Loading...
HomeMy Public PortalAboutORD08576 r BILL NO. 3 INTRODUCED BY COUNCILMAN < ORDINANCE NO. a 7 Wr AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , AUTHORIZING a AND DIRECTING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A WRITTEN CONTRACT WITH ROY A. SCHEPERLE CONSTRUCTION COMPANY, INC. OF JEFFERSON CITY , MISSOURI , RELATING TO THE CONSTRUCTION OF THE IDLEWOOD FORCE MAIN AND PUMP STATION. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI , AS FOLLOWS: x. SECTION 1 . The Mayor and Clerk of the City are hereby authorized and directed, for and in the name of the City, to execute a written contract with Roy A. Scheperle Construction Company , Inc. of Jefferson City , Missouri , relating to the f' L. construction of the Idlewood Force Main and Pump Station. SECTION 2 . Said Contract shall read in words and figures as follows : f' ( SEE ATTACHED ) �. SECTION 3. This ordinance shall take effect and be in force from and after its passage and approval . q,. t, Passed: _ /y� Approved: P e ident of the oun i M o Attest: r City Cl ]c a• } sib Y b 7 CITY OF JEFFERSON, MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF THE IDLEWOOD INTERCEPTOR AND PUMPING STATION IN JEFFERSON CITY, MISSOURI POLLUTION CONTROL PROJECT NO. C-290553 AHORNER & SHIFRIN, INC. Consulting Engineers St. Louis, Missouri DECEMBER 1972 7221 j ADDENDUM NO. 2 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE IDLEWOOD INTERCEPTOR AND PUMPING STATION IN JEFFERSON CITY, MISSOURI POLLUTION CONTROL - PROJECT NO. C290553 The Plans and Specifications shall be and are hereby amended as follows: 1. The plan of the access road to the pumping station has been added to Sheet 4 of the plans. The 10-foot wide road shall be built on a compacted subgrade with 6 inches of rolled stone base and 2 inches of asphaltic concrete wearing surface. Care shall be taken in locating the road within the easement to avoid damage to existing trees and to minimize removal of any trees. 2. The grading plan of the pumping station site, on Sheet 5 of the plans, has been modified to provide a ramp for the access road to the station site. The dimensions of the crushed rock parking area have been changed to 28-1/2 feet by 34 feet. 3. Delete Wage Determination No. 17994A, issued January 31, 1973, by the Department of Labor and Industrial Relations, Industrial Commission of Missouri, and substitute attached Wage Determination No. 18706A, issued May 18, 1973. HORNER & SHIFRIN, INC. Consulting Engineers for THE CITY OF JEFFERSON MISSOURI r JAY[[J SUTLER CM AIRYAM CARLJ BR .YlYIIR OWN INDUSTRIAL COMMISSION OF MISSOURI GEORGE TAFR DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS r{rG I9O4 YIDSOURI BOULEVARD M[L C S SMART {AC R[7ARY P O.e0[see PRANK J.IUEN CHRISTOPHER[ @ONO JEFFERSON CITY.MISSOURI 63101 COUNSIL OOVIKNOR TEL[►HONE AREA 314 LLOYO O POOLS COU ►PDO 761•I461 In accordance with your request for the prevailing hourly rate of wages for workmen required to perform the project or construction contract identified in your request, and pursuant to Sections 290.210 to 340 V.A.M.S., the Department of Labor and Indus- trial Relations, being duly informed and having fully considered the matter, finds, determines, declares, and certifies to you and the public body you represents 1. That the general prevailing hourly rate of wages for building, heavy and highway conatruction work in said county for each of the crafts or types of workmen, listed on the wage rate schedules, are the prevailing hourly wage rates for said county for the project or construction contract named. Fringe benefits are in addition to the basic wager and if they are included, the basic wage will be so marked. 2. That fringe payments include medical and hospital care, compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance, accident insurance (all desig- nated as health and welfare), pensions, vacation and holiday pay, apprenticeship or other similar programs and other bona fide benefits. 3. That general prevailing hourly rates for legal holidays and overtime work are as shown on the wage rate schedules for the crafts listed thoreon. •1. That certified copies of this determination will be filed immediately with the Secretary of State of Missouri and in the files of this Department, and that copies of this determination shall be supplies to all interested parsons requesting same. Tho Commission is not authorized to fix wage rates. The applicable law allows it to only ascertain what, in fact, are the prevailing hourly wages for a given craft in a given locality. A "locality" is the county or counties where the project in to be constructed. The law provides that not less than the prevailing hourly wages deter- rined by the Commission shall be paid by a contractor or sub-contractor. A higher wage rate may be lawfully paid. Should objections be filed to any portion of this wage determination, such objection or objections must be specific, in writing and in triplicate and must reach the Commission within 30 days after a certified copy of the determination has been filed with the Secretary of State. State in full the facts and reasons in support of your objections. This determination becomes obsolete unless a contract is executed within 120 days of the date of issue of the determination. By direction of the Industrial Commission of Missouri. 1 HeIRAL C. Smart .1 Secretary FUNCTIONS OF THE OCPARTMENTi {M PLOYY{MT NCU AITY IYNIYhOTEYEMf COMPEMG4TION 4ND{YILOYMINT GOMIGI WOIIKtl[M•G COYMMG4TH111 PMYGHUIL MMADILITATIGNI PREVAILING WAG[LAW I IHDU{TRIAL AND MINI IN{►ECTIC 1 AND OAFRYI EGUAL PAY PC*WOMEN;OCCUPATIONAL MIRY AND 14640N. � N Y1.Q N p M ~ M Q A•-1 p u' j 00 ro °M V b I N V.• D q O ,S.,"MI• 4 N ti u ti ~ 4 N 1�1 tlQ • WO ^ ` N �• :1 W M O O ff�1 V N « yYI O 1 N 1 ° u O E •YI��MMMg b� Y Y T id 7 N n 1 CmlroiOOc ~ u dr4j 0." O .q N O C 61 Nit 14•r1 H1ll O O O al 0 21 v 01 p i u "(qy M M W O 8� � � � i a sw9)1 ggII 0 Y u ° 0 a au O Y d Y v u .1 d 0 r Y\ r•r•r- LA y Q o , N 000 t- Om0 •(y Y O O r� Ly(y f1Qya� O N O M O 1 U C°q uQ b q U q U o (y Y �•• '•ytl gay U •pU N p w' Y ki W y� �••f W � O• O 7 7 Q Y Gi lic SypA ^M a� N d ,n Qb� io/ ,�w 0 Y •M q�1YYY1 n Y o •r'� I.�j MMM yv� C1 N 0 n CQ p QY N Ci N IV O (Nn 1(Q m•O :A D n v 1D b b0 n ;N (� N N N F"I •'Y N� p• OM N.N.v I°i 4* u 4 w O a w P ppp r 9n 0 CD 1 O O p r n tn .1 O a R R In N N Rid r1 fV N N .i Y r1 M d tn M N>f{ r1 00? N I•'f m m o 11M'1 M m c"9 O: m�f N.+f N N X • V / r Y W p N .•1.1 ny.•1.•/ .r .1.1 u•I N,.� .1 H.ti r/N 14 r4.1 .�H.i.I .•I r/.�.•I.•) N«I r+.9 .r.•1 Imo)r•/ •i vl N w v 1+I Y pap ►. Y Y�l Y W e M y b O 0 Y1 N O m O 00 n N r•N rl v 0 LM 0 1!1 m-n N In In O Yl In O Ylln N VI m m « y E m y•-1 In N N N n O.-1 b O•r O .i O 01 N In 1n'O 01 r1 O 1n O N N rl NOI Yl IO In b O YI O w c mmYi mrr mminbl. %0 nnbb'm %a%clrn f,w n 'a Ln N 1c 1� o u U y— y n o MA 1y� 11 Y N • � M �w• '.�pj7 1 � Y Q � w � L. 01 •p V G W U v tl 4 C Ao I' M,�y1 p Y" _ .~+i • 'Y . � Yyp � xp, �rQ'!l O U ggqUp U O � Y N Y .•1 ►p Y Y $as �1 7 gi ""I 7 tlQ v E NO y Y Y i N y A M O p Grp/ A ~ •f 6 r 9 w O y� r 1 'O Y N 31 Y yS >A d •�• 'yQQ e3 � a g� 9 YY ~ m y � Y M � Y N�✓p p Y J C U o1�M w ISwi V M E M O Y w Y r V JI 4 w JYI N nl Y •.!t O N s a O Y N I Ovp y J f6 tyN► O N OG � .Ci C A O v C Y y W 6 V11 �yA ■ 11{��. J � y •�/� � Y � E �w u 4 Y� r�VUUUUy�Y 4 Iw. Y �JI�� �� u Y O M,. N NY Y��7Y E~�� Yq Y N E E•u W 9 M u m 17 •'r Y T al Y E J" M w Y Y N 1 Y t y J N N Y 1 .+ ✓ w N Y O Y Y w w• Y 6 M U Y Y N T l✓ N w u M M 1 +p� .+ w 1• Y Yy w T Y ✓ w•.• Y y+• Y O • I!�^Y M �p1 oQ1 �• ~J1ME Y Y .°. LYO'Fo•Y• YW YY~rrMYYY1~M. v YyyrYq Yp N~ NY rN..1O .+i. Y J •.+ C Y N Y p Y y J ✓ p,✓r° r Y • Y Y 00A° N AN .. $ ick'^ C►•�o���lLLlll1lJJJlaa� ••••••o • p pp yy II�1 o'F �J1 rl 8111 r � U W M W Y(>t.i ..1..1 !w W d d W Nt�llN VA+IY 1~•MM F�•7 7 Inn r l•o p5 e1 a }}!.Y/ t•• mmmN O 11 N ,�• iV O�Mp�pq� p t�•1 RN f� N N S IIO IO w10lob wN `N 1� • "'� 41{•!I Y H• ,.liya M �IO U' V Y IBS 'r�{Q�7 .O✓yy M qN1• Ry ql i' ✓x•11 11.y �1 gq jP�j� ►yj O.1.,wNQ V..r•/ O b qW4 qMU O' ~i1tl II� b ~I�F1I •a 1{ N �o II IO MII b O b 0� �+{\nin Y1 ap O g O wo Ilff��1pY O 1 1■�: • 1 F�r1 A 1f�1•.U1 OD i•L sl�e�il 1w�dQ Yp M V y OI 1 it J rMgy {� 4w N Y Y q •ptl N .Opp R{N1 q O N•.Cf NQ g 1~1..•.rrp��•1 11 AY•1 Y.Oq ,1yf r M qq"0• M N .1pNO ..✓�.1p•1 O W Y0. 64 o Y N O•.a A/ x zO apU g" Qa a wYgq)lf.�Ob•U1 1 tP7� O W �C�O� 7p 1 N•ipflO•wUpCil P•.Gi •�y` O>.0 Q1gP1 INI�yI+tO1 9✓0 Ir 0d ONp/IOCN O M Ree�ppN y'UORyaN1 V�11N W�S NO tl.��N•1 1.O Y i w✓Mv✓o1 A.~I 1 t✓M71 a�.1i%1{•�1 f✓ ✓A •N Nr O a ✓ v M P iN+ !1 ❑ gQOp ✓?OMO P N MO �•+./Ri +1 •a/ t1 Q A O■pp✓ )qa d •• •1 l N Y 11 O U )q GI•N a N Y W 1T Y •O M O •■00 H If G�1 O O N 9t P •M C'1 }ba +/\l0•N� .O •pa 1U1 O w cY S w �1 w y>, ✓�1 CO• �dI N U ,/ a •.1 0.H X l0 C w \M My N IODt, O9�H C C If cl•✓C1 H,Gr t�11 A O. 1 N MO q1Y•./V �740.•i.•1 �G O.'Ni.•i N.l M CGM CU ...77 1 CO • ,10 Y M y 10� .10 O �Q U Y�T N C 4 Hx N4 •at•.Or C 0H �w'll'� pa "a .7 .q�j Oy��1.1 p6,g0 mNN�J YR O iU H NZ ,� O N.Y> �� C yy oo yy 'i1� NN yMIS pp• H O N U U •.tq C O O K Y S N ).1O • I 17•• NNm YUZ ✓ N qq U. O fl O"N ?•-•jIM M Q Gw GPO Nw ON Y NV M O r • �\ qN I✓ 11 ✓Y C0C U CO O 1 ,1A1 W '41 ■�M ON OCY• We.1 'O 1 .•10 M q N H ? 1 Y9r Hy .1 C•NY G'0 dV UwYpp YN Tw Iq q 1 Ug^IjOPa1F ."a ra y•NyN 4✓O�dO �7 • O gqOKw Oa YM11 1 IO Y 0• 'tl•ff��.1 +1f�• Or qq =.rc2N 9G ?71 OP 7i0 +C 00• Rpo4 y O U •0,U H V b• > f7T ■i$.N 1' +h P••ytH C✓ 400U? U Vw m MG >• JtlI PU�..OJN G O C qRY 14ggi U4•.C� •N \I ff77 OP •N9 N� *p i1?Y N77iir p ap o IeC a 1 C w pN 1p p q +1 PNV O 011.1 OUVy-pa C••N t�•� Y OW 411W P?fFL. O? >B OOy >>.. pLUt •Uin •✓ wA1Yia �.N •1S 0./7 Y ?� INgC L1 NN X•GiN •mgrmV •�w?N ya t4 kJi awl.0ici. Lu1� Idi OOa V •U W L4 •N O N N u Y O CD! x R u✓ A N✓ Pwcw p 11fC. Nq,q MrY NY��11 •N Yri IN N6ppV CV W Y• ✓NON H � pp,a V•0 M.Op C.16•N ba VN �Ir NHNN y •R •IW O NyZ NJC?n q V d> Y q 1 Mb W 00 MOCy }p y a NR C Oq{LO M•N Oq.-IS NG O 'N OH C.II ATM Y 11A0 NIf RHQI.dO • 4Y.Or a OON )N P •O?Qy i:Z PwM Hri F F HU1f U HOZyd CKUmw V a WII18Z0 ■•N 6y 6 y FHH KW=r . r NY 1Y 4 ✓ YR Ipy OG O. 4 .•1 c•N U A tl w P N N•N ^pp 6 0w U A U.1 c✓r Y r C S,'G 'n • G Iy, �S w 6 Y.•1✓•A) w.y •1 Uq • N x•N •.x• R .-1 1 • R N 7 ONOCO Nrf`Pb0 Y.-1 0. A.1 W w? ."1q m•.1 •O m •'1P •\U F 6 •1�1 r a 1 O .-1C N N 1 N N M ARp b1�Vbbf•mmmn.o 4.•Iwq YgC4N .G P Y N •X..Y w.1 0 N C 00 O.0 a tl M� Ln 4tlN CM••O•�NNN .•4/ q N •.�7 • • • • YrN f..G.1C�1O w Y XH N+� m Vp•�1 N.�.•�N ■yyxV 6 X O•-1 W .• bb bbb bbb bhb Z•;Y9'. ✓•NA✓ u401>Vi0 •d OCS FUZ YUN r•.p1NYa iiwN O S� py•0 X011 CY y aPa Cif C(, N {MI C Oy =■ O.'j C7 .ftP ✓Y m>4^I 4 Y N �N� ■( 10+6T �ON PO )pq>n .H-I NYy6y FO,ar •YI•••Id &Upow4M.��}3'A Mll N Y U 'J'C a 31p 0 •.>I�wQN�A 9r•.01 Y PVC.40✓ O11 W Gw11 N y N Y C•.1 0.✓•1 CO.��/V 9t [ ? •'/OYy i:.N.d Q tlx 7 UR1A w 37 .NY 6q N 1 y Y O 4 4x a WS g 0 1 O S N G 4K U U UG••gI pK 0.YYO°'Jwri•~Y O p ■\� �7Oy�..•yy ..1YyyJf..J•yy{1 pqM gOl�gp 0.0 ww✓ W �P w•~•1 c Gx■ S.CC C.0 n1 SIN PPYUY N.N1y>. C90Y 6r4FZ Oay�1M (� N RAw1 ip /�q M{Xl O.HwV G ✓•.WICYY a0 W O U� EqN?q U CO✓K YYtai w•.C1••C13 0Yq CW••I py IO Y?O.�j Yp•N pr a •a Y'O Y C V =U r U>y'O>> pp�••1 a'.-,9 OB C b•O O C Y 5>U R✓N W ��11 ..1 .•f .•i MM Ni•„OI CgC4• (gr��PO NY K •• YT yiigY��7F� U4.0 G 4oa.w 1p�•aN'aN . P M ••.Ci 16i•.ai S1004�x9 Iyi O N4 IppA qaq 4••/�111 !C O•N O> '[1Uq C C1 O a W vl Cr E.wU..T Or N 6.lppY 471 JOZ 4+G1 wNON tlQ yJ C�IMOE, •N +1 H NY 'OU U• OA wNb HN •N V Cai 0.V✓00 cC> Ya■GN6✓ aV N=N4 14 N f yH (qH �YNY • • COJ w■ C M O.•1 N NO r N 0.0•y 0, AM Or 4,00 aYgy OZ 49 b•N �Cyj QO • •Y>■.1 me P rw P.-1 •.1✓ OV O N U P>.q aMHU U.0 G Gp N'10.0 NYOSCO 6 ZXYN• w1w • q a.•1y+tppP rw1I 410 •Y■C.•1 V C =Yy a Yx CYN O)✓`"a H 0.YN )T.w•NN GOc y N + Jy{,,A11��1p Nr N- s• .1) Nc U•N4 Y J9 b U N>0 H r N NfK C 1 CC✓M•wF a 0 >I WUJ••• ON Y N ppb) aqSSag ! ��{(1�(4 qTU hJQwy uY•C�tlN q✓C 4 r U H O C o� YF a O yC y Y fi�n% 1UU=Ma N OYN O! CM N,CO+NG Y�>Y OY 0� 1 R9 O Nll.`j sHNf \x� C•Y YNq N 0.>. R)q 61 F OUl7 t 6? x a Ou pM aYN 1•� ■YOU.I R7 UO Y.-1•.I�COY 6 \ H 7 HOpoN OJ pGo ;IO YAY O`w U No ✓w ry OG n■ .<7 4JaJ N HY Oda CZ y 000.+?)O UO'0 0 ZWWW ahw)•.I N adQ W3PG ppO'•+ y d wO .pa QQH+4 W?N M w 0 p1ig�1 A O O 0.1 w•N t.1 N>. 4 C Y W.1 •Z a.10XV •N•N OCY V P'C2 y ?Y N•N 04 CIK (.I M p� q 0 ■ •./u a 9\O N• •r 6A w ••1•N x?7 u a C be y Ox Z a U O ■YO C C 7 ✓N•N P4?F:C CJ O !S .2 V +1+1 q ✓4 r yT O'U CI @YNa1 CUU •N N.ICa NU J C•NW N O.•IUF C✓O' a •O CIV X .(•iqS �• .•�NN f7 N�1 O G✓ 4•NrC wV+ G H.CN 4 YO H H a�Yt1YN O YU aOP Y x q .104 'O Z'OA 'N ^ e .f YYM♦t00•.�UYtIx OO A.1 ,C N Op p w O K 7 w 6a C.a I/� P•'I Ywm✓dV C 4 Y4 U'O ) p.0 •YxZ NiI N NM O.ILC �• 2NgyYOq • •q YtIY Y!!C\•N G cN�C•NO H rw YA O•N W N✓ y N fi a 6.•+ OG "In P4✓w O•.1✓C C.+C O w 0 U 6NY N Na N atlx NM i• .I./ .4 q q '•f.�P 4.7w . ,CG K y 04 W q 10.•1 H•N N7 U aUNOx YO•.1'N•N CNN.N W yY00N 0000 oN+10 !•'•�\ MA OIW7CxyStOKHr • Fa ..T O'••In 0Ud WSa W .0 0In Z U OW y yU.+H�1••ID Ym y •i'd U;G O�p•+17<m uql H Q, Vl w 1 O V O N f • s1 ✓g9EV n O >.M 1 O 1 ✓OUN ow Y N G J! ON n b H E nw NN ry }UWy OgndN �•� V 6p 1 'O•T 4"w.■i )ilY - I OTCV@4 o Ga C 4O.0 ? A I 0 •� 1 {► GCpC UYC •>CPU�N�C�11.+NC b•pNp•pp -a■U!MFO�N1UU O 1. o1V 1 0 fN/ �1�q1 p euYq Nt 1Ca• wU yog-C4N g8a7LO10y 0.0V pYZY •u f i V 14 0 O� N 1 T .•N O '09..0 O FN tP „i V ZYU O� .0 0004 r0 PtrlY 0000?P O O tq1 O 1 1 ppu O .0' �O H NYIOn O ✓Y t.: x+� NNNO -Z_w VNO NaN•ac COpp.r•1NlM C U V (Y0py� 'O.nn-. Oa N .I.1. M ? ".M T•p G 06 QNl IOUON UV t'"a O N q.OI V :1 C M gCR101a 8.01 UN •a • ON ON •.1 M.1 >0 K YppV CW O V N N.. p.q +/r•t OY•O.-Oi.CiW 1W NOM✓NCK a.aiN lf�E aCNR7� .r01 YC ••.>I'�tl OR •t1 Oi ryw f9 W� O .1 CO 1906 ON Kaf4 OVV N�/NU•�c •N O V dY •0.PO r`••N.-IA G✓ d$. 4n C - cw dfld Ow N+1 dp 4N V {y 1m HO'NrG 4OA a0.0 6+1NU ' Y • IU•N Y V� �O xP�7tm1( N A +6••ti OW NO D NG•+>.P� ✓N ,7 c•IN/ 6114 UO - r✓fI 4. H M c•O C N UO > Y O 'r1 lC.0 O 6.1�1UJ!~0L.-A4 •.O+NU 44•••1 aPV'•INYG✓-^� `.•lS q OP ••.1•Gi 14 •aN }; p •P'(A�a�O•N N 4•A Y h OV va +O 1 H •n.•1 1 hW NN aaCotlU•N•N 7CVC.0 b•••rN■NO sS ✓r �O 16 W 1 U `i • O'l1 NYC T U " Y E ro r 9 C H U Q O to•.w••Iii y (Y(yy M O C N O(p�,d 1*4.CRY 10i (•y .•I r G•.Ci . A 6 M 0>N M U 1 JwT>1 f iJ4 H N b U U 1 7 0 3 pUU 0 0 7 •6.-10 •N12.-1 F' O✓ y.O •.1 U ✓n o m 1+ ✓ •J 4 p 5C$Jj rr q✓rW ✓q ,y C O .0 Y Yt•��pp ly .•1C O ggUNyy C✓uHO.CC•0 r•I N.-1 ONN OU dN •w00 r RAy Uc C.N U✓ ✓> ['O ?"'1CH NNN-• OA.•�.^•N C4H ar m06✓� 1 G No aP • M Ow O Y YwrrO U•D •NN Ye, ✓`kay 17pt1 •✓oOG a•N tI> •c�PJ •;.M• Nr O r .IN ■ U a C ?• '0 B G N )w p. •N tq H A L1. .N? a O IC a 0 N✓ C N J N N .•. .0 Y 0. fK O V O 1 n `y ?MO H Mp N■ uM40 >N 1 \y OU YY.41 Cd . 1 IZ .•1YN N GG.016.411.% C H ✓y C■S 4 wM ANA a•p✓RO d00 N a Yu R7 Y ^• Or a N•N Y�U a,[0,,C0 OQS•-1000000�1d N q N a•@p o.t's•O 1 6 • O4 )1" w.+ ✓G u7^J EP.✓ ?~C 1G/Gpr(a au 000.3u 1✓1 NYV NC6(NeL••/NMpOd•.010•, O H NNO qya pq��Cp�a 0O�000� Gx.+ Y a O 1 7 a Y •'1.+ .y':O N W 06 GOUd�W r tl W�f.(�""y Nw OU0 •\7•N¢O N O C []7 N CId14 Q70 U)1. ?Q I O+1 M l g q T >.P O) •' O q.-1 q •1 .a V u.-1 O O U.. O a N C O •n w N N O fi•?4p!fO1 xp�N7 11 O N.(pOi� C I4i .N+V C 1 •LqS: V V H • W 10 HOp^7A.•1�17Y 5a:1, EUO Y8> EMI YM y ■MM(t! v uNi • H '.UI O7YC�pT Op H..Nj N V tl 'Y UU •✓ R ..•1i �S tyt�i pgtl Nww 5• 77 GKI 1 1 1 7 1 1 V '1�!1v�� .O u yry.l iNU•N G{. Y.-1w .. L�✓ U v O ••N •NC TV UN p%• Y a 1 NC 1 •' llYMII ••/ OM.1 Oa w O J.yw w ✓ C✓V YU NN OYO••1 Nw70 06N>NC C NV O•qN N NJ ►l0.! O N ra • •CK r O-1 CY P✓ •r.1+✓ 1 F O +1 6 mraU p-O X 0 O 4 MQ p O.2 PC,0 p. 00 y Nq .O VZxA r Cau✓Or7a • c c NN q,O•.1COQV NNC O✓ 1 V N C i•N F.•pp 1 as G yy C■U G iNq HW N Om~we OMUa tj OS N•Q.i �Oy U 0q0.[VORI�C• a aOMYpu O P •O•N .. M NY N NOI+I.IV N&m VaXr •N10 P.1CaON �S AN01ryr N?CJC•N •Yw4�Ow•N•BDaCG+141i1 \pp� ONg O ` j N .NICO N J YC 1 pY,V Nr O.•1 0. ? •XZ •.1N r N Oau000� a yNC ~U•N Gq ZU • "Al- L O 00 6X4 0" u .r •.•1 a u•■ON p •O.1 O C• • •U • P a d.•1 C+/N NOO. N•NO■c 1.1 L. NXa Ga{NTa p.:✓CQ G C 1..13 T1 C� >•.UiR M>p..••Gi w�Z �j �e1dZ4 NY 070U MNURO �nl w y O\O 1Gpp111 N:'p .•.O Y•C 10•.No: /0 6 o m>✓•rl O .1.•1 Q •U O +I C.1 3•V✓t• Y V�W V •f1 . ••O`} E4. C 1 �lI1 ON1pS N.•j.0j It .rim UL 11 qK 0 NH O aUpU O. •N C>�G>✓GU I.N�C C Y MNU••7bN•U6 uN 0•.>.C6N NOO wl * 1100 Iqf Y ✓ o.M ••a.>.N Z IC O.�qM •u✓a 0.O7 P•.1 Uqq 1N.1 allrff O .1 -1 -.a • dS•✓•N4 yor •Y.-1 n QI�N iY v rq r >r Na.IN V O../Y •Lt. O NN m ta.sq O.-1 ✓ pG�YU N ••••: 1n.•7 N4 51.7 ■ �U •t .Y UN •4 ••0 o4QO ar p 6q U i i>. HU • ••A\CC O M�.•. .pU OY1•.'f. •IY Tea O 7 H .G100.71 i ar d .W•pN.M 4 .• PNOOO 1 �U '.a t+..YI NN N•IT I•a COI pM�OS 1 pl1pNC Ip••lp H O Y;� OOe wY R?O w 7L •1� U Yr NNp FIU NOOOxOaO S��~ •Pf�i M✓yq O V'.a Slp� yC"O Na •O.O•MI • • J�7�0O A)y ca„0jy q�YM .IMNOVV G(oi UVY i .• 1•r? O8�I'.fV� 6c R. •Nbpfe 0 w w a 0g 40'1 p0. 44 qqpp t��t1� tllt■ R 6 w r OO E q\• N.r N N ry aF a•Oq NN O�U 6U V• •P4.dV qY• h +rl w •0 a .1 P H •N h l:\N I • N 0 r+0 lT c N N R•°I 4 C 1.1 a N? NI iL tl N p M �� N,l.,,•f N w N t.p .1 .a N 6 1w x CP 1 O� • a ~ iN"' 71 7 bw Y.R1 y1V yWtl YC�V100•wi�Ux��MO QMQS��� -kiks:N011: M OY..I ass Oy ON�./l! I O•Y �N • N X1.1! Y YY i ZQ, H 1.•.a ✓7f, U •OC!'.44AN N4 Y Y M9 N N Y�Y1Y•Y �N ~/13�ao�1 l! �Mg p.'s.�j Qp`7 .rq� GGG H IN V•�V C04 q 4wN ./ I M O ••+Yn NM•uNtric>Y w M • iA600 N� � t.Q0.1 N 11-u I'M Al '~d' ��i�'a�' Irs $a���'b�'i�' Mw: ra1i V •A .•1 N r•1 11 N M N 1 .•1 O 025 AMENDMENT TO SPECIAL OVERTIME SCHEDULE ADDENDUM (Feb. 1, 1973) APPLICABLE ONLY TO CRAFTS AND AREAS SET OUT BELOW (Effective only on contracts lot on or after date of receipt) Laborers- All areas except St. Louis (STL) and Kansas City (KC). (KC) - Counties of Jackson, Clay, Platte and Ray; (STL) - St. Louis City and County. Teamsters All areas except St. Louis (STL) and Kansas City (KC). (KC) - Counties of Jackson, Clay, Platte and Ray; (STL) - St. Louis City and County. Carpenters - All areas except St. Louis (STL).and Kansas City (KC). (KC) - Counties of Jackson, Clay, Platte and Ray; (STL) - St. Louis City and County; and Area 1 - St. Charles, Franklin, and Jefferson Counties. Operating - All areas except St. Louis (STL) and Kansas City (KC). Engineers (KC) - Counties of Jackson, Clay, Platte and Ray; (STL)- St. Louis City and County. AIM SirrECLAL OVERTIPE SCHEDULE: 1•tAKE-UP DAY Any provision in General ':.'are Order No. 16 to the contrary notwithstanding, time and one-half the rerutar rate of pay shall be in effect only for over eight (9� hours per day, forty (40) hours per week, ttonday through Saturday for only the crafts and areas set out and identified immediately above. '7his provision is to permit the contractor to tise Saturday as a make-up day. -he overtime schedule of lencral Ulage Crder No. 16 shall remain in full force and effect as to all other crafts and areas not hereinabove identified. Any inquiries %rith regard to this Addendum may be directed to the Prevailing }iage'Section, 741issouri tepartment of Labor and Tndustrial'Relations,•Jefferson City, ?'issouri. 'Telephone 751-2461 (Area Code 314) TNDItS';RIAL C :AVIS-ION OF MISSOURI a J es J. ut er, Chairman ' ruary ,, 1973 r s' i ADDENDUM NO. 1 PLANS AND SPECIFICATIONS FOR ITHE CONSTRUCTION OF THE IDLEWOOD INTERCEPTOR AND PUMPING STATION IN JEFFERSON CITY, MISSOURI POLLUTION CONTROL PROJECT NO. C290553 The Specifications shall be and are hereby amended as follows: 1. On page III-7 of the Specifications delete paragraph 17, Retention Tank, and substitute the following: Am 17. RETENTION TANK: The retention tanks as shown on Sheet 6 of the plans shall consist of two 96-inch diameter tanks each 34 feet long. The tanks shall be factory fabricated of 14 gage bituminous coated, asbestos-bonded, 3-inch by 1-inch corrugated steel plates as manufactured by the Armco Steel Corporation, Metal Products Division, or equal. The tanks shall be provided with steel bulkheads and lifting eyes to facilitate installation. One end of each tank shall be provided with a 26-inch diameter access hole and a 6-inch diamter hole in the bottom of the adjacent bulkhead to permit connecting 6-inch cast-iron flanged pipe. Cast iron manhole frames and covers shall be provided for access. The outlet pipe of the retention system shall be fitted with a 6-inch eccentric plug valve, DeZurik Series 100 or equal, Figure 118F, with R. S. 17 Plug Facing, Figure 614 extension assembly and 11.75 feet of stainless steel extension stem; Figure 348 valve box, 8" deep, and Figure 337, 4-foot tee wrench. Submerged parts, other than the stainless steel extension stem, to be coated with 3 coats of Inertol or Asphaltum Varnish. The valve body shall be semi-steel with raised seats, which shall have a welded-in overlay of high nickel content on the surfaces contacting the plug face. The valve shall have permanently lubricated, stainless steel bearings on the upper and lower plug stem journals. The valve shall be of bolted bonnet design, designed so it can be repacked without removing BE the bonnet, and the packing shall be adjustable. All exposed nuts, bolts, springs and washers shall be stainless. Flanged faces shall be drilled to ANSI 125-pound standard. Resilient plug facings shall. be neoprene suitable for use with sewage, HORNER & SHIFRIN, INC. Consulting Engineers for The City of Jefferson, Missouri CITY OF JEFFERSON MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF THE IDLE-WOOD INTERCEPTOR AND PUMPING STATION IN JEFFERSON CITY, MISSOURI POLLUTION CONTROL PROJECT NO.. C-290553 HORNER & SHIFRIN, INC. Consulting Engineers St. Louis, Missouri DECEMBER 1972 j7221 TABLE OF CONTENTS Paste ADVERTISEMENT FOR BIDS A INFORMATION FOR BIDDERS 1. Scope of Work IB-1 2. Inspection of Site and Working Conditions IB-1 3. Check of Plans and Specifications by Contractor IB-1 4. Interpretation of Contract Documents IB-1 5. Intent of Plans and Specifications IB-2 6. Qualification of Bidders IB-2 7. Equivalent Material IB-2 8. Bid Security IB-2 9. Preparation of Bids IB-3 10. Prices IB-3 11. Approximate Quantities IB-3 12. Lump Sum Items IB-3 13. Alterations IB-3 14. Signatures IB-4 15. Residence of Bidders IB-4 16. Submission of Proposal IB-4 17. Withdrawal of Proposals IB-4 18. No Bids Received After Time Set for Opening IB-4 19. Right to Reject Bids IB-4 20. Bidders to be Present IB-4 21. Comparison of Bids IB-5 22. Award of Contract IB-5 23. Performance Bond IB-5 24. Notice to Proceed IBr-5 25. Time of Completion IB-5 26. Bid Security Returned to Successful Bidder IB-5 27. Indemnification and Insurance IB-6 28. Assignment IB-6 29. Payment IB-6 30. Nondiscrimination in Employment IB-6 PROPOSAL P-1 ® CONTRACT AGREEMENT C-1 PERFORMANCE AND PAYMENT BOND PB-1 GENERAL CONDITIONS 1. Definitions GC-1 2. Correlation, Interpretation and Intent of Contract Documents GC-2 TC-1 1 .. TABLE OF CONTENTS - Continued Pane SECTION IV - INSTALLATION OF FACTORY-BUILT PUMPING STATION 1. Materials and Inspection IV-1 2. Excavation IV-1 3. Concrete Pad IV-1 4. Wet Well IV-1 5. Pumping Station Installation IV-1 6. Anchorage IV-2 7. Piping IV-2 8. Welding IV-2 9. Electrical Work IV-2 10. Corrosion Protection IV-3 11. Installation of Retention Tank IV-3 12. Backfilling IV-3 13. Grading IV-3 14. Access Road IV-3 15. Payment IV-3 ,TC-5 TABLE OF CONTENTS - Continued Pale 3. Notice and Service Thereof GC-2 4. Copies of Plans Furnished GC-2 5. Order of Completion GC-3 6. Contractor's Understanding GC-3 7. Materials, Services and Facilities GC-3 8. "Or Equal" Clause GC-3 9. Royalties and Patents GC-4 110. Surveys, Permits and Regulations GC-4 11. Protection of Work and Property GC-4 12. Inspection and Examination of the Work GC-5 13. Removal of Improper Material GC-6 14. Superintendence; Supervision GC-6 15. Changes in the Work GC-6 16. Extras GC-7 17. Claims for Extra Cost GC-7 18. Deductions for Uncorrected Work GC-7 19. Delays and Extension of Time GC-8 ® 20. Suspension of Work GC-8 21. Owner's Right to Do Work GC-8 22. Right of the Owner to Terminate Contract GC-8 1 23. Contractor's Right to Terminate Contract GC-9 24. Removal of Equipment GC-9 25. Use of Completed Portions GC-9 26. Owner's Right to Withhold Certain Amounts and Make Application Thereof GC-10 27. Damages GC-10 28. Liens GC-10 29. Assignments GC-11 30. Rights of Various Interests GC-11 31. Other Contracts GC-11 32. Approval of Subcontracts GC-11 33. Points and Instructions GC-12 34. Engineer's Status GC-12 35. Engineer's Decision GC-12 36. Review of Decisions GC-12 37. Lands for Work GC-13 38. Cleaning Up GC-13 39. Indemnification and Insurance GC-13 SPECIAL CONDITIONS 1. Schedule of Drawings SC-1 2. Easements and Working Space SC-1 3. Borings SC-1 4. Sanitary Regulations SC-2 5. Utilities SC-2 6. Approval of Shop Drawings SC-2 TC-2 TABLE OF CONTENTS - Continued Page 7. Wage Determinations SC-3 8. Prevailing Hourly Wage Rates - State of Missouri SC-3 9. Nondiscrimination in Employment SC-4 10. Accident Prevention SC-4 11. Construction Safety and Healtb Standards SC-5 12. Access to Work SC-5 13. Signs SC-5 14. Certificate of Nonsegregated Facilities SC-5 15. Equal Opportunity Clause for Subcontractors SC-5 TECHNICAL SPECIFICATIONS SECTION I - MATERIALS OF CONSTRUCTION 1. Materials and Inspection I-1 2. Concrete Aggregates I-1 3. Granular Material for Subgrade Replacement, ' Bedding and Street Backfill I-3 4. Portland Cement I-4 lie 5. Admixtures I-5 6. Water I-5 7. Reinforcing Steel I-6 8. Vitrified Clay Pipe I-6 9. Truss Pipe I-6 10. Wye Junctions I-7 11. Cast Iron and Ductile Iron Pipe I-7 12. Cast-Iron Pipe Fittings I-8 13. Manhole Brick I-8 14. Materials for Masonry Mortar I-8 15. Precast Concrete Manholes 1-8 16. Manhole Frames and Covers I-8 17. Manhole Steps I-9 SECTION II - METHODS OF CONSTRUCTION AND PAYMENT 1. Scope of Work II-1 � 2. Shop Drawings II-1 3. Handling of Materials II-1 4. Concrete II-1 5. Interference with Traffic II-8 ® 6. Protection of Trees and Restoration of Landscaped Areas II-8 7. Protection of Existing Structures II-9 8. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities II-9 9. Removal and Replacement of Secondary Pavements II-9 �p 10., Removal and Restoration of Asphaltic Pavement II-10 ® 11. Driveways II-10 TC-3 TABLE OF CONTENTS - Continued Page 12. Trench Excavation II-10 13. Stanks or Short Tunnels II-14 14. Installation of Vitrified Clay Sewer Pipe II-14 15. Installation of Truss Pipe II-16 16. Gravity Sewer Crossing Route C II-16 17. Handling and Laying Cast-Iron Pipe I1-16 18. Pipe Installed in Tunnel II-18 19. Concrete Encasement I1-19 , 20, Manhole Construction II-19 21. Stubs in Manholes II-21 22. Wye Junctiona II-21 23. Trench Backfill II-21 24. Leakage Tests for Gravity Sewers I1-22 25. Leakage Tests for Force Main II-23 SECTION III - FACTORY-BUILT PUMPING STATION 1. General IIT-1 2. Operating Conditions ITI-1 3. Pump Chamber III-1 4. Entrance Tube III-2 5. Welding III-2 6. Protection Against Corrosion III-3 7. Pumps III-3 8. Pump Motors III-4 9. Controls III-4 10. Dehumidifier III-5 11. Ventilator III-5 12. Lighting I1I-6 13. Sump Pump III-6 14. Piping II1-6 15. Wiring III-6 16. Alarm System I1I-7 17. Retention Tank I1I-7 18. Running Time Meter III-7 9. Factory Tests III-8 20. Workmanship III-8 21. Guarantee III-8 22. Additional Materials I1I-8 23. Shop Drawings and Data III-9 24. Spare Parts III-9 25. Field Adjustment III-10 26. Pumping Station by Other Manufacturers III-10 27. Installation and Operating Instructions III-10 TC-4 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed proposals for the construction of approximately 6,965 feet of 8-inch sanitary sewer; 110 feet of 8-inch cast iron sewer; a pumping station and 5,950 feet of 8-inch ductile-iron force main; and the necessary appurtenances and structures for the City of Jefferson, Missouri, will be received at the City Hall, Jefferson City, Missouri, until 8 p.m. , C. D. S. T. , Monday, June 18, 1973, at which time they will be publicly opened and read. The Plans and Specifications for the proposed work are on file and may be examined in the office of the Director of Public Works in the City Hall, Jefferson City, Missouri, and the office of Horner & Shifrin, Inc. , Consult- ing Engineers, 5200 Oakland Avenue, St. Louis, Missouri 63110. Copies of the Contract Documents may be obtained from Horner & Shifrin, Inc. , Consulting Engineers, upon deposit of Twenty Dollars ($20.00) , which sum will be refunded to every bidder who submits a bona fide proposal for the work and who returns the Plans and Specifications in good condition within ten (10) days after the time set for the opening of bids. No refund will be made for Plans and Specifications received after this ten (10) day period. Bidders on this work will be required to comply with the President's Executive Order No. 11246 as included therein. The requirements for bidders and contractors under this order are explained in the Specifications. Each bid must be accompanied by a certified check, a cashier's check, or bid bond, payable to the City of Jefferson, Missouri, in the amount of ten per cent (10%) of the amount of the bid as a guarantee that the successful bidder or bidders will enter into contract and furnish a performance bond in the full amount of the Contract within ten (10) days after the award is made. Attention of bidders particularly is called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract. All proposals shall be made on the removable printed forms bound in the back of the Specifications. The City of Jefferson hereby reserves the right to reject any or all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be for the best interest of the City of Jefferson, Missouri. HORNER & SHIFRIN, INC. Consulting Engineers for CITY OF JEFFERSON, MISSOURI CONTRACT AGREEMENT THIS AGREEMENT, made and concluded this , day of 19&3, by and between Roy A. Scheperle Construction Company, Inc. WA hereinafter called the "Contractor," -and the City of Jefferson, Missouri, hereinafter called the "City." WITNESSETH, THAT, whereas the Council or-tie City of Jefferson by Resolution adopted at a meeting held on /d 1973, and by virtue of authority vested in said Counc has awarded to the Con- tractor the work of performing certain construction. NOW, THEREFORE, the Contractor and the City, for the consideration hereinafter named, agree as follows: Article 1. SCOPE OF THE WORK: _ The Contractor shall furnish all materials, tools, equipment, labor, and everything necessary to perform, and shall perform, in accordance with the Plans, Specifications and terms of this Contract, the work of construct- ing the Idlewood Interceptor. and Pumping Station, a Sanitary Sewer Project to serve the City of Jefferson, Missouri. All construction shall be carried out under. inspection by representatives ON of the Owner. Article 2. TIME OF COMPLETION: Construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure its full completion within one hundred eighty (180) calendar days after receipt of notice to proceed. DEDUCTIONS FOR NOT COMPLETING ON TIME If the contract work is not fully completed according to the terms of the Contract within the time limit herein stipulated, subject to such exten- sions as may be granted as provided for in Article 19 of the "General Am Conditions," it is agreed that the City will be damaged thereby. The amount of said damages, exclusive of expense for inspection and superintendence, being difficult if not impossible of definite ascertainment, it is hereby agreed that the amount of such damages, both liquidated and fixed, shall be estimated and agreed upon in advance, and they are hereby agreed upon in the C-1 amount of Fifty Dollars ($50.00) for each calendar day elapsing between the expiration of such time limit as herein provided for, plus such extensions as may be granted, and the date of full completion. The obligations of the Bond given by the Contractor, as herein required, shall include the payment of the liquidated damages provided for and agreed upon in this paragraph. Where any deductions from or forfeitures of payment in connection with the work on this Contract are duly and properly declared or imposed against the Contractor, in accordance with the terms of this Contract, State laws or ordinances of the City, the total amount thereof may be withheld from any money whatsoever due or to become due the Contractor under the Contract, and when deducted shall be deemed and taken as payment in such amount. Article 3. CONTRACT PRICE: The City shall pay to the Contractor for the performance of the work the amounts determined for the total number of each of the following units of work completed at the unit price stated thereafter. The final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. Item Unit No. Pay Item Unit Bid Price 1. Trench Excavation, Class A C.Y. $ 29.50 2. Trench Excavation, Class B C.Y. $ 5.00 jp 3. In Place 8-Inch Sewer Pipe l.f. $ 3.95 4. In Place, 8-Inch C.I. Pipe l.f. $ 10.00 5. In Place, 8-Inch D.I. Force Main l.f. $ 7.00 6. 6-Inch on 8-Inch Wye Junction each $ 15.00 i 7. Manholes, Complete in Place, Depth Less than 6 Feet each $ 325.00 8. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet each $ 365.00 9. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet each $ 410.00 10. Manholes, Complete in Place, !� Depth Over 10 Feet to 12 Feet each $ 450.00 C-2 Item Unit No. Pay Item Unit Bid Price 11. 6-Inch Pipe Stub in Manhole each $ 25.00 12. 8-Inch Pipe Stub in Manhole each $ 30.00 13. Crushed Rock for Subgrade Replacement C.Y. $ 8.00 14. Granular Backfill C.Y. $ 7.00 15. Lumber Ordered Left in Trench mfbm $ 300.00 16. Class B Concrete C.Y. $ 45.00 17. Class C Concrete C.Y. $ 40.00 18. Restoration of Asphaltic Pavement S.Y. $ 1000 41,425.00 19. Pumping Station, Complete in Place l.s. $ 3,450.00 20. Old Route C Crossing, Complete in Place l.s. $ Article 4. PROGRESS PAYMENTS: On not later than the fifth day of every month, the Contractor shall present to the Engineer an invoice covering the total quantities under each item of work that has been completed from the start of the job up to and including the last day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items, together with such supporting evidence as may be required by the Engineer. This invoice shall also include an allowance for the cost of such material required in the permanent work as has been delivered to the site, as evidenced by copies of paid invoices, but not as yet incorporated in the work. Measurements of units for payment shall be made in accordance with the Specifications. Authorized extra work shall be included in these monthly progress pay- ments. The invoice shall be checked and corrected by the Engineer prior to submission to the City for payment. When the rate of the work shall be satisfactory to the Engineer and it shall appear that all claims for labor and material shall have been paid by the Contractor, then or before the fifteenth (15th) day of each month, the City shall pay the Contractor ninety per cent (90%) of the value of all work performed, plus the cost of material stored on the site, prior to the first day of said month, less the aggregate of previous payments. c-3 1� Article 5. GUARANTEE: The Contractor and his Surety hereby expressly guarantee the afore- said work as to workmanship and quality of materials used in connection therewith, for a term of one (1) year, commencing on the date of accep- tance of the work or improvements, and binds himself, his successors or assigns, to make all replacements which may become necessary within that time due to nonconformity with the Specifications. Whenever notified by the City that said replacements are required, the Contractor shall, at once, make the same as directed, and at his own expense. If the Contractor does not proceed with such replacements within five (5) days of receipt of written notice, then the City shall have the power to cause the same to be made and to charge the costs thereof to the Contractor. Nothing in this section is intended as a maintenance guarantee. Article 6. ACCEPTANCE AND FINAL PAYMENT: When the work provided for under this Contract has been fully completed in accordance with the terms hereof, a final estimate showing the amount of such work shall be prepared by the Engineer and filed with the City Clerk and with the Contractor within thirty (30) days after the date of completion. The final estimate shall be accompanied by a certificate of acceptance issued AIRL by the Engineer, stating that the work has been fully completed to his satis- faction in substantial compliance with the Contract. From the final payment shall be retained all moneys expended by the City according to the terms of this Contract, and thereunder chargeable to the Contractor, all moneys payable to the City as liquidated damages, and all deductions provided by the Contract, State laws or ordinances of the City. Article 7. PREVAILING WAGES: AM This Contract shall be based upon payment by the Contractor and his sub- contractors of wage rates not J.ess than the prevailing hourly wage rate for each craft or type of workman engaged on the work. Prevailing wage rates shall be as determined by the United States Department of Labor and the Indus- trial Commission of Missouri. In case of conflict, the wages paid by the Contractor shall be not less than the higher of the prevailing wage deter- °' minations. In compliance with the Prevailing Wage Law, as Amended in Sections F g g 290.210 to 290.340 inclusive, Revised Statutes of Missouri, 1969, effective October 13, 1969, not less than the prevailing hourly rate of wages in the Jefferson City area shall be paid to all workmen performing work under this Contract, Section 290.250. The Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day, or portion thereof, such workman is paid less than the stipulated rates for any work done under said Contract, by him or any subcontractor under him. Section 290.250. C-4 Article 8. THE CONTRACT DOCUMENTS : The Advertisement, Information for Bidders, General Conditions, Special Conditions, the Specifications, including Addenda Nos. / , 14, , , , and , the Proposal, the Plans and Bond, together with this Agreement, form the Contract. The plans on file are as fully a part of this Contract as if hereto attached. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in four (4) original counterparts as of the day and year first above written. & CL Al-"42a (Co tractor) (Address) COUNTERSIGNED: ,d By &�t 09W n i C (Addr"ess) fjATTEST: li,Z� ... r� By C-5 iPERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned of Roy A. Scherperle Construction Company, Inc. (hereinafter called the "Principal") , an or corporation, duly authorized by law to do business as a construction contractor in the State of Missouri and of �. Y�u�t 4 Y« (hereinafter called the "Surety") , a corporation duly authorized to do a Surety business under the Laws of the State of Missouri, are held and firmly bound unto CUT of Jarifermus 4186 W-4 (hereinafter called the "Obligee") , in the penal sum of qN hund"d rj$pp Aft aevm 4hannand etcht huae#ved twat► si wi 151 llars ($ 197. 626.75 ) lawful money of the United States, for the payment of which well and truly to be made unto said Obligee, we bind ourselves, our heirs , executors, administrators, r successors and assigns, jointly and severally, firmly by these presents, as follows : The conditions of this obligation are such that, whereas on the JAC day of A&b,'twt , the said Principal entered into a written agreement, which agreement is hereby made a part hereof, with said Obligee for the construction of the Idlewood Interceptor and Pumping Station, Pollution Control Project No. C 290553 • located at Jefferson Cif, Missouri NOW, THEREFORE, if the said Principal shall faithfully and properly er- per- form the foregoing Contract according to all the terms thereof, and in strict ;® conformity to the requirement of the prevailing hourly wage clause as provided by Contract, and shall as soon as the work contemplated by said Contract is rk * Scratch out the inapplicable designation. ,, PB-1 completed, pay to the proper parties, all amounts due for material, lubri- cants, oil, gasoline, grain, hay, food, coal and coke, repairs on machinery, groceries and foodstuffs, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums, both compen- sation, and all other kinds of insurance, on said work, and for all labor performed in such work whether by subcontractor or otherwise, then this obligation to be void, otherwise to remain in full force and effect, and may be sued on for his use and benefit by any person furnishing materials or performing labor, either as an individual or as a subcontractor for any contractor in the name of said Obligee. The said Surety for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of this agreement or to the work to be performed thereunder, or the Specifica- tions accompanying the same, shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the Specifications. go The said Surety shall also guarantee the faithful performance of the prevailing hourly wage clause as provided by Contract, Section 290.250. IN TESTIMONY WHEREOF, the parties hereunto have caused the execution hereof in original counterparts as of the day, of Racy A. Schaperle ComtructIm CompgM. Uc, Principal Title Attest: Gmat Auerb= lne=anc.e gal of Now Y Company IJ oarlc. ICY' Surety By (SEAL) 8. 8. Schroeder PB-2 t GREATAMERICAN INSURANCE CONtP..A l'N'� The number of persons authorized New York,New York —8126 by this power of attorney is not No. O more than ONE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate,constitute and appoint the person or persons named below its trite and lawful attorney-in-fact or attorneys-in-fact, for it and in its name, place and stead to execute in behalf of the said Company,as surety, any and all bonds, undertakings and contracts of suretyship or other written obligation in the nature thereof: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power H. H. SCHROEDER JEFFERSON CITY, MISSOURI $1,000,000. This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this23 day of May 1972 INSUp Attest: GREAT AMERICAN INSURANCE COMPANY Secretary Vice President TATE OF CALIFORNIA,COUNTY OF LOS ANGELES —ss: On this 23rd day of May, 1972 ,before me personally.appeared JOHN W. HIRSCHMANN, to.me known, being duly sworn, deposes and says that he resided in Pasadena, California, that fie is the Vice President of the Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. ulYnaYlmxnYlxuunnlluaatYlnuuaumml a nw un I muum nu m n unuuw m Ilan m� OFFICIAL SEAL VOLKER A. D117MEYER NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE. IN LOS ANGELES COUNTY My Commission Expires Jan.21, 1975 •N1NIIUUlu111111111111111111111111111111IIIIII11I111111111111UI111111111111111YIII1111111111YYIIYIH This Power of Attorney is granted under and by authority of Article IV of the By-Laws of the Company,extracts of which read as follows: ARTICLE IV. Officers: Powers and Duties. Section 4. . . . The President. . . shall also have power and authority, from time to time, to appoint and fix the compensation of one or more attorneys-in-fact, to prescribe their respective duties and the respective limits of their authority and to revoke any such appointment,at any time,in his discretion. Section S. .. . the several Vice Presidents. . . shall act,in the order of their appointment,in the place of the President exercising all his powers and performing his duties,during his absence or disability. Agh This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the qlWBoard of Directors of the Great American Insurance Company at a meeting duly called and held on the 16th day of September, 1970. RESOL VED, that the Company seal and the signature of any officer authorized by the By-Laws may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship or other written obligation in the nature thereof,such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,W. C. BECK, Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney,the above quoted abstracts of Sections 4 and 5 of Article IV of the By-Laws,and the Resolution of the Board of Directors of September 16, 1970,have not been revoked and are now in full force and effect. Signed and sealed this 1st day of August 19 73 - yyF V F I `s 5.1029(3/72) Secretary a aiw'r°� ® INFORMATION FOR BIDDERS 1, SCOPE OF WORK: The work shall consist of the construction of approximately 6,965 feet of 8-inch sanitary sewer; 110 feet of 8-inch cast iron sewer; a pumping station and 5,950 feet of 8-inch ductile iron force main; and the necessary appurtenances and structures for the City of Jefferson, Missouri in accordance with the Plans and Specifications prepared by Horner & Shifrin, Inc., Con- sulting Engineers. 2. INSPECTION OF SITE AND WORKING CONDITIONS: Bidders or their authorized agents are required to examine the maps and drawings in the office of the Owner which are open to their inspection, to visit the locality of the work, and to inform themselves fully of the condi- tions relating to construction and labor under which the work will be or is now being performed. The Contractor must employ, so far as possible, such methods and means in the carrying out of this work as will not cause any interruption to, or interference with, any other Contractor. 3. CHECK OF PLANS AND SPECIFICATIONS BY CONTRACTOR; The Contractor shall read thoroughly the Specifications and study the accompanying Plans to assure himself that no discrepancies exist between the Plans, Specifications and field conditions. Should such discrepancies exist, the Engineer should be notified. The Contractor shall not be per- mitted to use to his advantage any omission or error in the Plans or Con- tract Documents and the Engineer retains the right to issue new instructions for such error or omission and the Contractor shall carry out such instruc- tions as if originally specified. 4. INTERPRETATION OF CONTRACT DOCUMENTS: jIf the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications, or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing that an interpretation be made and an addendum be issued by the Engineer, which shall then be delivered to all bidders to whom plans and Specifications have been issued. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Speci- fications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. IB-1 5. INTENT OF PLANS AND SPECIFICATIONS: The general intent of the Plans and Specifications is to supplement one another, and not necessarily to duplicate one another, so as to produce one complete set of Plans and Specifications. Any work exhibited in one and not the other shall be interpreted as though set forth in both. 6. QUALIFICATION OF BIDDERS: The Owner may make such investigations as he deems necessary to deter- mine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. It shall include also, if requested, a detailed list of the plant and equipment which the bidder proposes to use, indicating which portions he already possesses, and a detailed description of the method and program of the work he proposes to follow. The Owner reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. 7. 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 Engineer. B. BID SECURITY: Each bid must be accompanied by a deposit of not less than ten per cent (10%) of the amount of the bid. The deposit shall consist of a certified check, a cashier's check, or bid bond payable to the Owner. Within seven (7) days after the formal opening of bids, checks or bid bonds will be re- turned except those deposited by the three (3) lowest formal bidders, which with the exception of the bid security of the successful bidder will be returned within seven (7) days after the execution of the Contract between the successful bidder and the Owner. The bid security of the successful bidder will be returned to him without interest when the construction Con- tract is executed and satisfactory performance bond is delivered to the Owner. Should the successful bidder or bidders fail or refuse to execute the bond and the Contract required within ten (10) days after he has received notice of acceptance of his bid, he shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. IB-2 9. PREPARATION OF BIDS: Bids must be made upon the prescribed forms attached at the back of these Specifications. Only sealed bids will be considered, all proposals otherwise submitted will be rejected as irregular. All sales taxes which might lawfully be assessed against the Owner are to be paid by the Contractor from the monies obtained in satisfaction of his Contract, it being understood by the bidder that the bid prices submitted shall include the cost of such taxes. All blank spaces in the Proposal must be filled in and no change shall be made in the phraseology of the Proposal, or addition to the items men- tioned therein. Any conditions, limitations or provisions attached to proposals will render them informal and may be considered cause for their rejection. 10. PRICES: The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Specifications. 11. 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 proposal will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only, and each bidder shall make his own estimate from the plans of the quantities required ® on each item and calculate his unit price bid for each item accordingly. ® Bids will be compared on the basis of number of units stated in the Proposal. Such estimated quantities, while made from the best information available, are approximate only. Payment on the Contract will be based on actual number of units :installed in the completed work. 12. LUMP SUM ITEMS: Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. 13. ALTERATIONS: Alterations by erasures or interlineation must be explained or noted in the Proposal over the signature of the bidder. IB-3 14. SIGNATURES: A •proposal by a person who affixes to his signature the word "President," "Secretary," "Agent," or other designation, without disclosing his principal, is the proposal of the individual. That by a corporation should be signed with the name of the corporation followed by the signature of the president, secretary, or other person authorized to bind it in the matter, who should file evidence of his authority to do so. That by a firm should be signed with the firm name, either by a member thereof or by its president, giving the names of all members of the firm. Anyone signing the proposal as the agent of another or others, must file with it legal evidence of his authority to do so. 15. RESIDENCE OF BIDDERS: The place of residence and post office address, with County and State of every bidder, and telephone number, must be given after his signature. 16. SUBMISSION OF PROPOSAL: The Proposal and the Bid Security guaranteeing the same shall be placed in a sealed envelope addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and marked "Proposal for Idlewood Interceptor and Pumping Station for the City of Jefferson, Missouri." ® 1.7. WITHDRAWAL OF PROPOSALS: �j If a bidder wishes to withdraw his Proposal, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his Proposal for a period of ninety (90) days after the scheduled closing time for the receipt of bids. 18. NO BIDS RECEIVED AFTER TIME SET FOR OPENING: No bids received after the time set for opening of Proposals will be considered. 19. RIGHT TO REJECT BIDS: The City of Jefferson reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgment will be for the best interests of the City of Jefferson. The City of Jefferson reserves the right to select any one of the list of pumping station manufacturers submitted in the Proposal. 20. BIDDERS TO BE PRESENT: Bidders are invited to be present at the opening of the bids. IB-4 21. COMPARISON OF BIDS: Bids will be compared by computing the total price based upon the esti- mated quantities stated in the Proposal and the unit price or lump sum bid for each item. The Contract will be awarded to the bidder submitting the lowest and best bid, considering the Contractor's experience and ability to do the work. 22. AWARD OF CONTRACT: If, within ten (10) days after he has received notice of acceptance of his bid, the successful bidder shall refuse or neglect to come to the office of the Owner and to execute the Contract and to furnish the required Per- formance Bond, properly signed by the Contractor, and the surety or sureties satisfactory to the Owner as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit his deposit. 23. PERFORMANCE AND PAYMENT BOND: A Performance and Payment Bond in an amount equivalent to one hundred per cent (100%) of the Contract price, must be furnished and executed by the successful bidder, or bidders, this bond to be in the form contained in this Contract. The Surety shall be a corporate surety company or companies of recog- nized standing, licensed to do business in the State of Missouri and accept- able to the Owner. 24. NOTICE TO PROCEED: A written notice to begin construction work will be given to the Con- tractor by the Owner within sixty (60) days after the Contractor is notified of the acceptance of his Proposal. The time for completion of the project shall begin to run on the date established in this notice. 25. TIME OF COMPLETION: The Contract provides that construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure the full completion of the Con- tract in one hundred eighty (180) calendar days, the rate of progress and the time of completion being essential conditions of this Agreement. 26. BID SECURITY RETURNED TO SUCCESSFUL BIDDER: Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City of Jefferson. IB-5 27. INDEMNIFICATION AND INSURANCE: Before commencing any work under this Contract, the Contractor will be required to procure and keep in effect during the period of work thereon, at the Contractor's own cost and expense, the insurance specified in the General Conditions of these Specifications, indemnifying and holding harmless the Owner and the Engineer. 28. ASSIGNMENT: No assignment by the Contractor of any principal construction contract or any part thereof, or of the funds to be received thereunder by the Con- tractor will be recognized unless such assignment has had the approval of the Owner, and the Surety has been given due notice of such assignment in writing in accordance with the terms of its bond. No assignment will receive approval unless the instrument of assignment contains a clause to the effect that it is agreed that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said Contract in favor of all persons, firms, or corporations rendering such services or supplying such materials . 29. PAYMENT: Payment to the Contractor for all work performed on the project shall be cash payments from funds made available through the sale of General Ob- ligation Bonds. 30. NONDISCRIMINATION IN EMPLOYMENT: Contracts for work under this proposal will obligate the contractors and subcontractors not to discriminate in employment practices. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246 of September 24, 1965, as amended. Bidders must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain their eligibility to receive the award of the contract. Successful bidders must, if requested, submit a list of all subcontractors who will perform work on the project and written signed statements from author- ized agents of the labor pools with which they will or may deal for employees on the work together with supporting information to the effect that said labor pools' practices and policies are in conformity with Executive Order No. 11246 of September 24, 1965, as amended, and that said labor pools will affirmatively cooperate in or offer no hindrance to the recruitment, employment and equal IB-6 treatment of employees seeking employment and performing work under the con- tract or a certification as to what efforts have been made to secure such statements when such agents or labor pools have failed or refused to furnish same prior to the award of the contract. Successful bidders must be prepared to comply in all respects with the ® Contract Provisions regarding nondiscrimination as contained in the Labor �1 Standards Contract Provisions, February, 1969, a copy of which follows. 1 1 IB-7 ® PROPOSAL Date The Honorable Mayor and City Council City of Jefferson as City Hall Jefferson City, Missouri - 65101 Gentlemen: In accordance with the advertisement inviting proposals for the con- struction of the Idlewood Interceptor and Pumping Station, a Sanitary Sewer Project for the City of Jefferson, Missouri, subject to the conditions and requirements of the Genera? Conditions of the Contract, the Special Conditions of the Contract, the Specifications, including Addenda Nos. , , , and hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work within one hundred eighty (180) calendar days after receipt of notice to proceed for the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 1. Trench Excavation, Class A 1,650 C.Y. $ $ 2. Trench Excavation, Class B 3,400 C.Y. $ $ 3. 8-Inch Sewer. Pipe 6,965 l.f. $ $ 4. In Place, 8-Inch C.I. Pipe 30 l.f. $ $ 5. In Place, 8-1nch D.I. Force Main 5,950 l.f. $ $ 6. 6-Inch on 8-Inch Wye Junction 20 each $ $ 7. Manholes, Complete in Place, Depth Less than 6 Feet 8 each $ $ 8. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 15 each $ $ 9. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 1 each $ $ P-1 Item Estimated Unit Extended No. Pay Item quantity Unit Price Bid Price 10. Manholes, Complete in Place Depth Over 10 Feet to 12 Feet 2 each $ $ 11. 6-Inch Pipe Stub in Manhole 5 each $ $ 12. 8-Inch Pipe Stub in Manhole 6 each $ $ 13. Crushed Rock for Subgrade Replacement 50 C.Y. $ $ 14. Granular Backfill 20 C.Y. $ $ 15. Lumber Ordered Left in Trench 1 mfbm $ $ 16. Class B Concrete 145 C.Y. $ $ 17. Class C Concrete 10 C.Y. $ $ 18. Restoration of Asphaltic Pavement 6 s.y. $ $ 19 . Pumping Station, Complete in Place Lump Sum $ 20. Old Route C Crossing, Complete in Place Lump Sum $ Total Bid $ SPECIAL PROPOSAL REqUUIREMENTS Suitable bid security in the amount of Dollars ($_ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. The undersigned has examined the Plans and Specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. 1 P-2 This Proposal shall be equally binding on w heirs, adminis- trators, executors, successors, and assigns. Firm Name By (Signature) Title dh Address AM r Telephone No. P-3 GENERAL CONDITIONS 1. DEFINITIONS: The following terms used in these Contract Documents are respectively defined as follows: a. "City" and "Owner" City of Jefferson, Missouri. b. "Engineer" Horner & Shifrin, Inc. , Consulting Engineers, 5200 Oakland Avenue, St . Louis, Missouri, 63110, or the Owner's authorized representative acting as Resident Engineer in charge of the Project, and his assistants. C. "Contractor" The person, firm or corporation to whom the within Contract is awarded by the City and who is subject to the terms hereof. d. "Subcontractor" A person, firm or corporation, performing any part of the Contractor's obligations hereunder at the site of the work, ex- cluding, however, the furnishing of standard materials such as cement, lumber and other materials not worked to a special design under the Plans and Specifications for the work. e. "Contract Documents" The Advertisement for Bids, the Informa- tion for Bidders, the Proposal, the signed Contract Agreement, the Per- formance Bond, the General Conditions, the Special Conditions, the Plans and Specifications, including all modifica- tions thereof incorporated in the docu- ments before their execution. f. Work The furnishing of all labor, materials, equipment and other incidentals neces- sary or convenient to the successful completion and carrying out of all duties and obligations of the Contractor under the Contract Documents. r GC-1 2. CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS: It is the intent of the Specifications and Plans to describe a completed Project to be performed under the Agreement. The Contract Documents comprise the entire agreement between the Owner and the Contractor. They may only be altered by a Change Order or as pro- vided hereinafter. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he will call it to the Engineer's attention in writing before proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies, the docu- ments shall be given precedence in the following order: Contract Agreement, Specifications, Plans. Within the Specifications the order of precedence shall be as follows: Special Conditions, Information for Bidders, General Conditions, Technical Provisions. Figure dimensions on Plans shall govern over scale dimensions, and detailed plans shall govern over general plans. Any work that may reasonably be inferred from the Specifications or Plans as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described Li words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. 3. NOTICE AND SERVICE THEREOF: Where, in any of the Contract Documents, there is any provision in respect to the giving of any notice, such notice shall be deemed to have been given (as to the Owner) when written notice shall be delivered to the Engineer or the Owner, or shall have been placed in the United States mails, addressed to the Engineer, at the place where the bids or proposals for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the project to be constructed under the Contract, or by mailing such written notice in the United States mails, addressed to the Contractor at the place stated in the papers prepared by him to accompany his proposal as the address of his permanent place of business; as to the surety on the Performance Bond when a written notice shall have been placed in the United States mails, addressed to the surety at the home office of such surety. 4. COPIES OF PLANS FURNISHED: The Owner will furnish to the Contractor, free of charge, copies of Plans and Specifications which are reasonably necessary for the execution of the work. The Contractor shall keep one copy of all Plans and Specifications on the work, in good order, available to the Engineer and to his representatives. GC-2 S. ORDER OF COMPLETION: The Contractor shall complete any portion or portions of the work in such order of time as the Engineer may declare necessary by reason of an emergency. 6. CONTRACTOR'S UNDERSTANDING: It is understood and agreed that the Contractor has, by careful examina- tion, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the mate- rials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No official, officer or agent of the Owner is authorized to make any representations as to the materials or workmanship involved, or the condi- tions to be encountered, and the Contractor agrees that no such statement or the evidence of any document or plan, not a part of this Contract, shall constitute any grounds for claim as to conditions encountered. No verbal agreement or conversation with any officer, agent or employee of the Owner either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. It is understood and agreed that the Contractor has informed himself fully as to the conditions relating to construction and labor under which the work will be performed, and agrees as far as possible to employ such methods and means in the carrying out of the work as will not cause any interruption or interference with any other contractor. 7. MATERIALS, SERVICES AND FACILITIES: a. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall. provide and pay for all materials, labor, tools, equipment, water, 'Light, power, transportation, superintendence, temporary construction of every nature, and all other services and Facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or legal holidays, shall be performed without, additional expense to the Owner. g. "OR EQUAL" CLAUSE: Whenever in any of the Contract Documents any article, appliance, device, or material is designated by the name of the manufacturer or vendor, or by GC-3 an proprietary name and such name is not followed b the words "or equal," 9 P P x'Y y it shall be deemed that such words "or equal" do follow such designation, unless the context clearly requires a contrary construction. Any article or material equaling the standards fixed may be used in place of that specifically mentioned by the Specifications, providing that the material proposed is first submitted to and approved by the Owner or his authorized representative. 9. ROYALTIES AND PATENTS: The Contractor shall hold and save the Owner and his officers, agents, servants, and employees harmless from liability of any nature or kind, in- cluding cost and expenses, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the per- formance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. 10. SURVEYS, PERMITS AND REGULATIONS: The Owner shall provide horizontal control consisting of all angle points and vertical control consisting of Bench Marks, as shown on the Plans. Should any control points thereafter be destroyed by the Contractor's opera- tions, replacement will be at the Contractor's expense. The Contractor shall provide all the construction stakes required, setting them at a maximum interval of 25 feet and at an appropriate offset, and shall establish accu- rately the elevations of all such stakes. The Contractor may elect to utilize approved laser beam equipment in lieu of the offset stake-batter board method for which he shall also set his own construction stakes. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and speci- fied. The Contractor is required to observe all laws and ordinances relating to the obstructing of streets, maintaining signals, keeping open passageways and protecting them where exposed to danger, and all general ordinances affecting him or his employees or his work hereunder in his relations to the Owner or any person, and also generally to obey all laws and ordinances con- trolling or limiting the Contractor while engaged in the prosecution of the work under this Contract. If the Contractor observes that the Plans and Specifications are at variance with laws and regulations, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the Contractor per- , forms any work knowing it to be contrary to such laws, ordinances, rules or regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. 11. PROTECTION OF WORK AND PROPERTY: The Contractor must protect and support all water and gas pipes or other conduits, and all railway tracks, buildings, walls , fences, or other properties GC-4 which are liable to be damaged during the execution of his work. He shall take all reasonable and proper precautions to protect persona, animals, and vehicles or the public, from injury, and wherever necessary, shall erect and maintain a fence or railing around any excavation, and place a sufficient number of red .lights about the work and keep them burning from twilight until sunrise; and shall employ one or more watchmen as an additional security whenever they are needed, He must , as far as practicable and consistent with good construction, permit access to private and public property and leave fire hydrants and catch basins free from encumbrances. 12. INSPECTION AND EXAMINATION OF THE WORK: The Engineer and his authorized assistants as well as all inspectors and other authorized personnel of any public agency under whose jurisdiction the work is being performed, shall have free access to the work at all times for inspection purposes, and shall be furnished by the Contractor with facilities for ascertaining whether the work being performed or which has been completed is in accordance with the requirements of the Plans Specifications and Con- tract, to the extent of uncovering, testing or removing portions of finished work. Duly authorized inspectors acting in behalf of the Engineer and any public agency under whose jurisdiction the work is being performed, who shall perform their duties under the direction of the Engineer, will be assigned to the project or any part thereof. The presence of an inspector shall in no wise lessen the responsibility of the Contractor. In case any dispute arises be- tween the Contractor and the inspector as to materials furnished or the manner of performing the work, the inspector shall have authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer, The inspector is not authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, .nor to approve or accept any portion of the work or to issue instructions contrary to the Plans and Specifications . When any material not conforming to the requirements of the Specifications and Plans has been delivered upon the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be considered as defective and shall be removed and renewed or made satisfactory, as directed by the Engineer, at the expense of the Contractor. All materials shall be subject to inspection, examination and test by the Engineer at any and all times during manufacture, and at any and all places where such manufacture is being carried on. The right is reserved to reject defective materials during manufacture or before they have been in- corporated into the work. If the Contractor fails to replace defective work or rejected materials, the Owner may replace such materials or correct such defective work and charge. the cost thereof to the Contractor, or may terminate the right of the Contractor to proceed under Article 22 of the General Conditions. r GC-5 L: 13. REMOVAL OF IMPROPER MATERIAL: All materials to be provided by the Contractor shall be of the best quality, and if the Contractor shall bring or cause to be brought on the work, materials which do not conform to the requirements of this Contract, the Engineer shall order the same to be removed forthwith, and in case of the neglect or refusal of the Contractor or those employed by him to remove such materials, to cause the same to be removed at the expense of the Contractor and to deduct the cost of such removal and all other expenses incident thereto from the amount which may be due to the Contractor on this Contract; and, in case of the violation of this provision, the amount of costs and expenses shall be deducted by the Engineer from the final, or any other estimate of the amount due to the Con- tractor on this Contract. 14. SUPERINTENDENCE; SUPERVISION: The Contractor must at all times have an authorized representative on the work to whom orders can be given, this representative to have full authority to carry out all orders given by the Engineer, and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to the Engineer. 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. Directions shall be confirmed in writing upon written request in each case. an The Contractor shall give efficient supervision to the work, using his best skill and attention. During the construction and maintenance period of the work of this Con- tract, any orders given by the Engineer or his representatives to the manager, superintendent, or foreman of the Contractor in the absence of the Contractor, shall have the same force and effect as if given to the Contractor. I.f the Contractor, in the course of the work, finds any discrepancy be- tween the Plans and the physical conditions of the locality, or any errors or omissions in the Plans or in the .layout as given by points and instructions, it shall be his duty to immediately inform the Engineer in writing, and the Engineer shall promptly verify the same. Any work after such discovery, until authorized, will be done at the Contractor's risk. Neither party shall employ or hire any employee of the other party without the other party's consent. 15. CHANGES IN ME WORK: The Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract GC-6 shall Sum being adjusted accordingly. All such work hal be e xecuted under the conditions of the original Contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the Engineer, and no claim for an addition to the Contract Sum shall be valid unless so ordered. The value of any such work or change shall be determined in one or more of the following ways: a. By estimate and acceptance in a lump sum. b. By unit prices named in the Contract or subsequently agreed upon. c. By cost and percentage or by cost and a fixed fee. If none of the above methods is agreed upon, the Contractor, provided he receives an order as above, shall proceed with the work. In such case and also under prase (c) , he shall keep and present- in such form as the Engineer may direct, a correct account of the net cost of labor and materials, together with vouchers. Tn any case, the Engineer shall certify to the amount including reasonable allowance for overhead and profit, due to the Contractor. Pending final determination of value, payments on account of changes shall be made on the Engineer 's estimate. Ma 16. EXTRAS: Except as otherwise herein provided, no charge for any extra work or material will be allowed unless the same has been ordered in writing by the Owner and the price stated in such order. 17. CLAIMS FOR EXTRA COST: No claims for additional payments above the Contract Sum other than such amounts as are authorized for extra work order in accordance with the a.fore- said paragraphs designated "extras" or "Changes in the Work" will be considered or allowed. 18. DEDUCTIONS FOR UNCORRECTED WORK: If the Engineer deems it inexpedient to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract Sum shall be made therefor... GC-7 AOL 19. DELAYS AND MENS ION OF TIME: If the Contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or of his employees, or by any other con- tractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casual- ties or any causes beyond the Contractor's control, or by any causes which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such. reasonable time as the Owner may decide. No such extension shall be made for delay occurring more than seven (7) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one (1) claim is necessary. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings until two (2) weeks after demand for such draw- ings and not then unless such claims be reasonable. This article does not exclude the recovery for damages for delay by either party under_ other provisions in the Contract Documents, 20. SUSPENSION OF WORK: The .Owner may at any time suspend work, of any part thereof, by giving five (5) days' notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. The Owner shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this Contract as a result of such suspension, unless such suspension is ordered to secure compliance with the terms of this Contract. 21. OWNER'S RIGHT TO DO WORK: In case the Contractor fails to prosecute any portion of the work em- braced in this .Agreement at a rate of progress satisfactory to the Engineer, or in a manner not in compliance with the Specifications or Plans, there- upon the Engineer sha"11., in writing, notify the Contractor to remove all cause of complaint within a time specified in such notice. If the Contractor fails to do so, the Ownex may proceed to complete such portion of the work in such manner as he may determine. All cost' of such work shall be deducted from any money due, or which may become due the Contractor under this Contract. 22. RIGHT OF THE OWNER TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if any petition in bankruptcy or any proceedings under the provision of the Bankruptcy Act of the U.S. as Amended, are filed by or against the Contractor, or if he should GC-8 make a general assignment for the benefit of his creditors, or if a rezeiver should be appointed on account of his insolvency, or if be should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for materials or labor, or persistently disregard laws, ordinances or the instruction of the Engineer, or should cease operations under this Contract at any time for the space of ten (10) days, or otherwise be guilty of a substantial violation of any provision of the Contract , then the Owner, upon the certification of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor and his surety seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method it may deem expedient. In such cases, the Contractor shall. not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Sum shall exceed the expense of finishing the work, including com- pensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid Alk balance, the Contractor and surety shall pay the difference to the Owner. The expense incurred through the Contractor's default shall be certified by the Engineer. 23. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT: If the work should be stopped under an order of any court, or other public authority, for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon ten (10) days' written notice to the Owner and the Engineer, terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. 24. REMOVAL OF EQUIPMENT: In the case of annulment of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of his equipment and supplies from the property of the Owner, failing which the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor. 25. USE OF COMPLETED PORTIONS: The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use GC-9 increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the Engineer may determine. 26. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF: The Owner may withhold from payment to the Contractor, such an amount or amounts as may be necessary to cover: am a. Payments that may be earned or due for just claims for labor or materials furnished in and about the work. b. For defective work not remedied. c. For failure of the Contractor to make proper payments to his sub- contractor. d. Damage to another contractor. The Owner shall have the right to disburse and shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment therefrom. The Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. 27. DAMAGES: Should the Contractor be of the opinion at any time that he has sustained damages under this Contract, for which he should be compensated, or has been required to perform extra work not ordered in writing by the Engineer, he shall, within seven (7) days after sustaining such damage or doing such extra work, make a written statement to the Engineer, of the nature of the damage claimed or of the extra work performed and not ordered. The Engineer shall thereupon render a decision In the matter, which decision shall be subject to review under the provisions of Article 36, but if such claim shall not have been presented within the seven (7) days above mentioned, but shall be pre- sented at some time later, then the Engineer's decision in the matter shall be final and the Contractor shall not be entitled to have such claims reviewed. 28. LIENS: Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof. In either case an affidavit shall be furnished to the Owner stating that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. However, the Con- tractor may, if any subcontractor refuses to furnish a release or receipt in GC-10 r go AMR& full, furnish a bond satisfactory to the Engineer, to indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all money payments that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney 's fee. 29. ASSIGNMENTS The Contractor shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered, or materials supplied for the performance of the work called for in this Contract. 30. RIGHTS OF VARIOUS INTERESTS: Wherever work being done by the Owner's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer. 31. OTHER CONTRACTS: The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable oppor- tunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate this work with theirs. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. To ensure the proper execution of his subsequent work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. 32. APPROVAL OF SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, notify the Engineer in writing the names of subcontractors proposed for the work and shall not employ any that the Engineer may, within a reason- able time, object to as incompetent and unfit. GC-11 The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 33. POINTS AND INSTRUCTIONS: The Contractor shall provide reasonable and necessary opportunities and facilities for such checking of construction stakes for line and grade as the Owner may consider necessary. The Contractor shall carefully preserve bench marks and reference points and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 34. ENGINEER'S STATUS: The Engineer shall have general supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the Contract. He shall also have authority to reject all work and materials which do not conform to the Contract, to direct the application of forces to any portion of the work, as in his judgment is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. It is further agreed by all parties hereto that the Engineer shall in all cases, determine the amount or quantity, or the classification of the several kinds of work or materials, which are to be paid for under this Contract, 35. ENGINEER'S DECISION: The Engineer shall decide all questions which may arise relative to the performance of this Contract. All decisions of the Engineer shall, when so requested, be rendered in writing. They shall be final and conclusive in all matters except the financial considerations involved. They shall be final rM also as to the financial considerations unless within ten (10) days after such decision the Contractor applies in writing to the Owner for a review of such decision. 36. REVIEW OF DECISIONS: When an application for review of the Engineer's decision is presented, said Owner shall within fifteen (15) days thereafter, give an opportunity for GC-12 the Contractor to appear before him and the Engineer, and present evidence bearing upon such decision, and any claims for a modification or reversal thereof. Said Owner shall render his decisions within fifteen (15) days after such appearance and his decisions shall be final unless the Contractor shall, within fifteen (15) days after receiving the decision, give notice in writing of his intention to file suit in court for final determination of the matter. 37. LANDS FOR WORK: The Owner shall provide the lands upon which the work under this Contract is to be done and rights of access to same. Any delay in the furnishing of these lands by the Owner shall be deemed proper cause for an adjustment in the time of completion. The Contractor shall provide, at his own expense and without liability to the Owner, any additional land required for the erection of temporary construction facilities and storage of his material, together with right of access to same. 38. CLEANING UP The Contractor shall, as directed by the Engineer, remove from the property of the Owner, from all public and private property, at his own expense, all temporary structures, rubbish and waste materials resulting from his operations. This requirement shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of such disposal granted to the Contractor by the property owner. 39. INDEMNIFICATION AND INSURANCE: IM KC The Contractor agrees to indemnify and hold harmless the City and the Engineer, from all claims and suits for loss of or damage to property, including loss of use thereof, or injuries, including death, to persons, and from all judgments recovered therefor, 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 respec- tive agents, servants and employees, and not caused by the sole fault or negligence of the Owner and/or Engineer, or their respective agents, servants or employees ,. Without limiting its liability under this Contract, the Contractor shall procure and maintain at his expense during the life of this Contract, insur- ance of the types and in the minimum amounts stated as follows: a. Workmen's Compensation Insurance in full compliance with the Workmen's Compensation Act of the State of Missouri and Employer's Liability coverage in the amount of $500,000. GC-13 b. Comprehensive General Liability Bodily injury, including death $ 500,000 each person 1,000,000 each occurrence Property damage $ 500,000 each occurrence 500,000 aggregate c. Comprehensive Automobile Liability Bodily injury, including death $ 300,000 each person 500,000 each occurrence Property damage $ 100,000 each accident d. Owner's Protective Bodily injury, including death $ 500,000 each person 1,000,000 each occurrence Property damage $ 500,000 each occurrence 500,000 aggregate The Comprehensive General Liability policy shall provide coverage for injury to or destruction of wires, conduits, pipes, mains and sewers, and other property under the surface of the ground. The Owner's Protective policy shall name the City and the Engineer as insureds and a duplicate copy of thci policy shall be furnished to each of them. The Contractor shall also take out and maintain at his expense during the life of this Contract, Builders' Risk Insurance satisfactory to the City which shall protect the Contractor and the City, as their interests may appear, for the following hazards to the work, materials and equipment suitably stored at the site, and Contractor's construction equipment, materials and temporary structures: Fire and lightning, extended coverage, including windstorm, hail, explosion, riot, riot attending strike, civil commotion, aircraft, vehicle and smoke damage, and vandalism and malicious mischief. Such policy shall be in a provisional amount equal to the total contract price shown in the agreement or such other amount as shall be satisfactory to the City and a duplicate copy thereof shall be submitted to the City through the Engineer. Said insurance shall be written by a company or companies licensed to do business in the State of Missouri and satisfactory to the City. Before com- mencing any work hereunder, certificates evidencing the maintenance of said insurance shall be furnished to the City and the Engineer, and shall contain the following statement: GC-14 �!1 The insurance evidenced by this Certificate will not be cancelled or altered except after ten days from receipt by the City of Jefferson, Missouri, and Horner & Shifrin, Inc., of written notice thereof. Any subcontractor of the Contractor shall be required to procure and maintain during the life of the subcontract the insurance required of Con- tractor hereunder and comply with the provisions of this Article. 1 GC-15 , ® SPECIAL CONDITIONS 1. SCHEDULE OF DRAWINGS: The drawings applicable to the work to be performed under this Contract and which are referred to in these documents as "Plans," consist of six (6) sheets entitled "City of Jefferson, Missouri, Idlewood Interceptor and Pumping Station," and are numbered and described as follows: Sheet No. Title 1 of 6 Key Map 2 of 6 Plan and Profile 3 of 6 Plan and Profile 4 of 6 Plan and Profile 5 of 6 Plan and Profile 6 of 6 Pumping Station and Miscellaneous Details 2. EASEMENTS AND WORKING SPACE: In general, the gravity sewers and force main are to be constructed in easements which are to be obtained through private property, and provided {� by the City of Jefferson, Missouri. ® ,There work is to be carried out in easements through private property, copies of the easements and agreements entered into with the individual owners for permission to carry out the construction are on file in the office of the Clerk of the City of Jefferson. The Contractor should familiarize himself with the detailed provisions of these easements covering the working room and width of the easement. The width of the easement is intended to be sufficient to permit the construction of the sewer, and to provide room for storing of materials during the construction. Cleaning up and restoration of the surface upon completion of the work shall be carried out so that the surface of the ground within the easements shall be restored to its original condition or to. the elevations as shown on the Plans or as indicated by the Engineer. 3. BORINGS: Borings were taken along the alignment of the sewers. The elevation at which refusal was encountered is shown on the Plans for information only. SC-1 Any interpretation of this data drawn by the Contractor shall be the Con- tractor's own and the City makes no representation or guarantee concerning the accuracy of completeness of such information. 4. SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. The conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon com- pletion of the work, they shall be removed from the premises, leaving the premises clean and free from nuisance. 5. UTILITIES: All water used in mixing and curing concrete, grout, or mortar shall be obtained from the public water supply. The Contractor shall make the neces- sary arrangements for the purchase of this water as required for the construc- tion of the work under this Contract. The cost of all power, lighting, water and heating required during the construction and testing of the facilities shall be paid by the Contractor. 6. APPROVAL OF SHOP DRAWINGS: The Contractor shd.11 submit to the Engineer, shop or setting drawings and schedules for every item of equipment or material to be incorporated in the work which is fabricated or manufactured off the site, including but not limited to, those pertaining to structural and reinforcing steel. Within sixty (60) days after the date of notice to proceed, the Contractor shall submit six (6) copies of all. shop drawings to the Engineer for approval. The Contractor shall make any corrections in the drawings required by the City or the Engineer and resubmit same without delay, together with drawings first submitted within thirty (30) days after they are returned for correc- tion test by the Engineer. Six (6) final copies of all corrected and approved shop or setting drawings shall be submitted to the Engineer, who after checking, will retain three (3) copies and return three (3) copies to the Contractor. The Engineer's approval of shop drawings of equipment and materials shall extend only to determining the conformity of such equipment and materials y� with the general features of the plans and specifications. It shall be the �I responsibility of the Contractor to determine the correctness of all dimen- sions and minor details of such equipment and materials so that they will fit into the completed work, and so that when incorporated in the work correct operation will result. None of the equipment requiring approval shall be purchased, delivered to the site or installed until such approval has been granted and work shall SC-2 not Comm e nce on any p hase requiring shop drawings until said shop drawings have been approved. 7. WAGE DETERMINATIONS: This Contract shall be based upon payment by the Contractor and his sub- contractors of wage rates not less than the prevailing hourly wage rate for each craft or type of workman engaged on the work. Prevailing wage rates shall be as determined by the United States Department of Labor and the Indus- trial Commission of Missouri. In case of conflict, the wages paid by the Contractor shall be not less than the higher of the prevailing wage deter- minations. The determinations by the Department of Labor are incorporated in these Contract Documents . During the life of this Contract, the prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court decision, as provided by law. Any such change shall not be the basis of any claim by the Contractor against the Owner nor will deduc- tions be made by the Owner against sums due the Contractor by reason of any such change. 8. PREVAILING HOURLY WAGE RATES - STATE OF MISSOURI: a. The proposal for this Contract shall be based upon the required payment by the Contractor of prevailing hourly rate of wages for each craft or type of workman required to execute the Contract as determined by the Department of Labor and Industrial Relations of Missouri. The principal Contractor and all subcontractors shall pay not less than the prevailing hourly rate of wages for each craft or type of workman re- quired to execute this Contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 to 290.340, inclusive, of the Revised Statutes of Missouri, 1969. A schedule of such pre- vailing hourly rate of wages as determined by the Department of Labor and Industrial Relations of Missouri for this Contract, pursuant to said statutory provisions, is incorporated in these Contract Documents. b. The principal Contractor and all subcontractors shall comply in all respects with the Prevailing Wage Law, as Amended in Sections 290.210 to 290.340, inclusive, Revised Statutes of Missouri, 1969, effective October 13, 1969. c. The Contractor and each subcontractor shall keep an accurate record showing the names and occupations of all workmen employed by him, together with the actual wages paid to each workman, which shall be open to inspection at all reasonable hours by the representatives of the Department of Labor and Industrial Relations of Missouri and the City. d. The aforesaid prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court SC-3 decision as provided by law during the life of this Contract, and such change shall not be the basis of any claim by the Contractor against the City nor will deduction of claim be made by the City against sums due the Contractor by reason of any such damage. e. The Contractor shall forfeit as a penalty to the City of Jefferson, Missouri, Ten Dollars ($10.00) for each workman employed, for each calendar day, or portion thereof, such workman is paid less than the said stipulated rates for any work done under this Contract, by him or by any subcontractor under him, as required by Section 290.250 of the Revised Statutes. 9. NONDISCRIMINATION IN EMPLOYMENT: In connection with the performance of work under this Contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, national origin, or sex. The aforesaid provision shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compen- sation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees and applicants for employment, notices setting forth the pro- visions of this nondiscrimination clause. The Contractor further agrees to insert the foregoing provision in all subcontracts for standard commercial supplies or raw materials. 10. ACCIDENT PREVENTION: a. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of the Federal Occupational Safety and Health Act, May 29, 1971, and of applicable laws and building and construction codes shall be observed and the Contractor shall take cr cause to be taken such additional safety and health measures as the City of Jefferson, Missouri, may determine to be reasonably necessary. Machinery, equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" EN published by the Associated General Contractors of America, Inc. , to the extent that such provisions are not in conflict with applicable local laws. b. The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employ- ment on work under the Contract. The Contractor shall promptly furnish the City of Jefferson, Missouri, with reports concerning these matters. SC-4 11. CONSTRUCTION SAFETY AND HEALTH STANDARDS: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards promulgated by the United States Secretary of Labor, in accord- ance with Section 107 of the Contract Work Hours and Safety Standards Act. (83 Stat. 96) 12. ACCESS TO WORK: Representatives of the Environmental Protection Agency and the Missouri Clean Water Commission shall have access to the work wherever it is in preparation or progress and the Contractor shall provide the proper facilities for such access and inspection. 13. SIGNS• The Contractor shall construct on the Project Area at two locations to be designated by the City of Jefferson, Missouri, two 4-foot by 8-foot signs as shown on the following page. The second line shall read Environmental Protection for Jefferson City, Missouri, 14. CERTIFICATE OF NONSEGREGATED FACILITIES: The prime Contractor is required to sign a "Certificate of Nonsegregated Facilities" prior to the award of the construction contract if it exceeds $10,000.00. If any subcontracts exceed $10,000.00, the prime contractor shall obtain a signed certificate from each subcontractor prior to the award of the subcontract. The certificate signed by the prime contractor is to be maintained on file with the City of Jefferson and certificates signed by the subcontractors are to be maintained on file with the prime contractor. 15. EQUAL OPPORTUNITY CLAUSE FOR SUBCONTRACTORS: The Contractor is required to include paragraphs (1) through (7) of the Equal Opportunity Clause, Executive Order 11246, in all subcontracts exceed- ing $10,000.00. r SC-.5 LABOR STANDARDS FEBRUARY 1969 Contract Provisions I I I Alinomnn ..*,,Lei.11) All mechanics and laborers employed or providing benefit,under a plan or program described in section I (bl working upon the site of the wort, will he paid unconditionally ;Ind 12)1B)of the Davis-Bacon Act.the contractor shall maintain records not less often than once a week. and without subsequent deduction or which show that the commitment to provide such benefits is rebate tin any account lexcept such payroll deduction, a% are enfiorceable. that the plan or program is financially responsible. and permuted by regulation, issued by the Secretary of Labor under the that the plan or program has been communicated in writing to the Copeland Act (24 CFR Part t), the full amount% due at time of laborers tit mechanics affected. and records which show the costs payment computed at wage rates not less than those contained in the anticipated or the actual cost incurred in providing such benefits. wage determination decision of the Secretary of Labor which is at- 00 '1 he contractor will submit weekly a copy of all payrolls to the Cached hereto and made a part hereof, regardless of any contractual applicant. sponsor, or owner, as the case may be.The copy shall be relationship which may be alleged to exi,( between the contractor and accompanied by it statement signed by the employer or his agent such laborers and mechanics: and the wage determination decision indicating (ha( the payrolls are correct and complete. that the wage shall he posted by the contractor at the site of the work in a rates contained therein are not less than those determined by the prominent place where it can he easily seen by the workers. For the Secretary of Labor and that the classifications set forth for each purpose (it' this clause. cunt ribufions made or costs reaumably laborer or mechanic cumliorm with the work he performed. A anticipated under section Ilb)(2)of the Davis-Bacon Act on behall'of submission of a°Weekly Statement of Compliance"which is required laborer,or mechanics are considered wages paid to such laborers or under this contract and the Copeland regulations of the Secretary of mechanics. subject to the provisions of I D(iv) hereof. Also for the Labor(29 CFR. Part 3) and the filing with the initial payroll or any purpose of this clause. regular contributions made or costs incurred subsequent payroll of a copy of any findings by the Secretary of Labor for more than a weekly period under plans. funds. or programs. but pursuant to (1) liv) hereof shall satisfy this requirement. The prime covering the particular weekly period.are deemed to be constructive- contractor shall he responsible for the submission of copies of payrolls ly made or incurred during such weekly period. of all subcontractors. The contractor will make the records required iii) The contracting officer shall require that any class of laborers under the labor standards clauses of the contract available for or mechanics which is not listed in the wage determination and which inspection by authorized representatives of the Federal Water is to be employed under the contract.shall be classified or reclassified Pollution Control Administration and the Department of Labor.and . comformably to the wage determination. and a report of the action will permit such representatives to interview employees during taken shall he sent by the Federal agency to the Secretary of Labor. In working hour,on the job. the event the interested parties cannot agree on the proper classifica- (4) Appicimrrt. Apprentices will be permitted to work as such lion or reclassification of a particular class of laborers and mechanics only when they are registered. individually. under a bona fide to be used. the question accompanied by the recommendation of the apprenticeship program registered with a Slate apprenticeship contracting officer shall be referred to the Secretary of Labor for final agency which is recognized by the Bureau of Apprenticeship and determination. Training. United State, Department of Labor: or. if no such (iii) The contracting officer shall require whenever the minimum recognized agency exists in a State. under a program registered with wage rate prescribed in the contract fora class of laborers or the Bureau of Apprenticeship and Training. United States Depart- mechanics includes a fringe benefit which is not expressed as an ment of Labor. The allowable ratio of apprentices to journeymen in hourly wage rate and the contractor is obligated to pay a cash anv craft classification shall not he greater than the ratio permitted to equivalent of,itch it fringe benefit. an hourly cash equivalent thereof the contractor as to his entire work force under the registered to be established. In the event the interested parties cannot agree program. Any employee listed on a payroll at an apprentice wage upon a cash equivalent of the fringe benefit. the question. accompa- ra(c. who is not registered as above. shall be paid the wage rate nied by the recommendation of the contracting officer. ,hall he determined by the Secretary of Labor f'or the classification of work he referred lit the Secretary of Labor fior determination. actually performed. 1-he contractor or subcontractor will he required (iv) If the conuactot doe,not make payments to a trustee or other to furnish to the contracting officer written evidence of the registra- third person. he may runsuter as pail of the wages o(any laborer ur lion of his program and apprentices as well as of the appropriate mechanic the amount ol'any costs reasonably anticipated in prrniding ratio,and wage,rates, for the area of construction prior to using any benefih under a plan or progrrrn of:►type expressly listed in the w age apprentices on the contract work. determination decision of the Secretary of Labor which is it part of Of Compliant v n ith C'rrpelimel Reed rrtionk (29 Cf'R Purr -f).The this contract- Pro,nh d. Into ri cr. The Secretary of Labor ha, found. contractor shall comply with the Copeland Regulations(29 CFR Part upon the written request of the contractor. that the applicable 3) of the Secretary of Labor which are herein incorporated by standards of the Da%as•Bacon Act have been met. The Secretary of reference. Labor may require the contractor to set aside in a separate account (h) Snhr„nirm t�. The contractor will insert in any subcontracts asset,for the meeting of obligations under the plan of program. clauses 1 I) through (S) and (7) hereof and such other clauses as the (2) 14 ulrh,rhlin Federal Water Pollution Control Administration may by appropriate The Federal Water Pollution Control Administration may with• instructions require. and also a clause requiring the subcontractors to hold or cause to be withheld from the contractor so much of the include these clause, in any lower tier subcontracts which they may accrued payments or advance,as may be considered necessary to pay enter into. together with a clause requiring this insertion in any laborer, and mechanics cmpioved by the contractor or any•\ubcon• further subcontract,that may in turn be made. tractor on the work. the full amount tit' wage, required by the (7) Contract wrininarion: delortrntenr. A breach of clauses ll) contract. In the event of failure to pay any laborer or rnechanic through ((o) may be grounds for termination of the contract. and for employed or working on the site of the work all or part of the wages debarment as provided in Regulations of the Secretary of Labor at 29 AM required by the contract. the Federal Water Pollution Control CFR 5.6. Administration may. ;t'►er written notice to the contractor. ,punwr. (g) Otertime No contractor or subcontractor con- applicant,or uw ner.take,itch action a,may be necessary to cause the tracting for any part of the contract work which may require or suspension of any further payment. advance. or guarantee of fund, involve the employment of L,borcrs or mechanics shall require or until such vi oL•turrt,have ceased. permit any laborer or mecl anic in any workweek in which he is (3) AmoNt awl Itim( (it Payrolls and basic records employed oil ,itch work to work in excess of eight hours in any relating thereto will he maintained during the course of the work and calendar day or in excess of forty hours in such workweek unless such preset ved lire it period of three years thereaftei for ail laborer, and laborer or mechanic receives compensation at a rate not less than one mechanics working at the site ol'the work. Such record,w ill contain and one-half time,his basic rate of pay for all hour,worked in excess the name and address of each •such employee, his correct classifica- of eight hours in any calendar day,or in excess of forty hour,in such lion,rates of pay lincludim;rates of contributions or costs anticipated workweek,as the case may be. of the types descrihed in section I IN (2) of the lSavis-Bacon Act). (9) 1'i,dution: buhility Jr,r rurpuld nn•a'ro: lirluidurcrl dunruero. In dally and weekly number of hour, worked. deductions made and the event of any violation of the clause set forth in paragraph(g).the actual wages paid. Whenever the Secretary tit' Labor ha, found (its contractor and any subcontractor responsible therefor shall be liable provided for by (1) (rv) hereof) that the wages of any laborer or to any affected employee for his unpaid wages. In addition. such mechanic include the amount of any costs reasonably anticipated in contractor and subcontractor %hall he liable to the Lmied States bin the case of work done under contract for the Dtslrtci of Columbla or a 13)The contractor will send w each labor union or representative territory. to such district or such territory). tiro- liquidated damage%, of workers with which he has a collective bargaining agreement or Such liquidated damages shall be computed with respect to each other contract or understanding,a notice to he provided advising the individual laborer or mechanic employed in violation of the clause set said labor union or worker~ representatives of the contractor's forth in paragraph (8). in the sum of$10 for each calendar day on commitments under this section,and shall post copies of the notice in which such employee was required or permitted to work in execs%of conspicuous places available to employees and applicants for employ- eight hours or in excess of the standard workweek of forty hours men(. without payment of the overtime wages required by the clause -set (4) The contractor will comply with all provisions of Executive forth in paragraph 18). Order 11246 of September 24. 1965,and of the rules.regulations.and 1101 Wit/tlioldina fill- unpaid wove% and liquidated dwnuer.r. The relevant orders of the Secretary of Labor. Federal Water Pollution Control Administration may withhold or (5) The contractor will furnish all information and reports cause to he withheld. from any moneys payable on account of work required by Executive Order 11246 of September 24. 1965. and by performed by the contractor or subcontractor. such sums as may rules, regulations. and orders of the Secretary of Labor,or pursuant administratively he determined to he necessary to satisfy any thereto. and will permit access to his books,records,and accounts by liabilities of such contactor or subcontractor for unpaid wages and the administering agency and the Secretary of Labor for purposes of liquidated damages as providrii in the clause ,rt forth in paragraph investigation to ascertain compliance with such rules,regulations,and (9). orders. (11) tiuhraan•w•n. The contractor shall insert in any subcontracts (6) In the event of the contractor's noncompliance with the the clauses set forth in paragraphs(1t1.(9).and(10) hereof and also a nondiscrimination clauses of this contract or with any of the said clause requiring the subcontractors to include these clauses in any rules,regulations.or orders, this contract may be canceled.terminat- lower tier subcontracts which they may enter into. together with a ed, or suspended in whole or in part and the contractor may be clause requiring this insertion in any further subcontracts that may in declared ineligible for further Government contracts or federally turn be made. assisted construction contracts in accordance with procedures author- ized in Executive Order 11246 of September 24, 1%5,and such other NON DISCRIMINATION PROVISIONS TO BE INCLUDED sanctions may be imposed and remedies invoked as provided in IN FEDERALLY ASSISTED CONSTRUCTION CONTRACTS Executive Order 1 1246 of September 24, 1965,or by rule,regulation. During the performance of this contract. the contractor agrees as or order of the Secretary of Labor,or as otherwise provided by law. Duri follow (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of Para- (1I The contractor will not discriminate against any employee or graphs(1) through(7) in every subcontract or purchase order unless applicant for employment because of race. color. religion. sex, or exempted by rules, regulations, or orders of the Secretary of Labor national origin.The contractor will take affirmative action to ensure issued pursuant to section 204 of Executive Order 11246 of Septem- that applicants are employed. and that employees are treated during ber 24. 1965, so that such provisions will be binding upon each employment without regard to their race. color. religion. sex, or subcontractor or vendor. The contractor will take such action with national origin. Such action shall include, but not be limited to the respect to any subcontract or purchase order as the administering following: Employment. upgrading. demotion. or transfer: recruit- agency may direct as a means of enforcing such provisions, including ment or recruitment advertising:layoff or termination:rates of pay or sanctions for noncompliance: Prurided,ha;rer•er,That in the event a other forms of compensation: and selection for training. including contractor becomes involved in,or is threatened with, litigation with apprenticeship. The contractor agrees to post in conspicuous places, a subcontractor or vendor as a result of such direction by the available to employees and applicants for employment, notices to be administering agency,the contractor may request the United States to provided setting forth the provisions of this nondiscrimination clause. enter into such litigation to protect the interests of the United States. (2) The contractor will. in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment with- out regard to race.color,religion,sex.or national origin. FEBRUARY 1969 N � O y 4 W �i N w .Qj in 'O w N O �LL v W C 0 •-� O O E C, •►. CO Q +©+ N ,+ V N d 1p1 u cc a Q U O N o a o 3 0 E m IQa 0 _j oc° >' •°-' Ec� � � a `seni > � ,o�yWE U3 -a (� 'a 0 0 to ►. td � C - O O 0 w C) 0) a: � 4: O 0) r "� � 2 0 0) V 10 0 Y t to o co w — o c0 co m o ro ._ , _ o = o 0 .. o v cs v ¢ mco00w (D t: � : 3 a. a (L a CCvJo � vs � F - - ate � ° w � lill1111111111lI IIIIlI ! ! II ! Illloli a Z � , C) d) 3 o r N Ln 0 01 Z C = :c C" r"'.4 O IL UJ 4D 016- 001 46 W M E. a ° In o r-1 l E p '� I W OF_ Z:3 Ln In v �+ ti °� A p 41 c Z N LLJ S: CD cn cm a kn 41 W „4 Cal m— � � w � > >- o �!0 Go 93 o a o o � 13. LU > a �Q tp A w 1A C .a P Do 'a cn O 0 7 r.v Q � �Q .g C X4.1 W To7 Ct�� ca 4 D 0 4► a� Q. � 14 ate+ V4 ¢ p Q. V'••�1 r Aj N 'C7 C.1 CJ r•�1 C.� i0 CL. ` o O W ®❑ 0 N O e9 � Z ep W F-. 's. t + V to O w PQ CO V CO 0! a �;�.\ O ” O p (Yi N i 1ST C � —44 � SY �, 41 � � 0 b. ,°'c.1 .c v �y01 (n � Q .c 0000 ..10 m 0 • < 0 �_ C v. CL t3 m o n W .�M 41 Aj O • � � C �� � � a � rw. cu O w �' C � O � � d (�� C u t0.� p an d O C p ( w P4 aoi " `o �. � u o di C1 a•. C >7 N cri d C O 2. CL O t J rr \, k a w « E n v ti ^o E rn to c� Go It CL Z -i < C3 to o �` d F— 0.2 •0 w O O a +s E p y ® o 031 (D b- ctf e1 'cs 0 O « ° N E N W 90 N H c° « 0 0 •.,t ❑ G:O ` ° k0 � a 0 LL it � •o O ti� 1n Q Basic Fringe SIMAts pay1want♦ Natrrly WON N !L 'N panatona Vacation App. Tr. tlthe�o POWOr Egti.•iYWnt Operators: - ----- ---� 1!spIr t Finishing mach3.ne & Trenoh, ;lidoning spreader; Autograder; back. hos; Binde Operator-all types; boat Operaton; Boil.era-2;Central mix con orate pl=t operator; Clameshall opar.z;or; Concrete mixer paver;Crani. operwLor; Derrick or derrick truck DiccIii.n ma-china; Dozer Operator;. Draglina oparator; Dredge engineman.� D_edgo operator; Drill cat with com- pressor mounted on dat; Drilling or boring machins rotary self-propelled; Higfilnder; hoisting engine - 2, or more active drugs; Launchhamer whee ; l000raotive operator -- standard gaug ; Tischac,a.C3 and jTald°rs;rlUClcing maC' ;,.• Piledriver operator; Pitman crane perator; Quad trac; Scoop Operator. Shovel operator; Sidebooa'cats; Skimmer Scoop operator; Trenching machine operator; Truck crane X7.55 .35 .40 .02 mom;. Asphalt roller operator; Asp?La.1t plash operator; A::phalt plant mixer' operator; Backfiller operator. Barbs=-green loader; Boat oparator. (bridges & dams); Chip spreader; Compressor maintenance operator-2; Cancrete mixer operator fiicip loader; Co orete plant operator; Concrete pump orator; Crusher operator; Dred,<., oiler; Elevating grader opex-.tour; Fork lift;Greaser- fleet; Hoisting engird - 1; Loco- motive operator:naxxow gauge; Yiul.ti 1e compactor,; Pavement breaker; Poorer-' broom-self-propelled; hooter; Slip ors+. f:bUshin.g machine; Trottle man tvmpoutter machine; Tractor operat r (over 50 3.P.); welding machine m<a,intexu'noe operator--2; tlinoh truck 7.20 .35 .40 .02 3ottlers-1; Chip spreader (front man) Churn drill operator; Clef Plane operator; Compressor maintenanoe i operator-1; Conveyor operator; Curb, fini3hing maohine operator; Distri- butor oparato2i.Fin.isbIng maohine operator; Fireman IM.g; Flex plane op3:ra,tor; Form grader oparator; Gen - ra•tor - ba- intonance oporator; Light Ido. 12-PEE-2 0 (2-2� sa01C Prings S*n,Nts Paymants Hourly ..-.�.....-......_.^._., r...... Ratss H & W Ponelon+ Vaearion App. Tr. Olksrs picait. Ma,intenanc- Operator; rbivi- tenar= Operator; Pump Hainten=we Operator; Rollor Operator, other than high type asphalt; Screening & 'Raching Plant Operator; Siphons & Jets; Sub-grading Nachine Operator; Spreader Box. Operator, Self-Propelle (not aspha- 1t); Tank Car Heater Oper- ator (combination, Boiler & Booster; Fi.xenan on. Aspb_alt. P7 anta, Drum or boiler; Ulmao, Ulric or similar spre - or; 'vibrating I7aohine Operator, not b3 d; Welding Machine Maantenance op I erator •- I $T.00 •35 •40 .02 Conarete Saw .0parator (self-propelled+ W e2ss)cr; Tractor Operator (50 H.P. or 6.25 •35 •40 .02 Dragline O_rarator - 3 yds. & over; Shovel. -- 3 yds. & over T.8o .35 .40 .02 Scoop Operator, tandem 8.05 •35 .40 .02 i c 1 f AM Mo. 26 LASS 2p3 (1-2) 3asie Frings'STnsiity p9ym•n►s t.: >(l::i;; Sourly ..._..e.... Ctiittirat t.J1 mr 10P.- H 4 :'1 Pon+lonA VocaOon App. Te. Carparttar 'Fenders; Salamnander Tenders; Dump Nam. and Tielowt Takers on Stock Piles; Flag man; Loading Trucks undisr Bins, lloppors laid Conveyors; Track Dien and all other Cover-al Laborers. $5.825 .30 .40 .10 First Sa,ml—Skill Ai.r Tool OperaCor; Ceatent Handler-Bulk or 'Sack; Dump Man on Earth Fill; Ceorgie Euggle Man; 14aterial Batch Hopper flan; Scale Man; Spreader on Asphalt Machine; Material Mixer Man(except on manholes); Coffer Dams; RLprap Pavers-Rock, Block or' Brick:; Signal Man; Scaffolds over Ten Feet not Self-Supported, from Cround Up; S Lipman on Concrete Paving; Wire Mesh Setters on Concrete Paving; All Work in Connection with Sewer, Water, Gas, Gasoline, Oil, Drainage Pipe, Conduit Pipe, Tile &. Duct ' Lines and all other pipe lines; Poorer Tool- Op-arator; All Work in Connection with Hydraulic or General Dredging Operations; Form Setter Helpers; Puddlers(pavino on;.y) Stracr Blower rlozzleman. 5.975 .30 _ISO .10 Second Seri-•S!:ill Asolaalt Plant Platform :fan; Chuck: Tender; Crvsher Feeder.; Me.- Handling Creosote Ties or Creosote Naterials; Men Working With and Haint'ling Epoxy 'Material or Materials (::here special protection is required); Read Pipe Layer on Sr t-rer Work;. Topper of Standing Trees; Batter Board Man on Pipe and Ditch Wore:;, Vibrator Man; Feeder flan on Wood Pulverizers; Board and Willow Mat ecave.cs and C.-ale Tiers on River Work; c:ch arids; Pile Dike and Revetment 4:ork; All Laborers working on underground tun- nels less than 25 Feet whoraa compressed air is not used; Abutment and Pier Hate Flan workin six(b) feet or more below ground; Man worhitig in Coffer Darns for Bridgo.. °iers and Footing.,. in the Rivcr. 6.125 .30 40 .10 i s } No, 26 LAB a 20. (2-2) &A „ t3a�ic Frtng+ Stn•fl►s paymMr►s C.25 (C;OP►T'll): Floutlr i�olay - ra���wr.t'+n�lon� Vacollon Ayp. ?r. '1'h,lrct Suni-Ski11 Laser Uca:.t han; Asphalt Railcar; Barco Tan, » per; Jackson or any other similar Tamp; Wagon Driller; Churn Drills; Air Track ti Drills; All other similar Drills; Cutting Torch Nan; Form Setters; Liners and S tringtine Man on Concrete Paving, Curb, Cutters, etc.; Hot Mastic ':etcleman;',Hot Tar Applicator; }land Blac:. Operators; Manhole Builder Helpers and Mortar Men on Bricl. or Block- Manholes; Sand Blasting and Cunite Nozzle Men; Rubbing Concrete; Air. Tool Oparator in -Tunnels; Caulker and Lead Man;* Scrt:cd Man on Asphalt Machine; Chain or Concrete Saw; Cliff Scalers• work ina fron Scaffolds9 Bosuns' Chairs or OpPlatforms on Darns or Power Plants over Ten(10) Feet above Ground; Grade Checker o 6.325 .30 •4o e10 . n Cuts and Fills. I Fourth Semi-Slcill ! Mnnhola builders-Brick or Block; Dynamite 6.575 .30 0 e10 and Powder Men; Welder { f 1 s i i ► ' t 1 i i t ! 1 1 mo. 4 - TD 213 Basic Fringe Benefits Payments &JCK DRI.TE;h... Moerlr Rates M & W Pensions Vacation App, 7r. Cllbora Flat Bed Trucks Single Axle $6.60 .50 .50 Flat Bed Trucks Tandem Axle 6.75 .50 .50 Station Wagons 6.6o .50 .50 Pickup Trucks 6.60 .50 .50 Material Trucks Single Axle 6.60 .50 .50 Material Trucks Tandem Axle 6.75 .50 .50 Semi and/or Pole Trailers 6.87 .50 .50 Winch, Fork & Steel Trucks 6.87 .50 .50 Distributor Drivers & Operators. 6.87 .50 .50 Agitator and Transit Mix - Trucks 6.76 .50 .50 Tank Wagon Single Axle 6.60 '.50 .50 Tank Wagon Tandem Axle 6.75 .50 .50 Tank Wagon Semi.-Trawler 6.87 .50 .50 ' Insley Wagons, Dumpsters, Half- tracks) Speedace, Euclids and other similar equipment $.87 .50 .50 A--Frame and Derrick Tracks 6.87 .50. .50 Float or Low Boy 6.87 .50 .50 Warehouseman 6.5o .50' .50 JMSS INDUSTRIAL COMMISSION OF MISSOURI eA"` NW f DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS OSORSf!TAFF 1004 NIAL[Y4N NULETAAD DONNA SEL SA C.Now ►.o.DOf DDP 6ARARf JS►►[RSON CITY.MISSOURI 45101 /RAIIR J.KX t WAAR[N f.N[ARN[D DN% TfLf►NON[AREA 714 LLOYD 0.POOLE Df1•D141 OODItO In accordance with your request for the prevailing hourly rate of ;rages for workmen required to perform the project or construction contract identified in your request, and pursuant to Sections 290,210 to 340 V.A.M.S., the Department of Labor and Indus- trial Relations, being duly informed and having fully considered the matter, finds, determines, declares, and certifies to you and the public body you represent: 1. That the general prevailing hourly rate of wages for building, heavy and highway construction work in said county for each of the crafts or types of workmen, listed on the wage rate schedules, are the prevailing hourly wage rates for said county for the project or construction contract named. Fringe Aft benefits are in addition to the basic wage; and if they are included, the basic w—P. will be so marked. 2. That fringe payments include medical and hospital care, compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance, accident insurance (all desig- nated as health and welfare), pensigns, vacation and holiday pay, apprenticeship or other similar programs and other bona fide benefits. 3. That general prevailing hourly rates for legal holidays and overtime work are as shown on the wage rate schedules for the crafts listed thereon. 4. That certified copies of this determination will be filed immediately with the Secretary of State of Missouri and in the files of this Department, and that copies of this determination shall be supplied to all interested persons requesting same. The Commission is not authorized to fix wage rates. The applicable law allows it to only ascertain what, in fact, are the prevailing-hourly wages for a given craft in a given locality. A "locality" is the county or counties where the project is to be constructed. The law provides that not less than the prevailing bourly wages deter- Dined by the Commission shall be paid by a contractor or sub-contractor. A higher wage rate may be lawfully paid. Should objections be filed to any portion of this wage determination, such'objection or objections must be specific, in writing and in triplicate and E;%st feav�h!the Commission within 30 days after a certified copy of the deterIpfaktion.has,tleen•,filed with the Secretary of State. State in full the facts and repsona in support of'your objections. This determination becomes obsolete unless a 4ontract is exeduted.within 120 days of the date of issue of the determination. - By direction of the Industrial Coamission of Missouri. A�:'sq e C Smart � a Secretary,.. T FUNCTIONS OF TNf DEPARTN[NTI AWMTN[W MCIIII.TT(YN[INNLOTYAW­."WA—ft AND W.LDTYAW DADVK[I. RODA..a...ADY.AWATgM MTD.4AL ADNADMATANMN FDDYAND.D WAN LAW..IIWITWL AND WDA NMMATIDN AM DAIRY.AN DWAL.FAT IW ROMAN, • u • C! Y1� I O IAA �p N tT q .Y°y8 • pia •i N ~ JI O O a u IL QQ b E ib >b Ln 1. t3 r ro 09 F 7 '0 . vu qb e�N u V •'S7 • I N wa X `bhp' C >1 N RI a Y O 1. i.+ •.01 N :14, v pr tl l u 19 0 CL F 4• G > • > 'o(1 > t. • L. ~.tT 7 O Hato. N x O • �..N v1 !. H Cl N as "`�A >■ IAO un n • 1 � ou o OW) 'M I O m o� D I > u 41 pIm o Cai [v N !j U WA NbI r. o ►O• u b tl 7 Y w N u0.o bV q JC C Y N.-1 .,C to • .• C M Z � > I Cu) Nu0 C Caa ua•ti0 a OEa m In•H i •u �" N •ti a ?. C 41 v Y z z Np.� .CI.O•IW E q 0 v u 0.4 �r ti .°. .+ o A U ro i k u k.4 n q JG t7 L V'O O O L C Y C Co m N o0o tom- cc .AA V O M a o o o ) i rg aaa H t u o w b ro ro o �i g M o r q N o y q •"I w O iC. r wr••.' A 'S A �, H H $ M uY V .�N N m w u u H u N N N N N N F .b ¢ 9 I so .� h 0 O9 t- is CO 000 t"' wi o C o • u c MOO N Vt C4 C4 .ti IONN NN N4 .OjNN N .� • h ~ • Y W W .�.•d •d s hall o°nWO y pp G Opp tn .a �4 0 C n � In tT T 1•x'1 I�•l m �m N N �• R.• •cIn 'r b •M M N I.1 N.-1.-1 M S • S p U NN A O Y O O H .�.-..•.r..• .+ H.•1 .•,.� H H H H N rl H d ri•'•1 H r1 N r•1 rl H M N/•1►1 r•1 r-1 N r•1.•I .'1 r•1 N '� O O u V u Ln Y V W ti; Y .O O O IA IA IA O O O O r N r N .•1 I°1 O qt O V1 M O r O O O yt to O N W Y9 1A 1"f to M On O h C v y O bq m y.-1 1 l m O. r1 h r.•i t0 919 t0 M1 IA A N IA O P 01 h N O Op V1 M!O I1 Y1 IA O 1A O Y1 Ifl M� C u Y x e4 OpmmhN.D h10 M1mtA mhr hr to Ulh rM1M1r 1p M11D hm tONM1 M1 M1M1 M1 M1 NM1tp �u Co 0 a m M CI b Y • n >. 1 "o S • e E .. q u u p q Y tl..• M u �•I .r u a S ■ w>�VI N 6 y •7 L1.~ v • O.. b b Y N b ■ y Y Y �. 7 O V q Y Y A • 'C (n EMI b • Y � (�. p g yA Y 0 Y Y Y w 0 Y u u Y • A M M b. i ~ • = N Y 4 V •u Y.. • yw Y b 8 y* b O b •• • Z pp• C '' Y O .qi�p A ppw Oil •ppY ~ 4 p• M • •p b.•M +N O N (Yp� y b •1�� 71pp. •y at Y M ■.Q4 0 5 p ■ 4 A p+ N • M y �� •M by b O'a M �• J ■ Y O w • • Y Y Y • �7 �i b� A •Y W I� w N~ M Y ✓ N 1 Y C y Y b b y > b t M H M b OOG Y .M 1b M ■ i . M >•u Y • u N N l A (.1. Y Y N >.��II b •�1 m •"• � � U dd op " � }} yy >yy Y • M M M p b • Y • b b • S .•. Y Y Y Q L e r c 4 C � M 4 Y • Y.+ Y W V Y e Y �� b M A b p Y Y • Y q yy yy N� �••1 M •Y= •• I. Ye- V • • • y V b b Y r y S Y i Y b.I y • b b • ■ Y A o w t• V X EU Y W s.=+OU N •+N Ip� pOi••+ 8N■1 wN w■. Yw8. p.• M+� Y U QyDy 1/y1 •[w YO U W W Y W V J J J X•+ a M 1~i..t AN NNM MNh I+i.7 .N d O ■• Y y O? M q ,n q ■ ,y pI N n n n n O N d N N Y N.1 N H .Cq •H•�� n m m•o m to cY O 'U p 1��1 O 71• N .1 Y P.i Y H O •O U >C.N f' N N IT O Gi •0.O Vr.o •n •1 W N NJ •J�1✓N M n A N C U INd M•.Gi•.Gi a✓+'�p1~H C I{�.N R7■,Ip>� r' Cl° �' Y o H w u.•1 py,1q1 n -Y • k H•Q a M fV4 a N°R•A i u O f1• 'u q N N N Y1 H.1 O H O NM! N 00 a'A 4 U q >. y 0, i g �C y •a 00 •.IF YI•r� N M p G✓-.. Id % V !! P N (H1!1 id (q Q.a N 0. .+ Y ICS N In{1 V W Q X RE7 E 1-11 •X • ° N M 1J q c +■M H N Y N Q N y N 11 U a G U O a•cd, •0.N OA P✓Il I +�>a,u�l w 0 N U V a U N T/ 0 O N.. N N+.b V✓0 Y Y A N G U O Y■ H 0 0 a .1 c w.Hl C 0400 •y •✓V W mP 14 y.Yin P ] C.°cq y>'Nwa Y11Q puwU�TUN UW Um®�0 d K).1A ✓ Y� L it O u •.1 T N 00. AAC A 4't1] a 1i ✓ H 7 NOwP �N •W KZT UH OO N OfaOU ON.J 1 6) Wo aW p N V w W C H N] ••l: C V U N ] c V E O c w ✓ 0✓ 0 N•/ ••0 HOU ✓ 0 dAUN 7 -.O P .1 •� U•.. O] N O✓ +OWZ GONOHC U c ✓ ic a U T W J a P F- 9 J• Y V 0. ✓ V U 0 C X V P N N A 0 U 4 .0 TI -�•N N' O C pp H TU,G Ot T O.N N U p Z K N • V V Y U U 4 c 0 A N Y✓ y A VI 0. tl•C O J O q ✓ ]O Y O N P a K 11 .1 Y 0 HH V] ] U O ) V >.Y U ✓ W L OW O •adJ .•H0a C••/YY N3 G P 3WG 1( NW O.M YUw dINVI W wUL ✓Ytr 4 N U XG ar.•.+a FX N 7 <q O. H 'O✓C U M U t: q N p, ' H N✓ c V G J g N 4 H G U•.1 V U]N Y U X U I •H C 1 O{I) N ••] C c A L a J C f, Y c C a 0 .J U w•.. g O H H G V U H H../U•M a M G N U .7 1 C A X 2• N L O w E H j W P X A A Ir H a yy 0 0 A N 1:^" 4-- M E X O a..] - q Id W 0.0 N •. +0 0 0 L .7 ■qI `E N.-4 G U✓ > O H.^ N y I O U V M>. 9 U VFA J' ti ✓ H 1 .Y• U�N N .7 c.. Z CLVI�/ V U3 >U M NZ cU O N V O V1 •mO 0 A O NCY F✓ ✓ V c 04H X✓-00 H ONV 0 •4c • C •O X0 aN Y.N0Y44,, .0 • 1 F" G 6 '•0 N 4% V Wx r♦ N a P> Y O C O" W ]`-Y"+ W "Cl AKa AGPV N..aN O W 01.EO A >1•. N> 1 0 A y N Y q N -✓ N 1 0 c 0 C 0 U C n O 1 j� 0. W Z X r U•w w N Z O c✓ U L N..a 0 I H V Y W G N O M ]O 0.✓ O a W ^J•a >,w H K% C 1 U C H 1.- V 10 •.0 X U Y 0✓a H .•O N Y✓O A Q O A c cF a (f.�. 00.'tiQ qE 0 I r O A V v 4' '0.3 Z '•1 Y Y H p a O H O P✓H •c✓N H a H A C N S 7 O P Z O a L a 4 W °N ro 1.. O O A W E.V U C N ! %d A Y c'f1 ... G'U a W e Z P N Y g h P+1 F K M a Id O U ]L'A U A l!a w f0 W G C 11 Y y0 E 1 a t W 0 0 Y Y a N •./]✓N a C■ U . H VI A. H �-✓N 0, N N A JV ] < PP3 ,•N N„ CUC AEYW ti�•• c V, 41 VP •.•> Wm •3Q PNOOO -OU✓V)• A. •H V UU! P]0. d7 w ✓ IX q�0 N O A. A ANN ✓ N✓ a I p'O YY Y Q w C'0N N C✓ T✓NMu H w '0••1 THJ KM a G O 40 W H••0S0 UwA U33 >,XN Oli•iL ul V, A H nC EO,CZ ] tic61 pQC �Nl Vp,X•1 V) qa aw NK4. FO .•O /WyY If►�w! 0)G .0 q tj 3•L 0°W w'w-aF Nay 4✓ V V�V•-Ol.yi In tV: VY c 1•• ✓e° U ✓NON rI 114E AVV HC d NK K. 0, 0V 0.05cN N3 ZIa'I l+ lu/1N H 0 C C C a N V W°N..W Z 0 L ]Al N✓U.> V A I N O W O O 4 0 y ■pq d N y C]a 0.p a'.1 Y 1�H O N c O a.a O N ���""""'K 0 T N 0 W 000 aaHH01 a� a✓0A A a01n ) N tr 07K V) C3 PW� F .•JHF HU AU E O T VIA G4 Um0.U A 9. x0 ZOn4V1 4 W d 1+F rCW3 • A Yu H V 0 ✓ Uc .••O a Vl H a U V H V F U A Y a P N N M a L OG W 0.% Y U A U H c✓A 0 A a C W P U X N 4 0 H✓..•) .H •• •• ... • N X..• ••-•X Y C O H n 1 a 4 N H w ti ] ^' h 0 m Y m H P O w U F 4 •a a a l m 1 0 H c N N I N .ti A C O H n,o.o�+n m m m I-.o a-a A 0 A c U N L P " N A•-✓ 0 H ]N C G V O 7 L A U N 0. C Y a 0 U Y a U d W N 'ti } •� • " " ' Y A N L L.. C V a 0 .0 H N.• ad O 11'./H- M •X 0 0. X U H 0 N c'N../7✓N N H N W H .o•O.D.n ,o.t!'0 1-•o 44 d>, ✓N y✓ 4 H V 0 Y 0. 1 Z L O m 0 0 V N .w N G Y F•U U 4✓V✓A••a •.'n N., •• W H 0 �i N ✓0 Y C N A N P •• -t 'O a 0 1 l� U L >c Z O .0. U O V T y Z Y U W q r N W 0. 4 T. G gm W q Y E K a O N 0 E V 0 W A P A C X c K N N a c 0 7 3 r 0.3 U a X P V U GO? Y•1 W W N 0 0•A ✓C 0.0 A > .Hi c 0. d U+.q d +V Z A X 0 0 a✓•N 11 11 U G a✓C 1 4 N.. W •N✓ 0■ ✓c PY OH PO 30 OV t. 0Q --0. EU a N WHOA G, NV✓ ]•.1■Z DO • •'H�aU a W O MX O C> >,a 0 c✓ 0A W W ✓ c 0H 0.✓ po0 t)-ti- ] -O. .4 M •X:f U'O1]V q D U :.,..V O -✓L • W c V,-0 N W 4 0 C.A O H C K- 3,C •0 N•C V U'0■ >.0.W 0 11 a c,v H•O ,y V 7 ✓ A 0.a I.p l Z V O 0 Y S a W T q 0 I 0 F. N G Y U U • C.•% U Y O V a.J 0 0 6 U • Y O Y d A M f1.a P A 0.U N`•+V W E H '0 C V T L 1 O V O L •M V)-• •q N p H T H 3 V T r C�In p U C A.w -N Ip .+2 ul H C O C X O F L 4✓N w N P t;.11 U✓MH >. C T U O,a A F O O •1 N f� M 7 N II It % %11 X CI q.•M'O w M•U q y M N A A 7 ll 4 ✓V U O 4 M A w G C a O D 7 E H a V k3- .1 rl L O N X V p, QOO R,C <,CN V 4 I w✓G ✓.+G V V •'1O y O V t EE VI a y G M✓•�Y U U •+.13 V q 4 c Z C a U r Y UrC✓N .0 1. l•]O ✓..AA 00 a y0 L Q 3 U N Q 411N 4 A a U>V)0 > S J. N OO YX PVUCV > CL W Y R Y E O n N C 0 L C O C % •-, Y X H O E W m C%q V A a •a, ..V W 8 Z C 4 4.0 0 c 0 •'0 W H -O H Y•A H J.4- C a V N A U.N q y N V VI A X U A U O y m •✓m a N.•q•)>. P 11 Y'•1 a M'U Q O X K ry N ••H PO POA s: X a4Y 0-0m /1Y a V)A ] A UC cN Oa 4T •r 0 •✓H aK 360j: N] 3 q NaX cc c {,N-0 OH O> 'OUE Cy W CL 4. ,n Gd HNaa Oa 4 0•AO V Y3. JO ■•.1 ww0'0 V 0JC W 0 [C O Y .•• •.. OF V 14 OU 011 11A -.0 F M ..YCaZ Q. L C> ✓U■ C6 11 a✓N3 NY W O X N•• W WF Y11 Y WaVJ wH K a OH MCNOa4 0.0 YVl o, O• 4000aY■V)VZ q0 PM T ,< U 0031 Y✓ >a•+ NOLaP AO P- 00] N V P>.a .4 Oa V aZ 0.••]4N A Yo w.�0.c 07 vYL.CO 0. Z3V N0 f.. 7 Zw • 0a a WHW•.0 P A0✓✓A Y Y.n cH 0 C 7 YV) K YX c V N .4 uZV Y aVl UUL c c 3✓•"a H 0.YN Tw wM G W.0 O ,J N N XX ■ XXO NAC YY •.d NLU •+A y Y 4]'OU > U A aNN(K(: 1 CC✓ .1AF a E X WU V-• Oa V�N W'O7 r4i F WOYO U U N•■U U 0.••aMN NF�w A✓..✓F >,Il W40 G 0CC X40.240 Pw 00.ti a.7 cNrY VI ✓ 0 VQC H0 C6 7] 0X] 7 H A✓ VN Caaa HOC O WH AOy VI VE Vl% •.tiHUU� N NOYN- 1CNNk■..NKYH> 2 U 1 ,[ P a N4 PU N NNX N C Y 0 Mq N 0.>. 41 A a0H OU0 t 11 yy am V n✓YA 4YN qYO VH•O 0O 01H.1 Y V W GCa■0. F.F 0]14.1-ON OJ C UM 40✓ > Of• W O ✓ o'' 4 J.7 H OQ G •Z F m c c U�VOHN Z HL .aaU 4 W•.1 OG> C0 E. 6 ta 3 M Z M \O✓ O >O U A u1 O w 11 0.✓ y V' .� 0 a rJ N J M T A G d • O O O H]0 U 0 O W m a a 3.H N o, 3 0 0 w a VI PG•• W ]Y 4-0 -ti 9. ]NP 0wH EA WOw .•+ t� 1 41 N VC V 4FH `Z AHq X✓ A.1 Oa 0 PVZ VI 7Y N.1Otd CO: W W wOA OYC ■ aC AOaA ..Ya aNE w ..w IL 41 L7q ✓ A C04 WOX Zq UO Cr✓O GC] VNti P07HZ 1;V0 PV1 U h F 4 H O F U m W O 0.'•.•A a `•.✓3 Id e O P Y a ✓ 0 O'O � C x V w✓ O U V �.1 M .I C a N U J .�,a a N Q .H U H c V 0' q J C n L N a a C V 1)0)4 A c 0✓ 1� 2 H F N Y E 0 0 H H a A W 4 d 11 E U Y o O P Y Z a '..a Y •0 Z O a '•• ✓V✓XY Y./U✓✓X Vtl 41 a 0cci `•• 'I a 7W 0.4P4 W WPH 0wmV Q. VYU'O ] OL VXZ MXN NM YXC ..CC ►1✓O a O•a U✓U E C a'.1 c 'a N L 4 O A V•"'a V •+ tC W 4✓ Z N E A a1- fC N P a✓w U.1✓G C H C V O D U 0.N✓N N a N A 0 X M a Iql W 4 >■ L H H✓-.■ M Y.1 M P A F N✓w✓ L L •L K > O A W A'1 H O H 1,t U A O N W X 0 U.I••+M c N M.. W e111 U O O N a O O O O A•A O L q 110 O 1. a WIM tAa Zv13❑•CH • • H 0 .) Owv) U UQ W x A 4, .j U W W!:U O W vImUH FH .1Q a)03 In 40 a3 0•+3 W✓qFO 3✓ L O A W o N W Y• u�.• 4 a 0 O U d L a-Y ■ Y.n O O :.. w O n. w ' N n > .n Y n ✓b a L Y U ✓"a W 0,a 4 C-H M O Y N H O N✓ N A T✓ 1 0 1 V O U H O✓ N C X O N U w • P1 pF, w NnV a C0 V.H/1 q W A O • u 0 >. 4L✓`�••..✓■ O•. C ✓O 1 4 U 1 W V Y C H N P✓L- N N M 'O 0 C w✓ )U y I O O,c E a M V F a c a L ] • 1 0 h V r, C614 NH tiC✓ U 0.] I CC •]1) CA> C PPN C..-C PNY AU 14 H.0 w u O N ON 1 O N 7 4-..W e •.C.N 0�1•J a 0 ] ��11((yy 4 a O •.• V+.a N O N H • > • W ✓ r TL L 0 o U V a N r • U • O t 1% 9L X'.96C)qO V Y Z✓ •✓ P.N Z U ✓ V M.1 > ..7n 1✓.•V O T q- 7 L N M �• •I OU U L O V 1-4 11^.a CH ■ > 1 1 a V O •■• ✓ A a l 4 U N a O P w✓c O P V O N O > U l'O OUH 4✓0O O ✓ W F NM40 Z ✓NO MO N O.0 GY-.-1M U V O ■-. O■ N V1 H L(q�W•] 0 w W,0 V. O 4 M ti •O O M C C a O✓O VI Y U H p,✓.t p,a q O K 4• 4.01-0 O 47 V >.O ✓n J' 9✓ a U'O P-.a O✓i✓ > C H■G.0 O F 0 V U✓ a • O✓ O V•.1 N H F ~.. ✓0 Y c w O W N 4- 0.A �"i1 a•■ c V C 1.E H a N■O..a O•a a 0.O U e■e a C O G >r. -04 >• YHpp,a W H c W ON 0.0. w✓V 4O NU-L •N4•Y 0.Y✓q •la •h m0b H4 nW C✓ - a U C614.4 O 00.4 K gvuOEv°l la.7E° 4 Y1`i GC L°• 6 6 •■ 4.. p ry4 ✓ -p, 1 m FO•..ac 4 O aV W!0,+1 VlU L✓ 0 0 A..0 W .+ ✓,-, 0 X PH f/1 WOE •4..O W 4 n O M G-•• PA ✓4 •`�L.1 6 0 U N U •a V N■N H .n 14 N W c U W > V O O-1 a 2 O.t 0 C✓ O V w Y•w O✓ C] N O U a • 4 H C U•A •G1,0 Y P>.✓Y.. U U vl Ina o✓ O K L O 4-U 4 a ✓N U Y Y-q P ..W Y C✓.••-. ✓Z O P •+I•..M 0 ■V] O N )0 I H �.-+ 1 0.V/.4 a 11 C U N A Z O L L 0•-•a 4 r N O ) ✓a a--> q 1 U C••+q q L p 0 Y A 0 N U✓ v a •a I 1 Y O N.0 a c•-•O O o ■ O N O e a c 0 O • O Y V 4✓!. L " 0 C V •E C U N 4 N w A 4✓ O•c a 0.4•..a e 010 V✓Y O•-'C - >,O N N O>, ■ - 1 K 1 J w a Y a M n ✓ a N N U U I ? 0 Q O OH N O a 6 N 0 C N HH❑L 3 V 4 Y 6 w H a •.. p H V n O Y L C�0 ■.-• H ✓✓•] NOU✓ 00-•y 00.-0 p O N.CH R 0.■ > Nn U >.0. •j 0 Y °A✓a ✓A E C W L 0 •� V•'•'O a, -G■I■U 4 Y G✓✓H M1 C C u h W H 8 4 N 0 0 0.M 0 0 0 •N C 71- N 4 M M-+ O(yOeM caH ■a ON{YOa✓1� I K ■a MP `•V.'18 Z J G 0 W 0 U4 c- Y✓ ✓N Cv ✓ 5 VI 1 7 0• •✓p K 11 a•.1 12 •L L P V •0.O W■Z O 0.a N ■ U O p• O N 0 C u V N A q U q J L GL(1 N N 7 ■O Z a O N✓V C N O V J 4 N -.. ✓Y a m 00 0 1 N •V) U _ V a0 H ■V OOA aHW ZLYY O ••.■OM• 0.M OPO N V O■ Y we ■ 'h V %0 w W a M N N '! N O I• ■> •'• N ✓✓�.K 0. 1 1 -✓M 4 c C✓0.Y N ■6 C M K E B -r�■M 1-q Z' >O aWV✓c0 0.00 • wA W.1 _.. •f C-.. 0 • O a•4N-. ✓ U•YY00a1TYTH -.• M H N'J ■YOOHV OOO • 0. V O V 71• -0 1 ✓c .n't O a✓ -^c V N 4✓L %M4 c0_ti N,,G-W OA 4w H .• •0N N LLL1111 ■O-'1 C OP•>>C • U) 7-.K• ca O•U 000 aU✓ Y✓✓ A,re •'y• 7 O OOE ■ Na .•OOC 1 CX•- ✓ A W 17 A Y ^ Vw O poa- 4p,pp,,..a1-✓Y1-G OOU..0.•a Ow4 C•p, O .. w c0 N NO A t 1- 0 4 m E 0. C O O O Z W••0.A,(O-' V1 VI O a U m-•r..3 O N O c O'�4 U Q T N F Tc A O H Y 1. A Cr A O V 0 N✓ c ,y c U O H • 0. ,4 w? Z O✓w 0 C N ✓ C 1 '• ••Y a -••1 Y•••O L K N✓ V✓K E :! V N >O :L J O 10 • ul O d ■ NE-)✓ WL YU �1ll Y ✓> 4..M ✓N •7 N N UGOwa > TYU 0 YYA • '0 FI✓ C 0-• ti E C 0) 40 N w A .YNi~ '.. ] L IK 1 1 1 1 1 1 ✓ N G 4 H C V 4 Y- L• U w ✓ 0 0✓ L O c 4 V I F 4 U ]•O ✓ ]1-H YMV .. LH a LO U ✓ • Iu N� T✓UN Vaa Y W 4 C✓] ✓U M% 0 Y 0 4 0]0 0.N > N F c N Y Y Y r 4 M O H O.••./ O a 0 7 J-0 V: a Yc< a O•. V P✓ A..•✓ I OF 00•.. 0. O.0.U pp,,-0 •X 040 Y d ML NJH hay, U\N0 0 AA p° Na O ✓ZX OCa✓✓0.)a Y F18L N0 ((yy 0' 9p di N4C ON1 V NC =4 0-2 •N NO C Pt PF- V f•- YW.'•A OF 4WUAOT MO-WO V) u 00<✓OMc11 ■YO..VU .00, 0 .. r.-. C Nv a4 V a c N a NU •'MA 0.4 0 N U..U O UK V aCa ./a H - UC Na MHW✓■• ON GYVL E Y J di I V✓ 4 A 0.Y- a 4100.a] •XZ ". •■M a•V O-1 •11 pEp-U•N C• U C • °W) W✓ >.M N A, .+wu >.6•+ ✓*1X w p,Y 420 PH c V N O NO■W V1 KLY1 .✓%YO.O •.YE O YCA•..M q . 0 ✓ H Y H A Y■fJ 4 Y 'O•.O C Y ■ •U Y P M■0.H a-C-.N b N O 4 O M•.1 O ■Z'02 V •�11 O V O ✓ ✓O c 4)✓ 4 IA. M X a r a 4 a a N U q P O V N ..'O M a U 0 F. . %'O Z ■H�0/•.+C U Y O T O U Ax U•M U W N P ZwY L' N Oa ••u U W 04: r Tm:•,�✓L• c r 4g0Fa0 : cc N >.• '•.^' ,C'•.• ■ G(L P✓ NW G P ti T Y 0 0 Y>,]-N • p 1. GI C W O F 0.0 • G O O U U O ••c a 0✓✓F Z V q 9 Z Y n E 9 a O•Y ON c 1 N V Y 0.■O 0. q.n ✓L 1 U 0✓ ..•U I.L- ✓A- Y✓A G p✓ •U O I K C •X w 0 V U Y M✓>H) M P W N M ••O -00 O N-h E G ..`- ✓ ' .. ■'C 7 .. O U If• N c S L U J:U a1■-U G G V•• N U N O a N a N N O O N n T Y N•✓ a W a ✓ -0 y1 W Z 'X U^• a •✓✓a 14 O 1 r' .E U a..4 1- Y a O e-O•Y J O N q P. 0-0.))a pf7•M-10 a6 N• U O Y E Kr L fY •Oy r j e�-4 A•'N( ✓ O O'"✓ O YZa Y a E M M T+0.VA G w UM Y O-pp✓ OL 4✓Ua✓ 3 Y M V L Y Y V ✓C W ,^ r 1- T N A •O U N(]q I A E T U U Y. 4 O H lJ N • ••■c 0✓ • W E- 0.U .✓■3• O ■L Y Y . F Y C C - 1. w C c a N 0. . • ✓V Y d N tl V rn •O I U M A✓N O a Y 00 Y N N 66 N •W N M Z 4 V P Y N 4 Y c w Y 'U 0] M O ] f• D O O r 11 O N 4 .J •c N A •X H W H 4 N P-.0 U O V I U O M (+ 0 w •C po Y Y M U f. ]O Z m C a✓ (-N M N t I r 4 N(y O O O N O A O✓ M•M U • • O U"0 4 p U✓0 I. la OY3.1 k>.> 7w AOh () " ••41.00 u .K 000■O• •P,•f✓■0000 .C✓L�✓ 1 ..1E ••7C■•M.7 M• .1e F y G• V 4 p O ry V w f. 4 4 'L W ✓ N 4 V • C 4 Y I I✓✓ ■ - 1 ] U•U M..✓4 0.0 4 a 4 M O N O N N Y Y Y H Y H 7 C 6 1•'.[LT.W. r 0. to 0 0 C O a a V 0 4- Y A]N 4 w a 1- w r a N N Y,A U 4 U V U• •P N H O VI✓ Y X y� K■.•,,pp O• O a C N ]a VI 4 0.1• 1 lJ H a 4 N O T N O Y Y Y P Z 4 L M M •C-q a O A • 1 GL a 1-]{q a w U U K MbY OY >.M N O• 1i• W W O'.• NH Y O0 0. 0.CFF 0.• Y •Y •M1 Npp,,N X PY q 1. 0.G t/� P 4%H U T O E P O ..I O •O W p,N p q M M N W N c N I P V O N a O■N (1�a •1•a N.1 F e w Y C 0 T... y,I •0 S ✓c •V1 O O Y Ji U M O C N P N• 0.0 0 0 0 H Y V-+Z W O Y O O N'..U c N •a a H M1 q6. L N•�MH• ) ]V✓ 6 ✓•.P .• L J .. ✓ZL •U va 0 0.0 w 4 44 ✓ 0)0 N ✓410 1 0 0✓ O yy 4N•t7 CV w• yti• ✓YOU TE IJ aCO WY• •4 NT - 1W{,0YY 6a 4• H /YOV• ■ar qL■ C,O as.d•AV MYL �Av C✓L U> •:w 0.Y" ay � � Y ..0 N-P U1.YV •A-.� PG0�4 ANON NL-GHMNY NNNO>✓�..N�WY a1.'Oa 4 O- :1 0.0 C✓e a•I 4 M O C✓ •.H rn A- O O{{11 O Y ]fV 4w -O`M O Y]Y W P >-4 N U M> G N A L p Y N■ .. 4>V W Z 4 H V M.•O O N a N Y C a✓ Y N✓ U O�U p O I ■ H ✓6 a p,V( 1 1 G■■Y S 0. C O '•. a 0 a U 10 L>. loj F F A •+C 0. f�.. W q 3 1l E m h✓IJ W G]q G]E 3 n a.•F 0 3 0•W O V)O U4, .S<B a tlL a O V1 0.O''U 6 4 6 4 s%N 0.- is O 4 W N■a 3 A 40• VI a U✓✓ O MITER EDGE TRIM AT ALL CORNER$ wrwr wrr r..rrw rw w.wrw ww www rwrww wwwww wwwww 1 z 1 1 a � y1 Z I m V enm� VI a Z LL p ® m OEM 1 Uf s 1 O 1 cc ® 1 a u i ~ 0 Z Z Z Z Z j LL 1 pa, R W W W W W �' 1 III v °� u ' � c i w W F- 1- ►- IL ® vl y1 m U Z O B i (ay Wy G0 1 W > � 1 (- ►x 1 1- � 1 Z Q 1 IL W � gam, f aaa 1 cc a Lu lz cc ' 1 Ix Po ® •® 1 C ' W� M .� I g �. �1 ® 1 a A W W vq • m 1 wo W O At N 1 W 1 j Wt0 Wz 4c I 1 J !- � 1 4,,,.io -i � � W W yNW� Fy�Wsj K Z a N 1 o •� ; r ti-1 1 m U W f►� I ��J 1 1 W Z LU 1 1"'x'1 II 1 ~ J 3 v w A w.N smis vod novllnS 1vIN31vw a3AOVddv b3H.LO tiro OOOMAld 01VIU3AO ALISH3O HJIH 3d Al HOMIX3 TECHNICAL SPECIFICATIONS SECTION I MATERIALS OF CONSTRUCTION 1. MATERIALS AND INSPECTION: All materials and equipment used on this work shall be new, of the best quality, and shall meet the requirements of these specifications. Materials shall be sampled and tested in accordance with current ASTM Specifications or such others as specified hereinafter. The Contractor will be required to furnish certificates of conformance to ASTM or other applicable specifications. Materials shall be stored in such a manner that their condition is equivalent to new when installed. Whenever in these specifications reference is made to the requirements of the ASTM (American Society for Testing Materials) , AWWA (American Water Works Association) , ANSI (American National Standards Institute) , or other standard specifications, the latest modifications or revisions of such specifications shall be applicable for use. no All material to be used in this work will be inspected before being placed and all rejected material must be removed immediately and not used in the work under this Contract. Any material installed or placed without inspection shall be removed and replaced with new material if so directed by the Engineer. The Contractor will be required to furnish such laborers as may be nec- essary to aid the Engineer in the examination and culling of material. The Contractor shall pay for all tests required by the specifications. Such tests shall be performed by a competent independent laboratory approved by the Engineer on test specimens selected by the Contractor under the direct supervision of the Engineer. Copies of all test results shall be submitted to the Engineer directly from the testing laboratory. a2. CONCRETE AGGREGATES: The source of supply of the-aggregates shall be approved by the Engineer before delivery or use is 'started: ' 'Representative preliminary samples of the materials to be used shall-be-submitted by the Contractor to the Engineer for examination and tests at -least 15 days prior to use in the project. I-1 Aggregates shall be stored and handled so as to ensure the preservation of their quality and fitness for use, and shall be located so as to facilitate prompt inspection. All equipment for handling and transporting aggregates must be clean before any aggregates are placed therein. In no case will the use of pit-run or naturally mixed aggregates be permitted. Aggregates must, in every case, be screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. Aggre- gates containing lumps of frozen or partially cemented material shall not be used. The tests to which the aggregates will be subjected will include, but not necessarily be limited to, specific gravity, absorption, Los Angeles abrasion, soundness in magnesium and sodium sulphate, freezing and thawing in concrete, alkali-aggregate reaction and organic impurities, and any other tests that are necessary to demonstrate that concrete of acceptable quality can be produced from the materials proposed. Coarse Aggregate. The material to be used as coarse aggregate in the concrete shall be -gravel or -crushed limestone: - Gravel aggregates shall be clean, washed gravel, consisting-of hard, strong, durable pieces free from dust, loam, clay, alkali, organic impurities, adherent coatings, or other deleterious substances, and from thin, porous, elongated or laminated particles. Crushed limestone aggregate shall consist of uncoated particles of sound, durable rock of uniform quality, without an excess of flat, elongated or laminated pieces. No surface yellow or soft stone shall be permitted. The specific gravity of the stone shall be not less than 2.56. Coarse aggre- gates shall conform-to the requirements of Specifications for Concrete Aggregates, ASTM Designation C33. The gravel or crushed -limestone -shall be graded to meet the following requirements using the U.S. Standard Sieve Series: Sieve Sizes Percentage Passing 1-1/2-inch 100% by weight 1-inch 95-100% by weight Am 3/4-inch 65�- '80% by weight 3/8-inch 15= '40% by weight No. 4 0- 5% by weight No. 8 0- 2% by weight The coarse aggregate shall be uniformly graded and should the grading vary between loads from the maximum-to the minimum limits of these specifi- cations, such variation -will be sufficient grounds for rejection. I-2 To ensure the production of suitable aggregates, complying in all respects with these specifications; ,the aggregate plant shall be subject to the approval of the Engineer and ,no deliveries of aggregate shall be made until the operating conditions -of the plant, from -which the gravel is to be delivered, have been inspected and approved. No stockpiling of the -coarse -aggregates will be permitted on public streets, alleys, or highways: - If -the aggregates are to be stored in other than bins or hoppers, the aggregates must be deposited on a clean, hard surface. In no case shall aggregates be -dumped directly on the ground. The use of frozen aggregates will -not -be permitted. When the temperature of the air permits concreting to be carried -on, the aggregates must be thawed out, thoroughly removing all frost before incorporating same in the concrete mixture. Fine Aggregate. The fine aggregate to be used in concrete shall consist of clean, natural sand of hard, strong, durable, uncoated grains, free from all foreign organic material, or other injurious deleterious substances. It shall conform to the requirements of Specifications for Concrete Aggregates, ASTM Designation C33. The fine aggregate shall be -well-graded from coarse to fine and when tested by means of U.S. Standard Sieve -Series -shall conform to the following requirements: Sieve Sizes Percentage Passing 3/8-inch 100% by weight No. 4 95-100% by weight No. 8 80-100% by weight No. 16 50- 85% by weight No. 30 25- 60% by weight No. 50 10- 30% by weight No. 100 2- 10% by weight In addition to the grading limits shown above, the fine aggregates, as delivered to the mixer, shall have a fineness modulus of not less than 2.40 nor more than 2.90. The grading of the fine aggregate shall also be con- trolled so that the fineness moduli of at least four of any five consecutive test samples of the fine aggregate as delivered to the mixer shall not vary more than 0.15 from the average fineness modulus of all samples taken during the first month's operation, unless otherwise directed. The fineness modulus shall be determined by dividing by 100 the sum of cumulative percentages retained on U.S. Standard Sieves No. 4, 8, 16, 30, 50 and 100. 3. GRANULAR MATERIAL FOR SUBGRADE REPLACEMENT, BEDDING AND STREET BACKFILL: Granular material utilized to replace unstable material or material otherwise unsuitable for supporting the pipe in the bottom of trenches, I-3 Aft shall be quarry run, 2-1/2-inch maximum size (95 per cent to 100 per cent passing a 2-1/2-inch sieve) , graded to allow satisfactory compaction. Granular material used for bedding in trenches shall be crushed lime- stone, commonly referred to as 3/8-inch clean chat. The material shall conform to the following: 100 per cent shall pass a 3/8-inch sieve; No more than 5 per cent shall pass a No. 16 sieve. Granular material for street backfill shall be crushed limestone of the same gradation as prescribed for granular bedding. 4. PORTLAND CEMENT: The portland cement to be used in the concrete shall meet the require- ments of Specifications for Portland Cement, ASTM Designation C150, and shall be Type II. Different brands of cement or cement from more than one mill shall not be used in any one pour. The Contractor shall arrange for the cement sampling, testing and re- porting thereof by the cement manufacturer in accordance with the requirements of Specifications for Portland Cement, ASTM Designation C150. The Contractor shall obtain from the manufacturer, a certificate of specification conform- ance for each lot of cement offered for use under this Contract. This certificate shall identify the particular lot of cement, and shall certify that the sampling and testing procedures and the quality of the cement con- form with the requirements of the specifications. No cement shall be used until a certificate of specification conformance has been received by the Engineer. All cement will be subject to check testing from samples obtained at the mill, at transfer points, or at the project, at such times as the Engineer may determine. Such check sampling and testing will be by or under the supervision of the Engineer at no expense to the Contractor. Access shall be granted as required to inspect storage and to sample for check testing. Cement not meeting specifications shall be promptly removed. Cement which has been in storage more than four months shall not be used unless check testing by the Engineer proves that it complies with the specifications. When bulk cement is not unloaded from primary carriers directly into weathertight hoppers at the batching plant, transportation from the railhead, mill, or intermediate storage, to the batching plant shall be accomplished in weathertight trucks, conveyors, or other means which will protect the cementing materials completely from exposure to moisture. i I-4 The temperature of the cement as delivered to storage at the site shall not exceed 150 degrees F. Cement shall be stored in dry, weathertight and properly ventilated structures. All storage facilities shall be subject to approval by the Engineer and shall be such as to permit easy access for in- spection and identification. Sufficient cement shall be in storage to complete any pour of concrete started. In order that cement may not become unduly aged after delivery, the Contractor shall use any cement which may have been in storage for 60 days or more before using cement of lesser age. The Contractor shall notify the Engineer of the source or sources from which the cement will be obtained at least 15 days in advance of the time when concrete placing is expected to begin. If cement is to be obtained from more than one mill, the notification shall state the estimated amount of cement to be obtained from each mill and the proposed schedule of shipments. 5. ADMIXTURES: The air-entraining admixture shall be a substance or compound approved by the Engineer which will produce entrained air in the concrete. The air- entraining admixture in solution in a portion of the mixing water shall be added to each batch of concrete. This solution shall be batched by means of a mechanical batcher capable of accurate measurement and in such a manner as will ensure uniform distribution of the admixture throughout the concrete during the specified mixing period. The air-entraining admixture shall con- form to the requirements of Specifications for Air-Entraining Admixtures for Concrete, ASTM Designation C260, and shall be of uniform consistency and quality within each container and from shipment to shipment. The Contractor shall arrange for the air-entraining admixture sampling, testing and reporting thereof by the manufacturer of the air-entraining admixture in accordance with the requirements of Testing Air-Entraining Admixtures for Cencrate, ASTM Designation C233, The Contractor shall obtain from the manufacturer, a certificate of specification conformance for each lot of air-entraining admixture offered for use under this Contract. This certificate shall identify the particular lot of air-entraining admixture and shall certify that the sampling and testing procedures and the quality of the material conform with the requirements of the specification. No air- entraining admixture shall be used until a certificate of specification con- formance has been received by the Engineer. An air-entraining admixture which has been in storage for six months or which has been subjected to freezing shall not be used until re-test by the Engineer at the expense of the Contractor proves the admixture to be MW satisfactory. 6. WATER: Water used with the cement and aggregate for concrete, mortar, and grout, or for curing of concrete shall be clean, from water mains of public drinking water systems. 1-5 7. REINFORCING STEEL: dw Reinforcing steel bars shall be of uniform quality without surface or structural defects of any character and be of first class workmanship and finish. Steel may be rolled from new steel billets or reworked from steel rails. Bars rolled from billet steel shall conform to Specifications for Billet-Steel Bars for Concrete Reinforcement, ASTM Designation A15; bars rolled from steel rails shall conform to Specifications for Rail-Steel Bars for Concrete Reinforcement, ASTM Designation A16. All bars shall be deformed to the minimum requirements for the surface deformation to comply with Speci- fications for Minimum Requirements for the Deformations of Deformed Steel Bars for Concrete Reinforcement, ASTM Designation A305. The bars, when delivered, shall be protected from the weather. The bars must not be oiled or painted. Reinforcing bars with slight rust that can be easily removed with the aid of a wire brush may be used when the rust has been removed, Where scale has formed or is beginning to form sufficiently to reduce the section of the steel, such bars shall be rejected and must be removed from the site of the work. The Contractor shall furnish the Engineer a certificate from his steel supplier stating that all reinforcing steel supplied for this project conforms to specifications. 8. VITRIFIED CLAY PIPE: Vitrified clay sewer pipe and fittings shall be new pipe of the best quality of hard-burned, vitrified clay or shale pipe, conforming in every respect to the requirements and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer Pipe," or C278 for "Extra Strength Unglazed Clay Pipe." All pipe shall be free from blisters, cracks, and pronounced laminations and must give a. metallic ring when struck with a hammer. All vitrified clay pipe shall be socket pipes with sockets true, circular and concentric with the base of the pipes and the planes of the angles at right angles to the axis of the pipe, with all dimensions falling within the tolerances as permitted by the ASTM Specifications. All vitrified clay pipe shall have preformed plastic joints conforming to the latest revision of ASTM Specification C425, Type III, with rubber "0" ring, or Type I, similar or equal to the joint manufactured by the W. S. Dickey Clay Products Company, 9. TRUSS PIPE: As an alternate to vitrified clay pipe, except in the Highway "C" right-of-way, the Contractor may use an internally braced double wall pipe of ABS compound, as specified in ASTM D-1788-62T, Types I. or IV, excepting that minimum heat deflection temperature (ASTM D-648) shall be 180 degrees Fahrenheit . The .pipe shall be similar or equal to that manufactured by Armco Steel Corporation. I-6 ! The pipe must meet the following requirement. A 6-inch long section when tested as specified by ASTM 2412-65, shall equal or exceed the follow- ing values even after 24-hour immersion in 5 per cent solution by weight of H2SO4 when deflection reaches 5 per cent. Diameter El Min. - lb.in. Fla Y - lb/in2 8 2,400 200 10 4,600 200 F/,& Y may be computed by dividing the load (in.lbs/in.) at 5 per cent by the deflection in inches. Pipe shall not fail when deflected 10 per cent. Workmanship shall be first class, with pipe, couplings, and fittings sized within tolerances necessary to permit ease in joining them together. Joints shall be made with chemically welded solid ABS couplings with jointing materials provided by the pipe manufacturer and according to the method prescribed by the manufacturer. Pipe lengths shall be 12 feet 6 inches long. 10. WYE JUNCTIONS: Wye junctions shall be installed where shown on the Plans or where ordered by the Engineer. The wyes shall be of the same material, type and class or strength designation as required for the pipe and shall be of the size shown on the Plans. Wyes on truss pipe shall have bells for clay spigots. ! 11. CAST IRON AND DUCTILE IRON PIPE: Cast iron pipe shall conform to the requirements of ANSI Standard A21.6 or A21.8, Ductile iron pipe shall conform to the requirements of ANSI Standard A21.51. The pipe shall be furnished with mechanical or push-on Joints conforming to ANSI Standard A21.11. The force main shall be ductile iron pipe. Ductile or cast iron may be used for the gravity lines. The pipe shall be cement-lined and seal-coated in conformance with ANSI Standard A21.4. The thickness of the 8-inch cast iron pipe to be installed shall be 0.41 inch, that of the ductile iron 0.33 inch, Nominal full lengths of pipe shall not be less than 18 feet. ! I-7 The cast iron pipe shall have the standard outside coating described in ANSI Standards A21.6 and A21.8, the ductile iron shall have the standard outside coating described in ANSI. Standard A21.51. 12. CAST-IRON PIPE FITTINGS: a. Fittings. All cast-iron fittings shall conform to the requirements of ANSI Standard A21.10. Fittings shall have a pressure rating of 250 psi. b. Interior Coating and Lining. All fittings shall be cement-lined and seal-coated in accordance with ANSI Standard A21.4. 13. MANHOLE BRICK: Common brick for construction of manholes shall be Grade SA conforming to ASTM Standard Specification Designation C32, Size No. 1 (2-1/2-inch by 3-3/4-inch by 8-inch) , or Size No. 2 (2-1/2-inch by 4-inch by 8-1/2-inch) . Certificates shall be furnished showing the results of tests for the physical requirements of samples of brick representative of the shipments made to the project. Tests will conform to ASTM C32. 14, MATERIALS FOR MASONRY MORTAR: ® Portland cement to be used in mortar for sewer and manhole construction shall meet the requirements of ASTM Specification Designation C150, Type I. Sand shall meet the requirements for fine aggregate specified in Sec- tion I,paragraph 2,, 15. PRECAST CONCRETE MANHOLES: Precast concrete manholes shall be composed of sections manufactured in accordance with the latest revision of ASTM C478. The minimum compressive strength for the concrete for all sections shall be 4,000 psi. Manhole sections shall have ends suitable for making a joint utilizing a rubber gasket.. The section ends, the joint and the gasket shall meet the requirements of ASTM Specification Designation C443. 16. MANHOLE FRAMES AND COVERS: Manhole frames and covers shall be first quality gray iron castings. Except where noted, they shall be similar or equal to the frame and cover No. R-1418A as manufactured by Neenah Foundry Company. Manhole frames shall be provided with anchor lugs similar or equal to Neenah R-1768 or a 1-inch deep mud ring. The covers shall be Type C and 24 inches in diameter. The clear opening in the frames shall be 22 inches . The frame and cover together shall weigh not less than 360 pounds. I-8 All castings shall be made of cast iron conforming to Class No. 25 of the current ASTM Specification A48 for gray iron castings . Castings shall be planed where necessary to secure perfectly flat and true surfaces. All castings shall be thoroughly cleaned and covered with two coatings of asphaltum paint before being used in the work. 17. MANHOLE STEPS: Manhole steps shall be not less than 10 inches wide, and manufactured for use as manhole steps. Steps may be made of cast iron, or may consist of a steel reinforcing bar encased in plastic. Cast-iron steps shall be asphalt-coated, and shall be similar or equal to No. B-1112, as manufactured by Tower Grove Foundry. The steel reinforcing rod in the plastic step shall be 3/8 inch in diameter, encased with polypropy- lene plastic. The step shall be similar or equal to the M.A. Plastic Step, as manufactured by M. A. Industries, Inc. , Atlanta, Georgia. 1-9 TECHNICAL SPECIFICATIONS SECTION II METHODS OF CONSTRUCTION AND PAYMENT • 1. SCOPE OF WORK: The work under this Contract shall include the construction of the gravity sewers and all appurtenances, as shown on the Plans, complete and operative. Construction work included under these Specifications shall be so planned -and executed that the various portions of the work will be carried on concur- rently and the whole completed within the time allowed. All work under this Contract shall be paid for on a unit price basis as described in the Information for Bidders. 2. SHOP DRAWINGS: In accordance with paragraph 6 of the Special Conditions, shop drawings shall be submitted for approval. Payment for shop drawings shall be included in the price bid for the item of equipment or material for which the shop drawing is furnished. 3. HANDLING OF MATERIALS: All materials shall be delivered and distributed to the site of the work by the Contractor. Payment for work described in this paragraph shall be included in the price bid for the item containing the various pieces of equipment or material. 4. CONCRETE: The Contractor's attention is called to the fact that the Specifications for Class A and Class B concrete carry three limiting factors, all of which shall be complied with. These factors are: (1) minimum strength, (2) minimum volume of cement per cubic yard of concrete, and (3) maximum volume of water per sack of cement, a. Classes of Concrete. Class C concrete shall be used for in trenches to restore surface rock to its original contour. Class B concrete shall be used It-1 for encasement, blocking and cradling of pipe. All other concrete used on this project shall be Class A concrete, unless otherwise specifically noted on the Plans. b. Class A Concrete, Class A concrete shall have a minimum compressive strength of 3,500 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each six sacks of cement. Total water shall be limited to a maximum of 6-1/2 gallons per sack of cement. The fine and coarse aggregates for each batch of concrete where monolithic construction is to be carried out shall be accurately weighed; the exact weight of each batch shall be that necessary to produce a dense workable concrete with the yield per sack of cement as herein specified when mixed within the limita- tions of the amount of water herein specified. Where small batches of concrete are to be used and the concrete is mixed on the site, Class A concrete shall be considered as that mixture consisting of 2 cubic feet of dry fine aggregate, not more than 3-1/2 cubic_ feet of dry coarse aggregate to each sack of cement, mixed with not more than 6-1/2 gallons of total added water. c. Class B Concrete. Class B concrete shall have a minimum compressive strength of 2,000 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each four sacks of cement. Total water shall be limited to a maximum of 8-1/2 gallons per sack of cement. Where small batches of concrete are to be used -and the concrete is mixed on the site, Class B concrete shall be considered as that mixture consisting of 3 cubic feet of dry fine aggregate, not more than 5 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 8-1/2 gallons of total added water, d� Class C Concrete, Class C concrete shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each two sacks of cement. Total water shall be limited to a maximum of 9-1/2 gallons per sack of cement. e. Determination of Added Water, In determining the amount of added ;cater., allowance should be made for the moisture content in the aggregates. In measuring the fine aggregate by volume for small batches of concrete, if the aggregate is wet, allowance should be made for the bulking on account of the presence of moisture. f. Proportioning. The concrete mixtures will be approved by the Engineer from design mix tests. All materials required for these tests shall be supplied by the Contractor from samples taken from the approved source of supply. At any time during the construction period, the relative weights of fine and coarse aggregates as determined by the original mix de- sign may be varied slightly in order to ensure the use of the least amount of fine aggregate which will produce workable concrete with the slumps specified. 1I-2 an The water content of the concrete shall at all times be the minimum necessary to properly place the concrete. It shall be regulated as required ®I to adjust for any variation in the moisture content or grading of the ® aggregates. Addition of water to compensate for stiffening of the consistency before placing will not be permitted. Uniformity of concrete consistency from batch to batch will be required. All concrete shall be proportioned by weight. Allowance must be made for the weight of moisture in the aggregates in order to determine the amount of additional water required for the given concrete mix design. g. Air-Entrained Concrete. An air-entraining admixture, approved by the Engineer may be used in the concrete should the Contractor desire to im- prove the workability of the concrete. No additional payment will be made for the use of an admixture approved by the Engineer at the Contractor's request. The air-entraining admixture shall be added to the concrete during the process of mixing. The agents shall be accurately measured and dispensed by means of an approved adjustable mechanical dispenser which will automatically and gradually discharge the required amount of material into the mixing water. The entire amount of air-entraining agent shall be fully discharged before all of the mixing water_ has entered the drum of the mixer. The dispenser shall be so constructed that it can be accurately calibrated for the quantity of agent discharged at various settings and shall be provided with means by which the discharge can be readily diverted from the stream of mixing water to a con- tainer for measurement. Class A concrete which contains an approved admixture shall contain 5 per cent plus or minus 1 per cent of engrained air by volume. The volume of entrained air in the freshly mixed concrete will be measured by the Engineer by the volumetric method, Test for Air Content of Freshly Mixed Concrete by the Volumetric Method, ASTM Designation C173, or by the pressure method, Test for Air Content of Freshly Mixed Concrete by the Pressure Method, ASTM Desig- nation C231. Mixes will be designed for the recommended air content and adequate control shall be provided to keep the air content within the required limits. h. Consistency, The consistency of the concrete shall be such that the slump, when measured according to Test for Slump of Portland Cement Concrete, ASTM Designation C143, is the lowest compatible with workability and ease of placing. In general, the slump shall not exceed 3 inches. No additional water shall be added at the site of placement except with permist>ion and under strict supervision of the Engineer and then only in an emergency. Such additional water shall be added only in small increments and ® then only in the smallest amount necessary within the required limits of con- sistency for the particular work, and shall be uniformly mixed and incorporated into the unplaced concrete before deposition in the forms. II-3 i. Mixing. Concrete required for blocking, encasement and other uses incidental to the installation of pipe involving small quantities may either be mixed by machine or by hand. All other concrete shall be mixed by machine. J. Mixing by Machine, The mixer to be used shall be so designed as to take one complete batch of materials using whole bags of cement only and to mix that batch thoroughly before any portion of it is withdrawn and any por- tion of the succeeding batch is introduced. In no case shall the volume of the batch to be mixed be greater than the amount of materials which can be loaded and mixed in the mixer without any loss during the loading or mixing by spilling. The mixer shall be equipped with a water tank accurately cali- brated so that the required amount of water can be added to each batch, and with a batch meter or other suitable attachment for satisfactorily locking the discharging device so as to prevent the emptying of the drum until all of the materials have been mixed together for the minimum time required. After all the ingredients, including water, have been placed in the drum, they shall be thoroughly mixed in the mixer for a period of not less than one minute. During this period the drum shall make not less than 14 nor more than 20 revolutions per minute. k. Central Plant Concrete Mixing, In lieu of mixing on the job by machine or by hand, central plant concrete will be permitted, provided the concrete conforms to the proportioning hereinbefore specified, is mixed at a central plant or in transit in equipment approved by the Engineer, and in conformity with current ASTM Specifications for Ready-Mixed Concrete (C94) . The concrete shall be delivered to the .job in batches of such size that it can be conveniently handled without setting up during placing, without seg- regation of aggregates, and of satisfactory consistency to ensure a uniform concrete mixture when placed. 1. Nand Mixing. Where hand mixing of concrete is permitted, it shall be carried out on watertight boards or pans in not more than 2-sack batches. The cement and fine aggregates shall first be mixed dry until a uniform color is obtained. The water shall then be gradually added and the mixture made into a mortar, adding additional water until the desired consistency is reached. The coarse aggregate shall then be spread upon the mortar and covered with mortar. The whole mass shall then be cut through and turned over not less than four times or until thoroughly mixed with a uniform homogeneous mixture obtained before being removed from the mixing board or pan in the place where it is to be deposited. The total amount of water shall not exceed the limitations hereinbefore specified for Class A, B or C concrete. m. Forms, Forms for concrete shall be rigidly braced so that they cannot bulge or warp and leave an unworkmanlike finished surface. They may be constructed of any material with sufficient strength which will give the finished work a satisfactory surface. They must be sufficiently tight so II-4 that mortar cannot escape from the concrete in appreciable quantity. Forms shall be cleaned and be thoroughly moistened or treated with form oil before concrete is placed. All exposed exterior concrete corners shall be chamfered one inch. n. Reinforcing. All reinforcing shall be rigidly fastened in the forms prior to the pouring of any concrete in such manner that the steel will be held accurately to the location shown on the Plans. Steel shall be cleaned of rust, scale, oil, or other surface matter before being placed in forms. o. Placing. The methods and equipment used for transporting concrete and the time that elapses during transportation shall be such as will not cause appreciable segregation of coarse aggregate, or slump loss in excess of one inch in the concrete as it is placed in the project. Before placing concrete in the forms or in the place of deposit, all debris and foreign materials, soft earth, or mud, shall be removed. Water shall be removed from the place of deposit. No concrete shall be placed in water. Steel or wood forms shall be oiled and treated to prevent adhesion of concrete and damage to the concrete surface upon removal of the forms. Concrete shall be placed as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the forms and around reinforcing. No concrete shall be used that has partially hardened or has been contaminated by foreign material or that has been retempered. Placing of concrete shall be performed only in the presence of a duly authorized representative of the Engineer unless inspection is waived in each specific case. The temperature of concrete when it is being placed shall be not more than 90 degrees F. or less than 40 degrees F. Concrete shall be placed before initial set has occurred. Before depositing concrete on or against concrete which has taken its initial set, the surface of the hardened concrete shall be broken off down to coarse aggregate and wire-brushed to remove foreign matter and laitance. A layer of grout_ of the same cement-sand ratio as the concrete without coarse wa aggregate shall be placed to a thickness of 1 to 2 inches on the brushed sur- face after which the new concrete shall be placed immediately. When concreting has once started, it shall be carried on as a continuous operation until the section or structural unit is completed. All concrete shall be thoroughly compacted by vibrators, spading or other suitable means during the operation of placing to ensure that concrete will flow around all reinforcement, embedded fixtures, and into the corners of the forms to give a dense finished product with true surfaces free from 11-5 honeycombing, segregation and other imperfections. Concrete shall be placed in horizontal layers of no greater depth than 18 inches. Concrete shall be placed at a suitable rate to avoid the formation of unauthorized cold joints. In no case shall vibrators be used to transport the concrete inside the forms. Care shall be taken when placing concrete through reinforcing steel so that the segregation of coarse aggregate is kept to a minimum. In such cases, spouts, elephant trunks, or other suitable means shall be used. The free fall of concrete shall be held to a practical minimum and shall not exceed 5 feet at any time. The placing of concrete shall be so planned that horizontal and vertical construction joints are made where shown on the drawings or where approved by the Engineer. Structural keys shown on the Plans shall have a minimum width of 4 inches and a depth of 1-1/2 inches. The concrete shall be left with a roughened surface for construction joints. Waterstops shall be placed as shown on the Plans and in all construction joints subject to water on one side and where the opposite side is intended to be dry. p. Protection, The Contractor shall protect all concrete against injury until final acceptance by the Engineer. During cold weather all concrete materials and all reinforcement, forms, fill material, and ground with which the concrete will be placed in contact, shall be free of frost or ice and snow. Whenever the temperature of the surrounding area is 40 degrees F. and falling, no concrete shall be placed rM unless the Contractor has on hand sufficient, suitable, and approved means of protecting the concrete. Whenever the temperature of the surrounding air is between 40 degrees F. and 32 degrees F. , all concrete placed in the forms shall have a temperature between 50 and 70 degrees F. Adequate means shall be provided for maintaining a temperature in the surrounding air not less than 70 degrees F. for at least three days, or 50 degrees F. for five days. The housing, covering, or other protection used shall remain intact and in place at least 24 hours after artificial heating is discontinued. Care must be used to prevent fire hazards when using heating and no fire or ex- cessive heat shall be permitted near or in direct contact with concrete at any time. Salt or chemicals shall not be used in the concrete to prevent freezing. Whenever the temperature of the surrounding air reaches 32 degrees F. , or lower, concrete shall not be placed except with the approval of the Engineer who shall state the time in addition to that specified herein that artifical heat and protection must be supplied. Whenever the temperature of the surrounding air reaches 20 degrees F. or lower, no concrete shall be placed except for emergencies and only with special permission and super- vision of the Engineer. q. Curing of Concrete, All concrete placed when the temperature is above 40 degrees F, shall be either sprinkled continuously for 72 hours, or II-6 shall be covered with burlap which shall be kept moist for at least 72 hours. The use of membrane curing shall be permitted only when approved by the Engineer. The membrane curing compound shall be of a type approved by the Engineer. Concrete cured with water shall be kept continually wet for at least 72 hours immediately following placement of the concrete, or until covered with fresh concrete. The concrete to be cured shall be kept wet by covering with water-saturated material or by a system of perforated pipes, mechanical sprinklers, or porous hose, or by any other approved method which will keep all surfaces to be cured continuously (not periodically) wet. Water ci.xring shall continence as soon as the concrete has hardened sufficiently to prevent damage. Water used for curing shall meet the requirements for water used for mixing concrete. Membrane curing compound shall be applied to formed surfaces immediately after the forms are removed. If any areas require patching, or any other surface treatment, the membrane curing shall not be applied to that area until after the area has been repaired. The area to be repaired shall be kept continually wet by a method approved by the Engineer prior to the patching or surface treatment of the area. Following the patching or surface treatment and a 24-hour period of water-curing, the area may, at the Contractor's op- tion, be treated with membrane curing compound for the remainder of the curing period. Any membrane curing compound applied to surfaces that require patching or other surface treatment, or to surfaces that are specified to be water- cured as listed above, shall be completely removed by sandblasting. Where membrane curing is used, following removal of the forms, the surfaces shall be thoroughly moistened with water and the curing compound applied as soon as free water disappears. The curing compound shall be applied to unformed surfaces as soon as free water disappears or immediately following finishing where special finishing operations are specified. The curing compound shall be applied in a two-coat continuous operation by ap- proved power-spraying equipment and at a uniform coverage of not more than 300 square feet per gallon for each coat. All concrete surfaces on which the curing compound has been applied shall be adequately protected for a period of 72 hours from any cause which will disrupt the continuity of the curing membrane. Any curing membrane damaged during the 72-hour period shall be restored as directed by the Engineer. All concrete and reinforcing steel shown on the Plans or required by the specifications shall be included in the unit price bid for each item in which the concrete is used, and will not be measured or paid for separ- ately, except Class B and C concrete used for pipe encasement or trench backfill, which will be measured and paid for as noted elsewhere in these Specifications. II-7 5. INTERFERENCE WITH TRAFFIC: It must be recognized that in some instances the work of this project involves the construction of sewers along the public streets of the developed municipality. Access to abutting property should be provided wherever it is possible without interference with the construction operation. The Contractor will be required to provide satisfactory bridges to allow traffic to cross over the excavated trench where the street intersection is traversed by open cut excavation. Care should be taken to avoid blocking of access to fire hydrants during this construction. After the sewer is constructed and the backfill made over the completed sewer, a temporary pavement is to be laid EM down and the street open to traffic in order to provide access to abutting property as soon as possible. Open cut crossings are to be maintained for 60 days with macadam or other satisfactory material so as to provide an all- weather roadway surface, after which time the restoration of the permanent pavement of the type ordered by the Engineer shall be carried out. Payment for all work described in this paragraph shall be included in the unit price bid for "Class B Trench Excavation." 6. PROTECTION OF TREES AND RESTORATION OF LANDSCAPED AREAS: Wherever the sewer is to be built in a right-of-way located along oc- cupied property which has been landscaped or in the sidewalk space adjacent to trees, and wherever trees are encountered adjacent to the line of the work, the Contractor's operations must be so organized and carried out as not to disturb or destroy any trees except where permission to do so has been obtained from the property owners with the Engineer's approval. The existing EM surface shall not be disturbed beyond the limits of the right-of-way, which shall include the necessary areas for storing of materials of construction and excavated materials. Upon completion of the work, the surface shall be replaced to conform to the original surface. Where turf has been disturbed, the completed backfilled surface shall be sodded or raked and seeded during the proper time of the year. Where excavated material is stored adjacent to trees, it shall be carried away so as not to cause injury to them in any way. If necessary, boxing shall be provided around trees, plants or shrubs. Upon completion of the work, such boxing shall be removed and the original condi- tion restored. Payment for carrying out the necessary protection and res- toration of trees and landscaped area, as herein specified, shall be included in the payments made at the price bid per cubic yard for "Class B Trench Excavation." Where excavation is made through surface rock, the Contractor may be required to restore the surface to its original contour. The Contractor will replace the surface rock with Class C concrete at the direction of the Engineer. Such concrete will be measured and paid for at the price bid per cubic yard for "Class C Concrete," the volume to be calculated on the basis of the payline width of trench, as noted in Section II, paragraph 12, the length backfilled, and the depth of concrete fill required. II-8 7. PROTECTION OF EXISTING STRUCTURES: The work must be carried out in such a manner that all structures or improvements along and adjacent to the new sewer construction are properly protected. Any damage occurring to property of others because of the Con- tractor's operation shall be repaired to the satisfaction of the owner of said private property by the Contractor and the cost considered as covered in the item of "Class B Trench Excavation." 8. PROTECTION OF POLE LINES, WATER AND GAS PIPES, AND ALL OTHER UNDERGROUND UTILITIES: On the Plans, for the work to be constructed under this Contract, is shown the record information which has been obtained from the utilities for underground pipes or conduits which exist along the line of the proposed sewers or at the location of the other improvements. The City does not guarantee the accuracy of these locations, but merely indicates the information which has been obtained from the companies owning such underground pipes or conduits. The locations of utility poles, shown as noted at the time of the survey, may have since been changed. It is assumed that the Contractor will make a field inspection of the locations of the work, and note all poles and overhead improvements which may affect his method of operation in the con- struction of the sewers and other improvements at such locations. Such poles, overhead wires, underground pipes and conduits that may exist or may be encountered are to be protected at the Contractor's expense. Any expense or inconvenience caused by their existence, and the necessary pro- tection during the construction of the sewers or other facilities adjacent thereto, shall be considered as covered and included in the price bid for "Class B Trench Excavation," or the lump sum bid for other improvements. The Contractor shall notify the utility owners in advance of any construction go which would expose underground pipelines or otherwise affect their safety. IRV 9. REMOVAL AND REPLACEMENT OF SECONDARY PAVEMENTS: Usable dirt roads and secondary pavements, consisting largely of crushed rock and cinders, which are to be removed in the course of the construction, shall be replaced with a layer of crushed rock compacted to a minimum thickness of 8 inches. The road surface shall be maintained for a period of 60 days after initial replacement to allow for settlement and consolidation of the backfill, after which it shall be bladed to a smooth and uniform surface. No separate payment for the removal and restoration of secondary pave- ments shall be made. Payment for such removal and replacement shall be considered as included in the price bid for "Class B Trench Excavation." ' � II-9 gy 10. REMOVAL AND RESTORATION OF ASPHALTIC PAVEMENT: The asphaltic pavement to be removed shall be cut to neat straight lines. After completion of the granular backfill, a layer of crushed rock shall be compacted to a minimum thickness of 8 inches. The rock course shall be primed and covered with a minimum of 2 inches of asphaltic concrete wearing surface to the cross section and grade as set by the Engineer to meet the present undisturbed pavement on each side of the area restored. Asphaltic concrete and placing methods used shall be similar in quality to the original pavement and approved by the Engineer. The Contractor shall restore the surface to the grade specified by the Engineer, should any settlement take place within one year of the initial pavement restoration. Payment for the removal and restoration of asphaltic concrete shall be limited to an area calculated on a width equal to the trench payline widths herein specified for the particular size of sewer installed, multiplied by the length of pavement restored. Payment will be made at the price bid per square yard for "Restoration of Asphaltic Pavement," which payment shall include the whole cost of removing the existing pavement within cut straight lines, disposing of the material removed from the line of work, preparing the subgrade, furnishing of plant, labor, materials, tools and all other incidentals which may be necessary for removing and restoring the pavement. 11. DRIVEWAYS: Where driveways are removed, the Contractor shall replace them with materials similar to those removed and to the reasonable satisfaction of the owner. For concrete driveways, the pavement shall be saw-cut before removal. No separate payment for the removal and restoration of driveways shall be made. Payment for such removal and replacement shall be considered as included in the price bid for "Class B Trench Excavation." WE 12. TRENCH EXCAVATION: The work included under "Trench Excavation" shall comprise any necessary clearing of the line on which the sewer is to be constructed; of making all excavations of all materials of every description which may be encountered and as classified hereinafter as "Trench Excavation, Class A" and "Trench Excavation, Class B"; of furnishing and placing of all shoring, sheeting and bracing which may be necessary to protect the work and to execute it; of shaping the bottom; of furnishing all equipment which may be necessary to keep the trenches free from water so that the sewers may be placed in the dry; of providing for the uninterrupted flow of surface water or sewage adjacent to the line of the work during the progress of the work so as not to interfere with the natural surface flows; of protecting all pipes, conduits, culverts, bridges and all other public and private property which may be en- dangered by the work; and of hauling away all surplus excavated material. II-10 A series of borings was taken along the entire length of the construc- tion. The results of these borings are shown on the Plans for information only. There is no expressed or implied agreement or guarantee that the depths or character of materials are correctly shown or that conditions affecting the work will not differ from those shown on the Plans. All excavation shall be carried out accurately to the line and grade as shown on the Plans. The elevations shown on the profiles of the sewers are those of the flowline of the pipes. The bottom of the trench shall be over-excavated a minimum of 4 inches below the bottom of the pipe, or to a sufficient depth to provide a stable bottom and shall be shaped for the bell at each joint of pipe to ensure uniform bearing for the entire length of the pipe. If the bottom of the excavation is found to be uns tab le or to include ashes, cinders, refuse, vegetable or other organic materials considered un- suitable by the Engineer, the Contractor shall excavate and remove such unsuitable material to the depth required and backfill to the original sub- grade with granular backfill, well-compacted by means of mechanical tampers or vibrators in 6-inch layers, except as noted hereinafter. If over-excavation is required by the Engineer, the quantity of such authorized additional ex- cavation shall be determined by the Engineer, and the Contractor shall be paid by the City for the over-excavation at the unit price bid for "Class B Trench Excavation." Any unauthorized over-excavation shall also be backfilled as described above but no payment shall be made for such over-excavation and backfilling. All excavation shall be dewatered before any construction is undertaken therein. Concrete shall be placed only upon dry firm foundation material and pipe shall be laid only in dry trenches. The responsibility of the Contractor with respect to the use of explo- sives in blasting includes compliance with all laws, rules and regulations of the State, the City and the insuror, governing the keeping, storage, use, manufacture, sale, handling, transportation or other distribution of explo- sives. All operations involving the handling, storage and use of explosives shall be conducted with every precaution by trained, reliable men under satisfactory supervision. Blasts shall not be fired until all persons in the vicinity have had ample notice and have reached positions out of danger therefrom. The Contractor shall advise the Engineer in advance when charges are to be set off. After a blast is fired, the Contractor shall thoroughly scale the ex- cavation, removing all loose and shattered rock or other loose material which may be dangerous to the workmen, and the excavation shall be made safe before proceeding with the work. The fact that the removal of loose or shattered material may enlarge the excavation beyond the required limits shall not re- lieve the Contractor from the necessity for making such removal, and the Contractor shall not be entitled to compensation therefor. II-11 Class A material is any material, such as solid limestone or hard stone in original bed or well-defined ledges, large boulders, detached pieces of limestone or hard stone, or mass concrete more than 9 cubic feet in volume, any of which cannot be removed by heavy equipment without drilling and WA blasting or wedging. In Where rock or other hard material occurs in the trench so that any por- tion of the pipe would rest on rock or hard material, or at the direction of the Engineer, the trench excavation shall be carried to a depth below the planned grade so that no rock is closer than 4 inches to the outside of the pipe at any point. The width of trenches shall be ample to permit the pipe to be laid, ,pointed, and covered properly. Class B material is any material not included in Class A excavation. Trenches shall be dug so that all pipes can be laid to the alignment and depth required. The width of trenches shall be ample to permit the pipe to be laid and jointed properly and the backfill to be placed and com- pacted. Additional width shall be provided where shoring or bracing is used. In order to avoid superimposed loading in excess of the designed and WA specified pipe strength and to provide sufficient room for proper installa- tion and bedding of pipe, the trench widths for the sewer pipe shall be kept within a minimum of 2 feet 4 inches and a maximum of 2 feet 10 inches . Where the gravity sewer and force main are laid in the same trench, the minimum width shall be 3 feet, the maximum 3 feet 4 inches. The Contractor may, at his option, where working conditions and rights- of-way permit, and with the approval of the Engineer, excavate sewer trenches with sloping sides, but with the following limitations: Only braced vertical trenches will be permitted to streets, alleys or easements which are paved, or in locations where the trenches are in close proximity to utilities, buildings, railroad tracks, or other installations which could be endangered by the excavation. Where trenches are excavated with sloping sides for pipe sewers to be installed, the slope shall not extend below a point one foot above the extrados of the pipe, and the trench excavation below the point shall be carried out with vertical sides for widths not exceeding the maximum widths provided for in these specifications above. Any trench excavated with sloping sides for pipe sewers which has a width one foot above the top of the pipe in excess of the maximum trench width permitted will result in an increased load on the sewer pipe. If slopes are allowed to extend below this level, or if the width of the trench at this level is greater than the specified maximum width, additional strength- ening of the pipe is required, and accordingly, wherever such conditions exist and where the fill on the pipe exceeds 6 feet, the Contractor shall place granular fill between the bottom of the trench and the level 6 inches II-12 above the top of the pipe from the outside of the pipe to the undisturbed sides of the trench. No payment shall be made for such additional granular backfilling which shall become necessary on account of the Contractor's operations in excavating trenches of excessive widths below the specified levels. Where necessary to protect the labor, the work, or adjacent property and in all trenches with vertical sides deeper than 6 feet, the Contractor shall provide and install shoring. The sides of the trench shall be securely held by bracing or sheeting of either wood or steel. Shoring shall remain in place until the backfill has proceeded to a point where it can be safely removed. If, in the opinion of the Engineer, damage is likely to result from withdrawing shoring, it shall remain in place. Payment for all lumber left in place as ordered by the Engineer will be paid for at the price bid per MFBM for "Lumber Ordered Left in Trench," which payment shall cover the whole cost of furnishing all material, labor, equipment, tools and all other in- cidentals which may be necessary for placing the lumber in the trench. This payment shall not cover the cost of furnishing, placing and removing lumber used for bracing during construction, which need not remain in place upon completion of the backfill. Payment for lumber used as temporary bracing shall be included in the price bid per cubic yard for "Class B Trench Excavation." Payment for trench excavation in rock, including backfill and surplus disposal shall be made at the price bid per cubic yard for "Class A Trench Excavation." Payment shall cover the whole cost of furnishing all equipment, labor, tools, materials and all other incidentals which may be necessary for completing the excavation. It shall cover the whole cost of rerouting all storm water or sanitary sewage flows, of protecting adjacent improvements, maintaining temporary macadam or gravel surfaces in satisfactory and safe condition for use by traffic until permanent pavement restoration is carried out, and of cleaning up the site. Payment for Class A trench excavation shall be for the volume calculated on the basis of the payline width of the trench, as herein specified for the various sixes of pipe sewers, the actual depth of rock removed or the depth from the upper rock surface to an elevation 4 inches below the required bottom of the pipe, whichever is the lesser, and the actual length of rock removed, up to the distance between centers of manholes. Payment for Class B trench excavation, including backfill and surplus disposal, shall be made at the price bid per cubic yard for "Class B Trench Excavation." Payment shall cover the whole cost of furnishing all equipment, labor, tools, materials and all other incidentals which may be necessary for carrying out the necessary excavation, pumping and fluming, and taking care of dry and storm water flows, protecting adjacent improvements, backfilling, including tamping of the backfill as herein specified, stockpiling topsoil and backfilling with topsoil where required, maintaining temporary macadam i II-13 or gravel surface in satisfactory safe condition for use by traffic until the permanent pavement restoration is carried out, disposing of the surplus excavated materials, removing any existing sewers, and cleaning up of the site, including the furnishing, placing and removing of all sheeting and bracing which may be necessary during construction, but which is not ordered left in place and which is removed as the backfill is being carried out. Payment for Class B trench excavation shall be for the volume calculated on the basis of the payline width of the trench as herein specified for the various sizes of pipe sewers, the actual depth of Class B material removed, or the depth from the surface to the pipe flowline, whichever is lesser, and the length between centers of manholes. The payline width for trench excavation to be used in calculating the volume of excavation performed under this Contract is 2 feet 4 inches for a single pipe line, 3 feet where both gravity sewer and force main are in a common trench. 13. STANKS OR SHORT TUNNELS: The sewers may be constructed in stanks or short tunnels where requested by the Contractor and approved by the Engineer. The top of the tunneled length shall slope upwards to each entrance to permit adequate backfilling. The tunneled portions shall be sufficiently large to allow adequate working room at the sides and above the pipe to be installed. The tunnel bottom shall be shaped as nearly as practicable to the bottom of the pipe with provision for pipe bells. A bedding of crushed limestone and screenings shall be placed to fill any irregularities in shaping and to ensure a uniform continuous bearing for the pipe barrel at the required elevation without load on the pipe bells. After firmly bedding and jointing the pipe, the crushed limestone and screenings shall be solidly packed around the pipe to the level of the top of the pipe. The remaining space above the top of the pipe shall be packed solidly with tamped earth free from debris, rocks, lumps or organic matter or, at the election of the Contractor, with tamped limestone screenings or compacted sand-cement mix. The Contractor shall carry out the work of stanking in a safe, prudent manner to avoid endangering human life or property. No separate payment for the construction of the sewer in stanks or short tunnels shall be made. Payment for such stanks or short tunnels shall be considered as included in the price bid for "Class B trench Excavation." 14. INSTALLATION OF VITRIFIED CLAY SEWER PIPE: Each pipe shall be set on end and rung before laying and any pipe found to be cracked or damaged shall be plainly marked in such a manner that the II-14 marking will not rub or wash off, and shall subsequently be removed from the site. Pipe laying shall follow requirements of ASTM Designation C12. Pipe shall be laid with the bell or socket uphill to the required line and grade on a prepared subgrade excavated and shaped as hereinbefore de- scribed. The prepared subgrade shall be kept free from water during the laying of the pipe. Line and grade shall be maintained by the use of no less than three batterboards set at 25-foot intervals and a top line. Ex- cept by special permission of the Engineer, no pipe shall be laid except in the presence of an inspector. Each pipe as laid shall be plumbed for line with a plumb bob, and graded with a grade stick for elevation. The accuracy of the finished line and grade of the pipe shall be obtained in the preparation of the subgrade. The use of approved laser beam equipment may be substituted for the offset stake-batterboard method. The laser beam projector is to be rigidly mounted, with two point suspension, to its support platforms, to assure that all ground equipment vibrations will be kept to a minimum. This will permit the laser beam to project itself coaxially through the center of the pipe. All units must have equipment to control atmospheric conditions in the pipe that could affect the acceptable standard of construction. The laser aligning method selected must be shown to have worked satis- factorily on at least three contracts, and must be operated by competent, trained men. The equipment used must be as manufactured by Laser Align- ment, Inc. , or approved as equal. The Contractor shall set offset stakes at each manhole, plus one other center line and offset stake as a check point. Pipe shall be laid on granular bedding material (as specified in Sec- tion I, Paragraph 3) , After the placement of the pipe, backfill to the springline of pipe shall be made with granular material placed by hand to UK prevent the pipe from being disturbed. Backfill shall then be completed to 6 inches above the top of pipe with granular bedding material. No walk- ing over the completed pipe shall be allowed until the backfill has been completed to at least one foot above the top of the pipe. Backfilling of the completed pipe shall commence immediately upon completion of pipe placement. As the work progresses, the interior of the sewer shall be cleaned of all dirt or debris of any description. Pipe shall be laid through line manholes, and the upper half removed after the invert is completed, unless half-pipe is used. This is not ap- plicable for manholes at angle points. Vitrified clay pipe shall be so handled and stored that the ,pointing material will not be deformed or damaged. The joints shall be connected 1I-15 by first brushing the proper lubricant on the clean surfaces as recommended mum by the pipe manufacturer. The spigot end shall be centered on grade into the bell end of the downstream pipe and shoved "home." The rubber gasket shall be properly positioned in the groove. All sewer pipe shall be laid and handled so that the allowable leakage shall not be exceeded as measured by the tests hereinafter described. All extraneous material shall be removed from the completed sewer pipes and manholes before they are accepted by the City. All vitrified clay pipe will be measured and paid for as such. Each size of pipe shall be measured and paid for at the corresponding unit price bid for each particular size of pipe installed. The length of pipe shall be the horizontal distance between the centers of manholes as measured along the alignment of the pipe. The unit prices for the 8-inch vitrified clay pipe shall include the granular bedding and all other material, labor and equipment necessary to install and test the pipe, complete in place, in accordance with the Plans and Specifications, including connections to existing pipe stubs or sewers. ZZM 15. INSTALLATION OF TRUSS PIPE: Truss pipe shall be palletized and stored on a smooth surface to avoid two-point loading which could introduce a curve in the pipe. Pipe shall not be stacked higher than 6 feet. Reasonable care shall be taken not to drop the pipe or to drag it across sharp objects. Pipe shall be laid to correct line and grade. Joints shall be solvent- welded following manufacturer's recommendations. Pipe shall not be blocked to grade, but shall be uniformly supported on granular bedding for its entire length on the lower quadrant before any backfill is begun. Bedding and initial backfill shall be as described for vitrified clay pipe in the fore- going paragraphs. Payment for truss pipe shall be made as described for vitrified clay pipe in the foregoing paragraphs. 16. GRAVITY SEWER CROSSING ROUTE C: The gravity sewer crossing Route C, between Manholes 18 and 19, has been completed by others, and consists of 246 feet of 8-inch cast iron pipe. 17. HANDLING AND LAYING CAST-IRON PIPE: rr In the transportation, unloading, and handling of cast-iron or ductile iron pipe, the pipe shall not be dropped, allowed to roll and collide with II-16 another pipe, or be subjected to any unnecessary jar, impact, or other treat- ment that might crack or otherwise damage the pipe. Before laying the pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated as hereinbefore described, so the pipe shall have a uniform support along its entire length except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. The force main shall be laid in the same trench with the gravity sewer, with a minimum of 8 inches between pipes, horizontally. The force main shall be laid with a continuous positive slope between the centerline elevations shown on the Plans; however, the slope does not have to be uniform between the designated elevations. The centerline ele- vations of the pipe shall accurately correspond to the elevations shown on the Plans in locations where elevations are specifically designated. In laying bell-and-spigot pipe, the spigot end shall be carefully centered in the bell end of the preceding pipe. The spigot end shall be completely entered into the bell and deflection at any single joint shall not be beyond that recommended by the manufacturer. The inside of the bell and the outside of the spigot shall be thoroughly cleaned of all dirt, mud,. grease, and other foreign material before starting the joint. In making lead joints in bell-and-spigot pipe, hemp or a rubber packing ring shall be placed in the joint and thoroughly caulked before the lead is poured. Hemp shall be braided in one piece of a length greater than the outside circumference of the pipe. A runner of proper size shall be placed and snugly fitted to the end of the bell and so prepared, by mudding or otherwise, to prevent the escape of any molten lead. Proper gates or devices shall be provided for facilitating the pouring of the joint in one continuous pour. At least 2 inches of lead shall be placed in the joint. After pouring and when the lead has cooled, the runner shall be removed and the lead thor- oughly caulked home with proper caulking tools. All caulking shall be done mechanically with air-driven tools. Mechanical joints and slip-on joints shall be made in accordance with the manufacturer's printed instructions for installation of pipe. The inside of cast-iron pipe shall be cleaned of all foreign materials before the pipe is placed in service. Ends of the pipe shall be temporarily plugged at the close of each day's work. The force main crossing Route C shall be installed through the 160-foot length of 18-inch diameter steel pipe previously installed by others. Concrete anchorage or blocking shall be placed behind all bends to undisturbed earth in the trench. Concrete shall be placed in such a manner 11-17 that joints can be maintained unless specific permission of the Engineer has been obtained to encase them. Where bends require that blocking be against the wall of a manhole, an additional block shall be placed between the manhole and the undisturbed earth on the opposite side of the manhole. See blocking details on Sheet 5. Payment for the force main shall be made at the bid price per foot of 8-inch force main installed, either in open trench or in the existing casing. Payment will be made in accordance with the final measurement of length of line, including fittings. These payments shall cover the entire cost of on furnishing all materials, labor, equipment and tools, and all other incidentals which may be necessary for constructing the force main, complete in place, including Class B concrete for blocking, but excluding the cost of trench excavation, in accordance with the detailed Plans and these Specifications. 18. PIPE INSTALLED IN TUNNEL; The 8-inch cast iron gravity line under Old Route C shall be installed by tunneling under the pavement by boring and jacking a pipe liner and in- serting the carrier pipe. The Contractor shall conform to all requirements and regulations of the Missouri State Highway Department. The Contractor shall retain full responsibility for the adequacy of his jacking operation, equipment and materials. The wet method of boring shall not be used. The Contractor shall conduct the work in such a manner as to safeguard the property above and adjacent to the work, and to minimize interference with traffic or other operations at or near the work. The Contractor shall do no blasting within limits of the jacked liner. In excavating from within the pit or from within the liner, extreme care shall be taken to avoid loss of material outside of the bore limits. Excavation shall precede the jacked liner only to such distance as will maintain a safe condition for the work and for the property and its use above or adjacent to the work, and only to such diameter as will permit advancing the liner without voids. Suitable lubricants may be used to re- duce jacking friction. Drainage shall be adequate to keep the bottom of the jacking pit and end of the bore dry and firm. The carrier pipe shall be cast-iron mechanical joint pipe. The mech- anical joints between cast-iron pipe lengths shall be made carefully in accordance with the manufacturer's instructions. After placing the assembled pipe in the bore hole, the ends shall be blocked to secure the proper :low- line elevations at each end and to ensure grout placing at the bottom and sides of the pipe. The spaces between the surface of the liner and the outside of the pipe shall be filled solidly with mortar placed under mechanical pressure. II-18 Particular attention shall be given to ensuring that the pipe will be solidly supported by mortar at its bottom and sides. The method of injection under mechanical pressure shall be approved by the Engineer. Mortar shall consist of one volume portland cement and nine volumes of dry sand with a volume of water sufficient to ensure flow for proper placing and to minimize shrinkage. Dry mortar shall consist of the same proportions of sand and cement. Materials shall be uniformly mixed, and placed by inserting the grout pipe to its greatest required distance to ensure filling all spaces, and then gradually withdrawing the pipe as filling proceeds. Payment shall be made at the lump sum price for Item 20, Old Route C Crossing, Complete in Place. Prior to undertaking the boring operations, the Contractor shall check with the City Engineer. It is possible that the construction of new Route C will be completed before the jacking operation is scheduled, in which case the line may possibly be laid in open cut, with one lane being left open to local traffic during the crossing operation. The crossing will, in this case, be paid for as Item 4, In Place, 8-Inch Cast Iron Pipe, plus payment for the excavation and asphalt pavement. 19. CONCRETE ENCASEMENT: The pipe shall be encased where shown on the Plans or where directed by the Engineer with Class B concrete of the dimensions shown on the detail on Sheet 6. The concrete may be placed against the undisturbed earth sides FM and bottom of the trench. Side forms may be used if necessary and if ap- proved by the Engineer. Horizontal joints will not be permitted in unrein- forced encasement. Pipe shall be supported and held in place before and during placing of concrete. The trench shall be kept dry and free of water until the concrete has set and can not be damaged by water. Backfill above the top of encasement to a level one foot above the top of pipe shall be carefully compacted select job--excavated material. This compacted baekfill below a level one foot above the pipe shall not be placed until 12 hours after the concrete encasement has been completed. Cast or ductile iron pipe shall not be encased. Class B concrete for encasement, required where shown on the Plans or as directed by the Engineer, shall be paid for at the price bid per cubic yard for "Class B Concrete," which payment shall cover the whole cost of WA furnishing all materials, labor, equipment, tools, and all other incidentals which may be necessary for furnishing and placing the Class B concrete. The volume to be paid for encasement under this item shall be 0.10 cubic yard per lineal foot of 8-inch sewer. 20. MANHOLE CONSTRUCTION: Manholes may be built of brick to the dimensions and at the locations as shown on the Plans or as directed by the Engineer, as rapidly as the construction of the sewer will permit. All bricks in each course shall be headers and break joints with those in the adjoining course. Each brick shall have full mortar joints on the bottom and sides, which shall be formed at one operation by placing sufficient mortar on the bed and forcing the II-19 brick into it. Horizontal joints shall not exceed 3/8 inch and vertical joints on the inside of the manholes shall not exceed 1/4 inch. The mortar for the brick work of the manholes shall be made of one part of portland cement and three parts of sand, complying with the fine aggregate specifications hereinbefore described. The sand and cement shall be thoroughly mixed dry, and the necessary quantity of clean water shall be added so as to produce a stiff mortar of the proper consistency, which mix No shall be thoroughly worked with proper tools. rA All joints on the inside of the manholes are to be carefully rubbed full and struck as the manhole is built up. Upon completion of each manhole, all waste mortar and debris shall be immediately removed from the bottom and the invert shaped to the dimensions shown on the Plans and all bottom joints struck or pointed. The jointing of the brick work shall be such that the manhole will be watertight so that no ground-water infiltration through the manhole joints will occur. The outside of the manhole shall be covered with a mortar plaster coat 1/2 inch thick. A single rowlock shall be turned over all incoming and outgoing pipes. The inverts of all manholes located at changes in alignment of the sewer shall be shaped to the incoming and outgoing pipes and smoothly curved from pipe to pipe to the top of invert at springline. On line manholes, pipe shall be laid through the manhole and the upper half removed after the invert has been completed. Half pipe may be used. As alternates, precast concrete manholes, manholes built of cast-in- place Class A concrete, or precast manhole shaft sections with cast-in-place base section, may be used. Joints or precast manhole sections shall be made utilizing a rubber gasket. Joints shall be self-centering. The gasket shall be the sole element utilized in sealing the joint. Plans for cast- in-place concrete manholes must be approved by the Engineer. Forms may be of steel or clean lumber, assuring a smooth finished surface. During the construction of each manhole, cast-iron steps conforming to the specifications for cast-iron manhole steps hereinbefore described, shall be set in place on the inside of the manhole, at the spacing shown on the Plans. The top step shall not be more than 2 feet below the top of the manhole. The ends of the steps shall be firmly built in the wall, allowing cast-iron steps to project 5 inches from the inside of the manhole, plastic steps to project 6 inches. Manholes shall be covered with standard cast-iron frames and covers of the dimensions and materials herein specified. Frames shall be set in place on a bed of mortar and closed with covers. II-20 All manholes will be measured and :aid for as manholes of the appro- priate depth as bid in the Proposal. The depth of manholes shall be measured from the invert of the sewer to the top of the cast-iron frame. Payment for all work included in this section shall be included in the unit price for the various depth manholes and shall include all necessary labor, material and equipment for constructing the manholes, including addi- ffn excavation beyond the trench payline width and depth, concrete base, cast-iron steps and frame and cover, backfilling, diversion of sewage, if required, and all other work necessary to construct the manhole in place. 21. STUBS IN MANHOLES: There are shown on the Plans the approximate locations of stubs at man- holes to be provided for future connections. The Engineer may change the location of such stubs and may order additional stubs installed if the im- provements along the line of the work make such changes or additions necessary. The stubs shall be closed with a clay or concrete stopper or cap cemented in place. The space in the socket above the cap shall be filled with wet sand or clay and then covered with a thin coating of mortar so the cap is sealed but can be readily removed. Payment for furnishing the stubs, including stoppers cemented in place, will be made at the price bid per "Pipe Stub in Manhole" of the size used. This payment shall cover the whole cost of installing, complete in place, the pipe stub and stopper where ordered. 22. WYE JUNCTIONS: The approximate locations of wye junctions are shown along the sewer alignment. The Engineer may change the locations of wyes or may order additional wyes installed if improvements along the line of work make such changes or additions necessary. The wyes shall be sealed in a manner de- scribed for stubs in manholes. No Wyes will be paid for at the unit price bid for each and as an addition to the amount paid for the completed pipe sewer containing the wye. The payment shall include all material, labor, and equipment necessary to install the wye including the stopper or cap. 23. TRENCH BACKFILL: ® The backfilling of the completed pipe sewers shall commence immediately after the sewer has been laid, with care being taken not to disturb the pipe joints or shift the pipe. The initial backfill around the pipe to the un- disturbed sides of the trench shall be made with 3/8-inch clean chat or sand and shall be carried to a level 6 inches above the top of the pipe. An additional 6-inch layer of selected job-excavated material placed over the II-21 It Awk top of the granular fill shall be carefully tamped to avoid damage to the pipe. No walking over the completed pipe sewer will be allowed until the one foot of backfill over the pipe has been completed. Where the Contractor excavates below the planned subgrade for pipe lines, the over-excavation shall be backfilled with granular material well compacted in 6-inch layers to a point 4 inches below the proposed bottom of pipe. Only granular material placed in over-excavation authorized by the Engineer will be measured and paid for at the price bid per cubic yard for "Crushed Rock for Subgrade Replacement," which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and other incidentals necessary to furnish and place the granular material. The volume to be paid for under this item shall be limited to the volume com- puted within the payline widths and for the depths and lengths as ordered by the Engineer. Crushed rock placed in over-excavation not authorized by the Engineer shall be included in the cost of "Class B Trench Excavation." Backfilling shall be completed to ensure restoration of the ground surface to its original condition. Backfill in open fields may be completed without further compaction above one foot over the extrados, or without flushing. The fill shall be mounded over the trench to allow for future settlement. The top one foot of backfill shall be made through tillable areas with stockpiled topsoil, as required in Section 12, "Trench Excavation." Backfill of the trenches crossing beneath asphaltic concrete or bitu- minous macadam pavement shall be made with granular materials. Payment for granular fill will be made at the bid price per cubic yard for "Granular Backfill" for the volume in place after final. compaction. The volume of granular fill used beneath pavements which are removed and replaced shall be computed from the actual length of the trench filled, the payline width and the depth equal to the average distance from road subgrade elevation to one foot above the top of pipe. All surplus excavated material which is not usable for backfill shall be hauled from the work site. LIM The cost of all work included in this paragraph shall be included with the cost of the excavation requiring the backfilling operation, except as noted above. Am 24. LEAKAGE TESTS FOR GRAVITY SEWERS: Upon completion of a section of the sewer, the Contractor shall de-water it and conduct a satisfactory test to measure the infiltration for at least two hours. The amount of infiltration, including manholes, Y-branches, and connections shall not exceed 200 gallons per inch-diameter per mile of sewer per 24 hours. The Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer and shall satisfactorily re- pair all joints or other locations that are not sufficiently watertight. Ii-22 min As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the ground-water level is less than one foot above the top of the pipe at its upper end, the sewers shall be subjected to an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 feet above the top of the sewer at its upper end. No section of completed sewer shall be tested with an internal pressure of over 10 feet. The rate of leakage from the sewers shall be determined by measuring the amount of water required to maintain the level 2 feet above the top of the pipe for a period of at least 2 hours, commencing one hour after the pipeline filling is completed. Leakage from the sewers under test shall not exceed the requirements for leakage into sewers as hereinbefore specified. The Contractor shall construct such weirs or other means of measurements as may be required, shall furnish water and shall do all necessary pumping to enable the tests to be properly made. Should the sections under test fail to meet the requirements, the Con- tractor shall do all work cf locating and repairing leaks and re-testing as the Engineer may require without additional compensation. Payment for all work included in this section shall be included in the payment for pipe in place as herein specified. 25. LEAKAGE TESTS FOR FORCE MAIN: The force main shall be tested to a pressure of 100 psi after the line has been backfilled. The leakage shall be measured by pumping into the line with a pump capable of maintaining the required pressure and metering the amount of water necessary to sustain the pressure for a period of four hours. The test when so conducted shall indicate a leakage of not more than 50 gallons per inch of pipe diameter per mile per day and no leaks shall become apparent on the surface of the ground. Should surface leaks become apparent, or should the leakage exceed that specified, the leaks shall be located and repaired and the line retested until it fulfills the above requirements. Payment for all work included in this section shall be included in the payment for pipe in place as herein specified. II-23 MRWJMM TECHNICAL SPECIFICATIONS SECTION III FACTORY-BUILT PUMPING STATION 1. GENERAL: The Contractor shall furnish and install one factory-built, automatic pumping station similar or equal to the station manufactured by Smith & Loveless, Division - Union Tank Car Company, Lenexa, Kansas. The principal items of equipment shall include two vertical, close- coupled, motor-driven non-clog sewage pumps; valves; internal piping; central control panel with circuit breakers; motor starters and automatic level controls; running time meter; lighting; sump pump; ventilator; de- humidifier; and all internal wiring. 2. OPERATING CONDITIONS: Each pump shall be capable of handling raw unscreened sewage. All openings and passages shall be large enough to permit the passage of a VA sphere 3 inches in diameter and the usual trash or stringy material which passes through a 4-inch house collection system. The capacity of each pump shall be 350 gallons per minute, at a total dynamic head of 204 feet, with anticipated operating head ranging from a minimum of 199 feet to a maximum of 210 feet. 3. PUMP CHAMBER: The station shall be built by the manufacturer in two major sections for ease in shipping and handling. These two sections shall be joined at the job site by welding. The lower section, the pump chamber, shall contain two pumps and other equipment. The pump chamber shall be a vertical cylinder with the shell made from 1/4-inch minimum thickness structural grade steel plate rolled to a minimum outside diameter of 7 feet 0 inches. The inside height from floor to ceiling shall be a minimum of 7 feet 2 inches. The top and bottom of the cylinder shall be of 3/8-inch thick structural grade steel plate. The pump chamber shall be suitably reinforced on the bottom in both directions to stiffen it against hydrostatic uplift forces. Included in the reinforcing shall be two 8-inch "I" beams parallel to and located beneath the suction lines which shall extend one foot beyond the diameter of the tank on each end to act as skids and to protect the protruding suction lines during shipment and installation. The top of the pump chamber shall be reinforced to adequately support the weight of the over-burden, plus any III-1 v surface traffic. A lifting "eye," ft 11 or eyes, capable of supporting the entire weight of the chamber, shall be provided close to the center, welded to one or more of the reinforcing channels. A sump at least 15 inches in diameter and 8 inches deep with 1/4-inch minimum thickness walls shall be welded into the bottom of the pump chamber on the suction side of the pump chamber. Metal elevating blocks shall be supplied by the manufacturer to be used in the installation of the pump station to slope the pump chamber floor toward the sump pit. A box subbase shall be welded to the floor of the pump chamber for each pump. Subbases shall be made of 1/4-inch thick ,steel plate with projecting anchor bolts of suitable size. A lifting "eye" shall be welded to the ceiling over each pump so that a pulley or hoist can be attached for service work. 4. ENTRANCE TUBE: The upper section shall consist of the entrance tube with ladder and cover. It shall rest on the roof of the pump chamber with a suitable matched opening to provide access. The tube shall be a vertical cylinder made from 1/4-inch structural steel plate rolled to 36-inch inside diameter. The length shall be adequate to place the cover approximately 2 feet above ground level. The entrance tube shall be stiffened at the top and bottom by angles or bars rolled to match the outside diameter and securely welded to the entrance tube. Lifting lugs shall be provided on the entrance tube for use during installation. The cover for the entrance tube shall be of hinged type with suitable drip lip around the edge and with a handle. It shall have a lock of the pin tumbler type which can be opened from the inside without a key. Additional ladder rungs shall be mounted on the underside of the cover to form an extension of the ladder when the cover is in the open position. A dependable mechanism which will keep the cover from blowing shut or closing under any normal load shall be provided. The access ladder shall have rungs of 1-inch steel rods or pipe spaced on 12-inch centers from top to bottom and welded to the side rails. The section in the entrance tube shall line up accurately with the section in the pump chamber by self-aligning projections. Each section shall be sup- ported by heavy steel plate brackets welded to the walls. 5. WELDING: All steel structural members shall be joined by electric arc welding with fillets of adequate section for the joint involved. Where required to include ground water, such welds shall be continuous and watertight. All inserts for pipes and conduits shall be welded inside and out. Where cast iron suction and discharge lines pass through the station walls, the walls shall be reinforced with 1/4-inch by 6-inch steel sleeves, welded inside and out, to the station walls. The annular space between the cast-iron pipes and the steel sleeves shall be not more than one inch and shall be packed tight with an expanding cement grout to prevent leakage. III-2 r 6. PROTECTION AGAINST CORROSION: Fv After welding, the entire pump chamber, entrance tube and cover assem- blies shall be blasted inside and out with sand or steel grit to remove rust, mill scale, weld slag or dirt, and the surface prepared for painting. A minimum of two coats of coal-tar epoxy or resin epoxy shall be applied to all outside surfaces, prior to shipment. Any such surfaces damaged in shipment shall be retouched with the same material during installation. All conduit and steel pipe shall be prot-ected' by one field-applied coat of similar material. For cathodic protection, a minimum of two packaged mag- nesium anodes shall be buried on opposite sides of the chamber and securely connected thereto by No. 6 (min.) copper wires in good electrical contact with the steel chamber. The inner surfaces of the pump station shall be attractively finished with an epoxy resin or with an industrial enamel. A heavy rubber mat shall be cemented to the floor in the normal walkway area to protect the steel floor from wear. 7. PUMPS: The pumps shall be vertical, close-coupled, "Non-Clog" sewage pumps, especially designed for the use of mechanical seals. Each pump shall be of heavy, cast iron construction and shall include a vertical motor with the pump impeller mounted directly on the one-piece motor-pump shaft. The motor shall be attached to the pump volute by a one-piece cast-iron adapter and backhead. The combination pump and motor shaft shall be of solid, one-piece stainless steel from the top of the motor down through the impeller. 'Me pump shaft shall be sealed against leakage by a double mechanical seal, installed in a bronze seal housing constructed in two sections with registered fit. The housing shall be recessed into the pump backhead and securely fastened thereto with stainless steel cap screws. The inside of the seal housing shall be tapered to facilitate the replacement of the seal parts. The seal shall be of double carbon and ceramic construction, with the mating surfaces lapped to a flatness tolerance of one light band. The rotating ceramics shall be held in mating position with the stationary carbons by a stainless steel spring. The seal housing, with assembled parts, shall be so constructed as to be readily removable from the shaft as a unit and shall be provided with tapped Jack-screw openings to assist in removing it from the backhead. The seal shall be pressurized and lubricated by water taken directly from the pump volute through a filter to the seal housing and introduced between the upper and lower sealing surfaces. The filters shall be of corrosion-resistant materials and shall screen out all solids 1.4-ger than 50 microns.. The seal system shall contain a brass valve connected near the top of the seal housing to permit the relief of any air trappei in the seal unit. A manually operated brass valve shall also be provided :o vent the pump volute. III-3 I The pump impeller shall be of the enclosed type made of close-grained cast iron and shall be balanced. The impeller shall be keyed and secured to the motor-pump shaft by a stainless steel cap screw equipped with a "Nylock" or other suitable self-locking device. The impeller shall not be screwed or pinned to the motor-pump shaft and shall be readily removable without the use of special tools. To prevent the build-up of stringy mate- rials, grit and other foreign particles around the pump shaft, all impellers less than full diameter shall be trimmed inside the impeller shroud. The shroud shall remain full diameter so that close, minimum clearance from shroud to volute is maintained. The pump volute shall be of heavy, cast iron construction, free from projections that might cause clogging or interfere with flow through the pump. The pump shall be supported by a heavy, cast-iron base with four legs to provide maximum rigidity and balance. The height shall be sufficient to permit the use of an increasing suction elbow which shall be provided when the nominal pump size is smaller than the suction line. The suction and discharge openings shall be flanged, faced and drilled 125-pound American Standard. 8. PUMP MOTORS: The pump motors shall be NEMA standard, vertical, shielded, dripproof, squirrel cage induction motors, suitable for 3 phase, 60 cycle, 240 volt electric current. They shall have normal starting torque and low starting current characteristics. The motor shall not be over-loaded beyond the nameplate rating at the design head, nor beyond the nameplate rating plus the standard NEMA 15 per cent service factor at any head in the operating range. The motors shall be supported on grease-lubricated ball bearings, one of which shall be a combination guide and thrust bearing and the other a guide bearing. The motor frame shall have a lifting eye, or eyes, capable of supporting the entire weight of the unit, welded to the motor frame. The motors shall be designed for operation under high humidity conditions. 9. CONTROLS : A complete control system with-all necessary components shall be sup- plied to control the operation of the pumps with variations of sewage level in the wet well. This system shall be of a type that employs no moving 1 parts, such as floats, that can corrode or foul because of contact with sewage. Under normal operating conditions, one pump will operate and the second pump will be on standby. Provision shall be made for both pumps to operate in parallel should the sewage level continue to rise in the wet well. An automatic alternator shall be provided to rotate the starting sequence of the pumps in the station on the completion of each pumping cycle. III-4 AM Thermal-magnetic circuit breakers with dead fronts shall provide circuit protection and shall act as a disconnect switch for each motor, motor control circuit, and service circuit. A dry-type, single phase 240/120 volt trans- former of sufficient capacity to supply power to all 110 volt auxiliaries shall be provided. Magnetic across-the-line starters with under-voltage release shall be provided for each pump. The starters shall have thermal over-load heater am coils in each phase to give protection against single-phasing. All of the above control equipment shall be mounted within a common NEMA 1 type steel enclosure, with front opening door or doors, stainless steel handles and suitable latching devices. All switches and circuit breaker handles, including "hand-off-automatic" selector switches for each pump shall be on the front of the panel convenient to the operator. All switches shall be labeled and a color-coded wiring diagram shall be provided. ® 10. DEHUMIDIFIER: ® A packaged dehumidifier assembly with hermetically sealed Freon refrig- eration type compressor, expansion coil, fan and condenser coil shall be furnished to maintain the relative humidity of the air in the pumping station low enough to keep the electrical equipment dry and to prevent condensation on the walls. The dehumidifier shall handle a minimum of 200 cubic feet of air per minute and shall be capable of removing a minimum of 8 quarts of moisture per 24 hours. The dehumidifier- shall be controlled automatically by an adjustable humidistat with low air temperature cut-out. The dehumidifier shall be housed in a heavy steel enclosure. The condensate shall be drained to the sump. 11. VENTILATOR: The pump station shall have a fresh air intake and an exhaust vent to the outside air. A blower shall pick up air from within 18 inches of the floor and discharge it directly to the outside through the exhaust vent. The blower shall be of the squirrel cage, high efficiency type of adequate capacity to change the air a minimum of once every 2 minutes. The intake and exhaust vents shall have suitable covers to prevent the entrance of rain or snow and shall be screened to prevent the entrance of rodents, or rocks and other foreign matter. The blower and lights shall be turned on auto- ' matically whenever the entrance cover is raised, by a double pole limit switch mounted just under and operated by the cover, A manual switch shall be mounted on the entrance tube just below the limit switch for operation of the blower and lights with the cover closed during bad weather. The blower shall also be interlocked with the pump motors to operate whenever a pump is running. r 111-5 12. LIGHTING: To provide adequate illumination for all areas in the station and the control panel, two 40-,watt fluorescent tubes with separate ballasts shall be provided. 13. SUMP PUMP: A submersible sump pump with close-coupled, vertical motor shall be installed in the sump. It shall have a minimum capacity of 1,000 GPH at design head. The design head this pump will operate against is the static head from the sump to 3 feet below grade, plus allowance for pipe friction both inside and outside the pump chamber. A mechanical seal on the shaft shall exclude water from the motor housing. 14. PIPING: Pump suction lines shall be 6-inch Class 150 cast-iron pipe with a mechanical ,joint bell outside the pump chamber and with bronze fitted double disc gate valve inside the chamber. The discharge line shall be 6-inch Class 150 cast-iron pipe from the pump to the junction with the common dis- charge outlet. Bronze fitted check and double disc gate valves shall be installed in each pump discharge line. The check valves shall be of the spring-loaded level type so that the clapper can be lifted to back flush the pump and suction line. The discharge outlet shall. be 8-inch Class 150 cast iron pipe with a mechanical joint bell just outside the pump chamber. The maximum permissive friction loss in the station shall be 4 feet measured from suction connection to discharge connection of tank at design Q for station, i.e. , capacity of one pump in the two-pump station. Evidence will be required as to the method of determination of friction loss. The air bubbler line in the station shall be 3/8-inch nominal tubing, terminating in a fitting in the entrance tube to accept the 3/4-inch piping extending to the wet well. An angle bracket shall be welded to the outside of the chamber, just over the bubbler line connection, to receive a 3-inch by 3-inch by 1/4-inch angle brace to protect the bubbler line. A return loop in the bubbler line shall be provided to protect the station from flooding and a valve shall be provided to bleed off condensate accumulation in the air-bubbler system. All steel pipe in contact with the soil or with the sewage shall 'be field-coated with one coat of epoxy resin after installation. 15. WIRING: The pump station shall be completely wired at the factory, except for ppwer feeder lines, in accordance with the National Electrical Code. It shall be adjusted and ready for operation. All wiring in the pump station shall be color-coded as indicated on the wiring diagram. All wiring outside the panel shall be in rigid conduit except for 110 volt accessory items which are provided with connecting insulated cables by the manufacturer. In these III-6 i instances, conduit shall be run to polarized grounded receptacles located near the equipment. Conduit or a surface duct from the control panel across the ceiling and up the entrance tube to a threaded conduit connection through the wall of the entrance tube near ground level shall be provided by the manufacturer to receive the power feeder lines. 16. ALARM SYSTEM: A remote alarm system shall be provided to deliver a warning signal at a location remote from the pumping station. The signal shall indicate that one or more alarm conditions exist in the lift station or wet well. Transmission of the signal from the lift station to the receiving unit shall be through a pair of metallic, signal-grade wires which can be leased from the local telephone company. An open contact, or series of contacts, in the lift station shall close during an alarm condition, completing the D.C. transmission circuit emanating at the receiving unit and energizing a relay coil in the receiver. The receiver shall require 120 volt A.C. power for operation and rectify this to D.C. power for transmission. When the relay coil is energized, a light in the cover of the receiver shall glow to full brilliance until the alarm condition has been corrected. Under normal conditions, the alarm light shall glow continuously at 10 per cent of full brilliance, ensuring a positive alarm system. The remote alarm system shall be housed in a NEMA 12 enclosure, completely assembled and tested at the plant before shipment. All wiring shall be color-coded. c The alarm unit shall be equal or similar to the Smith and Loveless "Telephone Line Signal Remote Alarm Panel with Light," No. 20A16. 17. RETENTION TANK: The retention tank as shown on Sheet 6 shall consist of three 8-foot lengths of 72-inch diameter culvert pipe, ASTM Designation C-76, Class II, with joint and gasket meeting requirement of ASTM C443; 9-inch Class A concrete or 12-inch brick bulkheads at each end; cast iron manhole frame and cover; manhole steps; and 8-inch cast iron overflow pipe with flap gate. Brick bulkheads shall be plastered on both sides with a 1/2-inch plaster coat of cement mortar. Grades shall be as shown in detail on Sheet 6. 18. RUNNING TIME METER: Running time meters for each pump motor shall be factory-installed and wired into the electrical control panel and shall be for 120 vac, 60 Hz. The meters shall be Haydon No. ED 7112, or equal, utilizing a synchronous induction motor to drive counters through a Geneva mechanism for fast index of counter digit at transfer point, shall read 9,999.9 hours, then recycle. The case size shall be 3-1/2-inch. III-7 19. FACTORY TESTS: The completed pump station shall be given a running test of all equip- ment at the factory to check for excessive vibrations, for leaks in all piping, packings or seals ,and for correct operation of the automatic control system and of all auxiliary equipment. The pump suction and discharge lines shall be coupled to a reservoir and the pumps shall circulate the water for at least one hour simulating actual service conditions. The automatic con- trol shall be adjusted under such actual operating conditions to start and stop the pumps at approximately the levels required by the job conditions. 20. WORKMANSHIP: All workmanship and materials throughout the pump station shall be of the highest quality, 21. GUARANTEE: The manufacturer of the lift station shall guarantee for one year from the date of installation that the structure and all equipment shall be free from defects in design, materials and workmanship. The lift station manu- facturer shall furnish replacement parts for any component proven defective, whether of his or of other manufacture during the guarantee period, excepting only those items which are normally consumed in service, such as light bulbs, oil, grease and packing. 22. ADDITIONAL MATERIALS: In addition to the factory-built pump station, the Contractor shall furnish for the station, as requited, the following: a. Suction Line. Six-inch Class 150 east-iron pipe and fittings from wet well 'to pump station suction lines conforming to the specifications for mechanical joint cast-iron pipe and fittings. b. Sump Pump Discharge Line. One and one-fourth inch galvanized wrought iron or steel pipe from fitting on station wall to wet w^11. am c. Air Pipe for Level Control, Three-fourths-inch stainless steel, plastic-covered rigid copper tubing, or rigid P,V.C. pine for air line to wet well. d. Conduit. Two-inch rigid heavy wall for pump station power feeder line from conduit fitting on station wall to meter box on power pole. Three-quartet" inch rigid heavy wall from T]EMA 1 control panel inside pumping station rising into entrance tube to a point above finished grade. LB fittings carry conduit through an opening in the entrance tube. Another section of 3/4" conduit continues the run down the outside of the entrance tube below grade, to a depth of V-0% where it is terminated by an elbow equipped with an insulating bushing. This conduit provides entry to the pumping station for an underground telephone connection for high wet well telemetry alarm. an e. Wire. Moisture-resistant rubber-insulated ai1/0 Type RW cable from lugs or terminals in the control panel to meter box on power pole. III-8 f. Weather-Proof Transfer Switch, Fusible. Two independent three phase 240 vac, 60 Hz electric supplies shall be supplied. These shall each terminate on a separate set of line side terminals of a weather-proof fusible 3 pole transfer switch, rated 400 a, 240 vac. The switch shall be fused with Bussman 300a FRS fuses. The switch operating handle shall be able to be padlocked into either of three positions, "Preferred Supply," "Off," and "Reserve Supply." The load side terminals shall be connected to the power company billing meter. Connections from the meter shall extend to the pumping station. The switch and meter shall be mounted on the power pole with the top of the switch located 6'-6" above finished grade. g. Power Pole. Utility pole complying with the requirements of the utility supplying the electric service, h. Wet Well. Wet well, constructed complete in place, shall include reinforced concrete pipe well, precast concrete top slab, and cast-iron man- hole frame and cover. The manhole frame and cover shall be similar or equal to Series R-6662-P with Type S hinges and ratchet and Type C handles and locking device as manufactured by Neenah Foundry. 23. SHOP DRAWINGS AND DATA: Before fabrication of the pumping station, there shall be submitted detailed drawings of the station for approval, giving the following data: a. Complete dimensions. b. Thickness of steel and weight of steel structural members. c. Total station weight. d. Piping details and dimensions. e. Station friction losses with details and bases of determination. f. Pump construction details showing details of seal or stuffing box, materials, dimensions, method of maintenance and disassembly, etc. g. Detailed wiring diagrams. h. Pump characteristic curves. i. Make and horsepower, of motor. J . Type of paint and corrosion protection for exterior. 24. SPARE PARTS: A complete replacement pump shaft seal assembly shall be furnished with the lift station. The spare seal shall be securely fastened to the control panel and shall include complete installation instructions. A spare volute gasket shall be provided. A spare filter cone for the seal filter shall also be provided. III-9 25. FIELD ADJUSTMENT: The manufacturer of the station shall provide the services of a factory- trained service man to check and adjust the pump control system after the station is completely installed and ready to be placed in operation. The service man shall also inspect the station thoroughly for damage and missing items. He shall also check all of the auxiliary equipment, supplied by the station manufacturer, and make any necessary adjustments. 26. PUMPING STATION BY OTHER MANUFACTURERS: A pumping station built by other manufacturers meeting essentially the requirements of these specifications may be bid in the Proposal, but any deviation from the Specifications shall be specifically called to the atten- tion of the Owner in data submitted with the bid. Each deviation must be specifically listed as to the deviation from these Specifications. Unless specifically mentioned in the list of deviations, it shall be assumed that all equipment and material is in strict accordance with these Specifications and shall be furnished as specified. 27. INSTALLATION AND OPERATING INSTRUCTIONS: The manufacturer shall provide instructions for installation of the pump chamber, entrance tube and related appurtenances. These instructions shall be securely attached to and readily visible on the outside of the main chamber of the pump station. A convenient Maintenance and Operating Instruction Chart, and Daily Maintenance and Inspection Record Chart with ample room for recording daily inspections of the pump station shall be securely mounted on the interior wall of the main pump chamber. In addition to the Maintenance and Operating Chart, the manufacturer shall further provide five complete and detailed Operating and Maintenance Manuals. The Manual shall cover, in addition to general operating proced- ures, the operation, maintenance and servicing procedures of the major individual components provided with the pump station. The Manuals shall be shipped with the pump station. The manufacturer shall also provide one set of necessary special tools for the station mounted on a panel within the station with recessed or painted outline for each such special tool. III-10 TECHNICAL SPECIFICATIONS SECTION IV INSTALLATION OF FACTORY-BUILT PUMPING STATION 1. MATERIALS AND INSPECTION: The provisions of Part I and Part II shall apply equally to this section where applicable. 2. EXCAVATION Excavation for the pumping station shall be carried out to the depth as indicated on the Plans. Adequate equipment shall be furnished by the Contractor to maintain the subgrade in a dewatered condition under under- ground installation is complete. 3. CONCRETE PAD: The concrete pad shall be poured of Class A concrete to the undisturbed walls of the excavation and to the minimum dimensions shown on the Plans and the surface rough-finished but level. Insert anchor bolts in the pad, if supplied by the manufacturer. Otherwise, insert eight No. 4, 30-inch long reinforcing bars positioned to project alongside the 8-inch "I" beams at the base of the chamber. 4. WET WELL: The wet well shall be built to the dimensions shown on the drawing of reinforced concrete pipe. Holes shall be made for installation of the suc- tion lines and the incoming sewer pipe. The top slab shall be of precast concrete constructed to the dimensions shown.on the drawings. After the suction lines have been installed and grouted in, the bottom of the well shall be filled with Class A concrete to the inverts of the suction lines . The invert shall then be built as shown on the Plans, with steep, smooth sides to ensure that all solids entering the well immediately enter the suction lines. 5. PUMPING STATION INSTALLATION: The Contractor shall supply a crane of sufficient capacity to safely remove the pumping station from the delivery truck and place it on the pad. After the station is in place on the concrete pad, the metal blocks provided IV-1 shall be set under the ends of the "I" beams farthest from the wet well �o provide floor slope to drain any water that may enter the station to the sump. 6. ANCHORAGE: The pumping station shall be secured to the concrete pad with anchor go bolts, if provided, or by bending the projecting reinforcing rods over the 8-inch "I" beams that form the base of the station. Concrete shall be poured on top of the slab and forced beneath the pump station between the "I" beams as far as possible. The ends of the beams and the anchor rods shall be covered, and the surface leveled. 7. PIPING: Plain end Class 150 cast-iron pipe for the exterior suction lines shall be furnished to the size and length required. These pipes shall be securely fastened to the mechanical joint bells, with followers and gaskets, just Aft outside the station wall, and shall be reasonably straight and level. The wet well invert shall then be completed as described above. Class 150 cast-iron pipe shall be installed for the discharge line from the station to the point shown on the Plans. The pipe shall be secured to the mechanical joint bell provided for it on top of the station. A 1-1/4-inch galvanized pipe shall be installed from the coupling welded in the station wall above the sump as shown on the Plans. A 3/4-inch pipe shall be installed from the coupling welded in the station wall near the top for the level control air line according to the manufacturer's recommendations. The line must be airtight, with all joints thoroughly sealed with a suitable thread compound. 8. WELDING: The entrance tube shall be lifted and set on the supporting flange on the pump chamber, making certain that the ladder and vent ducts in the two sections are properly aligned. The mating flanges shall be connected with a down hand watertight weld. 9. ELECTRICAL WORK: The Contractor shall furnish and install the power pole and the weather- proof transfer switch, fusible, wire and conduit from the control panel to the meter box on the power. pole. The Contractor shall also install the meter box, furnished by the utility. The location and installation of the power pole and meter box shall be in accordance with the regulations of the utility. All conduit joints shall be watertight. The limit switch and manual switch which IV-2 control the lights and blower shall be connected as indicated by the manu- facturer's drawings. All 110 volt equipment supplied with plug-in type connectors shall be properly plugged in. 10. CORROSION PROTECTION: All field welds, steel pipe, conduit, and all nicks and scratches on the outside of the pump station shall be painted with material supplied by the manufacturer or with a material similar to that used by the manufacturer. The magnesium anode packs have long insulated copper leads connected to the blocks inside. One inch of insulation shall be cut off each lead and the exposed wire clamped in a solderless connector on each side of the station. The packs shall be placed on opposite sides of the station in the backfill as far out as possible. The connections shall be painted as above. 11. INSTALLATION OF RETENTION TANKS: The retention tanks shall be installed as shown on the Plans. It should be noted that the west end of each tank must be set 0.25 foot higher than the end adjacent to the wet well. Piping shall be installed as shown. Tanks shall be bedded in granular material. 12. BACKFILLING: The completed installation, including the pumping station, wet well, and retention tank, shall be carefully backfilled to avoid damage to the magnesium anode packs and wiring, to the piping, and to the conduit. The backfill shall be of sand or carefully compacted earth to prevent breakage due to excessive settlement. 13. GRADING: The site shall be final graded to the elevation shown on the Plans, and all surplus material removed from the site. 14. ACCESS ROAD: A 10-foot wide access road to the pumping station shall be constructed of 8-inch thick compacted 2-inch minus crushed rock on a properly compacted subgrade. 15. PAYMENT: Payment for the pumping station shall be made at the lump sum bid for the station and shall be regarded as full compensation for furnishing the IV-3 factory-built pumping station, the cast-iron auction and discharge lines, the power pole, weather proof transfer switch, and feeder line; for excava- tion (including rock) , for constructing the concrete pad, wet well, retention tanks and piping, eccentric plug valve with extension, and the access road; and for furnishing all labor, material, tools, equipment and incidentals necessary to satisfactorily install the complete pumping station. IV-4 PROPOSAL Date The Honorable Mayor and City Council City of Jefferson City Hall Jefferson City, Missouri - 65101 Gentlemen: In accordance with the advertisement inviting proposals for the con- struction of the Idlewood Interceptor and Pumping Station, a Sanitary Sewer ED Project for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special Conditions of the Contract, the Specifications, including Addenda Nos. , , _—, and . hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work within one hundred eighty (180) calendar days after receipt of notice to proceed for the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 1. Trench Excavation, Class A 1,650 C.Y. $ $ 2. Trench Excavation, Class B 39400 c.y. $ $ 3. 8-Inch Sewer Pipe 6,965 l.f. $ $ 4. In Place, 8-Inch C.I. Pipe 30 l.f. $ $ 5. In Place, 8-Inch D.I. Force Main 5,950 l.f. $ $ 6. 6-Inch on 8-Inch Wye Junction 20 each $ w $ 7. Manholes, Complete in Place, Depth Less than 6 Feet 8 each $ $ 8. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 15 each $ $ 9. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 1 each $ $ P-1 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 10. Manholes, Complete in Place Depth Over 10 Feet to 12 Feet 2 each $ $ 11. 6-Inch Pipe Stub in Manhole 5 each $ $ ffs 12. 8-Inch Pipe Stub in Manhole 6 each $ $ pa 13. Crushed Rock for Subgrade Replacement 50 C.Y. $ $ 14. Granular Backfill 20 C.Y. $ $ 15. Lumber Ordered Left in Trench 1 mfbm $ $ 16. Class B Concrete 145 C.Y. $ $ 17. Class C Concrete 10 C.Y. $ $ 18. Restoration of Asphaltic Pavement 6 sty. $ $ 19. Pumping Station, Complete in Place Lump Sum $ 20. Old Route C Crossing, Complete in Place Lump Sum $ Total Bid $ SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. The undersigned has examined the Plans and Specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. P-2 This Proposal shall be equally binding on heirs, adminis- trators, executors, successors, and assigns. Firm Name w By (Signature) Title Address Telephone No. P-3 PROPOSAL Date The Honorable Mayor and City Council City of Jefferson City Hall Jefferson City, Missouri - 65101 Gentlemen: In accordance with the advertisement inviting proposals for the con- struction of the Idlewood Interceptor and Pumping Station, a Sanitary Sewer Project for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special Conditions of the Contract, the Specifications, including Addenda Nos. , , and . hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work within one hundred eighty (180) calendar days after receipt of notice to proceed for the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 1. Trench Excavation, Class A 1,650 c.y. $ $ 2. Trench Excavation, Class B 3,400 c.y. $ $ 3. 8-Inch Sewer Pipe 6,965 l.f. $ $ 4. In Place, 8-Inch C.I. Pipe 30 l.f. $ $ 5. In Place, 8-Inch D.I. Force Main 5,950 1.f. $ 6. 6-Inch on 8-Inch Wye Junction 20 each $ $ 7. Manholes, Complete in Place, Depth Less than 6 Feet 8 each $ $ 8. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 15 each $ $ 9. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 1 each $ $ P-1 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 10. Manholes, Complete in Place Depth Over 10 Feet to 12 Feet 2 each $ $ 11. 6-Inch Pipe Stub in Manhole 5 each $ $ 12. 8-Inch Pipe Stub in Manhole 6 each $ $ 13. Crushed Rock for Subgrade Replacement 50 C.Y. $ $ 14. Granular Backfill 20 c.y. $ $ 15. Lumber Ordered Left in Trench 1 mfbm $ $ 16. Class B Concrete 145 C.Y. $ $ 17. Class C Concrete 10 C.Y. $ $ 18. Restoration of Asphaltic Pavement 6 S.Y. $ $ 19. Pumping Station, Complete in an Place Lump Sum $ 20. Old Route C Crossing, Complete in Place Lump Sum $ Total Bid $ SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. The undersigned has examined the Plans and Specifications for, and the ® location of the project, and has satisfied himself as to the work to be done �1 and the conditions under which it must be carried out. P-2 This Proposal shall be equally binding on heirs, adminis- ASWJL trators, executors, successors, and assigns. ' Firm Name By (Signature) Title .. Address 1 Telephone No. i r P-3 �t.