Loading...
HomeMy Public PortalAboutORD07519 BILL NO. I INTRODUCED BY COUNCILMEN : NOGG and HAKE !! I ORDINANCE NO. 91;7j/9 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND THE CLERK OF THE CITY TO EXECUTE A CONTRACT, IN BEHALF OF THE CITY, WITH ROY A. SCHEPERLE D/B/A ROY A. SCHEPERLE CONSTRUCTION COMPANY, A CONTRACTOR, OF JEFFERSON CITY, MISSOURZ, RELATING TO THE CONSTRUCTION OF A SANITARY TRUNK RELIEF SEWER. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The Mayor and the Clerk of the city are hereby authorized to execute, for and in behalf of the city, a contract with Roy A. Scheperle, d/b/a Roy A. Scheperle Contrustion Company, a contractor, of Jefferson City, Missouri, relating to the construction of a sanitary trunk relief sewer. Sec- on 2. Said contract shall read in words and figures as follows: CITY OF JEFFERSON, MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF A SANITARY TRUNK SEWER FOR GRAYS CREEK IN JEFFERSON CITY, MISSOURI HORNER & SHIFRIN Consulting Engineers 4 St. Louis, Missouri .. MAY 1964 63-65 s� Yi.. INDEX Page ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids IB-1 2. Preparation of Bid IB- 1 3. Telegraphic Modification IB-1 4. Qualifications of Bidder IB-2 5. Bid Security IB-2 6. Liquidated Damages for Failure to Enter into Contract IB-2 7. Time of Completion and Liquidated Damages IB-2 8. Conditions of Work IB-3 9. Obligation of Bidder IB-3 10. Addenda and Interpretations IB-3 11. Security for Faithful Performance IB-3 12. Qualification of Sureties IB-4 13. Laws and Regulations IB-4 14. Estimated Quantities IB-4 15. Award of Contract IB-4 BID FOR UNIT PRICE CONTRACTS BID BOND CONTRACT PERFORMANCE-PAYMENT BOND GENERAL CONDITIONS 1. Contract and Contract Documents GC-1 2. Definitions GC-1 3. Shop or Setting Drawings GC- 4. Materials, Services and Facilities GC-2 5: Contractor's Title to Materials GC-2 6. Inspection and Testing of Materials GC-2 7. "Or Equal" Clause GC-2 8. Patents GC-3 9. Surveys, Permits and Regulations GC-3 ll� 10. Contractor's Obligations GC-3 FY S' INDEX - Continued Page 11. Weather Conditions GC-4 12. Protection of Work and Property - Emergency GC-4 13. Reports, Records and Data GC-5 14. Superintendence by Contractor GC-5 15. Changes in Work GC-5 1 16. Extras GC-6 17. Time for Completion and Liquidated Damages GC-6 18. Correction of Work GC-7 19. Subsurface Conditions Found Different GC-8 20. Claims for Extra Costs GC-8 21. Right of the Owner to Terminate Contract GC-8 22. Construction Schedule and Periodic Estimates GC-9 23. Payments to Contractor GC-9 24. Acceptance of Final Payment as Release GC-10 25. Payments by Contractor GC-10 26. Contractors' and Subcontractors' Insurance GC-11 V. Contract Security GC-12 28. Additional or Substitute Bond GC-12 29. Assignments GC-13 30. Mutual Responsibility of Contractors GC-13 31. Separate Contracts GC-13 32. Subcontractin g GC-13 33. Engineer's Authority GC-14 34. Use of Premises and Removal of Debris GC-14 35. Quantities of Estimate GC-15 36. Rights-of-Way and Suspension of Work GC-15 37. General Guaranty GC-16 38. Conflicting Conditions GC-16 39. Notice and Service Thereof GC-16 40. Required Provisions Deemed Inserted GC-16 41. Protection of Lives and Health GC-17 42. Wage Rates GC-17 43. Special Hazards GC-18 gin.. SPECIAL CONDITIONS 1. General SC- 1 2. Easements and Working Space SC-1 3. Sanitary Regulations SC-1 4. Water SC- 1 5. Concurrent Construction SC-2 6. Contract Limits SC-2 Ir, R� 2 4�. INDEX - Continued Pale TECHNICAL SPECIFICATIONS PART I - MATERIALS OF CONSTRUCTION 1. Materials and Inspection I-1 2. Granular Backfilling Material I-1 3. Portland Cement I-1 4. Fine Aggregate I-2 5. Coarse Aggregate I-2 6. Water I-3 7. Vitrified Clay Sewer Pipe I-3 8. Certificates on Sewer Pipe I-3 9. Joint Material I-3 10. Common Sewer Brick I-4 11. Cast Iron Manhole Frames and Covers I-4 12. Crushed Rock for Bedding Pipes in Trenches I-4 13. Crushed Rock for Subgrade Replacement I-4 : 14. Precast Concrete Manholes I-5 ' PART II - METHOD OF SEWER CONSTRUCTION 1 County R Right-of ty oad Rig t Way II-1 2. Interference with Traffic II-1 3. Protection of Trees and Restoration of Landscaped Areas II-1 4. Protection of Existing Structures II-2 5. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities II-2 � 6. Removal and Replacement of Secondary Pavements II-3 7. Removal and Restoration of Asphaltic Pavement II-3 8. Removal and Restoration of Concrete Pavement II-3 r: 9. Removal and Restoration of Concrete Curb II-3 10. Trench Excavation II-4 11. Bracing and Shoring II-4 46 12. Trenches with Sloping Sides, Limited II-5 13. Excavation in Rock II-5 14. Trench Bottoming II-6 15. Pipe Laying II-7 16. Backfilling II-7 3 INDEX - Continued Page 17. Granular Backfill II-7 18. Manhole Construction II-8 19. Connections to Existing Manholes II-9 20. Stubs in Manholes II-9 21. Pipe Sewers in Stanks or Short Tunnels II-9 22. Concrete Encasement II-10 23. Concrete II-10 24. Infiltration Tests II-13 . 25, Plugging Sewers II-15 26. Wye Junctions II-15 r PART III - PAYMENTS 1. Trench Excavation III-1 2. Manholes III-2 3. Pipe Sewers III-2 4. Pipe Stubs in Manholes III-3 5. Crushed Rock III-3 4 6. Granular Fill III-3 7. Concrete III-3 8. Lumber Ordered Left in Trench III-4 i 9. Connection to Existing Manhole III-4 10. Plugging Sewers III-5 11. Concrete Pavement III-5 12. Asphaltic Concrete Pavement III-5 13. Concrete Curb III-5 i; ,1 Y 4 ADVERTISEMENT FOR BIDS Sealed unit price bids for construction of about 5, 900 lineal feet of 8-inch, 10-inch and 12-inch sewers in the Grays Creek Watershed for the City of Jefferson, Missouri, will be received by the City Clerk at the Council Meeting Room in the City Hall, 240 East High Street, Jefferson City, Missouri, until 8 o'clock P. M. , CST, May 4 1964, and then at said place, publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the Office of the City Engineer, Jefferson City, Missouri, and at the office of Horner & Shifrin, Consulting Engineers, 1221 Locust Street, St. Louis 3, Missouri. Copies may be obtained at the office of Horner & Shifrin, 1221 Locust Street, St. Louis 3, Missouri, upon payment of $20. 00 for each set. Any unsuccessful bidder, upon returning such set within ten (10) days after the time set for the opening of bids, and in good condition, will be refunded his payment, and any non-bidder upon so returning such a set will be refunded $10. 00. The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount of five per cent (5%) of the bid, by cash, certified check of the bidder, or a bid bond. The deposit shall conform to the conditions provided in the In- formation for Bidders. A performance-payment bond in the amount of one hundred per cent (100%) of the total contract price will be required. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. i� Horner & Shifrin, Consulting Engineers For April 22, 1964 City of Jefferson, Missouri INFORMATION FOR BIDDERS 1. RECEIPT AND OPENING OF BIDS: The City of Jefferson, Missouri (herein called the "Owner"), invites unit price bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the Council Meeting Room, City Hall, until 8 o'clock p. m. CST, May 4, 1964, and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and designated as Bid for Sanitary Trunk Sewer, Grays Creek. The Owner may consider informal any bid not prepared and submitted in accordance with the .provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof, Any bid received after the time and.date specified shall not be considered. No bidder may withdraw a bid within thirty (30) days after the actual date of the opening thereof. Z. PREPARATION OF BID: Each bid must be submitted on the P rescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. 3. TELEGRAPHIC MODIFICATION: An • bidder may modify his bid b telegraphic y y y y communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic 'communication is received by the Owner prior to the closing time, and, provided further, the Owner is satisfied that a written con- firmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtrac- tion or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not IB-1 received within two days from the closing time, no consideration will be given to the telegraphic modification. 4. QUALIFICATIONS OF BIDDER: The Owner may make such investigations as he deems necessary to determine 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. 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. Conditional bids will not be accepted. 5. BID SECURITY: Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of five per cent (5%) of the bid. Such cash, checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the con- tract, or, if no award has been made within thirty (30) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 7. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before a date to be specified in-a written "Notice to Proceed" of the Owner and to fully com- plete the project within ninety (90) consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of Fifty Dollars ($50. 00) for each consecutive calendar day thereafter as herein- { after provided in the General Conditions. IB-2 l 8. CONDITIONS OF WORK: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 9. OBLIGATION OF BIDDER: At the time of the opening of bids each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect of his bid. The Contractor shall not be permitted to use any omission or error in the plans or Contract Documents to his advantage. The Engineer retains the right to issue clarifications of such errors or omissions which the bidder shall carry out as if originally specified. 10. ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writting addressed to Horner & Shifrin, Consulting Engineers, at 1221 Locust Street, St. Louis 3, Missouri, and to be given consideration must be received at least five (5) days prior to the date fixed for the opening of bids. Any and all such inter- pretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be delivered to all prospective bidders at the respective addresses furnished for such purposes. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 11. SECURITY FOR FAITHFUL PERFORMANCE: Simultaneously with his delivery of the executed contract, the Con- tractor shall furnish a surety bond or bonds as security for faithful per- formance of this Contract and for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract, as specified in the General Conditions P� IB-3 included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 12. QUALIFICATION OF SURETIES Sureties must be on the U. S. Treasury Department list of accep- table sureties on Federal bonds. Also the risk must be within the firm's limitations as established by the Treasury Department. Sureties must be acceptable to the Owner. 13. LAWS AND REGULATIONS The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 14. ESTIMATED QUANTITIES: The estimated quantities of work are stated in the bid proposal form. 15. AWARD OF CONTRACT: f the Contract will be made to the lowest responsible, Award o p , qualified bidder complying with the requirements of the Contract Docu- ments, provided the bid is reasonable and it is to the interest of the Owner to accept it. The Owner reserves the right to reject all bids and to waive ' any informality in bids received. t 5. IB-4 tI BID FOR UNIT PRICE CONTRACTS Place Jefferson City, Missouri Date May 4, 1964 Proposal of Roy A. Scheperle Const. Co. (hereinafter called "Bidder") * Ott4t>&_*k ix fxxxxxxxxxxxxxxxxxxx mkip; or an individual doing business as Roy A. Scheperle Construction Company To the City of Jefferson, Missouri, (hereinafter called "Owner"). Gentlemen: The Bidder, in compliance with your Invitation for Bids for the construction of a Sanitary Trunk Sewer in the Gray's Creek Watershed, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the avail- ability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated in the attached bid sheets. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. Bidder hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice -to Proceed" of the Owner r. and to fully complete the project within ninety (90) consecutive calendar clays thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of Fifty Dollars ($50. 00)•for each consecutive calendar day thereafter as hereinafter provided in Section 17 of the General Conditions. Bidder acknowledges receipt of the following addendumL�t i . -� liisert corporation, partnership or individual as'applicable. P-1 •. r.:,rSiw,Y ,•w.�:,� . .. w.T.... .lr,.....r.;n.� ..ta�'+,r.,..:,,r.,...,...,..,. i • Ilidder agrees to perform all the construction work described in the specifications and shown on the plans for the unit prices shown on the rit.trtched bid sheets. (Amounts are to be shown in both words and figures. iIn (rise of discrepancy, the amount shown in words will govern. ) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc. , to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any ior all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be with- drawn for a period of thirty (30) calendar days after the scheduled closing ti.ine for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by Section V of the General Conditions. The bid security attached in the sum of 5% of amount of bid ($----------- ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully submitted, BY Q (Title) O ner la (Business Address) Roy A. Scheperle Const, Co, 1913 West Dunklin Blvd. Jefferson City, Missouri 1 �t I (51::11.. - if bid is by a corporation) T P-2 CITY OF JEFFERSON, MISSOURI SANITARY TRUNK SEWER GRAYS CREEK BID ITEMS 1. Trench Excavation, Class A . . . . . . . . . . 100 cu. yd.. @ $ ( ,X" -z' ? -�..(";',")�"-) ' - $ 14 (Figures) (Written Out) (Extension) :'.. Trench Excavation, Class B . . . . . . . . . . . . . . . . . . . . . . . 3, 750 cu. yd. (ri1 3. Manholes, Complete in Place - Depth from feet to 6feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2. ea�ch_ @ 4, Manholes, Complete in Place - Depth from 6 feet to 8feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 each @ Z 5. Manholes, Complete in Place - Depth from 8 feet to ; 10 feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 each @ T «� 6. Manholes, Complete in Place - Depth from 10 feet to 12 feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 each @ ( !iJf-'!P�' /•..,r L,�J.1'_ ( r .f1. �Lt k rC A' P-3 `t i� r „�,.r nr-.rr .,.. a.Yr.,.. ,r. —.,'1s.r;.'-.w.�-r. �. rq. ,•.NN... + . 7. Drop Manhole, Complete in Place. . . ,No. 108 Sta. 20}33 ./ �l / Lump Sum @ t — �/—��) �C' { G`L4'L ..1LGG�7LrLl.�?e.0 1 •CrC{Y. L 2 ) /'/O e9, p 4 8. Drop Manhole, Complete in Place, No. 120, Sta. 3+25,v�Suubtrunk A . . . . . . . . . . . . . . . . . . . . . . . . . .Lump Suin 9. 12-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . 1, 515 lin. ft. @ --� 10. 910-Inch V. C. P. , C-200 .. . . . . . . . . . . . . . .�. .. . . . . . . . . .�1, 380 lin. ft. @ p�. �C) ( c•z`' �Ct1-Ctid �Lszl� /—a �1 ,(�'c 9i $ g<l,7 O, can 11 . 8-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . . 3, 040 lin. ft. @ $ J'GJ— { Ga to�- f -ed-f 4 $ ;�"��6, do 12. 8-Inch Wye Junction on 8-Inch Pipe . . . . . . . . . . . . . . . 1 each @ 13. 6-Inch Wye Junction on 8-Inch Pipe . . . . . . . . . . . . . . . . 2 each @ 14. f6-Inch Wye Junction on 10-Innch Pipe . . . . . . . . . . . . . . . 2 each @ 15. 6-Inch Wye Junction on 12-Inch Pipe . . . . . . . . . . . . . . . . 4 each @ i 16. 6-Inch Pipe Special . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 each @ 17. 8-Inch Pipe Special . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 each @ 0 CI !, P-4 t•l®�"� ' /�..iuri.'.ii�"p:t:iii.f��:�:�;'��.,:-� Mf�d:.}',�V(t�!''''�,�p„ '' � .i.� ..iarw• ;��l,_Idy�_....... .eE,. 4.. Ih. 18-1nc.h Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . . 1 each 11). 8-Inch Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . . . 9 each @ .•'j q 0 U ' 20. 6-Inch Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . 2 each @ 21. Crushed Rock ffor"Subgrade Replacement . . . . . . . . . . . 5 cu. yd. @ V a15. 22. Granular Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 240 cu. yd. u- 23. Class B Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 cu. yd. @ 2,1. Class C Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 cu. yd. @ 25. Lumber Ordered Left in Trench . . . . . . . . . ".'. . . . . 0. 5 MFBM @ 26. Removal. and Replacement of Concrete Pavement. . . . 60 sq. yd. @ 27. Removal and Replacement of Asphaltic Pavement. . . . 35 sq. yd. @ 5,. :�; ti,(,C� _ ( '/•//!/Z PL'. lNr���Cti,(/Z .`LJt.�1G �N K!`^7 .f�svCd� $ /�b . �P i 8- Removal and Replacement of Concrete Curb . . . . . . . . 30 lin. ft. @ � 00 P-5 �' l � �d;� t 1�lf u t +�. Vil.,,hi•_c 1_n. L Wl.i: 1� .iw.• ��.wJ'5.� 2— - �� :j�.;;"••1 � �. rJ+^ �• 1Y�1.» 1q. Connection to Existing Manhole . . . . . . . . . . . . . . . . . . . . 2 each @ ' 30. Plugging 2 Sewers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum o� Total Bid $ g5o 1 1 • i y. . ' 4 S; 1 P-6 r� i. •K., r.�t. rr�,��r .r1'• nr r..+r. , -......r .; .fir,f�, •err r, .wi r..t��,.ir...y.. .,, ,..w-rTr�r•>-y-r"T'!'• . jo r....'6161 1�r. .n Iriill Gr J(I+tiiYa11� 1...,I •t, _I h. .i1..:1...-_- ..,�1.'f�. .1.2._ .--h.__..1..,1.:.:..i:J+S..['•Ii±�rJ:.Lf.�t1..fiLLt la._.-.....:-.. i„r.,,/,O?01 ,. �„.o„�,,,•�,. • ' Hart Ford, Connecticut 1, I (A STOCK COMPANY) I Bond No. a BID BOND i• �i:sj l!r lr.�rl,l I Know All Men By These Presents That we / ROY A. SCHEPERLE d..b a------..--•---_---_•--,•. ROX-.A...-SC.III;.PERK);.-C.PN.$.TRUC. TON..COMPANY................................................................................................. 4 uf. .. .lt)i-'; lJGSt..A.unkJ,:in.,--.,Tekfc�-soil.-C.iLy,-•Mo....................................(hereinafter called the Principal), its 1'rinci ml, am] THE, '111AVEUIRS INDEIMNITY COMPANY, a corporation, organized and existing under the .' laps of the date of Connecticut and having its principal place of business in Hartford, Connecticut (hereinafter !•' ' rallrtl I he Surety), as Surety,are held and firmly hound unto........... ITY--0 -JEFFERSON CITY MISSOURI--•-•-•• I ..........................a. ........ • I Yi�I+ ..................................................................................(hereinafter called the Obligee) in the penal sum of i I I I:Vf'. Pi ERCrNT. ._(n).-Or.•AMOUNT..OF..B�?....................... .....=�. ..... ..Dollars ( ) i, for t lit! lrtyux•nt of which the Principal and the Surety bind themselves, their heirs,executors, administrators, Bile- � ;"• i vessors:n d wr signs, jointly and severally,firmly by these presents. HE' (' )NI)i'!'IO OF THIS 011LIGATION IS SUCH, That, whereas the Principal has submitted or is al„utt. ttl suflnlit It proposal to the Obligee on a contract for............Construction o...f Sanitary Trunk `'• . r .. 1y.1 i• ;iu';:c+t..,...G);tty.'. �...Gi-c ric,._Jcifrson-•City-,...Missouri......................................................................................... r !:, •J ; < 11 ` I tr? N-MV, '1'111,111,F0I`1 ,, if the said contract be awarded to the Principal and the Principal shall, within such t t fail :1:Hill} llr slx t iliecl, t•nter into the contract in writing,and give bond,with surety acceptable to the Obligee for fait 11fnl I,crfurtuuncc of the said contract;or if the Principal shall fail to do so,pay to the Obligee the damages vd,icli 1.114. Obligvc may st.dTer by reason of such failure not exceeding the penalty of this bond,then this obligation '411:111 br void; ot.heru'isc to remain in full force and effect. ?t 1, 1 SIGN I,i), S It'ALUM AND DATED this....... 4..................da of...............MAY Ip 64 ROY A. SCHEPERLE d/b/a ROY A. SCHEPERLE CONST. CO. ;;t ,• r The Travelers Indemnity Company, 1 I 1�'''1, ,t,�11 �+yrriLl�..I.•..+.1/lYA1a,J1/�„V.JM�awti1H�«1.����,I.�iYw.r..► - .. .,w,�J��Md ..Mu.�!..+.i.�,I�YYI�+. Nta.7.aa1.. �, :!' �uMl �. IJ ',4� r '• "I'lle Travelers hidemility Company !Hartford, Connecticut POWER OF ATTORNEY KNOW AU MIM 13Y THESE PRESENTS: 'I h•It TIII': •I']::\\'I:.i,BRS INDEMNITY CO\II'ANY, a corporation of the State of Connecticut, ti4c: h,•n 11•,• ul,tla•, ,•onstiutte and appoint ___._ ;.1.,,,• i t';"truer, John W. Tucker, J. R. Thompson, Chester A. Miles, R. M. Hanes, all of IV, W.s.-ouri and W. H. Craig, Earl.ene C. Chi.les, both of Jefferson City, 4,1 t;i�our.'_ and, Dana Durand of Leawood, Kansas and Morton M. Jones of Mission Hills, Kansas and Robert A. Braddock of Kansas City, Kansas and W. E. Manion of Mission, Kansas and Jay R. Warner, James A. Wiley, both of Overland Park, Kansas, EACH its true and lawful Attorney(s)-in-Fact, with full power and authority, for and oil behalf of the Company "IS suref.y, 10 execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertal(ings, recognizances or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances or other written obliga .ions in the nature thereof ;Ind to hind'I-I I I-.'I,NAVF,I,ERS I NIll.\1\1'1'1'CU\11':\N1'thereby,a nd all of the acts of �;tid :\I terse)t •I I iclI I,nrso.tnt Its ills presents, .it-(, het-chy ratified and confirmed. I i,l:. ,Ipl,oiutnu nl i., made under and by authority of the following by-laws of the Company which by-laws are urn\' in fill] force• and effect: A11,11't.tc IV, Sr.ern,x Ill. The !'resident, the Chairman of the Finance Committee, the Chairman of the In- sur,on•t• I:\eculive C;onnnittee,any Vice President, ally Secretary or any 1lepartlnent Secretary, may appoint un nt•v: Ill rk, I tit al;vllts with potct,r and authority,as dt,lined or lintital in their recpectit e potters of attorney, for•I n t l ,hriI.IV„f the Company to execute and deliver,and aflix the seal o f t he Company thereto,bonds,under- I,Il:i1w:,I r ,n;ni..unv ur otlu r written obligations in the nature thereof and nn\•of said oflicers may remove am' •nrll•tit, rn1•t it wt or it gent and revoke the its and authority Riven to him. \Id l Ire r IV.SI:C I lox 12. •1ny bond,undertaking,recognizance or written obligation in the nature thereof shall be valid•Ind bindill”upon the Company when signed by the President,the Chairman of the Finance Committee, the Ch.1il wan of tilt Insur iwe Executive Committee,or any Vice President and duly attested and scaled, if a e,II i•I, !sired, h%•any Secretary nr any Department Secretary or any Assistant Secretary,or when signed by th,•I',, i'lrrtt,the Chairman of the Finance Committee,the Chairman of the Insurance Execulivv Committee,or .Inv \i,,• PI.-i-lent ,Ind c•ounfersigned and scaled,if a seal is re,lnired,by a duly authorized attorney-in-fact or :I;:,rte; wd ,oli. .n,It bond, underlaking, recolz utizance or written obligation in flit,nature thereof shall be valid old hi'I,lin;: t1i"m the Contp:nty wht,n duly executed and coaled,if it seal is required,by one or store attorneys- iiI-f.0: .I.rut:, pill nt to and within the limits of the authority granted by his or their power or potters of I'iIim. P, 'l,411 it I(Wllr i>zit.11It•d and sealed b} Gu•simile tinder and by the authority of the following Rcsohl- Iil.Il .I(IIitIII•,1 j,\ the I Ii roc lors I,f TIlI" TRA\'I-'LRRS INDEMNITY C-O\'IPANl' at a meeting dilly Called nil held on tie., 30th day of Nuventhcr, 1959: '111.11 the,ignaone of,Inv officer authorize,]by the Ify-Laws and the Company seal stay be affixed by LIr-m ill 1,,:111 fnm,1 of al trn ney or special poteer of:ulornl)'or cerlilicnlion of either given for the execution of ,nn• I„nnl, un,h I1.11:inL�,iccoeni/ance or other written it lion in the nature thereof;such signature and seal, tt h1 a it",'d Iwin.�hereby adoplvd Ip•flit-Company as till,original signature of such officer and the original seal .11 the tlnnll.lmr, to he valid and hinding upon the Company with the saute force and effect as though ntanuall\ attice,l. c of n`.;.ornr;;,r i-evokes that issued January 26, 1962 on behalf of Speed Warner, ;•:,i,; ;1. :-; r• h, Thompson, Chester A. Merles; �Tane E. Johnston. R. M. Hanes, all and W. H. Craig, Earlere C. Chiles, both of Jefferson City, of L,eawood., Kansas and Mlorton M. Jones of M—fission Hills, r, . i.r'addock, ;Jay R. Warner, both of Kansas City, Kansas and W. E. IN \I, I I \I ti`: \\'1II"I'!1•a01i, THE TRA\'ELFIRS INDF1 INITY C-O:\WANY has caused these I r, •, 111, 10 11, r, 1 It, its proper ollicer and its corporate seal to he hereunto afiixe(I this 20th 111 62 . t THE TRAVELERS INDEMNITY COMPANY WQ5 �1�, lay SL- AL 3' (t tIti Jyr •. • A' Secretary, Fidelity and Surety ' t cite of Coimcctic it, County of Ilartford—ss: ( ):I Ihii ;4'th day rtf March in flit- year 1962 before nt(. personally I:. \l'. I\ uuu.lnu to me 1:114) ll, who, being; by me duly sworn, did depose and say: that he resides in 1 ,It.It he i•• tieerefar\ Il ideliIv :III(l Surviv) 4TH INDEMNITN' in ,11141 y high r„,'uled th, .tL,1\c i;t•.1t lln1, nl ; 111.11 he I<llmv_ tilt' I.. .,i,l inrltunn nl 1 r.u, I: ,n1lnn.11, 1,11: 111.11 it \%;I-, so ,Illctr l I., I. 1 Ili, Ir• I Ill tit 11,1 I'4,1lnrl,Illt,11, ,111,1 ill It 114' .•I',•1 141 flu• 11"Ille flivil.lu 1�\ ll1 I����t •'Y.. CERTIFICATION 1, W. A. P(-rson, Assistant Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY C OBI I't\N)' rrrtify that the foregoing power of attorney, the above quoted Sections 10 and 12 of Article IV of 1h� It.+-La�:s;uul the esolution of the Board of Directors of November 30, 1959 have not been modified or rcvokt!d and are now in full force and effect. 1 Signed and Sealed at Hartford, Connecticut,this ' day of ✓ ��°t 19 `l 1 � �`` •• n a; SE-ALO Assistant Secretary, Fidelity and Surety S-1-0 (nnc>;) .1 • J , 9t�„ i1 ' I, CONTRACT THIS AGREEMENT, made this the / r9µ day of Aly 1964, by and between the City of Jefferson, Missouri, acting herein through its Mayor, hereinafter called "Owner" and * #?e>Y 4. J_Wroww.t.e< rCOY A. Sc yk P�2tE an individual doing business as CeN3?IeJCT/��✓ COM�A� ll of the City of County of (focE and State of A11-55eIf M_ o hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the construction described as follows: Construction of a Sanitary Trunk Sewer in the Grays Creek Watershed, hereinafter called the project, for the sum of ioLry I`ou�e �jdeclshrrr> r /Gllr u,voat-v � FiFTV —Dollars ($ Jq '?6-0. � ) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in the Proposal, the General Conditions, Supple- mental General Conditions and Special Conditions of the Contract, the plans, which include all maps, plats, blue prints, and other drawings and printed or written explanatory matter thereof, the specifications and contract docu- ments therefor as prepared by Horner & Shifrin, Consulting Engineers, herein entitled the Engineer, and as stated in Section 1 of the General Con- ,r ditions, all of which are made a part hereof and collectively evidence and constitute the contract. The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the C-1 Owner and to fully complete the project within ninety (90) consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of Fifty Dollars ($50. 00) for each consecu- tive calendar day thereafter as hereinafter provided in Section 17 of the General Conditions. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions, as provided in the General Conditions of the Contract, and to make payments on account thereof as provided in Section 23, "Payments to Contractor", of the General Conditions. IN WITN d 5§c HEREOF, the parties to these presents have executed this contract in counterparts, each of which shall be deemed an original, in the year and day first above mentioned. (SEAL) CITY of c�EFF4�S/N Missodei (Owner) ATTEST a � dv�lzl4k By C n +er_ A o Roy ,v. �t'cHEOE.e c e oo &y q SC14EjOEXL0 Cp.vsrXdrn0-*r Cd MPAI^' (Witness) (Contractor) (SEAL) n - By Jutw� (Witness) (Address) Strike out inapplicable terms. Secretary of the Owner should attest. If .� Contractor is corporation, Secretary should attest. Give proper title of each person executing contract. C-2 PERFORMANCE-PAYMENT BOND "J (To be used in Missouri as required by Missouri Statutes, 1949, Sec. 107.170 Vernon's Missouri Statutes Annotated) THE STATE OF MISSOURI COUNTY OF (2 o,cam' ^ SGflC'AL''72tE Co/�/STi2t�Cr�PION KNOW ALL MEN BY THESE PRESENTS: That we (1) koy /-1. �cN� r2rE CM),L Roy ,d. (2) i .-V /,yor✓!Dc1At. of ci=�rLsan/ CI-r% 14lSsorJ2l hereinafter called Principal and (3) H6 '_�1oeAVEvj_E&Z5 1WOarMIyir CdMsl y%f 1 of AlgR„rFVP_D , State of cfoN/yAcT/[yT , hereinafter called the Surety, are held and firmly bound unto (4) C ry o n or �EFFe-7�.SON� / is Soy 2 i , hereinafter called Owner, and until all persons, firms, and corporations who may furnish materials for, or perform labor pon the �- building or improvements hereinafter referred to in the penal sum of ' lr r rV �U�2 /Nour��✓p I�ft A4�roat-n of va Fi�r�' Dollars ($34, d'.Sa. o c ) in lawful money of the United States, to be paid in 5 7ZAAI 5,1W e,TV. /No,, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators and suc- cessors, jointly and severally, firmly by these presents . THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal enters into a certain agreement with (6) G r 7V or /Vass o a�e% the Owner, dated the 12TN day of �yjg,E , A.D. 19 a copy of which is hereto attached and made a part hereof for the construction of : -Ssl.v! "2Y 71e WK =op. 6za04 Ys G L—C&rX iw C,6E`FEes0,,1 Cr Ty, No herein sometimes called the "Project". NOW, THEREFORE, if the said Principal shall well and truly perform and complete said project in strict accordance with said Agreement, Information for Bidders, Pro- posal, Plans and Specifications, and related documents, shall pay as they become due all just claims for work or labor performed and materials furnished in connection with said Agreement, including all amounts due for materials, lubricants, oil, gasoline, grain, hay, food, coal and coke, repairs on machinery, groceries and food stuffs, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums, both compensation and all other kinds of insurance, on said work, and for all labor, performed in such work whether by subcontractor or otherwise, and shall defend, indemnify and save harmless said Owner against any and ' every kind, including patent infringement claims except as otherwise provided in said specifications and other contract documents arising out of or in relation to the performance of said work and the provisions of said Agreement, then these presents shall be void; otherwise they shall remain in full force and effect. This obligation is made for the use of said Owner and also for the use and benefit of all persons who may perform any work or labor or furnish any material in the execution of said Agree- ' ment and may be sued on thereby in the name of said Owner. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Cpl County, State of Missouri and that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alter- ation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation of this bond, and it does hereby waive notice of any such change extension of time, alteration or addition to the terms of the contract or to the work or to the specifications . PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. INWITNESS WHEREOF, this instrument is executed in '41 counterparts, each one of which shall be deemed an original, this the /02 ra day of /rIAY , A.D. 19 65 . ATTEST: �Qov A. rS'CNE/P��-�2c� b l4 KoY r � t<'1¢G.G c.OM-tT72JGTIa.� �OMI�N/!'� Principal Principal Secretary By ai (SEAL) / / W. c�,✓ L✓o a! OW CITY I/ Address Witness as to Principal C (Tv t" LL433LD(r. FF1-:n-s c r✓ M rs s 0 Lf IS- Address ATTEST: � r yE BRA✓E,(,E72S �i✓ab�rl�vlT'i ��lfWaY Surety By fAttor!niey-in-Fact Surety Secretary C L-IYss.u2i u T ceMV4,V�r &oG. (SEAL) &-r_ ITY IS a��Ci (Address)'1 Witness as to Surety Q J-a a. a ,fir-FAM-SO/V C n V A41SSOLJP l Address NOTE: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) A Corporation, a Partnership or an Individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5 County and State (6 Owner (7 If Contractor is Partnership, all partners should execute bond. wl • The Travelers Indemnity Company Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS ENDE1IcNITY COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Speed Warner, John W. Tucker, J� R. Thompsen, Chester A. Miles, R. M. Hanes, all of Kansas City, Missouri and W. H. Craig, Earlene C. Chiles, both cf Jefferson City, Missouri and Dana Durand of Leawood, Kansas and W rton M. Jones of Mission Hills, Kansas and Robert A. Braddock .�f Kansas Ci�y, Kansas and W. E. Manion of Mission, Kansas and Jay R. Warner, James A. Wi ey, be th. cif Gverland Park, Kansas, EACH -------- its true and lawful Attorneys)-in-Fact, with fall power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances c r rather written obligations in the natlure there f -------------- ---------and to bind THE TRAVELERS INDEMNITY COMPANY thereby,and all of the acts of said Attorney(s)- in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ARTICLE IV, SECTION 10. The President, the Chairman of the Finance Committee, the Chairman of the In- surance Executive Committee, any Vice President, any Secretary or any Department Secretary may appoint attorneys-in-factor agents with power and authority,as defined or limited in their respective powers of attorney, for and on behalf of the Company to execute and deliver,and affix the seal of the Company thereto,bonds,under- takings,recognizances or other written obligations in the nature thereof and any of said officers may remove any such attorney-in-fact or agent and revoke the power and authority given to him. ARTICLE IV,SECTION 12. Any bond,undertaking,recognizance or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President,the Chairman of the Finance Committee, the Chairman of the Insurance Executive Committee,or any Vice President and duly attested and sealed, if a seal is required, by any Secretary or any Department Secretary or any Assistant Secretary,or when signed by the President,the Chairman of the Finance Committee,the Chairman of the Insurance Executive Committee,or any Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney-in-fact or agent;and any such bond, undertaking, recognizance or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed,if a seal is required,by one or more attorneys- in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 30th day of November, 1959: VOTED: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance 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. This power of attorney revokes that ,iss.,.:.d man-,ary 26, 1962 on behalf of Speed Warner, John W. Tacker, J. R:, Th.impson, ,-;hesre.r A. 14ii.es, Jane E. Jchmston, R. M. Hanes, all of Kansas City, Missr-.�.ri and W. H. Craig,, Ear_'.ene V1. C;1-siles, b::.th ,�,f Jefferson City, Missouri and Dana Durand of ieawzcd, Kansas and ;vl. rt,cn M. Jones of Mission Hills, Kansas and Robert A. Braddock; Jay R. Warner,, bc,h of Kansas City, Kansas and W. E. Manion of Mission, Kansas - - ------•--- -••------ --------------.d-- IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 20th day of March 1962 . THE TRAVELERS INDEMNITY COMPANY 5 ....... N, B ��•�- f� y S E A L `3 Secretary, Fidelity and Surety State of Connecticut, County of Hartford—ss., On this 20-_h day of March in the year 1962 before me personally came R. W. Kammann to me known, who, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; that he is Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of his office under the by-laws of said corporation, and that lie signed his name thereto by like authority. GPaET"D''•.lG `Ili- �����<Gy%r�GG ,Z NOTARY w.r PUBLIC ,.'� Notary Public �rFORD,. O G� My commission expires April 1, 1964 &1869 NEW 1239 PRINTED IN u,s.A. (Over) Owl . CERTIFICATION I, W. A. Person, Assistant Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY COMPANY certify that the foregoing power of attorney, the above quoted Sections 10 and 12 of Article IV of the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been modified or revoked and are now in full force and effect. Signed and Sealed at Hartford, Connecticut, this day of ma 19 &q. �; S E•A L 3 a,'�v Assistant Secretary, Fidelity and Surety S-1869 (BACK) r GENERAL CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS: The Plans, Specifications and Addenda shall form part of this Con- tract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. Z. DEFINITIONS: The following erms as used in this contract are respectively de- fined as follows: (a) "Contractor". A person, firm or corporation with whom the Contract is made by the Owner. (b) "Subcontractor". A person, firm or corporation supplying 1 labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor. (c) "Work on (at) the project". Work to be performed at the loca- tion of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. 3. SHOP OR SETTING DRAWINGS: The Contractor shall submit promptly to the Engineer two copies of each shop or setting drawing required. After examination of such drawings by the Engineer and the return thereof, the Contractor shall make such corrections to the drawings as have been indicated and shall furnish the Engineer with two corrected copies. If requested by the Engineer, the Contractor must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Engineer the Contractor will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Engineer in writing of any deviations at the time he furnishes such drawings. GC-1 4. 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 addi- tional expense to the Owner. 5. CONTRACTOR'S TITLE TO MATERIALS: No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens., claims or encumbrances. 6. INSPECTION AND TESTING OF MATERIALS: (a) All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be selected by the Owner. The Owner will pay for all laboratory inspection service direct, and not as a part of the Contract, with the exception that the bid price for pipe and for brick structures includes certification that the pipe supplied has been tested to prove conformance with ASTM Specifi- cations. (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to e inspection and testing to establish conformance with specifications and suitability for uses intended. 7. "OR EQUAL" CLAUSE: Whenever a material or article required is specified or shown on the plans by using the name of the proprietary product or of a particular manufacturer or vendor, any material or article which will perform ade- quately the duties imposed by the general design will be considered equal and satisfactory providing the material or article so proposed is of equal substance and function in the Engineer's opinion. It shall not be purchased or installed without his written approval. GC-2 i B. PATENTS: (a) The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the contract, including its, use by the Owner, unless otherwise specifically stipulated in the Contract Documents. (b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, direct by the Owner and not by or through the Contractor. (c) If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood, that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trade- mark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or dam- age which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 9. SURVEYS, PERMITS AND REGULATIONS: Unless otherwise expressly provided for in the Specifications, the Owner will furnish to the Contractor all surveys necessary for the execu- tion of the work. The Contractor shall procure and pay for all permits licenses and approvals necessary for the execution of his contract, with the exceptions stated in the Special Conditions. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the pro- tection of adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 10. CONTRACTOR'S OBLIGATIONS: ' The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, GC-3 equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work re- quired by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said specifications and in accord- ance with the plans and drawings covered by this Contract and any and all supplemental plans and drawings, and in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The Contractor shall observe, comply with, and be subject to all terms, conditions, require- ments, and limitations of the Contract and specifications, and shall do, carry on, and complete the entire work to the satisfaction of the Engineer and the Owner. 11. WEATHER CONDITIONS: In the event of temporary suspension of work, or during inclement weather, or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the Contractor. 12. PROTECTION OF WORK AND PROPERTY - EMERGENCY: The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The Contractor shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the.Con- tract or by the Owner, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor will be allowed to act, without previous instructions from the Engineer, in a diligent manner. He shall notify the Engineer immediately thereafter. Any claim for compensation by the Con- tractor due to such extra work shall be promptly submitted to the Engineer for approval. i� Where the Contractor has not taken action but has notified the Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized ' by the Engineer. GC-4 The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in Section 15 of the General Conditions. 13. REPORTS, RECORDS AND DATA: ® The Contractor shall submit to the Owner such schedule of quantities ® and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this Contract. 14. SUPERINTENDENCE BY CONTRACTOR: At the site of the work the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Con- tractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity.for the particular job involved unless he ceases to be on the Contractor's payroll. 15. CHANGES IN WORK: No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost o£: r, (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. r' To the cost under (c) there shall be added a fixed fee to be agreed upon but not to exceed fifteen per cent (1576) of the estimated cost of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. GC-5 16. EXTRAS: Without invalidating the Contract, the Owner may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Engineer, acting officially for the Owner, and the price is stated in such order. 17. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for com- pletion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually under- stood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the work order. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Owner the amount specified in the Contract, not as a penalty but as liquidated dam- ages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Con- tractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications wherein a definite and O GC-6 i certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the comple- tion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, That the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (a) To any preference, priority or allocation order duly issued by the Government; (b) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; and (c) To any delays of subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article: Provided, Further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 18. CORRECTION OF WORK: All work, all materials, whether incorporated in the work or not, all processes of manufacture, and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of the quality and suitability of the work, materials, pro- , cesses of manufacture, and methods of construction for the purposes for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case maybe, by the Contractor at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not per- formed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. GC-7 19. SUBSURFACE CONDITIONS FOUND DIFFERENT: Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown on the plans or indicated in the specifications, he shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon 1 promptly investigate the conditions, and if he finds that they materially differ from those shown on the plans or indicated in the specifications, he will at once make such changes in the plans and/or specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Section 15 of the General Conditions. e20. CLAIMS FOR EXTRA COSTS: No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Engineer approved by the owner, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of Se't:tion 15(c) of the General Conditions, the Contractor shall furnish sat- isfactory bills, payrolls and vouchers covering all items of cost and when requested by the Owner, give the Owner access to accounts relating thereto. 21. RIGHT OF THE OWNER TO TERMINATE CONTRACT: In the event that any of the provisions of this Contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon. the Contractor and the Surety of its intention to terminate the Contract, such notices to contain the reasons for such intention to terminate the Contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination the Owner shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract; provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by Contract or by force account for the account and at the expense of the Contractor and the Con- tractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. GC-8 22. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES: Immediately after execution and delivery of the Contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Docu- ments, and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Con- tractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making. partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the con- tract price. 23. PAYMENTS TO CONTRACTOR: (a) Not later than the 15th day of each calendar month the Owner shall make a progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to ensure the proper performance of this Contract, the Owner shall retain ten per cent (1016) of the amount of each estimate until final completion and acceptance of all work covered by this Contract: provided, that the Owner at any time after fifty per cent (50 016) of the work has been completed, if it finds that satisfactory progress is being made, may make any of the remaining progress payments in full: provided, further, that on completion and acceptance of each separate building, public work, or other division of the Contract, on which the price is stated separately in the Contract, payment may be made in full, includ- ing retained percentages thereon, less authorized deductions. (b) In preparing estimates the material delivered on the site and preparatory work done may be taken into consideration. (c) All material and work covered by partial payments made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all of the terms of the Contract. ' (d) Owner's Right to Withhold Certain Amounts and Make Application Thereof: The Contractor agrees that he will indemnify and save the Owner GC-9 harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including com- missary, incurred in the furtherance of the performance of this Contract. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If the Contractor fails so to do, then the Owner may, after having served written notice on the said Contractor, either pay unpaid bills, of which the Owner has written notice, direct, or withhold from the Contractor's unpaid compensation a sum of money deemed reason- ably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor or his Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of the Contractor, and any payment so made by the Owner, shall be considered as a payment made under the Contract by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payment made in good faith. 24. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: The acceptance of the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Con- tractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to re- lease the Contractor or his sureties from any obligations under this Con- tract or the performance and payment bond. 25. PAYMENTS BY CONTRACTOR: The Contractor shall pay (a) for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools, and other expendable equipment to the extent of 90 per cent (90%) of the cost thereof, not later than the 20th day of the calendar month following that in which such materials, tools, and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such ' materials, tools, and equipment are incorporated or used, and (c) to each of his subcontractors, not later than the 5th day following each pay- ment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractor's interest therein. GC-10 1 26. CONTRACTORS' AND SUBCONTRACTORS' INSURANCE: The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (a) Compensation Insurance. The Contractor shall procure and maintain during the life of this Contract Workmen's Compensation Insur- ance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the project under this Con- ' tract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's-Compensation Insurance. In case any class of employees en- gaged in hazardous work on the project under this Contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. (b) Contractor's Public Liability and Property Damage Insurance. The Contractor shall procure and shall maintain during the life of this Con- tract, Contractor's Public Liability Insurance and Contractor's Property Damage Insurance in an amount not less than $100, 000 for injuries, in- cluding accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $300, 000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100, 000. (c) Subcontractor's Public Liability and Property Damage Insurance. The Contractor shall either (1) require each of his subcontractors to pro- cure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. (d) Scope of Insurance and Special Hazards. The insurance required under subparagraphs (b) and (c) hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, against damage claims which may arise from operations under this Contract, whether such opera- tions be by the insured or by anyone directly or indirectly employed by him and, also against any of the special hazards which may be encountered in the performance of this Contract as stated in Section 43 of the General Conditions. GC-11 (e) Builder's Risk Insurance (Fire and Extended Coverage). Until the project is completed and is accepted by the Owner, the Owner is re- quired to maintain Builders Risk Insurance (fire and extended coverage) on a 100 per cent basis on the insurable portion of the project for the benefit of the Owner, the prime Contractor, and subcontractors as their interests may appear. The Contractor shall not include any costs for Builder's Risk Insurance (fire and extended coverage) premiums during construction. However, this provision shall not release the Contractor from his obligation to complete, according to plans and specifications, the project covered by the contract, and the Contractor and his surety shall be obligated to full performance of the Contractor's undertaking. (f) Proof of Carriage of Insurance. The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies. Such certifi- cates shall also contain substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner. " 27. CONTRACT SECURITY: The Contractor shall furnish a performance bond in an amount at least equal to one hundred per cent (10076) of the contract prices as security for the faithful performance of this contract and also a payment bond in an amount not less than fifty per cent (50%) of the contract price or in a penal sum not less than that prescribed by State or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this con- ' tract. The performance bond and the payment bond may be in one or in separate instruments in accordance with local law. 28. ADDITIONAL OR SUBSTITUTE BOND: If at any time the Owner for justifiable cause, shall be or become dissatisfied with any surety or sureties then upon the Performance or Payment Bonds, the Contractor shall within five (5) days after notice from the Owner so to do, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on such bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished such an acceptable bond to the Owner. GC-12 29. ASSIGNMENTS: The Contractor shall not assign the whole or any part of this con- , tract or any moneys due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys 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 moneys due or to become due to the Con- tractor shall be subject to prior claims of all persons, firms and corpora- tions for services rendered or materials supplied for the performance of the work called for in this contract. 30. MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts of neglect on the part of the Contractor, any other contractor or any subcontractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration if such other contractor or subcontractors will so settle. If such other contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harm- less the Owner against any such claim. 31. SEPARATE CONTRACTS: The Contractor shall coordinate his operations with those of other I contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Con- tractor, including his subcontractors, shall .keep informed of the progress and the detail work of other contractors and shall notify the Engineer im- mediately of lack of progress or defective workmanship on the part of other contractors. Failure of a Contractor to keep informed of the work pro- gressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 32. SUBCONTRACTING: (a) The Contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty subcontractors. (b) The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given ' until the Contractor submits to the Owner a written statement concerning GC-13 the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. (c) The Contractor shall be 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. (d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Con- tractor by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. (e) Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. 33. ENGINEER'S AUTHORITY: The Engineer shall give all orders and directions contemplated under this contract and specifications relative to the execution of the work. The Engineer shall determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are to be paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Engineer's estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said contract or specifications, the determination or decision of the Engineer shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this contract affected in any manner or to any extent by such question. The Engineer shall decide the meaning and intent of any portion of the specifications and of any plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this contract and other contractors performing work for the Owner shall be adjusted and determined by the Engineer. 34. USE OF PREMISES AND REMOVAL OF DEBRIS: The Contractor expressly undertakes at his own expense: (a) To take every precaution against injuries to persons or damage to property; 1 GC-14 (b) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other contractors. (c) To p lace upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work. (d) To clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance. (e) Before final payment to remove all surplus material, false-work, temporary structures, including foundations thereof, plant of any descrip- tion and debris of every nature resulting from his operations, and to put the site in a neat, orderly conditions. (f) To effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifications and, except with the consent of the Engineer, not to cut or otherwise alter the work of any other Contractor. 35. QUANTITIES OF ESTIMATE: Wherever the estimated quantities of work to be done and materials to be furnished under this contract are shown in any of the documents in- cluding the proposal, they are given for use in comparing bids and the right is especially reserved except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or de- sirable by the Owner to complete the work contemplated by this contract, and such increase or diminution shall in no way vitiate this contract, nor shall any such increase or diminution give cause for claims or liability for damages. 36. RIGHTS-OF-WAY AND SUSPENSION OF WORK: The Owner shall furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights- of-way as speedily as possible. But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before con- struction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the commencement, GC-15 by reason of any litigation, or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay, or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to such time as the Owner determines will compensate for the time lost by such delay, such deter- ' mination to be set forth in writing. 37. GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The Owner will give notice of observed defects with reasonable promptness. 38. CONFLICTING CONDITIONS: Any provision in any of the Contract Documents which may be in conflict or inconsistent with any of the paragraphs in these General Con- ditions shall be void to the extent of such conflict or inconsistency. 39. NOTICE AND SERVICE THEREOF: Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said Contractor at his last given address, or delivered in person to said Contractor or his authorized representative on the work. 40. REQUIRED PROVISIONS DEEMED INSERTED: Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. GC-16 41, PROTECTION OF LIVES AND HEALTH: In order to protect the lives and health of his employees under the contract, the Contractor shall comply with all pertinent provisions of the "Manual of Accident Prevention in Construction" issued by the Associated General Contractors of America, Inc. , and 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 employment on work under the contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may result from their failure or their improper construction, main- tenance, or operation. 42. WAGE RATES: (a) There shall be paid each laborer or mechanic of the Contractor or subcontractor engaged in work on the project under .this contract in the trade or occupation listed hereinafter, not less than the hourly wage rate established by the Industrial Commission of Missouri, as shown opposite the same, regardless of any contractual relationship which may be alleged to exist between the Contractor or any subcontractor and such laborers and mechanics. (b) If, after the award of the contract, it becomes necessary to employ any person in a trade or occupation not classified in the wage deter- minations, such person shall be paid at not less than such rate as shall be determined by the officials mentioned above. Such approved minimum rate shall be retroactive to the time of the initial employment of such person in such trade or occupation. The Contractor shall notify the Owner of his intention to employ persons in trades or occupations not classified in suf- ficient time for the Owner to obtain approved rates for such trades or occupations. ® (c) The specified wage rates are minimum rates only, and the ® Owner will not consider any claims for additional compensation made by the Contractor because of payment by the Contractor of any wage rate in excess of the applicable rate contained in this contract. All disputes in regard to the payment of wages in excess of those specified in this contract shall be adjusted by the Contractor. (d) Except as may be otherwise required by law, all claims and dis- putes pertaining to the classification of labor employed on the project under ' this contract shall be decided by the Owner's governing body or other duly designated official. GC-17 43. SPECIAL HAZARDS: The Contractor's and his subcontractor's Public Liability and Property Damage Insurance shall provide adequate protection against damage from blasting for rock excavation. i 1 1 i 1 1 1 z o-: GC-18 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 required to execute this Contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290. 210 to 290. 310, inclusive, of the Revised Statutes of Missouri, 1957. A schedule of such prevailing 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 attached hereto and made a part of the Contract. b. The principal Contractor and all subcontractors shall comply in all respects with House Committee Substitute for House Bill No. 294 as enacted by the 69th General Assembly and which became effective August 29, 1957, and embodied into the Revised Statutes of Missouri as Sections 290. 210 to 290. 310, inclusive, Revised Statutes of Missouri, 1957. 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 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 change. + O.P.CY CONNOR INDUSTRIAL COMMISSION OF MISSOURI C61~" DI►ARTMINT OF LASOR AND INDUSTRIAL RELATIONS MORM W.WISE STATI O►►ICI BUILDING ►,Inver •w BROADWAY Md HIGH STRISTS P.O. BO% NS CHARLES L CARS JOHN M. DALTON JEFFERSON CITY,MISSOURI Msm6r aovsattoa ERMAN V.EDWARDS SKMrry PHONE 63A-E44E Special Wage Determination No. 5378 Certification of building or heavy construction wage rates for Cole , County, Missouri Project or Contract: Sever Conetratrtion Work - 6 contracts For Jefferson City, Missouri (State Agency or sub-division) April 1T, 1964 In accordance with your request, dated , for the prevailing hourly rate of wages for workmen required to perform the above-named project or construction contract as listed in your request, and pursuant to Sections 290.210 to 310 R.S. Mo., 1957 Sessions Acts, the Department of Labor and In- dustrial Relations, acting by and through the Industrial Commission of Missouri, being duly informed and having full 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 construction work in said county for each of the crafts or types of workmen, listed on the attached wage rate schedules, are the prevailing straight time hourly wage rates for said county for the project or construction contract named and described in the caption hereof. 2. That the straight time hourly rates do not include any possible payments made by contractors for pension funds, or health and welfare funds,or for other purposes. NOTE: THE COMMISSION IS NOT AUTHORIZED TO FIX WAGE RATES.THE LAW DIRECTS IT TO FIX THE PREVAILING WAGE IN A LO- CALITY.A"LOCALITY"IS THE COUNTY OR COUNTIES WHERE THE PRO- JECT IS TO BE CONSTRUCTED. THE LAW PROVIDES THAT NOT LESS THAN THE PREVAILING WAGE FIXED BY THE COMMISSION MAY BE PAID BY A CONTRACTOR OR SUBCONTRACTOR, A HIGHER WAGE RATE MAY BE LAWFULLY PAID (SEE SECTION 290.270). 3. That the "prevailing hours of labor" for all classifications of laborers, work- men, and mechanics to be employed on said contemplated building or construc- tion work are eight (8) hours per day and forty (40) hours per week. 4. The general prevailing hourly rates for legal holidays and overtime work are as shown on the attached wage rate schedules for the crafts listed thereon. 5. That certified copies of this determination shall 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. ' Done at Jefferson City, Missouri, this 2-Ird day of April , 1964 INDUSTRIAL COMMISSION OF MISSOURI SE AL t Chairman, G. P. O'Connor A true copy. Attest: r Me r rB'e wise Erman V. Edwards, Secretary • Member,Chas. E. Ca s Note: 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 from date of Determination. Give reasons ' for your conclusions, in addition to the fact that you think the wage is too high or too low. This determination becomes obsolete unless a contract Is executed within 120 days of the above date. FUNCTIONS OF THE DE►ARTMENTs Impl.y..at S—ft (Uss—pl+yawt C*mp—ti--d.�rfora«l Savia)i Waksrs,4 COMPMrwtlrs Klnkd 4fidAISAWS ►mraiWR w"s Lars In/wtrW and NJM IntMgim r/SsfMy, and MdbHr of Palk LRaHY Lsiw Dlsrrshw WAGE RATES CERTIFIED PURSUANT to Section 190.210.910 RSMo., 1957 Session Acts.0.11. 1911 Heavy Cole Special Wage Determination For bgkft Construction in .....................»»... Mlssourl Order No. .........1.318.........„............... „. » Certified as of ».»..,...„...._.......„April»23 „.....—y 19 64 Project, Sewer Construction 1 By Work. 6 contracts Industrial Commission of Missouri Jefferson City, Missouri on behalf-of Department of Labor and Industrial Relations CRAFTS RATE OVERTIME Per Hour Rate ASBESTOS WORKERS .................... BOILERMAKERS ................................» Asst.Foreman or Lead Man Foreman 1 General Foreman Helpers BRICKLAYERS ..............»................. „» Foreman-2 men or more Tender(Hod Carriers—Jurisdiction Laborers) 2.85 1 CARPENTERS .................................................I................ „..»..„„. ». _»»» 3.70 2 Welder and Creosote Lumber Handlers Foreman-2 men or more CEMENTMASONS .....................................................».».._.». »»». 3.25 1 Cement Finishers—Composition Floor Foreman—1 man or more ELECTRICIANS (Inside Wiremon) ...............__....._.„. Foreman-5 men or,less Foreman-6 to 15 men General Foreman ENGINEERS ............................_.......................... ... Portable and Hoisting:Heavy Equipment i.65 2 Portable and Hoisting:Light Equipment •1 5 2 Portable and Hoisting,Oilers and Greasers E80 2 Portable and Hoisting,Foreman +.25 2 FITTERS ................................................._......................... _ Foreman .GLAZIERS ................................................... _„.� ._. LABORERS--4--­Common) ....................._......_» 2.575 2 Labor Foreman +.25 2 LATHERS—Metal, Wood .............................:........» .... „„ Foreman 0 st man on job) Foreman(more than one man on job) LINOLEUM LAYERS AND CUTTERS .............._......... _ Foreman MARBLE MASONS .................................................... ....._... Foreman Helpers MILLWRIGHTS—(Jurisdiction of Carpenters) .._...., „..»»„. .... „ Foreman-2 or more men ORNAMENTAL IRON WORKERS ....................................... Foreman-2 men or more PAINTERS .................................._.......„_ Painters, Spray Foreman ' Foreman Stage Work PAPER HANGERS ................................._........_..... Rollage Basis CRAFTS RATE OVERTIME Per Hour Rots PILE DRIVERS (Jurisdiction of Carpenters) ............................_................. » Foreman-2 men or more PLASTERERS .........................................................»,...»...». _,..._.»»,.......,».,..»_._ _» . Foreman-2nd man on job Plaster Tender or Helper —3-80 --•- 1 PLUMBERS Foreman Helper or Labour -.—�— 1 RIGGERS AND MACHINERY MOVERS ................................................_........,.»... ROD MEN, Reinforcing, Steel Workers 4.275 1 Foreman-2 men or more 5 1 ROOFERS—Composition, Slate, Tile .......................................................». _..».». Foreman SEWER TILE LAYERS (Botfommen) ...................................................... _.....»._ ._,,.» 2-$'2— 2 Semiskilled Laborers 2.675 2 SHEET METAL WORKERS ........................................................... ».__......»».......». Foreman ---. r General Foreman SPRINKLER FITTERS ..................................»»_. ...».»........»._._...n.»......»»». Foreman ....................._............»............. STEAMFITTERS Foreman STONE MASONS ........................................».... ».»......» .,. .».»._»»».».».. Foreman—2 men or more ......................................................». STRUCTURAL IRON WORKERS Foreman—•2 men or more TERRAZZO WORKERS ............................................................»...._».»»» »»........».».».» Foreman Helpers Base Operators TILE LAYERS—For Flooring and Walls ................................................... �.._» Foreman TRUCK'DRIVERS (Teamsters, Chauffeurs,Warehousemen and Helpers)...... 2.70 •2 TUCK POINTERS (old work) ......................................................... »..»...»..._ ...._ Foreman—•2 men or more WATERPROOFER ........................:................».....»................__....»...»................................ WATERPROOFER FOREMAN .........................................................».....................»»...... WELDERS, Acetylene and Electric, N.O.S. ..............................................»_.....»» Powdermen 2.95 2 Manhole Builders 2.675 2 Oilers , 2.80 2 t • • Truck Drivers come within the purview of the law only when the hauling of materials or equipment includes some phase of construction other than the mere transportation to the site of construction. •• Welders receive rate prescribed for craft performing operation to which welding is incidental. Overtime Rate No. 1: Means double time for all overtime worked during work week and Saturdays, Sundays and holidays. Overtime Rate No. 2: Means time and one-half for overtime worked during work week and on Sat- urdays, Sundays and holidays. THE ABOVE RATES ARE THE MINIMUM RATES. HIGHER RATES MAY BE PAID IF NECESSARY. i SPECIAL CONDITIONS 1. GENERAL: In general, the sanitary trunk sewer is to be constructed in ease- ments which are to be obtained through private property, and provided by the City of Jefferson. In some instances the sewer will be laid in public streets, both City and County. The City will provide the permit to cross the County roads. ® 2. EASEMENTS AND WORKING SPACE: Where work is to be carried out in easements through private prop- erty, 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 work- ing room and width of the easement. Where work is to be carried out in easements, title for which has been obtained for this construction, the width of the easement is intended to be sufficient to permit the construction of the sewer therein in accordance with the detailed plans and to provide working room for the storing of construction and excavated materials during the construction. The cleaning up and restoration of the surface upon comple- tion 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. 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. These conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving all areas clean and free from nuisance. 4. WATER: ' The Contractor shall make his own arrangements with the Capital City Water Company for water required for the construction and testing of the sewers. All costs of connections and, of providing means of conveying ' water to the points of use shall be borne by the Contractor. SC-1 r 5. CONCURRENT CONSTRUCTION: Construction of the sewer between station 17+76. 89 and station 29+75 on the main trunk and between station 0+00 and station 11+86 on Subtrunk A shall be carried on concurrently and in a manner which will expedite the alleviation of local nuisances. r6. CONTRACT LIMITS: This Contract includes only the gravity trunk sewer between station 3+54 and station 49+03 and Subtrunk A between station 0+00 and station 11+86 and the appropriate short connections thereto. The total length of sewer to be built under this Contract is approxi- mately 5, 900 feet. 1 . 1 1 1 r 1 ,e r SC-2 t TECHNICAL SPECIFICATIONS PART I MATERIALS OF CONSTRUCTION 1. MATERIALS AND INSPECTION: All materials and equipment used on this work shall �e new and of the best quality. 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. 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 necessary to aid the Engineer in the examination and culling of material. 2. GRANULAR BACKFILLING MATERIAL: Granular backfill material shall be crushed rock or gravel, less than 1-1/2 inches maximum size, free from large voids, clay, loam, vegetation, or other perishable materials. 3. PORTLAND CEMENT: ' a. The portland cement to be used under this Contract shall be a standard brand of portland cement which has been in practical use in public works and which has heretofore given satisfactory results. No brand of cement shall be used which the Engineer deems unfit for the work, nor shall different brands of cement, or cement from more than one mill, be mixed during use or used in any one length of pour. !LL' b. The cement shall meet the requirements of the current "Standard Specifications and Tests for Portland Cement" of the American Society for ' Testing Materials. I-1 c. The cement when delivered along the site or at the location where the concrete is to be mixed, shall be stored so as to protect it from damage; and no damaged, partially set or lumpy cement shall be used in the work, but shall be immediately removed from the premises. 4. 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 any other injurious deleterious substances. The sand shall be graded so that all particles shall pass a 3/8-inch sieve, not more than 5 per cent shall be retained on a No. 4 mesh sieve, not less than 5 per cent nor more than 30 per cent shall pass a standard No. 50 mesh sieve, and not more than 5 per cent shall pass a standard No. 100 mesh sieve. . The fineness modulus of the fine aggregate, when determined in accordance with the so-called Abrams' Method, shall not be less than 2. 30. All percentages shall be determined by weight. 5. COARSE AGGREGATE: The material to be used as coarse aggregate in 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. A sample of the aggregate, when submitted to the sodium sulphate accelerated soundness test or other current suggested standards of the American Society for Testing Materials for the freezing and thawing test, shall show no un- usual amount of fracturing. 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 no less than 2. 56. The gravel or crushed limestone shall be graded to meet the follow- ing requirements using the U. S. Standard Sieve Series: Passing 1-1/2-Inch Sieve 10016 by Weight 1-Inch Sieve 95-10076 by Weight 3/4-Inch Sieve 65-80% by Weight 3/8-Inch Sieve 15-40% by Weight ' No. 4 Mesh Sieve 0-5% by Weight To ensure the production of suitable aggregates, complying in all respects with this specification, the aggregate plant shall be subject to the approval of the Engineer, and no deliveries of aggregate shall be made I-2 until the operating conditions of the plant from which the aggregate is to be delivered have been inspected and approved. 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. 6. WATER: Water used in making or curing concrete or in mixing grout or mortar shall be from public potable water supplies. 7. VITRIFIED CLAY SEWER PIPE: Vitrified clay sewer pipe and fittings shall be new pipe of the best quality of hard-burned, salt-glazed vitrified clay or shale pipe, conform- ' ing in every respect to the requirements and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer 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. 8. CERTIFICATES ON SEWER PIPE: The Contractor will be required to furnish the City with certifi- cates from a reputable testing laboratory showing the results of tests made on pipe delivered to the project in accordance with the ASTM Speci- fications for the various types of pipe to be furnished. All expenses incidental to pipe testing shall be considered as included in the price bid per lineal foot for pipe furnished. 9. JOINT MATERIAL: For vitrified clay pipe, the joint material shall,consist of factory- molded joints or couplings on bell-and-spigot ends of the pipe compounded of high quality polyvinyl chloride plastic fused to the pipe and properly molded and cured to a uniform hardness and compressibility to form a tight compression joint. The joints shall conform to ASTM Specification C425, latest revision for Type II or Type III. The manufacturer of the joint shall certify that actual tests as set out in this ASTM Specification show that the joints as furnished meet all the specification requirements. I-3 10. COMMON SEWER BRICK: Common sewer brick to be furnished for manhole construction and for special structures where brick is specified shall be new, sound brick made from clay or shale, burned hard, entirely true and of compact texture with true, even faces and rectangular edges, conforming to Grade SA of the current Standard ASTM Specifications for Sewer Brick, Designation C32. The size of the brick shall conform to ASTM requirements of either size #1 (2-1/2-inch x 3-3/4-inch x 8-inch) or size #2 (2-1/2-inch x 4-inch x 8- 1/2-inch). Certificates shall be furnished showing the results of tests for the physical requirements on samples of brick representative of the shipments made to the project. These tests will conform to the require- ments of the ASTM Specifications, Designation C32. All expenses incidental to physical testing of the brick in accordance with ASTM Speci- fications shall be considered as included in the price bid for each brick structure. 11. CAST IRON MANHOLE FRAMES AND COVERS: Circular manhole rings and covers shall be gray iron castings of first quality, similar or equal to the frame and cover No.. R-1418-A as manufactured by Neenah Foundry Company. 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 weight not less than 355 pounds. All castings shall be made of cast iron conforming to Class No. 25 of the current ASTM Specification A-48 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. 12. CRUSHED ROCK FOR BEDDING PIPES IN TRENCHES: Crushed limestone and screenings or other suitable crushed rock for pipe bedding in trenches shall be free-flowing from the bins of the quarry, and protected on the working site against moisture absorption to retain its free-flowing property. The moisture content by weight shall not be more than 5 per cent on the exterior of the stockpile,. nor more than 3 per cent average for the entire stockpile. The material shall be uni- formly mixed and well graded, with 100 per cent passing a 1-inch sieve, 1 and no more than 15 per cent passing a No. 100 sieve. 13. CRUSHED ROCK FOR SUBGRADE REPLACEMENT: Crushed limestone and screenings or other suitable crushed rock I-4 for subgrade replacement 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. 14. PRECAST CONCRETE MANHOLES: Precast manhole sections shall be manufactured in accordance with ASTM Designation C478-61T. The minimum compressive strength of the concrete for all sections shall be 4, 000 psi. Joints of the manhole sections shall be formed entirely of concrete employing a rubber gasket conforming to ASTM Designation C443, and when assembled, shall be self-centering and make a uniform watertight joint. The gasket shall be the sole element utilized in sealing the joint from either internal or external hydrostatic pressure. No steps shall be built into walls of the precast sections. Each section of the precast manhole shall have not more than two holes for the purpose of handling and laying. These holes shall be tapered and shall be plugged with rubber stoppers or mortar after installation. Precast base sections may PP Y r.be supplied b the manufacture with inverts precast, or the inverts may be cast in the field by the Contractor. Inverts shall be smooth and accurately shaped to a semi-circular bottom conforming to the inside of the adjacent sewer sections. Changes in direction of the sewer and entering branches shall have a circular curve of as large a radius as the manhole will permit. Foulwater drops shall be provided where indicated on the plans. ?.t I-5 e TECHNICAL SPECIFICATIONS PART II METHOD OF SEWER CONSTRUCTION 1. COUNTY ROAD RIGHT-OF-WAY: The City is to make the necessary arrangement with the Cole County authorities for crossing Belmont Drive and Norris Drive. 2. INTERFERENCE WITH TRAFFIC: It must be recognized that the work of this project involves the construction of sewers along the public streets of the developed munici- pality. Access to abutting property should be provided wherever it is possible without interference with the construction operation. The Con- tractor shall carry out the construction of the sewer at street or highway intersections by tunneling or boring where it is so indicated on the plans. 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. Ater the sewer is constructed and the backfill made over the completed sewer, a temporary pavement is to be laid down and the street open to traffic in order to pro- vide 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. 3. PROTECTION OF TREES AND RESTORATION OF LANDSCAPED AREAS: Wherever the sewer is to be built in a right-of-way located along occupied 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 so 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 surface shall not be disturbed beyond the limits of the right-of-way, which shall include the necessary area for storing of materials of construction and excavated materials. Upon completion of II-1 the work, the surface shall be replaced to conform to the original surface. Where turf has been disturbed, the completed backfilled surface shall be raked and seeded during the proper time of the year. Where excavated material is stored adjacent to trees, it shall be carried 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 condition restored. Payment for carrying out the necessary protection and restoration as herein specified of trees and landscaped areas shall be considered as covered in the payments made at the price bid per cubic yard for "Trench Excavation". 4. 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 Contractor's operation shall be repaired by the Contractor and the cost considered as covered in the item of "Trench Excavation". All fences, sheds, garages, trees, shrubs, and other private property adjacent to the alignment of the sewer are to be protected from any damage due to this construction. Any damage done to private property shall be repaired by the Contractor to the satisfaction of the owner of said private property, and the cost of such repair shall be borne by the Contractor. 5. 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. The City does not guarantee the accuracy of these locations, but merely indicates the information which has been obtained from the com- panies 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 along which the sewers are to be constructed, and note all poles and overhead improvements which may affect his method of opera- tion in the construction of the sewers 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 protection during the construction of the sewers adjacent thereto, shall be considered as covered and included in the price bid for "Trench Excavation". II-2 The Contractor shall notify the utility owners in advance of any construction which would expose underground pipe lines or otherwise affect their safety. 6. REMOVAL AND REPLACEMENT OF SECONDARY PAVEMENTS: 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 thick- ness 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 pavements shall be made. Payment for such removal and replacement shall be considered as included in the price bid for "Trench Excavation". 7. 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 con- crete 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 settle- ment take place within 60 days of the initial pavement restoration. 8. REMOVAL AND RESTORATION OF CONCRETE PAVEMENT: Concrete pavement to be removed shall be cut to neat straight lines after completion of the granular backfill. Class A concrete shall be used to replace the pavement. The concrete shall be placed to the same depth as the original pavement but to a depth of not less than 6 inches. The concrete surface shall conform to the cross section and grade as set by the Engineer to meet the existing undisturbed pavement on each side of the area restored. 9. REMOVAL AND RESTORATION OF CONCRETE CURB: Where the alignment of the sewers requires the removal of existing concrete curb, removal shall be to the full extent of the concrete pave- ment removal. The curb shall be cut in a neat straight line and shall be replaced to the same cross section as that removed using Class A concrete, 1 II-3 i 10. TRENCH EXCAVATION: A series of borings was taken along the entire length of the con- struction. The results of these borings are shown on the plans for informa- tion 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. MD 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; 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 and concrete may be placed in the dry; of providing for the uninterrupted flow of surface water or sew- age 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 endangered by the work; of removing, after the completion of the work, all shoring, bracing and sheeting not necessary to support the sides of the trenches, leaving however the necessary sheeting and bracing for the proper protection of the adjacent property or utilities; of refilling the trenches and tamping or flushing in accordance with these specifications; of hauling away all surplus excavated material; and restoring the surface of the ground to the condition existing when work started in unpaved areas or replacing secondary pavements with crushed stone as described in Part II, Section 6. Trenches shall be excavated to a width between the limits tabulated below: Size of Pipe Minimum Width Maximum Width g" 2'4" 21101, 1011 21411 21 1011 1211 21411 211011 11. BRACING AND SHORING: Wherever, because of restrictions of working room or of necessity for protecting improvements, the trench must be excavated with vertical sides above the intrados of the pipe, the sides of the trench shall be securely held by bracing or sheeting of either wood or steel which may be removed in units as the level of the backfill reaches a safe elevation permitting such removal. Where timber sheeting and wood bracing is used and ordered II-4 left in place, payment for the furnishing and placing of the bracing and timber sheeting, which is ordered left in place, shall be paid for as in- dicated in Part III, "Payments". The payment for furnishing, installing and removing the sheeting and bracing which is not ordered left in place shall be included in the payment to be made for "Excavation". 12. TRENCHES WITH SLOPING SIDES, LIMITED: The Contractor may, at his option, where working conditions and rights-of-way permit, excavate sewer trenches with sloping sides, but with the following limitations: Only braced vertical trenches will be permitted in streets, alleys or easements which are paved. 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 this point shall be carried out with vertical sides for widths not exceeding the maximum widths provided for in these specifications under Part II, Section 10. 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 strengthening of the pipe is required, and accordingly, wherever such conditions exist and where the fill on the pipe exceeds 6 feet, the Con- tractor shall place a Class C concrete fill between the bottom of the trench and the level of the intrados of the pipe from the outside of the pipe to the undisturbed sides of the trench. No payment shall be made for such Class C concrete backfilling which shall become necessary on account of the Contractor's operations in excavating trenches of exces- sive widths below the specified levels. 13. EXCAVATION IN ROCK: Where rock or other hard material occurs in the trench at the planned grade of the bottom of the pipe in such way that any portion of the pipe would rest on rock, or hard material, or where in the opinion of the Engineer it is necessary, the excavation shall be carried to a depth below the planned grade so that no rock is closer than 2 inches to the outside of the pipe barrel and its bell. The trench shall then be refilled with Class C concrete to the springline of the pipe. II-5 The responsibility of the Contractor with respect to the use of explosives in blasting includes compliance with all laws, rules and regula- tions of the State, the City and the insuror, governing the keeping, storage, use, manufacture, sale, handling, transportation or bther distribution of explosives. 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:but 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 excavation, removing all loose and shattered rock or other loose material which may be dangerous to the workmen, and the excavation 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 relieve the Contractor from the necessity for making such re- moval, and the Contractor shall not be entitled to compensation therefor. A series of borings was taken as shown on the plan and profile. The results as shown are for information only. There is no expressed or implied agreement or guarantee that depths or character of materials are correctly shown or that conditions affecting the work will not differ from those shown on the plans. 14. TRENCH BOTTOMING: The grade shown on the profile of the sewer is that of the inside of the pipe at its lowest point. In excavating the bottom of the trench in material other than rock, the Contractor shall allow for the thickness of the pipe where pipe sewers are installed, and shall shape the trench bottom by hand to fit the lower section, as shown on the plans, recessing for the bell holes where the bell projects beyond the barrel of the pipe in such manner as to relieve the bell of all load. If the bottom has not been excavated to conform to the outside of the pipes, as shown in detail on the plans, the backfill necessary to the required grade for the outside of the pipe shall be made with crushed rock for bedding. Such crushed rock where excess excavation occurs, shall be placed at the Contractor's own expense. If the material in the bottom of the trench is unstable or otherwise unsuitable for supporting the pipe sewer, the unsuitable material may be excavated as directed by the Engineer and replaced with crushed rock. The quantity of such additional excavation and crushed rock shall be deter- mined by the Engineer and paid for by the City at the unit price bid for each item. If the trench bottom is rock, the trench shall be excavated as directed in Part II, Section 13. II-6 15. PIPE LAYING: Pipe shall be laid with the bell or socket uphill to the line and grade given by the Engineer on a prepared subgrade excavated and shaped as re- quired. 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 batter boards set at 25-foot intervals. 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 re- moved after the invert is completed, unless half-pipe is used. For vitrified clay pipe, the pipe shall be so handled and stored that the jointing material will not be deformed or damaged. The joints shall be connected by first brushing the proper lubricant sealer on the clean mating surfaces as recommended by the pipe manufacturer. The spigot end shall be centered on grade into the bell end of the downstream pipe and shoved "home". The pipes shall be joined not later than five minutes after the application of the lubricant sealer. 16. BACKFILLING: The backfilling of the completed pipe sewers shall conimence im- mediately upon the completion of the sewer, with care being taken that the operation of backfilling does not disturb the pipe joints. The initial back- fill over and around pipe sewers to the undisturbed sides of the trench shall be placed in 6-inch layers which shall be thoroughly hand-tamped to an elevation not less than one foot above the extrados of the pipe. The material used for this initial backfilling shall be the excavated natural soil free from all other foreign substances such as debris, rocks, lumps or organic matter. No walking over the completed pipe sewer will be allowed until the backfill.has been carried to at least one foot above the top of the sewer. In lieu of tamping the backfill, the Contractor may, at his own option and at his own expense, complete the backfill to one foot above the top of the sewer with crushed rock for bedding. Completion of backfilling shall be in accordance with Part II, Section 3. 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. 17. GRANULAR BACKFILL: Backfill of the trench crossing beneath concrete, asphaltic concrete II-7 or bituminous macadam pavement shall be made with granular materials compacted in 6-inch layers from the level one foot above the top of pipe up to the subgrade elevation of the pavement. 18. MANHOLE CONSTRUCTION: Manholes shall be built of brick and/or concrete 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 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 described in Part I, Section 4. 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 consist- ency, which mix shall be thoroughly worked with proper tools. All joints on the inside of the manholes are to be carefully rubbed AD full and struck as the manhole is built up. Upon completion of each man- hole, 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 infiltra- tion 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 in all brick manholes. 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 springline. All concrete in brick manholes shall be Class B. 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. No manhole steps shall be installed in the manholes. II-8 As an alternate, manholes may be built of Class A concrete, pre- cast or poured in place. Plans for concrete manholes must be approved by the Engineer. Forms may be of steel or clean lumber, assuring a smooth finished surface. Manholes shall be covered with standard cast iron frames and covers, as herein specified. Frames shall be set in place and closed with a cover conforming to the detail shown on the plans. 19. CONNECTIONS TO EXISTING MANHOLES: In several instances it shall be necessary to make pipe connections 1 from the new trunk sewer to manholes on existing sewers. A hole shall be cut in the existing manhole wall to permit inserting the pipe at the required flowline elevation, horizontal angle, and slope, and to allow at least one inch space all around the pipe for bedding and filling solidly with 1 to 3 cement-sand mortar. Any necessary revisions to the existing inverts shall be made to provide a smooth plastered surface for proper channeling of the flow. All connections shall be temporarily blocked to prevent entry of sewage into the newly laid sewer unless all construction below the con- nection in question has been completed to the satisfaction of the Engineer. Likewise, at manholes located at the intersection of new and existing sewers, the flow shall be carried through the common manhole until all construction below the point of intersection has been completed to the satisfaction of the Engineer. No separate payment shall be made for main- taining the flow in the existing sewer. 20. STUBS IN MANHOLES: There is shown on the plans the approximate location of stubs at manholes to be provided for future connections. The Engineer may change the location of such stubs and may order additional stubs installed if the improvements along the line of the work make such changes or additions necessary. The stubs shall be closed with a tile plate or stopper satis- factorily cemented so as to prevent ground water infiltration through the stub. 21. PIPE SEWERS IN STANKS OR SHORT TUNNELS: Pipe sewers shall be constructed in stanks or short tunnels where required on the plans or 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. II-9 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 and screenings or compacted sand-cement mix. The Contractor shall carry out the work of stanking in a safe pru- dent manner to avoid endangering human life or property. 22. CONCRETE ENCASEMENT: Encasement of the pipe where required by the plans shall be of Class B concrete of the dimensions shown on the detail on Sheet 5. The concrete may be placed against the undisturbed earth sides and bottom of the trench. Side forms may be used if necessary. Horizontal joints will not be permitted in unreinforced 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 backfill below a level one foot above the pipe shall not be placed until 12 hours after the concrete encasement has been completed. ® 23. CONCRETE: The Contractor's attention is called to the fact that the specifica- tions 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 may be used for fill in. trenches as required for pipe in rock trench or for overexcavation of the trench. Class B concrete shall be used for encasement of sanitary sewers or drain lines. 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, 000 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete II-10 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 ac- curately 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 limitations 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 mix- ture 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 water, 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. 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. g. 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 portion 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 H-11 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 calibrated 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. h. 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 segregation of aggregates, and of satisfactory consistency to ensure a uni- form concrete mixture when placed. i. Hand 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 con- sistency is reached. The coarse aggregate shall then be spread upon the ® mortar and covered with mortar. The whole mass shall then be cut through iand turned over not less than four times or until thoroughly mixed with a uniform homogeneous mixture obtained before being removed from the mix- ing board or pan to the place where it is to be deposited. The total amount of water. shall not exceed the limitations hereinbefore specified for Class A or Class B concrete. j. Temperature. No concreting shall be carried out when the temperature of the air is 40 degrees F. and falling, unless the Contractor has on hand sufficient and suitable means for protecting the concrete to the satisfaction of the Engineer. When the temperature of the air reaches 32 degrees F. , no concreting shall be permitted unless the Contractor has provided satisfactory equipment for heating the aggregates and water to the satisfaction of the Engineer. The means of protecting the concrete laid during freezing weather when the temperature of the air is 32 degrees F. or less, shall be approved by the Engineer, who will also designate the r II-12 t i length of time after the concrete is laid that this protection shall continue. When the temperature of the air falls below 20 degrees F. , no concreting shall be permitted. k. Curing of Concrete. All concrete placed when the temperature is above 40 degrees F. shall be either sprinkled continuously for 72 hours, or shall be covered with burlap which shall be kept moist for at least 72 hours. The use of membrane curing shall also be permitted. The mem- brane curing compound shall be of a type approved by the Engineer. 1. Admixture. Should the Contractor desire to incorporate in the concrete mix an admixture to improve the workability of the concrete, ap- proval for the use of such material must be obtained from the Engineer who shall specify in his approval the amount of such admixture which may be used per cubic yard of concrete. However, no additional payment will be made for the use of the admixture used by the Contractor upon approval of the Engineer. The use of such admixture used at the Contractor's request to improve workability will be made at the Contractor's expense. m. Placing. In placing concrete, care shall be taken that the freshly placed mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar, that no rock pockets are left, that the concrete flows readily around the steel and into the ex- tremities of the forms, and the whole freshly placed mass becomes a plastic jelly-like mass but without free water in appreciable quantity on its surface. No concrete shall be poured without vibration with mechanical or magnetic internal vibrators. All concrete shall be poured through tremies. The free fall of concrete shall be held to a minimum. n. 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 suffi- ciently tight so 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. 24. INFILTRATION TESTS: All sewer lines shall be so laid that infiltration is held to a mini- s mum and shall be subject to either or both of the following determinations for leakage. First, where sewer lines are below the ground water table, and therefore subject to infiltration, the Contractor may be required to measure the infiltration, at points designated by the Engineer, with a weir or other suitable measuring device, and the infiltration actually occurring II-13 shall not exceed 500 gallons per inch of diameter per mile of pipe below the water table per day. Second, at the option of the Engineer, the Con- tractor may be required to test any section of sanitary sewer between two successive structures by closing the lower end of the sewer to be tested and the inlet sewer of the upper structure with proper plugs and filling the pipe and structure with water to a point 4 feet above the invert of the open sewer in the upper structure. In the case of shallow manholes where there is not 4 feet of straight section above the inverts, then the test may be conducted by filling the upper structure to the highest point above the open invert which is still within the straight section of the structure. In no event will this pressure test be required where the difference in eleva- tion between the invert of the upper structure and the invert of the lower 1 structure exceeds 10 feet. The allowable leakage will be computed by the Formula 1 D = 0. 000018L x (Hd)2 �► in which "D" is the allowable drop in feet per minute in height of water in the upper manhole; "L" is the length of the section tested in feet, including the length of house connections; "d" is the nominal diameter in inches of the pipe tested; and "H" is the difference in elevation in feet between the invert of the closed sewer in the lower structure and the surface of the water in the upper structure. If exfiltration or infiltration, as shown by either of the above tests, is greater than that allowed the lines shall be repaired, and if necessary relaid, until all joints shall hold satisfactorily under the test, except that in the case of the exfiltration test 20 per cent of the lines tested may have 50 per cent greater leakage than that allowed by the Formula. In addition to meeting the infiltration and exfiltration tests above outlined, should any single leak become apparent during tests, it shall be properly repaired. A sufficient number of tests will be required to determine the adequacy of 1 the Contractor's method of laying and jointing sewer pipe. The Contractor shall test the sewer lines as they are completed. Not more than 2, 000 feet of pipe shall be laid between tests except with the permission of the Engineer. Should the Contractor fail to make the tests required by the Engineer, pipe laying operations shall be interrupted until-sufficient tests have been completed by the Contractor. No direct payment for any costs involved in conducting these tests and in fully meeting the requirements of this specification shall be made. Such costs shall be considered as included in the bid prices for pipe ins tallation. All water required for the tests shall be furnished and paid for by the Contractor. II-14 ry ti� 4 25. PLUGGING SEWERS: Existing sewers shall be plugged where noted on the plans or as directed by the Engineer. Sewers shall be plugged by filling not less than a 3-foot length of the sewer with a stiff mix of non-shrink grout. The grout shall be thoroughly compacted into the pipe. The plug shall be watertight when completed. 26. WYE JUNCTIONS: There is shown on the plans the approximate location of the wye junctions to be provided. The Engineer may change the location of the wyes and may order additional wyes installed if such changes or additions are necessary. Riser pipes for future connections shall be installed at each wye junction where necessary to reduce the depth of the connection to a maxi- mum of 8 feet. The wye junction and riser shall be reinforced by placing Class B concrete cradle carefully around the pipe, junction and bend to the limits as shown on the plans. Wye junctions and risers installed for future use shall be sealed with plates, jute and joint sealer. Excavation in this case will be paid for at the bid price for "Trench Excavation", limited to the payline width. Pipe and fittings will be paid for as indicated in Part III, "Payments". II-15 TECHNICAL SPECIFICATIONS C PART III PAYMENTS 1. TRENCH EXCAVATION: Payment for excavation, including backfill and surplus disposal, shall be.made at the price bid per cubic yard for "Class A Trench Ex- cavation" or "Class B Trench Excavation" (including backfill and surplus disposal), which shall be full compensation for all of the work herein- before specified under "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, maintaining temporary macadam 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, 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. a. Class A Excavation. 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 re- moved by heavy equipment without drilling and blasting or wedging. 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 sizes of pipe sewers, the actual depth of rock removed or the depth from the upper rock surface to an elevation 6 inches below the required bottom of the sewer, whichever is the lesser, and the actual length of rock removed, up to the distance between centers of manholes. rb. Class B Excavation. Class B material is any material not included in Class A excavation. O III-1 Payment for Class B trench excavation shall be for the volume cal- culated 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 sewer flowline, whichever is the lesser, and the length between centers of manholes. Payline Widths for Trench Excavation for Pipe Which are to be Used in Calculating the Volume of ® Excavation Performed Under this Contract Size of Sewer Payline Width in Inches of Trench 8 2 feet - 4 inches 10 2 feet - 4 inches 12 2 feet - 4 inches Z. MANHOLES: Payment for manholes will be made at the price bid for "Manholes, Complete in Place", for the various types and ranges in depth as measured from flowline of manhole at center to top of cast iron frame. The manhole complete shall include additional excavation beyond the trench payline width, and the cast iron frame and cover in place. The payment shall cover the whole cost of furnishing labor, materials, tools and all other incidentals which may be necessary for constructing, complete in place, the entire manhole to the dimensions as shown on the plans. Payment for drop manholes will be made at the lump sum price bid for each drop manhole. 3. PIPE SEWERS: Payment for pipe sewers of the particular size and type installed which shall be constructed to the grades as shown on the plans, and in ac- cordance with these detailed specifications, will be made at the price bid per lineal foot for each particular size and type sewer installed. Payment for each line of the sewer will be made in accordance with the final measurement of the particular line, such measurement to be the actual length between the centers of manholes at each end of the pipe. These payments shall cover the entire cost of furnishing all materials, labor, equipment and tools, all other incidentals which may be necessary for constructing the sewer complete in a trench, in accordance with the de- tailed plans and these specifications. III-2 O 4. PIPE STUBS IN MANHOLES: As shown on the plane, pipe stubs of the size shown or as ordered by the Engineer are to be not in manholes. 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 constructing, complete in place, the pipe stub and stopper where ordered. 5. CRUSHED ROCK: Crushed rock and screenings for subgrade replacement and for ® bedding that is ordered by the Engineer shall be paid for at the price bid ® per cubic yard for "Crushed Rock", which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and all other incidentals which may be necessary for furnishing and placing the rock and screenings. The volume to be paid for under this item shall be limited to that volume computed within the payline widths and for the depths as ordered placed by the Engineer. No payment will be made, however, for . rock and screenings ordered placed because of excess excavation by the Contractor. 6. GRANULAR FILL: Payment for granular fill will be made at the bid price per cubic yard for the volume in place after final compaction, computed from the actual length of trench filled, the width equal to the payline width for the given pipe, and a depth equal to the average distance from subgrade eleva- tion to a point one foot above the extrados of the pipe. 7. CONCRETE: All Class A concrete shall be included in the price for the various structures in which it is used and will not be measured or paid for separately. 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 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 as follows: 111-3 Nominal Size Cubic Feet of Class B Concrete of Sewer Encasement per Lineal Foot of Sewer Y (inches) 8 2. 70 10 2. 90 12 3. 10 Class C concrete for fill in rock trenches for the various size sewers shall be measured and paid as tabulated below: Nominal Size Cubic Feet of Class C Concrete of Sewer per Lineal Foot of Sewer (inches) 8 1. 08 10 1. 16 12 1. Z2 Tke cost for Class C concrete shall cover the whole cost of furnish- ing all materials, labor, equipment, tools, and all other incidentals which may be necessary for furnishing and placing the Class C concrete. 8. LUMBER ORDERED LEFT IN TRENCH: Lumber may be ordered left in place by the Engineer where the proximity of the existing improvements or utilities would make such addi- tional protection necessary. 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 "Trench Excavation". 9. CONNECTION TO EXISTING MANHOLE: Payment for making the connection to an existing manhole shall be made at the contract unit price bid for the connection. Such payment shall be full compensation for furnishing all labor, materials, tools and equip- ment required to cut the hole, adjust the invert as required, seal the new pipe in the manhole, temporarily block the flow into the new sewer and remove the temporary block when so directed. ' 111-4 10. PLUGGING SEWERS: Payment for plugging existing sewers shall be made at the lump sum Ib bid for plugging existing sewers and such payment shall be made at the lump sum bid. Such payment shall be regarded as full compensation for the cost for furnishing all labor, materials, tools and equipment to plug the sewer. Plugs for pipe stubs installed under this Contract shall not be paid for under this item. 11. CONCRETE PAVEMENT: Payment for the removal and restoration of concrete pavement shall be limited to an area calculated on a width one foot wider than 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 Concrete Pavement", which payment shall cover the whole cost of. removing the existing pavement within cut straight lines, disposing of the material re- moved from the line of work and of preparing the subgrade, furnishing of plant, labor, materials, tools and all other incidentals which may be nec- essary for constructing the pavement. 12. ASPHALTIC CONCRETE PAVEMENT: 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, multi- plied 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 t within cut straight lines, disposing of the material removed from the line of work and of preparing the subgrade, furnishing of plant, labor, materials, tools and all other incidentals which may be necessary for constructing the pavement. 13. CONCRETE CURB: ! Payment for the removal and restoration of concrete curb will be made at the price bid per lineal foot for "Restoration of Concrete Curb", which payment shall cover the whole cost of removing the curb and laying ; the new sections as required. Curbs paralleling the sewer trench will not be measured or paid for unless it falls within a distance equal to one-half the payline width of the trench involved. ' III-5 BID FOR UNIT PRICE CONTRACTS Place Jefferson City, Missouri Date May 4, 1964 Psoppsal of Roy A. Scheperle Const. Co. (hereinafter called "Bidder") or an individual doing business as Roy A. Scheperle Construction Company To the City of Jefferson, Missouri, (hereinafter called "Owner"). Gentlemen: The Bidder, in compliance with your Invitation for Bids for the construction of a Sanitary Trunk Sewer in the Gray's Creek Watershed, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the avail- ability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated in the attached bid sheets. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. Bidder hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within ninety (90) consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of Fifty Dollars ($50. 00) for each consecutive calendar day thereafter as hereinafter provided in Section 17 of the General Conditions. Bidder acknowledges receipt of the following addendum 'x Jnsert corporation, partnership or individual as applicable. 1 P-1 Bidder agrees to perform all. the construction work described in the specifications and shown on the plans for the unit prices shown on the attached bid sheets. (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc. , to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be with- drawn for a period of thirty (30) calendar days after the scheduled closing time.for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by Section 27 of the General Conditions. The bid security attached in the sum of 5% of amount of bid ($ ----------- ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully submitted, BY 4GkuAV.11 (Title) ner (Business Address) Roy A. Scheperle Const. Co. 1913 West Dunklin Blvd. Jefferson City, Missouri (SEAL - if bid is by a corporation) P-2 CITY OF JEFFERSON, MISSOURI SANITARY TRUNK SEWER GRAYS CREEK BID ITEMS 1. Trench Excavation, Class A . . . . . . . . . . . . . . . . . . . . . . 100 cu. yd. . @ /� (Figures) (Written Out) (Extension) 2. Trench Excavation, Class B . . . . . . . . . . . . . . . . . . . . . . . 3, 750 cu. yd. @ $ $1- , 3. Manholes, Complete in Place - Depth from feet to 6feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 each @ 4. Manholes, Complete in Place - Depth from 6 feet to 8feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 each @ 5. Manholes, Complete in Place - Depth from 8 feet to 10 feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 each @ 6. Manholes, Complete in Place - Depth from 10 feet to 12 feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 each @ P-3 7. Drop Manhole, Complete in Place, No. 108 Sta. 20+33p. .-... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum @ 8. Drop Manhole, Complete in Place, No. 120, Sta. 3+25,vSSuubtrunk A . . . . . . . . . . . . . . . . . . . ./. . . . . Lump Sum @ do 00 9. 12-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . 1, 515 lin. ft. @ $ ( �- - 10. 10-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . 1, 380 lin. ft. @ 11. 8-Inch V. C. P. , C-200 . . . . . . . . . .�/�J]. . . . . . . . . . . . . . . . . �3, 040 lin. ft. @ 6� ( V/ G��G �YLGL' .�A "fv $ 12. 8-Inch Wye Junction on 8-Inch Pipe . . . . . . . . . . . . . . . 1 each @ $ /4. °" ( � ) $ /0' 00 13. 6-Inch Wye Junction on 8-Inch Pipe . . . . . . . . . . . . . . . . 2 each @ 14. 6-Inch Wye Junction on 10-Inch Pipe . . . . . . . . I . . . . . . 2 each @ $. 0 00 0 15. 6-Inch Wye Junction on i2-Inch Pipe . . . . . . . . . . . . . . . . 4 each @ 16. 6-Inch Pipe Special . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 each @ 17. 8-Inch Pipe Special . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 each @ P-4 18. 18-Inch Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . . 1 each @ 19. 8-Inch Pipe Stub'in Manhole . . . . . . . . . . . . . . . . . . . . . . 9 each @ 20. p6-Inch Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . . . 2 each @ 21. Crushed Rock for Subgrade Replacement . . . . . . . . . . . 5 cu. yd. @ 22. Granular Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 240 cu. yd. @ 23. Class B Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 cu. yd. @ $ a0• ao ( ) $ 24. Class C Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 cu. yd. @ 25. Lumber Ordered Left in Trench . . . . . . . . . . . . . . . . . . . 0. 5 MFBM @ 26. /Removal and Replacement of Concrete Pavement. . . . 60 sq.yd. @ 366. OD 27. Removal and Replacement of Asphaltic Pavement. . . . 35 sq. yd. @ 28. Removal and Replacement of Concrete Curb . . . . . . . . 30 lin. ft. @ P-5 Y 29. Connection to Existing Manhole . . . . . . . . . . . . . . . . . . . . 2 each @ $ $ /OG, 17 30. Plugging 2 Sewers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum @ Total Bid $ P-6 I W1111- WiM r Hart Ford, Connecticut (A STOCK COMPANY) Bond No. BID BOND Know All Men By These Presents, That we.........gQX A. SCHEPERLE d/b/a . ......................................a...................................... ............... ................................................................................................. of......19.13.. ......................................(hereinafter called the Principal), as Principal, and THE TRAVELERS INDEMNITY COMPANY, a corporation, organized and existing under the laws of the State of Connecticut and having its principal place of business in Hartford, Connecticut (hereinafter called the Surety),as Surety,are held and firmly bound unto........&.11.Y..QE..JgFFERSON CITY. MISSOURI ............................................................ ..............................................................................................................(hereinafter called the Obligee) in the penal sum of C5%.) OF AMOUNT OF BID .........................................................................................................Dollars for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, suc- cessors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for...........C_on.struc.ti.on...of...Sanitary ............ ....................... .... .. ............. S Trig ...GrAy.. KP,g.1k,,6...J gffgLggga..Qity.,..klis.sour.i Missouri. .......................................................................................................................................................................................................... NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified,enter into the contract in writing,and give bond,with surety acceptable to the Obligee for the faithful performance of the said contract;or if the Principal shall fail to do so,pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void;otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this...................4..................day of.._._........MAC'................................ 19 ,64 ROY A. SCHEPERLE d/b/a ROY A. SCHEPERLE CONST. CO. ......................(L.S.) The Travelers Indemnity Company, By: . .... ..Attorney-In-Fact. "Wo....9. /Fr'a i ..g. " , ........ ........................................................................................ Attorney-in-Fact. Ed.April 1940 S-W .mom `d 6° 2gt. A z O \ C- LL. 0 O x § _Q 2 2 o ^~ 0 \\ ae m 2 , » \ . . . ' . = . . . ; . . AW • . Iy- The Travelers Indemnity Company Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Speed Warner, John W. Tucker, J. R. Thompson, Chester A. Miles, R. M. Hanes, all of Kansas City, Missouri and W. H. Craig, Earlene C. Chiles, both of Jefferson City, Missouri and Dana Durand of Leawood, Kansas and Morton M. Jones of Mission Hills, Kansas and Robert A. Braddock of Kansas City, Kansas and W. E. Manion of Mission, Kansas and Jay R. Warner, James A. Wiley, both of Overland Park, Kansas, EACH its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances or other written obligations in the nature thereof and to bind THE TRAVELERS INDEMNITY COMPANY thereby,and all of the acts of said Attorney(s)- in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made udder and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ARTICLE IV, SECTION 10. The President, the Chairman of the Finance Committee, the Chairman of the In- surance Executive Committee, any Vice President, any Secretary or any Department Secretary may appoint attorneys-in-fact or agents with power and authority,as defined or limited in their respective powers of attorney, for and on behalf of the Company to execute and deliver,and affix the seal of the Company thereto,bonds,under- takings,recognizances or other written obligations in the nature thereof and any of said officers may remove any such attorney-in-fact or agent and revoke the power and authority given to him. ARTICLE IV,SECTION 12. Any bond,undertaking,recognizance or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President;the Chairman of the Finance Committee, the Chairman of the Insurance Executive Committee,or anv Vice President and duly attested and sealed,if a seal is required, by any Secretary or any Department Secretary or any Assistant Secretary, or when signed by the President,the Chairman of the Finance Committee,the Chairman of the Insurance Executive Committee,or any Vice President and countersigned and sealed,if a seal is required, by a duly authorized attorney-in-fact or agent;and any such bond, undertaking, recognizance or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required,by one or more attorneys- in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. This power of attorney is signed and sealed by facsimile udder and by the authority of the following Resolu- tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 30th day of November, 1959: VOTED: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance 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. This power of attorney revokes that issued January 26, 1962 on behalf of Speed Warner, John W. Tucker, J. R. Thompson, Chester A. Miles, Jane E. Johnston, R. M. Hanes, all of Kansas City, Missouri and W. H. Craig, Earlene C. Chiles, both of Jefferson City, Missouri and Dana Durand of Leawood, Kansas and Morton M. Jones of Mission Hills, Kansas and Robert A. Braddock, Jay R. Warner, both of Kansas City, Kansas and W. E. Manion of Mission, Kansas IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 20th day of March 19 62 . THE TRAVELERS INDEMNITY COMPANY v'�S �NpEA1d,'r.� 1 By N,,T4`i •.♦ .•,nil Na' SEAL 0`'I 3 Secretary, Fidelity and Surety State of Connecticut, County of Hartford—ss: Oil this 20th day of March in the year 1962 before me personally came R. W. Kammann to me known, who, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; that he is Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of his office under the by-laws of said corporation, and that he signed his name thereto by like authority- AQG ET .D'•rG�� ��``�•NOTARY �� ' y ;;Puet.tc oaf Notary Public rFORp�'G My commission expires April 1, 1964 &1869 NFw 12-59 PRINTED IN U.S.A. (Over) CERTIFICATION I, W. A. Person, Assistant Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY COMPANY certify that the foregoing power of attorney, the above quoted Sections 10 and 12 of Article IV of the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been modified or revoked and are now in full force and effect. Signed and Seated at Hartford, Connecticut,this day of 19 . v�y�vtM�/f� �a s ¢•a � �3 ' Assistant Secretary, Fidelity and Surety r S-1869 (BACK) 4 'PY ,o F � asow rr CITY OF JEFFERSON, MISSOURI t, SPECIFICATIONS t FOR THE CONSTRUCTION OF A SANITARY TRUNK SEWER: i. FOR CREEK i GRAYS C K IN JEFFERSON CITY, MISSOURI t: , i r.7 1 tI rA_ k � � '1. 4�4 2;• C 1 HORNER `.& SHIFRIN Consul4ihg'Engineers . ; St.. Louis' Missouri- t x MAY 1964 } 63-65 YI y } t , Section 3. This ordinance shall take effect and be in force from and after its passage and approval. Passed: Approved: M( r si ence of oUcil Mayor Attest: rgaret Christian City Clerk i �4 3w h{i