Loading...
HomeMy Public PortalAboutORD07877 BILL NO. INTRODUCED BY COUNCILMEN: Wlucvxn�✓ ORDINANCE NO. ?9'7'7 r . AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING AND DIRECTING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A WRITTEN CONTRACT ON BEHALF OF THE CITY WITH JOHN ROHRER CONTRACTING COMPANY, INC.. , A•CORPORATION, OF KANSAS CITY, KANSAS PROVIDING FOR THE CONSTRUCTION OF THE MISSOURI RIVER INTERCEPTOR SEWER SYSTEM IN THE CITY OF JEFFERSON, MISSOURI. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: ,j�..., Section 1. The Mayor and Clerk of the City are hereby authorized and directed to execute a written contract on behalf <<: of the city with John Rohrer Contracting Company, Inc. , a corporation, of Kansas City, Kansas, relating to the construction l4 , of the Missouri River Interceptor Sewer System in the City of Jefferson, Missouri. Section 2. Said contract shall read in words and figures as follows: Alk tr,. , SIGNED DOCUMEN ENCLOSED , CITY'OF JEFFERSON, MISSOURI SPECIFICATIONS FO THE CONSTRUCTION OF MISSOURI RIVER IIVTERCEFTC�R SYSTEM „ r f; IN ,f JEFFERSON CITY, MISSOURI oj t r y£ ( i y � 4 HORNER & 3HIFRIN t rihF ,�'• ^' Co nsulting.Engineere. tr. Al St. Louie, Misso uri, tY ;v r JUNE 1966 63-65 ,a,tk�. •.w7. ,t.,r1...,t,+ ,t t t .u.r t,t '.kt� r`t v.,a wit rJi THE WESTERN CASUALTYAND SURETY COMPANY FORT SCOTT, KANSAS A STOCK INSURANC[ COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: BOND NUMBER.................................................... THAT...................John Rohrer Contractinl�.. op?L� r�Y..,...�z1c..........................•....................•...................I...............• ........ ......•.............•........•..of...2$2Q...ROe....Lane.......Ilan,sas...C-Ity.y...Kans-as.... 61-J3.... ............................................................•..........•........................................................................................... as Principal, and The Western Casualty and Surety Company, a Kansas corporation, as Surety, are held and firmly bound unto............................:..........................................•.............. ...................................CitY.. ....................................................................................................................... asObligee, in the full and just sum 6f ..............................................................•..................................................................•.................................... --- Ten per cent. of•... pt�nt...nf..•bdd--,r.�,........ Dollars, .....................................•..... .... (1aR..of...b d.. lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal for Construction of Missouri Raver Interceptor System. Per plans and specifications. THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give such good and sufficient bond or bonds as may be required to se- cure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. January 16, 1967: Signed, sealed and delivered.............................................•....... .. (Date) John Rohrer C actJ .n ompany, (SEAL) l , !-........ .. �.. -�:��;- . ...,,...... (SEAL) THE WESTERN CASUALTY AND SURETY COMPANY CSI i' J. 51'r l c� Vii?., I"`r l:Ai45.1S CiT1' 1. KAl.5A5 ........ .. --.--�- ................ George J. S a ers Attorney-in-fact en- FORM FS 5116-R3 MU L. ;t• POWER OF ATTORNEY The Western Casualty and Surety Company HOUR OFFICE—FORT SCOTT, KANSAS NOW ALL MEN BY THESE PRESENTS: That THE WESTERN CASUALTY AND SURETY COMPANY, of Fort Scott Kansas, a corporation State of Kansas,having Its principal office in the city of Fort Scott, Kansas, pursuant to the following Bylaw, which was adopted by the holders of the said Company on December 2, 1953, to-wit: 'Section 27. RESIDENT OFFICERS AND ATTORNEYS-IN-FACT. The president, any vice president or the secretary shall have power and authority to appoint resident vice presidents, resident assistant secretaries and attorneys-in-fact,and to give such appointees full power and au- thority to make, execute and deliver In the name and on behalf of the corporation, bonds, recognizances, contracts of indemnity and other under- takings and writings of obligatory nature, and to affix thereto the corporate seal of the corporation. The president, any vice president or the secretary shall also have power at any time to remove and revoke the authority of any such appointee.' does hereby nominate, constitute and appoint George J. Siebers, of the City of Kansas City, State of Kansas. Its true and lawful agent(s)and Attorneys)-in-Fact, to make, execute, seal and deliver for and on Its behalf, as Surety, and as its act and deed: Any and all bonds and undertakings. nd the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, I Intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices In Fort Scott, State of Kansas, in their own proper persons. The following Resolution was adopted at the Annual Meeting of the Board of Directors of The Western Casualty and Surety Company,held on the 11th day of May, 1965: 'RESOLVED,That the signatures of officers of the Companyand the seal of the Company maybe affixed by facsimile to any Power of Attorney executed in accordance with Section 27 of the Company Bylaws; and that any such Power of Attorney bearing such facsimile signatures and fac- simile seal shall be valid and binding upon the Company with ruspect to any bond, undertaking or contract of suretyship to which it is attached.' All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF,THE WESTERN CASUALTY AND SURETY COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereunto affixed this..................... 1t h......................................I...day of.............S,y...................................,19......65....... THE WESTERN CASUALTY AND SURETY COMPANY y 9EAY. g STATE OF KANSAS By........................................ COUNTY OF BOURBON ss Vice President On this.....1.1th......day of..............1%3r................................A.D., 19..,b$..,, before the subscriber, a Notary Public In the State of Kansas in and for the County of Bourbon,duly commissioned and qualified, came.............K�...H. Mead,..Vice President of THE WESTERN CASUALTY AND SURETY COMPANY,of Fort Scott, Kansas to me personally known to be the Individual and officer described in, and who exe- cuted the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith,that he is the officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the corporate seal of said Company,and the said corporate seal and his signature as officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Company, and that Bylaw,Section 27,adopted by the Stockholders of said Company,referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Fort Scott, the day and year first above �en. January 15, 1968 i1.,' ,,//�� u My commission expires................................................................................................................... ...... ... .....C.f�F'."..� ^!...... Notary Public. I� E. C. Gordon? Jr. Assistant Secretary of THE WESTERN CASUALTY AND SURETY COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a power of attorney executed by said THE WESTERN CASUALTY AND SURETY COMPANY,which is still in full force and effect. IN W1T E WHEREOF, I have signed this certificate at Fort Scott, Kansas, this.......1 6...................................................................................�day of a „r Assistant Secretary. FORM FS 3890 i r' January 6, 1967 ADDENDUM NO. 2 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE MISSOURI RIVER INTERCEPTOR SYSTEM IN s� JEFFERSON CITY, MISSOURI The Plans and Specifications shall be and are hereby amended as follows: 1. The section cut on Section A 19 on Revised Sheet 19 of 30 should be labeled "B/19". 2. The following paragraph shall be added to the Special Conditions gP g P P at the bottom of page SC-8: 1115. TESTS: "Upon completion and prior to acceptance of the installation, all equipment shall be subjected to operating field tests to deter- mine satisfactory functioning and operation. The equipment shall be operated by and at the expense of the Contractor. No separate payment will be made by the City for, performing this testing. "The Contractor shall submit to the Engineer for approval, an outline of the test procedures and schedule, indicating the estimated time required to complete the tests, for all Major . Items of Equipment in order to ensure: their compliance with the specifications. " t3. On page II-9, in the last sentence on the page, after the words ��. . . . Street Diversion Boxes" insert the following: "and the Boggs Creek and Chestnut Street Pumping Stations. " 4. On page III-56, delete the fourth paragraph under Paragraph 1150. MULCHING, FERTILIZING AND SEEDING" and substitute the following: gh ADDENDUM NO. 2 - Page 2 January 6, 1967 The Missouri River Interceptor System "The order of work operations shall be as follows: a. Remove debris b. Tilling c. Smooth grading d. Applying fertilizer e. Sowing seed f Incorporating fertilizer and seed g. Cleaning up h. Mulching" HORNER & SHIFRIN, INC. Consulting Engineers for the T O CITY OF JEFFERSON, MISSOURI ' 1: December 27, 1966 ADDENDUM NO. 1 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE MISSOURI RIVER INTERCEPTOR SYSTEM IN JEFFERSON CITY, MISSOURI The Plans and Specifications shall be and are hereby amended as follows: 1. Revised Sheets No. 6, 19 and 26 are attached. These revised sheets should be incorporated in the plans, if they have not been previously. 2. The pre-bid conference referred to in paragraph 6 on page IB-2 will be held at 10 a.m. on Tuesday, January 10, 1967, at the City Hall, Jefferson City, Missouri. 3. On a e IB-6, in the fourth line of paragraph "(11) Marshall P g P g Street Interceptor, " after the word "sewer" insert the following: "the removal and replacement of a portion of the existing 8-inch VCP sewer, and the construction of a new manhole, " 4. On page SC-2, paragraph 2 "Easements and Working Space", delete the second sentence in its entirety and substitute the following: "The City will arrange for sewer construction on or ® across railroad property or rights-of-way. " i 5. In accordance with the provisions of paragraph 13, "Alge Determinations, Labor Standards and Anti-Kickback Regulations, " on 1 page SC-7, the Wza:ge• Determinations of the Department of Labor, No. AG-3809 (4 pages) and the Industrial Commission of Missouri, No. 8110 . (2 pages) are attached hereto and thereby incorporated in these Contract .� Documents. 6. On page I-6, delete the first three sentences of the third para- graph of the specification for the manlifts and substitute the following: 1 "The lifting platform shall be a minimum of 2 feet 6 inches square with a floor of aluminum checkered plate and a 2-inch high toe guard on two sides. As shown on the Plans, a portion of the aluminum plate shall be arranged for easy removal or hinged to allow emergency entrance or exit to the station. The platform shall have handrails and removable 5-foot high 1-1/2- inch No. 125 flattened expanded aluminum sides on the two sides that have the toe guard and a swinging gate on the front as shown on the Plans. " 7. On page II-10, in the table at the bottom of the page, change the required thickness of 18-inch cast iron pipe from 0. 54 inches to 0. 58 inches. 8. On page II-16, in the third line of the first paragraph under Para- , graph 1132. Check Valves, " change 11100 psi" to"175 psi. " 9. The following, shall be added to Section II, at the bottom of page II-40: 1167. CORRUGATED METAL PIPE: Corrugated metal pipe shall be fabricated from corrugated galvanized sheets. The pipe and coupling bands shall conform with all the requirements of AREA Specification 1-4-6. The gage of the galvanized sheet shall be as shown on the Plans for the diameter of pipe shown. The pipe and coupling bands shall be asbestos bonded and coated and the invert paved in accordance with the requirements of AREA Specification 1-4-13. " 10. On page 111-2, following the second sentence in subparagraph 113. Station 11+82 to Station 12+25. 49 Bkd. " insert the following: "The trench shall be backfilled with granular material as shown on the Plans. " 11. On page 111-3, at the end of subparagraph 114. Station 10+50 Fwd to Station 55+00 Bkd. " add the following: "The Railroad will remove the necessary portion of the ties and rails of Track No. 85 in order that -the drains at Stations 25+20, 26+24, 34+93, and 51+24 may be relaid in open cut. Each crossing of the track must be completed within one work- . ing day. " 2 12. On page IM3 at the end of subparagraph 117. Station 61+60. 46 to Station 65+99. 19 Bkd. " add the following: "The Railroad will remove the necessary portion of the ties and rails of the track under which the force main is to be constructed in open cut. All construction under this track must be completed within one working day. The trench shall be backfilled with granular material as shown on the Plans. " 13. On page III-3 before the last sentence of subparagraph 119. Harrison Street Interceptor, " insert the following: "The trench shall be backfilled with granular material as shown on the Plans. It 14. On page III-3 at the end of subparagraph 1112. Monroe Street Interceptor. " add the following: "The trench shall be backfilled with granular material as shown on the Plans. It 15. On page�M-4 before the last sentence of subparagraph 1115. W AM Chestnut Street Interceptors and Force Main to Station 61+60. 46. " insert the following: "The trench beneath each track removed shall be backfilled with granular material to a point 10 feet on each side of the track centerline from one foot above the top of the pipe to the final grade required by the Railroad. " 16. On page III=11, before the last sentence of the second para- graph, insert the following: "Bedding shall have a minimum thickness of 2 inches beneath the pipe and shall be placed up to the springline of the pipe. If, in the opinion of the Engineer, the natural material is suitable for bedding, it may be used in lieu of crushed rock. " 17. The following paragraph shall be added to page III-16 following the fifth paragraph: "The fill over the pipe between Stations 7+15 and 7+80 and Stations 9+20 and 11+97 shall be completed as stated in sub- ' paragraph 112. Station 4+23 to Station 11+22. " to the cross 3 section and elevations shown on the Plans. This fill shall not be measured and paid for separately. Between Stations 7+50 and 7+80 and Stations 9+20 and 9+25, the cost of the fill shall be included in the lump sum price bid for the "Pipe Bridge at Station 7+50. ' The cost of the remaining fill shall be included in the cost of 'Class B Trench Excavation. ' 18. On page III-29 following the words ". . . . above the top of the sewer at its upper end. " which conclude the first paragraph, add the following sentence: "No section of completed sewer shall be tested with an internal pressure of over 10 feet. " 19. On page III-45, before the last paragraph, add the following paragraph: "The exposed portion of the piles and the first foot of the piles below the finished grade shall be coated and painted in the same manner as specified for the pipe for the bridge. " 20. On page III-51, add the following to the paragraph on "Field Painting" following the words "by the Inertol Company, Inc. ": "One gallon of each type and color of paint used for the finish coat on this project shall be provided to the City in unbroken manufacturers' packages with labels intact. " 21. The last paragraph of Section III, paragraph 50, on page III-57 shall be deleted and replaced with the following: "The cost of all work described in this paragraph within the limits of the lump sum items as described herein and as shown on the Plans shall be included in the lump sum price bid for the item in which the work is to be incorporated. The cost of all work described in this paragraph outside the limits of the lump sum items shall be included in the cost of 'Class B Trench Excavation. ' " 22 h following shall be added to Section III at the bottom of The f g , page III-61: 4 "52. INSTALLATION OF CORRUGATED METAL PIPE: "Corrugated metal pipe shall be handled with reasonable care so as not to damage the pipe or coating. The dragging of corrugated metal pipe will not be permitted. It shall be lifted or rolled into position and proper facilities shall be provided for lowering the sections into the trench. "Pipe shall be laid with separate sections joined firmly together, with the outside laps of circumferential joints pointing upstream and with longitudinal laps on the side. "The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. " 23. On page I-2, delete the last sentence of the second paragraph and substitute the following: "A 1/4-inch brass tee handle gauge cock; a diaphragm seal similar or equal to Ashcroft Type 101ES as manufactured by Manning, Maxwell & Moore, Inc. ; and a :0-100 psi, Ash- croft Model No. 1020A, 4-1/2-inch dial pressure gauge with stainless steel movement and a throttling screw, or equal, shall be furnished and mounted on the discharge nozzle of each pump as shown on the Plans. The diaphragm seal shall have a 1/4-inch NPT top connection and a 1/4-inch process connection. The seal shall be filled with a suitable instru- ment oil and the flushing connection shall have a pipe stop placed in it. " 24. On Sheet 17 or 30 of the Plans, in Detail K/17, Mechanical Seal, change the word "Snubber" to "Diaphragm Seal. " To the same detail add "Note: Provide adequate support for the filter and seal and gauge assembly. " HORNER & SHIFRIN, INC. Consulting Engineers for the CITY OF JEFFERSON, MISSOURI 1 r 5 '� n�?`�"��.��i£' i�`3'"� c�"79�FX.t'�`"t�x�z�'+•eq�.�iy!t`�j i .F ;�f'�� .fit .mot.' .N r. .�' ir' +t .t �t.�����t�r, ��'..i ta�,�..'��•P•,�`��,„S'�'C pr'..°,'>•'��.{�« ii,U�..t p N Y��. t, ..�'� .•, k�. ,1 �,} j d°r P 0111 S �„�'�.��.y�:�,7•� r t� r" �� i .v« a: }F i x.kr,* 'r =r4sE'�iiX�:e r^.°a,y, .s:°8,�e'.:�r..�•M3..Y'.� s4. M •�st �& ��`,�$�_�'"'H'ar:... 'f k.s •`t` a 4`� ',.�, t,:.���•���'-��',�"•>:. �. ., �. y� s �� �s r 7 .$ � •¢. .:�s}�:.�,v:v rtt "�;^r. :«`-.`�si.n�"s: �:�sti.�' �F � �_ !`,..�C'�'..o-?'��fi r"�''�:�.,: �yL .��. '.?.R+*"p�3, n ,Y/ t�,v � •ilt s L" ,.�.: Yf..� � !".,, ..� 'fi yrj �i�,+3�•C t s .i3 '1�r� �• �z.,t � r�r rllrA �� p.: . ' fr ��j�,,3'. 1M:1ArIM�I�rIM1! MM'r Vw•.• •r,I ,. •;yNY+tar?rd�%w^M,<�A4w tIM�, Yd{»x4fn4±V'h'° M3#tFrY'r� III &��,tlt y'' kF> iG�h±t� wwMw \Y� • t' .t'i ,.,.(., •>; ��(e� ;s��a r, r�'' .•a /+ µYk� 'S� i. r," qt2, e', sr 7M ��"`T aj r{Vii' t's+r #`p`�YRB irrwwl �+IrirF �rFwr _r.�i�ry�_ 4 [+Ygzdf��t��` 7;^}t r r, i�y t� . . ;�``F i t Y o��tl"' x !t'°�S' � �'�'��. Qiiri. ■�!:■ _fase •1�ti�s �'+ci �.;xy4��b��t�3����[Wb.�tfh�'�Mt�,�r`�'tNS���'��t� ��?n����.. ..:,......•w..t'� �'�a�N+w�ri � � ��Ir�1�F■ wI�ZY����.,�.1. � P.Jn.F�,.,,�,.� i •wM�w' �. .�,•f7jr�v�3'x�Yr M° V •e, x Ndd �O'w�utlt::•i!!IW �"""•"••i 1' t }PF�an�� ,ey��s$5rrb}i}��f(.,tdtXs` � ry, r,tik a•�.r 'r"�k��? '����'Gi"irA'"�w. rrrr ..�..... +""I!'S=w,�:� rflcaLt'k' �rt"ij q�.r,L�/.text� xr{#s�r�rwf<ei m�`+pn:�'ra .ck+c}ev r mmlww wrwl� rl�n.r � � 3•; �s x �� h+.MSia wR•+!,_b!3 K bui r�n IaIMIrI• arlw alirl�q rrrlilw _ ! 1 � e3x. s ,w + /.4v�acaFl s�•.,t'�}.,'�}� r�llw�t ��w�rr. y�r w a7�'t s•lXi 4 =��al1�q�/M��' '�_rrw�r+,....•.ir+r� .sreN w�1-.•r•'�'r' ��� °L�v. t�' ✓�j4, s� 4. rR F fi�f� *u �.�VJJ•4rD� t,++�k��k''`F1C•YP',W �IwwM �I1�1���® yy" }t 1S.?.. { '! F '2T8>dli fNP• ik f•R� M�'�as' yry. ,N��1�wj�wrl�lUll �1•wIIAR ,rMl1 INlllpll, y (J y�i Yf'1 � �'£ �t���nRN.tM �ut•./xK�is�•''7�r�F7a'ItrY. ��. .� � �� ����r.l::q ..rr. � � f U� i try r 1f1 fit.�'3{.�,t,� a•MyAl +•t"it YY�VY9�'a'�4r is WRrhiJ� M�mIl1W�11'��A 1MIU�1 �y�1 �ryy��rlr��Ylrr�l �y�yy�(��. ©,�yy������ I,�� :t r*irr�`�d j'.,�, n;.t �r}r4 ' � 5�����n;�,�.�sn*"x,�.}�K���n73KK �� 1wmWS � ���U�llyrr�r��. ""..r°"'"'r��.�Y"I`.S.,..I•C� OslrlrillYllMill, '�'.�N, ���T %I {rf t. �'t��'zhX'tl';FOMi+.r 44aYA'M MwRM �/A� l Mn�biM,}� Ilrrrll�lrllw� �M�IMr y y }'+.� �! 1 d •Yfl I.IAM4'b' �N•tN� MIN z;•vz� mr .•• IF1�,S,ititiB �. �� r A IFr'S'�N +ta•.'�kr�a'.tMN44,nn r9lw3lrtl ""mo r��llrlr�;.rurrr19�1; IIYIIw MIyr rr1ll�rwlww wulr�rlrs �Ir•IMM1��, IA��'. FIr11Y1 19�'F'i tgqyyr rrd.'w+^,��i4yyn-tM1�.irm+�+'r,,�'s'�h', 0°aMSm4snr��iy}r��rwr�1�tIt{ilrq tie ,.al� i'ps���Ywlryrl��r�rw�11 �ar���w�rlAw1'�a�gp y�y�wF�w�� tr J3,trl 9 �!',. .ry,;9� rvH✓J!;/ i+?1mrrl�ix�`w�`r"I ka 'ar�I1��k1�MII��IIt �Jl�ll�1lrl �� .wr1�b1� `Y��Ir�IDr.l�Allr��(�rwYr�1�I�1� ���'I�rYS1. ,�yMWwI7MYMIf•r�4Lrlr, (.f J •}' ',�ti[ri+YWldmuAfilsMyy�[ICWt.vit +Enc p ilrnal = 'r.10t�'IO�Yrrlr. .rlflllw r .rnrrl ��ral�irl.�i rl'i'— rnrlw '�X'' ,;i! 1Wtr•im�n7NP 4s���� •F7lerfl� r�V��r0Y11�1���� rM�lll�enrrl��g�y����l�itr�Y� Ir��I���Vll�� IYIY�,1� ~'�•`-0'is':2':..,:, �k'�,sRMSWYtV �1yw�10�1.hh aoYN+liOwflrMinl:Y�Ib M1r� �rrrlr 1A u!ffl lk ell. , axe, • r. +kv+pwrtizkxwYrradre►a wrw.r. ...Iw.�.r.:.ra+..t... rl�r+..+flw. +r++�'1'"i�.....l�llr.w.wr,.+s�1�rr�r.r.r "M-M ...��11Ir+r41 ,lf t •: S.•ry 1 4_'YjR�'A7 ✓dSf L'i ��y�ym� 'daK' r�r�/��yj �1r��y�Yri011t�rr�y�Ir�.�rry1�/dYi>•1�1 r'r�ilr�AYr�IY�Ir'•MI�Ytil19rr1 909.IM jy1y� w91�r1F' S/( 1xf rtu t +°�R}. 4f� 41KN ghG {, �rpgrM�6rr111Y�+o;:�Wi�llr��rq��l��rrlt�r•OAI�r��lr� �� ,MMp•f ,' l >, �,rll �Yk'fY l n1' 'v 7 1ASl'WP IIIMniJib1444111•iMr i AC!•tll�tl�ll 11� I�r■�r�+.ICI �I�I�Ir� �4�i�11�� F S�it•k•:.•�,.tr�...,)��`T"•,' try ur� .rix��—c••-',....` ����`ar�°cs�g�:--•�.--���' n'� rte+' _���_.M.—.arrlr;��--•------r,���. �°.rr.r ! 1 �1C 75, sJ�1�,Ww�wdctap��'na,? 4 rd byHq•%x rM1� M � �wAe�A191ir �#'�'��t�rlf,•I�I��r�����i����rlla��Yaw•o �.+a/,•.,:Fr >Z YY 9h'!nN• ft7R S+TF xst� �""` mn+r �a�r���l�l� �� .we��C����ir "�'n."���� "'+"r Y .s. ) E �.'� ,,5 'tap 41 q.Jfit1M'ia.NSSM'' i. x 4 u �� X1'1.r, r�l�31�Ir�•rr� ■rMw�wr��R .r� w�wwa f i v j. ����k i :. `N�,�i �0�;�� a'� •s • • • ?r f3 a �''t: t��'!� f? +,'0, �: .Sp 1, 'ti(�t F�•�. :� ( ti ,�.,• thY '17F y� �r,�'� �� a ��SYh �"��3,� ' \ .ire �y �n'�n �' �. �. � , � ,t:.' 1'9.�•t 4`• �7 Yl}, .YM, t F I k•,. 1�"��ro�y'`e.. > °•r' w,r. 4t; .dA "�'r�.,,�pr 4• .i 7� ���'w�'i ��`�`�tiy�tr�'.f,'j�� .w f' T' '��_r ``��." �S�e�Fn►�� '��p�' r �.r t r�a�`� ` }t7`x'j'7(�,✓` •1• r .r.' FP/'N Y f.r �14.i I .t ��f o'.2•a'. fil. � .. w� .fir�, ' iFV t,Y R � � /• � ' •ski t v�:�+.1"•3f• r^''&7��4*nn'"��iL w ���°"� .�a"'r�rf�' ""+IIC �' j ni tm�, w rrl�Ip rl�� Y MWrik nl Y9 yu40.a!rn 4 krfYry�P�f�/S71 � ��/j trx 4�,1�2c r1M,13rtaw rf� A:" OMM`7 rrw•w /' %/ rrrlr sY xlr aaf}n Y.s+crY,.r,.vv rsn4Y p�Px�Y r��tl�1�1f �/��!J/,/� am •(`;• .., '.w,wr �•xas�rnr,.w:dE;rn..a•*tanss••v 1� !�_,E �I/;•/• �• ' )395-7.AS�:4rr+FLy,Y7k"1.FITTJF/A;.K�if;J:a'•.,..At{Ya:.ri�I.tii3i:_ ,{�,� �+ ^t. .I . I Lw1:r4,,1 rCtWry, ,:.» t...��MMyy..N+r' pi�pY/r.151S1 ^rFitYlYlpr�IrYbW � �M {{ �1ChV}r�r A4/ltayr s•1rd>-•;.FY.•'?n',lUtSiR+I�Y��rIY per( p� 11 r �/• /� 1. +liuh:♦,••.9.,:ti:s. .t'tt.'p/P;ppp LYY�t � /f,� OF •I, �w '�. '//� �j�/. 1 p�!+p���yH,•r4.a0?• htYiwMr„"Siiv.r .��fr:+ VIII RV �/%!� / �N.XCSta Yv'aeia'•%ktt4r-'�, r+�. N' �t p� //{ / "Std S:k ID/..,w3u. >yMrr>v o>s^:t.f.�'1e{r' lYM y11Y ,! .'•� =FI/,rr'L` '. {� YY(�',•,¢qpp ?� W u, w,r.rn,e' tv.,• >... ;+mv tuprq rlw r�rrr ` /♦it : c • r. 7 �pw�y t. 'a@ni `i`T53 M14/�raiXirltY�' p�yY01is1 dC Al 4 A Q71 `% /�/ ® .,n rW.er1i g�a i 939 y,•y xr a:rw3hll•JAI�`" zt tia� nr" '� W.qp. It�I®fir f I�/ %'//i � • • .K. 0 a1M Y—pW M M=rM Ell, S6_M SE tYWYP Y�I•M W�r.M r IrI • • � VjF!",.�' �`• .• %..+r;i;: �'`iv\"qiptilW"r'�-Y*> axc ara •..r.w c�wy,y��ee IM rrw w5nlr rrrr)wvi��r// •3�ti+t •+.5:1.;1,'#,>a•.Y;q.p q(3{ 3 �#'/'PYit Ms, IoIMw 5=ba•1I/Y yyamy•,�,+•� M.`s,rN ." 3`s'`lrzYy:x.n iWe. YM�YfII a$�F� .. N}r't•vn .. :c n«,„`:new�a s ip�v}�r�:.•.col� ��rr rr�Ifr�i Iwrl r//%v� Y�`'a• � 3 � , ,'• .r/v::> art!rwm .,y�Ir�r/L YWIII•�e1�o11 �•�Y�`I'��/lr}It r -� • •ar,ph' r:ct;, "''{a;, a'�. .,�wL 1�0� Y 1 1 ( rvrz �`. ,:'M�;w.:/n � lurrl� �i .L y1.x'3/!1'. �� l f •�r•..u1r'3l. y✓r. y�.FnF�Kssssl��aayy.k� � m�^� WYJ�p m".// /' ,r•r r I IYNf, G •hr.,N�t�yr!'ytYyrFY cu(ar�•'ry,t: y�prrµpV�ww liY•YMCp�V1YOI Y� y,LO�i�Wp�Y�14rW�1OgY�I IOI�r �,cMqrr1 ,\ Y '`� ••••_)".,y'..4ur4v:•KyJttta+..�!�Ir�W w+,OWaIY aiYtlil U1IIIrOI OII�A �1�M��iii I�IIYf S�``._—.•• �, — ''' : . _'i',it';?a'ri_yt pt,t3 .a•L. .. r. V`.,. �' . :c i� y�" '-:tx=�=, .?r>• .� �,.. ..d. a'.';I. --zay.'•:��;.'zT tr'','"".r,. .fin.,.r' ;i.'a' ,;±,i f '+'' 's r%3:` e �• � is t. � , ,a F' ,'f,roT :Yr+''. ;°%j• •.y ...iTge.k r n.,fit[. "u. .ti:+§;J+�F�• .�T•ce•:,.°,1,�'t A,F FL'.�z.., ��tU :1 �3 it d f I d t� :L •'s � �.�,'r�.L �'?�''`+ d,., � r' x 5, ��, .5` 7. - ,.Y _ ^�-' ,�;>..�.p,- �:,z+axe, �. J 3 i`, `Mk .�., I. -�>�o "5' h r� w�?., tr«. -�. .t .,7X`4;M .+fS•. ^i f,�r).�.,y}3�`s:°..r .�,'+s`k'.._.tr,_..u,.5ii"�3^• �Q,� ..t{J•a qt(,.� ir:.+t�,J t} �, - 't� S• ;?�+V. .:.{i: t�f r .vy�'a� �y. gi�ro� -.As�' fwi'�h. ..a,,. 'Y.::rT �"�w s �,K. ,:t��`j}%;J��y-..�:;�`4,�`. Y .5'f F;iL'� i vn CqS,} ; B C -.s:.::9'� '• = f ( � L* a ,rF.«=�,,,5, .� i... .p.,,s,J•...*^:+6'+.�r"` , i�"e }•y;" [' t f s 'r �4 «, .k: �. a -,p:,:T- ""x'� =-.�.A`�•.ai'�tsea�,:�'�.+�i� :,�;�1YJis`'.�`��.•::ia.I:{; '.'�'..� u' t�� �+ 4 } , f' i4.� «u .��-', ,r 5''Nkt .�zx .�•,, ,`�, .��� x ,.�c .ar �r: 7...� '2�°' .ri.(''S. ��a,:M, is t,.'J'� 1� °t; 5 ;u's.�;.a��,' a:•'3.5'.,4�Sr ,�• ,Yr. �:: i���l 'Y Yai ��.,M tt�t"0. 'S.ti,?1F'k�y'i�} R•y' � ,� � � g'Y��pFf f f � 14 �t� fi., s• it 1'; J i � sr y r :. t t ' ,T.i� 1;... •*' + +'iK+r+wn�+c!mtfi�skm� n t t , R .� � i'Y'k?1'tK.` lyZ.'„ IT:r .,11): 57' . Y • I Y:ft' f y� ���.F��, „� � d�{iClf 't`i •.e't".�1. 9 �rr1� yt�yt{� ]�a ���''�'x�t�rj,;ll�Wf 3'�,srr Iy� 1F ���[ YrrYlArwll► 'pi }iY a�'�zEt�f,'f�v�u�''yr`5,�i���"�C ;'m`n � it� .eirris� rrwwa wur� ice. •"'T•�!�! i,•- ?��``�yi�s�,� nr �I '``S"��,1+�•}hy � � �tiJn"�lr t5� a F3}�-''ti, � rrs � r�r .t' � sw.r+r «..� .-.,.-,!� .n •'�'" �rt�:flt`i a I�u: fit ?� riht T y��'f �ktxr r�t l ,c Vl. .ror�rr .Or'dy. 1 t,r' err L.s�z�i hs� lyf,• ��. �, varast""'"W4r,r,, ��w � r��r.rx f¢in� �""Isf; h ••�tj�� + i�`'+,,, it ?,t1 i lth� � s,y «� � "..r°[[•Ir�� 'w+"�[rfiirel @�� � �� �. ���; F'�^,.� �� �r1, F. ',tiP'!) ks '�..., 2k4.� f•.'y ta.rrnr raNrlr.l, . r� .+iw��r�iew � nr,` �,r�v,,+�!•.r+�x�,,�,{ y{Y.���.••iF 'iS �;2�`Yz}?.�f'i'bf`���' � � fur d`rx"`itiN�• '��� i�'�F•��' '".: dGt"iyr�`�Ofyr [ '�ri{�N�ti��I���•tv�� rt�an ,�rry NPMLMW;e�. � tM�}a�rr flaarrart�rr rw�w ilNMxaM i�� "�I'yt� 4, k � ,r`rb{ ��� :�wvalNOt�;� .:tNrwrC .lydrrs ���� rrww. ��awl .'vFKt•�r!•F�'��. �����,r�r' t t EE.r_r [rigttt�?t tLtt1dL l ;;�ryrqr��r�rr1yy '� J it jr�r 1f�F �t�l✓tt} f' {,�t7 r4rrr/rrrriGrlr farlaa�=arrw�w�M J ,�d��4�a�AJ�+ sl•(' �'� 1 .r.rs Et i � ! r�wr.°ra" rtrrrorrt �� FrrY�, oriS!.�J ••fl��°"•_LO�� r Fra r .,•� a e,: 1 r�`�`', y° ?�iJrr i } b;}fiyi i�a �i�. � ? � rr.r.ur' --'" � z a,:',e'.•�r-,�„x ,�.�,• 1,?r �i`}at 5aM :t£z ir'TE}�r} •�'rw .ytt?';'�irc ��o•r�.aa'nrtr[�[`...rrrr � -- era� epr�s. y anr� �`��3�t,j3�if Sx.a..gile.�;..�.t:y.A�-h,,.c.,..'>�'q�;.l '!� '6 �•,�n�)y,.;y., id• f • q ,Y f Ali .Lr'S'.l�T�`�..'{•.$i^:•C rvii. ..�` �� I� / 'R ,li 1".'{`�'�...Y"�'* i,stJt lf•`y ct£ �rl[t� 15.•f +i� i I � \ '• r7t"• E•[. � {G &0 1 k S �! �� i :r 4�� �� T:t•fNy�i t r a, 't cpAr �lY�jH[l y trtlt'k�r�i-Y{I tF��l.t'��Y;^I.: iM' it 1�� r• 5 yl r t f r[' 'v t -.f } I® �. •t t• az":+»�:,f f S P )r�s ;,�s5't!:t�r ° r•=�R f"� Y �'� � :� .....•:� � .,. ''E� E[�w � t �ri`atit t 1�y)y+� ''. r �. Y'yi �Y ;" r -:,V,Si•,4�... fi.�t�' )j��ly Y t 'y { fr i' r r y " y�'w• y!+•I +.l H i v S; t r • stir-' " >.-'•c., }r'-Md :,4,�+... • � r ,�:� ., ,\1 �• of ,- y . 7 >ri'mFw larr»N�4ra/�rrp�rrrrrrrrrr- p�tlrf�Rw�L •rp�s�r r r. far, lemma • n �t. - XN'a:M r1rMJN!arlMrelr YY(lrrp parrarr•epWr,pr�1r�r � �rr��-q•�.�r alaaaM[r rl�rlarrAVr .. .�. � - 3•gf a�,�"{'.i�'r.�+itwr'�^f'',�i�K�;��3M wP . wrawtn a►arxmr� WWrarrrrr rirffreWrlOA�� IaCrIWI v ��.r',y a r i �w�[n �' rprrn�t�arrrm�o w ww �'��•,"°"n'r`+ i were r.1fi• KIM .i�. .�. 1��,,.+, ,xsr,r�,!o;ue,•d:rev .+�.'r[ui�'s:•1`ta+ t„�.:v:,,.aw:.a`,c•rx IIr1lA1arrrtar� rpprrq, YPnrdlivF J�C WiUSf.1 •(rQ'y.n �i.9i, 'C,['. rrnrrr 1��jpY�Yr1rrr i . M•w•I�r.rA,!F7Y1•r' (p�'l.YR�I/' R drr,y t Wt'N'.4 frL:ryi4tfTq A > ' M�tbt./ J[IrClrrrrlrfNt .rr rorart rerrrp IrrirO r r'��'•^V�H4 YMn��1�',�P&�IeM[ lfl�!i�•'-+.�y�l t,�••1h�. .� ,�. d .,�.. � erar.or�. r[[�rds����a�nae�r�rn ��m��e�'d fL��6i�Li6.' � nr���i ._-."- rww+[ w.m t`\.�+c.,.•.�.r+..,,':�.,.,�w �dF 7Y >srwar rrerrr r�ira°u�w�yn ru!�'.4•srNrrt r�t =i+>ttf+. wnL + •i t._..- ;.. rruuura•rtr.,r+rr rrrM tr•rreir y f rr+axrJ.ranrwe.wwwr wrwa r.: +�. 'M.".uwen� \+wt aru`�'�'xrm �u. [• ,tt: -^g` Mrrprw rr.rr "r�r! .r._-•^',.iri r Ir..•. R •�•�� •1 �t+Ni N.;tW;tr.era h.+waN��[ R7Lw si.v r;r�� c,.y.Azl. •Y..t:u`{: t '""'now rro , . .iliCIE &R.'�";c°a.�xl".t_ya,I +r:;''{'}��,Y'rY �,,, f "maea• ax1uH� .. .a;�s "t Ut ' s � . :n•u."°�°....w " `..- t--.` ^.�'""`l',' �[* o...r ,r[ •t Wsyaa •;� a rs' .t ...,.. era.: J,u.��.e�••+W�NiYe`!wN �i" 'i s. nt wcc f"°•nw` awama rr.rt ir`•'1T rrr a rstr o wt,.s ;a „.arrrr s� i- B �wRs�i3[�r:�a,+m dazi.rii�•['Y afu:` S,til "e ++ F R."�an.rra[rfi.[[•ia°r �rr'a�'al��[� a zr. tn�, av c.N t W Y' 1werr9°°"[r"'"" aa."°"'"` �i i a �r°'eTrrf[i'•"° R �e, �s5 >.ewr�. �5��. � k �rw ��•0�y r��s}� � a R>.ia x¢pt�. R.7I'` S 1, yY rrrrrrr�rr�IM�r�a�r��r�a�1/r .pv .r�iJf�k^V "+ee1a r r'LRr:Fr,l�.� C� .sw.u`� [ir rwrrrr Mamasr•[rbrr�arlaM rA� � n �`�' 1 fWf�`H 'a��dAy p `fi XANxS. . ,•.7: •1•.t1ry.�,`'' i.urnaYYw/aanurr[ri wrw+lw rww rw ,• µ�...Y�V.uw�&isrw.,.,tai+nN^:•'r� •�? *`°`:� a i.[wi+ www°rr�.r`ri°�rsrn[ [rr"`t aa"'1 a�ai aR[rli .�rriiYr:irrl tp'' htn,:ul m nw.+.m is 4 }ti � k r wM a , a �wx•.�s�is.��•".umu� rS:.'.''i,.r erarraa r.raan rrrr. °[ wy�a1rI�a�rr1����ryry��r��� ��y��rr��{4.�r1� ANION y��� Y y k 4knti�'�i wi.l•r araL�w��[�[aarirl rrira��alrYar allW ' 4rMY�r4 rt11MMrR'(n i.6 ,CrtY�;'S at�sP'::SA+n , 1 1y1r �I�tar�1 .Mar }i�N�(,S,arc}��f...� +u;'u�aA na�t[ :t•.::�u'eyrii�� {•}y `� pt �YMaa rr�rrrr��warrwaya5 WIrY/ wYayr�rawrrrrrrfal a�rlaf pfpera�ce �aCra�rtyr�ryr�r�`!ra !'�`!��1� ..1�+-'tY� F�yF�St,~y' +�y�Yu(1y�4�Yc•:•AY,n,•W�M„'� .g,21 9I.Y wrio i�aW r�r [arrYM MWrrrrrrW[ AIir W � _ rryf `LU�MN[YAi 1.gts'nkn;vYxix t�3+} "L�:l,S' y' rvrru arwr�rrrr _..�.:.:• �..-., =;_ .--, -.-_c.'_ ' 1/ f:,�.. f . f `:rt" ,i�ti 4,tj;+y?''$r •r .+.r4�w.r..w.�r.rs[.ern�i r,rr.rrr�r r�rr w+rr�.ii+w •rrr.�r yrr �rrr 5« •.; L ..zw,r .F..wsa .k -r,yy!$� k rr.ror.cwa�r.ua•r awrr�r�uwrr�rw�rwarrrrrr aragqyw�rrar� ��rw rrrry raarwrerrrfra�rFraararr�l.*aar �I��Ma�y�ayrrsr1rryal M�r�rrMria�aryajrrIy���•�•{ Fv.'d.�..w\/gyp+.• �.w:,,;a,+ofA�l q X t � NINE tf',Il ', C [rrwW 4araM Narw tWlO�arr a wrrara rrrr�r ar Ww r MaW�5ra[arr��raar ll� p in l rw.i.M4'«. �iE ,•r�. Y'� "f M, r ;.;' i'' w.a.rr r..rn.rr.rar a.rr.rwrna, err r arras• l fir•}, .. [�y:.,•5 r v.e. .. Z :? "t ics.' (�'� � �� {E- �r• � St � d ti��,rJt t t xi,.?n't` y t, •i`���i.+'':'a'•sYp•, f i�'tr�?41.ir(K'��k-�t'hfs��•te x,�l�n�,�frw-trjras, r'r•�{,I:J,..�at+ e.:7 4 441•':^ •:.t,y. .r .X•,i.'„ s {{ r tf., 1 t_C ,{. 't,. .!,'✓',F.,i T .t,. f 'ti L 7' n 3' t '2 .1. +1, 1 S .("!z .!�,..} r' S r. � '\:..^,`+:�;S'S..,7♦ Y e /3 Y':'* i'�..t`�-'t'.�• r?t... L'. .0: .lY,.°1 ) ,J. 'k°.;!�. Vii.' �: r1+'f �. ,�,�;�. A�� ..ixii:q a.,, .. y 7. -\. r r u,:,., C :� ;if'.; 1u9�?t:.� � :a<'lr S:. � .,,�...7�r .:.A,4.,,M J. L;,it(c.a,,�"i}•_. s M `;R Y•' str rn"+v t mitt .tyan�;t�N�ni efkirMCeaai nS•up�cir�NeWtM:tiitilSNrrieNr(+'Gh'iptt4�7+,Ft �' r�F�"'!i,.�'� + +^7�.., ri"'s •,.1:.>h �:. .,t�., nrq,r.�r•+Y 2 vt�. ,F +,f., :"y.,:3. •} ..'s' c�s,Ct , 6't+,��,F r{7,:.c9' Fs.;"Si':7. ..,,•?rv.. ,t)r.3. ,rX,; 7,���n�. "">•'' s gi5j+a,,.ye.;t l r..t',,t;! ,r.. x + r' ,S. :,1• rl,'}' ) n#y.,��i ,r h. 6,•.3;;:,•�t �.pt�,t t .r:) 2. i•.a t; 1, rkl-rb ''�lr}.,N:aa `b }. '21 Y.5y .C' r r ,., 'L�::,^i,%''i; ii ,.}.„...,�t.i -`t ,l:'i;A,:. .•7,.c,r,..Rw :i t',.,Ct •N`�}:'4,y n,•h. t F, � .'`.�,: i:*:,�,,, ,t•y,ty.t.. ..`4.. ,3,i, 3! ! I�'. .,i ,;I r ..� .1h:1 fr+'7.. ,J F�`.1 Y+. .•, ,.c.du•y ,3t. : 1. 3l' x ,:4' ! ,,t �r�. :.?., k t" ::if,vr ry t 'r: .{Y., t" �t t J. aw L'°,4j.ar. .k,��rp"YrC.•r5 t.L.#i,p`,•.,: k"p.1GiS`f`.!"i�,t.�,,.R ..i•(N ' ?rF+,.�') ��,, �„44.. '�}l�'Y' fj'�'S:•� :c ,.af�:x 'wrL,!k;';1: k .� ._7lygl,t„y v r .c..t. t 4 t<'""t'a t .)..a S h. t �,,,=tG•., .t.�,,. "y'y. `r�' t t' :`n�?tc,r ,•�I k1Fvt;`5?✓ i• a A 'fib.., «b 3r ic. ny.i n k.• k.., f' r c .q t .'tiy. /�r u{r.l6r. �: t�'tk �,ti 4., .� a i L,£r'}.Yt`�sr. ,tS � tjr".fhv �:i;>;i{, i / J Y. v :A s,,, 4r, .3 v3 �'r4't�'t i i y'tnr, rn.L:,n...:;i f'')jFit"�.f j r,=Y,•;�`y.fit, 5s�. ,(+ u�. rr +�f CGd, r;;:l�y;,'rr.,d .Ir.t„1.,,.s: T•e l. r' :oq i r:! +..;o,. t"tS' °f• )r �•r-�f+ .tl�1 rY,! J�•7"`a ,(+,: .st p, rt+.:,•t�,i:. 1J;5`it'Y,:n.t �, .y.i '}• �' :+, tr 'r );i`: f r? f4 a. 1#..et. c?h 1,T.C•.4, tti7t:/,c' C ?f,L,C•,... ;� . f.,� ,3.r, '} .� ny1,. 1.t ,t.,`4':��•.>,xs,l,., •ti '. t rfi ti f r. rS�''sY 't t, i x .l .d.t y .,e+ 1� Y 'Li�>j: #!t, ! t.,i;. Y•. �� �(C :t�'•r'r e; :•Y,.: ! � r'I.; Lufl.f'+�`:.,(,.i;r,.77/.?'�'rdl 1 J i t, � t s tiGr�i +.t,7 i'; h.A ,.�� , �i.: � t�, �:r',,,: .+'Kr •>. ^l s��; ,fs k,,i}t,`���1.;.:�•§t � ;� ,., t � �.' fi./ u i I, M''' u.�l��' �� r(k�p5� r,,�/ ,i"r'sF :� Ir..•ii�.; �v ,{y,,I,s2.iy,. '.i�,1::'iY;r,,y;t ,i s s... t t,� „y'1 'v .}, s l .tr t .p r ��.i t�,�w','':t,t:{� ;{• � r,e rkryc." n,.t.t�. ;1tL., f ���j1gjY 7„i•,,P>' vr.,!�p};ri•Y;fr f l +'i � .:14 Lc:t.V t f :� r ! r:t' ',Er.'i. 1' �`r,:..�1 /lyt iS r+). J:i�'�f•',p ``Ytt S. +; ��"'"�i'�,�77 t Sf G �tSF,ty .1 1 .} j',' .,4ir.,, �, •.�Y vit a t: ':t i r 1).�1.itNh'i fiat '�t� + tii!�,.Iat,�t ,L''yaS!. ���, ��b t, l;i'.},+1,'f;'�rli',S,ti t�, :(ir ,1, 3tt}. 7 ' v + t �,,• \ 'D '•r��.: •� .� �. ,2it.7'. t S'0 1'i+,..'/�I:'.)'rtt!_,"-' dF':'': ,�,'eL,� 'fs;C,,F.'+ r 4.15 rl{r .0•..L! Jr r� ;b.a ty,t .) t^ ., .1} tt �r € yg � t + �tys tI.'DSi rr, r'rY G.+ 1*'cr t^ �f.,'." ttt ti �: �t r r 4 .:i,l tz aq ..rY .t.t t t t , '..1 r. 11.� .•, 1 t { ',.x ti j 1?�r+�' + �F .f"�� �, �s it-Y�r• j Y :t � J t, I �', .i'.'1 i � t ' S :. t + t ,, ' .h+� 'Aryi t I.t`u+i,pt��"" !!!li '• e,t.. s,! { /t,,. :� �, :A �! , q.. i �: 7 4 r q. i 1 .WN i 7 4�ik a5 aS ?,ylYi�,: '��h�, ,:.i;,`�•��f�fa Fl�'fh � .1 F'4 .I. pl �.`rt !t{,'pi5r t 'S t ;t ; 7- t f r.1 .�.' }: t s �j'fy+} ' {;`.i II”jq Y �3 t i '.�� �,. tt rtllbl}{�,r.V �tf•Jf)+.A .itit�,t��'t� Itfi t}5rf r t t.t,77 c., '.3 �'t .y 1 j:� i i{F>)t J;'tf;-'1,,;.�'ii'�,;^dil..,,,t�!' L�.:} t t3,+r.F ;.5 fit,� .1 8d�,:t j,i{�(y�.',�Yt^yf.e-t •t t��f T .�� ' i . .hr7 , 1t v`�'3f9tiz,tr ;. "Y11 t 41rt't i r r; y.; li y: �1 t. : t '.,,a t , !•. c .:5 i 1...,-if t +t Y I �• aP), tsti${ttv�tttvU?.1 ' •l �Y}'y4*k',4f4 y}'7 ri 4"t ! c+; Yz r .:ii n '�}i, a; .i Y + """'».,..,.,�,� ; :I t ! c t. � r ,'FN '�1• dry j2d 1 u 9 ',, P. '+ `t I:. i' • y 'rMt'1.>•'�P/'`'.}�1J 7i1.. t' 1 f)S S 1. f.. y. p i'af- 1 �' ,.rn;.,�' r '.✓ ! ' tttly4"��S.t v t(, I.r }) t •.S 3 i. 3(fi:�, Ct4 -<kt �SnJtiJlvri.rr .r #A,9y t f ':atf t '' , i:. ..;..1..`.r......,..„.�.W.,...r:-t,«-... lY'' +^Y , iR' /7 ` cf r{�.}•:v r y { + t a .}, �;. 7 :� :l 2� Ir!.1 •' r �. g'' .,._.,..��.r-•• '� ;ti• r S. r:' S �x rd{!�f4Y� �}r`tr��h/t#.:xlrjr`i.t 14,�'Ca„ttit4 z.r ",t .�.,�'� 1 7 •++-r,w•• '•, ..'�i +, y i., :r + •u�.l, t ,.# •''� >'�ty�',:1�,;y-tsf,['yy''l.rr. st., 3; f• yr:• t !i,5 (•y'i'+Ytnp'l37 UI Nr?j'.t(:>• mfr: '3i;:x>:izi;r t 7 S ryE a 'J + ':f. ..t\ ',r3t �+ k ;�'Ga`y,+n}.,t•r:r;t..,�fu�':�tYtt�fyti:f+ryi':t,S(.; TNi� iy �''!.d'q...-..._..:wt»w..� An: at. i ,..Y1: t �'! ,�y,l y„Its;f„i`yi t!�a r v�F;'-:,i,r e , rJr �„.{ .ist 4�, � .,. :4 r ' { •i r ?1t v .Lif,ii. Y + p t .✓ ,.4i': ' ri° 41q.,, ,Irtr�`3'•�:♦y,�A•t•,.�}`(.lN� 2t'.>jj;1:;��•{''i sib ::d i [ f{. i ' r rrt, A,`!5{,•.+-Y�r Y,'1{ISC1N {�Atl ftpl'r-',Wv, s j'��f s"st t'y �e`f'i'r<{�afi,t. ✓�t /'x � t l;. ,!: .'r t t t. F �..,� / 't t It. ;y Y r d } .�. � 9 FiftUl',i•,yi+r`"'-'t.'ii !4� }}�F+•';i� n!'d•r,y 'tF :�h�stt • y: I :r-t. l .' t rfy .7 t t.I 7 1 �}f%,L(,i��st,„d ,�x ,;rir r*�•� / .�; •»� x _..t � �.+ .,� ,qq`' r s ;'S: ��:'� �{ 7� y t � ,�yr�'tY::f� z."�i:Y�f,r,�jts�t. �`•t .z •t'�y, X.•D•irt;•L,"� ,;r :?'r�° ��}} � '� '� 9•. ,i,..:J "ttl Syr 1 x,i-:,. +F';xdit ?,. , o— ;^,�,<?;rf(.,r:nA 7 .ti,Y�'r.,, }}�. r'+'Y�' �,Wt: ,1 " � t _;d u ,11.•�r .�µi•(, ��...tf r''. .tS .i:r i,.w(;rA fa M SY r���t'y1,iyyk li7t�a,k{�'*py��.:�'}Ft(9''d t��rFli1 4•f:t:.�ry'r' :t ♦•�,-•"•",Y r(:s'.p.�{,, R .SfS.?h�:zj i i.( �.f Sri:�} ;��iQ 7{s'i}1Er,�4�' 'ts„ ;,r•:f;g2 A r �'Y }t ta"'lY...47>?`lii:'�'l'•:: >) i ..t; k. + w� !i' S f i t q. r,.M1i•:s� ,� J,.z�.?l {r !Sri .r} .h bFr ,,. 1klJ���:t,5k n#i;''}5�t'''t:}}:+S:l< r.v, •k' ).t :sv,_.t.<:,.. 1 r, �.,,:'Y + ,f1'' i 5. 5��'i': ,t(�'i}� ',�i 4'r'tf t LI .:j L 4��4 .; z F" ``...J�it v��`";t�'.�!:t:,fT+'rs t.��.y ,.�^';)l• ;'t:\ 'tia+` ' Jy f 'r�.I/\' �j1 ,r,, S t it �z,: ,I.,;.,.t•L'' � 1,�;. t rFf 2} fi ;S yiv���1 .�y .i�4 } r •y jl+i r'eTJ��)}t�,yt�,Y i J�i v:�`:_S"�C,A.;^t.° f 7 .t'' +�[ RL.. Xh� r ,1 i t :.i:�„ .i.i�.`.T, ..9F.l.tt-t Jf�i;�t r F's �4r',.t��i �i:'�,.I�. 4' 'eW^+-.si rue; ;o?"�" .,y erg?•' t.,,iS:r: ! fl i � ,; 'i' 'i -'�::,'„Kr 7„G't;�t 't .+'a ,:� f y,.t'�r' �ft('y y $.+"J:,, ��Anc r ( C. ,4 d t "1. j"• $ •Iw ''•?,:%t. :l, 5 t ',+e' ! 3 �yx -'i r,4ry ei"�1J �§.•r't,t.,,'r,��t,'C-K t. �e. .3,� i.ti. t ,!.' ,�� Y iY 3 A � :"�,. .t:: 'r z :;t �,;.0,v,.; h�V,•:<;�..i;.i/'t`„'<,.^,f„-1�' }'tgk ti���`tl+t`,'.."t+it't'. r "hn5ia"� '.� r t Y r. r� - f';�r rS .t 1' i f. c{';�:i�''r"';` •tf7{``i..� (t +u t' X�.e I �:wi i#JL'f�:;rit6�74�';drf.?ir�.P }t�'S.y� K'''' l'fi.?"M+i •�:(: {. c! .y i. r. `•'.'r.N I" ;;SN,;�crij, ,t*�.,i. :✓.,..,p:,<-'�J'. a,?r':�tt•J al ,t,aw ,y .}�+,'�•� r N r1�j1 1 i of t n .2.•,1 -t 1 i:r r 3"t. s1 rz+';.F,�F,.'�a'+l��! �' ,t 117.:kt(!�"i1i`�:+� - �,�+,,.'.'.7.r-'t ! � f.i:it i�`••d 1 ,`•,p�^:'tiL:,L,''F,(x...::t.:tf/',q ,s,::c, ¢ .+4.�,h, ��;(�t5,{l X• a4 77 1 ,-j•�:4.P �.�t,f,' ,)' A. I D ''t '; ! J.. j:t7 t:.,:tr., .rST. c,�L ] ,try �i'w. (r.�'•i}"i�afri. , .'.`.i'i�` ','tv it "�'. .J' l�:tn`:f.:tfi/, ;'.a•`, �, :,rq'•,':t:u i r. :.:1,; C. I . 1'.i,'-_,�.4+t✓, r { ,dr s'+{�+:rt?c 'rah •r2•) `',ra ff'S.w,. /•Q F,r I'. a}7r S .. b- diJ s''' ! r'S7i:: ''{Ii TY:v u a :tyt i •:r. f }' '!, 5;;4r,,F9<<. 44�t.':t r. u:aJ.}�, :t s}?: �.- n.�,f : .b,. ,t.•r.r.' A. S-V r l K' t • S.;Z -� 7 :ri",i. E"•{.'il';,: et t �l�i lief.; ,�2.....,t.t l ( t r �. .,"n(,°�• 4� tl T3 r• S�1 ll/. �F .}t., � 'S;t�';':`1 �j4-54th,:t`tt15S.�:'+.a``. '°�r+ 7J;� ..1-•a ft,>r ,r � 0: i 1 {`.�:1 � 3�, �h 1 s - r .tt ,r cn'':,5}y y,f �4��•,.+tTi.ky r, t ..7rR '< + �, s i S,! 'ti } .J � t+'w, y. 1. }. %e�'i S y;•7;::'•S.fr�,'ss�Y`T�%5.,,»�„': yk f� .7�7',�,;�z-e;r.lf�e� t •+ ,a;} t. J�` r: I. ,! hy.f p .L,,,Y y ,1,+:.'.Ft�•;,`.�l" p y� 17./7:..�','.} .7r4, ,3'v+'.±,. .,t'+ni..''.! s<. �:F,..i Y..;r i.,✓,. t.r icj..'ire;:. .,ij �•11. .,.;i''i(,lf ')+r�-� �3y r.. 9:R::�y:t. Y'� -,��t..i_ .(,r }.,�.. -„{, r�i3,•, :1.•1'. ,..b.t t :`x�. r„ I ;. yid, I.:i 1 r r �l+e, .,4.:. tr ,,.1. .'i. f 'r t JV.,+4.� {, �ii :,�. I,i �S s,j(; b Yu �. 5yL r4.I. .�� .S• I1 ,D ,,,_' 'I,tf "lrC:l 2+•t,,:'!ti ':,SyI Y;� �;' :#�•�. =l.,,F�'. .r'��>•, „.t,;;L., n;� w: ,.v... �.;I+r, wx. ;�`,V::�' .r:r ly'. rC C,nS F.1 t.t � +air ft,. 2.,..�ft{rte ,.Y1yJ t/.'�: rt ,\.- .-t. .<. .4y'." ;t,.{ ..,• ..J.-.I.c ir f - :'�t.x, �;}., ';.i,4. v ,�:,1, .`• �+.: 1'C. ,t..rt::s'�:,�r,�%v:�.,.f1_, .fY✓ �r„.t,r r; r. ,.v �ti t .S:+. ';'s ^,}•.. yjf. i'. .",*Sys,' t.k 7;...yn:�.. y, a r r, •, �3,. ',:4' ,it�$. ..� �.t.f{.� ::lt .:t` ,t':,'^'•" .+. t iti -H.��,' rtiF,2'Y•lj•'{+ 1 ^}, \ b; �'.! ,?z'-. :1•�.'2L.. ,,.hl t.0 't t y. r r .r t � !It y}," ff f.�itrv!' .t .1, t � }� r��%:Jfn�:t,j.Y,�`'y'+., (J L .k_; ly.t�"',1,'.Y:�.r..:`-t3:r'y >;,.Clt l;.^,11:.� ,`i,`P!i f1 't, t.!}•,,`vlli ikat :°Yi:: t`f '+.l'i1":u'`'�+�yt..�.'��.�(�� .,�t<r+,•" .y...�r,.qY , i. ./ F�.. :r �, � r'>;',:;; !t r i t �'tc.. .. ,nS}!. dFi% + '� w..1`L% i 4}t)` t r; i '7. �� i�' Lt.c t �`rt•��>ai..�':ti� .1( i 5 '! ' t. s,t .s f �' rylt?'I t;)��"t`E'.attf���;{T:'-G}"pr'!";i'"� r?ttr• xy %��r} .P '.wt's L l+' ; .5.5 y.t Irt� +1•: { .t�, ''.1 ' t•is t ! t .tA x qtr .y, n�'#���•.,iy� ! D::%l+ti: 'd•'1t=?s r ;-r '•' i r .J. .r?✓ �'i`• ,,s,: rt tr' '' +t.rv',tdt1-,.,5j,,i� ,;L" a' ,�.,11.) ;Y t ,�C31 ,r h .i;!i�r. i ;:: y r �'t i-; t,•r ,.{ ''�".1,_, ,.t tw'.,, l;.x,S.trm�f n' ;1X;a. ,• 4! t. 4r,r• �5;'"t1 t r• ,,yY,v,}�'1,^,,�y'L+�•.+(ti"'j"r•'t�J��"°� i a t f, : 5' s + ' 1t`� �: .l E4.iY' t Yf i. 3.r,,.r;i+1 S3[ 1 �', I :z r+ i. !t Y 'r.t 't, I )t , I t t.t 7 tt .df� .r�r l }f��• •tsH &YS 41r}� t. a:xr + + tt?r,. "F'I 7r 3 rt t �' ..J:••.^� , t t' ro�'r'f t Y u Y; �r � DL 4 t, ' ,"f t•v,;. ._i` .�trS?:. 5,, t t 'r r l J tt; j+r'L.yy d"a, ry;,>��`i.�cr�T'- r' r{r .j.(X y t �r.�• r >' , x fl '7 Yl ,t -,. ''�d�" .r.,r` sr•,to^. Zrk(�� fti^gIa T'�'ry�r5 i!. }t. ti,','��'#�T`�'1 7:: S ! •'<:R+ t { ?.}}� G.,. �Y� �::4 1 t ( J...! r .S t'/ r.ljr,L J :r.>... �z i 32:Ty'j��}�4'tf;�,.� �`In., ia,f���rg:��. irr, , �,.,:f,_S:,%r.J)r t .�S. 2 r 'S•;. r. ,. 1. <r ,S', :1�'.sr'�"•t„'f'tj�'2^>�>rtl����` >t::;;��a?i(r�-'r`���r , .t5r<•t '': ,! .I. L ;�7 (+ ', 'r,l.�"� .r"ttt t'.,yr tC 7 l ?�/ lt.�.f it�r.r,J;iyi..wlc'Y�;�':tr�„ei. c �,,t"N t r t l t t t rr "'"r � �SRp4�'R :.r t `t, t✓ t'•+' try „t•,! f t':'.DP.11 k t 2 t. : rl� + tt 7 r �` ! J tJ ' n t � '>y 'z zt� .Ar i i"�y ' '12'�`ak';�:r;ki'yr,},'•-f:fir i,} i ; t 7, i ) t .I .it 1 i t I .M1, :i � J c '[7 t f_� .;it w .( 1S���' r.d r aj +i.rr �.?(rr'� M Jlz {r r t� :-,•i ! ri } 1'. f t r a7 'tU s'! �y� + t" l i;yt; ` '�,,,yi�' z'J;°. 7' r .i}. i*�S,•)I A.+:;;::i ��. � T r:5 -t. r I TKr J..••iE:`t'"�,'t 1.r+>5 i ; '•},e,}Sr�'�t,'r,� �k;4: _ xF•.r"•,1=4',. li.,{.2Z, t�+tii 1tl k•F pS^y} J I Y 1,.�1 y .�, C•{. t'. t. t 4rr'.1, Yir'a'�' '? 'L•SJ ,h ir}1 s, S"r�'i(,Yt:�,L i'J..n+.,4!� t '•�'A, i Fn= 1 9!'� , .aai .� .orb_„h;zr.,+;at.,a .•ir.+, Y .t. .,+ s f'.��t+dbr y.. rrt 'S„y�c 1•r;S'�',i, r�-y5 f.Y,�a;K�S I`•ryS�i'$ 'Y. 91��'.•�,���,irf�.4d.�pB,�;;y',";t)t:;�dy.'� .y�,}Itry; .��.rr 3.+! j a. '��11.L ..'or ir�.l:,lk,rt`^ �:fr.'D�`.�. h;C'�..>±"S l.rrr,,37�;ri�•c $.ts9+,.r- �t�..{,+,%'�?�` } .}',?r.,L- c. ��;�.;, ..,tn. .1 ,},, �tt21s y t T'.r' ha�Ft� "\£ S f+1x...?'° al ♦ •ft�,-�: { j, III r I I r 't • te''"A:f'z} ,i �7>z';c�v. ... .J L',:- S r,"r:%.�., .f is rM1�'zj"',j.'*7 S'iy.,'ri .�C i;'s.r'�'; 3•�`a a � ';.' �)� 4", '.z rrt rt ,a �#;: �: .�. xk f t 2 1'r •'� �: •j .fL° 7r�" 9j.to st ,w, ,a n p ,r.yrY.. fyt,, "r {` t`,ra; 4 Tc f: � Stet', , �?.'. � ' � �'�t>f�� dt" ,� JKIM ti:.Y,�y; ti q' �.ly ertn'+jtli*ag ),' i'�',�'�ifitL4"' ,¢f'.l{5;1�.! ,.1 t + :!..,�.{L-1:•(f Vii# rft,:r� t.. t',�,t r ,(y.:,{y,�+ls„rt,lvi f'f�.�.y f«!• �'. X'��,'.,t`� +v,Yr .+S'S i t 1, t f S l'2 LYt St Kl 4 S�y' 4•f)"'I it y ,�r.y 1`I�.rL : 'rQ'Sr _ •�i�.t ' .7.(.> riti� t r ' r ;S:.k..zw+�fC'. ,*.: r� �r".�.� "� Y�7 3-�e',•a� %s,;�,X,�"'�4g.gr y tt. �ry,., �Y:'}+?i1; Eiti' �.{ 7 �.1.. L:>:'.'q.• t!. r: ) ,,cs,'�?��i�• tt }atr�i�'� t`f�' "f ''�.. �•<.7�r`,'Yr�� t ,,�� r zi �.y�� tS �����1wi�'`iiS��J)�Xr�li �'i/ri )rr 'I [ {tt}TytY��rl,,t t 5 ? ,. i ..Y.� ��.,y�F�;`�`�4Y4 }S'��jt1[rS+,,,•;, f����p?3���': �2" 'i'i. ,.al I�,R�'��,c s 5p!'�;•'`:;,ttail�l:~r�S�'1 r .3 i.; 7 r':: y'y�L �r t r ttf' .� "t, 5.z. S � ;�t:'y., e y A4 t� ! dY'.” i:n'•:'.r+ �fixr' ° $d7dfK'� � y t r.. dar yt .'4S,y ?'y,�' S1 '�iy;ilt,,,?r.t y t r 2 K I. iy 3�,L�3Y1;cZy�l'•r,S d'�''f?�1v tom. �:: �W�>4� p��f. �}l.��,y�,, ,i` <t <,;Y Er•trr�LLy f tp. j5r. + tU� r�}(y � s 'rl Y.t j'p",7+�'rit+ � L'. ti”, >.a t� > 4m� ti -� " }'+t r sF h �y7r�i r d r kf::�•!,%#r..�'{�-��"� 7 �,ii�� ,�ht A A _ yI�yy��, A �o! a Vii! a r•�i�i�'F .'2.f 1 �>jr r'D('(. �f t:t't! ..Ft!•.fi';:;,��cc r'•'\iT,rf`t}�f f i +4 5 1�f'F;y+x ',�': �,�yr.,,(,�7j� �`'ty, } � ,t�''{�'�y5fi �� r<k r \Y✓"# J't'S is< >r 6 I.,L' i 9 t: ^).t't 'a,t 5 � '4�',', ' .u t (��� �?� .az,f k y tF S 1 r 7 f r`r+1yt't ;s���l�ry prhf•�r.,fr ` rr t� '.fit „ .. 'rr'rAr 3, .P 1 3 ! ,k ')�+' �• ,,.W•5 'Sw,y f y '+ � �' t5' 1{' r'(l�l}'N .t5i ab LSS f t r 64 i � 'nrs"•i!t "t n^r.r. ', 'i„a>� 4r '� �►{!I Y�'L Ir't�' e r�,, t r yr t.f t �'�r.�rAtsl �,��t Ft'}�y u>£�..!� y tt4 !� � �R .: . �•.r.,,}t : 'ts;r t rF JS. .Y�f + pK.h '`+t''��1:rir l�i.t s�� r�n,t•fn�}�'rr �';t.=1-�i'i':t� j. ,,,�..YS`�!:'�.i•'. t„5.1' Y4f• t' y; q�'1 y t j y, t x f a,5��X 1 4 U7 xp�+,.r�t? ytua wny-{y{? ;i' ,,r��'3•s �''�1@� R" ys` ! i !q art "w t rr t Y P Y )C+ L 7'ti 7,,,r... i++'✓5 r L7 F .j,' r7u i!•��`�-4�1tp y �,y'it'T,+++t,,.”'3, '•t�,'�a a4:�.'rs1t"LY.4.°^sr.t''>,.r1�.i,{ti F.t.,�s�l.'r i.,:,<..0 p t s.h1J:'ch e rf� �',��:'r 4r Ft t 3:;t.>;h fi'L r.ct..,r;t t 1.#`4�.R r�n.P:t�:S?1,'l ri:+,cu.J.,`'7�'�'��"•pp'%d``i'y-;S i.a�°'::F: ,i')�'!r"i i�`,K:;tVr�ti'7Y't`.srrtt y>�r••.r'rr�!F�04V ,+�F+y Y 7 '�+ �c, .�t,..;�;��� •.5 r.i'�,r an�;Jt 1 4y +r i +:y Y�'y frT >tvt._,. .! r ,t "t af' 5,., n r:•.. s s'Y'�„.,.. \ ,s;l;i yy 4 h k' :qty:.' ,�3�:t � ��,� ?'�� y4 Y� r'r.'Y „a ,r.'r .ar r�, :?;•r;,'::.;`s:,h•.r�,. #! r C�. ryj�; f}. }� ', 3 _ r «Y'z=�r/a„2t::�5',G,.ta„t .�%'�yy��a{c�'.:C t.}'�95�rY"'.i.;c��� 4.< .i..+.S.i:,, gin. .t::,.}t� ;`Sx�'Stw�u°�'v3.'Y."•. }.-$ '}r��:;.f`tS?'u'i*^'.: �)��$�•rµ,� �� � ''3[,+,/ y,Vt')y�•i.r.,1,* {t:fy%"�:d y:kys,:.xl. t� !'t. .tt f, !d riE r;Sixl,ri}:rYS/+s`T,,. , -�.,Ai^'yi` :l�fF;.•",. f•`U:'•�ii a" F,�.`,::^y'�c{'zt 1{ yy'�� LL ���,,,,�y i tl�•�it+S. I y 0 � ''t t{J { S+K a ,r. I,:,:t h' yy Nrl�'y"J }' T•, y f S.,o ;{ ss,tmff' '7Q,J• Y� \r JtC,.�v•�:„�u'iY `1:'rl'7�'+�SFI'F,';/'S�'S.'Lr y.1 :�>L�S�,`'� �!' '�jt'O � �., u,ff';ll"l tKt ;SeT 1 r. 1t $nl 2. r y1+' } is rSr(�, Jr, <dt•J f>' '•`#3 lY -t r�; ., .� ', '.,�C, v�� t• 1i{,f,Y}t"n�'`4!,i9�lrl`f lJ.�etrh,c,'�S r't� c..tY +i 7 '• 7 d +` r i a i4 y„ r Y�� !. t�� } � ��{" .� � ��,. t int ”�},. i i s.' tr 'v; a <3,r t; ar z a {3 1. #t t ° kF ••.t.n: ;.ta * i4 { t •' $ t r',L2 .t� 'S 7 I � )�:r i e $ j „ t .,. '..[ ,rl Sr•t. !z, .. rw�xt,;�lr"c' ir#;.�'`�.�;'�y';r"_•`ts�r��?4.��I,5�I 'r}t}���1 7:Sri y,ikt� .�,. r.)t+�r't, 1',if.' .kj.'y'fl•:` ?5'M1" vtt �. n ,,L t ^S .'J rrpt �l E � @ t ':nr,!;i.... l .r #,i•7- .. �'y,,w rt r � f�Y/ y e ! r i'Gr t ( '.t,�M ''a :'t S1J,7#yyn.'t(L,, 7 tt � f r 3 ':�' .. �•, a{ t. ,�” '��+"7��•��'Y�� Tl�t�e•s iy ''� �t�fY jath��f���t�F '� N�}�'f !1*r7� .s k a�v u41r.,tzar:.L `•i'`:.A < rD F t�"qf y.rY it �,r Y�rA L.T t Ar r+yra r� �^• � .;M �4t > t t 3• .'�. ?�}rr•�'s��r';�'rp�f,o'I�f?.z,�^aa:.J;+::s+.sii�'Sr•R'£ i'':lt'. ";srt4���t>:�,lr"''S`�• r :t ��' .KC. .'tlh t'4rr�,�;}U'e7`rr�? 'F t.,,R._:J+.$,. r R?'r. s 9- :r.. •,.. [ :p .t t t j� S t `z.y�iPS.+S%f f 4 ;3. tE2t'S`;;".n;:..+„' ,t,..r•3..2.:...i,, ,.t,,(',k f1. .dR) . x' =�,.: t t... � ,;b •t.-,.a.:,:' r' QQ �, P�+:y.� � t.:c tt •i ',r:: - r4 .;vS' t-t'.,.{a, .!:.:•,�,' „"<i, i7.;,�;�':�n .#�'g,,�,. .i,H., t5"["•T^" .z.� v 'z' }:t ai ..x '� 4i�.M`>6 r .;1 \ .tt 'j` Y t .0-:..5 .1.. ,��:: ,±"�.,��„ x,64 r`s,.,,y •'a.;-,v r S ik• t I S. J: .i:'a ..a«w.e;..+,.::..rr,:ww:.+.:,.,. •Fr..::au+.a :r.+v..:w 't` .y. ;.. 7. �r',T.-y,.,-'• j` e 4 % Iri„) r}, ?g t,t'. } ::::1}., •F i t t """"'n as 4KC•Wt , i;`'-! .t .,i# a'� ;.:'',•'t, r.,Y;,t,.":.e�.• qy, r. t r 1z { ,f}r Afr-a[ r ti,Yi .t. tt 5,,�Kt �, . .i i : t. ',�5. ��HiG:+ 00.5: J �Ltit�IAttII9 z.. t t' i) s c.`` ��f 1 a�.i.kx `„h,.�4 .' "u� •ltt 'c'�r�!Y,"Y*` ��:'to 3,�+'�, '"� d'L i�Y.,c{AYnt' .y:;e�'tnarir'�•.ittr. }''..{r•�{.r 4 .tt�4..s x !,. [ .'t. .t. i1. ? ..yr,t z .�p.,. a t.i �a. e S': re'1SG 'tr'' .,`Sr :>7 :�3;t"t''k°'�:irr,�'".�,:• t? +L .�' 1 ,,4' +.:,w-.,;:..� r !-: c :t„•i�' 4 ,.Jt. i, t I +r5s,r �."}r• �1 qty: , • 4 4 L .r +t ';>.F" b, f.:S', N,y'`:,'�'n't�:,r/t'tYc 5 ' r :;a i) s, a}:•. a.,�,,..r, p„' ', F.r J .yt .S k' Y Sid `'"r tttlt;t Q,.; 5.1{. �+ I•s ,J. rt w.,.,•i.a w..•..,.n.r.:#+,r.u•.:r. y.f+F .t { IA .tt•.}{f'rr :r,`�tk 1V11�',5:..�r r,F 4 ,tia ry rte` i }.55 3,frft„R;,f,y,a,..�1. f 'r v 1r ^, t r 'f {. a 1`rl S'fr }4k,�•.ir.F'+,,7 ''. l9pwr>`s{'"r�ri rya{5;r r9 .tEr,' 1 St.s r # :vTM 1. T!n.•:{ ?' rr'C�` 1. Fi�� %,5' ';,[�} 1t4 W Ut; ?."�' � S,Y{N�Si}'�f,,���\�;•�'y.�,,,'�k�h�iY l'?.r,.:vt� �' 'rt'I� i''.'' �i�t �"I.d.'.�k«.I tl;:r �t.i ,is'r ( .l SJYy l[ 11 @�vr$t•,t9 y�sif�il'^fr�'{kjit`'i•?N.� n'tt"F'�`tty� '�`,a �A���t,aC})r�.�i Z;'4.:�.d{t i i R:{�?{,#•(d"'„A�S p{��,�,a�itt'r',f�s;S t,,!p,:,'1}��,i•y,�r�{r�..g•r s}'t r°C'�lt tqr:.';a'F”r';'j'7;c.f�'z'°4 v1'F.k r•.`�:•�d}t v.I i:r�x 26rie�?:t.YS>vJs S.�r f 5<u"i.�,�y,4',4^as.a,„4✓Y j 3"ve`GY:`'{h,7)✓Y;�J..�.,9{.,'�`;,t'.%tse 4«A.M}t4�]ii�#',s'�ry�'1,`i l%RY Ar{•s,tS'�--'�t!•n'•�?..,��`f'.i:,ti,�Y{1)h4i i:!A,f�r`,5=Ft t 1p��,.t�s{nJ}�.�"{l,1,tQ'i i�.tV}t?1},Gdr'�,"�i.{nr r`,`�f,,Sin''t�.tg`.{J�::,1f5 7.-.,.;``.i 3{{t��t+'+Y i r-f4�i't t.�3!Y�1 is't�,ols,:�.!r.f(((I+r''t 4�yrF';:.tt't.tF'r f i l'[4 3:�.( .t{t"ri'y�st:4;i r s.a.Ir,{{f..''i.).Ii.',,r t�t`4!ir,i a'3,•r l'4{ r t��.a 6'.-t 1r n)r;r.a.,..:"?i)`,,....`V)};t w:sNn:':i�.i r}:'')a'L r t+t 5r:'t1�,t,1 s I'.+'a r i�4.f.J rC Y�tr!{r('Yy..N NJj���I:�.°F�6 g'!�S �I j..q.ti'.w...r M r�")'?',',"f r t t�}:f�tr l..teri')r..:;,t a t t f x>;.{:.r,1-:i r,,,({i't h r�r`L s'.,fy.?('t.t1 J:i,'.t' i a. �r r�.Ft�r r.d t t.,>,�-'F�r+t;6 f?.t:�kIf.?rt J�f i+•�i�S/F,:.,e r.r.z/•1�d:{1 z,r''[�,rt lf,d f.5�£ii'4'S 1"4`�l<'1t.�t'P ft t'1.r,'-i f1�[f fx$"`'r{ft�tt'F,.i,�`Y t'''���r�i',{{rl;{.t.ttt��s�)e,Cf.,5� •,`hS<qt�fi :. $ ri, •,4 :�"IF<.,}�t .�;r�j",,;(,ya ,,� y�g�r t� .t i t o y : :+c t rf,u ,!' i•i'Y'o' tz'' to•:fY''k, � '�;• ,{^.r i3 �;}tt,';. .S t .}i ;.,{wr' + ,r t y I .1 ;,. .�'"� T I t y t- 'Y.}i ly:'f-.'P: �I'nNt"e •P ,,t[.}� $`3. 1s: 'i !; 8,'zt,+`Y,; °Yp.g;, �t i4 to t. L't r. ' ,7{, t{ f .I: ;`�F I�, �?' t .y ;}.x ts 3j,�5,•j}✓�ia` } .�x ?'. ry{:S, d.v :)4 r;frrvS; `� t. j�, ,h',,u. �rM �� �t ,t '•wY,. ,,,•w^,�. �t� Ron: `Y„r it F)✓,t �rb u .f �t ryµ�l.xi�.A!......,.6r:nG,J. c �„;.,.n'.,...•.w....W. t�' 1:..;q I i.. �Yh }`fi�'t',e. '�;Ai�ktf v { i Nn. :f, t �y�.o-r�.W.� t ,.i t '.'d. r 1•l-I�kl� ��.z,l jv)�`is' .rw.�.,},i9. �, L,.1 A,5. :,e-c f ;Y.a y J r;7 , is ✓ 't , - s -rP.'.Ti!¢..p �:y” ,P S ,x,,tt.,_ 'r ah._, ,, „s•: xa .,1. t .i;.t �s ,.�t ..er,wt }><. as.� �{ ,:a ',? !r 4:' -�.{. t` ;r :.t 5 -.tt '?t,•h:iY,:r y .A�`��.LIy.H,,,,..��. � yts,K Y!I:tUl'M1it: ti r.t+ ',.t�..:,t` ) ![ / .1 `k” t ,li }'♦: /r.() i°}`4�,VI yJ t.,C .t. :5'','�L .'�` f 7 f 1 �y'• 1.., �t l. ,'�.y1 rl'1�{h'.( :Y'�"r:`{.r`�i':��,r 7,.�,3\('. '"i'=. :.•Y. 'j�;tv::� rX. `'.i'.7 .�' ..J):n,,,.,Yn'l+t•r. Ski.;'y r�.t}n -JoSl'. ,r1 rv17 :;>.. .{r :'L`.:1 I t ly y,.�LK�". .Y i.}'. r•.t. i.it.. _y.. .i�';is :a 91,r.:'� t). '1 �.fi ✓.,' ;t^" �i.4 v G. Ih�• 4 �����' � r ! t A'1�'k`-^: r<-�'fz.• ,;),+.„t,.y79.'}�'n, v1'-r.vi�Jl•,;zi.l.( Yr,',t-�t '��'L,• ah Pr<J.a.:atw „,,,,.,.,,,;r. l , , Y�:;t..,,-t%!:r�s�'tS": '�� �is t6.''4,.�� i •}n'�;`)1;:J:�',o i� r ..3[W! {. 1� 'haad'. r{ r3 „rAll`:. ���•`". d z'Fi't f af,+„ '7: I .;.1 N .l' a. i1,6 F itii;:�• t�.,. LY' 7 :5 d{•Se1 S.�i Is }'�'a,lt :C; 1. 3. r �l�.F rY w ,�.�ut. n�.[.,.t.. 5`,i,i�; .�) Ir. „t ,s 1 a% �?yz.•5..,,.� �• tt. ,,�; t r'}i'yY 4 r „h ;;'1pj .0c1�•`s fF t: t s r:": .r,' [r, t t r r .1 n, ti.:.f>j,jy i ,S"la: "f >: 't;cq,'�5 "1, n�5 S'=fit. ; r..f�{�': :}, �C., ra;'`1Y.:krt ;;t, r 'r p'd S it Y , t� "•s:•n 1x4:`( t °t? `!tY;lS�•r tNlrt� � t,u:"t� 1 ,�: 7? 3 cI'" .j t ;�Y.jr��';;dro%�?,. q .{�, Sf4�. i# .7 , r r, .,tr 1 t ,.�{ .i.11[1'tr„^i,��S_�s'�'c"t` '•lw.s' i•" 'y t u. LL,'f+,t_ +y '� �7 t ].t 7 7 .,ri •;. i. 1 Y.' •v' ,�{,}{4 �. ;•}jg%�t'n':,::.,�'"7;�},U > t, .is:. "Y,.s�7 ,r 7.- ..lr. � r'3:, t ,.�};i tRci t .,A�4:t � .y'' f�l,,`3';.i�k�2'���,• °}*Lrfi'� ��i.;. 77 4 {�i «ii<�.`�tr�Wir37i:�'sls 4[a .s*.i�+.i J 1 -> r5 t i!•'r: 'r r t: ..rr a(!t~ s.tt�r =�`; i .s• S S ....o ,.<.: 4.t•.k''J 't tr « r�.+ u r }°- aacJ ys '� sY.,fir. ✓rr.t,.;�.,,, `��f: fi v� j;�; ,r. t t� !'.. r :I°� t, :�� .-t`'?i,`.i�� aFr,�' � r' r..•r.,�, I:f'T,:.�C s. t ;�" { �'y ,:",'L e�i err. ,,vi, .,'7-r 5.• � Y. ry t.y+'�; %yt}'1-�lai.t P!�. '+ri, t 4't,,..,'J5 1r t Z eL: .-;i''�r{?;:4 iiY's t;.a(.•f Iv' t ;.t.;3•-,.,,: 1. f[,xt;^6Y^n J,r i� ;s...,,;,. t � 1 `r:•, ! rP ? 14tii: s' ,'kit`s, :t h i 3 kt�'+RaaNS® { , r , -:r:4 si, ,.),S•,'rx rt:f_ .tll. :rr ' ,t�i>:} r`.y.-'•L!Y,'.¢:n'fr.;i ..t,r J'nJ!x:...la;,l'S�`,,�iJ'f,� ,t" tr.}i „• •`g7.K Jt,'t,�yYr,(3`,R, J(/'•j 1 r" ) t 'y P 1}r[ r) .t. t .� F iJ.' i 6`i, p? .) 1St i,. �< .}5 tCy�)t-`tr• ✓wy s� .::? 1. Yt yr :,,. tr .v 1 'i [at t... 7 'r rj. s'iS,+ tt},'ni t•! F.w�'v e �` 'f[,.' OP.'ct �tt,:,j•`,rM1(,'.t,Li�•,•?{ltfna�.}.,{ G�,'Y•t 1 i it t tr � 4 i , t. 2' iir�:fi.! r ,.1 .,tt .�� '�yy�7�.�;�j,, �•r f!.,rv� f. � ,o• 7 .{ 1 4'*hv N 4. v,<aY,` n ',;':li,:.: ! r.• l' L 1..•.1 ,:L )• ,F^.Xt'�I .yy'� t?{ o..+( a.Y• piyji{3, lu y:, '�r.<, ggpp ci t�'i`.7IJi:"z`r,�';i�� lra •c :-}, i 't t:, � h z'}4 ;�{; ,��7 �• �tt 4k","� �, -:N�{ tP,r.ry::t'•3's, qq.tiiY' '.v t *' `yf .� .t^"1t. 7;Y,.ar'}}i..:'1'4%"G ..1: .y c �ti+ �i7 sfr .t xfC 1V Srti �{{4 v+�l�+t,i"'!a'f,�ro•+��`iflWfl 2 i,. r*t'a �x�a �4�,){[b', .`,t"'" '¢2K, t' �JA.d .i Y Jt ?i. �'tt�a.,;,r�,,. ,;,xr�t IF •Vr•b' r�'Y �'�': ,fi, �`x +'[rho"'C ..'i r ,_rE.,r :!5yr}' i.t + .'.prsa! 4:��. i f Syr 5iF t 41? t�fl r �:h�?•"�'i1 Y8 }Udr [} ;"r��'o#. ,,.��{t?i ;r'rr.�. r: ,.tr.. .,t�' :{�� i 7 ,fi; t tt:n.:.�,d��>.Sr:83"t9;' ,."r• , v. :.'••tt.�fz§t/t.m .S C f.tr. ;,z a Fr' -.t F r. f•. .. , .', ,'t r.f1, �'i'4 .�, ,,�., ..Y r '�' r t r, r. y .?li.,, .Z•il.}r ;*r,+,S iz•!�S f �����%�p� .:, ;ri.l.�^{, 5h'L'>'y,;- :+;:• �/r Iz r.r;r+ � 't�s�[,,.,.-.9{I 4%r � ,;", �' },t ,:i�',x+v .r+ '' :it; '�'r;Lc�' r 1. } •s t 3?. .t,, i [ •'�:,,�...;[;,y-,:t aN' i. :fi..'%59�^ ![''''ri.4.a.;1t3:.,.�'.; r r.:t � 'r' ',7mm46 1 } a., Via, ;,r '° .,7. ".tyvt)h '� r• 1' t - ."I`7;,`'.;1 !?'r a T ...';1; :n .} a �t� t ✓ F .��.,;.-?cl t,,,..,�r j'�•.r trl�yZ�, fy .Sr `';�jw,. 'i�;{"Y,^ .,�t } It .a 1'� :,5:: 5 t x t,T*' •:tt q't .Z.; :.hr �.t R ,'•� ;•:�i+y' rC r, T f 4 ;SSE''Sr 4(;1..:1. }: 71t" r{�r�y (. -�- �,.b4b�lt3� pi 'l.':r��l�;`.;ef�,7,,.,. 1n'L•.Gil i7" `5 fit. 1,, .q�•>.'t�.rrr•. rr:,r.l,.S , 1 ` i' �. . t �r,, i ;S;' :( 't �{ :}��' !, �z;r»r;. ��riFa},.c'�f�.,•� `� ��Y:.` ' - ..,'Y.?;tt�{;}.'t6Yy ,Er,;��.r, p�b, -.J� ti' ?i' r .f �'S., r:. .q tr }. .;•�..'11�' j' ..j}�,. 1„ }' a.r; �,. .a:„ :);r.i n ii 4?• r:a r. r � .t:i ,i t:. .``1``x�.p+.�.: „fl;i�: :?,;t �•..•, u, .�;5;,• ,.,v!•• Pd( Y i.. 1 1 r.,,. 'a ' �. ;.-r`;:; air.,1'^'::.r-� t.�'.�}$�,�,��5��'• y,:�� t{'A�U�� ` �7 r`��y7.,. •X;JJ� a!^ T u � r. { .&smd0 { i '3. t o'�`��"',_nn1N ,1 ti.•1�t,q qq �J��, .�"{�,`� .4k.ac x r .}4•,F,�.,tJr`r ':f' ,�r1 1tl �, :C � ,Y' „rr I:;h. 1< h,• ..t1' �{r�3F�"+C-n •s :.�. tt�. ;i•�1 ,-P:.',:;'t� 1...{; r}, r ,t i. �('� r. �:4•F^: ',���•;r�j. m 'f• l'�:.{'i.`Ft'. +'�:t '�S' si t>,.)Y :[t� { � .< ,t;t,,s nar r.;��.r3✓ >�} J,' ! ��{}t�,`i`Fr`��,5� r '!`'�' �„+j�•:'t. ;�,�JY.:r'�-'� F+�f. ,rj rS� fr l l ' t rIJ. F'�iWI18 D'i[ s Y' { r, f 1 'r` l .'L ,r�F f r•, C-•.:Srt.,f•,.��:1�'��p1f .[4.�%wa,•G 4 n r "xiy. ;',,,F( „} tU l .i ,rL Y }1' � , ., .r .L� ;s ' •?���, z.�;r �';15Y--V h,'^4�'�'�5[�tu`�' yx.. tY 4�:��� �, .t.itt...It :,t: i l .r + t. � i.� 1.. ,. :�s S. � ..t.• {I :3.,,4,�J1�.. .4•f�vy� FY,"''Wy.ta.`� .k;''t. �f .r ,,`l'`;X '-„ t s ..tv 5 ,i., ,! 1':i L' �� ;r., r � Y .-y f?%';rY,r ,r,11f:•i• v 1�::t��.. 'Y. �`. '�'E/i'�?'•iy..�} � '� 5'f 1 is t - ? S ^i 1: Rr"N+F�f ,['M^.:(} -Tea'-„IC�,�ft, j•, !,3 ,} r 4 '1Juz4.r � 7 .r vlt': ..C' '�. .J•. :�4:: � yy .t 7).i.tt S'i.f,✓rte,.nfr� '�� {-:� ri'•;• �', Y .•R��'r� t '�f>n 1+.�� -f�y'jjfN,4�.'�..1 +�i i',a•A t S � i :r 'Z;� -� F` ,p Li'.. :r �.-t. s' !i�!!r±•M1y�'M�,��.' , �^ rY;..c •i :a,e;{U', i�•'1.rrr..?4. ,u�^ ,t. �, !e _ z � +i,Yr.. '? � 11 t �v + .i6't�t:'s;}-t,t-•r;•,.: �;�,Jh•�ji:-Y s5=in<i)',:;- ,!ec r � '' `{ 7.. o'. f.e^. � rt n 1is lY;.;r f� :;s� t .•r,.,�f T ,' t FtJJ its .r -:t .;t .f , y): y_ ',.. ,d! :4l' }L.r [' (. fi:.,•'�r'tt: 6, F ,Y1F t , r .Tom•}.ri!,•;'.•.a_ •:., s a•"'�' '+IYf.•-•ly>.• {,,F«; o..r�.{;.v*f' _'-i,. ;"t. F Rreuz{f( .i r z, ,; 1 •�.' //l ``i=.":'.S,�r 's .d.,..)-••rdr�� ��^",. ,A'.�4 r :3= '•.tr i'Y{'Yk �',;1.r p! 4 '{.�.+}t, "iY!s:.t•f„C:..v f>r+. t t z } 'Y J I i) %{, ..\ {_ ^,y,S;;+,,,c t( t' '.� 'd. r e 4 f':4-a:a}A - <.fi7Gha{i + a.pttr��7e :rfl;5�,,. '4 ,i7; +., 5. f�drp� 1 ',2•.' 'R� tit i. Ii f' ,'5.�.,�y..,. 1.,,., Y•,`' x`+, ,,~,, .�' .,7 +�'r.%,. '1 �'1: r "�`� i:ji.<, s''Ja '•!.,tS nt-�'�;r J „SF, 4 .! - { .,t�yg4ti.ir�, )!,i, 't��!� r 1 rC,,.17,r ,py 1 ... :,I•'a•O.'S• t J^�- t i.t% r .� ,z ">7!�t •He r:; 3�f 44 �iL'Ctyr;s�, 4tT,. f :;i' f t. 7. r :r, +'t:•.,�),7.,rt-k 11 �, } iqf) 1 ,i,l�i '•r[ F'•,} .,cj t{:�Z: '�!S2`t'i aS _ [, f ll. Y ,t '4., fr°I.15. it,.. ; �' aY5` i. ,.,i,. •.2 .1 y,: j 5r: '1'%,. �.� -a k :," z1.-:,pp 1� i'i, i 111 E '¢`k k h- 'r,�r,�."< :'�' ,:�I .i r .i, i 1„ .t t. ..a'�, ''t.- �`:\, t•:.. .1 �:M�. yla,i� ,•r{.J ;.t Y V.`:w •',1;'�r ':i' ) :r ,� r• r ,..?�, �.2 I� I � 3 ,x h. z.1Yt". [[' •s ':;.} .t' t `� It .e t ,^r;2.'�7.•�tPr�"�k>.�ri ''1'-' i. III x.. ..;{�R�,'f r�,;„xy:�•u;}.t7, ...tt rr••�, �t :>fr. � 1 'P•-.:f, ..t L .v ., ..,fi: a' •,1•�•`'>z�is�' ! t. .<``l-a�1";'SP i,°, � - 4' ,n 1..t�*°m ,'�.ti,•�- _ � ,:)`4?h�S•, � s .,^�'i< yy (/� .{,t }i.}>'rf•. .,1�•Y'F,: [ ! i �'uK f 4 i' 1.', t<q,t � .} �'�� � it ."145 ¢ szr" . J .:��", r t i'".` ,f:: t �<'t' 7j r- r t.. "�y; ..�;3f,�•.` Y: 'Y`'. \ .a' ...a t It.hi i •,.f }},, 4.1c.,.�.r.7,}rj. :�1. 'L¢�q^ ,1. .f;<, .lr.r .•Y • �)'": ,1 { a -,1.� .::�°.>�.. [..v, ,t :.r.:•:•`,�*.• t �.. ,i:'1..._ r a':,;,n. ,5. r• >.•.,£ r"'ti�) zrrr„ .Y.. � .1.; .1„ ';� F:� ,i' �_.. t ..a'F b•kif,.J 'S' {''.�, •[f ra:. S.. � .f ti F t2' `T T�8`!4: ti .Y. 1 -rc• �.iJ�fz`3:p,,�r T-.;.rl`3' '•}'?z:' ' <Y' .� E-. "i-+' ,} L.: f ,'1t't�,' t'':;"��r, [ ,�t.ti•:-- : t ,L.r;_' Y' i �•E` R' f. k` .,t t[s:-. .». f lz. t .7i� t:.:s. t;;+'.� .•,a•;:.i. ,{i;' - i+:j1;x. ! .r: ri'krk:. t,,„:2>(;s. ;! 'et, ��, 4 7G` dtl' Z i � f , ,�;� k`t ��'o�' +`k A r::l.P''t'?:t"• � r"5`�` t x:v 5t. Y }'. �t t�fl.� ?: r tSG. �' e+7 :,Y, ,7. 'J.�•,K � I [ s f�aV .�. r J't.'Yr t�:5 -�l `F�' r ,t! f.t p .e.Y L tt ..r 5 t ��t, •{ rt tiSr'7J' Sj r�l, r` +, i�1�., :�• �� i:t'a'ro,l i t� • `s�t}`�;tV`t)}�X•f;y�.-�, "r: ,(.4 �„ a / x''^:.!'3.., ' .t.,. {��'.'1,', �. -,•} 'z"'4 5� E�Tr°�.�'f* :s:' �!r :ix z.t { riI{✓ .Jf K,ytt '�::- r. ;, 1'!.-�i;?4;�,,,'a'') t F. ,tf[?;,s?�t �M .�yst+;`\,�,�i+S.jl.��;, �..6 p 'y �,� �Y4a.. }`"tr',I R} ,riS. r 5 .:7 .'; > ��'.: r� ft.,F e i,t. :7, 1 i l;i r} tt.�Vt •i i �y�Y t�'��i��n i.iF=ilt,���'R� ��r 1 ,F,�S,}3�r't4}pav�a��4u1}�Zt �7a ?.f��Il��i/ � Y, �a s •s .. s�r � ,f,.:;.. .�P 1. .r'F., d e�`'t �t��`-:ti �t,��`e �'''1F,�'�,�'��4 :�, f,.,t�'"'t h:i` � � r,yH, it+ yi .r { �'ir'� ids'S�1+1•'�}�. t1 z-f 7`[ ,'h�'�`4����-'' `.� AK, k ��KF'`�x .yybk , r?r a ,sl'4c yv9 7 Y� 1 "S}. C :i i .c {; '` n - ?�4i } 5•�, '' � ' la i} � j .� •yN`, ., `6 F!.*_^ z• •"Y'P+'F` .�-,'-, y{7' C� 'C � `•r y.` i K" 't r�' �•,ii<S�C�. i ,�� 7� �t5� � -RE F �r '� .r tr .f t-'' h• Y. Y � Kk• ty -i'•'r �t 1" ^Fa ;.�•:- dt;.r'i�-'x;i.;*�.t i .t 1..,, ,r����Cvk+'�r i +tg��,,� �4A� '7 t` F `JS�z..�.a• ty� ,ry.,��a, �r �nn Klv' t` •1:1..�"s +:of�'=.3: ��.:t,�4:5,•;"!;tsi..Tr{.�,.�f�.biz, �a'ri'` ,TC t 1 [!a r�i�',i e'�:f:7�tS'• i7' ��s'1,fv:W�Y.11�` � �. "3.i:fi,>i• W'cri.7 "+k;s4. i-e[i knTSfr� h[ ;+.kr{fit,�� ✓' ` r .'! i\' 't 'r,y inn !kill, t `' ') ,•z!. .,a "` S ,• +y,� wa, `4'y l}'e' v :{,.,�,�r.l}' ``tJ4`ci'11r:.''k'xi.F; .t.p* t•Y,[,ti t i r' .x c S - r [ ri 6="',to-.',.}y+3 v '�!' s, p'1`w,,r:hs',}/t{347r Sr.t 4} t#'i .jLu `• ,t ♦ t ap f� r R 1 r- f'rt't r°P$} � �t�tyt.-'ajl F•;4 :`r'-."r�., •` c �!'j.,�'•V`jrtw.fr"i :}F r} 1{t ,l.s. lr;;�,,r tt:S:,S,". 7F, { t.z. �t� a77}•" i`�f�}ib?„ '•� ,. ..... .^)t 88 si3;`�ti}d�� i.t�C>`�sTiC3'Ft r .• .y. . Yy .5 :?�1 %F5'L•li;.... 9 ki 3 L l •, i 1f 5' t 1 '7 1 �v 1 �; c!, t ''�� R��+��'''Jfd 4A 1 4 ! t«✓ � t I t `-`s ii"`5�a ti f !'�,:•,� fi f i� S ' ( r'' ft e t 5 tae+�i'b f � ° «3" } .' e"'•,j r��$�+}:r�t!'r?T(`t-'�f„�5,1 Fr r f'f 4' t r t ry t��( u r a I ,r / � r< r 1{tt'�tlt y 1 r� ��"}�.I {r �'' �c�v 7.{ter � � st j�� �`l��_F=�tk f/ ..� �4 'i� 1� .r3 ���'h yr,r '” ✓- t � r'>�i� ak" '��aa �. �ry'f 3�} .,� � '} t. L I 1- l � Y• v,3 ra r r i 1 r �,�:+'�a x�}},�'t:1.�•r':}� nE�f'" .e{• s$r ''4 .iT 1 SY .++$ e .�, l.., .fii. Ci 4�'Y.S`•a.:.•.. u;=}, rd.e,.,l.� t �,. �y�f of .`��tr+•4 ra�"3.� ��`tl�L 'r {•_• 9 ••y r:y.r. t.:••�f 4Y hia ir`,�}.,,� S��i {41 ^ M?, ;+r^„ ja fiyk•.N,: ,}`tr'`.�;hri;;P"w' :a' 'z , 1f��'. la1^fit !+j 4�}w t-+.. r .u,'.�: 4t.` :T J:d;i:•AF t. t �f v: di.�%b;'r"".,. 4 k•i'z'' }„�°.- 4�JQ rLSsQ,. ?�yL,�s�'��'; ,b 'r � '�Y" -s.a�; 'sF .i o ✓t f' :� c �?2 .� ,..#. r�ae�.,. A.r":�, j`1•�f .:� .'6 �" .d F�sfr s�i yf r,J t'. -'4�"'ly�.a•'r ' i. ,4;�.�X�,i: „P�i :� a r t. `5• i 1.., .'N �i`r,?rY,z��7- S7�''� 'n +� �d%�3h .nw...�%'St' va,�pF <. •r „'r .rr,' -�' ,:r.,'n.. �t^...,,,.,}?)`; „1 1.,', r rf .1 v. 3.s' r�;s 1,.;M�.^, E S u r,,e'1'• t ''� �'i'" yje,;,. a�.,,' 4 i.,.}:: :I .t t �t�'t �'r� ..1� ,•r, F.y.lti. .l, as'`�C,,';f�{�:i�P.f,`•}'�"'q ��,i .+�,Fy. ''f ; "S• 0 1 � ,4° ,}',if T:,,p:{att 1 >, .1.' r v ;:jr ..,5,g.1, 14'>. .:>;v,�. .Lr k�1. �ft•5,f ab*Ilk�c :SKr,,d'i;'t;a'; :(J r �� at r N. a)y,1 i!; r .5 ztu sn r'• ,'r.;ya`r r�1 �y'�� 'i .'�k t�} t K �: V tt!. •�! .,;g.!;7:ai•'�P.t',..bn({.��L.tii'�i,�.,� i .rS,t Ji2,, 1N t '{^.{F F4.�3,. ! ! .:•:Y f..�. r..,�;.., i:�r Tsdt�?�„ �'A �f'1("I',t":.�., %i Y _� .a xr ��r ^.a� ;rv�t 'r 'r Ir: .;{:I. y ' +F' y r , is Ji, S'%'��',i�,,,�ja t t,, a-�, 1 1�(t �' � fi• '.ahE'P'r�t:'i�`"'•Y,1{"r'' 44't (1 s<� .al } rt f'1 }� , P t atiJ X: t. + r '{iC Vf P�y$ k f �,+�'r N<F� .�. ( Y' 1 s�d+ �..� � 'J''fTr J+}1P 2 >Y" t';YtLr ,:C tt `�` �ra t�} }},�nl I,f r r .t �t K '- � Y`roil r 4)S�vlt a'4,��tY�qnr y v! � •J: /�w���4,� "'' 'eq:o ar'-'aq.,w.�, �!P.", t n�yr,-+•„jt{,T i 4�',t, c� ..f ikr<, n � ,�,,3,;� � + � �:' C�#,.y � E r s �s '{��? ,+ k,1+1 T„�+I+'� �?�{°�i'if''yt I Kt + �''r`•��d l..i 1,1.1;1(4E>5115�,�1�Fa*�iti,i��yF, � r- ;'.+4:r ttjt. y SY`,,t. R t.:il�, ''rkr'i. i v �,+�tla','k ��'§Y � >,a) >r' ;�y.P;: t ->,�� '''a'R'F;{,!., F,^•'}',.. ,} ,s ,,,rt t r �zE4� 4, f>ri�''4' , r seq. " Y.i3,L��.� p?�p�t,?4r�iv} t t �t14 .r+' ttrrl;.r,s 1t t t. .',,.k� ix oi��i,,C) ,p�yt• A<.•;. W ry4+��Jr' t:iy,)�J$yar yt!y�.,yt,4}r� �} M1r{y..JVr}. 1 z.. 4 ftL ufi' 4'rs u�}�,+5�!_�e,J^i�,.�:R`�' • •.� ,• t � �.(,t 11Llf�p�r l^'�1'G5yl�t tf �rF'�J "t+I"• �r:;i .r.s fr::'�AF .iG..,,ra:rt,hr'rl''r st. .}. 'Ili, ttt,„a�iE�' � :f .V �kA!' ��. . :�• `+”.��• ,�p•,.o r3E�a �4.v.�44•I,,v�.c tr,';'r: r r.M1 r. r.t t? snit r !t 3+r, r d r_o .0. t +r{tir , �f�+�d �it''s. '�q`s "+ �' } f + �.. y r .J t"'fX' `•}I' } :1. •m•a'it.l•&t;1j% 1 ? 'S V n« ar,a"+�4 f' -Ej' r � �i' N 11�-,<:�Y�� „v 1: •�',.,}?,t}f5;r,Z K/ .w.t�:+MindxS,i, r'„•.�:4Mi.r• +•yr. ,1 .t, �j+ 1' iiisi!llll �}F�,�.`3 1 �•1,� �• 'F'J, 1 '}..`i$: ¢: "ta ,„.�'•4 S+''y "L. Si.�y..J .17.54t 1 ,yrJ�`) t t'' .'�< iJ. it 7 + :,1'I`'SIr t r„' rE. .t .'C ri.� (.�fi4`r;i�;pi:^C3 bf�(;t;t� > �r t. .. ?��.��.,'•c`a. ,.'4 S, "f„ 1 '�S}. t AI (fi'c , .•w'....•::;�•».�:” r ' Sa 'hrr.,, S' ,If �' A,x���?,t ri ;t-, .t, rit.z•4 .}. ��,r, t., ,.,, r? .J�"�'s,r.zk,:M1+'� :d, t•.,t. ,Y•.�4 w:r�..'-'r',e....w ! '(t I s. t'r;f� f N;,>.• IAg�.,�•, A.. ,d'.'•3+�,�ik„C;4vd±i��'.rif (3v r, ,•' d a;}. S,:sus hrs; wi !'3ttb5 �< t:iF rs { Y 1 ;•: s' , .S. +- .9 l.e.- r x�'r"`t {'��'�''4t' _ .ry.. �ui�nr, s •r�r, t�1S.'�. 1 4 ?a C.s,P},t ,14 1 ,4 1;:.'. t (C, '4�i ia,^,.J.�' �t �r•Yr' ''A's ,.c..}'3 •' '!,:'Stt ral rt,,•:' t�� ,n W, :r.. J. ., PG. 1t.S, r F i�Vr-i. � ':+��'lJ �t *Pl i } +{•.n,C•Y {, rr:i6 1 � � �F I 1 y I Ye ,!� t `r^ ',11 1 �•. .fi,d,1� "%r:�'t ,�:��y� `� .'n;.� t r:, ):'' ', '1,. r.7•,,'JQf,tin:j•.:'+1�45. P�.hl'rl ❑ +{�..' .A=�:. -f t,•,i,�F�,'°” 'n."�'• t.fit'.J t � i�' - ,, +.ter, .Yi�F.q r2 11,>e,,, try, .i q.,. r'•t:. i a1.:5 z. s+,::.�.-St L '11'q.. °"lr, •'�^v'y.''r...,,}'V,:,.�a t � �'i „�• a 3 .� p'�{r � 'S;P);' ` 1��� j�y�aw �y rw�r�)�i•J!Y/1 :,•r,;� .)�.1`E, ryt¢, •.{}i ,� �•�{.' K'��P F\, },JA', ''t ) �^�"' Wr T bVr1 f Ru� tl:r,`,i:;l����r,l .^{t :�"f>,efn.,i• f' �,`,� y� r{ '.Y J .,�..;;a:.,,•t.�,.«.,r.Y.,;.fi;;;.' ,.r tk'� bh�• '4.;e lvS.'A,}r:,J�{Y:: ,.e�srJ.r ,1" ':Ripp 1*. -H. :T� .� x,:,"?,. >r:�. L. t., l Sa'}'t ,���Q r j4' 1. 't. .N..,..j .t,. .�.i... •.v..vcG.r'�. :,.F {r r � �'}<.,7�p, s "r5. ; G. ,r+',v t 1't ' .. ,a ^t r..' . . ,. y. ..fTc�itatd8 7 s' � .rh > �^�9.•*t } ! ((rr�{r•+�j:3.pp�� "� o �l �f hi i,'kr4, pp s 'YII`,"'rp: J f vsn,+ irw ( ,Ir 1i �q dJr•,}y � �t,,SFyy'.i.ri,•!t i-74, a°G•f4 i1t:.tt��yy0. ;ii yc 'i±�, a.li.,. ,�-5 ..i.,a.:�.tetlk ttf t(H•1 .i: i'� r :�,. \IYL L. 'y ) 1'. ,.Y. f �,�n4:+rl,v(S' ,�, in�. ,...+y." y Z�'3 �' I .IY�4"s .?'?.� f �+'''', ! t YT:- ,t,J,. '.1.�.. .:°-:• ? 'hh.. .j.,,,j;.i:+it!�. aT',2,. .f. ;}r. .3 ( ,t• ,t ,tta4�i,1°{�•.l.. _l �� lid'= •Lr. �rl.,t Y•..,os"£'# tJ'+v,. ,.'L'at:,, I. :p r c '.1. �t'1 tit) 5 „h� ',.•yViP ).5 .a� `,k.4J,.i'�': .t+. t .{'..c. ,>:, .`.'1 r: '1 .� f.}� '�:'Z�;.7�.3' f 1,"`i;, }j:CX.'{ 'os, .�&,Yr,v, �">fSilt>E't•r T-t It� .5'- F t :> £ y t K �"i. F 'wrT:'Y Y. ,�> !r'�'%`rb fp•:rBll. +r1.3 f11,,t..d�-u R s �r" r .J` •lr�>• ,f,._,� -.z 4 ;f`'s', t,l. i::. .r ,ig,�-r,iC. �fii� e`-7jq �v' �! z�`��'�.^��"iic::•S•�d;�.4ff S"$:"' I, �t.�N !v 'rTi 4.�f H. 7)� ��� v k+a"fit�P:oi ,a� 1 �« a 4, `•:f"`��fY 5 Fj�,'��5+r`(Hr. J L �'t.!'?h�9J yiI '3 y �s'r,r S ��' 4 J,.I�"�"3'� .ti'Sr f T' 1 .:ti �µ .I .: r < 1L 11� �B ktU�� f wa it.,,t � A ae`s �;t4'��'t W, t"n 4 e.cs.itr,..ieA:a. � xpwri,Rr, .r+'ibn► N{ft , .i - r ' s y1 ;j it ` +: Y�y i'�t+�V Z4��}�n�,•� 1H � .�'�.,}�' �'+ E it�q;,; Y'.9 J i.t. {• ,1i� {.;;e; rrvr t if yXj�i a r,y..,C d,, }r:a�y 9trLf/.lt`}(�'"'�r,,_�.r u� s,+� { �?`"E 1f i;`i'�'.t�f' u d ,< i}i t;i .y,,ti„tx: H•Gr: in, 5 54 .t't ;�t�! + i�* t ti' y r ri�4• 4'<n � �i t ,, I , e r r+ :,i•, ie'hrb,'1'{?I�,,.S •+,t Ut 4t,'� y4.t'✓!?'� ,: s._ ) M14,1'fiti 4tif' .i-.'f' '"Y}t:' ` i L e k. a ar ,�•, .. 'f: r" �.}1:- y� Jf 3• t �a .}, ,{ ••, ,,: r' 1 f ;F �Y irr " ta r 4 ii . i.fyy ,r .t,.,alt L'S l.It '?�i 'S tt, F.f r f ° .�> s ,i.. )i r.r},;; L Yi+.� ,n+ y{M1}.+(• fir. . ✓,F J� T 'J} l 'i.ri,. / ..4 Y1 Z to I, 1sS'r��•r ':,r "+, 't l�,y � } iY>t:, .r,Ntr L,' § z , ,� .r -fJ .frr t`-V,-w{:<<'. [,3 �i'i21:'�ktifr � *�f1„It •;(i;•r;)Sit '-:,yr d,.R..;•.>ti. � ;t s .;ir,c ! +.:'i' o;, Y. t 4,,� ,t.tfi: .0 ,< 1 ',t"arg°r,�r�'Y,*� �' �=' G.:''J vM1 r, L .�'t l ''c j'1' �,° ':ruLk -.3 ."lti,,. :fi.l ( t,' .L;x.7.J' .s,. Y .te•,EL)'} s .i.rllk?b�{Y`!"y" '��'n'. »'.�. v.fa3;l l �r' }. '3„} Arlks+.� t.4Y. .i � o �' S.?` '1 i ),ss 3.r,r.k, _,h„�:;"Y x}"} Li.in'='•�j i:4r?(. n:.7�> . is Yii'lx,aYy , ,Y,;..y,'1: '1},.6.I.t+�y4.'��:.``�•:...,:; ,',: 1 .jY •<d..., •t''f::+t:'. ..)n} ;.1 '! 1, •{,.?'R",1; l±ii!'r't:•''�n� fkJj '•� 'k... r .U 1. :�' ra rif$).'"~<r,:�,t';�ko,,•�t''.t ++ ,� e `� ,r.,:.E..,,<r^,rr_•iris' Ir i tf� .1 ..�y::o'�• �s,;o,- .;�y.,,>•,?as :�?�,`�•i��IL i :'�:' f '44' ;i.; tT� V:Jrt !� '•i '" r >,'%l.,f,..,,4. ^ii:'u:':1r:.;r,d a c .r%tP.,yYSS'uCC3 u. 'r X"M1,+.�.t�"7.,,ft tr n,�`•S„r>�r;:`'S�r>{, -{,E,G •��;r:y'':F,�7'S.. f;�'1,i<`�:•'•S�1 t Y t t �.: �,5.:1?,;,t>f`=.,lr, ,7fi.d .!1,.,. .;,f.,,}:J, _yr,'.c.•Sr�� t$k „3. y..f, 4ii�'' ,° ;S,u ',.l!... y'iy. ,st,l y,,`zGyi:�>r-!+tI�;.Y,_l r J Itn S 't. tai it ,',a. Je r�1'+ 'r�.iy�>,r•i a,h#, '� �Yk:�s� k'R'?rah.. ,>;.t. �t •i.#', :S '8 71. x Y:r.?t•7:'�'rz '4+ K t, t ?� 7t n. ) +ii. .1 v 'r, F t :/ Jl 14'7 _\�.;h�;rt:•�4[$';,34 f{'.•r,:.;u.Mlr��`�"�1,��^4(r'?,_4-1 {. '�r.,''t'ti fy '?•'i�i< J,ia ,r. .;�i A:r;�•.; Y;Ci i.l c} ::i� 7}t t .s Vi ,� r L. i'S +.,,•�t�^.4.j_r!!,v!�C::t'7n:y,.r�r.P�tc:1.5.�::s S {aa,t�4t�,�}»` ,1'a C 3 1`• n.\ ."t�c;r.l,ts.,..+, .t`a,s-�Z},'Et1i'"'2 .i4C: ;�'r Y�',s;f,•,`•M1'r4",!r k:3 E. s' a�.rr..f i �M1 l�r' i �'+ 9:H r vr"rk.a ll J�'+�'�u� r. a 'Yy",bfr, 4a ;d•:,;,A :n1f? t �{ 4+,.srt. .;�1^,t,•Y, ,t1.1�,r1.r,r. t t >F. f 3r.' F.t'-9:i.A`,�r.�`'.a i r^ r `r" N..,'s,,na u� f ,t s� 't �-,�• .� .,a. fir.z ;�,�fy�Y !*;•^,i L; S s,. I t4 { ..}{k.5:,;t;;'�3ir:zi7;4`':ti?t''#..}..'`tz`.�'„.i�' i,y..,.r�+� 1,"�� a **-3 �l,Y ii'� �+a� i.�?r,,JJ 'i �t�,;,h. •i t '('' H ? l;I ,t �v t,t,h"”, tg�:;5•r<�.;�'�G•«r�4'. �v��:!�` tr .iy ;+t :t,tii 4 ±t :�r',:ry C1 p�'� �'.; ,i 2 a :.r,^.1, t ' $ � :`�1`;`i'r�;-.,,�'r:d n�'i .M ;•abt. of a�- sT,' r Iqf.. r }'., � •{� r.s:: a;{;;'. ..p� ;,Iy, •4.*,:/ i r ' .re; ,Y?t` �•�',�,: 8 Y 1 1 ,,�s. .�.t •f�-rt" IrriY• >'-w; :}t.; f;;r�s' L',.;,,,.r�sit'•:.g,. ,/.;.>�: a5�r'” �r'. 'h'1 ,r,#,�aar3. n t t�. ,j/r '� 4 �n Et•, ;`j •'.4��:i�.i;..'S .d., ,.1t, -h:� .u�F'.�'�„%'..:,, Cfr+,'.,........: b•.t. F,. J. is / t�'`��f ',r^ r Wi<%;•.rlY r'VI'.... !! +;i i :`,1?',:f:�' 'i•.t ,+i! l"::r:�ri.'-"r°,: ,f ",1+..:, tt � �,� .Ng• i-�}a �•�v�7 "�2F� '�:f''.,:Ik1'�'„ti•)N'?}',^.. l f tr,nr., 't rrF( .',+.t. a .3' tF �jr'f�''%;t,y.1 t i'!�: x j 'rr,�,r•.17,r`!r?-d'rrytF...3..'�t �r} � �Ytr. d >� t7�. �', «'1Qu:•Tb.� 7YM1"`� .rt lam,.� * ,r;i :u Y r' >' t t £t '• '1+.t of `dy�'�.V.�;ki t17" 'Z.,!>,t �'4p f V:.f;;jrY.:!�"��,',•�,•Yf7 :i ; .t , i ^'r.�i a �1� l+I„'2•t •(�q •�.. } ��.' �I�';�t`R�,,g S;�r+r I�_vho- s t:� sr i t f a x t2rti 'J Y'. .,} t r ;.,2,}t:.iin��!,•..a.��,��('*;'rat�'rrf:•£i�4i ?rn5 r�.,r ''�• 'rN�}�{. �rz,,, y,r t y :. a. Y. r.c1�`,� l�,it )��V 'tiyl i r° ?` V Y ' f y".��a(Y�V. ':Y_ ix!t•�,r.y wK k•,�.�FjJy r L'V, '�`�..,•"t'.. .ct)a'N, C.1i:il•L�`'[r'..�,l,5..T.,1,(F,--tysfc�,.viV:''}-:aJ-'tF�:' {t M1i:�4''t`'t Y;?:JY.:;• tT•"yG",1..ry`r,r:,.. tk }:y`M1 Yi t Z s 'y. } t.I.,,''.i.i i >.F + .� t i i : .L l''HQt F r-''i' i f Fy ,t L,J 7•�r}iC t,.S,t.i f,.t1 Y,lt,a r>:,:'�•�L Y-},T,z.,,i..�:r,a(,":,r i'��.i„r:_�,j1`M1.C 1 2f.E t4..f5 j,e.r il.`V�...•,a.I.m{.+':i7,7,•l,,:�'�•:j.:1�+e`.'`•i,`h'+i�t''L c�:}.I':I^�;l•'l:.y.}��\,+,X}tf.''L"vb x%•5�"�.>y,j"•.t�M1.:d Y r''rT'i r{.,j y:1,:.:,F�K)t1.',z3�,'ry firy/J�,`.�,,S r�••.t>j?',i,:r�C Ti�1f l-,7.f a 1 •., r ii. rrC: >•S, jt,�: �..: f t ..a;�. 1 /y11( .r.,:. 'V•r —';N'..r .5.: J'1�pi'��a•'.,"i� >✓'v.. �.�q 't'�-r;�,�;f r fi .5 r ��> �i?± i• 1 r..} {�.j�',{y1�'.7�� 'v. 11.1. "aY7;4h;t,r r.i 7`i£i•', t;�':• '%9/ ..�rl ..,;. �,:fJ1 .,,}': o(d .7 ty'j.'ic e.. !�/�,. :`'!' •lr. •A + rAS.irt`tf.,l.tp•,','S i;. i { .r:ip ar „1.§$ A. Ic •t.i� .rr: A 'ti' ..t .�l< r qJ >.:pv..,l x%d .r ��•• 4� .e,ht r-, :• 'i.. iM1: %%6' F4 5?:,n' r a'.' U. 6 lust':" F�:rt"'' G•J•..✓1., ;r'f, ' . ..cS, �' +.^+'�<'i..I r:. >:^:n.r, �r� ! 1 .,�%`:E.n" 1 {„ ,t}•,ah,.rt, 4 x..1•f t'a t-r. S} fryt' .�� ..#. .:��i,•y'. ..,���: ,t., �=�i,,, -rY'' -r.,{'�[ f;,:. 'e s r r �:r.,, 1.. t't, J. ,1 ,a. s. f �t1 �'"'rY Ir. .,o, 'r r. t � .,' ."1,�. .,, ,t::.3t :•i:�+:�' t,t a k.:..t: `S ,,s n, ,'k" r i i+' •>�:1� ,r^ t F,t 'v. 't ¢ _G, / >M1.: t� d. „s f .d: a 3 ),v ,1�' ;,'�Y,'al.}.,:„, }.,.��SX,.1• 'u 1� 'r�. A„!1' 'i .t`+) .' i i- y: 'c'irv7., ,f, i:f .�i''„'.Cr. :'j.: s:5 .J,'Sq":r}t,ao,+`'ti' ..ii•: 9' ae`�. .Y?'"'X' ..0 L.,Ltt. j r {� r ,.5 .5-'$. >,,, :t' 1 ) ..,.:IC:: ,.Io., 1 I 4:.r.'L.ac;t.•1 t..l.Q.,. tr1., et' =� t1.z«,12•y,:!' •s S G j h, r ! '„ �' f ,,+..-... Z;",;' �",. {��)�•n'+i' ,Y';;' Ji�tr.ir'f44 { .f"..�,,,,,,,� >1. s'4rj ,'�'t? .: r .?r.t j.>:'r J 7-r 14 M1 ,t'v?�4ar.'p:' ,F.rii,,rg„'. .�r. -b• f '!, '.rra'j„`S'�+ 'a'`+tor#�;Ch c, ,f atiu "t,`, .z •r}:"•�' k., +'r�.? `•; -'a f.,, t.M.,- .i ,t, fit.' .,.4e�.•;, li l. 'ia( •r. { �. $ay`c..IC')•Js�`"t,r: 1.(�,>jt•,s,•�,+tr �y yr�;,.1. } '1 .a: �.); i ,f - a ft� r' ,r, :I, t ,,. ,� ,i,,1F ,It'° ;,14 t'n.1,;»�. •5t' l^,"•,'F'"t*w;� ja� r,, 'Y. ,t '+lS. or'"��+, t' '>•s>°l ::t-!�R�!rt f'=' .:s t s: f j.t +..t, } r. rY ,� .;�sr,it.r rr:.r:'}'.l'.F."��fS=,,LL€€,, .,3"t 1 i ` f-k<, ,t# h ;'+:.. .fJ. .•'�,'e L;% i; .r .i. ! .. .1 .a, 5!',><9; t ? t.a t l Y«}, c.,'hY`�`' t 31 f1( '+�.' .•!.` 4, I�i rr ., �,} .'} „f {+ .lf ri+4V. ,r• ri`rti,. 1 ..L( ', 4 r .;r. t ;,, ;t's ' r 'S t.. )rl •r4r t5' ,ft.. �.,� f'i �' r ,(, il, i .r. 3_d' ��"?1.:Y`s•, ���'�''!i..' ,.tra F•J.- :�'1"1£ ,+ L. r`�zs., C � 'ir; .Ire a t .,it•t�_s,,,q:,`, { r � l,�.i�l. (:: ,1t:7,J.. !. �t,•i ,L .i-, r 'f'r1' I 1 :, !i' •.xt,.,,.'t s{. •'t< t fir,;, tr �i;'�{�f, {"r�, L�rr.. r+ ;:C., t,t4�r.+,y. `l.�.1, ? �.t .V z k ir�` _+,; tt f. .t. L -.,,s r^'r:k n% ,£N•+;;.,, .r',. L.,yg,�1 d�,f.•:I '4niF�•��rS.' is. ry ,r:'��tr,.;�, .,t t. r'( ! i; 5. ,tw H ': �,, :tat:,L Y T,7. I �.. /:-�. i ::f!r r r�,�;';tr,•s...y v•}'>`�,,"�'f�t;,.�s,+ . aa t 3 ��ti�;�r• .lS, r t~ :��, f'k 1s°'!`t 7`'•'Kt;'.'µ,.�.S r•`alirt i��i'lt••",,.,�•',`4w�Y.;,,Y'S!'•�;}',t.i-«t�'t:ldr}`,!?,:°('tv/r.i;$,s'J},�.;:e I r 4,i',.,7t d+�•"2F.�r:•t,, f :r/.:•J t f.ly t ( M ti. .h} t 1 •:r, �}..1 r JI: iS ' i ''a.,'a1_,,t,T,.1,•x T'.t il'.Xj.,t t+y�`i'"Y:".GC4/�•i.-;-I, +� 4 f}x'• , Q t J .,r 1 ir;I:YSF;,{.!'t,11(•,A;,Tr` .I!'"iY�j r ,�}- t• r' i 141. 7i i f q !� d \ ,` ;� r Ir'F f �,1,� 2�rtatiE } 7`Jt �• .�`r:. + 'rt # iF ° $ :" z. ( -t ••LL7rJt/^r'J'•rC}�iY Y.ii ,s. _1,. .tc vl s + c K. J P Ga4C+bl�'S�OAP 1 v �3 pia C, •r" ,Y i'��,7��^.'..t>SY�,�+rw�-•�., ` 4r Lr I d.�, � 6 •,J � r +r. � ! t I r f 't I it 711"4;1tJ'� •t� i'r� �.3, si A 7�'3 �s, tJi ' ,-?t -`•� / j y f r. r V t� s t + Y ,.Y,QQ•--'� �+ .. ,{� �tS. ��,;Cr•,sv'$+t}.f� S.•7 {v.J, y: ...ydd',Y�.�r ,Y t N ' r f 3 >r i �r?v' �t��L y�°`QF : ;y�(. 2�T rif'ft'Y#r?•�t Y.1 1 c'i^'tq. •� r ,r t' 4 +' ,.� I ) 2 f •LX'rq''\r}ta?j tYtif }„ri{',L., ''l a• •.i. S } +' r .L !c r, •)�{ ,�. .t '`� :,` „ :�:i �3y {Cb7,',t" `"% .tr:'�.r.�, s. � a ,!J :31•tat 'i;y �t , t. L `'(�r:`:.t';.',t:;. ,il„,. 'E +' .1� tt,,.Li, Yr` '�!•}.,x. it�7' r� �' tia S� M��:$::a��'''n� :z '�'`., •'&' ,t,. + 'i r 1 f' '.r i , i„ty.,tr:kl.>.= :%�;��; .fu,,? ;i?t.Vii`"'��a�z, s a3•..�..tr.,... t•;, J` r i uF•3 °5- jt 5'tf: +tr .C,�,'; Y''',%.r' r ',re"'A�.r..� sl.- ,t !,+ -r ,�r.;.;'..• 'Y'•5. f•y Y: "e `�., t r i i i,crt., r t .qIR; :tl?.nf,•ti,ti'�`i' ' __✓!k. + c. cs M1:r _�. 4 'M1 ;r• t'3' ��., .,;d. ;.'�1.: '':i':! r.t ., •!.� .f r.,,.i ;;t::;?• �'.,"...e � ,:Ir �5.�� .}:c ?r.#,.'S:. �.:, - .�U +�w}, 3�1„r. wk '�.;,.t�ii1:�+ 1, •,r"'4 k:r.. ii..�� �' V't t .k,.�'��. .?' .i,,4 w^ ,F::•.{r, r. � J � j,.V s r fj ' ..+ s� .J'�. .V .i'�J'.y1 Y ty,;y'`..��.,.:.;,r� 1:y�Y'�y: `n• it} tr¢+1,e: t:S+ 'tt" .s',; �,r. <f.' •�{r_ 1.: .1r r ,I „rj .r' ,Z�dl .s iii u,i� '�'y„ •ft :try 'r ��l � :'t=lf,.! 4'✓nii�!?Kii'F(;'•'rwt } 11 i..( 5 .J .c't.r, Z r � i t , :4 ^fte;.'l:'.',';;y,,.,..p r ft'{ .,(;�'•,V.;;?,,'�” f + 'f y:,P q,vi,d.rrr',,c.i Y`•,'r�", t. .rinC�ih r iG' l,r:, ,i' Y'.,•:r,,i�;' ,j' , r': � .,'} ni 44 s3 .�ti'�; ,�Y� }.,.V11,� .';5..,yy,,.F,r•"..r'Y.l,>{•�)ir;r rrj<t �fyi'} i t T +:Si �A» T + f Y 7 4 t 1 .Y:,�rf1 .+`' 1 "�h ,Ti •}J+f.,., ,ri(' E}d,�i^„ .!1 .t'.','f�.'V�. .�.. .,t+. f dC _ ,•. i,,ua rk;t. -l'J.Jr�toarlr,l;+Tr ,rti .'v.:. :I. J .t',:l $,�.. �,1' a I s 'i'' r,1 f csrsC';;Fa f-1}' 1.�`. .t.,.5 ••'2, ti,. S'•' `:'S>': ,. ;I :'t,_ ri- ,. F:. t' r r :;], ,•4• ntl, r7+. r i �4.• S::tk r' 'i [{<r BA,...}.,,X:.;'d �, �,y 1 , .• I f `F �FV+��`SfL�. r .! .Y' .J� oM',`ri t ��;f"� J .}'h'r:•. 7.� .Itl�, :,:i��i%lC:! �7 �� .l ..,.'- t } ' :Q �r 'F 4, ':ih:�T' '.�,J '`�F^"`X, } ; ''>r �. •J,v r_�*,,'i-*i' S::�,nn -�awr,.,�r 'Ir!,i r...` r .tn•J' r. 'F :'t i �1�.;r..�a71 r ..r � y" „• rTl•,�yj p '4z'{{iqf 6�iR'i� .•h -t!/ .r1 .rr 1., ,r. rc { � I J { � .:k'CIt�'F••+:V �'�t dn�'r•.'��'' r.�y'�•��'r;��y�.�: i..J%.-r�, j)�:k�Y 1':,tlpr• lt,G„Y,: -ta'' t .r.'f.�rFi.' l.f. �Jt1.Jf:�' .:i, r i 1 t t t '��,. ra t:..'„L��L t a i+t ---f3,' ✓S' .4} J•1. ,4,5.,., r �.'�. s '} t� q�:. .•f`�,,:i;fi'.It S s ,i :,y; ,?, '.v's r } � t.'E. 't x� ,.:t,^A,,�R'�'3;:' •d^ L tr.: ;t''.. ^,;�tY,- :Z� ta�5.• !/ �: 14:, ' '•', t{. Y, J f� f''i � { y:.'{ ' ,�� :~�Yr' +)p ,� t?. i.'�'4 � :L� i"i t l 1 4 5 5.4. t hrt Ti yt L 4F�•J G'�IV'� f•' to.h=',� }-f t' 4 k °'F`Y�f+ ��f� i4.rl f-„' t .�,K t ,l.b�c i: rM , 'l: ``� CI�i'.fi.��tt., ry2'r' .c t-`a ( ( •,<^.t,'h.h.�t�l •�rt3'.ri`•. "J..�4'r ' 's: ie� r,.,:}, :i/ { I <. it l •t ! ..}>, s` V-- ,r+ .Y. '• - ,4_} 1 �'e_.. 'sk• .,, `�yr1{;��$:1•',� , ,J 7 4 s F',in•” f r t 4 "r�� rr5 .�•',�9�,`yv1, } -b�:�5., ar_411 Ix?r''I S.,t.4 !e�i >. .S`' r ter'! s 'Y x� :t 3}J)i 1•�`�a}`r}�},,, �+r: .�.' '+7 �' ' Jx' r f' .Y i 4 s l; 2'}'r 1}•c { 4C �,}'��711`� ,.}r'> .� .h� W;'..'4p1''rrL '.'�' ,1"• �'r `L'it�'��i{I""'yIF''�°V t 5, :�.;Y:'wt%i;� Y/ 1 c>' � !�.r'. t ,°«• i 1 '1'• ftr....•i'1 tqV, f tr c{s,t f >i> dx i ,r i i7#t , } r �.p `51ti•. 'S.r A' �•:5� > S� 1' t.?t,t.p,rt+.��., ,�n >.S..Nw'fi'h tis..E ,.(,,',:, r r t� s t i 4 :1 .:1 .? k•f .� '�,.�!' �p�Y y: :r� .1 t y* ,:ti•, '('r.N�i S s'2^i '4t, r Er .n. �. rs ":5,.-, 7. t t < .'� '+ikS.rr '•a... 'r i...r'=77'',t.��. �•2i�L,<.;:�i�4W�'a:�, '�"F��� 1 ^Y• r a�,� J'.'*,k •`»t c rt t ,.1, r ''J. r f,r t r f'k yr ,� ,M1,.,>, f � t, a�� ,:�•.t•.tr' °'F5'� rF' ,C �j �b(}.�,r-:?t- r -r; ' ..i t ,(j. ' r,r I ;.y�.. f .r,, u +•}4't kt}y3y y .,,� K d r. k,X �` 7;'”' �:Kt:Yj•, f t't ., .t7 t l at..er ''�'.7, 't.. ,k 1`�`'y 1- �:S,RFra 4r Sri,. ti T%r' � fr� r:•'r1 ; +I } r v tl .3 4r r r 1. fr1 z 4aJ i�iv.. "f+ -`-r'y` "h Y, M1Sd� vrt r'�✓ r•' Alt 1• i y � , t•a� a e•a'��M•�'�' ?i "s F �' ,LI.��•�'�{1�;�'r�t, �" r�u�aa' -4'+ - i t��j� 9 +I. `h i't9,i.I^'f•f, t 17r 'I r Jc 3Eri,ti t '... I I 4 +' yr+ � � �t {'lIK 1 h ,jXr4,. ,��,, 1 '2�' .,5. f•,"+ 3 y 'Y'$3n d.. ;�;.!'itr "r�?„ix„1', •E t�'-r r •t,. r 1' a + '' :K it e p, a h,;,t 4R' ..3Q�j`,M.. � 1�, V.y:..F�1�3 c•` y,:,j � ;±” t•, '7 f -, �� .r �• ,:.,'t';a”i _ p. .5... �r�f ar, � tt' J rf,'yy1 n.,• .�. 7' t. 1:2 ri,J Y { It {/j�h� ��Y !��'Y�jty,F• �t"t.YSt�,,��� ''r� r3^rt�+�� 'i r`ra t•1'`�'ria..4kk(r-c) 4'Y„ R,. (19�ift•� ,� 5 .4f'� !f,',i T C -��.,.1 134h 4 �'If )+,.,t..t.3�-}CIS' ,t!?C:rl'ti '}j".A�:iA 'rTf.•NI�YitasN�'.243i1.'.Y,.Mi Pt' >. •fiir�,t li''P dam', yX,�'• }..S-,r c1. .3t/i1 1 I :7 .t a Y t Ifi 1 u 1 rs ,' 5 FdcE7>.;t�. x�r'�(!r f'J: .+ �;�i r r S h1, 4 >r . '.,^'�. M:t:�.s..tn'.•.v,f•,.3 .,.tSr• s}[ t s ,.`i °,r,,,o,�'''�� qkk �'-} �7•T'C .�,� I a l t r, �, �M'� _r�:.., �, `3� � '�J•Sr�nf��?��{+t 3�p.xki`JC.k1f•'�"iwJ�z t r}.. Sr .t ::I:`�f:$J•,,,t L,F+�r ih?krkt�r.f}h'��v t r.W'.' j a ?.tu'�a�,. i?i v.F.,� „s7 li°il"' 1 :j it.tt tTM ryY Tfr...F'�}a'IS}a $ 1x,Utr(� (}�: cr(�•S'il't �t. 'k1t.s-.�:: ,,,4t :.t"'�»'9isf�,v - k �'t� ee'�7''•; {� ct{ A '�*Y��}¢4:}i�,.:y}�: r.?'1. , ,.f "r.i�,re,, � �.�sM1-t;.,t..+M }.`;r-. �,��+ ,• +`:,. ,,. r,,4Y3",} M F w`.t 'i"1 'S +y I t r k ,r,�, '?'rr`lt 'h l 5; 71'v_,+K A;7 �_ J�z �'^.' t^.r'',,S'' r V;'Sc •. Air'uf t�i;�t. {�e,J2v 4, .{r 's :•l,X r r( �'a'�r ..3 i' .><j'v`i•e F[ s1�'�1�:.'W, .«{rA.}',rl...l`�'r•J{.V1 a�±3,E,�91; kf'�•i•M1}�r23rt�'ir�'�3jra' 15 .tt i L � a, .lr�i f 7r�r7{xr r6.�r• i•,lt.itA ,:j��fTt�,,tifj`•' ��,�,y;1�►fZ, e,��It{��';`#1i11!�`��i!�b'� .t�� r;t�tg. •; ,}rfrxyn`w" i'.+, `' �r7"�Y(. -'�, rfi • t�)�j �•f��'"`�t,y''F'r't a r�5i. •11 . 7 >f4 I �. _ r. .a r i y1'F. 7i ��",$t;t'..7,^,..:5:', .,q, Mfr, ,:.�.,�,4.,tffs ''.;.��r ryl'RfrY e„�yr-.? «�`t;' q.N,f},$, ((. `f>i+P`• t1a t: { 3v<i I�f s fl t, yt V r.G .r '.r �yrell, 'Ja� 9� ,ti^•��:$*M,t �� '� �rtt ell, '!.f _ ck.is sr9!`h , a ',Y d u u',., '+-C .+ C ,.�e f , A'�t 'i( ,';.• yyf .. r - L t� 1'X,r'}9.��i`�� -7. J t h >.a;. ✓S� s1a:;':.�.c•. S.t ;1?.�` 1 '4!' ;F rr+ tt •,V w. +,+� �u'f. ���;�{.;,,,r•�, �'�,, �"•�.r s.4 A ,;{: �1 :±;•;1:>��,#' r-r. ;� �11'r. •�4���"` y tr {t.Yvt 's�h i. ��;�'f•;��G. ���p!ec�`},*`L� A�E�}�v�'�k.,�i ��;:;..)3'� t't� ��.n�1 t r••.£:.i;; �: 4 s -�',:'+�;}R��Ss.��•�`5no-.�iar:;,,.r,.,���,��,..,_;�,/• ..f•'�fs�i�';�F,��i'" .,:�" •?'�,�.',, n Gy,'ep.��i#• ,s'H�'l �1 rrl 1r"ty�.,eS{1�tt��1tf� ��. T 4..' � i� 1'i X'a s;x.<,.3:, �„���, 1 u,,� •,c� ,�„b��t ,d'�*`�'�, �i 1?tr r't}A `"+"7✓ ! t� .. 4fis .j. ;i yt,5 � rte• i,f+7tu,',s.: 5 i f�F,. i�•. i ,at�' .,°�' u�'� r�'i 7i' v 4,. I Y Y r s i r' �'�y ,r �'z ss4( yr; ,• iw P '' tl z5 f t '' z„<�3 � - � r1,'fr•.�"'��T '� '�ikp sr r�rcS�3' CaJ'f rt. ryJ�r ° �i �,�''`� .�• - �r �"p'���� -•r,,ap ,3 rd '�'^t ^•,+'!''{�•�j�>{"k �' �? .S3Y r - r �1,..!� �' t .t t �t Zv lri ri ht ,♦ r r,(Irrzi' ,,2t r t 2f y J' § .,1, r r� ,,j�p ,�•]{p+ t . .;iy•>., `��;?,�,•��� ,�f},^. •HSC, � .�.�, .S.Lfv. 1• -1 M � T F ` i' i F" 4h n � 't F ,� f ^....t:•r 1 n. ' S' ) i >�i L` + '` i • ` <� ti s<. �t',ti'Y= .; 11.;t�;:�c'.. s ., >7 't.t ,avr�v hh- t, �t.�. y ti, k;t l..�}�4h,`s-'.'sr7:tCk.:. d ..3o- t •� ';;i"Y .1 -'" tr-n r >SYt'�r':y i�N+.ptg�fi.S:rrr:''Aarrk;'<:mS�1;; •ri ,y#*a'.;,a.a,•r.'k.'� 5{,.; r a,�C +.c+ r r:^� ( ! ��. F ,+�'i� j}{;' ..,l. �'c:K f' .�,,'r, +�':[,� 5. .��i��.: �! Rrk fi+drfiw'w�dtigrtenkS,rzr>aarY+ar��a �te�. +�, 'r' *'4:]:t: 1; .!!�,N,r:�,sk{u*`"'•�: .� i t' i �,1,,i.p !i�.,,.,. tf't.+..t�i f: .,. I ,4, I x. a}�•",,, �. .i«Q.+� t}�Sy- .''- t �q- u't. ,r,a' u�W�� v'.'{-:rY ,5 �+:.2 rt '-`�- l {t-:.�� Yn4 t�,, 4� t,;.F,,,1( firl,",t;...x. ,'br'.{�..",h4. i, Y`,r" ,'{. :S, •'`". 1 'k'� •, .�, 4:.stu;. �,.s+.. .,�'a'S�t, �? :s. ,,.,fr. d4, ,. �! r.Y' �t)� f:: ry i .) :7,: 4(r,.yir ra f ,.f.�J'1�� `'k�,r* Q. ;t >� ; #st. y,,.it.i� 2R•�iten,�'',�,;i�„ r`�•.re};�'3�. ,3,:ia t,. j ,ir 7y 'I,L,:1{ �y(.,.F;FkS .,�. st�G' •;t ' ,, i i,rr w, v,yf "t''t n'E�' i �.' '-� � v'r?: ., 2y, t;�.,1,"q:�-tc, if� t A t:�.,Y ,.>e tYi� ,+> ;r.ur{�„VY,Lt, aLx•tJf ul tt 4 �i'' r,.,'id�LwtM~r t ¢4��•,9°c '� ,� �� �x t, d` s''''r"r k" 'It tyq, ri1'a:�,;�� ;���� r rr, e t �t,�{{✓E' ,,1� �'r��ttii-1t' s, �c r. i rf•• ,{�. ,xtk}' ,� ,"17litya�'+ ;1 { �f�'1t' x Si��ti ru i ry)..i'trF�,'r+.j�1t i'{''tF�ijjtl frf "?+tr' t r}4 r,tr t i 1,r `i!. i a}•F't< r�,tr�''YS"ira�`"+' C ' �Yiy.`�. ' ��f,��.�"�[1't^p'i',tt�(Ay(Yt., � S�,.r✓ � {�5r , 1 Z { t -{�.L,-?t.�P�)�•r�t� e� t t �- .� ^, .,. �q '{ `Y'f '�J) yt4 ��,+{� L„ { .:a, .{C .Sr$ i r r r ,35 nJ G`f” {tiYx Y si in.•.��". ` '}i, t•N f .}%.41F .9 '' �•,•y,,K� M°F`1 € ct}"�i:P t ! } '�',+ Y ")h a �' R ?$ R t i '� C r •t�ry� 7. Y e i;, ,i f� Y� ;y, ',� rr ,.' . / Y L' ,! t.t Yk r tt I s ''' r 7 i .'&' ', � �.'( �r.y��-+v l 7K�G�it `ry r S� �G t•It• ��I 1 ,t.,, ro 4 +1':,wrh{s� �r?7:'�ac7°ti•y, {°(�,q � t �.a F � d, la k .r pfti,��pyrx '�.;ir. S i���fi�•,S�j�;l���v.r •-:Y., .+.,� is :" .�..'`Jy,.,}rt 44jiY�Yttyvrgt.,'�s' 1?�riq'�t`V',i.i4k 45iS t�1 i{ ",lt i�l�.��ry�ri�'!�' r S y t-�n'f•:.��A�X41`"U4':R�� i }:..tr ''i*., 7e,1t;s:.IA e � t� � J •� �,' t,,y iy�.,'�.y,:u��".!F't;:.r js .;'s,rf.it•'ix;.o � .�t '(f.,I,{�7;t,,5�'kt,4t,h�`',St`. .a,{'r.�{ t.�t tioyr�,.t;"!,'•s't,t�r�':4s)`*�. rt, '�' e `..7 ' �}4', ";r k r �;�<., G, f ),'d,�"„'y, t� 5.• ,;`a+'3•' sM1;�s Yf R'"�it'�� '•rf If.', ri' lt. ! w,1. � s t�4' �'S r, .,r�..�`rr"<s 'f;1 p CAF. �}�!•{4 Yi a'i ��, 'b� j .tr�'� �e.+d�'�{6 r � ,�(���.,,��""rry,A,}y& r.�s;d.,�,��jt�lxas,u.e;?,n,'}",.�3i;!nr: .r t. .Afr, .t,ki f§i•�tri¢t!k r..,r'},sPP, e:rti,t.; 1';1��4 49''' .,'"��3a :Z•i, rp � .}�1 ., '�`Yt '' v b:�', ;t�r�i..r.{�. '3.?t�'veax,,'�{S;$ 7Cyyxrye>s�,vti:{,. �};•p,`;.-" _}vttr.;,,c. ,a�i;i,•:,�(t';:t!•r�:".7 r3,tt..,:. •:;''f:. -� ;5��.� . . t�ks;t�::c ,¢r,1�,,�. .tt'~1{;w �� .d6 ,,. ,3,' .r.,,.vi? C;'7 't t_"',? a!,7< fi.,. (t f.}4,tz(,� t,'.r,., -,.} st �t-5.t'1,:,."'1 y {�`}F ;.i i},_/p•'r(.x''i. .k7'tt+}�.: �.yy M�ts•r fir+.s ,,'k, d ea�``��`,• }Y�;,1,� r v.;, Y J \ ran t s r a �j r '�£�� '�:•?: i�r ,,�< ,}{� � t ft!%,AS ,},.6t. !• t �1.r'F3 L s}, , il••t r r a .. :k,r ,f,��y ?•ru, ,a Y;`1,�;"t't, 'S t 'S'V.;{stli� t;5�+ n ,-i.. �:c+ rtr # .�q.i;2;•�'-.�'Y;.t'ti �•A'ix .ct, ,.(, x.1 .4 1 s. .r, 'tt } [, b„m ),,3�:}:�.a � :,t �'}^`�i' ,a'�ik¢E�f s' t •�1�.. } S. 3!r.,+ 4'tl7k it• 'C; ,re5!:' "'1, ,,Y::,o i-. SSI` 9y;'. Vf:': y.,.. } [, ',S' t':� �r.:i,c, A)''fA r 'S�}�y� :i"r�tln} �i.,,� •rl,r y,1. �� 7 3. ,, ,.,f ''l6`� .:�:P•.rn..i.l.r�;b<i.tr �. !!5,,,, !. .t Jr. ,(r r .),.•t,.l. .ti .,..Si:i, ).l. .� a l' fi,..�.1Yrr�.,�,,•!!.� �yf�'S�\r�. ':/3"{ .,.�j, ��,1�tl' `yU r, ,.,(t pr��E, �,. ,5;.L�'nxJ"'•••f i•y',i:'x,i'•n7,t't LL.. t,.i ai t. I r.{ .t {.. r .1 .t { .S i e SF F;' 'x'k v t r'.t`.t{s,,<,.i} ..l~ v jI tt r...1S,.u,.�',4'�;. ,7.t>. r SSS+z�i�"5.}'�y �i,;, .i:?,+.t�., •,tt':' J.�' .i1!l:ri ..,r;,r ,a`Y �': 55�:•"�:/ry '_ /t�jf',r ,. 5�•` J� t• i tr,r�a ti:{t- x.,�7�t.t7;t?i :w'Stt:r r •-4"§,t I; !,t1 'tf s,:t' ,,r;r .'t y '„'. t,t.>-+', � ,7{ 31d ,'`ii, ''1,�4 `:'1;$>wgit}.:.:tnri'f"s”r ":i F �t J`=;sy 'A :� y', '��. i 1'¢i i ,C„ ..>X"r,.:✓s:t;,.;.,,�,�4, aau; rsi'}t'1.t i:. ,.. ,-, e 'ki :5 t 5 y„ F ,,s .l «o-s} F,f, ,%..,r.t" +f e ar. ''rr;' <a,<� L.- s, ,i L1:•.,,,,,. . f,a. r :t., :A \...1 A ,S•:.r�rtu F.:, •"F'a '.+., ::tc" � 't�j4+ ,t� r ..di: t� , K _ t s: ':r7+r7 ti2V` ,<r r., S t ,.t, r „1'r, x. 4., r.tt.,,lf :•'f,"5; ,n :,r,r tt „t,,;'yi�,,y¢' t, �." .•3,, h )St ,t .7'••• .r siry,r t, h t -?kr°i.i'.. `;h is i. ! y' i; ,`Li I .t(li .i'" { ".k- ..! ':•%1 r, rt' -.,�' '^lr. o.;,�b {'7 r-. 5}�. 1r a .t' �'d'S,.4,,2 -'< tyu,.'• zt, .4r •� ,r4 .,,t�`< ;r �-,. Oft"Uri'rl':+2,1�'4t r5:• ,'�{,• r a.(,., Y 'f ..rL',.5. -�� �i,:*:i-�tit t� �. !"�' � gg'ta.. ,i4<k:,b<:t s ,'�' ,�. - !'i� '}rr i.. t "i -} - I '1S', tt i K f,i+„r�tt,,5','i• ..if ��.,.,�y'J,.>p� :r r �'fr T�r•y}, :,: f7- .r.:I�• i,, u' r ) t '..•y., ':K�'•,,, ?'r. t�,s ,;f•.�el ,'`t'•>~'� x'[1i '.t#-. i� �� >r "r,"-t -- •1i kc+j_'. :'r.= n, .G i ,.. r, ry �i!.;.J?f,;'F,,,r..,4 "t�.r.ta,�,���',,:rnr. ,."i.i:a�l� .�';;�,:r,,�, y'j: .4.� 7' :t},�'i={?' +i• C / �!'r` ,t. >' 'i.: 5. t6Y,`.'.'� s. ''":t r•;.,s, r.,.� � ��"'r!� -3`�' e r9.rq, s. 4b�A,st✓S:}11' t ..'r:1:l ! 'F.; �,r.. , .rt,F ', � ,.� 4 -ta,.v', :,5:�%'i� s. <:'l,r., ,1,..,"}.r"•r5'�as ,.,SS,r ,;vt' .�iQ „r:i (,5�4�_.,� frUts,.: ,-."tt f Y..r7,.t")r ar,, .t.! ',::1 J:` '' r't '";t ).: I..:-}.e:.YM1,.I,>..,'�?srj,.?r,•,,3�.. :4.. p!•p,;{t}}rr}yy>«,'�' rr<Y,�ti;,t t', �JA �A'�;-;. �� I .r r�t.v •iir^•+Lt£4 i,;C'< r .1 t' 'r:• f:.,. } r, r t.. rt •-.; '•n.L .'.4 :,.r'Y ni�,;. ra,7;Y.wc.a+, .t � l�: "t `,y.. �i�:,.,5�.,.F ,~+{.v.x., ,' ; , t, s',.t _ S:t t,arr7 r ,r.•1#;Srj}�;':}r;;4 a,r :rt: ,q,� ff !7 :�. r' r •'"�1 w 'c ., �Y: t �,,., :y •rat., r{r.,:.�3',C'F.,�yt S J'�'• 'S'' r�,.�•:• /,. t t jtl.t +HY' s+;t1 �sb .rr tliblf,. ')';*' c`i< r,.., •.:{ ,i i , ra S- a- ,,. ::,itw.rx 1 :i -r �. :'J 1. a,, „ }t ,;� )r. .h .:ii '.1 .fr' .! .n�`J.1:'•tr, ["'-. .r Y',M 1;�'1 �., ,r ...4,r 1, :r.•P'+L•?; IN .�. .U-",..lr •,,1. '''L: 7� .Jt. .t'�if� t { r� ,1Uh't'. .{t ',6 ,r. S .r a r •r.:' .rw,..• ..}w t.• ,t�:. 7 „F. : . , � }i Par,i.i:..,,w.`>' ., .<$.v ,yar':.'r`'' ,, •!, ,..t t trv.;. ;'A's.,"a.4.e.^rr,,.>r'`r, nf+<' y,�, "J„ - ,ty :.�,.�,t lr f, ,t" t_n is t .t .t Q. .t�Si'.: :5<;"r. ..°,x�•^' .,��,rl,r •,• 5'(ts ,,tt- k' r. ,r, •5• ;ro" r rt',,.r, .,r ;t,�,s, ,.tL,•'af,{:i .�>, � { '71i" d�:v r "di^ •.r J t 1 r 1 is t,•.t ,E. .Y: 'r,. .•l,. titi 'h t. , : ..., ;'� �.I..t .d-,..J. ,t.:.i.yr "', t. .l;'' h'::. �' {• 'i:. t ;'.t. ,..rc S ?� fis•F.. tt i ap Jt)1. r;r< .b .•r,. :.t,,t} � i, Ks l.. 'a U r:' It.` .,t..J. � "'?:'!.J$•. ..�. �5�,"., '1,c�hf. Y.1}'� <,(C`,rF f, �•�t L: 4. !•',5„.,7 [ '.y r .'t .',: ii. rs.."-. ,r J.,{r.,1 �' :�5• `�'f f. }}t ?:4' c ,;:i`df�• t rt •>%irr 1 , r.,. ,•t` 'r,d's4-„+,. .9, f�: .1•> '� i.G. •.1, c,..,t }, r{,7` i� it .,, ,i;.�; •y.; ;rt•, r,.. .f. .Y f:: 'r t � ci , r � .xt 1" fn - i sc,. 1', .t iz u (.. 7, •.r. v ,. 'iy, ,� r. i^,. qv 1,'�' :J, r :>: ,:.E.. ,t : Q '•'St:a.., 4.^.F:: -! rr r. i. 'i'•' At� 3 s•t +tr i .ti'•'/. s 7 t' y' t ??. -L, k. � r:, r r•' t' 4+ ''r'` •r }}tt,, Ar' .vrt c `i:' r `•1.71 .Lh:,1{� '„r �...s r '' ,j�f;r(('$1.j�t}j A :'Si i• It'j `k `5. ,7 ��\ LFS' Y.✓ �r' F NW {: �,,y,,r*= '',.x ri'...fFi. '`r,• ..r {: ':4'. 5 c C, :1 r. LL-•-,-1 { tr:,.. .t i r. ..rt t ,"i:S �,. .•4... .l. (': J}), cS, .�'%-. .,k tr.'.r r-!,k?"'�4,.:r' :} ..L: {{ {{� �. rY..}ut r,�t sx,'>" ):j ',1 ..i ) .<f,' 7 .Y. ,. .,C 'b3 :>F. ,,rk'•:F?fxj }�.5.�i ) J; t,� 5�� j, �k 't...t, ./, tr r`' '1 t ';!•* ,c,. },: ��� .�,'�l_}.i f .i1Y�'it°^,:,'r i .i':�J.Lv,�a! ,( i�. .,t j,,,.z .yf e :7:.a, �i.' r. ? ''.x'. i'..,t:.a i. j' Ai:i r ,t G. .><r ��If �,'�.r�P. .11• • ?S'� Y','{' ,.? ,.r,, :? C .-.}.4.i' :GF .,:7d I r,, a` '+:<' ..?rl, Mit ,>' :,t" aiY3.. j�R.' i�.. fi4;r� .i..+J,'•W .i' ,4 ..�.. ,S t t w"l' ".'.i-' ,.f, ..}-i"i,{:'., ''L. 't•.i1.V. � ,t �� [at !, 'S-))„5' A''n` { tr• .r, i'.i rfl-' :t�.'r 'r,Sr', k' `V. ., :' .:. 5L" l ."f,{`f F } ..C'4 :� i Q• �.p� 'g .8 `�� B'�,ydy,Gd .a o pC�p" •a �-. 8 0... �y wq i� , M �G '�" C°. �Q ° Fli �' �'i+��� i7•��•S � �'•O •O'a W q O O g v F O O M o �F rF �+ �', a.s� a 8� c `o' � � � � � � " X06 d�� �•� oa " o � me � � y O F •d a p w ° �. w� a w a c op�a v8i 'J E ., w a ov ° wwa 8ai" ° a~i °1c•.. oa60 ° W V 'ao w u p'O•c ro' F o w F w po ap'i N,dp q a "�j ., Oo w + v o W m .m 5 'g = a d a. W 2 8�g ~ aesF� xMU� F Fosf5w �'^ m o � +� 0 W o 8 '°EaB k« �" x a � °v'•o F avo C 3 rn f� o•o oa o, 3 so se w..7 u m ad m .+a NO °a' m oo ° � •nW � p m � �a� a, cFO^� m Ake oi°v.�+ am d ° '� ° d ob a d o 8 F� �°i ^o a ; F• °�F mo a, M p=:z cc M A mar �x `� c •ae8b 8dG W W. n LIS ° b04'd P P m >. w o C � R S �a gv+ Fc ^ w 0 gV °' p t°°a .H is M CIO •o S a 9 O P� I s�o�n�nw�nh�ni►�w�«�rin ennnA �' too. y �~ G G # U1 . 1 # ' M W Inn ��8�a�g��a � e aA y to r�~k b� 1 � ps$.r r y �.R L w rrryyy 1q 3R ti°�3 2 WWII II aul n.11 Ila t 1�j �gj�j ,* s .; •i gl �>� &>���8�x88iQxx8x�Q5iMM5�854�5t88�5;;�;�8�8888 sxst>o��x;�x z: 1I AA �nw�r n�.inw��asie�wLw�.3w�nw��i�efae��nd�a.v�nw��nn.itrn.vre.i.� �swrn�•iv►n�•in�+ w r_ .. 5 Srb0 .SOWY • JIM b qb Aj N R p N 1 kb b $o'S'Z i rM��y Ilir sz � . Y•..11 •i p 'O•� A 4�i.1• M• • ��Jj w C.tlr d A.• O y �� O If O M M U � O R•':� O.Y O �Y i M V�M 6w qM I��M_ N �ZN•Y i����U X w OOV f� y Q ° �••�a <�C�L J FL . � S GOY M M~ Y 00 .� M� }`ji M� w4 I • r �t<5��'js ESa. °o�C�e�H a��2a`fi�•'� w�a �a�M�e �� `G''.�gggg{,Y<, � , � r � ��jrTs..� � �ti�;�'��„•y„�8� i8 �.wi�s$�Oi� a.G.� ��Mqw� '�Yy �d�. `�' sN i�►t rig Z 6D N V«N riCK •F 9 Uqy �.O( YO C 6« 6M � Y • r •47 .q.Y GG O Y � A VOY}any 4yy� �.n � .� OMB O 1 "' y 1W V H Y Y� M cX fYY yYy Y 7��p{ •O g}�«Irl M Y Z p O Y �(�M•� �N Z A � M G OC <V p,a.11V o. �O CPO V Os�YOZS Yi NM O z" 3Y FA o. e< Yy .+.+uo �.�..< r• �i,�pe wFV Vw4 ".Y. ' � � 11� 1C��..� 0.0 ip�A O 4 O✓..^i Vy�hM Y p i~Q!Y• v M�y M}� .N� j.� IY N 1pd( 1{y�CCC777 Q^ O U •Y 4 !1 .7 p O.i i O • D M F• p O • • OYF^'M �VVVdY aC C� O XO b IyY llb00 M I� x u� d u r� a 5 u��,�>'! .11 s 8 • ``8 ti' .�i o~F «p��j+i.•.a °' !!po � �iyj!.y'.��''s� } {l1 p .r r y S O iPws A 9.2 ••N O gum Yn V �F r►1+ �Nr't Mat•Otl r + G�•O GN A•y~C w1d YGy y �yQ N ,A O Ii • ate Y� .~i� .W✓A gyp Y? YA �V•'� rriY My N. O < MMy ✓iP �� 'i1 . 1 a' �/ < ri •',� � �M 1.Ji 9� ►. +� .Y Y •fig z;" t a i h p p M Y yy � �•� H•i t • H M H M M O tl O • S•O• �aM M•••��� G oo•••��r7 i1��.Y S O'A•••:� � S � •M Y M S p M� ��O SI�NW.y spsp �•�{•yM•�� •I�Ypp p ryN�•p1 �N•AMH _•••qqH e■yQN� 9 M N Yaj•�•.�~ .�V H ~ S Y N•yepq~M� M• .•p4.i W Y MM•�pMp�S •pS�.•I.OI.O NM,A�NN yON gpq p3 •M YA���O��Mp�ep�O H•�I tip � H V�Y t!,�N tl p V1�•I H H H•M O M g N• ��O M� 6 M 9 y N�}J I NY1l q pp9 •.1 S•••.��iiilli yr� M••'Y O ypM ii H r..�gpp OO MiJ J{nr•O N yN �N� M q Q p W-1-1. �g �•m V�low i P'�O�Q•Y N7 M�Y H��Y Mp'aq•.Y 7M eMa{51 7�M M M O oO0 O u• ~No A�o�y s{g■I Y •�q��S U�S�U O�Y tl i V�•�H Y°Y�O i�7Y�r q H O M O 9 � �tl /• M R •S W H b,y Ntl0.tl rY .M • O O M ^Y Ve�•fi Mn y��O Y O!� �b NM OH Y~M�• 11.0 H Y� U q.Mt■G Vi Y•�Ns�wq�M ••Fa Fi�.i OH qW t+~"-O�C�Frp Oidee a s�OO M Opp y>y.tli.~Nw MNOMq U�U ga.0iv A +_.diu NH•�O 6 U 13481 •�i�Y a o Lw Y� bHV.O.J M H O.O H S.r.8N+Y 8 O O OO8.'O Yer••O M•�lT I N U�h M p N�•O O 9N 3 M 6..7 y��O,�M�Y.W 71 Y•:r O M A V O H�N'�p �Y.p a H p�Ip 61.W O O S*jUMy�••ptl pO}Vp��O M�W[A'��®$�pYYYN YQ�'1.0,OM M N N'O�a•yy��Y��A '•r�nO�W.7~H Y V�•yI Y rH • M .JC yyM H M V -tqq/y V Hpp y O jS�V S ipi•.I L O pM W 9 M O Q0Q Y�•0 Y l Y O �• pO oy M y (..S O'�•N M Z Y q N A�i•ssP OqqY OqqU.pp.H.NM apM•A Myy MpSAq ppYOO•.Vd d QM•MQ QM��p9 •1y+Cw G7 O My,-G il19 ptl.W +$JN•� V q•a 4�O F d�i N V Y O p q pa Y V 1.7 M�V�Ri r O b�A R Rt k`q L Pi M p s*7G,r,V 0 7 N N W�7 10i tTS tl�u O v y qq p V N•• W M N OY '•� .fl b M F. y?�"'� b U M �i O 3 OM/ qS�y yyV fg O w�O N O N H A Yp�•yO ��•p1••M S�•Y�qO O pN tl•p� e�Gp 0 0�.Mp��M Yq patl.ppp^qqq+ppp.Q N�'�' O �q pO yp..••gpgpMi''�M O.��•M i1 O M Y 4 V Mti SG7�A0.�b p Y W P �v S O fi:�.o�V(1 d1�O� 0 O•�i•.1 r1CM CH1•E 1S W G O 0.1L A O Mr�v f ga J1� Hd - ii Hill . { t . O S r f !I �� 111 ( 11 ! ! ! 1 II ! ! ! ( lIIIIIlIIIIIIIIlIIIIII 11 ( 1111 J M p p r n N N � r � �z a� M x �M�� ��O 4Mr �I��Y �.wC .a M.1N� � � 1•i C s`a `yy� •� �+T.M � Z .. �J►fi .i YCVb�'4�.rMYAY rM O 'G FNS�"e M b ..1 � 9ES.wi�6i�•tl1�V >AOSE y~a� �; YtlM�'� • O � i �np �»~� `Y:i /rBMMM gr OM�s•:SCpdta�MOY���IM S•if� O i'J t.9� � i�Yr'��iii�lili$r.�1l�.Oi�Mi OF r.M • ��� • • r .r O��Y+Y�• ~rrS�.�+Y.+.Y7p��MS xa�GSyyG�.c •����7� E .' t� i JAmee A e1Rt0 INDUSTRIAL COMMISSION OR MISSOURI uw,s�aMUw+ 0WARTM{NT w LAMM AND INDUSTRIAL 1111 AVONe w,,wr.wa of To OMCC eumcnm CA J.ae0'WN ORGAMAT—"a e11ea'te Oa/e*e R M#AmmO P.0."it cam [w1AN�V.aaO."" ae.eAee ilwnms"CITY.MISSOURI aalat wA.wawa Awks .0 r.•n.r+[ nA.awa.w Is accordance with your request for the prevailing hourly rate of wages for workman to- quired to perform the project or construction contract as listed in your request, and pursuant to Sections 290.210 to 710 R.S.Mo., 1959, as amended 1965, the Department of Labor and Industrial Relations, acting by and through the Industrial Commission of Mis- souri, being duly Informed and having fully considered the utter,, finds, daternines, declarea. and certifies to you and the public body you represent: 1. That the Saneral prevailing hourly rate of wages for building construction work in said county for excb of the crafts or types of workman, listed on the wage rate schedules, are the prevailing hourly wage rates for said county for the project or construction contract nomad. Fringe benefits are in addition to the basic wage; and if they are included, the basic wage will be so urkod. 2. 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, vacation and holiday pay. apprenticeship or other similar programs and other bona fide beoeflts. 5. TL#general prevailing hourly rates for legal holidays and overtime work are u abeun on the wage rate schedules for the craft.# listed thereon. A. That certified copies of this determination shall be filed immediately vitb 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 regnastieg sae*. . S. NO=: rAK COMMISSION IS NOT AUTHORIZED TO FIX WAGS RATES. It^.d LAW DIRECTS IT TA ASCERTAIR THE PREVAILING HOURLY WAGES IM A GIVEN LOCALITY. A 'LOCALITY" IS THE COUETY 01 COUNTIES WHERE THE PROJECT IS TO EE CO:F.,TEHCTED.L THE LAW MYORS THAT NOT LESS THAN THE PREVAILING HOURLY WAGES DETERMINED . EY I=COMMISSION SNOB. SE PAID EY A CONTRACTOR OR SUBCONTRACTOR. A HIGHER WAGE PAIS HAY BE LAWt=Y PAID (SEE SECTION 290.270). Note: Should abjectLoas be filed to any portion of this wage datermiaation, such objec- tion or objections suet be specific, in writing and in triplicate and must reach the Commission with1A 30 days from date of the Determination. State in full the facts end samosa In support of your objections. This determination becomes obsolete ualgas a contract is aseclated witbLa 120 days of the above date. By directitm of the Industrial Commission of Missouri. Erman V. Edwards. Secretary fussiness rav aaaMamevin �......,aaAww.Icoa�Aa.ar.aara.e..wa•w......wow aww), naA...or.scow......,. . .ewra AM aa•wwo.�aworar MMam.ae asa=sae`W main a,aP a m.Alm A—.AAa aawl N,wr a err 0 w 0 foe +riN ��r♦ � • r1 N m w O ♦Ms ��{{ NN M 1Q t N w RR d �m Rt�R MR ?S N w w p�p 1n N r It N N'i 11 r4 .y H .4 r4 A r/A.i / N N'/rl r1 A N 14 N r4 d .4 a co.4 N W%til enNb lei W(s. If�w�y I M.I O M i NM y.y M NrMMM.w.+f .Q N RI.I A1M.d1 N M1ff.Y M Y M N w3 a .. O M� M o ��6 w �Y .�i .wry * p wfh Jul I a x a 0 r r r CITY OF JEFFERSON, MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF THE MISSOURI RIVER INTERCEPTOR SYSTEM IN JEFFERSON CITY, MISSOURI r HORNER 8z SHIFRIN Consulting Engineers St. Louis, Missouri JUNE 1966 it 63-65 tIN, .. TABLE OF CONTENTS Page No. ADVERTISEMENT FOR BIDS A-1 INFORMATION FOR BIDDERS 1. Scope of Work IB-1 2. Inspection of Site and Working Conditions IB-1 3. Check of Plans and Specifications by Contractor IB-1 4. Interpretation of Contract Documents 1B-1 5. Intent of Plans and Specifications IB-2 6. Pre-Bid Conference IB-2 7. Qualification of Bidders IB-2 8. Equivalent Material IB-2 9. Bid Security IB-3 10. Preparation of Bids IB-3 11. Prices IB-4 12. Approximate Quantities IB-4 AMIL 13. Lump Sum Items IB-4 14. Alterations IB-7 15. Signatures IB-8 16. Residence of Bidders IB-8 17. Submission of Proposal IB-8 18. Withdrawal of Proposals IB-8 19. No Bids Received After Time Set for Opening IB-8 20. Right to Reject Bids IB-8 21. Bidders to be Present IB-9 22. Comparison of Bids IB-9 MR 23. Award of Contract IB-9 24. Performance Bond IB-9 25. Notice to Proceed IB-9 26. Time of Completion IB-10 27. Bid Security Returned to Successful Bidder IB-10 28. Indemnification and Insurance IB-10 29. Assignment IB-10 30. Equipment Guarantees IB-10 31. Equipment Manufacturers and Suppliers IB-11 32. Nondiscrimination in Employment IB-11 PROPOSAL P-1 {' CONTRACT AGREEMENT C-1 TC-1 TABLE OF CONTENTS - Continued Pale No. PERFORMANCE BOND PB-1 BREAKDOWN OF LUMP SUM PRICE FOR BID ITEMS NO. 33 AND 34 B-1 GENERAL CONDITIONS 1. Definitions GC-1 2. Correlation, Interpretation and Intent of Contract Documents GC-2 3. Notice and Service Thereof GC-2 4. Copies of Drawings Furnished GC-3 5. Order of Completion GC-3 6. Contractor's Understanding GC-3 7. Materials, Services and Facilities GC-4 8. "Or Equal" Clause GC-4 9. Royalties and Patents GC-4 .10. Surveys, Permits and Regulations GC-4 11. Protection of Work and Property GC-5 12. Inspection and Examination of the Work GC-5 13. Removal of Improper Material GC-6 14. Superintendence; Supervision GC-6 15. Changes in the Work GC-7 16. Extras GC-8 17. Claims for Extra Cost GC-8 18. Deductions for Uncorrected Work GC-8 19. Delays and Extension of Time GC-8 20. Suspension of Work GC-9 21. Owner's Right to do Work GC-9 22. Right of the Owner to Terminate Contract GC-9 23. Contractor's Right to Terminate Contract GC-10 24. Removal of Equipment GC-10 25. Use of Completed Portions GC-10 26. Owner's Right to Withhold Certain Amounts and Make Application Thereof GC-11 27. Damages GC-11 28. Liens GC-11 29. Assignments GC-12 30. Rights of Various Interests GC-12 31. Other Contracts GC-12 32. Approval of Subcontracts GC-12 TC-2 TABLE OF CONTENTS - Continued Page No. 33. Points and Instructions GC-13 34. Engineer's Status GC-13 35. Engineer's Decision GC-13 36. Review of Decisions GC-14 37. Lands for Work GC-14 38. Cleaning Up GC-14 39. Indemnification and Insurance GC-14 SPECIAL CONDITIONS 1. Schedule of Drawings SC-1 2. Easements and Working Space SC-2 3. Working on Railroad Premises SC-3 4. Borings SC-5 5. Office Facilities SC-5 6. Sanitary Regulations SC-6 7. Utilities SC-6 8. Breakdown of Lump Sum Prices SC-6 9. Plumbing and Electrical Codes SC-6 10. Major Equipment Drawings SC-6 11. Approval of Equipment and Shop Drawings SC-7 12. Access to Work SC-7 13. Wage Determinations, Labor Standards and Anti-Kickback Regulations SC-7 14. Nondiscrimination Notice SC-8 TECHNICAL SPECIFICATIONS SECTION I - MAJOR ITEMS OF EQUIPMENT 1. Raw Sewage Pumping Units I-1 2. Manlift I-6 SECTION II - MATERIALS OF CONSTRUCTION OTHER THAN MAJOR ITEMS OF EQUIPMENT 1. Materials and Inspection II-1 2. Concrete Aggregates II-1 3. Granular Material for Backfill II-4 4. Portland Cement II-4 TC-3 TABLE OF CONTENTS - Continued Page No. 5. Admixtures II-5 6. Water H-6 7. Expansion Agents II-6 8. Reinforcing Steel II-6 9. Waterstops II-7 10. Premolded Expansion Joint Material II-7 11. Expansion Shields and Bolts II-7 12. Structural Steel II-7 13. Materials for Service Drive Pavements II-7 14. Concrete Sewer Pipe H-8 15. Rubber Gaskets for Concrete Sewer Pipe I1-8 16. Vitrified Clay Pipe II-9 17. Precast Concrete Manholes H-9 18. Manhole Frames and Covers I1-9 19. Manhole Steps II-10 20. Cast Iron and Ductile Iron Pipe II-10 21. Cast-Iron Pipe Fittings II-11 22. Jointing Materials for Cast Iron and Ductile Iron Pipe II-11 23. Flange Adapters II-12 24. Cast Iron Soil Pipe II-12 25. Copper Water Tubing and Fittings H-12 26. Steel Pipe and Fittings II-•13 27. Flexible Couplings 11-14 28. Pipe Supports and Hangers II-14 29. Gate Valves II-14 30. Ball Valves 1I-15 31. Plug Valves II-16 32. Check Valves II-16 33. Valve Boxes II-16 34. Hose Bibbs II-16 35. Curb Stops and Boxes II-17 36. Sluice Gates 11-17 37. Flap Gates 11-20 38. Barbed Wire II-20 39. Floor Grating 11-21 40. Checkered Floor Plates 11-21 41. Exterior Floor Doors 11-21 42. Brick 11-21 43. Glazed Masonry Units 11-22 TC-4 TABLE OF CONTENTS - Continued Page No. 44. Materials for Masonry Mortar II-23 45. Joint Reinforcement 11-24 46. Caulking Material II-24 47. Steel Doors and Frames I1-24 48. Metal Roof Deck Units 11-25 49. Roof Insulation System 11-25 50. Miscellaneous Lumber I1-26 51. Gravel Stop I1-26 52. Roof Drains 11-26 53. Roofing 11-26 54. Flashing II-26 55. Paint H-27 56. Exhaust Fans and Shutters II-27 57. Intake Shutters II-28 58. Sump Pump 11-28 59. Trolleys and Hoists 1I-29 60. Jib Crane and Electric Chain Hoist II-30 61. Storage Cabinets 11-30 62. Aluminum Letters I1-30 63. Safety Chains II-30 64. Materials for Seeding 11-30 65. Electric Motors II-31 66. Electrical Materials and Equipment II-32 SECTION III - METHODS OF CONSTRUCTION AND PAYMENT 1. Scope of Work lII-1 2. Shop Drawings III-1 3. Handling of Materials 111-1 4. Construction on Railroad Premises 111-2 5. Interference with Traffic 6. Protection of Trees and Restoration of Landscaped Areas 111-5 7. Protection of Existing Structures II1-5 8. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities III-5 9. Removal and Replacement of Secondary Pavements III-6 10. Removal and Restoration of Asphaltic Pavement III-6 11. Removal and Restoration of Concrete Curb III-7 TC-5 TABLE OF CONTENTS - Continued Page No. 12. Sidewalks and Driveways III-7 13. Excavation - General III-7 14. Trench Excavation 1II--9 15. Structural - Excavation III-13 16. Fill and Backfill III-14 17. Concrete Encasement III-17 18. Concrete Bedding III-17 19. Concrete Cradle III-18 20. Installation of Vitrified Clay and Concrete Sewer Pipe III-19 21. Installation of Cast Iron and Ductile Iron Pipe III-20 22. Manhole Construction III-23 23. Pipe Sewers and Force Mains in Tunnel III-25 24. Stanks or Short Tunnels III-27 25. Leakage Tests for Gravity Sewers III-28 26. Testing of Force Main III-29 27. Concrete III-29 28. Grouting III-38 29. Installation of Water stops III-39 30. Installation of Expansion Shields and Bolts III-39 31. Handling and Erection of Structural Steel III-39 32. Construction of Service Drives 111-40 33. Installation of Cast-Iron Soil Pipe and Fittings 1I1-42 34. Installation of Copper Tubing 1I1-43 35. Installation of Steel Pipe 111-44 36. Installation of Valves and Boxes III-46 37. Masonry Work III-46 38. Installation of Metal Roof Deck Units III-48 39. Installation of Gravel Stop III-48 40. Installation of Roof Insulation System I1I-48 41. Installation of Roofing III-49 42. Painting III-49 43. Installation of Doors III-53 44. Installation of Plumbing III-53 45r Installation of Equipment III-53 46. Maintenance and Operating Instructions III-54 47. Testing and Sterilizing Water Lines 111-55 48. Installation of Aluminum Letters III-55 49 Finish Grading III-55 50. Mulching, Fertilizing and Seeding III-56 51. Installation of Electrical Equipment 1II-57 TC-6 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed proposals for the construction of approximately 6, 000 lineal feet of 18-inch cast-iron or ductile-iron force main; 5, 000 lineal feet of 36-inch reinforced concrete gravity sewer; several short lengths of connecting sewers; two built-in-place pumping stations; and the necessary appurtenances and structures for the City of Jefferson, Missouri, will be received at the City Hall, Jefferson City, Missouri, until 8 p.m. Central Standard Time, January 16, 1967, at which time they will be publicly opened and read. The plans and specifications for the proposed work are on file and may be examined in the office of the Director of Public Works in the City Hall, Jefferson City, Missouri, and the office of Horner & Shifrin, Inc. , Consulting Engineers, 1221 Locust Street, St. Louis, Missouri, 63103. Copies of the Contract Documents may be obtained from Horner & Shifrin, Inc. , Consulting Engineers, upon deposit- of Forty Dollars ($40. 00), which sum will be refunded to every bidder who submits a bona fide pro- posal for the work and who returns the plans and specifications in good condition within ten (10) days after the time set for the opening of bids. Equipment manufacturers, subcontractors, and others who do not submit a formal proposal will be refunded one-half (1/2) the amount of the deposit for all sets of plans and specifications returned in good condition within ten (10) days after the time set for the opening of bids. No refund will be made for plans and specifications received after this ten (10) day period. Bidders on this work will be required to comply with the President's Executive Order No. 11114 and the provisions of Executive Order No. 10925 as included therein. The requirements for bidders and contractors under this order are explained in the specifications. Each bid must be accompanied by a certified check, a cashier's check, or bid bond, payable to the City of Jefferson, Missouri, in the amount of ten per cent (10%) of the amount of the bid as a guarantee that the successful bidder or bidders will enter into contract and furnish a performance bond in the full amount of the Contract within ten (10) days after the award is made. All proposals shall be made on the removable printed forms bound in the back of the specifications. The City of Jefferson hereby reserves the right to reject any or all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be for the best interest of the City of Jefferson, Missouri. Horner & Shifrin, Inc. , Consulting Engineers for City of Jefferson, Missouri. A-1 INFORMATION FOR BIDDERS 1. SCOPE OF WORK: The work shall consist of the construction of approximately 6, 000 lineal feet of 18-inch cast-iron or ductile-iron force main; approximately 5, 000 lineal feet of 36-inch reinforced concrete pipe gravity sewer; several short lengths of connecting sewers; two built-in-place pumping stations; and the necessary appurtenances and structures for the City of Jefferson, Missouri, in accordance with the plans and specifications prepared by Horner & Shifrin, Consulting Engineers. 2. INSPECTION OF SITE AND WORKING CONDITIONS: Bidders or their authorized agents are required to examine the maps and drawings in the office of the Owner which are open to their inspection, to visit the locality of the work and are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed, and this Contractor must employ, so far as possible, such methods and means in the carrying out of his work as will not cause any interruption to, or interference with any other Contractor. 3. CHECK OF PLANS AND SPECIFICATIONS BY CONTRACTOR: The Contractor shall read thoroughly the specifications and study Y the accompanying plans to assure himself that no discrepancies exist be- tween the plans, specifications and field conditions. Should such discrep- ancies exist, the Engineer should be notified. The Contractor shall not be permitted to use to his advantage any omission or error in the plans or Contract Documents and the Engineer retains the right to issue new instructions for such error or omission and the Contractor shall carry out such instructions as if originally specified. 4. INTERPRETATION OF CONTRACT DOCUMENTS: If the bidder has any questions which arise concerning the true meaning or intent of the plans, specifications, or any part thereof, which ® affect the cost, quality, quantity, or character of the project, he shall request in writing that an interpretation be made and an addendum be issued by the Engineer, which shall then be delivered to all bidders to whom plans and specifications have been issued. Failure to have requested IB-1 an addendum covering any questions affecting the interpretation of the plans and specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the plans and speci- fications to provide a workable project. as 0 5. INTENT OF PLANS AND SPECIFICATIONS: The general intent of the plans and specifications is to supplement one another, and not necessarily to 8.iiplicate one another, so as to produce one complete set of plans and specifications. Any work exhibited in one and not the other shall be interpreted as though set forth in both. 6. PRE-BID CONFERENCE: A pre-bid conference to discuss the construction of the project and the working conditions will be held between personnel of the City, the Missouri Pacific Railroad Company, the Engineer, and any bidder who wishes to attend. Notification of the date, time, and place for the confer- WV ence will be given to all plan holders by means of an addendum to the plans and specifications. 7. QUALIFICATION OF BIDDERS: The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work and the bidder an shall furnish to the Owner all such information and data for this purpose as the Owner may request. It shall include also, if requested, a detailed list of the plant and equipment which the bidder proposes to use, indicating which portions he already possesses and a detailed description of the method and program of the work he proposes to follow. The Owner re- serves the right to reject any bid if the evidence submitted by or investi- gation 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. 8. EQUIVALENT MATERIAL: Wherever definite reference is made in these specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the ap- proval of the Engineer. IB-2 9. BID SECURITY: Each bid must be accompanied by a deposit of not less than ten per cent (10%) of the amount of the bid. The deposit shall consist of a certified check, a cashier's check, or bid bond payable to the Owner. Within seven (71 days after the formal opening of bids, checks or bid bonds will be re- turned except those deposited by the three (3) lowest formal bidders, which with the exception of the bid security of the successful bidder will be re- turned within seven (7) days after the execution of the Contract between the successful bidder and the Owner. The bid security of the successful bidder will be returned to him without interest when the construction Contract is An VE executed and satisfactory performance bond is delivered to the Owner. Should the successful bidder or bidders fail or refuse to execute the bond and the Contract required within ten (10) days after he has received notice of acceptance of his bid, he shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 10. PREPARATION OF BIDS: Bids must be made upon the prescribed forms attached at the back of these specifications. Only sealed bids will be considered, all proposals AM otherwise submitted will be rejected as irregular. All sales taxes which might lawfully be assessed against the Owner to are to be paid by the Contractor from the monies obtained in satisfaction of his Contract, it being understood by the bidder that the bid prices sub- mitted shall include the cost of such taxes. All blank spaces in the Proposal must be filled in and no change shall be made in the phraseology of the Proposal, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to proposals will render them informal and may be considered cause for their rejection. The Proposal includes tabulations of the major items of equipment to be furnished and installed on this Project. Each bidder shall state in the spaces provided in the Proposal an installed price for each item of major equipment for each manufacturer or supplier named. Failure to do so may be cause for declaring the Proposal irregular as being not responsive to the Advertisement for Bids. In addition, he may state in the additional spaces provided the name of other manufacturers or sup- pliers who offer equipment on this Project, and the installed price for their equipment. The installed price for each sub-item stated in the IB-3 Proposal shall include the cost of the preparation of all detailed drawings by the Contractor, showing all changes in the plans and the construction and installation of such changers (if any) in structures, equipment, piping, electrical, mechanical, etc. , required to accommodate the equipment. No additional compensation will be allowed the Contractor over and above the total amount of the Contract for construction changes and additions, if any, from details shown on the plans and/or described in the specifica- tions which become necessary because of equipment installation and placing such equipment in satisfactory operation. Prior to the award of a con- struction contract, the City of Jefferson, Missouri, will determine and establish the source of all items of major equipment to be incorporated in the Project, based upon detail, expected performance and installed prices of the items offered in the Proposal accepted. 11. PRICES: The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the specification. i in 12. APPROXIMATE QUANTITIES: In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the proposal will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only, and each bidder shall make his own estimate from the plans of the quantities re- quired on each item and calculate his unit price bid for each item accord- ingly. Bids will be compared on the basis of number of units stated in the Proposal. Such estimated quantities, while made from the nest information available, are approximate only. Payment on the Contract will be based on actual number of units installed on the completed work. 13. LUMP SUM ITEMS: a. General. Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment, except as specifically noted below, to construct the item as described herein and to the limits shown on the plans. ® The lump sum bid for any sewers or force mains in open cut included in any lump sum item shall include the costs of all trench excavation (Class A trench excavation will not be measured and paid for separately) and backfill, IB-4 including granular fill; removal of unsuitable subgrade, if required, and replacement with granular material; dewatering if required; shoring and protection of adjacent property, including any lumber ordered left in place; bedding, if required; pipe in place; manholes; testing; finish grading and cleanup; and all other items of work relating to the sewer or force main construction. The basis for the lump sum bid for any sewers or force mains in tunnel included in any lump sum item shall include the costs of all operations relating to the sewer or force main construction in tunnel in earth. If rock is encountered in the tunneling operation, the additional cost will be computed for "Tunnel Excavation, Class All as described in Section III, paragraph 23. The cost for structures included in the lump sum bid shall be ad- justed for any additions or deductions from the work detailed on the plans at the applicable unit prices as set forth in the Contract. Measurement for changes shall be as set forth in Section III. b. Specific Lump Sum Items. (1) Tunnel at Station 2+00. The two hundred fifteen feet (2151) of 36-inch R. C. P. to be constructed in tunnel, as shown on the Plans, shall be paid for at the lump sum price bid. (2) Pipe Bridge at Station 7+50. The pipe bridge, complete in place, from Station 7+50 to Station 9+25 shall be constructed as shown on the Plans and specified herein and shall be paid for at the lump sum price bid. Manholes at each end shall not be included in the lump sum. (3) 'funnel at Station 54+97 Fwd. The eighty-eight feet (881) of 24-inch R. C. P. to be constructed in tunnel, as shown on the Plans, shall be paid for at the lump sum price 'bid. Manholes at each end shall not be included in the lump sum. (4) Tunnel at Station 61+60. 46. The thirty-five feet (351) of 18-inch cast-iron or ductile-iron pipe to be constructed in tunnel, as shown on the Plans, shall be paid for at the lump sum bid. (5) Tunnel at Station 98+60. 20 Fwd. The forty-nine and eight- tenths feet (49. 81) of 18-inch cast-iron or ductile-iron pipe to be constructed in tunnel, as shown on the Plans, shall be paid for at the lump sum price bid. ® (6) Chestnut Street Pumping Station. This pumping station shall be paid for at the lump sum bid for the pumping station complete, and shall include the costs of all labor, materials, tools and equipment required to complete the excavation; protect adjacent property; construct IB-5 the diversion box and the 15-inch sewer to the wet well including a manhole and a drop manhole, as well as a manhole on the existing 6-inch sewer and an 8-inch sewer to the above drop manhole; the pumping station; the dis- charge line to Sta. 61+62. 04; the copper water service line; complete the backfill, finish grading, and cleanup; and all other items of work relating to the pumping station construction. The lump sum price shall be based upon a rock datum of Elev. 539. 20, Class A excavation below that eleva- tion, Class B excavation above. (7) Boggs Creek Pumping Station. This pumping station shall be paid for at the lump sum bid for the pumping station complete, and shall include the costs of all labor, materials, tools and equipment required to complete the excavation; protect adjacent property; construct the diversion box and the 24-inch sewer to the wet well, the drop manhole on the existing sewer and the 15-inch interceptor sewer to the diversion box, the 24-inch overflow sewer including headwall and flap gate; the pumping station; the discharge line to Sta. 121+73. 30; the copper water service line; the access road; complete the backfill, finish grading, cleanup and seeding; and all other items of work relating to the pumping station construction. (8) Jefferson Street Interceptor. The diversion box, 8-inch VCP sewer, 10-inch CIP sewer, and manhole, including the connection to Manhole 10. 0, and the blocking of the existing 8-inch sewer, all as shown on the Plans, shall be paid for at the lump sum price bid. Aft (9) Capitol Interceptor. The dam in the existing manhole, the connection to the existing manhole, the 8-inch VCP sewer, the diversion box, the 8-inch CIP sewer including the connection to MH 8. 0, all as shown on the Plans, shall be paid for at the lump sum price bid. 10 Monroe Street Interceptor. The 12-inch CIP and VCP ( ) P sewers including manholes, the connection to MH 12. 0, the blocking of the existing 12-inch VCP sewer, and the 8-inch VCP sewer including the block- ing of the existing sewer and the connection to the existing manhole, all as shown on the Plans, shall be paid for at the lump sum price bid. (11) Marshall Street Interceptor. The 8-inch CIP sewer, in- cluding the connection to MH 14. 0, the removal of the existing manhole and the construction of a new one, and the blocking of the existing 8-inch sewer, all as shown on the Plans, shall be paid for at the lump sum price bid. (12) Prison Interceptor. The 12-inch VCP sewer, including the connection to MH 14. 0, the manhole and the blocking of the existing 12-inch sewer, all as shown on the Plans, shall be paid for at the lump sum bid. IB-6 (13) Rehabilitation Center Stub. The 8-inch CIP sewer with a plug, but not including the blow-off tee on the force main, all as shown on the Plans, shall be paid for at the lump sum bid. (14) Drain at Station 25+20. The relaying of the 12-inch CIP drain including the manhole,- as shown on the Plans, shall be paid for at the lump sum bid. (15) Drain at Station 26+24. The relaying of the 24-inch CMP drain including the manhole, as shown on the Plans, shall be paid for at the lump sum bid. (16) Drain at Station 34+93. The relaying of the 36-inch CMP drain including the manhole and the connection of the 10-inch asbestos cement pipe, as shown on the Plans, shall be paid for at the lump sum bid. (17) Drain at Station 51+24. The relaying of the 24-inch CMP drain including the manhole, as shown on the Plans, shall be paid for at the lump sum bid. (18) Air Release Valves. The three air release valves at Stations 73+00, 108+00, and 115+30 shall be paid for at the lump sum bid. This payment shall include the valve, valve box, and the necessary piping, all as shown on the Plans, complete in place. The tee shall be included in the unit price bid per lineal foot of 18-inch cast-iron or ductile-iron pipe. (19) Drain at Station 99+70. The drain at Station 99+70 shall be paid for at the lump sum bid. This payment shall include the valve, valve box, and the necessary piping, all as shown on the Plans, complete in place. The tee shall be included in the unit price bid per lineal foot of 18-inch cast-iron or ductile-iron pipe. (20) Drain at Station 114+38. 67. The drain at Station 114+38. 67 shall be paid for at the lump sum bid. This payment shall include the valve, valve box, the necessary piping, and the manhole on the existing 15-inch sewer, all as shown on the Plans, complete in place. The tee shall be in- cluded in the unit price bid per lineal foot of 18-inch cast-iron or ductile- iron pipe. ® 14. ALTERATIONS: Alterations by erasures or interlineation must be explained or noted in the Proposal over the signature of the bidder. IB-7 15. SIGNATURES: A proposal by a person who affixes to his signature the word "President, " "Secretary, " "Agent, " or other designation, without disclos- Alh his principal, is the proposal of the individual. That by a corporation should be signed with the name of the corporation followed by the signa- ture of the president, secretary, or other person authorized to bind it in the matter, who should file evidence of his authority to do so. That by a firm should be signed with the firm name, either by a member thereof or by its president, giving the names of all members of the firm. Anyone signing the proposal as the agent of another or others, must file with it legal evidence of his authority to do so. 16. RESIDENCE OF BIDDERS: The lace of residence and post office address, with Count and P P Y State of every bidder, and telephone number, must be given after his signature. 17. SUBMISSION OF PROPOSAL: The Proposal and the Bid Securit y guaranteeing the same shall be placed in a sealed envelope addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and marked "Proposal for the Missouri River Interceptor System for the City of Jefferson, Missouri. " 18. WITHDRAWAL OF PROPOSALS: If a bidder wishes to withdraw his Proposal, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his proposal for a period of ninety (90) days after the scheduled closing time for the receipt of bids. 19. NO BIDS RECEIVED AFTER TIME SET FOR OPENING: No bids received after the time set for opening of proposals will be considered. 20. RIGHT TO REJECT BIDS: The City of Jefferson reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgment will be for the best interests of the City of Jefferson. IB-8 21. BIDDERS TO BE PRESENT: Bidders are invited to be present at the opening of the bids, 22. COMPARISON OF BIDS: Bids wi1T. be compared by computing the total price based upon the estimated quantities stated in the Proposal and the unit price or lump sum bid for each item. The lump sum bid for the two pumping stations shall include those Major Items of Equipment designated as sub-item (a) in the Proposal. The Contract will be awarded to the bidder submitting the lowest and best bid, considering the Contractor's experience and ability to do the work. 23. AWARD OF CONTRACT: If, within ten (10) days after he has received notice of acceptance of his bid, the successful bidder shall refuse or neglect to come to the office of the Owner and to execute the Contract and to furnish the required Contractor's Bond, properly signed by the Contractor, and the surety or sureties satisfactory to the Owner as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit his deposit. 24. PERFORMANCE BOND: A Performance Bond in an amount equivalent to one hundred per cent (100 016) of the Contract price, must be furnished and executed by the successful bidder, or bidders, this bond to be in the form contained in this Contract. The Surety shall be a corporate surety company or companies of recognized standing, licensed to do business in the State of Missouri and acceptable to the Owner. 25. NOTICE TO PROCEED: A written notice to begin construction work will be given to the Contractor by the Owner within sixty (60) days after the Contractor is notified of the acceptance of his proposal. The time for completion of the project shall begin to run on the date established in this notice. IB-9 26. TIME OF COMPLETION: The Contract provides that construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure the full completion M5 IP of the Contract in three hundred (300) calendar days, the rate of progress and the time of completion being essential conditions of this Agreement. 27. BID SECURITY RETURNED TO SUCCESSFUL BIDDER: Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City of Jefferson. 28. INDEMNIFICATION AND INSURANCE: Before commencing any work under this Contract, the Contractor will be required to procure and keep in effect during the period of work thereon, at the Contractor's own cost and expense, the insurance speci- fied in the General Conditions of these specifications, indemnifying and holding harmless the Owner and the Engineer. 29. ASSIGNMENT: No assignment by the Contractor of any principal construction con- tract or any part thereof, or of the funds to be received thereunder by the Contractor will be recognized unless such assignment has had the approval of the Owner, and the Surety has been given due notice of such assignment in writing in accordance with the terms of its bond. No-assignment will receive approval unless the instrument of assignment contains a clause to the effect that it is agreed that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said Contract in favor of all persons, firms, or cor- porations rendering such services or supplying such materials. 30. EQUIPMENT GUARANTEES: The attention of all bidders is directed to the condition that 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 IB-10 specifications, and in actual operation satisfactorily perform the functions for which installed. Further, that the Owner may withhold final payment until such performance and operation is demonstrated. In view of such a contract requirement, the attention of all bidders is directed to the paragraph in the Contract regarding "Guarantees. " It is suggested that the successful Contractor purchase all items of equip- ment under adequate guarantees or bonds from the manufacturers or sup- pliers to protect the obligation of the Contractor to the Owner on items of equipment. 31. EQUIPMENT MANUFACTURERS AND SUPPLIERS: The attention of all manufacturers and suppliers who offer equip- ment for installation on this Project is directed to the procedure established whereby the Owner will select items of major equipment as listed in the Proposal prior to the award of the Contract. It is required that each manufacturer or supplier who offers an item; of Major Equipment file, prior to the date set for opening bids, two (2) complete copies of detailed descriptions of the equipment offered, list of comparable installations and performance curves where applicable, and other pertinent data. This data shall include a list of any deviations from the detailed requirements of the specifications. The equipment shall be considered on the basis that it complies with all detailed requirements of the specifications except as shown on the list submitted and, should the equipment be selected by the Owner for use in the project, shall be so furnished. One (1) cop-r should be filed with the Director of Public Works of the City of Jefferson, Missouri, and one (1) copy with Horner & Shifrin, Consulting Engineers, St. Louis, Missouri. Selection of major items of equipment will be made by the Owner on the basis of data filed, as outlined above, and on the installed price for the equipment as offered in the Contractor's Proposal accepted. The atten- tion of equipment manufacturers and suppliers is directed to the condition that time is of the essence of the construction contract. Failure of a manu- facturer to guarantee a delivery date which will reasonably permit the Contractor to meet the completion date named in the Contract may be cause for the selection by the City of an alternate manufacturer, either before or after the award of the Contract. 32. NONDISCRIMINATION IN EMPLOYMENT: Contracts for work under this Proposal will obligate the contractors and subcontractors not to discriminate in employment practices. IB-11 Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 10925. Bidders must, if requested, submit a compliance report concerning their employment practices and policies in order to maintain their eligi- bility to receive the award of the Contract. Successful bidders must, if requested, submit a list of all subcon- tractors 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 pobla' 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 hin- drance to the recruitment, employment and equal treatment of employees seeking employment and performing work under the Contract, or a cer- tification 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 AM the Contract provisions regarding nondiscrimination. AM IB-12 PROPOSAL Date The Honorable Mayor and City Council City of Jefferson Ma City Hall Jefferson City, Missouri Gentlemen: In accordance with the advertisement inviting proposals for the construction of the Missouri River Interceptor System for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special;__ eiti9ns of the Contract, the Specifications, including Addenda Nos. �� and hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work within three hundred (300) calendar days after receipt of notice to proceed for the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 1. Trench Excavation, Class A 1, 010 cu.yd. $ ,00 $1 va0D_Do r 2. Trench Excavation, Class B 11, 480 cu. yd. $ V r � $ _�p9�n (�L� 3. In Place 10-Inch V. C. Pipe 467 lin. ft. 4. In Place Class II 36-Inch r R.C. Pipe 590 lin. ft. $.do 5. In Place Class IV 36-Inch R. C. Pipe 4, 652 lin. ft. $0 6. In Place Class V 36-Inch R. C. Pipe 44 lin.ft. 1 7. In Place 10-Inch C. I. or u D.I. Pipe 105 lin, ft. $ too $ 1 1 v Q 1� 8. In Place 18-Inch C. I. or I� D.I. Pipe 6, 069 lin.ft. $ �,j $ � /4jrf o P-1 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 9. In Place 24-Inch C. I. q or D.I. Pipe 574 lin.ft. s— 10. Manholes, Complete in Place, Depth Less than 6 Feet 1 each 11. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 13 each $ D0. 40 $ cC�.a6 12. Manholes, Complete in Place, ,- Depth Over 8 Feet to 10 Feet 0 each $ ���� $ 0. 00 13. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet 1 each $ 14. Manholes, Complete in Place, Depth Over 12 Feet to 14 Feet 2 each $ 15. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet 0 each $ �� ad $ 0. 00 16. Manholes, Complete in Place, , Depth Over 16 Feet to 18 Feet 1 each $ V U �'n $ b7 O' 0 17. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet 0 each $ 0. 00 18. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet 0 each $ .�� $ 0.00 19. Manholes, Complete in Place, Depth Over 22 Feet to 24 Feet 2 each $ QC1,�O $ r 000 20. 10-Inch Outside Drop, 1 each Complete in Place ' 21. Crushed Rock for Subgrade Replacement 100 cu. yd. $ O0, O'D ® 22. Granular Backfill 39 cu.yd. $ Lot $ ��U d ' 23. Lumber Ordered Left in n Trench 10 MFBM $ P-2 NEW Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 24. Class B Concrete 12 cu. yd. 25. Class C Concrete 236; cu. yd. $ .r $ ! r r 26. Restoration of Asphaltic Pavement 0 sq.yd. 0. 00 27. Restoration of Concrete Curb 0 lin. ft. $� $ 0. 00 28. Tunnel at Station 2+00 lump sum $ 29. Pipe Bridge at Station 7+50 lump sum $AL- 30. Tunnel at Station 54+97 Fwd lump sum $ b •Q� 31. Tunnel at Station 61+60. 46 lump sum $ 32. Tunnel at Station 98+60. 20 Fwd lum p sum $ � d 33. Chestnut Street Pumping Station lump sum 34. Boggs Creek Pumping Station lump sum 35. Jefferson Street p sum $Interceptor lump G ( p �2. 7�, 36. Capitol Interceptor lump sum 37. Monroe Street Interceptor lump sum 38. Marshall Street Interceptor lump sum $ �L� 39. Prison Interceptor lump sum $ 40. Rehabilitation Center Stub lump sum $ �Ca 41. Drain at': Station 25+20 lump sum $ 42. Drain at Station 26+24 lump sum 43. Drain at Station 34+93 lump sum $ P-3 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 44. Drain at Station 51+24 lump sum $ LIJOZY If 45. Air Release Valves lump sum 46. Drain at Station 99+70 lump sum $ CO 47. Drain at Station 114+38. 67 lump sum $ Total $ / V X ' A. UNIT PRICES FOR ADDITIONS OR DEDUCTIONS Is The following supplementary schedule of unit prices will apply in the event the City orders in writing additions to or deductions from the work detailed on the plans for the Lump Sum Items above. Type of Work Unit Price per Unit 1. Hand Earth Excavation (Dry) C.Y. 2. Machine Earth Excavation (Dry) C.Y. 3. Hand Earth Excavation (Wet) C.Y. b 4. Machine Earth Excavation (Wet) C. Y. $ � Q 5. Rock Excavation C.Y. 6. Class A Tunnel Excavation (Additional) C.Y. $ 50. 00 7. Formed Concrete (including Forms) C.Y. $ J"J 8. Reinforcing Steel lbs. $ � It is understood and agreed by the undersigned that the City 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, 1 by including same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed. P-4 B. MAJOR ITEMS CAE EQUIPMENT In connection with major items of equipment to be supplied and in- stalled under the lump sum bid above, the undersigned expressly agrees to the following provisions: 1. That the lump sum bid stated above includes the furnishing and installation of all items of major equipment of the manufacturers or suppliers listed as sublitems (a) in the following tabulation. 2. That the City may select items of any manufacturer or supplier as listed in the following tabulation, that the undersigned agrees to furnish and install such items as selected, and for a contract price equal to the lump sum bid stated above, adjusted by the differ- ence between 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 City. 3. That the installed price stated in the following tabula- tion on all sub-items includes the preparation and submission to the Engineers by the undersigned of detailed drawings, showing any modifications neces- sary to accommodate such equipment, all as defined and described in paragraph No. 6 of the Special Con- ditions of the Contract. 4. That the installed cost stated in the following tabulation on all sub-items includes a complete operating installa- tion, including the furnishing and installation of any and all changes or additions in structures, piping, buildings, 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 City will be guaranteed by the undersigned and his Surety to meet the performance requirements of all Contract Specifications, all as defined in the para- graph in the Contract regarding "Guarantees". 6. That in the event the City does not select items of any manufacturer or supplier as listed in the following P-5 E tabulation, the undersigned agrees to furnish and install all items of major equipment of the manu- facture 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 No. Description Manufacturer or Supplier Installed Costs 1. Chestnut Street Raw (a) Allis-Chalmers $ ,�, Ono Sewage Pumping (b) Fairbanks-Morse $ Units (c) $ (d) $ 2. Boggs Creek Raw (a) Allis-Chalmers $ "" Sewage Pumping (b) $� Units (c) $ LdL ,_ $ 3. Manlifts (a) Langley $ Ob (b) $ (c) $ C: SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of n Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. The undersigned bidder (has) ( k}(strike out the term which does not apply) previously performed work subject to the President's Ex- ecuted Orders No. 10925 and 11114. i P-6 The undersigned has examined the plans and specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. This Proposal shall be equally binding on ,U�n heirs, admin- istrators, executors, successors, and assigns. Firm Name- 11— o', 1-� By (Signature) Title Address Telephone No. P-7 j r f ti CONTRACT AGREEMENT THIS AGREEMENT, made and concluded this day of February 19 67 , by and between John Rohrer Contracting Company, Inc. hereinafter called the "Contractor, " and the City of Jefferson, Missouri, hereinafter called the "City. " WITNESSETH, THAT, whereas the Council of the City of Jefferson by Resolution adopted at a meeting held on February 6, 19 67 , and by virtue of authority vested in said Council, has awarded to the Con- tractor the work of performing certain construction. NOW, THEREFORE, the Contractor and the City, for the considera- tion hereinafter named, agree as follows: Article 1. SCOPE OF THE WORK: The Contractor shall furnish all materials, tools, equipment, labor, and everything necessary to perform, and shall perform, in accordance with the plans, specifications and terms of this Contract, the work of con- structing the Missouri River Interceptor System to serve the City of Jefferson, Missouri. All construction shall be carried out under inspection by represen- tatives of the Owner. gn Article 2. TIME OF COMPLETION: Construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure its full completion within three hundred (300) calendar days after receipt of notice to proceed. ' DEDUCTIONS FOR NOT COMPLETING ON TIME: If the contract work is not fully completed according to the terms of the Contract within the time limit herein stipulated, subject to such ex- tensions as may be granted as provided for in Article 19 of the "General Conditions, " it is agreed that the City will be damaged thereby. The C-1 d amount of said damages, exclusive of expense for inspection and super- intendence, being difficult if not impossible of definite ascertainment, it is hereby agreed that the amount of such damages, both liquidated and fixed, shall be estimated and agreed upon in advance, and they are hereby agreed upon in the amount of Seventy-Five Dollars ($75. 00) for each cal- endar day elapsing between the expiration of such time limit as herein provided for, plus such extension as may be granted, and the date of full completion. The obligations of the Bond given by the Contractor, as herein required, shall include the payment of the liquidated damages provided for and agreed upon in this paragraph. Where any deductions from or forfeitures of payment in connection with the work on this Contract are duly and properly declared or imposed against the Contractor, in accordance with the terms of this Contract, State laws or ordinances of the City, the total amount thereof may be withheld from any money whatsoever due or to become due the Contractor under the Contract, and when deducted shall be deemed and taken as pay- ment in such amount. Article 3. CONTRACT PRICE: The City shall pay to the Contractor for the performance of the work the amounts determined for the total number of each of the following units of work completed at the unit price stated thereafter. The final pay- ment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. Item Unit No. Pay Item Unit Price Bid 1. Trench Excavation, Class A cu.yd. $ 20.00 2. Trench Excavation, Class B cu.yd, $ 5. 20 3. In Place 10-Inch V. C. Pipe lin.ft. $ 6. 85 4. In Place Class II 36-Inch R. C. Pipe lin.ft. $ 1.5. 10 5. In Place Class IV 36-Inch R.C. Pipe lin.ft. $ 16. 00 6. In Place Class V 36-Inch R. C. Pipe lin.ft. $_ 17. 60 7. In Place 10-Inch C. I. or D. I. Pipe lin.ft. $ 9. 00 8. In Place 18-Inch C. I. or D. I. Pipe tin.ft. $_13. 80 C-2 Item Unit No. Pay Item Unit Price Bid. 9. In Place 24-Inch C. 1. or D. I. Pipe lin. ft. $ 17. 60 10. Manholes, Complete in Place, Depth Less than 6 Feet each $ 250.00 11. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet each $ 300. 00 12. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet each $ 350. 00 13. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet each $ 400. 00 14. Manholes, Complete in Place, Depth Over 12 Feet to 14 Feet each $ 450. 00 15. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet each $ 500. 00 16. Manholes, Complete in Place, Depth Over 16 Feet to 18 Feet each $ 550. 00 17. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet each $ 600.00 18. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet each $_.L50. 00 19. Manholes, Complete in Place, Depth Over 22 Feet to 24 Feet each $ 700. 00 ' 20. 10-Inch Outside Drop, Complete in Place each $ 225. 00 21. Crushed Rock for Subgrade Replacement cu.yd. $ 5. 00 k d. $ 22. Granular Bac fill cu.Y 5. 00 23. Lumber Ordered Left in Trench MFBM $ 200. 00 24. Class B Concrete cu.yd. $ 50. 00 C-3 r` Item Unit No. Pay Item Unit Price Bid 25. Class C Concrete cu.yd. $ 40. 00 26. Restoration of Asphaltic Pavement sq.yd. $ 15-00 27. Restoration of Concrete Curb lin.ft. $ 5. 00 28. Tunnel at Station 2+00 lump sum $ 81, 609. 70 29. Pipe Bridge at Station 7+50 lump sum $ 18, 000. 00 30. Tunnel at Station 54+97 Fwd lump sum $ 16, 600. 00 31. Tunnel at Station 61+60. 46 lump sum $ 7, 000. 00 32. Tunnel at Station 98+60. 20 Fwd lump sum $ 9, 960. 00 33. Chestnut Street Pumping Station Iump sum $ 66, 880. 00 34. Boggs Creek Pumping Station lump sum. $120, 750. 00 AIL 35. Jefferson Street Interceptor lump sum $ 23, 074. 15 36. Capitol Interceptor lump sum $ 20, 782. 65 37. Monroe Street Interceptor lump sum $_27, 675. 00 38. Marshall Street Interceptor lump sum $ 16590. 00 39. Prison Interceptor lump sum $r 1,686. 00 40. Rehabilitation Center Stub lump sum $__9 525. 00 41. Drain at Station 25+20 lump sum $ 1, 150. 00 42. Drain at Station 26+24 lump sum $ 1035. 00 43. Drain at Station 34+93 lump sum $ 1530. 00 44. Drain at Station 51+24 lump sum. $ 1, 330. 00 45. Air Release Valves lump sum $ 900. 00 C-4 Item Unit No. Pay Item Unit Price Bid 46. Drain at Station 99+70 lump sum $ 00 00 47. Drain at Station 114+38. 67 lump sum $ 550. 00 Article 4. UNIT PRICES FOR CHANGES: The following unit prices will apply (unless modified by mutual agreement between the Contractor and the City) in the event additions to or deductions from the Lump Sum Items to be performed for the above prices are ordered in writing by the City: Unit Price per Unit 1. Hand Earth Excavation. (Dry) cu.yd. $ 6. 00 2. Machine Earth Excavation (Dry) cu.yd. $ i. 50 3. Hand Earth Excavation (Wet) cu.yd. $ 9. 00 4. Machine Earth Excavation (Wet) cu. yd. $� 3. 00 5. Rock Excavation cu.yd. $ 20. 00 Aft 6. Class A Tunnel Excavation (Additional) cu. yd. $ 50. 00 7. Formed Concrete (including Forms) cu.yd. $ 85. 00 8. Reinforcing Steel lb. $ 0. 35 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 itf ms of equipment as manufactured or supplied by the following listed manufac- turers or suppliers: Item No. Description Manufacturer or Supplier 1. Chestnut Street Raw Sewage Pumping Units Allis-Chalmers r2. Boggs Creek Raw Sewage Pumping Units Allis-Chalmers 3. Manlifts _ I�ngiPy C-5 I Article 6. PROGRESS PAYMENTS: On not later than the fifth day of every month, the Contractor shall present to the Engineer an invoice covering the total quantities under each AML item of work that has been completed from the start of the job up to and including the last day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items or breakdown of lump sums where required, together with such supporting evidence as may be required by the Engineer. This in- voice shall also include an allowance for the cost of such material required in the permanent work as has been delivered to the site but not as yet in- corporated in the work. Measurements of units for payment shall be made in accordance with the specifications. Authorized extra work shall be included in these monthly progress payments. The invoice shall be checked and corrected by the Engineer prior to submission to the City for payment. When the rate of the work shall be satisfactory to the Engineer and it shall appear that all claims for labor and material shall have been paid by the Contractor, then or before the fifteenth (15th) day of each month, the City shall pay the Contractor ninety per cent (9016) of the value of all work performed, prior to the first day of said month, "less the aggregate of previous payments. Article 7. GUARANTEE: The Contractor and his Surety hereby expressly guarantee the aforesaid work as to workmanship and quality of materials used in connec- tion 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 City that said replacements are required, the Contractor shall, at once, make the same as directed, and at his own expense. If the Contractor does not proceed with such replacements within five (5) days of receipt of written notice, then the City shall have the power to cause the same to be made and to charge the costs thereof to the Contractor. On all items of equipment to be incorporated in the completed Project, the Contractor and his Surety must guarantee the type, quality, design, and performance to fully meet the requirements of the specifications. Nothing in this section is intended as a maintenance guarantee. C-6 Article 8. ACCEPTANCE AND FINAL PAYMENT: When the work provided for under this Contract has been fully com- pleted in accordance with the terms hereof, a final estimate showing the amount of such work shall be prepared by the Engineer and filed with the City Clerk and with the Contractor within thirty (30) days after the date of completion. The final estimate shall be accompanied by a certificate of acceptance issued by the Engineer, stating that the work has been fully completed to his satisfaction in substantial compliance with the Contract. From the final payment shall be retained all moneys expended by the City according to the terms of this Contract, and thereunder charge- able to the Contractor, all moneys payable to the City as liquidated damages and all deductions provided by the Contract, State laws or ordinances of the City. Article 9. THE CONTRACT DOCUMENTS: The Advertisement, Information for Bidders, General Conditions, Special Conditions, the Specifications, including Addenda Nos. 1 , , - and 2 , the Proposal, the Plans and Bond, together with this Agreement, form the Contract. The Plans on file are as fully a part of this Contract as if hereto attached. vp Article 10. NONDISCRIMINATION 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 regard to their race, creed, color, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, de- motion or transfer; rates of pay or other forms of compentation; 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 nondiscrimination clause. (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. C-7 (3) The Contractor will send to each labor union or representative of workers with which he has a. collective bargaining agreement or other contract or understanding, a notice, to be provided by the City advising the said labor union or workers' representative of the Contractor's com- mitments under this section, and shall. post copies of the notice in con- spicuous 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, regu- lations, and relevant orders of the President's Committee on Equal Employment Opportunity created thereby. (5) The Contractor will furnish all information and reports re- quired by Executive Order No. 10925 of March 6, 1961, as amended, and by the rules, regulations, and orders of the said Committee or pur- suant 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 inelig- ible for further Federal or Federally assisted contracts in accordance with procedures 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 Employment Opportunity issued pursuant to Section 303 of the 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 1 take such action with respect to any subcontractor or purchase order as the Department 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, litigation with a subcontractor or vendor as a result of such direction by the Department of Health, Education, and C-8 ' 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 hereto have caused this instru- ment to be executed in four (4) original counterparts as of the day and year first above written. John Rohrer Contracting Company, Inc. (Contractor) 2820 Roe Lane (Address) Kanaa s City. Kansas COUNTERSIGNED: B Cif of Jefferson (Owne r) City Hall - 240 E. High Street (Address) Jefferson City, Missouri ATTEST: By _U Avz t Mayor ra C-9 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned John Rohrer Contracting Company, Inc. of 2820 Roe Lane, Kansas City, Kansas (hereinafter called the "Principal"), an *kxIbwhb0a, or cor- poration, duly authorized by law to do business as a construction contractor in the State of and AM INESTEBN CASUALTY AnD SU=,TY C01U= of ;e--/-,— ' _0 eo7`T , zr� V (hereinafter called the "Surety"), a corporation duly authorized to do a surety business under the Laws of the State of Missouri, are held and firmly bound unto the City of Jefferson, Missouri (hereinafter called the "Obligee"), in the penal sum of Seven HAndred 45/100 Nine Thousand Five Hundred Nine -Seven and/Dollars ($709, 597. 45 ) lawful money of the United States, for the payment of which well and truly to be made unto said Obligee, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, as follows: The conditions of this obligation are such that, whereas on the day of February, 1967 , the said Principal entered into a .written agreement, which agreement is hereby made a part hereof, with said Obligee for the construction of the Missouri River Interceptor System ® Located at The City of Jefferson, Missouri _ Scratch out the inapplicable designation. PB- 1 NOW, THEREFORE, if the said Principal shall faithfully and properly perform the foregoing Contract according to all the terms thereof, and shall as soon as the work contemplated by said Contract is completed, pay to the proper parties, all amounts due for material, lubricants, oil, AM gasoline, grain, hay, food, coal and coke, repairs on machinery, gro- ceries and foodstuffs, 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, then this obligation to be void, otherwise to remain in full force and effect, and may be sued on for his use and benefit by any person furnishing materials or performing labor, either as an individual or as a subcon- tractor for any contractor in the name of said Obligee. The said Surety for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the ML terms of the agreement or to the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. IN TESTIMONY WHEREOF, the parties hefeunto have caused the execution hereof in I5 original couterparts as of the �j-� day of February 1967 John Rohrer Contracting Company, Inc. Pr i B 9 Title Atte t: 4� ACHE WTEiM CASUAL'Ty AND bURFmY t?n�m�nnr� Surety BD da-0 Moog r ® (SEAL) EN F' ,41 �iTiO I Q CsF.r+nrF J. r,!-nrn5 ?. CO., INC. PB-2 R �C ackDS C"I r; . :LOSS FAJQ. KANSAS CITY L -KAKSA$ POWER OF ATTORNEY The Western Casualty and Surety Company HOxs 01'1 C1—FORT SCOTT, KANBAS KNOW ALL MEN BY THESE PRESENTS: That THE WESTERN CASUALTY AND SURETY COMPANY of Fort Scott, Kansas,a corporation of the State of Kansas,having Its principal office In the city of Fort Scott, Kansas, pursuant to the following, Bylaw, which was adopted by the Stockholders of the said Company on December 2, 1953, to-wit: •Section 27. RESIDENT OFFICERS AND ATTORNEYS-IN-FACT. The president, any vice president or the secretary shall have power and authority to appoint resident vice presidents, resident assistant secretaries and attorneys-in-fact, and to give such appointees full power and au- thority to make, execute and deliver In the name and on behalf of the corporation, bonds, recognizances, contracts of Indemnity and other under- takings and writings of obligatory nature, and to affix thereto the corporate seal of the corporation. The president, any vice president or the secretary shall also have power at any time to remove and revoke the authority of any such appointee.* does hereby nominate,constitute and appoint George J. Siebers, of the City of Kansas City, State of Kansas. its true and lawful agent(s)and Attorney(s)-in-Fact,to make,execute, seal and deliver for and on its behalf, as Surety, and as its act and deed: Any and all bonds and undertakings. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Fort Scott, State of Kansas, in their own proper persons. SM The following Resolution was adopted at the Annual Meeting of the Board of Directors of The Western Casualty and Surety Company,held on qP the 11th day of May, 1965: 'RESOLVED,That the signatures of officers of the Company and the seal of the Company maybe affixed by facsimile to any Power of Attorney executed in accordance with Section 27 of the Company Bylaws; and that any such Power of Attorney bearing such facsimile signatures and fac- simile seal shall be valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." All authority hereby conferred shall remain in full force and effect until terminatad by the Company. IN WITNESS WHEREOF,THE WESTERN CASUALTY AND SURETY COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereunto affixed this..............11.t...................................................day of......NAY........................................,1965............. THE WESTERN CASUALTY AND SURETY COMPANY OMEAL By..................... STATE OF KANSAS ................................................................. COUNTY OF BOURBON ss Vice President On this....l.lth......day of....MAY.........................................A.D., 19..65...., before the subscriber, a Notary Public in the State of Kansas in A K. H. Mead, Vice President of THE WESTERN and for the County of Bourbon,duly commissioned and qualified, came................... ....... ...... CASUALTY AND SURETY COMPANY,of Fort Scott, Kansas to me personally known to be the individual and officer described in, and who exe- cuted the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the corporate seal of said Company,and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, and that Bylaw,Section 27,adopted by the Stockholders of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Fort Scott, the day and year first above written. ® 1 no••Rr My commission expires January 15. 1968 .................................................................................... ...... Notary Public.�........ .......... �,,.�• 1 E. C. Gordon? Jr. Assistant Secretary of THE WESTERN CASUALTY AND SURETY COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a power of attorney executed by said THE WESTERN CASUALTY AND SURETY COMPANY,which is still in full force and effect. �. IN WIT�F, I have signed this certificate at Fort Scott, Kansas, this....................................................................................................day of ' 19 �'7 � �/ � 4 ''ow•P Assistant Secretary. (� FORM FS 5890 THE CITY OF JEFFERSON, MISSOURI BREAKDOWN OF LUMP SUM PRICE FOR BID ITEMS NO. 33 AND 34 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 Quantity Unit Material Installation Total Chestnut Street Pumping Station (Item No. 33) 1. Clearing, Excavation and Backfill 2. Concrete nc r to 3. Reinforcing Steel 4. Superstructure 5. Miscellaneous Metal 6. Raw Sewage PuM#iggPWtits 7. Manlift 8. Sump Pump 9. Ventilation Equipment 10. Piping and Valves 11. Electrical 12. Painting . 13. Access Road and Miscellaneous Items Total of Bid Item No. 33 B-1 Item Estimated Cost No.. Description Quantity Unit Material Installation Total Boggs Creek Pumping Station (Item No. 34) g 1. Clearing, Excavation and f� Backfill 2. Concrete 3. Reinforcing Steel 4. Superstructure 5. Miscellaneous Metal 6. Raw Sewage Pumping Units 7. Manlift 8. Sump Pump 9. Dehumidifier 10. Piping and Valves 11. . Electrical 12. Painting 13. Access Road and Miscellaneous Items Total of Bid Item No. 34 B-2 The undersigned hereby certifies that the above Breakdown of Lump Sum Price for Bid Items No. 33 and 34 is based on the actual cost of materials to be provided and the estimated cost of their installation in order to complete the construction of the Chestnut Street and Boggs Creek Sewage Pumping Stations for the City of Jefferson, Missouri. Date Submitted by Contractor Address The undersigned has checked the above Breakdown of Lump Sum Price for 'Bid Items No. 33 and 34 and approves the use of it as a basis for determining the value of work completed at the close of each construction pay period. HORNER & SHIFRIN Consulting Engineers Approved by Title Date B-3 GENERAL CONDITIONS 1. DEFINITIONS: The following terms used in these Contract Documents are respec- tively defined as follows: a. "City'h.and City of Jefferson, Missouri. "Owner" b. "Engineer" Horner & Shifrin, Consulting Engineers, 1221 Locust Street, St. Louis, Missouri, 63103, or their authorized representative acting as resident engineer in charge of the project, and his assistants. C. "Contractor" The person, firm or corporation to whom the within Contract is awarded by the City and who is subject to the terms hereof. d. "Subcontractor" A person, firm or corporation, per- forming any part of the Contractor's obligations hereunder at the site of the work, excluding, however, the furnishing of standard materials such as cement, lumber and other materials not worked to a special design under the plans and specifications for the work. e. "Contract Documents" The Advertisement for Bids, the Infor- mation for Bidders, the Proposal, the ...� signed Contract Agreement, the Per- formance Bond, the General Conditions, the Special Conditions, the Plans and - Specifications, including all modifica- tions thereof incorporated in the documents before their execution. GC-1 f. "Work" The furnishing of all labor, materials, equipment and other incidentals neces- sary or convenient to the successful completion and carrying out of all duties and obligations of the Contractor under the Contract Documents. 2• CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS: It is the intent of the specifications and plans to describe a completed Project to be performed under the Agreement. The Contract Documents comprise the entire agreement between the Owner and the Contractor. They may only be altered by a Change Order or as provided hereinafter. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he will call it to the Engineer's attention in writing before proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies, the docu- ments shall be given precedence in. the following order: Contract Agreement, Specifications, Plans. Within the specifications the order of precedence shall be as follows: Special Conditions, Information for Bidders, General Conditions, Technical Provisions. Figure dimensions on plans shall govern over scale dimensions, and detailed plans shall govern over general plans., Any work that may reasonably be inferred from the specifications or plans an as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. 3. NOTICE AND SERVICE THEREOF: Where, in any of the Contract Documents, there is any provision in respect to the giving of any notice, such notice shall be deemed to have been given (as to the Owner) when written notice shall be delivered to the Engineer or the Owner; or shall have been placed in the United States mails, addressed to the Engineer, at the place where the bids or proposals for the Contract were opened; as to the Contractor, when a written notice shall be delivered to the chief representative of the Contractor at the site of the project to be constructed under the Contract, or by mailing such written notice in the United States mails, Addressed to the Contractor at GC-2 the place stated in the papers prepared by him to accompany his proposal as the address of his permanent place of business; as to the surety on the Performance Bond when a written notice shall have been placed in the United mails, addressed to the surety at the home office of such surety. 4. COPIES OF DRAWINGS FURNISHED: The Owner will furnish to the Contractor, free of charge, copies of drawings and specifications which are reasonably necessary for the execution of the work. The Contractor shall keep one copy of all drawings and specifi- cations on the work, in good order, available to the Engineer and to his representatives. 5. ORDER OF COMPLETION: The Contractor shall complete any portion or portions of the work in such order of time as the Engineer may declare necessary by reason of an emergency. 6. CONTRACTOR'S UNDERSTANDING: It is understood and agreed that the Contractor has, by careful ex- amination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality' and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No official, officer or agent of the Owner is authorized to make any representations as to the materials or workmanship involved, or the con- ditions to be encountered, and the Contractor agrees that no such statement or the evidence of any document or plan, not a part of this Contract, shall constitute any grounds for claim as'to conditions encountered. No verbal agreement or conversation with any officer, agent or employee of the Owner either before or after.the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. ® It is understood and agreed that the Contractor has informed him- ..self fully as to the conditions relating to construction and labor under which the work will be performed, and agrees as far as possible to employ such methods and means in the. carrying out of the work as will not cause any interruption or interference with any other contractor. GC-3 7. MATERIALS, SERVICES AND FACILITIES: (a) It is understood that except as otherwise specificalty stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified-time. (b) Any work necessary to be performed after regular working hours, on Sundays or legal holidays, shall be performed without additional expense to the Owner. 8. "OR EQUAL" CLAUSE: Whenever in any of the Contract. Documents any article, appliance, device, or material is designated by the name of the manufacturer or vendor, or by any proprietary name and such name is not followed by the words "or equal, " it shall be deemed that such words "or equal" do follow such designation, unless the context clearly requires a contrary construc- tion. Any article or material equaling the standards fixed may be used in place of that specifically mentioned by the specifications, providing that the material proposed is first submitted to and approved by the Owner or his authorized representative. 9. ROYALTIES AND PATENTS: The Contractor shall hold and save the Owner and his officers, agents, servants, and employees harmless from liability of any nature or kind, 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, Es unless otherwise specifically stipulated in the Contract Documents. 10. SURVEYS, PERMITS AND REGULATIONS: The Owner shall make all surveys unless otherwise provided. Per- mits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. ® The Contractor shall give all notices and comply with all laws, ordinances, rules and' regulations bearing on the conduct of the work as drawn and specified. The Contractor is required to observe all laws and ordinances relating to the obstructing of streets, maintaining signals, GC-4 keeping open assa eways and protecting them where exposed to danger, P g P and all general ordinances affecting him or his employees or his work hereunder in his relations to the Owner or any person, and also generally to obey all laws and ordinances controlling or limiting the Contractor while engaged in the prosecution of the work under this Contract. If the Contractor observes that the drawings and specifications are at variance with laws and regulations, he shall promptly notify the'Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules or regulations, and without such notice to the Engineer. he shall bear all costs arising therefrom. 11. PROTECTION OF WORK AND PROPERTY: The Contractor must protect and support all water and gas pipes or other conduits, and all railway tracks, buildings, walls, fences, or other properties which are liable to be damaged during the execution of his work. He shall take all reasonable and proper precautions to protect persons, animals, and vehicles or the public, from injury, and wherever necessary, shall erect and maintain a fence or railing around any excava- tion, and place a sufficient number of red lights about the work and keep them burning from twilight until. sunrise; and shall employ one. or more watchmen as an additional security whenever they are needed. He must, as far as practicable and consistent with good construction, permit access to private and public property and leave fire hydrants and catch basins free from encumbrances. 12. INSPECTION AND EXAMINATION OF THE WORK: The Engineer and his authorized assistants as well as all inspectors and other authorized personnel of any public agency under whose jurisdic- tion the work is being performed, shall have free access to the work at all times for inspection purposes, and shall be furnished by the Contractor, with facilities for ascertaining whether the work being performed or which has been completed is'in accordance with the requirements of the drawings, specifications and contract, to the extent of uncovering, testing or re- moving portions of finished work. Duly authorized inspectors acting in behalf of the Engineer and any public agency under whose jurisdiction the work is being performed, who shall perform their duties under the direction of the Engineer, will be assigned to the project or any part thereof. The presence of an inspector shall in no wise lessen the responsibility of the Contractor. In case any dispute arises between the Contractor and the inspector as to materials GC-5 furnished or the manner of performing the work, the inspector shall have authority to reject materials or suspend the worn until the question at issue can be referred to and decided by the Engineer. The inspector is not authorized to revoke, alter, enlarge, relax or release any require- ments of these specifications, nor to approve or accept any portion of the work or to issue instructions contrary to the drawings and specifications. When any material not conforming to the requirements of the speci- fications and drawings has been delivered upon the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be considered as defective and shall be removed and renewed or made satisfactory, as directed by the Engineer, at the expense of the Contractor. All materials shall be subject to inspection, examination and test by the Engineer at any and all times during manufacture, and at any and all places where such manufacture is being carried on. The right is re- served to reject defective materials during manufacture or before they have been incorporated into the work. If the Contractor fails to replace defective work or rejected materials, the Owner may replace such mate- rials or correct such defective work and charge the cost thereof to the Contractor, or may terminate the right of the Contractor to proceed under Article 22 of the General Conditions. 13. REMOVAL OF IMPROPER MATERIAL: All materials to be provided by the Contractor shall be of the best quality, and if the Contractor shall bring or cause to be brought on the work, materials which do not conform to the requirements of this Contract, the Engineer shall order the same to be removed forthwith, and in case of the neglect or refusal of the Contractor or those employed by him to re- move such materials, to cause the same to be removed at the expense of the Contractor and to deduct the cost of such removal and all other expenses incident thereto from the amount which may be due to the Contractor on this Contract; and, in case of the violation of this provision, the amount of costs and expenses shall be deducted by the Engineer from the final, or any other estimate of the amount due to the Contractor on this Contract. fi14. SUPERINTENDENCE; SUPERVISION: The Contractor must at all times have an authorized representative on the work to whom orders can be given, this representative to have full authority to carry out all orders given by the Engineer, and shall keep on the work, during its progress, a competent superintendent and any neces- sary assistants, all satisfactory to the Engineer. GC-6 The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Con- A& VM tractor. Directions shall be confirmed in writing upon written request in each case. The Contractor shall give efficient supervision to the work, using his best skill and attention. During the construction and maintenance period of the work of this Contract, any orders given by the Engineer or his representatives to the manager, superintendent, or foreman of the Contractor in the absence of the Contractor, shall have the same force and effect as if given to the Contractor. If the Contractor, in the course of the work, finds any discrepancy between the plans and the physical conditions of the locality, or any errors or omissions in the plans or in the layout as given by points and instruc- tions, it shall be his duty to immediately inform the Engineer in writing, MR and the Engineer shall promptly verify the same. Any work after such discovery, until authorized, will be done at the Contractor's risk. Neither party shall employ or hire any employee of the other party without the other party's consent. 15.. CHANGES IN THE WORK: The Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract Sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract except that any In claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the «fork, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made' unless in pursuance of a written order by the Engineer, and no claim for an addition to the Contract Sum shall be valid unless so ordered. The value of any such work or change shall be determined in one or more of the following ways: (a) By estimate and acceptance in a lump sum. (b) By unit prices named in the Contract or subsequently agreed upon. GC-7 '4 �i (c) By cost and percentage or by cost and a fixed fee, If none of the above methods is agreed upon, the Contractor, pro- vided he receives an order as above, shall proceed with the work, In such case and also under case (c), he shall keep and present in such form .`ls the Engineer may direct, a correct account of the net cost of labor and materials, together with vouchers. In any case, the Engineer shrill certify to the amount including reasonable allowance for overhead and profit, due to the Contractor, Pending final determination of value, payments an ac- count of changes shall be made on the Engineer's estimate. 16. EXTRAS: Except as otherwise herein provided, no charge for any extra work or material will be allowed unless the same has been ordered in writing by the Owner and the price stated in such order. 17. CLAIMS FOR EXTRA COST: No claims for additional payments above the Contract Sum other than such amounts as are authorized for extra work order in accordance with the aforesaid paragraphs designated "extras" or "Changes in the Work" will be considered or allowed. 18. DEDUCTIONS FOR UNCORRECTED WORK: If the Engineer deems it inexpedient to correct work injured or done not in accordance with the Contract, an equitable deduction from the Contract Sum shall be made therefor. 19. DELAYS AND EXTENSION OF TIME: If the Contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or of his employees, or by any other contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any causes which the Engineer shall decide to justify the delay, then the time of com- pletion shall be extended for such reasonable time as the Owner may decide. S No such extension shall be made for delay occurring more than seven (7) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one (1) claim is necessary. GC-8 If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings until two (2) weeks after demand for such drawings and not then unless such claims be reasonable. This article does not exclude the recovery for damages for delay by either party under other provisions in the Contract Documents. 20. SUSPENSION OF WORK: The Owner may at any time suspend work, of any part thereof, by giving five (5) days' notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the- written notice from the Owner to the Contractor to do so. The Owner shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this Contract as a result of such suspen- sion, unless such suspension is ordered to secure compliance with the terms of this Contract. 21. OWNER'S RIGHT TO DO WORK: In case the Contractor fails to prosecute any portion of the work embraced in this agreement at a rate of progress satisfactory to the Engineer, or in a manner not in compliance with the specifications or drawings, thereupon the Engineer shall, in writing, notify the Contractor to remove all cause of complaint within a time specified in such notice. If the Contractor fails to do so, the Owner may proceed to complete such portion of the work in such manner as he may determined. All cost of such work shall be deducted from any money due, or which may become due the Contractor under this Contract. 22. RIGHT OF THE OWNER TO TERMINA'T'E CONTRACT: If the Contractor should be adjudged a bankrupt, or if any petition in bankruptcy or any proceedings under the provision of the Bankruptcy Act of the U.S. as Amended, are filed by or against the Contractor, or if he should.make a general assignment for the benefit of'his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt ® payment to subcontractors o:r for materials or labor, or persistently disregard laws, ordinances or the instruction of the Engineer, or should cease operations under this Contract at any time for the space of ten (10) GC-4 1 days, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner, upon certificate of the Engineer that suf- ficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor and his surety seven (7) days' written notice, terminate the employment of'the Contractor and take possession of the premises and of all materials, tools, and ap- pliances thereon and finish the work by whatever method it may deem expedient. In such cases, the Contractor shall not be entitled to receive da any further payment until the work is finished. If the unpaid balance of the Contract Sum shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and surety shall pay the difference to the Owner. The expense incurred through the Contractor's default shall be certified by the Engineer, 23. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT: If the work should be stopped under an order of any court, or other public authority, for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon ten (10) days' written notice to the Owner and the Engineer, termi- nate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. 24. REMOVAL OF EQUIPMENT: In the case of annulment of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of his equipment and supplies from the property of the Owner, failing which the Owner shall, have the right to remove such equipment and supplies at the expense of the Contractor. 25. USE OF COMPLETED PORTIONS: The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the Engineer may determine. GC-10 26. OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF: The Owner may withhold from payment to the Contractor, such an amount or amounts as may be necessary to cover: (a) Payments that may be earned or due for just claims for labor or materials furnished in and about the work. (b) For defective work not remedied. (c) For failure of the Contractor to make proper payments to his subcontractor. (d) Damage to another contractor. The Owner shall have the right to disburse and shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld*pursuant to this paragraph to the party or parties who are entitled to payment therefrom. The Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. 27. DAMAGES: Should the Contractor be of the opinion at any time that he has sustained damages under this Contract, for which he should be compen- sated, or has been required to perform extra work not ordered in writing by the Engineer, he shall, within seven (7). days after sustaining such damage or doing such extra work, make a written statement to the Engineer, of the nature of the damage claimed or of the extra work per- formed and. not ordered. The Engineer shall thereupon render a decision in the matter, which decision shall be subject to review under the provisions of Article 36, but if such claim shall not have been presented within the seven (7) days above mentioned, but shall be presented at some time later, then the Engineer's decision in the matter shall be final and the Contractor shall not be entitled to have such claims reviewed. 28. LIENS: Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a com- plete release of all liens arising out of this Contract, or receipts in full in lieu thereof. In either case an affidavit shall be furnished to the Owner stating that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. GC-11 However, the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer, to indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all money payments that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. 29. ASSIGNMENTS: The Contractor shall not assign the whole or any part of this Con- tract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to be- come due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered, or materials supplied for the performance of the work called for in this Contract. 30. RIGHTS OF VARIOUS INTERESTS: ' Wherever work being done by the Owner's forces or by other con- tractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer. 31. OTHER CONTRACTS: The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reason- able opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate this work with theirs. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work. that render it unsuitable for such proper execution and results. To ensure the proper execution of his subsequent work, the Con- tractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. 32. APPROVAL OF SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, notify the Engineer in writing the names of subcontractors GC-12 proposed for the work and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent and unfit. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Eff Nothing contained in the Contract Documents shall create any con- tractual relation between any subcontractor and the Owner. 33. POINTS AND INSTRUCTIONS: The Contractor shall provide reasonable and necessary opportuni- ties and facilities for setting points and making measurements. He shall not proceed until he has made timely demand upon the Engineer for, and has received from him, such points and instructions as may be necessary as the work progresses. The work shall be done in strict conformity with such points and instructions. The Contractor shall carefully preserve bench marks, reference points and stakes, and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes-that may be caused by their unnecessary loss or disturbance. 34. ENGINEER'S STATUS: The Engineer shall have P supervision ervision and direction of the g work. He has authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the Contract. He shall also have authority to reject all work and materials which do not conform to the Contract, to direct the application of forces to any portion of the work, as in his judgment is required, and to order the force increased or dimin- ished, and to decide questions which arise in the execution of the work. It is further agreed by all parties hereto that the Engineer shall in all cases, .determine the amount or quantity, or the classification of the several kinds of work or materials, which are to be paid for under this Contract. ® 35. ENGINEER'S DECISION: The Engineer shall decide all questions which may arise relative to the performance of this Contract. All decisions of the Engineer shall, GC-13 when so 're nested, be rendered in writing. The shall be final and con- clusive in all matters except the financial considerations involved. They shall be final also as to the financial considerations unless within ten (10) days after such decision the Contractor applies in'writing to the Owner for a review of such decision. 36. REVIEW OF DECISIONS: When an application for review of the Engineer's .decision is pre- sented, said Owner shall within fifteen (15) days thereafter, given oppor- tunity for the Contractor to appear before him and the Engineer, and present evidence bearing upon such decision, and any claims for a modification or reversal thereof. Said Owner shall render his decision within fifteen (15) days after such appearance and his decisions shall be final unless the Contractor shall, within fifteen (15) days after receiving the decision, give notice in writing of his intention to file suit in court for final determination of the matter. 37. LANDS FOR WORK: The Owner shall provide the lands upon which the work under this Contract is to be done and rights of access to same. Any delay in the AM furnishing of these lands by the Owner shall be deemed proper cause for an adjustment in the time of completion. The Contractor shall provide, at his own expense and without liability to the Owner, any additional land required for the erection of temporary construction facilities and storage of his material, together with right of access to same. 38. CLEANING UP: The Contractor shall, as directed by the Engineer, remove from the property of the Owner, from all public and private property, at his own expense, all temporary structures, rubbish and waste materials re- sulting from his operations. This requirement shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of such disposal granted to the Contractor 'by the property owner. ® .39. INDEMNIFICATION AND INSURANICE: The Contractor agrees to indemnify and hold harmless the City and the Engineer, from all claims and suits for loss of or damage to property, GC-14 including loss of use thereof, or injuries, including death, to persons, and from all judgments recovered therefor, and from all expense in de- fending said claims, or suits, including court costs, attorney fees and other expense, caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants and employees, and not caused by the sole fault or negligence of the Owndr': and/or Engineer, or their respective agents, servants or employees. Without limiting its liability under this Contract, the Contractor shall procure and maintain at his expense during the life of this Contract insurance of the types and in the minimum amounts stated below: a. Workmen's Compensation Insurance in full compliance with the Workmen's Compensation Act of the State of Missouri and Employer's Liability coverage in the amount of $500, 000. In the event any of the work shall be performed from or by the use of vessels on the Missouri River, the Contractor shall also procure and maintain at his expense at Un all times during the performance of such work insurance coverage under the Federal Longshoremen's and Harbor Worker's Compensation act, and ma under the Jones Act and the Maritime Act. b. Comprehensive General Liability Bodily injury, including death $ 500, 000 each person $1, 000, 000 each occurrence Property damage $ 500, 000 each occurrence $ 500, 000 aggregate .c. Comprehensive Automobile Liability Bodily injury, including death $ 300, 000 each person $ 500, 000 each occurrence Property damage $ 100, 000 each accident d. Owner's Protective Bodily injury, including death' $ 500, 000 each person $1, 000, 000 each occurrence Property damage $ 500, 000 each occurrence $ 500, 000 aggregate The Comprehensive General Liability policy shall provide coverage g for injury to or destruction of wires, conduits, pipes, mains and sewers, and other property under the surface of the ground. GC-15 The Owner's Protective Policy shall name the City and the Engineer as insureds and a duplicate copy of the policy shall be furnished to each of them. The Contractor shall also take out and maintain at his expense dur- ing the life of this Contract, Builders; Risk Insurance satisfactory to the City which shall protect the Contractor and the City, as their interests may appear, for the following hazards to the work, materials and equip- ment suitably stored at the site, and Contractor's construction equipment, materials and temporary structures: Fire and lightning, extended cover- age, including windstorm, hail, explosion, riot, riot attending strike, civil commotion, aircraft, vehicle and smoke damage, and vandalism and malicious mischief. Such policy shall be in a provisional amount equal to the total contract price shown in the agreement or such other amount as shall be satisfactory to the City and a duplicate copy thereof shall be sub- mitted to the City through the Engineer. Said insurance shall be written by a company or companies licensed to do business in the State of Missouri and satisfactory to the City. Before commencing any work hereunder, certificates evidencing the maintenance of said insurance shall be furnished to the City and the Engineer and shall contain the following statement: The insurance evidenced by this Certificate will not be cancelled or altered except after ten days from receipt by the City of Jefferson, Missouri, and Horner & Shi.frin of written notice thereof. Any subcontractor of the Contractor shall be required to procure and maintain during the life of the subcontract the insurance required of j Contractor hereunder and comply with the provisions of this Article. In the event any part of the work to be performed hereunder shall require the Contractor or his subcontractors to enter, cross or work upon 1 or beneath the right-of-way or other property of a railroad, the Contractor, in addition to the indemnification and insurance requirements of this Article, shall comply with the related requirements for such work as are Aset out in the Special Conditions hereof. GC-16 SPECIAL CONDITIONS 1. SCHEDULE OF DRAWINGS: qP The drawings applicable to the work to be performed under this Contract and which are referred to in these documents as "Plans, " consist of thirty (Sq sheets entitled "City of Jefferson, Missouri, Missouri River Interceptor System", and are numbered and described as follows: Sheet No. Title s 1 of 30 Key Map 2 of 30 Gravity Sewer - Plan and Profile 3 of 30 Gravity Sewer - Plan and Profile 4 of 30 Gravity Sewer and Force Main - Plan and Profile 5 of 30 Force Main - Plan and Profile Alk 6 of 30 Force Main - Plan and Profile 7 of 30 Interceptor Sewers - Plan and Profile 8 of 30 Interceptor Sewers - Plan and Profile and Details 9 of 30 Gravity Sewer and Force Main - Ties 10 of 30 Manhole and Sewer Details 11 of 30 Gravity Sewer - Pipe Bridge Details 12 of 30 Gravity Sewer and Force Main - Pipe Bridge and Miscellaneous Details ti 13 of 30 Jefferson Street and Capitol Diversion Boxes - Plan and Sections 14 of 30 Chestnut Street Diversion Box - Plan and Sections 15 of 30 Pumping Stations - Architectural Plans - Elevation and Sections SC-1 Sheet No. Title 16 of 30 Pumping Stations - Architectural Details 17 of 30 Pumping Stations - Miscellaneous Details 18 of 30 Boggs Creek Pumping Station - Site Plan and Diversion Box 19 of 30 Boggs Creek Pumping Station - Mechanical Sections 20 of 30 Boggs Creek Pumping Station - Structural Plans and Sections 21 of 30 Boggs Creek Pumping Station - Structural Sections 22 of 30 Boggs Creek Pumping Station - Electrical Plans 23 of 30 Boggs Creek Pumping Station - Electrical Sections and Details 24 of 30 Boggs Creek Pumping Station - Electrical Diagrams 25 of 30 Chestnut Street Pumping Station - Site Plan 26 of 30 Chestnut Street Pumping .Station - Mechanical Sections 27 of 30 Chestnut Street Pumping Station - Structural Plan and Section, Miscellaneous Details 28 of 30 Chestnut Street Pumping•Station - Structural Sections 29 of 30 Chestnut Street Pumping Station - Electrical Plans and Sections 30 of 30 Chestnut Street Pumping Station - Electrical Diagrams 2. EASEMENTS AND WORKING SPACE: In general, the force main and gravity sewers are to be constructed in easements which are to be obtained through private property, and pro- vided by the City of Jefferson, Missouri; in City streets and across rail- %`s roads. The City will arrange for sewer construction railroads. The pumping stations are to be constructed on City property. SC-2 Where work is to be carried out in easements through private property, copies of the easements and agreements enterhd into with the individual owners for permission to carry out the construction are on file in the office of the Clerk of the City of Jefferson. The Contractor should familiarize himself with the detailed provisions of these easements covering the working room and width of the easement. The width of the easement is intended to be sufficient to permit the construction of the sewer, and to provide room for the storing of materials during the con- struction. 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. WORKING ON RAILROAD PREMISES: a. General. The City has made arrangements for the construction of portions of this Contract upon the right-of-way of the Missouri Pacific Railroad Company. The Contractor shall familiarize himself with the provisions of this Agreement and conduct his work in accordance with the requirements therein and with the requirements of the Contract Documents. The Contractor also shall obtain from the Railroad the requirements for clearances, protection of property and traffic, and general safety regula- tions and procedures with which he must comply. Any additional permits required by the Railroad shall be obtained by the Contractor. Prior to commencing the work, the Contractor shall satisfy the Insurance require- ments stated below. The Contractor shall notify the Railroad in writing five (5) days in advance of initial construction operations on the right-of-way and shall keep the Railroad informed as to the progress of the work. Listed in Section III are certain sewer and force main crossings of the tracks of the Railroad which are to be constructed. The Contractor also shall notify the Railroad in writing five (5) days in advance of the date on which work is to cornmence on each of these crossings. Copies of all of these notices shall be furnished to the City and the Engineer. Trenches and pits shall be shored by the Contractor to protect labor, property, and the work. Shoring shall be adequate to meet the require- ments of the Railroad and shall be paid for as described in Section III. Should the Railroad be required to provide additional protective devices, ® such as falsework and shoring and charge the City for the cost of same, as defined in the Agreement between the City and the Railroad, the City will pay the Railroad these costs and then will back-charge these costs against the Contractor. SC-3 The Railroad will provide the flagmen and watchmen which they deem necessary during the construction. The City will pay the Railroad for these costs at no charge to the Contractor. The pipeline crossings of the Railroad's tracks listed in Section III are to be made in open cut or tunnel as herein described and as shown on the Plans. Where the crossings are in open cut, the Railroad will remove and replace the necessary rails and ties and will replace the disturbed ballast. In some cases where the crossings are in tunnel, the Railroad will install rail carriers to protect their tracks. The City will pay the Railroad for these costs at no charge to the Contractor. The Contractor shall take all necessary steps to remove any spoil material from the ballast of the Railroad. If spoil is allowed to remain in the ballast and in the opinion of the Railroad it becomes necessary to remove and replace the ballast, this work will be done by the Railroad. The Railroad will charge the City for the cost of this work, as defined in the Agreement between the City and the Railroad. The City will pay the Railroad these costs and then will back-charge these costs against the Contractor. The Contractor shall protect all signal or telegraph or other com- munication wire and pole lines. The cost of protecting these facilities shall be paid as described in Section III, Paragraph 8. Should the Railroad be required to relocate any of these facilities and charge the City for the cost of same as defined in the Agreement between the City and the Railroad, the City will pay the Railroad these costs and then will back-charge these costs against the Contractor. If any damage occurs to the tracks or roadbed of the Railroad, the terms of the Agreement between the City and the Railroad allow the Rail- road to charge the City the costs of repairing such damage as well as any additional expense which the Railroad incurs if it is necessary to detour engines or trains as a result of this damage. If all or part of these charges against the City result from the operations of the Contractor, as deter- mined by the Engineer, the City will pay the Railroad these costs and then will back-charge all or part of these costs against the Contractor. b. Insurance. Before commencing work on the property of the Missouri Pacific Railroad, the Contractor shall furnish to the Railroad ® for their approval, a certificate evidencing the maintenance of the Com- prehensive General Liability Insurance stipulkted in the General Conditions. Fifteen (15) days prior to change or cancellation of this insurance, written notice must be given to the Railroad. SC-4 ?A. During the period of work on the premises of the Railroad, the Con- tractor shall take out and maintain at his expense, Railroad Protective Liability Insurance in the form set forth by the Bureau of Public Roads Policy and Procedure Memorandum 20-42, dated March 5, 1959, on behalf of the Missouri Pacific Railroad Company, in the amount of $250, 000/$500, 000, said insurance to be applicable with respect to all of the work to be per- formed by the Contractor on the Railroad's premises. The Contractor shall not commence any work on the Railroad's premises until a certified copy of such policy is furnished to the Railroad, the City and the Engineer, and the Contractor has been notified that the Railroad Protective Liability Insurance policy is in a form satisfactory to the Railroad. Any subcontractor of the Contractor shall be required to procure and maintain during the period of work on the Railroad premises, the in- surance required of the Contractor hereunder and comply with all the provisions herein. 4. BORINGS: Borings were taken along the alignment of the sewers and force mains and in the vicinity of the pumping stations. The elevation at which refusal was encountered is shown on the Plans for information only. Any interpretation of this data drawn by the Contractor shall be the Contractor's own and the City makes no representation or guarantee concerning the ac- curacy or completeness of such information. Logs of the borings in the vicinity of Wears Creek and the Chestnut Street Pumping Station are avail- able for examination in the office of the City Engineer. These logs are not to be construed by the Contractor as being part of the Contract Documents. 5. OFFICE FACILITIES: The Contractor, prior to starting any work, shall provide and maintain until completion of the Contract, facilities on the site of the Chestnut Street Pumping Station for the Resident Engineer and Inspectors. These facilities shall consist of a temporary watertight office with a mini- mum floor space of one hundred twenty (120) square feet, complete with heating facilities, air conditioning, screened windows, locked door, and electric lights. These facilities shall be equipped with a plywood or used desk, two chairs, one plywood or used plan table, a 4-drawer steel file cabinet, and a telephone. The facilities to be provided, including the telephone, shall be for the exclusive use of the Engineer and his represen- tatives. There shall be no interior entrance to these facilities from the Contractor's construction office. The cost of all utilities furnished shall be paid for by the Contractor except for long distance telephone calls. r SC-5 k.' 6. SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. The conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving the premises clean and free from nuisance. 7. UTILITIES: All water used in mixing and curing concrete, grout, or mortar shall be obtained from the public water supply. The Contractor shall make the necessary arrangements for the purchase of this water as required for the construction of thei.-work under this Contract. The cost of all power, lighting, water and heating required during the construction and testing of the facilities shall be paid by the Contractor. 8. BREAKDOWN OF LUMP SUM PRICES: At the time a Contract is signed by the Contractor and returned to the City for signature, a breakdown of the lump sum price for Bid Items No. 33 and 34, on the forms included herein, shall be submitted by the Contractor. When approved by the Engineer, this breakdown will be used as a basis for determining the value of the work completed at the close of each construction pay period. 9. 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. 10. 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 adopt the plans to the alternate equipment or facilities. The Engineer will review such drawings and either approve them oir indicate thereon SC-6 changes necessary to comply with the project requirements. The Contractor shall revise any unapproved drawings and resubmit them to the Engineer. 11. APPROVAL OF EQUIPMENT AND SHOP DRAWINGS: The Contractor shall submit to the Engineer, shop or setting draw- ings and schedules for every item of equipment or material to be incor- porated in the work which is fabricated or manufactured off the site, including but not limited to, those pertaining to structural and reinforcing steel, electrical, plumbing, carpentry, heating and ventilation. Within sixty (60) days after the date of notice to proceed, the Contractor shall submit six (6) copies of all shop drawings to the Engineer for approval. The Contractor shall make any corrections in the drawings required by the City or the Engineer and resubmit same without delay, together with drawings first submitted within thirty (30) days after they are returned for corrections by the Engineer. Six (6) final copies of all corrected and approved shop or setting drawings shall be submitted to the Engineer, who after checking, will retain three (3) copies and return three (3) copies to the Contractor. The Engineer's approval of shop drawings of equipment and 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. 12. ACCESS TO WORK: Representatives of the U.S. Public Health Service and the Missouri Water Pollution Board shall have access to the work wherever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. 13. WAGS; DETERMINATIONS, LABOR STANDARDS AND ANTI-KICKBACK REGULATIONS: This Contract shall be based upon payment by the Contractor and his subcontractors of wage rates not less than the prevailing hourly wage S_.0-7 r, 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 determinations by the Department of Labor and the Industrial Commission of Missouri shall be incorporated in these Contract Documents by means of an addendum. During the life of this Contract, the prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court decision, as provided by law. Any such change shall not be the basis of any claim by the Contractor against the Owner nor will 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 regula- tions set forth in the Labor Standards (Federal Water Pollution Contract Act), Anti-Kickback Regulations (29 CFR, Part 3), and Anti-Kickback Provisions, attached hereto (four (4) pages). 14. NONDISCRIMINATION NOTICE: The form of notices to be issued to labor unions or other organiza- tions of workers referred to in Article 10, Nondiscrimination in Employ- ment, Sections (1) and (3) of the Contract Agreement is attached hereto. dab SC-8 an > Sjes 1liraau lVo.64-86041 LABOR STANDARDS Cenlruel Provlalmw (FEDERAL WATER POLLUTION CONTROL ACT) 1. The schedule contained in the Wage Determination deer. Such records will contain the name and address of each such lion 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 wager 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 played directly upon the site of the work embraced by this records available for inspection by authorised representatives specification, these rates having been determined by the Secre. of the Surgeon General, and will permit such representatives toy of Labor to be the prevailing local wage rats 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- The Cr will in a certified ed min in accordance with Public Law 403 of the Seventy-fourth Contractor n addition submit weekly Congress,approved August 30, 1935, as amended. The Wage copy, of all payrolls to the Owner, or hii representative. Such Rats 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 etruction industry have collectively bargained for health and of the contract, and shall be available for inspection by author. welfare fund contributions. Such contributions ate not included ized repretentatives of the Surgeon General. The certification in wage rates determined by the Secretary of Labor for con- will affirm that the payrolls are correct and complete, that the struction projects unless to specified in the determination. wage rates contained therein are not less than those determined by the Secretary of Labor and the classifications act 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 clasaificationt not 7. Apprentices will be permitted to work only under a bona requested or classifications requested but not furnished, appli- fide mpprentivahip program registered with a Ststte Apprentnoo. cation or reapplication for such classifications and rats shall be ship Council which is recognized by the Federal Commnittee an made to the Surgeon General for transmission to the Secretary Apprenticeship, U.S. Department of Labor; or if no suds romg. t Labor. nixed Council exits in a State,under a pro gis gram retc and 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 Contractor 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 pumutat at these rates. It is the responsibility of bidden to inform to the, Anti..Kickback.Act of June I3, 1934, 48 Stat. 918; themselves as to local labor conditions and prospective changes 62 Stat. 740; 63 Scat. 108; 18 U.S.G. 874, 40 U.S.C. 276 % G or adjustments of wage rats. No increase in the contract price and smy amendments or modifications thereof,will souse apps. shall be allowed or authorised on account of the payment of prate provisions to be inserted in subcontracts to insure oam. wage rates in excess of those listed hogein. pliance therewith by all'subcontractors subjat 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 Lobar may site of the work will be paid unconditionally and not less often specifically provide for reasonable limitations, variations, talsr- than once a week,and without 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 Kk dwk Regulationsm the Federal Agency finishing finenr6l full amounts due at time of payment computed at wage rates aid on this project, the Contractor shall submit all such state. not less-dum those contained in the Wage Determination loci- mints promptly, as rpocs$ed, to the Owner or to a reptessnta. sion of the Secretary of Labor which is attached hereto and tive designated by the Owner. The Owner, or his repnmenta. made a part hereof, regardless of any contractual relationship tive, eball check the oompietenas of such statements and their which may be alleged to exist between the Contractor or sub. o implizam with fore prescribed in the Kickback Rgpladvat. contractor and such laborers and mechanics; and the Wage Such statements shall be preserved for a period or three years Determination decision shall be posted by the Contractor at the from the date of completion of the contract and shall be avail. site of the work in a prominent place where it can be easily able for inspecdon by authorism<l repse sentatives of the Sersmtaty sear by the workers. of Labor and the Surgeoa feral of the Public Health Servioe. 5. The Owner,or his representative, may withhold or cause 9. The Contractor will insert in each of his subcontracts eha to be withheld from the Contractor w much of the accrued ptoviaious set Firth in stipulations 2,4, 5, 6, 7, 8 and 10 haed, ymenu or advances as may be considered nocessary to pay and such other stipulations as the Surgeon General of rho borer and mechanics employed by the Contractor or any Public Health Service may by appropriate 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 breach 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 Earls part of the wages required by the contract, the Owner or his to correct any stucb breach to the satisfaction of the Surpon representative, may, after written notice to the Contractor, take General of the Public Health Service within tea days after the such action as may be necessary to cause the suspension of any Owner's demand for such correction, they the Owner tray,by further payment, advance, or guarantee of funds until such written notice to tie Contractor, terrainato 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 contractor otherwise,and the Contractor the work and preserved for a period of three yeses thereafter and his Sureties shall be liable to the Owner for any esoas for all laborers and mechanics working at the situ of the work. cost occasioned the Oww thereby. ANTI-KICKBACK REGULATIONS COPELAND REGULATIONS FOR CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING AND PUBLIC WORT( AND ON BUILDING AND WORT( FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES (29 CPR, Part 3) Issued pursuant to Act of June 13,1934,48 Slat.948,62 Stat;862,63 Stat.108,72 Stat.967(40 U.S.C.276c),and published in Federal Resister, February 4,1942(including amendments published February 11,1942,April 4,1942,May 6,1942,June 20,1945,February 5,19M,Mark 17, 1955,and December 13,1958). TITLE 49-LABOR (e) Every person paid by a contractor or subcontractor in any SUBTITLE A-OFFICE OF THE SECRETARY manner for is labor in the construction, Prosecution, com - OP 4-AIIOR tion, or repair of a public building or public work or buikUng or.work financed in whole or in part by loans or grants from Port 3-.CoM►ecters and Subcontractors on Public Building and the United State is "employed"and receiving "ws s;'regar+d- Publie Work and an Building and Work Financed In Whole less of any contractual relationship alleged to exist tretweln him or In Part by Loons or Grants From the United States and the real employer. am Sec. (f) The term "any affiliated person" includes a spouse, child, 3.1 Purpose and scope. parent, or other close relative of the contractor or subcontrac- 3.2 De Weekly st. tor; a partner or officer of the contractor or subcontractor; a 3.3 Weekly scatem:ot with respect to payment of wages. p. 3.4 Submission of weekly statements and the preservation and inspection corporation closely connected with the contractor or subcon- 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. ( Tlie term "Federal a ency" means the United States, 3.7 Opinions relating to the regulations. the District of Colombia, and all executive departments, inde- 3.8 Delegation to the Solicitor of Labor. pendent establishments, administrative ' and instrvmen- Atrrroatry: it 3.1 to 3.8 issued under R.S. 161,sec. 2,48 Stat.948.as taGties of the United States and of the District of Columbia, amended,sec.2,63 Stat. 203;5 U.S.C. 22,40 U.S.C. 276c,5 U.S.C. 133z, including corporations, all or substantially all of the stock of note. Interpret or apply see.1,46 Stat.1494,as amended,sea.2-6,49 Stu. which is beneficially owned by the United States, by the Dis- 1011,see.2,48 Stat.1246,as amended,sec.1,50 Stat.888,as amended,sec. trict of Columbia, or any of the foregoing departments,estab- 601,60 Stat.1041,as amended,sea.2-20,60 Stat.170,as amended,sec,1,62 lishments agencies, and instrumentalities. Sue.740,749,secs.102-210,64 Stat.968,sec.101,65 Stat.293,as amended; 17 F.R.667,as amended at 7 F.R.925,2591,3358) 40 U.S.C. 276a-276a-5, 12 U.S.C. 1703-1706d, 42 U.S.C. 1401-1433,49 §3.3 Weekly statement with retbrd to poymsrel of wages. (a�As U.S.C.1101-1119,18 U.S.C.874,1001,20 U.S.C.251-200,42 U.S.C.874. used in this section, the terns 'employee" shall not apply to §3.1 Purpose and scope. The regulations in this part arc 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 Stat. 108, 72 Stat. 967; em loyees. U.S.C. 276c) and to effectuate the purrppoos:ee of the Anti-Kick•• g) Each contractor or subcontractor engaged in.the con- k Act, as amended (62 Stat. 740, 18 U.S.C. 874), the Davis- struction, prosmution, completion,or repair o!any public build- acon Act, as amended (46 Slat. 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 in Hart by loans or grants from a Federal agency, shall furnish statutes concerning rates of pay ffor labor. each week a statement with respect to the wages paid each of [7 F.R. 687, as amended at 23 F.R. 9671) its employees engaged on work covered by these regulations §3.2 Definitions. As used in the re u ations in this part: „ ,� during 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 t»ruction 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 suppeervises the payment of wages, and shall be in the fol- terms include, without limitation, buildings, structures, and im- )owing Fe-ni: provements of all types, such as bridges, dams, plants, high- WEEKLY STATEMENT OF CQMPLIANCE ways, parkways, streets, subways,tunnels, sewers, mains, power- lines.pumping stations,railways,ships,vessels,airports,tenninab, __________________ docks, piers, wharves, ways, lighthouses, buoys,jetties, break- waters, levees, and canals; dredging, shoring, scaffolding, drill- I, ------------------------------------- m ------ (name of dilatory ing,blasting,excavating,clearing,and landscaping. Unless con- peny) --------------------------------- --------- (tide),do hereby ducted in connertion 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 suboontrmcsae) (whether or not a Federal or State agency acgwrea title to such on the ______________________________ (building or work);thst.dcvtng materials, articles, supplies, or equipment during the course of the manufacture or furnishings, or owns the materials from the p1yroll 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 empioyed on said pto�'ect have or"repair" mean all types of work done on a particular build- O paid the full weekly wages earned,that no rebates have loom or will ing or work at the site thereof, including, without limitation, be made either directly or indirectly to or on behalf of said ----------- altering, remodeling, painting and decorating, the transporting of materials and supplies to or from the building or work by ---------------------------- (contractor or subconuaur)from the full weekly the employees of the construction contractor or construction wakes by any person and that no deductions have been made either bcontrcor, and the manufacturing or furnish' of materials directly m indirectly from the full weekly wags earned by any person,other n $ ►rig r than permissible deductions,as defined is Regulations,Part 2(29 CFR Part icle$, supplies, or equipment on the site of the building or 3),issued by the Secretary of Labor under the Copeland Act,as amended(48 ork, by persons employed at the site by the contractor or sub- Scat.948,63 Stat.108,72 Stat.967;40 U.S.C.276c),and described below: contractor. (Paragraph describing deducdons,if any) (c) The terms "public building" or "public work" include building or work for whose construction, prosecution, comple- "- ""'-""""""""urea----' -----'------------- tion, or repair, as defined above, a Federal agency is a core- (fro+rid use) 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 Star. 967. (18 U.S.C. 1001, among other things, provides part y loans or grants from the United States"includes build- that whoever kuowingly and willfully makes or uses a dotas- ing or work for whose construction, prosecution, completion, or extent or writing containing any false, fictitious or fraudulent repair, as defined above, payment or part payment is made statement or euitry, in any matter within the jurisdiction of any from funds of any Federal agency and for which a Federal or department or aggency of the United States, shall be fined not State agency is a contracting party or for which minimum more than 610,000 or imprisoned not more than five years,or wages are predetermined by Federaj, 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 o 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, ded�'�� section subject to such conditions as the Secretary of Labor may be made by a contractor or subcontractor or any mays if, person, for membership fees in group benefit or retirement (7 F.R. 687, as amended at 13 F.R. 524, 23 F.R. 96711 associations; for board and lodging; or for other purposes ¢3.4 Submission ojwerkly statements and the preservation and in. where the Secretary of Labor concludes the deduction is re- section of weekly payroll records. (a) Each weekly statement shall quired by compelling circumstances: Provided, however, The Ke delivered by the contractor or subcontractor, within seven contractor, subcontractor, or any affiliated person does not p ys after the regular'payment date of the payroll period, to a make a profit or benefit directly or Indirectly from the deduc- entative of a Federal or State agency in charge at the site tion. A copy of the Secretary s decision shall be sent to the o 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 re) In accordance with and subject to the standards set forth statement shall be mailed by the contractor or subcontractor, in subparagraphs (I) 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 make payroll de- or financing the building or work. After such examination and ductions for; cheek as may be made, such statement, or a copy thereof, shall (1) The payment of the purchase , of United States 13e. be leapt available, or shall be transmitted together with a report fence Stamper 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 shares preacnbed.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; weeklyy payroll records for a period of three years from date of (3) Contributions to a Federal governmental or quasi-gov- compleuon of the contract. The payroll records shall set out ernmental agency; ace.-urately and completely the narrie 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 hospitalization 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. ent of Labor. (6) Regular union initiation fees and membership dues where [7 R. 687, as'amended at 13 F.R. 524, 23 F.R. 96721 a colllective. bargaining agreement provides for such deductions. 3.5 Payroll deductions. (a) Deductions for the following This does not include work permits or special assessments. ur�w are permissible:. [(5) and (6) added on March 17, 1955; 20 F.R. 17651 p (1) 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 employee; whether made its cash or by check, any restricted payment (2) Bona fide prepayment of wages without discount or made to the employee is considered a deduction under the pnterest; regulations In this part. (3) Deductions required by court process provided that the (g) Nothing herein shall be construed to permit any deduc- ntractor 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 to'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 only_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 appl►cation 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 from 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 making the deducdw 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.FeDt:stnr. RaGtsrrm. the work was done,and that consent to the deduction is not r7 F.R. 687, a' amended at 10 F.R. 7393) a condition either for the obtaining of or for the continuance of §3.6 Regulations part of contract. All contracts made with employment; or (ii) that such deduction is for the benefit of respect to the construction, prosecution, completion, or repair dim the employees or their labor organization through which they of any public building or public work or building or wtick are represented and is provided for in a bona fide collective financed in whole or in part by loans or grants from the bar ggaining agreement; and United States covered by the regulations in this part shall ex- (g 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 con- such of the regulations is this part as may be applicable. tractor or subcontractor or any affiliated person and that no [7 F.R. 687, as amended at 7 F.R. 925) portion of the funds;whether in the form of a commission or 8 3.7 Opinions relating to the regulations. The Secretary of otherwise, will bS returned to the contractor or subcontractor L.a r 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 §3.8 Delegation to the Solicitor of Labor. The Solicitor of made in accordance with the foregoing standards: Provided, Labor is authorized, as provided in General Order No. 7 of however, That if the Secretary of Labor, on his own motion,or the Secretary of Labor, dated Der-ember 28, 1945, to perils �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 administration 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- [23 F.R. 96721 don has not met the foregoing standards, such deduction shall W. WIt LARD 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 he Secretary contractors and subcontractors engaged in the construction, of Labor (29 CYR, Part 3) are applicable to this contract. The prosecution, completion or repair of public buildings,,publir Contractor will comply with these Relations (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. if of 1950(15 F.R.3176,64 Stat. 1267, tolerances and exemptions from the requirements thereof. In 5 U.S.G. 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 furnishing 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 agenraes, and cause to be made by the Department of to be withheld from the Contractor to 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 WORT( HOURS STANDARDS ACT the full amount of wages to which they are entitled under their OVERTIME COMPINSATION 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 in 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 neoessary to cause the suspension of any further payment, eeives compensation at a rate not leas-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 excew 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 AM Contractor will make his employment records available for in- hours. TW apection by authorized representatives of the State Water Pollu- (b) Violations;liability for unpaid wages;liquidabrd damages. In tion Control Agency, the Secretary of Labor, and the Surgeon the event of any violation of the clause act 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. mechanist employed in violation of the clause (a), in the sum of "ANTI-K1CKi1AC1t" ACT, COi'HLAFOD ACT $10 for each calendar day on which such employee was re- TCK1 10,U.S.C. quired or permitted to work in excess of eight hours or in ex- cess of forty hours in a workweek without ppyment of the over- t 874 Kickbacks from public urorks 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 law or grants fiom the United States, to give up count of work performed by the oantractor or subcontractor,the any part 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,or both." any liabilities of such contractor or subcontractor for liquidated TUTU 40 U.S.C. (A, ARUMM) damages as provided in clause (b). (d) insertion of clauses in subcontracts. The contractor agrees to §276c Same,regulations gomming 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 contTact(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 at TRAINING 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 conspicu- ous places available to employees or applicants for employment. • s / / (Contractor or Subcontractor) (Date) TECHNICAL SPECIFICATIONS SECTION I MAJOR ITEMS OF EQUIPMENT 1. RAW SEWAGE PUMPING UNITS: This Item shall include the furnishing and installation of the raw sewage pumping units, complete with all accessories, in compliance with the following specifications. Two identical units shall be installed in the Boggs Creek Pumping Station and two identical units in the Chestnut Street Pumping Station. a. Description. The pumping units shall be designed to operate either continuously or intermittently pumping raw sewage at the following MAW present conditions. The pumping units shall be designed to operate at the future conditions by changing, if necessary, only the impeller, the motor support adapter, and the motor. Boggs Creek Chestnut Street Present Conditions: Capacity - gpm 2, 500 1, 600 Design T. D.H. - feet 50 20 Minimum T.D.H. - feet 40 15 Maximum T. D.H. - feet 60 30 Maximum Suction Lift - feet 2 3 Future Conditions: Capacity - gpm . 5, 500 - Design T. D.H. - feet 105 - Minimum T. D. H. - feet 85 ` Maximum T. D. H. - feet 120 Maximum Suction Lift - feet 5 Each pump casing shall be close-grained cast iron of sufficient strength, weight and metal thickness to ensure long life, accurate align- ment, and reliable operation. Each volute shall have smooth fluid passages, I-1 large enough at all points to pass any size solid which can pass through the impeller, and provide smooth unobstructed flow. A large clean-out open- ing with removable cover, having its interior surface matching the volute contour, shall be located on each casing at the impeller centerline, to allow access to interior of the impeller. Each casing shall be split per- pendicular 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 discharge flange shall be drilled and tapped for gauge connections. A plugged 1/4-inch IPS tap shall be supplied in the suction nozzle, and a 1/4-inch IPS tap in the discharge nozzle. A 1/4-inch brass tee handle gauge cock; a 1/4-inch pressure snubber; and a 0-100 psi, Ashcroft Model No. 1020 or equal, 4-1/2-inch dial pressure gauge shall be furnished and mounted on the discharge nozzle of each pump as shown on the Plans. Each impeller shall be of the single-suction enclosed type with two vanes, made of close-grained cast iron. Each impeller shall be particularly designed with smooth water passages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 6 and 4 inches at Boggs Creek Pumping Station and Chestnut Street Pumping Station, respectively. Each impeller shall be statically and hydraulically 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. A double mechanical seal assembled in a cast.-iron stuffing box shall be furnished. ' The mechanical seal shall be similar or equal to Crane Pack- ing Company Type 21 with ceramic rotating faces, carbon stationary faces, stainless steel springs, and synthetic rubber bellows. One spare seal shall be furnished for each pumping station. The assembly shall be so de- signed as to be easily removed from the shaft as a unit. The seal shall be lubricated and pressurized by water bypassed from the pump discharge nozzle, through a filter, into the mechanical seal as shown on the Plans. The filter shall be made of corrosion-resistant material, and shall be capable of screening out all solid particles larger ® than 20 microns. The filter shall be similar or equal to Model A-1/4 K- Master Kleen Air Filter with Grade C fine element as manufactured by Kaye & MacDonald, Inc. I-2 The pump shaft shall be of high-strength carbon steel, SAE 1045 minimum, accurately machined and of sufficient size to transmit the full driver output under present and future conditions. It shall be protected from the sewage by a shaft sleeve in the stuffing boss 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 construc- tion. 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 seals and labyrinth-type deflectors to prevent the entrance of contaminants. Each frame shall be provided with a 3/4-inch IPS tapped hole, located as low as possible to drain the leakage from the mechanical seal. The bearing frame shall be designed so that the complete rotating element can be removed from the casing without disconnecting the piping. Radial inboard bearings shall be ball or roller type suitable for all loads encountered in the present and future 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 xwo 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, anchor- age facilities and shall be of sufficient height so that the suction elbow will not touch the floor or foundation upon which the pump is mounted. 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. 1-3 The clean-out handhole shall be provided with a removable cover of the largest possible size. The inner surfaces of each handhole cover shall generally conform to the curvature and radius of the suction elbow. A plugged 1/4-inch tapped hole for gauge connection shall be provided in the elbow near the suction flange. A plugged 2-inch tapped hole shall also be provided in the side of the elbow for use in applying water pressure to un- clog the pump in case of stoppage. Each pump shall be provided with a cast-iron or fabricated steel motor support adapter of sufficient size and strength to support the largest driving motor required by the pump at present conditions. 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 the flexible non-lubricated type shall be provided. Coufjling hubs shall be secured to the driver and driven shafts by a set iff screw located over the key. Each motor shall conform to the latest NEMA Standards. 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, and provided with a strip heater sufficient to prevent condensation in the windings or bearings. Motors shall be suitable for 240/480 volt (plus or minus 10 per cent), 3-phase, 60-cycle current. The motors for the Boggs Creek Pump- ing Station shall have a maximum synchronous speed of 720 rpm; Chestnut Street Pumping Station, 900 rpm; and the motors shall rotate in the direc- tions shown on the Plans. The motors shall have non-hygroscopic Class B insulation and shall carry a 1. 15 service factor. The motors shall be an suitable for operating continuously at 100 per sent load at an ambient temperature of 40 degrees C. with the temperature rise not exceeding 80 degrees C. as measured by resistance, The motors shall have ball bearings and shall have provisions for the addition and relief of grease lubrication. The motors shall be of ample size so as not to exceed the nominal horsepower rating throughout the entire present operating range of the pumps. Motors shall be Allis-Chalmers, General Electric, Westinghouse, Fairbanks-Morse, or equal. Each pump and motor shall be assembled and tested as a unit on water at the manufacturer's plant before shipment. Tests shall include the checking of the pumping units at their rated speeds, head, capacity, I-4 efficiency, and brake horsepower, and at such other conditions of head and capacity to properly establish the performance curves. The Standards of the Hydraulic Institute shall govern the procedures and calculations for these tests. Three certified copies of these test results and plotted pump- ing unit curves shall be submitted to the Engineer for approval. Equipment offered under sub-item (a) of this Item in the Proposal for each pumping station shall be NSWV Model 300 pumping units as manu- factured by Allis-Chalmers. Equipment offered under other than sub-item (a).of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification and shall have pump curves which will satisfy the station system curves. b. Installation. Each pump shall be mounted on a concrete founda- tion 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 pro- vided with a square washer large enough to project a minimum of one inch beyond the sleeve on each side, which shall be welded to the head of the anchor bolt in order to prevent the bolt from turning. 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 Com- pany 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 recommenda- tions 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 installation of the pumping units shall be done in a manner which will not put any strains on the pumps or the piping. ® In order to ensure proper installation of the equipment, the Con- tractor shall be required to have a competent representative of the equip- ment manufacturer inspect the equipment and ils installation before the equipment is put into operation, supervise start-up of the equipment and test all components. I-5 c. Operating Instructions. Detailed maintenance and operating instructions, including a parts list, shall be furnished in triplicate to the Engineer for each piece of the major items of equipment and for all other equipment that is called for in these specifications. This information shall be furnished prior to putting any of the equipment into operation. The information furnished shall be written for the specific equip- ment furnished and shall not be general information covering more than the specific equipment furnished. Manufacturer's printed material cover- ing instructions for equipment in addition to the specific equipment furnished may be submitted if, in the opinion of the Engineer, the instruc- tions are marked adequately to indicate the instructions that pertain to the equipment furnished. 2. MANLIFT: This Item shall include the furnishing and installation of the manlifts in the pumping stations as shown on the Plans and as defined in the following specification. Each lift 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 unit for the Chestnut Street Pumping Station shall consist of an oil media hydraulic system to lift a platform operating on guide rails. The unit for the Boggs Creek Pumping Station shall have a cable lifting system. The lifting platform shall be a minimum of 2 feet 6 inches square with a floor of aluminum and steel checkered plate and a 2-inch high toe guard on two sides. The aluminum plate portion of the floor 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 front 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 metal plate, 5 feet 0 inches high, with a ladder rung or rungs for emergency 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 ver- tically on a structural steel mast. The mast shall be arranged with cross bars on the front and/or side at 15-inch centers to provide emergency exit or access to the station. The unit shall be provided with two pushbutton control stations. One of these shall be mounted on the pumping station operating floor near I-6 the elevator shaft, the other on the platform as described above, These control stations shall be of the type which require the operator to ma,.ntain contact with the operating switch to actuate movement of the platform. Any relief of the operating switch shall immediately stop movement of the plat- form. The unit for the Chestnut Street Pump Station shall have a manual lowering valve on the power unit. A falling platform safety device which will rapidly engage the mast and hold the platform should the lifting chains or cable slacken shall be provided. A means of preventing the platform from falling in case of power failure shall also be provided. The unit for the Chestnut Street Pumping Station shall be provided with a single-acting, positive displacement-type ram and lifting chains inside the mast. A power unit consisting of a pump with a V-belt connec- tion 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 unit for the Boggs Creek Pumping Station shall be provided with a right angle gear brake motor drive unit. The drive unit shall be connected to an 8-inch diameter double-grooved winding drum through a chain sprocket drive. The lifting cables shall be 1/4-inch 6x37 improved plow steel wire rope. Two 8-inch overhead load sheaves and a carriage idler and 8-inch cable equalizing sheave shall be provided. The unit shall be suitable for 3-phase, 60-cycle, 240/480 volts (plus or minus 10 per cent) current. All moving parts of the unit shall be sufficiently enclosed to protect the operator from injury. Detailed maintenance and operating instructions shall be furnished in accordance with Section III, Paragraph 46 of these specifications. In order to ensure proper installation of the equipment, the Con- tractor shall be required to have a competent representative of the vqiaipf-a.c- turer inspect the equipment and its installation before the equipment is put into operation, supervise start-up of the equipment and test all components. iEquipment offered under sub-item (a) of this Item in the Proposal shall be a Model 102 or Model EC 102 Stationary Platform Type Lifts as I-7 manufactured by Langley Manufacturing Company, Inc. , 28 Industrial Street, Rochester, New York. Equipment offered under other than sub-item (a) of this Item in the Proposal shall be of the manufacturer's design in general conformance with the above specification. I-8 f,' TECHNICAL SPECIFICATIONS SECTION II MATERIALS OF CONSTRUCTION OTHER THAN MAJOR ITEMS OF EQUIPMENT 1. MATERIALS AND INSPECTION: All materials and equipment used on this work shall be new, of the best quality, and shall meet the requirements of these specifications. Materials shall be sampled and tested in accordance with current ASTM Specifications or such others as specified hereinafter. The Contractor will be required to furnish certificates of conformance to ASTM or other applicable specifications. Materials shall be stored in such a manner that their condition is equivalent to new when installed. Whenever in these specifications reference is made to the require- ments of the ASTM (American Society for Testing Materials), AWWA (American Water Works Association), ASA (American Standards Associa- tion), or other standard specifications, the latest modifications or revisions of such specifications shall be applicable for use. 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. The Contractor shad pay for all tests required by the specifications. Such tests shall be performed by a competent independent laboratory ap- proved by the Engineer on test specimens selected by the Contractor under the direct supervision of the Engineer. Copies of all test results shall be submitted to the Engineer directly from the testing laboratory. 2. CONCRETE AGGREGATES: The source of supply of the aggregates shall be approved by the Engineer before delivery or use is started. Representative preliminary II-1 samples of the materials to be used shall be submitted by the Contractor to the Engineer for examination and tests at least 45 days prior to use in the project. Aggregates shall be stored and handled so as to ensure the preser- vation of their quality and fitness for use, and shall be located so as to facilitate prompt inspection. All equipment for handling and transporting aggregates must be clean before any aggregates are placed therein. In no case will the use of pit-run or naturally mixed aggregates be permitted. Aggregates must-, in every case, be screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be per- mitted. Aggregates containing lumps of frozen or partially cemented material shall not be used. The tests to which the aggregates will be subjected will include, but not necessarily be limited to, specific gravity, absorption, Los Angeles abrasion, soundness in magnesium and sodium sulphate, freezing and thawing in concrete, alkali-aggregate reaction and organic impurities, and any other tests that are necessary to demonstrate that concrete of acceptable quality can be produced from the materials proposed. Coarse Aggregate. The material to be used as coarse aggregate in the concrete shall be gravel or crushed limestone. Gravel aggregates shall be clean, washed gravel, consisting of hard, strong, durable pieces free from dust, loam, clay, alkali, organic impurities, adherent coatings, or other deleterious substances, and from thin, porous, elongated or laminated particles. Crushed limestone aggregate shall consist of uncoated particles of sound, durable rock of uniform quality, without an excess of flat, elongated or laminated pieces. No surface yellow or soft stone shall be permitted. The specific gravity of the stone shall be not less than 2. 56. Coarse aggregates shall conform to the requirements of Specifications for Concrete Aggregates, ASTM Designation C33. The gravel or crushed limestone shall be graded to meet the follow- , ing requirements using the U. S. Standard Sieve Series: Sieve Sizes Percentage Passing ® 1-1/2-inch 10010 by weight 1-inch 95-10016 by weight 3/4-inch 65- 8016 by weight 3/8-inch 15- 40%by weight No. 4 0- 5% by weight No. 8 0- 276 by weight II-2 The coarse aggregate shall be uniformly graded and should the grading vary between loads from the maximum to the minimum limits of these specifications, such variation will be sufficient grounds for rejection. To ensure the production of suitable aggregates, complying in all respects with these specifications, the aggregate plant shall be subject to the approval of the Engineer and no deliveries of aggregate shall be made until the operating conditions of the plant from which the gravel is to be delivered, have been inspected and approved. No stockpiling of the coarse aggregates will be permitted on public streets, alleys, or highways. If the aggregates are to be stored in other than bins or hoppers, the aggregates must be deposited on a clean, hard surface. In no case shall aggregates be dumped directly on the ground. The use of frozen aggregates will not be permitted. When the temperature of the air permits concreting to be carried on, the aggregates must be thawed out, thoroughly removing all frost before incorporating same in the concrete mixture. Fine Aggregate. The fine aggregate to be used in concrete shall consist of clean, natural sand of hard, strong, durable, uncoated grains, free from all foreign organic material, or other injurious deleterious sub- stances. It shall conform to the requirements of Specifications for Con- crete Aggregates, ASTM Designation C33. The fine aggregate shall be well-graded from coarse to fine and when tested by means of U. S. Standard Sieve Series shall conform to the following requirements. Sieve Sizes Percentage Passing 3/8-inch 100% by weight No. 4 95-1007o by weight No. 8 80-10076 by weight No. 16 50- 8516 by weight No. 30 25- 60% by weight No. 50 10- 3076 by weight No. 100 2- 107o by weight In addition to the grading limits shown above, the fine aggregates, as delivered to the mixer, shall have a fineness modulus of not less than 2. 40 or more than 2. 90. The grading of the fine aggregate shall also be controlled so that the fineness moduli of at least four of any five consecu- tive test samples of the fine aggregate as delivered to the mixer shall not II-3 vary more than 0. 15 from the average fineness modulus of all samples taken during the first month's operation, unless otherwise directed. The fineness modulus shall be determined by dividing by 100 the sum of outnu- lative percentages retained on U. S. Standard Sieves No. 4, 8, 16, 30; 50 and 100. 3. GRANULAR MATERIAL FOR BACKFILL: Granular material utilized to replace unstable material or material otherwise unsuitable for supporting the pipe in the bottom of trenches, shall be quarry run, 2-1/2-inch maximum size (95 per cent to 100 per cent passing a 2-1/2-inch sieve), graded to allow satisfactory compaction. Granular material used for bedding in trenches shall be 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: 100 per cent shall pass a 1/2-inch sieve; No more than 20 per cent shall pass a No. 100 sieve. Granular material for backfill shall be crushed rock or g ravel, less than 1-1/2 inches maximum size, free from large voids, clay, loam, vegetation, or other perishable materials. 4. PORTLAND CEMENT: The portland cement to be used in the concrete shall meet the re- quirements of Specifications for Portland Cement, ASTM Designation C150, and shall be Type if.. Different brands of cement or cement from more than one mill shall not be used in any one pour. The Contractor shall arrange for the cement sampling, testing and reporting thereof by the cement manufacturer in accordance with the re- quirements of Specifications for Portland Cement, ASTM Designation C150. The Contractor shall obtain from the manufacturer, a certificate of speci- fication conformance for each lot of cement offered for -use under this Contract. This certificate shall identify the particular lot of cement, and shall certify that the sampling and testing procedures and the quality of the cement conform with the requirements of the specifications. No cement shall be used until a certificate of specification conformance has been re- ceived by the Engineer. II-4 All cement will be subject to check testing from samples obtained at the mill, at transfer points, or at the project, at such times as the Engineer may determine. Such check sampling and testing will be by or under the supervision of the Engineer at no expense to the Contractor. Access shall be granted as required to inspect storage and to sample for check testing. Cement not meeting specifications shall be promptly re- moved. Cement which has been in storage x=Te than four months shall not be used unless check testing by the Engineer proves that it complies with the specifications. When bulk cement is not unloaded from primary carriers directly into weathertight hoppers at the batching plant, transportation from the railhead, mill, or intermediate storage, to the batching plant shall be accomplished in weathertight trucks, conveyors, or other means which will protect the cementing materials completely from exposure to moisture. The temperature of the cement as delivered to storage at the site shall not exceed 150 degrees F. Cement shall be stored in dry, weather- tight and properly ventilated structures. All storage facilities shall be subject to approval by the Engineer and shall be such as to permit easy access for inspection and identification. Sufficient cement shall be in storage to complete any pour of concrete started. In order that cement may not become unduly aged after delivery, the Contractor shall use any cement which may have been in storage for 60 days or more before using cement of lesser age. The Contractor shall notify the Engineer of the source or sources from which the cement will be obtained at least 45 days in advance of the time when concrete placing is expected to begin. If cement is to be ob- tained from more than one mill, the notification shall state the estimated amount of cement to be obtained from each mill and the proposed schedule of shipments. 5. ADMIXTURES: tThe air-entraining admixture shall be a substance or compound approved by the Engineer which will produce entrained air in the concrete. The air-entraining admixture in solution in a portion of the mixing water shall be added to each batch of concrete. This solution shall be batched by means of a mechanical batcher capable of accurate measurement and ® in such a manner as will ensure uniform distribution of the admixture throughout the concrete during the specified mixing period. The air- entraining admixture shall conform to the requirements of Specifications for Air-Entraining Admixtures for Concrete, ASTM Designation C260, II-5 and shall be of uniform consistency and quality within each container and from shipment to shipment. The Contractor shall arrange for the air-entraining admixture sampling, testing and reporting thereof by the manufacturer of the air- entraining admixture in accordance with the requirements of Testing Air-Entraining Admixtures for Concrete, ASTM. Designation C233. The Contractor shall obtain from the manufacturer, a certificate of specifica- tion conformance for each lot of air-entraining admixture offered for use under this Contract. This certificate shall identify the particular lot of air-entraining admixture and shall certify that the sampling and testing procedures and the quality of the material conform with the requirements of the specification. No air-entraining admixture shall be used until a certificate of specification conformance has been received by the Engineer. An air-entraining admixture which has been in storage for six months of which has been subjected to freezing shall not be used until a re-test by the Engineer at the expense of the Contractor proves the ad- mixture to be satisfactory. 6. WATER: S►b''ater used with the cement and aggregate for concrete, mortar, and grout, or for curing of concrete shall be clean, from water mains of public drinking water systems. 7. EXPANSION AGENTS: Expansion agents shall be unpolished aluminum powder, "Embeco" as manufactured by Master Builders Company, or equal. 8. REINFORCING STEEL: Reinforcing steel bars shall be of uniform quality without surface or structural defects of any character and be of first class workmanship and finish. Steel may be rolled from new steel billets or reworked from steel rails. Bars rolled from billet steel shall conform to Specifications for Billet-Steel Bars for Concrete Reinforcement, ASTM Designation A15; bars rolled from steel rails shall conform to Specifications for Rail-Steel Bars for Concrete Reinforcement, ASTM Designation A16. All bars shall ' be deformed to the minimum requirements for the surface deformation to comply with Specifications for Minimum Requirements for the Deformations of Deformed Steel Bars for Concrete Reinforcement, ASTM Designation A305. II-6 The bars, when delivered, shall be protected from the weather. The bars must not be oiled or painted. Reinforcing bars with slight rust that can be easily removed with the aid of a wire brush may be used when the rust has been removed. Where scale has formed or is beginning to form sufficiently to reduce the section of the steel, such bars shall be re- jected 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. 9. WATERSTOPS: Waterstops for construction joints shall be either 4-inch PVC laby- rinth waters-tops similar or equal to those manufactured by Water Seals, Inc. , or 6-inch, rubber, flat dumbbell type similar or equal to those manufactured by Servicised Products. 10. PREMOILDED EXPANSION JOINT MATERIAL: Premolded expansion joint material shall be premolded bituminous boards conforming to the requirements of Federal Specification HH-F-334. Ah 11. EXPANSION SHIELDS AND BOLTS: Expansion shields and bolts for inserting into concrete shall be similar or equal to "Red Head" Self-Drilling Concrete Anchors as manu- factured by the Phillips Drill Company, of the size shown on the Plans or as required to securely anchor the item being fastened. 12. STRUCTURAL STEEL: Structural steel shapes shall be of the dimensions and weight called for on the plans and shall conform to ASTM Specification A36 for Structural Steel. All structural steel, except where galvanizing is required, shall be delivered to the job with one coat of red lead paint. Surfaces shall be thoroughly cleaned of all loose scale, rust and dirt before painting. 13. MATERIALS FOR SERVICE DRIVE PAVEMENTS: The aggregate for the macadam base shall consist of clean, hard, durable fragments free from flat, elongated pieces, crushed from lime- stone, granite, quartzite, or similar rock, quarried from undisturbed consolidated deposits of the material. The coarse aggregate shall con- form to the following sizes: II-7 r Passing 3-Inch Sieve 10010 2-1/2-Inch Sieve 90-100% 2-Inch Sieve 35- 7010 1-1/2-Inch Sieve 0- 5070 3/4-Inch Sieve 0- 5% Aggregate for screenings shall conform to the following sizes: Passing 3/8-Inch Sieve 10010 No. 4 Sieve 85-10016 No. 100 Sieve 10- 3016 Primer material shall be MC-0 or RC-0 cutback asphalt. Materials meeting the requirements of the Missouri State Highway Commission and in general conformance with the above specifications may be utilized if approved by the Engineer. Oil for oiled surfaces shall be MC-0 Asphaltic Material. 14. CONCRETE SEWER PIPE: lank All concrete pipe shall conform to and be tested and inspected in fu accordance with ASTM Specification Designation C76, "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe, " and shall be Class IV except where An shown differently on the Plans. All pipe shall be manufactured with ends suitable for rubber gaskets and that comply with all requirements of ASTM Specification Designation C443. Joints shall be suitable for the type of gaskets specified below. The Contractor will be required to furnish the City with certificates, from a reputable testing laboratory showing the results of tests made on concrete pipe delivered to the project in accordance with the ASTM Speci- fications for the pipe to be furnished. 15. RUBBER GASKETS FOR CONCRETE SEWER PIPE: Rubber gaskets for use with concrete sewer pipe shall comply with all requirements of ASTM Specification Designation C443 and shall be ® similar or equal to "Tylox" Type CP as manufactured by Hamilton Kent Company or the gasket manufactured by Pressed Seal Gasket Company. r 1 ' II-8 r Mrs 16. VITRIFIED CLAY PIPE: Vitrified clay sewer pipe and fittings shall be new pipe of the best quality of hard-burned, vitrified clay or shale pipe, conforming in every respect to the requirements and tests of the current ASTM Designation C200 for "Extra Strength Clay Sewer Pipe", or C278 for "Extra Strength Unglazed Clay Pipe". All pipe shall be free from blisters, cracks, and pronounced laminations and must give a metallic ring when struck with a hammer. All vitrified clay pipe shall be socket pipes with sockets true, circular and concentric with the base of the pipes and the planes of the angles at right angles to the axis of the pipe, with all dimensions falling within the tolerances as permitted by the ASTM Specifications. All vitrified clay pipe shall have preformed plastic joints conforming to the latest revision of ASTM Specification C425, Type I or Type III, with the specific climitation that Type I joints shall be made only of polyurethane plastic. 17. PRECAST CONCRETE MANHOLES: Precast manhole 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. 18. MANHOLE FRAMES AND COVERS: Manhole frames and covers shall be first quality gray iron castings. Except where noted, they shall be similar or equal to the frame and cover No. R-1418A :as manufactured by Neenah Foundry Company. Manhole frames shall be provided with anchor lugs similar or equal to Neenah R-1768 or a 1-inch deep mud ring. The covers shall be Type C and 24 inches in diameter. The clear opening in the frames shall be 22 inches. The frame and cover together shall weigh not less than 360 pounds. The cast-iron manhole frame and cover for the Jefferson Street and Capitol Diversion Boxes shall be similar or equal to an R-1778, Man- hole Frame, with a Type C lid, as manufactured by Neenah Foundry ® Company. The cast-iron manhole frames and covers for the Boggs Creek and Chestnut Street Diversion Boxes shall be similar or equal to R-6662 or II-9 R-6663 frame and cover of the sizes shown on the Plans, with Type R butt hinges in solid bronze, holding ratchets, Type G lift handles and Type D strap iron locks, as manufactured by Neenah Foundry Company. Sealed manhole frames and covers shall be similar or equal to R-6461 FL Slab Type, or R-6462 FL Built-Up Type pressure-type round manhole frames with bolted lids, as manufactured by Neenah Foundry Company. Bearing surfaces shall be machined and lids sealed with a neo- prene gasket and fastened with stainless steel cap screws. All castings shall be made of cast iron conforming to Class No. 25 of the current ASTM Specification A48 for gray iron castings. Castings shall be planed where necessary to secure perfectly flat and true surfaces. All castings shall be thoroughly cleaned and covered with two coatings of asphaltum paint before being used in the work. 19. MANHOLE STEPS: Manhole steps shall be not less than 10 inches wide, made of cast iron, and manufactured for use as manhole steps. Steps shall be asphalt- coated. Manhole steps shall be similar or equal to No. B-1112, as manu- factured by Tower Grove Foundry. 20, CAST IRON AND DUCTILE IRON PIPE: Cast-iron pipe shall conform to the requirements of ASA Standards A21. 6 or A21. 8, and ductile iron pipe shall conform to the requirements of ASA Standard A21. 51. The pipe shall be furnished with mechanical or push-on joints conforming to the ASA Standard A21. 11, or flanged joint ends with flanges conforming to ASA Standard B16. 1. Flanged pipe may be integrally cast or have screwed-on cast-iron flanges, faced after fabrication. The pipe shall be cement-lined and seal-coated in conformance with ASA Standard A21. 4. The thickness of the pipe to be installed outside of structures or buried in the ground shall be as follows: Nominal Diameter Cast Iron Ductile Iron inche s inche s 6 0. 38 0. 31 8 0. 41 0. 33 10 0. 44 0. 35 12 0. 48 0. 37 18 0. 54 0. 38 24 0. 63 0. 41 II-10 All cast-iron pipe to be installed inside of structures, except the pump discharge piping in the Boggs Creek Pumping Station,shall be not thinner than Pressure Class 50 in ASA Standards A21. 6 and A21. 8 for the size of pipe shown on the Plans. The discharge piping in the Boggs Creek Ah Pumping Station shall be not thinner than Thickness Class 22 in ASA Standards A21,6 and A21. 8 for the size of pipe shown on the Plans. All ductile iron pipe to be installed inside of structures shall be of minimum thickness class in ASA Standard A21. 51 for the size of pipe shown on the plans. Nominal full lengths of pipe shall not be less than 18 feet. All cast-iron pipe shall have the standard outside coating described in ASA Standard A21. 6 and A21. 8. All ductile iron pipe shall have the standard outside coating described in ASA Standard A21. 51. 21. CAST-IRON PIPE FITTINGS: a. Fittin s. All cast-iron fittings shall conform to the requirements of ASA Standard A21. 10. Fittings 12 inches and smaller shall have a pres- sure rating of 250 psi. Fittings larger than 12 inches shall have a pressure rating of 150 psi. Mechanical joints shall conform to the requirements of ASA Standard A21. 11. Flanges shall meet the requirements of ASA Standard B16. 1, Class 125. Fittings with push-on joints meeting the requirements of ASA Standard A21. 11 and meeting the requirements of ASA Standard A21. 10 in all other respects may be utilized. All pipes passing through concrete or masonry walls shall be sup- plied with wall collars as detailed in the "Handbook of Cast Iron Pipe" as published by the Cast Iron Pipe Research Association. Wall castings shall be as described in the "Handbook of Cast Iron Pipe". Flange and flare 90-degree bends shall be as described in the United States Pipe and Foundry Company "Cast Iron Pipe Catalog". b. Interior Coating and Lining. All fittings shall be cement-lined Iand seal-coated in accordance with ASA Standard A21. 4. c. Exterior Coating. The exterior coating for all fittings shall be ® the standard outside coating described in ASA Standard A21. 10. 22. JOINTING MATERIALS FOR CAST IRON AND DUCTILE IRON PIPE: a. Flange Bolts and Gaskets. Gaskets shall be 1/8-inch cloth- inserted rubber either full face or ring type inside the bolt circle. II-11 Flange bolts and nuts shall be of the type, size and length required in ASA Standard B16. 1 for Class 125 flanges. ML b. Mechanical and Push-On Joints. Gaskets shall be synthetic rubber conforming to the ASA Standard A21. 11. 23. FLANGE ADAPTERS: Flange adapters shall consist of gray cast-iron flanges for 12-inch and smaller pipes, steel flanges for larger than 12-inch pipe, with ductile 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 shall be neoprene. Each flange adapter shall be furnished with four anchor studs. Twelve-inch and smaller flange adapters shall be Smith-Blair 912 or equal.; larger than 12-inch shall be Smith-Blair 913 or 914 or equal. 24. CAST IRON SOIL PIPE: a. Pipe and Fittings. All soil pipe and pipe fittings shall be cast iron, covered with asphaltum or coal tar pitch, classified as extra heavy with bell and bell or bell and spigot ends, in accordance with ASA Standard A40. 1. b. Jointing Material. Yarning material shall be molded or tubular rubber rings, asbestos rope, or treated paper rope. Jointing material shall be lead containing not less than 99. 73 per cent pure lead. 25. COPPER WATER TUBING AND FITTINGS: a. Tubing. Copper water tubing shall be in accordance with the requirements of ASTM Specification Designation B88. All designations of copper water tubing sizes are nominal size. All copper tubing to be installed underground or in slabs shall be soft drawn Type K. Exposed copper tubing shall be hard drawn Type L. b. Fittings. Fittings for copper water tubing shall be as follows, unless otherwise noted: Underground - Brass fittings conforming to ASA Standard B16. 26. 11-12 Exposed - Wrought copper or bronze solder-joint pressure fittings conforming to ASA Standard B16. 22. Unions shall be wrought copper, solder joint, copper to copper. Dielectric unions shall be Epco insulated unions, or equal. c. Jointing Materials. Solder shall be solid wire in accordance with the requirements of ASTM Specification Designation B32, Alloy Grade 50A. Solder flux shall be of the paste type, having a petrolatum base impregnated with zinc and ammonium chlorides, and shall be as recom- mended by the manufacturer of the fittings. 26. STEEL PIPE AND FITTINGS: a. Pipe. Steel pipe, including pipe for handrails but excluding pipe piles and pipe for the bridge across Wears Creek, shall be standard weight (Schedule 40) conforming to the requirements of ASTM Standard Specification Designation A120. The pipe shall be either black or gal- vanized as shown on the Plans. Steel pipe for the pipe bridge across Wears Creek shall be of the size and thickness shown. on the Plans and shall conform to the require- ments of either AWWA Standard C201 or 0202. Joints shall be as shown on the Plans and in conformance with the above standards. Interior lining shall be coal-tar enamel in accordance with AWWA Standard C203. The exterior of the pipe shall be shop-blasted and primed with coal-tar primer in accordance with AWWA Standard C203. All materials for the interior and exterior coating shall be in accordance with AWWA Standard C203. Pipe for pipe piles shall be of the size and thickness shown on the Plans and shall be Electric-Fusion Butt-Welded Spiral Seam Steel Pipe and shall conform to the requirements of ASTM Standard Specification Designation A-252, Grade 2, Welded and Seamless Steel Pipe Piles. End closures shall be as shown on the Plans. Field joints, if required, shall be butt-welded without a backing ring. Pipe and finish shall be flame cut. b. Fittings. Malleable iron screw fittings conforming to Federal Specification WW-P-521 shall be used with steel pipe; Type I (black) for 1 ungalvanized pipe, Type II (galvanized) for galvanized pipe. II-13 .bf Malleable iron unions conforming to Federal Specification WW-U-531 shall be used with steel pipe; Type A (black) for ungalvanized pipe, Type B (galvanized) for galvanized pipe. Flanges shall be slip-on forged steel flanges conforming to ASA Standard B 16. 5, 150E pound. 27. FLEXIBLE COUPLINGS: Couplings for joining sections of steel pipe as shown on the Plans shall be similar or equal to Style 38 couplings for steel pipe as manufac- tured by Dresser Industries. 28. PIPE SUPPORTS AND HANGERS: a. Channel. Channel for supporting tubing larger than 1 inch o. d. and for supporting all pipe shall be 1-5/8-inch wide galvanized channel, 12-gauge strip steel, Series P-1000 or P-3200, as manufactured by Unistrut Corporation, or equal. b. Hanger Rods and Nuts. Hanger rods and nuts shall conform to ASTM Standard Specification Designation A307. Nuts for attaching rods to channels shall be Unistrut nuts with springs and serrated grooves, or equal, except where noted. Unistrut stud nuts with springs and serrated grooves, or equal, may be utilized. All hanger rods and nuts, and channel nuts shall be galvanized. c. Brackets. Brackets for supporting the discharge piping in the Chestnut Street Pumping Station shall be similar or equal to galvanized Unistrut P-2543 brackets. d. L;1.n ers. Pipe hangers shall be Grinnell Fig. 260, Adjustable Wrought Clevis, Unistrut Pipe Hangers, or equal. All pipe hangers shall be galvanized. e. P_i a and Tubing Clams. Clamps for pipe and tubing shall be similar or equal to galvanized Unistrut pipe clamps. f. Pipe Blocks. Pipe blocks shall be similar or equal to galvanized Unistrut P-2243 pipe blocks. 29. GATE VALVES: Gate valves 3 inches and larger, except as noted, shall conform to AWWA Standard C500, "Gate Valves for Ordinary Water Works Service". II-14 The gate valves shall be double disc, parallel seat, designed for vertical setting with an O-ring type stem seal. Valves to be installed in a vertical AM pipe line with their stems in a horizontal position shall be provided with bronze tracks, securely fastened to the valve, on which the gate will be supported over its entire travel. The valve shall have hub, mechanical joint, flange, or push-on joint ends as required for the pipe in which they are installed. They shall open by turning counterclockwise. Valves inside of structures shall be equipped with hand wheels, except as noted. The 18-inch valves in the pump discharge lines in the Boggs Creek Pumping Station shall be furnished with auxiliary-type chain wheels with 15 feet of chain as shown on the Plans. All other gate valves shall have standard operating nuts. Two valve wrenches that fit the operating nuts shall be furnished. The 12-inch and 16-inch gate valves in the pump suctions lines in the Chestnut Street and Boggs Creek Pumping Stations, respectively, and the 10-inch gate valves in the pump discharge lines in the Chestnut Street Pumping Station shall be double disc, parallel seat, non-rising stem valves suitable for 50 psi non-shock working pressure and 100 psi hydrostatic test pressure. The valves shall be iron body, bronze-mounted with flanges meeting the requirements of ASA Standard B16. 1, Class 125. Valves to be installed in a vertical pipe line with their stems in a horizontal position shall be provided with bronze tracks, securely fastened to the valve, on which the gate will be supported over its entire travel. The valves shall be equipped with hand wheels and open by turning counterclockwise. The laying length of the 10-inch valves shall not exceed 10 inches in length; the 12-inch valves; zliIlinches; and 16-inch valves, 12 inches. Valves shall be similar or equal to those manufactured by Darling Valve & Manufacturing Company, Ludlow Rensselaer Valve Manufacturing Company, or M & H Valve and Fittings Company. Gate valves smaller than 3-inch in size shall be 125-pound brass body, rising-stem solid wedge valves capable of being repacked under pressure when the valve is fully open. Screwed end gate valves shall be similar or equal to No. 428UB as manufactured by Crane Company. Solder- joint end gate valves shall be similar or equal to No. 1334 as manufactured by Crane Company. 30. BALL VALVES: Ball valves shall be 200-pound, bronze body with bronze ball en- cased in Buna-N rubber ball valves. Screwed end valves shall be similar or equal to No. 2180 as manufactured by Crane Company. Solder-joint end valves shall be similar or equal to No. 2122 as manufactured by Crane Company. 11-15 31. PLUG VALVES: All plug valves shall be bf the nonlubricated eccentric type, shall have rubber-faced plugs, shall be produced with standard operating nuts, and shall be similar or equal to DeZurik Corporation Fig. 101 valves with ends as shown on the Plans. 32. CHECK VALVES: The check valves for the sewage pump discharge lines shall be iron body, bronze trim, outside lever and spring swing check valves of the sizes shown on the Plans. The gates shall be suitable for 100 psi working pressure and horizontal installation. They shall be similar or equal to 50 Line Check Valves as manufactured by Darling Valve and Manufacturing Company, or List 340 Check Valves as manufactured by Ludlow Rensselaer Valve Manufacturing Company. Each of the above check valves shall be provided with an S.P. D. T. limit switch to be actuated when the valve is closed. The limit switches shall be in NEMA I enclosures and shall be securely mounted on the body of the valves. The limit switch shall be a�.ctuated by a lever not less than 12 inches long. Check valves 3 inches and smaller shall be 125-pound, screwed end, swing check valves similar or equal to No. 37 as manufactured by Crane Company. 33. VALVE BOXES: Valve boxes shall be cast iron, Buffalo type, 3-piece screw type with 5-1/4-inch shaft of a length suited to the valve depth. The cast iron lids shall have the word."Seuta:ge I cast in them. The bases of the boxes shall be round and of the proper size for the valve. The valve boxes shall have a bituminous coating and be similar or equal to Type H-10357, as manufactured by Mueller Company. 34. HOSE BIBBS: Hose bibbs for use with exposed piping shall be similar or equal to Type H-8260 Sediment Faucet as manufactured by Mueller Company. Hose bibbs for use with concealed piping shall be Type H-8296 Lawn Faucet, as manufactured by Mueller Company. Exterior wall hydrants shall be anti-freeze key-operated wall hydrants of a length suitable for the wall in which they are installed, II-16 similar or equal to No. WH-69 Anti-Freeze 'Wall Hydrant, as manufac- tured by American Foundry & Manufacturing Company. All hose bibbs and wall hydrants shall be provided with an outlet threaded for 3/4-inch hose couplings and with an inlet of the size indicated on the Plans. 35. CURB STOPS AND BOXES: Curb stops shall be similar or equal to Type H-15204 Curb Stops, as manufactured by Mueller Company, and of the size shown on the Plans. Each curb stop shall be furnished with a Type H-10350 2-1/2-inch shaft Buffalo type curb box of suitable length, complete with a Type H-10347 Stationary Rod and Guide Ring, and a 36-inch H-10356 Combination Key, all as manufactured by Mueller Company, or equal. The lids shall have the word "Water" cast in them. 36. SLUICE GATES: Sluice gates, lifts and accessories shall be of the size, type and construction as shown on the Plans and specified herein. Gates shall operate safely, properly, and with a practical degree of watertightness ,. under the maximum unbalanced heads as shown in the Gate Schedule on the following page (H-18). The gate frames shall be of cast iron of ample section. They shall be cast in one piece. All surfaces, forming joints, or bearings shall be machined. They shall. be faced by a bronze strip. The bronze faces shall be machined after they are seated. They shall be flat back for attaching to the concrete wall. The back side of the frame shall be machined and jig-drilled for attachir.ig to the wall. Stainless steel bolts shall be utilized for frame anchor bolts. The ate disc or slide e shall be of cast iron with sufficient stiffening ribs as required to withstand the seating and unseating heads shown in the Gate Schedule. A reinforced section shall be cast around the perimeter of the slide to receive the bronze seating faces. These bronze faces shall be securely mounted and machined as specified for the frame above. The disc shall have tongues on each side extending full length of the disc, and these tongues shall be accurately machined all over. A stem block pocket shall be provided above the horizontal center- line of the gate and shall be cast with sufficient reinforcing ribs to take the thrust developed during opening and closing of the gate under the II-17 r H y� q H O cd .-r H O V O O O O O O 14 �+ N �f' •� A V �n co U oo y W 0 H td �' 0 .0 V ^•+i m k a' O O O O H4) w A M ►� ao .o H 3 = co A .-r N O O r N 0 Ln 41 U y y P PU U Ln ® U A a .� H .a 4 AM u N N ,N ~ O N O a O O 41 N N GQ N p O � o �p ? - 1 N O A 4 Q. tt 1 O O Q y U N N w 1 N N N _� N Cd t30 � H w, .0 +^, y U ^ b 0 04 H W v N 4) O CD y H �a Cd a U aD E-O O ) 41 ­4 y Qy a + J ;A o cn a. a N W r II-1$ operating heads specified. A one-piece cast bronze nut, threaded and pinned to the stem, shall be provided for connecting the lower end of the stem to the gate slide. Guide bars shall be an integrally-cast part of the frame. Frames shall be of cast iron. They shall have an overhang section with wedge blocks and will make contact with the wedges when the gate is closed. Wedge blocks shall have machined bronze faces. They shall be capable of taking the full thrust due to water pressure and wedging action. They shall be of sufficient length to support the slide for a maximum of one- half of its vertical height when the gate is raised to the fully open position. Holes shall be drilled and stainless steel bolts used to securely attach the guides to the frame. All sluice gates shall be provided with side wedging devices, and top and bottom wedging devices shall be provided where required by the head conditions. The wedge shall be of solid cast bronze and provided with elongated holes for adjustment. These wedge blocks shall be easily ad- IB and shall be provided with a means of positively locking in position after proper adjustment has been completed. All of the gates except the gate on the 24-inch bypass from the Boggs Creek Diversion Box shall be provided with flush bottom seals. A solid, square-corner type rubber seal shall be provided at the bottom of the gate opening to replace the customary bronze seating face. The top portion of the seal must be flush with the bottom of the gate opening. Stems shall be of solid rolled stainless steel or bronze of a diameter to safely withstand the opening and closing forces encountered in operating the gate under the heads specified in the Gate Schedule above. The bottom end of the stem shall be threaded, for connection of the stem block. A cast iron stop nut with set screw shall be provided for the top of the stem to prevent over-travel in closing the gate. When stem lengths exceed 20 feet, couplings with stainless bolts shall be provided. The top end of the coupling shall be securely welded, by use of stainless welding rod, to the lower end of the stem section that is to be joined. The bottorn, end of the stern coupling and the top end of the other stem section to be joined shall be drilled for field bolting. ® Stem guides shall be of cast iron and shall be fully adjustable in two directions. Stem guides shall be provided in sufficient number so that the slenderness ratio, or "L/R" ratio, of the stem does not exceed 200. Anchor bolts for holding the stem guides to the wall shall be of the size and number specifed by the manufacturer and shall be of stainless steel. II-19 Bronze screws shall be utilized for all assembly and adjusting screws. Short base pedestal lifts, without handwheels, of the capacities stated above shall be provided. They shall be made of cast iron and pro- vided with bronze lift nuts. Cast-iron wall brackets capable of receiving the thrust from open- ing and closing the gates shall be provided. Stainless steel anchor bolts shall be provided. Cast-iron floor boxes shall be provided. The stems shall have a cast-iron operating nut pinned to their top end and shall be of sufficient length so that the nuts will be in the floor boxes. Two galvanized pipe tee wrenches with cast-iron sockets suitable for turning the operating nuts shall be provided. All unmachined parts of the gates shall be thoroughly grit-blast cleaned and painted with one coat of Inertol Poxitar Primer, or equal. The gate shall be similar or equal to Armco Metal Products Com- pany 35-05 or 100-30 gates. 37. FLAP GATES: Flap gates shall have double pivoted hinges and be suitable for a 20-foot seating head. Pivots shall be adjustable. The frame, flap and links shall be of cast iron. Links shall be bronze-bushed with permanently lubricated bushings. Bronze seating faces and hinge bolts shall be pro- vided. Gates shall have a flat back for attaching to the concrete and shall be attached with Type 416 stainless steel anchor bolts. All unmachined parts of all flap gates shall be thoroughly grit-blast cleaned and painted with one coat of Inertol Poxitar Primer, or equal. Flap gates shall be Armco Metal Products Company, Model 20C, or Model 20, or equal. 38. BARBED WIRE: Barbed wire shall be of the four-paint pattern composed of two strands of 12-1/2-gauge line wires with 14-gauge barbs spaced on 5-inch • centers. Barbed wire shall be galvanized. 11-20 39. FLOOR GRATING: All floor grating shall consist of 1-inch by 3/16-inch aluminum bearing bars with aluminum cross bars. The grating shall be capable of supporting a safe uniform load of 375 psf for a span of 3 feet. The grating shall be of the size and dimensions shown on the Plans. The aluminum floor grating shall be similar or equal to Type AA Aluminum Grating as manufactured by Irving Subway Grating Company, Inc. 40. CHECKERED FLOOR PLATES: Checkered floor plate shall be aluminum of the size and thickness shown on the Plans. All checkered floor plate shall have an anti-slip pattern or texture on approximately 1-inch centers on the walking surface and shall be Alloy 6061, Temper T6. 41. EXTERIOR FLOOR DOORS: Exterior access floor doors shall be Type AD or V, of the sizes shown on the Plans, as manufactured by The Bilco Company, New Haven, Connecticut, or approved equal. Doors shall be 1/4-inch diamond pattern aluminum plate capable of withstanding a live load of 300 pounds per square foot. Frame shall be 1/4-inch aluminum formed to a channel 3-1/2 inches wide, with an anchor flange around the perimeter. Doors shall be equipped with a minimum of two heavy brass hinges with stainless steel pins. All doors shall be provided with a recessed lock which can be operated by a single special wrench. Stainless steel springs shall be built into the channel frame to afford easy operation and so as not to reduce the clear opening. A 1-1/2-inch drainage coupling shall be provided in the lower righthand corner of the channel frame. Lacquer finish shall be applied to doors and frame, except where the frame will come in contact with the concrete, by the manufacturer. The portion of the frame to be in contact with the concrete shall be primed with a bituminous coating by the manu- facturer. The Type AD door for the Chestnut Street Pumping Station shall be slotted in the field for the cable to the basket screen subject to the ap- proval of the Engineer. 42. BRICK: a. Manhole Brick. Common brick for construction of manholes shall be Grade SA conforming to ASTM Standard Specification Designation C32, size No. 1 (2-1/2-inch by 3-3/4-inch by 8-inch), or size No. 2 (2-1/2-inch by 4-inch by 8-1/2-inch). Certificates shall be furnished II-21 showing the results of tests for the physical requirements on samples of brick representative of the shipments made to the project. Tests will conform to ASTM C32. b. Face Brick. Face brick shall be Grade SW, Modular, 2-1/4- inch by 7-5/8-inch by 3-3/4-inch, conforming to ASTM Standard Specifi- cation Designation C216. All face brick shall be square-edged and hard-burned. The general color range and texture will be selected by the City and the Engineer 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 prior to the purchase of the brick. Sample brick panels shall be of sufficient size to show the proposed shade distri- bution, and shall be submitted in at least as many different textures, arrangements, and shade combinations as the Engineer may require for making a proper selection. The panel shall be at least seven course in height, and not less than four stretcher units in length, laid up in various color mortars, as requested. The brick shall conform in type, texture, color, and color range to the face brick in the approved panels. If there is a material difference in dimensions between face brick of a different shade 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. 43. GLAZED MASONRY UNITS: Glazed concrete masonry units shall be lightweight concrete block, the finished and exposed surfaces of which are covered at the point of manufacture with a thermo-setting resinous compound containing at least 75 per cent graded silica sand, cast onto the base block by an external's heat-polymerizing process. The block shall be manufactured to conform to the requirements of ASTM Standard Specification Designations C90 and C129 for loadbearing and non-loadbearing units. The units shall be glazed with Spectra-Glaze Compound Type B, of The Burns & Russell Company of Baltimore, Maryland, applied in accord- ance with their instructions, or equal. The facing material shall conform to the requirements of ASTM Standard Specification Designation C126 Grade G with respect to Properties of Finish and Tolerances on Dimensions and shall have a flame spread not in excess of 30 as determined by a tunnel II-22 test in accordance with ASTM Standard Specification Designation E84. Units tested for shrinkage in accordance with ASTM Standard Specification Designation C426, "Drying Shrinkage of Concrete Block", shall be free from crazing. The facing shall return over the ends and edges of the block, forming a lip not less than 1/16-inch thick, thus making possible the use of a 1/4-inch exposed mortar joint. When tested for resistance to abrasion, the facing shall have a wear factor not in excess of 130, in accordance with Method 6192 of Federal Standard 141, using a standard Taber Abraser Model with CS-17 calibrase wheel and a 1 , 000-gram weight for 500 wear cycles. The color of the units shall b.e Custom Buff. The units shall be delivered to job site in individual cartons, then carefully stacked and protected from the weather by covering with tarpaulins or storing inside until placed in the wall. The facing shall be free from chips, crazing, blisters, crawling, holes or other imperfections detracting from the appearance of the wall when viewed from a distance of 5 feet at right angles to the wall. 44. MATERIALS FOR MASONRY MORTAR: Portland cement to be used in masonry mortar shall meet the re- quirements of ASTM Specification Designation C150, Type I. Portland cement to be used in mortar for sewer and manhole construction shall meet the requirements of ASTM Specification Designation C150, Type I. White cement shall be Atlas White, Medusa White, or Trinity White. Hydrated lime shall meet the requirements 'of ASTM Specification Designation C207, Specifications for Hydrated Lime for Masonry Purposes, Type S. Quicklime shall be pulverized and meet the requirements of ASTM Specification Designation C5, Quicklime for Structural Purposes. Lime putty shall be quicklime thoroughly slaked and stored one day, ' kept moist until used. Sand shall be natural sand meeting the requirements of ASTM Speci- fication Designation C144. Waterproofing admixture shall be similar or equal to Omicron Mortarproofing as manufactured by the Master Builders Company. II-23 Prepared pointing mortars shall be similar or equal to Dri-Co Pointing Grout as manufactured by Premier Stucco Company, Kansas City, Missouri. 45. JOINT REINFORCEMENT: Joint reinforcement shall be fabricated from galvanized wire. Corners and tee sections shall be prefabricated. Joint reinforcement for AM composite (brick and block) walls shall be similar or equal to standard weight Continuous Rectangular Ties for cavity wall as manufactured by Dur-O-Wal National, Inc. 46. CAULKING MATERIAL: Caulking compound shall be "Tremco" caulking and pointing com- pound, as manufactured by Tremco Manufacturing Company, or equal, and shall be of gun consistency. The compound shall be light in color, elastic and waterproof, non-corrosive, shall be firm but not brittle when set. The oils must be fixed to the extent they will not leave the body of the material or spread beyond the periphery thereof when applied to any type of masonry. 47. STEEL DOORS AND FRAMES: Steel doors and frames to be provided for each pumping station shall be sized as shown on the Plans and indicated in the following speci- fication. The doors shall be equal in all respects to Series 418 Doors, as furnished by Kewanee Manufacturing Company. The doors shall be suitable for use as exterior doors and shall be fitted with a channel faller of steel at the head. The doors shall have sound-deadening insulation and shall be equipped with the listed hardware. The frames shall be equal in all respects to Series F416 Frames as furnished by Kewanee Manufactur- ing Company and shall be equipped with a floor anchor and three adjustable masonry anchors on each jamb. The frames are to be reinforced for the listed .hardware in accordance with accepted standards. Each pumping station shall be furnished with the following: 1 Pair Doors, 510" x 712" - 1-3/4" - 418M Frame (F416) - 5-1/2" depth Door (RHRB Act x KA) 11-24 Hardware for Door 3 pair butts #1279-USP-4-1/2 x 4-1/2 TMS x NRP 1 Lockeet 161 - D - 4 x US10 x TMS 1 top bolt Stanley #1055 x 6" x K finish x TMS 1 bottom bolt #1057 x 6" x K finish x TMS 1 Astragal OA4M - 712" 1 door stop and holder SG1471 x TL x TMS All doors, frames and collateral steel items shall be bonderized and primed with one coat of paint, oven-baked. 48. METAL ROOF DECK UNITS: The roof deck shall be formed of metal-coated steel meeting the requirements of ASTM Specification Designation A245 and shall be of such gauge and shape as to support a live load of 40 pounds per square foot, plus the dead load at a unit stress not exceeding 20, 000 psi and, under the live load, shall deflect not more than 1/240th of the span. The material shall have a protective zinc coating applied to the steel before forming which is equivalent to that mentioned in Federal Specification QQ-S-775a, Type 1, Class 4. The deck units shall be 3 inches deep with flutes spaced not more than 8 inches on center. The maximum flute opening shall not exceed 2-3/8 inches between vertical ribs. The vertical legs of the elements shall be offset to permit overlapping of the ends. A 24-inch wide solid steel plate of sufficient thickness that the cells may be used as wire race- ways shall be factory-welded to the bottom of the troughs. The roof deck shall be similar or equal to NKX 18-18 Q-Deck as manufactured by H. H. Robertson Company. 49. ROOF INSULATION SYSTEM: a. Vapor Barrier. The vapor barrier shall be similar or equal to Fiberglas Pyro-Kure as supplied by Owens-Corning Fiberglas Corporation. b. Insulation. Roof insulation shall be a fiberglass suitable for installation over a metal roof deck, and shall be similar or equal to e II-25 r Fiberglas Roof Insulation as manufactured by Owens-Corning Fiberglas Corporation. The "c" value of the insulation shall not exceed 0. 19. c. Asphalt. Asphalt shall be similar or equal to Certain-teed Steep Asphalt. d. Roof Tape. Roof tape shall be similar or equal to 6-inch wide Fiberglas Roof Tape. 50. MISCELLANEOUS LUMBER: The lumber to be installed under the roof deck and coping shall be of the size shown on the Plans and shall be Grade A yellow pine, or ap- proved locally available lumber, free from large cracks, knotholes and loose material. All lumber shall be either impregnated with Wolmanizing Salts (chromated zinc chloride) equivalent to 3/4 pound per cubic foot of wood or treated with Penta, as manufactured by Dennert & Dougherty, in accordance with the recommendations of the manufacturer. 51. GRAVEL STOP: The materials for the extruded aluminum gravel stop and fascia Alk shall be similar or equal to the materials and accessories specified in Reynolds Metals Company Gravel Stop System B-1 . 52. ROOF DRAINS: Roof drains shall be similar or equal to Josam Series No. 4210, cast-iron roof drain with large sump, integral expansion joint with brass sleeve, 4-inch spigot bottom outlet, removable dome and sediment cup, non-puncturing flashing clamp device with gravel stop, and deck clamp. 53. ROOFING: Roofing materials for the pumping stations shall be in conformance with the requirements of Certain-teed Specification RB-315-GU for use over metal roof decks or a Johns-Manville Specification consisting 6f four plys of felt, not less than 15 pounds per square, and five moppings of pour- ings of asphalt with a gravel surface conforming to materials for a 20-year bonded roof. r • 54. FLASHING: Fabric flashing shall be a fabric containing either copper or aluminum core. The copper core for fabric flashing shall weigh not less 1 II-26 i 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. Copper flashing shall be 20-ounce rolled copper. 5 5. PAINT: 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 of the type recommended by the manufacturer of the paint. The paint shall be of such consistency that it will have satisfactory spreading, leveling and leafing properties and shall not spread or sag when applied to smooth vertical surfaces. Red Lead Paint shall conform to Federal Specification TT-P-86a, Type II. 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, or equal. Outdoor enamel shall be Inertol "Glamortex Enamel" or equal, color as specified or as selected by the Engineer. Indoor enamel shall be Inertol "Ponkote Enamel" or equal, color as specified or as selected by the Engineer. Primer for cast-iron pipe to receive enamel shall be Intertol "Tar Stop", or equal. Galvanized surfaces shall be primed with Inertol "Metal Conditioner", or equal. Other non-ferrous metals shall be primed with Inertol "Metal Passivator" No. 35, -or equal. Submerged Metal Paint. Shop primer shall be .Inertol "Poxitar" Primer or equal. Field primer and cover coats shall be Inertol "Poxitar" or equal. 1 56. EXHAUST FANS AND SHUTTERS: All exhaust fans and shutters hereinafter specified shall be similar or equal to those types as listed ind manufactured by Ilg Electric Ventilating Company. 1 ® The exhaust fans for the pumping stations shall be Type CRF-A electric roof ventilators. The motors shall be 1, 725 rpm, direct-connected squirrel cage type, suitable for 240/480 volt, 60 cycle, 3 phase power. II-27 The motors shall be self cooled by pressure wit h clean, c ool outside air, , and located in a compartment separate from the exhaust air stream. A gravity-operated shutter shall be mounted in the base of each exhaust fan. The exhaust fans shall be suitable for the following conditions: Chestnut St. Boggs Creek Minimum Capacity - cfm 2, 300 4, 540 Static Pressure - inches 3/4 3/4 A prefabricated curb of the proper size, simil4r or equal to Type CC Standard, as manufactured by Ilg Electric Ventilating Company, shall be furnished for each fan. 57. INTAKE SHUTTERS: The air intake shutters 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 extension, and fitted with a 1/2-inch mesh 0. 063 inch diameter screen, or approved equal. The air intake shutters shall be of a size to fit the following masonry openings: MM Location Height Width nft Chestnut Street 2 feet 8 inches 2 feet 8 inches Boggs Creek 4 feet 0 inches 3 feet 4 inches The shutters shall each have a factory-mounted Type M405B1102 Honeywell Motor for 120-volt service, and be equipped with a 0286A1004 Modutrol Motor Heater, and an AT720 transformer for the heater. The motor shall open the louvre when the exhaust fan is operating. 58. SUMP PUMP: Each sump pump shall be of the self-priming centrifugal type, ' close-coupled, and provided with a check valve to prevent water from II-28 draining back to the sump during the off cycle, a brass suction strainer, and a float control switch. The pump impeller shall be bronze and of the open type. The shaft shall be stainless steel, ball-bearing mounted, and provided with a sleeve bearing to assure proper alignment. The pumps shall be capable of operating at the following conditions: Chestnut St. Boggs Creek Capacity - gpm 35 15 T.D. H. - feet 25 35 Suction Lift - feet 5 5 The pump motor shall be of the open drip-proof type, not less than is one-third horsepower, and suitable for 120-volt (plus or minus 10 per cent), 60-cycle power. The motor shall have a full load speed of 3, 450 rpm and automatic overload protection. The motor shall be equipped with a 6-foot waterproof cord with a molded 2-pole, 3-wire grounding plug of the NEMA 5-15P configuration. The sump pump shall be similar or equal to Model 81-1/4B as manufactured by Gorman-Rupp Company. 59. TROLLEYS AND HOISTS: A chain block and an I-beam trolley shall be furnished for the Chestnut Street Pumping Station. The trolley shall have a 1-ton capacity and shall be designed to travel on an 8-inch hoist beam. The trolley shall be similar or equal to No. 82 Budgit I-Beam Trolley as manufactured by Manning, Maxwell & Moore, Inc. The chain block shall be an aluminum spur-geared chain block with a 1-ton capacity. The chain block shall be provided with sufficient load chain to provide a 30-foot lift. The hand chain shall be in a loop not less than 15 feet in length. Upper and lower safety hooks shall be furnished. The chain block shall be similar or equal to Budgit Aluminum Chain Block as manufactured by Manning, Maxwell & Moore, Inc. A 2-ton capacity trolley hoist designed to travel on a 12-inch hoist beam shall be furnished for the Boggs Creek Pumping Station. The trolley hoist shall be of the push type and shall have sufficient load chain to pro- vide a 30-foot lift. A chain container shall be provided to hold the hanging tail chain. The hand chain shall be in a loop not less than 15 feet in length. The trolley hoist shall be similar or equal to Budgit Aluminum Army Type Trolley Hoist as manufactured by Manning, Maxwell & Moore, Inc. II-29 60. JIB CRANE AND ELECTRIC CHAIN HOIST: The jib crane to be installed at the Chestnut Street Pumping Station shall be similar or equal to the concrete base-mounted, self-supporting jib cranes as manufactured by Manning, Maxwell & Moore, Inc. , with rotation in either direction, as shown on the Plans, from stops welded to the mast. It shall have a capacity of 1 , 000 pounds, a 12-foot I-beam 8 feet above the floor slab, and be installed as shown on the Plans. The mast shall be supported with concrete foundations as shown on the Plans. The chain hoist shall be similar or equal to Hiidgit C308-3 electric hoist as manufactured by Manning, Maxwell & Moore, Inc. The hoist shall have a 1, 000-pound capacity, provide a 40-foot lift, have a hoisting speed of 16 feet per minute, have a 1/4-inch alloy steel coil chain with a lower spring latch safety latch bottom hook, and a chain container with provisions for drainage. The hoist motor shall be TENV and suitable for 110 volt, 60 cycle, single phase current. The hoist shall be provided with a ball bearing equipped push steel trolley to suit the jib crane beam. The hoist shall be controlled by a pendent push-button station, the bottom of which shall be 4 feet above the floor slab. The hoist, including the control pendent, shall be completely waterproofed. 61. STORAGE CABINETS: A steel storage cabinet similar or equal to No. 800 Counter Height g g Cabinet as manufactured by Cole Steel Equipment, Inc. , shall be 'furnished for each pumping station. The color of the cabinets shall be Desert Sand. 62. ALUMINUM LETTERS: The letters to be installed on the Pumping Station shall be Eloquent P g q No. 888, aluminum, 6 inches and 4 inches high, mechanically finished, etched, and degreased to receive a Type A (Baked-On Enamel) finish of the color selected by the Engineer. Letters shall be as shown on the plans and manufactured by Andco Industries Corporation, Greensboro, North Carolina, or approved equal. 63. SAFETY CHAINS: Safety chains shall be twist links, zinc-coated finish, 3/16-inch chain each with two eyebolts and a swivel eye snap of appropriate size. ® 64. MATERIALS FOR SEEDING: Materials for seeding shall be as follows: 1I-30 Seed Mixture Per Acre Kentucky Blue Grass (75% pure live seed) 15 pounds Alta Fescue (85% pure live seed) 20 pounds Redtop (8056 pure live seed) 10 pounds Alsiki Clover (8516 pure live seed) 5 pounds Weed seed shall not exceed 1 per cent Fertilizer 1516 Nitrogen on 1016 Phosphate 10% Potash Mulch Mulch shall be good quality wheat or rye straw free from Johnson Grass and/or other objectionable grasses and weeds. 65. ELECTRIC MOTORS: a. General. Motors shall conform to the latest applicable NEMA, 0 IEEE, and ASA Standards. The motor ratings and types shall be as herein- after specified, except as modified by other paragraphs of the Technical Specifications. All motors shall receive routine tests in accordance with IEEE test procedures. Output torque and speed characteristics of each motor shall be suit- able to operate the driven equipment under the full range of equipment operating load conditions without exceeding the nameplate current rating, and/or temperature rise. Special equipment requiring a motor drive with unusual character- istics shall be equipped with a definite purpose motor to meet the necessary requirements. Motor bearings shall be of the anti-friction type. Thrust bearings in vertical motors shall be adequate for the loading encountered. Motor conduit boxes shall be adequately sized and located so as to be readily accessible. b. Ratings. Motor ratings shall be based on continuous operation in an ambient temperature of 40 degrees C. The maximum temperature- II-31 r rise for open and drip-proof type motors shall not exceed 40 degrees C. , and for totally enclosed type motors shall not exceed 55 degrees C. c. Type . Motors of 3/8 H.P. and larger shall be squirrel-cage induction type designed for 3 phase, 60 cycle, 240/480 volt operation. Motors smaller than 3/8 H. P. shall be of the capacitor type designed for single phase, 60 cycle, 120 volt operation. Motors indicated on the Plans and/or specified in the specifications as 208 volt or 480 volt shall be specially wound for the voltage indicated and/or specified. Torque and locked rotor current characteristics for three phase motors shall be NEMA Design "B". The locked rotor KVA/HP input at full voltage for 15 H. P. motors and larger shall not exceed that permitted for Code Letter "F", except for specialized equipment requiring a motor drive with special definite characteristics. All motors shall be of the open "drip-proof" type, except in haz- ardous locations and as otherwise specified under the specifications and/or the Plans. Explosion-proof type motors shall be furnished for hazardous areas as defined in the National Electric Code. They shall be totally enclosed and bear the Underwriters Laboratories Label indicating compliance with the requirements for the specific application. 66. ELECTRICAL MATERIALS AND EQUIPMENT: All electrical material and equipment shall be furnished for the Boggs Creek Pumping Station and for the Chestnut Street Pumping Station. All electrical material and equipment shall be new, shall be listed by the Underwriters' Laboratories, and shall conform to all applicable standards of ASA, NEMA, IEEE, grid IPCEA. All material and equipment furnished shall be standard products of manufacturers regularly engaged in the production of such equipment and shall be the manufacturer's latest design. The manufacturers and catalog numbers indicated in the Plans and specifications are to be used as a guide; however, the Contractor will be permitted to furnish and install equal items approved by the Engineer. a. Rigid Conduit. Rigid steel conduit, galvanized or sherardized ® inside and outside, shall be used for all lighting, power and control cir- cuits. Conduits shall be of the size indicated on the drawing or of larger size if so required by the National Electrical Code. Minimum conduit size shall be 3/4 inch. Minimum size of conduit concealed in floor shall be 1 inch. 1I-32 b. Flexible Metal Conduit. Liquid-tight flexible metal conduit shall be used as final connection to motors to permit adjustment of motors on bases. This flexible conduit shall be made of a single concave steel strip, galvanized or sherardized, wound with a smooth inside surface; and Aft it shall be covered with a liquid-tight extruded vinyl jacket. Minimum VW size of flexible conduit shall be 1/2 inch. c. Conduit Fittings. Conduit fittings and covers shall be galvanized or sherardized high test gray iron or malleable iron or ferrous alloy cast- ings of the types and sizes required, specified or indicated on the drawings. All covers shall have neoprene gaskets and shall be held in place by round- head non-corroding machine screws. Conduit fittings shall be Crouse-Hinds Obround Series, or equal. d. Conduit Bushings. All conduit bushings shall be the insulating type. e. Pull, Junction and Outlet Boxes. (1) Control Room, Indoor. For lighting fixture connections, outlet boxes shall be 4-inch octagon galvanized boxes with covers for con- duit connection to fluorescent fixtures or to incandescent fixtures. For switches and receptacles or other use in walls, boxes shall be cast ferrous alloy, galvanized or sherardized, with threaded hubs and with flush covers, Crouse-Hinds FS and FD Series, or equal. (2) Dry Well and Outdoor.. These boxes shall be similar to above but with surface covers. All covers shall have neoprene gaskets and shall be held in place by non-corroding machine screws. f. Insulated Wire and Cable. Conductors shall be tinned copper with 600 volt insulation, Type THW for lighting and other 120 volt circuits and RHW for 240 volt power circuits as indicated on the Plans. The mini- mum size of conductors shall be No. 12 AWG except for flexible cord and for internal wiring on control panels and other electrical equipment which may be No. 14 AWG. Sizes shall be as indicated on the Plans or larger if so required by the National Electrical Code for the equipment supplied. Sizes No. 6 and larger shall be stranded, and all leads through flexible conduit shall be stranded. ® g. Receptacles. The 120 volt receptacles shall be specification grade, flush-mounting, 15 amperes, 125 volt, 2 pole, 3 wire grounding with parallel slots, NEMA 5-15R. 1I-33 j (1) Indoor. Duplex, Hubbell Cat, No. 5262, or Bryant Cat. No. 5642, or equal. (2) Outdoor. Two single receptacles at each location in AM 0 weatherproof box with spring door, Crouse-Hinds DS99, or equal. ID h. Switches. Light switches shall be flush toggle type, specifica- tion grade, rated 15 amperes, 125 volts. Switches shall be Bryant Cat. No. 5421, or equal. Exhaust fan switch shall be similar except double pole 'single throw, rated 10 amperes, and shall be Hubbell 9803, or equal. i. Lighting Fixtures. (1) Fluorescent Fixtures. Fluorescent fixtures shall be in- dustrial type with porcelain enameled reflectors, 48-inch, 2 lamp (complete with the required number of 40-watt, 48-inch rapid start cool white fluores- cent lamps). These fixtures shall be Benjamin FL-1024-4, or approved equal. (2) Incandescent Fixtures. (a) Entrance. The lighting fixture over the entrance shall be PRO-watt incandescent, weatherproof, wall-mounting, of die-cast alum- inum with prismatic reflector. This fixture shall be Steber S-851, or Holophane 415, or approved equal (with 150-watt lamp). (b) Wall-Mounted. The wall-mounted fixtures in the dry well shall be incandescent, elliptical angle, 200-watt, with porcelain enameled reflector and lamp removable as a unit, angle tapped 3/4-inch (with 150-watt lamp). These fixtures shall be Benjamin 3526-3/4R, or equal. (c) Ceiling-Mounted. The ceiling-mounted fixture shall be incandescent, symmetrical angle, 200-watt, with porcelain enameled reflector and larnp removable as a unit, pendant tapped 3/4-inch (with 200- watt lamp). This fixture shall be Benjamin 7546-3/4, or equal. (d) Wet Well. The wet well lighting fixture shall be weather-resistant (raintight), suitable for installation in a Class I Group D, Division 1 location; shall be suitable for use with 150-watt PAR-38 incan- descent lamp; and shall have horizontal and vertical adjustments. The latter shall permit 270 degrees vertical rotation for convenient relamping U-34 from outside the wet well. The fixture shall be Pyle National FEC-10112, or equal (with 150-watt PAR-38 spot lamp). j. Lamp Changer. A lamp changer shall be furnished, with flex- ible neck and 10-foot pole, for 150-200 watt lamps. This shall be McGill 151-CA, or equal. One required at eachpumping station. k. Grounding System. Materials for equipment grounding shall be as follows: (1) Ground Rods. Ground rods shall be 5/8 inch by 15 feet long, copper-clad steel. (2) Ground Wire. Ground wire shall be bare stranded copper wire as indicated on the drawings and in these specifications under "Instal- lation of Electrical Equipment - Grounding. " (3) Conduit Grounding Bushings. Insulated grounding type con- duit bushings shall be O. Z. Type BL, or equal. 1. Motor Control Center (Boggs Creek Pumping Station Only). (1) General. 'The motor control centers shall be indoor, low voltage, metal-enclosed type with combination circuit breaker-magnetic motor starters, and with main and feeder circuit breakers as indicated on the Plan r.. This equipment shall be for 240 volt, 3 phase, 3 wire, 60 cycle current (for future 480 volt 3 phase). The motor control centers shall in- clude all buses, fuses, switches, pushbuttons, indicating lights, relays, Mh control transformers, terminal blocks, and all other accessories required for satisfactory service and as indicated on the drawings. The name of the manufacturer and catalog number for each item of equipment to be installed in the motor control center and shop drawings of the motor control centers, including structural details, placement of equip- ment, and wiring diagrams, shall be submitted for approval. The arrangement of the individual units and sections of the motor control center shall be as shown on the Plans. Any proposed alternate arrangement shall be submitted for approval. Provision shall be made for the convenient addition of future sections. ® The motor control center shall be completely assembled and tested in the factory before shipment, including operating and potential tests, according to NEMA standards. 11-35 INN All starters, breakers, and contactors shall be one manufacturer's products. The motor control center and components shall be as manufac- tured by G.E. , Westinghouse, I. T. E. , Square D, or approved equal. (2) Buses. In the motor control center, all buses shall be braced to withstand 25, 000 amperes RMS fault current. The main and incoming buses shall be rated 600 amperes continuous, and vertical buses shall be rated 300 amperes continuous, all at 50 C. rise. A ground bus shall be provided inside the entire length of the control center. Vertical buses and all bus joints shall be silver-plated. Barriers shall isolate the bus and units from wireways and the units from each other. Provision shall be made for convenient future extension of the horizontal bus. (3) Circuit Breakers. All breakers shall be air circuit breakers, trip-free, automatic trip, plug-in type, and shall be 3-pole except where indicated otherwise on the drawings. Continuous current ratings shall be as shown on the drawings. The external operating handle of each circuit breaker shall be self-positioning to indicate the breaker position and shall be interlocked to prevent opening the door when the breaker is closed. Provision shall be made for padlocking each breaker in the "off" position with one to three padlocks. ASK The main circuit breaker shall be 600 ampere frame size with an interrupting rating of not less than 42, 000 amperes RMS symmetrical at 240 volts (30, 000 amperes at 480 volts), and each branch circuit breaker shall have an interrupting rating of not less than 18, 000 amperes RMS symmetrical at 240 volts (14, 000 amperes at 480 volts). The main circuit breaker shall have interchangeable inverse time and adjustable instantan- eous magnetic trip. Branch circuit breakers shall have inverse time and instantaneous magnetic trip. Ratings shall be clearly and permanently marked on each breaker. (4) Enclosures and Wiring. The enclosures shall be NEMA Type 1 construction with vertical sections 20 inches by 20 inches by 90 inches high, including bus at the top and wiring troughs at the top, side and bottom. All units shall have doors with concealed hinges and gaskets. All connections and necessary access shall be from the front and top only, and the control center shall be suitable for installing with the back against a wall. Pushbuttons and selector switches shall be heavy duty oiltight. Pushbuttons and other devices protruding through the door shall be remov- able with the unit without disconnecting wires. All conductors shall enter from the bottom, including the incoming service. Incoming lugs shall be furnished for cables shown on the drawings. II-36 The wiring within the motor control center shall be NEMA Class I, Type B, with terminal blocks located in each unit. Each terminal and each end of each wire shall be permanently marked. The entire motor control center shall be a free-standing structure with rigid steel frame, panels and doors fabricated of a minirnum of #12 Manufacturers Standard Gage (0. 1046-inch) steel, all bonderized, primed and finished in two coats of enamel equal in color to Dune Brown 356 on Master Color Chart No. 560-H as furnished by Inertol Co. , Inc. One pint of touchup finish shall be furnished. (5) _Nameplates. Nameplates shall be of laminated phenolic material with engraved white letters on dark brown background and shall be securely attached to each unit. All lettering shall be neat and legible and shall be inscribed with tools designed for that purpose. The name- plates shall be as listed in the nameplate schedule on the Plans. (6) Motor Starters. Motor starters shall be plug-in type, combination magnetic with air circuit breaker, full voltage, non-reversing, 3 pole, 240 volt, 3 phase, 60 cycle (easily converted to 480 volts) with 240-120 volt control transformer, with interlock contacts as required, plus one spare N. 0. contact. Starters shall have 3-coil thermal overload relays with external reset buttons. All starter circuit breakers shall be 3-pole, with inverse time and instantaneous magnetic trip, with continuous ratings shown on the drawings, and with interrupting ratings and features as specified for branch circuit breakers. The motor starters shall be the size shown on the Plans, or larger if required by the equipment supplied. Motor starter overload relays shall be selected to protect the motor according to recommendations of the manufacturers of the starter and the motor, based on the actual nameplate current of the motor. The rating of each motor starter circuit breaker shall be within the N.E. Code requirements for motor branch circuit overcurrent protection for the motor actually supplied. In all starters above Size 1, the circuit breaker instantaneous trip shall be adjustable. The motor starters for the pumps shall each be NEMA Size 4 for 50 HP. The circuit breaker instantaneous trip shall be adjustable, and the inverse time trip shall be ambient compensated. (Space shall be provided ® for future 200 HP starters in place of these. ) Two are required. The motor starter for the exhaust fan shall be NEMA Size 1 for 1-3/4 HP with HAND-OFF-AUTO selector switch. One required. m. Motor Starter Panelboard (Chestnut Street Pumping Station Only). The panelboard shall be similar to the control center, except as follows: II-37 (1) Enclosures and Wiring. (a) Wall mounting, to rest on the floor or pad (not free- standing). (b) Dimensions shall be approximately 30 inches wide by 10 inches deep by not more than 92 inches high. (c) Incoming service shall enter from the rear near the bottom. (d) Incoming lugs shall be for one 250MCM cable per phase. (2) _Circuit Breakers. Circuit breakers shall be: (a) The main circuit breaker shall be 400 ampere frame size with an interrupting rating of not less than 35, 000 amperes RMS symmetrical at 240 volts. As (b) Each branch breaker shall be not less than 100 ampere frame size, with an interrupting rating of not less than 18, 000 amperes symmetrical at 240 volts. (3) Motor Starters. Motor starters shall be: (a) The motor starters for the pumps shall be NEMA Size 2, for 15 HP. The circuit breaker inverse time trip shall be ambient compensated. (b) The motor starter for the exhaust fan shall be NEMA Size 1 for 5/8 HP, with HAND-OFF-AUTO selector switch. n. Lighting, Panel. Lighting panel shall be of the circuit breaker type, 120/240 volt, 1 phase, 60 cycle, 3 wire, with solid neutral and 100 ampere mains, lugs only. Branch circuit breakers shall be rated 20 amperes each unless otherwise indicated on the plans, and shall have bolted connections to the main bus. The number of branch circuit breakers shall.be as indicated on the Plans. Enclosures shall be NEMA 1 for flush mounting, with 4-inch wiring gutter on each side; bonderized, primed and finished with two coats of enamel equal in color to Dune Brown 356 on ® Master Color Chart No. 560-H as furnished by Inertol Co. , Inc. Lighting panels shall be Type NLAB-3 as manufactured by Westinghouse, General Electric, Square D, or equal. 11-38 o. Pump Control Panel. AM General. The control system shall function to automatically start and stop one constant speed pump 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 Af the first pump fails to operate. On high water level, the automatic control system shall be shut off. Indicating lights on the control panel shall indicate when water is above minimum water level and above high water level. Elapsed time meters shall register the total num- ber of hours that each pump has run. The panel arrangement and circuits shall be as shown on the drawings. Control Panel Materials. The materials shall be as follows: (1) Enclosure - 24-inch by 24-inch by 8-inch NEMA 12 enclosure suitable for flush wall mounting with continuous hinge, gasketed door, all welded construction, with 21-inch by 21-inch metal mounting panel for relays and terminal strips, all bonderized, primed and finished with two coats of enamel equal in color to Dune Brown 356 on Master Color Chart No. 560-H, as furnished by Inertol Co. , Inc. (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 semi-flush panel mounting, with post type terminals. General Electric Type 236, Catalog No. 50-236402AAAA1, or equal. Two required. (ET-1, ET-2) (3) 1ndicatin g Li hts - Heavy duty,: oil tight, full voltage e type, push-to-test, General Electric Type CR2940, or equal. G. E. Cat. No. CR2940 UX224-B2 (Red), two required (L2, L3). G. E. Cat. No. CR2940 UX224-C2 (Green), one required (Ll). (4) Selector Switch - heavy duty, oil tight, 2-position, maintained, 4 pole D. T. (4 contacts closed in each position), General Electric CR2940, or equal. Tandem Block 4 N.O. , 4 N.C. - G. E. Cat. No. CR 2940U207. Operator - G.E. Cat. No. CR2940. II-39 h. Legend Plate - G. E. Cat. No. NP-118132D Special Legend - "Pump #1 - Pump #2" One required (CSI) (5) Relay - 300 volt industrial General Electric Type CR120, two NO and two NC instantaneous contacts, 120-volt coil, Cat. No. CR120 A02222AA, or equal. '..',Five required (Rl, R2, R4, R5, R6). (6) Relay - 300 volt, industrial General Electric Type CR122, 0-60 sec. adjustable time delay on energization, two NO time delay contacts, one NO and one NC instantaneous contacts, 120 volt coil, Cat. No. CRI22A04622AA, or equal. One required (R3). (7) Pushbutton - Heavy duty, oil tight, NC contact, General Electric Type CR2940, or equal. Am (8) Terminal Block - 25 amp, 24 point screw terminal, factory-assembled sectional type, General Electric Cat. No. CR151A224, or equal. One required. (9) Nameplate - 3/4-inch x 2-inch, laminated plastic, with letters engraved through top lamination into white lamination to give white letters on dark brown background. Lettering shall be neat and legible and shall be inscribed with tools designed for that purpose. See drawing for nameplate schedule. Six required. p. Float Switch. Each float switch shall consist of a concentric mercury switch contained in a 5-1/2-inch neoprene covered stainless steel float, flexibly supported by a two-conductor neoprene jacketed cable in- 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, pump start float switch and high water cutout switch shall be normally open switches. Float switches shall be Consolidated Electric Company, St. Paul, Minnesota, Model 9G-NO, or approved equal. ® q. Thermostat. Thermostat for the exhaust fan in the pumping station shall be for cooling with contact that closes on rising temperature, adjustable from 60 degrees to 100 degrees F. Thermostat shall be Honey- well Company, Type T42B, Cat. No. T42B1019, or equal. t II-4 0 TECHNICAL SPECIFICATIONS SECTION IIl METHODS OF CONSTRUCTION AND PAYMENT 1. SCOPE OF WORK: The work under this Contract shall include the construction of the Sewage Pumping Stations, the gravity sewers, the force mains, and all appurtenances, as shown on the Plans, complete and operative. Construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. All work under this Contract shall be paid for on a unit price basis as described in the Information for Bidders. 2. SHOP DRAWINGS: In accordance with paragraph 10 of the Special Conditions, shop drawings shall be submitted for approval. Payment for shop drawings shall be included in the price bid for the item of equipment or material for which the shop drawing is furnished. 3. HANDLING OF MATERIALS: All materials shall be delivered and distributed to the site of the work by the Contractor. 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. Payment for work described in this paragraph shall be included in the price bid for the item containing the various pieces of equipment or mate ri al. III-1 4. CONSTRUCTION ON RAILROAD PREMISES: a, General. The Special Conditions describe certain provisions relating to working on the premises of the Missouri Pacific Railroad Com- pany. In addition to those requirements and other applicable requirements of the Contract Documents, the Contractor shall restore the Railroad's premises to substantially their former condition upon completion of work on or about such property, and shall during the course of work keep the Railroad's premises in a neat, orderly and safe condition so far as the condition of the Railroad's premises may have been affected by the Con- tractor's operation. The Contractor shall not store or place any materials, supplies, machinery or equipment within 10 feet of the centerline of the nearest track on the Railroad's property, and shall not otherwise impair any clearances specified by the Railroad. The Contractor shall not impair or interfere with drainage on or through the premises of the Railroad and shall conduct all operations on or about Railroad property so as not to interfere with drainage of adjacent property. b., S ecific Requirements. The following specific requirements shall apply to the various reaches of construction on the Railroad premises: 1. Station 0+06. 5 to Station 4+23. This reach of sewer may be constructed in open cut except where the Plans require the sewer to be constructed in tunnel. The trench must be backfilled so that there will be no appreciable settlement and made level with the existing surface adjacent to the trench. No excavation may be left open at the end of the working day. The trench shall be completely covered with planks at least 2 inches thick. 2. Station 4+23 to Station 11+82. This reach may be constructed in open trench where applicable. The final backfill may be mounded over the trench to allow for settlement. Where the Plans require fill over the pipe, the fill shall be placed and compacted so that there will be no appreci- able settlement prior to excavation for the pipe. The completed fill over the pipe shall be seeded in accordance with these specifications. 3. Station 11+82 to Station 2 1 +25. 49 Bkd. - This reach of sewer may be constructed in open cut, The Railroad will remove the nec- essary po:ction of the ties and rails of Track No. 85 in order that this construction may be carried out. All construction must be completed and backfilled, level with the surface within one working day, 4. Station 10+50 Fwd to Station 55+00 Bkd,l, This reach of sewer may be constructed in open cut. All excavated material shall be cast on 111 -2 go the river side of Track No. 85. At the end of each working day the end of the pipe shall be blocked, the trench shall be backfilled so that there is no appreciable settlement, and the backfill shall be left level with the adjacent ground. 5. Station 54+97 Fwd to Station 55+85. This reach of sewer must be constructed in tunnel. 6. Station 55+85 to Station 61+60. 46. This reach of force main may be constructed in open cut. The trench must be backfilled so that there is no appreciable settlement and made level with the existing surface adjacent to the trench. The trench at the end of the pipe may be left open at night if adequate barricades and lights are provided. VA 7. Station 61+60. 46 to Station 65+99. 19 Bk&]. This reach of force main may be constructed in open cut except where the Plans require the force main to be built in tunnel. The requirements in paragraph 6, Station 55+85 to Station 61+60. 46 shall apply. 8. Station 64+38. 94 Fwd to Station 115+25. This reach of the force main may be constructed in open cut. The trench shall be backfilled and mounded over the top of the trench to allow for future settlement. 9. Harrison Street Interceptor. This reach of sewer may be constructed in open cut. The trench must be backfilled so that there will be no appreciable settlement and made level with the existing surface ad- jacent to the trench. The end of the pipe shall be blocked and no excava- tion left open at the end of each working day. Where the sewer is to pass under Track No. 43, the Railroad will remove the necessary ties and rails to allow the sewer to be constructed. All construction under the tracks must be completed within one working day. 10. Capitol Interceptor. This reach of sewer must be con- structed in tunnel. 11. Jefferson Street Interceptor. This reach of sewer must be constructed in tunnel. 12. Monroe Street Interceptor. This reach of sewer may be constructed in open cut except where the Plans require the sewer to be ® constructed in tunnel. The construction must be carried out in such a manner that access to both the front and rear of the Railroad Freight Building will be maintained.at all times. III-3 13. Marshall Street Interceptor. This reach of sewer must be constructed in tunnel. 14. Prison Interceptor Sewer. Requirements for the construc- tion of this reach of sewer shall be the same as in paragraph 6. Station 55+85 to Station 61+60. 46. 15. Chestnut Street Interceptors and Force Main to Station AM 61+60. 46. These reaches of sewer and force main may be constructed in open cut. Requirements for the construction shall be the same as in paragraph 6, Station 55+85 to Station 61+60. 46. Where the sewer or force main is to be constructed under the railroad tracks, the Railroad will re- move the necessary portion of the ties and rails. Each track crossing must be constructed within,one,wd,kl nd;4ay. 16. Rehabilitation Center Stub. This reach of sewer must be constructed in tunnel. c. Payment. Payment for all work performed on the premises of the Railroad shall be paid at the applicable lump sum or unit prices bid for the various items of construction. 5. INTERFERENCE WITH TRAFFIC: It must be recognized that in some instances the work of this project involves the construction of sewers along the public streets of the developed municipality. Access to abutting property should be provided wherever it is possible without interference with the construction opera- tion. The Contractor will be required to provide satisfactory bridges to allow traffic to cross over the excavated trench where the street intersec- tion is traversed by open cut excavation. Care should be taken to avoid blocking of access to fire hydrants during this construction. After the sewer is constructed and the backfill made over the completed sewer, a temporary pavement is to be laid down and the street open to traffic in order to provide access to abutting property as soon as possible. Open cut crossings are to be maintained for 60 days with macadam or other sat- isfactory material so as to provide an all-weather roadway surface, after which time the restoration of the permanent pavement of the type ordered by the Engineer shall be carried out. Payment for all work described in this paragraph shall be included in the unit price bid for "Class B Trench Excavation". 111-4 6. PROTECTION OF TREES AND RESTORATION OF LANDSCAPED AREAS: Wherever the sewer is to be built in a right-of-way located along occupied property which has been landscaped or in the sidewalk space ad- jacent to trees, and wherever trees are encountered adjacent to the line of the work, the Contractor's operations must be so organized and carried out as not to disturb or destroy any trees except where permission to do so has been obtained from the property owners with the Engineer's approval. The existing surface shall not be disturbed beyond the limits of the right- of-way, which shall include the necessary area for storing of materials of construction and excavated materials. Upon completion of the work, the surface shall be replaced to conform to the original surface. Where turf has been disturbed, the completed backfilled surface shall be sodded or raked and seeded during the proper time of the year. Where excavated material is stored adjacent to trees, it shall be carried away so as not to cause injury to them in any way. 'If necessary, boxing shall be provided around trees, plants or shrubs. Upon completion of the work, such box- ing shall be removed and the original condition restored. Payment for carrying out the necessary protection and restoration of trees and land- scaped areas, as herein specified, shall be included in the payments made at the price bid per cubic yard for "Class B Trench Excavation". Where excavation is made through surface rock, the Contractor may be required to restore the surface to its original contour. The Contractor will replace the surface rock with Class C concrete at the direction of the Engineer. Such concrete will be measured and paid for at the price bid per cubic yard for "Class C Concrete". 7. PROTECTION OF EXISTING STRUCTURES: The work must be carried out in such a manner that all structures or improvements along and adjacent to the new sewer construction are properly protected. Any damage occurring to property of others because of the Contractor's operation shall be repaired to the satisfaction of the owner of said private property by the Contractor and the cost considered as covered in the item of "Class B Trench Excavation". 8. PROTECTION OF POLE LINES, WATER AND GAS PIPES, AND ALL OTHER UNDERGROUND UTILITIES: ® On the Plans, for the work to be constructed under this Contract, is shown the record information which has been obtained from the utilities for underground pipes or conduits which exist along the line of the proposed HI-5 sewers or at the location of the other improvements. The City does not guarantee the accuracy of these locations, but merely indicates the infor- mation which has been obtained from the companies owning such under- ground pipes or conduits. The locations of utility poles, shown as noted at the time of the survey, may have since been changed. It is assumed that the Contractor will make a field inspection of the locations of the work, and note all poles and overhead improvements which may affect his method of operation in the construction of the sewers and other im- provements at such locations. Such poles, overhead wires, underground pipes and conduits that may exist or maybe 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 or other facilities adjacent thereto, shall be considered as covered and included in the price bid for "Class B Trench Excavation", or the lump sum bid for other improvements. The Contractor shall notify the utility owners in advance of any construction which would expose underground pipelines or otherwise affect their safety. 9. REMOVAL AND REPLACEMENT OF SECONDARY PAVEME14TS: �1 Secondary pavements, consisting largely of crushed rock and cinders, which are to be removed in the course of the construction, shall be replaced with a layer of crushed rock compacted to a minimum thick- ness of 8 inches. The road surface shall be maintained for a period of go 60 days after initial replacement to allow for settlement and consolidation of the backfill, after which it shall be bladed to a smooth and uniform surface. No separate payment for the removal and restoration of secondary pavements shall be made. Payment for such removal and replacement shall be considered as included in the price bid for "Class B Trench Excavation". 10. REMOVAL AND RESTORATION OF ASPHALTIC PAVEMENT: The asphaltic pavement to be removed shall be cut. to neat straight lines. After completion of the granular backfill, a layer of crushed rock shall be compacted to a minimum thickness of 8 inches. The rock course shall be primed and covered with a minimum of 2 inches of asphaltic con- ' crete wearing surface to the cross section and grade as set by the Engineer to meet the present undisturbed pavement on each side of the area restored. Asphaltic concrete and placing methods used shall be similar in quality to 111-6 i the original pavement and approved by the Engineer. The Contractor shall restore the surface to the grade specified by the Engineer, should any settlement take place within 1 year of the initial pavement restoration. Payment for the removal and restoration of asphaltic concrete shall be limited to an area calculated on a width equal to the trench payline widths herein specified for the particular size of sewer installed, multi- plied by the length of pavement restored. Payment will be made at the price bid per square yard for "Restoration of Asphaltic Pavement", which payment shall include the whole cost of removing the existing pavement within cut straight lines, disposing of the material removed from the line of work, preparing the subgrade, furnishing of plant, labor, materials, tools and all other incidentals which may be necessary for removing and restoring the pavement. 11. REMOVAL AND RESTORATION OF CONCRETE CURB: Where the alignment of the sewers requires the removal of existing concrete curb, removal shall be to the full width of the concrete pavement removal. The curb shall be cut in a neat straight line and shall be replaced an to the same cross section as that removed,using Class A concrete. Payment for the removal and restoration of concrete curb will be made at the price bid per lineal foot for "Restoration of Concrete Curb", which payment shall include the whole cost of removing the curb and laying the new sections as required. Curb paralleling the sewer trench will not be measured or paid for unless it falls within a distance equal to one-half the payline width of the trench involved. 12. SIDEWALKS AND DRIVEWAYS: Where sidewalks or driveways are removed, the Contractor shall replace them with materials similar to those removed and to the reason- able satisfaction of the owner. No separate payment for the removal and restoration of sidewalks and driveways shall be made. Payment for such removal and replacement shall be considered as included in the price bid for "Class B Trench Excavation. " 13. EXCAVATION - GENERAL: All excavation shall be carried out accurately to the line and grade as shown on the Plans and as established by the Engineer. 111-7 If the bottom of the excavation is found to be unstable or to include ashes, cinders, refuse, vegetable or other organic materials considered unsuitable by the Engineer, the Contractor shall excavate and remove such unsuitable material to the depth required and backfill to the original sub- grade with granular backfill, well-compacted by means of mechanical tampers or vibrators in 6-inch layers, except as noted hereinafter. If over-excavation is required by the Engineer, the Contractor shall be paid for the over-excavation and backfilling of same at the unit cost per cubic yard for the various types of excavation agreed to in the Contract. Any unauthorized over-excavation shall also be backfilled as described above but no payment shall be made for such over-excavation and backfilling. Where necessary to protect labor, the work or adjacent property and in all trenches deeper than 6 feet, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proceeded to a point where it can be safely removed, except that if in the opinion of the Engineer, damage is likely to result from withdrawing shor- ing, it shall remain in place. as All excavation shall be dewatered before any construction is under- MR taken therein. Concrete shall be placed only upon dry firm foundation material and pipe shall be laid only in dry trenches. The responsibility of the Contractor with respect to the use of ex- plosives in blasting includes compliance with all laws, rules and regula- tions of the State, the City and the insuror, governing the.keeping, storage, use, manufacture, sale, handling, transportation or other distribution of explosives. All. operations involving the handling, storage and use of ex- plosives shall be conducted with every precaution by trained, reliable men under satisfactory supervision. Blasts shall not be fired until all persons in the vicinity have had ample notice and have reached positions out of danger therefrom. The Contractor shall advise the Engineer in advance when charges are to be set off. After a blast is fired, the Contractor shall thoroughly scale the excavation, removing all loose and shattered rock or other loose material which may be dangerous to the workmen,, and the excavation shall be made safe before proceeding with the work. The fact that the removal of loose or shattered material may enlarge the excavation beyond the required limits shall not relieve the Contractor from the necessity for making such ® removal, and the Contractor shall not be entitled to compensation therefor. Payment for excavation shall be as described in the following para- graphs on "Trench Excavation" and "Structural. Excavation". III-8 14. TRENCH EXCAVATION: The work included under "Trench Excavation" shall comprise any necessary clearing of the .line on which the sewer, force main, water line, or other conduit is to be constructed; of making all excavations of all mate- rials of every description which may be encountered and as classified hereinafter as "Trench Excavation, Class All and "Trench Excavation, Class B"; of furnishing and placing of all shoring, sheeting and bracing which may be necessary to protect the work and to execute it; of shaping the bottom; of furnishing all equipment which may be necessary to keep the trenches 'free from water so that the sewers, force mains, or other conduits, and concrete may be placed in the dry; of providing for the un- interrupted 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. A series of borings was taken along the entire length of the con- struction. The results of these borings are shown on the Plans for infor- mation only. There is no expressed or implied agreement or guarantee that the depths or character of materials are correctly shown or that conditions affecting the work will not differ from those shown on the Plans. All excavation shall be dewatered to the satisfaction of the Engineer before any construction is undertaken therein. 1 Class A material is any material, such as solid limestone or hard stone in original bed or well-defined ledges, large boulders, detached pieces of limestone or hard stone, or mass concrete more than 9 cubic feet in volume, any of which cannot be removed by heavy equipment without drilling and blasting or wedging. 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 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 ti..e ample to permit the pipe to be laid, jointed, and covered properly. Class B material is any material not included in Class A excavation. Trenches shall be dug so that all pipes can be laid to the alignment and depth required. The width of trenches shall be ample to permit the pipe III-9 to be laid and jointed properly and the backfill to be placed and compacted. Additional width shall be provided 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 sewer pipe sizes used shall be kept within the limits specified as follows: Size of Pipe Minimum Width Maximum Width 8" - 1211 21-411 21-1011 15" 21-811 31-211 18" 2'-1'1," 3'-6" 21" 3'-3" 3'-10" 24" 31-611 41-011 27" 31-911 41-411 30" 4'-1" 4'-8" 36" 41-811 51-011 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 the point shall be carried out with vertical sides for widths not exceeding the maximum widths provided for in these specifications above. Piny trench excavated with sloping sides for pipe sewers which has ta width one foot above the top of the pipe in excess of the maximum trench width permitted will result in an increased load on the sewer pipe. If slopes are allowed to extend below this level, or if the width of the trench at this level is greater than the specified maximum width, additional strengthen- ing of the pipe is required, and accordingly, wherever such conditions x g PP � gY� exist and where the fill on the pipe exceeds 6 feet, the Contractor shall place a Class C concrete fill between the bottom of the trench and the level of the intrados of the pipe from the outside of the pipe to the undisturbed sides of the trench. No payment shall be made for such Class C concrete III-10 backfilling which shall become necessary on account of the Contractor's operations in excavating trenches of excessive widths below the specified levels. The elevations shown on the profiles of the sewers are those of the flowline of the pipes. In excavating the bottom of the trench in material other than rock, the Contractor shall allow for the thickness of the pipe where pipe sewers are installed, and shall shape the trench bottom by hand to fit the lower section 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. The elevations shown on the Plans for force mains are centerlines of the pipe. Force mains, sewer lines, and water lines shall have a mini- mum cover of 3 feet 0 inches unless otherwise shown on the Plans. Where bell-and-spigot cast iron or ductile iron pipe is used, bell holes shall be provided in the trench to relieve the bells of all strain. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on solid and un- interrupted ground at every point between bell holes, except that it will be permissible to disturb and otherwise damage the subgrade surface near the middle of each length of cast-iron pipe to permit the withdrawal of pipe slings or other lifting equipment for handling the pipe. Any part of the bottom of the trench excavated below the specified subgrade shall be cor- rected with suitable material thoroughly compacted as directed. The finished subgrade shall be prepared accurately by means of hand tools. If the material in the bottom of the trench is unstable or otherwise unsuitable for supporting the pipe, the unsuitable material may be exca- vated as directed by the Engineer. The quantity of such authorized addi- tional excavation shall be determined by the Engineer and paid for by the City at the unit price bid for "Class B Trench Excavation. " Where necessary to protect the labor, the work, or adjacent property and in all trenches with vertical sides deeper than 6 feet, the Contractor shall provide and install shoring. The sides of the trench shall be securely held by bracing or sheeting of either wood or steel. Shoring shall remain III-11 III in place until the backfill has proceeded to a point where it can be safely removed. If, in the opinion of the Engineer, damage is likely to result from withdrawing shoring, it shall remain in place. Payment for all lumber left in place as ordered by the Engineer will be paid for at the price bid per MFBM for "Lumber Ordered Left in Trench", which pay- ment shall cover the whole cost of furnishing all material, labor, equip- ment, 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 construc- tion, which need not remain in place upon completion of the backfill. Payment for lumber used as temporary bracing shall be included in the price bid per cubic yard for "Class B Trench Excavation. " Payment for trench excavation in rock, including backfill and sur- plus disposal shall be made at the price bid per cubic yard for "Class A Trench Excavation". Payment shall cover the whole cost of furnishing all equipment, labor, tools, materials and all other incidentals which may be necessary for completing the excavation. It shall cover the whole cost of rerouting all storm water or sanitary sewage flows, of protecting adjacent improvements, maintaining temporary macadam or gravel surfaces in satisfactory and safe condition for use by traffic until permanent pavement restoration is carried out, and of cleaning up the site. Payment for Class A trench excavation shall be for the volume cal-' culated on the basis of the payline width of the trench, as herein specified for the various sizes of pipe sewers and force mains, 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 pipe, whichever is the lesser, and the actual length of rock removed, up to the distance between centers of manholes except where the pipe sewer, force main, or other conduit is to be included in the lump sum bid for a structure. Class A trench excavation within the limits of the lump sum items shall not be measured and paid for separately. Payment for Class C concrete is covered in Section III, paragraph 18. Payment for Class B trench excavation, including backfill and sur- plus 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 furnishing all equipment, labor, tools, matiq- ® riall and all other incidentals which may be necessary for carrying out the necessary excavation, pumping and fluming, and taking care of dry and storm water flows, protecting adjacent improvements, backfilling, including tamping of the backfill as herein specified, maintaining temporary 111-12 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 and force mains, the actual depth of Class B material removed, or the depth from the surface to the pipe flow- line, whichever is the lesser, and the length between centers of manholes for pipe sewers and the length of pipe for force mains, except where the pipe sewer, force main, or other conduit is to be included in the lump sum bid for a structure. Class B trench excavation within the limits of the lump sum items shall not be measured and paid for separately. 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 Aft 8-12 2 feet - 4 inches 15 2 feet - 8 inches 18 2 feet - 11 inches 21 3 feet - 3 inches 24 3 feet - 6 inches 27 3 feet - 9 inches 30 4 feet - 1 inch 36 4 feet - 8 inched 15. STRUCTURAL - EXCAVATION: The Contractor shall perform all structural excavation required on the Plans. Excavation shall extend a sufficient distance from the walls and footings to allow for forms for the work and for proper inspection except where the Plans indicate that concrete may be deposited directly against excavated surfaces. Excavated material not needed or not suitable for the finished grade shall be removed from the site at the Contractor's expense. All structural excavation indicated on the drawings or required by the specifications shall be included in the lump sum price bid for each III-13 structure, complete in place, and will not be classified, measured or paid for separately. Should any additions or changes to the Contract require any changes Ask in the amount of structural excavation required to be done by the Contractor, the unit prices for excavation stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the lump sum price for the structure involved. All excavation of material defined as Class A material in Section III, Paragraph 14, shall be classified as rock excavation. All excavation, except rock excavation, where the Contractor is re- quired to operate dewatering equipment, such as pumps or well points, will be classified as wet excavation. All other excavation, except rock excava- tion, shall be classified as dry excavation. All structural excavation, except rock excavation, which, in the opinion of the Engineer, cannot reasonably be excavated by machine shall be classified as hand excavation. All excavation, except rock excavation, not classified as hand excavation shall be classified as machine excavation. The amount of excavation to be measured for payment shall be ex- cavation not indicated on the Plans or reasonably inferred from the Plans and/or specifications. The amount of excavation to be paid for shall be based on a payline width for rock excavation for structures 15 inches from the finished inside line of the outer vertical walls, a payline width for earth excavation for structures 12 inches from the outermost line of the outer vertical walls, the actual elevation of rock, and the applicable unit prices in the Contract. The prices for excavation shall include all shoring, de- watering, backfilling, maintenance of backfill, disposal of waste material, and all other work incident thereto. 16. FILL AND BACKFILL: Fill and backfill shall be placed as shown on the drawings to pro- vide the finished grades shown on the Plans. All fill to be placed under structures shall be granular material. Other areas to be filled may be filled with granular material or non-granular material, except that the top 10 inches of all .lawn areas shall be topsoil. Except as otherwise specified or required, all fill and backfill shall be made with suitable earth free from debris, lumps, and perishable mate- rials in quantities considered excessive by the Engineer. Materials shall be processed so that the material in each layer of fill and backfill shall contain the amount of moisture required for optimum compaction as deter- mined by the Engineer. The moisture content shall be as uniform as III-14 i practical throughout the layer. No frozen material shall be placed as fill or backfill nor shall fill or backfill be placed upon or against frozen sur- faces. All materials shall be placed by methods hereinafter specified or as otherwise approved by the Engineer. Backfill shall not be placed upon or against concrete surfaces, prior to 14 days after placing of the concrete and then only after approval of the Engineer. Backfill shall be brought up evenly on each side of structures as far as practical. Prior to placing backfill, forms for concrete shall be removed and the excavation shall be cleaned of trash and debris. Prior to placing any fill, the ground to be occupied by the fill shall be cleaned of all trees, trash, or other objectionable material and the surface scarified to a depth of 6 inches to permit proper bonding. Fill and backfill shall be placed or spread in layers not more than 8 inches in thickness prior to compaction and compacted with rubber-tired rollers or vibrating equipment, except as specifically noted otherwise in these specifications. The Contractor shall process the fill material as re- quired to bring them to approximately the correct content for optimum compaction. Material to be placed that is too wet for proper compaction shall be spread and permitted to dry assisted by scarifying or other suit- able means, if necessary, until the moisture content is reduced to a value satisfactory to the Engineer. When material is too dry, the Contractor shall immediately before placing and spreading of the material for com- paction, wet the rolled surface of the preceding layer of the foundation. After placing and spreading the dry material on the wet surface, it shall be sprinkled and harrowed prior to compaction. Fill and backfill to be placed within 2 feet of vertical concrete sur- faces of structures and in other areas that cannot be compacted as described above, shall be placed in uniform horizontal layers not to exceed 4 inches in thickness before compaction. Each layer shall be thoroughly compacted with approved mechanical tampers before the next succeeding layer is placed. The backfilling of the completed pipe sewers and force mains 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 excavated natural soil free from all other foreign substances such as debris, rocks, cinders, ashes, lumps or organic matter. No walking over the completed pipe sewer will be 111-15 allowed until the backfill has been carried to at least one foot above the top of the sewer. In lieu of tamping the backfill, the Contractor may, at his own option and at his own expense, complete the backfill to one foot above the top of the sewer with crushed rock. Where the Contractor excavates below the planned subgrade for pipe lines, the over-excavation shall be backfilled with granular material well compacted in 6-inch layers; Only granular material placed in over- excavation authorized by the Engineer will be measured and paid for at the price bid per cubic yard for "Granular Material for Trench Subgrade Re- placement, " which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and other incidentals necessary to fur- nish and place the granular material. The volume to be paid for under this item shall be limited to the volume computed within the payline widths and for the depths and lengths as ordered by the Engineer. Crushed rock placed in over-excavation not authorized by the Engineer shall be included in the cost of "Class B Trench Excavation. " Backfilling shall be completed to ensure restoration of the ground surface to its original condition. Backfill in open fields and on railroad property, except near switches and other places to which railroad personnel will require access, may be completed without further compaction above one foot over the extrados, or without flushing. The fill shall be mounded over the trench to allow for future settlement. Near switches and other places requiring access, as designated by the,rai.lroad, the backfill shall be compacted so that no ap- preciable settlement will occur and the fill shall be left level with the exist- ing ground surface. Backfill of the trenches crossing beneath concrete, asphaltic con- crete or bituminous macadam pavement and railroad tracks shall be made with Granular materials. Payment for granular fill will be made at the bid price per cubic yard for "Granular Backfill" for the volume in place after final compaction. The volume of granular fill used beneath pave- ments which are removed and replaced shall be computed from the actual length of the trench filled, the payline width and the depth equal to the average distance from road subgrade elevation to one foot above the top of pipe. ® All surplus excavated material which is not usable for backfill shall be hauled from the work site. The cost of all work included in this paragraph shall be included with the cost of the excavation requiring the back£illing or filling operation, , except as noted above. III-16 17. CONCRETE ENCASEMENT: The pipe shall be encased where shown on the Plans or where directed by the Engineer with Class B concrete of the dimensions shown on the detail on Sheet 10. The concrete may be placed against the undis- turbed 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 encasement. Pipe shall be supported and held in place before and during placing of concrete. The trench shall be kept dry and free of water until the concrete has set and can not be damaged by water. Backfill above the top of encasement to a level one foot above the top of pipe shall be carefully compacted select job-excavated material. This compacted backfill below a level one foot above the pipe shall not be placed until 12 hours after the concrete encasement has been completed. Class B concrete for encasement required where shown on the Plans or as directed by the Engineer shall be paid for at the price bid per cubic yard for "Class B Concrete", which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools, and all other incidentals which may be necessary for furnishing and placing the Class B concrete. The volume to be paid for encasement under this item shall be as follows: Nominal Size Cubic Yards of Class B Concrete of Sewer in Encasement per Lineal Foot of Sewer (inches) 8 0. 10 10 0. 11 12 0. 12 15 0. 14 18 0. 16 21 0. 17 2.4 0. 18 27 0. 22 30 0. 25 36 0. 30 18. CONCRETE BEDDING: Concrete bedding shall be placed beneath and up to the springline of all pipes where the bottom of the trench is rock 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 Section III, paragraph 16. 111-17 Payment will be made for Class C concrete used in bedding in rock trenches at the price bid per cubic yard for "Class C Concrete". Such payment shall cover the whole cost of furnishing all materials, labor, equipment, tools, and all other incidentals which may be necessary for AM furnishing and placing the Class C concrete. qW Class C concrete for bedding in rock trenches for the various size sewers shall be measured and paid as tabulated below: Nominal Size Cubic Yards of Class C Concrete of Sewer per Lineal Foot of Sewer (inches) 8 0. 04 10 0. 04 12 0. 05 15 0. 06 18 0. 07 21 0. 08 24 0. 09 27 0. 11 30 0. 12 36 0. 15 19. CONCRETE CRADLE: Cradle required by the Plans and specifications shall be of low- slump Class B concrete and of the dimensions shown on the Plans. The , concrete shall be placed against the undisturbed earth or rock sides and bottom of the trench. - horizontal construction joints will not be permitted above the level of th6 bottom of the pipe or within the limits of the cradle as shown on the Plans. The trench shall be kept dry and free of water until the concrete has set and cannot be damaged by water. Pipe shall be held in place to prevent displacement during placing of concrete. Backfill above the top of the concrete cradle to a level one foot above the top of the rpipe shall be selected job-excavated earth or granular bedding material carefully placed and compacted as described in Section III, paragraph 16. The compacted backfill below a level one foot above the pipe shall not be placed until 12 hours after the concrete cradle has been completed and hardened. Payment will be made for Class B concrete in cradles at the bid price p6r cubic yard for'Class B Concrete!' The quantity for which payment will be made will be 0. 3 cubic yards per lineal foot of 36-inch pipe cradled. 111- 18 Such payment shall include the entire cost of furnishing and placing the concrete cradle as shown on the Plans. It also shall include the costs of supporting and securing the jointed pipe against movement during the placing of the concrete. 20. INSTALLATION OF VITRIFIED CLAY AND CONCRETE SEWER PIPE: Each pipe shall be set on end and rung before laying and any pipe found to be cracked or damaged shall be plainly marked in such a manner that the marking will not rub or wash off, and shall subsequently be removed from the site. 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 hereinbefore described. The prepared subgrade shall be kept free from water during the laying of the pipe. Line and grade shall be maintained by the use of no less than three batter boards set at 25-foot intervals and a top line. Except by special permission of the Engineer, no pipe shall be laid except in the presence of an inspector. Each pipe as laid shall be plumbed for line with a plumb bob, and graded with a grade stick for ele- vation. The accuracy of the finished line and grade of the pipe shall be obtained in the preparation of the subgrade. As the work progresses, the interior of the sewer shall be cleaned of all dirt or debris of any description. Pipe shall, be laid through line manholes, and the upper half re- moved after the invert is completed, unless half-pipe is used. For reinforced concrete pipe, the gasket shall be a continuous rubber ring and shall. be the sole element depended on to make the joint watertight. Gaskets shall be properly placed on the clean spigot end of the pipe with the proper adhesive. Before assembly or sending "home" the pipe in the trench, the exposed gasket surfaces shall be coated with lubricant. 1,To petroleum product shall be used as a•lubricant. 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 min- utes after the application of the lubricant sealer. III-19 r All sewer pipe shall be laid and handled so that the allowable leak- age shall not be exceeded as measured by the tests hereinafter described. All extraneous material shall be removed from the completed sewer pipes and manholes before they are accepted by the City. All vitrified clay pipe and concrete sewer pipe will be measured and paid for as such except where it is noted on the Plans that the pipe is to be included with the lump sum bid for a structure. Each size of pipe shall be measured and paid for at the corresponding unit price bid for each particular size and type of pipe installed. The length of pipe shall be the horizontal distance between the centers of manholes as measured along the alignment of the pipe. The unit prices for vitrified clay pipe and concrete sewer pipe of the various sizes and types shall include all material, labor and equipment necessary to install and test the pipe, complete in place, in accordance with the Plans and specifications. 21. INSTALLATION OF CAST IRON AND DUCTILE XROMPIPE: Handlin Pi e. Cast iron and ductile iron pipe shall not be dropped, P let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treatment that might crack or otherwise damage the pipe while being transported, unloaded or handled. Proper and suitable tools and appliances for the safe and convenient handling and installing of the pipe and fittings shall be used. Care shall be taken to prevent any coating on the inside of pipe and fittings from being damaged. All pieces shall be carefully examined for defects, and no piece shall be installed which is known to be defective. If. a defective piece should be discovered after having been installed, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor at his expense. 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. Cleanipa. The interior of all pipe and fittings shall be thoroughly cleaned before they are installed and shall be kept clean until they are accepted. in the completed. work. All lumps, blisters, and excess coating shall be removed from exterior spigot and interior bell surfaces of pipe with mechanical or push-on joints. Such surfaces shall be wire-brushed and wiped clean and dry and free from oil and grease before placing the 111-20 spigot in the bell. All joint contact surfaces shall be kept clean until the jointing is completed. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing or other materials shall be placed in the pipe. Inspection. During installation, while suspended and hanging free, each pipe and fitting shall be inspected for defects and rung with a light hammer to detect cracks. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. Installation in a Trench. Before laying the 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 sup- ports through a portion of its length only. In trenches with a rock bottom, Class C concrete bedding as defined above shall be used. 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. Force mains shall be laid with a continuous positive or negative slope between the centerline elevations shown on the Plans; however, the slope does not have to be uniform between the designated elevations. The centerline elevations of the pipe shall accurately correspond to the elevations shown on the Plans in locations where elevations are specifically designated. Where no difference in elevation is shown between points, the pipe shall be laid on an essentially flat grade. The centerline elevation of pipe to be laid on a flat grade shall not vary more than 3 inches above or below the designated elevation and successive pieces of pipe shall not be more than 1 inch above or below the adjacent pieces of pipe. Concrete anchorage or blocking shall be placed behind all tees and bends to undisturbed earth in the trench. Concrete shall be placed in such a manner that joints can be maintained unless specific permission of the Engineer has been obtained to encase them. Blocking ehind tees and 90-degree bends shall be such that an area g g ® of concrete three times the cross section of the pipe shall bear against un- disturbed earth. All other bends shall have 50 per cent of the above requirement. All force mains shall be laid and handled so that the allowable leakage, as measured by the tests herein described, shall not be exceeded. III-21 M Installation in a Structure. All pipe and fittings shall be installed in structures, as shown on the Plans, and shall be complete in every respect, providing a system which will operate satisfactorily and quietly. All piping connecting to equipment shall be provided with a companion flange, a flexible coupling, or a flanged adapter so that the piping may be readily dismantled from the equipment. All piping shall be installed in such a manner that it will be free to expand and contract without injury to itself or its supporting structure. All necessary supports shall be installed to hold the piping and ap- purtenances in a firm and substantial manner at the lines and grades indicated on the Plans or specified. Unless otherwise specifically noted, pipes and fittings shall be supported at least every 9 feet, and each valve, 3 inches and larger, shall be supported on both sides with a support within 2 feet of the valve. Bell and spigot pipe shall be supported at each joint. Unless otherwise shown on the Plans, waterstops shall be provided where all cast-iron pipes pass through concrete or masonry walls by using wall castings or brazed steel collars approved by the Engineer. Jointing. a. 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. The Contractor will not be permitted to overtighten bolts in order to compensate for poor installation practice. b. Push-On Joints. Push-on joints shall be carefully assembled in accordance with the manufacturer's recommendations regarding gasket installation and other jointing operations. c. _Flanged Joints. All joints in flanged piping shall be brought to exact alignment, and all gaskets and bolts or studs inserteDd' in their proper places. When bolting the joints, care should be taken to see 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. Bolts or studs shall be uniformly tightened around the joint in a manner which will provide uniform compression of the gasket. Flexible joints shall not be tightened until all flanged joints affected thereby 1 ® have been tightened. d. Flexible Couplings and Flanged Adapters. Flexible couplings and flanged adapters shall be installed in accordance with the manufacturer's printed instructions and shall make watertight joints in the pipes being connected. 111-22 Payment. Cast iron and ductile iron pipe shall be measured and paid for at the unit price bid per lineal foot installed for each particular pipe size installed except where within the limits shown on the Plans, the pipe shall be included in the lump sum bid for the structure involved, or AM where the pipe is in a tunnel and the cost of the pipe in place is included in the lump sum bid for tunnel. Cast iron and ductile iron pipe shall be measured along the top centerline of the pipe actually installed. The unit price for cast iron and ductile iron pipe shall include all material, labor and equipment necessary to install the force mains, in- cluding pipee,, fittings, jointing of pipe, concrete blocking for bends, and testing of the pipe. 22. MANHOLE CONSTRUCTION: Manholes shall be built of brick to the dimensions and at the loca- tions as shown on the Plans or as directed by the Engineer, as rapidly as the construction of the sewer will permit. All bricks in each course shall be headers and break joints with those in the adjoining course. Each brick shall have full mortar joints on the bottom and sides, which shall be formed at one operation by placing sufficient mortar on the bed and forcing the brick into it. Horizontal joints shall not exceed 3/8 inch and vertical joints on the inside of the manholes shall not exceed 1/4 inch. The mortar for the brick work of the manholes shall be made of one part of portland cement and three parts of sand, complying with the fine aggregate specifications hereinbefore described. The sand and cement shall be thoroughly mixed dry, and the necessary quantity of clean water shall be added so as to produce a stiff mortar of the proper consistency, which mix shall be thoroughly worked with proper tools. All joints on the inside of the manholes are to be carefully rubbed full and struck as the manhole is built up, Upon completion of each man- hole, all waste mortar and debris shall be immediately removed from the bottom and the invert shaped to the dimensions shown on the Plans and all bottom joints struck or pointed. The jointing of the brick work shall be such that the manhole will be watertight so that no ground water infiltra- tion through the manhole joints will occur. The outside of the manhole shall be covered with a mortar plaster coat 1/2 inch thick. A single rowlock shall be turned over all incoming and outgoing pipes. 1 111-23 The inverts of all manholes located at changes in alignment of the sewer shall be shaped to the incoming and outgoing pipes and smoothly curved from pipe to pipe to the top of invert at springline. On line manholes, pipe shall be laid through the manhole and the upper half removed after the invert has been completed. Half pipe may be used. As an alternate, manholes may be built of Class A concrete, pre- cast or poured in place. Joints of precast manhole sections shall be formed entirely of concrete employing a rubber gasket conforming to ASTM Desig- nation C443. Joints shall be self-centering. The gasket shall be.the sole element utilized in sealing the joint. Plans for concrete manholes must be approved by the Engineer. Forms may be of steel or clean lumber, assuring a smooth finished surface. Duri=g;the construction of each manhole, cast-iron steps conform- ing to the specifications for cast-iron manhole steps hereinbefore described, shall be set in place on the inside of the manhole, at the spacing shown on the Plans. The top step shall not be more than 2 feet below the top of the manhole. The ends of the steps shall be firmly built in the wall, allowing the steps to project 5 inches from the inside of the manhole. Where shown on the drawings, manholes shall be built over existing sewers and the ex- isting sewer plugged. The sewers requiring plugging will be filled with concrete for a length of not less than 2 feet. Manholes shall be covered with standard cast-iron frames and covers of the dimensions and materials herein specified. Frames shall be set in place and closed with covers. All manholes will be measured and paid for as manholes of the ap- propriate depth as bid in the Proposal. The depth of manholes shall be measured from the invert of the sewer to the top of the cast-iron frame and shall be paid for at the appro- priate unit price bid. Payment for all work included in this paragraph shall be included in the unit price for the various depth manholes and shall include all neces- sary labor, material and equipment for constructing the manholes, including additional excavation beyond the trench payline width and depth, concrete base, cast-iron frame and cover, backfilling and all other work necessary to construct the manhole in place. HI-24 Outside drops shall be constructed as shown on the Plans. :Payment will be made for completed outside drops as an addition to the payment dM made for the completed manhole. Payment will be made for each drop at the lump sum bid price for each, and shall include all costs of excavation, lumber left in trench, concrete or brick masonry, drop pipe; pipe elbow, jointing, and the additional cost of the pipe junction on the sewer and its concrete encasement. 23. PIPE SEWERS AND FORCE MAINS IN TUNNEL; Pipe sewers and force mains in short tunnel at crossings of rail- roads shall be constructed when required by the Plans and in accordance with these specifications. The Contractor may request permission to construct the pipe sewer at a crossing of a railroad in a bored hole or in a jacked liner in accordance with a.method of construction approved by the Engineer and the railroad. The carrier pipe, shall be of the size and material shown on the Plans. 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, flow, caving or heaving of earth or other materials into 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 will ensure the safety of life and of all utilities and public and private property above and adjacent to the tunnel. If any utility above or adjacent to the tunnel is endangered or has been damaged because of the tunneling opera- tions 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 Contractor of carrying out the above require- ments shall be deemed to be included in his bid prices for the completed tunnel s. The Contractor shall make all excavations necessary for the con- struction of sewers in tunnel, whether in earth or partly in earth or in rock; shall furnish, place, and maintain all sheeting, bracing, lining or casing required to support the tunnel floor, roof, sides, and face until the carrier pipe and its bedding, jointing, encasement, and backfilling has been com- pleted. All liners shall remain in place. Methods are optional with the Contractor, provided the work can be carried out expeditiously, carefully r III-25 and in compliance with these specifications. Care shall be used in trim- ming the surfaces of the excavated section and in placing the liners or AM sheeting and bracing, so that the required minimum 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 carrier pipe alignment. Sheeting or lining must be placed and held tightly against the trimmed earth surface of the excavated section so that there will be no voids between the earth and the lining or sheeting placed against it. No part of the lining, bracing, or flanges of steel liner plates shall project closer to the outside of the pipe or pipe bells than 2 inches. All excavated material not required for backfilling abandoned shafts shall be removed from the site and disposed of by the Contractor at his expense. The Contractor shall furnish and operate all necessary pumping equipment of ample capacity and make all necessary provisions to keep tunnels 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. 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 placed 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. After the tunnel section is excavated and lined, the pipe shall be placed on abed 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 one-half inch, the pipe shall be removed and additional concrete bedding added. No blocks, wedges, or other devices shall be used to hold the pipe III-26 to grade or to prevent the full uniform 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. After laying and bedding each section of the pipe, the compacted Class B concrete bedding shall be continued to the level of the pipe spring- line to fill all spaces between the outside of the pipe and the inside surface of the lining or the prepared surface of the rock (if the tunnel is in sound rock). Above the level of the springline, all spaces between the outside of the pipe and the inside surface of the lining or the prepared surface of the rock (if tunnel is in sound rock) shall be completely filled with a uni- form sand-cement mortar consisting of one part portland cement and seven parts sand or with Class B concrete. Construction pits shall be completely abandoned, and unless required by the Engineer, all sheeting, bracing, etc. , may be removed or left in place at the Contractor's option and no sheeting, bracing, etc. , left in place at the Contractor's option will be paid for by the City. If the Engineer requires leaving the sheeting, bracing, etc. , in place, payment will be made as indicated in Section III, paragraph 14. Any temporary shaft sheet- ing, bracing, or walers left in place shall be cut off at least two feet below finished grade before the backfill of the shaft is completed. Construction pits shall be backfilled with suitable job-excavated material and compacted so that no appreciable settlement will occur. The backfill shall be leveled with the natural ground surface surrounding the pit. Payment for tunnels and the pipes laid therein shall be made at the lump sum bid for each length of tunnel presuming that only Class B excava- tion will be encountered. Should Class A excavation be encountered, the additional cost of this excavation will be compensated for at the unit cost of Fifty Dollars ($50. 00) per cubic yard for "Class A Tunnel Excavation". The volume of Class A excavation will be the measured volume within the outside diameter of the liner pipe. The lump sum payment for each tunnel 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 collars, and any additional costs required to complete the tunnel crossing. 24. STANKS OR SHORT TUNNELS: The force main or gravity sewers shall be constructed in stanks or short tunnels where requested by the Contractor and approved by the Engineer. 111-27 The top of the tunneled length shall slope upwards to Each entrance to permit adequate backfilling. The tunneled portions shall be sufficiently large to allow adequate working room at the sides and above the. pipe to be installed. ® The tunnel bottom shall be shaped as nearly as practicable. to the bottom of the pipe with provision for pipe bells. A bedding of crushed limestone and screenings shall be placed to fill any irregularities in shaping and to ensure a uniform continuous bearing for the pipe barrel at the re- quired 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 eleet3onro£i the Contractor, with tamped limestone 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. No separate payment for the construction of the gravity sewer or 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 "Class B Trench Excavation". 25. LEAKAGE TESTS FOR GRAVITY SEWERS: Upon completion of a section of the sewer, the Contractor shall de- water it and conduct a satisfactory test to measure the infiltration for at least two hours. The amount of infiltration., including manholes, Y-branches, and connections shall not Exceed 500 gallons per inch-diameter per mile of sewer per 24 hours. The Contractor shall be responsible: for the satis- factory watertightness of the entire section of sewer and shall satisfactorily repair all joints or other locations that are not sufficiently watertight. For making the infiltration tests, underdrains, if used, shall be plugged and other groundwater drainage shall be stopped to permit the ground water to return to its normal level insofar as practicable. Allow- ance shall be made for water which may enter the sewer through pipe connections and inlets during the infiltration test. As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the groundwater level is less than one foot above the top of the pipe at its upper End, the sewers shall be subjected to an internal -Z III 8 pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 feet above the top of the sewer at its upper end. Ask The rate of leakage from the sewers shall be determined by measur- ing the amount of water required to maintain the level 2 feet above the top of the pipe for a period of at least 2 hours, commencing one hour after the pipeline filling is completed. Leakage from the sewers under test shall not exceed the require- ments for leakage into sewers as hereinbe£ore specified. The Contractor shall construct such weirs or other means of measurements as may be required, shall furnish water and shall do all necessary pumping to enable the tests to be properly made. Should the sections under test fail to meet the requirements, the Contractor shall do all work of locating and repairing leaks and retesting as the Engineer may require without additional compensation. Payment for all work included in this section shall be included in the payment for pipe in place as herein specified. 26. TESTING OF FORCE MAIN: The force main shall be tested to a pressure of 100 psi after the line has been backfilled. The leakage shall be measured by pumping into the line with a purnp capable of maintaining the required pressure and metering the amount of water necessary to sustain the pressure for a period of four hours. The test when so conducted shall indicate a, leakage of not more than 50 gallons per inch of pipe diameter per mile per day and no leaks shall become apparent on the surface of the ground. Should sur- face leaks become apparent, or should the leakage exceed that specified, the leaks shall be located and repaired and the line retested until it fulfills the above requirements. Payment for all work included in this section shall be included in the payment for pipe in place as herein specified. 27. 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 1119 (2) ininimum volume of cement per cubic yard of concrete, and (3) maxi- mum volume of water per sack of cement. a. Classes of Concrete. Class C concrete may be used for fill in trenches as required for pipe in rock trench, or for overexcavation of the trench. Class B concrete shall be used for encasement and cradling of pipe or for blocking for cast iron or ductile iron pipe. All other concrete used on this project shall be Class A concrete, unless otherwise specifi- cally noted on the Plans. b. Class A Concrete. Class A concrete shall have a minimum compressive strength of 3, 500 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each six sacks of cement. Total water shall be limited to a maximum of 6-1/2 gallons per sack of cement. The fine and coarse aggregates for each batch of concrete where monolithic construction is to be carried out shall be accurately weighed; the exact weight of each batch shall be that necessary to produce a dense workable concrete with the yield per sack of cement as herein specified when mixed within the limitations of the amount of water herein specified. Where small batches of concrete are to be used and the concrete is mixed on the site, Class A concrete shall be considered as that mixture consisting of 2 cubic feet of dry fine aggregate, not more than 3-1/2 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 6-1/2 gallons of total added water. c. Class B Concrete. Class B concrete shall have a minimum compressive strength of 2, 000 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each four sacks of cement. Total water shall be limited to a maximum of 8-1/2 gallons per sack of cement. Where small batches of concrete are to be used and the concrete is mixed on the site, Class B concrete shall be considered as that mixture consisting of 3 cubic feet of dry fine aggregate, not more than 5 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 8-1/2 gallons of total added water. d. Class C Concrete. Class C concrete shall consist of the mix- ture which results in one cubic yard of concrete to each batch of fine and ill coarse aggregate and water used to each two sacks of cement. Total water shall be limited to a maximum of 9-1/2 gallons per sack of cement. e. Determination of Added Water. In determining the amount of added water, allowance should be made for the moisture content in the 111-30 aggregates. In measuring the fine aggregate by volume for small batches of concrete, if the aggregate is wet, allowance should be made for the bulking on account of the presence of moisture. f. Proportioning. The concrete mixtures will be approved by the Engineer from design mix tests. All materials required for these. tests • shall be supplied by the Contractor from samples taken from the approved source of supply. At any time during the construction period, the relative weights of fine and coarse aggregates as determined by the original mix design may be varied slightly in order to ensure the use of the least amount of fine aggregate which will produce workable concrete with the slumps specified. The water content of the concrete shall at all times be the mini- mum necessary to properly place the concrete. It shall be regulated as required to adjust for any variation in the moisture content or grading of the aggregates. Addition of water to compensate for stiffening of the con- crete before placing will not be permitted. Uniformity of concrete con- sistency from batch to batch will be required. All concrete shall be proportioned by weight. Allowance must be made for the weight of moisture in the aggregates in order to determine the amount of additional water required for the given. concrete mix design. g. Air-Entrained Concrete. An air-entraining admixture, ap- proved by the Engineer may be used in the concrete should the Contractor desire toi.rpp,rove the workability of the concrete. No additional payment will be made for the -use of an admixture approved by the Engineer at the Contractor's request. The air-entraining admixture shall be added to the concrete during the process of mixing. The agents shall be accurately measured and dispensed by means of an approved adjustable mechanical dispenser which will automatically and gradually discharge the required amount of material into the mixing water. The entire amount of air- entraining agent shall be fully discharged before all of the mixing water has entered the drum of the mixer. The dispenser shall be so constructed that it can be accurately calibrated for the quantity of agent discharged at various settings and shall be provided with means by which the discharge can be readily diverted from the stream of mixing water to a container for measurement. Class A concrete which contains an approved admixture shall con- tain 5 per cent plus or minus 1 per cent of entrained air by volume. The volume of entrained air in the freshly mixed concrete will be measured by the Engineer by the. volumetric method, Test for Air Content of Freshly 111-31 Mixed Concrete by the Volumetric Method, ASTM Designation C173, or by the pressure method, Test for Air Content of Freshly Mixed Concrete by the Pressure Method, ASTM Designation C231. Mixes will be designed for the recommended air content and adequate control shall be provided to keep Allk the air content within the required limits. h. Consistency. The consistency of the concrete shall be such that the slump, when measured according to Test for Slump of Portland Cement Concrete, ASTM Designation C143, is the lowest compatible with work- ability 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 Walls 15-Inch and Thinner 4-1/2 No additional water shall be added at the site of placement 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 in- crements and then only in the smallest amount necessary within the required limits of consistency for the particular work, and shall be uniformly mixed and incorporated into the unplaced concrete before deposition in the forms. i. Mixing. Concrete required for blocking, encasement and other uses incidental to the installation of pipe involving small quantities may either be mixed by machine or by hand. All other concrete shall be mixed by machine. j. Mixing by Machine. The mixer to be used shall be so designed as to take one complete batch of materials using whole bags of cement only and to mix that batch thoroughly before any portion of it is withdrawn and any 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 emptying of the drum until all of the materials have been mixed together for the minimum time required. After all the ingredients, including water, have been placed in the drum, they shall be thoroughly mixed in the mixer for a period of not less 111-32 than one minute. During this period the drum shall make not less than 14 nor more than 20 revolutions per minute. k. Central Plant Concrete Mixing. In lieu of mixing on the job by machine or by hand, central plant concrete will be permitted, provided the concrete conforms to the proportioning hereinbefore specified, is mixed at a central plant or in transit in equipment approved by the Engineer, and in conformity with current ASTM Specifications for Ready-Mixed Concrete (C94). The concrete shall be delivered to the job in batches of such size that it can be conveniently handled without getting up during placing, without segregation of aggregates, and of satisfactory consistency to ensure a uni- form concrete mixture when placed. 1. 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 an the mixing board or pan in the place where it is to be deposited. The total amount of water shall not exceed the limitations hereinbefore specified for Class A, B, or C concrete. m. Forms. Forms for concrete shall be rigidly braced so that they cannot bulge or warp and leave an unworkmanlike finished surface. They may be constructed of any material with sufficient strength which will give the finished work a satisfactory surface. They must be sufficiently tight so that mortar cannot escape from the concrete in appreciable quantity. Forms shall be cleaned and be thoroughly moistened or treated with form oil before concrete is placed. All exposed exterior concrete corners shall be chamfered one inch. n. Reinforcing. All reinforcing shall be rigidly fastened in the forms prior to the pouring of any concrete in such manner that the steel will be held accurately to the location shown on the Plans. Steel shall be cleaned of rust, scale, oil, or other surface matter before being placed in forms. o. Wall Fittings and Anchor Bolts. Wall fittings and anchor bolts shall be installed as shown on the Plans. p. Placing. The methods and equipment used for transporting concrete and the time that elapses during transportation shall be such as III-33 will not cause appreciable segregation of coarse aggregate, or slump loss in excess of one inch in the concrete as it is placed in the project. Am Before placing concrete in the forms or in the place of deposit, all debris and foreign materials, soft earth, or mud, shall be removed. Water shall be removed from the place of deposit. No concrete shall be placed in water. Steel or wood forms shall be oiled and treated to prevent adhesion of concrete and damage to the concrete surface upon removal of the forms. Concrete shall be placed as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the forms and around reinforcing. No concrete shall be used that has partially hardened or has been contaminated by foreign material or that has been retempered. Placing of concrete shall be performed only in the presence of a duly authorized representative of the Engineer unless inspec- tion is waived in each specific case. The temperature of concrete when it is being placed shall be not more than 90 degrees F. or less than 40 degrees F. Concrete shall be placed before initial set has occurred. Before depositing concrete on or against concrete which has taken its initial set, the surface of the hardened concrete shall be broken off down to coarse aggregate and wire-brushed to remove foreign matter and laitance. A layer of grout of the same cement-sand ratio as the concrete without coarse 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. When concreting has once started, it shall be carried on as a con- tinuous operation until the section or structural unit is completed. All concrete shall be thoroughly compacted by vibrators, spading or other suitable means during the operation of placing, to ensure that concrete will flow around all reinforcement, embedded fixtures and into the corners of the forms to give a dense finished product with true sur- faces free from honeycombing, segregation and other imperfections. ys Concrete shall be placed in horizontal layers of no greater depth than ® 18 inches. Concrete shall be placed at a suitable rate to avoid the forma- tion of unauthorized cold joints. In no case shall vibrators be used to transport the concrete inside the forms. Care shall be taken when placing concrete through reinforcing steel so that the segregation of coarse aggregate is kept to a minimum. In such 111-34 cases, spouts, elephant trunks, or other suitable means shall be used. The free fall of concrete shall be held to a practical minimum and shall not exceed 5 feet at any time. The placing of concrete shall be so planned that horizontal and vertical construction joints are made where shown on the drawings or where approved by the Engineer. Structural keys shown on the Plans shall have a minimum width of 4 inche s and a depth of 1-1/2 inche s. The con- crete shall be lfift with a roughened surface for construction joints. Water- stops shall be placed as shown on the Plans and in all construction joints subject to water on one side and where the opposite side is intended to be dry. q. Tests. The Contractor shall provide for test purposes, one set of four cylinders taken from each day's pour of each class of concrete poured, except that pours of Class B concrete of less than 3 cubic yards need not be tested. The test cylinders shall be made and cured in ac- cordance with ASTM Specification_: C31. Two cylinders shall be broken at 7 days and two cylinders at 28 days in accordance with ASTM Specifi- cation C39. r. Protection. The Contractor shall protect all concrete against injury until final acceptance by the Engineer. During cold weather all concrete materials and all reinforcement, forms, fill material, and ground with which the concrete will be placed in contact, shall be free of frost or ice and snow. Whenever the tempera- ture of the surrounding area is 40 degrees F. and falling, no concrete an shall be placed unless the Contractor has on hand sufficient, suitable, and approved means of protecting the concrete. Whenever the temperature of the surrounding air is between 40 degrees F. and 32 degrees F. , all con- crete placed in the forms shall have a temperature between 50 and 70 de- grees F. Adequate means shall be provided for maintaining a temperature in the surround air not less than 70 degrees F. for at least three days, or 50 degrees F. for five days. The housing, covering, or other protection used shall remain intact and in place at least 24 hours after artificial heat- ing is discontinued. Care must be used to prevent fire hazards when using heating and no fire or excessive heat shall be permitted near or in direct contact with concrete at any time. Salt or chemicals shall not be used in the concrete to. prevent freezing. ® Whenever the temperature of the surrounding air reaches 32 de- grees F. , or lower, concrete shall not be placed except with the approval of the Engineer who shall state the time in addition to that specified herein 111-35 that artificial heat and protection must bb supplied. Whenever the tempera- ture of the surrounding air reaches 20 degrees F. or lower, no concrete shall be placed except for emergencies and only with special permission and supervision of the Engineer. s. Curing of Concrete. All concrete placed when the temperature is above 40 degrees F. shall be either sprinkled continuously for 72 hours, ffA or shall be covered with burlap which shall be kept moist for at least 72 hours. The use of membrane curing shall be permitted only when approved by the Engineer. The membrane curing compound shall be of a type ap- An by the Engineer. Concrete cured-with water shall be kept continually wet for at least 72 hours immediately following placement of the concrete, or until covered with fresh concrete. The concrete to be cured shall be kept wet by cover- ing with water-saturated material or by a system of perforated pipes, mechanical sprinklers, or porous hose, or by any other approved method which will keep all surfaces to be cured continuously (not periodically) wet. Water curing shall commence as soon as the concrete has hardened sufficiently to prevent damage. Water used for curing shall meet the re- quirements for water used for mixing concrete. Membrane curing compound shall be applied to formed surfaces immediately after the forms are removed. If any areas require patching, or any other surface treatment, the membrane curing shall not be applied to that area until after the area has been repaired. The area to be repaired shall be kept continually wet by a method approved by the Engineer prior to the patching or surface treatment of the area. Following the patching or surface treatment and a 24-hour period of water curing, the area may, at the Contractor's option, be treated with membrane curing compound for the remainder of the curing period. Any rriembrane curing compound applied to surfaces that require patching or other surface treatment, or to surfaces that are specified to 'be water cured as listed above, shall be completely removed by sand blasting. Where membrane curing is used, following removal of the forms, the surfaces shall be thoroughly moistened with water and the curing com- pound applied as soon as free water disappears. The curing compound shall be applied to unformed surfaces as soon as free water disappears or immediately following finishing where special finishing operations are specified. The curing compound shall be applied in a two-coat continuous operation by approved power-spraying equipment and at a uniform coverage 111-36 of not more than 300 square feet per gallon for each coat. All concrete surfaces on which the curing compound has been applied, shall be ade- quately protected for a period of 72 hours from any cause which will disrupt the continuity of the curing membrane. Any curing membrane damaged during the 72-hour period, shall be restored as directed by the Engineer. t. Finishing. Immediately after removing the forms, all fins or irregular projections shall be removed from all surfaces. On all surfaces the area of cavities produced by form ties, holes, honeycombing, broken edges or corners, and other surface defects, shall be cleaned and care- fully filled, pointed, and troweled to a true uniform smooth surface with sand-cement mortar mixed in the proportions used in the grade of concrete being furnished. Defective concrete as determined by the Engineer shall be repaired by cutting out the unsatisfactory material and placing new con- crete which shall be secured with keys, dovetails or anchors. Concrete for patching shall be drier than the usual mixture and shall be thoroughly tamped into place. All exposed concrete surfaces, that is, .those surfaces which will be visible after the project is in operation (except floor slabs) shall be finished in following manner: Forms shall be removed from such surfaces as soon as structurally possible, as approved by the Engineer, and all de- pressions or imperfections immediately patched as described above. The surface shall then be machine or hand-rubbed 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 or for requiring the surfaces to be ground smooth and painted. 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. Floors shall be brought to a true grade with a straightedge and roughly finished with a wooden float. After the concrete has hardened sufficiently to prevent an excess of fine material working to the top, the surfaces shall be troweled with steel trowels until the surface is smooth and regular. No additional cement shall be added during finishing. All concrete and reinforcing steel shown on the Plans or required by the specifications shall be included in the lump sum contract price bid for each item in which the concrete is used, and will not be measured or paid for separately, except Class B and C concrete used for pipe bedding or pipe encasement and cradling will be measured and paid for as noted elsewhere in these specifications. III-37. Should any changes or additions to the Contract require any changes in the amount of formed concrete or reinforcing steel to be provided by the Contractor, the unit prices for formed concrete and reinforcing steel stated in the Contract Agreement shall be used to determine the amount to be added to or to be deducted from the contract lump sum price for the item involved. The volume of concrete to be paid for shall be determined by the required dimensions for the formed concrete provided to the Contractor by the Engineer. The weight of steel to be paid for shall be determined by the actual weight of reinforcing steel. installed. The unit price for formed concrete shall include all materials, forms, mixing, placing, curing, finishing and all other costs incident thereto. The unit price for reinforcing steel shall include all material and labor and all other costs incident thereto. 28. GROUTING: Grout placed against hardened concrete prior to placing fresh con- crete shall not contain an expansion material. Grout used to set equipment, fill in around pipes through concrete walls, and in all other locations directed by the Engineer (except as specifi- cally noted otherwise above) shall contain an expansion agent. WIN Grout without an expansion agent shall consist of the same propor- tions of materials as used for Class A concrete, except without the coarse aggregate. Grout with an expansion agent shall consist of two parts dement to three parts sand. Embecco shall be added in the amount and by the method recommended by the manufacturer; unpolished aluminum powder shall be added at the rate of one level teaspoon per sack of cement. The aluminum powder shall be added to the sand and cement after they have been mixed dry. Only sufficient water shall be added to make the mix workable. Grout with the expansion agent shall be carefully placed to completely fill the space being grouted. The grout shall be packed into the space using caulking tools to fill the space and make a dense finished grout. 111-38 MMIIII !IIION MUM l The cost of all work described in this paragraph shall be included in the lump sum price bid for the items in which the work is to be in- corporated. 29. INSTALLATION OF WATERSTOPS: PVC or rubber waterstops shall be provided where shown on the Plans. All waterstops shall be placed to provide a continuous barrier to the flow of water across a joint in the concrete structure and shall be in- stalled in strict conformance to the recommendations of the manufacturer. PVC waterstops shall be attached to the forms with double headed nails at approximately 6-inch centers so that the waterstop is held flat against the form. PVC waterstops shall be spliced with heat. Prefabri- cated fittings shall be used and only butt joints 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. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 30. INSTALLATION OF EXPANSION SHIELDS AND BOLTS: Expansion shields and bolts shall only be used where shown on the Plans or where approved by the Engineer and shall not be used in place of anchor bolts to secure machinery. Expansion shields shall be installed in strict accordance with the manufacturer's instructions. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 31. HANDLING AND ERECTION OF STRUCTURAL STEEL: All structural steel received on the work shall be immediately placed upon substantial shores or blocking of sufficient size and strength to prevent any metal from touching the ground, and in such a manner that water cannot collect thereon and so that the material will be protected 111-39 against bending under its own or superimposed loads. Any steel members which may become bent shall be replaced by new material. Before assem- bling, the surfaces to be in contact with each other shall be thoroughly cleaned. Base plates shall be set level and in exact position and grouted in place. The grout shall completely fill the space beneath the base plates. All parts shall be assembled accurately as shown on the Plans and all match marks shall be followed carefully. Light drifting will be per- mitted to draw the parts together, but drifting to match unfair holes will not be permitted. Any enlargements of holes necessary to make connec- tions in the field shall be done by reaming with twist drills, care being taken not to weaken the adjoining metal. If, in the opinion of the Engineer, the extent of the reaming is such that the holes cannot be properly filled or accurately adjusted after ream- ing, the faulty member shall be discarded and replaced by a new one. All field connections shall be bolted. Nuts shall be drawn tight and the threads burred to prevent loosening. Unfinished bolts may be used for field connections. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. ga yff 32. CONSTRUCTION OF SERVICE DRIVES: General. Service drives shall be constructed to the lines and grades shown on the Plans. Service drives shall consist of a 6-inch thick macadam base treated with oil. Methods of construction in conformity with the applicable current Standard Specifications of the Missouri State Highway Commission and in general conformance with the following specifications may be used if ap- proved by the Engineer. After the wearing surface has been placed, no vehicles will be per- mitted to use the drive for parking, delivery of materials, etc. Any damage to the base course prior to the placing of the wearing surface shall be repaired to the satisfaction of the Engineer. Preparation of Subgrade. The area for the proposed service drives shall be excavated or filled as required to provide a finished wearing III-40 surface to the elevations shown on the Plans. The area shall be rolled and compacted to the satisfaction of the Engineer. All soft and yielding spots shall be removed to a depth of not to exceed 2 feet, and all vegetable substances or unsuitable material shall be removed, and the resulting spaces shall be refilled with approved stable material. The subgrade shall again be rolled until no depressions occur. Construction of Macadam Base Course. After the subgrade has been properly prepared, new, clean, crushed stone shall be used to build up the base to the necessary 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. The surface shall then be checked trans- versely with a template cut to the required cross section and longitudinally with a 20-foot straightedge. Any indicated variations exceeding 1Y2 inch shall be corrected by the removal or addition of coarse aggregate as re- quired. Corrected areas shall be compacted and made to conform with the required grade and cross section. After the surface has been checked and any necessary corrections made, screenings shall be gradually and uniformly applied to the surface in successive thin applications by means of approved mechanical spreaders. Under no condition shall screenings be dumped in piles on the coarse ag- gregate. 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 application 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 da 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. III-41 After spreading of screenings and dry compaction is complete, the surface shall be checked longitudinally with a 20-foot straightedge. In- dicated variations of more than 1/2 inch shall be corrected to conform with the required grade and cross section. The surface shall then be sprinkled and rolled. If voids still remain, they shall be filled by sweep- ing 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 only 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. The surface will not vary more than 1/2 inch from grade by a 20- foot straightedge applied to the surface parallel to the centerline of the pavement. Areas of the base which show more than the allowable variation shall be loosened and reconstructed in accordance with these specifications and to the complete satisfaction of the Engineer. Construction of Oiled Surfaces. The finished macadam base course shall be treated with one application 0. 2 to 0. 3 gallons per square yard of Type MC-0 Liquid Asphaltic Material or other material in con- fur*).ity with the applicable current specifications of the Missouri State Highway Commission. Blotter Course. A blotter course of limestone screenings shall be placed after the application of oil to the macadam base. Payment. The cost of constructing the access road to each pumping station as described in this paragraph and as shown on the Plans shall be included in the lump sum price bid for each pumping station. 33. INSTALLATION OF CAST-IRON SOIL PIPE AND FITTINGS: All soil pipe shall be run as shown on the Plans. All horizontal and vertical lines shall be supported as required to keep the pipe in 111-42 alignment and adequately support the pipe and contents. The base of each stack shall be adequately supported to prevent any movement of the Am vertical piping. All joints on soil pipe and fittings shall be made with lead and oakum or screwed joints. One pound of lead per inch of pipe diameter shall be used at each lead joint. The lead shall be well caulked in an approved manner. 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. The cost of all work described in this paragraph shall be included in the lump suni price bid for the item in which the work is to be incorporated. 34. INSTALLATION OF' COPPER TUBING: Service. Copper tubing shall be used for the water supply system. General Installation. All runs of copper tubing, sizes and outlets shall be as indicated on the Plans. All tubing where spacing is not shown on the drawings shall be installed as closely as possible to walls, ceilings, columns, etc. , so as to occupy the minimum of space, and shall be run parallel with the lines of the structure. Tubing shall be rigidly anchored to walls and ceilings by means of suitable pipe hangers or channels with clamps. Supports shall be spaced not more than 5 feet 0 inches apart for tubing 112 inch in diameter and smaller, and 8 feet for tubing 5/8 inch to 1 inch in diameter, and 10 feet for tubing 1-1/4 inch and greater. There shall be no noticeable sagging of tubing between supports. Piping to be placed against walls shall be held away from the wall a distance equal to the width of the channel support. Pipes and other parts embedded in con- crete shall be held in place securely to avoid displacement during pouring. All open ends of piping shall be closed with caps or plugs during construc- tion. Piping shall be level unless pitch is indicated on the drawings. All pipe shall be rut accurately and squarely to measurements, established at the structure, and shall be worked into place without springing or forcing. ® Excessive cutting or other weakening of the structure to facilitate piping installation will not be permitted. All piping shall be so installed as to permit free expansion and contraction without causing damage. Bent pipes showing kinks, wrinkles, or other malformations will not be acceptable. III-43 i Solder Joints. All burrs shall be removed from the tubing before joints are made. The joining surfaces shall be cleaned and polished and a non-corrosive flux shall be evenly distributed across them. Joints shall be made by applying heat and solder to the end of the fitting until the solder melts and then passing the flame toward the center of the fitting until the solder is absorbed and appears uniformly around the end of the fitting. While the solde r isi stilllin q Platti:c Atafte,, any exce s s shall be brushed away. A fillet of solder shall be left around the cup of all fittings. Joints shall not be chilled but allowed to cool at room temperature. Flared Joints. The tubing shall be thoroughly cleaned and its ends uniformly flared to the bevels of the fittings before malting the joint. Wrenches shall be applied to the bodies of the fittings near the joint being made and not to a joint that was made before. Other Joints. Other joints than those specified above shall be made in accordance with the recommendations of the manufacturer. Unions. Dielectric unions shall be provided on both sides of each piece of equipment connected to the copper tubing to prevent electrolysis and provide for the r::asy removal of the equipment. Payment. All costs of installing the necessary copper water tubing and accessories to provide water service to each pumping station shall be included in the lump sum price bid for each pumping station. 35. INSTALLATION OF STEEL PIPE: AM MR Steel pipe shall be handled and stored in accordance with the ap- plicable provision of Part III, paragraph 21. Aft All. screwed pipe shall be made up with threaded connections using a joint compound suitable for the service required. Threads shall be full am and cleanly cut with sharp dies, and not more than three threads on the pipe at each connection shall remain exposed after installation. All ends of steel pipe shall be reamed, after threading and before assembly, to re- move all burrs and rough inner edges. The compound used shall provide the maximum protection against corrosion in the joint and shall be applied to all threads, in such manner and quantity that all threads are coated but so that no compound will be forced into the interior of the pipe. All welded steel pipe shall be welded in accordance with the re- quirements of ASA Code B31. 1 Section 6. The steel pipe for the bridge over Wear's Creek shall be installed as shown on the Plans. After the field joints are welded the interior of the pipe shall have a primer and coal-tar enamel, 1/8-inch thick, applied in accordance with AWWA Standard C203. The exterior of the pipe at the 111-44 joints shall be primed in accordance with the above standard. The exterior surface of the pipe shall have one coat of cold-applied coal-tar coating, one coat of cold-applied coal-tar emulsion, and one coat of aluminum paint ap- plied, all in accordance with AWWA Standard C203. AM Piles shall be driven as accurately as practicable in the correct locations true to line both laterally and longitudinally and to the vertical or batter lines, all as shown on the contract drawings. A lateral deviation from the correct location at the cutoff elevation of not more than 3 inches will be permitted. A variation in slope of not more than 1/4 inch per foot of longitudinal axis will be permitted. If the pile as driven does not meet these requirements, it shall be pulled and redriven by the Contractor at no additional cost to the City. All pile driving shall be carried out under the direct supervision of the Engineer. Piles shall be driven by a steam, air, or diesel hammer of the size and type suitable for the work. Stearn or air hammers shall be operated at all times at the pressure and at the speed recommended by the manufacturer. Boiler or compressor capacity shall be sufficient to operate the hammer continuously at full rated speed. A cast or structural steel driving head shall be used to prevent upsetting the pile head when hard driving is encountered. Pile drivers shall have firmly supported leads ex- tending to the lowest point the hammer must reach. Piles shall be driven until such a time as the Engineer is satisfied that each pile is properly seated on the rock strata. A pile which has not been properly seated on rock when the top has been driven to the cutoff elevation shall be spliced as directed and driving continued until the Engineer is satisfied that each pile is properly seated on rock. The method of splicing shall be subject JM to the approval of the Engineer. After the piles are driven they shall be cut or burned off square at the elevation shown. Water jets may be used to assist driving only when specifically authorized by the Engineer and he may require their use where satisfactory driving is not obtained otherwise. Where jetting is authorized, the type and capacity of the jetting equipment and its operation shall be subject to the approval of the Engineer. All jetted piles shall be seated by driving not less than one foot after jetting has been stopped unless otherwise authorized. Piles which are damaged, mislocated, or driven out of alignment shall be withdrawn and replaced by new piles or shall be cut off and aban- doned and additional piles driven, as directed. All provisions for materials, mixing and placing of concrete as set forth in Section III, paragraph 27, of these specifications shall be met for piles 111-45 placed under this specification, except that the maximum size coarse ag- gregate shall not exceed one inch. A suitable method, approved by the Engineer, shall be used for placing concrete in the steel pipe shells. The concrete shall be placed in a continuous flow throughout the length of the pile. No concrete shall be placed in any pile until the Engineer has in- spected the pipe shell for deformations and water. Concrete shall not be dropped through water. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 36. INSTALLATION OF VALVES AND BOXES: All valves shall be set with operating stems in true vertical position unless otherwise shown on the Plans. or directed 'by the Engineer. All valves outside of structures shall have operating nuts and shall be provided with boxes adjusted so that the cover conforms with the adjacent finished grade. All gate valves inside of structures shall be provided with handwheels unless otherwise designated on the Plans. All plug valves shall be provided with levers except ..ivMre! otherwise noted on the Plans or above. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 37. MASONRY WORK: All brick and glazed masonry units 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 entirely filled with mortar. All mortar shall be machine-mixed for a minimum of five minutes. Mortar shall be used within 90 minutes after mixing. Mortar left on hand when work is stopped shall be discarded. No remixing of mortar older than 90 minutes with additional water, cement, or other materials, will 'be permitted. Mortar for masonry shall be mixed in proportion by weight of one part portland cement, one part lime or lime putty, and six parts of sand, or a patented mortar approved by the Engineer. Waterproof admixture shall be added to the mortar as recommended by the manufacturer of the admixture. White pointing mortar for glazed masonry units shall be either prepared pointing mortar, or job-mixed in the volumetric proportions III-46 of one part white cement, 1/2 part lime or lime putty, and two parts of fine sand. Waterproof admixture shall be added to job-mixed mortar as recommended by the manufacturer of the admixture. Vertical joints shall be as tight as possible, and horizontal joints between brick shall be approximately 3/8 inch. Brick courses shall measure 8 inches for each three courses from top of brick to top of brick. Glazed masonry units shall be laid up so one course equals 8 inches. All horizontal and vertical joints shall be concave. All cutting of glazed masonry units 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. All masonry walls shall cure at least 24 hours before extending the walls above the tops of windows and doors. Brick shall be cleaned with a stiff brush as work progresses. Walls of glazed masonry units shall be kept free of excess mortar during erection. When the temperature falls below 35 degrees F. , masonry work shall be protected by heating and the laying of brick and glazed masonry units shall stop. Masonry walls shall be heated during cold weather to 50 degrees F. for at least 5 days to prevent the mortar from freezing. Upon completion of all work, the Contractor shall thoroughly clean all brickwork with acid and water and a stiff fiber brush and wash down AR with clear water and point up all work, leaving same clean and in acceptable condition. The glazed masonry units shall be cleaned with a cleaning com- pound recommended by the manufacturer. The setting of the door frames shall be done in accordance with the manufacturer's instructions. Lintels shall be set over wall openings as shown on the Plans. ` Joint reinforcement shall be used in alternate block courses of composite walls. Walls shall be tied together at intersections in alternate block courses. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. IH-47 38. INSTALLATION OF METAL ROOF DECK UNITS: The metal roof deck units shall be fastened to the masonry walls as shown on the Plans. Side joints shall be fastened together on not greater Ah than 36-inch centers in a manner recommended by the roof deck manufac- turers. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 39. INSTALLATION OF GRAVEL STOP: The gravel stop system shall be installed in accordance with the procedures recommended by the manufacturer. The cost of all work described in this ara a h shall be included p gr p in the lump sum price bid for the item in which the work is to be incorporated. 40. INSTALLATION OF ROOF INSULATION SYSTEM: The roof deck shall be smooth, clean and free from loose dirt and grease. The insulation shall be kept dry, before, during, and after appli- cation. Only as much of the insulation system shall be applied in any one Clay as can be covered with finished roofing during the same day. Steep asphalt shall be applied to the metal deck surface by strip mopping 12 to 15 pounds of asphalt per 100 square feet. The vapor barrier shall be immediately unrolled into the asphalt, lapping 2-inch minimum on side, 4-inch on end and sealing laps with asphalt. Steep asphalt shall be applied to the vapor barrier in 12 to 15 pounds per 100 square feet strip mopping into which the roof insulation is embedded. The roof insulation shall be laid with edges parallel.to flutes bearing on deck surface. The joints of the insulation shall be continuous in both direc- tions. All insulation shall be cut and fitted neatly where the roof deck intersects vertical surfaces, but shall be kept 1/4 inch from all vertical flashings. Edges of insulation boards shall be mitered at ridges and else- where to prevent open joints or irregular surfaces. Edges shall be butted to provide moderate contact, but not deformed. Roof tape shall be centered over all insulation joints and edges, embedded in hot steep asphalt applied at the rate of 15 to 20 pounds per 100 square feet of tape. End laps shall be 4 inches. III-48 The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 41. INSTALLATION OF ROOFING: All roofing shall be applied in strict accordAmSe-.,*itICC:e!ia.inteAd Specification RB-315-GU, or equal, and a 20-year bond shall be furnished to the City. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 42. PAINTING: General. This work includes the field painting of all metal surfaces which are not buried in earth or masonry, or are specifically exempted as noted in this section; machinery and machine drives; and all pipe, where required or 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 JIM require field painting: Any injury or damage to such finished surfaces. prior to final acceptance of the work shall be remedied before final accep- tance, and all costs for same shall be borne by the Contractor. Name- plates on any equipment shall not be painted. Cast-iron liquids;sewage submerged in or other stainless steel; g g q aluminum; copper; brass; bronze; chrome; miscellaneous galvanized steel items to be embedded in the concrete, and concrete surfaces shall not be painted, except as specifically noted. us The mixing, thinning and application of all paints herein specified and approved shall meet the recommendations of the respective manufac- turers, in regard to weather and temperature, in particular for application and the use and type of thinner. All painting shall be done in the best manner by skilled workmen and in accordance with the paint manufacturer's recommendation. Finished surfaces shall be free from runs, drops, ridges, waves, laps and unneces- sary 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. The dry film thickness will be subject to a field check by the Engineer. I 111-49 Dry film 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. 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. Preparation of Surfaces. All metal surfaces, prior to painting, 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 benzine, as is necessary or as directed. Sandblasting, in an approved manner at point of manufacture, will be permitted on structural steel and rough steel castings or forgings; however, no sandblasting on or near mechanical or electrical equipment after assembler or installation will be permitted. Sandblasting shall be required of all metals to receive submerged metal paint before being primed. All cast-iron piping of 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. Galvanized surfaces to be painted shall be solvent-cleaned before painting and receive one coat of primer for galvanized surfaces prior to receiving the specified primer. All surfaces shall be clean and dry at the time of application of paint coatings, and at a temperature of not less than 50 degrees F. Application. 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. No P ainting 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 addi- tion of new- coats, which in general, will be according to the manufacturer's III-5 0 recommendations in warm weather, and longer in cold, damp weather or in cold, damp locations. Before acceptance of the work, all damaged sur- faces of paint shall be cleaned and repainted or touched up as ordered by the Engineer. All paint shall be applied in strict conformance with manu- facturer's specifications. Each coat of paint shall be tinted to make it distinguishable from preceding coats. It is not the intent of these specifications to permit spray or roller painting, and if such is done it shall require written authority of the Engineer and shall be carried out in full accordance with the paints and equipment submitted for approval and as recommended by the paint manu- facturer. Protection. During the construction period, all electrical, mechan- ical and other equipment, apparatus and surfaces shall be protected from 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. Sho P Paintin . 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. Field Painting. In order to establish standards for colors specified, these are identified by reference to the catalog numbers of a particular manufacturer. Colors used shall be similar or equal to those of Master Color Chart No. 560-H as furnished by the Inertol Company, Inc. 1. Metal Surfaces. (a) Exposed metal surfaces (other than brass, aluminum or finished surfaces), such as structural steel work, cover plates, machinery castings, pumps, drives, etc; , shall be spotted as required with field primer and given two coats of enamel. Colors shall be as follows: Equipment, except Manlift Dark Green 323 Manlift Dune Brown 356 III-51 Metal Doors Brick Red 357 Monorail and Metal Roof Deck Antique Ivory 378 Hand Rails Brick Red 357 Lintel Plate Dune Brown 356 qW (b) All exposed cast-iron pipe and fittings shall be painted with two sealer coats of primer for cast-iron pipe prior to application of two coats of enamel. Hangers, supports, valves, valve operators and floor stands shall be painted with two coats of enamel. The color shall be Light Gray 306. Valves with chain wheel operators shall have two arrows painted on the wheel at 180 degrees from each other. The arrows shall point in the direction the wheel turns to open the valve and the arrows shall have an "O" painted after the head of the arrow. The arrow and letter shall be white on a black background of a size and shape ap- proved by the Engineer. (c) Galvanized metal surfaces, unless otherwise specified or directed, shall be painted. Galvanized surfaces to be painted shall be primed with one coat of primer especially prepared by paint manufacturer for gal- vanized surfaces, and for the final coats, shall be given the same number and type of field painting as specified in item (a) of this specifications. The galvanized duct work in the superstructure shall be painted Dune Brown 356. (d) Submerged metal surfaces, except cast-iron piping which shall not be painted, that have been primed, shall be painted after the spots have been power- brushed or sandblasted, with two coats of submerged metal cover paint. Paint shall be applied immediately after the spots have been cleaned. (e) All aluminum surfaces to be embedded in concrete shall be given a coating of Inertol "Metal Passivator" No. 35 to separate the aluminum and the concrete, unless otherwise specified. 2. Building Surfaces. (a) Concrete walls, in the dry well only, shall be given two coats of interior wall paint. The color of the finish coat shall be Driftwood Gray 376. III-52 (b) Concrete beams, ceilings and equipment pads shall not be painted. (c) Concrete floors shall not be painted. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 43. INSTALLATION OF DOORS: All doors shall be set plumb and square and securely anchored to the adjoining walls. The Contractor shall protect all completed work and construction materials at all times to prevent dirt, mortar, paint, etc. , from adhering to the frames and hardware. Doors shall be protected at all times from scratches, dents and other damage that will detract from the finished in- stallation. Items damaged or marred shall be replaced or repaired. Anodized aluminum or other plated surfaces shall not be cleaned by scraping or abrasives that might damage the finish, but shall be replaced. The whole finished installation shall appear as new and unused at the time of final acceptance. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 44. INSTALLATION OF PLUMBING: Plumbing fixtures, piping, drains and vents shall be furnished and installed as shown on the Plans. Pipes shall be neatly aligned, securely connected, and carefully and properly installed. All plumbing work shall conform in all respects to the ordinances, rules and regulations of the State and local Plumbing Codes. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 45. INSTALLATION OF EQUIPMENT: All equipment shown on the Plans or called for in these specifica- tions shall be installed in accordance with the manufacturer's recommen- dations. Attention is called to the fact that the particular equipment purchased may require modifications of the details of structures and piping. Such modifications shall be made in order to conform to the 111-53 manufacturer's requirements and to ensure proper installation and operation of the equipment. Manufacturer's drawings shall be used in determining the location of all anchor bolts. All equipment shall be neatly, substantially and securely mounted, All equipment mounted on the floor shall be installed on concrete bases raised above the general floor level unless specifically noted otherwise on the Plans or in these specifications. Equipment installed on bases where alignment or plumbness is important shall be grouted in place using not less than one inch of non-shrink grout. Pumps and other equipment attached to piping shall be temporarily supported until the piping is in place and finally supported. During this time the equipment shall be attached to the piping with not more than four flange bolts. After the piping has been installed and supported, the pump base shall be poured and the equipment grouted onto the base. After the equipment has been permanently supported, the bolts connecting the equip- ment and piping shall be loosened in the presence of the Engineer to be sure there is no strain on the equipment. After the Engineer has determined that the piping and equipment are suitably supported without strain on the flanges of the equipment, all bolts between the equipment and the piping shall be installed and tightened. Base drains shall be provided for all pumps. These base drains shall be of appropriate sized copper not less than 1/2 inch in size and shall discharge the leakage from the packing to the closest floor drain or channel, or as shown on the Plans. All instruments shall be securely and permanently installed in a manner which will ensure proper operation. Instruments shall be cali- brated and put in good working order. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 46. MAINTENANCE AND OPERATING INSTRUCTIONS: Detailed maintenance and operating instructions, including a parts list, shall be furnished in triplicate to the Engineer for each piece of the major items of equipment and for all other equipment that is called for in these specifications. This information shall be furnished prior to putting any of the equipment into operation. The information furnished shall be written for the specific equip- ment furnished and shall not be general information covering more than Ill-54 OL the specific equipment furnished. Manufacturer's printed material covering instructions for equipment in addition to the specific equipment furnished may be submitted if, in the opinion of the Engineer, the instructions are marked adequately to indicate the instructions that pertain to the equipment furnished. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 47. TESTING AND STERILIZING WATER LINES: All potable water lines shall be tested to a pressure of 100 psi. The leakage shall be measured by pumping into the line with a pump capable of maintaining the required pressure and metering the amount of water nec- essary to sustain the pressure for a period of 8 hours. The test when so conducted shall indicate a leakage of not more than 150 gallons per inch of pipe diameter per mile per day and no leaks shall become apparent on the surface of the ground. Should surface leaks become apparent or should the leakage exceed that specified, the leaks shall be located and repaired and the line retested until it fulfills the above requirements. 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 con- tinued until the samples indicate that the water is safe for' consumption. All valves in the line being sterilized shall be closed and opened several times during the sterilizing period. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 4$. INSTALLA'T'ION OF ALUMINUM LETTERS: Mounting shall be Type FMC-2. Detail drawings shall be submitted for approval before fabrication. A full size mounting template, rust-proof mounting hardware, and instructions for installing letters shall be included. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 49. FINISH GRADING: Finish grading shall be done in accordance with the grading plan and elevations shown on the drawings. Finish grading shall be accomplished 111-55 to generally leave uniform slopes and so that there is no ponding of water. All hummocks and ruts shall be eliminated. All ditches or swales shall be carefully graded to prevent ponding of water. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. 50. MULCHING, FERTILIZING AND SEEDING: Mulching, fertilizing and seeding shall be done in any areas disturbed by the construction within Riverside Park and the fill over the pipe between Stations ,7+15 and 7+80 and Stations 9+20 and 11+97. Suitable equipment necessary for proper preparation of the ground surface and for handling and placing all required materials shall be on hand and in good operating condition and shall be approved by the Engineer be- fore the various operations are started. r When conditions are such by reasons of extreme drought, excessive moisture or other factors, that satisfactory results are not likely to be obtained, the work shall be stopped and shall be resumed only when the desired results are likely to be obtained. The order of work operations shall be as follows: a. Removing debris b. Tilling c. Smooth grading d. Mulching e. Applying fertilizer f . Incorporating fertilizer g. Sowing seed h. Cleaning up Prior to the commencement of tilling and smooth grading, all debris, stone, waste materials, and heavy growths which may interfere seriously with subsequent smooth grading, tilling, or sowing operations, shall be removed. The areas to be seeded shall be thoroughly prepared to a depth of 4 inches by discing, harrowing, culti-packing, or other approved means. Tilling shall continue until the condition of the soil is acceptable to the Engineer as suitable for the seeding operation. The areas to be seeded shall then be smooth graded to the final grade required as approved by the Engineer. III-56 The entire area to be seeded shall be covered with a straw mulch. The mulch shall be uniformly applied at a rate of 4, 000 pounds per acre. The mulch shall be spread by hand, straw spreader, or other suitable equipment, and then lightly disced. Fertilizer shall be distributed uniformly over the areas to be seeded at a rate which will provide not less than 50 pounds of nitrogen per acre. Distribution shall be by hand or by common fertilizer distributor. Follow- ing distribution, fertilizer shall be incorporated into the soil to a depth of 2 inches by discing or harrowing. Seed shall be broadcast either by hand or by approved sowing equip- ment at a rate which will provide 50 pounds of the specified seed mixture per acre. The seed shall be uniformly distributed over the areas to be seeded. Immediately after sowing, the seed shall be covered by means of a culti-packer, or other approved device. After the seed has been sown and prior to compacting, the surface shall be cleared of all stones or other objects larger than 2 inches in greatest diameter and all other debris that may interfere with subsequent mowing operations. The Contractor shall be responsible for the proper care of seeded areas during the period when the grass is becoming established. Any area to be seeded which does not produce a suitable stand of grass shall be re- seeded as directed by the Engineer. Seeding shall be performed within the seeding season as follows: Fall season - 15 August to 20 September; Spring season - 15 February to 15 April. The Contractor may, at his own risk, perform seeding at times other than those specified above. If seeding is performed outside of pre- scribed seeding seasons and a proper stand of grass is obtained in the opinion of the Engineer, the seeding work will be acceptable. If a proper stand of grass is not obtained, the areas shall be remulched, refertilized, and reseeded by the Contractor at no cost to the Owner. The cost of all work described in this raP pars g h shall be included in the lump sum price bid for the item in which the work is to be incorporated. �r 51. INSTALLATION OF ELECTRICAL EQUIPMENT: a. Scope. The work covered in this section consists of furnishing all plant, labor, equipment, supplies and materials, and performing all operations as necessary for the installation of a complete electrical system 111-57 n as shown on the Plans and as herein specified for the Boggs Creek Pump- ing Station and for the Chestnut Street Pumping Station. b. Rules and Regulations. The installation and materials shall com- ply with the applicable requirements and recommendations of the National Electrical Code of 1965 and with the rules and regulations of local governing authorities. c. Permits and Fees. The Contractor shall obtain all the neces- sary permits and after completion of the work shall submit a certificate of final inspection and approval from governing inspection authorities. The Contractor shall pay for all permits and inspection fees. d. Electrical Service. The Contractor shall install the rack, current transformers, and meter base (all furnished by the Power Company), and shall furnish and install the conduit, service head, and conductors for a complete service, all as shown on the Plans and as required by the Power Company. The Power Company will furnish and install the meter and the service drop conductors to the rack and will connect the service entrance conductors to the service drop. The electrical service shall be 120/240 volt 3 phase 4 wire, sup- plied from Missouri Power and Light Company. The neutral service entrance conductor shall be connected to the motor control center ground bus, and a #6 neutral conductor shall connect the control center ground bus to the lighting panel neutral bar. e. Grounding. All electrical equipment shall be grounded as re- quired by the National Electrical Code, as recommended by the manufac- turer of the equipment supplied, and as indicated on the Plans. The ground rods shall be installed as shown on the drawings. The ground .rods shall be connected by a stranded bare copper ground wire to the ground bus of the motor control center or of the starter panelboard and to the in- coming water line with accessible bolted connections. Each pump motor frame shall be grounded to the ground bus. All panels and other enclosures shall be connected to the main ground wire or to the ground bus with No. 6 stranded copper wire. The conduit system shall serve as the grounding system for all other electrical equipment. All conduits shall be grounded at enclosures; and bolted connections and grounding bushings shall be used as required to form an electrically continuous grounding system. The service entrance conduit shall be connected directly to a ground rod. M-58 NONE Grounding conductors shall be concealed in the floor slab. All rod or ground connections that are inaccessible, in concrete or underground, shall be molded welds, Cadweld or equal. Accessible ground connections shall be bolted. Insulated grounding bushings shall be used on all conduits to the motor control center or to the starter panelboard, and shall. be bonded together and connected to the enclosure and the ground bus with No. 2 stranded copper conductor. f. Installation of Conduit and Wiring. All wiring shall be run in rigid heavy wall, galvanized or sherardized conduits complete with junction and outlet boxes and fittings to make a steel conduit system that is continuous mechanically and electrically. Flexible liquid-tight galvanized conduits shall be installed for final connections to pump motors and to motors that are set on adjustable bases. Conduit sizes shall be as indicated on the draw- ings and in accordance with the requirements of the National Electrical Code. The minimum size of conduit shall be 3/4 inch except minimum size of flexible conduit shall be 1/2 inch. Connections of conduits to cabinets and junction boxes shall be made using grounding type bushings. Joints shall be made so that the ends of conduits butt together in the center of the coup- lings. No running thread coup:Lings shall be used. All exposed conduit shall be run parallel or perpendicular to walls, floor and ceiling. In the dry well, conduits shall be surface-mounted on walls or ceil- ing or be attached to supports. In the control room, all conduits shall be concealed in the floor or walls. Conduit to the control room ceiling fix- tures shall be recessed in a groove of the roof deck. In the wet well, exposed conduit and fittings shall be protected with two coats of bituminous paint. On outdoor conduits, exposed threads shall be protected with one coat of metal primer and one coat of aluminum paint. Bangers and supports, where used, shall be galvanized and fastened with rustproof anchor bolts embedded in concrete or masonry with suitable expansion shields. Wood plugs inserted in masonry or concrete shall not be used. 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 or plugged, except when working on a run, to exclude dirt and moisture. All conduit stub-ups in floor-mounted equipment shall stub up at least 3 inches. All conduit runs shall be free of obstructions, foreign matter, and moisture before wires are inserted. The Contractor 111-59 shall submit drawings showing any changes in dimensions of conduit stub-up locations as determined by requirements of equipment supplied. All conduit bushings shall be of the insulating type. Conductors shall be of the sizes and types as indicated on the draw- ings, shall be color-coded for identification and shall be continuous from box to box. Splices for conductors of No. 10 AWG or smaller in lighting and 120-volt power 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. g. Lighting Fixtures. Lighting fixtures are to be located as shown on the Plans. Fluorescent lighting fixtures shall be supported by conduit from an outlet box at one end and by a rod from the ceiling at the other end or by two rods, as required. h. Switches and Receptacles. In the control room, switches shall be mounted flush in the wall 54 inches above the floor and receptacles shall be mounted flush 18 inches above the floor unless otherwise noted. In the dry well, switches and receptacles shall be surface-mounted 54 inches above the floor. i. Lighting Panel. The lighting panel shall be mounted flush in the wall at the location shown on the drawings. Conduit shall enter at the top, bottom, or sides of the panel, as required. j. Motor Control Center(Boggs Creek Pumping Station). The I motor control center shall be mounted on a concrete pad and shall be leveled and securely bolted to the floor. The Contractor shall locate anchor bolts and check conduit stub-up locations and revise if required by manufacturer's I certified drawings of motor control centers. All revisions in conduit stub-up locations shall be submitted to the Engineer for approval. The ground bus shall be grounded as described under "Grounding". IAll necessary wiring shall be installed and all connections shall be made. The adjustable instantaneous trip on each circuit breaker so I equipped shall be set to approximately eleven times the motor full load current or as otherwise ordered by the Engineer. Any damage or flaws in the finish shall be corrected and refinished with the touchup finish sup- plied by the manufacturer. 111-60 k. Starter Panelboard (Chestnut Street Pumping Station). The starter panelboard shall be installed in the same manner as the control center, except the panelboard shall be bolted to the wall. 1. Pump Control Panel. The pump control panel in the pumping station shall be installed flush in the wall as indicated on the drawings. The Contractor shall furnish and install all conduit and wiring from pump control panel to the motor, starters, float switches, and check valve limit switches, as shown on the drawings and as required by certified drawings of the manufacturer of the equipment supplied. m. Manlift. A manlift shall be installed in each pumping station. The Contractor shall supply and install all conduit and wiring to the con- trol panel, the power cr drive unit and pushbutton stations as required to complete the electrical requirements of the equipment being supplied. n. Exhaust Fan. The exhaust fan shall be installed as shown on the Plans. The Contractor shall furnish and install all conduit and wiring from motor starter to fan motor, intake louver motor, and thermostat to complete the electrical requirements of the equipment being supplied. o. Float Switches. Float switches shall be installed in wet well Am 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 sup- plied by the float switch manufacturer. A conduit shall be provided near the top of and through the wet well wall into the dry well for the float switch leads. A conduit sealing fitting shall be placed in the conduit run just in- side 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. p. Lighting Transformer (Future - At Boggs Creek Pumping Station Only). Provision shall be made for a future lighting transformer by install- ing conduits in the wall and floor as shown on the Plans. q Tests. After installation of all equipment is complete, all elec- trical equipment shall be tested in the presence of and as specified by the Engineer to demonstrate its ability to function as required by the system. The tests shall include, but shall not be limited to, testing of control cir- cuits, motor rotation, switches and controls, and insulation resistance. r. Payment. The cost of all work described in this paragraph shall be included in the lump sum price bid for the item in which the work is to be incorporated. III-61 PROPOSAL Date The Honorable Mayor and City Council City of Jefferson City Hall Jefferson City, Missouri Gentlemen: In accordance with the advertisement inviting proposals for the construction of the Missouri River Interceptor System for the City of Jefferson, Missouri, subject to the conditions and requirements of the General Conditions of the Contract, the Special Conditions of the Contract, the Specifications, including Addenda Nos. , , and hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the undersigned herewith proposes to construct the specified work within three hundred (300) calendar days after receipt of notice to proceed for the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price ..1. Trench Excavation, Class A 1, 010 cu. yd. $ $ 2. Trench Excavation, Class B 11,480 cu.yd. $ $ 3. In Place 10-Inch V. C. Pipe 467 lin.ft. $� $ 4. In Place Class II 36-Inch R.C. Pipt 590 lin.ft. $ $ 5. In Place Class IV 36-Inch R. C. Pipe 4, 652 lin.ft. $ $ .�_..,. 6. In Place Class V 36-Inch R. C. Pipe 44 lin.ft. $ $ 7. In Place 10-Inch C.I. or D.I. Pipe 105 lin. ft. $ $ 8. In Place 18-Inch C.I. or D.I. Pipe 6, 069 lin.ft. $ $ P-1 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 9. In Place 24-Inch C. I. AWL or D. I. Pipe 574 lin. ft. $ $ 10. Manholes, Complete in Place, Depth Less than 6 Feet 1 each $ $ 11. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 13 each $ $ 12. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 0 each $ $ 0. 00 13. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet 1 each $ $ 14. Manholes, Complete in Place, Depth Over 12 Feet to 14 Feet 2 each $ $ 15. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet 0 each $ $ 0100 16. Manholes, Complete in Place, Depth Over 16 Feet to 18 Feet 1 each $ $ 17. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet 0 each $ $ 0. 00 18. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet 0 each $ $ 0. 00 19. Manholes, Complete in Place, Depth Over 22 Feet to 24 Feet 2 each $ $ 20. 10-Inch Outside Drop, Complete in Place 1 each $ $ 21. Crushed Rock for Subgrade Replacement 100 cu,yd, $ $ 22. Granular Backfill 39 cu,yd. $ $ 23. Lumber Ordered Left in Trench 10 MFBM $ $ P-2 Item Estimated Unit Extended No. Pair Item Quantity Unit Price Bid Price 24. Class B Concrete 12 cu.yd. $ $ 25. Class C Concrete 236 cu.yd. $ $ 26. Restoration of .asphaltic Pavement 0 sq.yd. $ $ 0. 00 27. Restoration of Concrete Curb 0 lin. ft. $ $ 0. 00 28. Tunnel at Station 2+00 lump sum $ 29. Pipe Bridge at Station 7+50 lump sum $ 30. Tunnel at Station 54+97 Fwd lump sum $ 31. Tunnel at Station 61+60. 46 lump sum $ 32. Tunnel at Station 98+60. 20 Fwd lump sum $ 33. Chestnut Street Pumping Station lump sum $ 34. Boggs Creek Pumping Station lump sum $ 35. Jefferson Street Interceptor lump sum $ 36. Capitol Interceptor lump sum $ 37. Monroe Street Interceptor lump sum $ 38. Marshall Street Interceptor lump sum $ 39. Prison Interceptor lump sum $ 40. Rehabilitation Center Stub lump sum $ 41. Drain at Station 25+20 lump sum $ 42. Drain at Station 26+24 lump sum $ 43. Drain at Station 34+93 lump sum $ P-3 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 44. Drain at Station 51+24 lump sum $ 45. Air Release Valves lump sum $ 46. Drain at Station 99470 lump sum $ 47. Drain at Station 114+38. 67 lump sum $ Total $ A. UNIT PRICES FOR ADDITIONS OR DEDUCTIONS The following supplementary schedule of unit prices will apply in the event the City orders in writing additions to or deductions from the work detailed on the plans for the Lump Sum Items above. Tie of Work Unit Price per Unit 1. Hand Earth Excavation (Dry) C. Y. $ 2. Machine Earth Excavation (Dry) C.Y. $ 3. Hand Earth Excavation (Wet) C.Y. $ 4. Machine Earth Excavation (Wet) C. Y. $ 5. Rock Excavation C. Y. $ 6. Class A Tunnel Excavation (Additional) C. Y. $ 50. 00 7. Formed Concrete (including Forms) C. Y. $ 8. Reinforcing Steel lbs. $ It is understood and agreed by the undersigned that the City 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 same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed. P-4 4k:; ® B. MAJOR ITEMS OF EQUIPMENT In connection with major items of equipment to be supplied and in- stalled under the lump sum bid above, the undersigned expressly agrees to the following provisions: 1. That the lump sum bid stated above includes the furnishing and installation of all items of major equipment of the manufacturers or suppliers listed as sublitems (a) in the following tabulation. 2. That the City may select items of any manufacturer or supplier as listed in the following tabulation, that the undersigned agrees to furnish and install such items as selected, and for a contract price equal to the lump sum bid stated above, adjusted by the differ- ence between 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 City. 3. That the installed price stated in the following tabula- tion on all sub-items includes the preparation and submission to the Engineers by the undersigned of detailed drawings, showing any modifications neces- sary to accommodate such equipment, all as defined and described in paragraph No. b of the Special Con- ditions of the Contract. 4. That the installed cost stated in the following tabulation on all sub-items includes a complete operating installa- tion, including the furnishing and installation of any and all changes or additions in structures, piping, buildings, 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 City will be guaranteed by the undersigned and his Surety to meet the performance requirements of all Contract Specifications, all as defined in the para- graph in the Contract regarding "Guarantees". 6. That in the event the City does not select items of any manufacturer or supplier as listed in the following P-5 v tii tabulation, the undersigned agrees to furnish and install all items of major equipment of the manu- facture 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 No. Description Manufacturer or Supplier Installed Costs 1. Chestnut Street Raw (a) Allis-Chalmers $ Sewage Pumping (b) Fairbanks-Morse $ Units (c) $ (d) $ 2. Boggs Creek Raw (a) Allis-Chalmers $ Sewage Pumping (b) $ Units (c) $ (d) $ 3. Manlifts (a) Langley $ (b) $ (� $ C. SPECIAL PROPOSAL REQUIREMENTS Suitable b'id security in the amount of Dollars ($ ) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the award of the Contract has been made. The undersigned bidder (has) (has not) (strike out the term which does not apply) previously performed work subject to the President's Ex- ecuted Orders No. X0825 and 11114. P-6 The undersigned has examined the plans and specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. This Proposal shall be equally bindin g on heirs, admin- istrators, executors, successors, and assigns. 1 Firm Name BY (Signature) Title Address Telephone No. ,.1 P-7 Section 3. This ordinance shall take effect and be in force from and after its passage and approval. Passed: Approved: tb f P esident o t e Coun 1 Mayor Attest: City Clerk iL