerated in this specification. a Completed wall design plans shall also contain all material specifications, fabrication requirements and all construction requirements for erecting the wall t complete in place. Any requirements on the design plans conflicting with this special provision shall not be used. The contractor shall indemnify and save harmless the City from all claims for infringement by reason of the use of any patented process by others without the consent of the patent owner, ANfi 8-1 .q t , t t t t• srl 9 (� {rq s a�t`��� ��'F r �, ti � , .,b,.F r .�i i ... , t� (t>��"�' �� ��a�� *��•�`t s i 17i: a i44 t n - ._s�U� ,. `, , d r tx '``!'���k _ rtFr� J :. •yir{ArP17 ,:...tr+.c,1 4t`L^}tf �'r"•�r�s,Y`sft. N '� y. .1.. t'1 tF{J '}? � ;r. 6{a'71,' a,.. "r.� ! �`Ettt?Ndxit++..w_..vr.st�-' � ..x✓.�vnue•eI6Y>t505'?MI•fC,^llNY.Y�`l2"un ,r.L7F.!..-.,•. Tt..,.rf',".,'�[t 1Lrrt�:^rer�isra.....:....:...... .....-,....s ...,.. ,.W..:++..Wa-:+..:cr.uTF:rSt!'? 2. Selected Granular Backfill Material (All Wall Systems) To insure proper functioning of the structure, all select backfill materials used in , the structure volume shall conform to the following gradation limits and be obtained from natural sources: Sieve Size Percent Passing 2 inches 100 No. 200 0-10 ��g`'` 14:;�; The backfill material shall conform to all of the following additional requirements: =,,t a. The Plasticity Index (P.I.) as determined by AASHTO T-90 shall not exceed t. r` 6. ; b. The angle of internal friction shall not be less than 34 degrees as determined by one of the following: (1) the direct shear test - AASHTO T— fl.li 4 t 236, utilizing a sample of the material compacted to 95 percent of maximum density as determined by AASHTO T-99 Methods C or D (with oversize f" correction, as outlined in Note 7) at optimum moisture content; ( ) their 2 triaxial compression test - T-234; or (3) other means meeting the approval s t of the engineer. Test will ordinarily be waived for crushed stone products where 80 percent of the particles exceed 3/4 inch in size. ' Other factors to be met are as follows: Overturning factor of safety (S.F.) 2.0 Bearing S.F. 2.0 y' Sliding S.F. 1.5Y Friction Angle Q) of Wall Fill 34 Degrees 15: 0 Of Retained Wall 26 Degrees 0 Of Foundation Soil 26 Degrees Acceptance will be based on the Certificate of Compliance, accompanying yY test reports, and any applicable tests performed by the engineer. The frequency of sampling of selected granular backfill, necessary to assure gradation control throughout construction, shall be as directed by the engineer. 7R re r, �.Y 8-2 �? k i q l sT. 77*^'ryn^"'•'-"'Y•'_"" i ����,�.yi,ip 11�,� �.:s t's�r j�i 3s �,�: t ',� f 3 1 s i ,.t� 7"3`+y,��?<4`��" )�v`f 4 �3 � '•t � �'( fi �V � sf ti. r � ' rtr • r tr .lt t 1st r:1�el 14. � f 4• Wj'ls�t T, Lt�1��r it aY!�yr sx17!fh �fi � . tl rs"� si .c f1.. .....�..., .,r .£: +t.:r ... �Yt.:+1SYC yY�s of��ir�r yA t ru.. } �• w �t r+''� r`+ r'7 •�i},.t�'� s• �,} i.i +�.. , r a r r �. "`.'�•ttt�1k�K.,SC,�r 1 .��;2�' F'+I )r .t tLZrT'�g�x ',{ t^'rt. frrr�p� r.•r I,r`•*�n:ys1� } " ` f c� r }r �ts 3 irf ,'`s` t r i } t.'. t a ar itf „�tT�mr `�`f�ilPd tp i �•, ��� tyt,�'�"`a'�rtYl"�,}��l9y.i 4'�a��•.�•J t �s SJ ti j#.1. �� < �t t 12� S• a Fr t ''/ t.� r �*f. ra.L�F���ri��Rh�y t }� 7 j�'S�E-.,-��t�� ��"�M1�:t f �, J y FF„1 .�Y� I�:'!, s ;;r i'{ t t: .t�..,:r 1 i .tU }} :> T .1 •�9�`eta'�J:�,,i.•„ ��!„„� ,yj l� I��t��� 9.Fiirr i ..i",cy,�i.+..'✓" t y..a;#�.r 4 1.tY, .t 14.. 'f it;l .+s;; ♦ Yf F y ,,,. �; 1 t.. t , ^�," .,�t. N t h�, °i`f,+�f•:'7�`,�'�}��� i r '�s}}. 1541 T +.' .c '•fit s�r�� f�ir`d trY �;t �st: �� gd s '�f r 1 t ! s7T(�'°?„r 11`3•'>':;�.': ,SFr r�•,,��44��t�5... .�' k., "�'' �} i' t � t t`. ,. ! p t1 ,Y'�' S11 k{,ttJ'�i.4 .�r.�5• ,t.�� 4 '"v`^ �r i .' ', s .. .. {�' '. t �t�T i .� ':�,}'��• �J-�wr9tiF��ty, ,� x J.,�t� r "� ,,� .. .. c. ., `'1 '� •' `. .�l r ' .^ .. .v+t�� .��������` �s+Fy�?�:t.Af.r tµ. t ..�.yiiue - .rM9A�r. -�IYre.r,....u.drerrrr�c.r6.ri+ 'rs�1V(�sr,r�i��oiuwrc+e��rrvra�r�r�ar.�rrrd A�!Y•r6��.�rde'ti?4 "• —10 s' r :. . :. �..ASrY- itfr;t, t .!4 +f' , ft t ,•'1."1;:" . i..w.,w..r.n.a.,.erw�aaWYPw.tv,{dd.X+..,ti?f..tl,.,c. ,:. .,,,. ,:...?,.n ..3.. .. .r.::. :, ..;:�;',. .:...:s,:,rrw�^^..�... .. ....«.+w..x«xnwx«<.,..,:H..rrrsall 6V. �•4:� 2 i tix.,qYt � 3. Foundation Preparation t ,y• itt z ,r ,y_ The foundation for the structure shall be graded level for a width equal to or ` exceeding the length of the reinforcing strips, or as shown on the plans. Prior to wall construction, the foundation, if not in rock, shall be compacted as directed by the engineer. Any foundation soils found to be unsuitable shall be removed and , ' aa � replaced, as directed by the engineer. a •; ;,; °x�`I At each panel or wall unit foundation level, an unreinforced concrete leveling pad 'qry shall be provided as shown on the plans. The concrete leveling pad shall be cured a minimum of 12 hours before placement of wall panels. 4. Backfill Placement (all systems) .t: Where applicable, all backfill placement shall be concurrent with any adjacent embankment fill placement needed for nearby roadways. Backfill placement shall closely follow the erection of each course of panels or blocks. Backfill shall be - placed in such a' manner as to avoid any damage or disturbance to the wall 4 materials or misalignment of the facing panels. Any wall materials which become damaged or disturbed during backfill placement shall be either removed or replaced at the Contractor's expense or corrected, as directed by the erigineer. Any misalignment or distortion of the wall facing panels or blocks due to placement of the backfill outside the limits of this specification shall be corrected, as directed by the engineer. Backfill shall be compacted, accordance with the following exceptions: fi' .:;;lit.:€•us �': .. a. Minimum density shall not be less than 95 percent of maximum dry density. } 4u, b. For backfills containing more than 30 percent retained on the 3/4 inch sieve, '5�" ... r a method of compaction consisting of at least 4 passes by a heavy roller Y,�ta� r r• shall be used. "; .�H rh C. -The moisture content of the backfill material prior to and during compaction 4 shall be uniformly distributed throughout each layer. Backfill materials shall rt' have a placement moisture content less than or equal to the optimum moisture content. d. Compaction within three feet of the backface of the wall shall be achieved by at least three passes of a lightweight mechanical tamper, roller or vibratory system. ' 8-3 S 6 ? t 1 '�;+�``': f �`f1� ,3TM�1i y?=6s'4 }�1�i "r i+,st'�;i;Si��`•a`e'd'',�ri r i�ti, ,,t}�i ; t't�4i1 r"�`<� tt�Et�s.�U� '�r "'"°R�26+ '1 #t •S�1 }.:�� t t. �, '! 5 �i��z}`..: v�x..y: 'rF^a'y � .':"�! j fin`�'S t � i,. t. ... • ': :i! ,' fi ,¢ �T.�'i �St C}y.,s vA- _ —_—_'r� - n,.�- �.�yewr�w.aad _ 1 fi�J 6iis[Ai•-" �L i r a t t rt f� t ����„ Of .T.P.y:•rs.u•�a._. ...._. ..y......,,.• ._ a..=4 dt.:< t' •j SK. e. At the end of each day's operation, the contractor shall slope the Ist level a= r; of the backfill away from the wall facing to rapidly direct runoff away from the wall face. in addition, the contractor shall not allow surface runoff from sd �k adjacent areas to enter the wall construction site. 5. beveling Pads Leveling pads shall be a minimum 86" wide by 6" deep. Concrete for all leveling r, pads shall be as per specifications. ' 6. Technical Assistance The contractor shall obtain the services of a technical advisor from the manufacturer to advise the engineer. This advisor shall be a qualified representative, acceptable to the engineer. The contractor shall be responsible for informing advisor prior to the date of installation. 7. Method of Measurement (-all systems) The unit of measurement for furnishing and fabricating all materials for the walls, including concrete facing panels, reinforcement, joint materials, Selected Granular Backfill as specified above and incidentals will be per square foot of Concrete Face Panels, excluding cap units - cap units shall be subsidiary to the wall construction. y,r :i�'a`�;� The quantity to be paid for shall be measured from the wall outline shown on the j $;Rr ,° bidding plans. Additional square footage required to meet the minimum wall elevations for a particular wall system will be furnished at the contractors expense. u; f Final measurements will not be made except for authorized changes during :E, t construction, or where appreciable errors are found in the contract quantity. ` { No measurement will be made for excavating and constructing concrete footings. L° 8. Basis of Payment The accepted quantity, except those for which payment is provided in the contract, will be paid for at the contract unit price, for "Retaining Wall" per square foot, which prices and payment will be full compensation for Technical Advisor, furnishing all materials, fabricating concrete face panels, including the tie strips and constructing the mechanically stabilized retaining walls. Payment shall include compensation for all labor and materials required to prepare ; the wall foundation and erect the wall complete in place with cap unit to the grade w= shown on the plans. pr !.' i ""`Ti ,-Z '^'.'+'iit�+•»a .':"��Y��.'+d`3 '"^'11tt 2'4'eFM8M9tim?w"•,."""°^""^^' ''" t to a �r i Y r �.a�fj ' . .iSI;rti w V '" x �.. at r�a cY �t try� `'1��'{$t r. �•', l' a .:ii ,.� i �i:i �{6 t} � t. �l t _ r. .;� ri t� .t. r t}[. tf+jnf7,�,•45.P-:. _ #, ` t+j,�vf�� All ,..:..�.i.�._r. ___ �a_.�ewa�w�aaa�ih __- .._tea...- - ..-..,....,....r - - ".'I -- �.,.....�,._ _ -n.�,. r. i'- =LJtS::..t.tirasil".3c..:Y,/7•_: �s t}. ,��3 Gyt � #. r" .st .. .,} s ., #r�nC.n... ,,r�k"• I , ° �� ';'�'ht y � to {r i�o,.+d1�� 7,*t ,"F�'��"�.4 S ,. .. 6 : _ Y f: i5 •r Yi t� h r ; 9.13 �. tit= �Ydf Approved Wall Systems Only the following suppliers and systems listed below will be considered: ;:! 1. Versa-Lok Retaining Wall Systems (Pre-approved system only) A division of: Kiltie Corporation P.O. Box 9116 t North St. Paul, MN 55109 ' Phone 612-770-3166 Fax 612-770-4089 Ys,. 2. Keystone Retaining Wall Systems '!r 7600 France Avenue South, Suite 110 f Minneapolis, MN 55435 Phone 612-697-1040 Fax 612-897-3858 3. Loffelstein Retaining Walls (Watterstein Wall Systems only) t A division of: Seagram industries, Inc. g 11901 Olive Blvd. Suite 317 St. Louis, MO. 63141 't Phone 314-432-2234 or 800-432-2259 ;a. 7 8-5 s it f ��' �: •�'f„ ` �4,<������ � `� ., � �?yy�, �:: , F t �. �p'4 <Ur��' .y,�!l•r�'��t'� �'�'fl�r 1 r X-`7"b� t �G,.s` Y v� s,� 3 } �^��Y�•a^l}�l.r �' � �n tjr, �,Yr>.�y� t'r" ap�tti, d%t ` �"r" �.t i9�` w ' R44. a Bf`'a' Ary�F s�7i`'i'4""Fl h`*'�a ..i'`��'v4{s u, t9 r'9 ,{Y�r lht; ` y ':;.ia•. 1 '� �' . , #.,}.`+ F .K. v 4,�i},yy. ti�`,., r;nn?�,•. �r it t # ,�+�Y�,.. e��{�ir Xr r.F�rs,$�bf ,�'� �) d' }f ck .��!.}, r t 2y" rs,53 '�. .fir{. �T+t l r•„Mw.1*sr 2^, i t tq ? t�'� ! ~�'� 't#�i,J 'r� a ;,y� 11td t��i Y><�# ,:.�sa•�ai�"(r'%t:.:z,?,• �. rl� 1 tik Y,,'f'`r,,;°',� rt.:�}., ? �•� J..fl!rk�`�4 i b 1S1 �: lixux t�.'� ,l � ..,?��x >��t.•r� � �x >dY`'a�' '�is p."�rf��.:t`#s:t,ice. l! �5"q � s 7Mr.:�� l�,•�d4�J r§�I 7s 1z r i}f'' t�I�, f''u,���rMS�Fk��� yM1/'.��f"•� ,,,F � t �a r by •:v t' � tr: ry r r ,4t ;Y��t�i�. rr", .>:-4 t1tF�.^ �7� � 7t++rA