Loading...
HomeMy Public PortalAboutORD07727 BILL NO. INTRODUCED BY COUNCILMEN: ���'� d- �AA/�E /�lc..w.,.►. ORDINANCE NO. 7 7d :Z AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING AND DIRECTING THE MAYOR AND THE CLERK OF THE CITY TO EXECUTE A WRITTEN CONTRACT WITH ROY A. SCHEPERLE d/b/a ROY A. SCHEPERLE CONSTRUCTION COMPANY FOR THE CONSTRUCTION OF A FORCE MAIN AND PUMPING STATION FOR THE GRAYS CREEK WATERSHED IN JEFFERSON CITY, MISSOURI. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 The Mayor and Clerk of the City are hereby authorized • Y Y Y and directed to execute a written contract with Roy A. Scheperle d/b/a Roy A. Scheperle Construction Company for the construction of a force main and pumping station for the Grays Creek Watershed in Jefferson City, Missouri. Section 2. Said contract shall read in words and figures as follows:. ti r. 'L r. a .. •(. , 9 ,Yst. A ! ,t^:i. ,S !- -, i t J r 1 ; t + : k n } s{ i 1 t�" a ♦ a i, t S '� t 't y ,+n. f 9 :J'ts. d. e f}1 7 # Zit j4J, Sf ? ; I /�f .J 1N �r itkr{.y;, IYJ, f(i' tltt f, tr Zl .fr rYt .Tn r51, r+`s+`'ai•r:: ,•S '7 ,��•a" �ie. �V. � ,"t, hot} t, .{, 'r't.�rl rI ( a/6+y4/'. tVlt,.##f :"r- '",.rtL:.I . ,t Yt �� r� T t �x y .r : (t tt•tr tA+ s'��t t7+�t,'°y� rtl.!'. �l t ,h, tTtsa k �..} I,, ,,r, ,1t r r 4 : . : it.Y,­4",,.,,Q^r4 .1�+' f .. 'k�tbr ' qtr r� t'rt, ssi' tS•.7r' r1•J. t �"\ r [ t ^ .n.:t , i } t� f 4 r.{{} 4� }y, '/t: ti 4/r} r r' ^ r!( i' { r w , f i I EI y hr . �• •.i t,! ilrl .l S<- i. i`, I.4 �+, 'p,`<,' •dsf,:'�t.It i rl i r Al,i+ ) .rt . r.: `�3 't i i J, J'i .F s ,<,�. ' '. e t t1, e'{ I /,111 kp I qty, ! S}rtiJ.�';v.,l:f '��.Y.� r:,.ti t .. 'ti' N+ ,`.t 1 R r S5 1 f 7 . i ^ i..s'q y . y. .%b .r',t^ I, C iFrt�, I !M # i'S l+q .11%,V,1♦ I I{7 fA t' r' r, r' 'I (s ':. d , �,. T" ..1 t, r ,'y , J J. 4;'. }!k, r'F u�}S•,',rk `f� S(+ P4ftit r�+ � n';i* I {.r., A. v: f lr,t.i r I''• 1 R},r}.G�t -0 R„ jt , (,kt SI JI• t " t 7 'l 3 l ' f r f 1 J` •1 °Y r �'.}';'tsirsly v t 'JJa'it `i:1s ;'{�,,�!` �F' t'"��Fir,4 1 i J r ,� jf'Stp r\ J ni. #�i k yr j,'SI .t i ,S • v li r�'Y, r a��+ Y.r �4 r ftYr °� lr`rf .;-0,i t,r CITYk}O ''JEFFERSON, MISSOURI t, `, (,Fi` i � t'`).$ a4t .�yy '{ �(y, �t I ', A , t. 4 t 'a t ,. d4 f ,t"4*T'+i Yl�r1'r t� 7 `''tN 'A-1 .} .1 e' �,l t ( ,1 .(,�t 3 f (Jrr r ,..(;}ify{ 't.r A .�a s Y 1.l ` t l r� '�<•i r 1 y s i ,1. ) .rt j r';r ;•�{r�,,"+�to ♦t 1 }34 Jt1 .{tit 7 r ti n r., s t' + r r firs I }j��',(�f i` 3 (,� t r t y.. r T }, F ( 1 S,fi. re 'q`.y>,y11$ tfi.�1r'S15"lkrrr f t '1 tY 1} r 1 1 1 t �' yti'2YY('.rtis it" °� t't1'1#i t 14:a :f } t i i, ( ','1 I t: }} fl'M1: wgf ,t R{, r,1 �}, "sfi, F v t . ., i..a r ? 1 r6 SOfJI , jt�lr r {A ] 1 y I t,r.' rt'3 1 1 f..} t+.r I ', t ' 1s s ;'. t� rI l r,� ,�kN .,, '_ ..Ll ; _ , ,. . s sPECIFICArP!dN5 r ; j ',`1.'yrt 1y r yt 'i r. S { I 7 {t♦ r (t, yl 44 1•'� J F!y,$Ti Y t 4 'S `r 'r. .f 5 I t + 7 1 ' ,i i t A, ' PJ'�$a 1." t 1 t��'Stt<tf 'r<)i d ° 1' t 'i r y .v .� 1 ,•%(y .�. 'i'� yitt'y y �! L ! Z'S< I # { .+f 1 ' '�, t i 1"' tr 4 Lt '.,r fJ�r :.1,+.,�. p^ E/°� 4 ', I >, �i c 1 . 4 .<' i �,� �r VR ,4t t .t . rr'�I,11 t .Jw Yr �,sl. r' ,. r,', t h3 ,r...g< +. urtvr F. ��ty. 'v $ it}rs.,a tx. izrr 1)il } t' 5 .., 3, J'. a y '' r ' i + 1r S I;tt'4 �''r r ; '' }'.4� t} ` �/�, ; zYrr,; t; ,+� , '+: 5 t J:THE 'CONSTRUCTION .OF ; '' �, �,r��i �t��,1.'t f1t }'if(q. "t`hti,� r SAV7,41 , },i e {.rr .r', t %, i t I-,,I ',tt r h �I, '+ # 3i 4M1'''4t G1,7'k'a7� y?f�.•it tt �'' is r'r ' d �w,R:CE MA*T MJb ,PUMF?I1VG S.T AT ION 7 't?:fir;' ( P 715.'(-+15�'(k"t,/t.h }b ,ti`) fiftt 'I#*' F y �, � r: s ;,f �; `f ,} 7 1} t L y+r„,,,.>` 1 'r5T t , , .,: k .y 1 i. 7, k. iti tt�r ';' ^f��i �FFLS�L y�M-IN t 1, 7,r .'', I/ '3 q 1 t �. 1 } i� 1.4 ^C ,ti V fF L1,�y1�.+ i J,(n'. 11•' .f„t.GN,"r'',+T'iri til< '2a<�z� s 14 {iry li+ I Jr '9i �i '}q: ^ ,, :lr I`t y:� �', .! J i..:� ''� r,,:A,,'a o_I, }, 1. <.ar.._r)A k�Yt`});�; i��(:1I t''�s�S. ;r,. ,, , �tt r.'i4,tt 1ti y? ': ." k. :.,COR J t 'frsKt., f s :�1If•r''m 'i �fi�r(` tiiiy�li(� ( ,t•:55 t. t �t. .. , i a t, I)�'x }. t��j o ( ''Gf"S" r"`r.'t. ' pd'ST T.i F� J. { $a• ! a tt. ( is y ( ..} is , M1 �fy {i< ". .1 ,;fix, n, 4 �, 1 s , }fithif c L' I rS { rt .,III,c r , i i A�•J• i ,t ° s _(, i J k r'- s 7 J. ' •I , t r "'I'T.. d . Kp1'�'5 t+ty s i ! 1 s , .;b.'fiy.,t�,; A;� r+,<' .r ;!� 't.iSt'_� ;;THE GR.I•, w �CREEIC '41�A'ItERSHED I �} 1"(J4. qS! # , 5,'�' ;jr(�;, I Ftt ny Jn<� rS�'N,'•.'t r'�t,y•�?;5.:#:'kJ i r 1, .i,l hf)t' iii L. ',s '}r.,_,'T,tt ' .rts .i'r t t s:.rY'Sj LJf htt c ,,p-A s.•4,�r �1aa�rif 'Gttl':rYlt ;y J,,, { i 1 ti t':{{1 s { 5. ,,•yy�f 1 3i e t A,'(rt j 7w 1 S !,A. f ? y S s ' .i t 'r 'j 1'1 •,. +. "s°.{(�ti,,lr'i tii V.��{�s..Y,}?•,''' 'tr(`14,s t 1 rr,, 1 r a.+FS s� t i t` e fi r .y&+''r r r ..;. r �"' } '+Y+i #17.'!I .j� (' el! N (''Y Yy th i fit. t r : r- f"i }1T'•t,. i 1'.1 p� �y`St M " �}rt rt, , ir,A. t ` f , .1( t .1 t ,, t r�rY h 'F. t J .11.1. I i ,- ,t , + t: r('t 5h. # r r s f' y, lr• ° . t r ( a to I ^ �W s; r,}yht ^' _y'� t��; fi' v d S t 4; r i Si T' {J 4.1 } .}# .l t 4 ,I ?NIt/^L �;ti�,y:.,,j �� ,Y j' ., _,'F �! i,� ;:s,a� °r,:�`!J'E ,'ERSON.,CI'�t.Y, :MISSOURI x t tt I', ! :, ?^Y':�t<5; C T�'�'tY+.T'1 i�t irk {.f �r•./?`{37 i r2 r, j r. ..� 1 "/ + 1 1 .r, „f. 4 r � n.a, :,J :1_! 14 `1r }' { t. .�.,�cti 31<3#j ., r .r1 1 'i -,t <e r r { 2 1, r I ` .,�,}„eS Si TSr. 1 .Ft iC 7 1. t 7 t ..rl l .( ),r M 'f 1 �t•"1 �.} rl1 t(�45Fr'1�-,,,� °j't';.lf ref .^ ),t'?,., t � d ii f .�t stf rr t 1 t i ., 1 r^1 !„.o. F q Ld'; X., ii'' .r ( i,Y++.µ 4{.t I i r •r tt .,`3 ,7 11 V 7, L. tt.i( F{Y' t. ! J 1i ' #t t+) F 1.W t ,:it}4 , X I t i t +s t. t , �t 1 1 •, 1 C � rr t c �� }: i .l Y,..trs tA+)el?,j4.,. { ter 1,t r t y I ..i !. ,,. .,1 r), ., '� r3 � 1:rf ? [i' S."+, 3 ;yra, qtr rlv(ri ;j'!r l'i°r `�, r+,rti tr' ; 1.`I, ,1 .1 t is t�1 r s �' �t{r c.s' ` Yq° iF�. 'r” f�� E r 5 ?..t r, i . .ft: 3 r } t .1, t '7. �.rY , y , 't a.t � r rl r fi .t I s fic)`{rty, .s.t,,t,% of ` t it�.s ;• ,t ' _ t } , t , J ri�y tt rjN .!. t, t" t']+ .r,,.�} rS�j�ir^,r tZ 1,,. (Z iYti '� .E,, t' .t,J ' ) ,'s a ', r, ,S 1 ttF x.. C.`t.7:(t,i r f" t f' " 'y '� ) F f •{{-!-"� `}J r t t : t" r ,i,�. s i s +• '�'. .r'h I, it 1. 1 �}...+t+y�( T�.` �'S,xLe ;•a. .'fit ,7h.' { {;t'f.'3t1,' J ? 1 ' . s., J.t'.yr�y �t,ii .Irr: t i / t ti' .7 . �jr%i',I It M1t r s ba �. 'J .7 r S :, r r `,,, 't'S t t ., 'S t 1 ( .^r �' f ti , .F V ' �j Y 1 tN! 1 N ,tr4( t # ;yta'• j St}.�' is `� 11 S t s s c it t t Ir w 1v. '�,jJ ,}< w�: t t I R,r� Y ) # t t 1 f 5 + r r "byf y. a rltr <rx, ti tr ,1 .1 } ' f J > "1. t,}t .V} �^, t .I xt S�',, ;t. ( 1 S ,,, ;, f ' ? , r ' T. rnK,-17,, jRh ji�t! S A r l^ }r r +L"I, y e t , ' l , ${ i� i :irt 1 j 7.J'J ) ,t:+�"TL ., .y s J 1 t. .r lq „ 14r {!. ` I. a ' .11 )C i a.ft,}t y r II s ti ! v �7 r.A^ y. �5� ^,t.§ r l 'r i `r t 1 i i i i` tr s rt 1!i 1 J . z' 1 t t } J' i tt Y`r 1t r` p}t . IV`1 3 i`S'i ,. s i N r _?j;. r A >;. + .rr ' , t I..JI )t' f1 ST.,.. k< ^ 'fir L l l Q,,% + C y 1 t f i ;} V,t HL 7 L .,x y tr tt i t) iJ� A S t t •} r ( t y 'I ._j1,{Jl,, ;+ _!+ 71r'>'f rl. tkjI .'r 1 4 ;J S�.d. <y ty,r r Tt' .7 r}' 1 ,t 0t 1 J r fl {'. ! r , , , 1 11 Sr rt J yNr f u�( , > + � r J+{{5,�t 1 1 s .+ L ' ('' 3 , le�tl tK''}y'A,++�u } , i'T'"' ..li C 1 t ( t , j}. 1, ry roi / tf7 .# irrt. ,�r sitt r ,_.. tr S,: rt, .1 1_ J. � �1 7 t' l���t '!'t��"ir * r"'kv3�±,.Sj` 't't t jt{•>t Ir �: , y t �, a^r 4�a a, T,11 I F '1 ;N} t }:;+; '•'L. tJ rf 4 �1 H t f r `t ?,rr l�. t t SfY{{a 4 tS.r 7 s. 1 r r , ,") ! it ,k r—• t}fG � t� 2 .i r F 1 t r c 1, 5.1 . St 1 'i ty i t ii.t JtTY. r. 5/{ �1 s Ixte tt l .t • t• r c .tr k i.e!'�F,w'1{+ 7r+s. ,;'`F r,1 �' v Fd :.j rfd 1 J } .t r. I: .t;%.c,4:..�� r jj 4A`+ y }PF�'t�f 1�k'��f tt11, t >r ,a .. // ` .e.. y % ff yS, jV_T: r r.`�4����+'+'[-js}r 1 ' 't ,;' }�s t .S 1 .c ,. J ,!r ` , .1. ti i s,:� S.(',S.; `,Y.. r`r 11 `a'!' +' 1 tiry„r .,t' ##., a t #.'.:' 1 t h:i !' ,+ .. 1 r f r). 1 t ( 1 r .`(s.i t'#Sf%'C Lk M rli'.5 s e� ks a�,ir •.(t,t t t .fix} .J <r f ` , :t .t'.t' ,( n 7 s , 1 i .r, 4` t .��r t , ➢iJ ,tt'11 J .rrl 1 ., , i ^r 4 `pl y J. ! '. )`w f r�f v 11,', x. ?�'S`1 t f ? r t .A 1 t +r `'S r t 'v rf i,, �r./jl S'}e3 .T<i }; 5 s t J s 1 7 1.. r.'1 J .I 3 u S r ;:`y} '::�1.IA S Yfa.}�yt t',t 4 Sf s ,s,, k' , 'j.t l + 'yf C + . } t.r 1J'�J'.•5ryl jl 1.y5 i5 t,_AF};'' Y ?S't�' �lr ` t � lr) tJ '�..r fr r r .:, : 1'1 fic }. }t .sr !'rrs` i.'.tjl' ',.t{<,°,�n..�{i�_r't I_ { Jr.+• Y t i.,�( i) °' r ,.jl + r .t, ` S '` .tsr�' err (r+( �.1..ti.43tJ tr�'J'-T(iit,),or ;.g •lY R.,D.#Y�'r .. ! ,�,. :� `t'+, j1�"F ,., .h ''It \ j,.l'M J}K� y, 4. '�� .t rbrt , 1 < } t , .i i } i.i } t '.� r77 �S}ff (.-IL .r 1 .•ly , i } J 1 r J. r f i . -,+ri>, .1 ;.J .r(' .1 �, t t i J:+f. f } Y�. C r r Ar�'i 3} t , t 'G.^.• ''n. .,{+q4 7 r. ^ .t i a v,I`+ 1 t ^ ,PIA ,5 {r ,�t,i, +,Ytr's a . ;f 1.t.d.,l, �k./ tFF, s ie t t' F �1,r,1 t ,c,1J�.; + 1 `�r-t.-!`,:ii,•t1l,`:, i�4 tr' < R n , , c t !'I J x=111 -�tri � 1i rk-r 3 rill aj .,."t �1 �� ,1:r 1'},U, t,..,�Fi.v. Y � ir�It.},' ,t ,' s 11 ,:' 7.'. A s t t2} Iy ,v t .< .�, c t t :J 5 , h.%Jr' 1}ylr ,+ )1;+' A �V( r1 + + yw . t3�r, i��}> ,;. ,r t. ,y "t, HORNER & S IF&IN, i :t.4 t v,� ^ t,nt v,,,,P. ,`Fx, r,ay t: r f+#:r?7Tn t.. r. ",{fit' ii ,•t tii `� r l .tp. r , ., t r -1 .;,41 t {: JiZ t 1 .1%�:*r a �''�f+ .1,.1{t. •,-'tlt;ir'1•.r.* r•tt:'4�;{ .frrt , .t , ,i' +•Consulting Engineer. r.^ `y, 51 rfl, ."'5,t� i tf r, e�tiJ ,­N,!,­ .}'k J�.J.A'�1: y.tA 4 L''y 1J ft M1" I c Y i. t.. L t / ,��.Y itt`.!••,1,•t,�.�)`, AJ St Y,'�± :f} r 'r r A {rw� t. yhrj ' ,-:',¢Y,r 't t, Vt< L,�uie' Missouri t '>r. .A',l4 7^', , 1 it k$'0Y"2ih•i ',W5 ' {", r t r. , rr,0. q.t FJ'. ) t J' A, rr:a� y. Y s tjl pt� �',' ' '" r , tri;,tr, ��.'r '+ N;. r, .r 1 _', i t .it } f d 3A�.:w �.., a ,'• A.r '. t ' 1 f.it"t'd.r ' ,, }� } 3 y , S ,f"4.S' H, i r t' .1 y.';t <}y, /. YN t ., t '.rr .•„3 1 r� j )}' 't's1 1�(S>> vil+ sr .2 A 5C ht..r %•<w'ti41 JT26, 4 f(x .<Js ..<[I'r' a ;( r 1 '`1 + .1, J '' t t t' t ( •S , #1 �;rL U1W, G �,. g 'y, x '*,-rya / ' .Lo", r..r,}'tr I tJ J f t }l:j!* fit'" A f }� A, `K Jr kt4 A/' •r�,'N t T:j, s.Y..,.F... ,rc sl ti., !., t2 Ia :i r Ys) 'J s t, I w S,+ � i.f4 y v ,r.r^, , ,',.�• n.y r f .. } '` CC A f 14;t t i. yt b aT�+ r. J,'r ^, stir s rrsyii.f5 '�J 7i^! r�J'S. 1 (r,r �, ..1'kt 's._ t,f:..�4�i� '• : ? 27h`^j!' $}t y y!.( i .t t +ff J; S t C / a t t „ w J J,r r 1;. , ?��,,�� '°j'r"rrr '".nFr to SM.'r 'rt',fiy`t�f�a;. IYJtir ;j{'fy t``�; rrt'f t }• UGST '965 ,n, .;� •, i2 }.1 t 1iA t�'�,�,•#.11 1. y�'^ >;t?('^}}c�YF�t''f� �;:[,� Fl ;s'.''r tyt�S .t,I I ry,itrt 1�.ir t.;,� �'? :{ s , , r�ky,"tit tlt t ria 3 <Srrt 1 3 r. i I` }� 'tom\ i r' r< l.fl ..t4�,J, �,,'�.'5 .' a;4, J r.kr fd ,i 'L�y€a;.i y!ff S ,,ll i �^f:.,(�X, <.s ! . '•r rtx t, ,•', k a Yetlti}` ,,A,S�2 !Y'':t .+ f.,r "Y. + '.7 rl t 'r� 7 i t i l iRi:�itlti' tt 1K yy t r I.("'11' Ah +a �l Y y.r 'rr'r•TVT.*#p Lt[ t <r t t'7„�.tw°:,Y�, (ti•Cf.TV'rJ. ,4 'r d h, 5�„, ti .t t .s' lrr:6'S �1, f e 3 (Y 1 t w 12Yt �t'4” � C,:-t 'i r rr ke r } [ # �.YjY;'r�l,T y 7 .i v� 1 (r,t.., .rrs ytr d 1 t�1.{'. .:•f t.,. a ,,r 1 ` 4 11 , r ij!`t.,i' `+v tji t �1 i �= s t it i t t 1# N t�(dJr +� t r 4 s. !t r # tt,. j.i.t �'/�,�t,7j. r }♦ t ,r s I r r•t rr f, '•t,r (+ YS. # r} 3 }. r r a m t ,1./AS yw[ Yb'r. .t..el•#4r.L 4 r lb ,t ( r `be ! 74+ 7}11 i 7 t {�• ,�`7 Y,f'�}�F,. trrt^'t1) +.i i I. .r t. a t 't ..(11. G''�tr.. i .r• eMb hZ1t�AZ"Y�jt•ibti+�`rrN.+z N",tS.s+�t^''A';r i ji ...r.Y L: f ,1< ,}, rr - '" „Lt `".a'4�Y !. October 25, 1965 ADDENDUM NO. 1 Plans and Specifications for Grays Creek Pumping Station and Force Main City of Jefferson, Missouri The Specifications shall be and are hereby amended as follows: ® 1. The Wage Determination of the Department of Labor, Decision ® No. AE 3, 702 (5 pages), and Modification Nos. One and Two (i page each) thereto are attached hereto and made a part of Section 12,. WAGE DETER- MINATIONS AND LABOR STANDARDS, on page SC-3 of the Specifications. 2. Sections 1 and 2, Motors for Sewage Pumping Units and Raw Sewage Pumping Units, respectively, under Section C, MECHANICAL EQUIPMENT, on page II-3 of the Specifications are hereby deleted in their entirety and replaced by the following: 111. Raw Sewage Pumping Units. "This Item shall include the furnishing and installation of the two identical raw sewage pumping units for the Pumping Station, complete with all accessories, in compliance with the following specifications. "a. Description. Each pumping unit shall be designed to operate either continuously or intermittently pumping raw sewage at the following conditions: Capacity - gpm 1400 Design T.D.H. - feet 187 Minimum T. D.H. - feet 175 Maximum T.D.H. - feet 200 Maximum Suction Lift - feet 5 "Each pump casing shall be close-grained cast iron of sufficient strength, weight and metal thickness to insure long life, ' accurate alignment, and reliable operation. Each volute shall 1 have smooth fluid passages, large enough at all points to pass any size solid which can pass through the impeller, and pro- ' vide smooth unobstructed flow. A large clean-out opening with removable cover, having its interior surface matching the vol- ute contour, shall be located on each casing at the impeller centerline, to allow access to interior of the impeller. Each casing shall be split perpendicular to the shaft, with removable suction cover and stuffing box cover. Each casing shall be so arranged that the impeller may be removed without disturbing either suction or discharge piping. "Suction and discharge connections shall be ASA 125- pound flat face flanges. All flange bolt holes shall be slotted for ease of assembly and disassembly. Each suction and dis- charge flange shall be drilled and tapped for gauge connections. A 1/411 IPS tap shall be supplied in the suction nozzle, and a 1/4" IPS tap in the discharge nozzle. Each suction tap shall be plugged and a 1/411 brass tee handle gauge cock, a 1/411 pres- sure snubber, and a 0- 100 psi, Ashcroft Model No. 1010 or equal, 4- 1/211 dial pressure gauge shall be furnished and mounted on the discharge nozzle of each pump. "Each impeller shall be of the single-sunction enclosed type with 2 vanes, made of close-grained cast i3ion.. Each impeller shall be particularly designed with smooth water pas- sages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 3 inches. Each impeller shall be statically and hydrau- lically balanced. Each impeller shall be attached to the shaft in a manner that reverse rotation will not damage the impeller or shaft. The rotation shall be as shown on the Plans. "Pump stuffing boxes shall be readily accessible and be suitable for grease sealing. The packing gland shall be of the bronze split type. Packing 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 Zim- mer & Francescon. "The pump shaft shall be of high-strength carbon steel, ' SAE 1045 minimum, accurately machined and of sufficient size 2 to transmit the full driver output. It shall be protected from the sewage by a shaft sleeve in the stuffing box area. The shaft shall be sealed by a synthetic rubber "O" ring between the sleeve and the impeller hub and a suitable gasket between the impeller hub and adjoining shaft shoulder. "A renewable shaft sleeve, which extends through the stuffing box and under the gland, shall be provided. Shaft sleeves shall be of stainless steel. "The pump bearing frames shall be of one-piece cast iron construction. Each frame shall be provided with a cast iron bearing housing at the outboard end, and a cast iron cover at the inboard end. Both ends of the frame shall be provided with lip type grease seb.ls and labyrinth type deflectors to prevent the entrance of contaminants. Each frame shall be provided with a 3/4" IPS tapped hole, located as low as possible to drain the leakage from the packing gland. "The bearing frame shall be designed so that the complete rotating element can be removed from the casing without discon- necting the piping. ® "Radial inboard bearings shall be fall or roller type suit- s able for all loads encountered in the service conditions. Axial thrust outboard bearings shall be deep groove single row ball or angular contact double row ball type suitable for thrust loads in two directions. "Bearings shall be grease lubricated with provisions for the addition and relief of grease. "Each pump shall be supported by a cast iron pedestal base with openings large enough to permit access to the suction elbow and clean-out hand hole. The base shall be designed to support the assembled weight of the pump, motor support adapter, and motor. "Each base shall safely withstand all stresses imposed thereon by vibration, shock and all possible direct and eccentric loads. Each base shall have adequate horizontal dimensions, foundation contact area, anchorage facilities and shall be of suf- ficient height so that the suction elbow will not touch the floor or foundation upon which the pump is mounted. 3 "Each pump shall be provided with a clean-out type cast iron non-reducing suction elbow which is bolted directly to the pump suction flange. The clean-out hand hole shall be provided with a removable cover of the largest possible size. The inner::surfaces of each hand hole cover shall generally conform to the curvature and radius of the suction elbow. A plugged 1/411 tapped hole for gauge connection shall be pro- vided in the elbow near the suction flange. A plugged 2" tapped hole shall also be provided in the side of the elbow for use in applying water pressure to unclog the pump in case of stoppage. "Each pump shall be provided-,vaith a cast iron motor support adapter of sufficient size and strength to support the largest driving motor required by the pump. The motor mount- ing surface shall be designed for standard NEMA "P" flange motor. The motor support adapter shall bolt directly to the pump frame, and shall be designed to permit access to the frame and flexible coupling. "Couplings of theaflexible non-lubricated type shall be provided. Coupling hubs shall be secured to the driver and .• driven shafts by a set screw located over the key. "Each motor shall conform to the latest NEMA Stand- ards. The motors shall be vertical squirrel cage induction motors, open drip proof, "P" flange with extended solid shaft, NEMA design B suitable for full voltage start with normal starting torque. "Motors shall be suitable for 480 volt, 3-phase, 60 cycle current, shall have a maximum synchronous speed of 1800 rpm and shall rotate in the direction shown on the Plans. The motor shall have Class B insulation and shall be capable of operating continuously throughout the operating range with a temperature rise not exceeding 400 C above an ambient of 400 C. The motors shall carry a 1,15 service factor. "The motors shall have ball bearings and shall have pro- visions for the addition and relief of grease lubrication. The e motors shall be of ample size so as not to exceed the nominal horsepower rating throughout the entire operating range of the pumps. Motors shall be Allis-Chalmers, General Electric, Westinghouse, Fairbanks-Morse, or equal. 4 "Equipment offered under sub-item (a) of this Item in the Proposal shall be Model 300 NSW pumping units as manufactured by Allis-Chalmers. "Equipment offered under other than sub-item (a) of I this Item in the Proposal shall be of the manufacturer's de- sign in general conformance with the above specification and shall have pump curves which will satisfy the station system curves. "b. Installation. Each pump shall be mounted on a concrete foundation and attached with a full set of galvanized anchor bolts and nuts of the size recommended by the pump manufacturer. A pipe sleeve two and one-half diameters larger than the anchor bolts shall be provided and used to allow movement for the final position of the bolts. The sleeve shall be provided with a square washer which shall be welded to the head of the anchor bolt in order to prevent the bolt from turn- ing. -In lieu of pipe sleeves, malleable iron anchors with anchor bolts and galvanized fastening studs and nuts similar or equal to those manufactured by Decatur Engineering Company may be used. Other methods of setting the anchor bolts may be used if approved by the Engineer. "Pumps may be aligned by using metal blocks and shims, metal wedges, two nuts, or other methods approved by the Engineer. The final alignments of the pumps and motors shall meet the tolerance recommendations of the manufacturer. "After the pumps are in place, and aligned, the anchor bolts shall be tightened evenly, but not too firmly. The pumps shall then be grouted to the foundation with a non- shrinking grout. The anchor bolts shall not be tightened until at least 48 hours after completion of the grouting. The entire installa- tion of the pumping units shall be done in a manner which will not put any strains on the pump or the piping. "c. Inspection. Refer to Part I, Section S. " 3. On page II-31 of the Specifications, in the first paragraph entitled ' a. General under 9. Pump Control Panel in the third line after the words:"i.n the wet well, " add the words "if the water pressure to the pump discharge valves is above a set level as sensed by a pressure switch installed in the water line as shown on the Plans. " In the sixth line of the same paragraph on page II-31 after the words "fails to operate, " add the words "as sensed by a pressure switch installed in the discharge header as shown on the Plans. " 4. On page II-35 of the Specifications, following Section 14. Manlift, add the following section: 1115. Pressure Switches. Pressure switches shall be sim- ilar or equal to Ashcroft Duraswitch mercury actuated pressure controls as manufactured by Manning, Maxwell & Moore, Inc. Each switch shall have a steel case with a lower connection. The switches shall be SPST, normally open. The pressure ranges, set points, and pressure elements for the switches shall be as follows: Range Pressure Service psi Close Point Open Point • Element Sewage Header 0- 100 72 67 Phosphor Bronze Water Line 0-200 40 30 Carbon`Steel "The pressure switch on the sewage header shall be furnished with a diaphragm seal similar or equal to Ashcroft Type 101 EC as marrafactured by Manning,: Maxwell & Moore, Inc. The diaphragm seal shall have a 1/4" NPT top connection and a 3/4" process connection. The seal shall be filled with a suitable instrument oil and the flushing connection shall have-a pipe stop placed in it. "Each pressure switch shall have a gauge cobk installed bet,v+ieen the switch and the line in which the pressure is being measured. The 3/411 gauge cock for the switch to be installed on the sewage header shall be similar or equal to No. 252 or No. 266 as manufactured by Crane Co. The 1/411 gauge cock for the switch to be installed on the water line shall be similar or equal to No. 712 or No. 744 as manufactured by Crane Co. " 5. On page II- 9 of the Specifications, under Section c. Joints, add the following: 11(3) Push-On Joints. ASA A21. 11. " 6. On page II- 10 of the Specifications, following Section f. Wall Cast- , ings, add the following: 6 "g. Push-On Joints. Push-on joints shall be carefully assembled in accordance with the manufacturer's recommenda- tions regarding gasket installation and other jointing operations. "h. Installation in Trench. Before laying pipe in the trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so that 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..; At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. " 7. On page I-8 of the Specifications, following Section 10. Admixture, add the following: 1110a. Consistency. The consistency of the concrete shall be such that the slump, when measured according to Test for Slump of Portland Cement Concrete, ASTM.Designation.C143, is the lowest compatible with workability and ease of placing. In general the slump shall not exceed the following: Kind of Work Maximum Slump in Inches Mass Footings and Slabs 3 Thin Slabs and Thick Walls 4 Wall 15-Inch and Thinner 4- 1/2 "No additional water shall be added at the site of place- ment except with permission and under strict supervision of the Engineer and then only in an emergency. Such additional water shall be added only in small increments and then only, in the smallest amount necessary within the required limits of consis- tency for the particular work, and shall be uniformly mixed and incorporated into the unplaced concrete before deposition in the forms. " 8. On page I-9 of the Specifications, delete Section 18. Curing of Concrete in its entirety and substitute the following: i 7 e "18. Curing of Concrete. All concrete placed shall be either sprinkled continuously for 72 hours, or shall be covered with:,I�urlap which shall be kept moist for at least 72 hours. The use of membrane curing shall be permitted only when approved by the Engineer. The membrane curing compound shall be of a type approved by the Engineer. " 9. On page P-4 of the Specifications, delete Item 15, J°Inflow Pipe, Overflow Pipe . . . in Place" in its entirety and w2bstitute the following: "15. Holding Pond, Access Road, and 355 Feet of 10-Inch VCP Industrial Park Sewer, Including all Materials and Labor, Complete In Place . Lump Sum ( ) $ 10. On page III- 15, delete Section-N, HEADWALL.AND FLAP VALVE in its entirety. 11. On page III- 19 of the Specifications, following the1ast paragraph, add the following: -.. "V. MANHOLES. "L Description. Manholes shall be built in accord- ance with the details shown on the Plans. 112. Materials. "a. Common Sewer Brick. Grade SA, ASTM C32, size No. 1 (2- 1/2-inch by 3-3/4-inch by 8-inch), or size No. 2 (2- 1/2-inch by 4-inch by 8- 1/2-inch). Certificates shall be furnished showing the results of tests for the physical require- ments on samples of brick representative of the shipments made to the project. Tests will conform to ASTM C32. "b. Precast Concrete-Manholes. Precast man- hole sections shall be manufactured in accordance with the latest revision of ASTM C478. The minimum compressive strength for the concrete for all sections shall be 4, 000 psi. "Joints of the manhole sections shall be formed entirely of concrete employing a rubber gasket conforming to ASTM Designation C443. 8 S r "c. Cast Iron Manhole Frames and Covers. Cir'cular 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, 24 inches in diameter. The clear open- ing in the frame 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 Designation A48 for gray iron castings. Castings shall be planed where necessary to secure perfectly flat and true surfaces. All castings shall be thoroughly cleaned and covered with two coatings of asphaltum paint before being used in the work. "d. Mortar. The mortar for the brick work of the manholes shall be made of one part portland cement and three parts of sand. "3. Construction. Manholes shall be built of brick and/or concrete to the dimensions and at the locations shown on the Plans or as directed by the Engineer, as rapidly as the con- struction of the sewer will permit. "a. Brick Manholes. All bricks in each course shall be headers. All joints shall be broken with those in the adjoining course. Each brick shall have full mortar joints on the bottom and sides which shall be formed in one operation. Horizontal joints shall not exceed 3/8-inch and vertical joints on the inside of the manhole shall not exceed 1/4-inch. The mortar for the brick work of the manhole shall be made by thoroughly mixing the dry sand and cement. The necessary quantity of water shall be added to produce a stiff mortar which shall be thoroughly worked with proper tools. "All joints on the inside of the manhole are to be care- fully rubbed full and struck as the manhole is built up. All joints shall be made watertight. The outside of the manhole shall be covered with a mortar plaster coat 1/2-inch thick. "Upon completion of each manhole, all waste mortar and debris shall be immediately removed from the bottom and the invert shaped to the dimensions shown on the Plans. 1 9 "A single rowlock shall be turned over all incoming and outgoing pipes in all brick manholes. The invert shall be shaped to provide a smooth flow from the incoming pipe to the outgoing pipe. Shaping shall extend up to the springline of the largest diameter pipe. All concrete used for shaping in brick manholes shall be Class B concrete. For on-line manholes, pipe shall be laid through the manhole and the upper half removed after the invert has been completed. Half-pipe may be used. No man- hole steps shall be installed in the manholes. "b. Precast Concrete Manholes. Precast con- crete manholes shall be installed using methods approved by the Engineer, Joints of the precast manhole sections shall be formed entirely of concrete employing a rubber gasket conforming to ASTM Designation C443. Joints shall be self-centering. The gas- ket shall be the sole element utilized in sealing the joint. "c. Frames and Covers. Manholes shall be covered with the standard cast iron frames and covers as herein specified. Frames shall be set in place and closed with covers conforming to the details shown on the Plans. "W. HOLDING POND AND ACCESS ROAD. 111. Description. A sewage holding pond and access P g g road, and 355 feet of 10-inch VCP gravity sewer shall be built as shown on Sheet 5a of the Plans. 112. Materials. "a. Corrugated Metal Pipe. The corrugated metal pipe used at the Grays Creek crossing beneath the access road to the holding pond shall be standard 16 gauge galvanized steel as manufactured by Armco Metal Products, or equal. "b. All other materials used for the holding pond, access road, and gravity sewer are described elsewhere in this Specification. 113. Methods of Construction. The holding pond, gravity sewer, and access road shall be constructed as shown on the Plans. After completion of the grading according to the Plans, both the outside banks and the bottom of the pond shall 10 be seeded. Surplus earth excavated from the area may be hauled away at the Contractor's expense or spoiled in the area so desig- nated at the direction of the Engineer. All earthfill not spoiled shall be compacted in 6-inch lifts to 90 pezeent of the maximum density for the material as determined by the Standard Proctor Test. 114. Payment. The lump sum payment for Item 15, 'Holding. Pond, Access Road, and 355 Feet of 10-Inch VCP Industrial Park Sewer, Including all Material and. Labor, Com- plete in Place, ' shall include full compensation for: (1) Class A and B excavation (2) Compacted earthfill (3) Disposal of excess earth and rock from the site (4) Construction ,of 355 feet of 10-inch VCP (Industrial Park Sewer} (5) Construction of manholes (6) Construction of 15 feet of 12-inch VCP and the overflow structure (7) Installation of 23 feet of 12-inch corrugated metal pipe and headwalls (8) Filling, grading, compacting, and paving the Grays Creek crossing of the access road to the pond (9) Installation of a 10-inch VCP stub on the Industrial Park Sewer (10) Seeding the pond area (11) All other 'incidentals which.may be directly necessary for the construction of the hold- 1 ing pond, sewer, and access road. " 12. On page II-39 of the Specifications, following Item 10. "All other incidentals . . . of the Pumping Station, " add the following: 1111. , Installation of 7. 5 feet of 18-inch VCP inflow pipe. " 13. On page III- 15 of the Specifications, following Item 4. Joint Mate- rial, add the following: t114a. Infiltration Tests. All sewer lines shall be so laid that infiltration is held to a minimum and shall be subject to either or p 11 both of the following determinations for leakage. First, where sewer lines are below the ground water table, and therefore subject to infiltration, the Contractor may be required to measure the infiltration, at points designated by the Engineer, with a weir or other suitable measuring device, and the infil- tration 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 Contractor may be required to test any section of sanitary sewer between two successive structures by closing the lower end of the sewer to be tested and the inlet sewer of the upper structure with proper plugs and filling the pipe and structure with water to a point 4 feet above the invert of the open sewer in the upper structure. In the case of shallow manholes where there is not 4 feet of straight section above the inverts, then the test may be conducted by filling the upper structure to the highest point above the open invert which is still within the straight section of the structure. In no event will this pressure test be required where the difference in elevation between the invert of the upper structure and the invert of the lower structure ® exceeds 10 feet. The allowable leakage will be computed by ® the formula: 1 D = 0. 000018L x (Hd) in which. "D" is the allowable drop in feet per minute in height of water in the upper manhole; "L" is the length of the section tested in feet, including the length of house connections; "d" is the nominal diameter in inches of the pipe tested; and "H" is the difference in elevation in feet between the invert of the closed sewer in the lower structure and the surface of the water in the upper structure. "If exfiltration or infiltration, as shown by either of the above tests, is greater than that allowed, the lines shall be repaired and if necessary relaid, until all joints shall hold satisfactorily under the test, except that in the case of the exfil- tration 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 re- quired to determine the adequacy of the Contractor's method of laying and jointing sewer pipe. ' 12 "No direct payment for any costs involved in conducting these tests and in fully meeting the requirements of this specifi- cation 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. " 14. On page II-33 of the Specifications, under Section 11, paragraph a. Material, delete the sentence "Receptacles shall be duplex 5642, or equal. ", and substitute the following: "Indoor receptacles shall be duplex, 15 amperes, 125 volt, 2 pole, 3 wire grounding type, Bryant Catalog No. 5642, or equal - one required. Outdoor receptacles shall consist of two single receptacles at one location; weatherproof and raintight, with hinged spring door, Crouse-Hinds DS99, or equal - two required. " HORNER & SHIFRIN Consulting Engineers Walter G. Shifrin i i ' 13 r RECEIVED U.S. DEPARTMENT OF LABOR SEP 141965 OFFICE`OFF HHE SECRETARY DHEVV-PHS r Region V1 DECISION OF THE SECRETARY This case is before the Department of Labor pursuant to a request for a wage prede- termination as required by law applicable to the work described. rA study has been made of wage conditions in the locality and based on information available to the Department of Labor the wage rates and fringe payments listed are hereby determined by the Secretary of Labor as prevailing for the described classes of labor in accordance with applicable law. This wage determination decision and any modifications thereof during the period prior to the stated expiration date shall be made a part of every contract -for performance of the described work as provided by applicable law and regulations of the Secretary of Labor, and the wage rates and fringe payments contained in this decision, including modifications, shall be the minimums to be paid under any such contract by contractors and subcontractors on the work. The contracting officer shall require that any class of laborers and mechanics which is not listed in the wage determination qnd which is to be employed under the contract,shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. InAhe event the inter- ested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the.question accompanied by the recommendation of the contracting officer shall be referred to the Secretary for determination, Before using apprentices on the job the contractor shall present to the contracting officer written evidence of registration of such employees in a program of a State apprenticeship and training agency approved and recognized by the U.S. Bureau-of Apprenticeship and Training. In the absence of such a State agency, the contractor shall submit evidence of approval and registration by the U.S. Bureau of Apprenticeship and Training. The contractor shall submit to the contracting officer written evidence of the estab- lished apprentice-journeyman ratios and wage rates in the project area, which will be the basis for establishing such ratios and rates for the project under the applicable contract provisions. Fringe payments include medical and hospital care, compensation for injuries or illness resulting from occupational activity, unemployment benefits, life insurance, disability and sickness insurance, accident insurance (all designated as health and welfare), pensions, vaca- tion and holiday pay, apprenticeship or other similar programs and other bona fide fringe benefits. By direction of the Secretary of Labor, 1 Solicitor of Labor. DWARTMRNT.AGENCY,OR NVARAU bKqePH No. n_and_Jiaaes_(1PJ3 &Pr fRODICT m H LftAfATlOW Of n moca "ON) DATE DiCww A� JOE fWana rAtj '/0 '6 iTAT COUNTY REFIRE/ 6 D�EgC ON tUPERiiDEi DECWON NNO. Pump Station and Force Nola Dale hinge DeneAts Payments Hour4 Rates HAW Pensions Vecstlon App.TR. Others Asbestos workers................................................... ® _"Istr aekors......................................................... ® —ulernaler's helpers............................................. _r brick layers........................................................... Carpenters.................................................*........ Cementwomme..................................................... �—@ lectriciam......................................................... Gla6 ers............................................................... Iremrorkers,drocturel and oreamenfal....................... Ironworkers. reinforcing.......................................... y O O Laborers: laborers.......................................................... Air fool op.(jackhammer.vibrates)........................ Mesonfeeders................................................. Mertonmixers................................................... pipelaysrs(concmh A clay)................................ Pladerers'fenders.............................................. Lethers............................................................... Marble A file sellers,erraao workers........................ Marble.tilt A ferrosso helpers................................. painters,brush...................................................... Amh am d►edure)reel.......................................... ..................................................... 19ledrivermen...................................................... pleslsrers............................................................ mut"bers............................................................. Roofers............................................_----»----------- ............................................................_._.»..... _.Sheet mew workers.............................................. —Soft floor layers................................................... SteoMfiMen......................................................... Weldem--Rols for craft........................................ Truckdrivers........................................................ - ........................... .......«.......................... .................................. Power equipment operators..................................... - BASIC DOURLY RATES Air compressors.................. __Hoids............................. __Rollers............................ ._buffilours.......................... ._..................................... CMOs,derricks,droglina..... �_Mixers............................. _Seropers...`....................... Distribufora........................ ......................... Shovels............................ Finishing machines............... ;_Oilers......................I....... _—Treetop..........I................ Firanen...................._....... Pi ledrivers........................ ...................................... Gred ers............................. �._Pumps............................. _Trenching naehines............ trs.aorswum Pemross OF=:row720-110 RECEIVED SEP 141905 DHEW•PHS Region VI Y,ABORffiiSs Friop 111,0e611r6 r•ym«N. Mo. 22 - Lab 2-3 NAM Pan,l,n, V46e119n I AN. T, Orb,►, Heny $ HigWar 0oqA$Vy0Bi0Q .125 .25 P&r tar GENERAL LABORt MIX OPERATOR NO SKIP LIFTS SALAMANDER TENDERS OR SIMILAR NEATER TENDERS, MANNING'AGGREGATE BINS AND CEMENT HOPPERS (EXCEPT CONCRETE PAVING) WIRE MESH AND'STEEL SETTERS, ALL OTHER GENERAL LABOR INCLUDING DUMP MAN ON STOCK PILE :2,77S Semi-Skilled Labors Vibrator and Tamper, AIR PIN DRIVER ON PAVING FOAMS, Rubbing Concrete; Asphalt Plant Platform Man; Fora Setter Helpers; Puddler@ (pavino only) Concrete Buggy (self-propelled); Riprap Layer, Rock, Block, or Brick; Screed Man on Asphalt Paving, Bulk or Sack'Cemefi£I Handlers(regularly employed); Batch Hopper or Scale Man on Concrete Paving;. Skipman on Concrete Paving; Crusher Feeder Man; chuck tender; ALL WORK IN CONNECTION WITH HYDRAULIC OR GENERAL DREDGING OPERATIONS. 2.x75 Caulker and Leadman; Sand Blast and Gunite Nozzleman; Hand Blade Operator; Dump Man on Grade; Asphalt 1 Raker; Wagon Drill; Jackhammer; chain Saws; Concrete Saw; ditches over 6 feet deep if width is less than depth; PIER HOLES, COFFERDAMS AND AR91Pf[MS OVER 12' DEEP (BELOW GROUND LEVEL); Bottom Men on Sewers or Conduits; Batter Board Man on.-Sewer Work; Mastic Kettle Man; Bareo Tamper Operator; Topper of stand- ing trees; FEEDER MAN ON WOOD PULVERIZER. 3.025 Head Pipe Layer on Sewer Work (not to include work on crossroad pipe or side- road pipe); Jackhammer or paving-breaker man working in the ditch on sewers or water slain@; Powderman 3.15 Head Form Setter (high type pavement); Cutting Torch Man; String Line Man on Concrete Paving k7orms; Hot Tar Applicator and mastic kettle man an dams-and power plants; welder; MANHOLE BUILDER; cliff scalers working from scaffolds, bosun's chairs_or platforms on dams or power plants, over twenty (20) feet above ground. 3;15 Creosoted Materials: Workmen who handle creosoted materials shall reeetve 100 per hour above the regular rats elasaif ieation. Miners: Men working 'in tunnels or shafts (not air) of twenty. five (25) feet or more in length or depth will be paid 500 per hour above tho regular olaesificatieslt, pdo�Yswtati Fiarasaa -aa ow r Vow** A; Toostraotion -P e VANW A-!haft $3,575 Greaser - Flett Asphalt OWt 1"rater 3.928 ueu� M!+ 3.426 Asphalt 1yal"M Noddiws and 'lt+saet+Kftlkb w Hoisting Engine • 1 3,425 Spreader 3.825 LaToprnaay ao4 w 3,575 Asphalt Plant Operator 3.825 Lauchhaumt', 401 3.925 Asphalt Plant Mixer Oaeratse 3,425 Loc000tire.-AptMtiwt backfilier Operator 3.575 standard ghee 3.925 4 ek Hoe 3.925 Locomotive Operators Barber-Greens Loadsa 3,425 Narrow gauge 3.425 boat Operator Maintenance Operator 3.575 (bridges i dams) 3.575 Mechanics and Welders 3,575 boat Operator-TIow 3925 Motor Patrol Operator 3.S7S boilers - 2 3�925 Mucking Machine 3.925 Boilers - 1 3.175 Multiple Compactor 3,575 Bull,Doser_Operator 3.575 Oiler 3.075 Slade Grader Operator, posate 3.575 Pavement'Breaker 3.575 Central Mix Concrete Pile Driver Operator 3.925 Plant operator 3.925 Pitman $vane Operator 3.925 Chip Spreader 3.575 Power Shovel Operator 3,925 Chip Spreader (front am) 3.175 Pump Operator 3.425 Compressor o-rator - 2 3.S75 Quad'Trac 3.925 Compressor Operator. - 1 3.425 Roller Operator, other tbsa Concrete Mixer Operator, high type asphalt 3,425 Skip Loader 3.425 -Scoop Operator 3.575 Concrete Plant operator 3.425 Scoops in Tandem 3.925 Concrete Mixer Parer 3,925 Screening and Washing Concrete Pump Operator 3.425 Plant Operator 3.425 Concrete Saw Operator Side Boo-r-ate 3.925 (self propelled) 3.075 Siphons and Jets 3.425 Conveyor Operator 3.425 Skimmer Scoop Operator 3,925 Clamshell Operator 3.925 Slip form finishing machine ' Crane Operator 3.925 operator 3.575 Crusher Operator 3.425 Stumpcutter Machine 3,575 Curb Finishing Machine •3.425 Sub-Grading Machine Clef Plane Operator. 3.425 Operator 3.425 ' Churn Drill Operator 3.425 Spreader Boat Operator, Self• Derrick or Derrick Trucks 3.923 propelled (not asphalt) 3.425 Distributor Operator 3.325 Tank Car Heater Operator Dimming Machine 3,925 (Combination Boiler i ' Dragline Operator 3.925 Booster) (ireoen on asphalt Dridge Operator 3;925 plants, drum or boiler 3.425 Drill Cat with Compreeaae Throttle man 3.825 Mounted an Cat 3.925 Tournapull Operator 3.575 Drilling or Boeing Muhl" Tractor Operator, Rotary self-Propelled) 3.925 (over 50 H,P.) 3.575 Elevating Grader Operator '3.575 Tractor Operator Finishing Machine Operator 3.425 (50 H.P. or less) 3.075 Fireman - Rig 3.175 Trenching Machine Operator 3.925 Flek Plans Operator 3.425 Truck Crane 3.925 Float operator 3.42S Uimac, Ulric or siiailar Fork Lift , 3.575 spreader 3.175 Fora Grader Operator 3,425 Vibrating Machine Operator, Front gad SUorel or not hand 3.425 bighloader 3.575 Welding Machine Operator, 2 3.575 1 RECEIVED SEP 14 1965 DHEW-PHS Region VI ft ID 22M DRlrMI PH""8«nRb rwvow! M i r I reo,N... I VwNN.. AN.To. fb'sn,, Flat Bad Trucks Single Axle Flat Sad 'Trucks Taadam Axle '3.10 Station Wagon* 2.95 Pickup Trucks 2.95 Material Trucks Single Axle 2195 Material Trucks Tandem Axle 3.10 Semi-Trailers 3.22 Winch Trucks..Fork Trucks &•Steal Trunks 3.22 Distributor Drivers & Operators 3.22. Agitator and Transit Mix,• Trucks 3.11 Tank Wagon Single Axle 3.00 Tank Wagon Tandai Axle 3.10 Tank Wagon Semi-Trailer 3.22 Insley Wagons;.Dumpsters; Half-Tracks; Speadace; Raclids sad otbsr similar equipment 3.22 A-Frame and D*rriab AVCks 3.22, Moat or low Bar 3.22 Warabouseman 26.115 i • Miisomt Carpenters 6 Heavy & HigbW constrnoli Basic, f�M�8«NNb M�wM R•ho Carpaatars & medrivsrmen $3.925 .75 SOL,145 itECEIVED U.S. DEPARTMENT OF LABOR OCT 4 10 OFFICE OF THE SECRETARY WASHINGTON QHE -PHS Region VI NOTICE OF MODIFICATION — DECISION OF THE SECRETARY TO: Department of Health, Education std Welfare (PHS - WS&PC) a11Tr of TWIG use 1r'C11T1•a Ila�lrIC1lTlog me. September 27, 1965 One •CCCRIPTIOM ar O0a■ arC 1*1611 aa. Ca►laaa Pump Station and Force Main AE-3,702 January 8,-,1966 COUNTY * City of Jefferson City Cole Missouri. (WPC-MO-282) Upon review of current data, changes as noted below are hereby directed. The rates in the enumerated wage determination decision, as apenAed by previous modifications, and as modified herein, are to be con- sidered prevailing (or,- in the case of the Federal Airport Act, as the minimum) in accordance with applicable law. B"k Fria"Mesa"ravoaats aie�b H 0 M rwlolla Vaao1M� ADS.Ta. Okbm Changes Electricians $4.15 110 a SEP 30 1966 Construction Grants Branch, DWSPC Wahington 25, Da CA By direction of the Secretary, t�aa� U.S.DEPARTMENT OF uroR R COMM or TN[$UNTAST `C E I t♦E 0 WASMINOTON Y OCr 20 1965 NOTICE Of N011f1CATIAO — 6E911160 01 THE well TANYONE .P To: Department of Health, Education and Welfare (PHS - WSUC) Re$!Op y S fall of tan ..• ..... .vsunw .e. October 11 1965 TVO alsorrea me. idol li Pump Station and Force Main AE-3.702 Jan=W 8, 1966 City of Jefferson City Cole Missouri (WPC.M0-282) Upon review of current data, changes sa noted below are hereby directed. The rater in the enumerated wage determination decision, as amended by previous modifications, and as modified herein; are to be cos- aidered prevailing (or; in the case of the Federal Airport Act, as the Y:lniumm) in•accordence with applicabl* law. r ste.s...a. ••M rte.. Yn.Yo AM fL OIW� Add: Bricklayers $ 1;.375 Cement Masons 1.00 Steattittera Mil2wrighte 4.b5 Paintera: Brush 3.00 Spray 1.50 Steel 3.25 Roller 3.50 Structural Ironworkers 4.675a .10 .10 Footnote: a Includes .20 per hour employee contribution to Vacation Fund. o OCT 19 1965 - Received--------------DWS Construction Grants BranDch� Washington 25, DIE 1..- direction of the Socretarr, M ot� CITY OF JEFFERSON MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF A FORCE MAIN AND PUMPING STATION FOR THE GRAYS CREEK WATERSHED IN JEFFERSON CITY, MISSOURI e o HORNER & SHIFRIN Consulting Engineers St. Louis, Missouri AUGUST 1965 63-65 TABLE OF CONTENTS Page g No. ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids IB-1 2. Preparation of Bid IB-1 3. Method of Bidding IB-1 4. Telegraphic Modifications 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 17. Non-Discrimination in Employment IB-5 PROPOSAL P-1 BID BOND BB-1 CONTRACT C-1 BREAKDOWN OF BID ITEM NO. 17 B-1 PERFORMANCE-PAYMENT BOND 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 e TC-1 TABLE OF CONTENTS - Continued Page B 1 No. 7. "Or Equal" Clause GC-2 8. Patents GC-3 9. Surveys, Permits and Regulations GC-3 10. Contractor's Obligations GC-3 11. Weather Conditions GC-4 12. Protection of Work and Property - Emergency GC-4 13. Reports, Records and Data GC-5 14. Superintendence by Contractor GC-5 15. Changes in Work GC-5 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 i� 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. Contractor's 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-17 41. Protection of Lives and Health GC-17 SPECIAL CONDITIONS 1. General SC- 1 2. Easements and Working Space SC-1 3. Sanitary Regulations SC-1 TC-2 TABLE OF CONTENTS - Continued Page g No. 4. Utilities SC-1 5. Contract Limits SC-2 6. Breakdown of Contract Price for Pumping Station 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. Special Hazards SC-3 12. Wage Determinations and Labor Standards SC-3 13. Non-Discrimination Notice SC-4 TECHNICAL SPECIFICATIONS $� PART'I - GENERAL ITEMS A. Project Description I-1 B. Shop Drawings I-1 C. Handling of Materials I-1 D. Materials and Inspection I-1 E. Interference with Traffic I-2 F. Protection of Trees and Restoration of Landscaped Areas I-2 G. Protection of Existing Structures I-3 H. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities I-3 J . Portland Cement I-4 K. Fine Aggregate I-4 L. Coarse Aggregate I-4 M. Water I-5 N. Concrete I-5 1. Classes of Concrete I-6 2. Class A Concrete I-6 3. Class B Concrete 1-6 4. Class C Concrete I-6 5. Determination of Added Water I-6 6. Mixing I-6 7. Mixing by Machine I-7 e TC-3 TABLE OF CONTENTS - Continued Page No. 8. Central Plant Concrete Mixing I-7 9. Hand Mixing 1-7 10. Admixture I-8 11. Temperature I-8 12. Tests I-8 13. Forms I-8 14. Reinforcing I-8 15. Wall Fittings and Anchor Bolts I-9 16. Placing I-9 17. Joints I-9 18. Curing of Concrete I-9 19. Finishes I-9 P. Asphaltic Pavement I-10 1. Description I-10 2. Materials I-10 3. Construction Procedure I-11 Q. Grout I-14 R. Testing and Sterilizing Water Lines I-14 S. Equipment Manufacturers' Representatives I-15 T. Options on Major Equipment 1-15 PART II - PUMPING STATION A. Excavation and Backfill II-1 1. Excavation 2. Backfill II-1 B. Structural Items YI-1 1. Concrete II-1 2. Reinforcing Steel II-1 3. Waterstops II-2 4. Manhole Steps II-2 C. Mechanical Equipment II-3 1. Motors for Sewage Pumping Units II-3 2., Raw Sewage Pumping Units II-3 3. Manlift II-5 ' 4. Sump, Pump II-6 5. Dehumidifier Unit II-7 6. Exhaust Fan and Shutter II-7 e7. Air Intake Louvre II-8 TC-4 TABLE OF CONTENTS - Continued Page No. rD. Major Piping II-8 1. Scope II-8 2. Mate rials II-8 3. Installation II-10 E. Miscellaneous Piping II-10 1. Scope II-10 Z. Materials II-11 3. Installation II-11 F. Valves and Adapters II-12 1. Scope II-12 2. General II-12 3. Materials II-12 4. Installation II-14 G. Architectural Items II-14 1. General II-14 2. Metal Door and Frame II-14 3. Exterior Floor Door II-15 4. Roof Drain II-15 5. Name Plaque II-15 6. Safety Chain II-15 7. Soil Pipe II-15 8. Metal Roof Decking II-17 H. Brick and Concrete Block Masonry II-17 1. Scope II-17 2. Materials II-17 3. Brick Colors and Samples II-18 4. Handling and Storage II-18 5. Mortar.--,- II-19 6. Masonry Work II-19 7. Bonding and Reinforcing II-20 8. Low Temperatures II-20 9. Flashings II-20 10. Pointing II-20 11. Cleaning II-21 J. Painting II-21 ' 1. Scope II-21 2. Materials U-21 3. Mixing II-22 4. Preparation of Surfaces H-22 5. Application II-22 TC-5 1 TABLE OF CONTENTS - Continued Page No. 6. Field Painting II-23 7. Shop Painting 11-24 8. Protection II-24 9. Inspection 11-24 K. Built-Up Roof II-25 1. Scope II-25 2. Materials II-25 3. Surface Preparation II-25 4. Roofing Installation II-25 L. Electrical Items II-26 1. General II-26 2. Station Power Service 11-26 3. Conduit and Conductors II-27 4. Grounding System II-29 5. Power Distribution Panelboard II-29 6. Lighting Transformer II-30 7. Lighting Panel II-30 8. Motor Starters for Pump Motors II-31 9. Pump Control Panel II-31 10. Float Switch II-33 11. Switches and Receptacles II-33 12. Lighting Fixtures II-34 13. Exhaust Fan II-34 14. Manlift II-35 M. Grading and Site Work II-35 1. Finish Grading II-35 2. New Pavement II-35 3. Chain Link Fence II-35 4. Drainage Culvert II-36 5. Cleaning Up II-36 N. Landscaping II-36 1. General II-36 2. Grass II-37 3. Trees II-38 O. Payment 11-38 PART III - FORCE MAIN AND GRAVITY SEWERS ' A. Trench Excavation III-1 1. Description of Work III-1 TC-b • TABLE OF CONTENTS - Continued Page No. 2. Borings III-1 3. Ground Water III-1 4. Rock Excavation, Class A, and Backfill III-1 5. Earth Excavation, Class B III-3 B. Subgrade Replacement III-6 1. Description of Work III-6 2. Materials III-6 3. Payment III-7 C. Concrete Encasement III-7 1. Description III-7 2. Payment III-7 D. Concrete Bedding III-8 1. Description III-8 2. Payment III-8 E. Removal and Replacement of Secondary Pavements III-8 1. Construction Procedure III-8 2. Payment III-8 F. Removal and Restoration of Asphaltic Pavement III-9 1. Construction Procedure III-9 2. Payment I11-9 G. Granular Backfill III-9 1. Material III-9 2. Payment III-9 H. Removal and Restoration of Driveways III-10 1. Construction Procedure III-10 2. Payment III-10 J. Lumber Ordered Left in Trench III-10 1. Description III-10 2.. Payment III-10 K. Tunnels III-10 1. General III-10 2. Construction Procedure III-10 3. Payment III-13 L. Stanks or Short Tunnels III-13 1. Description III-13 2. Construction Procedure III-14 3. Payment III-14 M. Vitrified Clay Sewer Pipe III-14 1. General Description III-14 2. Certificates on Pipe III-14 ' TC-7 TABLE OF CONTENTS - Continued Page No. 3. Pipe Laying and Installation III-15 4. Joint Material III-15 5. Payment III-15 N. Headwall and Flap Valve III-15 1. General III- 15 2. Materials III-16 3. Installation III-16 4. Payment III-16 P. Connection to Existing Manhole III-16 1. Description III-16 2. Payment III-16 Q. Ductile Iron Pipe III-16 1. Description III-16 2. Construction Procedure III-16 3. Payment III-17 R. Cast Iron Pipe Fittings III-17 1. Description 111­17 2. Payment III-17 S. Blocking III-17 1. Description III-17 2. Payment III-17 T. Air Release Valve III-18 1. 'Materials III-18 2. Installation III-18 3. Payment I11-18 U. Force Main Drain Lines III-18 1. Materials III-18 2. Installation III-19 3. Payment III-19 TC-8 ADVERTISEMENT FOR BIDS Sealed unit price bids for construction of approximately 4, 600 lineal feet of 12-inch ductile iron force main and a sewage pumping station in the Grays Creek Watershed for the City of Jefferson, Missouri, will be received by the City Clerk at the Council Meeting Room in the City Hall, 240 East High Street, Jefferson City, Missouri, until 8 o'clock p. m. , CST MY 15 1965 . , and then at said place, publicly opened and read aloud. Plans and specifications are on file and 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 of the plans and specifications may be obtained at the office of Horner & Shifrin, Consulting Engineers, upon deposit 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 deposit, and any non-bidder upon so returning such a set will be refunded $10. 00. 1 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 (50/6) of the bid, by cash, certified check of the bidder, or a bid bond. The deposit shall conform to the conditions provided in the Information for Bidders. A performance-payment bond in the amount of one hundred per cent (100%) of the total contract price will be required. A federal grant under Public Law 660 has been obtained. All con- tract provisions required under this law will be embodied in the specifica- tions. There shall be no discrimination in the selection of employment of labor on account of race, creed, or color. Prevailing rates of pay as determined by the Secretary of Labor shall be paid to skilled and unskilled labor. Bidders on this work will be required to comply with the President's Executive Order No. 10925 and No. 11114 as included therein. The requirements for bidders and con- tractors under this order are explained in the specifications. No bidder may withdraw his bid within thirty (30) days after the actual date of the opening thereof. Horner & Shifrin, Consulting Engineers For 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, ADV 15 1965 and then at said office publicly opened and read aloud. The envelopes con- taining the bids must be sealed, addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and designated as Bid for Force Main and Pumping Station, Grays Creek 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 envelope 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 t 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 work, mechanical work, 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 details, expected performance and installed prices of the items offered in the Proposal accepted. 4. TELEGRAPHIC MODIFICATIONS: 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 conformation of the telegraphic modification over the signature of the 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 (50/6) of the bid. Such cash, checks or bid bonds will be returned to all IB-2 1 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. 9. 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. 17. NON-DISCRIMINATION IN EMPLOYMENT: Contracts for work under this Proposal will obligate the contractors and subcontractors not to discriminate in employment practices. In the Proposal bidders must indicate whether they have previously performed work subject to the President's Executive Order No. 10925 as amended by Executive Order No. 11114. Bidders must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain their eligibility to receive the award of the Contract. Successful bidders must, if requested, submit a list of all sub- contractors who will perform work on the project and written signed statements from authorized agents of the labor pools with which they will or may deal for employees on the work, together with supporting information to the effect that said labor pools' practices and policies are in conformity .with Executive Order No. 10925 as amended by Executive Order No. 11114 and that said labor pools will affirmatively cooperate in or offer no hindrance to the recruitment, employment and equal treatment of employees seeking employment and performing work under the Contract or a certification as to what efforts have been made to secure such statements when such agents or labor pools have failed or refused to furnish same prior to the award of the Contract. Successful bidders must be prepared to comply in all respects with the Contract Provisions regarding non-discrimination. IB-5 BID FOR UNIT PRICE CONTRACT'S 1 ' Place Date ✓ /� /yGs� Proposal of /`Soy (hereinafter called "Bidder1f) - t a-parrtae*slup, e•r an individual, doing business as To the City of Jefferson, Missouri (hereinafter called "Owner"). f Gentlemen: The Bidder, in compliance with your Invitation for Bids for the con struction of a Force Main and Pumping Station, in the Grays Creek Watershed,:: having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the avail- ability of materials and labor, hereby proposes to furnish all labor, i' materials, and supplies, and to construct the project in accordance with i the Contract Documents, within the time set forth therein, and at the prices stated in the attached bid sheets. These prices are to cover all expenses incurred in performing the work required under the Contract Documents,. of which this Proposal is a part. Bidder hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice; to Proceed" of the Owner and to fully complete the project within 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 ($50. 00) for each consecutive calendar day thereafter as hereinafter pro- , vided in Section 17 of the General Conditions. Bidder acknowledges receipt of the following addenda • ti * Cross out terms not applicable. i P-1 ;� Bidder agrees to perform all the construction work described in the specifications and shown on the plans for the unit prices shown on the attached bid sheets. (Amounts are to be shown in both words and figures., In case of discrepancy, the amount shown in words will govern. ) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, and all other costs and expenses, to cover the finished work of the several kinds called for. ' Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. , The bidder agrees that this bid shall be good and may not be with- drawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned bidder (has) (has .riot) (strike out the :term which does not apply) previously performed work subject to'the President's Ex- ecutive Orders No. 10925 and No. 11114. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by Section 27 of the General Conditions. The bid security attached in the sum of .5" 9.� "/- /?",/ ($ is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for 1 the delay and.additional expense to the Owner caused thereby. 1 Respectfully submitted, 1 . • By , Title .L�2.1�( Business Address (SEAL - If bid is by a corporation) P-2 CITY OF JEFFERSON, MISSOURI FORCE MAIN AND PUMPING STATION GRAYS CREEK WATERSHED i BID ITEMS 1. Trench Excavation, Class A . . . . . . . . . . . . . . . . . . . . . . . 50 cu. yd. @ (Figures) &I (Written Out) (Extension) 2. Trench Excavation, Class B . . . . . . . . . . . . . . . . . . . . . . 1, 720 cu..yd. @ 3. Crushed Rock for Subgrade Replacement . . . . . . . . . . . 5 cu. yd. @ 1 4. Granular Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76 cu.yd. @ 5. Class B Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 cu.yd. @ 6. Class C Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 cu. yd. @ �2n.c�-n _, �,� .. of $_ a?UO.�•n „�: 1 7. Removal and Replacement of Asphaltic Pavement . . . . 80 sq. yd. @ j �. S. 12-Inch Ductile Iron Pipe, Complete in Place . . . . . . . . 4, 450 lin.ft. �. P-3 9. Cast Iron Fittings, Installed (Excluding Pumping Station Piping . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2, 000 lb. @ 10. Lumber Ordered Left in Trench . . . . . . . . . . . . . . . . . . 0. 5 mfbm @ 11. Air Release Valve, Complete in Place . : . . . . . . . . 3 each @ $QZ 12. 6-Inch Ductile Iron Drain, Including Piping, 6-Inch ' ,. Valve, and Headwall at Station 16+75 . . . . . . . . . . . . .Lump Sum ► . ® (Written t) (Extension) 13, 6-Inch Ductile Iron Drain, Including Piping,;, 6-Inch Valve, and Headwall at Station 29+25 . . . . . . . . . . . . Lump Sum $ '41 00 14. 6-Inch Ductile Iron Drain, Includin g Piping, 6-Inch Valve, Tunnel and Headwall at Station 37+75 . . . . . . Lump Sum ( 10 $ T � 15. Inflaw P'pe, Ov flo Pipe and ub- r St b, 5?Heing 1 0 Foot 1 - ch VC 30" 12- h nd 9- t 18- VCP, avati ill dw 1, m ete Pl ce . . . . . . . . . . . . . . Lump Sum 16. Tunnel from Sta. 34+45 to Sta. 35+05 . . . . . . . . . . . . . . Lump Sum 17. Pumping Station, Complete in Place, Including r Structure, Equipment, Landscaping and Site Work. . . Lump Sum U4 14 Total - Items 1 - 17 $/104.34/7, 42 L! P-4 A. UNIT PRICES FOR CHANGES (FOR PUMPING STATION ONLY): I 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 17) above. r Type of .Work Unit Price per Unit 1. Hand Earth Excavation C.y. $ sj 20 6• o0 2. Machine Earth Excavation C. y. • �O I3. ' Rock-Excavation c. Y. $ -3 o, ���, /S• Oo ! ;.• r 4. .Formed Concrete (including Forms) C. y. $ r7S, oC> 00 5. Reinforcing Steel lbs. 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 j installed under the lump sum bid for the Pumping Station (Item 17) above, i, the bidder expressly agrees to the following provisions: L ' 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. r 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 r, 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. 1• 1�1�, 3. That the installed price stated in the following tabulation on all sub-items includes the preparation and submission to 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. " E b. That in the event the Owner does not elect to select items . of any manufacturer or supplier as listed in the following tabulation, 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 //++ /� LGSCs� d5 ^�' PGGIPG� • ' 1. Raw Sewage Pumping Units (a) Allis-Chalmers! $ (b) $ �: (c) $ uS sp...C, J 2. Manlifts (a) Langley $ � (b) (c) P-6 i BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ROY A. SCH_EPERM d/b/a ROY A. scHF. F.Ri.F. .oNgm1CTTON Cn_ as Principal, and THE MM .ERR TMEMNTTP rOMPRNY as Surety, are hereby held and firmly bound unto the City of Jefferson, Missouri, as �. J Owner in the penal sum of FIVE PERCENT (5%) OF AMOUNT OF B M for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 15 day of November 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 writi:ig, for the construction of a Force Main and Pumping Station in the Grays Creek Watershed. NOW, THEREFORE, (a) If said .Bid shall be rejected, or in the alternate, (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, ' BB-1 r 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 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 hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto .affixed and these presents to be signed by their proper officers, the day and year first set forth above. ROY A. SCHEPERLE d/b/a R A. SCHEPER E CONSTRUCTION CO. (L.S. ) .• Principlkl TiaF TRAVFT.FRIR TNnFbflgTTY COMPANV Surety By t W. M. Craig, Attorney- -fact SEAL BB-2 The Travelers Indemnity Company Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELI'sRS INDEMNITY COMPANY, a corporation of the State of Connecticut, i does hereby make, constitute and appoint --- Speed Warner, J. R. Thompson, Chester A. Miles, Russell E. Miller, all of Kansas City, Missouri and W. H. Craig, Ealrlene C. Chiles, both of Jefferson City, Missouri and Dana Durand, B. H. Sweney, both of Leawood, Kansas and Norton M. Jones of Mission Hines 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, gammas EACH -�----- its true and lawful Attorneys)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings,rerognizanres,consents of surety or other written obligations in the nature thereof, as follows: f. Any and all bonds, undertakings, recognixances, consents of surety 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, SECTION 10. The President, the Chairman of the Finance Committee, the Chairman of the In- surance Executive Committee, any Vice President, any Second Vice President, any Secretary or any Depart- ment 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, undertakings, recognizances, consents of surety 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,consent of surety 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,any Vice President or any Second Vice President and duly attested and sealed, if a seal is required, by any Secretary or any Department Secretary or 1. any Assistant Secretary or when signed by the President, the Chairman of the Finance Committee, the Chair- man of the Insurance Executive Committee,any Vice President or any Second 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, consent of surety 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 attornevs-in-fact or agents pur- suant 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. —.r. This power of attorney revokes that dated Septenber 14, 1964 on behalf of Speed Warner, John W. Tucker., J. R. Thompson, Chester A. Miles, R. M. Hanes, Russell E. Miller, all of Kansas City, Missouri and W. H. Craig, Earlene C. Chiles, both of Jeffelrson City, Missouri and Dana Durand of Leawood, Kansas and Morton M. Jones of Mission Hills, Kansas i 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 ----�-- IN WITNESS WHEREO�, THE TRAVELERS INDUNITY COMPANY has caused these I presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 29th day of April 19 65 . THE TRAVELERS INDEMNITY COMPANY �C2 1NUEM,��r By : BE-AL �3 �'f1�' *•• +1'? Secretary, Fidelity and Surety State of Connecticut, County of Hartford--ss: On this 29th day of Aplril in the year 1965 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. 01T 0. Co .�'a•NOTARV G� y PUee.Ic�} Notary Public My commission expires April Is 10069 s-IHM RI:V.4•AI ..,.r,o i•u•.. (Over) f~ Y CERTIFICATION 1, 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 abridged or rgvoked and are now in full force and effect. C ftigntd and Sealed at Hartford,'Connecticut,this .f `;r� J� day of �GO u L yCti 19 (es-- I ,_ f�:t• �r�.'(t,. try t .'rir 1'U)111 t(�rlrli. '"! � ,)!1 + t'.;U!t: i{ ►f� j ,ND1M.. r•' t,51 t1' it�;lr,! Ir,t, VO s '*d Assistant Secretary, Fidelity and Surety . r ' r CONTRACT THIS AGREEMENT, made this Tf� day of �f►►✓✓a2V /q6&1 9M, by and between the City of Jefferson, Missouri, acting herein through its Mayor, hereinafter called "Owner" and Roy A. Scheperle d/b/a Roy A. Scheperle Construction Company an individual, of the City of Jefferson County of Cole and State of Missouri 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: r 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 Force Main and Pumping Station in the Grays Creek �\ Watershed, hereafter 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, on the basis of the unit prices stated herein, subject to any addi- tions or deductions provided therein, the sum of $ 100, 347. 50 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 Add Deduct 1. Hand Earth Excavation C. Y. $-8, 00 6. 00 r 2. Machine Earth Excavation c, Y. $-2- 50 60 ' 3. Rock Excavation C. Y. $3-0. 00 15. 00 (including ) Y $75. 00 40. 00 4. Formed Concrete ancludin Forms C. t- •. 5. Reinforcing Steel lbs. $ . 22 . 15 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: I Item . No. Description Manufacturer or Supplier 1. Raw Sewage Pumping Units Allis-Chalmers 2. Manlifts Langley ,, 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 3 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 connection C-2 �..itX 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 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 Contractor 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 sec- tion is intended as a maintenance guarantee. Article 8. THE CONTRACT DOCUMENTS: tThe Proposal, the General Conditions, Supplemental General Condi- tions and Special Conditions of the Contract, the plans, which include all maps, plats, blueprints, and other drawings and printed or written explana- tory matter thereof, the specifications and contract documents 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. Article 9. RATES OF PAY: The Contractor hereby agrees that the highest prevailing rates of pay as determined by the Secretary of Labor or the Industrial Commission of Missouri shall be paid to skilled and unskilled labor employed under the terms of this Contract. Article 10. NON-DISCRIMINATION IN EMPLOYMENT: During the performance of this Contract, the Contractor agrees as follows (1) The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without re- gard to their race, creed, color, or national origin. Such actions shall include, but not be limited, to the following: employment, upgrading, de- motion or transfer; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Owner setting forth the provisions of this non-discrimination clause. C-3 (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. (3) The Contractor will send to each labor union or representative of works with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the owner, advising the said labor union or workers' representative of the Contractor's commit- ments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order No. 10925 of March 6, 1961, as amended, and of the rules, regula- tions, and relevant orders of the President's Committee on Equal Employ- ' ment Opportunity created thereby. (5) The Contractor will furnish all information and reports required by Executive Order No. 10925 of March 6, 1961, as amended, and by the rules, regulations, and orders of the said Committee, or pursuant thereto, and will permit access to his books, records, and accounts by the United States Department of Health, Education, and Welfare and the Committee for purposes of investigation to ascertain compliance with such rules, regulations and orders. (6) In the event of the Contractor's noncompliance with the non- discrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Federal or Federally assisted contracts in accordance with pro- cedures authorized in Executive Order No. 10925 of March 6, 1961, as amended, and such other sanctions may be imposed and remedies invoked as provided in the said Executive Order or by rule, regulations, or order of the President's Committee on Equal Employment Opportunity, or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the President's Committee on..Equal Em- ployment Opportunity issued pursuant to Section 303 of Executive Order No. 10925 of March 6, 1961, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the Depart- ment of Health, Education, and Welfare may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, ' C-4 i litigation with a subcontractor or vendor as a result of such direction by the Department of Health, Education, and Welfare, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 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. City of Jefferson,_ Missouri " (Owner) By , U-7 May SEAL ATTEST � r City Clerk (Witness) Roy A. Scheperle d/b/a Roy A. Scheperle.Construction Company (Contractor) By . I DOwne unklin Street Jefferson City, Missouri (Address) { (SEAL) Not Applicable (Witness) * Strike out inapplicable terms. Secretary of the Owner should attest. If Contraclor is corporation, Secretary should-attest. . Give proper title of each person executing contract. !C-5 I '•4 THE CITY OF JEFFERSON, MISSOURI SEWAGE PUMPING STATION FOR THE GRAYS CREEK WATERSHED BREAKDOWN OF BID ITEM NO. 17 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. Superstructure 5. Miscellaneous Metal 6. Manlift 7. Sewage Pumps and Motors 8. Sump Pump 9. Dehumidifier 10. Piping and Valves 11. Electrical J 12. Painting 13. Parking Area and Access Road 14. Landscaping Total Cost of Bid Item No. 17 $ $ $ ' B-1 Breakdown of Bid Item No. 29 - Page 2 The undersigned hereby certifies that the above Breakdown of Bid ' Item No. 17 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. 17 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 1 B-2 PERFORMANCE-PAYKENT BOND (To be used in Missouri as required by Missouri Statutes, 1949) Sec . 707.170 Vernon's Missouri Statutes Annotated) THE STATE OF MISSOURI COUNTY OF Co KNOW ALL MEN BY THESE PRESENTS: That we (1) t?OY A dCIA/ UOe (A)ZIL Ray ®v 61V,$T1e0Cr14J✓ (�/r1P/!rv� Ani/.vviri�w�� of c�`EFF�,pS o�✓ �iT'✓, /asoU1C i hereinafter called Principal and (3) 1< ��✓eit N/rY P/7 IV,-( of FoAD , State of CONMAcCTICU ___________,, hereinafter called the Surety, are held and firmly bound unto (4) iry or- 11415-50,u 2 r , hereinafter called Owner, and until all persons, firms, and corporations who may furnish materials for, or perform labor upon the buff or improvements hereinafter referred to in the penal sum of Q.v� /��IaoR�a /�i1oi+p e_TY J&vt-✓ A". , Dollars (C/Do 3y7•sv ) in lawful money of the United ® States, to be paid in 5 �'�,,t C�4�„�v /YJ�ua>ri, 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) C/7y of dErrLKsonr Nlissou,e� the Owner, dated the ITN day of A.D. 1964 , a copy of which is hereto attached an3 made a part hereo r e construction of pAimPl�6• _:'7 4noi✓ o-C'e TNL C-r.9 y Is C���K W,4 rJZlesN4�4', /A/ e[�FFr•E'sON C �T1s /M 15SoL) P_ 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 1 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 COA-&- 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 herepnder, whose claim may be unsatisfied. INWITNESS WHEREOF, this instrument is executed in At Counterparts, each one of which shall be deemed an original, this the rAl day of f7NUq,�K , A.D. 19 6(, ATTEST: /� ROY c��Nt7�.C�21 L ���)a- kc Y SL.l�pt 1� + 7,ec�c rri n/ Moir tPgi�-y Principal oT iy�c�SSA R.-`C Principal Secretary By f . (SEAL) Aura t,✓ T: dl.�F SON cl" AlO.S600e( Address Witness as to rincipal A ess t ATTEST: ` /�'E r/�2�J�s Ii✓D��vin'iT( 6/i!m'yy Surety By l, Attorney-in-Fact Surety Secretary CL lY7�e 094- 7�2 -$_r B u J i1e_ (SEAL) �tFFtZ.sonrGlTY_ /YJ/SSOVe/ Addre s Witness as to Surety Address NOT .- 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. 1 The Travelers Indemnity Company Hartford, Cminecticut. POWER OF A'I°I'ORNEY KNOW ALL MEN BY THESE PRESENTS: That THE' •I'ItAVI"I.EkS 1N1)1•MNITV COMPANY, a corporation of the State of Connecticut, floes hereby make, constitute and appoint --- Speed Warner, J. R. Thompson, Chester A. Miles, Russell E. Miller, all of Kansas City, Missouri and W. H. Craig, Earlene C. Chiles, both of Jefferson City, I'Ijssouri and Dana Durand, B. H. Sweney, both of Leawood, Kansas and Morton M. Jones of Mission Hills, Kansas and Robert A. Braddock of Kansas City, Kansas and W. E. Manion of Mission, Kansas and Jay R. Warner, James A. Wiley, both of Overland Park, Kansas, EACH ------- its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances,consentsof surety or other written obligations in the nature thereof, as follows: - ------ Any and all bonds, undertakings, recognizances, consents of surety 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. 1V, SIiCTIUX 10. The President, the Chairman of the Finance Committee, the Chairman of the In- suranev ExecuOve Committee, any Vice President, ally Second Vice President, any Secretary orally Depart. ment Secretary nut)•appoint attorneys-in-fart or agents with poucrand authority,as defined or limited in their respective ponvers of attorney,for and on behalf of the Company to execute and deliver,and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof and any of said officers may remove;in\•such attorney-in-fact or agent and revolve the power and authority given to him. ARTICLE )V, SECTION 12. Any hond, undertaking, recognizance,consent of surety 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 F.xecutiye Committee,any Vice President orany Second Vice President and doh•attested and seate(f, if a seal is required, by any Secretary or any I)cptrtruent Secretary or any Assistant Secretary or when signed by the )'resident, the Chairman of the Finance Committee, the Chair- man of the Insurance Executive Committee,any Vice President or any Second Vice President and countersigned and sealed,if a seal is required,by a duly;tuthorized attorney-in-fact or agent;and any such bond,undertaking, recognizance, consent of surety 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 pur- suant to and within the limits of the authority granted by his or tfncir power or powers d 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 CON'IPANY 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 sane force and effect as though manually affixed. This power of attorney revokes that dated September 14, 1961 on behalf of Speed Warner, John W. Tucker, J. R. Thompson, Chester A. Miles, R. M. Hanes, Russell E. Miller, 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 --- IN WITNESS WHEREW THE TRAVELERS INDUNITY COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 29th day of April 1965 . THE TRAVELERS INDEMNITY COMPANY �a iN�FM,y�r� By '•:o "CW SEAL �. . 3 Secretary, Fidelity and Surely State of Connecticut, County of Hartford—ss: On this 29th day of April in the year 1965 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 In, like authority. vP �'��•NOTARY''�� / Notary Public FORD, to My commission expires April 1. 1969 S•len�r Hh:1'.I M rw •,n, .. (Over) CERTIFICATION 1, W. A, Person, Assistant Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNI'T'Y COMPANY certify that the foregoing power of attorney, the above quoted Sections 10 and 12 of Article 1V of the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Hartford,Connecticut,this day of o �? �Mti 0O W.r !�•AL Assistant Secretary, Fidelity and Surety S-1869 (BACK) w 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 the number of copies of each shop or setting drawing stated in the Special Conditions. After examination of such drawings by the Engineer and the return thereof, r the Contractor shall make such corrections to the drawings as have been indicated and shall furnish the Engineer with corrected copies. If requested by the Engineer, the Contractor must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Engineer in writing of any deviations at the time he furnishes such drawings. GC-1 r 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 includes certification that the pipe supplied has been tested to prove conformance with ASTM Specifications. (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 1 8. PAT EN TS: (a) The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. (b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, ® direct by the Owner and not by or through the Contractor. (c) If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood, that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trade- mark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the Owner for any cost, expense or dam- age which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 9. SURVEYS, PERMITS AND REGULATIONS: Unless otherwise expressly provided for in the Specifications, the Owner will furnish to the Contractor all surveys necessary for the execu- tion of the work. The Contractor shall procure and pay for all permits, licenses and approvals necessary for the execution of his contract, with the exceptions stated in the Special Conditions. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the pro- tection of adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 10. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, do GC-3 and perform all work and furnish all supplies and materials, machinery, 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: (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. eTo the cost under (c) there shall be added a fixed fee to be agreed upon but not to exceed fifteen per cent (15%) 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 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 extension shall be of the essence of this Contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (a) to any preference, priority or allocation order duly issued by the Government; (b) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; and (c) To any delays of subcontractors or suppliers occasioned b an PP Y Y of the causes specified in subsections (a) and (b) of this article: Provided, Further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 18. CORRECTION OF WORK: All work, all materials, whether incorporated in the work or not, all processes of manufacture, and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of the quality and suitability of the work, materials, pro- cesses of manufacture, and methods of construction for the purposes for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case 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 rGC-7 performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. 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 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 GC-8 occasioned the Owner thereby, and in such event the Owner may take pos- session of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. 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 i 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 for the pumping station, 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 (1076) of the amount of each estimate until final completion and acceptance of all work covered by this Contract; provided, that the Owner at any time after fifty per cent (50%) 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 1 the right of the Owner to require the fulfillment of all of the terms of the Contract. GC-9 1 (d) Owner's Right to Withhold Certain Amounts and Make Application Thereof: The Contractor agrees that he will indemnify and save the Owner 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- 1 ably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged where- upon payment to the Contractor shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Con- tractor 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 (90%) of the cost thereof, not later than the 20th day of the calendar month following that in which such materials, tools, and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools, and equipment are incorporated or used, and (c) to each of his subcontractors, not later than the 5th day following each GC-10 payment 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. 26. CONTRACTOR'S 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 em- ployees to be engaged in work at the site of the project under this Contract 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 engaged in hazardous work on the project under this Contract is not pro- tected 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) Subcontractors' 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 GC-11 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. (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 (10016) 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 (5076) 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 GC-12 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. 29. ASSIGNMENTS: The Contractor shall not assign the whole or any part of this Con- tract or any moneys due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the Con- tractor shall be subject to prior claims of all persons, firms and corpora- tions for services rendered or materials supplied for the performance of the work called for in this Contract. 30. MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts of neglect on the part of the Contractor, any other contractor or any subcontractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration if such other contractor or subcontractors will so settle. If such other contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harm- less the Owner against any such claim. 31. SEPARATE CONTRACTS: The Contractor shall coordinate his operations with those of other 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 subcon- tractors on those parts of the work which, under normal contracting practices, are performed by specialty subcontractors. GC-13 (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 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- tracto-r 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: GC- 14 (a) To take every precaution against injuries to persons or damage to property; (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 description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; (f) To effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifications and, except with the consent of the Engineer, not to cut or otherwise alter the work of any other contractor. 35. QUANTITIES OF ESTIMATE: Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents in- cluding the proposal, they are given for use in comparing bids and the right is especially reserved except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or de- sirable by the Owner to complete the work contemplated by this Contract, and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase or diminution give; cause for claims or liability for damages. 36. RIGHTS-OF-WAY AND SUSPENSION OF WORK: The Owner shall furnish all land and rights-of-way necessary for the carrying out of this Contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights- of-way as speedily as possible. But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before con- struction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired GC- 15 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, 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. s; 39. NOTICE AND SERVICE THEREOF: Any notice to any Contractor from the Owner relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said Contractor at his last given address, or delivered in person to said Contractor or his authorized representative on the work. GC-16 40. REQUIRED PROVISIONS DEEMED INSERTED: Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall forthwith be physically amended to make such insertion or correction. 41. PROTECTION OF LIVES AND HEALTH: In order to protect the lives and health of -his employees under the Contract, the Contractor shall comply with all pertinent provisions of the "Manual of Accident Prevention in Construction" issued by the Associated General Contractors of America, Inc. , and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may result from their failure or their improper construction, main- , tenance, or operation. i .r GC-17 SPECIAL CONDITIONS 1. GENERAL: N In general, the force main is to be constructed 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 on City property. 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 and rnaintained 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, unless other- wise provided for in this Contract. i SC-I 1 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 Force Main and the Pumping Station shown on the Grays Creek Sanitary Trunk Relief Sewer key map. 6. BREAKDOWN OF CONTRACT PRICE FOR PUMPING STATION: At the time a Contract is signed by the Contractor and returned to the Owner for signature, a breakdown of the Contract price for the Pumping Station, 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 on the Pumping Station 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 modifications or deviations from the plans, the Contractor shall prepare and submit to the Engineer detailed drawings showing all modifications in structures, 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 schbdules 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- 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 whever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. 11. SPECIAL HAZARDS: The Contractor's and his subcontractors' Public Liability and Property Damage Insurance shall include explosion coverage and collapse and underground damage coverage in the amount specified in Section 26 of the General Conditions. 12. WAGE DETERMINATIONS AND LABOR STANDARDS: This Contract shall be based upon payment by the Contractor and his subcontractors of wage rates not less than the prevailing hourly wage rate for each craft or type of workman engaged on the work. Prevailing wage rates shall be as determined by the United States Department of Labor and the Industrial Commission of Missouri. In case of conflict, the wages paid by the Contractor shall be not less than the higher of the prevailing wage determinations. The determination by the Department of Labor shall be incorporated in these Contract Documents by means of an addendum. The determination by the Industrial Commission of Missouri i is attached hereto. During the life of this Contract, the prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court decision, as provided by law. Any such change SC-3 shall not be the basis of any claim by the Contractor against the Owner nor will deductions be made by the Owner against sums due the Contractor by reason of any such change. The Contractor and his subcontractors shall comply with all re- quirements of the prevailing wage law of the State of Missouri Revised Statutes of Missouri (Sections 290. 210 to 290. 310); and with the regulations set forth in the Labor Standards (Federal Water Pollution Control Act), Anti-Kickback Regulations (29 CFR, Part 3), and Anti-Kickback Provisions, attached hereto. 13. NON-DISCRIMINATION NOTICE: The form of notices referred to in Article 10, Non-Discrimination in Employment, Sections (1) and (3) of the Contract Agreement is attached hereto. SC-4 S O,P.OCONNOR INDUSTRIAL COMMISSION OF MISSOURI `-I1 t4P"TMeIT Of LAWN AND NWARIAt OtATIONS LAWRENCE PRESLEY STATS O►►ICS aI111ONIC •'•� saOADWAY••e NISH MIM CHARLES E.CATES WAnsm IL HEARN2s P.O.sox sn MMUM CITY,MISSOURI ERMA.V.EDWARDS OOVERNOR [D•.T„•r PHONE 626-8442 Special Wage Determination No. 64U Certification of building or heavy construction wage rates for Cale ,County, Missouri Project or Contract:Sewage Pumping Station& Force . Main for the Grays Creek Watershed For City of Jefferson City, Missouri (State Agency or sub-divlslon) In accordance with your request,dated 'rte 88, 1965 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.,1857 Sessions Acts,the Department of Labor and In- dustrial Relations, acting by and through the Industrial Commission of Missouri,being duly Informed and having full considered the matter,finds,determines, declares,and certifies to you and the public body you represent: 1. That the general prevailing hourly rate of wages for building construction work In said county for each of the crafts or types of workmen,listed on the attached wage rate schedules,are the prevailing straight time hourly wage rates for said county for the project or construction contract named and described In the caption hereof. 2. That the straight time hourly rates do not include any possible payments made by contractors for pension funds,or health and welfare funds,or for other purposes. NOTE: THE COMMISSION IS NOT AUTHORIZED TO FIX WAGE RATES.THE LAW DIRECTS IT TO FIX THE PREVAILING WAGE IN A LO- CALITY.A"LOCALITY"IS THE COUNTY OR COUNTIES WHERE THE PRO- JECT IS TO BE CONSTRUCTED. THE LAW PROVIDES THAT NOT LESS THAN =PREVAILING WAGE FIXED BY THE COMMISSION MAY BE PAD)BY A CONTRACTOR OR SUBCONTRACTOR.A HIGHER WAGE'RATE MAY BE LAWFULLY PAID (SEE SECTION 280.270). 3. That the"prevailing hours of labor"for all classifications of laborers,work• men,and mechanics to be employed on said contemplated building or construc. tion work are eight(5)hours per day and forty (40)hours per week. 4. The general prevailing hourly rates for legal holidays and overtime work are as shown on the attached wage rate schedules for the crafts listed thereon. 5. That certified copies of this determination shall be filed Immediately with the Secretary of State of Missouri and in the files of this Department,and that copies of this determination shall be supplied to all interested persons requesting same. Done at Jefferson City,Missouri,this 11st day of JU3,V / IINDUSTRIAL COMMISSION OF MISSOURI SEAL Cba maa,Cc�`✓O'Connor A true copy.Attest: e r, wr ce res Erman V. Edwards, Secretary em r, Cluts. E. Cates 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 iesch 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. IFUNCTTCINS OF THE DEPARTMENT: [r�l.or.l[+r•[cu•1 ry twl[wLww,rt cow.•r•.no.l w„o[r�LOr,.•rr•[•recall wosu[,1,•corn.•Anw, /Mr�l[AL•l,M•ILIrI.TI WII ••[V•,LIM WYf LAM,IMDY•rlll[L,.MD Y,M[IM•D[CTIG�MD YI[TY,�wO[OWL MY/O•WOM[M. WAGE RATES CERTIFIED PURSUANT to Section 290.210410 RSMo., 1937 Seuton Ads.OLB.2911 For Building Construdlon In „.. .Cole —Couldy Spalol Wage DOW In" M)spKd Order No. _6484 L ® Certified as of ....... ._.. Jam'1 ....._._y t965 Projects Sexege Pumping,Station By & Force Main for the Grays Industrial Commission of MIssoud Creek Waterebedr Jefferson on behalf of City, Missouri Department of Labor and Industrial Relations CRAFTS RATE OVERTIME Per Hex Raft ASBESTOS WORKERS. BOILERMAKERS Asst.Foreman or Load Man foreman General Foreman Helper BRICKLAYERS ............._ Foreman-2 men or more 33�•ff 77 Tender(Hod Carrier—Jurisdiction Laborers) 3.25 1 CARPENTERS ............................................. ._..__------- _ 4.00 1 Welder and Creosote Lumber Handier Foreman-2 men or more Plue .25 1 CEMENT MASONS........................................._._._. ._._ 3.25 1 Cement Finishers—Composition Floor Foreman-1 man or more ELECTRICIANS (Inside Wireman) 4 1 Foreman—S men or less Forman-6 to IS men General Forman ENGINEERS ......_......__......__..__ ...._....__._. Portable and Hoisting Heavy Equipment —T 1 Portable and Hoisting Light Equipment 4.2=5 1 Portable and Hoisting,Oilers and Greasers 3.775 1 Portable and Hoisting,Foreman Plus •35 1 3.90 1 Forman — 1 GLAZIERS ................................_....... LABORERS—(Building—Rlgr ...._.. _ 1 Labor Foreman LATHERS—Metal, Wood ..........___. _...... Foreman(1st man on job) Foreman(more than one man on jab) LINOLEUM LAYERS AND CUTTERS ...._..._. .._. Foreman MARBLE MASONS ....._.........._...... .�._._..._......._..N. Forman Helpers MILLWRIGHTS—.1urlsdiction of Carpenters) 76 1 Foreman-2 or more men Plus .25 1 ORNAMENTAL IRON WORKERS ...._._..._._._.._ __ 1 Foreman-2 men or more PAINTERS ...._......_..... _ ._.._ __ 3.00 2 Painters, Spray Forman Foreman Stage Work PAPER HANGERS .................. _... Rolloge Basis CAMS RATE 00'VUEITIBMI FW__RW note FILE DRIVERS OurlsdictIon of Corponflotnil............».» foreman-2 men or more PLASTERERS ................... Foreman-2nd man an job Plaster Tender or Helper PLUMBERS .............. 3.90 Foreman Helper or laborer RKIGERS AND MACHINERY MOVERS ............ 4.475. ROD MEN, Reinforcing, Steel Worker..........._.. 4.0 Foreman-2 men or more ROOFERS—Compoililon, Slate, Tile Foreman SEWER TILE LAYERS (Bottommen) ............... 3.25 Soml-skilled Laborer@ SHEET METAL WORKERS................. Foreman General Foreman SPRINKLER FITTERS .............._....„..._....... ...»__._... Foreman STEAMFIITERS Foreman STONE MASONS ........... Foreman-2 men at more STRUCTURAL IRON WORKERS ..... Foreman-2 men or more TERRAZZO WORKERS ................ ................. Foreman Helpers Bass Opmulors TILE LAYERS—For flooring and Walls Foreman TRUCK DRIVERS(Taoinsters,Chauffeurs,Warehousemen and Helpers)..... _2 TUCK POINTERS (old work) .......................... For man-2 men or more WATERP;OOFER ................__............. WATERPROOFER FOREMAN ................................. WELDERS, Acetylene and Electric, N.O.S, Steamfitters 3-90 • 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 more transportation to the site of construction. Welders receive rate prescribed for craft performing operation to which welding Is inddonfol. Overtime Rate No. It Means double time for all overtime worked during work week and Saturdays, Sundays and holidays. Overtime Rafe No. 2t Means time and one-half for overtime worked during work week and on $all urdayto, Sundays and holidays. THE ABOVE RATES ARE THE MINIMUM RATES. HIGHER RATES MAY BE PAID IF NECESSARY. WAGE RATES CERTIFIED PURSUANT to Section 290.210-310 RSMo., 1937 Session Acts.(H.B.2941 Special Wage Determination For " Construction In Missouri '.0unly Order No. ...........6484 Certified as of JUIX-1....... Project, Sewage Pumping Station BY & Force Main for the Grays Industrial Commission of Missouri Creek Watershed, Jefferson on behalf of City, Missouri Department of Labor and Industrial Relations CRAFTS RATE OVERTIME Per Hour Raft ASBESTOS WORKERS ........•...........••...•......................... BOILERMAKERS Asst.Foreman or Load Man Foreman General Foreman Helpers BRICKLAYERS ............................. Foreman-2 men or more Tender(Hod Carriers—Jurisdiction Laborers) CARPENTERS .............................I...................................... 3-925 2 Welder and Creosote Lumber Handlers Foreman-2 men or more P12E—.37 2 CEMENT MASONS .............................I............I........... Cement Finishers—Composillon Floor Foreman-1 man or more ELECTRICIANS (Inside Wireman) ........................... Foreman--S men or less Foreman-6 to 15 men General Foreman ENGINEERS ............................»......................._.„ Portable and Hoisting:Heavy Equipment 3.45 2 Portable and Holstingi Light Equipment 3.425 2 Portable and Hoisting,Oilers and Greasers 3.OT5 & 3-515 2 Portable and Hoisting,Foreman FITTERS ............................................ Foreman GLAZIERS .................................................. LABORERS-41111=10j;—Common) .......................... Labor Foreman LATHERS—Metnl, Wood .............. Foreman(1st man on job) Foreman(more than one man on Job) LINOLEUM LAYERS AND CUTTERS ......... Foreman MARBLE Foreman ............................ Foreman Helpers MILLWRIGHTS-4.1urisdiction of Carpenters) Foreman-2 or more men ORNAMENTAL IRON WORKERS ................................ Foreman-2 men or more PAINTERS Pointers, Spray Foreman Foreman Stage Work PAPER HANGERS ..................... Rolloge basis CRAFTS RATE (OVERTIME PH How no" PlIA DRIVERS Ourlsdictlan of Carpenters)•.............„».„.»..,.....,....„ Foromon.-2 men or more PLASTERERS Foreman-2nd man on job Plastw Tender or Hollow PLUMBERS foresm HeIpw or Laborer RKMS AND MACHINERY MOVERS ................ ROD MEN, Reinforcing, Steel Worker Poroma*­2 men or more ROOFERS—Compodflon, Slate, TIle Penman SEWER TILE LAYERS 11oftemaoril .......... Seml•skilled Laborwo SHEET METAL WORKERS ........... Foreman General Foreman SPRINKLER FITTERS Foreman STEAWITTERS Fore man STONE MASONS Foreman-2 men or more STRUCTURAL IRON WORKERS Foreman--2 on or more TERRAZZO WORKERS Foreman Helpw$ 11080.0potolors TILE LAYERS—For Flooring and Walls Foreman TRUCK DRIVERS(Teamsters,Chauffeurs,Warehousemen and Helpers).... 2 TUCK POINTERS (old work) Fommon--2 men or more WATERPROOFER ............................ WATERPROOFER FOREMAN .............. WELDERS,•Acetylene and Electric, N.O.S. Povderman 3-15 2 • 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 more transportation to the site of construction. Welders receive rate prescribed for craft performing operation to which welding Is Incidental. Overtime Rate 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 an 5d. urdays, Sundays and holidays. THE ABOVE RATES ARE THE MINIMUM RATES. HIGHER RATES MAY BE PAID IF NECESSARY. Ala 1020 Peeat (ilev. 11-62) eud{etAs="Na 6S-RMS LABOR STANDARDS Confroet Provhdons (FEDERAL 'WATER POLLUTION CONTROL ACT) 1. The schedule contained in the Wage Determination deci- Such records will contain the name and address of each such sion of the Secretary of Labor which is made part of these employee, his correct classification, rate of pay, daily and specifications furnishes the minimum hourly rates of wages weekly number of hours worked, deductions made and actual required to be paid to the various laborers and mechanics em- wages paid. The Contractor will make his employment pkryed directly upon the site of the work embraced by this records available for inspection by authorized representatives s en pecification, these rates having been determined by the Secre- of the Surgeon General, and will permit such represtatives tary of Labor to be the prevailing local wage rates for the to interview employees during working hours on the job. corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work as deter- mined in accordance with Public Law 403 of the Seventy-fourth The Contractor will in addition submit weekly a certified Congress, approved August 30, 1935, as amended. The Wage copy of all payrolls to the Owner, or his' representative. Such Rates contained in this decision are straight hourly wage rates. copies shall be retained, in accordance with instructions„ by the In some areas management and labor organizations in the con. Owner for a period of three years from the date of completion struction industry have collectively bargained for health and of the contract, and shall be available for inspection by author. welfare fund contributions. Such contributions are not included ized representatives of the Surgeon General. The certification in wage rates determined by the Secretary of Labor for con- well affirm that the payrolls are correct and complete, that the struction projects unless so specified in the determination. wage rata contained therein are not less than those determined by the Secretary of Labor and the classifications set forth for 2. No classifications of laborers or mechanics may be em- each laborer or mechanic conform with the work he performs. ployed except those designated in the schedule above mentioned. In the event that wage rates are desired for classifications not 7. Apprentices will be permitted to work only under a boos requested or classifications requested but not furnished, appli- fide apprenticeship program registered with a State Apprentice. cation or reapplication for such classifications and rates shall be ship Council which is recognized by the Federal Committee on made to the Surgeon General for transmission to the Secretary Apprenticeship, U.S. Department of Labor; or if no such recog- of Labor. nized Council exists in a State, under a program registered with the Bureau of Apprenticeship, U.S. Department of Labor. 3. While the wage rates shown are the minimum rates re- quired by these specifications to be paid during the life of the 8. The Contactor will comply with the regulations (a Copy contract, this is not a representation that labor can be obtained of which is attached) of the Secretary of Labor made pursuant at these rates. It is the responsibility of bidders to inform to the Anti-Kickback.Act of June 13, 1934, 48 Stat. 948; themselves as to local labor conditions and prospective changes 62 Stat. 740; 63 Stat. 108; 18 U.S.C. 874, 40 U.S.C. 276 b, c, or adjustments of wage rates. No increase in the contract price and any amendments or modifications thereof, will cAun appra- shall be allowed or authorized on account of the payment of priate provisions to be inserted in subcontracts to insure Com- wage rates in excess of those listed herein. pliance therewith by all'subcontmaors subject thereto, and will be responsible for the submission of statements required of sub. 4. All mechanics and laborers employed or working ypon the contractors thereunder, except as the Secretary of Labor may site of the work will be paid unconditionally and not less often specifically provide for reasonable limi(ations, variations, toler- than once a week, and wethqut subsequent deduction or rebate antes and exemptions from the requirements thereof. In lieu on any account (except such payroll deductions as are permit- of mailing statements required by Sections 3.3 and 3.4 of the ted by the Anti-Kickback Regulations (29 C.F.R. Part 3)), the Kickback Regulations to the Federal Agency furnishing financial full amounts due at time of payment computed at wage rates aid on this project, the Contractor shall submit all such state. not less than those contained in the Wage Determination deer mean promptly, as specified, to the Owner or to a representa- sion of the Secretary of Labor which is attached hereto and tive designated by the Owner. The Owner, or his represeeut- made a part hereof, regardless of any contractual relationship tive, shall check the completeness of such statements and their which may be alleged to exist between the Contractor or sub- compliance with forms prescribed in the Kickback Regulations. contractor and such laborers and mechanics; and the Wage Such statements shall be preserved for a period of throe yon Determination decision shall be posted by the Contractor at the from the dale of completion of the contract and sha11 be avail- site of the work in a prominent place where it can be easily able for inspection by authorized representatives of the Secretary seen by the workers. of Labor and the Surgeon Genera)of the Public Health Service. 5. The Owner, or his representative, may withhold or cause 9. The Contractor will insert in each of his subcontracts the to be withheld from the Contractor so much of the accrued provisions set forth in stipulations 2, 4, 5,6, 7,8 and 10 hered, payments or advances as may be considered necessary to pay and such other stipulations as the Surgeon General of the laborers and mechanics employed by the Contractor or any Public Health Service may by approp.iate instructions require. subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or 10. A bract of stipulations 2 and 4 through 9 may be mechanic employed or working on the site of the work all or grounds for termination of the contract. If the Contractor Goilis part of the wages required by the contract, the Owner or his to correct any such breach to the satisfaction of the Surgeon representative, may, after written notice to the Contractor, take General of the Public Health Service within test days after the such action as may be necessary to cause the suspension of any Owner's demand for such correction, then the Owner may,by further payment, advance, or guarantee of funds until such written notice to the Contractor, terminate his right to proceed violations have ceased. with the work or such part of the work as to which there has been a breach of the aforesaid stipulations and prosecute the 6. Payroll records will be maintained during the course of work to completion by contract or otherwise,and the Contractor the work and preserved for a period of three years thereafter and his Sureties shall be liable to the Owner for any excess for all laborers and mechanics working at the site of the work. cost occasioned the Owner thereby. ANTI-KICKBACK REGULATIONS COPELAND REGULATIONS FOR CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING AND PUBLIC WORK AND ON BUILDING AND WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES (29 CFR, Part 3) Issued pursuant to Art of June 13, 1934, 48 Slat. 948,62 Slat: 862,63 Slat. 108,72 Slat.967(40 U.S.C.276e),and published in Federal Reaiskr, February 4, 1942(enrluding amendments published February 11,1942,Apr l 4, 1942,Alay 6, 1942,June 20,1945,February 5, 1948,AfaraA 17, 1955,and December 13,1958). TITLE 29-LABOR (e) Every person paid by a contractor or subcontractor in any SUBTITLE A-OFFICE OF THE SECRIITARY manner for ih s labor in the construction, Prosecution, com - OF LABOR tion, or repair of a public huilding or public work or building or work financed in whole or in part by loans or grants from Part 3-Controcters and Subcontractors on Public Building and the United States is "employed" and receiving "wages," Public Work and on Building and Work Financed In Whole less of any contractual relationship alleged to exist betwetm him or In Part by Leans or Grants From the United States and the real employer. Sec. (f) The term "any affiliated person" includes a spouse, child, 3.1 Purposa and ,cope. parent, or other close relative of the contractor or subcontrac- 3.2 Definitions. tor; a partner or officer of the contractor or subcontractor; a 3.3 Weekly statement with respect to payment of wages. corporation closet connected with the contractor or auboxsn- 3.4 Submission of weekly statements and the preservation and inspection y of weekly, payroll records. tractor as parent,subsidiary,or otherwise,and an officer or agent 3.5 Payroll deductions. of such corporation. 3.6 Regulations part of contract. (g The term "Federal agency" means the United States, 3.7 Opinions relating to the regulations. the District of Columbia, and all executive departments, inde- 3.8 Delegation to the Solicitor of Labor. pendent establishments, administrative agenciest and ihstrumert- AuTHoai•rv: 11 3.1 to 3.8 issued under R.S. 161,sec. 2, 48 Stat. 948,as talrtres of the United States and of the Distract of Columbia amended,sec.2,63 Stat. 203; 5 U.S.C. 22, 40 U.S.C. 276c,5 US.C. 133s, including corporations, all or substantially all of the stock of note. Interpret or apply sec.1,46 Stat.1494,as amended,secs.2-6,49 Stu. which is beneficially owned by the United States, by the Dil- 1011,sec.2,48 Stat.1246•as amended,sec. I,50 Stat.888,as amended,sec. trict of Columbia, or any of the foregoing departments,estab- 601,60 Stat.1041,as amended,aces.2-20,60 Stat.170,as amended,sec,1,62 lishments agencies, and instrumentalities. Stat.740,749,secs.102-210,64 Stat.968,sec.101,65 Stat.293,as amended; j7 F.R.667,as amended at 7 F.R.925,2591,3358) 40 U.S.C. 276a-276a-5, 12 U.S.C. 1703-17064, 42 U.S.C. 1401-1433, 49 §3.3 Weekly statement with ru�iscl to payment of wastes. (a) As US.C.1101-1119,I8 U.S.C.874,1001,20 U.S.C.251-280,42 U.S.C.874. used in this section, the term 'employed' shall not apply to §3.1 Purpose and scope. The regulations in this part are persons in classifications higher than that of laborer or me- promulgated to aid in the enforcement of the Copeland Act, as chanic and those who are the immediate supervisors of such amended (48 Slat. 948, 62 Stat. 862, 63 Slat. 108, 72 Stat. 967; m l . 40 U.S.C. 276c) and to effectuate the purpose of the Anti-Kick- e )oy Eaeesch contractor or subcontractor engaged in,the eon- back Act, as amended (62 Stat. 740, 18 U.S.C. 874), the Davis- struction, prosecution, completion, or repair of any public build. Bacon Act, as amended (46 Stat. 1494, 49 Stat. 1011, 54 Stat. ing or public work, or building or work financed in whole or 399, 55 Slat. 53, 40 U.S.C. 276(a), et seq.) and certain other rn part by loans or grants from a Federal agency, shall furnish statutes concerning rates of pay for labor. each week a statement with res pect to the wages paid each of 17 F.R. 687, as amended at 23 F.R. 96711 its employeits engaged on work covered by these regulations §3.2 Definitions. As used in the reFu ations in this part: duringg the preceding weekly payroll period. The statement (a) The terms building' or work generally include con- shall be executed by the contractor or subcontractor or by an rtruction activity as distinguished from manufacturing, furnish- authorized officer or employee of the contractor or subcontractor ing of materials, or servicing and maintenance work. The who supervises the payment of wages, and shall be in the fol.terms include, without limitation, buildings, structures, and im- lowing fount: provements of all types, such as bridges, dams, plants, high- WEEKLY STATEMENT OF COMPLIANCE ways, parkways, streets, subways,tunnels, sewers, mains, power- linrs.pumping stations,railways,ships,vessels,airports,terminals, 19____ docks, piers, wharves, ways, lighthouses, buoys, jetties, break- waters, levees, and canals; dredging, shoring, scaffolding, drill- I, ___________________________________________ (,tame of signatory ing, blasting,excavating,clearing,and landscaping. Unless con- party) ___________________________________________ (tide),do hereby ducted in connection with and at the site of such a building or state: That I pay or supervise the payment of the persons employed by work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment --------------------------------------- (contractor or suboontracsot) (whether or not a Federal or State agency acquires title to such on the ______________________________ (building or work);thst.during materials, articles, supplies, or equipment during the course of the manufacture or furnishings, or owns the materials from the payroll period commencing on the ________________________ day of which they are manufactured or furnished) is not a "building" ------------------- 19____ and ending the ------------------ day of or "work" within the meaning of the regulations in this part. (b) The terms construction, prosecution," "completion;' - - 19._.-, all persons employed on said ed ILLYC „ „ been paid the full weekly wages earned,that no rebates have been or will or repair mean all types of work done on a particular build- ing or work at the site thereof, including, without limitation, be made either directly or indirectly to or on behalf of acid ----------- altering, remodeling, painting and decorating, the transporting -- (contractor or subcontrator)from the full weekly of materials and stsulies to or from the building or work by wakes earned by any person and that no deductions have been made either the employees of the construction contractor or construction directly or indirectly from the full weekly wages earned by any person,other subcontractor, and the manufacturing or furnishing of materials, than permissible deductions,as defined in Regulations,Part 2(29 CFR Part articles, supplies, or equipment on the site of the building or 3),issued by the Secretary of Labor under the Copeland Act,as amended(40 work,by persons employed at the site by the contractor or sub- Stat.948,63 Stat.108,72 Stat.967;40 U.S.C.276c),and described below: contractor. (Paragraph describing deductions,if any) (c) The terms "public building" or "public work" include .................. building or work for whose construction, prosecution, comple- ..-.""""-".""--( ign ture and tide- tion, or repair, as defined above, a Federal agency is a con- (Signature tracting party, regardless of whether title thereof is in a Section 1001 of Title 18 of the United States Code (Criminal Federal agency. Code and Criminal Procedure) shall apply to such statements- (d) The term "building or work financed in whole or in 72 Stat. 967. (18 U.S.C. 1001, among other things, provides Part by loans or grants from the United States"includes build- that whoever knowingly and willfully makes or uses a docu- ing or work for whose construction, prosecution, completion,or meat or writing containing any false. fictitious or fraudulent repair, as defined above, payment or part payment is made statement or entry, in any matter within the jurisdiction of any from funds of any Federal agency and for which a Federal or department or agency of the United States, shall be fined not ' State agency is a contracting party, or for which minimum more than $10,000 or imprisoned not more than five years,or wages are predetermined by Federal, State, or local agencies. both.) 2 (c) Upon a written finding by the head of a Federal agency. (d) Upon application to and prior written permission from the Secretary of Labor may provide reasonable limitations, van- the Secretary of Labor, and subject to the standards set forth ations, tolerances, and exemptions from the requirements of this in paragraph (b)(1), (2) and (4) of this section, dedy nss section subject to such conditions as the Secretary of Labor may be made by a contractor or subcontractor or any affiliated ma s ify. person, for membership fees in group benefit or retirement [7 F.R. 687 as amended at 13 F.R. 524, 23 F.R. 9671) associations; for boars. and lodgin g; or for other purposes §3.4 Su�miuion of weekly statements and the preservation and in- where the Secretary of.Labor concludes the deduction ss re- spec tion of wsekly payroll records. (a) Each weekly statement shall quired by compelling circumstances: Provided, however, The be delivered by the contractor or subcontractor, within seven contractor, subcontractor, or any affiliated person does not days after the regular payment date of the payroll period, to a make a profit or benefit directly or indirectly from the deduc- representative of a Federal or State agency in charge at the site tion. A copy of the Secretary s decision shall be sent to the of the building or work, or, if there is no representative of a ap licant and the Federal agency concerned. Federal or State agency at the site of the building or work, the le) In accordance with and subject to the standards set forth statement shall be mailed by the contractor or subcontractor, in subparagraphs (1) through (4) of paragraph (b)of this sec- within such time, to a Federal or State agency contracting for tion, general permission is hereby granted to mace payroll de- or financing the building or work. After such examination and ductions for; check as may be made, such statement, or a copy thereof, shall (1) The payment of the purchase price of United States De- be kept available, or shall be transmitted together with a report fense Stamps and Bonds and United States Tax Savings Notes; of any violation, in accordance with applicable procedures (2) The repayment of loans to or the purchase of sham prescribed.by the United States Department of Labor. in credit unions organized and operated in accordance with (b) Each contractor or subcontractor shall preserve his District of Columbia, Federal, or State credit union statutes; week y payroll records for a period of three years from date of (3) Contributions to a Federal governmental or quasi-gov- comp etion of the contract. The payroll records shall set out ernmental agency; accurately and completely the name and address of each laborer (4) The payment of dues or premiums to unaffiliated insur- and mechanic, his correct classification, rate of pay, daily and ance companies or associations for medical or hosppitalization weekly number of hours worked, deductions made, and actual insurance where the employer is not required by Federal, State, wages paid. Such payroll records shall be made available at or local laws to supply such insurance or benefits. all times for inspection by the contracting officer or his author- (5) Contributions to the Red Cross and to Community ized representative, and by authorized representatives of the Chests. Department of Labor. (6) Regular union initiation fees and membership dues where (7 F.R. 687, as'amended at 13 F.R. 524, 23 F.R. 96721 a collective bargaining agreement provides for such deductions. J 3.5 Payroll deductions. (a) Deductions for the following This does not include work permits or special assessments. purposes are permissible:. [(5) and (6) added on March 17, 1955; 20 F.R. 17651 (I) Where required by Federal, State, or local statutes or (f) In any case in which the employee does not have full ordinances to be made by the employer from the wages earned and actual freedom of disposition of his wage payment, by the emplo yee; whether made in cash or by check any resu ted payment (2) Bona fide prepayment of wages without discount or made to the employee is consideret� a deduction under the interest; regulations In this part. (3) Deductions required by court process provided that the (g) Nothing herein shall be construed to permit any deduc- contractor or subcontractor will not be permitted to make such tion which the contractor or subcontractor knew, or in the a deduction in favor of the contractor, subcontractor, or any exercise of good faith should have known, did not meet the affiliated person or where collusion or collaboration exists. foregoing standards. In order td'insure compliance with this (b) Any deduction is also permissible which in fact meets section, the Secretary of Labor may notify the contractor or the following standards and with respect to which the con- subcontractor that the deduction will be permitted o if tractor or subcontractor shall have made written application by certain conditions with respect thereto are observed. e registered mail to the Secretary of Labor, a copy of which contractor or subcontractor or any affiliated person shall also application shall be sent to the contracting agency by the con- comply with such general rules and regulations concerning tractor or subcontractor, setting forth all the pertinent facts the deductions as the Secretary of Labor shall make ftosn time indicating that such deductions will meet the following standards: to time, notice of which shall have been given to-the contractor (1) That such deduction is not prohibited by other law; and or subcontractor or any affiliated person nuking the deduction 2 That such deduction is (i) voluntarily consented to by and to the Federal agency concerned either directly or through the employee in writing and in advance of the period in which ublication in the FEDERAL RzGmTzR. the work was done, and that consent to the deduction is not F7 F.R. 687, as amended at 10 F.R. 73931 a condition either for the obtaining of or for the continuance of 13.6 Regulations part of contract. All contracts made with employment; or (ii) that such deduction is for the benefit of respect to t�e construction, prosecution, completion, or repair i the employees or their labor organization through which they of any public building or public work or building or work are represented and is provided for in a bona fide collective financed to whole or in part by loans or grants from the ba,jaining agreement; and United Suter covered by the regulations in this part shall ex- (�) That from such deduction no payment is made to, nor pressly bind the contractor or subcontractor to comply with profit or benefit is obtained directly or indirectly by the oon- such of the regulations in this part as may be applicable. tractor or subcontractor or any affiliated person and that no 17 F.R. 687, as amended at 7 F.R. 9251 portion of the funds;whether in the form of a commission or $3.7 Opinions relating to the regulations. The Secretary of otherwise, will be,returned to the contractor or subcontractor Labor will furnish an opinion regarding the coverage of any or to any affiliated person; and specific project or with respect to the application of any pro- (4) That the convenience and interest of the employees are vision of the regulations in this part at the request of any served thereby, and that such or similar deductions have been Federal or State agency. customary in this or comparable situations. [7 F.R. 6871 (c) After application in good faith, the deduction may be §3.r 8 Dell ation to the Solicitor of Labor. The Solicitor of made in accordance with the foregoing standards: Peooided, Labo is authorized, as provided in General Order No. 7 of hotoemr, That if the Secretary of Labor, on his own motion,or the Secretary of Labor, dated December 28, 1945, to perform on the application of any person or agency affected by the all functions of the Secretary in connection with correspond. granting of the application, shall conclude at any time, after ence, conferences, and matters relative to the adminisnAdon and written notice to the applicant and an opportunity for him to interpretation of the Copeland Act. present his views in support of the deduction, that the deduc- 123 F.R. 96721 von has not met the foregoing standards, such deduction shall W. WILLARD WIRTZ, cease to be "permissible' seven days after the applicant and Secretary of Labor the Federal agency concerned have been notified of the Secre- tary's decision. ' 3 ANTI-KICKBACK PROVISIONS 1. The Anti-Kickback Regulations issued by the Secretary contractors and subcontractors engaged in the construction, of Labor (29 CFR, Part 3) are applicable to this contract. The prosecution, completion or repair of public buildinas,•publw Contractor will comply with these Regulations (a copy of which works or buildings or works financed in whole or in part by is attached) and any amendments or modifications thereof, will loans or grants from the United States, including a provision cause appropriate provisions to be inserted in subcontracts to that each contractor and subcontractor shall furnish weekly a Insure compliance therewith by all Subcontractors subject thereto, statement with respect to the wages paid each employee during and will be responsible for the submission of statements required of the preceding week. Section 1001 of Title 18 shall apply to subcontractors thereunder, except as the Secretary of Labor such statements." may specifically provide for reasonable limitations, variations, Reorganization Plan No. 14 of 1950(15 F.R.3176,64 Stat. 1267, tolerances and exemptions from the requirements thereof. In 5 U.S.C. 133z note). "In order to assure coordination of adminis- lieu of mailing statements required by Sections 3.3 and 3.4 of tration and consistency of enforcement of the labor standards the Anti-Kickback Regulations to the Federal agency famishing provision of each of the (foregoing and other enumerated) Acts financial aid on this project, the Contractor shall submit all by the Federal agencies responsible for the administration such statements promptly as specified, to.the Owner or to a thereof, the Secretary of Labor shall prescribe appropriate representative designated by the Owner. standards, regulations, and procedures, which shall be observed 2. The Owner,or his representative, may withhold or cause by these agencies, and cause to be made by the Department of to be withheld from the Contractor so much of the accrued Labor such investigations, with respect to compliance with and payments or advances as may be considered necessary to pay enforcement of such labor standards,as he deems desirable, laborers and mechanics employed by the Contractor or any Subcontractor on the work (except for such deductions as are permitted by the Anti-Kickback Regulations (29 CFR, Part 3)), CONTRACT WORK HOURS STANDARDS ACT the full amount of wages to which they are entitled under their OVERTIME COMPENSATION contracts of employment. In the event of failure to pay any (a) Overtime requirements. No contractor or subcontractor con. laborer or mechanic employed or working on the site of the tracting for any part of the contract work shall require or per- work all or part of the wages to which he is entitled under his mit any laborer or mechanic to be employed on such work in contract of employment, the Owner, or his representative, may, excess of eight hours in any calendar day or in excess of forty after written notice to the Contractor, take such action as may hours in any workweek unless such laborer or mechanic re- be necessary to cause the suspension of any further payment, teives compensation at a rate not lest-than one and one-half advance,or guarantee of funds until such violations have teased. times his basic rate of pay for all hours worked in excess of 3. Payroll records shall contain the information and be pre- eight hours in any calendar day or in excess of forty hours in served as required by Section 3.4(b) of the Regulations. The such workweek, whichever is the greater number of overtime Contractor will matte his employment records available for in- hours. spectiea by authorized representatives of the State Water Pollu- (b) Violations;liability for unpaid wages;liquidated damages. In don Control Agency, the Secretary of Labor, and the Surgeon the event of any violation of the clause set forth in paragraph General, and will permit such representatives to interview em- (a), the contractor and any subcontractor responsible therefor ployees during working hours on the job. shall be liable to any affected employee for his unpaid wages. 4. The Contractor will insert in each of his subcontracts the In addition, such contractor or subcontractor shall be liable to provisions set forth in the foregoing clauses hereof, and such the United States (in the case of work done under contract for other stipulations as the Surgeon General may require by ap. the District of Columbia or a territory, to such District or to propriate instructions. such territory),for liquidated damages. Such liquidated damages 5. A breach of stipulations (1) through (4) may be grounds shall be computed, with respect to each individual laborer or for termination of the contract. mechanic employed in violation of the clause (a), in the sum of $10 for each calendar day on which such employee was re- "ANTM TKICKtACKCK" ACT, U.S.C.CT, COPELAND ACT quired or permitted to work in excess of eight hours or in ex- cess of forty hours in a workweek without payment of the over- 1874 Kickbacks from public works employees. "Whoever,by time wages required by the clause (a). force,intimidation,or threat of procuring dismissal from employ- (c) Withholding for unpaid wages and liquidated damages. The ment,or by any other manner whatsoever induces any person em- Federal agency for which the contract work is done or by ployed in the construction,prosecution,completion or repair of any which financial assistance for the work is provided may with- public building,public work,or building or work financed in whole hold, or cause to be withheld, from any moneys payable on ac- or in part by loans or grants from the United States, to give up count of work performed by the contractor or subcontractor,the any pan of the compensation to which he is entitled under his full amount of-wages required by the contract and such sums contract of employment, shall be fined not more than $5,000 as may administratively be determined to be necessary to satisfy or imprisoned not more than five years, gr both." any liabilities of such contractor or subcontractor for liquidated TITW 40 U.S.C. (AS AMENDED) damages as provided in clause (b). (d) Insertion of clauses in subcontracts. The contractor agrees to 1276c Same;regulations governing contractors and subcontractors. insert the foregoing clauses (a), (b), and (c), and this clause "The Secretary of Labor shall make reasonable regulations for (d), in all subcontracts. 4 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS NONDISCRIMINATION IN EMPLOYMENT To: (Name of union or organization of workers) The undersigned currently holds contract(s) with the City of Jefferson, Missouri, involving funds or credit of the U. S. Government or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 10925, Section 301, dated March 6, 1961, and Executive Order 11114, dated June 22, 1963, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION, RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAIN- ING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Orders 10925 and 11114. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. 1 /s/ (Contractor or Subcontractor) (Date) TECHNICAL SPECIFICATIONS PART I GENERAL ITEMS A. PROJECT DESCRIPTION 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. B. SHOP DRAWINGS In accordance with the Special:Conditions, shop drawings shall be submitted for approval, including appropriate structural details and a complete floor layout showing pump bases, plumbing 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. C. 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. D. 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. e I-1 All material to be used in this work will be inspected before being placed and all rejected material must be removed immediately and not used in the work under this Contract. Any material installed or placed without inspection shall be removed and replaced with new material if so directed by the Engineer. The Contractor will be required to furnish such laborers as may be necessary to aid the Engineer in the examination and culling of material. E. INTERFERENCE WITH TRAFFIC It must be recognized that in some instances the work of this project 1 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. 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 opened 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 F. PROTECTION OF TREES AND RESTORATION OF LANDSCAPED AREAS Wherever the sewer is to be built through a landscaped area, or 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 ex- isting surface shall not be disturbed beyond the limits of the easements or right-of-way, which shall include the necessary area for storing of mate- rials of construction and excavated materials. Upon completion of the work, the surface shall be replaced to conform to the original surface. ' Where established lawns have been disturbed, the Contractor shall re-establish the lawn by sodding or seeding in conformance with the re- ' quirements of the property owner and with the approval of the Engineer. I-2 Where excavated material is stored adjacent to trees, it shall be handled so as not to cause injury to them in any way. If necessary, boxing shall be provided around trees, plants or shrubs. Upon completion of the work, such boxing shall be removed and the original condition restored. Payment for carrying out the necessary protection and restoration as herein specified of trees and landscaped areas shall be considered as covered in the payments made at the price bid per cubic yard for "Trench Excavation. " 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. " G. PROTECTION OF EXISTING STRUCTURES The work must be carried out in such a manner, that all structures or improvements along and adjacent to the new sewer construction are properly protected. Any damage occurring to property of others because of the Contractor's operation shall be repaired by the Contractor and the cost considered as covered in the item of "Trench Excavation. " All fences, sheds, garages, trees, shrubs, and other private 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. H. PROTECTION OF POLE LINES, WATER AND GAS PIPES, AND ALL OTHER UNDERGROUND UTILITIES On the P lans, 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 loca..tions 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. I-3 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. J. PORTLAND CEMENT 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. The cement shall meet the requirements of the current "Standard Specifications and Tests for Portland Cement" of the American Society for Testing Materials. 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. K. 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. L. COARSE AGGREGATE ' The material to be used as coarse aggregate in concrete shall be gravel or crushed limestone. Gravel aggregates shall be clean, washed gravel, consisting of hard, strong, durable pieces, free from dust, loam, ' I-4 clay, alkali, organic impurities, adherent coatings or other deleterious substances, and from thin, porous, elongated or laminated particles. A sample of the aggregate, when submitted to the sodium sulphate accelerated soundness test or other current suggested standards of the American Society for Testing Materials for the freezing and thawing test, shall show no un- usual amount of fracturing. Crushed limestone aggregate shall consist of uncoated particles of sound, durable rock of uniform quality, without an excess of flat, elongated or laminated pieces. No surface yellow or soft stone shall be permitted. The specific gravity of the stone shall be no less than 2. 56. The gravel.or crushed limestone shall be graded to meet the follow- ing requirements using the U. S. Standard Sieve Series: Pas s ing 1-1/2-Inch Sieve 100% by Weight 1-Inch Sieve 95- 100% by Weight 3/4-Inch Sieve 65- 80% by Weight 3/8-Inch Sieve 15- 40% by Weight No. 4 Mesh Sieve 0- 5% by Weight To ensure the production of suitable aggregates, complying in all respects with this specification, the aggregate plant shall be subject to the approval of the Engineer, and no deliveries of aggregate shall be made 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. M. WATER Water used in making or curing concrete or in mixing grout or mortar shall be from public potable water supplies. N. 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. e I-5 1. Classes of Concrete. Class C concrete may be used for blocking, for fill in trenches as required for pipe in rock trench, or for overexcava- tion of the trench. Class B concrete shall be used for encasement of pipe. All other concrete used on this project shall be Class A concrete, unless otherwise specifically noted on the plans. . 2. 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. 3. 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. 4. 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. 5. Determination of Added Water. In determining the amount of added water, allowance should be made for the moisture content in the aggregates. In measuring the fine aggregate by volume for small batches of concrete, if the aggregate is wet, allowance should be made for the bulking on account of the presence of moisture. 6. Mixing. Concrete required for blocking, encasement and other uses incidental to the installation of pipe involving small quantities may I-6 either be mixed by machine or by hand. All other concrete shall be mixed by machine. 7. 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. 8. 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. 9. 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. 1-7 1 10. 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. 11. Temperature. No concreting shall be carried out when the temperature of the air is 40 degrees F. and falling, unless the Contractor has on hand sufficient and suitable means for protecting the concrete to the satisfaction of the Engineer. When the temperature of the air reaches 32 degrees F. , no concreting shall be permitted unless the Contractor has provided satisfactory equipment for heating the aggregates and water to the satisfaction of the Engineer. The means of protecting the concrete laid during freezing weather when the temperature of the air is 32 degrees F. or less, shall be approved by the Engineer, who will also designate the ® 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. 12. 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 ASTIvi 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. 13. 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. 14. 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 rust, scale, oil, or other surface matter before being placed in the forms. I-8 15. Wall Fittings and Anchor Bolts. Wall fittings and anchor bolts shall be installed as required to provide support for all appurtenances to the job. 16. 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. 17. 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 to 2 inches on the brushed surface after which the new concrete shall be placed immediately. 18. 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. 19. Finishes. All exposed concrete surfaces, that is to say, those surfaces which will be visible after the station 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 shall be used in finishing except the mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. rFloors 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. 1-9 P. ASPHALTIC PAVEMENT 1. Description. Asphaltic pavement shall be laid as shown on the plans. 2. Materials. The aggregate for the macadam base shall consist of clean, hard, durable fragments free from flat, elongated pieces, crushed from limestone, granite, quartzite, or similar rock, quarried from undis- turbed consolidated deposits of the material. The coarse aggregate shall conform to the following sizes: Passing 3-Inch Sieve 10070 2- 1/2-Inch Sieve 90-10070 2-Inch Sieve 35- 7076 1-1/.2-Ifich Sieve 0- 5076 3/4-Inch Sieve 0- 576 Aggregate for screenings shall conform to the following sizes: Passing 3/8-Inch Sieve 10070 No. 4 Sieve 85-10076 No. 100 Sieve 10- 3076 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: Passing 3/4-Inch Sieve 1000/0 3/4-Inch Sieve - Retained on 1/2-Inch Sieve 0- 376 Pas s ing 1/2-Inch Sieve - Retained on 3/8-Inch Sieve 0- 25% Passing 3/8-Inch Sieve - Retained on No. 4 Sieve 20- 45% Passing No. 4 ,Sieve - Retained on No. 10 Sieve 7- 2076 Passing No. 10 Sieve - Retained on No. 40 Sieve 7 2076 Passing No, 40 Sieve - Retained on No. 80 Sieve 5- 20% Passing No. 80 Sieve - Retained on No. 200 Sieve 5- 18% Passing No. 200 Sieve 4- 10% Asphaltic Cement 4- 7% 1 I- 10 1 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 T182-57. 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. 3. Construction Procedure. a. General. Pavement shall consist of a 6-inch thick macadam base with 2-inch thick asphaltic concrete wearing surface. No vehicles will be permitted to drive on the wearing surface after it has been placed, 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. b. Preparation of Subgrade. The area to be paved shall be excavated or filled as required to provide a finished wearing surface as shown on the plans. The area shall be rolled and compacted to the satis- faction 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 I-11 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 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 to 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. I- 12 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 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 shovel rs 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 1-13 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. 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. 1 Rollers shall be operated b com etent and experienced roller men P Y P P 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. Q. GROUT Unless otherwise stated in this specification, grout shall be com- posed 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. R. TESTING AND STERILIZING WATER LINES The potable water line shall be tested to ensure a watertight line. r I-14 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. S. 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: 1. Raw Sewage Pumping Units 2. Motor Controls 3. Manlift. T. OPTIONS ON MAJOR EQUIPMENT: The Contractor may submit alternate bids on major items of equip- , ment as stated in the proposal. The Contractor may select manufacturers of the major items who are not named as alternates. The Engineer shall review the capabilities of any alternate equipment and advise the owner's selection of such equipment based on the quality of the alternate item and its ability to perform its function. The equipment named in the proposal udner Item A is intended to show the quality of equipment required. M t I-15 TECHNICAL SPECIFICATIONS 1 PART II PUMPING STATION A. EXCAVATION AND BACKFILL 1. Excavation. The Contractor shall perform all structural exca- vation required on the plans. Excavation shall extend a sufficient distance �p from the walls to allow for the construction and placement of forms for the work and for proper inspection except where the plans indicate that concrete may be deposited directly against excavated surfaces. Excavated material not needed or suitable for the finished grade shall be removed from the site at the Contractor's expense. 2. Backfill. The backfill material shall be excavated natural soil free from debris, large rocks, or organic matter. Backfill material over and around cast iron or ductile iron pipes to a distance of 2 feet shall con- tain no cinders or ash. No frozen material shall be placed as backfill. Backfill shall be brought up evenly on all sides of the structure. Forms for concrete shall be removed prior to placing the backfill. Back- fill shall not be placed against concrete until 14 days have elapsed from the last concrete placement, and then only with the approval of the Engineer. B. STRUCTURAL ITEMS 1. Concrete. Concrete used for the Pumping Station shall be Blass A concrete and shall conform to Part I, General Items, Section N. 2. Reinforcing Steel. Reinforcing steel bars shall be uniform quality without surface or structural defects of any character and to be of first class workmanship and finish. Steel may be rolled from new steel billets or re-rolled from steel 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 minimum requirements for the surface deformation to comply with the current ASTM Standard or Tentative Specifications, Serial Designation A305. 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 specifications. 3. Waterstops. a. Description. Waterstops for construction joints shall be ® either 4-inch PVC labyrinth waterstops similar or equal to those manu- factured by Water Seals, Inc. , or 6-inch rubber, flat dumbbell type Isimilar or equal to those manufactured by Servicised Products Corporation. b. Installation. PVC or rubber waterstops shall be P rovided ® 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 installed in strict conformance to the recommenda- tions 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 against the form. PVC waterstops shall be spliced with heat. Prefab- ricated fittings shall be used and only butt ,points made in the field. All jointing shall be done by skilled, experienced workmen. Rubber 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- 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. 4. Manhole Steps. Manhole steps shall be not less than 10 inches wide, made of cast iron, shall weigh not less than 12 pounds, and shall be similar or equal to Catalog No. C- 1980-C as manufactured by Neenah Foundry Company. ' II-2 C. MECHANICAL EQUIPMENT 1. Motors for Sewage Pumping Units. The pumps shall be directly driven by vertical squirrel cage, drip proof, 100 HP normal duty, normal starting torque, induction motors, with a maximum synchronous speed of 1, 800 RPM. The motor shall be equipped with a solid shaft, ball bearings, and Class A insulation. The temperature rise and service factor shall be in accordance with NEMA standards for Class A insulation. The current available is 480 volt, 3 phase, 60 cycle. The motors shall be of ample size to drive the pumps throughout the operating head range for the future conditions, which are listed in the following paragraph, without exceeding the nominal horsepower rating of the motor. The construction and workmanship of the motors shall conform to NEMA standards. The motors shall be painted with primer to conform to the section of these specifications on painting. The motors shall be Allis-Chalmers Type G, or equal. 2. Raw Sewage Pumping Units. a. Description. This Item shall include the furnishing and installation of the two raw sewage pumping units for the Pumping Station, complete with all accessories, in compliance with the following specifi- cations. Each pump shall be a 5x5xl4 NSWV Sewage Pump as manufactured by the Allis-Chalmers Manufacturing Company, or an approved alternate as provided for in the proposal under "Major Items of Equipment. " 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. Suc- tion 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 II-3 a motor support bracket and suction elbow. Access to the shaft coupling shall be provided. Pump casings shall be close-grained cast iron of sufficient strength, weight and metal thickness to ensure long life, accurate alignment and reliable operation. 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 a solid 3-5/16-inch sphere or stringy material. Impellers shall be dynamically balanced. The impeller shall be provided for clockwise rotation. The impeller shall be attached to the shaft in a manner that reverse rotation will not damage the impeller or shaft. Pump shafts shall be of high-strength carbon steel, S. A. E. 1045 or superior, accurately machined and ground over their entire length. Shafts shall be protected from wear in the stuffing boxes by stainless steel shaft sleeves. Pump stuffing boxes shall be readily accessible and be suitable for I 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 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 pump bearing lubricant shall conform to the pump manufacturer's recommendations. The pumps shall be painted with a primer coat as stated in the section of these specifications on painting. b. Capacity. Each of the pump units shall be designed for the conditions listed below. II-4 Capacity - 1, 410 gpm TDH - 175 feet RPM - 1, 750 Maximum Suction Lift - 0 feet c. Installation. Each pump shall be leveled, aligned, and connected to the intake and discharge piping, and the base then grouted in place with non-shrinking mortar, as specified herein. d. Inspection. Refer to Part I, Section S. 3. Manlift. a. Description. 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. The lift unit shall include 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 II-5 r 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 release 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 shall be provided, which will rapidly engage the mast and hold the platform should the lifting chains slacken. A means of preventing the platform from falling in case or 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 480 volt, 3 phase, 60 cycle. The manlift shall be painted with a shop primer as specified in the section on painting. All moving parts of the unit shall be sufficiently enclosed to protect the operator from injury. The manlift shall be a Model 102 Stationary Platform Type Lift as manufactured by Langley Manufacturing Company, Inc. , 28 Industrial Street, Rochester, New York, or an approved alternate as provided for in the pro- fposal under "Major Items of Equipment. " b. Installation. The manlift and all appurtenances and devices shall be completely installed and adjusted by the Contractor in accordance with the manufacturer's recommendations. c. Inspection. Refer to Part I, Section S. 4. Sump Pump. a. Description. 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 shall be Model 8-1/4 B as manufactured by the Gorman-Rupp Company, or equal. t II-6 The pump motor shall be close-coupled, 1/3 HP and drip proof, operating on 120 volt, 60 cycle AC, single phase, at 3, 450 RPM, with automatic overload protection. The motor shall be equipped with a 6-foot 3-wire waterproof cord with moulded plug and adapter and an automatic float actuated on-off switch which will start and stop the motor at preset levels. b. Installation. The sump pump shall be bolted to the wall bracket above the sump as shown on the plans, with galvanized nuts and bolts. The pump shall be tested for proper operation. The controls shall be set to start the pump at a 1-foot depth in the sump. 5. Dehumidifier Unit. a. Equipment. 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 relative humidity. It shall be furnished with factory-wired controls, including a humidistat and shall operate off a 120-volt, single phase, 60 cycle power supply. The humidistat shall have a range from 20 to 80 per cent relative humidity. The dehumidifier shall be a Westinghouse Model EHD25, or equal. b. Installation. The Contractor shall locate the dehumidifier as shown on the plans. The Contractor shall provide a length of 1/2-inch hose for a drain to the sump. 6. Exhaust Fan and Shutter. a. Equipment. The exhaust fan shall operate either by thermo- static or manual control. Refer to the electrical section for the control circuit. The exhaust fan shall be similar or equal to Type L-CRF Size 165 as manufactured by Ilg Electric Ventilating Company. The fan shall have a capacity of not less than 2, 940 cfm, at a static air pressure of 3/8 inch. The motor shall be 1, 140 RPM and direct-connected to the fan. The motor shall be suitable for 120 volt, single phase, 60 cycle current. �i A gravity-operated shutter shall be mounted in the base of the ex- haust fan. The shutter shall be suitable for mounting in a Type L-CRF ventilator, as manufactured by Ilg Electric Ventilating Company. II-7 b. Installation. The exhaust fan and shutter shall be mounted on the concrete curb as shown on the plans. 7. Air Intake Louvre. a. Equipment. The air intake louvre shall be American Foundry and Furnace Company, Type E, Model EM4-8E extruded aluminum wall louvre with adjustable blades, #204 anodized finish, "Type 2 sill, with section number 37736 sill plate 33 inches long, and fitted with a 1/2-inch mesh 0. 063 inch diameter screen, or approved equal. The air intake louvre shall have outside dimensions of 33 inches wide by 39 inches high. The louvre shall have a factory-mounted type M405B1102 Honeywell Motor for 120 volt service, and equipped with a Q286A1004 Modutrol Motor Heater, and an AT720 transfdrmer for the heater. The motor shall open the louvre when the exhaust fan is operating. b. Installation. The intake louvre shall be installed in the wall of the superstructure as shown on the plans. The blades of the louvre shall operate freely and shall be free of strain. D. MAJOR PIPING 1. Scope. This specification covers cast iron pipe and fittings which shall be furnished and installed, within the Pumping Station, com- plete with all jointing materials and accessories, pipe hangers and supports, and other necessary appurtenances. 2. Materials. Cast iron pipe, fittings, and jointing materials shall be as shown on the plans and specified herein. a. Pipe. (1) Manufacture and Testing. ASA A21. 2, A21. 6 or A21. 8. (2) Iron. 18/40 or 21/45. (3) Wall Thickness. ASA Class 22. b. Fittings. (1) Manufacture and Testing. ASA A21. 10. R-8 (2) Laying Length. ASA B 16. 1. (3) Thickness. Class 125 (4) Iron. ASTM A48. (5) Wall Castings. CIPRA; length as required. c. Joints. Joints within the pumping station shall be flanged unless otherwise noted. Flanged joints shall be as specified herein. (1) Flanged Joints. (a) Flanges; Flange Bolts and Nuts. ASA B16. 1, Class 125. (b) Flange Gaskets. ASTM D1330, Grade I; red rubber, ring type, 1/16 inch thick. 2 Mechanical Joints. ASA A21. 11. d. Pipe Coating and Lining. The interior surfaces of all full- length mechanical joint and push-on joint cast iron pipe shall be provided with a 1/16-inch thick cement lining in conformance with ASA Standard A21. 4. The exterior surfaces of all cast iron pipe and fittings which will, after installation, be exposed in interior locations shall be shop-coated with an oil vehicle primer. Flange faces shall be shop-coated with a nondrying, oily type, rust preventive compound. All other surfaces of tcast iron pipe and fittings shall be shop-coated with a bituminous coating. e. Pipe Hangers. Pipe hangers and supports for cast iron pipe shall be built as shown on the plans and as specified herein. (1) Pipe Clamps. Galvanized wrought clevis rings, Grinnell Company, Inc. , Figure 260, or equal. (2) Wall Brackets. Welded medium steel, Grinnell Com- pany, Inc. , Figure 195, or equal, galvanized after fabrication. ' (3) Hanger Rods and Fittings. Manufacturers standard, Grinnel Company, or equal, galvanized. II-9 3. Installation. a. Handling. Pipe, fittings and accessories shall be handled in a manner that will ensure installation in an undamaged condition. Damaged material shall be either repaired or removed from the site, subject to the approval of the Engineer. b. Cutting Pipe. Cutting of cast iron pipe shall be done in a neat manner, without damage to the pipe or to the cement lining therein. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters. ® c. Cleaning. The interior of all pipe and fittings shall be kept �i free of all debris, tools, clothing, etc. The Contractor shall block open pipes at the end of each construction day. d. Mechanical Joints. Mechanical joints shall be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thor- oughly cleaned and reassembled. Overtightening bolts to compensate for poor installation practice will not be permitted. e. Flanged Joints. When bolting flanged ,points, care shall be taken to ensure that there is no restraint on the opposite end of the pipe or fitting which would prevent uniform gasket compression or which would cause unnecessary stress in the flanges. One flange shall be free to move in any direction while the flange bolts are being tightened. Bell and spigot joints shall not be packed or assembled until all flanged joints affected thereby have been tightened. Bolts shall be tightened gradually and at a uniform rate, in such a manner that gasket compression is uniform over the entire area of the gasket. f. Wall Castings. Unless otherwise shown on the plans, wall castings shall be provided where cast iron pipes pass through concrete or masonry walls. E. MISCELLANEOUS PIPING 1. Scope. This specification covers small diameter copper and steel pipe to be installed in the Pumping Station as shown on the plans. Soil pipe and handrail are covered elsewhere. The work to be performed ' hereunder includes the furnishing and installation of all fittings, hangers, and other piping accessories and appurtenances required for complete and proper piping installation. ' II-10 2. Materials. a. Steel Pipe. (1) Pipe. ASTM A120 (Schedule 40). (2) Fittings. ASTM A338, galvanized. b. Copper Tubing. Size designations are standard copper water tube sizes. (1) Exposed Tubing. ASTM B88, Type L, hard drawn. (2) Non-Exposed Tubing. ASTM B88, Type K, hard drawn. (3) Fittings. ASA B16. 22, solder. (4) Solder. ASTM B32, Alloy Grade 50A(50-50). (5) Soldering Flux. Paste type. 3. Installation. a. Pipe. Pipe shall be installed as specified, as indicated on the plans, or in the absence of detail piping arrangement, as approved by the Engineer. Unions shall also be provided in piping at locations adjacent to devices or equipment which may require removal in the future and at locations required by.the plans or specifications. Piping shall not obstruct openings or passageways. Pipe shall be cut from measurements taken at the site, and not from the plans, and all necessary provisions shall be taken in laying out piping to provide throughout for expansion and contraction. b. Pipe Joints. Pipe ,points shall be carefully and neatly made in accordance with the requirements which follow. (1) Threaded. Pipe threads shall conform to ASA B2. 1, ' NPT, and shall be full and cleanly cut with sharp dies. Not more than three threads at each pipe connection shall remain exposed after installa- tion. Ends of pipe shall be reamed, after threading and before assembly, to remove all burrs. Threaded joints shall be made up with a suitable joint compound. Joint compound shall be applied to male threads only. ' II-11 (2) Soldered. Surfaces to be joined shall be thoroughly cleaned with emergy cloth and coated with a thin film of flux. At each joint the tubing shall enter to the full depth of the fitting socket. Care shall be taken to avoid overheating the flux. Each joint shall be uniformly heated to the extent that solder will melt on contact with the metal. After soldering, but while the joint is still hot, surplus solder and flux shall be removed with a rag or brush. c. Pipe Supports. Piping shall be rigidly anchored to walls and ceilings by means of suitable pipe hangers and wall brackets. Copper pipe shall be supported at least every 6 feet. Steel pipe shall be supported at least every 10 feet. Unless otherwise shown, hangers shall be one hole clamp, as shown in Figure 126 of the Grinnell Company, Inc. , Catalog ph-65, or equal. Clamp shall be fastened with rustproof anchor bolts embedded in concrete or masonry with a suitable expansion shield. Wood plug inserts are not permitted. Clamps for copper pipe shall be copper plated. All other clamps shall be galvanized. Clamps shall be installed to allow for longitudinal thermal pipe expansion. d. Cleaning. The inside of all pipe, valves, and fittings shall be smooth, clean, and free from blisters, loose mill scale, sand, and dirt.when erected. All lines shall be thoroughly cleaned before placing in service. F. VALVES-AND ADAPTERS 1. Scope. This specification covers the cylinder operated plug valves, gate valves, globe valves, small piping valves, and flange adapters to be installed in the Pumping Station. 2. General. The valves shall be furnished with all necessary accessories for a complete installation and shall be the latest standard product of the manufacturer. 3. Materials. a. Flange Adapters. Flange adapters shall consist of gray cast iron flanges with malleable 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. O-rings O shall be neoprene. Two anchor studs shall be furnished and installed. The flange adapters shall be Smith-Blair 912 or equal. 1 ' II-12 b. 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. The valves shall be made of semi-steel with a resilient faced plug suitable for sewage service 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 pressure 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. The valve shall be furnished with a limit switch with.contacts closed when the valve is closed and open at all other times. c. Gate Valves 4-Inch and Larger. Gate valves shall conform to current standard 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 or horizontal setting shown on the plans, 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. 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. d. Gate Valves Smaller than 4-Inch. Gate valves shall be bronze, solder joint, Crane Company No. 1320, or equal. e. Globe Valves. Globe valves shall be red brass, solder joint, Crane Company No. 1310, or equal. f. Hose Bibbs. (1) Interior Hose Bibbs. The interior hose bibbs shall be similar or equal to Type H-8260 Sediment Faucet, as manufactured by Mueller Company, or approved equal. II-13 (2) Exterior Hose Bibb. The exterior hose bibb shall be a non-freeze type similar or equal to Drawing No. A-9012-K, Series 1400-N as manufactured by Josam Manufacturing Company, or approved equal. g. Stop and Drain Valve. The stop and drain valve shall be Type H-8188 Stop and Drain, as manufactured by Mueller Company, or equal. 4. Installation. a. Flange Adapters. The flange adapters shall be installed as shown on the plans in accordance with the manufacturer's recommenda- tions. b. Valves. Valves shall be installed as shown on the plans. Operating wheels shall be set in the most accessible position. All gate valves on horizontal runs of pipe shall be set with operating stems in true vertical position, unless otherwise shown on the plans or directed by the Engineer. The plug valves shall be inspected by the manufacturer's represen- tative to ensure the proper operation of the valves. G. ARCHITECTURAL ITEMS 1. General. Items under this section of the specifications shall be installed as shown on the plans unless otherwise noted. Architectural items shall be installed to present a neat, workmanlike appearance. 2. Metal Door and Frame. 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 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. Hardware for the exterior door shall consist of full mortise template butt hinges, loose pin type, 4- 1/2 inches by 4- 1/2 inches, prime painted. The lock shall be heavy duty bronze cylindrical, Government Series 161, with bronze U. S. 10 finish. The door, frame, and related steel items shall be bonderized and primed with one coat of ove-baked paint. II-14 3. Exterior Floor Door. The exterior access floor door shall be Type VA, of the size shown on the plans, as manufactured by The Bilco Company, New Haven, Connecticut, or approved equal. The door shall be 1/4-inch diamond pattern aluminum plate, capable of withstanding a live load of 300 pounds per square foot, equipped with a minimum of two heavy brass hinges with stainless steel pins, and provided with a recessed lock which can be operated by a single special wrench. The frame shall consist of 1/4-inch aluminum formed to a channel 3- 1/2; inches wide, with an anchor flange around the perimeter. Stainless steel springs shall be built into the channel frame to afford easy operation and so as not to re- duce 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 con- tact 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. 4. Roof Drain. The roof drain shall be similar or equal to Josam Type 4213 with deck clamp. 5. 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. A full scale shop drawing shall be furnished to the Engineer for approval prior to casting. 6. Safety Chain. The.safety chain shall be twist links, zinc-coated finish, 3/16 inch chain, with two eyebolts and a swivel eye snap of appro- priate size. 7. Soil Pipe. Soil pipe shall conform to ASA Standard A40. 1. All soil pipe shall be run concealed wherever possible unless other- wise shown on the plans. All horizontal lines 3 inches in size and smaller shall be sloped 1/4 inch per foot, and all horizontal lines larger than 3 inches shall be sloped 1/8 inch per foot, unless otherwise indicated on the plans. All horizontal and vertical lines shall be supported as required to keep the pipe in alignment and adequately support the pipe and contents. The base of each stack shall be adequately supported to prevent any move- ment of the vertical piping. II-15 1 1 1 0 1 z Q o � LLJ� — z LL :D n w a LO 1 Cf) a_ LL U) 0 � w 1 � v 1 U � � a 1 .a 1 A 11- 16 All joints on soil pipe and fittings shall be made with lead and oakum with caulked or screwed joints. On all screwed piping the pipe ends shall be reamed or filed out to full size of the pipe barrel, all burrs and chips shall be removed. Pipe joint cement shall be used on external threads only. All soil and vent piping shall be tested at the completion of the in- stallation of each stack or section of piping by filling the system with water to the highest point and checking joints and fittings for leaks. All leaks must be eliminated before proceeding with work or concealing the piping. 8. Metal Roof Decking. a. Description. The metal roof decking shall be a minimum of 1-5/8 inch deep, 22-gauge steel roof deck capable of spanning 6 feet 4 inches, with a uniform load of not less than 40 psf, using published tables approved by the Metal Roof Deck Technical Institute. The decking shall be chemically cleaned, coated with phosphate coating, and be shop-coated with a baked-on synthetic enamel primer. Roof deck shall be that manufactured by Inland Steel Products Company, or equal. b. Installation. The steel roof deck section shall be attached to adjoining steel deck section by means of electric arc welding in accord- ance with the manufacturer's specifications and erection layouts. The cutting of openings through the deck shall be performed in the field. All welding during erection shall be done from the top side. H. BRICK AND CONCRETE BLOCK MASONRY 1. Scope. This specification covers brick and concrete block masonry. Brick and concrete block masonry shall be constructed as shown on the plans, complete with all materials, accessories and appurentances as indicated, specified or required. 2. Materials. a. Face Brick. ASTM C216, Grade SW, modular, 2-1/4-inch by 7-5/8-inch by 3-5/8-inch. b. Concrete Block. ASTM C90, Grade A, 8-inch by 16-inch, steam-cured, ASTM C331, lightweight aggregates. Linear block shrinkage less than 3 per cent. ' c. Sand. ASTM C144, 100 per cent passing No. 4 sieve and not more than 5 per cent passing a No. 100 sieve. r II-17 d. Portland Cement. ASTM C 150, Type I. e. Hydrated Lime. ASTM C207, Type S. f. Quicklime. ASTM C5, pulverized. g. Lime Putty. Quicklime thoroughly slaked and stored for one day, kept moist until used. h. Water. Potable. j. Metal Ties. 3/16-inch round Z-bars of non-corroding steel. k. Flashing. (1) Through Wall. Fabric containing either copper or aluminum core as manufactured by Wasco, or equal. Copper core 3 ounce per square foot minimum. Aluminum 0. 005 inch thickness minimum. (2) Cap or Counter. 16-ounce, lead-coated copper. 3. Brick Colors and Samples. The general color range and texture will be selected by the Engineer and the City from catalog data submitted by the Contractor. After the general colors and textures have been selected, sample brick panels shall be submitted to the Engineer for approval. These panels shall be of sufficient size to show the proposed shade distribution and texture. The panels shall be at least 5 courses high and 3 stretcher units wide laid up in stack bond. If there is a material difference in dimensions between face brick of the different shades selected, all soldier courses shall be of the same material or shade to secure uniformity in exposed face dimensions and extra brick of this color shall be provided for such courses in order that the shade distribution in the remainder of the wall be not changed from that selected and approved. 4. Handling and Storage. All masonry units shall be handled, hauled, and delivered by competent workmen in a manner which will prevent soiling, mutilation, chipping, or damage of any kind. Broken, discolored, chipped, or otherwise damaged face units will be rejected and shall be replaced with undamaged units. Masonry units shall be stored on platforms so that they will be supported clear of the ground and protected from contamination and staining. II-18 Masonry units shall be kept covered at all times. Lime and cement shall be stored under cover in a dry place. Sand shall be stored so that the inclusion of foreign materials is prevented. Whenever sand is piled directly on the ground, the surface beneath the sand shall be smooth, well drained, and free from dust, mud, and debris. The bottom 6 inches of each pile shall not be used in mortar. 5. Mortar. All mortar shall be machine-mixed for at least five minutes. Mortar shall be used within ninety minutes after mixing. Mortar left on hand when work is stopped shall be discarded. No remixing of mortar more than 90 minutes old with additional water, cement, or other materials will be permitted. The method of measurement of all mortar ingredients shall be ac- curate and shall ensure definite and uniform proportions. Mortar shall be mixed in the volumetric proportions of one part portland cement, one part lime, or lime putty, and not more than six parts sand. 6. Masonry Work. All brick and concrete block shall be laid in the best manner by expert masons. All walls shall be carefully laid to a line, preserving level courses, and shall be absolutely plumb. All brick and block shall be laid with shoved joints. Bed and head joints shall be en- tirely filled with mortar. Vertical joints shall be as tight as possible, and horizontal joints shall be 3/8-inch. From top of block to top of block shall measure 8 inches. Brick courses shall measure approximately 8 inches for each three courses from top of brick to top of brick. Concrete block shall be laid up so one course equals 8 inches. All horizontal and vertical joints shall be concave. All cutting of concrete block on the job shall be performed with a power driven masonry saw in such manner as to provide true and even edges. All brick is to be thoroughly wet before being laid. The top of all walls shall be covered when work is discontinued. Brick and concrete block shall be cleaned with a stiff brush as work progresses. Where cavity walls are indicated on the plans, the cavity between A the withes shall be constantly protected from falling mortar and kept as clean as possible. II-19 ® Upon completion of all work, the Contractor shall thoroughly clean ® all brickwork with acid and water and a stiff fiber brush and wash down with clear water and point up all work, leaving same clean and in acceptable condition. Concrete block shall be cleaned with water and by wire brushing to remove extraneous materials. The setting of the door frame shall be done in accordance with the manufacturer's instructions. Steel and concrete block lintels shall be set as shown on the plans. 7. Bonding and Reinforcing. Except where otherwise shown on the plans, all brick and concrete block shall be laid in running bond. Metal Z ties shall be spaced at 36 inches on center horizontally and 16 inches on center vertically. Alternate rows shall be staggered. Addi- tional ties shall be placed within one foot of all openings. 8. Low Temperatures. No masonry shall be laid when the sur- rounding air temperature is below 40 degrees F. , or when the temperature is likely to fall below freezing within 72 hours. Laid masonry shall be protected from freezing in the event of sudden or unpredicted freezing temperatures. 9. Flashings. Wall flashings shall be installed where and as shown on the drawings and shall be of the types specified herein. Flashings over the lintels and under sills shall extend 8 inches past each jamb and shall have ends turned up 1/4 inch. Wall flashings shall have a hook dam on the back edge. Joints in wall flashings shall be interlocked and made water- tight. Metal flashings shall be kept from actual contact with steel work. Flashings that are located in horizontal joints shall be in the center of the joint with mortar below and above them. Flashings shall drain toward the exterior surface of the wall. Weeps shall be provided for wall flashings at not greater than 2-foot centers. Weeps shall consist of glass fiber or asbestos rope wicks installed when the masonry is laid and cut off flush after the mortar has set. 10. Pointing. On completion of the work, all exposed masonry shall be pointed where necessary and all voids and holes in the mortar filled to match adjacent joint surfaces. Defective joints shall be cut out and repointed with mortar. Care shall be taken to produce a uniform over- all appearance. Spottiness due to variations either in materials or work- manship will not be tolerated. II-20 11. Cleaning. Following pointing, all exposed masonry surfaces shall be carefully cleaned and all surface stains removed. Mortar and other stains shall be removed from brick by scrubbing with soap and water. If necessary, clean fine sand may be used as .a scouring agent in connection with soap and water for cleaning brick. Acid solutions shall not be used to clean brick masonry. J. PAINTING 1. Scope. This work includes the field painting of all metal sur- faces which are not buried in earth or masonry (except aluminum, bronze, copper, stainless steel and machined or finished surfaces), concrete and concrete block surfaces where called for, machinery and machine drives, and all pipe, where required or specified. The Contractor shall furnish all tools, labor and equipment to do ® the painting work specified herein. q� 2. Materials. All paint shall be delivered to the site in the original unbroken manufacturer's package, not exceeding 5 gallons in capacity, with label intact. All paint materials, including thinners and linseed oils, shall conform to current ASTM Specifications and shall be of the type recom- mended by the manufacturer of the paint. The paint shall be of such con- sistency that it will have satisfactory spreading,leveling and leafing properties and shall not spread or sag when applied to smooth vertical surfaces. Red Lead Paint shall conform to Federal Specification TT-P-86a, Type 11. Interior Wall Paint shall be Inertol "Ramuc Utility Enamel, Flat, " or equal, color to be selected by the Engineer. Non-Submerged Metal Paint. Shop primer and field primer shall be Inertol Primers No. 621 and 622, respectively, `j or equal. Outdoor enamel shall be Inertol "Glamortex, " ' or equal, color as specified or as selected by the Engineer. Indoor enamel shall be Inertol "Ponkote, " or equal, color as specified or as selected by the Engineer. Primer for cast iron pipe to receive enamel shall be Inertol "Tar Stop, " or equal. Primer for galvanized surfaces to be painted shall be Inertol "Metal Conditioner" or equal. II-21 ® Submerged Metal Paint. Shop primer shall be Inertol ®1 "Poxitar" Primer, or equal. Field primer and cover coats shall be Inertol "Poxitar" or equal. 3. Mixing. The mixing, thinning and application of all paints herein specified and approved shall meet the recommendations of the respective manufacturers, in regard to weather and temperature, in particular for application and the use and type of thinner. ® 4. Preparation of Surfaces. All metal surfaces, prior to painting, t� shall first be thoroughly cleaned of all rust, mill scale, grease, oils, mud, dirt and other foreign matter. Cleaning shall be accomplished through the use of wire brushes, chisels, hammers, or washing with water or solvent, as is necessary or as directed. Sand blasting, in an approved manner at point of manufacture, will be permitted on structural steel and rough steel castings or forgings; however, no sand blasting on or near mechanical or electrical equipment after assembly or installation will be permitted. All concrete and concrete block surfaces, prior to painting, shall be thoroughly cleaned of all dirt, dust, curing compounds, oils and other foreign matter. If the paint manufacturer requires etching of concrete surfaces prior to painting, surfaces shall be treated with a 10 per cent muriatic acid solution in an approved manner. All cast iron piping or fittings that are specified to receive a coat- ing other than coal tar pitch, shall receive two coats of an approved sealing paint before application of the finished color coats. All surfaces, concrete or metal, shall be clean and dry at the time of application of paint coatings, and at a temperature of not less than 50 degrees F. 5. Application. All painting shall be done in the best manner by skilled workmen and in accordance with the paint manufacturer's recom- mendation. Finished surfaces shall be free from runs, drops, ridges, waves, laps and unnecessary brush marks. The actual surface area covered per gallon of paint and the dry film thickness per coat shall be in accordance with the manufacturer's recommendations. All corners and crevices shall be completely coated. Paint for all metal surfaces shall be well rubbed or forced into the metal or under coats of paint by suitable stiff, round or oval brushes, brindled if the bristles are too long or flexible. Flat brushes, when allowed, shall not be wider than 4 inches. II-22 1 No painting shall be performed when the temperature is below 50 degrees F. upon wet, damp or frosty surfaces, in wet, foggy weather, nor in a damp atmosphere except by permission of the Engineer and in the manner that the Engineer may approve. Sufficient heating and ventilating shall be provided at the Contractor's expense to keep the atmosphere and surfaces to be painted dry and warm until the paint has hardened. Any painting found to be defective shall be scraped off and repainted as the Engineer may order. Previous coats of paint must.be dry before the addition of new coats, which in general, will be according to the manufac- turer's recommendations in warm weather, and longer in cold, damp weather or in cold, damp locations. Before acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted or touched up as ordered by the Engineer. All paint shall be applied in strict conformance with manufacturer's specifications. Spray painting shall be done only when approved by the Engineer. 6. Field Painting. The colors used for field painting shall be approved by the Engineer. Structures and equipment shall be painted as designated below: a. Exterior Metal surfaces which are not aluminum, galvanized, or factory-finished, shall receive a shop primer coat, which shall be spotted as required in the field, and two coats of exterior enamel. b. Interior Metal surfaces which are not galvanized or factory- finished shall receive a shop primer coat, which shall be spotted as required in the field and two coats of enamel. The roof deck shall be field-painted in addition to the factory finish. c. All exposed piping, except copper and galvanized pipe, and galvanized conduit, if not otherwise specified, shall be painted with two coats of enamel. Tar coated pipe, fittings and metal shall be given two sealer coats of primer for cast iron pipe prior to application of enamel. This includes hangers, supports, valves, valve operators and floor stands. d. Galvanized metal surfaces, unless otherwise specified or directed, shall not be painted. Galvanized surfaces to be painted at the Contractor's option, shall be primed with one coat of primer especially prepared by paint manufacturer for galvanized surfaces. e. Submerged metal surfaces, except cast iron or wrought iron piping which shall not be painted, shall receive two coats of submerged metal cover paint. 11-23 f. Interior concrete block walls of the superstructure shall be given two coats of interior wall paint. g. Concrete walls, beams, columns and equipment pads shall not be painted. h. Concrete floors shall not be painted. 7. Shop Painting. Shop painting shall be performed to the extent and as required under the various other parts of these Contract Documents. If not there particularized, it is intended generally that all exposed metal surfaces shall be given a minimum of one protective coat of paint or rust protective material which shall be compatible with and is acceptable to the approved manufacturer of the specified field paint. 8. Protection. During the construction period, all electrical, mechanical and ;;they equipment, apparatus and surfaces shall be pro- tected £rorn paint drippings by means of tarpaulins, burlap, wooden housings or other approved means of protection. After equipment, apparatus and piping has been erected and tested, or when ordered by the Engineer and just prior to the acceptance of the work, it shall be given the final coats of paint as herein provided. 9. Inspection. The dry film thickness and the continuity of painted ferrous metal surfaces will be subject to a field check by the Engineer. Dry dilm thickness shall be measured by an Elcometer or Mikrotest dry thickness gauge. The minimum thickness at any point shall not deviate more than 25 per cent from the manufacturer's recommended average thickness. Continuity shall be tested by a low voltage, wet sponge, tran- sistorized device as manufactured by the K-D Company, Palo Alto, California. It is the intent of the Contract to require a finished and workman- like appearance on all surfaces and all surfaces shall be properly pro- tected from corrosion as specified. Mechanical equipment, electrical equipment, and similar items which have been specified with baked-on enamel, porcelain, laminated plastic finish or similar finish standard with the manufacturer shall not require field painting. Any injury or damage to such finished surfaces prior to final acceptance of the work shall be remedied before final ac- ceptance, and all costs for same shall be borne of the Contractor, Name- plates on any equipment shall not be painted. II-24 K. BUILT-UP ROOF 1. Scope. Roof decks shall be covered with an insulated gravel surfaced built-up roof covering which shall be installed complete with flashings, gravel stops, and other roofing accessories and appurtenances. The installation shall include all materials and work necessary to provide a watertight roof covering under all conditions of weather and service (except physical damage due to unforeseen causes) for a period of not less than 20 years. All materials and methods of application shall conform to the requirements of this roof covering specification. 2. Materials. a. Bitumen and felt shall conform to Johns-Manville specifi- cation No. 801 for a gravel surface rag felt, 20-year bonded roof, or approved equal. b. Insulation. Roof insulation shall be a fiber board suitable for installation over metal roof deck, and shall meet or exceed all require- ments of Federal Specification LLL-F-321b, Class C. The installedAn- sulation shall have a "C" value of not more than 0. 19. c. Gravel. The gravel shall be ASTM D1863, dry, clean, naturally rounded. d. Gravel Stop. The gravel stop shall be extruded aluminum of Section Number 13888 with a prefabricated, anodized aluminum cover plate of Section Number L-15609, as manufactured by Reynolds Metals Company, or approved equal. e. Flashing. Fabric flashing shall be a fabric containing either copper or aluminum core. The copper core for fabric flashing shall weigh not less than 3 ounces per square foot. The aluminum core for fabric flashing shall be not less than 0. 005 inches in thickness. Fabric flashing shall be similar or equal to that manufactured by Wasco. 3. Surface Preparation. Roof surfaces shall be level. All drain- age connections or fixtures shall be set at the proper level to permit free flow of water. Roof drain fixtures shall be solidly concreted in place or rigidly held in position by means of deck clamps. 4. Roofing Installation. a. Bitumen. Throughout the work, bitumen shall be main- tained within 275 to 350 F. temperature range, and it shall be still hot II-25 r when the felts are embedded therein. The temperature shall be checked periodically with a thermometer. b. Roofing. The roofing materials shall be applied in accord- ance with Johns Mansville Specification No. 801 or in accordance with a similar manufacturer's specification. c. Gravel Stop. Gravel stops shall be installed in accord- ance with the manufacturer's recommendations. d. Roof Drains. Roof drains shall be thoroughly flashed, shall make absolutely watertight connections with the roof coverings, and shall be set low enough to permit free flow of water into them after roofing is installed. L. ELECTRICAL ITEMS 1. General. 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. The installation shall comply with the applicable rules and regula- tions of the National Electrical Code and the rules and regulations of local governing authorities. The Contractor shall obtain all the necessary permits and after completion of the work shall submit a certificate of final inspection and 1 approval from governing inspection authorities. The Contractor shall pay for all permits and inspection fees. 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 catalog num- bers indicated in the plans and specifications are to be used as a guide. The Contractor will be permitted to furnish and install approved equals. 2. Station Power Service. Electrical services to the site shall be one service connection from a 480 volt, 3 phase system, as indicated on the drawings. Electric company (Missouri Power and Light Company) shall terminate their service connection on the secondary rack installed by the Contractor as shown on the plans. 1 II-•26 The Contractor shall furnish all materials necessary to provide a connection point, meeting power company requirements, for the termina- tion of the power company conductors. The power company will supply the incoming line rack, meter enclosures, current transformers and meter. Major items shall be as follows; a. Conduit. Conduit shall be rigid conduit as described in paragraph 3. Conduit shall be sized in accordance with the National Electrical Code for sizes of service conductors supplied. b. Service Conductors. Service conductors shall be three #k4/0 conductors. c. Grounding Material. Grounding materials shall be as ® described in paragraph 4. d. Conduit Ca (Weatherhead). Conduit cap shall be suitable for 3-wire service, shall be sized to fit riser conduit, and shall be Appleton Type FEBS, Crouse-Hinds Type "F" - Form 8, or equal. 3. Conduit and Conductors. a. Materials. (1) Conduits. Rigid steel conduit, galvanized or sher- ardized inside and outside, shall be used for all lighting, power and control circuits. Conduits shall be of the size indicated on. the drawing or larger size if so required by the National Electrical Code. Minimum conduit size shall be 3/4 inch. t (2) 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 the conduit. It shall be galvanized or sherardized and shall be covered with extruded vinyl tubing. (3) Conduit Fittings. (a) Non-Hazardous Areas. Conduit fittings and covers shall be galvanized or sherardized high test gray iron or malleable iron castings of the types and sizes required, specified or indicated on the draw- ings. 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" type, or equal. II-27 r (b) 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 1 locations. Seal fittings shall be Crouse-Hinds Type EYS and EYZ, or equal. (4) Pull, Junction and Outlet Boxes. Outlet boxes for ceiling lighting 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. (5) 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 or THW insulation. All outdoor or underground wiring shall be 600 volt Type RHW insulation only. b. 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 continuous mechanically and electrically. Flexible galvanized conduits shall be used for the final connections to pump motors and motors which are set on adjustable bases. Conduit sizes shall be as indicated on the drawings and in accordance with the requirements of the National Elec- trical 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 thread couplings shall be used. The conduits are indicated as surface-mounted on walls and ceilings, except 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 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. II-28 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. 4. Grounding Zystem. a. Materials. (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 solderless non-ferrous connectors designed for such service, or a molded weld connection, Cadwell, or equal. b. Grounding System Installation. All electrical equipment shall be grounded as required by the National.Electrical Code. 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. Another 4/0 stranded wire shall be connected from the service mast to the.•water line just outside the building. A #4 stranded bare copper wire shall be fastened to the incoming water line as close as practicable to the inside point of entrance of the water line to the building and connected to the power distribution panelboard and to the lighting 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 connec- tions, where required. The conduit system shall serve as the grounding system to all other electrical equipment. Bolted connections and conduit grounding bushings shall be used as required to form a positive and continu- ous grounding system throughout. 5. Power Distribution Panelboard. a. Material. The power distribution panelboard shall be a factory-assembled circuit breaker type, rated 600 volts AC, suitable for 1 II-29 connection to a 480 volt, three phase, three wire system. The panel shall consist of a main circuit breaker and six branch circuit breakers with trip ratings as indicated on the drawings. All circuit breakers shall have bolted connections to the panel bus. Main circuit breaker shall have an interrupting capacity of 25, 000 amperes asymmetrical at 600 volts, and branch circuit breakers shall have an interrupting capacity of 15, 000 amperes asymmetrical at 600 volts. Main circuit breaker shall be located at top of the panel with 600A bus and provision for change to 600A breaker. Panelboard manufacturer shall mount current transformers, sup- plied by power company in panelboard on line side of main circuit breaker. Distribution panelboard shall be Square D Type ML, General Electric Type CCB, Cutler Hammer Type CDP, or equal. Box and front shall be code gauge galvanized sheet steel. Panel- board shall have a door with directory and card holder on the inside of the ® door. Panel shall be painted with a finish enamel over a rust inhibiting primer coat. Panel shall have code size wiring gutters on top, bottom and sides of enclosure. b. Installation. The Contractor shall surface mount panelboard on wall in general location shown on the drawing. Conduit shall enter panel at top or bottom as indicated on the drawing. 6. Lighting Transformer. a. Material. Lighting transformer shall be a 5 KVA, dry type, single phase, 480 to 120/240 volt transformer with two 5 per cent taps be- low normal. Transformer shall have Class F insulation and a sheet metal enclosure with conduit knockouts for wiring connections. Transformer shall be General Electric Type M, Catalog No. 9T21A1007, or equal. b. Installation. The Contractor shall wall mount transformer above lighting panel in general location indicated on the drawing. Primary and secondary circuits shall be connected to the transformer through con- duits which shall enter the connection compartment of the transformer. The transformer shall be wired for 120/240 volt, 3 wire secondary accord- ing to the connection schematic indicated on the transformer. The secondary neutral conductor shall be grounded. 7. Lighting Panel. a. Material. Lighting panel shall be suitable for connection to 120/240 volt, one phase, 60 cycle, 3-wire service with solid neutral. IBranch circuit breakers shall be rated 20 amps each and shall have bolted II-30 connections 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. b. Installation. Lighting panel shall be wall-mounted in the 1 location shown on the drawings. Lighting and control conduit shall enter the lighting panel at the top or bottom of the panel as required. 8. Motor Starters for Pump.Motors. a. Material. Pump motor starter shall be non-reversing ® NEMA, Size 4, reduced voltage, autotransformer type, for 100 HP, 440 ® volt, 3 phase, 60 cycle motor. Motor starter shall include 120 volt con- trol transformer and a cover-mounted, three-position "Hand-Off-Auto" tswitch in NEMA 1 wall-mounted enclosure. Motor starters shall be Square D, Class 8606, . Type FG-1, Cutler-Hammer Catalog No. 9621-H644, Westinghouse, General Electric, or approved equal. b. Installation. The Contractor shall wall mount motor starters in general location shown on the drawings. Motor starter arrange- ment and location of stub-ups of connecting conduits are based on Square D motor starter dimensions. The Contractor shall check certified drawings for actual dimensions and arrange or rearrange starter locations as re- quired to provide a neat and uncluttered installation acceptable to the Engineer. 9. Pump Control Panel. a. General. The control system shall function to automatically start and stop 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 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. .b. Control Panel Materials. (1) Enclosure - 24-inch x 24-inch x 8-inch NEMA- 12 en- closure suitable for wall mounting with continuous hinge, gasketed door, all welded construction, with II-31 I 21-inch x 21-inch metal mounting panel for relays and terminal strips. Hoff man'Catalog No. A-242408, or equal. One required. (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. 50-236402AA.AA1, or equal. Two required. (FT-1, FT-2) (3) Indicating Lights - Heavy duty, oil tight, full voltage type, push-to-test, General Electric Type CR2940, or equal. GE Cat. No. CRZ940 UX224-B2 (Red) GE Cat. No. CR2940 UX224-C2 (Green) One each required. (Ll, L2) (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 Spec iml.;I';'e.-gend - "Pump #1 - Pump #2" One required. (CS'l) (5) Relay - 300 volt, industrial General Electric Type CR122, 0-60 sec. adjustable time delay after De- Energization - two NO time delay contacts, one NO and one NC instantaneous contacts, 120 volt coil, Cat. No. CR122 A02722AA, or equal. Two required. (R1, R2) (6) .Relay - 300 volt, industrial General Electric Type CRUZ, 0-60 sec. adjustable time delay on energiza- tion, two NO time delay contacts, one NO and one NC instantaneous contacts, 120 volt coil, Cat. No. CR122A0462ZAA, or equal. One required. (R3) (7) Relay - 300 volt industrial General Electric Type CR120, two NO and two NC instantaneous contacts, 120 volt coil, Cat. No. CR120 A02222AA, or equal. Three required. (R4, R5, R6) (8) Terminal Block - 25 amp, 24 point screw terminal, factory-assembled sectional type, General Electric Cat. No. CR151A224, or equal. One Required. II-32 i (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 back- ground. Lettering shall be neat and legible and shall be inscribed with tools designed for that purpose. See drawing for nameplate schedule. Five required. c. Installation. The pump control panel in the pumping station shall be wall-mounted and connected to controlled elements by the Con- tractor. The Contractor shall furnish and install all conduit and wiring from pump control panel to motor starters, float switches, check valve limit switches, and discharge valve pilot solenoid valves and lighting panel. 10. Float Switch. a. Material. 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- 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 open switch. Float switches shall be Consolidated Electric Company, St. Paul, Minnesota, Model 9G-NO and 9G-NC as required, or approved equal. b. Installation. 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. 11. Switches and Receptacles. a. Material. Receptacles shall be duplex, 15 amperes, 125 volt, 2 pole, 3 wire grounding type, Bryant Catalog No. 5642, or equal. Switches shall be tumbler type rated 15 amperes, 125 volts, Bryant ' Catalog No. 5421, or equal. �j II-33 b. Installation. Switches and receptacles shall be mounted 54 inches above the floor unless otherwise indicated on the plans. 12. Lighting Fixtures. a. Material. Outside building light shall be wall-mounted t150 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 Holophane Com- pany Catalog No. 415, Steber 5800, or equal. Lighting fixtures for the upper level shall have two 48-inch rapid start fluorescent lamps and shall be suitable for ceiling mounting from 1/2-inch conduit and 3/8-inch rod. Fixtures shall be Benjamin Catalog No. FL-1024-4, or equal, with lamps, sliding hangers, etc. , as required. Pump floor wall mounting lighting fixtures shall be 200 watt vapors tight epoxy-coated with globe, guard, and 4-inch junction box with threaded hubs for 3/4-inch conduit, Pyle-National Catalog No. AOWXF-22110, or equal, with 100 watt lamps. b. Installation. Lighting fixtures shall be mounted at the loca- tions indicated on the drawings. Wall-mounted fixtures shall be mounted 7 feet 0 inches above the floor. 13. Exhaust Fan. a. Material. (1) Manual Motor Starter. Manual motor starter for ex- haust fan shall be double pole, toggle-operated type with "Hand-Off-Auto" selector switch in NEMA 1 enclosure suitable for surface mounting. Over- load 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. ` (2) 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. b. Installation. An exhaust fan shall be installed in the pumping station. The Contractor shall furnish and install all conduit and wiring from motor starter to fan motor, thermostat, and motor-operated II-34 intake louvre. The manual motor starter and the thermostat shall be wall- mounted near the lighting panel. The thermostat shall be connected to the ® "Auto" side of the selector switch in the manual starter. ® 14. 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 complete the electrical requirements of the equipment being supplied and make all final connections. M. GRADING AND SITE WORK 1. Finish Grading. Finish grading shall be done in accordance with the elevations shown on the site plan. Finish grading shall be per- formed to leave uniform slopes so there will be no ponding of water. All hummocks and ruts shall be eliminated. All ditches or swales shall be carefully graded to prevent ponding of water. 1 2. New Pavement. New pavement shall be located as shown on the site plan and shall conform to the specifications for asphaltic pavement described in Part I. 3. Chain Link Fence. a. Description. Line posts for fencing shall be 2-inch tubular galvanized posts 8 feet long. Terminal and angle posts .shall be 2-1/2-inch tubular galvanized posts. The top rail shall be 1-5/8-inch o. d. galvanized. Wire fabric for the fence shall be 6-foot wide chain link fabric. 1 Wire shall be No. 9 gauge (W and M) steel. The fabric shall be hot-dipped galvanized after fabrication. The selvages shall be barbed on both sides. Double swing gates of the size shown on the plans shall be provided. The frames shall be 2-inch galvanized o. d. standard pipe and internal bracing shall be 1-5/8-inch o.d. galvanized standard pipe. All joints shall be welded to provide a rigid watertight frame. Offset type hinges allowing the gate to swing back 180 degrees parallel with line of fencing shall be provided. Hinges shall be made of malleable iron. A double latch con- sisting of a drop bar of the gravity type securely bolted to the gate frame shall be provided. The drop bar shall engage a heavy malleable iron gate stop anchored in a concrete footing 12 inches deep. Wire for the gates shall be the same as for the fence. Fencing materials shall be similar or equal to "Real Lock Fence" manufactured by the Colorado Fuel and Iron Corporation. ' II-35 1 b. Erection. The chain link fence shall be erected where shown on the plans. The fence shall be 6 feet high, consisting of chain link fabric on steel posts. All end and gate posts shall be embedded in concrete 12 inches in diameter to a depth of 3 feet. Intermediate posts shall be embedded in concrete 9 inches in diameter to a depth of 2 feet. Braces shall be placed at all corner and gate posts in the fence and shall extend to the first line post. Braces shall be attached midway of the fence height. All posts shall have a maximum spacing of 10 feet. The top rail shall pass through all line post tops and shall be secured at all gate and corner posts by means of suitable fittings. The finished fence shall be in proper alignment with posts plumb and chain link fabric pulled taut. Care shall be exercised to equalize the tension on the full width of the fabric. Wire fabric shall. be securely fastened to the posts. Gates shall operate freely and shall be installed ® so the keeper and gate latches operate freely. 4. Drainage Culvert. Two 12-inch diameter by 20 feet long gal- vanized corrugated steel sewer pipes shall be installed under the access road to provide drainage from the northern ditch under the road to the creek. The metal shall be a 16-gauge steel Armco design for H-20 live load, or equal. 5. Cleaning Up. After the construction work is completed, all refuse and debris .resulting from the work shall be cleaned up and disposed of to the satisfaction 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 con- crete, wiring, piping, lumber, or other refuse shall be removed from the site of the work. If necessary, lawn areas shall be mowed. N. LANDSCAPING 1. General. All ground disturbed by the construction procedures shall be landscaped as shown on the site plan. Any areas which have been disturbed and are not shown as landscaped areas on the site plan, shall be restored to their original condition. ' 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. ' II-36 2. Grass. a. General. 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 13 tand of grass shall be reseeded as directed by the Engineer. Sod shall be used if required by the owner or agent whose land is affected. b. Seeding Materials. No less than 150 pounds of seed shall be applied per acre. Materials for fall seeding shall be as follows: (1) Seed Mixture Per Acre. Kentucky Blue Grass (75 per cent pure live seed) 20 per cent - 40 per cent Kentucky #31 Fescue (85 per cent pure live seed) 30 per cent - 50 per cent Redtop (80 per cent pure live seed) 20 per cent - 40 per cent Weed seed shall not exceed 1 per cent. ,r (2) Fertilizer. 15 per cent Nitrogen 10 per cent Phosphate 10 per cent Potash (3) Mulch. Mulch shall be good quality wheat or rye straw free from Johnson Grass and/or other objection- ' able grasses and weeds. Mulch shall be applied at a rate of 4, 000 pounds per acre. Materials for spring seeding are the same as for fall seeding, with { the exception that no mulch shall be used and that Korean Lespedeza seed shall be applied at a rate of 50 pounds per acre in addition to the other seed and fertilizer required for fall seeding. c. Seeding. The ground shall be graded, and prepared to re- ceive seed by raking or other fine cultivating. . The fertilizer shall be applied before the seed. The seed shall be raked into the soil. Ample water shall be used to establish the lawn. ' II-37 d. Sodding Materials. The sod shall be at least 3 years old, densely rooted, thrifty, perennial grass, free from noxious weeds, and adopted to the soil and climatic conditions. The sod shall be selected from soil of the same type as that upon which it is to be placed. It shall be cut in strips of uniform thickness with a minimum depth of 1-1/4 inches, each strip containing at least 1/2 square yard and not more than one square yard. Sod shall be cut into strips, not less than 12 inches in width or more than 9 feet in length. e. Placement of Sod. Sod shall not be placed during a drought nor during the period from June 15 to September 1 unless authorized by the Engineer, and shall not be placed on frozen ground. No dry or frozen sod shall be used. Sod shall be moist and shall be placed on a moist earth bed that has been prepared with fertilizer and lime. The sod shall be firmed, watered, and refirmed immediately after it is placed. The firming shall be accomplished by use of a lawn roller or tamper. 3. Trees. a. Description. Trees shall be 2-inch native cedars. The trees shall be delivered to the site with roots balled and suitable for planting. b. Planting. Trees shall be planted where shown on the plans in accordance with the recommendations of the nursery where the trees were purchased. All of the trees shall be guaranteed by the Contractor for a period of 18 months from the time of setting out. Any tree which dies within this period shall be replaced during the next recommended planting season. O. PAYMENT Payment for the Pumping Station and appurtenances, complete in place, shall be made at the lump sum price bid for "Item 17, Pumping Station, Appurtenances, Complete in Place, " which price shall include full compensation for: 1. Class A and B excavation. ' 2. Backfilling and grading. II-38 3. Removal of excess earth and rock from the site. 4. Erecting the structure. 5. Installing the pumps, motors, and other mechanical and elec- trical equipment. 6. Installing the water service line.and meter vault, except for the connection to the main and except for the installation of the meter. 7. Landscaping the pumping station site. 8. Grading and paving the parking area and access road. 9. Installing drainage culverts under the access road. 10. All other incidentals which may be directly necessary for the construction of the Pumping Station. j i ' II-39 eft 3, TECHNICAL SPECIFICATIONS PART III FORCE MAIN AND GRAVITY SEWERS A. TRENCH EXCAVATION 1. Description of Work. The work included under "Trench Excava- tion" shall comprise any necessary clearing of the line on which the sewer is to be constructed; of making all excavations of all materials of every description which may be encountered and as classified hereinafter as "Rock Excavation, Class All and "Earth Excavation, Class B"; of furnishing and placing of all shoring, sheeting and bracing which may be necessary to protect the work and to execute it; of shaping the bottom; of furnishing all equipment which may be necessary to keep the trenches free from water so that the sewers 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; and of hauling away all surplus excavated material. 2. Borings. A series of borings was taken along the entire length of the construction. The results of these borings are shown on the plans for information only. There is no expressed or implied agreement or guarantee that the depths or character of materials are correctly shown or that con- ditions affecting the work will not differ from those shown on the plans. 3. Ground Water. All excavation shall be dewatered to the satis- faction of the Engineer before any construction is undertaken therein. 4. Rock Excavation, Class A, and Backfill. a. General. 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, which cannot be removed by heavy equipment without drilling and blasting or wedging. Where rock or other hard material occurs in the trench so that any portion of the pipe would rest on rock or hard material, or at the direction III- 1 :1 of the Engineer, the trench 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 at any point. The width of trenches shall be ample to permit the pipe to be laid, jointed, and covered properly. b. Explosives. The responsibility of the Contractor with respect to the use of explosives 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 distribu- tion of explosives. All operations involving the handling, storage and use of explosives shall be conducted with every precaution by trained, reliable men. under satisfactory supervision. Blasts shall not be fired until all persons in the vicinity have had ample notice and have reached positions 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 exca- vation, removing all loose and shattered rock or other loose material which may be dangerous to the workmen, and the excavation shall be made safe before proceeding with the work. The fact that the removal of loose or shat- tered material may enlarge the excavation beyond the required limits shall not relieve the Contractor from the necessity for making such removal, and the Contractor shall not be entitled to compensation therefor. c. Backfill. Where the pipe is laid in a rock trench the trench shall be filled with Class C concrete to the springline of the pipe. The re- mainder of the Backfill shall be completed in accordance with Part III, Section A, paragraph 5f. d. Surplus Excavated Material. All surplus excavated material which is not usable for Backfill shall be hauled from the work site. e. Payment for Class A Excavation. Payment for trench exca- vation in rock, including backfill and surplus disposal shall be made at the price bid per cubic yard for "Class A Trench Excavation. " Payment shall cover the whole cost of furnishing all equipment, labor, tools, materials and all other incidentals which may be necessary for completing the exca- vation. It shall cover the whole cost of rerouting all storm water or sani- tary sewage flows, of protecting adjacent improvements, maintaining tem- porary macadam or gravel surfaces in satisfactory and safe condition for use by traffic until permanent pavement restoration is carried out, and of cleaning up the site. Payment for Class A trench excavation shall be for the volume cal- ' culated on the basis of the payline width of the trench, as herein specified III-2 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. Payment for Class C concrete is covered in Part III, Section D. 5. Earth Excavation, Class B. a. General. Class B material is any material not included in Class A excavation. b. Size and Shape of Trench. Trenches shall be dug so that all pipes can be laid to the .alignment and depth required. The width of ® trenches shall be ample to permit the pipe to be laid and jointed properly �I and the backfill to be placed and compacted. Additional width shall be pro- vided where shoring or bracing is used. 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 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 - 1211 2' 4" 2' 1011 1511 2' 8" 3' 2" 18" 2' 1111 3' 6" The Contractor may, at his option, where working conditions and rights-of-way permit, and with the approval of the Engineer, excavate sewer trenches with sloping sides, but with the following limitations: Only braced vertical trenches will be permitted in streets, alleys or easements which are paved, or in locations where the trenches are in close proximity to utilities, buildings, railroad tracks, or other installa- tions which could be endangered by the excavation. Where trenches are excavated with sloping sides for pipe sewers to be installed, the slope shall not extend below a point one foot above the extrados of the pipe, and the trench excavation below this point shall be carried out with vertical sides for widths not exceeding the maximum widths provided for in these specifications above. III-3 t c. Trench Bottoming. The grades shown on the profiles of the sewers are those of the inside of the pipes at their lowest points. In excavating the bottom of the trench in material other than rock, the Con- tractor shall allow for the thickness of the pipe where pipe sewers are installed, and shall shape the trench bottom by hand to fit the lower sec- tion of the pipe, 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, the unsuitable material may be ex- cavated as directed by the Engineer and replaced with crushed rock as specified under "Subgrade Replacement. " The quantity of such additional excavation and crushed rock shall be determined 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 A, paragraph 4. d. Over Excavation. Any trench excavated with sloping sides .. for pipe sewers which has a width one foot above the top of the pipe in ex- cess of the maximum trench width permitted will result in an increased load on the sewer pipe. If slopes are allowed to extend below this level, or if the width of the trench at this level is greater than the specified maximum width, additional strengthening of the pipe is required, and accordingly, wherever such conditions exist and where the fill on the pipe exceeds 6 feet, the Con- tractor shall place a Class C concrete fill between the bottom of the trench and the level of the intrados of the pipe from the outside of the pipe to the undisturbed sides of the trench. No payment shall be made for such Class C concrete backfilling which shall become necessary on account of the Con- tractor Is operations in excavating trenches of excessive widths below the specified levels. e. Bracing and Shoring. All trenches with vertical sides deeper than 6 feet shall be shored to protect the labor, the work, or adja- cent property. The sides of the trench shall be securely held by bracing or sheeting of either wood or steel. Shoring shall remain in place until the backfill has proceeded to a point where it can be safely removed. If, in the ' opinion of the Engineer, damage is likely to result from withdrawing shoring, it shall remain in place. ' III-4 f. Backfilling. The backfilling of the completed pipe sewers shall commence immediately upon the completion of the sewer, with care being taken that the operation of backfilling does not disturb the pipe joints. The initial backfill over and around pipe sewers to the undisturbed sides of the trench shall be placed in 6-inch layers which shall be thoroughly hand-tamped to an elevation not less than one foot above the extrados of the pipe. The material used for this initial backfilling shall be the exca- vated 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 Con- tractor may, at his own option and at his own expense, complete the back- , fill to one foot above the top of the sewer with crushed rock. Crushed rock 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 uniformly mixed and well-graded to conform ® to the following: �I 100 per cent shall pass a 1/2-inch sieve; No more than 20 per cent shall pass a No. 100 sieve 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 �1 mounded over the trench to allow for future settlement. Backfill of the trench crossing beneath concrete, asphaltic con- crete or bituminous macadam pavement shall be made with granular materials as specified under "Granular Backfill. " Backfill within the property or right-of-way of State Highways, railroads, or other public utilities shall conform to the requirements of the agency involved where these requirements differ from these specifi- cations. g. Surplus Excavated Material. All surplus excavated mate- rial which is not usable for Backfill shall be hauled from the work site. 111-5 1 it`s: h. Payment for Class B Excavation. Payment for Class B trench excavation, including backfill and surplus disposal, shall be made at the price bid per cubic yard for 'Class B Trench Excavation" (including backfill and surplus disposal). Payment shall cover the whole cost of fur- nishing all equipment, labor, tools, materials and all other incidentals which may be necessary for carrying out the necessary excavation, pump- ing and fluming, and taking care of dry and storm water flows, protecting adjacent improvements, backfilling, including tamping of the backfill as herein specified, maintaining temporary macadam or gravel surface in satisfactory safe condition for use by traffic until the permanent pavement restoration is carried out, disposing of the surplus excavated materials, and cleaning up of the site, including the furnishing, placing and removing ® of all sheeting and bracing which may be necessary during construction, ® but which is not ordered left in place and which is removed as the backfill is being carried out. Payment for Class B trench excavation shall be for the volume cal- culated on the basis of the payline width of the trench as herein specified for the various sizes of pipe sewers, the actual depth of Class B material removed, or the depth from the surface to the sewer flowline, whichever is the lesser, and the length between centers of manholes. Payline widths for trench excavation for pipe which are to be used in calculating the volume of excavation performed under this Contract are as follows: Size of Sewer in Inches Payline Width of Trench 8- 12 2 feet - 4 inches 15 2 feet - 8 inches 18 2 feet - 11 inches B. SUBGRADE REPLACEMENT 1. Description of Work Where the material in the bottom o he p t ft trench is unstable or otherwise unsuitable for supporting the pipe, the un- suitable material shall be excavated as directed by the Engineer and re- placed with crushed rock. 2. Materials. Crushed limestone and screenings or.other suitable crushed rock for subgrade replacement shall be quarry-run, 2- 1/2-inch maximum size (95 per cent to 100 per cent passing a 2- 1/2-inch sieve), graded to allow satisfactory compaction. ' III-6 3. Payment. Crushed rock and screenings for subgrade replace- ment 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. C. CONCRETE ENCASEMENT 1. Description. Encasement of the pipe where required by the plans shall be of Tlass B concrete of the dimensions shown on the detail on Sheet 5. The concrete may be placed against the undisturbed earth sides and bottom of the trench. Side forms may be used if necessary and if approved by the Engineer. Horizontal joints will not be permitted in unreinforced encase- ment. 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 con- crete 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 com- pacted 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. 2. Payment. Class B concrete for encasement required where shown on the plans or as directed by the Engineer shall be paid for at the price bid per cubic yard for Class B concrete, which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools, and all other inci- dentals which may be necessary for furnishing and placing the Class B con- crete. The volume to be paid for encasement under this item shall be as follows: Nominal Size Cubic Feet of Class B Concrete of Sewer in Encasement per Lineal Foot of Sewer (inches) 8 2. 70 10 2. 90 12 3. 10 15 3. 70 18 4. 30 21 4. 50 ' 24 5. 80 III-7 D. CONCRETE BEDDING 1. Description. Concrete bedding shall be placed beneath and up to the springline of all pipes where the bottom of the trench is rock or other material not suitable for bedding pipe, or where directed by the Engineer. Class C concrete shall be used for bedding. Concrete bedding shall be placed only in dry trenches. Backfill above the concrete shall be placed as stated in Part III, Section A. 2. Payment. The cost for Class C concrete 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 C concrete. Class C concrete for fill in rock trenches for the various size sewers shall be measured and paid as tabulated below: Nominal Size Cubic Feet of Class C Concrete of Sewer per Lineal Foot of Sewer (inches) ® 8 1. 08 �f 10 1. 16 12 1. 22 15 1. 57 18 1. 85 21 2. 23 24 2. 54 E. REMOVAL AND REPLACEMENT OF SECONDARY PAVEMENTS 1. Construction Procedure. Secondary pavements, consisting g largely of crushed rock and cinders, which are to be removed in the course of the construction, shall be replaced with a layer of crushed rock compacted to a minimum thickness of 8 inches. The road surface shall be maintained by the Contractor 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. The Contractor shall furnish all materials and labor necessary to maintain the road surface during the 60-day settlement and consolidation period. 2. Payment. No separate payment for the removal and restoration of secondary pavements shall be made. Payment for such removal and re- placement shall be considered as included in the price bid for "Trench Excavation". III-8 s. F. REMOVAL AND RESTORATION OF ASPHALTIC PAVEMENT 1. Construction Procedure. The asphaltic pavement to be re- moved shall be cut to neat straight lines. After completion of the granular backfill, a layer of crushed rock shall be compacted to a minimum thick- ness of 8 inches. The rock course shall be primed and covered with a minimum of 2 inches of asphaltic concrete wearing surface to the cross section and grade as set by the Engineer to meet the present undisturbed pavement on each side of the area restored. Asphaltic concrete and placing methods used shall be similar in quality to the original pavement and ap- proved by the Engineer. The Contractor shall, at his expense, restore the surface to the grade specified by the Engineer, should any settlement take place within 60 days of the initial pavement restoration. 2. Payment. 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 re- moved from the line of work, preparing the subgrade, furnishing of plant, labor, materials, tools and all other incidentals which may be necessary for removing and restoring the pavement. G. GRANULAR BACKFILL 1. Material. Granular backfilling 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. 2. Payment. 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 beneath pavements which are removed and replaced shall be computed from the actual length of the trench filled, the payline width and the depth equal to the average dis- tance from road subgrade elevation to one foot above the top of pipe. 111-9 ^r. H. REMOVAL AND RESTORATION OF DRIVEWAYS 1. Construction Procedure. Where driveways are removed, the Contractor shall replace them with materials similar to those removed and at least to the original condition of the driveways. Every effort shall be made by the Contractor to minimize inconvenience to the property owners. 2. Payment. No separate payment for the removal and restora- tion of driveways shall be made. Payment for such removal and replace- ment shall be considered as included in the price bid for "Trench Excavation. " J. LUMBER ORDERED LEFT IN TRENCH 1. Description. Lumber may be ordered left in place by the Engi- neer where the proximity of the existing improvements or utilities would make such additional protection necessary. 2. Payment. 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 fur- nishing all material, labor, equipment, tools and all other incidentals which may be necessary for placing the lumber in the trench. This payment shall not cover the cost of furnishing, placing and removing lumber used for bracing during construction, which need not remain in place upon completion of the backfill. Payment for lumber used as temporary bracing shall be included in the price bid per cubic yard for "Trench Excavation. " K. TUNNELS 1. General. The pipe shall be constructed in tunnels where so indi- cated on the plans. Digging may be done by hand or by mechanical boring at the option of the Contractor and upon approval by the Engineer. All tun- nels shall be fully lined unless the Contractor obtains written permission for some other method of tunneling than specified herein. All liners shall remain in place. Where tunneling is to be carried out within the right-of-way of any public or private agency, such tunneling shall conform to all special re- quirements of that agency. It shall be the responsibility of the Contractor to be informed of these requirements. 2. Construction Procedure. ' a. Tunneling. The Contractor shall make all excavations nec- essary for the construction of sewers in tunnel; shall furnish, place and III- 10 maintain all sheeting, bracing, lining, casing, or other materials required for the tunnel. �p Methods of earth removal and liner installation are optional with ® the Contractor. Care shall be used in trimming the surfaces of the exca- vated section and in placing the liners or sheeting and bracing, so that the required minimum 2-inch clearance between the outside of the pipe and the final position of the liners, sheeting and bracing in the tunnel will be attained without any deviation in sewer alignment. Sheeting or lining must be placed and held tightly against the trimmed earth surface so that there will be no voids between the earth and the lining or sheeting placed against it. Excavation shall precede the liner only to such distance as will maintain a safe condition for the work and for the property and its use above or adjacent to the work. If cavities result between the actual surfaces of excavation and the tunnel lining, whether from avoidable or unavoidable causes, they shall be completely filled with a uniform sand-cement grout, consisting of one part portland cement and seven parts sand, placed under pressure through grout holes in the steel liner plates. The grout holes shall be so spaced and the grout be placed in such sequence as to ensure completely filling the cavities and carrying the load uniformly from the undisturbed material to the tunnel lining. Where the liner is advanced by jacking, excavation shall be only to that diameter necessary to permit the liner to be advanced with the use of suitable lubricants which may be used to reduce jacking friction. Drainage shall be adequate to keep the bottom of the jacking pit and the end of the bore dry and firm. All excavated material not required for backfilling shall be removed from the site and disposed of by the Contractor at his own expense. The Contractor shall carry out the work of tunneling and supporting the tunnel face, roof, walls and floor so that there will be no fall or flow or caving or heaving of earth in the tunnel excavation, nor any other cause for endangering human life or any public or private property above or adjacent to the tunnel. If there should be any fall or movement of earth into the tunnel at any time, the Contractor shall proceed with the work with all necessary precautions and in such a manner as to ensure the safety of life and all utilities and public and private property above and adjacent to the tunnel. Tunneling shall be carried.on in a manner to minimize interference with traffic or other operations at or near the work. The Contractor shall do no blasting within limits of jacked liners. III-11 { If any utility above or adjacent to the tunnel is endangered or has been damaged because of the tunneling operations or movements of earth, the owner shall be notified immediately and shall be given access to the work to carry out all necessary safeguards and repairs to such utility. If any public or private property is endangered or has been damaged, it shall be repaired at the Contractor's expense. All cost and expense to the Con- tractor of carrying out the above requirements shall be deemed to be included in his bid prices for the completed sewers or force main in tunnel. The Contractor shall furnish and operate all necessary pumping equipment of ample capacity and make all necessary provisions to keep tunnels and shafts free of water during construction, and to satisfactorily dispose of such water. During placing of concrete, drainage and pumping shall be so arranged that concrete is placed in the dry and that no water will flow over the concrete until it has set and will not be damaged, and not sooner than two hours thereafter. The Contractor shall have on hand at all times sufficient equipment in good working order for all ordinary emergencies that are likely to arise. b. Pipe Laying. When the carrier pipe. is small and the liner is of such size that will not allow installing, jointing, and bedding the car- rier pipe from within the liner, the carrier pipe shall be cast iron mechan- ical joint pipe. The mechanical joints between cast-iron pipe lengths shall be made carefully in accordance with the manufacturer's instructions. After placing the assembled pipe in the bore hole, the ends shall be blocked to secure the proper flowline elevations at each end and to ensure grout placing at the bottom and sides of the pipe. The spaces between the surface of the liner and the outside of the pipe shall be filled solidly with mortar placed under mechanical pressure. Particular attention shall be given to ensuring that the pipe will be solidly supported by mortar at its bottom and sides. The method of injection under mechanical pressure shall be approved by the Engineer. Mortar shall consist of one volume portland cement and nine volumes of dry sand with a volume of water sufficient to ensure flow for proper placing and to minimize shrinkage. Dry mortar shall consist of the same proportions of sand and cement. Materials shall be uniformly mixed, and placed by in- serting the grout pipe to its greatest required distance to ensure filling all spaces, and then gradually withdrawing the pipe as filling proceeds. When the carrier pipe is small and the liner is of such size that will allow all work of bedding, placing, jointing, and backfilling to be done within the liner, and the space between the liner and the outside of the carrier pipe is sufficient to allow adequate working room at the sides and III- 12 ,r� above the carrier pipe, the tunnel bottom shall be shaped as nearly as practical to the shape of the pipe. A bedding of crushed rock or grout shall be placed to fill any irregularities in shaping and to ensure a uniform continuous bearing for the pipe barrel at the required elevations. After firmly bedding and jointing the pipe, the crushed rock or grout shall be solidly packed around the pipe to the level of the top of the pipe. The re- maining 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 crushed rock or compacted sand- cement mix approved by the Engineer. When the carrier pipe and the liner are large and of such sizes that will allow all work of bedding, placing, jointing, and backfilling to be done within the liner, but the space between the liner and the outside of the carrier pipe is too small to provide adequate working room, the carrier pipe shall be placed on a bed of moist Class B concrete at the approximate center of the tunnel and to the required grade and alignment. The Class B concrete shall be uniformly mixed with only a minimum amount of water to such stiffness that, after placing to the thickness with allowance for compacting, the concrete will hold the pipe to its required grade and alignment without further settling. If settlement is sufficient as to create drainage pockets in the invert or if the deviation from the required flowline elevation exceeds 1/2 inch, the pipe shall be removed and additional concrete bedding added. No blocks, wedges, or other devices shall be used to hold the pipe to grade or to prevent the full uni- form support of the pipe on the concrete bedding. Care shall be used to avoid damage to the pipes or to the liner plates as the pipe is moved through the tunnel. Damaged pipe or plates shall be replaced when so directed by the Engineer. The Contractor shall obtain written permission to install pipe in tunnels using any methods not described herein. 1 3. Payment. Payment for tunnels and the pipes laid therein shall be made at the lump sum price bid for each length of tunnel. The lump sum payment shall be regarded as full compensation for the cost of the shafts, headings, excavation, liner plates, grouting, drainage, lighting, cradling, pipe in place, bedding, backfilling, providing any necessary concrete col- lars, and any additional costs required to complete the tunnel crossing. L. STANKS OR SHORT TUNNELS 1. Description. The force main shall be constructed in sta.nks or short tunnels where requested by the Contractor and approved by the Engineer. 111- 13 2. Construction Procedure. The top of the tunneled length shall slope upwards to each entrance to permit adequate backfilling. The tun- neled 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. The Contractor shall carry out the work of stanking in a safe, pru- dent manner to avoid endangering human life or property. 3. Payment. No separate payment for the construction of the force main in stanks or short tunnels shall be made. Payment for such stanks or short tunnels shall be considered as included in the price bid for "Trench Excavation. " M. VITRIFIED CLAY SEWER PIPE I1. General Description. Vitrified clay sewer pipe and fittings shall be new pipe of the best quality of hard-burned, vitrified clay or shale pipe, conforming in every respect to the requirements and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer Pipe, " or C278 for "Extra Strength Unglazed Clay Pipe. " All pipe shall be free from blisters, cracks and pronounced laminations and must give a metallic ring when struck with a hammer. All vitrified clay pipe shall be socket pipes with sockets true, circular and concentric with the base of the pipes and the planes of the angles at right angles to the axis of the pipe, with all dimensions falling within the tolerances as permitted by the ASTM Specifications. 2. Certificates on Pipe. The Contractor will be required to furnish the City with certificates from a reputable testing laboratory showing the results of tests made on pipe delivered to the project in accordance with the ASTM Specifications for the various types of pipe to be furnished. All ex- penses incidental to pipe testing shall be considered as included in the price bid per lineal foot for pipe furnished. 111- 14 3. Pipe Laying_ and Installation. Vitrified clay pipe shall be laid with the bell or socket uphill to the line and grade given by the Engineer on a prepared subgrade excavated and shaped as required. The prepared sub- grade 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. At the Contractor's option, crushed rock may be used for pipe bedding. 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. Pipe shall be laid only in dry trenches. 4. 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 polyure- thane plastic. 5. Payment. 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 accordance with these detailed specifications, will be made at the price bid per lineal foot for each particular size and type sewer installed. Payment for each line of the sewer will be made in accordance with the final measurement of the particular line, such measurement to be the actual length between the centers of manholes at each end of the pipe. These payments shall cover the entire cost of furnishing all materials, labor, equipment and tools, all other incidentals which may be necessary for constructing the sewer complete in a trench, in accordance with the detailed plans and these specifi- cations. N. HEADWALL AND FLAP VALVE 1. General. The headwall shall be built as shown on the plans. III- 15 2. Materials. Class A concrete shall be used. Reinforcing steel shall conform to the specifications as stated in Part II. The flap valve shall be similar or equal to Model 20C, as manu- factured by Armco Drainage and Metal Products Company. 3. Installation. The headwall shall be built in place in the bank of Gray's Creek. The flap valve shall be securely bolted to the face of the headwall. The earth shall be shaped around the headwall to present a smooth contour and pleasing appearance. 4. Payment. Payment for the headwall and flap valve shall be made for the lump sum bid for the work. Payment shall include the cost of exca- vating, grading, and all materials, tools, and labor for installing the head- wall and flap valve. P. CONNECTION TO EXISTING MANHOLE 1. Description. Where a pipe sewer connection must be made to an existing manhole the Contractor shall cut a hole in the manhole, install and seal the connection,, and adjust the invert, if necessary. 2. Payment Payment for making the connection to an existing man- hole shall be made at the contract unit price bid for the connection. Such payment shall be full compensation for furnishing all labor, materials, tools and equipment required to cut the hole, adjust the invert as required, seal the new pipe in the .manhole, temporarily block the flow into the new sewer and remove the temporary block when so directed. Q. DUCTILE IRON PIPE 1. Description. Ductile iron pipe, used for the sewage force main, shall conform to the requirements of ASA Standard A21. 51 for the pipe thick- ness class shown on the plans. The pipe shall be furnished with mechanical joint ends conforming to ASA Standard A21. 11, or manufacturer's standard slip-on joints with the trade name of "Bell-Tite, " "Fastite, " "Tyton, " or equal. Cast iron mechanical joint fittings shall be used with ductile iron pipe. All ductile iron pipe and fittings shall be lined with a 1/16-inch thick cement-mortar lining in conformance with ASA Standard A21. 4. 2. Construction Procedure. The ductile iron pipe used for the force main shall be examined thoroughly for defects before laying. r 111- 16 Before laying the ductile iron pipe, the bottom of the trench shall be carefully graded and bell holes excavated so the pipe shall have a uni- form 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. Overtightening of bolts to compensate for poor installa- tion practice will not be permitted. 3. Payment. Payment for the ductile iron pipe force main of the particular size and type installed, which shall be constructed as shown on the plans, and in accordance with these detailed specifications, will be made at the price bid per lineal foot. Payment will be made in accordance with the final measurement, such measurement to be the actual length of 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 force main complete in a trench, in accordance with the detailed plans and these specifications. R. CAST IRON PIPE FITTINGS 1. Description. Mechanical joint cast iron pipe fittings shall conform to ASA Standard A21. 10 with joints conforming to ASA Standard A21. 11. 2. Payment. Payment for cast iron pipe fittings shall be made for the unit price bid per pound for Cast Iron Fittings. Payment shall be made I for the actual weight of fittings installed. Payment shall cover the cost of materials and the installation thereof. S. BLOCKING 1. Description. Class C concrete shall be used for blocking the force main as shown on the plans. Blocking shall be placed directly against the earth or rock at the large end of the block. Side forms may be used. No fill shall be placed over the concrete for 12 hours after the last concrete has been placed. 2. Payment. Payment for Class C concrete for blocking shall be I made for the unit price bid for Class C concrete and shall cover the whole cost of the concrete and placement required. 1I1- 17 T. AIR RELEASE VALVE 1. Materials. a. Curb Box. The curb box shall be Buffalo type, similar or equal to Catalog No. H- 10350 (2- 1/2-inch shaft), as manufactured by the Mueller Company of Decatur, Illinois. b. Corporation Stop. The corporation stop shall be similar or equal to Catalog No. H- 10003 as manufactured by the Mueller Company of Decatur, Illinois. c. Curb Stop. The curb stop shall be similar or equal to Cat- alog No. H- 10201 as manufactured by the Mueller Company of Decatur, Illinois. d. Galvanized Steel Pipe. The galvanized steel pipe shall con- form to all applicable specifications for steel pipe in Part II, Section E. 2. Installation. The air release valve shall be constructed as shown on the plans, complete with curb box, corporation stop, curb stop, steel pipe and fittings, operating key and all other necessary equipment. The air re- lease valve shall be tested to ensure satisfactory operation. 3. Payment. Payment for air release valves will be made at the price bid for "Air Release Valves, Complete in Place. " The payment shall cover the whole cost of furnishing labor, materials, tools and all other inci- dentals which may be necessary for constructing, complete in place, the entire air release valve as shown on the plans. U. FORCE MAIN DRAIN LINES 1. Materials. a. Ductile Iron Pipe. Ductile iron pipe shall conform to all specifications for Ductile Iron Pipe in Part III, Section Q. b. Headwall. The headwall for the force main drain shall be built as shown on the plans and as specified in Part.III, Section N. c. Gate Valves and Boxes. The gate valves shall conform to the specifications for Gate Valves in Part II, Section D. 111- 18 2. Installation. The force main drain line shall be constructed as shown on the plans, complete with valve, headwall, valve box, operating key and all other necessary equipment. Trench excavation and backfill shall conform to all applicable speci- fications for Trench Excavation and Backfill in Part III, Section A. Valve boxes shall be cast iron, Buffalo pattern, 3-piece screw type 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. 3. Payment. Payment for force main drain lines will be made at the price bid for each individual drain line under "Force Main Drain Line, Com- plete in Place. " The payment shall cover the whole cost of furnishing labor, materials, tools, and all other incidentals which may be necessary for con- structing, complete in place, the entire drain line as shown on the ,plans. i III- 19 .7 Section 3. This contract shall be in force and effect from and after its passage and approval. Passed: 113A 4_ Approved: . President of Counc Mayor Attest: City Clerk