Loading...
HomeMy Public PortalAboutORD07892A H f' BILL NO. /2 t1 ' ` INTRODUCED BY COUNCILMEN: r fir' ORDINANCE NO. AN ORDINANCE OF THE CITY .OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A WRITTEN CONTRACT WITH BRAUN EXCAVATING COMPANY, A CORPORATION, OF ST. LOUIS, MISSOURI, RELATING TO THE CONSTRUCTION OF SANITARY SEWERS FOR THE MAIN BRANCH OF WEARS CREEK AND AND ALSO IN THE. BOGGS CREEK AREA IN THE CITY. BE- IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI., AS FOLLOWS: Section 1. The Mayor and Clerk of the City are hereby authorized to execute a written contract, for and in the name of the city, with Braun Excavating Company, a corporation, of St. Louis, Missouri, relating to the construction of sanitary sewers for the main branch of Wears Creek and also in the Boggs Creek area in the city. Section 2X. Said contract shall read in words and figures as follows: Section 3. This ordinance shall take effect and be in force from and after its passage and approval. Passed: �/��F,`�7 Approved: P sident of t e Co cil mayor r , Attest: ity Clerk I Z :+ , r i; t t• -,t{ '", is , _ _1.,1 11 xIA.` , ' i II i . .. BILL 7 ' ..y t ,, .. I r I .1 .. _ ,•i`.1 I b' t y ,. - _ yp l/jj " i •) r, , is ) ,( 1 f. V v I.IG it I,u / r 9 ff h� 7 i f j11 1 1,Ile �i fit i ! 'l !� i((. r% �i4 .� JJ t f '/ ' =f'n. j ".+ i * J 1'i y'(,50,I. tf i? . . Ef, µSrd I ,i r is ( ` h },'11 {' Y4 3 . . ,,' d t_ 3, +tip. tt�. ti i " f I S t .1' _ J i r t. .J t {..h t r TO 1[�rY D, :�T,i�, ecA+ �. �� WR7►i!>k A+iiO� � �ii l. t' '.- `'.I. p ,Y Cf}.a s r h ',�A UM 9o1 SQSiQ.o .r4''-.'CiA9PoaA R68�19 (6}$p: ;$i41 4Pif 4 L r,, Ii4.-�". . , � ��: 64�'' CONSTRUCT��i�gRp�".`�6P. '1p1 Yi't:EY�i1�l�b� !'aN �St F'���r.11-1��,��,}}}}}} t t h t� + r"-calm '4'A8r'Ydi; /i 6" '. J I 1. ft 4 +5 ai} ( y(� a ;_._-,1��: ,;! •y���y���� age .,. "V i .,r.y I Jt* �.1.f?��Jrik�f i 6F-t�DNr si '-C/r4av .• C1L':`PiW m�0+�d A 1 I r r4"; .t..*I. ApI v" tli ,,i ^I. ,.11 . thi( ry i(• 1' E' ", �.. f 1. yEv 3, , '4 r . iiy,,; 't �. 7 i 1.r t :•i. i `., . r.{trR,r i�.., i*j "t��q,e��+���9g pp �y++�� ��yy AA 'lg�Ar pm��p,N�w tp�g� .�y� t� �J_y��,r►r 'r1 .i;a� 'r *t, y{1 / .Y. t ,�[OYA9W8GI ,ib� 1ry {DOi�. �i9 1!in is � gi�P�i1�PAU�Rw �lMW !�Fa16Y =M"ra49�Sr .f r t7�+EX >.,' C: S� Yt it ` li} fir P }, r tr. ( i r , a i I t I.r,t r• r { J+ 1 /¢ ��,,.`p� y[���y1 �yy,�q �$p�� �y �/�j`, yy;��,Q( y,� j� w �p �y¢p �C 1. 4'S. 1",l 1�3' rk ,of., oltyvi ,P, 0-" 1 V�"--.1}�wx4GvA �!/aY�Fn� 'V_. :d 'i�'? �=.RV Q6O���b�D �d�ir 11.t•.�i7�, t r S .4 Pf'K r , d -J r. .. / - tit i{ .q/)i S�: } tr y ` ' i+ �W ib� .. t r .. 1 t 1 F..1.1 t' �� + � � s �s al�� fir` :*� ,,I. ,1J. ; { Y a t t ;I.ry Y r 'F` 4�,t? 6► ,'/Ot�4'r�'�rA - iI N� i f 'f/' y+,'�.. 1 I art } J�j j ? c.t.1. ,•'�� it f t ' + t',ti 5 .7 ( J i r i , r� f Y ., , < a 1 t f rrt.(i ISr H 1 t 1 p y' 7 f./ j; r ,,,, r, i I - _ r�. l r S Fit ...'6' , 40 , , I:, ..;:,*:,;% ,,. .-,,� � , , �- . . ,,�.�.1: : 1, H 1 - f ( 4tfyA `t t ., 1 „� t .t t,,,., .fit, ... n";r J ' k i Y ,q to v „ ;'�,�+ , k< 7r• 5r �S'. h 1 r t� v I is 1. 4 � w5 ' a + t s rt d �'`%1.tr x t r f ^.t J .! 'l l�'.,l )I'd ", ri} ], c,' ! I ..A ..Sl I N 7, '� >r + .� 4 r - y l ' i f t € r . h ..r n . _ r+' '�I 11.F s`ti S y h t l a .i „ .s r r ,� } y, }� ' i'>, .�e 4. - r� T ** §' ; ? z 1t�,, q' , .tit t r i t Fx C "t h, 4 �t �, rfiF`1 �ry f ./1 � ,r I I' rl ,i I,y1 }^• i_ii. i 4 / A , •i,� :,Y `I ''` .h p..�`_ ", yy 1* d� 5't 5}'Cr% t i x - '!I i 'c+ t' .1 �trL r tr t * 11 V e,4Iji •i .' 'k ' a' ±..�' 'FC S l A 6> 4 L ' ti !T{L��Y.t ✓� tt( 1 �. r. .+r , a' + l.i .t i jr f, y r aS 1q. t' t S' 4` y .r 11 Y J• n I,l i t -r ,;�.. t �/,/Z ! i r 1 p , � i. l i'. ��'!i /' i 1 r i 'r ') r .ter t,r ! .i ii''J 1.(j'' I 11 r - , r t 1 r h ` C !: } yr r 1 ; `r f�i• ,(, s.�. },�h,c r ;` ?� - - -it t f ftJ ( ,I r { t', L 'i I svft 1. {. 3 a _ j , '^. s' x 'e t. .r �' .I; 4 .{t 'i 1 t Y a ,it ',1, r d' � .. Y ` �l l f hr, .7 I.'' r .r 3 S } /' h Y ,� rl�i{++ i c II .`.R �yi T. ry �'R� -e,' 7 .h c% ( l r r: t a!;t • - r; } } ( Z } i t . 4 'i a , t r y h',', nr ice. AM , I t i i 1 k( '., r q a J ti ,� f t t I. + r•, Y t ,. 'l•'r t d� "tF i I r ?'( � ''CJ Cti } t , ;�Mi 1.' k /r r '� t !wy d' t3. .t f .} rti �, 1 i i i t .��t x h... ',1 ,t rr ..t = ;t�r q� , ' ' r' r t`1y C/, 4 ryt i ; t 1t t'_ a X 15 t , �. y tr.r r i I fir i , r }r .� r 1 > 4 +S y lb :�iir t .. ti r r3 4 t f , : > ,s i! :.e ? �S ',az a ,-e} 'Z, �,xl�. 11 er h �,� ,r 3 �r/'; C S.'. r 'Sx ( K 4 ,r rI ♦4' r 1. .t i `R t 1. it/ J', ,. t'�jft='F'� jr r r �€ {t r}I.j�A `. +)1.' A,ii } 'n is r tt : 7#+ 4jfCF'r_�11 Y w , 9 {l '"s+ S , F �A`^#,t� d.ntr { p',f .i S' '1 t r F ; fr,� a i''^ t,u/ .,. L .,�. I d -y f f{� 4 R;ii n" r d r�k x j ';�)'s r '� Y �,, I t �.i t h I.. r , 1 *'n r �.. f. / 'r i` . ,#'ae�Z',4�;. 1gg��1' 1 7 yy,, h a A : 1 Y F+,L i d i*I h} a4 5 '� f ..j .,.. F Y. a p.. ( S.hr. ? 'A;t 5 f`d.r lzl �i1 �Y 4 i. / i. t! .� r K A'ie '� '5Z .3v•t,� �� ��raj.•i�� i f �,yi�4 t f y f Y}'r'"'f j.. y t h,♦ x✓..X'i>.t h `r. 1' �',4f .r } ,; �.Y nl t e hi.k{�. {i y " �'t" �e� l.J r '§h' rd'aY(•'f 't>x'+N'w'. .Beath►I 'Ii A ,;flvdbuaeaciw ibiall tike offset ind 'bo OP t� iii .•}.. ��. r t y . ' ' J. � {' , r. � e5' tf r � ? ., f.i C•' P`YY K34 A:et F�t�t�i�d�t A Jaj`2t,rx z. iii a t � ove� ty("� t+7 tp`LG 1 a k ��...1, fit, '{v t � J'[ �;}4•a1R {. i .! � �f:. .'F ..t. x .�.(t ''�^, ���fi��c Sti t t � �r r5 :.'i t �} � .1 ! ,t t..i•� a • .t�t� �,F , � \ }'! :rr 1 j• C�. c y '� �'k y � r, �yr 1•� :t f xh Yj.,�. ' �.� •}r��' f 2 L' �+ �::�?s r+� ri J,,"/ [t�rp��}},,p�,�,,�y f `;i.. � y ` � A V,5 It y.tom, t f�.: �S: y 1�� �,� �Jn ir�•. o V1 - �`�q.'t�''.g•�,v�� rf. 5 v{r ) tJ7 r�ti oft�rJ�7 t`1'' L f� � 5 w. }y1� lJ 1 '.'M1 t j ���,; •t� 5 t r.. t .P rA't _ . tr X 1 '•M � � t' 'T < 114 '+! �� � �k 'i+R j� ,r � �• �PAEY®gyp�yn��tl0p,�p�1 �� + .r • +W9t� k-� ...b t }� Ott •~ ,[}). , ... a r rf �'�yh � fit. 1.1 t7777 , ���.`F � t ��)� f 9'4. �'Cy � ' �J'.a.• r .L ,.,,.. t f1' A. �+2�'.�i-�y z�N �� , t r � �� i .' } L' pP .! .>• ..f .: � e ' { J L"SL f t y a� 't't�Jfe d�•`� 1��i). 5 1 M 1�'' t�r' t'4 1 •` r� �`^ '+,.-:' r ' t � e-' +J .1e ,f �• �Sr 5 � .•t �4��,i (['•+ rs, +. 4 5rir d, •4f. `7 `,r}.ti .� r w .✓� �, ' Y„ tt. .�'Q.,.:+..i'�rt.lt. :•�� '�. t�}'�t1` i t.� i''r ;s .rte } �� rt '`t '7 ��' � r:� ar t�� � � � ,, y � s t .F�>i �r , 1r,'-r! �.�. �q.• h �'t J„ ` < r � 2 v � ,h 5 r x 4 �r•a tq. .: t �+(�/_.'dS3 ], , `rT / � 1 ,, 1 .K✓ !J. c• � j t j � ...T. f Y r k'. "Y Rr 1�F•J '.,b.,�: is `'y�.. ;�t5 Y' � P 4 •' �v � , : `,�o f t. }, L y".. • �y."]YSryUd.; ;Y•y 5N ,, �� �v r .d 1 1. > ,,. � a. `, r { ti?r 't�,�� Ott � �} 1 tR .: r.,s': .� r�tt' ) 4 r' � r �l+ �4[ t r•y et bb •r'. rip, r 4 ',x;1'7 r i +, a' ;t ,n� ] �t �i ; •,r +� f ri� fi w ,: t r�f.:r � `" i{ jf'f k ; r f j ` [` f 1 .-j �'4 .F•.t. J �,.rlpr`t•, rLS �y,�s>f7�r,aucvtF}� '' ., f 3.ir 'r•`' � �' :*. r ., 4. �� �' � i �'1 }+"` '.4 r2f�"•lsrr�{v`t� ittir` � i�.; r t r .. ti i r �,/! , n�t+t y }�.y r •Y .fk h'TT•}F 'p' s h.•�. [t + r. ,?lt,� ,a�y����=N f ,�, �1 i t./.',HJ , 3t t• � Y ..`C 2r}'T a � t� � �'�� 1y�'.r ?��iiY� '4 � A Y �.`� a� S' t � � r' � r {t }Ir J.afa f z, b. t ' 1 A` •L �y kr'f Sj'.{j F +s� bt •f 1L,1 t � 1 'a ��� 3Y a. n a1 .. }.� f f � :vtn.t 5. � ' ,fir t v � �S��4� � + ! i( 5 i •3 '� f u R .s � r '`� � � r P .; t .. c 1 .� � '}?r x �' ;.. y Ft-r 2> Y 4C �,'y4µ,t4't frl ja �,1,i k ? -t ,� .lac r,. �. n,yl. *{.y:?'.^ ;t •�} L.rt1< r�. �'� ,7•✓,;t, 4x.w •ryl , \S` !, M,, •.'.z,;� rr '.>.'. r ,}:. 'r ' ,.r '::'',';4'��'•, '�?v.C}` � 4a•Le"yi fir,. .�'J= + .� r..' V .M,h �t� �4.1t..,.��'Et°•.:-'�,'.° ..y(ir .,5. }y. ,, tt,:.l ...^,1<'� '�,,'� '.(�v; �';:.",•�:� =rr�.:� �. r t. ,,,i'. 1 'i;.ar .r�-(, �'a.a frj �i �f v Y` ' ��� ' ' .f�� i�'{'`:L�;,,,f�c.. .n}s�'�4°'rt�,��:5�•}•+�t�� 'a�i'"�i�R1?. L J � .+- C , �r .7r .( { [� i/.?� � �r .� } s.y < �• t�t ,tC w j+. '1�.3� � •vM t]j£ M17 7 t ! .4 ` r•a ✓ s >,� r, �.� ...,J. � ' � ..'. .7 �(�. a ;� �, .V=R;1'� t t .i r.lt''q�'��ja. .F'F fL.. ..`r .t ��. a'. r: a1j� .•,. +, .J y ���t.Z f .h�� ��r n L'` ria � yy '�)�L 4 i r ,+ :':t� k. �t`+�`, .r [ i s. A. Y,� ! S � , y '�r y y r• }rl.S � ' 4.� � t., S.� +"� r` rr S i t. C r,Y ✓. t tf .trx=S, .� � t l i�';`� A �f1.�,,��rr t � �I Z r 1 r ; t •i r tt Ih r «j •f i F,.r {�.`b6Y t iF'bb,, ,9J, , t � :, I ,x ) '' +•r .>t. t f ..S, r tv+��L r, ( C x.yr n ! V.�.� d 4r.4v 7� Y� } i .r %r., �� ^r 5�• '' 'i .} r� , .(*i� C J a `Q.ri'F.`i.u`r( h x�r • } L F � r y ��1 r } � 7, ' ,`,�'' I:V�1�' lr, 1• ,fir e.l it 1 eta f '� t. ve r x ry g ,'. ii .t � }1 � L ;` ,�tf S�il d.{� • yr?K�,r+. .*,� ttf �1� M Shy, aE ;�' �S :a. .� 3r L tt r 4 ,Lr ,i` 4y� c + t '. 1� i. 't,�'t�t�•�, A�J 5�.�}✓ #•s4' � .y 1 y l f F. '� 'n. .•+S � t..7 S } t i ,lh ; k f.r,'✓: L J `J rY � ! � ,.! 1��'y�g ��'S?{,;,� {'N`tS ,Y� .t'f}. '.1_y rr: ,•' r. �+] .! , +. .t t ry',tL��.o t.. t``' R v, 'l i�' S�''tCi .hr. k` rtt°.}x+i�?� 4t� r$�(jr tl,j l+nf L(1' i} r` �.t ��>. .'i� x .�• t , a i ..•. •t. 5 �✓�,' 6 ',1 .4' t t � 5l'L(7 ,.. 1'4�15� ✓��,�t ! �. y 1 t � } t 1 � t7 1` t S N r 7 7i's ^! 'r t,;' .n L F r }. _ .! �' `r •-t. 'r. f + '.r :.# t� .�1. •��'F`�T1'."�,�14 r�r���(^�`/ 1f t '1 4. ! .: ..s i ' r..(t� ��i'7,�•^;ins,T tf��T a "�� E. �r , t} ),. S•, + .� e'.r t r �`°4•F)v1' r2• t ! ,. r.,r y r 4 dw �F..tA{ � s'l�t'4��j.4r,,4t '� +.. ` �r• Y � r .. Y ,t. ,:i� tt,i t � �1 nr,.' ref,�1 f,�',Mj� r , •�i } r d r .4 �',t .4"�y�Y� trf '.t ],. u� ! s r 7�, k ` e fi. ,1k� •Ir R v. +t ;rrt r X rG� st,,,rr{ ��'t='t � �s , 'r 1� ,, r ,t f t �, &i a » h, t. t• " '.�...'e [.y, Y;� �'ir nr�J � t`{. it ,L j i�: t ti 'v � 1 r ,. �� -r � J;a+ s,1 •� � s.'�'A1 i r.l�',Y`!C .�y,.f.r( S,' t5 � � (, r � 1 ' ,�, r i� �j . tr '�tt}s�xr,�•' �u{✓�i�'f",��t'r�?S' �lt`,.r, ,. ��� � ' Y ' e ` t t 4' J C����Ff � �'.. �( 5 t (f "t Pt�.�4{i t t :+•:L�rLS}Ie',Jf��{,,r,�.. � r �� '•u •IC f �' � ^i t'S,5 T,.. y y w •. .. :r .J r `.?, '` `f�'1'i 'faf't 1. o `•4+ � .'i('��1 +p� a F� �,i t � � p t � � c e, t i . '�L tt ' �.I r i � >�'i�4 p Iy •L�'' �; (.' {T'� {Y�,ti"'�4"v�YFyr�t j V J�� t t, t .}. t.'� f �v�.t 1! w r; r4'..�i.r.f rr t S .. r •�' t ,,�i },; ` `!'hSr i t,i .,,tip �•4t.�{ �F� •f tA„ar�,it�??" t -.�+!`!r ,r,t at t:'� �� c 4 •r .5 "b 4�� r J ',, A . 1 , ) S+ x• t;Yr '.� y, : t-� r 3 � a -s ti I � d �A ��'��� a'tf + �� vcg. hrJV Ir ay,1'•r�"ll s{"�� yt ��.a�r' �-�tt 'v . 'µ 3. r j rj Y.�. !•t o .(r �S, i' '.5., ��t.riq ! h tisr�M i�y a�kt �•�'�i ,�,}!A r F� f f:• � rt�. ..t ^,J ,r C w., .f {9; 3. r, '�f 1 PRt� �Sr� 6iy,i( S 4r r. a t} '.J;r1'#�i NIM IRO tj 11y 1rfc uP7:. .. • 1,i t r �') [ .,. .r .. i.. S 15} {' � 4 �i! C t � T/i�fyi��. �• ,t. � " I40, 27 �M too;1 tl�P� � w � A/ $AMXL� ''ram ft*soi Ton'I 5�����r ,•, J � ,r�I6AY Y �+I�d.�6 tl r'' f tt t ' 1 ;i t}y �f r i]y�� �. a�.,r tr�p i) K •Y ', r J J�7 t{+,.><rY r•• .. $� �'�r° �y�� y/�/�'� �{ ,G°�E`7�'3Z' ���",x�r f?�` •1` i"+I 9��' ,�' '�?',,'r ' }�f r' "t F ••�� `� �CLY...F\RLiF� .,� � T J } y'}� ,,5•1 *�'�iK J � '.f '1l1•�Y t Y' < �' � * tK � � 7.• y' 1 .Kr r .ff t • ti T s� i q�s�g�4,�_r ��,q�{'�•�' tip rg"�se�" y1� j� 1P,�� Ili�r-4 :��M�'.•�1ii� tlb®l��V� '�r.s3 fi V'rt r��:}����}��i 't'r' ��j'�}�i"��.�5�h:�"`,s<t r f`�^�'7"'. t ! 't!. }'�). ,.��J!"r�e�1►t.'r�.1!�� '�,�.:T�.,.,�Y•iA ,1.3.ti�7��� ����M1 h a x� +W 7•.r' .I� fi.�^•t,T•.�,,r �V �{�r�i y.�!' y({' ��t t::' K` 1 .•'' �.Y �.t�T J,•� �Y.A�.. 1�,}rL',t.i,.t 51 r:,.�',.7 y rl r r t �f{�i+`L,r[ .34 Lr 6 AVOLAft • '. �:t Tt �.dfl` ��,9pt�.���., 2 e r�►/ may, i rJ+t;,�} 4 a r t. i � .er �'�• ` 'l. t �s IY 1 t r't } '.l.�!" � t� � � �°� �9xx`�'..���, ��• ��'f�iY��. �3�,�� ',�p' �!®f�t- i�li>� `��1i!G�°�r� � r��8�bq$� °}, `� i ,, 11i �� lV1�i meter rd�i Ru.{,$�It I�p�J�.�twF ikd f I ' t t t i t i h.. r " •5" 4'j' irk !� J. r "1:� [ Y •y i i 1 r �t�� i 'fVr,s`1` t. i{t(�'4�1t J` •�ti ' ! ,['"' � �1 �' :•, YC ,r ' t;t itt�i" !�'f + r ' 14 fi4 J}1n �� t 'F `• rv� , ..1� r T ��Y r � � } } tY� � � � 7 �. � � � t .. t tr � t � � tZ>.Ls.7J'r��• � t'{NB"t f• r I v .. t $� r i' t y. ". .5� e�d[j'� , .< .�.} v)1 ! .. �'T '�T'J Cry i� r�t?•{} ..i� � � rp,,. � t '.t'C '�. t'. f 1S �r' r r r r � r � e [ r 3 l o•.. 1 ♦S 'n �, t• .� t y.� � y f ri rr. r .� `. ,9 "1'r n�u7' rLh,`3 I' �•^ t t r r}�� tr �4igldr e4.�`�°K'•1 r�r'� ,'' Ts fYti''.'} , ; Y-�.t•d 7- JJ Ih$ l,r ', , �. .,Y S xp j��M1 r � �'' •fi 4Lt � 1. }' , ♦ [ .� 1 t. � �r , 't 1 ,4.' �'.l lty �•.'}�•.') µ v: ,f`.i$ �" rdr, _i rrkw ;t + � s .t. } .s r 1 r � � r' •;w Tf t' f 7: `tF•� t.f�r ',`�a �?'1 .T, a�i r � t .��, � !` y d J J f ¢ i! i�'i4�`^�� r�,tii"igi.h'` �i, ; r t k i j. s r� 1 -T r .': �`r }r "• ? l� 14 � �i.iJ�i:y.:..rr;.�. et:. �yyr ry '{t�s�`ti"!s'•� r 5 { 1's3�J;'.4 ,r 1 ` ` t a 1 ,r u�a_'.u{. �tIt�-�t ! arI{I^Fp 3� ; 2 .yt ll t" �� •1 � y •t" ,n.t �. f r YJ V .t ��' .E. ! 4 � t :"d I K. •t 4J... F. t t;:t�iM t�• .7.;t� �� ... ej4 �•'tf ��� �" t , � i t .>: -: t S � i' �. i 4, •: T k � t r+,Y�i' r7 � ur �� t lt��v�• .}. � �r r' Y. � ,) .�t r . Y ��' "s K (� Ir1 �I, ,..�:�1 ' '• , t ` r �;.'r 7rt � '. "F•ts 4}''hwr7 ty� rS•• 1< t..d t }t,T '�r,fr�ilf��,�, e, .�•'r,�w yd 4! � YF. ', t + k " o '',r i �J,w 4 5h;; ` }).i �-�'d P �tK t � •}. < t - "1 T ��',`; � 1F .Y , ..,t srJ�; '. s.l irk.+ (( r '`Y-, tl'• p*,4tdjr�sY f. � [x]c r I A h P,h s ��� ' � /, r. is+} ':+,'i y � ? d 14 , �.. r�s {. t; {r � r )"�'{y b'r�,+'Ii t `s `r *' ay,,� ti j •r d :j t � "���t i� ..� � t���t,5,,t7 y��p ¢k1q ,t ��2�J�., :F .{ u" F:. t t .s �+. .r f !i t.r t t 7';�r'� 1 rd'Tt,�r t.�Jy ty. r ° �tt G�,•ta } 4,• tn.s}� ! �il��,.1 ��'15. .7!s't<r t*t trditit.�,,.�,S1� ,f�`y���-h' fir![ } t .ir: k� i tit �j 1•t` t�nrr k�s� XT'•{�z5.�'''A~ ,fir',.k�qs,,,�;s,?sr��tt��'�1���.yet,��l� ..�,k.�t tt"'}nl lta�e,'��^L' „�(.1.[� � .war'1'• yrta7^.r,+n}sX'.9'. S. S11Y""�,r, tt� ,.f'r .{t:r1,J.t .s+ ,T' :}•..,7 rs+hk' :rt :�.}.;,;.,�.�;t'>i� :w���„ �t I•}.`Y•c °.�'1:';t?.°21�rr��wr�w; '�',�,��•. II f P Smote 30 1 Wool O'r di rwe shah take offset and bi L� E ,1 htl r4'J sV � � C1111 �gt�.ti� �r '�/ JI �#1l�I�+44$� m��,d ►�alY��• "� . f t � SJ`;�litF"t,, F KT '• ,+ ,� r�4 ! .,�. t. �'r } ,. , " t' -+ r J r'' .a .,} rt i.{, S' f ]2°r'? ) j�. • a'f.h „1! '4 [il.r J � Ct ,; 1 "' 1 ) J,>V G5i At,• x ` } 4c �+ � + t .H ,r r �,;' � S 1 n + + , 'r } t t l<trT},�.` i t`!p�, , ,«3 i.lt�, .r !.1 .) ]f t ,. .t t�- .il ,t t, 1� {. y; � f .�e.�•�'t! �Y. �bb77t'4 f t�t' '-� •�iqi3r;�.1 '� s '�,'t'�•„ `t + .w 7 '` l t \ 7 l �++ t,f f r rJ•ti!�;R "+fi1 wf�r.,t..•„� f'�J v�, t .ss: y�J/�,,,.�jj.r.. r +i .r'r F� �t � ) J' t �` ) !rt �1 t JJ } nP t t � `' t '.\ �) � t a ! - fX�.`,�V iDi j +.�- _ J• t1 t ,."4 T n'+T� f'd ., 1 ( �` ii •k'� r+ �Y i .. ..ayi .1 't'�^ 4 ! ..t T �r} }. f ti f-S.x � f ,; t t x K(�vrZ t ` l r tiu t ]71, r i;� ,firrl4i( �,y 4.r "t:)1 i 1)� r\" f • Al � � .. trf, 1 t � � i)J f �y. ! K {' JF���tSh�� .r..rr y y�� r i�. w4p,:j ) ( ��tt+:y %' :t�t•�J1rJr � -r r rtr �' ,,I tt .r..{'yt ++ ''T\= +p4 jj STS )� i '� t � �.. �� i t 'd�' 'tr 's t;�� � % 7 +.•, ,� fit ' � 6 �+.'' J r ,.tv1�I �Y 1 +1 v l t^ •xi S' a�. .,�,�� :N i" ��} t� + t 1f 1 7� s.a ,t ' t`t t t �r 4�,.� 1 z k' 71 ..Y) r` y1.�u ;!_ 1..)'t . . � .1 { � < 1 °�' } •r T .. , ti ! 5 #r�� s 4,,,,i;!�� J )t F � ri .*7 pµ� ✓x.��<� y >'� o ) 'vt�,!� # .� , 3 Y� {1 t i l4 1 L s ,�t+ ��!j < , �... A ��f.ti, � :` '1 M'{; �,1th.# +}.r t( 1 t by .� c 3• + J�, +� , r.r'.: d J f t t .�:t r 1�.. ". i .t � � 7 y•RJ + t .r lK . .�' .i' r .t' i �� �Y ,r,- .ia J i t r) ..Y�, A t �\ �' 1• j 'ft '�'r t�1� ' t Y r� .a 4� � �:t' lt,it' 7 t (�' { 1 +. y � 'L�. •,.�" �y i'<�. t.� j. � , r "z .f+ 7 % Y .r 1 ?" t i� {� v .). # brf.+•��;ft.� r�,� .jilt+ r •1 r}4.r, �"' i~:. + „ t_ ] r ,t� ,r i. ✓ 5 rf r <r s 5 r�+<t�� 45]+ i's S t_: s1.c �'J it 7f tY� 'J r .+ � t� Jt .. tr .. t<�`t e 1.' 4 �..{r�('4t� .•t s n t,,, r +5�f i';'s 4<^ � '' � r J� �} ro.,....,�•, tt "} ''` s4 f� t: !ix �`�'(:{r.!'1,+ ��` �„w}�"41 �i t a, 5 r r 6� ,kx i Jr s' � ,•� i•,tt: y c t�+. 'f•ff 4t I�� y +,w't(h a�+5 �,� 'S •Z .1.� r ) r � t , r i- 5�� r �}�, 'E �v ,t r .'.J � er .� 7:) . 4`!?iti°Gr a" .tY%ti �'7.fif;=,;r:v7�,?1Y': '.i:y ,arty +'. y..; �. .) ):...,_�:+t' 'I ff C ! :,rjh.•:'r'�' i, .�t� �t � �:• s, ><.?'.'`+ 7.,'.fi i r,r. ! J �{ n� � t :>F ':. t• h;•'.�y'/,!,.;'r: s!t »>r.y„ ,+/•;d ,,mo�t1 Y •iq•,.....t'-: t r4 t?'�. > v 4"c `�`-.vfi� 4.+t a"'..r"��'•' u �t.y r: M c3'F';., ar�{;•v;• � r r C 1 , ... �,, L f.Jy: rt,i:1.4+{'wJ+r W�. >< � ( f �, S:� :i`yh.. . � t;' r , � t 1 ...r,t r I.rr .L( .'r z tflr. •"{1 ." .,,. r! SSJ J f '` � "r .:5 t 1;i'1, Y:(;��5,•r r.- � 2 l: *tr:°2..f..h:J�''t:-'+;�'-' � }•S. .-r`'•r'�r i +. Y' S.'r t� .�± y v y...,,i 5 n Y1'. . s. �,.i;: ui'.ti ',:t rr:ti J+,I r'ti`� ..> y •r .4,' 'Jt � .)rr.F ." •'-tr #,fir,;/ 'st�•,:;�i•``;.?'��;'^F: a,aw'C;:'.•t'l�.M1t'3't+;x:�:,,. ��4t:�:�Y'fti:r'w.(.,•HyL:F.,4yt, .J, .`. .,, y�. rr\,} .. i f r () " r....<'r y e rur.1 •K .y a?•)r, P"; _y t, v�};;�•7'i�, �+'- /.. ,4t ry i.-,f '. .-.t`,?.i-•.'.��'��..'1� art��{�:x x- „cr,,+��t .;r�� ='t.='��_��. ..,,% :c.. .\,' .'ti:') �`` t. t !r", >''•i'-'_ �( 's '`+ 'i: {. w v r.h•u.;K,,r �:� "i`'•E�'k if'�ti•:J.'v'+�yy�'•�• > r" < � F'.� r i Z', h �. t A d f.th. � y'� ?,� .r V•YA� 15' lt'r t r} < r �f. r y.� .•r +.� r + i +.n•K e J ' a f'' r 4^ ,',l �(,Y(.::"-.,.. a!;. hj,f�`rbv x]}. �t�t; ri t :at r. �r' t••r'�,Ct` }t. �'1, t'f"a;..l.�',.� .rir +rr ',F;,'i-.iAir, y r4. '4v 1 '.Y.''s'�"� )+ ) .i jJt j1�,`.•.�:tX'✓,`;•' ,�i�/ iV � '•'�.�.l� �;Y FI l{k L�t ,,'ri.},-),•V:.;v{� },(�� t i 'f: �V�t?.:'.a' :,4.�',�'•5r'p,"'3.t i:.v.•.,}-::�'4'-�'��A , �N.Y .,y.��'•x \' '?' tt. e I ,w rr'•L� �±�,iA }if .e i. +,t SI:- �{• '�S. r � +'i:i,), J.�r '9• •t": r�. �" ) f �t. i ...w,. ..� q \�{ ;��:. •;�tr,,•.ii,:t,�!SCC.- Y �� :'+. y Q'' 7.. 'are:ifl,y'r Y;;y`Sn+.'v?.'. `i•a, r' rk:�� :y �t) .1, ..r.r..s �r�: I _ t+ �r.'. p� i•yr�.k t,,�:.,�'ti f,�t•J�,'.�'::i .511.7` :.t \jv.,s.:y ,,' •,>,•' .+� c. t l •�t.:. i. .4• yrlt�y, r,j ,y.N'a� ! ,,..���/t'. ".l.r Y "'\•' t .y t'j.!. 4 ;:C�' x'�"?' $tii,' '.4 tt;y...�:r �>,...•ii` i"1,. %_ 'I 'l'. ";a.'' P N;h• '�7.' r• •,`.! 1 y�'�"-+:-"' h. •r�tl:- .1+7� t�<.�{r }l.a +�;•, s, i �.(! �' � } t c � ,t ,r?�/ 1 �y., � {,{i.�J L YJ T tt� 'f.t 4:,: ,! ♦�'e 't '' �7 Set J r .y �� ') �t " r .. , � , w � 7.lji t4�r '.7J i ,j}' y t r �' )',(j � ••;7 r s .<. '" + s� + 'F'J r.a { + � 't k °;'�y��: G'3'tt 5 r�fi�r''�.47�` Y t f{ i. iY y ♦ 1 �a I J \ .x`j' �.t't$ 7'i��t� �Tr � ri! X;kr.� ..t 4. t�J .� rt !. " �'." Yr ! t , `<y� rr' R a)r tF '•4`' r �C + 'd+• t r .• i` 1}aL,rjrrat• a i. t{ 5 t r r .. t 7 j�' �1 � � + �+t �. r .<{s iYxzf r': '.�P�iS r i�j�r+`S-r,+��♦ is r f� 4�t't xM1. /r cf �. Y �.wn'�j rC ' '+ s t 'r y"La , �;.' t + +r� �t$*��t]jt4{ � t .b SS:J��K�`t¢,� 'Y R 4 ..��;,,1' `fr +.n]� ` "J� � / f r{ r)'� +r.x+7�.sr.'i":�y14�v`- " �1 fir.��;•�{".}`r��L�. + � r)i.w• t s t _ r �,' i t w ''� ;�ti c!�';' y tv1ts�rr,4tl �.y,�ff�<d• ' � � rYr 4: ` i15.. t} tt dr rrl�l'7 � ? 4t rF t .. ) t r' t a t 1 i c t,)) it is Y,,t�f Y�i,.�J`�>✓' }lt4dxd a S7� r..� .1„ r + �y k '^�' 0 T !'lP •'p.. k14 i Y+'A g +u.,y'.F 1Xkd"�S.{f� 'L i; tf r I I.l I ,{,, 't 'a: 4./. ' + � � t � �� Y �•'d•��4 rV C{��kt fix i I!" f F '',t . T r Y ', sr ;# {�� } ..� in Js l / 4• Yy ;. rt t Y�.i + ..sSb� V��r 3'>"�?�:3�'i��;'ty"`""}tffr}'J• c ,.!, � J ''!1 +. ! t �i r � y � r t I,t. w ,< f ."� : �T•:'ell ' J,. t t t XJ } t 51 )`•:• .Li r'� Y Zl u.�`=�r�{ r k a. �I1#v?'� •a '.i 1 ' + •lk�. " � , x < d.. } y, /s � < � "Lr, .. 1 ? t 4) t � .,+` ♦r ..rr+ .t'� �i,1 ,t 't,4')1 y 4�y xr'fi y,.;4 � 4 w !' t/.+ � t � � i c�1 t � r d7L,4L�y 5a'i;T��,.lc Y r d !� �'t "t.t � r. ,�7 ! 'S, { ?'; Sk}re J' � �:`�''�i`�+1�t�+,^,:,,.fi i� i!� 1 }r�.� rt���},y��G.+, .'" 4 j41 E• 'ks r �. ,j F.!#' r r .} i. �, r Q�; ::� ^r / 1�,� 'r ti:,r�lr y a t,��•{�, v,ni" 3(. .Y +s"S�y�'i tis ,'7i,./ ; ��4 + ! ,n. }•yt'4' ,�S h�rt'.-�. 4 r %dIt �t �a �� ir(}r,. LS?�Y .e" i! I < .y7. Ctr. 1'tyvr 4r+. y,�'. .+"l i-• �' + 1 t � 1'3 � } S 'Y � $ n �. q:.S 4�i �. 5 d �,� y r,y�t'i r� ,u:i+'j< �� r t ,..� ..�rN rt �h ff �5 iT.S r t n' V. •� � '�,�'F'r y�' � d f.: ..+K�' InYK`..'ri`Fi+�].r4� d t, .•r,. .r,:lY� ..i".♦(� 1.r,+ t 7 r + t ,•< `�. \ THE TRAVELERS Certificate of Insurance i This is to ceitify that policies of insurance as described below have been issued to file.i6sured,named below and are in force at this time. If such policies are car celed or changed during the,periods.of coverage.ds stated herein, in such a'mlanner as to affectl this certificates, Mten 'notice will be mailed to the party designated below ,:�r whom this certificate is issued. 10 DAYS 1: Name and address of party to whom this certificate is issued 2. Name and address of insut•ed F- C 1 TY' OF JEFFERSON9 MISSOURI-1 BRAUN• EXCAVAT I IdG COWANYl ` -- JEFFERSON CITY,, MISSOURI A COROORATION & BRAUN-' EQUIPMENT COMPANY 2646 CREVE COEUR BRENTWOOD S LOU•� 1 S CO M�. ' L - I I ! JI , _ 3. Location,of"operations to which'th;is certificate applies STATES OF ARKANSAS AND MISSOURI 4. Coverages for which insurance is afforded limits of liability Poliey Number _ Policy Period' Workmen's Compensation and Employers' Compensation—Stat tory Liability in the state named in item 3 hereof EMPLOYERS 2 L I AB I L I Y $50OP000. DUBS 13424 o, , KUB_ 36217 1 i 6 7%68 Bodily Injury Liability—except.automobile ** I I each person _-LNIuding Protective - each 06CMf ZENCE - - Property Damage Liability—except automobile ** 22 1"'1°'67/68 ### each® ENCE NCE --JNluding Protective $### aggregate ** Bodily Injury Liability--automobile each person # # eachR ENCE ----------------------------------------------------------------- •---------------------------------------**- NSL-6642264 1-1-67/68 Property Damage Liability—automobile b y eachOMORFIEN CE K&kTX kXk �S-Y each accident d ! PRO-��7466 4 � 67/68 *-Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. **Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. Description of Operations, or Automobiles to which the policy applies: GRADING, EXCAVATING AND SEWER CONSTRUCTION INCLUDING UNDERGROUND AMAGE ***SINGLE LIMIT OF LIABILITY 1 ,000,000. EACH OCCURRENCE *1, 0009000. AGGREGATE ON NSL-6642264 500/1000 BI AND 500_ /500 PD ON PRO- 34661 (SEE OVER) L ED HIRED AND NON-OWNED AUT ILES F.RD-S.47 ORDS COVERAGE FOR THE CITY OF JEFFERSON CITY & HORNER e iMITtMJ ROM 9s subject to all of the terms of the policy, including endorsements, applicable thereto. THE TRAVELERS INSURANCE COMPANY Office ST. LOUISs MISSOURI THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAK FIRE IN5URANCE,6MPANY Producer- L C KIRK do COMPANY Date �13° 7EH __ 13y C-5918 REV.10.65 PRINTED IN U.S.A. DUPLICATE ORIGINAL .4 uilwrised Represenlalim CONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CITY AND THE ENGINEER FROM ALL CLAIMS AND SUITS FOR LOSS OF AND DAMAGE TO PROPERTY INCLUDING LOSS OF USE THEREOF, OR INJURIES, INCLUDING DEATH, TO PERSONS AND FROM ALL JUDGMENTS RECOVERED THEREFOR, AND FROM ALL EXPENSE IN DEFENDING SAID CLAIMS OR SUITS, INCLUDING h COURT COSTS, ATTORNEY FEES AND`='OTHERfEXPENSE, CAUSED BY ANY ACT OR OMISSION OF THE CONTRACTOR AID/OR HIS SUBCON'T'RACTORS, THEIR RESPECT I YE .AGENTS, ,SERVANTS AND EMPLOYEES, ,AND. N CAUSgQ,,BY CST THE SOt;E",FAULT .' lVEGL l GENCE OF THE ANNER A [1/�Ri VEER, �- . t, THEIR RESPUT 1 VE- AI ENT.S,I SERVANTS OR EMPLOYEES O THE ,I.NSURANj9.?jV.I DEKEQ.,-B.Y THIS CEIVI F I CATE WILL NOT BE CANCELLED AIJERED XC ®11"AFTER' TEN DAYS FROM RECEIPT BY THE CITY OF JEFFERSON, MISSOURI AND HORNER & SH I FR I N, I K.,p. OF WRITTEN NOTICE THEREOF* THE TRAVELERS INSURANCE COWANY THE'TRAVELERS INDEMNITY COMPANY y . THE CHARTER OAK FIRE INSURANCE COMPANY OFFICE ST, LOUIS, MISSOURI ....__. Ylljl , J _1 - Co K RK. &,.COMPANY , DAT'iE.�w��.,. '�:.6�.�.� BY „ I 1 c,2 ' March 8, 1967 ADDENDUM NO. 1 PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF SANITARY TRUNK SEWER PROJECT MAIN BRANCH WEARS CREEK EXTENSION AND WEST BOGGS CREEK RELIEF AND EXTENSION IN JEFFERSON CITY, MISSOURI The Plans and Specifications shall be and are hereby amended as follows: 1. In accordance with the provisions of paragraph 7, "PREVAIL- ING HOURLY WAGE RATES - STATE OF MISSOURI, " on page SC-3, the Wage Determination of the Industrial Commission of Missouri, No. 8251 . (3 pages), is attached hereto and thereby incorporated in these Contract Documents. 2. On page II-25, following the words ". . . , above the top of the sewer at its upper end. " which conclude the fourth paragraph of Paragraph 1123. LEAKAGE TESTS FOR GRAVITY SEWERS, " add the following sen- tence: "No section of completed sewer shall be tested with an internal pressure of over 10 feet. " 3. An 8-inch water main crosses the extension of the West Boggs Creek Trunk Sewer at approximately Station 0+80. The depth of this line is unknown. The Contractor shall excavate to determine the exact location and depth of this water line before proceeding with the construction of the sewer. No separate payment will be made for exposing this pipeline. Pay- ment shall be considered as included in the unit price bid for "Class B Trench Excavation. " HORNER & SHIFRIN, INC. Consulting Engineers for the CITY OF JEFFERSON, MISSOURI .'' awl • . kne w amrrta' e..r+ INDUSTRIAL COMMISSION OF MISSOURI �+ re-01 ve►AnTMaor CW LAMM Most WOUSTIN M.aeLA7nOOt . . wane O/p.Ct O numa Carom w aaaw.m +� saassa'ty w Ciao sasme �Y _ R t•eM eon mmwae Y.taemAaM m e•vA�emleAeafa larram m CITY.mmmeemmn ast01 •. eY em.-eme�.e R•.ei.Y 4e Is accordance with your request for the prevailing hourly rate o:vases for workman te- epLred to perform the project or eo*etruetion Contract as listed in your request, and porasat to Sections 290,210 to 710 R.S.Ib., 1959, as amended 1965, the Department of Labor end Industrial Relationa, acting by and thtouab the Industrial CommiesLoo of Nle- aourt. being duly Informed and having fully considered the matter, finds, determinate deelaresp and certifies to you and the public body you represent: 1. That the general prevailing hourly rate of wages for building construction work in *aid county for each of the crafts of types of workawne listed um the wale rate schedule*, art the prsysll/al bamtly wage rates for said county for the project or construction contract mnaed.' wings benefits are in addition to the basic wage; mad it they are included, the basic wage will be so marked. 2. triage paymtmts include medical end hospital care. compensation for injuries or illness resulting from oeapmtimal activity, unemployment benefits.-life insurance, disability and eickpes■ insurance, accident Insurance (all designated as health and welfnre), pensions, vacation and boliday pay, apprenticeship or other similar program and other boom fide benefits. 5. The general prevailing hourly rates for legal holidays and overtime work are as shmm on the wage rate schodulas for the crafts listed thereon. i. That certified copies of this determination shall be filed immediately with the Secretary of State of Missouri and in the filet of this Department, . and that copies of this determination shall be supplied to all interested (4t persons requesting smee. ® S. NOTB: IVs COMMISSION IS NOT AUIf IXEM TO FIX VArA RAILS. THE LW DIRZM IT TO ASCERTAIN THE PREVAILTRC HOMY VACrS IN A CIVXN tWALITY. A "IOCALITT"IS IVE COUNT%OR CC)=ZS MAX Ing PRDJECT$S TO SR COb18TtlMC'1f01. THR LAV PROVIDFS THAT NOT LESS TIIAN TVE PRITAILINO SOURLY HACKS DgTWTNID BY IVg COM ISSION SHALL bg PAID by A CMTRACTOR OR SODCOSTRALTOS. A RIC= UAGA RATE NAY Sl LAWnLL1'PAID (SgD SECTION 290.270). i No tot Should objections be filed to my portion of this wage determination, such objec- tion or Objections must be specific, in writing Tad in triplicate and mast coach the Commission within 50 days from date of the Determination. State to full the facts and reasons Is support of your objectinaa.L Ibis determination becomes obsolete males a Contract to=Soared within 120 days of the ebOle"to. . Sty directtos of the Industrial Caeelesion of Niasoeri. . Dimon F.Edwards. secretary . . aeamnaes er non eeMemw,h ewa.aea eeeaw•bna•a.ame e-ersa eemwrwa... i•wra•mm�imme�•ee.rrmmr a,�,hp,e,m,awmra,wm.eerpemam•.r e.ew m.•me..er. 1 •1. n W w "p �Y. ■�M N M� 1y. ��'.�i. E M �.1• Y t N �� ��" � G 1+.x•1�n IL n n AY Sag A M ri o� p. OuRJ � �' .� C!•}v Q aO ~•YO �i r/4O �w' is K N y G O U ry1y�1yy��yy M Yp 0 0 O � p O Aga+ e4 IY u taw ERR R Y, 000 N N.•1.�.1 .r nl .r n.q .y.+.+ n.�r•�.i.1.r.1 .•1 .1 N N.-1 r1 rl./N r1 N r1 rl rl N N.i N O J Wup pp oo yy�� [y�� yr� ��••11 pp pp y� p p o yy i y�p OH ■�M Mpl�-�1.IN 111V 1•�'f Na PO• I�ANi NO�j .O P3 NJ�i . pp �� IM� 1n Y�i d I+I.0 i 1.1 i Y�� i i 1.1 If�M 1�11.1!•1i i .f N �l C!11'�f Y�i N n1l�y P'1 .i.� n1i N i �I pill Lu �, � �Y Y M M Y�Y■ � � ,P F� •PI � � ■ i � ��� i " n..:. 9:19079 ��..iC�"�C ` VS►6 My .. " • •pY w09x'�a.. u� r' "gg�M m �.`i° ioG :r N� .�y .+ i"'�..� � �~�� ► '�°w• ���M�t�� GM � S'" .,o a•S 'wp i51+�M.�✓rn F9.°0�9 a ..>nS "�.. � 9 �..";Q" C !� ..� � H ���;n�•G�Eaoo��e�fad � 9�i °;,��eNBY e��b�����sn�� ��� 9S axe• �a �3� abaasxBe��aCH $-3" di ~ j 5 O; 9 w v N g y g° gg .,r.. a ^.°.'�' :: .$ �ypg�G�3pt�1 SaY4p'BAf�.iB$• • vME Oa�y..u��4 Or uy NO�.uiww°9wC�8"S� � C `.'yOC .•�iN�Y9LCti oM«l�°Y OGN�MSM 99Y° ." 9 .9 °'°" a•a'i�Y °a �°°' 9a," 59� 3aSE " �n °.w �•$${{{ rg 9Yio°8 Ze.! Via' S ,8�5gg:iE."".'� Cg "��8.� Zya� �A3 59 ���'y i:3 co«9: " :°".�E o.°.6e: : 80• a`�gc".A�S«�$�..°°.: ��d8�7BY8� u�: s .. �� nnnnnnnnoaf �� >azo�� eve; " r ey el °nw ,I ° v��� wow" '°6 • °"°°i.r .39 Ing b" .vO ryry 9~\rS qV�C °ii Fg7°uy0 Y n �y N'� PC.°•HQ sO G."i +ps[ S`Ms �NU •S w5 YYY u O S '•• NS C OYw' �uI y ".7 �Y NEB; NM Nr ili573 a y q8^ °Mn.•e •.?'d.49�.5i A w°. Yp r•r�N t �0 r E 8• w ��. 5 „x;8 S.." �a=; Eg" 9aaY5 �13 yis sg;s: bCm3a� p�:we@ as y �i�6a.•.~•• "3+°9 C+• g 31 gaY':•' .N,iw.n'.<•�^..a� 9t1 yL'"°���•'��r ►i««31a1aac��� ' •°�9 �cH a�i.�a..� >SZaiB�."+«fSi: <'S..�. �G 4 sPi .E 1 9 M 1" 5 . .8 � =i•�� iii s� � aN � �z ° o ° ° �yys a� ;"s « ikzgsw � "d.y= 'g �� :E w .. � � yF y as 5r :zza.�•. oiy ."ry,w��i3" " '�$v_9 85 o wo � �• «� �oo`w°C �:" o a wS..°.$,". S0$ °�`.� :�s� rii G.5 "� " x • ~ n'S a` � o ` gM eu"9a' .".S°w,s� $�.bugO! ySB.°.'°' eke •j >, "red"o°oP"'S...�� �g o"_o `i"•°.ti5",8.". N" �i�C six.xC�ry�.9y.5 'L°"�.55; P n�Ulu B..ra� a 7y X .� �' �Ioyc:a�0O5e<"or 0ZZY+'feu_s..w�o,e�� Z i6 °°� XuZ_8 �99ri ai�oLo>Y dS Ngh N, $nN �p�F aA aaa .. o... oo. . . 0 ooao 0 0 ooNo yy I" 8naSS�.nea$.'oCo..�,.n 8.°.,nn88nnnn8v8888 8.nen�o..na.n nn.+.�i..n.yin.�ri.i�ri.i�.i.ni.�n'i.iiririririariiii.i iri.iri I riririri s " r• �" o. Tj : Ey0 al s,I 9 S9 VVV•� • �g "L C y 6 g. .�dpp` ioz "a� • o+ ��i •. " n its " se`o: .°"..".QOM a '� S �"oo o N.agwg� °gMo '$ ... c ra• yyy'°' G''"}= ay ay< Cj 9:c5�. _rs=9Seu> ZiB'�` .,Z�'"aQ�°a�% :� f $rA3a.ai3o "Fp=oa°9 r.ksr a ."� 8 nw w.. o�O Y^1�1iG u�°.°w �M .°.i�9 sI7 . �lo•�a8�S3,3�uES�suu.. Ju u3u $oacao`o°` ueCC�►�°.� P 00 66 0 CITY OF JEFFERSON, MISSOURI SPECIFICATIONS FOR THE CONSTRUCTION OF SANITARY TRUNK SEWER PROJECT i MAIN BRANCH WEARS CREEK EXTENSION AND WEST BOGGS CREEK RELIEF AND EXTENSION ANK in Rp IN JEFFERSON CITY, MISSOURI E. HORNER & SHIFRIN, INC. Consulting Engineers St. Louis, Missouri NOVEMBER 1966 63-65 il� 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 IB-1 5. Intent of Plans and Specifications IB-2 6. Qualification of Bidders IB-2 7. Equivalent Material IB-2 8. Bid ,Security IB-2 9. Preparation of Bids IB-3 10. Prices IB-3 11. Approximate Quantities IB-3 12. Lump Sum Items IB-4 13. Alterations IB-4 14. Signatures IB-4 15. Residence of Bidders IB-4 16. Submission of Proposal IB-4 17. Withdrawal of Proposals IB-4 18. No Bids Received After Time Set for Opening IB-5 19. Right to Reject Bids IB-5 20. Bidders to be Present IB-5 21. Comparison of Bids IB-5 22. Award of Contract IB-5 23. Performance Bond IB-5 24. Notice to Proceed IB-6 25. Time of Completion IB-6 26. - Bid Security Returned to Successful Bidder IB-6 27. Indemnification and Insurance IB-6 28. Assignment IB-6 PROPOSAL P-1 CONTRACT AGREEMENT C- 1 PERFORMANCE BOND PB-1 TC-1 J i TABLE OF CONTENTS - Continued Page No. 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-b 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 33. Points and Instructions GC-13 34. Engineer's Status GC-13 35. Engineer's Decision GC-13 36. Review of Decisions GC-14 TC-2 TABLE OF CONTENTS - Continued Page No. 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-1 3. Borings SC-2 4. Sanitary Regulations SC-2 5. Utilities SC-2 6. Approval of Shop Drawings SC-2 7. Prevailing Hourly Wage Rates - State of Missouri SC-3 TECHNICAL SPECIFICATIONS SECTION I - MATERIALS OF CONSTRUCTION 1. Materials and Inspection I-1 2. Concrete Aggregates I-1 3. Granular Material for Backfill I-4 4. Material for Rock Fill and Riprap I-4 5. Portland Cement I-5 6. Admixtures I-6 7. Water I-6 8. Reinforcing Steel I-7 9. Concrete Sewer Pipe I-7 .:� 10. Rubber Gaskets for Concrete Sewer Pipe I-7 11. Vitrified Clay Pipe I-8 12. Wye Junctions I-8 '. 13. Manhole Brick I-8 14. Materials for Masonry Mortar I-8 15. Precast Concrete Manholes I-9 16. Manhole Frames and Covers I-9 ® 17. Manhole Steps I-9 SECTION II - METHODS OF CONSTRUCTION AND PAYMENT 1. Scope of Work II-1 2. Shop Drawings II-1 TC-3 i , TABLE OF CONTENTS - Continued Page No. 3. Handling of Materials II-1 4. Concrete II-1 S. Interference with Traffic II-9 6. Protection of Trees and Restoration of Landscaped Areas II-9 7. Protection of Existing Structures II-10 8. Protection of Pole Lines, Water and Gas Pipes, and All Other Underground Utilities II-10 9. Removal and Replacement of Secondary Pavements II-10 10. Removal and Restoration of Asphaltic Pavement II-11 11. Removal and Restoration of Concrete Curb II-11 12. Sidewalks and Driveways II-12 13. Trench Excavation II-12 14. Stanks or Short Tunnels II-17 15. Concrete Bedding II-18 16. Installation of Vitrified Clay and Concrete Sewer Pipe II-18 17. Installation of Wye Junctions II-20 18. Concrete Encasement II-20 19. Manhole Construction II-21 20. Stubs in Manholes II-23 21. Trench Backfill II-23 22. Rock Fill II-24 23. Leakage Tests for Gravity Sewers II-25 24. Connections to Existing Manholes II-26 25. Plugging of Existing Sewers II-26 26. Placing of Riprap II-27 TC-4 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed proposals for the construction of approximately 3, 280 feet of 30-inch reinforced concrete pipe sewer; 1, 745 feet of 24-inch reinforced concrete pipe sewer; 350 feet of 10-inch vitrified clay pipe sewer; 6, 400 feet of 8-inch vitrified clay pipe sewer; and the necessary appurtenances and structures for the City of Jefferson, Missouri, will bereceived at the City Hall, Jefferson City, Missouri, until 8:00 P. M. , Central Standard Time, March 20, 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 Twenty Dollars ($20. 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) clays 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. Each bid must be accompanied by a certified check, a cashier's check, or bid bond, payable to the City of Jefferson, Missouri, in the amount of ten per cent (10%) of the amount of the bid as a guarantee that the successful bidder or bidders will enter into contract and furnish a performance bond in the full amount of the Contract within ten (10) days after the award is made. Attention of bidders particularly is called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract. All proposals shall be made on the removable printed forms bound in the back of the specifications. The City of Jefferson hereby reserves the right to reject any or all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be for the best interest of the City of Jefferson, Missouri. Horner & Shifrin, Inc. Consulting Engineers for City of Jefferson, Missouri A-1 r INFORMATION FOR BIDDERS 1. SCOPE OF WORK: The work shall consist of the construction of approximately 3, 280 feet of 30-inch reinforced concrete pipe sewer; 1, 745 feet of 24-inch rein- forced concrete pipe sewer; 350 feet of 10-inch vitrified clay pipe sewer; 6, 400 feet of 8-inch vitrified clay pipe sewer; and the necessary appurte- nances and structures for the City of Jefferson, Missouri, in accordance with the plans and specifications prepared by Horner & Shifrin, Inc. , Con- sulting Engineers. 2. INSPECTION OF SITE AND WORKING CONDITIONS: Bidders or their authorized agents are required to examine the maps and drawings in the office of the Owner which are open to their inspection, to visit the locality of the work and 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 this work as will not cause any interruption to, or interference with any other Contractor. 3. CHECK OF PLANS AND SPECIFICATIONS BY CONTRACTOR: The Contractor shall read thoroughly the specifications and study the accompanying plans to assure himself that no discrepancies exist 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 IB-1 whom plans and specifications have been issued. Failure to have requested 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. S. INTENT OF PLANS AND SPECIFICATIONS: The general intent of the plans and specifications is to supplement one another, and not necessarily to duplicate one another, so as to produce one complete set of plans and specifications. Any work exhibited in one and not the other shall be interpreted as though set forth in both. 6. QUALIFICATION OF BIDDERS: The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. 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 rightlo 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. 7. EQUIVALENT MATERIAL: Wherever definite reference is made in these specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the ap- proval of the Engineer. 8. BID SECURITY: b f Each bid must be accompanied y a deposit no 1 n o t less than to p er cent (1076) of the amount of the bid. The deposit shall consist of a certified check, a cashier's check, or bid bond payable to the Owner. Within seven (7) days after the formal opening of bids, checks or bid bonds will be re- turned except those deposited by the three (3) lowest formal bidders, which with the exception of the bid security of the successful bidder will be re- IB-2 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 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. 9. PREPARATION OF BIDS: Bids must be made upon the prescribed forms attached at the back of these specifications. Only sealed bids will be considered, all proposals otherwise submitted will be rejected as irregular. All sales taxes which might lawfully be assessed against the Owner are to be paid by the Contractor from the monies obtained in satisfaction of his Contract, it being understood by the bidder that the bid prices 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 rej ection. 10. PRICES: The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the specifications. 11. APPROXIMATE QUANTITIES: In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the proposal will not be used in establishing final payment due the successful Contractor. The quantities ® stated on which unit prices are so invited are approximate only, and each 1 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 best information IB-3 J available, are approximate only. Payment on the Contract will be based on actual number of units installed on the completed work. 12. LUMP SUM ITEMS: Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, mate- rials, tools, and -equipment to construct the item as described herein and to the limits shown on the plans. 13. ALTERATIONS: Alterations by erasures or interlineation must be explained or noted in the Proposal over the signature of the bidder. 14. SIGNATURES: A proposal by a person who affixes to his signature the worn "President, " "Secretary, " "Agent, " or other designation, without disclos- ing 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. 15. RESIDENCE OF BIDDERS: The place of residence and post office address, with County and State of every bidder, and telephone number, must be given after his signature. 16. SUBMISSION OF PROPOSAL: The Proposal and the Bid Security guaranteeing the same shall be placed in a sealed envelope addressed to The Honorable Mayor and City Council at the City of Jefferson, Missouri, and marked "Proposal for Sanitary Trunk Sewer Project for the City of Jefferson, Missouri. " 17. 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 IB-4 may withdraw his proposal for a period of ninety (90) days after the scheduled closing time for the receipt of bids. 18. NO BIDS RECEIVED AFTER TIME SET FOR OPENING: No bids received after the time set for opening of proposals will be considered. 19. RIGHT TO REJECT BIDS: The City of Jefferson reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgment will be for the best interests of the City of Jefferson. 20. .BIDDERS TO BE PRESENT: Bidders are invited to be present at the opening of the bids. 21. COMPARISON OF BIDS: Bids will 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 Contract will be awarded to the bidder submitting the lowest and best bid, considering the Contractor's experience and ability to do the work. 22. AWARD OF CONTRACT: If, within ten (10) days after he has received notice of acceptance of his bid, the successful bidder shall refuse or neglect to come to the office of the Owner and to execute the Contract and to furnish the required Perforni:arr6e Bond, properly signed by the Contractor, and the surety or sureties satisfactory to the Owner as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit his deposit. 23. PERFORMA NCE BOND: _ A Performance Bond in an amount equivalent to one hundred per cent (10076) of the Contract P rice, must be furnished and executed by the successful bidder, or bidders, this bond to be in the form contained in this Contract. IB-5 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. 24. 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. 25. TIME OF COMPLETION: The Contract provides that construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure the full completion of the Contract in two hundred ten (210) calendar days, the rate of progress and the time of completion being essential conditions of this Agreement. In 26. BID SECURITY RETURNED TO SUCCESSFUL BIDDER: Ah OW Upon the execution of the Contract and approval of Bond the Bid P PP 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. 27. INDEMNIFICATION AND INSURANCE: Before commencing any work under this Contract, the Contractor will be required to procure and keep in effect during the period of work thereon, at the Contractor's own cost and expense, the insurance speci- fied in the General Conditions of these specifications, indemnifying and holding harmless the Owner and the Engineer. 28. ASSIGNMENT: No assignment by the Contractor of any principal construction con- tract or an art thereof, or of the funds to be received thereunder b the YP Y 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 i IB-6 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. IB-? • I t PROPOSAL j Date ���I'G/_ LD 1611-1-_ 4 i The Honorable Mayor and City Council City of Jefferson City Hall Jefferson City, Missouri Gentlemen: In accordance with the advertisement inviting proposals for the P construction of a Sanitary Trunk Sewer Project (Main Branch Wears Creek and West Boggs Creek) 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. :C , and , hereto attached, and the Plans, which so far as they relate to the Proposal, are made a part of it, the t undersigned herewith proposes to construct the specified work within two hundred ten (210) calendar days after receipt of notice to proceed fog the { following unit prices: ( Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price r 1. Trench Excavation, Class A 1, 926 cu.yd. $a�(�'°--° r 2. Trench Excavation Class B 11, 985 cu.yd.. 3. In Place 8-Inch V. C. Pipe 6, 400 lin.ft. $ �3' $. J�SZ,?- vt 4. In Place 10-Inch V. C. Pipe 351 lin.ft.. 5. In Place Class III 24-Inch R.C. Pipe 1, 745 lin.ft. �Z $a,5; 34 0'yo f �. 6. In Place Class II 30-Inch / R.C. Pipe 1, 146 lin.ft. 7. In Place Class III 30-Inch j R.C. Pipe 2, 136 lin.ft. $/(, , $36, 1 Item Estimated Unit Extended Not Pay Item Quantity Unit Price Bid Price 8. Manholes, Complete in Place, Depth Less than 6 Feet 10 each $ $ Z. :S�''y�'• °—" i 9. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 7 each $,3 '19'0--k- $-2�- t 10. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 7 each $� e 11. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet 6 each $ $.� 'L• . ' '� 12. Manholes, j Complete in Place, ' Depth Over 12 Feet to 14 Feet 2 each $ 5-Y3- $1 ?O- 13. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet 5 each $gyp a� , �o $ 3 L Yl.'. –° 14. Manholes, Complete in Place, Depth Over 16 Feet to 18 Feet 2 each $ 73 o $ �3J, If N . G s f 15. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet 2 each $ 73 of $ �"- t 16. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet 3 each $ 0gl'pO $• l' ! 17. 8-Inch Outside Drop, Complete in Place 2 each $ 18. 8-Inch Pipe Stub in Manhole 16 each $ �,y- �,-°- $ .2 YO. i 19. 12-Inch Pipe Stub in Manhole 1 each $�Q•�° $3C�, `�� � . {{� 20. 24-Inch Pipe Stub in Manhole 1 each $ • °° $� _ t t 21. Connection to Existing Manhole 4 each $10,9-0-9 $ = 22. 8-Inch x 6-Inch V. C. P. Y-Junc- r lions 9 each $,LD• p% $ 9U• —° V i 1 i P-2 i Item Estimated Unit Extended ! No. Pay Item Quantity Unit Price Bid Price 23. Crushed Rock for Subgrade ! Replacement 100 cu. yd. $/(�•°° $1J 24. Granular Backfill 625 cu. yd. 25. Lumber Ordered Left in / Trench 10 MFBM $ SD-q—' 26. Class B Concrete 295 cu, yd. $410,°° $ gio 27. Class C Concrete 100 cu.yd. $3S' °0 $ 28. Restoration of Asphaltic Pavement 130 sq. yd. $R yv $4 --VO- e= g9. Rock Fill 350 tons $ �.�1• C'° $� o , dv 30. Riprap 80 tons $ . o $ y 31. Bulkheads •2 each Total Bid $ S 4 SPECIAL PROPOSAL REQUIREMENTS c Suitable bid security in the amount of_ /a o-� -160-ka1 bli ira 4 or 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 underei reigned has examined the plans and specifications for g P P 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. f h t � P-3 1 ' This Proposal shall be'equally binding on heirs, admin- istsators, executors, successors, and assigns. r _ v Firm Name XtIv,7 f„e? CO, s . By (Signature Title P, Address .� �,�1 ,erip-ve 0ee.a r �Jwi.�SQ lsSflurj (0.311 Telephone No. — SrD.21 r . S t P-4 i ; CONTRACT AGREEMENT THIS AGREEMENT, made and concluded this [,�2 7 6 day of �19 67, by and between Braun. Excavating Co. ___ hereinafter czdAd the " ontractor, " 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 April 5 1967 , 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 a Sanitary Trunk Sewer Project (Main Branch Wears Creek and West Boggs Creek) to serve the City of Jefferson, Missouri. All construction shall be carried out under inspection by representa- tives of the Owner. Article 2. TIME OF COMPLETION: Construction work must begin within ten (10) days after written notice to do so shall have been given to the Contractor and shall be carried on at a rate to secure its full completion within two hundred ten (210) calen- dar 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 C-1 Conditions, " it is agreed that the City will be damaged thereby. The 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 Fifty Dollars ($50. 00) for each calendar 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 indlude 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. d. $ . Y ?o_�00. . 2. Trench Excavation, Class B cu. yd. $ 5.00 3. In Place 8-Inch V. C. Pipe lin. ft. $ 3:37 4. In Place 10-Inch V. C. Pipe lin. ft. $ 3.89 5. In Place Class III 24-Inch R. C. Pipe lin. ft. $ .14.82 . 6. In Place Class II 30-Inch R. C. Pipe lin. ft. $_16.48 7. In Place Class III 30-Inch R. C. Pipe lin. ft. $ 16.'68 C-2 Item Unit No. Pay Item Unit Price Bid 8. Manholes, Complete in Place, Depth Less then 6 Feet each $ 28400 9. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet each $ 349.00 10. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet each $ 414.00 11. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet each $: 47&'00 12. Manholes, Complete in Place, Depth Over 12 Feet to 14 Feet each $ :543.60 13. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet each $ 608.40 14. Manholes, Complete in Place, Depth Over 16 Feet to 18 Feet each $ ;673.20. 15. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet each $ 738:00 16. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet each $ ' 802.00 17. 8-Inch Outside Drop, Complete in Place each $ 175:00 18. 8-Inch Pipe Stub in Manhole each $ .15.00 19. 12-Inch Pipe Stub in Manhole each $ 30.00 20. 24-Inch Pipe Stub in Manhole each $ 60.00 21. Connection to Existing Manhole each $ 100,00 22. 8-Inch x 6-Inch V. C. P. Y-Junctions each $ 10.00 23. Crushed Rock for Subgrade Replacement cu. yd. $ 10.00 C-3 Item Unit No. Pay Item Unit Price Bid 24, Granular Backfill cu. yd. $ 8.00 25, Lumber Ordered Left in Trench MFBM $ 150.00 26. Class B Concrete cu. yd. $ 40.00 27, Class C Concrete cu. yd. $ 35.00 28. Restoration of Asphaltic Pavement sq. yd, $ 8.00 29. Rock Fill tons $ .10.00 30. Riprap tons $ 7.00 31. Bulkheads each $ 100.00 Article 4, PROGRESS PAYMENTS: MAD On not later than the fifth day of every month, the Contractor shall present to the Engineer an invoice covering the total quantities under each item of work that has been completed from the start of the job up to and including the last day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items, together with such supporting evidence as may be required by the Engineer. This invoice shall also include an allowance for the cost of such material required in the permanent work as has been delivered to the site but not as yet incorporated in the work. Measurements of units for pay- ment 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 (90%) of the value of all work performed, prior to the first day of said month, less the agkregate of pre- vious payments. e C-4 Article 5, 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. Nothing in this sec- tion is intended as a maintenance guarantee. Article 6. 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 7. THE CONTRACT DOCUMENTS: IThe Advertisement, Information for Bidders, General Conditions, Special Conditions, the Specifications, including Addenda Nos. 1 , and 1 _ 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. i ' C-5 y 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. grain rXCaynt $ Company (Contractor .2646 Creve Coeur Drive (Address) St. Louis, Missouri = 63144 COUNTERSIGNED: BY%"'q' ��� c,7�b�����-✓ President: _rites of jeffarrann (Owner) City Hall : -240. E. High.Street . (Address) Jefferson City, Missouri ATTEST: f BY il Mayor /City-.Clerk 1 C-6 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned Braun Excavating Company of 2646. C_reye Coeur Drive, .St. Louis, Missouri - 63144 (hereinafter called the "Principal"), an ,', ' cor- poration, duly authorized by law to do business as a construction contractor in the State of Missouri and Maryland Casualty Company ofLT1Mo (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 ..Tefferson, Missouri (hereinafter called the "Obligee"), in the penal sum of Two hundred fifty four -thousand five hundred eighty and 45/100 Dollars ($ 254;580.45 ) 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 4-ell clay of_ ARrII 1967 , the said Principal entered into a written agreement, which agreement is hereby made a part hereof, with said Obligee for the construction of a SanitM Trunk Sewer ­Project (Main Branch Wears-Creek and .West Boggs Creek) Located at The City of .Jefferson, Missouri Scratch out the ina applicable designation. PP g r 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, 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 cornpensation, 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 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 hereunto have caused the execution hereof in S' original counterparts as of the day of April. 19 67 Braun Excavating Company Principal By Title Attest: Marv-laud Casualty Company S ety By SEAL r o k r PB-2 STATE OF MISSOURI 1 } ss. CITY OF ST. LOUIS JJJ On this...............................6�...............day of................. ..A ?ril..................................., A. D., 19...67., before me personally appeared .........Vincent A. Bayer with whom I am personally acquainted, who, being ......................................... ................................................._. by me duly sworn, said: that he resides in the City of St. Louis;that he is Attorney-in-Fact of the Maryland Casualty Company, the corporation described in, and which executed the foregoing instrument; that he knows the corporate seal of said Company; that said seal affixed to said instrument is such corporate seal; that it was so affixed pursu- ant to a power of attorney granted in accordance with the By-Laws of said Company; and that he signed his name thereto as Attorney-in-Fact by like authority. 11 Ilk Notary Public within and for the Cl of St. Louis Mo. My commission expires..........................k.. ..............El...(�j.�r............... i I16082. Ed. 1.66. T •W,*•. 4W CERTIFIED COPY Know all Mtn by those Pments: That MARYLAND CASUALTY COMPANY, a corpora• tion created by and existing under the laws of the State of Maryland, of Baltimore City, Maryland, In pursuance of the authority set forth in Section 12 of Article V of Its Bylaws, from which the following is a true extract, and which Section has not been amended nor rescinded: "The Chairman of the Board or the President or any Vice-President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify or revoke any such appointment or authority," does hereby nominate, constitute and appoint.....V..INCENT...A.....BAYER.t...It.. DeLARHE$,....J.....A.....Ci1RTI.SV. ..STARNLIKY .,M.,►.....TU >a .,,....E.AW.� 1,..J._..IiARTY,.....ELDIE#i...>I', ..DENNESS t .ItI C A .P..... ►.....1 �'f.,,,AAd................. wILL.IAat..., RO.ZAITI.s,R.....9s.ph .with,. ttX.1, powe.r.,..tQ...apt,..alone.l............................................................................. .................... ..,...................... . ....,....... .... I.... ..... of...............in....LOU.I.S......,......-. ... State of........i ISSOiJRI........., .......its Attorney s-in-Fact to make, execute, seal, and deliver on its behalf as Surety, and as its act and deed, any and all bonds, recogni- zances, stipulat!s ,,, undertakings, and other like instruments. Such bonds, recognizances, stipulations, undertakings, or other like instruments shall be binding upon said Company as fully and to all intents and purposes as if such instruments had been duly executed and acknowl- edged and delivered by the authorized officers of the Company when duly executed by any one of the aforesaid attorneys in fact. This instrument supersedes power of attorney granted Vincent A. Bayer, R. DeLarber, J. G. Curtis, Edwin J. Harty, Elmer F. Denness, Richard A. White, John R. Mackey and William A. Rozaitis, dated October 22, 1965. In Witness Whereof, MARYLAND CASUALTY COMPANY has caused these presents to be executed in its name and on its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized, this ....................................10th.................................................day of.................Mou,emhier........................, 19....61.6:.,at Baltimore City, Maryland. ATTEST: (CORPORATE SEAL) MARYLAND CASUALTY COMPANY (Signed).......................Kathryn...B.....YOUn ................. �......... By (Signed)...............Albert H. Walker ....... _......._......._......._.._..._.._.._......... .-.. - Assistant Se Vice-Pro t. STATE OF MARYLAND ss. BALTIMORE CITY On this..................191h...............................day of.................Nov4?.mb ft.r........................ A. D., 19..00...., before the subscriber, a Notary Public of the State of Maryland, in and for Baltimore City, duly commissioned and qualified,come..........._. ...........-,...... Albert H. Wallter Vice-President, and.. ............Kathryn ,B, Young„ _,.—.Assistant Secretary, of MARYLAND CASUALTY COMPANY, to me personally known, and known to be the officers described in, and who executed the preceding instrument; and they each acknowledged the execution of the same; and, being by me duty sworn, they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal, and their signatures as such officers, were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal,at Baltimore City, the day and year first above written. (NOTARIAL SEAL) (Signed)...........Lil,a ,G,,, Schwartz.........,,,,........ Notary Public. My commission expires July, •1,2,,,,1987,,,,,,,,,,,,,,,,,,,, CERTIFICATE 1, an Assistant Secretary of the Maryland Casualty Company,do hereby certify that I have compared the aforesaid copy of the Power of Attomey with the original now on file among the records of the Home Office of the Company and in my custody, and that the some is a full, true and correct copy, and that the Power of Attomey has not been revoked,amended or abridged,and Is now in full force and effect. Given under my hand as Assistant Secretary, and the Seal of the Company, at Baltimore City, Md., this 6 '.................... day of..................................A.Pril................... .......................A. D., 19.....6? 14W7. Rev. 4.66. (;► •'-w'` :. «:« .....». ..r »eistant GENERAL CONDITIONS lie 1. DEFINITIONS: The following terms used in these Contract Documents are respec- tively defined as follows: a. "City" and "Owi:ier" City of Jefferson, Missouri. b. "Engineer" Horner & Shifrin, Inc. , 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. "Contact 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 furnishin g 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 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 i the papers prepared b him an h' proposal e place state n pap y to accompany his propo 1 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 full as to the conditions relating to construction and labor under Y g ' 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 specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, am 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 matetial 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, 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 9-12 1-MMEEM keeping open passageways and protecting them where exposed to danger, and all general ordinances affecting him or his employees or his work hereunder in his relations to the Owner or any person, and also generally to obey all laws and ordinances 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 g 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 1 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 work until the question at issue can be referred to and decided by the Engineer. The inspector is not authorized to revoke, alter, enlarge, relax or release any 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. 14. SUPERINTENDENCE; SUPERVISION: The Contractor must at all times have an authorized representative on the work to whom orders can be given, this representative to have full authority to carry out all orders given by the Engineer, and shall keep on the work, during its progress, a competent superintendent and any 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 P shall be as binding as if given to the Con- 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, 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 claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work, but otherwise, except in an emergency endangering life or property, no extra work or change. shall be made' unless in pursuance of a written order by the Engineer, and no claim for an addition to the Contract Sum shall be valid unless so ordered. The value of any such work or change shall be determined in one or more of the following ways: (a) By estimate and acceptance in a lump sum. (b) By unit prices named in the Contract or subsequently agreed upon. GC•? (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 as the Engineer may direct, a correct account of the net cost of labor and materials, together with vouchers. In any case, the Engineer shall certify to the amount including reasonable allowance for overhead and profit, due to the Contractor. Pending final determination of value, payments on 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* 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. 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 lie 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 TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if any petition in bankruptcy or any proceedings under the provision of the Bankruptcy Act of the U.S. as Amended, are filed by or against the Contractor, or if he should 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 or for materials or labor, or persistently disregard laws, ordinances or the instruction of the Engineer, or should cease operations under this Contract at any time for the space of ten (10) 1 GC-9 y p rovision of days, or otherwise be guilty of a substantial violation of an 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 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. 1 GC-10 26. OWNER'S RIGHT O WITHHOLD ITHHOLD 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. r � To ensure the proper execution of his subsequent wor k, th e 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 1 employ an that the Engineer ma proposed for the work and shall not p y y g y, 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. 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 general. supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the Contract. He shall also have authority to reject all work and materials which do not conform to the Contract, to direct the application of forces to any portion of the work, as in his judgment is required, and to order the force increased or 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 requested, be rendered in writing. They shall be final and con- clusive in all matters except the financial considerations involved. They Adak shall be final also as to the financial considerations unless within ten (10) qPdays 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 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 INSURANCE: 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 Owner and/or Engineer, or their respective agents, servants or employees. Without limiting its liability under this Contract, the Contractor shall procure and maintain at his expense during the life of this Contract 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. b. Comprehensive General Liability Bodily injury, including death $ 500, 000 each person $1, 000, 000 each occurrence Property Damage $ 500, 000 each occurrence $ 500, 000 aggregate c. Comprehensive Automobile Liability, Bodily injury, including,death $ 300, 000 each person $ 500, 000 each occurrence Property damage $ 100, 000 each accident d. Owner's Protective Bodily injury, including death $ 500, 000 each person $1, 000, 000 each occurrence Property damage $ 500, 000 each occurrence $ 500, 000 aggregate The Comprehensive General Liability policy shall provide coverage for injury to or destruction of wires, conduits, pipes, mains and sewers, and other property under the surface of the ground. The Owner's Protective Policy shall name the City and the Engineer as insureds and a duplicate copy of the policy shall be furnished to each of them. GC-15 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 & Shifrin, Inc. , of written notice thereof. Any subcontractor of the Contractor shall be required to procure and maintain during the life of the subcontract the insurance required of 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 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 set out in the Special Conditions hereof. 0 • GC-16 i SPECIAL CONDITIONS 1. SCHEDULE OF DRAWINGS: The drawings applicable to the work to be performed under this Contract and which are referred to in these documents as "Plans, " consist of ten (10) sheets entitled "City of Jefferson, Missouri, Sanitary Trunk Sewer Project, " and are numbered and described as follows: Sheet No. Title 1 of 10 Main Branch Wears Creek Extension, Key Maps 2 of 10 Main Branch Wears Creek Extension, Plan and Profile 3 of 10 Main Branch Wears Creek Extension, Plan and Profile 4 of 10 Main Branch Wears Creek Extension, Plan and Profile and Ties 5 of 10 Main Branch Wears Creek - Southwest Blvd. Sub-Trunk, Plan and Profile and Ties 6 of 10 West Boggs Creek Relief and Extension, Key Map 7 of 10 West Boggs Creek Relief, Plan and Profile and Ties S of 10 West Boggs Creek Extension, Plan and Profile 9 of 10 West Boggs Creek Extension, Plan and Profile and Ties 10 of 10 Miscellaneous Details 2. EASEMENTS AND WORKING SPACE: rIn general, the gravity sewers are to be constructed in easements which are to be obtained through private property, and provided by the City of Jefferson, Missouri, and in City streets. Where work is to be carried out in easements through private prop- erty, copies of the easements and agreements entered into with the individual owners for permission to carry out the construction are on file in the office of the Clerk of the City of Jefferson. The Contractor should familiarize him- self with the detailed provisions of these easements covering the working SC-1 room and width of the easement. The width of the easement is intended to be sufficient to permit the construction of the sewer, and to provide room for the storing of materials during the construction. Cleaning up and res- toration of the surface upon completion of the work shall be carried out so that the surface of the ground within the easements shall be restored to its original condition or to the elevations as shown on the Plans or as indicated by the Engineer. 3. BORINGS: Borings were taken along the alignment of the sewers. The elevation at which refusal was encountered is shown on the Plans for information only. Any interpretatiom of this data drawn by the Contractor shall be the Con- tractor's own and the City makes no representation or guarantee concerning the accuracy or completeness of such information. 4. SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. The conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving the premises clean and free from nuisance. 5. UTILITIES: All water used in mixing and curing concrete, grout, or mortar shall be obtained from the public water supply. The Contractor shall make the necessary arrangements for the purchase of this water as required for the construction of the work under this Contract. The cost of all power, lighting, water and'heaffng required during the construction and testing of the facilities shall be paid by the Contractor. 6. APPROVAL OF 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, in- cluding but not limited to, those pertaining to structural and reinforcing steel. Within sixty (60) days after the date of notice to proceed, the Con- SC-2 tractor shall submit six (6) copies of all shop drawings to the Engineer for approval. The Contractor shall make any corrections in the drawings re- quired by the City or the Engineer and resubmit same without delay, to- gether with drawings first submitted within thirty (30) days after they are returned for corrections by the Engineer. Six (6) final copies of all cor- rected 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. 7. PREVAILING HOURLY WAGE RATES - STATE OF MISSOURI: a. The ro osal for this Contract shall be based upon the required P P P q payment by the Contractor of prevailing hourly rate of wages for each craft or type of workman required to execute the Contract as determined by the Department of Labor and Industrial Relations of Missouri. The principal Contractor and all subcontractors shall pay not less than the prevailing hourly rate of wages for each craft or type of workman required to execute this Contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290. 210 to 290. 310, inclusive, of the Revised Statutes of Missouri, 1957. A schedule of such prevailing hourly rate of wages as determined by the Department of Labor and Industrial Relations of Missouri for this Contract, pursuant to said statutory provisions, shall be incorporated in these Contract Docu- ments by means of an addendum. b. The principal Contractor and all subcontractors shall comply in all respects with House Committee Substitute for House Bill No! 294 as enacted by the 69th General Assembly and which became effective August 29, 1957, and embodied into the Revised Statutes of Missouri as Sections 290. 210 to 290. 310, inclusive, Revised Statutes of Missouri, 1957. SC-3 c. The Contractor and each subcontractor shall keep an accurate record showing the names and occupations of all workmen employed by . , him, together with the actual wages paid to each workman, which shall be open to inspection at all reasonable hours by the representatives of the Department of Labor and Industrial Relations of Missouri and the City. d. The aforesaid prevailing hourly rate of wages is subject to change by the Department of Labor and Industrial Relations of Missouri or by court decision as provided by law during the life of this Contract, and such change shall not be the basis of any claim by the Contractor against the City nor will deduction of claim be made by the City against sums due the Contractor by reason of any such change. AOL SC-4 TECHNICAL, SPECIFICATIONS SECTION I MATERIALS OF CONSTRUCTION 1. MATERIALS AND INSPECTION: All materials and equipment used on this work shall be new, of the best quality, and shall meet the requirements of these specifications. Materials shall be sampled and tested in accordance with current ASTM Specifications or such others as specified hereinafter. The Contractor will be required to furnish certificates of conformance to ASTM or other applicable specifications. Materials shall be stored in such a manner that their condition is equivalent to new when installed. Whenever in these specifications reference is made to the 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 shall 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 I-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 stor- age pile or alternating batches of different aggregates will not be permitted. 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 10016 by weight 1-inch 95-10010 by weight 3/4-inch 65- 80% by weight 3/8-inch 15- 401a by weight No. 4 0- 5% by weight No. 8 0- 2% by weight I-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 1007o by weight No. 4 95-10010 by weight No. 8 80-100% by weight No. 16 50- 85% by weight No. 30 25- 6010 by weight No. 50 10- 30% by weight No. 100 2- 1076 by weight In addition to the grading limits shown above, the fine aggregates, tas 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- I-3 tive test samples of the fine aggregate as delivered to the mixer shall not vary more than 0. 15 from the average fineness modulus of all samples taken during the first month's operation, unless otherwise directed. The fineness modulus shall be determined by dividing by 100 the sum of cumu- 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: AOft 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 gravel, less than 1-1/2 inches maximum size, free from large voids, clay, loam, vegetation, or other perishable materials. 4. MATERIAL FOR ROCK FILL AND RIPRAP: The stone for the fill over the pipe and riprap, where shown on the plans, shall be crushed limestone meeting the requirements specified for coarse aggregate and shall conform to the following limitations: Approximate Per Cent Weight of Pieces of Total Weight in Pounds 40 50-100 40 5-50 20 1/2-5 No piece shall weigh more than 100 pounds and not more than 5 per cent by weight shall pass a 1/2-inch sieve. The inclusion of objectionable amounts of flat, elongated pieces will not be permitted. I-4 5, 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 II. Different brands of cement or cement from more than one mill shall not be used in any one pour. The Contractor shall arrange for the cement sampling, testing and reporting thereof by the cement manufacturer in accordance with the re- quirements of Specifications for Portland Cement, ASTTM Designation 0150. 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. All cement will be subject to check testin g 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 more than four months:shall not be used unless check testing by the Engineer proves that it complies with the specifications. When bulk cement is not unloaded from primary carriers directly into weathertight hoppers at the batching plant, transportation from the railhead, mill, or intermediate storage, to the batching plant shall be accomplished in weathertight trucks, conveyors, or other means which SM 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 degaees 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 1 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. I-5 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. 6. ADMIXTURES: The air-entraining admixture shall be a substance or compound approved by the Engineer which will produce entrained air in the concrete. The air-entraining admixture in solution in a portion of the mixing water shall be added to each batch of concrete. This solution shall be batched by means of a mechanical batcher capable of accurate measurement and in such a manner as will ensure uniform distribution of the admixture throughout the concrete during the specified mixing period. The air- entraining admixture shall conform to the requirements of Specifications for Air-Entraining Admixtures for Concrete, ASTM Designation 0260, 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 or which has been subjected to freezing shall not be used until re-test by the Engineer at the expense of the Contractor proves the ad- mixture to be satisfactory. i7. WATER: Water used with the cement and aggregate for concrete, mortar, and grout, or for curing of concrete shall be clean, from water mains of public drinking water systems. i� I-6 r 8. REINFORCING STEEL: Re 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. 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. CONCRETE SEWER PIPE: All concrete pipe shall conform to and be tested and inspected in accordance with ASTM Specification Designation C76, "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe, " and shall be of the class shown on the Plans. All pipe shall be manufactured with ends suitable for rubber gaskets 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. 10. 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 1-7 similar or equal to "Tylox" Type CP as manufactured by Hamilton Kent Company or the gasket manufactured by Pressed Seal Gasket Company. 11. 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 limitation that Type I joints shall be made only of polyurethane plastic. Ah 12. WYE JUNCTIONS: Wye junctions shall be installed where shown on the plans or where ordered by the Engineer. The wyes shall be of the same material, type and class or strength designation as required for the pipe and shall be of the size shown on the plans. 13. MANHOLE BRICK: Common brick for construction of manholes shall. be Grade SA con- forming to ASTM Standard Specification Designation C32, size No. 1 (2-1/2-inch by 3-3/4-inch by 8-inch), or size No. 2 (2-1/2-inch by 4-inch by 8-1/2-inch). Certificates shall be furnished showing the results of tests for the physical requirements on samples of brick representative of the shipments made to the project. Tests will conform to ASTM C32. 14. MATERIALS FOR MASONRY MORTAR: Portland cement to be used in mortar for sewer and manhole con- struction shall meet the requirements of ASTM Specification Designation C 150, Type I. Sand shall meet the requirements for fine aggregate specified in Section I, Paragraph 2. I-8 15. PRECAST CONCRETE MANHOLES: Precast concrete manholes shall be composed of sections manu- factured in accordance with the latest revision of ASTM C478. The mini- mum 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. 16. MANHOLE FRAMES AND COVERS: Manhole frames and covers shall be first quality gray iron castings. Except where noted, they shall be similar or equal to the frame and cover No. R-1418A as manufactured by Neenah Foundry Company. Manhole frames shall be provided with anchor lugs similar or equal to Neenah R-1768 or a 1-inch deep mud ring. The covers shall be Type C and 24 inches in diameter. The clear opening in the frames shall be 22 inches. The frame and cover together shall weigh not less than 360 pounds. 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. 17. 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. 4 <'A 1-9 TECHNICAL SPECIFICATIONS SECTION II METHODS OF CONSTRUCTION AND PAYMENT 1. SCOPE OF WORK: The work under this Contract shall include the construction of the gravity sewers and all appurtenances, as shown on the Plans, complete and operative. Construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on 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 6 of the Special Conditions, shop fla drawings shall be submitted for approval. Payment for shop drawings shall be included in the price bid for the item of equipment or material for which the shop drawing is furnished. 3. HANDLING OF MATERIALS: All materials shall be delivered and distributed to the site of the work by the Contractor. Payment for work described in this paragraph shall be included in the price bid for the item containing the various pieces of equipment or material. S 4. 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 Iwhich shall be complied with. These factors are: (1) minimum strength, II-1 (2) minimum volume of cement per cubic yard of concrete, and (3) maxi- mum volume of water per sack of cement. a. Classes of Concrete. Class C concrete may be used for fill in trenches as required for pipe in rock trench, or for overexcavation of the trench. Class B concrete shall be used for encasement 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 MID consisting of 2 cubic feet of dry fine aggregate, not more than 3-1/2 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 6-1/2 gallons of total added water. c. Class B Concrete. Class B concrete shall have a minimum compressive strength of 2, 000 pounds per square inch in 28 days and shall consist of the mixture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each four sacks of cement. Total water shall be limited to a maximum of 8-1/2 gallons per sack of cement. Where small batches of concrete are to be used and the concrete is mixed on the site, Class B concrete shall be considered as that mixture consisting of 3 cubic feet of dry fine aggregate, not more than 5 cubic feet of dry coarse aggregate to each sack of cement, mixed with not more than 8-1/2 gallons of total added water. d. Class C Concrete. Class C concrete shall consist of the mix- ture which results in one cubic yard of concrete to each batch of fine and coarse aggregate and water used to each two sacks of cement. Total water shall be limited to a maximum of 9- 1/2 gallons per sack of cement. e. Determination of Added Water. In determining the amount of added water, allowance should be made for the moisture content in the II-2 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- sistency before placing will not be permitted. Uniformity of concrete consistency from batch to batch will be required. All concrete shall be proportioned by weight. Allowance must be made for the weight of moisture in the aggreates in order to deter- mine 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 to improve 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. II-3 1 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 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 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 3 inches. 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 rfor the minimum time required. r 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 r II-4 r than one minute. During this period the drum shall make not less than 14 nor more than 20 revolutions per minute. k. Central Plant Concrete Mixing. . In lieu of mixing on the job by machine or by hand, central plant: concrete will be permitted, provided the concrete conforms to the proportioning hereinbefore specified, is mixed at a central plant or in transit in equipment approved by the Engineer, and in conformity with current ASTM Specifications for Ready-Mixed Concrete (C94). The concrete shall be delivered to the job in batches of such size that it can be conveniently handled without setting up during placing, without 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 whom. mass shall then be cut through and turned over not less than four times or until thoroughly mixed with a uniform homogeneous mixture obtained before being removed from the mixing board or pan in the place where it is to be deposited. The total amount of water shall not exceed the limitations hereinbefore specified for Class A, I3, 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. Placing. The methods and equipment used for transporting con- crete and the time that elapses during transportation shall be such as will not cause appreciable segregation of coarse aggregate, or slump loss in 1 excess of one inch in the concrete as it is placed in the project. II-5 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 pres- ence of"a duly authorized representative of the Engineer unless inspection is waived in each specific case. The temperature of concrete when it is being placed shall be not more than 90 degrees F. or less 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. Con- ' crete shall be placed in horizontal layers of no greater depth than 18,inches. Concrete shall be placed at a suitable rate to avoid the formation of unauthor- ized cold joints. In no case shall vibrators be used to transport the concrete inside the forms. Care shall be taken when placing concrete through reinforcing steel so that the segregation of coarse aggregate is kept to a minimum. In such cases, spouts, elephant trunks, or other suitable means shall be used. The free fall of concrete shall be held to a practical minimum and shall not ex- ceed 5 feet at any time. II-6 I The placing of concrete shall be so planned that horizontal and vertical construction joints are made where shown on the drawings or b. where approved by the Engineer. Structural keys shown on the Plans shall have a minimum width of 4 inches and a depth of 1-1/2 inches. The con- crete shall be left 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. p. Protection. The Contractor shall protect all concrete against injury until final acceptance by the Engineer. During cold weather all concrete materials and all reinforcement, forms, fill material, and ground with which the concrete will be placed in contact, shall be free of frost or ice and snow. Whenever the tempera- ture of the surrounding area is 40 degrees F. and falling, no concrete 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 surrounding air not less than 70 degrees F. for at least three days, or 50 degrees F. for five days. The housing, covering, or other protection used shall remain intact and in place at least 24 hours after artificial 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 that artificial heat and protection must be 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. q. Curing of Concrete. All concrete placed when the temperature is above 40 degrees F. shall be either sprinkled continuously for 72 hours, ® or shall be covered with burlap which shall be kept moist for at least 72 hours. The use of membrane curing shall be permitted only when approved by the Engineer. The membrane curing compound shall be of a type ap- proved by the Engineer. I 11-7 I 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 membrane curing compound applied to surfaces that require patching or other surface treatment, or to surfaces that are specified to be water cured as listed above, shall be completely removed by 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 e specified. The curing compound shall. be applied in a two-coat continuous operation by approved power-spraying equipment and at a uniform coverage of not more than 300 square feet per gallon for each coat. All concrete surfaces on which the curing compound has been applied, shall be 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. All concrete and reinforcing steel shown on the Plans or required by the specifications shall be included in the unit price bid for each item in which the concrete is used, and will not be measured or paid for sepa- rately, except Class B and C concrete used for pipe bedding or pipe encase- ment will be measured and paid for as noted elsewhere in these specifications. u-8 S. INTERFERENCE WITH TRAFFIC: It must be recognized that in some instances the work of this proj- ect involves the construction of sewers along the public streets of the de- veloped 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 ca by the Engineer shall be carried out. Payment for all work described in this paragraph shall be included in the unit price bid for "Class B Trench Excavation. " 6. PROTECTION OF TREES AND RESTORATION OF LANDSCAPED AREAS: Wh er ever the sewe r i s to be bu ilt 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. " II-9 Where excavation is made through surface rock, the Contractor may be required to restore the surface to its original contour. The Contractor 4D 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 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 may be encountered are to be protected at the Contractor's expense. Any expense or inconvenience caused by their existence, and the necessary protection during the construction of the sewers 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 PAVEMENTS: Usable dirt roads and secondary pavements, consisting largely of crushed rock and cinders, which are to be removed in the course of the II-14 construction, shall be replaced with a layer of crushed rock compacted to a minimum thickness of 8 inches. The road surface shall be maintained for a period of 60 days after initial replacement to allow for settlement and con- solidation of the backfill, after which it shall be bladed to a smooth and uni- form 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 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: 4 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 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, " J II-11 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 sidewalk's 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. TRENCH EXCAVATION: The work included under "Trench Excavation" shall comprise any necessary clearing of the line on which the sewer is to be constructed; of making all excavations of all materials of every description which may be encountered and as classified hereinafter as "Trench Excavation, Class 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 and con- crete may be placed in the dry; of providing for the uninterrupted flow of surface water or sewage adjacent to the line of the work during the progress of the work so as not.to interfere with the natural surface flows; of protect- ing all pipes, conduits, culverts, bridges and all other public and private property which may be endangered by the work; and of hauling away all sur- plus 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 carried out accurately to the line and grade as shown on the Plans and as established by the Engineer. If the bottom of the excavation is found to be unstable or to include Iashes, cinders, refuse, vegetable or other organic materials considered H_12 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 quantity of such authorized additional excavation shall be determined by the Engineer, and the Con- tractor shall be paid by the City for the over-excavation at the unit price bid for "Class B Trench Excavation. " Any unauthorized over-excavation shall also be backfilled as described above but no payment shall be made for such over-excavation and backfilling. All excavation shall be dewatered before any construction is under- 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, 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 H-13 pipe at any point. The width of trenches shall be 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 VIR 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" - 12" 21-411 2'-10" 1511 21-811 31-211 L 18" 2'-1111 3'-6" Ile 2111 31-311 31-1011 24" 31-611 41-011 27" 3'-9" 4'-411 30" 4'-1" 4C " '-8 36" 4'-8" 5'-0" 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. MWhere trenches are excavated with sloping sides for pipe sewers to be installed, the slope shall not extend below a point one foot above the extrados of the pipe, and the trench excavation below the point shall be carried out with vertical sides for widths not exceeding the maximum widths provided for in these specifications above. Any trench excavated with sloping sides for pipe sewers which has a width one foot above the top of the pipe in excess of the maximum trench II-14 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 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 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 AM Plans, the backfill necessary to the required grade for the outside of the pipe shall be made with crushed rock for bedding. 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 mate- rial is suitable for bedding, it may be used in lieu of crushed rock. Such crushed rock where excess excavation occurs,shall be placed at the Con- tractor's own expense. If the material in the bottom of the trench is unstable or otherwise unsuitable for supporting the pipe, the unsuitable material may be 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 ® 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, equipment, H_15 tools and all other incidentals which may be necessary for placing the lum- ber in the trench. This payment shall not cover the cost of furnishing, placing and removing lumber used for bracing during construction, which need not remain in place upon completion of the backfill. Payment for lumber used as temporary bracing shall be included in the price bid per cubic yard for "Class B Trench Excavation. " Payment for trench excavation in rock, including backfill and 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, 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. Payment for Class C concrete is covered in Section II, paragraph 15. 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, mate- rials and all other incidentals -which may be necessary for carrying out the necessary excavation, pumping and fluming, and taking care of dry and storm water flows, protecting adjacent improvements, backfilling, including tamping of the backfill as herein specified, maintaining temporary macadam or gravel surface in satisfactory safe condition for use by traffic until the permanent pavement restoration is carried out, disposing of the surplus excavated materials, removing any existing sewers, and cleaning up of the site, including the furnishing, placing and removing of all sheet- ing 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 car- ried 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 II-16 for the various sizes of pipe sewers, the actual depth of Class B material removed, or the depth from the surface to the pipe flowline, whichever is lesser, and the length between centers of manholes. Payline widths for trench excavation for pipe which are to be used in calculating the volume of excavation performed under this Contract are as follows: Size of Sewer in Inches Payline Width of Trench 8 - 12 2 feet - 4 inches 15 2 feet - 8 inches 18 2 feet - 11 inches 21 3 feet - 3 inches 24 3 feet - 6 inches 27 3 feet - 9 inches 30 4 feet - 1 inch 36 4 feet - 8 inches 14. STANKS OR SHORT TUNNELS: The gravity sewers shall be constructed in stanks or short tunnels where requested by the Contractor and approved'by the Engineer. The top of the tunneled length shall slope upwards to each entrance to permit adequate backfilling. The tunneled portions shall be sufficiently large to allow adequate working room at the sides and above the pipe to be installed. FA The tunnel bottom small 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 election of the Contractor, with tamped limestone screenings or compacted sand- ' cement mix. The Contractor shall carry out the work of stanking in a safe, pru- dent manner to avoid endangering human life or property. II-17 No separate payment for the construction of the gravity sewer in stanks or short tunnels shall be made. Payment for such stanks or short tunnels shall be considered as included in the price bid for "Class B Trench Excavation. " 15. CONCRETE BEDDING: Concrete bedding shall be placed beneath and up to the springline of all pipes where the bottom of the trench is rock, unless the pipe is to be encased as shown on the Plans, 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 II, paragraph 21. 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 furnishing and placing the Class C concrete. 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 16. 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. II-18 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. No 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-minutes after the application of the lubricant sealer, 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 11-19 r 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. 17. INSTALLATION OF WYE JUNCTIONS: Wyes shall be installed in the same manner as specified for the pipe. Wye branches shall be closed at the outer end. A clay or concrete stopper or cap shall be placed against the shoulder or offset in the bell, groove or sockets. The space in the socket above the cap shall be filled with wet sand or .clay and then covered with a thin coating of mortar so the cap is sealed but can be readily removed. Wyes will be paid for at the unit price bid for each and as an addi- tion to the amount paid for the completed pipe s ewer containing the wye. The payment shall include all material, labor, and equipment necessary to install the wye including the stopper or cap. 18. 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. r 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: 1 1 II.20 1 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 2 1 0. 17 2 0. 18 2',1 0. 22 30 0. 25 36 0. 30 19. 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- shole, all waste mortar and debris shall be immediately removed from the bottom and the invert shaped to the dimensions shown on the Plans and all bottom joints struck or pointed. The jointing of the brick work shall be such that the manhole will be watertight so that no ground water infiltration through the manhole joints will occur. The outside of the manhole shall be covered with a mortar plaster coat 1/2 inch thick. A single rowlock shall be turned over all incoming and outgoing pipes, H-21 rThe inverts of all manholes located at changes in alignment of the sewer shall be shaped to the incoming and outgoing pipes and smoothly curved from pipe to pipe to the top of invert at springline. On line manholes, pipe shall be laid through the manhole and the upper half removed after the invert has been completed. Half pipe may be used. As alternates, precast manholes or manholes built of poured in place Glass A concrete may be used. Joints of precast manhole sections shall be formed entirely of concrete employing a rubber gasket conform- ing to ASTM Designation 0443. 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. During 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 S 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. Where manholes are to be constructed on existing sewers, the sew- age flow shall be diverted to prevent its entry into any new construction until this construction has been completed to the satisfaction of the Engineer. 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 II-22 additional excavation beyond the trench payline width and depth, concrete base, cast-iron frame and cover, backfilling, diversion of sewage if re- quired, and all other work necessary to construct the manhole in place. Outside drops shall be constructed as shown on the Plans. Payment will be made for completed outside drops as an addition to the payment 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 bf 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. 20. STUBS IN MANHOLES: There is shown on the Plans an approximate location of stubs at manholes to be provided for future connections. The Engineer may change the location of such stubs and may order additional stubs installed if the improvements along the line of the work make such changes or additions necessary. For pipes 21 inches or less in diameter, the stubs shall be closed with a clay or concrete stopper or cap cemented in place as speci- fied in Section II, Paragraph 17, Installation of Wye Junctions, so as to prevent ground-water infiltration through the stub. For pipes 24 inches and larger in diameter, 4-inch thick temporary brick masonry watertight bulkheads close to the outer end shall be constructed. Payment for furnishing the stubs, including stoppers cemented in place, or bulkheads in place, will be made at the price bid per "Pipe Stub in Manhole" of the size used. This payment shall cover the whole cost of constructing, complete in place, the pipe stub and stopper where ordered. 21. TRENCH BACKFILL: The backfilling of the completed pipe sewers shall commence im- mediately upon the completion of the sewer, with care being taken that the operation of backfilling does not disturb the pipe joints. The initial 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 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 II-23 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 "Crushed Rock for Subgrade Replacement, " which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and other incidentals necessary to furnish and place the granular material. The volume to be paid for under this item shall be limited to the volume 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 may be completed without further compaction Alk above one foot over the extrados, or without flushing. 'The fill shall be mounded over the trench to allow for future settlement. Backfill of the trenches crossing beneath concrete, asphaltic con- crete or bituminous macadam pavement shall be made with granular mate- rials. Payment for granular fill will be made at the bid price per cubic yard for "Granular Backfill" for the volume in place after final compaction. The volume of granular fill used beneath pavements which are removed and replaced shall be computed from the actual length of the trench filled, the payline width and the depth equal to the average distance from road sub- grade 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 Backfilling or filling operation, except as noted above. 22. ROCK FILL: A rock fill shall be placed over the pipe where shown on the Plans. The rock shall be placed in 15-inch lifts in a manner which will not damage II-24 the pipe or its encasement. Before placing the final lift, the fill shall be flushed full with a mortar consisting of one part portland cement to five parts sand. After placing the final lift, which will bring the fill up to match the original grade, the fill shall again be flushed full of mortar. All work included in this paragraph shall be measured and paid for at the unit price bid per ton for "Rock Fill, " which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and other incidentals necessary to furnish and place the rock fill. Payment will be based upon the actual tonnage of stone placed in the fill. 23. 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 ground-water 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 ground-water level is less than one foot above the top of the pipe at its upper end, the sewers shall be subjected to an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 feet above the top of the sewer at its upper end. The rate of leakage from the sewers shall be determined by meas- uring 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 hereinbefore specified. 1 II-25 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. 24. CONNECTIONS TO EXISTING MANHOLES: It shall be necessary to make pipe connections from the new sewer to manholes on an existing sewer. A hole shall be cut in the existing man- hole wall to permit inserting the pipe at the required flowline elevation, horizontal angle, and slope, and to allow at least one inch space all around the pipe for bedding and filling solidly with 1 to 3 cement-sand mortar. Any necessary revisions to the existing inverts shall be made to provide a smooth plastered surface for proper channeling of the flow. All connec- tions shall be temporarily blocked to prevent entry of sewage into the newly laid sewer unless all construction below the connection in question has been completed to the satisfaction of the Engineer. Likewise, at manholes located at the intersection of new and existing sewers, the flow shall be carried through the common manhole until all construction below the point of intersection has been completed to the satisfaction of the Engineer. All bulkheads shall be removed by the Contractor at the time ordered by the Engineer. No separate payment shall be made for maintaining the flow in the Existing sewer. NE Payment for making the connections to existing manholes shall be made at the contract unit price bid for each connection. Such payment shall be full compensation for furnishing all labor, materials, tools and equipment required to cut the hole, adjust the invert as required, seal the new pipe in the manhole, temporarily block the flow into the new sewer and remove the temporary block when so directed. 25. PLUGGING OF 1XISTIN1 SEWERS: All sewers to be abandoned shall be carefully plugged so as to pre- , vent the entrance of soil or foreign matter. The plug shall consist of Class A concrete of at least 24 inches in length or of other►material as approved by the Engineer. 11-26 Payment for plugging each sewer will be made at the unit price bid Per "Bulkhead. " This payment shall cover the whole cost of material, ® labor, and equipment necessary to plug the existing sewer. 26. PLACING OF RIPRAP: Riprap shall be placed where shown on the Plans or directed by the Engineer to produce a reasonably well-g mXe:d.=axx of stone with the mini- mum practicable percentage of voids, and a minimum thickness of fifteen (15) inches and an average thickness of eighteen (18) inches, The material may be dumped by skip, crane, dragline, clamshell or other approved equipment, or other methods approved by the Engineer, No hand placing of.the stone will be required. All work included in this paragraph shall be measured and paid for at the unit price bid per ton for "Riprap, " which payment shall cover the whole cost of furnishing all materials, labor, equipment, tools and other incidentals necessary to furnish and place the riprap. Payment will be based upon the actual tonnage of stone placed. I II-27 4' 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 a Sanitary Trunk Sewer Project (Main Branch Wears Creek and West Boggs Creek) 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 two hundred ten (210) calendar days after receipt of notice to proceed foi the following unit prices: Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 1. Trench Excavation, Class A 1, 926 cu. yd. $ $ 2, Trench Excavation, Class B 11, 985 cu, yd. $ _ $ 3. In Place 8-Inch V. C. Pipe 6, 400 lin.ft. $ $ 4. In Place 10-Inch V. C. Pipe 351 lin,ft. $ $ 5. In Place Class III 24-Inch R. C. Pipe 1, 745 tin.ft. $ 6. In Place Class II 30-Inch R.C. Pipe 1, 146 lin. ft. $ $ i 7. In Place Class III 30-Inch R.C. Pipe 2, 136 lin, ft. $ "Y P-1 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 8. Manholes, Complete in Place, Depth Less than 6 Feet 10 each $ $ 9. Manholes, Complete in Place, Depth Over 6 Feet to 8 Feet 7 each $ $ 10. Manholes, Complete in Place, Depth Over 8 Feet to 10 Feet 7 each $ $ 11. Manholes, Complete in Place, Depth Over 10 Feet to 12 Feet 6 each $ $ 12. Manholes, Complete in Place, Depth Over 12 Feet to 14 Feet 2 each $ $ 13. Manholes, Complete in Place, Depth Over 14 Feet to 16 Feet 5 each $� $ 14. Manholes, Complete in Place, Depth Over 16 Feet to 18 Feet 2 each $ $ 15. Manholes, Complete in Place, Depth Over 18 Feet to 20 Feet 2 each $ $� 16. Manholes, Complete in Place, Depth Over 20 Feet to 22 Feet 3 each $ $ 17, 8-Inch Outside Drop, Complete MM in Place 2 each $ $� 18. 8-Inch Pipe Stub in Manhole 16 each $ $� ® 19. 12-Inch Pipe Stub in Manhole 1 each $ $ 20. 24-Inch Pipe Stub in Manhole 1 each $ $ 21. Connection to Existing Manhole 4 each S 22. 8-Inch x 6-Inch V. C. P. Y-Junc- tions 9 each P-2 Item Estimated Unit Extended No. Pay Item Quantity Unit Price Bid Price 23. Crushed Rock for Subgrade R eplac ement 100 cu. yd. $ $ 24. Granular Backfill 625 cu. yd. $ $ 2 5. Lumber Ordered Left in et Trench 10 MFBM $ $ 2 Class B Concrete 5 6. o crete 29 cu. yd. $ $ 27. Class C Concrete 190 cu. yd. $� $ .� 28. Restoration of Asphaltic Pavement 130 sq. yd. $ $ 29. Rock Fill 350 tons $ $ 30. Riprap 80 tons $ $ 31. Bulkheads 2 each $ $ Total Bid $ SPECIAL PROPOSAL REQUIREMENTS Suitable bid security in the amount of Dollars ($ �) as called for in the Advertisement for Bids accompanies this Proposal. This sum is to be forfeited to the City of Jefferson if the party, or parties, making this Proposal fail to enter into contract with approved securities within ten (10) days after the aurard of the Contract has been made. The undersigned has examined the plans and specifications for, and the location of the project, and has satisfied himself as to the work to be done and the conditions under which it must be carried out. S P-3 r This Proposal shall be equally binding on heirs, admin- istrators, executors, successors, and assigns. Firm Name _ By (Signature) Title Address IW Telephone No. P-4