Loading...
HomeMy Public PortalAboutORD07602 e BILL NO. io INTRODUCED BY COUNCILMEN: �/A Wks v- S k i✓ ORDINANCE NO. 74.o,Z AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CLERK OF THE CITY, IN THE NAME OF THE CITY, TO EXECUTE A CONTRACT WITH ROY A SCHEPERLE D/B/A ROY A SCHEPERLE CONSTRUCT- ION COMPANY, CONTRACTOR, OF JEFFERSON CITY, MISSOURI, RELATING TO THE CONSTRUCTION OF A SANITARY TRUNK SEWER, FORCE MAIN AND PUMPING STATION FOR THE MOREAU RIVER WATERSHED. 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 the name of the city, a contract with Roy A. Scheperle d/b/a Roy A. Scheperle Construct- ion Company, Contractor, of Jefferson City, Missouri, relating to the construction of a sanitary trunk sewer, force main and pumping station for the Moreau River watershee;L Section 2. Said contract shall read in words and figures as follows: L. t. l .......... , .,,' r t'�' + : t,i' eslni� \ 1k. t s,+t....�j �.Fi,S{� �,rt t x3r'.Y.'S��t't 7r�°r`A'h7i.i. '` 'f t• . !�1 lYi 3ttj i~(. srtu,.i ,+'1.+{ k..t+,,.,;}x na�f•.rt.y tt :� v+`.",ra 7�r�i� ; i:fit a 4 � i� ,av�., r::avtjx�.l��t-'t sky' t :.:ry ?Ni�r :. hr f :. � .: ��'�.! S ,y �.s t 51� f7 Oft � i'x a k J � 3 i 1's � c i14. `+"' aaX,• 4 i+ rj .1 x� . s of f •x r � ��t r li � z `< .. � t � ��e' � N zt s a-s� r t 2, x t .s}" 1},5z r,Lt.YZj,✓�' � i S rr,.? � y s'tx '� ttfi z�4 i tx'c i S P r.t ;.!C-., Ott :i i' � }i h.'l s r '•*�. k.t 3t� 'x t , .t 2 - 5 .S` t 11 1 fP I h LUt 'S f'yi.r.k?.i��,,s v,t.tt�i5'1`w-'t`?�i 3 r1^~.i�f:{x~i YS4�A'•}'"tt y..�y`}'rdc't�.x°J i�?.{;,�,.+tY�iJ.'h�r''7't x'x y r+n K,t;`�csf ir z.^C 4•,L sult.{'!y e�Z'�..d�rtiti7S��y't+\�i,,t'#;t'�'+:^Ty,4 t�3�'`A�r''�n,yy°t��'t-•�ik f`s�t i��,i qk��^,'s<Jt.t* .t 9fi xJ'r,s.h Y w f{ � �i ; i?s �;i r n�•,ly,y4t.•¢+J r ix'�r a f j'}rz�.s�t,`�a�k�u a n1�y1�'a,0 S St.3;t��-`t a"'i d ��s�•5',�}s}�s'�,'.�t;S ,f ty • �� J,`, ��>,�tffr�y ^"+'r� iS� a•i.fy�s�`.r§��Y"�•>��'•�f''�' �'n it.S{,r;:^;L::$ _.. c'r,+4, t ys•y s a vg',";.n,;�r':,-'AtS.,n 5: .,. Ydy°'f{ R' '4``i n r' i "rKK 4r'• ,, P? 7'. ; t y x �T{t,d.J �Yfi�'� c u;, -s'�ar rwxl t i , 4 .'YY. rt .'q• Y }v. �.4/ �r t r a iti t xf' t' r� R(ry� F n '. � '. .{- �f .t *� r `!et �fif�Sr{��V '�� rp{ *�y;t i[�`Y 77tk•`;,,r�yat}� t "'it3 -z . : v s , stt'ti• i e s � +'{{� t {��w ?.'r. �t t' i{f X+ � .r1',�, �T `'�d f�,,"� + i�fttr�l sit` � k.t '' r',t+r��`+i.Jt•t pi7'f .Yt?y 1J,�+, U{'iJ '�{�. � ^s Y'. t�,+ ti` ° . r ,`+ "7 f+p.if+.Y,a�l'iRu,i u rr tr}'£t`'4'�i5t i4a''�f'>•At .'a;ft.? ` �yta 4t�t `J C+r•Y ti•�{.�n }`;t fix: � tr+Y+'` t<F ' x + t fit '' l' t ;. ,�, .x..yy✓�',!y` 4 .1 d t a ip� rr"".�� f } ri�+t " M" I•''m{yr air;.r ..z a { r.B�e w}T i.�l(7ti`k�+ .i^+•.t�. :'4iA.�>';. .f i'�t'+.rJ{• ,�£:�t-�� F ��'t,�lxgY�+`./''iY '"wf �`lrStli.:t:.n fL�M t i�fk {). Ftt Y';v,,'��' yR� I�� � I r y '.;t. xt,�?:�:�5x'�si,ea :t;?11 i.t",jM y9F•r 'Ss1,<irTLYr,,,{..✓`Pve'\,A.�fi'*;,'t`rg �,,`'t't�tLi.,d;*.YjF95;1�`F tf) t��vr i`l:,�X+$'i�,rt.•',C �'`.�'r�P Jrvli P�rp h`ysj 7.:*;�!F;„i +. r i + z' x a!.'.xr+it:tr� $!f { •,,.,�`r +,..}j' sx � 'Ey �,: t V, �yY,' Y'l�?.:.�#..;r � $i' i LY�r..tr, �.;r r s't k•'p ,^ a4 sti• m r,a G i,Y at..�;:27:,^iLt J t."{, .k,x ,`::, t + u', a(x +. ;rd rt •• '�.� f r f ,t�i• k �"! 4 .t: t,I 1 h: r 4t,.i i. s x�x. ��•vAt t, ;}t'cat�'N)Ff 7L�rY i'"'+ ,�1."kf..*,s.��' r3f�•,,�� h3.a'°'�''�tl•�,N ��T•, �"' Ffa'Iza�?;i,?ts;'.., ,>• t{. ,,i. '•�, }t'�.,,1}�+*��7< ��$l,,.��t w�� ar '�31' tka*,i '''v�f�' a����,� t @?:x� t. ��' r rAy�✓���ttr� }`�f'`a' ! t rY �S �•w: t S t, `n f; • :'tl' t.`? t �- ,y x.: .r}rk`'b! ', ,¢ q -...5.." AFL t'N`?' u4 �r4�iL•4\,�t3,F+tF,:,y''t' .h�F J.sF •A, ti €'al Snn7i t t..!:t: r .�tta �,4��t� 'C;,��3 Y'Ys t•=9 s;i•�l'<. } x;x'., ;:r`�-v ��c!�'6,; 'G�Yry Y', �•%, r+ �� a p', ,��`'1?��r��',t t: rt{'Yrji,�.e5'.J t.iFY'tyf}y��..n:i\ .,'k i���: I''��2Y'••.i�7i;S�Yra;�,�.� �Y':'.l�C i:l.hA'i >,y�,i;'�; � 3�"'+,h j, ' '�5 �j"�. �£�`L5�•:}1.j. ,e x�att��,t,ryf� e' � h t'.'xt'�. r;`'.40 ����•�r"�tnA, k4'p 2,>? h' 1 .C,:.� '�,. 114, { i "^. � ry s S A t r r vw',y�r ;<u p� � + Y 1'; f'1, e�-f� ,t.i•r.:'2, Tt! � F £}c `r'� . ,• "'�f'�° " z 4 �;..' �; '��,i�<, Ys r[ l�zp,.- rr'tt �"' .�1' mot; ar � '�i•� s�,�_• as�Sk. U 7 "JAW tlsx' k a, i ).' a � ;• Ytr L$, . /' M tvl'j.4 z ak � .s t m`*},�dT+�'¢I ,Tx"4 v+t+rSzyy'y`�><'�x .b. �S�"" :t �!. ,��:^`�4'Jz"•��y` ��>5 � r k'swytstl}1 tt.A+ ep r; �' .r• ��7w �t� „ T�-•' 4` « t�' G�,•;��'+� `ri`�' •�,�+ xrFt }Nx r j?9t ff 7 x t v i'.* F ,x r pt� •� f •,. vT`�' 7� , tt rt R�);?f "• 1 .a Sd � f'L� 't7;t xx tt�P4 ti t tXTi y- d trq it ���t}��tY. (�i��' r fR y }t {� t�i{.�.r��• l ��5. �� r�"�,,� r t+qu� ry` (a.}L{t\• '�}3ti<.'�-�r t,+4 ,tf r � i�'��"«�.f` {'��; N5 GS LY kH VFr 'R` f� 4 F h g*r Ki7' t�T�tf�:.4 ti° 41 ' c' • ` R I;, x (` ;�• !i .4 t'J t tft {r.;4v.:J-:�:3 G y S:5',f".is >" .�.,�':u'v7t ,}.+;:.$ •'.�xh;,t.?+7 i' � r r "•. „? ,�• 'a r , s +.' $4n 7.. } !, �-." €r ti c4 z x t` �a"�t t� t r F •' r'i'Tt3,-hi.XrdS1 ..yy t ♦° P i vx6 'f{! a 'i •^'' 3i, h k�. .?l;rrr::��•• � a .��4.,,3.P l.�/i• 7 esl a7.ia t 1 ii + � t>,ikyy! ) �.^• {)h5t?.f � ti 3� x� � +y ?jr,'.!4., vi a Ilk3� •rr :'f tr�� x3,v,tTpn flex iiyt..r�r.>y°` ••Yt`aZ�� tN�'°'+, t� } �U}'t P :34$�4•'ft.� 7Y !•� +'tides + ,:t a ��>:•� yUr7t s!?rr r+ �x?Gi� .. `•x rY}. 'R 1'. 't r �• f `� } + Tn r' .cis)-f' a ✓ i•'�i'i:i .1:1 •.tS"S l• •E ,fi p +.. f: t E�'"T t.. i': .1'�i''y'' �,��"1,:��➢-.�\-'�s �.y i rx}},,+ t � ')Y��� T}+P$•p' '�ir � �' r x .f f t � t a s•t±} x .i 'r t f'• td� �' tll� - F#,�.. L Y.� .. t .tt 's r, ,z. i P F ;• tin rr$tx�.,r*�+?/, }"k.t�.• r%.a.r/ +wn,k?`rh}rcP}+•N'YSf fi=t}jti y{�xR'tr-• �{+;'}, �'>rt �11E'{eX'•x ""•, r} s' t Y i t :{• t '" ' 1 T.' ''x J}, T• iy' •� z c ,. i«t 4t 5 .•t�'i(�'KI'4[S� 4.u'�T�'x�''f � ;�, ''�.: xr 1`t 'AN, ,�{ ;� A Er Y .S•` '.f ' ��iZ+���. � 5. .3 t it �. r .S:.t,�a�f{'�y�,r�p;-.:r a'xR ��f'i'tv',y..K„1. '�';:,{if3�, xd��t'k" �x3�e ,Ga �* } {t. •,, r. 2- tt j- C ✓ l r. 1"a Y,r grr,�r'{�.q ��,,y��,�} -1,��,, 'k a w.ti,';nu t t`'' �•+�L4�x•y .�"'a`J.t � ! y .g > s t:(\ }lxxk"7 {IryY i;7+.+sR FS7 x't- J,ii7Yr �, ,t`e• jet 'xr ,k 1 y"1kY*:.C;t. N1,�" 9 •, kii k T t� !'i r t r+ rt y t r ti ' N „t. t L i�r i 7 t*•� S', � p "� C 4*i t� $t t�" .r' L y g a 25 k` t v� Pf Sea �S i n -0 � 7 , •:w' t t v ya•t^•^zr .y, •r> ue Y t Yt trt<ni ! .{`lr`` .f�;�`'%`r. !t h'y y. � k xt 7 't + t'. f f K�`• 4 ry� �i t�"i4 ! L <4Y YaS i j•!G 'i^'4�(!' 7 �7+' ?<i,µz,•.,t. x t x � �{. i �'�`'h}.� tM� enCh t`tl�""f a}Trr (",,�C}`>'[7! ryts{ x� �,tl•'Hc$'�'�tfl�.'�.,}5°'+'`+ :t�. ` x��r .t q ! . .z r r )r rt t •3 3^kt�' '�*,..�t ,y rs i. 'N,' � v+!•^�t ��,�' � tiaj't-,�} �.+�';•J� +,} �. * F .rs•,i t}r r si•sr.* T�''a4`iJ E x 4.13i, •.� t x �"� 4 ' ��` r,�Hl, x7c •yx:. Sx•r<s;.•�� t�,b Y�.'n f,' y k;�t5�3i»�.'! •.r*y' '��,b+7, y11 y.t r �{, k f+•i ra+� :,3 ikiF`frY �'�t� t� a{.5 { �xyf"`4'}�r �x-t .n}7,y� �{ rYhst ''+dx,�`3• by%iv.5 .x ."'al'uw �;it �..Ti-7&t ���t,u>r�r"•,t •s,�2 `t t� F,�§ }q'�{x �qi `t,��t=iA,.��t.'1�t4? }§�'� ��„Sa•, .�'"�` � Zi �a fit}} ? , ,� i t: "9 s sr`, '^_. .t �rtk� 'art t t:4dl'i c '1i'-;t r,'w•.-Frt}�7 9 3 fy5'r;i;�1 h.l f }�'yt .�'r 4'. 5 c{x t +!} j' 1�,'1 tr�Uji� $:1 "k3,'•... cs t .r A + a ' ',.�` f �{" ;t7'd?..,h��txt'.• d�x.'' ''1 1 z x4T.{t �t +x`� � .ry«�r''r �,•��r71u:L�i:,'.t�sAf�i' �� n. +* r �:c`xi 1'.. t'e .+ } 1 .{ d ;x y ^�•�{x,�'{+'t "�i<. aT!�t'.�5. N f Y �• ?! '! ✓, t� t �.3 .t a•t a. t rr.1 �* ��t�(nr�x' ,,t!y. .'k "•� �,�s�' '� �'t + ,� �� �..rj.x�f Sx-_., r`i a+r, x*'•7. { x at '4e .'a. �. T,.a � ."t{�� •� m:,, FSt i,r.Q'1�'.t-'.�_f;,'•'.,•Ct` i"� t��F' it,'"y,t,i`nt.;•:44;..,y" ' s.s k 1ta: rr ',t ti'+ r �' °@. 1d 1. f #.>+ h= x •y'"•'°4.:t...t: 2�Y i n It ,. 3i� r` xl.i.Fl: � ,�; �•� .�'�.•Y.Intl' x,n7``�}'�� +`;',°•Ph'• v" „"�`+i•; t.:'•:.l`L Af'+[R;` '-j' t 'ti3..,:i,.:;;'d x t/jt � y.-Yyi'i,r it r Ci�x ;i. R ..�, aX•>; t r aii`t ,'�,� �, tS;YA'•+ Z'r Y} r} °•,4„�y t.3 4s, t E. .,+.• ,� 'i s i 'i.s.•irr a�{�,.F�`s\� •+ x� �^i r� "�* i .�." fl" r', �tkn.Fa ..t r «5j��`yTT,•,t"'tr�rfs�. .n . .E, E 4t�e t�yi S,G'•L r''rp'�t}+x 7 ;�, �'jRy1�1'x y� �%f 3''}r ��, h �`ix., x, y' r�' s'{�1 tx x�= st�• x { .+fi ti s'r7 .� `" x;su}� ��' ,3.�t�`. d F�' N� ,p...: -:3�� G• r •u a. t ;. t; r5 l,+r+ f x t;u�t:�*'�'7�y1 y�J•si?"•s �'`::•.• �f�°(��{ R : r .f'"J lv 2' ?..r t"y x i x t'y3 i::xi;u,:9:}'}»�Y''•3Aaa'r`li.s`.. �:;z•'�,.+��tF� q.� s',� t� ;""n�fi�'r.� A� 4 a �f n���F`,}t ��• � ,x, �' Y�l����t�`xC r���'"} �ti Jx{�;�`..t�;i jin'xfY i:!;tr'icatT•;•"f.3.: @i xf'$ > 2t�^ ^�y.. i .; �lzt :a 'r:'j, tt �et!nt?t x'a x '.C."iti!•vty,.:xµ o'�.c�r •}..�y;:''• :ix 3�t„e•'�'i"l'�l 1"!k•aly.tr�,f�:i�•^��3•�...�x':,.�..r.fte(, '1:;.3�,t'+..+% -t �� a i �x'4r T.r{y•I u}• .$i i14 4xr C 1 _i y: h+� ~ .+'ms.a:r* l•�`�y F ?�• �' �a` P t't'''z,,t t'tl'�-!'.�'+(r}r,.{.i h Y a Jx,K}t;£•t,:4.^.:Y:,l.t.t;.y;";H�++ .•;Y,�a'' ...d% d ��i:y'�,�,f��-"i`x)` �5 �y.?,�a '.� *fa�•; r:`t;�,,�sixi':��`<F`��3a;i:.�';'%F��'i �;•:+,::,fir:{W x�.�rxa..'1N.*`. •"tom• ..a.xr. '�% '•:;:st{S• t`�;µ .'�,,.+3{'.!'T-v a:�,' .�y�'•k• .p �fb{ c t;!:D,:�:S •M1✓.?. :y:'; ;;d; c„'x.:s..;f?.'21... t 3i _ LBY x.sr�ra4"t pt• ?x.. # a c t{��' 1r. ::r. r:t.tu!;:.«t,'': ,f.i ;,s_.wri!°i7 .7:. •trCp2 2* r 1 a i- �•' Ha ii.`.'..;:.,l;.i„ .r, -,..4;:"i{i'.,.i Jr'_'t r�i:,a;;?'•;t',, trx+, ys !- 'r .`�Jt , .� J:"+r ii a •N .��I, fJ..�.: �^•^:.•', "�i. .,}i::.•,,,."$f '�1::jti'�tii3"+;�•,'1.<''�. -°VxPj�+r =�'�' »=';,'f-"��""s:," '}Y " ¢�'r. e..�!•_.t},:., 4-::.,t:.;;.:;'';i�,•(.e�;;�: t +!, { oY�lSc.w rii. 7•. 'i.�;-�r:y`K'.�y 'lrjf, ;".���ty4�r{3r t�T I;�:��j�I'fi'z. �tiyt t9::'CJ� v ���,�• n `'�<i.x .'�`�'�-;':��n r 1 '�'rj•,'a; •is �,,,"''�(t ix x�x wL 1yar��"t �` k r;. t>J°C�.,*",��'}ei•t�ydx�p�i A't., ...yam.,�� .Y� ,•��'h #�xs��`+�.••Jx��d,!�2�,�.•'i4'$'Y xi• 7•�.tt. ` tt x rt: 7 341`�� `� '�i��"� � �:. tt�{`s« � �� ` �; �r, .��t r r�>< ;;,s,J�_x �',�•'t t))r h { + 'i rr a5h"k.�"."•. i �, Y a z.,r,p-r"it x x .1' >y n s Via. k t. t x r.�h<�� '�'+�;•Y4 :;rt t�e�}�., .%r,F: � ' ,rr 5rlr" R;,w��7.� 'ir�.¢��� i t;,,. K�,r t�� ''f'9 L}.n.�'4•�.rx �r .rtk*r.”. :sf"�, ..,; C ..•( •1��ys�f st' y. T,{y K3x1`,a£rFr rtx +�+fai 7'S,�Yt`}F •"x•1"-+Ef •i. c.. r x.. �i €' F, K`' 3� � V,.� x >t r `p�: .: .'• t; jf":5„1.i` el 3'rtt: v�� `+' L\iy "t t t}' .r. 1 .9. t` i'.k;:i N'}. ,���'�e• �• {,1 Y 5(`'4 r S 'Ti ��+q F- a'f ,�n. �.,;yi"�4 t•tr }`rS t.TvYa 'J,. t'!'2 { ,Jf ,{(` •!Qi *.c'p 4rr k, E' ° .R. ;yt •s''!,•.; ty Y{ N,t r_��7 y,r,-{. t A` f t .,J.:A i tali' .?,�tit'R'u�,pttr #ter ,t nr••i 7}a'M' � � ;f(' ty's� ,« � " e 1 s� � ti,~ ,�{:> ,,� �ri* •t«1. �" t rtSf+ .• z3x€tV4w+''c� +iji,`�,`R ; 't .,� a tit�a•*x• a ��. SiT Sv, lct 3 { 1,7 ;ix �t�,a r��' ,��'� ;.7tfq t "�{'tP4.�'�x�lr�;'?�4+' � itn '"�. ':L ,�,• r'•x.CS� + _ INx 'fF?;f,;'i' +£;s i a✓ tY $;'t ': i. i x p cTy; itr 1. ,~ i -t �• � dC�y., �fr{.�" �'4 y by Srs tr. 3$ { rScA{�;+,. ,7`,•c rt�•r7G; u,h' '4•y t",.{.; ''r+ st . T>' n{i't a�SLf3J�r.y t:•i rf.? }3 ,.rJ;'L.� yi? i *h "�,,�t.��'y�*i*v Ji�F.•r'/rL'. f u7vt t'7 Ftk S P tr'`,✓. ��., r k <a .r �jf- Li '•�`,; "{ x ,y,.(}r+v j r n }•} t'.i. * f�+`t{�1 e t :;�a. 1 �i{ '"scx t Y K � , .rtru+.��xM ','�,�t?�'<y�r�a,a{' tYR..�i�s.� '�'u t G 1 tx1�`�'�. }t i �'x r 1 ;xr,*'t•y. , .• � } l�y'1 x�+iwhf�d'x"'r4.3.�r 7 A+`-.z .y,i-sxy� ,t{'ft 1�}t, '7 r t`ir� k r .y' . s., t lir �1� rg•rttd#./+yt,+% +�R . fir n," 1�..,a 1ii24;,\ rt :tt S44`y y rirtk ' t t ', ty;t•*Sf'••ty rl ,, t`t x. i1'� j �'" a�`tjts^�,{Sx.},r„r S++p, E.tw y 7 _ xt. tJ,t>C n t't t�f {st v ,f V , t j .v v t:q,ir- i K• t j k {x { Ty'�f7 �hrls#`f '. t .•t q. i3•`�f'utt't s ...r"`'�'j,2`,f°rztt?`� rx w r.rlx3 ..i+,{,�r �' r}t t•. t w .r5'is ° Y ar✓ .t. .� Lj os{C.•`'�..c t S * rs���yd 7 Ott x + x i•. t F µ '.fell bo. '+'• r1 YY , + x tt� '�y., r'at,K r' ., .{ aC �',� S••!+R t . 5'feS i� ` iv. '•t1f3,. .t^ . CERTIFICATE OF INSURANCE t - m Hartford Fire Insurance Company 4®New York Underwriters Insurance Company • THEHARTFORD Hartford Accident and Indemnity company ®Northwestern Underwriters of Citizens Insurance Company of New Jersey INSURANCE GROUP ®Citizens Insurance Company of New Jersey f7J Twin City Fire Insurance Company This is to certify that the company designated Co.Code herein by Co.Code has issued to the named insured S Named insured and Address the policies enumerated below. ROY A. SCHEPERLE DBA ROY A. SCHEPERLE CONSTRUCTION COMPANY AND CAPITOL MASONRY CONTkACTORS, INC. 1913 Dunklin Blvd. , Jefferson bity, Mo. The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein, subject to all the terms of such policies. Coverages and Limits of Liability Hazards Policy Effective Expiration Bodily Injury Liability Property Damage Liability Number Date Date each person each accident each accident aggregate General Liability Premises-Operations 37 C 469639 7-1-64 7-1-65 _$ 100 ,000 S 500 ,000$ 50 ,000 S 100 ,000 Elevators 37 C 469639 7-1-64 7-1-65_$ 100 .000$ 500 S 50 ,000 XXXX Independent Contractors 37 C 469639 7-1-64 7-1-65 $ 100 000$ 500 000$ 50 000$ 100 ,000 Products-Completed $ 100 000$ 500 000$ 50 ,000 S 100 ,000 Operations 37 C 469639 7-1-64 7-1-65 Aggregate: $ 500 ,000 XXXX XXXX Contractual-as described below 37 C 469 639 7-1-64 7-1-65 $ 100 $ 500 $ 50 000$ 100 ,000 Automobile Liability Owned Automobiles 37 C 469639 7-1-64 7-1-65 $ 100 000$ 500 50 ,000 XXXX Hired Automobiles 37 C 469639 _ 7-1-64 7-1-65 $ 100 000$ 500 ,000 S 50 ,000 XXXX Non-Owned Automobiles 37 C 469 639 7-1-64 7-1-65 $ 100 ,0 $ 500 $ 50 ,000 XXXX Workmen's Compensation Compensation—Statutory 37 WH 102759 7-1-64 7-1-65 General Liability P. D. subject to $50. deductible each accident Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and date.) All operations undertaken by insured in connection with work in the State of Missouri All automobiles operated by named insured Policy # 37 C 469639 includes Blanket Contractual Liability If policy is canceled, 10 days City of Jefferson City, Missouri written notice will be given to: City Hall Jefferson City, Missouri .iC% ° :COI a INC.. DateFebruary 16, 1965 By.....4 ........................ ......... ............... .... ..................... Authorized Representative Foam G•1106•2 Printed in U.S.A. 3-'63 CERTIFICATE OF INSURANCE ®®Hartford Fire Insurance Company ®New York Underwriters Insurance Company ,� 4 THEHARTFORb" �f Ilartford Accident and Indemnity Company ®Northwestern Underwriters of Citizens Insurance Company of New Jersey INSURANCE GROUP ®Citizens Insurance Company of New Jersey m Twin City Fire Insurance Company wow»owe n e.r.w.eneu• This is to certify that the company designated G'Cis herein by Co. Code has issued to the named insured 1 5 Named Insured and Address the policies enumerated below. ROY A. SCHEPERLE DBA ROY A. SCHEPERLE CONSTRUCTION COMPANY AND CAPITOL MASONRY CONTRACTORS, INC. 1913 Dunklin Blvd. , Jefferson City, Mo. The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein, subject to all the terms of such policies. Coverages and Limits of Liability Hazards Policy Effective Expiration Date Bodily Injury Liability Property Damage Liability Number Date Date each person each accident each accident agaresiate General Liability Premises-Operations 37 C 469639 7-1-64 _ 7-1-65 $ 100 000S 500 S 50 .0 S 100 .� Elevators 37 C 469 639 _ 7-1-64 7-1-6-5 $ 100 S 500 000$ 50 ,000 XXXX Independent Contractors 37 C 469639 7-1-64 100 S 500 $ 50 .00 $ 100 ,000 Products-Completed $ 100 $ 500 S 50 $ 100 .� Operations 37 C 469 539 7-1-64 7-1-69 Aggregate, $ 500 .000 XXXX XXXX Contractual-as desaibed below 37 C 469 639 7-1-64 7-1-6S $ 100 $ 500 000$ 50 000$ 100 .000 Automobile Liability Owned Automobiles 37 C 469 639 7-1-64 7-1-65 $ 100 S 500 $ 50 XXXX Hired Automobiles 37 C 469 639 7-1-64 7-1 -65 S 100 $ 500 $ 50 XXXX Non-Owned Automobiles 37 C 469 639 7-1-64 7-1-69 S 100 .000 S 500 $ 50 XXXX Workmen's Compensation Compensation—Statutory 37 WH 102759 7-1-64 7-1-65 General Liability P. D. subject to $50. deductible each accident Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and date.) All operations undertaken by insured in connection with work in the State of Missouri All automobiles operated by named insured Policy # 37 C 469639 includes Blanket Contractual Liability If policy is canceled, 10 d?XS City of Jefferson .City, Missouri written notice will be given t�: City Hall Jefferson City, Missouri ON Date February 16, 1965 By....PY. ..... _. .,,.�,.r j................................................. Form C-2106-2 Printed In U.S.A. V63 AulhoriW Represenlalive CITY OF JEFFERSON, MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF A SANITARY TRUNK SEWER, FORCE MAIN AND PUMPING STATION FOR THE MOREAU RIVER WATERSHED 1. IN JEFFERSON CITY, MISSOURI HORNER & SHIFRIN Consulting Engineers St. Louis, Missouri JANUARY 1965 63-65 ,. ADDENDUM NO. 2 Specifications for the Construction of a Sanitary Trunk Sewer, Force Main and Pumping Station 1 For THE MOREAU RIVER WATERSHED in JEFFERSON CITY, MISSOURI The attached "Bid Bond" and "Performance-Payment Bond" Shall be included in the specifications . HORNER & SHIFRIN Consulting Engineers By /-/a ` /., ,—) H. B. Hinchman January 19, 1965 ADDENDUM NO. 2 • Page 1 of 1 - 63-65 (Enclosure - 4 pages) 1 ADDENDUM NO. 1 Specifications for the Construction of a Sanitary Trunk Sewer, Force Main and Pumping Station For _ THE MOREAU RIVER WATERSHED in JEFFERSON CITY, MISSOURI The specifications dated January 1965 are amended as follows: PART II, SECTION 23, PLUG VALVE, CYLINDER ACTUATED: T he c yl inder actuated plug valve shall be of the non-lubricated t yp e similar or equal to Figure 124 manufactured by the DeZurik Corporation of Sartell, Minnesota. The valves shall be made of Ni-Resist Steel, with hard rubber- faced plugs and flanged ends drilled for 125-pound ASA Specification B16. 1 standardflanges. The valve shall be equipped with a timed hydraulic actuator suitable for operation by remote electric control and using City water at a minimum of 50 psi to drive the system. The actuator shall be DeZurik Model No. G6C6, or equal. The actuator shall be adjustable for opening and closing times between 10 and 60 seconds. HORNER & SHIFRIN Consulting Engineers By I H. B. Hinchman January 18, 1965 ADDENDUM NO. 1 Page 1 of 1 - 63-65 1 TABLE OF CONTENTS Page No. ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids III-1 2. Preparation of Bid IB-1 3. Method of Bidding IB-1 4. Telegraphic Modification IB-2 5. Qualifications of Bidder IB-2 6. Bid Security IB-2 7. Liquidated Damages for Failure to Enter into Contract IB-3 8. Time of Completion and Liquidated Damages IB-3 9. Conditions of Work IB-3 10. Obligation of Bidder IB-3 11. Addenda and Interpretations IB-4 12. Security for Faithful Performance IB-4 ® 13. Qualification of Sureties IB-4 14. Laws and Regulations IB-4 15. Estimated Quantities IB-5 16. Award of Contract IB-5 PROPOSAL P-1 CONTRACT C-1 ® BREAKDOWN OF BID ITEM NO. 29 ® GENERAL CONDITIONS 1. Contract and Contract Documents GC-1 2. Definitions GC-1 3. Shop or Setting Drawings GC-1 4. Materials, Services and Facilities GC-2 5. Contractor's Title to Materials GC-2 6. Inspection and Testing of Materials GC-2 0 7. "Or Equal" Clause GC-2 8. Patents GC-3 9. Surveys, Permits and Regulations GC-3 e10. Contractor's Obligations GC-3 TC-1 TABLE OF CONTENTS - Continued Page No. 11. Weather Conditions GC-4 12. Protection of Work and Property - Emergency GC-4 13. Reports, Records and Data GC-5 1 14. Superintendence by Contractor GC-5 15. Changes in Work GC-5 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 27. 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. Subcontracting 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 SPECIAL CONDITIONS 1. General SC-1 2. Easements and Working Space SC-1 3. Sanitary Regulations SC-1 4. Utilities SC-1 TC-2 r rTABLE OF CONTENTS - Continued 1 Page ® No. 5. Contract Limits SC-2 6. Breakdown of Contract Price SC-2 7. Plumbing and Electrical Codes SC-2 8. Major Equipment Drawings SC-2 9. Approval of Equipment and Shop Drawings SC-2 10. Access to Work SC-3 11. Utilities in Taylor Drive SC-3 TECHNICAL SPECIFICATIONS PART I - MAJOR ITEMS OF EQUIPMENT 1. Raw Sewage Pumping Units I-1 2. Motor Starter Panelboards I-3 3. Manlifts I-4 PART II - MATERIALS OF CONSTRUCTION 1. Materials and Inspection II-1 2. Granular Backfilling Material II-1 3. Portland Cement II-1 4. Fine Aggregate II-2 5. Coarse Aggregate II-2 6. Water II-3 7. Concrete II-3 8. Grout II-5 9. Vitrified Clay Sewer Pipe II-5 10. Certificates on Sewer Pipe II-6 11. Joint Material II-6 12. Cast Iron Pipe II-6 13. Ductile Iron Pipe II-6 14. Soil Pipe II-6 15. Cement Lining II-6 16. Cast Iron Pipe Fittings II-6 17. Exterior Pipe Coating II-7 18. Flange Adapters II-7 19. Pipe Supports and Hangers II-7 20. Gate Valves and Boxes II-7 21. Hose Bibbs and Stop and Drain Valve II-8 22. Globe Valves II-8 TC-3 TABLE OF CONTENTS - Continued Page No. - 23. Plug Valve, Cylinder Actuated II-8 24. Steel Pipe II-9 25. Copper Tubing and Fittings II-9 26. Flap Gates II-9 27. Manhole Steps II-9 28. Reinforcing Steel II-9 29. Waterstops II-10 30. Exterior Floor Doors II-10 31. Metal Doors and Frames II-10 32. Dehumidifier Unit II-11 33. Sump Pump II-11 34. Safety Chains II-11 35. Exhaust Fan and Shutters II-12 36. Air Intake Vent II-12 37. Name Plaque II-12 38. Crushed Rock for Bedding Pipes in Trenches II-12 39. Crushed Rock for Subgrade Replacement II-12 40. Common Sewer Brick II-13 41. Cast Iron Manhole Frames and Covers II-13 42. Precast Concrete Manholes II-13 43. Materials for Pavement II-14 44. Paint II-15 45. Electrical Materials and Equipment II-16 46. Jointing Materials for Cast Iron Pipe II-21 PART III - METHODS OF CONSTRUCTION 1. Scope of Work III-1 2. Shop Drawings III-1 3. Handling of Materials III-1 e 4. Interference with Traffic III-1 5. Protection of Trees and Restoration of Landscaped Areas III-2 6. Protection of Existing Structures III-2 7. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities III-3 8. Removal and Replacement of Secondary Pavements III-3 9. Removal and Restoration of Asphaltic Pavement III-4 ' 10. Removal and Restoration of Concrete Curb III-4 TC-4 TABLE OF CONTENTS - Continued Page No. 11. Sidewalks and Driveways III-4 12. Excavation - General III-4 13. Excavation - Structural III-5 14. Trench Excavation III-5 15. Bracing and Shoring III-6 16. Trenches with Sloping Sides, Limited III-6 17. Excavation in Rock III-7 18. Trench Bottoming III-8 19. Pipe Sewers in Stanks or Short Tunnels III-8 20. Trench Excavation for Force Main, Water Lines and Conduits III-9 21. Pipe Laying and Installation III-9 22. Wye Junctions III-11 23. Concrete Encasement III-11 24. Backfilling III-11 25. Granular Backfill III-12 26. Manhole Construction III-12 ® 27. Stubs in Manholes III-13 28. Infiltration Tests III-14 29. Concrete III-15 30. Installation of Waterstops III-17 31. Galvanized Steel Pipe III-18 32. Handling and Installing Copper Tubing III-18 33. Installation of Valves and Boxes, and Flap Gates III-18 34. Painting III-19 35. Testing and Sterilizing Water Lines III-20 36. Installing Name Plaque III-20 37. Equipment Manufacturers' Representatives III-20 38. Finish Grading III-21 39. Landscaping III-21 40. Cleaning Up III-21 41. Construction of the Parking Area III-22 42. Installation of Electrical Equipment III-25 PART IV - PAYMENTS 1. Pumping Station IV-1 2. Measurement and Payment of Concrete and Reinforcing Steel for Changes and Additions IV-2 3. Measurement and Payment for Changes and Additions in Excavation IV-2 TC-5 rTABLE OF CONTENTS - Continued Page No. 4. Trench Excavation IV-3 5. Manholes IV-4 6. Pipe Sewers IV-4 7. Pipe Stubs in Manholes IV-5 8. Crushed Rock IV-5 9. Granular Fill IV-5 10. Concrete IV-6 11. Wye Junctions IV-6 12. Pipe Specials IV-6 13, Risers IV-7 14. Lumber Ordered Left in Trench IV-7 15. Asphaltic Concrete Pavement IV-7 16. Concrete Curb IV-7 17. Overflow Sewer IV-7 TC-6 ADVERTISEMENT FOR BIDS Sealed unit price bids for construction of about 4, 600 lineal feet of 8-inch sewer, 500 lineal feet of 10-inch sewer, 5, 300 lineal feet of 10-inch ductile iron force main, and a sewage pumping station, in the Moreau River 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, February 1, 1965, 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 (576) 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 (10076) 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 thirty (30) days after the actual date of the opening thereof. Horner & Shifrin, Consulting Engineers ' For January 2, 1965 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, 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, Force Main and Pumping Station, Moreau River Watershed. The Owner may consider informal any bid not prepared and sub- mitted in accordance with the provisions hereof and may waive any in- formalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized post- ponement 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. ® 2. PREPARATION OF BID: Each bid must be submitted on the prescribed 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 enevelop addressed as specified in the bid form. 3. METHOD OF BIDDING: The Owner invites bids on a unit price contract including lump sum items for major units of work. Where lump sum items include tabulations of equipment items, each bidder shall state in the spaces provided in the • Proposal an installed price for each item of equipment listed for each manufacturer or supplier named. Other equipment manufacturers or sup- pliers and the prices of their equipment, installed, may be listed in the additional spaces provided in the Proposal. The installed price for each sub-item stated in the Proposal shall include the cost of preparation of all IB-1 detailed drawings by the Contractor showing all changes in the plans and the cost of construction and installation of such changes (if any) in struc- tures, equipment, piping, electrical, mechanical, etc. , required to accommodate the equipment. The price of Items of Equipment designated as sub-item (a) in the Proposal will be used for comparison of bids. Prior to the award of a construction contract, the City will select the source of all items of major equipment to be incorporated in this Project, based upon detail, expected performance and installed prices of the items offered in the Proposal accepted. 4. TELEGRAPHIC MODIFICATION: Any bidder.may modify his bid by telegraphic 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 confirmation of the telegraphic modification over the signature of the t bidder was mailed prior to the closing time. The telegraphic communica- tion should not reveal the bid price but should provide the addition or subtraction 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 con- firmation is not received within two days from the closing time, no con- sideration will be given to the telegraphic modification. 5. 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. 6. 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 0/6) of the bid, Such.cash, checks or bid bonds will be returned to all IB-2 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. 7. 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. 8. 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 complete the project within one hundred eighty (180) consecutive calendar days there- after. Bidder must agree also to pay as liquidated damages, the sum of Fifty Dollars ($50. 00) for each consecutive calendar day thereafter as ® hereinafter provided in the General Conditions. q, 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. 10. 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 to 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 IB-3 the right to issue clarifications of such errors or omissions which the bidder shall carry out as if originally specified. 11. 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 writing addressed to Horner & Shifrin, Consulting Engineers, at 1221 Locust Street, St. Louis, Missouri, 63103, 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 interpretations 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 inter- pretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 12. 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 included herein. The surety on such bond or bonds shall be a duly author- ized surety company satisfactory to the Owner. 13. QUALIFICATION OF SURETIES: Sureties must be on the U. S. Treasury Department list of acceptable sureties on Federal bonds. Also the risk must be within the firm's limita- tions as established by the Treasury Department. Sureties must be accept- able .to the Owner. 14. 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. IB-4 15. ESTIMATED QUANTITIES: The estimated quantities of work are stated in the bid proposal form. 16. AWARD OF CONTRACT: Award of the Contract will be made to the lowest responsible, 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. IB-5 1 ' BID FOR UNIT PRICE CONTRACTS 4kPlace Jefferson City, Mo. Date February 1, 1965 Proposal of Roy A. Scheperle (hereinafter called "Bidder") icS # Jlaidt �� }SSsf44 or an individual, doing business as Roy A. Scheperle Construction Company To the City of Jefferson, Missouri (hereinafter called "Owner''). 1 Gentlemen: The Bidder, in compliance with your Invitation for Bids for the con- struction of a Sanitary Trunk Sewer, Force Main, and Pumping Station, in the Moreau River 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 pro- posed project, including the availability 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 tunder 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 one hundred eighty (.180) consecu- tive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of Fifty Dollars ($50. 00) for each consecutive calendar day thereafter as hereinafter pro- vided in Section 17 of the General Conditions. Bidder acknowledges receipt of the following addenda Cross out terms not applicable. P-1 Bidder agrees to perform all the construction work described in the specifications and shown on the plans for the unit prices shown on the attached bid sheets. (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc. , to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. . The bidder agrees that this bid shall be good and may not be with- drawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by Section V of the General Conditions. The bid security attached in the sum of ($ ) is to beco a 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, Roy A. Scheperle By Title Owner Business Address Roy A. Scheperle Construction Company 1913 West Dunklin Blvd. ' Jefferson City, Missouri (SEAL - If bid is by a corporation) P-2 t CITY OF JEFFERSON, MISSOURI ' SANITARY TRUNK SEWER, FORCE MAIN, AND PUMPING STATION MOREAU RIVER WATERSHED BID ITEMS 1. Trench Excavation, Class A . . . . . . . . . . . . . . . . . . . . . 1, 330 cu. yd. @ (Figures) (Written Out) ( xtension) 2. Trench Excavation, C�lass, B . . . . . . . . . . . . . . . . . . . . . . . 2, 840 cu. yd. @ i1 D o 3. Manholes,• Complete in Place : Depth from 2 feet to 4 feet 1 each @ 4. Manholes, Complete in Place - Depth from 4 feet to 6feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 each @ $ O ( Ly �.( r of o � �.e��a2�. ) $ G'e0.8-0 5. Manholes, Complete in Place - Depth from 6 feet to 8feet . . . . . . . . . . . . . . . . . . . . . 9 each @ $mss. o ( ,�� .�z�? ,� ��,, La'et447) ) $ , 9��C)b 6. Manholes, Complete in Place ;.Depth from 8 feet to . 10 feet 3 each @ O � - 7. Manholes, Complete in Place :•Depth from .l0 feet to ' 12 feet 1 each @ ' P-3 B. Manhole, Complete in Place - Depth from 12 feet to 14 feet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 each @ 9. Manhole, Complete• in Place. - Depth from.14• feet to . 16 feet 1 each @ 10. Drop Manhole, Complete in Place, No. 1102, 1 Sta. 3+43 (Trunk A�) . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum / / 11. Drop Stub, Manhole #1119 . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum 12. 10-Inch V. C. Pp. , C-20/10 . . . . . . . . . . . . . . . . . . . . . . . . . . 550 lin. ft. @ 13. 8-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . . 4, 630 lin. ft. @ 14. 6-Inch V. C. P. , C-200 . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 lin. ft. @ $ 4'a- f�o ) ]`'�/G�,f rQ .rJ ` (AP• ) $ 1,9,,5-D 15. 6-Inch Wye Junction on 8-Inch 1:'ipe . . . . . . . . . . . . . . . . 31 each @ 16. 6-Inch Pipe Special . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 each @ ' 17. 8-Inch Pipe Stub in Manhole . . . . . . . . . . . . . . . . . . . . . . 10 each @ $ D. ( ,.yam _J ) $/4 d' o d 18. Crushed Rock for Subg.rade Replacement . . . . . . . . . . . 5 cu. yd. @ P-4 19. Granular Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 490 cu. yd. @ 20. Class B Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . @ . . . . 6 cu. yd. A�--W'VL- J ) $_/�� 21. Class C Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 150 cu. yd. @ 22. Lumber Ordered Left in Trench . . . . . . . . . . . . . . . . . . . 0. 5 mfbm @ 23. Removal and Replacement of Asphaltic Pavement. . . . 26 sq. yd. @ - 24. Removal and Replacement of Concrete Curb . . . . . . . . 10 lin. ft. @ ® 25. 10-Inch Ductile Iron Pipe, Class 350 . . . . . . . . . . . . . . 5, 465 lin. ft. @ $ ( ) $ > 26. 8-Inch Cast Iron Drain for Force Main, including the Valve and Pipe, Complete in Place . Lump Sum _ f 27. Cast Iron Fittings, Installed (excluding Pumping Station Piping . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1, 830 lb. @ 1 28. Overflow Pipe, including 28 feet of 10-Inch VCP, Excavation and Backfill, and one 10-Inch Flap ' Gate, Installed . . : . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum 29. Pumping Station and Appurtenances, Complete in Place . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum ' ( $ O'zm P-5 1 4- A. UNIT PRICES FOR ADDITIONS OR DEDUCTIONS The following supplementary schedule of unit prices will apply in the event the Owner orders in writing additions to or deductions from the work detailed on the plans as covered by the lump sum bid for the Pumping Station (Item 29) above. Type of Work Unit Price iaer Unit 14I-e 1. Hand Earth Excavation C. Y. $ k.=2n log DD 2. Machine Earth Excavation C. Y. $ 4"5-2D / ' 00 e 3. Rock Excavation C. Y. $ 902,00 - 1-5-1 D O 4. Formed Concrete (including Forms) C. Y. $ rJ�__ no - ./p'OO 5. Reinforcing Steel lbs. $ / 7 _4 It is understood and agreed by the undersigned that the Owner re- serves the unrestricted privilege to reject any or all of the above unit prices which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event ® of additions to or deductions from the work to be performed. B. MAJOR ITEMS OF EQUIPMENT In connection with major items of equipment to be supplied and installed under the lump sum bid for the Pumping Station (Item 29) above, the bidder expressly agrees to the following provisions: 1. That the lump sum bid stated above includes the furnishing and installation of all items of major ' equipment of the manufacturers or suppliers listed as sub-items (a) in the following tabulation. 2. That the Owner may select items of any manufacturer or supplier as listed in the following tabulation, that the bidder agrees to furnish and install such items as ' selected, and for a contract price equal to the lump sum bid stated above, adjusted by the difference be- tween the sum of the installed costs for all sub-items ' (a) and the sum of the installed costs for those sub- items selected by the Owner. ' 3. That the installed price stated in the following tabulation on all sub-items includes the preparation and submission P-6 tto the Engineers by the bidder of detailed drawings, showing any modifications necessary to accommodate such equipment, all as defined and described in para- graph No. 8 of the Special Conditions of the Contract. 4. That the installed cost stated in the following tabulation on ' all sub-items includes a complete operating installation, including the furnishing and installation of any and all changes or additions in structures, piping, building, mechanical, electrical work, accessories, controls, etc. , necessary to accommodate the equipment. 5. That if awarded a Contract, all items of major equip- ment selected from the following tabulation by the Owner will be.. guaranteed by the bidder and his Surety to meet the performance requirements of all Contract Specifications, all as defined in the paragraph in the Contract regarding "Guarantees". 6. That in the event the Owner does not select items of any 1 manufacturer or supplier as listed in the following tabu- lation, the bidder agrees to furnish and install all items of major equipment of the manufacture listed as sub- items (a) in the following tabulation. 7. It is expressly agreed that all items offered in the following tabulation fully comply with the Contract Specifications. MAJOR ITEMS OF EQUIPMENT 1 1. Raw Sewage Pumping Units (a) Allis.-Chalmers $ (c) $ 2. Manlifts �o`�a, �i�.��� (a) Langley $ 1 (b) $ (c) $ Total (Items 1 through 29) $ li 1 1 P-7 BID BOND KNOW ALL MEN BY TH. E PRESENTS, that we, the undersigned, O y �. SC 14 E P,C�(L F ,� j47 - as Principal, and The Travelers Indemnity Company as Surety, are hereby held and firmly bound unto the City of Jefferson, Missouri, as Owner in the penal sum of ��&t �"�N T /•.���A,rjy4,el/,✓T for the payment of which, well and truly to be made, we hereby jointly and severally bind outselves, our heirs, executors, administrators, successors and assigns. Signed, this f day of fE /��y 1965. The condition of the above obligation is such that.whereas the -Principal has submitted to the City of Jefferson, Missouri,- a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the construction of a Sanitary Trunk Sewer, Force Main and Pumping Station in the Moreau River Watershed. NOW, THEREFORE, t (a) If said Bid shall be rejected, or in the alternate, t (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance' of said contract, and for the payment of all persons performing ' . labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, . then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the ' BB-1 1 Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way•impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have he'retinto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth aboy�j (L. S. ) Pr cipal The Travelers Indemnity Company Surety ® By. , W. 'J' r 4t SEALi�; 1 BB-2 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) 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 under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ARTICLE IV, SCCTION 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 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 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, Ea.rlene 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 By a� SE•AL 3 Secretary, Fidelity and Surety State of Connecticut, County of Hartford—ss: On 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. NOTARY PU8LIC ,'t ,. _• Notary Public rFORD, My commission expires April 1, 1964 51869 NCW 12-59 PRINTED IN N 5... (Over) r � • 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 19 -7 �%�N�EM •.,..�•,:•,•,Nip, 46 ... o , Al �r• 9 r A L r ti,• Assistant Secretary, Fidelity and Surety 8.1060 (BACK) } CONTRACT THIS AGREEMENT, made this A� day of !"L 2�✓/J/z'� 1965, by and between the City of Jefferson, Missouri, acting herein through its Mayor, hereinafter called "Owner" and eoY ,0N�l'.�7�L�= oY c}C/,��`7°E�.[L L-C�nis rP�crivn� C�N�PrI rr Y an individual, _ of the City of 1—L"R_I's- County of and State of 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: Article 1. SCOPE OF THE WORK: The Contractor shall furnish all materials, tools, equipment, labor, and everything necessary to perform, and shall perform, in accord- ance with the plans, specifications and terms of this Contract, the work of constructing a Sanitary Trunk Sewer, Force Main, and Pumping Station in the Moreau River Watershed., hereinafter called the Project. Article 2. TIME OF COMPLETION: The Contractor hereby agrees to commence work under this Con- tract on or before a date to be specified in a written "Notice to Proceed" ' of the Owner and to fully complete the project within one hundred eighty (180) consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of Fifty Dollars. ($50. 00) for each consecutive,calendar day thereafter as hereinafter provided in Section 17 of the General Conditions. Article 3. CONTRACT PRICE: The Owner shall pay to the Contractor for the performance of this Contract, subject to any additions or deductions provided therein, the lump sum of($ /3/. // c/, Ve j 65/v 1&,v,0k4-D 67Wxf 1.5 17N:� IV, V.:TI_LN it /VJ `rv`�aA �OG[ Ham' Sv ' C-1 Article 4. UNIT PRICES FOR CHANGES (For Pumping Station Only): The following unit prices will apply (unless modified by mutual agreement between the Contractor and the Owner) in the event additions to or deductions from the Pumping Station portion of the work to be per- formed for the above contract price are ordered in writing by the Owner. Unit_ Price•per Unit �- /1 U.0 1�EDNG'f 1. Hand Earth Excavation C. Y. $ �- o!> 2. Machine Earth. Excavation C. Y. $. ,e y �'1,oo 3. Rock Excavation C. Y. $3a,oo �n 0 4. Formed Concrete (including Forms) C. Y. $ 7�r, oa ye,cc 5. Reinforcing Steel lbs. $ , ��.�J • /7¢ Article 5. MAJOR ITEMS OF EQUIPMENT: It is hereby expressly agreed that the Contractor will furnish and install in full compliance with the plans and specifications, the major items of equipment as manufactured or supplied by the following listed manufac- turers or suppliers: Item No. Description Manufacturer or Supplier 1. Raw Sewage Pumping Units Alt/s l b44.rtL_lP_5_ 2. Manlifts .-t=\' Article 6. PAYMENTS: The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as pro- vided 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. Article 7. GUARANTEE: The Contractor and his Surety hereby expressly guarantee the aforesaid work as to workmanship and quality of materials used in con- , nection therewith, for a term of one (1) year, commencing on the date of acceptance of the work or improvements, and binds himself, his successors or assigns, to make all replacements which may become necessary within C-2 that time due to nonconformity with the specifications. Whenever notified by the Owner that said replacements are required, the Contractor shall, at once, make the same as directed, and at his own expense. If the Con- tractor does not proceed with such replacements within five (5) days of receipt of written notice, then the Owner shall have the power to cause the same to be made and to charge the costs thereof to the Contractor. On all items of equipment to be incorporated in the completed Project, the Contractor and his Surety must guarantee the type, quality, design, and performance to fully meet the requirements of the specifications. Nothing in this section is intended as a maintenance guarantee. Article 8. THE CONTRACT DOCUMENTS: The Proposal, the General Conditions, Supplemental General Conditions and Special Conditions of the Contract, the plans, which in- clude all maps, plats, blueprints, 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 Conditions,.. are all made a part hereof and collectively evidence and constitute the Contract. ® IN WITNESS WHEREOF, the parties to these presents have executed this Contract in six (6) counterparts, each of which shall be deemed an original, in the year and day first above mentioned. (SEAL) C i 7`( O F �JiFF�a2sa/✓ /b�155a��e r (Owner) ATTEST By /y1 F1 Y o t2� ( C iTY cck-ZEi2J- (Witness) !�? . •SCII�P���..�. a�����- JZoY s1 . -a Cia;_PA=-V u- C&U sT rtdcri0n% (Contractor) ' (SEAL) By .�t_Fr� saa C CUY /11.66aLje� (Address) ' (Witness) * 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-3 THE CITY OF JEFFERSON, MISSOURI SEWAGE PUMPING STATION ® FOR THE MOREAU RIVER WATERSHED BREAKDOWN OF BID ITEM NO. 2q Note: The following breakdown, to be figured to the nearest $100, is to be used as the basis for determining the value of the construction work completed by the Contractor at the close of each pay period. Item Estimated Cost No. Description Material Installation Total 1. Clearing, Excavation and Backfill 2. Concrete 3. Reinforcing Steel 4. Penthouse and Door 5. Miscellaneous Metal 6. Manlift 7. Sewage Pumps and Motors 8. Sump Pump 9. Dehumidifier 10, Piping and Valves 11. Electrical 12. Painting 13. Parking Area 14. Landscaping Total Cost of Bid Item No. 29 $ $ $ Breakdown of Bid Item No. 29 - Page 2 The undersigned hereby certifies that the above Breakdown of Bid Item No. 29 is based on the actual cost of materials to be provided and !' the estimated cost of their installation in order to complete the construc- tion of a Sewage Pumping Station for the City of Jefferson, Missouri. Date Submitted by Contractor Address The undersigned has checked the above Breakdown of Bid Item No. 29 and approves the use of it as a basis for determining the value of work com- pleted at the close of each construction pay period. Horner & Shifrin, Consulting Engineers ® Approved by Title Date t PERFORMANCE-PAYMENT BOND (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 (�oLL KNOW ALL MEN BY THESE PRESENTS: That we (1) Se/���'��e c v LO r✓s J/�J C r o rJ Cz,+�y.��w (2) K) //✓o i of d�rFL:,eso,✓ C , TY, /�iss0 0A--% hereinafter called Principal and (3) )4C - 4A: 4-7 2s �i✓ULM/VirY CG,t/Pd/)'`( of /iA�Tr012U , State of C.- ,VVdCT/G4JT ) hereinafter called the re held and firmly bound unto 4 C i T o P J.8-rrCPso n%, ys y ( /S Is 0J 2.i , hereinafter called Owner, and until all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of ac-Aaoet--o awn i+icre &Z ia00saN1) V/✓c A,,Ynai,MwLT CSI'„ ',9c Dollars ($i/3 //9. 4G ) in lawful money of the United States, to be paid in 5 Cafe Ca,,viv M , 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) L ,-t x o r J,k:rf--- i the Owner, dated the / 6 day of /-4 6 Ca iI IQ,< , A.D. 196x", a copy of which is hereto attached and—ma-cTe a part hereof or the construction of A _754­171410-y T/uJIVK SJ=1NiC:.I�// F0t2CCG MAOW 14-4) PUm0orl • `Sr.,? r,d ) aoc 7-//,L MoAz �9U K' 1J g?Z I-V I 'R.SNL-D /,1/ _izi rr&:125 J r^) C I TY/ /111 5-s r,ji ,,,.o 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 Cp,Ci 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 '/-/ Counterparts, each one of which shall be deemed an original, this the day of A.D. 19,�Sr ATTEST: �oY Sc���-p �e�L all u- �2 ov �U f.��°L'�L..L CB n/5 772rJ f.riv.✓ CO M Pte"'Y Principal Principal ecretary By (S PQ 9 /3 ,DuN 714./ ST7e'tZT c�L-MFG S d/"J GIT,C /;l 7SSOa1G'r Address Witness as to Principal /.2 ? Cl',Zc ac v,e� vcr a/>:-l=/=,t�SUr✓ C-!�"Y /Lfi55U�J,2i Address ATTEST: Surety By Attorney-in-Fact /✓d'T y /'P.c/CA!3 iL A � 7 R V�-r Surety Secretary C (SEAL) Sd n� C i T / 114 iss aJ,e i Address Witness as to Surety i Cie 6'4 v� •' aI�TT�'7dSo/✓ C /TV Address NOTE: Date of Bond must not be proir 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. 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. Thotr.pson, Chester A. Niles, 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 Kmisas Ci.ty2 Kansas and W. E. Manion of Mission, Kansas and Jay R. Warner, Jexies A. Wiley, both of OverlRnd Park, Kansas, EACH its true and lawful Attorney(s)-in-Fact, with full power and authority, for and oil 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, imdert-,akin ;s, recogni.zartces 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 under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ARTICLE IV, SUCTION 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 potter 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 fly-Law-,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 J_hal issued ;)'an-oary 26, 1962 on behalf of Speed Warner, John W. Tucker, J. R. 'Pho:npson, 07 ect •r A. ,\! les, Jane E. Johnston, R. M. Banes, all of Kansas City, Missouri and W� Ii. Crrt._g., .Deriene C. Chiles ) both of Jefferson City, Missouri and Dana Durand of Kansas &-id Mortar. M. Tones of I�Ussion Hills, Kansas and Robert A. Braddock, Jay R. Warner, both of Kansas Cit-y, Kansas and W. E. Manion of Mission, Kansas ----- IN WITNESS WHEREOF, Ti-IE TRAVELERS INDEMNITY COXIPANY 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 ��-c- �Di DE/H N B v `3 Secretary, Fidelity and Surety State of Connecticut, County of Hartford--ss: On this Goth 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. $ NOTARY y PUBLIC Notary Public l�ORD,~C..sS' My commission expires April 1, 1964 1'-1669 NEW 12-S9 P81MII U i.1 o,. (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 Sealed at Hartford, Connecticut, this /6 day of 19/Aj. '4 SEAL � Assistant Secretary, Fidelity and Surety 6.1869 (BACK) 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. 2. DEFINITIONS: The following terms 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 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 dr'awings 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. e 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 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 8. 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: rThe 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. 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 of: I (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. ' 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. No additional compensation will be allowed the Contractor for construction changes and additions, if any, from details shown on the plans and/or described in the specifications which become necessary because of equipment installation and placing such equipment in satisfactory operation. 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 GC-6 1 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 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 extensiun 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, I 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 may be, 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 GC-7 be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. 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 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. 20. 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 Section 15(c) of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the Owner, give the Owner access to accounts re- lating 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 termi- nate 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 1 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 GC-8 r 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. AML 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 (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 contract 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 (10%) 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 (5076) 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. r (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 r 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 1 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 ninety per cent (9016) 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. r GC-10 Z6. 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 (100%) 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 dontractor 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, 1 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 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; 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 place 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- O 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. The Contractor and his Surety will be held responsible by the Owner that all items of equipment purchased and installed under his Contract fully meet the type, quality, design and the performance guarantees defined in the Specifications, and in actual operation satisfactorily perform the func- tions for which installed. Further, that the Owner may withhold final payment until such performance and operation is demonstrated. 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' 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 GC-16 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. 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. rThe 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 de- terminations, 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 per- son in such trade or occupation. The Contractor shall notify the Owner of his intention to employ persons in trades or occupations not classified in sufficient 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 Con- tract shall be adjusted by the Contractor. r GC-17 (d) Except as may be otherwise required by law, all claims and disputes 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. 43. SPECIAL HAZARDS; and his subcontractors' Public Liabilit Th e Contractor's a y and e Property Damage Insurance shall include explosion coverage and collapse and underground damage coverage in the amount specified in Section 26 of the General Conditions. • r s GC-18 PREVAILING HOURLY WAGE RATES - STATE OF MISSOURI a. The ro osal for this Contract shall be based upon the required P P 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. • 0.P.O'CONNOR INDUSTRIAL COMMISSION OF MISSOURI e61fte DI►ARTMINT Of SAIOR AND INDUSTRIAL RELATIONS GEORGE W.WISE ITATf OP/ICI IUILDINO Me.br IROADWAT end HIGH ITRIETS JOHN M. DAL70N P.O.sox I" CHARDS t.CATES JI►►IRSON CITY,MISIOuaI GOVXRKOn ERMAN V.EDWARDS Smpry ® PHONE 616.0441 Special Wage Determination No. 5907 Certification of building or heavy construction wage rates for Cole , County, Missouri Project or Contract: Savage Pumping Station, Force Main and Gravity Sanitary Sever. For Jefferson City, Missouri (State Agency or sub-division) In accordance with your request, dated December 4, 2964 , 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 200.210 to 310 R.S. Mo., 1117 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 sold 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). 1 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. 0. 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 9th day of December 19o4. INDUSTRIAL COMMISSION OF MISSOURI Chairman, G. P. O'Connor A true copy. Attest: George wipo ' rman V. Edwards, Secretary Member, Chas. E. ales 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. ' /UNCTIONS Of TMI DIPARTM[11T, Iw►M/w- Eetwuy (Umorn,loyowal Com,emeetiom end 6gleymsaml fenke), Worknsan'e Compensation, PAlnleel R.M&Wtallon, ►rwroNMR Wqo tow, Idv&kW on/ mine I.q.eliom od I& W, end MdlefW of h,Nk W1111y LA*p Dlgoen. WAGE RATES CERTIFIED PURSUANT to Section 290.210-310 RSMo., 1937 Session Acts.(H.B.2941 For AINAXConstruction In Cole C�1► Special Wage Determination »................... Missouri Order Order No. »..»»..»»5907.»........».».» »December 9 19 Sewage Pumping Station Certified at of .................. ......»..... . .9 »».».»......_ »»», ... Pro�ectr 8 P 8 , BY Force Main and Gravity Sanitary Industrial Commission of Missouri Sewer. on behalf of Jefferson City, Missouri Department of Labor and Industrial Relations CRAFTS RATE OVERTIME Per Hour Rate ASBESTOSWORKERS ................................................»........ .. BOILERMAKERS ................................»...»......».....»_....».............. Asst.Foreman or Lead Man Foreman General Foreman Helpers BRICKLAYERS ............................. 3.50 1 Foreman-2 men or more — l Tender(Hod Carders—Jurisdiction Laborers) CARPENTERS ................................................... ............................» 2 .». Welder and Creosote Lumber Handlers Foreman-2 men or men CEMENTMASONS ...........................................................................» 3:25 1 Cement Finishers—Composition Floor Foreman—i man or more !� ELECTRICIANS (Inside Wireman) ••••...........................».».»...- » »—»—» »--.» 4.10 1 Foreman—S men or less Foreman-6 to 15 men General Foreman ENGINEERS ......................................I................ ..._. Portable and Hoisfings Heavy Equipment 3.85 2 Portable and Hoistingi Light Equipment 3.35 2 Portable and Hoisting,Oilers and Greaten 3.00 2 Portable and Hoisting,Foreman plus .25 2 FITTERS ..... ......................................................................................... ._......._.......»...» Foreman GLAZiERS .. ......... ................................................. LABORERS—I2addmp6—Common) ...............................»...».» »» 2.775 2 Labor Foreman LATHERS—Metal, Wood ................................................... �.»»»_»_»�.»»»........ Foreman(i it man on job) Foreman(more than one man on Job) LINOLEUM LAYERS AND CUTTERS ................................».»_._.»»...»».. .. Foreman MARBLEMASONS ....................................................».... Foreman — Helpers MILLWRIGHTS—IJurtsdtction of Carpenters) ...........»»........ ..__..........�........». Foreman-2 or more men ORNAMENTAL IRON WORKERS ..................................... ' Foreman-2 men or more PAINTERS .....................».. w 3.00 2 Painters, Spray Foreman Foreman Stage Work PAPER HANGERS .. ............................................... Rolloge Basis 5907 N CRAFTS RATE OVERTIME Per Hour Rate FILE DRIVERS (Jurisdiction of Carpentersl ......••••..•••...................... Foreman-2 men or more PLASTERERS ......................................................»........»»»_....». .......»...»..._». .. ._ ® Foreman-2nd man on job Plaster Tender or Helper PLUMBERS .........................................._...........................................I........ 3.90 1 Foreman Helper or laborer 4.375 1 RIGGERS AND MACHINERY MOVERS .................................................. ..»...._» ROD MEN, Reinforcing, Steel Workers ..........................._....»......... _. 4.375 1 Foremanommen n, more ............................................ _... ROOFERS--Composition, Slate, Tile Foreman —3.025 2 SEWER TILE LAYERS (Bottommen) ......................................•............. Semi-skilled Laborers SHEETMETAL WORKERS .................»........................I..................»...»»...»»...»....» Foreman General Foreman ® SPRINKLER FITTERS ......................................._�»»»».....».»...... »»»_.»....».». ® Foreman STEAMFITTERS Foreman STONEMASONS ......................................._........ Foreman-2 men or more STRUCTURAL IRON WORKERS ..................................................... .»».._...._.»....» 4.375 1 Foreman-2 men or more TERRAZZOWORKERS ................................».....»»._..»..... »....»..»»».»»»............... _ Foreman briobase O B Operators TILELAYERS--For Flooring and Walls .............................................._........._ w Foreman 2.90 * 2 TRUCK DRIVERS (Teamsters, Chauffeurs,Warehousemen and Helpers)•••••. TUCKPOINTERS (old work) ...................»...........................................»...._............» Foreman-2 men ormore ............................... ................................................... WATTRPROOFER ............................... .. WATERPROOFERFOREMAN ......................................................................................... WELDERS, Acetylene and Electric, N.O.S. .............................................. POWDERMAN 3.15 2 MANHOLE BUILDER 2.875 2 OILER 3.00 2 t • Truck Drivers come within the purview of the low 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 Rote No. It Means double time for all overtime worked during work week and Saturdays, Sundays and holidays. Overtime Rate No. 21 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. SPECIAL CONDITIONS 1, GENERAL: 1 In general, the sanitary trunk sewer and force main are to be con- structed in easements which are to be obtained through private property, and provided by the City of Jefferson, Missouri. In some instances they will be laid in City and County streets . The City will arrange permission for sewer construction in County streets. The Pumping Station is to be constructed in the right-of-way of an unnamed County road between Taylor Drive and Greenberry Road. 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. The width of the easement is intended to be sufficient to permit the construction of the sewer, and to provide room for the storing of materials during the construction. Cleaning up and restoration of the surface upon completion of the work shall be carried out so that the surface of the ground within the easements shall be restored to its original condition or to the elevations as shown on the plans or as indicated by the Engineer. 3. SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on ® the work, properly secluded from public observation, shall be constructed eand 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. UTILITIES: • 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 I The cost of all power, lighting, and heating required during the construction shall be paid for by the Contractor. 5. CONTRACT LIMITS: This Contract includes the portion of the Moreau River Sanitary Trunk Sewer system shown on the key map as Trunk A, the Force Main paralleling Trunk A, and the Pumping Station. 6. BREAKDOWN OF CONTRACT PRICE: At the time a Contract is signed by the Contractor and returned to the Owner for signature, a breakdown of the Contract price, on the forms included herein, shall be submitted by the Contractor. When approved, this breakdown will be used as a basis for determining the value of the work completed at the close of each construction pay period. 7. PLUMBING AND ELECTRICAL CODES: All plumbing and electrical work carried out under this Project shall be strictly in accordance with local plumbing and electrical codes. 8. MAJOR EQUIPMENT DRAWINGS: The plans detail structures, piping, and appurtenances, and indicate equipment to accomplish certain results. If a Contract is entered into which includes items of equipment, facilities, or processes requiring any modi- fications or deviations from the plans, the Contractor shall prepare and submit to the Engineer detailed drawings showing all modifications in struc- tures, reinforcing steel, piping, electrical and mechanical work, etc. , to adapt the plans to the alternate equipment or facilities. The Engineer will review such drawings and either approve them or indicate thereon changes necessary to comply with the Project requirements. The Contractor shall revise any unapproved drawings and resubmit them to the Engineer. 9. APPROVAL OF EQUIPMENT AND SHOP DRAWINGS: The Contractor shall submit to the Engineer, shop or setting draw- ings and schedules for every item of equipment or material to be incorporated in the work which is fabricated or manufactured off the site, including, but not limited to, those.pertaining to structural and reinforcing steel, elec- t trical, plumbing, carpentry, heating and ventilation. Within thirty (30) days after the date of notice to proceed, the Contractor shall make any corrections in the drawings required by the Owner or the Engineer and resubmit same without delay, together with drawings first submitted. SC-2 Six (6) final copies of all corrected and approved shop or setting drawings shall be submitted to the Engineer, who after checking, will retain three (3) copies and return three (3) copies to the Contractor. The Engineer's approval of shop drawings of equipment and mate- , rials shall extend only to determining the conformity of such equipment and materials with the. general features of the plans and specifications. It shall be the responsibility of the Contractor to determine the correct- ness of all dimensions and minor details of such equipment and materials so that they will fit into the completed work, and so that when incorporated in the work, correct operation will result. None of the equipment requiring approval shall be purchased, de- livered to the site or installed until such approval has been granted and work shall not commence on any phase requiring shop drawings until said shop drawings have been approved. 10. ACCESS TO WORK: Representatives of the U. S. Public Health Service and the Missouri Water Pollution Board shall have access to the work wherever it is in preparation. or progress and the Contractor shall provide proper facilities for such access and inspection. 11. UTILITIES IN TAYLOR DRIVE: The Contractor shall locate the gas and water mains in Taylor Drive to determine whether the sewer and force main can be built as shown on the plans. This location shall precede the laying of any pipe between Station 3+43. and 8+15. 1 so that any adjustment,in sewer grade may be made be- tween these points. SC-3 TECHNICAL SPECIFICATIONS PART I MAJOR ITEMS OF EQUIPMENT 1. RAW SEWAGE PUMPING UNITS: This Item shall include the furnishing and installation of the two raw sewage pumping units for the pumping station, complete with all ac- cessories, in compliance with the following specifications. Each pump shall be a 4x4xl4 NSWV Sewage Pump as manufactured by the Allis-Chalmers Manufacturing Company, or equal. Each pumping unit shall be of the heavy-duty, vertical, dry-pit, single suction volute, non-clog type suitable for pumping raw sewage. The pumps shall be identical and shall be supported by a cast-iron pedestal base with openings large enough to permit access to the suction line. Suction elbows shall be furnished with handholes and removable covers. The pumps shall be connected to the driver by a short shaft of ade- quate size for the future conditions listed below. The pump shall include a motor support bracket and suctionxelbow. Access to the shaft coupling shall be provided. Pump casings shall be of cast iron, hydrostatically tested to at least 100 psi. The pump shall be so constructed that the suction elbow, the suction cover, and the shell of the volute shall be three .separate cast- ings. Suction and discharge connections shall be 125-pound ASA standard flanges. The casings shall be provided with all necessary vent, drain, and gauge connections, and handholes with removable covers. Pump impellers shall be of the enclosed non-clog type, and made of high grade cast iron. The impellers shall be specifically designed to ' pass solids and stringy material. Impellers shall be dynamically balanced. Pump shafts shall be of high grade alloy steel, accurately machined ' and ground over their entire length. Shafts shall be protected from wear in the stuffing boxes by stainless steel shaft sleeves. ' I- 1 Pump stuffing boxes shall be readily accessible and be suitable for grease sealing. The packing gland shall be of the bronze split type. Pack- ing shall be of the graphited asbestos type and all materials used in the stuffing box assembly shall be bronze or stainless steel. An automatic grease seal unit shall be provided for each pump so that when the pump is running, the delivery of grease to the packing gland is automatic. The grease seal unit shall be similar or equal to that manufactured by Zimmer & Francescon. Pump bearings shall be of the anti-friction type and shall be mounted in a removable cast-iron bearing frame. Drain plugs shall be provided for the lubrication and cleaning of the bearings. The motors shall be of ample size to drive the pumps throughout the operating head range for the future conditions without exceeding the nomi- nal horse power rating with a temperature rise of no more than 40 degrees C. Each of the pump units shall be designed for future. conditions, but shall be furnished to meet present conditions as listed below. The pump units shall be suitable in all respects for the future conditions by increas- ing the diameter of the impeller of the pump. ® Future Conditions Capacity - 650 gpm TDH - 195 feet RPM 1, 750 Maximum Suction Lift - 0 feet Present Conditions ' Capacity - 430 gpm TDH 184 feet RPM - 1, 750 ' Maximum Suction Lift - 0 feet Electric Motors . Type. - Vertical Squirrel Cage Voltage 220 - Phase 3 Cycles - 60 Maximum Syn- chronous Speed - 1, 800 RPM e I-2 2. MOTOR STARTER PANELBOARDS: Pumping station motor starters shall be supplied in factory- assembled panels meeting NEMA standards for panelboard construction. Dimensions and general arrangement of motor starters and feeder circuit breakers are shown on the plans. a. Boxes. Boxes shall be of code gauge steel furnished for surface-mounting with mounting feet for a combination of floor and wall mounting. b. Trim. Trim shall be of code gauge steel and shall be furnished without doors. c. Interiors. Interiors shall consist of insulated bus bars mounted on a steel pan, fabricated to accommodate any combination of units. Main bus bars shall extend full length of pan. Main bus bar sizes shall be based on a current density of 1, 000 amperes per square inch of cross sectional area. Actual main bus bar rating shall be no less than the rating• of the main switch or circuit breaker. d. Circuit Breakers. The main circuit breaker shall have a mini- mum interrupting capacity of 25, 000 asymmetrical amperes at 240 volts. Branch circuit breakers shall have a minimum interrupting capacity of 7, 500 asymmetrical amperes at 240 volts. All branch circuit breakers shall be plug-in construction with quick-make, quick-break connections, in either single or twin units. Circuit breakers shall be trip indicating with common trip on all poles. Each breaker shall be enclosed in an individual steel compartment with a hinged cover interlocked to prevent it from being opened with the breaker in the "on" (closed) position. Each unit shall be equipped with an external handle with provisions for padlock- ing in both the "on" and "off" positions. e. Motor Starters. Motor starters shall be of the magnetic type mounted in individually formed and barriered steel enclosures complete with hinged doors. Wiring between motor starter and feeder circuit breaker shall be furnished. Mechanical interlocking shall be provided so that motor starter door cannot be opened with feeder circuit breaker in the "on" (closed) position. Control transformers, electrical interlocks and cover-mounted pushbuttons, selector switches and indicating lights shall be furnished as indicated on the plans. Motor starter panelboards ' shall be Square D Type QMB, or approved equal. I-3 3. MANLIFTS: The manlift shall have a carrying capacity of 500 pounds and when fully loaded shall move at a speed not to exceed 23 feet per minute. Each ® unit shall consist of an oil media hydraulic system to lift a platform operating on guide rails. The lifting platform shall be a minimum of 2 feet 6 inches square with a floor of aluminum grating and a 2-inch high toe guard on two sides. The grating shall be either arranged for easy removal or hinged to allow emergency exit or entrance to the station. There shall be a 36-inch high handrail on the two sides of the platform that have the toe guard and a swinging gate on the side as shown on the plans. The gate shall be so arranged that the platform may not be either lowered or raised unless the gate is closed. The back guard at the rear of the platform shall be of ex- panded metal, 5 feet 0 inches high, with a ladder rung or rungs for emer- gency exit and the platform operating controls mounted on it as shown on the plans. The platform shall be welded to a structural steel lifting carriage which shall ride on guide wheels vertically on a structural steel mast. The mast..shall be arranged with cross bars in the front at 15-inch centers to provide emergency exit or access to the station and anchored to the floor as shown on the plans. The manlift shall be provided with two pushbutton control stations. One of these shall be mounted inside the entrance door of the station, the other on the platform as described above. These control stations shall be of the type which require the operator to maintain contact with the operating switch to actuate movement of the platform. Any rel'ea'se'of the operating switch shall immediately stop movement of the platform. At the bottom of the mast a manual lowering valve shall be provided. A falling platform safety device which will rapidly engage the mast and hold the platform should the lifting chains slacken shall be provided. A means of preventing the platform from falling in case of power failure shall also be provided. Each unit shall be provided with a single-acting, positive displace- ment type ram and lifting chains inside the mast. A power unit consisting ' of a pump with a V-belt connection to an open drip-proof squirrel cage type motor, oil reservoir, check valve, bypass valve, controller, and the . above described lowering valve shall be provided at the location shown on ' the plans. The available operating current is 220 volt, 3 phase, 60 cycle. O I-4 1 All moving parts of the unit shall be sufficiently enclosed to protect the operator from injury. ` Equipment offered under sub-item (a) of this Item in the Proposal shall be a Model 102 Stationary Platform Type Lift as manufactured by Langley Manufacturing Company, Inc.. , 28 Industrial Street, Rochester, New York. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. I-5 t TECHNICAL SPECIFICATIONS PART II MATERIALS OF CONSTRUCTION i 1. MATERIALS AND INSPECTION: All materials and equipment used on this work shall be 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. rThe 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. b. The cement shall meet the requirements of the current "Standard Specifications and Tests for Portland Cement" of the American Society for Testing Materials. ' II-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: 1 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 p� soundness test or other current suggested standards of the American Society efor 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 10076 by Weight 1-Inch Sieve 95-100% by Weight 3/4-Inch Sieve 65- 80% by Weight 3/8-Inch Sieve 15- 4076 by Weight ' • No. 4 Mesh Sieve 0- 576 by Weight To ensure the production of suitable aggregates, complying in all ' respects with this specification, the aggregate plant shall be subject to the II-2 approval of the Engineer, and no deliveries of aggregate shall be made 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: 1 Water used in making or curing concrete or in mixing grout or mortar shall be from public potable water supplies. 7. 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) maxi- mum 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 to each batch of fine and coarse aggregate and water used to each six ® sacks of cement. Total water shall be limited to a maximum of 6-1/2 ® gallons per sack of cement. The fine and coarse aggregates for each batch of concrete where monolithic construction is to be carried out shall be accurately weighed; the exact weight of each batch shall be that neces- sary 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. ' II-3 ' 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 1 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 ® 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 emp- tying 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. II-4 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, with- out segregation of aggregates, and of satisfactory consistency to ensure a uniform 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 consistency is reached. The coarse aggregate shall then be spread upon the mortar and covered with mortar. The whole mass shall then be cut through and turned over not less than four times or until thoroughly mixed with a uniform homogeneous mixture obtained before being removed from the mixing board or pan 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. 8. GROUT: Grout shall be composed of one part portland cement to three parts clean sand to which is added an expansion agent, such as "Embeco" or equal, in proportions as recommended by the manufacturer. Water shall be added only as needed to permit placing. ® 9. VITRIFIED CLAY SEWER PIPE: For sewers 18 inches in diameter or less, vitrified clay sewer pipe and fittings shall be new pipe of the best quality of hard-burned, vitrified clay or shale. pipe, conforming in every respect to the require- ments and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer Pipe", C463 for "Extra Strength Ceramic Glazed Clay Pipe", or C278 for "Extra.Strength Unglazed Clay Pipe". All pipe shall be free from blisters, cracks and pronounced laminations and must give a metallic ring when struck with a hammer. All vitrified clay pipe shall be socket • pipes with sockets true, circular and concentric with the base of the pipes ' and the planes of the angles at right angles to the axis of the pipe, with all dimensions falling within the tolerances as permitted by the ASTM Speci- fications. II-5 1 10. 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. 11. JOINT MATERIAL: The joint material for vitrified clay pipe shall conform to the latest revision of ASTM Specification C425, Type I or Type III, with the specific limitation that Type I joints shall be made only of polyurethane plastic. r12. CAST IRON PIPE: Cast iron pipe, used within the pumping station, shall conform to the requirements of ASA Specification A21. 6 or A21. 8 for Class 150 pipe. Flanged fittings and couplings shall be used unless otherwise noted on the plans. Flanged ends shall conform to ASA Specification B16. 1. , 13. DUCTILE IRON PIPE: Ductile iron pipe, used for the sewage force main, shall conform to the requirements of ASA Specification A21. 51 for Class 350.pipe. The pipe shall be furnished with mechanical joint ends conforming to ASA Specification A21. 11, or manufacturer's standard slip-on joints with the trade name of "Sell-Tite"", "Fastite"', "Tyton", or equal. Cast iron mech- anical joint fittings shall be used with ductile iron pipe. 14. SOIL PIPE: Soil pipe shall conform to ASA Specification A40. 1. 15. CEMENT LINING: All cast iron.and ductile iron pipe and fittings shall be lined with ' a 1/16-inch thick cement mortar lining in conformance with ASA Speci- fication A21. 4. 16. CAST IRON PIPE FITTINGS: The laying dimensions of all fittings shall be in accordance with ASA Specification B16. 1. II-6 a. Mechanical joint fittings shall conform to ASA Specification A21. 10 (Class 250) with joints conforming to ASA Specification A21. 11. b. Flanged fittings_ shall be short body fittings with flanges con- forming to ASA Specification B16. 1, Class 125 flanges. 17. EXTERIOR PIPE COATING: All cast iron pipe, ductile iron pipe and cast iron pipe fittings shall be coated on the exterior surface with coal tar pitch varnish to which suf- ficient oil shall be added to make a smooth coating, tough and tenacious when cold, not "tacky" and brittle. 18. FLANGE ADAPTERS: Flange adapters shall consist of gray cast iron flanges for 12-inch and smaller pipes, steel flanges for larger than 12-inch pipe, with malle- t able iron follower flanges. The bolt circle, bolt size and spacing shall conform to ASA Specification B16. 1 for 125-pound flanges. Gaskets shall .be natural rubber or .GRS rubber. 0-rings shall be neoprene. Two anchor studs shall be furnished and installed. The flange adapters shall be Smith- Blair 912 or equal. 19. PIPE SUPPORTS AND HANGERS: Pipe hangers and supports shall be of standard manufacture approved by the Engineer and shall be suitable for holding the pipe securely and in the proper position. Pipe hangers and supports shall be of adjustable length. Strap hangers will not be acceptable. The concrete inserts for the pipe hangers shall be asl manufactured by Unistrut Corporation, Wayne, Michigan, Model P3365, or equal. 20. GATE VALVES AND BOXES: Gate valves, except as noted below, shall conform to current stand- ard specifications for "Gate Valves for Ordinary Water Works Service" adopted by the American Water Works Association, Designation C500. The gate valves shall be double disc, parallel seat, designed for vertical setting with stuffing box and gland or O-ring gaskets. The valves shall have hub, • mechanical joint, flanged or slip-on joint ends as required for the pipe in which they are installed. They shall open by turning counterclockwise. Each valve shall have the maker's initials, pressure rating and year in which manufactured, cast on the body. Valves inside of structures shall be equipped with hand wheels. All other gate valves shall have standard operating nuts and boxes. ' II-7 1 The gate valves on the pump suctions in the pumping station shall be double disc, parallel seat, non-rising stem valves suitable. for 25 psi non-shock working pressure. The valves shall be iron body, bronze- mounted, with flanges drilled for 125-pound ASA Specification B16. 1 standard flanges and shall open by turning counterclockwise. Valves shall be equipped with hand wheels. Valves shall be similar or equal to those manufactured by Darling Valve & Manufacturing Company, M & H Valve and Fittings Company, or Ludlow & Rensselaer Valve Manufacturing Company. Valve boxes shall be cast iron, Buffalo pattern, 3-piece screw type I 5-1/4-inch shaft of the length suited to the valve depth. The bases of the boxes shall be round pattern of the proper size for the valve. The valve boxes shall have a bituminous coating. Two valve wrenches that fit the operating nuts shall be furnished. 21. HOSE BIBBS AND STOP AND DRAIN VALVE: Hose bibbs shall be similar or equal to Type H-8260 Sediment Faucet as manufactured by Mueller Company, or approved equal. The stop and drain shall be Type H-8205 Stop and Drain as manu- factured by Mueller Company, or equal. 22. GLOBE VALVES: Globe valves shall be red brass, solder joint, Crane Company No. 1310, or equal. 23. PLUG VALVE, CYLINDER ACTUATED: The cylinder actuated plug valve shall be of the non-lubricated type similar or equal to those manufactured by the DeZurik Corporation of Sartell, Minnesota. tThe valves shall be made of ductile iron (ASTM A339, Grade 60-45-10) with hard rubber-faced plugs and flanged ends drilled for 125- pound ASA Specification B16. 1 standard flanges. • The valve shall be equipped with a timed hydraulic actuator suitable for operation by remote electric control and using City water at a minimum of 50 psi to drive the system. The actuator shall be DeZurik Model No. G6C6, or equal. The actuator shall be adjustable for opening and closing times between 10 and 60 seconds. II-8 1 r24. STEEL PIPE: Steel pipe shall be standard weight, galvanized as shown on the rdrawings and shall conform to the latest revision of ASTM.Standard Speci- fication, Designation A120. Galvanized malleable iron screw fittings conforming to the latest revision of ASTM Standard Specification, Designation A338, shall be used rwith steel pipe. Pipe for handrail shall be 1-1/2-inch black iron pipe welded into handrail as shown on the plans. 25. COPPER TUBING AND FITTINGS: rAll copper tubing, underground or in slabs, shall be Type K. Type L hard tubing shall be used for all exposed piping.. Unless otherwise noted, underground fittings shall be red brass flare water service type and exposed.fittings shall be sweat type cast red brass or forged copper. All designations of copper water tubing size are nominal size. 26. FLAP GATES: ® The flap gate for the overflow shall be similar or equal to Model 50C, as manufactured by Armco Drainage and Metal Products Company. Gates shall have a spigot for attaching to concrete. r27. MANHOLE STEPS: Manhole steps shall be not less than 10 inches wide, made of cast iron, and manufactured for use as manhole steps. Manhole steps shall weigh not less than 12 pounds. r28. REINFORCING STEEL: Reinforcing steel bars shall be uniform quality without surface or structural defects of any character and be of first class workmanship and finish. Steel may be rolled from new steel billets or re-rolled from steel r rails. Bars rolled from billet steel shall conform to ASTM Specifications, Designation A15; bars rolled from steel rails shall conform to ASTM Specifications, Designation A16. All bars shall be deformed, the mini- mum requirements for the surface deformation to comply with the current ASTM Standard or Tentative Specifications, Serial Designation A305. r r II-9 r The bars, when delivered, shall be protected from the weather. The bars must not be oiled or painted. Reinforcing bars with a slight rust that can be easily removed with the aid of a wire brush may be used when the rust has been removed by thorough brushing, but where scale has formed or is beginning to form sufficiently to reduce the section of the steel, such bars shall be rejected and must be removed from the site of the work. The Contractor shall furnish the Engineer a certificate from his steel supplier stating that all reinforcing steel supplied for this project conforms'.to.spe6fica'tions. 29. WATERSTOPS: Waterstops for expansion or shear joints may be either of the cellular type or the center bulb type. Waterstops for construction joints shall be either 4-inch PVC laby- rinth waterstops similar or equal to those manufactured by Water Seals, Inc. , or 6-inch, rubber, flat dumbbell type similar or equal to those manu- factured by Servicis ed Products. ® 30. EXTERIOR FLOOR DOORS: Exterior access floor doors shall be Type VA, of the sizes shown on the plans, as manufactured by The Bilco Company, New Haven, Connecticut, or approved equal. Doors shall be 1/4-inch diamond pattern aluminum plate capable of withstanding a live load of 300 pounds per square foot. Frame shall be 1/4-inch aluminum formed to a channel 3-1/2 inches wide, with an anchor flange around the perimeter. Doors shall be equipped with a minimum of two heavy brass hinges with stainless steel pins. All doors shall be provided with a recessed lock which can be operated by a single special wrench. Springs shall be built into the channel frame to afford easy operation and so as not to reduce the clear opening. A 1-1/2-inch drainage coupling shall be provided in the lower righthand corner of the channel frame. Lacquer finish shall be applied to doors and frame, except where the frame will come in contact with the concrete, by the manufacturer. The portion of the frame to be in contact with the concrete shall be primed with Inertol "Metal Passivator" No. 35 by the manufacturer. S 31. METAL DOORS AND FRAMES: The exterior steel door and frame shall be sized as shown on the plans and shall be similar or equal to Series 57 Steel Doors and Frames, as manufactured by Truscon Division of Republic Steel Corporation. The II-10 doors shall be hollow metal 1-3/4 inches thick, 18-gauge steel flush type with a sound-deadening insulation and suitable for use as exterior doors. Door frames shall be welded to the penthouse as shown on the plans. ® Hardware for exterior door shall consist of heavy steel template butt hinges, 4-1/2 inches by 4-1/2 inches, prime painted. Lock set shall be heavy duty bronze cylinder locks, Government Series 161D, with bronze U. S. 10 finish. The door, frame, and collateral steel items shall be bonderized and primed with one coat of paint oven-baked. 32. DEHUMIDIFIER UNIT: The Contractor shall furnish and install one dehumidifier as shown on the drawings. The dehumidifier shall be of the refrigerant type with a capacity of water removal of not less than 3 pounds of water per hour at 80 degrees F. and 50 per cent R. H. It shall be furnished with factory-wired controls including a, humidistat and shall operate off a 120-volt, single phase, 60 cycle power supply. tThe humidistat shall have a range from 20 to 80 per cent relative humidity. The dehumidifier shall be a Westinghouse Model EHD25, or equal. 33. SUMP PUMP: The sump pump shall be capable of delivering 30 gallons per minute at 30 feet of total dynamic head. The pump shall be self-priming up to 15 feet of suction lift. It shall have an open type bronze impeller and a brass strainer on the suction inlet. The pump motor shall be close-coupled, 1/3 HP and dripproof, operating on 115 volt, 60 cycle A. C. at 3, 450 RPM, with automatic over- , load protection. The motor shall be equipped with a 6-foot 3-wire water- proof cord with moulded plug and adapter and an automatic float actuated on-off switch which will start and stop the motor at preset levels. ' 34. SAFETY CHAINS: • Safety chains for the built-in-place pumping station- shall be twist links, zinc-coated finish, 3/ 16 inch chain, each with two eyebolts and a swivel eye snap of appropriate size. II_11 35. EXHAUST FAN AND SHUTTERS: The exhaust fan shall be similar or equal to Type LSQ Size 163, as manufactured by Ilg Electric Ventilating Company. The fans shall ® each have a capacity of not less than 1, 940 cfm, at a static air pressure of 3/8 inch. The motors shall be 1, 750 rpm and direct-connected to the fan. The motors shall be suitable for 120 volt, 3 phase, 60 cycle current. Gravity-operated shutters shall be mounted in the base of the exhaust fan. The shutters shall be suitable for mounting in a Type LSQ ventilator, as manufactured by ILG Electric Ventilating Company. r36. AIR INTAKE VENT: The air intake vent shall be similar or equal to Type ARV, Size 303, as manufactured by ILG Electric Ventilating Company. The intake vent shall have a capacity of at least 2, 850 cfm at 1/8 inch static air pressure. 37. NAME PLAQUE: An aluminum name plaque shall be furnished for mounting on the exterior of the steel entrance door to the pumping station. The plaque shall be approximately 8 inches by 12 inches and shall be as shown on the following page. Letters shall be of the modern block type,.and shall have a polished face. Background shall be leatherette texture and shall be allowed to oxidize. The border shall be a single line border and polished. The entire tablet shall have a sprayed-on lacquer finish. Concealed type fastening shall be provided. 38. 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- t formly mixed and well graded, with 100 per cent passing a 1-inch sieve, and no more than 15 per cent passing a No. 100 sieve. . 39• CRUSHED ROCK FOR SUBGRADE REPLACEMENT: Crushed limestone and screenings or other suitable crushed rock ' for subgrade replacement shall be quarry-run, 2-1/2-inch maximum size II-12 i A . o o f- i Cf) LL L-Li 0 C/) Cf) CSC 1 w C J i 1 ' �8 _l 1 . 1 1 II-12A (95 per cent to 100 per cent passing a 2- 1/2-inch sieve), graded to allow satisfactory compaction. 40. 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 tex- ture 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 Specifications shall be considered as included in the price bid for each brick structure. 41. 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 weigh 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. 42. PRECAST CONCRETE MANHOLES: Precast manhole sections shall be manufactured in accordance with the latest revision of ASTM Designation C478. 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. II-13 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 be supplied by the manufacturer 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. 43. MATERIALS FOR PAVEMENT: The aggregate for the macadam base shall consist of clean, hard, durable fragments free from flat, elongated pieces, crushed from lime- stone, granite, quartzite, or similar rock, quarried from undisturbed consolidated deposits of the material. The coarse aggregate shall con- form to the following sizes: Passing 3-Inch Sieve 10010 2-1/2-Inch Sieve 90-10070 2-Inch Sieve 35- 7010 1-1/2-Inch Sieve 0- 5016 .3/4-Inch Sieve 0- 516 Aggregate for screenings shall conform to the following sizes: Passing 3/8-Inch Sieve 10010 No. 4 Sieve 85- 10076 No. 100 Sieve 10- 3010 Primer material shall be MC-0 or RC-0 cutback asphalt. The asphaltic concrete mixture for hot laid asphaltic concrete ' shall consist of mineral aggregate and asphalt cement combined in such proportions that the composition by weight of the finish mix shall be of the following range: II-14 Passing 3/4-Inch Sieve 10010 3/4-Inch Sieve - Retained on 1/2-Inch Sieve 0- 310 Passing 1/2-Inch Sieve - Retained on 3/8-Inch Sieve 0- 2510 Passing 3/8-Inch Sieve - Retained on No. 4 Sieve 20- 45jo Passing No. 4 Sieve - Retained on No. 10 Sieve 7- 2076 Passing No. 10 Sieve - Retained on No. 40 Sieve 7- 2077 Passing No. 40 Sieve - Retained on No. 80 Sieve 5- 20To Passing No. 80 Sieve - Retained 1 on No. 200 Sieve 5- 1876 Passing No. 200 Sieve 4- 10jo Asphaltic Cement 4- ?% The coarse aggregates shall retain a bitumen film or coating of not less than 95 per cent when tested for stripping in accordance with AASHO Designation T-182-57. The mixing formula for the asphaltic concrete shall be submitted to the Engineer for approval. The type and sources of all material and gradations of the aggregate, the relative quantity of each ingredient, shall be stated. The flow value for the mix when measured in 0. 01-inch grada- tion shall be not less than 10. 0 nor more than 16. 0. Gravel for surfacing of service drives where shown on the plans shall be bank-run gravel 1-1 /2-inch and down, and shall contain not more than 20 nor less than 10 per cent by weight of clay. Oil for oiled surfaces shall be MC-0 Asphaltic Material. 44. PAINT: ' All paint shall be delivered to the site in the original unbroken manufacturer's package with label intact. All paint materials, including ' thinners and linseed oils, shall conform to current ASTM Specifications of the type recommended by the manufacturer of the paint. The paint shall • be of such consistency that it will have satisfactory spreading, leveling ' and leafing properties and shall not spread or sag when applied to smooth vertical surfaces. e II-15 Red Lead Paint shall conform to Federal Specification TT-P-86a, Type II. Interior Wall Paint and Concrete Ceiling Paint shall, be Inertol "Ramuc Utility Flat", or equal, color to be 1 selected by the Engineer. Non-Submerged Metal Paint. Shop primer and field primer shall be Inertol Primers No. 621 and 622 respectively, or equal. Enamel shall be Inertol "Glamortex", or equal, color as specified or as selected by the Engineer. Primer for cast iron pipe to receive enamel shall be Inertol "Tar Stop". Galvanized surfaces shall be painted with Inertol "Metal Passivator" No. 35. Submerged Metal Paint. Shop primer shall be Inertol "Poxitar" Primer, or equal. Field primer and cover coats shall be Inertol "Poxitar", or equal. 45. ELECTRICAL MATERIALS AND EQUIPMENT: All electrical material and equipment shall be new and shall be listed by the Underwriters' Laboratories as conforming to its standards. All material and equipment furnished shall be standard products of manu- facturers regularly engaged in the production of such equipment and shall be the manufacturer's latest design. The manufacturers and cata- log numbers indicated in the plans and specifications are to be used as a guide. The Contractor will be permitted to furnish and install approved equals. a. Conduits. Rigid steel conduit, galvanized or sherardized in- side and outside, shall be used for all lighting, power and control circuits. Conduits shall be of the size indicated on the drawing or of larger size if so required by the National Electrical Code. Minimum conduit size shall be 3/4 inch. b. Flexible Metal Conduit. Flexible metal conduit shall be used as final connections to motors to minimize effects of motor vibration and to permit adjustment of motors on bases. Flexible metal conduit shall be • of the concave, single strip type consisting of a steel strip helically wound ' with tight seams and finished so as to provide a smooth, even surface within II-16 r ® the conduit. It shall be galvanized or sherardized and shall be covered i� with extruded vinyl tubing. c. Conduit Fittings. ® (1) Non-Hazardous Areas. Conduit fittings and covers shall be galvanized or .sherardized high test gray iron or malleable iron cast- ings of the types and sizes required, specified or indicated on the drawings. All covers shall have neoprene gaskets and shall be held in place by round head non-corroding machine screws. Conduit fittings shall be Crouse- Hinds "Obround'.1 type, or equal. (2) .Hazardous Areas. Conduit fittings for installation in the wet well shall meet requirements for fittings in non-hazardous areas and in addition shall meet the. requirements for areas designated by the National Electrical Code as Class I, Group D, Division I locations. Seal fittings shall be Crouse-Hinds Type EYS and EYZ, or equal. d. Pull, Junction and Outlet Boxes. Outlet boxes for ceiling light- ing fixture connections shall be 4-inch square, galvanized boxes suitable for connections to incandescent fixtures. For switches and receptacles, outlet boxes shall be of the condulet type with threaded hubs, Crouse-Hinds FS and FD series, or equal. e. Insulated Wire and Cable. Conductors sized #10 AWG or smaller shall be tinned copper with 600 volt type THW insulation. Con- , ductors sized #8 or larger shall be stranded tinned copper with 600 volt Type RHW insulation. f. Convenience Receptacles. Receptacles shall be duplex, 15 amperes, 125 volt, 3 pole, 2 wire polarized with third pole grounded, Bryant Catalog No. 5642, or equal. g. Switches. Switches shall be tumbler type rated 15 amperes, 125 volts, Bryant Catalog No. 5421, or equal. h. Lighting Fixtures. (1) Outside Building Light. Outside building light shall be wall mounted, 150 watt incandescent fixture with die-cast aluminum housing and 2-piece prismatic refractor lens. Fixture shall be suitable for direct ' connection to conduit run through the building wall. Fixture shall be Halo- phane Company Catalog No. 415, Steber S800, or equal. (2) Dry Well Ceiling Lights. Dry well ceiling lighting fixtures shall be 300 watt incandescent, hung from outlet boxes at the elevation II-17 shown on the plans. Fixtures shall be RLM dome-vented with porcelain enamel finish. Fixtures shall be Benjamin-Moe "Turnlox" type, Catalog No. V7644-3/4, or equal. ® (3) Dry Well Wall Lights. Inside entrance and pump floor wall mounting lighting fixtures shall be 100 watt vaporproof epoxy-coated with globe, guard, and 4-inch junction box with threaded hubs for 3/4-inch con- duit, Pyle-National Catalog No. AOWXF-12110, or equal. i. Grounding System. Materials used in the station equipment ground system shall be as follows: (1) Groundwire. Groundwire shall be #4 bare stranded copper wire. (2) Conduit Grounding Bushings. Grounding type conduit bushings shall be Appleton GB series, or equal. - (3) Connections. Ground connections shall be made with solder- less non-ferrous connectors designed for such service, or a molded weld connection, Cadwell, or equal. j. Lighting Panel. Lighting panel shall be suitable for connection to 240 volt, one phase, 60 cycle, 3-wire service with solid neutral. Branch circuit breakers shall be rated 20 amps each and shall have bolted connec- tions to main bus with 4-inch wiring gutters on each side of box. Number of branch circuit breakers shall be as indicated on the plans. Lighting panels shall be Type NLAB-3 as manufactured by Westinghouse, Square D, or equal. k. Thermostat. Thermostat for the exhaust fan in the pumping station shall be contact closing on rising temperature, adjustable from 60 degrees to 100 degrees F. Thermostat shall be Minneapolis-Honeywell Regulator Company, Type T42B, or equal. m. Station Power Service Materials. The Contractor shall furnish all materials necessary to provide a connection point, meeting power-oom- pany requirements, for termination of power company conductors. Power company will supply incoming line brackets at top of pole, meter enclosures, and meters. Major items shall be as follows: (1) Pole shall be a 30-foot Class III pole. r II-18 r (2) Conduit. Conduit shall be rigid conduit as described in paragraph 45a. Conduit shall be sized in accordance with the National Electrical Code for aizes of service conductors supplied. ( ) 3 Service Conductors. Service conductors shall be three r #3/0 and one #8 RHW conductors. (4) Grounding Material. Grounding materials shall be as rdescribed in paragraph 45i. (5) Conduit Cap (Weatherhead). Conduit cap shall be suitable for 4 wire service., shall be sized to fit riser conduit, and shall be Apple- ton type FEBS, Crouse-Hinds Type "F"-Form 8, or equal. r n. Float Switch. Each float switch shall consist of a concentric mercury switch contained in a 5-1/2-inch neoprene covered stainless steel float, flexibly supported by a two-conductor neoprene jacketed cable in- r serted into the float and held by a dual circular crimp. The cable shall be fastened to a vertically supported 1-inch aluminum pipe by yoke type clamps. The cable shall be tied to the pipe at 18-inch intervals with THW insulated copper wires. Low water cutoff float switch and pump start float switch shall be normally open switches and high water cutout switch shall be normally closed switch. Float switches shall be Consolidated Electric Company, St. Paul, Minnesota, Model 9G-NO and 9G-NC as required, or approved equal. ro. Pump Control Panel. The control system shall function to auto_- matic'a3.ly start aria.-stbp one constant speed pump, and open and close pump discharge valve according to water level in the wet well. A selector switch on the control panel shall select the pump to be used on automatic operation. The other pump shall.be on automatic standby and shall operate if the first r pump fails to operate. On pump shutdown, the discharge valve will close before the pump stops. On high water level, the automatic control system will be shut off. Indicating lights on the control panel will indicate above minimum water.level and high water level. Elapsed time meters will re- cord the number of .running hours on each pump. rControl Panel Materials. (1) Enclosure - 20-inch x 20-inch x 8-inch NEMA-12 enclosure, suitable for wall mounting with continuous hinge, gasketed door, all welded construction, with 17-inch x 17-inch metal mounting panel for relays and terminal strips. Hoffman rCatalog No. A-202008, or equal. One required. r II-19 r (2) Elapsed Time Meters - 120-volt non-reset type with 6-digit counter, 5 digits for hours, 1 digit for tenths of an hour, 2-1/2-inch square case suitable for panel mounting, with post type terminals. General Electric Type 236, Catalog No. 50-236402AAAA1, or equal. Two required. (3) Indicating Lights - Heavy duty, oil tight, full voltage type, push-to-test, General Electric Type CR2940, or equal. GE Cat. No. CR2940 UX224-B2 (Red) GE Cat. No. CR2940 UX224-C2 (Green) One each required. (4) Selector Switch - 2-position maintained heavy duty, oil tight, General Electric CR2940, or equal. Operator and Contact Block - Cat. No. CR2940 UB202A Legend Plate - Cat. No. NP-118132D Special Legend - ' Pump #1 - Pump #2" One required. (5) Relay - 300 volt, industrial General Electric Type CR122, 0-60 sec. adjustable time delay on De-Energization - one NO and one NC time delay contacts, one NO and one NC instantaneous contacts, 120 volt coil, Cat. No. CR122 A-4722AA, or equal. Two required. (6) Relay - 300 volt, industrial General Electric Type CR122, 0-60 sec. adjustable time delay on energization, one NO and one NC time delay contacts, one NO and one NC in- stantaneous contacts, 120 volt coil, Cat. No. CR122AO2822AA, or equal. One required. (7) Relay - 300 volt industrial General Electric Type CR120, two NO and two NC instantaneous contacts, 120 volt coil, Cat. No. CR120A02222AA, or equal. One required. (8) Terminal Block - 24 amp, 18 point screw terminal, factory- ' assembled sectional type, General Electric Cat. No. CR151A218, or equal. One required. (9) Nameplate - 3/4-inch x 2-inch, laminated plastic letters cut through black top lamination into white inner lamination to give white letters on black background. Lettering shall be neat and legible and shall be inscribed with tools designed for that purpose. See drawing for legends. Five required. II-20 ' p. Manual Motor Starter. Manual motor starter for exhaust fan shall be double pole, toggle-operated type with "Hand-Off-Auto" selector 1 switch in NEMA 1 enclosure suitable for surface mounting. Overload heaters shall be sized according to motor nameplate data or certified ® drawings from the fan manufacturer. Motor starter shall be Square D Type AG-10, or equal. 46. JOINTING MATERIALS FOR CAST IRON PIPE: a. Flange Bolts and Gaskets. Gaskets shall be. 1/8-inch cloth inserted rubber either full face or ring type inside the bolt circle. Flange bolts shall be of the size required for the flanges, shall have square heads and hex nuts and be of such length that not more than 1/4 inch of the bolt extends beyond the nut. b. Mechanical Joints. Gaskets shall be plain rubber. c. Slip-On Joints. The joint ring shall be as furnished and recom- mended by the pipe manufacturer. O II-21 M- 111111 TECHNICAL SPECIFICATIONS PART III METHODS OF CONSTRUCTION 1. SCOPE OF WORK: The work under this Contract shall include the construction of the sewage pumping station, the gravity sewers and the force main, as shown on the plans, complete and operative. Construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. 2. SHOP DRAWINGS: In accordance with paragraph 9 of the Special Conditions, shop drawings shall be submitted for approval, including appropriate structural details and a complete floor layout showing pump and motor bases, plumb- ing piping, electrical conduits and stub up, and all other "under the floor" equipment. Accurate. dimensions shall be shown for each item on the floor layout. 3. HANDLING OF MATERIALS: All materials shall be delivered and distributed to the site of the work by the Contractor. Items of electrical or mechanical equipment shall be delivered to the site only when the enclosure for the intended installation is completed to the extent to provide complete protection from the weather. 4. INTERFERENCE WITH TRAFFIC: It must be recognized that in some instances the work of this project S involves the construction of sewers along the public streets of the developed ' municipality. Access to abutting property should be provided wherever it is possible without interference with the construction operation. The 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. III-1 The Contractor will be required to provide satisfactory bridges to allow traffic to cross over the excavated trench where the street intersection is traversed by open cut excavation. Care should be taken to avoid blocking ® of access to fire hydrants during this construction. After the sewer is constructed and the backfill made over the completed sewer, a temporary pavement is to be laid 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. 1 5. 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 the work, the surface shall be replaced to conform to the original sur- face. Where turf has been disturbed, the completed backfilled. surface shall be sodded or raked and seeded during the proper time of the year. Where excavated material is stored adjacent to trees, it shall be carried 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 speci- fied of trees and landscaped areas shall be considered as covered in the payments made at the price bid per cubic yard for "Trench Excavation". Where excavation is made through surface rock, the Contractor may be required to restore the surface to its original contour. The Contractor will replace the surface rock with Class C concrete at the direction of the ' Engineer. Such concrete will be paid for at the price bid for "Class C Concrete". • 6. 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 III-2 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 prop- , erty 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. 7. 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 operation 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". The Contractor shall notify the utility owners in advance of any construction which would expose underground.pipe lines or otherwise affect their safety. 8. 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". III-3 9. 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 settlement take place within 60 days of the initial pavement restoration. 10. 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. 11. SIDEWALKS AND DRIVEWAYS: ® Where sidewalks or driveways are removed, the Contractor shall replace them with materials similar to those removed and to the reason- able satisfaction of the owner. 12. EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade. as shown on the plans and as established by the Engineer. Where necessary to protect the labor, the work or adjacent prop- , erty and in all trenches deeper than 6 feet, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill r • v 111-4 has proceeded to a point where it can be safely removed, except that if in the opinion of the Engineer, damage is likely to result from withdrawing shoring, it shall remain in place. All excavation be detered before construction is under- taken therein. Concrete shall be placed only upon dry firm foundation material and pipe shall be laid only in dry trenches. 13. EXCAVATION - STRUCTURAL: The Contractor shall perform all structural excavation required on the plans. Excavation shall extend a sufficient distance from the walls and footings to allow for forms for the work and for proper inspection except where the plans indicate that concrete may be deposited directly against excavated surfaces. 1 Excavated material not needed or suitable for the finished grade shall be removed from the site.at the Contractor's expense. 14. 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 in- formation 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. 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 sewage adjacent to the line of the work during the progress of the work so as not to interfere with the natural surface flows; of protecting all pipes, conduits, culverts, bridges and all other public and private property ' which may be 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 restor- ing the surface of the ground to the condition existing when work started III-5 in unpaved areas or replacing secondary pavements with crushed stone as described in Part III, Section 8. In order to avoid superimposed loading in excess of the designed ® and specified pipe strength and to provide sufficient room for proper in- stallation and bedding of sewer pipe, the trench widths for the pipe sizes used shall be kept within the limits specified as follows: Size of Pipe Minimum Width Maximum Width 811 - 1011 214" 211011 15. 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 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 IV, "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". 16. 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: 1 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 III, Section 14. aAny 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 ' III-6 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 Contractor 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 back- , filling which shall become necessary on account of the Contractor's operations in excavating trenches of excessive widths below the specified levels. 17. EXCAVATION IN ROCK: The Contractor shall excavate the rock at the pumping station site so that the finished excavation may be used for the exterior form for pour- ing the concrete walls. 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. The responsibility of the Contractor with respect to the use of ex- plosives in blasting includes compliance with all laws, rules and regulations of the State, the City and the insuror, governing the keeping, storage, use, manufacture, sale, handling, transportation or other distribution of ex- plosives . All operations involving the handling, storage, and use of ex- plosives shall be conducted with every precaution by trained, reliable men under satisfactory supervision. Blasts shall not be fired until all persons in the vicinity have had ample notice and have reached positions out of danger therefrom. The Contractor shall advise the Engineer in advance when charges are to be set off. After a blast is fired, the Contractor shall thoroughly scale the 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 III-7 e are correctly shown or that conditions affecting the work will not differ from those shown on the plans. 18. 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 s.ewers 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- Alh 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 III, Section 17. 19. 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. ' 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. 111-8 The Contractor shall carry out the work of stanking in a safe pru- dent manner to avoid endangering human life or property. 20. TRENCH EXCAVATION FOR FORCE MAINS ',HATER LINES AND CONDUITS: Trenches shall be dug so that all pipes and conduits can be laid to the alignment and depth required. Trenches shall be braced and drained so that the work may be carried on safely and efficiently. The width of trenches shall be ample to permit the pipe or conduit to be laid and pointed properly and the backfill to be placed and compacted. Where sheeting and bracing of the trench is required, the trench shall be of such additional width as to permit placing of the pipe between the sheeting and bracing. Where bell-and-spigot pipe is used, bell holes shall be provided in the trench to relieve the bells of all strain. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on solid and un- interrupted ground at every point between bell holes, except that it will be permissible to disturb and otherwise damage the subgrade surface near the middle of each length of ductile iron pipe to permit the withdrawal of pipe slings or other lifting equipment for handling the pipe. Any part of the bottom of the trench excavated below the specified subgrade shall be corrected with suitable material thoroughly compacted as directed. The finished subgrade shall be prepared accurately by means of hand tools. Where the bottom of the trench at subgrade is found to be unsuitable for the subgrade upon which the pipe is to be laid, the Contractor shall excavate and remove such unsuitable material to the depth required before the pipe is laid. Dackfilling of over-excavation shall be carried out as specified herein. 21. PIPE LAYING AND INSTALLATION: a. Vitrified Clay Pipe. Vitrified clay pipe shall be laid with the bell or socket uphill to the line and grade given by the Engineer on a pre- pared subgrade excavated and shaped as required. 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. M-9 Vitrified clay pipe shall be laid through line manholes, and the upper half removed after the invert is completed, unless half-pipe is 1 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. b. Ductile Iron Pipe Force Main. The ductile iron pipe used for the force main shall be examined thoroughly for defects before laying. Before laying the ductile iron pipe in trench, the bottom of the trench shall be.carefully graded and bell holes excavated so the pipe shall have a uniform support along its entire length except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. The cover over the pipe shall be a minimum of 36 inches unless otherwise designated on the plans. In laying slip-on joint pipe, the manufacturer's instructions shall be strictly followed. Care shall be taken to keep the joints free of foreign material, such as mud. Mechanical joints shall be made in accordance with the supplier's recommendation. c. Cast Iron Pipe for Pumping Station. In laying flanged or screwed pipe, careful attention shall be given to alignment so that all joints can be pulled home and made tight and workmanlike. Unless otherwise specifically noted, pipes and fittings shall be supported at least every 12 feet, and valves shall be supported on at least ' one side with a support within 2 feet of the valve. Flange adapters and plain end pipe couplings shall be installed in strict accordance with the manufacturer's printed instructions and shall make watertight joints in the pipes being connected. ' Waterstops shall be provided on all pipe lines entering or leaving dry wells either by using wall castings or brazed steel collars approved by the Engineer. III-10 1 The inside of cast iron pipe shall be cleaned of all foreign materials before the pipe is placed in service. Ends of the pipe shall be temporarily plugged at the close of each day's work. 22. 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 it 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 rfor as indicated in Part IV, "Payments". 23. 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 11. 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. 24. BACKFILLING: rThe backfilling of the completed pipe sewers shall commence 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 1 III-11 r 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. Backfilling shall be completed to ensure restoration of the ground surface to its original condition. Backfill in open fields may be completed without further compaction above one foot over the extrados, or without flushing. The fill shall be mounded over the trench to allow for future settlement. Backfill material over and around cast iron pipe to a distance of 2 feet shall not contain cinders. No frozen material shall be placed as fill or backfill nor shall fill or backfill be placed upon or against frozen surfaces. All materials shall be placed by methods hereinafter specified or as otherwise approved by the Engineer. Backfill shall not be placed upon or against concrete surfaces, prior to 14 days after placing of the concrete and then only after approval of the Engineer. Backfill shall be brought up evenly on each side of structures as far as practical. Prior to placing backfill, forms for concrete shall be removed and the excavation shall be cleaned of trash and debris. 25. GRANULAR BACKFILL: Backfill of the trench crossing beneath concrete, asphaltic con- ' crete 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. ® 26. 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. r III-12 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 II,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 con- sistency, which mix shall be thoroughly worked with proper tools. All joints on the inside of the manholes are to be carefully rubbed full and struck as the manhole is built up. Upon completion of each 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. For line manholes, pipe shall be laid through the manhole and the upper half removed af.ter the invert has been completed. Half pipe may be used. No manhole steps shall be installed in the manholes. 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. 27. 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 III-13 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. 28. INFILTRATION TESTS: All sewer lines shall be so laid that infiltration is held to a mini- 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, andtherefore 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 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 if not 4 feet of straight section above the inverts, then the test may be con- ducted 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 elevation between the invert of the upper structure and the invert of the lower struc- ture exceeds 10 feet. The allowable leakage will be computed by the Formula: 1 D = 0. 000018L x (HdT 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, includ- ing 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 the Contractor's method of laying and jointing sewer pipe. III-14 i eThe 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 installation. All water required for the tests shall be furnished and paid for by the Contractor.. It should be noted that the sewers to be constructed in this contract will have no natural outlets. The Contractor shall bear the cost of remov- ing the infiltration or exfiltration test water from the sewers during the period of the .tests. Z9. CONCRETE: a. Mixing. Concrete shall be mixed in accordance with Part II, Section 7. b. Admixture. Should the Contractor desire to incorporate in the concrete mix an admixture to improve the workability of.the concrete, approval 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 re- quest to improve workability will be made at the Contractor's expense. c. 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 e 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 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. III-15 d. Tests. The Contractor shall provide for test purposes one set of four cylinders taken from each day's pour of Class A concrete. The test cylinders shall be cured in accordance with the latest revision of ASTM Specification C39. Two cylinders shall be broken at 7 days and ® two cylinders at 28 days at the Contractor's expense by a .testing laboratory approved by the Engineer. Three sets of test data shall be submitted to the Engineer for each test made. e. Forms. Forms for concrete shall be rigidly braced so that they cannot bulge or warp and leave an unworkmanlike finished surface. They may be constructed of any material with sufficient strength which will give the finished work a satisfactory surface. They must be sufficiently tight so that mortar cannot escape from the concrete in an 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, f. Reinforcing. All reinforcing shall be rigidly fastened to the forms prior to.the pouring of any concrete in such a manner that the steel will be held accurately to the location shown on the plans. Steel shall be cleaned of_crust, scale, oil, or other surface matter before being placed in the forms. g. Wall Fittings and Anchor Bolts. Wall fittings. and anchor bolts shall be installed as shown on the plans. h. 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 extremities 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. i. Joints. Before depositing concrete on or against concrete which has taken its initial set, the surface of the hardened concrete shall be broken off down to the coarse, aggregate and wire brushed to remove foreign matter and laitance. A layer of grout of the same cement-sand ratio as the concrete without coarse aggregate shall be placed to a thickness of 1 ' e to 2 inches on the brushed surface after which the new concrete shall be placed immediately. 1 e 111-16 ' j. 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. k. Finishes. All exposed concrete surfaces, that is to say, those surfaces which will be visible after the plant is in operation (except floor slabs and sidewalks) shall be finished in the following manner: Forms shall be removed from such surfaces as soon as structurally possible, as approved by the Engineer, and all depressions or imperfections immedi- ately filled.with mortar. The surface shall then be machined or handrubbed until the entire surface has a smooth, homogeneous pleasant-appearing finish of uniform texture and color. Any delay in patching or rubbing such surfaces shall be cause for rejection of the entire structure. No mortar or wet cement sha11 be used in finishing except the mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. Floors shall be brought to a true grade with a straightedge and roughly finished with a wooden float. After the concrete has hardened sufficiently-to prevent an excess of fine material working to the top, the surface shall be troweled with steel trowels until the surface is smooth and regular. No additional cement shall be added during finishing. 30. INSTALLATION OF WATERSTOPS: PVC or .rubber waterstops shall be provided where shown on the plans. All waterstops shall be placed to provide a continuous barrier to the flow of water across a joint in the concrete structure and shall be in- stalled in strict conformance to the recommendations of the.manufacturer. PVC waterstops shall be attached to the forms with double headed nails at approximately 6-inch centers so that the waterstop.is held flat e against the form. PVC waterstops shall be spliced with heat. Prefab- ricated fittings shall be used and only butt joints made in the field. All jointing shall be done by skilled, experienced workmen. eRubber waterstops shall be securely fastened to forms in such position that one bulb will be embedded in each of two adjoining slabs or walls. Center bulbs shall be placed in the joint. Lengths of rubber water- y stops shall be joined with rubber cement or by vulcanizing so that the waterstop is continuous and watertight when installed. Prefabricated fittings shall.be used. All jointing shall be done by skilled, experienced workmen. III-17 31. GALVANIZED STEEL PIPE: The Contractor shall install the galvanized steel pipe in a workman- like manner. ® All screwed pipe shall be made up with threaded connections using a joint compound suitable for the service required. Threads shall be full and cleanly cut with sharp dies, and not more than three threads on the pipe at each connection shall remain exposed after installation. All ends of pipe.shall be reamed, after threading and before assembly, to remove all burrs and rough inner edges. The compound used shall provide the maximum protection against corrosion in the joint and shall be applied to all threads in such manner and quantity that all threads are coated but so that no compound will be forced into the interior of the pipe. Pipes and fittings shall be supported at least every 10 feet, and valves shall be supported on at least one side. Waterstops shall be provided on all pipes entering or leaving the wetwell. The inside of the pipe shall be cleaned before placing the pipe in service. 32. HANDLING AND INSTALLING COPPER TUBING: Copper tubing shall be installed as shown on the plans. Sizes of tubing and fittings shall be as listed in the piping schedule on the plans. Where location dimensions are not shown, the tubing shall be installed with a minimum clearance between the tubing and the walls, ceilings, columns, etc. , and with straight runs parallel with the building lines. Piping embedded in concrete shall be firmly held in place during the con- , Crete' Placement. Open piping shall be plugged to avoid contamination during construction. Piping shall be level unless pitch is indicated on the drawings. Tubing shall be cut accurately to ensure that tight joints are made without springing or forcing the tubing. Allowance shall be made for thermal expansion. Pipe showing kinks or wrinkles shall be removed from the job and replaced with new piping at the Contractor's eexpense. Cutting the structure to install piping must be approved by the Engineer. 33. INSTALLATION OF VALVES AND BOXES, AND FLAP GATES: All valves shall be set with operating stems in true vertical position 111-18 unless otherwise shown on the plans or directed by the Engineer. All valves outside of structures shall have operating nuts and shall be provided with boxes adjusted so that the cover conforms with the adjacent finished grade. All gate valves inside of structures shall be provided with hand- wheels. The flap gate shall be mounted by pouring a concrete collar around the pipe and gate spigot as recommended by the manufacturer. 34. PAINTING: All structures and equipment shall be painted as specified below: All metal surfaces, except cast iron, to be submerged in sewage or .other liquids, except as noted below, shall receive two coats of "Poxitar" or one coat of "Poxitar" Primer and two coats of "Poxitar". All items to be painted with "Poxitar" shall be sand-blasted before the first coat. Shop coats shall be touched up in the field after the spots to be touched up have been power-brushed or sand-blasted. The second coat of "Poxitar" shall be applied within 72 hours from the time of application of the first coat of "Poxitar!'. Metal surfaces not to be submerged in liquids, including such items as steel doors, handrails, and equipment, except as specifically noted below, shall receive a shop primer coat, which shall be spotted as required in the field, and two coats of enamel. Cast iron piping not to be submerged in liquids or buried, shall receive two field coats of primer and two coats of enamel. Black steel piping not to be submerged in liquids shall receive a shop primer coat, which shall be spotted as required in the field, and two coats of enamel. All surfaces to be painted shall be dry and thoroughly clean. All loose dirt, rust and scale shall be removed by wire brushing unless other- wise specified. Galvanized surfaces to be painted shall be solvent-cleaned before painting and receive one coat of primer for galvanized surfaces prior to receiving the specified primer. Painting may be done with either a spray or a brush but each coat shall completely cover the surface to which it is applied. Each coat of paint shall be applied in accordance with the manufacturer's recommendations, using only the thinners recom- mended by the manufacturer and in a manner that will not produce runs or sags. Cast iron pipe submerged in sewage or other liquids, stainless steel, aluminum, copper, brass, bronze, chrome, miscellaneous gal- vanized steel items to be embedded in the concrete and concrete surfaces shall not be painted. Nameplates shall not be painted. 111-19 All equipment shall be shop primed as specified under this section unless otherwise specified;.., The following items, and any other items designated by the Engineer, ® with a factory finish, shall not be painted: a. Motor Controls. b. Light Fixtures. c. Electric Switchgear. The color of all paint to be used shall be selected by the Engineer from color charts submitted by the Contractor. 35. TESTING AND STERILIZING WATER LINES: The potable water line shall be tested to ensure a watertight line. All water mains shall be sterilized with chlorine before being put in service. Either liquid chlorine or hypochlorite may be used in such an amount as to provide a concentration of not less than 50 parts per million ® and a residual of at least 25 parts per million at the end of 24 hours. The sterilizing agent may be introduced in any manner approved by the Engineer that will ensure a uniform distribution. Following a contact period of not less than 24 hours, the chlorinated water shall be flushed from the line and samples .taken and analyzed for bacterial purity. This process shall be continued until the samples indicate that the water is safe for consump- tion. All valves in the line being sterilized shall be closed and opened several times during the sterilizing period. 36. INSTALLING NAME PLAQUE: A name plaque shall be installed on the door of the pumping station where shown on the plans. A full scale shop drawing shall.be furnished to the Engineer for .approval prior to casting. The lettering size and spacing shall generally follow the layout of the plaque shown on page II-12a of these specifications. 37. EQUIPMENT MANUFACTURERS' REPRESENTATIVES: In order to ensure the proper installation of the various items of ' equipment, the Contractor shall be required to have a competent represen- tative of the manufacturer of the equipment listed below to inspect the equipment they furnished, and its installation, before final acceptance of the work: III-20 a. Raw Sewage Pumping Units. b. Motor Controls c. Manlifts. 38. FINISH GRADING: Finish. grading shall be done in accordance with the grading plan and elevations shown on the drawings. Finish grading shall be accom- plished to generally leave uniform slopes and so that there is no ponding of water. All hummocks and ruts shall be eliminated. All.ditches or swales shall be carefully graded to prevent ponding of water. 39. LANDSCAPING: All ground disturbed by the construction procedures shall be land- scaped as shown on the site plan or restored to its original condition. Grass areas may be seeded at the proper time of year or sodded in seasons not suitable for seeding. Suitable equipment necessary for proper preparation of the ground surface and for handling and placing all required materials shall be on hand and in good operating condition and shall be approved by the Engineer before the various operations are started. When conditions are such by reasons of extreme drought, excessive moisture or other factors, that satisfactory results are not likely to be obtained, the work shall be stopped and shall be resumed only when the desired results are likely to be obtained. The Contractor shall be responsible for the proper care of seeded areas during the period when the grass is becoming established. Any area to be seeded which does not produce a suitable stand of grass shall be re- ' seeded as directed by the Engineer. Trees shall be set out at the proper time of year to promote healthy ' tree growth. Trees shall be located as shown on the site plan. The Con- tractor shall. replace any trees which fail to grow. This tree guarantee shall apply for a period of 18 months from the time of setting out. ' 40. CLEANING UP: After the construction work is completed, all refuse and debris re- sulting from the work shall be cleaned up and disposed of to the satisfaction III-21 of the Engineer. Structures shall be washed or swept out and left neat and clean. Dirt and spots shall be removed from equipment, glass surfaces, and painted surfaces. All excess excavation, waste concrete, wiring, piping, lumber, or other refuse shall be removed from the site of the work. If necessary, lawn areas shall be mowed. 41. CONSTRUCTION OF THE PARKING AREA; a. General. The parking area shall be constructed to the lines and grades shown on the plans. Pavement shall consist of a 6-inch thick macad- um base with a 2-inch thick asphaltic concrete wearing surface. After the wearing surface has been placed, no vehicles will be per- mitted to use the drive for parking, delivery of materials, etc. , until the area has cured sufficiently to prevent damage to the surface. Any damage to the base course prior to the placing of the wearing surface shall be repaired to the satisfaction of the Engineer. tb. Preparation of Subgrade. The area for the proposed parking area shall be excavated or filled as required to provide a finished wearing surface to the elevations shown on the plans. The area shall be rolled and compacted to the satisfaction of the Engineer. All soft and yielding spots shall be removed to a depth of not to exceed 2 feet, and all vegetable substances or unsuitable material shall be removed, and the resulting spaces shall be refilled with approved stable material. The subgrade shall again be rolled until no depressions occur. c. Construction of Macadam Base Course. After the subgrade has been properly prepared, new clean, well graded, 2-inch minus crushed stone shall be used to build up the base to the necessary 6-inch thickness. After the coarse aggregate has been spread and shaped, it shall have a uniform distribution of sizes throughout and shall contain no dirt or any other. foreign substances. The coarse aggregate shall then be rolled and compacted until it is well keyed and all settlement has ceased. After the surface has been checked and any necessary corrections made, screenings shall be gradually and uniformly applied to the surface in, successive thin applications by means of approved mechanical spreaders. If the screenings are in a damp or wet condition, they shall not be rolled, vibrated nor broomed until the surface particles have dried. The applica- tion of screenings shall continue until all voids in the coarse aggregate • are filled. Any excess screenings remaining shall be swept from the surface before water is applied. During the application of screenings, compaction shall continue so the jarring effect of the roller will cause the dry screenings to fall into III-22 and fill the voids in the coarse aggregate. As a further aid in filling inter- stices, the screenings shall be swept into the voids by hand or mechanical means, or both. In no case shall the screenings be allowed to "cake" or bridge on the surface in any manner that would prevent filling the voids or prevent the roller from having direct bearing on the coarse aggregate. When screening trucks are being driven on the partially completed surface, care shall be taken not to disturb the coarse aggregate. These trucks shall not be driven over the unfilled coarse aggregate except for the distance necessary during the spreading operations. If at any time the surface is harmfully disturbed, such disturbed area shall be removed and corrections made in compliance with this specification. The surface shall then be sprinkled and rolled. If voids still remain, they shall be filled by sweeping screenings into them. Sprinkling, sweeping and compacting shall continue until a grout is formed sufficient to fill all voids and form a wave of grout before the roller. The.amount of grout shall be sufficient ...tb, L. produce a final mosaic, granular surface. If necessary to secure a well-bonded surface, the macadam shall be kept wet for at least 48 hours, or longer, before final compaction. Should the subgrade become soft and mixed into or .through the macadam, the Contractor shall remove the mixture, reshape and correct the subgrade, replace the removed materials and waterbind the corrected area in compliance with this specification. The completed waterbound macadam base shall have a total com- pacted thickness of not less than 6 inches. ® d. Construction of Asphaltic Concrete Wearing Surfaces. The asphaltic concrete constructed under these specifications shall consist of mineral aggregate and asphalt cement combined, mixed and placed as herein specified. The mixture shall be laid on the prepared macadam base after the curb and gutters are in place so that after compression the width and thickness will be of the form and dimensions shown on the plans. Previous to placing the wearing surface, the base shall be cleaned of all dirt, packed soil or any other foreign material. No asphaltic con- crete shall be placed until the moisture content of the base material is not more than 50 per cent of optimum moisture. The per cent moisture shall be determined from samples representing the material taken from the full thickness of the macadam base. The base shall be primed with an application of MC-0 or RC-0 cut- back asphalt at the rate of not less than 0. 15 nor more than 0. 30 gallons III-23 per square yard of surface. Any pools of primer which remain on the surface shall be removed and the primer properly cured before placing the asphaltic concrete surface course. Primer shall not be applied unless the temperature is 40 degrees F. and rising and only upon a surface which is dry. Extreme care shall be taken to protect curbs, sidewalks and ad- jacent structures and appurtenances during the primer application, Any curbs or structures discolored or damaged shall be cleaned or replaced by the Contractor at his expense. ® The asphaltic concrete mixture shall not be spread unless the ® temperature is 40 degrees F. and rising and only upon a surface which is dry and when weather conditions are suitable. The mixture shall be delivered to the job at a minimum workable temperature. The mixture shall be dumped in the center of the paver hopper and care exercised to avoid overloading and slopping over of the mixture upon the subgrade or base. The mixture shall be spread by means of a mechanical spreading and finishing machine of a type that will uniformly spread the mixture:to obtain the required compacted thickness. Where it is impractical to spread and finish the base, leveling, or surface courses by machine methods, the Contractor may use approved Spreading equipment or acceptable hand methods as directed by the Engineer. When the mixture is to be spread by hand, upon arrival at the job it shall be dumped upon a steel dump board outside of the area on which it is to be spread. Immediately thereafter it shall be distributed into place by means of hot shovels and spread with hot rakes in a loose layer of uniform density and correct depth. Loads shall not be dumped any faster than they can be properly handled by the shovelers. The shovelers shall not distribute the dumped load faster than it can be handled by the ' rakers. The rakers will not be permitted to stand in the hot mixture while raking it, except where necessary to correct errors in the first raking, in which case they will be equipped with stilt sandals. The raking ' must be carefully and skillfully done in such a manner that after the first passage of the roller over the raked mixture, a minimum amount of back patching will be required. ' All areas that are to be paved as shown on the plans shall have a minimum of 2 inches of asphaltic concrete wearing surface. III-24 After spreading, the mixture shall be thoroughly and uniformly , compacted. Compaction should begin as soon after the mixture has .been spread as possible. Delays in rolling the freshly spread mixture will not be tolerated. Rolling shall proceed continuously until all roller marks are . eliminated and no further compression is possible. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but an excess of water or oil will not be permitted. Rollers shall be operated by competent and experienced roller men and must be kept in continuous operation as nearly as practicable in such a manner that all parts of the pavement shall receive substantially equal compaction. Hot tampers shall be used to compact the asphaltic concrete mix- ture where rolling is not practical. The mixture shall be tamped to eliminate any cracks and to seal the edge of the pavement next to curbs, manholes, and structures. After final compaction, the surface shall be smooth and true to the specified crown and grade. 42. INSTALLATION OF ELECTRICAL EQUIPMENT: a. Scope. The work covered by this section consists of furnish- ing all plant, labor, equipment, supplies and materials and performing all operations necessary for the installation of a complete electrical system as shown on the plans and as herein specified for the sewage pumping station. b. Rules and Regulations. The installation shall comply with the applicable rules and regulations of the National Electrical Code and the rules and regulations of local governing authorities. c. Permits and Fees. The Contractor shall obtain all the neces- sary permits and after completion of the work shall submit a certificate of final inspection and approval from governing inspection authorities. ' The Contractor shall pay for all permits and inspection fees. d. Power Service. Electrical services to the site shall be one service connection from a 240/ 120 volt, 3 phase, 4 wire system, as in- dicated on the drawings. Electric company (Missouri Power and Light Company) shall terminate their service connection on secondary racks and power pole installed by the Contractor as shown on the plans. Power III-25 service to the pumping station from the meter pole shall be underground in conduit. The Contractor shall furnish conduit, weatherhead, meter socket, and conductors for underground service from power pole to building. e. Grounding System. All electrical equipment.shall be grounded as required by the National Electrical Code. Grounding system materials shall be as specified in Part II, paragraph 45. i. A #4 stranded bare copper wire shall be connected from the meter to the station copper water line just outside the building wall to ground the meter. A #4 stranded bare copper wire shall be fastened to the incoming water line as close as prac- ticable to the inside point of entrance of the water line to the building and connected to the Motor Control Panelboard. The panelboard and all conduit entering and leaving the panelboard shall be grounded to the #4 ground wire by proper use of conduit grounding bushings and bolted.connections, where required. The conduit system shall serve as the grounding system to all other electrical equipment. Bolted connections and conduit grounding bush- ings shall be used as required to form a positive and continuous grounding system throughout. f. Installation of Conduit and Wiring. All wiring shall be run in rigid heavy wall, galvanized or sherardized conduits complete with junction and outlet boxes and fittings to make a steel pipe system which is con- tinuous mechanically and electrically. Flexible galvanized conduits will be permitted for final connections to pump motors and.motors which are set on adjustable bases. Conduit sizes shall be as indicated on the draw- ings and in accordance with the requirements of the National Electrical Code. The minimum size of conduit shall be 3/4 inch. Conduits connected to cabinets and junction boxes shall be made using grounding type conduit bushings. Joints shall be made so that the ends of conduit butt together in the center of the couplings. No running threads couplings shall be used. The conduits are indicated as surface-mounted on walls and ceilings, ex- cept where they pass through walls or ceilings. Conduit to pump motors shall be concealed in dry well floor slab. Hangers and supports, where used, shall be galvanized and fastened with rustproof anchor bolts embedded in concrete or masonry with suitable ' rustproof expansion shields. The use of wood plugs inserted in masonry or concrete will not be permitted. Conduit shall be supported at intervals not greater than 8 feet. Bends in conduit shall be made with an approved bending machine. Any deformed or injured conduit shall not be used in the work. Conduit ends shall be capped, except when working on a run, to exclude dirt and III-26 moisture. All conduit runs shall be free of obstructions or moisture be- fore wires are inserted. The Contractor shall submit drawings showing any changes in dimensions of conduit stub-up locations as determined by requirements of equipment supplied. Conductors shall be of the sizes and types as indicated on the drawings, shall be color-coded for identification and shall be continuous from box to box. Splices for conductors of No. 12 AWG in-lighting circuits shall be made with approved insulated wire nuts, Ideal, or equal. No wire shall be drawn into conduit until all work which might cause injury is complete. Powdered soapstone only shall be used as a lubricant where necessary. Conduit in the wet well shall be installed according to National Electrical Code requirements for Class .I, Division 1, .Group D locations. All conduit will.be sealed at entrance and/or exit points to wet well area. g. Lighting Fixtures. Lighting fixtures shall be ceiling-mounted at the locations indicated on the drawings. Wall mounted fixtures shall be mounted 7 feet o inches above the floor. ® h. Switches and Receptacles. Switches and receptacles shall be mounted 54 inches above the floor unless otherwise indicated on the plans. i. Lighting Panel. Lighting panel shall be wall-mounted in the location shown on the drawings. Lighting and control conduit shall enter the lighting panel at the top or bottom of the panel as required. j. Motor Starter Panelboard. Motor starter panelboard shall be wall-mounted or wall and floor-mounted. Incoming power conduit shall enter panel..on left side near the top. Other conduit shall enter at top or 1 bottom of panel. k. Manlift. A manlift shall be installed in the pumping station. The Contractor shall supply and install all conduit and wiring to the control panel, elevator motor and pushbutton stations as required to com- plete the electrical requirements of the equipment being supplied and make all final connections. 1. Exhaust Fan. An exhaust fan shall be installed in the pumping station. I The Contractor shall furnish and install all conduit and wiring from motor starter panel to fan motor and thermostat to complete the electrical requirements of the equipment being supplied. III-27 m. Pump Control Panel. The pump control panel in the pumping station shall be wall-mounted and connected to controlled elements by the Contractor. The Contractor shall furnish and install all conduit and wiring from pump control panel to motor starter panel, float switches, check ® valve limit switches, and discharge valve pilot solenoid valves. n. Float Switches. Float switches shall be installed in wet well at elevations indicated on the plans. Floats shall be connected to a vertical pipe with hardware supplied by the float switch manufacturer. Float switch leads shall be tied to vertical pipe at 18-inch intervals with tie wire supplied by the float switch manufacturer. A conduit sleeve shall be provided near the top of and through the wet well wall into the dry well for the float switch leads. . A conduit seal fitting shall be placed in the conduit run just inside the dry well. The float switch leads shall be spliced to #12 THW conductors with crimped type sleeve connectors and taped in a workmanlike manner. o. Manual Motor Starter. A manual motor starter shall be installed at the station entrance for the exhaust fan. The thermostat shall be wall- mounted near the lighting panel and connected to the "Auto" side of the selector switch in the manual starter. p. Tests. After installation of all equipment is complete, all ® electrical equipment shall be tested in the presence of and as specified by the Engineer to demonstrate its ability to function as required by the system. The tests shall include, but not be limited to testing of the pump control system, checking of all motor rotation and all other electrical switches and controls. III-28 TECHNICAL SPECIFICATIONS rPART IV PAYMENTS 1. PUMPING STATION: The lump sum price bid for construction of the Pumping Station shall constitute full compensation for the work necessary to complete the sewage pumping station. This work shall include: a. Class A and Class B excavation. b. Backfilling and grading. c. Removal of. excess earth and rock from the site. d. Erecting the structure. e. Installing the pumps, motors, and other mechanical and elec- trical equipment. f. Installing the water service and meter vault, except for the con- nection to the main and except the installation of the water meter. g. Installing the power pole and the electric conduit between the station and the power pole. Oh. Landscaping the pumping station site. i. Paving the parking area. j. All other incidentals which may be directly necessary for the construction of the Pumping Station. Partial payments shall be made to the Contractor based on the con- struction cost schedule prepared on the forms supplied herein. IV-1 2. MEASUREMENT AND PAYMENT OF CONCRETE AND REINFORCING STEEL FOR CHANGES AND ADDITIONS: tAll concrete and reinforcing steel shown on the plans or required by the specifications shall be included in the lump sum contract price and will not be measured or paid for separately. Should any changes or additions to the Contract require any changes in the amount of formed concrete or reinforcing steel to be provided by the Contractor, the unit prices for formed concrete and reinforcing steel stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the contract lump sum price. The volume of concrete to be paid for shall be determined by the required dimensions for the formed concrete provided to the Contractor by the Engineer. The weight of steel to be paid for shall be determined by the actual weight of reinforcing steel installed. The unit price for formed concrete shall include all materials, forms, mixing, placing, curing, finishing and all other costs incident thereto. i The unit price for reinforcing steel. shall include all material and labor and all other costs incident thereto. 3. MFASUREMENT AND PAYMENT FOR CHANGES AND ADDITIONS IN EXCAVATION: All excavation indicated on the drawings for the Pumping Station or required by the specifications shall be included in. the lump sum con- tract price bid and will not be classified, measured or paid for separately. Should any additions or changes to the Contract require any changes in the amount of excavation required to be done by the Contractor, the unit prices for excavation stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the Contract lump sum price. All other excavation which, in the opinion of the Engineer, cannot reasonably be excavated by machine shall be classified as hand ex- cavation. All excavation not classified as hand excavation shall be classified as machine excavation. The amount of excavation to be measured for payment shall be ex- cavation not indicated on the plans or reasonably inferred from the plans IV-2 r and/or specifications. The amount of excavation to be paid for shall be based on the actual net amount of changed cubic yards of material moved to do the work. The prices for excavation shall include all shoring, de- watering, backfilling, maintenance of backfill, disposal of waste material, and all other work incident thereto. 4. TRENCH EXCAVATION: Payment for trench excavation, including backfill and surplus dis- posal shall be made at the price bid per cubic yard for "Class A Trench Excavation" or "Class B Trench Excavation" (including backfill and surplus disposal), which shall be full compensation for all of the work hereinbefore 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 ad- jacent 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 removed by heavy equipment without drilling and blasting or wedging. Payment for Class A 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 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. b. Class B Excavation. Class B material is any material not in- cluded in Class A excavation. 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. I IV-3 Payline widths for trench excavation for pipe which are to be used in calculating the volume of excavation performed under this Contract are Size of Sewer in Inches P yline Width of Trench ® 8 2 feet - 4 inches 10 2 feet - 4 inches Where the ductile iron force main is laid in the same trench with the vitrified clay pipe sewer, excavation shall be paid for the trench re- quired for the vitrified clay pipe sewer. Where the ductile iron force main bypasses .the manholes on the gravity sewer, payment shall be made for 75 feet of trench at each manhole, using the width and depth as speci- fied above. 5. 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. 6. 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 measure- ment of the .particular line, such measurement to be the actual length be- tween 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, and all other incidentals which may be necessary for constructing • the sewer complete in a trench, in accordance with the detailed plE,ms and these specifications. IV-4 7. PIPE STUBS IN MANHOLES: As shown on the plans, pipe stubs of the size shown or as ordered by the Engineer are to be set 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. 8. 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. 9. GRANULAR FILL: Payment for granular fill will be made at the bid price per cubic yard for the volume in place after final compaction. The volume of granular fill used to embed the ductile iron force main, where it is laid on top of the vitrified clay pipe, shall be computed as follows- Sewer Size Cubic Feet of Granular Fill Cubic Feet of Granular (Clay) per Lineal Foot of Earth Fill per Lineal Foot of Trench Rock Trench 8 3. 5 2. 8 10 3. 5 2. 8 The volume of granular fill used beneath pavements which are re- moved and replaced shall be computed from the actual length of the trench filled, the pay line width and the depth equal to the average distance from ' road subgrade elevation to one foot above the top of pipe. IV-5 1 10. 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 s eparately. rClass 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: Nominal Size of Sewer Cubic Feet of Class B Concrete (Inches) Encasement per Lineal Foot of Sewer 8 Z. 70 10 2. 90 Class C concrete for bedding in rock trenches for the various size sewers shall be .measured and paid as tabulated below: Nominal.Size of Sewer Cubic Feet of Class C Concrete (Inches) Bedding per Lineal Foot of Sewer 8 1. 08 10 1. 16 Additional Class C concrete placed as trench fill as shown on the plans or as directed by the Engineer shall be paid for as calculated by the pay line width and the length and depth of the trench filled. The 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. 11. WYE JUNCTIONS: Payment for wye junctions will be made in addition to payment for the pipe on which the wye is placed and shall include furnishing, placing, • and sealing temporary covers or making the connection with existing pipe ' where such pipe is to be connected. 12. PIPE SPECIALS: Pipe curves will be paid for wherever risers are required. IV-6 13. RISERS: Payment for risers will be made for pipe required to reduce the depth of wye connections to less than 8 feet. 14. LUMBER ORDERED LEFT IN TRENCH: Lumber may be ordered left in lace b the Engineer where the Y P Y g 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 tem- porary bracing shall be included in the price bid per cubic yard for "Trench Excavation". 15. 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, multiplied by the length of pavement restored. Payment will be made at the price bid per square yard for "Restoration of Asphaltic Pavement", which payment shall include the whole cost of removing the existing pavement within cut straight lines, disposing of the material removed from the line of work and/or preparing the subgrade, furnishing of plant, labor, materials, tools: and all other incidentals which may be necessary for constructing the pavement. 16. 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. 10 17. OVERFLOW SEWER: The overflow sewer consisting of 28 feet of 10-inch vitrified clay pipe installed in rock cut, complete with a flap gate installed, shall be paid for as a lump sum. IV-7 r' Section 3. This ordinance shall take effect and be in force J r' from and after its passage and approval. rr Passed: c-...ly`, L Approved: -G-1 ze' 1 -rdsident of the Cit ouncil Mayor Attest: qty Clerk r,